Loading...
Agenda 01-15-19The City of Boynton Beach City Commission Agenda Tuesday, January 15, 2019, 5:45 PM Intracoastal Park Clubhouse 2240 N. Federal Highway Regular City Commission Meeting -- REVISED AGENDA Boynton Beach City Commission Mayor Steven B. Grant (At Large) Vice Mayor Christina L. Romelus (District III) Commissioner Justin Katz (District 1) Commissioner Mack McCray (District 11) Commissioner Aimee Kelley (District IV) Lori LaVerriere, City Manager James Cherof, City Attorney Judith A. Pyle, City Clerk *MISSION* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. -to- die,,C0 www. boynton-beach.org Page 1 of 1278 WELCOME Thank you for attending the City Commission Meeting GENERAL RULES & PROCEDURES FOR PUBLIC PARTICIPATION AT CITYOF 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 Intracoastal Park Clubhouse, 2240 N. Federal Highway, 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 2 of 1278 1. OPENINGS A. Call to Order - Mayor Steven B. Grant A private attorney-client session of the City Commission to discuss pending litigation in the case of LEIF BROBERG, Plaintiff, vs. CITY OF BOYNTON BEACH, a Florida municipal corporation, Defendant — Palm Beach County Circuit Court Case No. 502015CA011377XXXXMB In attendance will be the City Attorney James Cherof along with Assistant City Attorney Tracey DeCarlo, Special City Counsel Andrea Amigo, City Manager Lori LaVerriere, a court reporter, the Mayor and City Commission. The session will take approximately 45 minutes. I nvocation Pledge of Allegiance to the Flag led by Mayor Grant. Roll Call Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption 2. OTHER A. Informational items by Members of the City Commission 3. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS A. Welcome our new Palm Beach County Commissioner Robert Weinroth, District 4 B. City Hall will be closed on Monday, January 21, 2019, for observance of Dr. Martin Luther King J r. Day. C. Proclaim Monday, January 21, 2019 as Martin Luther King Jr. Day. D. Proclaim the week of January 20, 2019 as Boynton Beach School Choice Week. James "Jim" Kidd, Superintendent, South Tech Schools will be present to accept the proclamation. E. Proclaim the month of January as Mentoring Awareness Month. Ike Powell III, Senior Program Specialist of Palm Beach County Youth Services Department will be present to accept the proclamation. F. Announcement by Recreation & Parks Director Wally Majors about the upcoming 7th Annual Barrier Free 5k Run, Walk & Roll and 3rd Annual Magic Wheels Events, to be held at Barrier Free Park on Friday and Saturday, February 8 and 9. G. Announce the International Kinetic Art Exhibit & Symposium by Debby Coles-Dobay, Public Arts Manager. H. Receive update and presentation on activities in the Public Works Department by Andrew Mack, Director of Public Works & Engineering. I. Announcement the Town Square Opportunity Fair on Thursday, February 14th from 8:OOam - 12:00pm at the Ezell Hester Community Center, 1901 N. Seacrest Blvd. The Town Square project is seeking qualified vendors, sub -contractors, skilled, and un -skilled labor. This Opporunity Fair is inviting the public to learn more about job opportunities, materials purchasing, training, and apprenticeship programs from community partners on the Town Square Project. Page 3 of 1278 4. PUBLIC AUDIENCE INDIVIDUAL SPEAKERS WILL BE LIMITED TO 3 MINUTE PRESENTATIONS (at the discretion of the Chair, this 3 minute allowance may need to be adjusted depending on the level of business coming before the City Commission) 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. 6. CONSENTAGENDA 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. R19-002 - Assess the cost of nuisance abatement on properties within the City of Boynton Beach. B. PROPOSED RESOLUTION NO. R19-003 - Authorize the City Manager to sign an Amendment to the Contract with Vazza Cleaning Corporation of Royal Palm Beach, Florida for Bid No. 001- 2821-17/JMA for Janitorial Services for the Utilities Department for the period of February 1, 2019 thru January 31, 2020, for an estimated annual expense of $24,050. C. PROPOSED RESOLUTION NO. R19-004- Authorize the City Manager to sign an agreement utilizing the City of West Palm Beach, FL contract No. 20600, Procurement No. ITB 16-17-144 with Pace Analytical Services, LLC. for Lab Analysis of Potable and Non -Potable Water with the same terms, conditions, specifications and pricing. The maximum anticipated annual expenditure for these laboratory services is $34,000. D. PROPOSED RESOLUTION NO R19-005 - Authorize the City Manager to sign an Agreement with Elite Medical Specialists, LLC of Jupiter, Florida for RFP No. 005-2210-19/IT for Medical Director for Fire -Rescue. The Initial Term of the Agreement shall be for a period of three (3) years commencing on February 3, 2019 for an annual amount of $39,000, with the option to renew for two (2) additional one-year terms at the discretion of the City and based upon mutually agreeable rates. E. PROPOSED RESOLUTION NO. R19-006 - Authorize the City Manager to sign the artist agreement with Donald Gialanella of St Petersburg, FL in the amount of $97,680 for the Town Square I nteractive Public Art project. F. PROPOSED AMENDED RESOLUTION R18-159 - Authorize utilization of Sourcewell NJPA Contract #120617 -CAT and a Purchase Order for rental of a 1.000 Kilowatt (KW) emergency backup generator and cables at the East Water Treatment Plant (EWTP) from Pantropic Power Cat in Miami, FL for a monthly cost of $7,866, or an annual cost of $94,392. G. Approve Task Order UT -113-01 with Carollo Engineers in the amount of $73,349.00 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category B awarded by City Commission on August 7, 2018 for development and evaluation of the Silverwood Area Wastewater System Hydraulic Modeling. H. Approve Task Order No. UT -1C-03 to Carollo Engineers in accordance with RFQ No. 046-2821- 17/TP, General Consulting Services Contract, Scope Category C awarded by Commission on August 7, 2018 for work in connection with Palm Beach County Coastal Resilience Partnership not to exceed $72,000. I. Approve utilizing the State of Florida Contract DMS -12/13-001H with Jade Communications, Inc. of Boca Raton, FL for Telecommunications infrastructure needed at the interim Police Facility in the amount of $21,427.00. The City is allowed to utilize the State of Florida contracts in accordance with City's procurement procedures. Page 4 of 1278 J. Authorize the Finance Department to reduce the Allowance for Uncollectible Accounts and the Accounts Receivable Accounts by $477,328.28. This amount reflects unpaid ALS Transportation billings that have been in collections for 12 months or longer. K. Approve the modification and addition of projects as part of the approved Fiscal Year 2018-19 Government Surtax Fund. L. Approve revised investment policy for the City of Boynton Beach Funds except for pension funds and funds related to the issuance of debt. M. Accept the Fiscal Year 2017-2018 Budget Status Report of the General Fund and the Utilities Fund for the twelve (12) month period ended September 30, 2018 (unaudited). N. 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 January 15, 2019- "Request for Extensions and/or Piggybacks." O. Approve the minutes from City Commission meetings held on December 18, 2018. The minutes for the December 5, 2018 public input meeting are included for information purposes. 7. BIDS AND PURCHASES OVER $100,000 A. PROPOSED RESOLUTION NO. R19-007 - Authorize the City Manager to sign Addendum One with Ric -Man International, Inc. in the amount of $9,826,901.85 that includes $9,326,901.85 for the completion of construction of the "PROGRESSIVE DESIGN BUILD FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE II" and an additional $500,000 as a contingency to address any unforeseen conditions or issues during construction. The total cost for the contract will increase from $3,233,885.33 to $13,060,787.18. B. PROPOSED RESOLUTION NO. R19-008 - Award Bid No. 036-2413-18/IT for Sara Sims Park Electrical Improvements, and authorize the City Manager to sign an agreement with and issue a Purchase Order to Cerrito Electric, Inc. of West Palm Beach, FL as the lowest responsive, responsible bidder in the amount of $511,774 plus a 10% contingency amount of $51,177 for a total estimated amount of $562,951.40. Award is contingent upon the receipt and approval of insurance and performance and payment guaranty. C. PROPOSED RESOLUTION NO. R19-009 - Authorize the City Manager to sign an agreement with Rosso Site Development, Inc. of Lake Worth, FL to award Bid No. 002-2413-19/ITfor Sara Sims Park Landscape and Irrigation Improvements as the lowest responsive, responsible bidder in the amount of $345,216.98 plus a 10% contingency amount of $34,521.70 for a total estimated amount of $379,738.67. Award is contingent upon the receipt and approval of insurance and performance and payment guaranty. D. PROPOSED RESOLUTION NO. R19-010 - Authorize the City Manager to sign a quote from Spillman Technologies Inc., a Motorola Solutions Company for Managed Services in connection with the Police Records Management Svcs (RMS) for a total five (5) year cost of $157,250 including a first year cost of $47,922. E. Approve Task Order No. F-06-2019 - Construct Retaining Wall and Stairs at Oceanfront Park to E&F Florida Enterprises, Inc. d/b/a Creative Contracting Group, in the amount of $119,800, and authorize a Purchase Order, in accordance with the Pre -Qualified Vendors for Minor Construction Services Agreements. This approval is contingent upon the receipt and approval of insurance and payment and performance bonds. F. Approve Task Order No. F-09-2019 - Oceanfront Park Shade Sail and Roof Replacement to Republic Construction Group, Inc., and authorize a Purchase Order, in the amount of $106,887 in accordance with the Pre -Qualified Vendors for Minor Construction Services Agreements. This approval is contingent upon the receipt and approval of insurance and payment and performance bonds. G. Approve Task Order UT -213-01 with Arcadis U.S., Inc. in the amount of $197,868.25 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Page 5 of 1278 Category B awarded by City Commission on August 7, 2018 for work on the Dimick and Potter Utility Stormwater and Water Improvements. 8. 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.19-004 - FIRST READING - Approve Boynton Beach Mall Future Land Use Map Amendment from Development of Regional Impact (DRI) to Mixed Use Low (MXL). Applicant: City -initiated. Staff Requests item be tabled to 2/5/19. PROPOSED ORDINANCE NO.19-005 - FIRST READING - Approve the Comprehensive Plan's Future Land Use Element text amendment to delete the Boynton Beach Mall DRI from the list of DRI -classified sites. Applicant: City -initiated. Staff Requests item be tabled to 2/5/19. B. Request for Major Site Plan modification approval to construct one-story building additions totaling 6,657 square feet, to an existing three (3) building, 10,865 square foot, warehouse complex, for a total of 17,722 square feet, and related site improvements. Applicant: Jose Obeso, J.A.O. Architects & Planners. C. PROPOSED ORDINANCE NO. 19-006 - FIRST READING - Approve modifications to parking requirements (CDRV 19-001) - Amending the LAND DEVELOPMENT REGULATIONS, Chapter 4. Zoning, Article V. Minimum Off -Street Parking Requirements, Section 2.A. & B., to revise parking requirements for residential uses. City initiated. D. PROPOSED ORDINANCE NO. 19-007 - FIRST READING - Approve modifications to shed requirements (CDRV 19-002), amending the Land Development Regulations, Chapter 3. Zoning, Article V. Supplemental Regulations, Section 3.E., to increase potential siting locations for permanent sheds and storage structures. City initiated. E. PROPOSED ORDINANCE NO. 19-001 - FIRST READING - Approve Country Trail PUD annexation (ANEX 19-001) Applicant: M2D Country Trail, LLC (Applicant request postponement to March 19, 2019) PROPOSED ORDINANCE NO. 19-002 - FIRST READING - Approve Country Trail PUD Future Land Use Map amendment from Palm Beach County's Medium Residential with a maximum density of 5 du/acre (MR -5) to Low Density Residential (LDR) with a maximum density of 7.5 du/acre. Applicant: M2D Country Trail, LLC (Applicant request postponement to March 19, 2019) PROPOSED ORDINANCE NO. 19-003 - FIRST READING - Approve Country Trail PUD rezoning from Palm Beach County's AR, Agricultural Residential, to PUD, Planned Unit Development. Applicant: M2D Country Trail, LLC (Applicant request postponement to March 19, 2019) F. Approve Country Trail PUD New Site Plan to construct a new development with 26 two-story single-family residences and associated site improvements on a 5.17 acre site. Applicant: M21D Country Trail, LLC. (Applicant request postponement to March 19, 2019) 9. CITY MANAGER'S REPORT A. Recreation and Parks Director Wally Majors will provide an update on the Dog Days at the Beach event held December 15, 2018. 10. UNFINISHED BUSINESS - None 11. NEW BUSINESS Page 6 of 1278 A. City Commission is requested to grant authorization to the Legal department to initiate foreclosure proceedings to collect on unpaid accrued liens on the property located at 1102 N Federal Highway. 12. LEGAL A. PROPOSED ORDINANCE NO 19-008 - FIRST READING - Approve a revision to Chapter 26-508 adding subsection (d) to allow the City Manager or Utility Director to execute large user reclaimed water agreements for reuse customers. B. PROPOSED RESOLUTION NO. 19-011 - Authorizing the release of Unity of Title for Quantum Park Lot 4 (4, 4A & 4B) and Lot 5 (5 & 5A), subject to attached conditions of approval. Applicant: David Norris, Esq. of Cohen, Norris, et al. C. Discuss adoption of anti -lobbying ordinance applicable to City Board Members. 13. FUTURE AGENDA ITEMS A. Staff to bring information concerning the following land parcels for the Commission to review - February 5, 2019 Nichols Property Rolling Green Girl Scout Park B. Presentation on Opportunity Zones by David Scott - February 5, 2019 C. Discuss new mobility options for potential implementation in the City including electric vehicle infrastructure, car sharing, e -scooter sharing, etc. - February 5, 2019 D. Approve and ratify IAFF Collective Bargaining Agreement - February 5, 2019 E. Department to give brief presentation of their operations Police - March 2019 Fire - May 2019 F. Commission wants to discuss public safety as it relates to the Town Square Redevelopment - June 2019 G. Staff to review Development Department's plan review processes to identify efficiencies and technologies to assist with timely review of plans/projects - March 2019 14. ADJOURNMENT NOTICE IFA PERSON DECIDES TO APPEALANY DECISION MADE BY THE CITY COMMISSION WITH RESPECT TO ANY MATTER CONSIDERED AT THIS MEETING, RUSHE WILL NEEDA RECORD OF THE PROCEEDINGSAND, FOR SUCH PURPOSE, HESHE 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 FQUAL OPPORTUNITY TO PARTICIPATE IN AND ENJOY THE BENEFITS OFA SERVICE, PROGRAM, ORACTIVITY CONDUCTED BY THE CITY. PLEASE CONTACT THE CITY CLERKS 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 REASONABLYACCOMMODATE YOUR REQUEST. ADD1TIONALAGENDA ITEMS MAY BEADDED SUBSEQUENT TO THE PUBLICATION OF THEAGENDA ON THE C1TYS WEB SITE INFORMATION REGARDING 1TEMSADDED TO THEAGENDAAFTER IT 1S PUBLISHED ON THE C1TYS WEB SITE CAN BE OBTAINED FROM THE OFFICE OF THE CITY CLERK. Page 7 of 1278 1.A. OPENING ITEMS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Call to Order - Mayor Steven B. Grant A private attorney-client session of the City Commission to discuss pending litigation in the case of LEIF BROBERG, Plaintiff, vs. CITY OF BOYNTON BEACH, a Florida municipal corporation, Defendant — Palm Beach County Circuit Court Case No. 502015CA011377XXXXMB In attendance will be the City Attorney James Cherof along with Assistant City Attorney Tracey DeCarlo, Special City Counsel Andrea Amigo, City Manager Lori LaVerriere, a court reporter, the Mayor and City Commission. The session will take approximately 45 minutes. I nvocation Pledge of Allegiance to the Flag led by Mayor Grant. Roll Call 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: Page 8 of 1278 Is this a grant? No Grant Amount: Page 9 of 1278 2.A. OTHER 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 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: Page 10 of 1278 3.A. ANNOUNCEMENTS, COMMUNITY AND SPECIAL EVENTS AND PRESENTATIONS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Welcome our new Palm Beach County Commissioner Robert Weinroth, District 4 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: Page 11 of 1278 3.B. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: City Hall will be closed on Monday, January 21, 2019, for observance of Dr. Martin Luther King Jr. Day. EXPLANATION OF REQUEST: In observance of Martin Luther King Jr. Day, all City administrative offices will be closed on Monday, January 21, 2019 and will re -open at 8:00 a.m. on Tuesday, January 22, 2019. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Budgeted N/A ALTERNATIVES: This is a scheduled holiday for City employees. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 12 of 1278 3.C. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Proclaim Monday, January 21, 2019 as Martin Luther King J r. Day. 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: ATTACHMENTS: Type D Proclamation Description Proclamation Page 13 of 1278 Proclamation WHEREAS, Dr. Martin Luther King Jr. devoted his life to advancing equality, social justice, and opportunity for all, and challenged all Americans to participate in the never-ending work of building a more perfect union; and Dr. King's teachings can continue to guide and inspire us in addressing challenges in our communities; and WHEREAS, the King Holiday and Service Act, enacted in 1994, designated the King Holiday as a national day of volunteer service, and charged the Corporation for National and Community Service with leading this effort; and since 1994 millions of Americans have been inspired by the life and work of Dr. Martin Luther King Jr. to serve their neighbors and communities on the King Holiday; and WHEREAS, serving on the King Holiday is an appropriate way to honor Dr. King, meet local and national needs, bring our citizens together, and strengthen our communities and nation; and, the King Day of Service is the only federal holiday commemorated as a national day of service, and offers an opportunity for Americans to give back to their communities on the holiday and make an ongoing commitment to service throughout the year; and WHEREAS, each of us can and must contribute to making our communities better with increased opportunity for all our citizens, and to celebrate the King Day of Service, January 21, 2019. NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the 21s' of January, Two Thousand Nineteen as: DR. MARTIN LUTHER KING, JR. DAY IN WITNESS WHEREOF, I have hereunto set my hand and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 15,h day of January, Two Thousand Nineteen. Steven B. Grant, Mayor ATTEST: Judith A. Pyle, CMC City Clerk REQUESTED ACTION BY COMMISSION: Proclaim the week of January 20, 2019 as Boynton Beach School Choice Week. James "Jim" Kidd, Superintendent, South Tech Schools will be present to accept the proclamation. EXPLANATION OF REQUEST: Nation School Choice Week's goal is simply to raise awareness, among parents, of the public and nonpublic K-12 education options available to their children. Last year, more than 720 mayors and county leaders, along with 32 governors, the unanimous United States Senate, and the President issued proclamations recognizing NSCW. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Non -budgeted ALTERNATIVES: Not to rroclaim the week of January 20, 2019 as Boynton Beach School Choice Week. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Proclamation Proclamation Page 15 of 1278 Proclamation WHEREAS, all children in Boynton Beach should have access to the highest -quality education possible; and WHEREAS, Boynton Beach recognizes the important role that an effective education plays in preparing all students in Boynton Beach to be successful adults; and WHEREAS, quality education is critically important to the economic vitality of Boynton Beach; and WHEREAS, Boynton Beach is home to a multitude of high quality public and nonpublic schools from which parents can choose for their children, in addition to families who educate their children in the home; and WHEREAS, educational variety not only helps to diversify our economy, but also enhances the vibrancy of our community; and WHEREAS Boynton Beach has many high-quality teaching professionals in all types of school settings who are committed to educating our children; and, WHEREAS, School Choice Week is celebrated across the country by millions of students, parents, educators, schools and organizations to raise awareness of the need for effective educational options; NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the week of January Twentieth, Two Thousand Nineteen as: BOYNTON BEACH SCHOOL CHOICE WEEK IN WITNESS WHEREOF, I have hereunto set my band and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 15,h day of January, Two Thousand Nineteen. Steven B. Grant, Mayor ATTEST: Judith A. Pyle, CMC City Clerk 3.E. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Proclaim the month of January as Mentoring Awareness Month. I ke Powell 111, Senior Program Specialist of Palm Beach County Youth Services Department will be present to accept the proclamation. EXPLANATION OF REQUEST: Palm Beach County Youth Services Department administers programs and initiatives to ensure the healthy growth, development, education, and transition of children and youth to young adulthood and the workforce. 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: ATTACHMENTS: Type D Proclamation Description Proclamation Page 17 of 1278 Proclamation WHEREAS, there are few investments more important than those we make in the healthy development and well-being of young people, and; WHEREAS, research shows that young people matched with a caring adult through a quality mentoring program are 52 percent less likely to skip school, 46 percent less likely to use illegal drugs, 37 percent less likely to skip class, 33 percent less likely to hit someone, and 27 percent less likely to start drinking, and; WHEREAS, mentors serve as essential sources of inspiration, lifting children and youth up and positioning them for success and their futures, and; WHEREAS, mentoring is a priority identified in the Youth Master Plan, and; WHEREAS, the United Way serves as the anchor of the Palm Beach County Mentor Network, a professional affiliation of 39 formal mentoring programs, with approximately 4,500 children assigned to mentors, working together to elevate mentoring throughout the community, and; WHEREAS, the City of Boynton Beach supports the organized mentoring initinatives and encourages participation in mentoring programs. NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the month of January. Two Thousand Nineteen as: MENTORING AWARENESS MONTH IN WITNESS WHEREOF, I have hereunto set my band and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 15,h day of January, Two Thousand Nineteen. Steven B. Grant, Mayor ATTEST: Judith A. Pyle, CMC City Clerk 3. F. REQUESTED ACTION BY COMMISSION: Announcement by Recreation & Parks Director Wally Majors about the upcoming 7th Annual Barrier Free 5k Run, Walk & Roll and 3rd Annual Magic Wheels Events, to be held at Barrier Free Park on Friday and Saturday, February 8 and 9. EXPLANATION OF REQUEST: On Saturday, February 9, beginning at 7:30 A.M., the Recreation & Parks Department will again partner with the Realtors Association of the Palm Beaches to host the 7th Annual Barrier Free 5k. With gracious support once again from Hunters Run, the run/walk/roll begins at the Tennis Center parking lot, into Hunters Run and back. For more information or to register, go to: www.barrierfree5k.pbrace.com Kicking off the activities will be the 4th Magic Wheels & Special Deals event at which the infamous Magic Wheelchair will be unveiled, we will meet the "Honorary Starter" of the 5k, and business, agencies, groups that support individuals with special needs will featured. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No affect. FISCAL IMPACT: All fees are covered by sponsors and/or donations. ALTERNATIVES: Do not make the announcement. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 19 of 1278 ATTACHMENTS: Type D Attachment Description Barrier Free 5K Flyer Page 20 of 1278 co ti N 4- 0 N N O1 Kee] REQUESTED ACTION BY COMMISSION: Announce the International Kinetic Art Exhibit & Symposium by Debby Coles-Dobay, Public Arts Manager. EXPLANATION OF REQUEST: Fri., Feb. 1 - 6:30 - 7:30pm Opening Reception (invitation only) Sat., Feb 2 - 9am - 6pm Sun., Feb 3-1 lam - 4pm 4th Biennial that features one -of -a -kind art -in -motion experiences: • Breathtaking outdoor and indoor kinetic artworks • Intriguing installations that create movement and sound • Inspiring art and technology displays • Interaction with kinetic artists • Augmented Reality experience accompanying each installation This FREE event covers 9 blocks in Downtown Boynton from NE 1st St at E. Ocean Ave., north on Fed. Hwy. east on Boynton Beach Blvd. Extension to the Boynton Harbor Marina with an exhibition tent located at 114 N. Federal Hwy. Save -the -date cards are available, a graphic copy of the 5.5" w x 8.5" h program is attached with detailed information available on www. lntlKineticArtEvent.org web site. Social media, a PR and Ad campaign promotes the event as well as a FREE 11' x 30' Kinetic Art Event booth at the J an. 16 - 20 Art Palm Beach Art fair. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The 4th Biennial is a public art event that the Arts Commission Board, the City and community are committed to that delivers unique art experiences designed to connect Boynton Beach to the global community. FISCAL IMPACT: Budgeted The International Kinetic Art Exhibit & Symposium is included in the 2018-19 public art budget. ALTERNATIVES: Not hear the International Kinetic Art Exhibit & Symposium event announcement. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Page 22 of 1278 Is this a grant? No Grant Amount: ATTACHMENTS: Type D Addendum Description Kinetic Art Event program Page 23 of 1278 n 3 - F o_ x _ �xxxw v LU LULU LU LU 9 m V 0 ` w � o E _ N J � a 4 O 3 6 M. rL" O 0 E L Y Y 6 c— x N a Y0 LL- 0 —�vo t a° c i�: Q a a 3 E ` . c a s U p Y t im E_ c c c - v v= o v v v o N - 0 a O p d -cz E = c c U „ q) 0 Z > N> Q E S^ N -0 -O O t E -6 6 Q > N Q O 6 ° yIIS} L U U m u m SO 'I o LL Z a E m m O 0 m a 'I'll, m to C° � Do- - � a C N s� 14y'.l O Y a O O a E On '3 - 3 c c a o w w O } 6 4 y AX ullm 3 3° D a v a o U�., 00 00 D w LL i Y E 0 5 V t 4? o a E 3° o=S N 0 }O N X N N ' °""a S 9 m V Z ` w � o E _ J � a 4 O 3 m a o U o Z 4�z 0 a L J c G U z 0 Y> 3 c— x N a Y0 LL- 0 —�vo a° c i�: Q a a 3 E ` . c a s U p Y t im E_ c c c - v v= o v v v o N - 0 a O p d o E = c c U 2 a E E Z > N> Q E o d 3 E d ` U 0Z U L LL °E' ¢ c 0 Z 0 O U w 06 ME ° yIIS} L U U m u m $a 'I o LL Z a E m m O 0 3 0 m a 'I'll, m to C° � Do- - � a C N -6 C m 14y'.l O Y a O O a E On '3 - 3 c c a o C a H tutnS�,. �tlUptr p W E V 9 o`o_En� III g N m Y O" a g �� ullm 3 3° D a v a o U�., 00 00 D w LL i U z gas " v `a i2U F a h N v- c > Lay a" `a Y � h � y Q y� Qua o a c y m o U 0 "ate � aEE m 0 m o ao 0 c o `O a .0 E Eo L2 tea` 6, y o O oa E a a c o CC 0 E c3EL Eoa� a o y o 0 N N O Y C E F a O it a N ' a �U `a N.ym a � a° `a m k c o ma��oT Eo�- a°oyfl�m yam c�, E O--fm0— O 3 Oao : os °ESE ° � 2900 Q� fo ai '03 'a) aos�> mao�a aciaa � 3 oao > cc -0 a c ao a ° s m a °�� o ago o oto3c a L O O — O >, ocao�aci o0 moo c X333 3mmF - 3 ¢EEoa9 0),0 `aU Y LO C �mO -- I x a `m a a �a a `Oa m o� o x � y o 'O N a�E °E y -o m xN O m ' c E ° o -PE °E` o s ° `o yv 0 c m EY 'E o c zU�o N M N � O O U Qw U V/ o win : 6 0 d .aiLL C C w U NQ -0 6Oy "O Q Y O a$ .�.3- o _ a -C 4-0 O 4 cc L O Y ® c`Oa ° 3L -0 'a-0 >0.9 O O U O o- 3 `o a o Y 0 �o-.0v�i=c N C 1- N M V�6 U z gas " v `a i2U F a h N v- c > Lay a" `a Y � h � y Q y� Qua o a c y m o U 0 "ate � aEE m 0 m o ao 0 c o `O a .0 E Eo L2 tea` 6, y o O oa E a a c o CC 0 E c3EL Eoa� a o y o 0 N N O Y C E F a O it a N ' a �U `a N.ym a � a° `a m k c o ma��oT Eo�- a°oyfl�m yam c�, E O--fm0— O 3 Oao : os °ESE ° � 2900 Q� fo ai '03 'a) aos�> mao�a aciaa � 3 oao > cc -0 a c ao a ° s m a °�� o ago o oto3c a L O O — O >, ocao�aci o0 moo c X333 3mmF - 3 ¢EEoa9 0),0 `aU Y LO C �mO -- I x a `m a a �a a `Oa m o� o x � y o 'O N a�E °E y -o m xN O m ' c E ° o -PE °E` o s ° `o yv 0 c m EY 'E o c zU�o N M 3.H. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Receive update and presentation on activities in the Public Works Department by Andrew Mack, Director of Public Works & Engineering. 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: Page 26 of 1278 REQUESTED ACTION BY COMMISSION: Announcement the Town Square Opportunity Fair on Thursday, February 14th from 8:OOam - 12:OOpm at the Ezell Hester Community Center, 1901 N. Seacrest Blvd. The Town Square project is seeking qualified vendors, sub -contractors, skilled, and un -skilled labor. This Opporunity Fair is inviting the public to learn more about job opportunities, materials purchasing, training, and apprenticeship programs from community partners on the Town Square Project. EXPLANATION OF REQUEST: A Town Square Opportunity Fair will be held on Thursday, February 14th from 8:OOam - 12:OOpm at the Ezell Hester Community Center, 1901 N. Seacrest Blvd. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: Budgeted ALTERNATIVES: Do not announce the Town Square Opportunity Fair. STRATEGIC PLAN: Redevelop Downtown STRATEGIC PLAN APPLICATION: Town Square is one of the driving forces for the redevelopment of Downtown Boynton - creating a great place to live, work, and visit. The Town Square Opportunity Fair will provide the public with information on job opportunities, materials purchasing, training, and apprenticeship programs from our community partners on the Town Square Project. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 27 of 1278 ATTACHMENTS: Type D Attachment Description Job Fair flyer Page 28 of 1278 f }' " G ii �1, A ,.< •�. �r 1 �� i" a `.:. 1 ,€'�/� � �b � � � � �. �� 1 I ti L_ I 1�( r `� df V;! j r map 8 m to 'g Ezell Hester, Jr. Community Center 1901 N Seacrest Blvd Boynton Beach, FL 33435 Town Square is seeking qualified vendors, sub -contractors, skilled and un -skilled labor. All are invited to learn more about job, material purchase, training, apprenticeships programs and more from our community partners. Guests of all ages, experience levels and trades are encouraged to attend. • Please bring copies of certificates, resumes and license. • Be prepared to meet subcontractors. CITYOF BOYNTO BOYNTON BEACHPA B E A C H p� REAL ESTATE ;5 SOLUTIONS, LLC 5.A. ADMINISTRATIVE 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Appoint eligible members of the community to serve in vacant positions on City advisory boards. EXPLANATION OF REQUEST: The attached list contains 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: Building Wealth in the Community STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Other D Other D tither Description Appointments Moodie, Clovis Watler, Desirae Page 31 of 1278 Arts Commission Mayor Grant Reg 2 yr term to 12/19 Applicants Clovis Moodie ® Current alternate Building oar of AdjustmentsIs IV Kelley Reg 2 yr term to 12/19 (Tabled 3) III Romelus Alt 2 yr term to 12/20 (Tabled 3) IV Katz Alt 2 yr term to 12/19 (Tabled 3) Applicants None Education visBoard II McCray STU 2 yr term to 12/20 (Tabled 3) III Romelus STU 2 yr term to 12/19 (Tabled 3) Applicants None I Katz Alt 2 yr term to 12/19 (Tabled 3) Applicants None Library II McCray Alt 2 yr term to 12/20 (Tabled 3) !, None Firefighter Pension Board Mayor Grant Reg 4 yr term to 12/20 Applicants Desirae Watler Page 32 of 1278 Senior i Mayor Grant Alt 2 yr term to 12/20 (Tabled 2) Applicants None Page 33 of 1278 CITY OF BOYNTON BEACH ADVISORY BOARD APPOINTMENT APPLICI M- a Other E-rnaflAddress: Phone: 4 q 2, Have you ever been convicted f crime.? -W If so, when Where,—A�A�� Please indicate which advisory board you are seeking appointment. For board listing, requirements, responsibilities and meeting times and dates, see pages 3 and 4 attached. --��Arts Commission Historic Resources Preservation Board Building Board of Adjustment & Appeals Library Board Community Redevelopment Agency Advisory Board Planning & Development Board Education and Youth Advisory Board Police Officers' Retirement Trust Fund Employees' Pension Board Recreation & Parks Board Firefighters' Pension Trust Fund Senior Advisory Board Golf Course Advisory Committee Revised: 10/1/18 Z 141 � ) -I& 301,JJ0 cv, A Page 34 of 1278 What personal qualifications do you possess (i.e., profession, previous experience, branch of military service or organization) which you feel would make you a good candidate for this board? Please be specific. am . ............ 0� - 7-E - AD Please list any professional memberships: 4czatqhwe rd Feel free to attach anextra sheet or resume. Return the completed for tote City Clerk's Office, 3301 Quantum Blvd, Ste. 101. Mailing address: P'. 0. Box 310, Boynton each, FL 33425-0310. It will be placed in the City's Talent Bank, a file to is Commissioners may turn for candidates when board openings occur. I 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. Signature: Date: S:\CC\WP\BOARDS\Applications\Master Form - Talent Bank Form - REVISED 10-01-18-doc Revised: 10/1/18 Page 35 of 1278 Ellis, Shayla From: desiraemariewatler <noreply@123formbuilder.io> Sent: Sunday, December 02, 2018 9:22 PM To: City Clerk Subject: Advisory Board Appointment application Today's date 12/02/2018 Name Desirae Watler Gender Female Phone number 561-703-6739 Address 2890 SE 1 st CT Boynton Beach FL 33435 United States Email desiraemariewatler@gmail.com Current occupation or, if Teacher retired, prior occupation Education Bachelor's Degree, Florida Atlantic University 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 NOe' , w T '', 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 convicted of a crime? If "yes", when and where? Advisory Board No Firefighters' Pension Trust Fund Personal Qualifications I have been a Teacher at Forest Park Elementary in Boynton Beach for the past seven years. I have been a resident for over three years. I feel that working and living in the same community has helped me make relationships that matter. Teaching requires seeing big picture while focusing on minute by minute details to differentiate for each student. I believe that my profession can help me be a valuable resource to the pension board. I'm a believer and participant in Defined 1 Page 36 of 1278 Benefit Pension Plans. As a resident of the city I'm looking to support my community and tax payers by being a fiduciary in how the pension plan is invested and operated. I will make myself available for training as well Professional Memberships I am a member of Florida Retirement System and Florida Education Association. Feel free to attach/upload an 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. The message has been sent from 76.108.52.121 (United States) at 2018-12-02 21:22:19 on Chrome 70.0.3538.110 Entry ID: 310 Referrer: www.123formbuilder.com/form-583214/Advisory-Board-Appointment-Application Form Host: www.123formbuilder.com/form-583214/Advisory-Board-Appointment-Application Page 37 of 1278 CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-002 -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 Community Standards 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 procedure, 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 38 of 1278 Is this a grant? No Grant Amount: ATTACHMENTS: Type I Om Description Resolution approving nuisance abatement for January 15 Exhibit A Page 39 of 1278 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. R19 - 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 Community Standards 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\396C5E94-E89A-4754-BC8B-54947E767630\Boynton Beach. 14313.1.Nuisance Abatement for 011519 - Reso.docx Page 40 of 1278 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 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 2019, 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 , 2019. CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE ATTEST: Judith A. Pyle, CMC City Clerk (City Seal) YES NO C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\396C5E94-E89A-4754-BC8B-54947E767630\Boynton Beach. 14313.1.Nuisance Abatement for 011519 - Reso.docx Page 41 of 1278 Zn CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-003 -Authorize the City Manager to sign an Amendment to the Contract with Vazza Cleaning Corporation of Royal Palm Beach, Florida for Bid No. 001-2821-17/J MA for Janitorial Services for the Utilities Department for the period of February 1, 2019 thru January 31, 2020, for an estimated annual expense of $24,050. EXPLANATION OF REQUEST: Renewal Period: February 1, 2019 - January 31, 2020 The current janitorial services contract was for a two (2) year term that ended on January 31, 2019 and has the option for three (3), one (1) year renewals. The Utilities Department desires to amend the Contract Exhibit A — Specifications and General Requirements, Paragraph 4 "Work Log" from requiring at least two workers to requiring at least one worker. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Staff recommends renewing for an additional year and amending the Contract accordingly. The vendor will continue provide janitorial services with the quality and care necessary to safeguard City employees and customers FISCAL IMPACT: Funds for this expenditure are available from Utilities account no. 401-2821-536-49-17. Previous years expense Year 18/19 $24,048.60 Year 17/18 $24,048.60 ALTERNATIVES: Not approve the Renewal or Amendment and require staff to resolicit the Bid. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Page 43 of 1278 Is this a grant? Grant Amount: ATTACHMENTS: Type D Resolution D Contract D Attachment D Agreement Description Resolution approving amendment and one year renewal of Janitorial Contract Amended Contract for Janitorial Services (Vazza) Renewal Interest- Janitorial- Utilities- Vazza Page 44 of 1278 1 RESOLUTION NO. R19- 2 3 A RESOLUTION OF THE CITY OF BOYNTON 4 BEACH, FLORIDA, APPROVE AND AUTHORIZE THE 5 CITY MANAGER TO SIGN AN AMENDMENT TO THE 6 AN CONTRACT WITH VAZZA CLEANING 7 CORPORATION OF ROYAL PALM BEACH, FLORIDA 8 FOR BID NO. 001-2821-17/JMA FOR JANITORIAL 9 SERVICES FOR THE UTILITIES DEPARTMENT FOR 10 THE PERIOD OF FEBRUARY 1, 2019 THRU JANUARY 31, 11 2020, FOR AN ESTIMATED ANNUAL EXPENSE OF 12 $24,050.00.; AND PROVIDING AN EFFECTIVE DATE. 13 14 15 WHEREAS, the current janitorial services agreement was for a two (2) year term that 16 will end on January 31, 2019 and has the option for three (3), one (1) year renewals; and 17 WHEREAS, The Utilities Department desires to amend the Contract Exhibit A — 18 Specifications and General Requirements, Paragraph 4 "Work Log" from requiring at least two 19 workers to requiring at least one worker; and 20 WHEREAS, staff recommends renewing for an additional year and amending the 21 Contract accordingly. The vendor will continue provide janitorial services with the quality and 22 care necessary to safeguard City employees and customers. 23 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 24 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 25 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 26 being true and correct and are hereby made a specific part of this Resolution upon adoption 27 hereof. 28 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 29 approves an amendment to and one year renewal of the Contract for Janitorial Services for the 30 Utilities Department in response to Request for Bid #001-2821-17/JMA with Vazza Cleaning C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\D57D4271-F279-4BB1-A369-0405490296C2\Boynton Beach. 14286.1.Janitorial_Services_(VAZZA)_=Utilities_(2019_renewal)_ =Reso.docx Page 45 of 1278 31 Corporation of Royal Palm Beach, Florida with an estimated annual expenditure of $24,050.00 32 and authorizes the City Manager to sign the Contract between the parties, a copy of which is 33 attached hereto as Exhibit "A". 34 Section 3. That this Resolution shall become effective immediately. 35 PASSED AND ADOPTED this day of , 2019. 36 CITY OF BOYNTON BEACH, FLORIDA 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 ATTEST: 54 55 56 57 Judith A. Pyle, CMC 58 City Clerk 59 60 61 62 (Corporate Seal) 63 64 Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE YES NO C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\D57D4271-F279-4BB1-A369-0405490296C2\Boynton Beach. 14286.1.Janitorial_Services_(VAZZA)_=Utilities_(2019_renewal)_ =Reso.docx Page 46 of 1278 AMENDED TWO YEAR JANITORIAL SERVICES CONTRACT FOR THE UTILITIES DEPARTMENT THIS CONTRACT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and VAZZA CLEANING CORPORATION hereinafter referred to as "the Contractor', in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Contractor is retained by the City to perform janitorial services in connection with the bid designated "A TWO YEAR CONTRACT FOR JANITORIAL SERVICES FOR THE UTILITIES DEPARTMENT", BID No. 001-2821-17/JMA. 2. SCOPE OF SERVICES. Contractor agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment, and supplies. 3. TIME FOR PERFORMANCE. Work under this contract shall commence: FEBRUARY 1, 2019. Contractor shall perform all services and provide all work required pursuant to this Contract until JANUARY 31, 2020. This contract may be renewed with the same terms and conditions for two (2) additional one-year terms with Commission approval. 4. PAYMENT. The Contractor shall be paid by the City for completed work and for services rendered under this Contract as follows: a. Payment for the work provided by contactor shall be made as provided on exhibit "A" attached hereto, provided that the total amount of payment to Contractor shall not exceed $2,004.05 per month, without express written modification of the Contract signed by the City. Final payment of any balance due the Contractor of the total contract price earned will be made promptly after the completion of the work under this Contract and its acceptance by the City. Payment as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work as provided on Exhibit "A". The Contractor's records and accounts pertaining to this Contract are to be kept available for inspection by representatives of the City and State for a period of three (3) years after final payments. Copies shall be made upon request. 5. COMPLIANCE WITH LAWS. Contractor shall, in performing the services contemplated by this service Contract, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Contract. C-1 Page 47 of 1278 6. INDEMNIFICATION. Contractor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or third parties or damage to property occasioned by a negligent act, omission or failure of the Contractor. 7. INSURANCE. The Professional shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000 per occurrence to 2 million aggregate with defense costs in addition to limits; workers' compensation insurance, and vehicular liability insurance. All employees must be covered by a blanket fidelity bond in the amount of $10,000; a copy of which must be provided to the City upon notification of award. Said general liability policy shall name the City of Boynton Beach as an "additional named insured" and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 8. INDEPENDENT CONTRACTOR. The Contractor and the City agree that the Contractor is an independent contractor with respect to the services provided pursuant to this Contract. Nothing in this Contract shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Contract. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. 9. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 10. DISCRIMINATION PROHIBITED. The Contractor, with regard to the work performed by it under this Contract, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 11. ASSIGNMENT. The Contractor shall not sublet or assign any of the services covered by this Contract without the express written consent of the City. C-2 Page 48 of 1278 12. NON -WAIVER. Waiver by the City of any provision of this Contract or any time limitation provided for in this Contract shall not constitute a waiver of any other provision. 13. TERMINATION. The City reserves the right to terminate this contract without cause effective thirty days from the date of the written notice. Liability of the bidder for any and all such violation(s) shall not be affected by any such termination and his surety as required by the bidding documents, shall be enforced for any additional cost incurred to complete the annual contract. In the event of the death of a member, partner or officer of the Contractor, or any of its supervisory personnel assigned to this Contract, the surviving members of the Contractor hereby agree to complete the work under the terms of this Contract, if requested to do so by the City. This section shall not be a bar to renegotiations of this Contract between surviving members of the Contractor and the City, if the city so chooses. 14. DISPUTES. Any dispute arising out of the terms or conditions of this Contract shall be adjudicated within the courts of Florida. Further, this Contract shall be construed under Florida Law. 15. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Contractor shall be sent to the following address: Vazza Cleaning Corporation 9150 Belvedere Road, #107 Royal Palm Beach, FL 33411 Attn: Tonny Coelho 16. INTEGRATED CONTRACT. This Contract, together with attachments or addenda, represents the entire and integrated Contract between the City and the Contractor and supersedes all prior negotiations, representations, or Contracts written or oral. This Contract may be amended only by written instrument signed by both city and Contractor. C-3 Page 49 of 1278 17 PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK) 3301 Quantum Blvd., BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US 18. Scrutinized Companies By execution of this Agreement, in accordance with the requirements of F.S. 287-135 and F.S. 215.473, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or C-4 Page 50 of 1278 services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. C-4 Page 51 of 1278 DATED this day of 2019 CITY OF BOYNTON BEACH Name of Contractor Lori LaVerriere, City Manager Signature Attest/Authenticated: Judy Pyle, City Clerk Approved as to Form: Title (Corporate Seal) Attest/Authenticated: James A. Cherof, City Attorney Secretary C-5 Page 52 of 1278 EXHIBIT ` A ` A TWO YEAR CONTRACT FOR JANITORIAL SERVICES FOR THE UTILITIES DEPARTMENT BID No.: 001-2821-17/JMA SPECIFICATIONS AND GENERAL REQUIREMENTS 1. SERVICE PERFORMANCE The intent of this contract is to insure a high level of janitorial services. Performance and the quality of work will be first class in hygiene and cleanliness. Failure to meet the performance specifications as set forth in this contract will invoke remedial action. All areas serviced by this contract will be inspected routinely by the Maintenance Manager or his/her designated representative(s). These inspections will be for the purpose of assessing the contractor's performance meeting No. 19, Materials and Equipment; No. 20, Quality Standards and Workmanship; and Numbers 21 through 26, Task Schedules as described herein. Any deviations or deficiencies noted by the Maintenance Manager will be brought to the attention of the contractor through the use of the Janitorial Services Report (see sample). Any deficiencies noted in any inspections are to be corrected within twenty-four hours or become subject to remedial action as outlined herein (see No. 3, Contractual Performance). The twenty-four hour grace period may be extended in writing by the Maintenance Manager should extraordinary circumstances warrant such extension in his/her judgment. Disputes over inspections or deficiencies will be resolved in accordance with No. 17, Disputes. 2. WORK SCHEDULE Work is to be performed during Normal Operating Hours as noted in the Proposed Monthly Price Schedule for each facility unless otherwise noted or mutually agreed upon; see the Normal Operating Hours in the Proposed Monthly Price Schedule. A schedule will be furnished to the Utility Department and updated as necessary, indicating the name of the supervisor assigned to oversee the work and including the supervisor's day and evening telephone numbers. Bidders must submit a complete list of janitorial materials, equipment, products and brands to be used; (see No. 19, Materials and Equipment). Contractor will not be allowed to subcontract work under this contract unless written approval is granted by the Utilities Department Contract Administrator. The subcontractor, if approved, will be bound by the conditions of the contract between the City and the awarded contractor and will perform in accordance with all terms of the contract and specifications. All required notices, work orders, directives, and request for Page 53 of 1278 emergency services will be directed to the contractor. All direction given to the subcontractor on the work site will bind the contractor as if the notice had been given directly to the contractor. Contractor must provide a telephone number and a named contact person who can be reached during all working hours for emergencies and resolving problems. 3. CONTRACTUAL PERFORMANCE The contractor or his/her representative will meet with the Utility Department Maintenance Manager on a monthly basis, or more frequently if necessary, to discuss schedules, problems, needs, and mutual areas of concern. The use of the Janitorial Services Report will establish a system whereby notice is given by Utilities to the contractor indicating problems, complaints, and other contract discrepancies. The contractor will have one (1) twenty) -four hour daily cycle immediately following notification by a Janitorial Services Report to correct a deficiency and request a re -inspection; if the contractor fails to pass the re -inspection prior to the next regularly scheduled cleaning date, the contractor will be notified by the City and will begin a fifteen (15) day probation period. Following the fifteen (15) day probation period, unresolved deficiencies or substandard performances will be a cause for the City to issue a written 30 day termination notice. 4. WORK LOG The contractor's supervisor will be required to maintain a daily work log showing deviations from the assigned work schedule, or when work assignments have not been completed. It will be the contractor's responsibility to ensure that there is sufficient manpower, at least one worker must be available to complete the assigned tasks irrespective of sickness, holidays, vacations, or other personnel matters. Relief personnel will be provided as necessary and work overtime as necessary, at no additional cost to the City, to ensure adherence to Task Schedule. 5. TRAVEL The City of Boynton Beach will not be responsible for any travel expenses & CONTRACTOR RESPONSIBILTY Contractor will be responsible for ensuring that all employees are in compliance, at all times, with Terms, Conditions, and Specifications outlined in these bid specifications. Contractor will be responsible for obtaining employee background checks, all necessary permits, licenses, and/or registration cards, 1-9 Form (Employment Eligibility Verification) in compliance with all applicable federal, state, and local statues pertaining to services as specified (see No. 9, Personnel Requirements). 7. TAXING RESPONSIBLITY Page 54 of 1278 With submission of this bid proposal, the contractor understands that the City of Boynton Beach is not responsible for any federal, state, or locally mandated tax withholding associated with wages of the vendor's employees and/or any of its subcontractors. 8. SUPERVISION The contractor shall provide at least one (1) on-site supervisor for each crew engaged in work under this contract with the following qualifications and responsibilities. a. The on-site supervisor must possess excellent written and verbal fluency in English. b. The on-site supervisor's qualifications shall be determined by a substantiated history of at least three (3) consecutive years of on-the-job janitorial experience, including at least one (1) year of supervisory experience in the field of janitorial services. C. The on-site supervisor will be provided a pager and/or cell phone at the contractor's expense and this number will be provided to the Utilities Department. d. The on-site supervisor will be responsible for the instruction and training of personnel in e. proper work methods and procedures required for this contract. The on-site supervisor will schedule and coordinate all services and functions as required by the contract and as specified in the Task Schedules with the Maintenance Manager. g. The on-site supervisor shall be authorized by the contractor to accept and act on all directives issued by the Utilities Maintenance Manager. Failure of the on-site supervisor to act on said directives shall be sufficient cause for the City to give notice that the contractor is in default of the contract. 9. PERSONNEL REQUIREMENTS Persons employed by the contractor in the performance of services pursuant to this bid shall not be considered employees of the City, shall be independent thereof and shall have no claim against the City as to pension, workers compensation, unemployment compensation, insurance, salary, wages or other employee rights of privileges granted by operation of law or by the City of Boynton Beach and shall be 18 years of age or older. The contractor may be working in areas containing sensitive or restricted information or materials. All employees must be covered by a blanket fidelity bond in the amount of $10,000; a copy of which must be provided to the City upon notification of award. The contractor will provide uniforms to all employees. No employees will be allowed access to any area without a uniform. The minimum uniform will consist of a tee-shirt clearly identifying the company's name and will be worn at all times while working on City premises. All employees assigned by the contractor shall be fully capable, experienced, and trained in the work they are employed to perform. They shall be physically able to do the work specified in the scope of services. Page 55 of 1278 Prior to any employee of the contractor commencing work, the contractor shall submit to the Maintenance Manager, the name, home address, date of birth, social security number, sex, race, driver's license number and background checks of all employees, including supervisors of the contractor for a background check as referred to per No. 6, Contractor Responsibility. Only with permission from the Contract Administrator will the City issue an access card and a janitorial closet key for the Utilities Administration Building and East Water Treatment Plant. The access card and the janitorial closet key will be requested by the contractor upon arrival at these two (2) buildings and returned to the place of entry each and every day services are provided. Then and only then, may the contractor's employees' commence work. Entry to the West Water Treatment Plant will be requested by the contractor upon arrival; an access card or janitorial closet key is not necessary within the building. Staff members will be available for assistance if required and the contractor will notify staff when leaving the building. The contractor will be responsible for notifying the Contract Administrator of any lost City issued access cards, keys or other forms of identification that may be issued and any costs incurred for their replacement. The contractor will be responsible for surrendering City issued access cards, keys and other forms of identification that may be issued at the time of termination or the end of the contract, or final payment will be withheld. The City will have and will exercise full and complete control over granting, denying, withholding, or terminating clearance for the contractor's employees. Contractor's employees whom the City deem careless, discourteous, or otherwise objectionable or who cannot meet standards required for security or other reasons will be prohibited from entering the building(s). 10. SECURITY AND ACCESS The contractor will work in several areas which have secured access, and other areas which are open to the public for meetings, rentals, and other uses. All secured areas shall be maintained in a secured condition and will be locked immediately upon the contractor completing their daily operations. Schedules of all public meetings and uses will be provided to the contractor on a monthly basis and updated as necessary. No exterior doors will be proppedopen at any time, Daily janitorial services cannot be performed or completed in various conference rooms or meeting areas until meetings have ended. The contractor's operations will not interfere with these meetings. Meeting schedules will in no way diminish the contractor's responsibility for cleaning the meeting areas after use. 11. KEY CONTROL Page 56 of 1278 Contractor shall adequately secure the keys, access cards, other entry devices, and codes provided by the City. Contractor shall maintain a record of the key numbers issued to its employees. Contractor shall not duplicate and shall not allow such items to be duplicated. Any such item which becomes lost, missing, or stolen shall be immediately reported to the City representative by the contractor. Should the contractor lose or have stolen any keys or access cards issued to the contractor by the City, the cost of changing locks or keys to the buildings, rooms, or areas accessible by the lost or stolen keys will be deducted from the contractor's invoice to the City for the work performed under this contract. 12. SPECIAL AND UNFORESEEN WORK Due to the generalized nature of the work under this contract, instances may occur where the Utilities Department has need for additional cleaning and janitorial services outside the original intent of this contract. Requests for special work will be authorized in writing only through the Contract Administrator under the Proposed Monthly Price Schedule. An emergency contact number shall be supplied for emergency cleaning services. The contractor will be required to respond by phone within 30 minutes of the call and be on- site with one hour after contacted by the Maintenance Manager. 13. PROTECTION OF PUBLIC AND PRIVATE PROPERTY The contractor shall exercise all necessary caution to protect pedestrian traffic and all public and private property from injury and damage caused by the contractor's operations. Any practice obviously hazardous in the opinion of the Maintenance Manager shall be immediately discontinued by the contractor upon receipt of either written or oral notice to discontinue such practice. The contractor shall comply with all OSHA and other Federal, State, and Municipal safety standards and policies. Contractor shall supply for the City's review and approval Material Safety Data Sheets (MSDS) for all supplies used and shall maintain a MSDS book in the main janitorial closet in every complex. It shall be the responsibility of the successful bidder to maintain the following insurance coverage: worker's compensation insurance; property damage; liability insurance naming the City of Boynton Beach as "An Additional Insured" and vehicular liability insurance, during the time any of his/her personnel are working on City of Boynton Beach property. The vendor shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best's Key Rating Guide, latest edition (see Attachment'A'). 14. LOST AND FOUND ARTICLES Page 57 of 1278 Contractor will ensure that all articles found in City buildings or on City property by their employees while performing duties under this contract, will be returned to the Maintenance Manager or Maintenance Contact no later than one work day after finding the item. 15. JANITORIAL CLOSETS AND UTILITIES Janitorial closets shall be kept orderly and clean at all times. Contractor will use the City's utilities as needed, but without waste by ensuring all water supplies and light fixtures are turned off as cleaning is completed. 16. DISPUTES The contractor shall faithfully perform all work as set forth in these specifications. If the contractor fails to faithfully perform in accordance with the specifications, or if a dispute arises as to the quantity and/or quality of work completed, the Contractor Administrator reserves the right to withhold payment until such time that the performance dispute has been remedied. In case of any doubt or difference of opinion as to items to be furnished hereunder, the decision of the City Manager shall be final and binding upon both parties. 17. BONDING The successful bidder's Bid Bond will be returned upon award and receipt of a Performance Bond by the City. If the awarded contractor fails to perform as agreed upon in the Invitation to Bid, the City shall be entitled to collect or retain part of bond; whichever is necessary to rectify the bidder's unacceptable performance. 18. EXECUTION OF CONTRACT The successful bidder shall, upon written notification from the City, enter into a contract with the City for the performance of work awarded, and shall simultaneously provide the appropriate bonds, indemnities, and insurance required herein. Page 58 of 1278 All products/materials are to be Green Seal Certified or Bio -Renewable and approved by the City prior to their use. Failure to use the approved products/materials will result in a violation of the contract. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name or vendor catalog number is mentioned it is for the purpose of establishing a grade or quality of material only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR EQUAL is added. However, if a product other than that specified is proposed, it is the vendor's responsibility to name such a product within his bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) submitted. The City shall be the sole judge concerning the merits of the bid submitted. Exceptions are items specified as "NO SUBSTITUTES". The items to be furnished by the contractor will include, but not be limited to, the following: • All paper and soap products including paper towels, toilet paper, and soap. NO SUBSTITUTES: Toilet Tissue-REN06125WB, Single Roll, Bath Tissue, 2ply, 3-3/4 x 4 Paper Towels- REN06131-WB, Controlled Hand Roll Towel, White Hand Soap—REN02544,Antibacterial Foam Soap,200ml-2b Body Soap & Shampoo—REN002493, Renown Gen II, 2000ml, Body/Hair Shampoo Grit Soap—SPA2810-04, Grub Scrub Hand Soap w/Pumice, Flat Top Gallons • All deodorant blocks for urinals and manufacturer's approved cleaner for water - free urinals. • All plastic liners for waste receptacles. • All cleaning materials and equipment necessary to complete specifications including wiping and dust rags, mops, brooms, buckets, vacuum cleaners, buffing machines, carpet extractors, and specialty equipment including waste collection containers. • A listing of all materials and equipment to be used shall be part of the proposal and shall be of industrial or commercial type. • A record of all Material Safety Data Sheets (MSDS) for those products/materials used or stored on City property shall be maintained at each complex at all times for public reference as outlined in No. 13, Protection of Public and Private Property. Anticipated Annual Quantities of Product Usage: PAPER TOWELS: 23 cases/12 rolls per case TOILET PAPER: 23 cases/96 rolls per case GARBAGE BAGS: Small — 25 cases/100 bags per case; Large — 20 cases/100 bags per case HAND SOAP: 20 cases/2 containers per case 20. QUALITY STANDARDS AND WORKMANSHIP Page 59 of 1278 The following statements indicate the general standards and workmanship to be furnished under this contract: Garbage/Trash & Recycling All garbage/trash and recycling from the interior and exterior of the facilities is to be gathered and not co -mingled and then placed into the appropriate carts and/or containers provided by the City. (Note: The collection of garbage/trash does not include the large trash barrels throughout the grounds of our parks. Also, nothing shall be removed from desks and/or tables as all trash/recycling must be in the appropriate receptacle or next to the receptacle marked as trash or recycling in order to be collected.) All garbage/trash and recycling collection containers are to be wiped out/down as necessary to provide a clean appearance and pleasant smell and then lined with a plastic bag of the appropriate size. Paper & Soap Dispenser Maintenance All paper and soap dispensers will be filled with the specified products as noted in No. 22, Materials and Equipment. The exteriors of all dispensers are to be washed or wiped down to remove all dirt, dust, and miscellaneous debris. Malfunctioning dispensers are to be marked with a note stating "Out of Order" and reported immediately to Christopher Roschek, Utilities Engineering Manager, and (561) 742-6413. Floor Cleaning -Hard Floors NOTE: Proper safety signage will be used for the safety of the buildings' occupants and visitors should they appear when any Hard Floor Cleaning occurs. Hard floor cleaning will include open areas, in comers, behind doors, under the furniture, stairs, and stairwells. All paper clips, staples, loose material, etc., shall be picked up and properly disposed of. Dust mopped floors should be done with dust control treated mops or microfiber cloths. Wet mopping will present a clean floor that is free of streaks, smears, and dried dirt. Using dirty mop water is unacceptable and used mop water is to be dumped immediately after the completion of mopping an area. Mop water is not to be dumped in any landscaping or in any storm drains. Only approved cleaners/detergents will be used in the mop water for wet mopping hard floor surfaces. All floor drains are to be clean of dirt build-up and thoroughly rinsed after restrooms or locker room cleaning. VCT (green vinyl type flooring) & Marble to be spray buffed to show a "Wet Look" gloss. Spray buffing shall only be accomplished after the floor is cleaned of all dirt or loose material. NOTE: VCT (green vinyl type flooring) is typically used, but not limited to stairwell steps. VCT & Marble to be refinished with floors being completely stripped of all wax to the original surface of the floor, resealed with an approved product, re -coated with a minimum of three (3) coats of an approved wax allow, each coat allowed to dry before applying the next coat, and buffed using an appropriate buffing machine to show a "Wet Look" gloss. Page 60 of 1278 Ceramic Tile grout will be machine scrubbed and damp mopped to lift embedded dirt and then sealed to minimize any odors from being absorbed into the porous grout. Floor Cleaning — Car e Carpet vacuuming and cleaning will include open areas, in corners, behind doors, and under the furniture. All paper clips, staples, loose material, etc., shall be picked up and properly disposed of. Carpet vacuuming will be accomplished only with a properly maintained vacuum cleaner with a hepa-filtration system and will include carpeted floor mats; floor mats are not to be broom cleaned. Carpet is to be spot cleaned and cleaned only with an approved dry method extraction system. Heavy use carpet areas and carpeted mats will be cleaned to maintain a dirty -free appearance. Furniture Cleaning All vinyl, metal, and/or wood surfaces of furniture are to be wiped to eliminate any dust, dirt; or grime leaving the surface free of streaks and residue. Cloth surfaces of furniture will be spot cleaned with an approved dry method extraction system. Glass & Mirror Cleaning Glass and mirrored surfaces will be cleaned free from streaks, smears, and spots. Horizontal/Flat Surface Cleaning Horizontal/Flat surfaces shall be cleaned and/or dusted completely free of all loose and adhering dirt or other foreign material on the original finish of a surface. A clean surface will appear both physically and visually clean, free from streaks, or other residue. Vent Cleaning All air conditioning supply and return air vents are to be wiped down with a treated soft cloth to remove all dust, dirt, and grime. PVC Blind Cleaning PVC Blinds are to be vacuumed on both sides with a soft -brush attachment. Water Fountain Cleaning Water fountains both on the interior and exterior of the facilities are to be cleaned and sanitized and all chrome is to be polished. Break Room Cleaning Break room cleaning shall consistof Garbage/Trash & Recycling, Paper& Soap Dispenser Maintenance, Floor Cleaning, Furniture Cleaning, Glass & Mirror Cleaning, Horizontal/Flat Surface Cleaning, and the cleaning and polishing of all chrome/metal fixtures, appliance exteriors including vending machines, and the cleaning and disinfecting of sinks to be free from dirt, food particles, grease, grime, and stains. Restrooms and Locker Room Cleaning Page 61 of 1278 NOTE: Waterfree urinalswi I I be cleaned in accordance with the manufacturer's Instructions. Restroom and locker room cleaning shall consist of Garbage/Trash & Recycling, Paper & Soap Dispenser Maintenance, Floor Cleaning, Furniture Cleaning, Glass & Mirror Cleaning, Horizontal/Flat Surface Cleaning, and the cleaning and polishing of all chrome/metal fixtures, and the cleaning and disinfecting of all sinks, toilets, and urinals to be from dirt, grime, and stains. Janitorial Closets Janitorial closets will be clean with stock and equipment stored neatly. Trash and used materials/supplies including dirty mop water are not to be left in the closet at any time. All faucets/valves are left securely in the closed position. No lights are to be left on when the closet is not in use. Elevators Elevator doors and walls are to be cleaned of any dirt. Elevator floors are to be swept or vacuumed according to the type of flooring in the elevator. Exterior/Interior Window Cleaning Wash and squeegee dry all windows both on the exterior and interior leaving the glass streak -free. All dirt and dirty water must be wiped or rinsed off the window sills. 21. TASK SCHEDULES -DAILY TASKS (TASK "A") (Refer to No. 20, Quality Standards and Workmanship for details.) • Garbage/Trash & Recycling • Paper & Soap Dispenser Maintenance • Floor Cleaning —Hard Floors to be Dust Mopped • Floor Cleaning —Carpet and Carpeted Floor Mats to be vacuumed • Glass & Mirror Cleaning —Storefronts and Entranceways • Water Fountain Cleaning • Break Room Cleaning • Restrooms and Locker Room Cleaning • Janitorial Closets • Elevators 22. TASK SCHEDULE -WEEKLY TASKS TASK ("B") (Refer to No. 20, Quality Standards and Workmanship for details.) ■ Floor Cleaning -Hard Floors to Wet Mopped ■ Floor Cleaning —Carpet to be Spot Cleaned ■ Furniture Cleaning -Wipe Down ■ Horizontal/Flat Surface Cleaning 23. TASK SCHEDULE -MONTHLY TASKS ("C") (Refer to No. 20, Quality Standards and Workmanship for details.) ■ Floor Cleaning -Hard Floors (VCT & Marble) to be Spray Buffed Page 62 of 1278 ■ Vent Cleaning 24. TASK SCHEDULE -QUARTERLY TASKS TASK ("D") (Refer to No. 20, Quality Standards and Workmanship for details.) ■ Floor Cleaning -Hard Floors (Ceramic Tile) Machine Scrub Grout, Damp Mop, and Seal 25. TASK SCHEDULE -SEMI-ANNUAL TASKS TASK ("E") (Refer to No. 20, Quality Standards and Workmanship for details.) Semi-annual tasks are to be completed in February and August. Scheduling will be coordinated with the Maintenance Manager and the Departmental Contact to ensure that no programming or rentals of the facilities are scheduled ■ Floor Cleaning -Hard Floors (VCT & Marble) Refinished ■ Floor Cleaning —Carpet to be cleaned in its entirety; this is not spot cleaning ■ PVC Blind Cleaning 26. TASK SCHEDULE -ANNUAL TASK (TASK "F") (Refer to No. 20, Quality Standards and Workmanship for details.) Annual task is to be completed in February. Scheduling will be coordinated with the Maintenance Contact and the Departmental Contact to ensure that no programming or rentals of the facilities are scheduled. ■ Exterior/Interior Window Cleaning Page 63 of 1278 Page 64 of 1278 FinancelProcurement Services P.O. BOX 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 FAX. (561) 742-6316 Bid No. 001-2821-171JMA FOR JANITORIAL SERVICES FOR THE UTILITIES DEPARTMENT Yes, I agree to renew the existing agreement with the same Terms and Conditions for the renewal period of February 1, 2019 thru January 31, 2020. No, I do not wish to renew the agreement for the following reason(s): VAZZA CLEANING CORP. NAME OF COMPANY NAME OF REPRESENTATIVE (Please print) 115liq .-- DATE Via i fla o 0- mn E-MAIL ADDRESS J r r) q- - - 'UR SIGNAT TITLE (5 (9 j) (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 65 of 1278 THIS CONTRACT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and VAZZA CLEANING CORPORATION hereinafter referred to as "the Contractor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Contractor is retained by the City to perform janitorial services in connection with the bid designated "A TWO YEAR CONTRACT FOR JANITORIAL SERVICES FOR THE UTILITIES DEPARTMENT", BID No. 001-2821-17/JMA. 2. SCOPE OF SERVICES. Contractor agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment, and supplies. 3. TIME FOR PERFORMANCE. Work under this contract shall commence: FEBRUARY 1, 2017. Contractor shall perform all services and provide all work required pursuant to this Contract until JANUARY 31, 2019. This contract may be renewed with the same terms and conditions for three (3) additional one- year terms with Commission approval. 4. PAYMENT. The Contractor shall be paid by the City for completed work and for services rendered under this Contract as follows: a. Payment for the work provided by contactor shall be made as provided on exhibit "A" attached hereto, provided that the total amount of payment to Contractor shall not exceed $2,004.05 per month, without express written modification of the Contract signed by the City. Final payment of any balance due the Contractor of the total contract price earned will be made promptly after the completion of the work under this Contract and its acceptance by the City. Payment as provided in this section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work as provided on Exhibit "A". The Contractor's records and accounts pertaining to this Contract are to be kept available for inspection by representatives of the City and State for a period of three (3) years after final payments. Copies shall be made upon request. 5. COMPLIANCE WITH LAWS. Contractor shall, in performing the services contemplated by this service Contract, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Contract. C-1 Page 66 of 1278 6. INDEMNIFICATION. Contractor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's awn employees, or third parties or damage to property occasioned by a negligent act, omission or failure of the Contractor. 7. INSURANCE. The Professional shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000 per occurrence to 2 million aggregate with defense costs in addition to limits; workers' compensation insurance, and vehicular liability insurance. All employees must be covered by a blanket fidelity bond in the amount of $10,000; a copy of which must be provided to the City upon notification of award. Said general liability policy shall name the City of Boynton Beach as an "additional named insured" and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 8. INDEPENDENT CONTRACTOR. The Contractor and the City agree that the Contractor is an independent contractor with respect to the services provided pursuant to this Contract. Nothing in this Contract shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Contract. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Contractor, or any employee of Contractor. 9. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 10. DISCRIMINATION PROHIBITED. The Contractor, with regard to the work performed by it under this Contract, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex, or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 11. ASSIGNMENT. The Contractor shall not sublet or assign any of the services covered by this Contract without the express written consent of the City. C-2 Page 67 of 1278 12. NON -WAIVER. Waiver by the City of any provision of this Contract or any time limitation provided for in this Contract shall not constitute a waiver of any other provision. 13. TERMINATION. The City reserves the right to terminate this contract without cause effective thirty days from the date of the written notice. Liability of the bidder for any and all such violation(s) shall not be affected by any such termination and his surety as required by the bidding documents, shall be enforced for any additional cost incurred to complete the annual contract. In the event of the death of a member, partner or officer of the Contractor, or any of its supervisory personnel assigned to this Contract, the surviving members of the Contractor hereby agree to complete the work under the terms of this Contract, if requested to do so by the City. This section shall not be a bar to renegotiations of this Contract between surviving members of the Contractor and the City, if the city so chooses. 14. DISPUTES. Any dispute arising out of the terms or conditions of this Contract shall be adjudicated within the courts of Florida. Further, this Contract shall be construed under Florida Law. 15. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to Contractor shall be sent to the following address: Vazza Cleaning Corporation 9150 Belvedere Road, #107 Royal Palm Beach, FL 33411 Attn: Tonny Coelho 16, INTEGRATED CONTRACT, This Contract, together with attachments or addenda, represents the entire and integrated Contract between the City and the Contractor and supersedes all prior negotiations, representations, or Contracts written or oral. This Contract may be amended only by written instrument signed by both city and Contractor. C-3 Page 68 of 1278 17. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK) 100 E BOYNTON BEACH BLVD. BOYNTON BEACH, FLORIDA, 33435 561-742-6061 PYLEJ@BBFL.US C-4 Page 69 of 1278 DATED this day of ILII" 20W/ 7 CITY OF BOYNTON BEACH c:;/I Lori LaVerriere, City Manager Atte Approved as to Jambs A. Che C-5 go =1110 79 Alib. ww r r � � Title (Corporate Seal) Attest/Authenticated: Secretary Page 70 of 1278 EXHIBIT ` A A TWO YEAR CONTRACT FOR JANITORIAL SERVICES FOR THE UTILITIES DEPARTMENT BID No.: 001-2821-171JMA SPECIFICATIONS AND GENERAL REQUIREMENTS 1. SERVICE PERFORMANCE The intent of this contract is to insure a high level of janitorial services. Performance and the quality of work will be first class in hygiene and cleanliness. Failure to meet the performance specifications as set forth in this contract will invoke remedial action. All areas serviced by this contract will be inspected routinely by the Maintenance Manager or his/her designated representative (s). These inspections will be for the purpose of assessing the contractor's performance meeting No. 19, Materials and Equipment; No. 20, Quality Standards and Workmanship; and Numbers 21 through 26, Task Schedules as described herein. Any deviations or deficiencies noted by the Maintenance Manager will be brought to the attention of the contractor through the use of the Janitorial Services Report (see sample). Any deficiencies noted in any inspections are to be corrected within twenty-four hours or become subject to remedial action as outlined herein (see No. 3, Contractual Performance). The twenty-four hour grace period may be extended in writing by the Maintenance Manager should extraordinary circumstances warrant such extension in his/her judgment. Disputes over inspections or deficiencies will be resolved in accordance with No. 17, Disputes. 2. WORK SCHEDULE Work is to be performed during Normal Operating Hours as noted in the Proposed Monthly Price Schedule for each facility unless otherwise noted or mutually agreed upon; see the Normal Operating Hours in the Proposed Monthly Price Schedule. A schedule will be furnished to the Utility Department and updated as necessary, indicating the name of the supervisor assigned to oversee the work and including the supervisor's day and evening telephone numbers. Bidders must submit a complete list of janitorial materials, equipment, products and brands to be used; (see No. 19, Materials and Equipment). Contractor will not be allowed to subcontract work under this contract unless written approval is granted by the Utilities Department Contract Administrator. The subcontractor, if approved, will be bound by the conditions of the contract between the City and the awarded contractor and will perform in Page 71 of 1278 accordance with all terms of the contract and specifications. All required notices, work orders, directives, and request for emergency services will be directed to the contractor. All direction given to the subcontractor on the work site will bind the contractor as if the notice had been given directly to the contractor. Contractor must provide a telephone number and a named contact person who can be reached during all working hours for emergencies and resolving problems. 3. CONTRACTUAL PERFORMANCE The contractor or his/her representative will meet with the Utility Department Maintenance Manager on a monthly basis, or more frequently if necessary, to discuss schedules, problems, needs, and mutual areas of concern. The use of the Janitorial Services Report will establish a system whereby notice is given by Utilities to the contractor indicating problems, complaints, and other contract discrepancies. The contractor will have one (1) twenty) -four hour daily cycle immediately following notification by a Janitorial Services Report to correct a deficiency and request a re -inspection; if the contractor fails to pass the re -inspection prior to the next regularly scheduled cleaning date, the contractor will be notified by the City and will begin a fifteen (15) day probation period_ Following the fifteen (15) day probation period, unresolved deficiencies or substandard performances will be a cause for the City to issue a written 30 day termination notice. 4. WORK LOG The contractor's supervisor will be required to maintain a daily work log showing deviations from the assigned work schedule, or when work assignments have not been completed. It will be the contractor's responsibility to ensure that there is sufficient manpower, at least two workers must be available to complete the assigned tasks irrespective of sickness, holidays, vacations, or other personnel matters. Relief personnel will be provided as necessary and work overtime as necessary, at no additional cost to the City, to ensure adherence to Task Schedule. 5.TRAVEL The City of Boynton Beach will not be responsible for any travel expenses. a CONTRACTOR RESPONSIBILTY Contractor will be responsible for ensuring that all employees are in compliance, at all times, with Terms, Conditions, and Specifications outlined in these bid specifications. Contractor will be responsible for obtaining employee background checks, all necessary permits, licenses, and/or registration cards, 1-9 Form (Employment Eligibility Verification) in compliance with all applicable federal, state, and local statues pertaining to services as specified (see No. 9, Personnel Requirements). Page 72 of 1278 7. TAXING RESPONSIBILITY With submission of this bid proposal, the contractor understands that the City of Boynton Beach is not responsible for any federal, state, or locally mandated tax withholding associated with wages of the vendor's employees and/or any of its subcontractors. 8. SUPERVISIO14 The contractor shall provide at least one (1) on-site supervisor for each crew engaged in work under this contract with the following qualifications and responsibilities. a. The on-site supervisor must possess excellent written and verbal fluency in English. b. The on-site supervisor's qualifications shall be determined by a substantiated history of at least three (3) consecutive years of on-the-job janitorial experience, including at least one (1) year of supervisory experience in the field of janitorial services. C. The on-site supervisor will be provided a pager and/or cell phone at the contractor's expense and this number will be provided to the Utilities Department. d. The on-site supervisor will be responsible for the instruction and training of personnel in e. proper work methods and procedures required for this contract. f. The on-site supervisor will schedule and coordinate all services and functions as required by the contract and as specified in the Task Schedules with the Maintenance Manager. g. The on-site supervisor shall be authorized by the contractor to accept and act on all directives issued by the Utilities Maintenance Manager. Failure of the on-site supervisor to act on said directives shall be sufficient cause for the City to give notice that the contractor is in default of the contract. 9. PERSONNEL REQUIREMENTS Persons employed by the contractor in the performance of services pursuant to this bid shall not be considered employees of the City, shall be independent thereof and shall have no claim against the City as to pension, workers compensation, unemployment compensation, insurance, salary, wages or other employee rights of privileges granted by operation of law or by the City of Boynton Beach and shall be 18 years of age or older. The contractor may be working in areas containing sensitive or restricted information or materials. All employees must be covered by a blanket fidelity bond in the amount of $10,000; a copy of which must be provided to the City upon notification of award. The contractor will provide uniforms to all employees. No employees will be allowed access to any area without a uniform. The minimum uniform will consist of a tee-shirt clearly identifying the company's name and will be worn at all times while working on City premises_ Page 73 of 1278 All employees assigned by the contractor shall be fully capable, experienced, and trained in the work they are employed to perform. They shall be physically able to do the work specified inthe scope of services. Prior to any employee of the contractor commencing work, the contractor shall submit to the Maintenance Manager, the name, home address, date of birth, social security number, sex, race, driver's license number and background checks of all employees, including supervisors of the contractor for a background check as referred to per No. 6 , Contractor Responsibility. Only with permission from the Contract Administrator will the City issue an access card and a janitorial closet key for the Utilities Administration Building and East Water Treatment Plant. The access card and the janitorial closet key will be requested by the contractor upon arrival at these two (2) buildings and returned to the place of entry each and every day services are provided. Then and only then, may the contractor's employees' commence work. Entry to the West Water Treatment Plant will be requested by the contractor upon arrival; an access card or janitorial closet key is not necessary within the building. Staff members will be available for assistance if required and the contractor will notify staff when leaving the building. The contractor will be responsible for notifying the Contract Administrator of any lost City issued access cards, keys or other forms of identification that may be issued and any costs incurred for their replacement. The contractor will be responsible for surrendering City issued access cards, keys and other forms of identification that may be issued at the time of termination or the end of the contract, or final payment will be withheld. The City will have and will exercise full and complete control over granting, denying, withholding, or terminating clearance for the contractor's employees. Contractor's employees whom the City deem careless, discourteous, or otherwise objectionable or who cannot meet standards required for security or other reasons will be prohibited from entering the building(s).. 10. SECURITY AND ACCESS The contractor will work in several areas which have secured access, and other areas which are open to the public for meetings, rentals, and other uses. All secured areas shall be maintained in a secured condition and will be locked immediately upon the contractor completing their daily operations. Schedules of all public meetings and uses will be provided to the contractor on a monthly basis and updated as necessary. No exterior doors vvill be propped open at any time. Daily janitorial services cannot be performed or completed in various conference rooms or meeting areas until meetings have ended. The contractor's operations will not Page 74 of 1278 interfere with these meetings. Meeting schedules will in no way diminish the contractor's responsibility for cleaning the meeting areas after use. 11. KEY CONTROL Contractor shall adequately secure the keys, access cards, other entry devices, and codes provided bythe City. Contractor shall maintain a record of the key numbers issued to its employees. Contractor shall not duplicate and shall not allow such items to be duplicated. Any such item which becomes lost, missing, or stolen shall be immediately reported to the City representative by the contractor. Should the contractor lose or have stolen any keys or access cards issued to the contractor by the City, the cost of changing locks or keys to the buildings, rooms, or areas accessible by the lost or stolen keys will be deducted from the contractor's invoice to the City for the work performed under this contract. 12. SPECIAL AND UNFORESEEN WORK Due to the generalized nature of the work under this contract, instances may occur where the Utilities Department has need for additional cleaning and janitorial services outside the original intent of this contract. Requests for special work will be authorized in writing only through the Contract Administrator under the Proposed Monthly Price Schedule_ An emergency contact number shall be supplied for emergency cleaning services. The contractor will be required to respond by phone within 30 minutes of the call and be on- site with one hour after contacted by the Maintenance Manager. 13. PROTECTION OF PUBLIC AND PRIVATE PROPERTY The contractor shall exercise all necessary caution to protect pedestrian traffic and all public and private property from injury and damage caused by the contractor's operations. Any practice obviously hazardous in the opinion of the Maintenance Manager shall be immediately discontinued by the contractor upon receipt of either written or oral notice to discontinue such practice. The contractor shall comply with all OSHA and other Federal, State, and Municipal safety standards and policies. Contractor shall supply for the City's review and approval Material Safety Data Sheets (MSDS) for all supplies used and shall maintain a MSDS book in the main janitorial closet in every complex. It shall be the responsibility of the successful bidder to maintain the following insurance coverage: worker's compensation insurance; property damage; liability insurance naming the City of Boynton Beach as "An Additional Insured" and vehicular liability insurance, during the time any of his/her personnel are working on City of Boynton Beach property. The vendor shall furnish the City with a certificate of insurance after award has been Page 75 of 1278 made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best's Key Rating Guide, iatest edition (see Attachment'A'). 14. LOST AND FOUND ARTICLES Contractor will ensure that all articles found in City buildings or on City property by their employees while performing duties under this contract, will be returned to the Maintenance Manager or Maintenance Contact no later than one work day after finding the item. 15. JANITORIAL CLOSETS AND UTILITIES Janitorial closets shall be kept orderly and clean at all times. Contractor will use the City's utilities as needed, but without waste by ensuring all water supplies and light fixtures are turned off as cleaning is completed. 16. DISPUTES The contractor shall faithfully perform all work as set forth in these specifications. If the contractor fails to faithfully perform in accordance with the specifications, or if a dispute arises as to the quantity and/or quality of work completed, the Contractor Administrator reserves the right to withhold payment until such time that the performance dispute has been remedied. In case of any doubt or difference of opinion as to items to be furnished hereunder, the decision of the City Manager shall be final and binding upon both parties. 17. BONDING The successful bidder's Bid Bond will be returned upon award and receipt of a Performance Bond by the City. If the awarded contractor fails to perform as agreed upon in the Invitation to Bid, the City shall be entitled to collect or retain part of bond; whichever is necessary to rectify the bidder's unacceptable performance. 18. EXECUTION OF CONTRACT The successful bidder shall, upon written notification from the City, enter into a contract with the City for the performance of work awarded, and shall simultaneously provide the appropriate bonds, indemnities, and insurance required herein. Page 76 of 1278 19. MATERIALS AND EQUIPMENT All products/materials are to be Green Seal Certified or Bio -Renewable and approved by the City prior to their use. Failure to use the approved products/materials will result in a violation of the contract. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name or vendor catalog number is mentioned it is for the purpose of establishing a grade or quality of material only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR EQUAL is added. However, if a product other than that specified is proposed, it is the vendor's responsibility to name such a product within his bid and to prove to the City that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on item(s) submitted. The City shall be the sole judge concerning the merits of the bid submitted. Exceptions are items specified as "NO SUBSTITUTES". The items to be furnished by the contractor will include; but not be limited to, the following: • All paper and soap products including paper towels, toilet paper, and soap. NO SUBSTITUTES: Toilet Tissue-REN06125WB, Single Roll, Bath Tissue, 2ply, 3-3/4x4 Paper Towels-REN06131-WB, Controlled Hand Roll Towel, White Hand Soap—REN02544,Antibacterial Foam Soap,200m1-2b Body Soap & Shampoo—REN002493, Renown Gen II, 2000ml, Body/Hair Shampoo Grit Soap—SPA2810-04, Grub Scrub Hand Soap w/Pumice, Flat Top Gallons • All deodorant blocks for urinals and manufacturer's approved cleaner for water - free urinals. • All plastic liners for waste receptacles. • All cleaning materials and equipment necessary to complete specifications including wiping and dust rags, mops, brooms, buckets, vacuum cleaners, buffing machines, carpet extractors, and specialty equipment including waste collection containers. • A listing of all materials and equipment to be used shall be part of the proposal and shall be of industrial or commercial type. • A record of all Material Safety Data Sheets (MSDS) for those products/materials used or stored on City property shall be maintained at each complex at all times for public reference as outlined in No. 13, Protection of Public and Private Property. Anticipated Annual Quantities of Product Usage: PAPER TOWELS: 23 cases/12 rolls per case TOILET PAPER: 23 cases/96 rolls per case GARBAGE BAGS: Small — 25 cases/100 bags per case; Large — 20 cases1100 bags per case HAND SOAP: 20 cases/2 containers per case Page 77 of 1278 20. QUALITY STANDARDS AND WORKMANSHIP The following statements indicate the general standards and workmanship to be furnished under this contract: Garbage/Trash & Recycling All garbage/trash and recycling from the interior and exterior of the facilities is to be gathered and not co -mingled and then placed into the appropriate carts and/or containers provided by the City. (Note: The collection of garbage/trash does not include the large trash barrels throughout the grounds of our parks. Also, nothing shall be removed from desks and/or tables as all trash/recycling must be in the appropriate receptacle or next to the receptacle marked as trash or recycling in order to be collected.) All garbage/trash and recycling collection containers are to be wiped out/down as necessary to provide a clean appearance and pleasant smell and then lined with a plastic bag of the appropriate size. Paper & Soap Dispenser Maintenance All paper and soap dispensers will be filled with the specified products as noted in No. 22, Materials and Equipment. The exteriors of all dispensers are to be washed or wiped down to remove all dirt, dust, and miscellaneous debris. Malfunctioning dispensers are to be marked with a note stating "Out of Order" and reported immediately to Christopher Roschek, Utilities Engineering Manager, and (561) 742-6413. Floor Cleaning -Hard Floors NOTE: Proper safety signage will be used for the safety of the buildings' occupants and visitors should they appear when any Hard Floor Cleaning occurs. Hard floor cleaning will include open areas, in comers, behind doors, under the furniture, stairs, and stairwells. All paper clips, staples, loose material, etc., shall be picked up and properly disposed of. Dust mopped floors should be done with dust control treated mops or microfiber cloths. Wet mopping will present a clean floor that is free of streaks, smears, and dried dirt. Using dirty mop water is unacceptable and used mop water is to be dumped immediately after the completion of mopping an area. Mop water is not to be dumped in any landscaping or in any storm drains. Only approved cleaners/detergents will be used in the mop water for wet mopping hard floor surfaces_ All floor drains are to be clean of dirt build-up and thoroughly rinsed after restrooms or locker room cleaning. VCT (green vinyl type flooring) & Marble to be spray buffed to show a "Wet Look" gloss. Spray buffing shall only be accomplished after the floor is cleaned of all dirt or loose material. NOTE: VCT (green vinyl type flooring) is typically used, but not limited to stairwell steps. VCT & Marble to be refinished with floors being completely stripped of all wax to the original surface of the floor, resealed with an approved product, re -coated with a minimum of three Page 78 of 1278 (3) coats of an approved wax allow, each coat allowed to dry before applying the next coat, and buffed using an appropriate buffing machine to show a "Wet Look" gloss. Ceramic Tile grout will be machine scrubbed and damp mopped to lift embedded dirt and then sealed to minimize any odors from being absorbed into the porous grout. - Flour Cleaning — Carpet Carpet vacuuming and cleaning will include open areas, in corners, behind doors, and under the furniture. All paper clips, staples, loose material, etc., shall be picked up and properly disposed of. Carpet vacuuming will be accomplished only with a properly maintained vacuum cleaner with a hepa-filtration system and will include carpeted floor mats; floor mats are not to be broom cleaned. Carpet is to be spot cleaned and cleaned only with an approved dry method extraction system. Heavy use carpet areas and carpeted mats will be cleaned to maintain a dirty -free appearance. Furniture Cleaning All vinyl, metal, and/or wood surfaces of furniture are to be wiped to eliminate any dust, dirt, or grime leaving the surface free of streaks and residue. Cloth surfaces of furniture will be spot cleaned with an approved dry method extraction system. Glass & Mirror Cleaning Glass and mirrored surfaces will be cleaned free from streaks, smears, and spots. Horizontal/Flat Surface Cleaning Horizontal/Flat surfaces shall be cleaned and/or dusted completely free of all loose and adhering dirt or other foreign material on the original finish of a surface. A clean surface will appear both physically and visually clean, free from streaks, or other residue. Vent Cleaning All air conditioning supply and return air vents are to be wiped down with a treated soft cloth to remove all dust, dirt, and grime. PVC Blind Cleaning PVC Blinds are to be vacuumed on both sides with a soft -brush attachment. Water Fountain Cleaning Water fountains both on the interior and exterior of the facilities are to be cleaned and sanitized and all chrome is to be polished. Break Room Cleaning Break room cleaning shall consist of Garbage/Trash & Recycling, Paper & Soap Dispenser Maintenance, Floor Cleaning, Furniture Cleaning, Glass & Mirror Cleaning, Horizontal/Flat Surface Cleaning, and the cleaning and polishing of all chrome/metal fixtures, appliance exteriors including vending machines, and the cleaning and disinfecting of sinks to be free from dirt, food particles, grease, grime, and stains. Page 79 of 1278 Restrooms and Locker Room Cleaning NOTE: Waterfree urinals w I I be cleaned in accordance with the manufacturer's Instructions. Restroom and locker room cleaning shall consist of Garbage/Trash & Recycling, Paper & Soap Dispenser Maintenance, Floor Cleaning, Furniture Cleaning, Glass & Mirror Cleaning, Horizontal/Flat Surface Cleaning, and the cleaning and polishing of all chrome/metal fixtures, and the cleaning and disinfecting of all sinks, toilets, and urinals to be from dirt, grime, and stains. Janitorial Closets Janitorial closets will be clean with stock and equipment stored neatly. Trash and used materials/supplies including dirty mop water are not to be left in the closet at any time. All faucets/valves are left securely in the closed position. No lights are to be left on when the closet is not in use. Elevators Elevator doors and walls are to be cleaned of any dirt. Elevator floors are to be swept or vacuumed according to the type of flooring in the elevator. Exterior/Interior Window Cleaning Wash and squeegee dry all windows both on the exterior and interior leaving the glass streak -free. All dirt and dirty water must be wiped or rinsed off the window sills. 21. TASK SCHEDULES -DAILY TASKS (TASK"A") (Refer to No. 20, Quality Standards and Workmanship for details.) • Garbage/Trash & Recycling • Paper & Soap Dispenser Maintenance • Floor Cleaning —Hard Floors to be Dust Mopped • Floor Cleaning —Carpet and Carpeted Floor Mats to be vacuumed • Glass & Mirror Cleaning —Storefronts and Entranceways • Water Fountain Cleaning • Break Room Cleaning • Restrooms and Locker Room Cleaning • Janitorial Closets • Elevators 22. TASK SCHEDULE -WEEKLY TASKS TASK ("B") (Refer to No. 20, Quality Standards and Workmanship for details.) ® Floor Cleaning -Hard Floors to Wet Mopped ® Floor Cleaning —Carpet to be Spot Cleaned ■ Furniture Cleaning -Wipe Down ® Horizontal/Flat Surface Cleaning 23. TASK SCHEDULE -MONTHLY TASKS ("C") (Refer to No. 20, Quality Standards and Workmanship for details.) Page 80 of 1278 ■ Floor Cleaning -Hard Floors (VCT & Marble) to be Spray Buffed ® Vent Cleaning 24. TASK SCHEDULE -QUARTERLY TASKS TASK ("D") (Refer to No. 20, Quality Standards and Workmanship for details.) ■ Floor Cleaning -Hard Floors (Ceramic Tile) Machine Scrub Grout, Damp Mop, and Seal 25. TASK SCHEDULE -SEMI-ANNUAL TASKS TASK ("E") (Refer to No. 20, Quality Standards and Workmanship for details.) Semi-annual tasks are to be completed in February and August. Scheduling will be coordinated with the Maintenance Manager and the Departmental Contact to ensure that no programming orrentals of the facilities are scheduled ■ Floor Cleaning -Hard Floors (VCT & Marble) Refinished ® Floor Cleaning — Carpet to be cleaned in its entirety; this is not spot cleaning ■ PVC Blind Cleaning 26. TASK SCHEDULE -ANNUAL TASK (TASK "F") (Refer to No. 20, Quality Standards and Workmanship for details.) Annual task is to be completed in February. Scheduling will be coordinated with the Maintenance Contact and the Departmental Contact to ensure that no programming or rentals of the facilities are scheduled. • Exterior/Interior Window Cleaning Page 81 of 1278 C00111 CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-004 - Authorize the City Manager to sign an agreement utilizing the City of West Palm Beach, FL contract No. 20600, Procurement No. ITB 16-17-144 with Pace Analytical Services, LLC. for Lab Analysis of Potable and Non -Potable Water with the same terms, conditions, specifications and pricing. The maximum anticipated annual expenditure for these laboratory services is $34,000. EXPLANATION OF REQUEST: Supplemental laboratory testing services are needed to complement the testing services that the City of Boynton Beach Utilities Laboratory already performs for monitoring and compliance purposes related to treatment of water and wastewater. In addition, this agreement will provide laboratory services required by the Florida Department of Environmental Protection for the City owned landfill. Utilities will piggyback an existing City of West Palm Beach contract with Pace Analytical Services, LLC. for supplemental environmental laboratory services. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The use of this agreement will enhance the services provided by Utilities and Public Works. FISCAL IMPACT: Budgeted Budgeted funding is available in Utilities account 401-2819-536-49.40 ($26,000.00) and Public Works account 431-2515-534-49.17 ($8,000.00) ALTERNATIVES: I n the past, Pace Analytical has provided good service at a reasonable cost. We do not have knowledge of any feasible alternatives at this time. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? Page 82 of 1278 Grant Amount: ATTACHMENTS: Type D Resolution D Agreement Description Resolution approving piggy -back agreement with Pace Analytical Piggy -back Agreement with Pace Analytical Agreement with City of West Palm each Page 83 of 1278 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 NO. R19 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN AN AGREEMENT WITH PACE ANALYTICAL SERVICES, LLC., UTILIZING THE WEST PALM BEACH CONTRACT NO. 20600, PROCUREMENT NO. ITB 16-17-144 IN THE ANNUAL AMOUNT OF $34,000.00; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, Supplemental laboratory testing services are needed to complement the testing services that the City of Boynton Beach Utilities Laboratory already performs for monitoring and compliance purposes related to treatment of water and wastewater; and WHEREAS, this agreement will provide laboratory services required by the Florida Department of Environmental Protection for the City owned landfill; and WHEREAS, the City Commission of the City of Boynton Beach, upon the recommendation of staff, deems it in the best interest of the citizens and residents of the City of Boynton Beach to approve and authorize the City Manager to sign an Agreement with Pace Analytical Services, LLC., for lab analysis of potable and non -potable water under West Palm Beach Contract No. 20600, Procurement No. ITB 16-17-144 in the annual amount of $34,000.00. 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 hereby approves and authorizes the City Manager to sign an Agreement with Pace Analytical Services, LLC., for lab analysis of potable and non -potable water under West Palm Beach Contract No. 20600, C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\6A5C9734-09F0-473D-A829-AEE558B50449\Boynton Beach. 14321.1.Piggy-back -_West Palm_Beach_(Lab_Analysis)_Pace_-_Reso.docx Page 84 of 1278 29 Procurement No. ITB 16-17-144 in the annual amount of $34,000.00, a copy of which is 30 attached hereto as Exhibit "A" 31 Section 3. That this Resolution shall become effective immediately upon passage. 32 PASSED AND ADOPTED this day of , 2019. 33 CITY OF BOYNTON BEACH, FLORIDA 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 ATTEST: 49 50 51 52 Judith A. Pyle, CMC 53 City Clerk 54 55 56 (Corporate Seal) 57 Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE YES NO C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\6A5C9734-09F0-473D-A829-AEE558B50449\Boynton Beach. 14321.1.Piggy-back -_West Palm_Beach_(Lab_Analysis)_Pace_-_Reso.docx Page 85 of 1278 LAB ANALYSIS OF POTABLE AND NON -POTABLE WATER This Agreement is made as of this day of , 2019 by and between PACE ANALYTICAL SERVICES, LLC., a Foreign Limited Liability Company authorized to do business in the State of Florida with a principal address of 1800 Elm Street, SE, Minneapolis, MN ("PACE"), and THE CITY OF BOYNTON BEACH, a Florida municipal corporation, with a mailing address of Post Office Box 310, Boynton Beach, FL 33425 (the "City"). RECITALS WHEREAS, supplemental laboratory testing services are needed to complement the testing services that the City of Boynton Beach Utilities Laboratory already performs for monitoring and compliance purposes related to treatment of water and wastewater. In addition, this agreement will provide laboratory services required by the Florida Department of Environmental Protection for the City owned landfill; and WHEREAS, PACE, has agreed to allow the City to piggy -back the City of West Palm Beach Contract No. 20600, Procurement No. ITB 16-17-144 to provide lab analysis of potable and non -potable water for an estimated annual expenditure of $34,000.00 at prices based on City of West Palm Beach contract; and NOW THEREFORE, in consideration of the mutual covenants contained herein, and for other valuable consideration received, the receipt and sufficiency of which are hereby acknowledged, the parties agree as follows: AGREEMENT Section 1. The foregoing recitals are true and correct and are hereby incorporated in this Agreement. Section 2. The City and PACE agree that PACE shall provide lab analysis of potable and non -potable water for an estimated annual expenditure of $34,000.00 at prices based on City of West Palm Beach Contract No. 20600, Procurement No. ITB 16-17-144, a copy of which is attached hereto as Exhibit "A", except as hereinafter provided: A. All references to the City of West Palm Beach shall be deemed as references to the City of Boynton Beach. B. All Notices to the City shall be sent to: Page 1 S:ACA\AGMTS\Piggyback(WPB—Pace Analytical) Lab Analysis.docx Page 86 of 1278 City: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, Florida 33425 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 C. The following terms and conditions are hereby incorporated into the Agreement: Scrutinized Companies By execution of this Agreement, in accordance with the requirements of F. S. 287-135 and F.S. 215.473, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Section 3. In the event that the City of West Palm Beach Contract is amended, or terminated, PACE shall notify the City within ten (10) days. In the event the City of West Palm Beach 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. Page 2 S:ACA\AGMTS\Piggyback(WPB—Pace Analytical) Lab Analysis.docx Page 87 of 1278 Section 4. PACE agrees that in the event it enters into a Contract for the same (or substantially similar) scope of services with another local government in Florida which contains a term or condition, including fees, charges or costs, which the City determines to be more favorable than the terms in this Contract, the parties shall enter into an Addendum to provide those terms to the City. Section 5. The insurance required shall require that the Certificate of Insurance name the City of Boynton Beach as an additional insured. Section 6. In all other aspects, the terms and conditions of the City of West Palm Beach Contract 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: City Clerk APPROVED AS TO FORM: James A. Cherof, City Attorney WITNESSES: ATTEST: SECRETARY CITY OF BOYNTON BEACH, FLORIDA Lori LaVerriere, City Manager PACE ANALYTICAL SERVICES, LLC., Print Name: Title: Page 3 S:ACA\AGMTS\Piggyback(WPB —Pace Analytical) Lab Analysis.docx Page 88 of 1278 EXHIBIT A AGREEMENT BETWEEN CITY OF WEST PALM BEACH AND PACE ANALYTICAL SERVICES, LLC., Page 4 S:ACA\AGMTS\Piggyback(WPB —Pace Analytical) Lab Analysis.docx Page 89 Of 1 278 1 A . Provider shall provide ft following services (which services are hereinafter referred to as the -SeMces Laboratory analysis oof water samples Collected from ClVd Water Treatment P Reginal Water Reclamation Facility for compliance or monitoring purposes. lant and the East Con A. Provider will analyze samples of drinking water waste water, industrial pretreatment waste waler, sou water (surface or ground water), sediment 0'r any other samples as needed from the City,$ Wa Treatment Plant (WTP) located at Banyan B ity's Wa oulevard as well as from the East Central ed Regional RecUrnation Plant (WWP) locatat 4325 N. Haverhill Road. I'lit VII4If Page 90 of 1278 descriptions, method detection limits, practical quantitation limits, method description, dilutions, sample preparer, preparation date, preparation time, sample analyst, analysis date, analysis time, collector, collection date, collection time, sample location, reporter, reporting date, and unique identification for each sample along with the sample chain-of-custody to the -City's laboratory personnel within seven to ten (7 to 10) business days from the date of sample receipt. if a test requires more time for analysis the Provider shall inform the City laboratory personnel at the time of sample receipt. F. as ned Each sample report must include appropriate attno additional �cost to theCity. ble QC data The City mayt least level lrequestida bn FDEP) as well as adequate COC recd an editable electronic deliverable format (EDD) or other customized data deliverables. These deliverables must be formatted in such manner as to satisfy compatibility with FDEP. STORET, City's LIMS data uploading or any other specified format provided by the City. Definitions and format requirements will be supplied by City's laboratory services. All subcontracted samples shall be analyzed in a lab certified by NELAP in the State of Florida with a specific EPAIState laboratory certification iD. For Drinking water samples, results may be required on FDEP drinking water forms. G. Provider shall provide annual updates of QA/QC program and NELAP certification documents and upon discovery of any unusual or suspect sample results must notify by E-mail or phone call the City laboratory personnel. Provider shall notify the City's lab personnel of the need to resample due to sample handling, analysis errors or any other sampling issues. The Provider shall notify City laboratory staff of a resampling need as soon as practical allowing for timely resampling to fulfill regulatory requirements. H. Provider shall notify the City's laboratory personnel within 24 hours when a sample result indicates violation of the Safe Water Drinking Act, the Clean Water Act, FDEP Drinking water rules or other applicable permits and or consent decrees. Examples include but are not limited to: acute or MCL violation of Total Coliform rule or AL violation of Lead and Copper rule or RDL (Regulatory Detection Limit) or MCL (Maximum Contaminant Limit) exceedance for drinking water samples. The City's laboratory personnel will indicate special permit or other requirements as they arise. I. Provider shall maintain proper custody of all samples submitted for no less than 30 days or as specified by City lab personnel for specific samples or projects. J. Provider shall perform each of the services, terms and conditions set forth in the Invitation to Bid, which is hereby incorporated by reference in its entirety into this Agreement, and in accordance with its Proposal which is incorporated by reference into this Agreement. 1.2 Compliance with Laws. Sample preservation, laboratory testing, method detection limits, including quality control procedures, shall be performed in accordance with methods approved by the F.D.E.P in Sections 62- 4.246 and 62.160, Florida Administrative Code, approvemethods published by the F.D.E.P, or as published in Standard Methods, S.S.T.M, or EPA approved methods. All analysis will be conducted within the holding times d specified by CFR 40 Part 136 and the F.D.E.P. Standard Operating Procedures. All laboratory analytical results shall be submitted in accordance with Sec. 62-160.340, Florida Administrative Code. All Services performed shall be in compliance with City, County of Palm Beach, State of Florida and Federal regulations, codes and standards. 1.3Certification. Provider shall remain NELAP certified for all analytes/methods and matrices requested and must notify City's laboratory services within 15 days of loss of any certification that would compromise analytical compliance. Provider must notify the City Laboratory Services personnel when certification is revoked by NELAP within thirty (30) days of notice from NELAP. Provider shall provide annual updates of QAIQC program and NELAP certification documents. 1.4 Corrections. Provider will assume all costs for re-sampling and analysis of samples either mishandled or analyzed incorrectly by Provider and or their subcontractors. 1.5 Non-Exclusive. This Agreement is non-exclusive and the City reserves the right to contract and utilize other providers for the same or similar services. No specific amount of work or compensation is guaranteed to Provider under this Agreement. 20600 Pace Analytical Lab Anaysis 1.16.18 Page 91 of 1278 1.6 Di specifically made a part Of this Agreement that before, during and after a pub emergency, disaster, hurricane, flood or Act ofGod o , the City shall receive drinking water testing services on "first pririty" basis. 1.7 Provider shall render the Services in a diligent, careful and thorough manner consistent with good business 7k,,ractice. Time shall be of the essence with respect to all matters set forth in this Agreement. 2.1 RjM. in consideration of the satisfactory performance of the Services and its obligations under this Agreement by Provider, the City shall pay Provider in accordance vAth the Prices set forth in Schedule A attached hereto and incorporated into this Agreement by reference. 2.2 Prioritv Pricin(j. Premium charges for priority processing of samples, when requested by City, shall be paid as follows 24 hours 48 hours 72 hours 2.3 The City shall pay Provider the Fee indicated above (the "Fee"). Unless otherwise indicated, the Fee sh be the sole compensation paid to Provider in connection vAth the rendition of the Services and the performan of any and all of its other obligations under dthis Agreement and shall include any out-of-pocket or othj expenses, incluing ted ravel expenses, incurrby Provider. 3. Invoices. Invoices must identify the PO number and shall be submitted to: West Palm Beach Finance Department Attn: Accounts Payable P.O. Box 3366 West Palm Beach, FL 33402-3366. Invoices shall show the nature of the service and dates(s) of service. Invoices based on hourly rate=sshall sh(I the actual hours worked, person performing services, nature of the service. h ;Wk%6- a 011� 110�,LIIAAQ I*i S. Term. This Agreement shall commence upon full execution by the parties and continue for a period of threz (3) years. The City shall execute this Agreement last. This Agreement may be renewed for two (2) additional one (1) year terms upon the mutual written agreement of the parties 6. Represent S. Warranties and Covenants of Provicim 6.1 Authority. Provider hereby represents andwarrants to the City that it has full power an auA hority to enter into and fully perform its obligations under this Agreement without d the need for any further corporate or governmental consents or approvals, and that the persons executing this Ag oreement are authrized to execute and deliver 6.2 Duly Licensed. Provider represents that it is duly licensed to perform the Services under this Agreement and that it will continue to maintain all licenses and approvals required to conduct its business. 3 Page 92 of 1278 6.3 No Contingency. Provider warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Provider, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for Provider, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. In the event of a breach or violation of this provision by Provider, the City tshallfee have or otherwise treco recover, the full amountAgreement of suchwithout fee,liability commission, percentage, gift, or on, to deduct from the consideration. 7. Standard of Care. The standard of care for all Services performed or furnished by Provider under this Agreement will be superior to the care and skill ordinarily used by members of Provider's profession practicing under similar circumstances or at the same time and in the same locality. s. Com liance with Laws. In the conduct of the Services under this Agreement, Provider shall comply in all material respects with all applicable federal and state laws and regulations and all applicable county and City ordinances and regulations, including ethics and procurement requirements. 9. Inde endent Contractor. It is specifically understood that Provider is an independent contractor. (i) Provider acknowledges that its employees will not be covered by the City's worker's' compensation insurance; (ii) Provider shall be responsible for social security, unemployment and disability taxes and all other payroll taxes due with respect to Provider's employees who provide Services under this Agreement; (iii) Provider shall have no authority to bind City to any contractual or other obligation whatsoever; (iv) Provider shall be responsible to the City for all work or services performed by Provider, its employees, agents, or subcontractors under this Agreement. 10. Riaht to Audit. Provider shall maintain adequate records for the Services performed under this Agreement for five (5) years following completion of the Services, or conclusion of any litigation regarding this ,agreement. The City shall have the right to audit Provider's books and records, at the City's expense, upon prior notice, with regard to the Services provided to the City under this Agreement. Provider shall allow the City or its representative to interview all current or former employees to discuss matters pertinent to this Agreement. If an audit inspection in accordance with this section discloses overpricing or overcharges (of any nature) by Provider to the City in excess of one-half of one percent (.5%) of the total contract billings, (1) the reasonable costs of the City's internal Audit department shall be reimbursed to the City by the Provider and (2) a 15% penalty of the overpricing or overcharges shall be assessed. Any adjustments and/or payments which must be made as a result of the audit inspection, including any interest, audit costs and penalties shall be made by the Provider within 45 days from presentation of City's findings to Provider. Failure by Provider to permit such audit shall be grounds for termination of this Agreement by the City. 11. Property Rights. Any work product, including but not limited to data, reports, plans, drawings, tracings, sketches, photographs, videos, illustrations, presentations, PowerPoint, specifications, maps, computer files, electronic data, and other documents (electronic or paper) prepared or created in the course of the performance of the Services or obtained in the performance of this Agreement, as well as all data collected, together with summaries and charts derived therefrom, will be considered works made for hire and shall be the exclusive property of the City upon their creation without restriction or limitation on their use and will be made available, upon request, to the City at any time during the performance of such Services. Upon delivery to the City of said work product, the City will become the custodian thereof in accordance with Chapter 119, Florida Statutes. Provider will not copyright any material or work product developed under this Agreement. Any reuse of Provider's prepared documents by the City, except for the specific purpose intended hereunder, will be at City's sole risk and without liability or legal exposure to Provider or its sub -contractors. 12 Insurance. Provider shall purchase from and maintain during the term of the Services, and all applicable statutes of limitation periods, the following insurance: (a) Comprehensive General Liability insurance in an amount not less than $1,000,000.00 Combined Single Limit per occurrence and $1,000,000 aggregate, which may not be subject to a self-insured retention or deductible exceeding $25,000. 20600 Pace Analytical Lab Anaysis 1.16.18 Page 93 of 1278 employees. • • in this Agreement shall be cleemeu to HIMIM of the City of West Palm Beach or the protections and limits set forth in Section 768.28, Florida Statutes. Th clause shall survive the expiration or termination of this Agreement. i 14. T.OrminatiOn. 14.1 The City shall have the right to terminate this Agreement, in whole or in part, with or without cause, and for its convenience, upon five (5) calendar days written notice to Provider. In the event of termination, the City shall compensate the Provider for all authorized Services satisfactorily performed through the termination date under the payment terms contained in this Agreement. 14.2 Provider shall immediately deliver all documents, written information, electronic data and other materials concerning City projects in its possession to the City and shall cooperate in transition of its consulting duties to appropriate parties at the direction of the City. 14.3 Upon termination, this Agreement shall have no further force or effect and the parties shall be relieved of all further liability hereunder, except that the provisions of this Section and the provisions regarding the right to audit, property rights, insurance, indemnification, governing law and litigation shall survive termination of this Agreement and remain in full force and effect. 16. lyffranty. Provider shall warrant that the Services shall be free from improper workmanship and/or defective materials for one (1) year from completion. 16., Notices. Notices required hereunder shall be given by written notice sent by registered U.S. mail, return receipt requested, or by electronic transmission producing a written record, if to the City, to P.O. Box 3366, West Palm Beach, FL 33402, attention: City Administrator, and if to Provider, to the address set forth above. 17. Taxes. Provider understands that in performing the Services for the City, Provider is not exempt from paying sales tax to Provider's suppliers for materials required for Provider to perform under this Agreement. Provider shall not be authorized to use City's tax exemption number for purchasing supplies or materials. 18. &vailabift of Funds. This Agreement is expressly conditioned upon the availability of funds lawfully appropriated for the purposes of this Agreement, as determined in the sole discretion of the City. If funding for this Agreement is in multiple fiscal years, funds must be appropriated each year. Nothing in this paragraph shall prevent the making of contracts with a term of more than one year, but any contract so made shall be executory only for services to be paid for in succeeding fiscal years. This Agreement is not a commitment of future appropriations. In the event funds to finance this Agreement become unavailable, the City may terminate this Agreement upon no less than twenty-four (24) hours notice to Provider. The City shall be the sole and final authority as to the availability of funds. 19. LobbyingCertification. Provider certifies to the best of its knowledge and belief that no funds or other resources received from the State in connection with this Agreement will be used directly or indirectly to influence legislation or any other official action by the Florida Legislature or any state agency. 20. Non Discrimination. Provider shall not, in performance under this Agreement, discriminate against any person because of race, color, religion, sex, gender identity or expression, genetic information, national origin, age, disability, familial status, marital status or sexual orientation. Provider represents that Provider (or any affiliate of Provider) has not been placed on the discriminatory vendor list maintained by the Florida Department of Management Services, pursuant to Sec. 287.134, Fla. Stat. 21. Public Ent! Crimes Act. Provider represents that the execution of this Agreement will not violate the Public Entity Crimes Act (Section 287.133, Florida Statutes), and certifies that Provider and its subcontractors under this Agreement have not been placed on the convicted vendor list maintained by the State of Florida Department of Management Services within 36 months from the date of submitting a proposal for this Agreement or entering into this Agreement. Violation of this section may result in termination of this Agreement 20600 Pace Analytical Lab Anaysis 1.16.18 Page 95 of 1278 and every other term and provision of this Agreement shall be deemed valid and enforceable to the maxknum extent permitted by law. 30. Iffa-Live—r. Any waiver by ether party hereto of any one or mor the venan , cond ions o p vi on of -waiver of any subsequent or other breach of the same or any this Agreement, shall not be construed to be a e Of cO ts it r ro si s Covenant condition or provision of this Agreement. 31. hjLqjnqs. The headings contained in this Agreement are provided for convenience only and shall not be considered in construing, interpreting or enforcing this Agreement. 32. Inspector General. Provider is aware that the I nsDector conseq Wes Provided by law e failure of Provider or its subcontractor or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the C4 to be a material breach of this Agreement justilying Its termination. 33. ftirs Mrsement! Byh'"­ "o- OTAT, -r-401,frwr i-r*lposal, Ine Provisions shall be given precedence in the following order (1) this Agreement, (2) the Procurement Solicitation; and (3) the Proposal. Wherever possible, IM of the documents shall be construed in such manner as to avoid conflicts between provisions of the various documents, IN WITNESS ed d WHEREOF. the parties hereto have made and executed this Agreement as of the day an Year last executbelow. PROVIDER PACE ANALYTICAL SERVICES, LLG By: _7z Print Narre.- 20600 Pace Analytical Lab Anaysis 1.16M CITY OF WEST PALM BEACH Date: 2018. Office Of the CRY Attorney 0 W* Page 98 of 1278 11 y J ,1 , G t" • „,} tom' !package. h R Cover it 2. Bid (B2) Must be signed Scheduleof 4. Affidavit of Prime Bidder re Non -collusion (BB). Be sure to sign and notarize the signature. 5. Drug Free t m (B9) 6. Subcontractor Listingr i 7. Statement of Small Busk-wess Participation a. Letter of Interit (BI3)(SB03) ! Equal V__ 10. Copies of ficenses, certHications and registmflons Ion to Bid number and Utle, and the Oats and Time for the bid closing deadline. ii S E m All bids must be subnftodan theprovided N form �roZe "Iy nn. officer authorized to bind Um Bidi All Forms must be funy completed. V Page 99 of 1278 T M Proposal OP.lid C'1!252�j LLC (Bidder Company New) 1:111tt, ;A 02 I . This bid Is made g faith, without collusion or fraud and a and c=pI in all respeds. Ill "1 :11111 1111111 qII!1I 1 11 1 1117,77", U=M 3. Bidder furlharmore agrees that, in case of failure on his part to exewte a Contract and provide all kv," LV NUT11111 71 11� 07T 1111 II�11111 IIIII 111�jv 4k 77177; M, t Narne AddnM T"71 7VI UPT P�111:41FZ 1 11711 1111111 111111111111111 111111 qI111 ITB 16-17-144 17 Page 100 of 1278 9. Bidder acknowledges that the Bid may be rejected if all Bid Forms are not fully comPIeW, not accurate or If forms are not signed by properly authorbted signatures where required. Bidder Company Name: Pace Analytical Services, LLC 941� M�TTMIIT �,- SWe of In=porated: _Telephone - Print Name: R2,0 Kerr TMe: SE Vice President of Sales bate: 1 17 ITB 16 -W -i" 18 Page 101 of 1278 ITB 16-17-1" SCHEDULE Q.F BID ITEMS PROJECT TITLE: s, Non -Potable and Other _ s: ses Addendum ITB 16-17-144 19 Page 102 of 1278 Addendum #2 ITB 16-17-144 20 Page 103 of 1278 Addendum ITB 16-17-144 2 Page 104 of 1278 Addendum #2 ITB 16-17-144 22 Page 105 of 1278 I Pilnt Name: Ran Karr THIs: Vice President DaW. 1IM17 Failure to I �i b � cOlnoi sign INs Bid F Addendum 92 ITB 16-17-144 Page'ffi6 of 1278 24 JTB 16-17-144 Page 107 of 1278 T &«. 9/ng Affidavit of #4:y� r2rmeya«©??C«22a»C�.�« \and Public 2967 ?y .v was vim «d<w,wbefore me this (Date) y' Ron Ur s �><« »O who - w w. personally yG m> to »« or 9 m 22 rd) «: . . . . . a� _: . 3��S. CommMlonNo.—EE3aLIQ!2. ITB 16-17-144 Page 108 0 1278 26 JTB 16-17-144 Page 109 of 1278 2WOOMPOOWS Namir Pace Analvtical -qprvirpc. LL -C T&OOM NO. M6-672-srym Lab Maly* of Potable and wt f, WaW rM or RFP Tft and 06v Me& Samples ffB or RFP No.: 1&17-144 NOTE: List all subcontradom you invited to bid on thiS DrO�BCL nr 21. W I'MA 0 - 11, .1, -121 � N IS lo c a MIMI -H b a is Print Preparees Name: Ron Kerr Signature: Tik _ISE VV_i_ce Purest dentof Sales M Page 110 of 1278 II Statement of Small Business ParficiPat'OF InstrucDons: Ust all SMWI Businesses OW VA' Pardc'Pate on this Projewcontrarl. established fbr We projec9contract SubmK this form with YOUF J—MM jkUproposal. SECTION I. Geneml Inf0muflOn SECTION 11. Small Businew PartICIP011OR 2- 3 - $ 7D EM -1 -TORI= 71�� M PU Page 111 of 1278 Z, E MON I - Generai irfrormawn pmpmers Name: Pace AnaMkal Services. LLC Lab An*ls of Pbtable and Non-POM16 ITB or RFP Tide: and other -%ff te-s ITB or RFP Number 16-17-144 SECTION IL Smell Businew pedWpupon Pt (s Name: . . ... . ......... Me: Sigmtre: rrB 16-17-144 29 Page 112 of 1278 1 � - R completedThis fan'n must be and submitted with your flrmFs submittal /proposal [bid. Equal Benefits ordinance. Section66.9 of code R O•: fYa■• Re. limitedith 8 :0 R when contracting fbr goods, services or construction in an amount of $50.()00 or more, with persons Or city shall contract only i.Iw: personsbusinesses that provide equal benenff-to partners. l Check only one box below, 1. TIre firm -certifies and represents that it will # : snore 1 Y: contract 66-9 R I :. —4 ry t #' C lity's Code of Ordinances by proMin ts to OMPIDYSee to employees, spouses and dependents, or 88-9 Rthe C043R#_ itOrdinancesbecauseRan allowablS exemption: exemptions that :i The firm's price R contract awarded is 00 4 or 1895. The firm amp" = a 1 The firm does not provide benefits to empk)YsUe� spouses nor emplo depends - The firm is a govarnment entity. The contractfor the saleor C R property, Corn pliance would violate grant requirements or regulations of federal I state law. The contract Is an emergency procurement or necessary to respond to an emergency situation. E3 3. The firm does not comply with Sec. 66-9 of the Citys Code of Ordinances and does not have an allowable exemption. M SE Vice PrRSde_nA_Q_fLaSI.A— ot AUSnOrIzOu r r= 1.11 i behalf R #of { R certify'► :f �information G complete 1 correct. A Signature: STATE Fl;,: ; J Co] Page 113 of 1278 This addendum shall modify, Clarify, change or add Information and become part of the above referenced ITB. - Now bid opening date J" "I" ML=- 1 21 40 CLEVIATTS'i Fa"Box WESTPALM BEACt 0 "IF7W f . . . . . . . . . . . 0 Page 115 0 1278 This addendum shall modify, clarify, qhwge or add infomation and bwome part of the abovis refwanced IT13. ThIsAddendum shal] provide the following InfOrmation. The fbilowing documenft are- Addendurn I ITS 16 -17 - Schedule B — dity' Revised Sc�e Questions and, 401 CLEEMATN Rol Box WEST PALM BEEN 561.82L asbestos.Question 3: Can you Identify which analyses require OW m9th0d6? Items 123-130 are nly items that .- ! requireidentified as OW as is item 193 for methods? Answer: The following line items will include both potable. and non-po table Samples (requirements will be documented on Chain of Custody): ' and M statesQuestion 4- In Section i item 2, it s ! be required to collect samples. How often are these samptes coiNmAed ! :1 _ Ofsamples equipment ♦ ! water, varies is C \ .i significantly depending ! of sampling line .t. 1 factored \ Item for sampling charges. Are these fees the line item. prices? eventsAnswer: Scheduled sampling include one (1) eftent Sample (composite and grab) t collected annually for the, Cftys East Central. Regional i'gF Water (ECR) and one (1) outfall sample (composite and grab) collected 2-4 times per year ter Treatment Plant �' ice. R Line . sional other special projects may miss requiring groundwater samplecollectioni (Composite/Grab 1 ling). and 165 (Groundwater Sampling) have been added to t • BidForm :::dinthis i da i Question 5: Besed on Swoon I item 3, dogs City ! uire pickup from the sit" or will Cfty staff Ice and seat coolersfor ! Answer: Sample pickupr. will be required from both the ECR locided at 4325 N. Haverhill Rd. and the WTP m Beach, FL. Vendor will ck located at 1009 Banyan �specified�locationalpreferablya - s. i up the es 'at + t Vendor �� ,r no later then th . a following business day. If the e; lab, the vendor at no cost o i samples out to another subcon . he City will provide .,. approved bottles in shipping containers address of vendor provided on a US eirbill one month (30 days) advance Of the collection Citpersonnel subcontracted lab, City gtaff will ice and met coolers or a Question 6: Section I Scope of Work, Rom 2 "Vendor be from specified sites in the City." I do not see a line item to charge for this service, are we able to charge? Answer: yes, please R,.:pricing In the 1 ♦response. question 7: . t- !wHI V . Sectionn "all or norm * basis!, VVIII the • \ ! laboratorybe. d!non-responsive If we "no - bid" line Items? _�,xica must be entered fbr all line 'dams, N the bidding laboratory does not have capabilities a Subcontractor who m&O oil requ-- d. Addendum 2 ITB 16-17-144 Page 117 of 1278 Question 8: 612 Form 5801 Staternent of Small Business Pawelpauon – Secdon 1 GGnQrS1 Information RZIM for Projed Nurntmr. What does this refer to? Anaver: This gold r0fM tO ths OPPIlcabis CRY Of WSSIt ftim Beach Projed Number and may be left blank, Answer: One price for a grOuP of analytes is acceptable if pte YAII not change regardless W one or multiple onalytes are requested. Please denoW other anglytoo as Incl wftrn — . In pdoe per sample oolumn. 7 77, Pill 1111111 11 1 11��11111 l�I Addendum 2 ITB 16-17-1" 3 Page 118 of 1278 * For Line Items I "I, methodslooking for on Answer: Una Items 128, 129, and j30 relate to UCMR4. Analysis must be performed by a approved ■ ■ !following websita specifies analytes R' methods priceQuestion 16: Li . no Items 52,55, 5B.62, 70-73, and 109 are all chlorinated pesticides. Should this be bid as a single instead of !' Answer: one price for a group of.analytes is acceptable 9 price will not change regardless If one or multiple analytes are requested. Please denote other one" as Ind. w/ftern price per * column. Question 17- Line items 56-57 and 110-113 are all organophosphorus pesticides. Should this be bid as a single price Instead of every anelyte separately? Answer: One price for a group of analytes is acceptable if price will not change regardless W one or If , in price per sample column. latile organics. ! !' r rsingle � 4Items 7449 are all a price instead of every anelyte separately? Answer: One price for a group of analytes, is acceptable if price wili not change regardless V one or multipleR -R please derKAs r em * in price per sample column. Question IS: Line Items iwe all s9ml-volatile orgenics.! be bid as a single price instead of every analyte separately? Answer: One price fbr a group of analytes is acceptable if pries will not change regardless if one or multiple analyies are requested. Please denote other analytes as mind. w/itern price per sampleR herbicides. Question i Instead of every analyte sepamtOIY? Answer: One price for & group of analytes Is acceptable N price will not change regardless if one or mulopla requested. denote otheritsas mind. w1item 0 in price per sample column. * w a L, 1,771 includeAnswer: The following Une Items will both potableRnon-potable samples (requirements will be documented on • and 116. Line Items 123-130 and 163 will be potable .r' samples. Addendum 2 ITB 16-17-144 4 Page 119 of 1278 NOW bio - kwnm rm � ~11"N' "'ONWIM go- I Page 120 of 1278 0 Page 121 of 1278 M" Page 122 of 1278 E o Page 123 of 1278 Lob Anal, and Other Matrix SamPles Addqndum 3 ITB '16-17-144 Each reciplent of this Addendum acknovAedges all of the provisions set forth in the lnvMlon to Bid (ITB) and agrees to be bound by the terms thereof. This addendum shall modity, clarify, change or add information and become part of the abov-T T-Jferenced ITB. idtia tye following Information. Page 125 of 1278 I M M« _ L«<:� t 'LP 11 Page 128 0 1278 l7 lorida ealth Laboratories Departmerit of Health, Bureau Of Public H This -is to certify that E8711.21 pACE ANALYTICAL SERVICES. LLC -IH PO LAS MINNEALIS IWO ELM STREET SE. SUITE 1830 MINNEAPOLIS. MN 55414 Continued aortifiwtllon is c0i regulations. Specific rnsthO& are on File at the Bureau Of Pul urged to verify with this a Code 64E-1, the following categories iELAC standards and FAG Rule 64E-1 of Accreditation for this I8b0rat0"- and Ida 32231. Clients and customers are particular methods and analytes. susarme Crowe, MHA Acti,N ChId, Bureau Of RUNIC Health LaNsWrim 014 Form 1&97,X44 NONTRANSFERABLE M11214"VOIIM17 supersedes aii previously Issued oer0=05 Page 127 of 1278 currentCHenta and Customers an urged to verify the laboratory's cardficatiam status with the Envirommematal .Laboratory Cortifleation Programs. Issue Datm 710017 tl Page 128 of 1278 F I M �.. R� FL']vrjm lb 1 0 . F83019 PACE ANALYTICAL SERViCES, LLC - ORMOND BEACH FL 8 EAST TOWER CIRCLE oRmOND BEACH; FL 32174 AMvd.jve Code 64E-1. the fbilowing ca"0111M Ar I ILI FaMIG97,7104 NON.TpjkmsrERASLE EM9-53-1=712D17 Supomdes all prevl0u0j LSSL" 080WAWS Page 129 of 1278 "qai;, Clients and Cwftmers an urged to vat* the laboratoWs current certification status with the Environmental laboratory Certification Program. bsue Date: INW2017 Evirstlela Dow 6t3oneig Page 130 of 1278 LiffborWory SmN ofAceredbadon page I of 33 Attsichment to Cerdficate In Z8307940, expiration date Jane 30, 281L IMIN Heft of accredited anabites should be used ahly when associated with ave cardficate. State Laboratory ID. 133079 EPA Lab Code. FLA1264 (396) 672-5668 E93079 Paw Analytical Services, LLC - Ormond Beach FL 8 East Tower Cirde Ormond Reach, FL 32174 Mmtrk DriaMnsWater Anabte et Bch catepry cortffication TYPIS Date Effective1,1,1 EPA 5241 Group 11 Unragulmod Codandusau MR" UW= a EPAM4.2 01sw Regubited Corpmaftwib NEL" vv= EPA 52C2 Grew 11 IN= 1,1.2-THdimeamm EPA 5242 CKharRegulffiadConaesjualb NELAP !,1®t EPA 524,2 Group H U Ownuohanu NELAP11 1.1-Dichlorce*Im EPA 5242 Offiff Rogdated Contmninants NELAP 1AW2002 1.1-DiaMompropow EPA 524.2 Mur H UW%WMd CoMmunimb NELAP I 00 1,%3-T:dwWft=M8 EPA 3242 Group H UW%Idftd cm"MUM15 mm" IX3.-Trichiaraptupam EPA SU.2 Group II UwWga%d Cwtmnamspla NHIAP 1.2.0TricMarobensmk. EPA.524.2 Oflur Reguhad Contaminants NELAP I/M2 I.Z4-, nimekLwww EPA 524,2 GroepH Unrigulned COAlwavords NELAF I &UM (DEM EPA 504.1 SYD&OW01gamomaunmaaft NELAP fAWW2 1,2-Di6ramacdvne (EDB, Eftim ftmadde) EPA 504.1 syrIftfic Organic cannIahma NELAP I/&= I '.2-Did9orobw=a EPA 524.2 otbarRegu1rnants NELAP IAV2= 1.2-Dichl=eftne EPA 52A.2 011m RagplaW Commaunts NELAP JAM02 1.2-Diobloroprupgoc EPA 5241 0dwReSuhftdConbauzua" NELAP M002 1,3,5® EPA 5742 Group 11 UMPIEW ConhuninaM NU" If&= 1,3-Diddw&==o EPA 5X2 Gnmrp H U IAOM 1,3-Dichimopropane EPA 524.2 Gjuup HU d Qvalminates NELAP I/MO02 1.4-Dichiorobmaine EPA5242 O&w Ragubted Cwft&aau; NELAP US= 1.4-Diramse(IA-Diathylowasks) EPA syrdbehoorpWacurdslamm NHI" 111712D14 %X.3,T.4.Y"-0aMafihmW~ MZ 201) EpA n5.2 GmV I UraquIded Cmmima NELAp 1 00 2X,3%4,6-PenkcN=biphmyj (525.2 "a jin ITAM51 Group I Uabd Coahmuunds XEAP 1/0002 2.W.3.4Y.61-Pm9=hbrobiphzqy0 , (DZ 47) EPA U5.2 (ftW I Unrapbacd CargmWnsts NELAP IN= 2.2-Dichlarapropaw EPA5242 Choup 11 Unmguhftd Conbruicam NNAP Nam 2,4,5-'1 EPA 5153 syaftft Organic couhnifiem NEZAP IDIIQ2004 2A -D EPA 515.3 synowlic orpnw ('Whankaus NM" 5111064 2,4 -DB HPA515.3 Syn"o Organic 10MI2004 2-0dorobiphmyl (BZ 1) EPA 525.2 Gross I Unr%-W*d Conhunbuct; NELAP 1/912002 2,CW ,orcUume EPA SN2 ATI U mSubax! Conpua� N&" 1 /=02 3 A53LI GIOUP I iJnrv8ulWd Coubsomank, NELAP I/a/M 4-ChImotoluene EPA 5241 Group 11 Unregubbd Conlomiram NELAp 1/8=2 4-Elopropyltolatzm- EPA 524.2 Groupl! lkavVlaled Conemarm* Xm" 1AVA02 AoftnD EPAD42 GFOUP 11 UZvaWfiftd Coolanisants NELAP 113AD12 Acifivorft EPA SM GrouplUnrogulatedCoruarcrounft NELAP 5/11 W04 Ahcblor EPA 508.1 syawac 04M cantammm NEI" 110002 Clients and Cwftmers an urged to vat* the laboratoWs current certification status with the Environmental laboratory Certification Program. bsue Date: INW2017 Evirstlela Dow 6t3oneig Page 130 of 1278 'Lavorarory OLVPC Uj zlf�&,v Attactiogut to Certiffellte 0- E83079�0, expon daU June 302 201& Thb HsdM of aoxedited jintly,ws should be vised only when associated witha valid certflic6te- ,-uftLgLbcr&tory1D: FMO79 EPA Lib Code: FLO1264 (386) 672-5669 B83079 pace Awbwrsl SerAm, Ormond Reach FL 8 East Tower Chvle AN .n Res* Fl, 32174... IR-atri3v Drhwngwator Ccrtifimion Effixtivc Date Mehociffach Category 1. a Analyte EPA 53 1.1 Group I UmgWaW Cogamimm NELAP 1 002 AkEalxb (Temik) EPA 531.1 Group I UrgUWW Copleruftauls NEW InMO2 Aldiavab suras Group I UmegWatad Commirm" NELAP 110002 Aldicarb suUbddt EPA 531.1 Group I UmegdaW Contlmirmft NELAP 1/812002Aldrin EPA 5252 Primary 1MNmW coutammm NELAP 116002 A&dinity as CaCO31=02 SM 2320 B Secondary InMY'nic Contaminme NELAP Atuminum EPA 200.7 Sadwy Inorsw& 0=mdamft M5111/2004Alumiman 51IIf EPA 200.8 primary In 'c Conuminmu NFJ.AP 5111!2004 AnfimoM EPA 200.8 Synthelic OrBOAk C01*WkM19& NELAP 3/10t2010 Arackr-1016 (YCB-1016) EPA 508. 1, Srghotie OW& Contimkw= .43LAP V MOON 1221 (PCB -1221) Ardor --1221y EPA 508.1 3/1012010 Amdor-1232 (PC]3-1232) EPA 500.1 Syntutic. OWnic CGnWMiWft NUM 3/1012010 Amdor-1242(PCB-1242) EPA508.1 SymbzHe organir CMrWHftMft 3110t2010 Armlor-1249 (PCB -1249) EPA 508.1 Syn&cte orgorde Omftriuruirds NMAP 3110010 EPA508-1 SyMhefic orprik ConWnhmb NELAP Arodw-1254 (PCB -1254) SynMic Orpnk COWRI[Rin2m NELAP 311012010 Aroclor-IM KO -1260) EPA SMA Cm*mbMMM NMM 1!8/10421!8/1042Arsenic EPA 2003 Prirmy Inorpic Pffto" luorgmia coawdmum NELAP MUM Arsenic EPA 200.9 Syndwfic Organk Contami=M NHIAP 118/9002Atra2ine EPA 508.1 sy,&.tk Organic co�-� NTSLAP 7IM016 Atrazine EPA 5252 Pdmary Inorganic corbrainarA3 NKAP 1!812002Barium EPA 200.7 RUOMY borgarac. coutmumants MELAP 51110M Barium EPA 200.8 EPAS15-3 Symhetie orpnic ContiminaM NELAP 101I4/2004 Beamon EPA 524.2 O&M Uplaw contemkWits NELAP 1/0002 Do=me EPA 525.2 BYdt, oqpmc contfframitutR NELAP 1/8=2 BM=(ft)PYMW EPA 200.7 ftMYI=v=CWWoMKft NEIAP IN= Berynium EPA 200.8 Prhm" IWqPnk coz*rninants NELAP V1112004 Beryllium EPA 525.2 C=up I Unregulated Corftminub NELAP 3115/1013BromscA EPA300.1 Primary JUMBartic combimiroads NTELAP 5111/2004Brumsft EPA 300.0 Primary Inorganic contambuds NEW 11801002Bromide EPA 30D. I prnuffly hWPMc corkminarris NELAP 5/11/2044 BromkIc EPA5512 GroW I U nregulated Cmhmlkmnts NELAP 8/1412006 Bromosoctic Beid EPA 552.1 G,.W I Unregulked CoaWnimft N -MAP 7A/2016 BWMOWAfic " Group U UruepjaWd Cov� 4RAP IMM Bromobamm EPA 524.2 CVVV I U=gWated CMteraivards MELAP 9114/2010 E�xomocworoaccfic NOW EPA 552�2 Group I UMwUlated ConUM&MMb NFL" 711=16 Bmmodkmwdk acid EPA 552.3 'EPA GFwpHunmguhftdCo;ft-iMft Na" lie= BromocWUMMUffim S24.2 Page 131 of 1278 Clients and Customers tire urged to verify the laboraturVa current cardfindon status WM the RavAromnental LaAli ntory Cer0cation Preffam. hme Data., 10/27=7 Expiration Daw: 6130,12013 Page 132 of 1278 Laboratopy Scope off" Accredballon Page 3 of 33. Attachment to Certiffcate N. =079-63, expiration date June 30,2019. 'M lbftg of occred1W analyses shonid he used only when associated with a valld cerifficate. Stale Laboratory ID, F43079 EPA Lab Codr. FLO1264 (96) 672 -Mg 193079 Pace Analyfical Services, LLC - Ormond Beach FL 9 East Towercme Ormond Bach, FL 32174 Matrix., Drbddng Water Certification Anebte Method/Tach ceftgory Type Effective Date Bromodichlormucthalm EPA 5242 Group 1117 NM" M002 Couloaduant0thu Rogulided canhuhauds BIUM01hum EPA 524.2 Omp H Uracgulakid MEL" MOM CDW=b=tslofficrRqpwwd coubmifima Bufachlor EPASO&I Group I Unregulniod. Cofthunksab NSLU I&W62 Bulauhlor EPA 5252 Groop I Urengulated Contimurads NEW 1/8= Butyl be* plifludate EPA 525.2 Group III Urnegaided Contumnarb NELAIP ]/&= Codmiurn EPA 2003 priamw Inorwinia Contaminants NE" 1/940M Cadmium EPA 200.8 Prinualr ThorSwde Cadanuamb NELAP Sn V2004 addum EFA200.7 plimmy Inorganic Contaminants NEIAP M002 QUIMY, (Sevin) EPA531.1 Camp Iii Contammuo NEL"II C1116013101110. (FUETATan) FOA531.1. 5 Orga we Contaminants NELAP Caftniatmehloride EPA 524.2 offiff Regulated confiminwAs NELAP I/&= Chloride EPA 300.1 RimayiMpaieconauniamo; MUL" WHIM Chhudam (ted-) PA .1 SYnft* 018ank Conaiminnow NM" V0002 ChImids EPA3W.0 Secendwy loorgam Cantinamants MELM lj&= ChWne SM 4 D pr1ramy In"50111C Co1ftm=wft NELAP IN2002 Chkdw d1axida, zft. dimirdbeftat SM 4500-002 D Prim" Inorganic cmftmhwnb NELAF 10/14t=4 Chlorift ®] PtimaryInorganieCoultminams NEW 911/2004 ChlorawAtic add EPASM Group TUnragainted Comenimeras NELAP 9114=S 0krowatio mid EPA 5323 GroW I UnmSulded Caftstineres N& 7/1=16 Chlurobenzane SPA 524.2 Odw Regweied couraniffiards MEL" 1/0002 Cliloreeffim EPA 524.2 Group 11 Uw%uh&A Contammatits NM" Ila/= chlomftma EPA 524.2 OftRegul" NELAP 1WO02 CabralmuftGroup H Unmilulsted Coflbmlbnmu chromium EPA 2W.7 Pdmmyhmfpwccaftmimm NELU =002 Chromium EPA 2002 NMM 5111=04 chnieffian VI EPA21&6 primary I Contaminants NEL" 27J12h012 cbrozzliumvi EPA218.7 Prhnalylnm7pwccmgmnimts NEIJAP 1211=012 1®° EPA 524-2 Odmr Regulated Confammants NELAP LIM02 Cobalt EPA 200.9 hiraftybagwocandanfrom NELAP LV1202012 Wor SM2120 B Swealmy Inoripnot; Conummaele NELAP U= contiuctivily SM 2510 B NELAP IWOD2 CAPer EPA 200.7 prim" Inorganic NELAP IAV2002 Cor&m&mnmwAmiuy lnotAm& Conlaminfluft Clients and Customers tire urged to verify the laboraturVa current cardfindon status WM the RavAromnental LaAli ntory Cer0cation Preffam. hme Data., 10/27=7 Expiration Daw: 6130,12013 Page 132 of 1278 a 8 East Tower Circle Ormond Beach, FL 32114 Matrix: Drinking water certification Effective Date Analy to Mathodrrech category NELAP Tvne viirjffx . copper EPA 200.8 norpm C0at&mkmt%SecondmYIWW& Conumminam '14 Semdmy h"W'ic CwAmirdirib 'SLAP IWm emrWvgyp anglier index) SM 2330 B PdmqImW&CWmmkWQft NELAP IN= Cyanib EPA, 335.4 YaftW Organic ConwMaem S11812002 NELAP 5111C1004 Dalepon EPA 515.3 15.3 EPA 5252 tic orgm& Cbnta� NELAP Di(2-athyllamyl) ph#Waft U)MP) NELAP 119 = DK2-ak%Ml)BWP2ft EPA 525,2 Syr&c& orpok ConWnWnrb Gloap I Um-egAdtd Contmmina[ft NELAP 8114f1006c IkV=oAoWacid EPA 552.2 Group I unrqMldd Conhpnjnmgs NM.AP 711/2016 Dibrmmu& add EFA552.3 Odw Pagulawd NELAP M002. INkormoddoromethum EPA 524.2 comaubm9kGro-p 11 umpLaled EPA 524.2 Contamhontg Group U UnmgWd CerAmnnmm NELAP Mr2m Dibmmmmbm Group I Unr**ded Cmft_i=" NELAP 511112004EPA Dicamba 515.3 Group I Unrepilated. Cadmirmirb NELAP 9/142006 . Diworopeetic acid . EPA 552.2 Group I Umpkftd CmWdma N111AP 71112016 DidiloroatedC aWd EPA 552-3 GW'p It uWagamcd Cm=Minarb NELAP 11812002EPA DiaMorodWammetbimm 524.2 Offm Rogdowd. Cantamiulds h�aAp 110002 U,aWmv=tbq= MM Molhykm EPA 524.2 8YU&C& OWE& Cowamniands NELAP W"04 Dichloroprop (DWOMM) EPA 515.3 Group I unii&atsd CORWminer" NELAP =002 Die" EPA 509.1 Group I Unmggamd Contamiumb NELAP 118/2002EPA Dieldmin 525 -2 G=MG=gutWcdC0Wjnjmvm P NE -AP 1/0002 Diethyl pb&aLaW EPA 525.2 roUpMU=gWdcdCoWmw0b NM -AP 1/9= mme"I phftbft EPA 525.2 ,oup M UmgulMd Conammalm NELAP 1/0002 DI-n-bviyl ph"Ide, BPA W.2 Synft& Organic CQntmnkm& NEIAP 5/11 r2M4 Dinosab (24BC--butYl-4"iaiWVh"1' BP) EPA 515.3 SynWig Organic Contmiamb NELAP I/&= Diq0t )EPA 549.2 Primery Irownic Coa='aarAs NELAP I/3=12 Dmolved OM= mbm (MC) SM5310B Syn*Wc Organic Conteminanu NELAP 1/8/1002 Eab" EPA 548.1 Synft& orgaoic Camwainarb KELAP imam EndTin EPA M. I NELAP Elchwi" COU COUSUE NliembiologY NELAF 111112011SM coli 9223 B miardbiolou O&W pegulated Coolmmalls NKAF IN= EMbmz= yl EPA $24.2 Group M umgWated Cona-imu NELAF 1/8/2002 FIQMDC BPA NELAP 1/612002 Fkwride EPA 300.0 prinmy ImBanio ic EPA 508.1 Syr&560 OrglniC CMhMdUMb NELAP IlLWm pmma�BHC (UMIMM CH..b and Customen are urged to vek* the labOrAtOWS current cerafimtlen status with Expiration Date: 6MOIS the g.,,ironmental LaborstorY Cwtill"tiOn Program. issueDaw IM112017 Page 133 of 1278 Laboratory Scope ofAccreddadon page 5 Of 33 Attachownt to Cezifficate #:.LS3079-A cqAmflon date June 30,2018. Thb lifting of accredkW onalytm ghould be used QRV when usadated with a vand cardficsLe. State Laboratory ID: R&W,9 EPA Lab Code: FU1264 (386) 672 -SM R&W9 Pace Analytical Services, LLC - Ormond Brach FL 8 East Tower Cirde Orinand Beach, II'L 32174 Matrix: Drinking Water Analyte Methoelffech Cotawy Ef%otiveDcor EPAS47 —.9yAhaoc0rZmk:Con%=aaur; NELAF115 Haminen SM 2MO B Secondary Inorpnic Oneramumas Na" 8/14006 Haninfa (oak.) 13PA 200.7 SecandavyinorgamccenrucanwO NEW 911412006 RCIAMblor EPA ,I eYfifiNfiC Ofaacr) CDRbMkWgl NE" 11=002 1 camme EPA SM.1 Synthefic orproc Counuonana NELAP 1/81M HMMOtTOWC pleft Cumd SWUM Microbiology NMAP 3/1512013 Ificumblarobaseeien EPA 5KI synthadc oTganic Confiani"Al NELAP VV= Henchlorobvicelitm EPA 5242 (kGW H U=94100d COafturfamnia NIUM 1/0002 Homblarocyckpanindione EPA503.1 Syntbetic OWxAc Conwojearb NELAF IN2092 t1.2®3 EPA 525,2 Group M'U=Vjbftd Ckrnhunfimo NEMP JAV2002 bw EPA 200.7 secandoyinormd6conbunhooft NEL" ]AV= Ibeaccur EPA52AI GICUP 11 U102015W Con0cminerb NELAP 14MM Land EPA 200A Prurary hwiprac Lanonursaff NELAP 911/2OD4 ce/p�xYleoBs EPA 5242 GroupH Urrcgulated Cmiceprioraft xa" W/2012 Uspemium EPA 200.7 NM"I=Fmcaniommam NFLAP M002 moomese WA 200.7 SwAndary Inorganic Conftairacts NRAP 119= mansaam BPA ®S Scearwifty Inorgank Canimunaaft NELAY 511I MNMY EPA, 245.1 Ffk=Y lw� cmbmimm MU" M002 malwo.parb (MMM01) IPA 531.1 Group 1 U—Plaled Canhiminsab NMN M002 Mathorayl (Leroeu) IPA531.1 GrOUP I U—PIdW CaAeunkmda- NELAP I/W002 Mdfioxyd�or EPA509.1 SYR911fib orpair. Cmulaftwooll mum IJIM2 MAyl bromide (Hromaradhans) EPA 524.2 GICUP11 Unr*Aobd Cmdannamb NZ -0 1IM02 Meffiyl chloride (Chlapaerfgre) EPA 524.2 CIFOW H UmzPbftd Cordamkmrb NM" JX20D2 Me" ort-buryl dhar WME) EPA 524,2 GTOMPHUBVISUIRIOdGwalamunwas NMAF 1/14002 WalwWwor EPA 508.1 Grow I Uaragulated Corelaceinands NR" UV= Mdolachlor EPAM5.2 Group I Urereptand Contmonans Na" 1412M MakibUZiR EPA 525.2 Green Itearagolwed Canteminaft NHAP U&= I,bpbdmlm EPA 5242 Group 11 Umplabcd Ownramm mLap L4=02 rk-Butylbenum EPA 5U.2 Group 31 Usuegulabd ODnhunesats NELAP 110002 Nicial EPA 200.7 prinuly rhmsmic CaoWnfixults NELAF JAVM IT,Ckzl EPA 200J Pricemy Inorjpn[a L%abraincre NMAP 511WAM Nifede EPA 300.0 FAMIry Inommic Coftninerea NRAP IMM02 Nihft EPA 353.2 PrMNY hWWuC Cadammards NELAP 118002 Niftito EPA3W.0 primmy luorgunk; Courunmards NELAP M002 Nftdu EPA 3512 Pd1sayinargdecordallonacts NELAP IAW= 11- yl EPA 524.2 GnRp H Urreplmd Coubmininde; NE1.0 I/N002 Clients and Cestoman are urged to vei* the laboratoryti current miTicatiou ftrua with the Environmental Laboratory Certification ® June Datec lW27/201.7 EXPIEWOR DRtr.- 6/3012018 Page 134 of 1278 0 I "g, Page Laboratory Scope ofAccredhadon Aftcvii ent to Cerd&ate #.- E93079-6,3. 810ratiou date june 30,201& This voting of accredited annlytes should be used Only when associated with a valid certificate- (386) 672-5668 State LaboratorYID: F-83" EPA Lab Code: FLAIM4 g East Tower Circle Ormond Beach, FL 32174 Matrix: Driownwater Certification Effective Data Methodfrech Catepry Type AnRVta SM 2150 B con=imaa NMAP 1IWO02 Nor EPA 300.0 priamy kownic colawranis NELAP MOM 0rftphwF&Mb B3 P EPA 365.1 primmyInxWiecombminads NVAF 1/8f2402odhophosplIffte as P EPA 531.1Syn&Afic orgm* conwMbuft NELAP 08/2442I OZRMY EPA 524.2 Q,,,pHUnrvpIaWd0onMMiWM NELAP 1=12 Q-Xylefle EPA 5492 OrBude coldamhMEds N-ELAF 3/10=10 pmqua EPA 509.1 SyWhd. Orpnio ConW0h6M NEIAP IMMM PCBs EPA 515.3 Spthe& Orpmc CWtRmMWA3 NELAP 5111/1004 pumblarophmal omp III ume0ated ConW-imrAs Nl� 71117A16 puflMobAM Mdftft (pFBs, pufluombutm EPA 537 ft"Mic acid)NOAP EPA 537 Group M LweVA&ACoWMMNM 711/2016 pufluorohqdwoft (PFHpA, pw&xff0hcptnoic wid) EPA 537 Group M Umplawd Cwftmj=b 'NELAP 711/2016 P c&umd== vdftaft (PFHa, panuorohmm sulftic acid) Gmup M Unmgubded C® NFL" 711t2016 p,&MWMgmW RMA. panuorononanok EPA 537 said) (EIPOS. Pftfi=wd0= EPA 537 Goup M Urseguhqed Colftmmarts NELAP 7/112016 puffu=DCUMB suffunake suffimic a6d) Goup III U=0gWCagp;u=ntq NELAP 71112016 pafluorooM.oateffOA, A 537 acid) SM 4500-11+-B SWWdM kwgmz coammnam, NELAP 2n9f2m PH EPA515.3 Syrd'& 0qFdW ODUftminffids NELAP 5/1112004 piclorm EPA 200.7 SOMIvy jump= Co=nmprb NELAP 10/18/2004 potftsdwn EPA 509.1 GXoup I Urmgulded ContmIrgmb NELAP 1/812002 propw"OrPtAnaod) EPA 525.2 Group 1 unVimed Qmt� NMAP 110002 propwwor at—rod) EPA 5252 Group I[[ UxweguW C NELAP I/8/2002 py� EPA 524.2 Group Ij umcauldod Cantmkonu NELAP IN= sac-B*Ib==C EPA 2002 Pfi=TY Inorpnic commaim'M INELAP 5111/2004 Selmlium EPA 20(0 PnmMY hwqPmc C00mmOrM NMAP 12112n012 sffim as SiO2 EPA 200.7 Swodaq hw&Rnic COM-i[MM NMAP I/&= saver EPA 200.8 Sw(mdary jaoWnic Catmik"ta N11" 5/1 V2004 Sover EPA 515.3 Synmetic oqoc cGrAminoft NELAP 5/11n M4 sgvcx (2A5-17) EPA 508.1 SyAhv* OrPOIC COnt2mhmm NUAP 0813002ShMdM EPA 200.7 PnMWY 1nvqF= c0owminato NELAP 1!812042Sodium PACE SOP Seowdwy UwV= CaUR-ft WIL" 1211212012 eft-4kTM S-F4M-004I1—Ma 110002 SPA 524.2 Offiff Regulabd Cadaminmo NFL" Styr= 118 EPA 30D.0 pdmq InoWdc NSLAP = Suffloft Contvmi=W=mdmy hatraic contaznkfinw Su&cwnts SM550C S..Wy jMqp1c CorAamananb NEIAP IM2002 Ojeats and Customers are urged to verW *e laboratoryss current i curtficatim status With :1 7 7 Expiration Date' 6130/2018 the En*onmental LzboratorY cerfificadon Program, Issue Dote012/201 Page 135 of 1278 s and Customers are urged to verify the laborstorVe current catification status with the Ravirommental Lzberatory Carlificafloa Program. Issue Date. IMU2917 Expiration Date. 6130=18 Page 136 of 1278 Laborelary Seq" qfAccredftudon Pwf- of M Attacbment to ® 9- =079-0, expiration date June 30,201L Tins Rating of aterediled andytes should be used o* when associated with a valid certilleate. State Laboratory ID: W079 EPA Lab Code- MAU64 (396) 672-%N 03079 Face Analydeal Services, LLC - Ormond Beach FL 9 East Towr Circle Ormond Bletch, FL 32174 Va-trix- Driuldng Water Certification Acolyte Methoffech Category Type Effhetive to 1bwz= EPA5242 Gmup 11 thuegulawdCw3loonnaw NELAP IM002 02Wane) y } EPA524.2 01fierRep1akedConwakenc NELAP 1/9= Thelawn EPA 2018 Remy laorpnic cWtInIhsoft NELAP 5/1112004 T011AXIM EPA 57K2 Odw F-aplaw cmdMiosots, hTLAP LAYM TOW colffonuff CO11qM nficabiology XUAP 11114011 TOW CORDEM SM 9223 B bliumbiolou NKM 11/112011 Tom] dissolved wMals SM 2540 C Swonsivylootgamcconumments NEW V&= ToW Mioncofic wad$ (RAAS) EPA 552-2 syndiete; artonk 0ontionicants NEW 1/14=06 Tbal habacefie. wide (HW) EPA M3 SYA&etworteacconiamments NM" 711=16 Tom niftzbB-nkrile EPA 300.0 prialwy inorpnic contluniniffft NMAP IM2002 Tend niftidanniftfic EPA 3512 prMay Inorshm consanmants NMM 1A812002 Told arpok nwbon SM5310B ftizzy inarptoo enevewwa NELAF I1OD2 Toea phenolita EPA 420A SOMA" InC011INYMMMIS NELAP 1I112016 Tatel W EPA 524.2 Other Rrgutaled Catuniamb hu" MOM ToxAphm (Chlonnaled @=phwe) EPA 508A Syn"a orswak coisainammei NELALP 1=02 bVMF1,2-Diehkffoedqr1= EPA 5242 OdwrRepletedCoshmmants NELAP 1=002 hans4,3-Dichlorapropene EPA 524.2 Group H Uumplided, QuAnniffoxft NELAP 110002 Mablareawdo add EPA 552.2 Grup I Uised Conoannumb MEL" 811412DOS TAMOFOROC& brid EPA 55M G" I Unmo"zd Cantammmoto NM" 711/2016 Tzicubrodammehlowaftlew) 13PA52A.2 Oflw Regoleted Cnomfigub NELAP 1ALQ= Trichloroallaramedgm EPA5242 Group H UmCfAffled Cwhanmentm NEAP IMOM T*bfdfty EPA 190.1 Swanduy toorpes; CoNsminuft NEIAP IAM02 Umdurn EPA 2D0.8 RadkAeadshy NELAP 1211=012 UV254 SM5910B PlzmayhMpfflecantommeno; NELAP I00 Virwl obladde EPA 524.2 Odw Regulated coraminwas NMAP yam XYIMC (10111) EPA 524.2 Otbar Rogelaw codaminuds NELAP 10 zinc ppb .1 Swandwy Inorym Catlammarm NELAP 1AU2002 Moo HPA200.8 swenaffy 10 coraen"n* NELAP 501MM s and Customers are urged to verify the laborstorVe current catification status with the Ravirommental Lzberatory Carlificafloa Program. Issue Date. IMU2917 Expiration Date. 6130=18 Page 136 of 1278 60 -pap a of Laboratory ScoPc ofAccredila$100 Attachment to Certificate #: EBM7943, ezvIration date June A 2018- This rmtlng of accredited anapytes thould be used 0* Whan associated with a valid mrdfimte- State Laboratory ID-. E83079 EPA Lab Code; FU12" (380672-5668 F�20� xmu- 1 1W17MAN-0 I I�M 8 East Tower Chr-le 0�r(ond Beach, FL 32174 !distrix. NOR -potable Water certincation Ef*Aivo Date Mothodrrmh category Type AnWaEPA $260 Vowe Organics NELAP 711)2003 I'I'l V010fle 0191mics XELAP 1=002 I'm-TricMarodhanc EPA Volatile 019-ics NELAP 711!20031,1,1-Triehlowebanc. EPA MO Volatile Organics NELAP IIW002 ;-MW9h= 1,1,2T0md EPA 624 NMAP 7nI20M 1,j,2.2-1eftacMmv6tbmA EPA BM VO.WoOmmics 1=1 2 j,j,2-Trj"m-1.2.2--uifiwmWmnd (Froom. 113) EPA U60 Vddk Organics •c$ NELAP 1/812002 1.1,2-TriCHME&M EPA 624 VolaIiIA Or NMAP 711t2003 EPA 8260 VolatileOrganics 1.1;-Trichlomeflam Vohmeorganics NEIAP 118= I'l-Diomomadme EPA62A Volame Organics NIM" 711120031,14*11cromhams EPA 8260 Vol"o Organics NELAP MOM 1,1-Dichlomeftlemb EPA 624 Volumc Orgludos NELAP 711)2003Ij-Diummmftlem EPA Volkagorgada NELAP 7/1=3 I,I-DkM0Wpr0P6W EPA TM Vowe Orgmics 71112003 -1,2,3-TfidAombmz= EPA Volable Organics NELAP 7tl/2W3 IA3-Tridimupropane EPA SM VOURCOmmics NELAP NUMB 1;,3-Tfi=IhYIbffm=e EPAM Ex"dable Organics NELAP IIB/2002 1;.4-TdcMm'db== EPA 625 VaIWIe Oiguni-s. NELAP V ' =0 IX4-WcM=bBnW- EPA SM Organics NTW 7/inm j;A-TricMombcnzm EPA 8270 Ewracuift Volawe Organics NELAP 71IM3 IX4-TdmaftIbcW= EPA 9260 Volatfle Organies, NELAP Jr3012 j,2-Dft=0-34dmqppmn@(DBCP) EPASKI VdWie Organics NEAP 7IV03 12- 3a IS PA1011 NFL" 71112003 1,2-Dibr,�3 . -cWwopWm (DBCP) EPAM Volame Organics NELAP 110012 D Eftim &bmide) SPA504.1 Vdae Orpnics NELAP 711f2003 �2 12—Di (EDB, Eftkm diW=nW) EPA Volaffie Organics NELAP 711=3 j,2,Dft)mmQdhM (EDD. EIhyWW &WomWe) EPA 8M Vulae Organics 1/8120021,2-DkWoMWmm IEPA 624 Vowft OwAnica. NMAP Ind= EPA 625 Edumb"a Organics 1,2-D oro VoWs Organic$ NEAP 7/112003j;,DichImmbamme EPAL L160 Exoctebts Orgmks NELAP 711=3 i;-Diddordbenzem EPA 8278 Vulawe Organics NMAP 1=02 P-DichIm-0a&M EPA 624 Vdatile Organics J%TMAP 71IJ2003 1;,DiehImm&m* EPA B260 Vooramnics NELAP M002 1.2-DkMompmpum 13PA624 Vdftwo Organics NELAP 7111=3 1,2-Diawompropow EPA 8260 NELAP 7/1=3 1,2-D10i=bcnzm EPA 9270 EXIMCW&Orpnics Egractab Orpnics NELAP 4f29/2014 I2,Djphmykd=inc EPA 625 Clients and Custmerjj are urged to v the hboratolYs Current certillcation statm With E101ration 311018 Date- U the Certiflution Program. , gnvironmental IAboratory Ime Date.10 127/2017 Page 137 of 1278 Labondory Scope qfAcenoAadon pap 9 Of 33 Attachment to CerdGeate 0., E=79-63, axpirstion data June 30,201L This lbdng of necredlMd analyers should be used only when umodated wMh a vaffd certfficate, State Laboratory ID. ELM79 EPA Lab Code, FL,8L?A4 (386) 672-5M EM79 Pace Analytical Services, LLC - Ormond Beach FL 8 Real Tower Cirde Ormojmd Beach, FL 32174 Matto Non-Pakable Water Cartification AnWe Methodfrach catevory Type Effwtive Date 1iphanefindrazine EPA RM ExUDG&WO Orgutfia NELAP 711=03 1,3�5-Tfiawdsylbcnzzw EPA 8M Vdaffle organic; NMAP 711M03 1.3-13ioMmbanam EPA624 Volaftle organaz NELAP IIMOM 1.3-Dieblorobtrar.wo EPA625 Edrumble OrSsnics NELAP 110002 1.3-Dichlowberam EPA 9M vakfik Organics NMIAP 7/ItM I. Me EPA 9270 ExImclable Organics 14ELAP 7/1003 1_ EPA SM vollift orpnics NELAP 711=3 Ij4asft*be==1DNH) (.3 - EPA AM Exhactable orgiffics NELAF 9=008 1,4-Diffixabemene EPA 624 Volans Qganieff NEW 1/9002 [A-Diablornbanzese FXA 625 Exhaeftble Orgamim NMAP I&M 1.4-Dichlowbonna EPA M Vobdk orssoics NEW 7/1=3 1.4-Mhbrobermaw EPA 8270 abachae 01ON&M NMAP 711/2003 1.4-Dioxens DA-Diethylerecaide) EPA:5= Volume Organks NELAP 1/17 14 I-MedwhophdWeas EPA625 Extraclable 0epoics NELAP. 3/J 013 I1napitisdean EPA 9270 Examinable Orpnias NELAP 1=12 2.ZDichloro pimpaw EPA 82M Vololue OEOL-ics NIA" 7MM U-Oxybn(l-cM=proMm),bis(2-CWora-l-molh EPA &S Eiraactable Organics NELAP M002 yWWI)udw (Im bX24YAmisapropyl) gomm 2,T-Oxybis(14ftopmpmu),bi(2�t—'Mmv-1-meth EPA 9270 ExuaclableftWo NELAP 7MI003 ~Ww(fim b!s(2-CWcmhWrqpyI)dher Z3.4fi-laftecHmphenal EPA 3270 bftabbIA Orpoin NEIM 7I1/2003 2.3-DicidonamSag EPA 625 Pedicides-HerbicidmFMa NEAP 51IIA004 2,46S-1 EPA Fas&Mas-HaWcI&v-FCEV@ NELAP 7/ 03 2.4.5-Tr1Warapheaci EPA 8270 Hdracatwe organics NELAP 711/2003 2,4.6 - Tri ddomplon,c) EPA 625 hkinnXiable(aganks NELAP LMM2 2A6-T&MwqftnoI EPA 9270 Etwwworpnift NELAP 71112003 ,4-13 EPA 9151 Fesdd&s-HerbiddwPCBa NUAP 7/I/M Z4 -DB EPA9251 Faskrides-Harbidde0Ms NELAP 7/112003 2ddompiscad EPAM Exaschele owascs NELAP IMOM 2.4-DieMorsphwal h 9270 Bwacable 0%arsw NELAP Win= 2,4-DinsdhyVwswI EPA M liaknolable Orpnks NELAP I/RMD2 Z4-Dhoaftlyhrod EPA22M Evt6anawcorganics NELAP 711M 2,4-Dinksophnol EPA 95 Exhaftble Organics NMAP IAVA02 2,4-Dhi, A I= ExcaiftbicOrpnim NELAP 711=3 2,4-Diniftmiucce (2.4-DNT) EPAQ5 EvIrse"re ormnics, NELAP 1=0(12 2,4-17kv&ateIu= (2,4-DNT) EPA 827D F-'lq orpnics NELAP 71112003 2,6-Diniftatolucne (2®6 EPA 625 uxanctswe OrgeniC3 N" ugnm Clents and Coetowers an urged to ve* the laboratteys current ardficatian stato wkh the EQ avironmental Laboratory Cer0cation PMram. Imue Datm 10/27/2017 Expiration Date: 6)3012818 Page 138 of 1278 is AVI LoralorY SCOPE Of ACCFe"at'" AttaclIment to Ceramte 193679-63, expiration date June 30,201L This listing of accredited ImalYtes should be used only when associated with a valid certfflmte- State b Code: Laboratory ID.- E83079 EPA LaFIA1264 (380 672-5669. M§79 ica,Ormond Beach FL Paco Analytical SOry S East Tower Cirde Ormin oRdlkzch,FL 32174 MctrLxc Non -Potable Water Ccrti&afian Effactive Date MathodtTech Catagwy Typc ----- Analyte EPA 8270 EXUMMIC Organics NELAP M=3 2,6-DiniftoWivem(2.&DNT) NMAP MOW 2autw= Wc&yl oftl ketone. MM) EPA SM VGW&Orwics IMW IW002 2-Chiumdhyl vbor1d0ff BPA6M vobblc organics NELAF 113012 2,Mamftl vinyl Ober EPA 8260 voldk Orrmics NELAP IAV2= EPA 625 ExwMble Orplics 2-CMomnephdWeM RvftwAable Orgvks NEIAP 711x2003 2-Chlarw*&dweNELAP 'EPA 8270 1182002 EPA 625 BorwinJak Organics 2 1 EPA 8270 Ezaactabb Organics NELA 7/1/2003 2-ChI=0MXA Yoorganics 'NELAP MOM 2-ChWwIDh= EPA 8260 Volatile organics NELAP VIM vklezanom EPA 9260 Edvadwcorganics NELAP 11812002 2.Whyl-4.64kitmphowl EPA625 Boractable QVaics NELAF 711!20032-MuLbyI-4fi-dk&,opbmoI EPA 9270 Emuwsable Organim NELAP 3/1512013 zMadly1wh6RUM EPA625 Exhactable Orpnim NELAP 7/I2003 2-MeWyIna0&aI5B6 EPA 9270 NW.AP 311512013 24&AiyI*noI (®•G1) EPA 625 Extwimble Organics NELAP 7/1/2003 2-J&%yiphenol (O-Qml) EPA 8270 Extrijable Orgmics NMAP 7/1120032-Niftumline EPA 9270 ExtracUble Organics Exhadabir. Orpnics NFLAP 110M 2-Nitropbend EPA 625 EmkwAableOrglUiN NEW MOM 2-Nitropkmwl EPA 8270 ExtmIabIc0rgW= NULAP 1182402 3Y-DieM=bcmIzidiw EPA 625 E&WMICOM"es NELAP 711/20033,3--DicWmzb=nWw EPA 9270 Vobfilc 0400 MAP 113/2012 3,3-DWwW-1-bntan6I PACE SOP 5-FL-0-037/GC-hZ NELAP MM3 EPA 8270 ExkwAdb1c Organics 3,Y-Mm"Ibuniffine Ex"@%Uc OrgAnics NELAP 311512013 3/4-MgWftnds (-IP-QMt9) EPA 625 NELAP 1=008 314 is *11- ) EPA 8270 Hvklclatu orpnico NELAP 71112003 EPA 9270 ExbwmHc orpnica 3-Nitroaaffire EPA 6Q8 Pwfiddes-Hwbk:ide&-PCB's XM.AP 110002 4,4' -DDD pCI&ides.Hcrbiddes,-PCB'9 7/M2903 4,V -DDD EPA BMI Fedk4des-HcrbWides-FCB'5 NHAP 3/1512013 4,N -DDD SM600C pasticides-HerbickIcs-MB Is NEIAP IMM 4,4' -DDE EPA609 pesticisNELAP 7A=4,N-DDE EPA 9031 sGde&-H=bicidwPMS NEW 31=13 4.41 -DDE SM 6630 C Pes3 Mda-Herbiddes-PM NRAP 1/820024,0.DDT EPA 609 NELAP 7/1110034,N -DDT EPA 8081 peS&Wxe-HvrbkMWPMs prA*idWHabiddcsPCFS NELAF 3/1512013 4,41® SM 6630 C NELAP 110002 4-BmwpbcqyI phanyl dha EPA625 E&MUNeofrnic, rrent cerMustion status With Clients and CustoMers Are UfPd to Verify the bora 'scui EXprfitiOR Date. 6/30/2018 tke Environmental Laboratory Cerfification Program issue Dates. 10/27/2017 Page 139 of 1278 Page 140 of 1278 AAWUfUAVYY A3GFI Attachment to Certificate ® Z83079663, expiration date June 30,201& 71do Hsdng of accredited analytes should be used eW when woodated wkh a valid certificate. to Laborawry ID, ESM9 EPA Lab Code: FLO1264 (380 672 -UN EM79 Paw AimWeal Services, LLC - Ormond Beach FL 9 East Tower arde Ormond Dumb, FL 32174 ULtrix, Non -Potable Water Certification Anabft Method/Tech Category rype Bffedivo Date 4-Bromphanyl OMMI affiff EPA 8270 Hzftctuble OrSwim NELAP 7I17003 442dow-3-moftlokwno1 EPA 05 fthadmble OW4cs Nff" LW002 4-CNv;m-3-m0yIph=I EPA 9270 mazadwo orplace NELAP 711/2003 4-ChImcamiline EPA I= Emnsuabb Map= NELAP 7/112003 4-01moplawayl *WW= 13PA 625 E&NUINHO orglabs NELAP IM002 4 l phWkffiw EPA 8270 Exhadame orpain NELAP 711=3 4-Chicivo(um BPA 8260 volatile Orpaies NELAP 7IM003 4-MvftI-2-pedaa= (MMQ EPA SM Vcddk Orpnics NELAP 71IM03 4-Khroonflim BPA 9270 EvnOtAbleorpnics NELAP 711003 4-Mimphowl EPA 625 Exftcubla Orgmics NELAP IAV= 4-Nilmpliand EPA 8270 Embomwe arainim NELM 711/M Annaphthene EPA 625 naaactuble orreics NELAP 0=02 Acen"Ifteoe EPA IM ExUadvUe OTanks NELAP TIAnom Accmaphftlem EPA 625 Ext=table Orgffdm NELAP IM002 Acaughthylvae EPA I= ftwwl ownim NELAP 711003 Acalone EPA 624 volae orgEdo NELAP 71112016, Acebw EPA 2260 vowcorganics NELAP 711=3 Acalcuibile EPA U60 voldfleavaim NELAP 7J1 3 Acrelain (Propmal) EPA 624 Vdable Organics -NSLAP 118= Amvidn (Nopcool) EPA SM vow& 01goofes NEZAP 711=3 Aerylisiftrile EPA 67A Vol" orgamcs NELAP 1=002 Aeryloniaile EPA L760 volgkorgenia NELAP 7112003 Aldrin EFAM I?=dckIwHwbicAe&-FCVa NEW IAYM Aldlin EPA WIl PezWdzs-HerWcidoaFCBIs NELAP 711/2003 Aidda sm(imc PwHcWIes-HdbWd*PCBIs NEW 3110013 Madfinty m W03 SM 2320 B Gannal Oxxoishy NELAP 1=02 AByl dilonde (3-0omlampw) EPA nffl vraw NELAF 7/1=3 alpbo-BHC (kIphaHes=hkwqdd=&w) EPA 608 PeAbi&e-Hvrblckks-PCMi NELAP 118002 EPA 9091 PesWdrz-H=bIiidw-PCV9 NELAP 71112003 elpha BHC (alpha HcaeWomeyelohexanc) SM 6630 C PeakkIr&Herbiddm-PCFa NELAP YISAO13 dj*&CMord= EPA 9081 peftideg-Horbicidwpews NBLAF W2003 Aluminum EPA200.7 Mehb NELAF 118r2m Aluiniman EPA 200-8 mews NELAP SAIrm Aluaijaum EPA 6010 mwb NELAF 7/112003 Alinninum EPA6020 mews NBLAP SUM Annnoniessli EPA 350.1 Genaw chemosay NELAF 1 00 CAmU and Castemen we urged to verffy the laboratorfm current awdfication, statm with the ERvironmental Laboratory Certification Program. Inue, Date. 10/27)2017 Expiration D&W 60012018 Page 140 of 1278 Labonvory acope Uj AcCr1=1WOU" Attadunent to Certificate 0. E83M63, expiration It inne 30,201& This listing of accredited analytes sbould be used only when associated with a valid cerfflcNW State Laboratory ID: E83079 EPA Lab Code; FL4)1264 (3%) 1672-5669 L83079 pace Analyami Services, LLC - Ormond Beach FL 9 East Tower Circle Ormond BeacI4 FL 32174 Matrix: Rion -Potable Water certification Analyte Mothodrrech Catwy Type E f to ctive Date EPA 8270 Extracteb1c Orsanics NELP A 111003 Ime Anfiffacene EPA 625 ENVachme Orgladw NELAP UUM NELAP 711/2003 EPA 8270 Edrad" orpnics Antbreacne AfAmony EPA 200.7 mews NELAP 1/812002 Antimony EPA 200.8 MZWB NELAP 5111!1004 AidmwW SPA 6014 mews NELAP 71U2003 AzW=W EPA 6020 Metals NELAP 511112004 ATodor-1016 (KWI016) 6A 608 Pesdcides-Herbicidcs-PCB`s NEIAP V8= Arodar-1016 (PCB -1016) EPA 9082 Pesticides-HerbieWas-PCB. B NELAP 7112003 Awdor-1221 (PCB -1221) EPA609 Faticides-HeibicidwKWO NELAP I/8/2002 Aroclor-1221 (PCB -1221) EPA 8082 Pasticides-Her . Is NWAF MOM Arodor-1232 (]?CB -1232) EPA 608 'cid 's NELAP 1/812002 Awdor- 1232 (PGB -1232) EPA 8082 Pcsdddes-Herbici&s,-PCB`5 NELAP 711/2003 Arodor-1242 (FM1242) SPA 608 Pmficides-Herbicides-K&S NELAP I&M Arodor-1242 (PCB -1242) EPA 3002 PiesOckles4lerbicides-MB's N13LAP 71112003 ATodar-INS (PCB -IUB) BPA 608 Pas&j&s-HerbW0;&PCBs NELAP Iimom Aroclar-1248 (PCB -1248) EPA 8082 Pwtjejd=-Herbidde&-FM9 NW.AP 71112003 Amdor-1254 {PCB -1254) EPA 608 Pes&jdwHt:rbkidea-PM's NELAF I/O= Aractor-1254 M-1254) EPA 8082 PeS&hjw,Heftidc*PCB`8 NELAP 7/1=3 Aroclor-1260 943-12W) EPA 609 PcsWdes�Herbicidc9-PCB!3 NELAP I/M2 Atcclor,126D (PCB -1260) 8082 '3 pc"jdes-MWWidwPCB NELAP MOM Arsenic EPA200.7 Mdds NELAP UW= BPA 200,8 mews NELAP s/liam Arsenic NELAP 1/612002 BPA 6010 mdals Arsmic Arsmic EPA 6020 Met& NELAP MUNN Atzdm EPA 8 141 Pesdciicides-PCIYS NELAP 711003 A6nphoa-Wthyl (owthion) EPA 8141 J?e9&ide&H=bkidea-PWS NELAP Win= Barium 13P0200.7 Mews WELAP VV= EPA 2018 NW& NTEIAP 5111A004 Bulium. EPA 6010 MOWS NELAP 71112003 Bodunt EPA 6020 metals NELAP 51112004 Barium BMlt=Dn EP08151 Pe&&idn4ierbWWe&-PCW& NELAP 7/1=3 Beroeria EPA 624 V Organics NELAP IAY2002 EPA 8260 Vol e Organics NELAP 71112003 Benzene EPA 05 &Vadme orwalim HUM M002 Bmidin organia NELAP 7/1= Bmoinc EPA SM Road" Clients and Customers are urged to verifY the IftbGratlig lyo Mrrent certificatlon status with the Environmental Losborstory CardficOtIOD program- Issue Date- 1MV2017 Expiration Date: 639/2018 Page 141 of 1278 M Attactanuat to Cordliesto M. =1079-63� expiration date June 3% 20M This fisting of accredited nantytes should he und rady when associated wft a uffd certificate. State Laboratory IM FMO79 EPA Lab Code. FIL01264 (396) 672 -SM E83079 Pace Analyfleal Services, LLC - Ormond Beach FL -8 East Tower Circle Ormond Beach, FL 32174 Vat Zir. 'Nax-poiabb Water Analyte hiethodfrech Category Type Efluctive Date Bez=o(a*mne= EPA R5 ExtracbNe copnics NELAP 1/9= Bw*&*Ahmww EPA 8270 Exhaetable Organics NMAP 711=3 BOMMUMpayhme EPA 625 Ddramable Organics NELAP VV= BM=(SA1pMY16nD EPA FM Dfltacteble Ckpmw NELAP 71IM3 Boa*k)1Iueao&h= EPA 625 Exbmiable Orgm*s NEIAP 1AVM Berme(k)fluorandwe EPA 9270 DdMiame arpmes NBLAP 7/112003 Benzyl HICUM EPA 8270 Rxescamte Organics NELAIP u2noos B0711han .A,2 °T mews NELAP IALM02 Dayffime BPA 200.9 mews NELAP 5111 BmAium, EPA 6010 mews NELAP 7/1=3 Bendfilim EPA 6020 NELAP -911 rim bala-BHC (bM&FHM0h10K0qdQhMK1Mt) EPA 608 NELAP 1 0 bYa-BHC (bela-11mchimmyclahamme) EPA 1081 Pes&idas-HarbicMss-FCffs NMM 7/1=3 bft-11HC(bdwHaae;h1acsqdoh=ome) SM 6630 C Festicides-Herbicides-KBs Nff.A? 311=013 Bbelinim! zKyrn deruand SM 5210 B Grown! Ch=Lifftry NMAF 1 bW2-ChIo=dmy)oa,ftw EPA 625 ExIsadable Oripudes NBLAF 1/=02 bi(2-ch1omeduaylomflume EPA 8270 Rdmoutte orprjm NELAP 7/1=3 bh(2-Mornefiv1) ather EPA 625 ExWodable Organics NBLAP 1=02 lik-2-ChlosedbyD affier EPA RM Emkodable Organics NELAP 7/M0 03 Bown EPA 20D.7 Met" NELAP U&M Be= EPA 6010 Nomia NM.,A? 7/1= ntemak EPA 300.1 Genowchemift NELAP 12/1212012 Bromide EPA 300.0 (emend Chemistry NELAP IN" Bramide EPA M56 Goosed Chanisby mum M=3 Bremobanzuse EPA 8260 Vchda orgulks NELAF 711r4M BMMDCwemmedmm EPA 9260 VOIFAC orgoics NELAP 711=03 BranWicHowsrodume EPA 624 Vol"Organics; NELAF 1=002 Bromodelflommeduce EPA VM Volatile orpnics NEW 7/1=3 BromoRmn EPA 62A whiftofpnins NELAP 1=002 Bremoftm EPA 9260 VolaffieOrgamcs NRLAP MOM BuV b pblindate EPA M Emmotable Orpnics NK" M002 Butyl bowl plahalsta EPA 9270 Exhautable OrgmAcs Nk" 7/19003 Cadmi-aer EPA mews NELAP IM002 Cadmium EPA 200.8 blews NELAP VIM% daftium EPA 6010 mews NEW Mam Cadmium HIM 6020 Mends NELAP 9111=4 Clitsits and Customers are urged to verify the laboratory's current cartification statas with the Environmental Laboratory CErMentiOn Program. Ime Date: 10/2712017 Exoration Date. 6130/2019 Page 142 of 1278 Attaellment to Certificate #. E83079-639 Y date June 30,2019- 1 I. =ft of accredited { •.:. should 1 1 e1 only t 1 it 672-5669 Laboratory �'. I'EPALab 1 I 4 1 state — 1 Pace ;.1e:. N . � 4. 4.-. 8 -East Tower Circle - atl1'NOR-Potablet chloroben— Marobarmana Method/TachCategorY EPA 0.7 EPA 6010 BPA 625 ]EPA 8270 EPA 8260 SPA 624 BPA 8260 SM 5210 B EPA 8141 EPA414.4 BPA 300.1 EPA 608 EPA 8081 EPA 300.0 EPA 9056 BPA 300.1 BPA 624 BPA 8260 EPA 8081 A 624 HFA 8264 EPA 624 EPA 8260 SM 102(00 H BPA 8260 BPA 8141 BPA 200.7 BPA 200.8 EPA 6010 EPA 6020 EPA 218.6 BMW BPA 8270 EPA 8260 EPA 624 EPA 8260 Mews Extractable Valadie Organics Voladle nM Vowcorpiks •I Gtnaral 1 i , pcstkWcs-Hcrbi@ides-PCB's General 1 ', a V, , b orea ,W, O,. pestj&Wcs-HM:bkidwPMs OrganicsVelawe organics vohac Vohdila Organics VdaMeOrpaim OrganicsVokk Za metals mews Mob mews Gmwal Chemistry Extracialbowics Organics Voledile OrgIrlim Vahtile Organics V016616 OMPA pffi; 1 it EffixthaDatc I 002 711/2003 5/1111004 1/3/2012 7!112003 1/8/2002 711121!03 11812002 712/2003 1/8/2002 12/1212012 1/812002 7/1/2003 !/812002 7/112003 12/1212012 1/612002 7/112003 7/111003 1B/2002 7/11200.1 1/6/2002 7/117003 1/8/2002 7/112003 7/111003 119/2002 5R 112004 711!2003 5/1111004 1/17!2014 1/8/7002 711/2003 7/111003 7/I/2OD3 �1 I •i f 1 sl Itis 1d f��' ryis current certirwation status with 0 ls •IlD6/3012011 Environmental I I I 7lProgram.1 Ii Page 143 of 1278 Page 144 of 1278 La&rafory Scope ofAce-reditailon Page 15 d 33 Attachment to Cardficate #,. E83079-63, artfiration date June 30,20A Ills IhWRg of accredited aralyto should be used onlywhon amortated with a vnRd certificate. Staft Laboratory ID., FMO79 EPA Lab Code: FLO1264 (396) 672 -Ma E83W79 Pace AualytkW Services, LLC - Ormond Beach FL 9 Ust Tower Cimle Ormond Deack, FL 321-74 MakiC Non -Potable Water Analyto Method/Tech C cerfifiWinn Type Effective Date rm-14-111d7lore-2-butmr: EPA VA volatfic. orgmdes NELAP 1/312012 cbwt EPA 200.7 metab NELAF I/Sum Cobalt EPA 200.8 mews NUAP SAIJ20D4 Cobalt EPA 6010 metals NELAF 711003 Cobidt HFA60) Mews kMLAP S111004 Cater SM 2120 B G claw C&DA" NELAP 10/12007 comiuctivity SM2510B Genend Chunany NELAP TWO12 CoRw EPA 200.7 Metalo NELAP UUM CoPper EPA 2DO.9 Metals NfLa 511112004 Copper EPA 6DIa Mftft NELAP WIM copper EPA 6020 mews Naldki 5111004 SM 2330 B Gamut chanusky NFLAP IM12002 comnaphos EPA $141 Restisido?,-Herbig dea-KBIs NELAP 7/1n= Cyanide EPA 235A Gonad ammostry NMM IUMOD2 cyckbx= EPA 8260 voindle orgmks NM" =012 Dalapoo, EPA 1151 Pesfiddes-HurbicklasPCHs NELAP 711=3 delta -BHC EPA 608 P=Iidde9-HcrbkIdos-PCB% NEW I/L= ddwBHC EPA 1081 711=3 debo-DRC sm6mc Pegicifts-Herbiddes-XVs NELAP 31=13 Deroutor-o EPA 3141 Pasticida-Herloddes-MBk NRIM 711/20D3 Demeton-a EPA 9141 Fos&kl&s-Herbiddos-3Ws NELAP 7114=3 DV -LI~ phthaeft pW) EPAUS Exuadiblo Orgadas NRIAP IAVIOM- Di(2-athylhexyl) phUate (DEW EPA a= Exuactable Organim NEIAP 7/112003 Diazinan EPA 8141 Pesfiddes-Herbiddas-"s NELAF 711 03 Dibanzathme, EPA 9270 RAIveable ormics NELAP 7/1=3 rhdamochloramodane EPA 624 Volatile GqFnics NELAP V&*= Dikuntoefilumanodmoe 13PA SM volitborpniGs NELAP 7/IDM Dfixacomnathm EPA SM vola& Coamics NMAP 711=3 ]DIcanaba EPA 8151 Pandekles-Herbirides-KWo NFL" 710003 Dichlonriffluesomeflone EPA 624 vowleorpnics NELAP 4=014 Diddowdifivaroractlume EPA IM voldbownims NELAP 711=3 EPA 8151 pecdewag-Haticides-PeR's NpLAP 3n012010 Dichlorovos (DDVP, Diablorms) EPA 9141 Pe3fldde;s-Hwbiddcs-PCB% NELAP 7/WDD3 DW*jn EPAW Peafiddes-ftbicidea-PCtrs NELAP L=02 Dwddn EPA INI Pmda[da;-ffzrbWdu-PCBIs NELAP 711=3 Didddn SM 6630 C Pe9kides-Harb®ca des-KBIa NELAF 3/15)2013 Glears and Customers are urged to verify the laboritozes to m on sladw wo the Environmental Laboratory Certification Proprarm, hme Datte IMU2017 Expiration Date: 6138129111 Page 144 of 1278 LuborafOrY SCOPe Of ACCFCaumlyun AtlachmeRt tq Cerdmicate #. W079-63, apiration date June 30,201L This RWng of %=effited analyfes should he used o* when associated with a vAd certificat& ",tatcLab0rRt0rYID;- KW079 EPA Lab Code: FIA1264 (366) 672-5668 ff.?m9 — Pace Analytical Services, LLC - Ormond Beach FL 9 East Tower Circle ormoad Beach, FL 32174 Matrix: Nasi -Potable Water certification Method/Tech category ve D Effbotiate Analyte EPAVA Vol4c Organics NELAP 113 12 Dk*l ctbzr EPA 625 Eztmftble Organics N&AF IAV2002 Diethyl ph&&LdB EPA 9270 Extractable Organics NELAP 7/1/2003 DIOW1 phibalate 1/3/2012 Di-isaMpYleftr (DUE) EPA 8260 VolR& Orsmics NEAP 71112003 Dimethoute EPA 8 141 Poticide&Rmbicides-Mys NELAP Dimdhyl 0"me EPA 625 admatableorgWICS NFL" I/WO02 Dkmftl phlbalub EPA 8270 Extractable Orstaim NELAP 71112003 Di Vithm� EPA 625 Rdmctable OMMIN NELAP 1/8/2002 I pb*dft EPA 8270 Organics ExhwtableDi NELAP 711t2003 EPA 625 Extaffale Or9mics NELAP 118/2002 Di-a-adyl pbffialate EPA 9270 BxtrftWft Organics NELAP 711/2003 b p-wbuty)-4,6-duuft*0=ml. DNDP) EPA9151 Pesdcides-Herbicides-KBIS NELAP 71V2003 EPA 8141 p09IiDidrbjaidm-PCB'mp NELAP wims Diswiatun EPA 608 pestjoides-Herbicides-POIN NELAP II812= Endosulfis I EPA 8081 PesWdes-Herbicides-pm.9 NEW 711=3 Endouffm I SM 6630 C peftides-Herbicides-FC11% N&AF 311=13 &Amdfan I EPA 608 Peptiefti.-Hubicides-PCV& NELAP 1/9= Ehdogulfim 11 EPA 9091 PcsWdez-HcrbidAe-s-FM NELAF 7/ID003 EMWMAfen H SM 6630 C Pashcides-Hubicidrs-XVs NELAP 3115/2013 Endoswfim 11 EPA 609 Pertiddes-HarbiewBS-pC15's NEIAP 1/9=2 Ebdosuibn offake EPA $091 Fmdddes-HerbicIdmPCB-3 MELAP 7/1=3 Endosuffmn m1fift 6630 SM C pemwdez-Hirablicida-MUs NELAP 3/1512013 Endosulfim MNO EPA 609 per&Wr4-HmbWdus-FW3 NELAP Endrin EPA KUL Peztkidw-Herbicides-110Ers Mm" 711/2003 Endrin SM 6630 C Nw�,ida-Hbicida�K215 NELAP 3115/2013 EnMn EPA 608 pesticWwRarbicidw-PCO's NELAP I/M02 Endsin eklabyk EPA 9081 Pm&idwHabkides-PCAs. NELAP 711=03 EnddasWeliYde SM 6630 C Pesficidam-Herbicides-PUs NEAP 3/15/2013 Endrin aWdrjde BPA 9091 pefftWdes.HefWcWes-PCB's NELAP 7flAO03 BAdrinkeum untmommi WIMOURTI MmbiolW NEIM 71112016 QUANn-TP-AY NELAP 711/2016 SM 9223 B Mkmbidlop /QUANn-TRAY 8141 paddAes-Heib icwwpclys 7/112003EPA EPA SMO V"Ie Organics NEIAF 1/312012Efhyl aDmft EPA 8260 Voldile Orpffics NMAP 711I2003 Ethyl malhamylaft EPA 624 Volahle Organics NMAF 118=2 Eftibmmm Clients md Cmtomers are urged to vev* the laborateres cun-cot certiftation statU8 With the Environmental IAboratDry CertifiNd011 PrOgr&M- Lume Date. IN712017 EXpifStIOR Date: 6130/2018 Page 145 of 1278 AEURM I Attadbautut to Calffleate N. R0079-63, upfration date June 30. 2018. 'Ibb ILHIng of aceredilmd. analow should be used only when associlated with sk valid cortificate. State Laboratory ID: E83079 EPA Lab Codi: FL01264 (3" 672-5668 R@3079 Pate AnslydW 8ervices, LLC - Ormond Beach FL 9 East Tower Circle Ormond Beach, YL 32174 Matrix Non -Potable Water cortfficatian Analyte Method)Teah caftwy I'w Effictive Date wylknwm EPA 8260 Volaft orpnics NFIAP 711/2003 EftI-t-b*Imw(ETB2) EPA 9260 V010C Organics NEIAP 1"12 yur EPA 9141 ?Mtkkha-IIerdicidrs-PCBs NRAP 711/20M F" GOUDME Colt 15MicrobioloU NMAF 711016 colimns) Few ooffalfla sm 9M, D MI=bjoIW NU" 1=02 FhMmadme EPA W Exhaftwe orshnim NUM ua= F100reaftlefo EPA 9270 Exhwwble Organim NELAP 71MA003 Flow= EPA 05 Fmoacuble Orgunim WEL" 1A= Fhawene 13PA 1270 Exommble 01pnira NELAP 711/2003 Flulside EPA 300.0 Gaud Chemift N&A& =002 Fluoride EPA 9M rAmd camilairy NMAP' 7=03 Founddolyde EPA 9315 RXftectswe orgmia NELAP 71112016 Sanan-MIC (lisdans. EPA 608 FeAkides-HobicidoOM's NELAP IIL= Sm=u-HcwAkA=ycIoh=w) pmma-BHC Widane. EPA 1081 PeWddc9-HwbjcWzs-PC'Fs NELAP 7/1/ZW3 FMza-HV=IdM%Td0h&") 9saime-MIC (Usdunz S)A 6630 C Pastiakka-Harbicida-PCIVa NELAP 3/I512013 Wants Ilmd1lawyd0hum) Fna-Chiardew EPA =1 P85WdBS-HefbWdU-PCB's NELAP 711/2003 Heplacillor 6A 6H PedWdes-HwWddes-PCBIs MAP 1/0002 Hopowfuln EPA= Pe9fiaidWHmtkjdmPCBIS NELAP 711#2003 HepbdAor SM 6630 C PeaficWca-Harbicidoz-FUls NHIAP 31ISM13 HophrId" modde EPA 608 Pft*Jib3-HcrNddw.-PCF@ KSLAP V=M fthwx0rapodde EPA 80111 Pafiddm-HffbicWes-PCBI3 NUAP 711=3 Hephddur epwd& SM 6630 C P@dkidas-Ikrbki&s-PCBPv NELAP 31122013 13rozow EPA 95 Exuadablo Orgsda NELAP IIL= Ikzorhiorlobenz= HPA 9270 ExhattablB Organks NELAP 711=3 HemMorobnWhone EPA 625 R*w1able orgmics NMAP 1=002 HowNwobuladame EPA I= Vowde orgardes NM" 71L=3 HaaWm-obabdione EPA 9270 Examajable Organics N" 711=3 EWsacb1crocyaleptatacno EPA 625 E=wb& organim NELAP W2002 RomidarocydopmWim EPA 6270 B&Adablo oww" NELAP 7/l/2003 He"emoroadaw EPA le Orgenia NELAP 110002 H@nuhkmxd=z EPA 82m Exanctoble 015anks NMAP =2003 Ig6labifty EPA 1010 7/1=03 ladamadaw Waft iodide) EPA 926D Vows awmim NELAP 711= hou EPA 200.7 MeNU NELAP INZ02 Mats and Customers are arpd to va* the Isboratory's current willIcation status wkh the Ewdromental Laboratory Cerfiftation Progrant. bsue Date -1 17 E41raflon Date: 6/3012018 Page 146 of 1278 LaDOFdUOrY 317UPF UJVii: er A#Acbment to Certineate #. 983079-63s expiration, date 3une 309 20M 111b fisting Of ficcnditOd gu*fts iihould be gmd only when waodxted with is valid certiAcRtIL ptate Laboratory ID: 1983079 EPA Lab Code. FLO1264 (386) 672-%68 E830" paw Amlyties, S"M, LLC - ormond Beach FL 8 Fast Tower Chrle Ormolid Beach, FL 32174 -Matric Nom -Potable Water Certification. Method/Tech Category Tvne Efleadve Date Anallyte Nn- EPA 6010 Metals NELAP 7/1=3 BPA 6020 mews Naa . 11312012 B6° hobutyl dcobd (2-Mcffiy1-1-propund) EPA 8260 volawe Organics N ELa 71112003 EPA 625 E&OMWOWnics1/812002 NEIAF baphm.m NELAP 71120D3 b*MQMNELAP EPA 8270 Elftaemble Orprims 71112003 EPA 1260 Volatile Organics NELAP, MOM r4dddfl nitropn - WW EPA 351.2 Cdmml Chemishy NMAP 1/8= Lead EPA 2017 NWIAS MMAP 511120Q4lmd EPA 200.11 maws NELAF 11$2002Load EPA 6010 WWI; NE . LAP 5/11=4 Imd EPA 6020 mews NEM. 7/112016 Lidiium EPA 200.7 EPA8M Mo" Volatile Oq*CS NELAP 1/0012 mip-xylmm EPA 624 Volatile Orplim NIEL" W17012 M+P-xYlem NEIAP 1162002 Magnesium EPA 200.7 :Metals NELAP MOM bbgmsiurn EPA6010 Mebmla 7112003 EPA 8141 NMAP maindlim EPA 200.7 M AP II&MM mnapnm EPA2DO.G metals NELAP 5111/2004 MMMMS NELAP 7112003 MMSUM'511112004MMSE= EPA 6010 EPA 60M Maws N [IPA 9151 pomtkides-HorbiddcOM NELAP 1/3/2012 MCPA BPA 8151 pesticides4lerbicidca-PCYS NELAP 1/3/2012 MCPP EPA245.1 mews NELAV 1/9= mermy EPA 7470 Maws NELAP 11811002mucury EPA OM Volatile organics NELAP 7A2003 Metheciylonilrile EPA 8081 Pesticides-Herbicides-PMs NELAP 711003 M91110:4TAft SM 6630 C Pesticides- Hobicides-"s NEIAP 3/1512013 meffiazymor EPA 8M V01211.10 organic$ NEL&P 11=12 Methyl metam Mathyl bmmide (Bmmmothm) EPA 624 volatile Ownics NEI" 1x11002 Mathyl "ide (13 ins) EPA 6260 Volatile Organics, NELAP 7/1/2003 Meihyl chloride (MammdmM) EPA 624 Volatile 04pics NELAP 1B/1002 7112003 whyl cworida (Chlorom1hum) EPA 8260 volyffle Organics NELAP NM 7112003 Methyl indhecsyluk EPA 92�D voluft Orpoics pGWvMea.-HuWeidwPCFs -AP NMAF 7112003 M51hyl pazzwon W&XU4 mefti) EPA 8 141 IMAM Me"I tut -butyl dher (NnW EPA 624 volatile Orpnim , NELAP I I1 1 MI I , , v, 0 t I , I r M. Page 147 of 1278 Laboragmy Scope ofAcenuffiadon Pne Is of 33 Aftachment to Ceriflicate ft Z!13079-0� expfradon date June 3% 2018. This Heting of accredited awdyles should he mud only when associated wft a vaild cerfiffeetc. Slate Laboratory ID.- FM079 EPA Lab Code: FLAIU4 (396) 672,W8 =079 Pace Analytical Services, LLC - Ormond Beach FL S'East Tenor Circle Ormond Beach, FL 32174 Matrix- Non -Potable Water certiftwion Analyte MethodiTech categmy Type EMNAive Date Methyl tot-b*I effia PHRE) EPA SIM Vuldae Orpnics NEMP 1042IM03 MedwIcyclohmm EPA 8260 Volowe Orsmks NELAP L9012 Methylew chimide EPA 624 Vddk orsKnica NELAP Iimom Mcffiylaac Wed& EPA SM Vdwfle orguics NELAP 7/1120D3 MerivbM HPA8141 Padiddes-Herb1ddes-110Es NELAP wi= 1fiffix EPA 608 Pinficides-MrbickimPM NELAP 3/! 013 Mirax EPA 901 Pankides-Herbicika-PCII's KMAP 1 01 Udybalmn EPA200.7 MOWN NEW 1/9= MWyb&a= EPA 200.8 Memb NEW MUM M*bdenm EPA 6010 maws MqAP 110002 Idulybdemim EPA6020 Mdft MELAP 113/201 2 MMwMVb*= EPA8141 Pw"w-Horbiddes-FMN NELAP 711M Naphtbalm EPA05 Edralable orgado NEI" IAL= Mapidludenc DAM Vohoe orgenics NELAP 7/M2003 NaphMew EPA 8270 E*Icbmeorpoic, M" 711M nbmmuno EPAFM Vowle copnim NELAP 7/1003 n -Deem EPA625 Pladowes-Hattkides-PM NELAP MUM n-Fkmw PA Vaheikorpwas NELAF 1 01 3-FL4M7MOMS Ni*Ct EPA200.7 MOWN NELAP iffi= Nidmi EPA200.8 Mob" NEMP Sill Nkhl EPA 6010 hktis NZ" I/O= Midwi EPA6020 Mobil NELAP 51I112004 Kiwis EPA 9056 Gwoul aimmy NELAP 7/1/2003 Male w N EPA 300b Gownechuniezy NZAP I/O= MaW as N RPAM.2 GeAww chomiff" mum IM002 Nihate-niftilb EPA 300.0 (knual ChwWvsy NELAP US= NiffidWoftho EPA 353-2 Gawd Chemisky NELAP IAVM2 te EPA 90M GMKVI amift NEIAP 7I12003 Nbrim as N EPA300.0 ca" chemisky NELAP 1=002 Ififtite as N EPA3532 Ganow chomiory NELAP IMM2 M*obnzew EPARS Hamteble Orpnin NELAP I/M002 Nitrobemne EPA 8270 Exhuchible Orgarics NUAP 7/112003 n-Nftrwd&n@ft1wnine EPAQ5 BoadvUe Upnics NELAP 1 n-NiftooWhominylesaftm EPA 9270 Wwtzble Orpoks NMM 7/112003 n-Niomwi-n-propyhMoo EPA 05 b0cubkorpaim NELAP 1/9= u-Nilrosadi-n-Fopylamin EPA 8270 &6vala 04vim NEIAP 71112 Cklenix and Customers are urged to verify the laboratory's current cerfilleadva doter wft the Environmental Laboratory Certification Program. Issue Date- 101=2917 Expiration Date: 6130/2019 Page 148 of 1278 Page 149 of 1278 LaborafOrY,YCOPe Of AcUummusBuFff . Z83079-63, cg&gtion date June 20M T H8 9 of Rec"dited, Attachment to Certificate #- 3% hhI du walytes should be used only when 9380datsd wM a valid certific" State Lab oralorY ID: E83079 EPA Lab Code- FLOIM4 (386)672-5668 E0079 Pace Analytical Services, LLC - Ormond Eleach FL Skast Tower Circle Ormond Beach, FL 32174 Matr= Non Potable Water Certification Methodfrech category Type Effoedve Date Analyte 625 Extractable Organics NELAP I/ RaOO2 n N'EPA EPA 8270 E&ROMID oqwi= NELAF VIMM n-Njftawdph=ykmIne EPA 625 pM&j&s�H=j)kides-FCff9 NBLAP 5111120D4n4kadwMe EPA 8260 vohaeomenica NZAP 7/10100311- lprowkmw TKN minus AADAONIA General Chemistry K&AP Orpni1/3/2012 c n%wa NELAP 1/8/1002 0zftphospbdmasP EPA 300,0 Goad Cbernistry General Chemistry NEIAP IM12002 ordwphoq&w as P EPA 365.1 NELAP 711/2003 OrcophosphatomP EPA 9056 Gonad alemistry NELAF !1312012a -X*= EPA 624 Volatilcorpnics o-XYh= EPA SM Volaeownics NELAP 1/312012 parathialke1hyl. EPA 8141 PesdcWe4&-Hdbieidcs-PCff3 NEI" 7/l/200S paltechimmihime EPA SM vols& Organics NELAP MMM pedicWoronitrob—cue (QBW-zm) EPA $091 postieWes-Herbiddes-PM NELAP 102/2008 EPA 05 le 0i NELAP pentaddM*15nol% EPAS151 Pesticides-Habicities.-PUYS TU81411008 914 Patachkirophenol EPA 8270 RKImainwo org"Ce NELAP 71=3 penuddorophenol MELAP 3124t2017 pe&uombt= sulibnift (PYBS, porflu0mbutm PACESOP VoWleOrg I aniou sufflonic acid)NELAP 312412017perflu=**wats (?FHpA, puflumhoptmaoic FACESM Vowde orwics mid) S-FL-0-045ILC-MS-NIS NELAP 3124017 peffluorchalme sulfix0ft PACESOP Volableorgmics perfluordbemno Mftnic odd) S4Lt,045ILC-MS-M8 NELAP 3r"17 pwa,wownmmte,(PFNA,perfimonm=Oic PACESOP Vol ume orgszlics acid) S-FL4-045ffCMS-N[S NELAP 3/20017 Pmft=WAM suabnato (PPOS, porfluarvoctfine PACE SOP Vdatile Ommir's adfimicar;4 9-FI,0-045fiZ-MS-MS NELAP 3/2412017 PACESOP Volltile 015mics wid) 541,0445AL-Mg-MS NM.AP 7/1=3 SPA 9040 Genmal Chumistry PH SM 4500 -H+ -B CMMW Ciff4wstry NELAP 101V2,007 pH 11800 Phermn(Inne EPA625 EXITWwHaoromim NELAP EPA 8270 Bxbwtable Organics NELAP 711=3 F110112111hrene. orpnics NELAP US= EPA 625 Extractable Phenol NELAP 7/112003 EPA 8270 Raractalk 0r9M&A Phew EPA 8141 NFIAP 7/1)M3 Phoreft EPAS141 NM" 7/1=3 Phosmet(lmidan) BPA 365.3 Genasl Chernifty NM.AP 12/4=7 Phoroffu% tow EPA 365.4 Gen old chemistry NELAP 118r1A02 phosphorus. Urld EPA 9151 Pasticides-11mbicidwPM NELAP 7122003 pickum EPARM Vdatue. orgisics NELAP 7119003 p- lulu labOr2tDryS curenciencation tatus with CffMt& and Cudomers are Urg9d to va* the rt s the Environmental LuboratorY Certification Program. Usne Date: IMM917 Expiration Date: 6130fall Page 149 of 1278 Laboratory Scope isfAccraRation pap 21 Of 33 Attachiment to Certificate #., NX3079-63, expiration date June 30,201& nis Rating of accredited anables should be used only when associated with a valid certificate. State Laboratory ID, FAM9 EPA Lab Code: FLO1264 (386) 672,%N FJ3079 Nee Amdocal Services, LJC - Ormond Beach FL 9 East Tower Circle Ormond Beach, FL 32174 Zs-fti; Non -Potable Water Certification Atmlyte Mediod/Tec4 Category Type Effective Date pokumud EPA 2003 MOWS NELAP IIWO02 PCOMmm EPA 6010 mews NELAF 7/1/2003 lacoonfirde (Eftl CWWC) EPA M V018105 Orgemus NELAP 711003 PYRM EPA 625 hno0oble oripoics NELAP Ifi= PMM EPA M Manuasele Qvmms NELAP 7/1=3 Pyridine EPA SM adm"ecapin MI" 7/1/2003 Residual fice aidurine SM 4500-0 D GeneW Chemists, NRLAP 1 0 Raddua-fiftmMe (TDS) SM 2540 C Genand cheflaft NELAF I Qf*= ResidwKmMonble (M) SM 2540 D Gentralchemmy NEIAP 10/0007 Residwetabd SM 2540 B Goneral Memistry NELAP 10/312OD1 sec-33dyltenum KPA UM Volaffleorganics NELAP 711=3 sdwm BRA2003 MONI& NELAP IA= Selemunt EPA200.9 Mdab NELAP 5111=4 Selenium EPA 6010 mews NMM 110002 8061,num EPAM hifth; NFLAF 1 1 silica as SiO2 EPA 2003 In" NELAP 1=12 Silica as 802 EPA 6010 Mews NEW 113/2012 Samoa EPA200.7 WIMMIS NELAP M012 silicon EPA 6010 Meals NMAP 1I312012 Saver EPA200.7 blews MEL" 1/89002 say& EPA 200.8 mews NELAP 51III2004 Saver EPA 6010 Metall NEW 7/1=3 silver EFAM bkods NEIM 5/11/2004 Silm (2.4,5-1?) EPA 8151 Paificidix-HeducidesPCIN& NELAP 711=3 Sadiam EPA2K7 Metals NELAP UMM Sodium EPA 6010 Mobfis NELAP 711=3 shanflum EPA 200.7 Mdus NELAP 1011412004 Shandan EPA2001 Memo NELAP 0/120;012 Shordium EPA 6010 blabda NEAP MOM SWHmB EPA 826D vdaeNpnics NMAP 7/1=3 Suffift EPA 300.0 GamatChomisay NELAP IM002 some EPA 9056 GMMI chenishy NELAP 711003 Sidlide EPA 903019034 Genord chemisay NELAP 7/l/2003 Suffide SM 4500-S F Geonal Chemigby NELAP 113t2012 Sulfur EPA 2003 Mob" NELAF 7/112016 Sulfur EPA 6010 Mads NEW 7/112016 Clients and Customers are urged to verify the laboratory's current cordfication status widt the Environmental Laboratory Certification Program. have Datee 10/2712017 Expirittlon Date-- V"IS Page 150 of 1278 . . LaooraroryaCope Of d%CGrrA"A&U6UffS Atiachmont to t.4ficate #. . FAW9-6:1� "pirafim date June 309 2018. This Usting Of Aceredit0d analyke shwAd be used only when associated wt* 8 vat cerfificate. state LaboTatory JD-. F.8" EPA Lab Code: FU1264 (396) 672-5668 FM079 Face Aadytical Serviceg, LLC - Ormond Beach FL 8 FAst Tower Circle Ormond Beach, FL 32174 r®• Non -Potable Water rorfifmfion urt-Butyl 9cobal (2-Methyl-2-prapwd) tet -Butyl ftfflate tut-ftMbmv—e T&achlomeftlenr (PaUdorowthyl—) TWacblomilrylant (1'er-WOF001144m) 110trawrofilran (FIM ThIlium Thallskm Tfaium Tin Tin Thanium Titanium Tduone Tutumc Tout coftnms TOW WORM Z ° ,��� 5 21A 8M PACESOP S.nA)-037MC-MS EPA $260 FACESOP S -FL -0 -037107C -MS EPA 8260 EPA 624 EPA, 9M FACE SOP &FL-0-037100,WIS EPA206.9 EPA6010 EPA 6020 EPA 200.7 EPA 6010 EPA 200.7 EPA 6010 EPA 624 EPA 8260 SM9MB SM9n3R IWANTI-TRAY EPA 9012 EPA 200.7 SM 2340 B EPA 9056 TKN + Total nitraW-RitT SM 5310 B FLIPRO TPHCWU Dbd EPA 420A EPA 9066 EPA 608 EPA 801 BPA 624 Metals mews Matels Volatile Organics Vo `le (kgW&-s Microbiology Microbiology F �11 sl 5 , i , i I I p7n Type ivy ate io= NEW 1/3t2012 NELAF 113012 NELAP =012 NELAP 1/312012 7/1003 1/8/2002 7/112003 1/3/2012 5/11/2004 7/l/2003 511112004 IWOM 7/112003 It312012 JX2012 1/0002 711rM 1=002 711/2016 711/2003 ll&WM 711=3 i=12 212112008 71212003 71112016 IMM2 711)2003 1/0002 111=3 1/817M 7/l/2DD3 ]&MAraflon. Date: 6/30/2018 Page 151 of 1278 Laboratory Scope ofAcepaWadon Pap 23 of 33 Attachment to Certificate 0: E0079-63, spiration doe June 30,2018. This Miss; of accreffiled. anobtes should be used only when associated with a valid cestificate. State Laboratory ID- FMO79 EPA Lab Code: FLO12" (396) 672-5668 FSM9 Pace Anablicul Services, LLC - Ormond Beach FL 8 East To Cinte Ormond Beach, FL 32174 batrk Non -Potable Water Certification. Analyte MethodiTach category Type Effactive DRUD ftwo-1,3-Dicaoxvinupene, EPA VOWIS 07soluol NELAP 1184002 tans-1.3-Dkoheropromon EPA 112M Voodisomma NEW 711rM mms-1,4-Diablara-2-butene EPA &M Vdk& orpmes NELAF 7/=3 Diefflorovalono Cffidderocklac) EPA 62A Vohd& orpnics NELAP 110002 MuMmuhme (McIdmovitylese) EPA9M Vousue ownus NELAP 711 Thelaorafluommeftno EPA 624 Vanalp organics NELAF V&= Tdwownumumaffim EPA RM Volaffie, orgames NELAP 7MI003 Turwdity EPA 180. 1 oumt cbentifty NEIAP IIVM Un-ionind Ammonia DEP SOP 10/03/93 Geneva chomistry NIUM 110002 Uraninal EPA 200.8 alfidals NELAP 3/1=10 Varwium EPA 200.7 mews NELAP 1/6= vamdium EPA200.1 Mows NELAP 5nIrAft vanadium EPA 6010 Ifews NELAP 7/1/2003 Vanwhum EPAM Abods NMM MR= Vmyl Moma; EPA Vfi0 Vowcorwks NELAP 7/1)2003 Vmyl c1doride EPA 624 voisew Organics NELAP IM2002 Vinyl dfloride EPA .1260 Volac Organics KM" 711 XYk= {Wall EPA 624 V01035 crowes NEW IAM02 Xyleft (tow) EPAKM Vdara ownica NHLAP 71=3 zinc BEIA 200.7 Mob NELAP M002 zinc EPA2001 Mddff NELAP 5/11OD4 Zkc EPA 6DJ0 mews NELAP 1M002 zinc EPA 6D20 mews NFIAP 5111M04 CHents and Castomen ars urged to ver* the laboratory's current cerMcation status with the Eavireamental Laboratory Cerdfication Program. Issue Date- IMM017 Expiration Date: 6130/2001, Page 152 of 1278 rik � � , < (i � � 1 �x�i 1 K; 1 •, 1 � 1 -:a :.i:+ t 1, 1' + 'rx.. " 1 I i • o ry 11 11 ' 4n•i 1. , f .If R. •x: 1 1+ 1 i1 f 1 1 • . � . •� i` 1 1 , A 1. ra 1 11 1 N 1 L I _: • •!: i :11 A I �' 1 R 1 .1I • II 11 ,1 : n.1 1 r a�� R I• I �[ 1 peA, SI• i ' 11 R ti !A— v. w 1It 1 1 11 ! i it Al r. ! � �• � _ 11 i. 11 � 11 t I I L 1 I. 1[ Il f ry 1 1 Page 153 of 1278 AttachmentLaboratory Scope ofAccreditadon Ca i $expirationdate June30,2018. Thh listing of accredited analytea should he used onty when associated with a v9fid cerUnte. State La a FM@79 EPA Lab Coft FU12" �g Face Andyfical Services, UC -Beach Circle Ormond Beach, FL 32174 Matrir Soll and Chemical Materials c p, �g art tion Analyte` ch category Type tvd Date. 2A-DkNoughtool A 70 or U + y y y ` 1 l gga�,g�a bl I 2.4-DiniftaphwA IMA 8270 EMwwftwe Owlics NMAP 1 2A- .. (2,4 A 3270 FIXhadable II 002 M EPA 9270 rairwabla Ownkm NM.AP i 2- ! aftl kdow, MEX) EPA 9260 V 11 del vW ather EPASMVo w& I 012 2-MorwephlWam EPA bld Orgenics NELAP I A 8260 Va a EPA 8M V "ca NELAP JIM I.4m6- ! lc 1/0002 2-MeMyInaphibalace EPA SM E=adoblb Organim NBLAP IMMM I I( ) EPA 9270 ExancobleIIWO02 2-14firaenjUm UA tM Majdable OMxj= 1 EPA 9270 ExImbible 3,3LDiablowbaukline EPA KM EkoatteMe %3-MmoccrI-1-buhnol PACE SOP volatile 6hylph ( Is) EPA 8270 E&adabla Organics NELAF irM008 3-Nibuirdline EPA RM Exkadeble Orpnks NIRLAP I 02 4m ® A 8091 "s NELAP 1=002 4.0 -ME. EPA 9001 i IMOM 4.41 A 9091 is D's MELAP 1/0002 4-Dwatophanyl phmurl dhar EPA 1270 &UaLttle Orpnics 3- 1 EPA 8270 E&aftwa Organim NMAP M002 4 le 4-ChImWhwAphsWIadw h7a, 9270 EXMRCWb Oriprim NELAP 110002 A BW V 4 1-2- ) EPA 9260 Volatile Orgudes MAP IMMM 4-Niftewdilm EPA EPA82M Exuaclobleorgud" Accoaphitwe EPAMM Ezftadoble OWnics NFLAP 1 Acamphisykne EPA 8270 Exhauabb Organics AurAm EPA IM) Valabb Oripalies NELAP IM002 -n ala EPA SM Va W ain } EPA 8260 voisecorowev NELAP IIMO02 and Customers are urged to veft Me laboratory's current cardficatita states with CertificationClients Date, 101=2917 Expiration Page 154 of 1278 Laoorarory,� , pe-��, Attachment to Cerfficate #.- EW79-63, expiration date June 30,20M This Hoting of accredited anabries should be used only when associated with a valid certificate. State Laboratory ID; E&3079 EPA Lab Code- FLO1264 (386) 67M668 WIXIIAITUI, pace AnaWkaj Services, LLC - CWmond Beach F!, 8 East Tower Circle —4—atrix:SoHd and Chemical Materials Certification Analyto Methadfredi Category Twe Effrotive to EPA 8260 Volaine Orpni= AI AP 1 02 EPA 11081 PeaticklesHeMcides-K93 NELAF 1/8= Aldrin. AIIyIcWcnda(3-CW=X0Pew) 13PA VM V Organics NELAP I/RMM elpha-BHC (al ph&-Ho=blM*rJQkNM3e) EPA 8081 Fasflddes-Hubici&WP(Hs NELAP 119= ha-ahwime alpha EPA 8081 PWflcWeq-IUrbkdwPCB's NELAP I/VM Aluminum EPA 6DI4 Malab NEAF 1=02 Ammanis as EPA 350.1 General Memistry NTLAP SIMMS EPA 8270 Emwable. Orwics NELAP 1/312012 Aniline EPA 8270 Bxftctable Orpnics NELAP 1/&WM Anffirwene NELAP 119002 AntimuM EPA 60I0 metals I/MQ2 Aredor-10 16 (PCB -1016) EPA 082 Pesticides,-Heibickles-Pr-B's NELAP Ammar-1221(PCB-1221) EPA 8092 pcWjcjdas-jjwbiiddes-PWS NELAP 1/0002 Aroclor.1232 (FCB -1232) EPA 9082 Fcatkiderftbicides-FWS NELAP 1/0002 Arodur-1242 04M4242) EPA 8082 Festicides -Herbicides-MB's 14ELAP IM12002 Arodur-1244(KE-1248) EPA 9082 PesficidwH=NrkIe9-PCB" NE3AP I/81200.2 Amdor.1254 (PCB -1254) EPA 8092 Pes;HcWw-Ha;MddwPM.9 NELAF III= Aroclor-1260 (PCB -1260) HPA 8082 peMjcjdes-H=bk&lwPCB`s NELAP 110002 Arsenic EPA 6010 Maws INELAP I&M Manic EPA 6020 Metaiv NEIAP 15DO12 BPA fttkides-Herbicidw-PWO NELAP 11=2 Ahazinc (Ouch-ion)BFA 8141 Pesticidw-Herbiddes-MM NELAP 1/512002AzfiWtm-mcthyI Barium EPA6010 mews NELAP 1/&2002 NE.AP 113=12 BRdum. EPA 6420 metals De� EPA8151 ftficides-Herbicides-PCM NELAP US= EPA 9260 Volatile Orgardep NELAP l/5P1002 Benz= Beraidine. EPA 9270 Exuaclableownics NELAP II8=02 13MM41)a6thmenc EPA 9270 Exhwtablc Organics NELAP 110002 NELAP 1181100? Boazo(n)pyrm EPA 8270 EXURGWAIDOrmanics IIN002 Bc=*)f1DMzVhaw EPA 8270 ExNatabla Organics NELAP Bano(Lb.i1perylenc 19PA 8270 Extractabla Organics NELAP I/8002 Basizo(k)IInaranthene EPAtM RKnactable Organics h 1/0002 B 810" EPA 9270 EKINSIdable Organics NMAF IM2012 NELAP 1/8= Bwyllium EPA 6010 metals NELAP 1/312012 Berfilium. EPA 6020 mews beta -BHC (bft-H=cW0MGYd0h=w) EPA 8081 Paficides-Harbicides-FMa NELAP 1/0002 bis(2-Cbkffodhmq)mWhW . EPA 6270 NMAP I/8a002 Clients and Customers are RrVd to vffify the laboratorys earres2t cer"flentla" sts"s with the Euvirogmental Laboratory C*ztfficafion Program. lone Date- 1M712017 Expiration Date: 680/2018 Page 155 of 1278 Laboratory Scope ofAcerediladen Page 27 of 33 Attachment to Cardficate #.- RM/9-63, expiration date June 30, 201L IWA it, s&,g of acered[W analyin should be amd only when amodated with a valid #x 1,:.5,, State Laboratory ID: FMO79 EPA Lab Code. FIA1264 (390 671 -Ma, aAft-D mews EPA9141 Pa3fiddes-&rbiddc&-FWs EPA AM VOh" 019mlim EPA BISI Pe9ficides-Hwbickk&FCB's Clients and Customers are urged to vw* the laborater3es current cartirwatlan itatus with the Envimmental Laboratory Certification Program Imue Date. 10)27t2Ol7 Expiraffen Date: WOM18 Page 156 of 1278 Page 157 of 1278 LaDannory OLWPC UjmGGFVK","D—. Attachment tu C"lificate #. UW9-63, expiration dati June 30,20M Thb Hating of accredited snalytes should be used only when associetfill with A vOUd c8rtfflc"tr- state Laboratory IV. ROM EFA Lab Code. FLO1264 (396)6724668 E83079 Pace Analytical Soffices, LLC - Orm end Beach n 8 EA9t TMOF Circle Ormand Begich, FL 32174 a ix Solid CbemtealMatengh CeTtification Merthod/Tech Ca Tvvt Eff-bative DOB AnaWe E11A '808lp.&Am-Hetb!cides.PCB'8 NELAP 1 /0002 ----------- ddia-BHC EPA 9141 Pesticides-Hwbicidea-PWO NELAP 1/0002 Demdo" EPA 8141 posticides-Swbicid.cs-KNs Damdw-s DK2-l) PWmlate (DW) EPA 8270 eOrpdcs NMM 1182002 EPA 8141 id 'a NELAP I/vim DWzhm 13PA 8270 Extractable Orp6cs NNELAP 14= Dj"m*o.h)ad=ww EPA 8270 Egmcable0qOcs NELAP Iffi= Dibomfinm EPA 9260 Volatile Orammks NEIAP 11812002 Dibmamcidommethme NELAP 118/2002Dicomba. Dibromamethene EPA SM volatile Orpnim 1=002 EPA 8151 PcWddes-HwbiddwPM NELAF Mblowdiflumumadm3c EPA IMO voleffie Ownics NBLAP list= 3/10010 DicWwOprOP(DWOqffW) EPA 8151 NELAP (DDVP, Dichimos) EPA 9141 pesficWw-HerbiCWe5-FCB'3 NELAP 1/9/1002Dichlomm EPA 8061 pgkjdwHmNddc9-Pr-R3 NELAP 1/0002 Dieldrin EPA 8260 V Orpnim NELAP 1132012 Didbyl efim EPA 9270 HoacwtAe Orpnics NELAP 1/812002Di-bq;zvRYleOW(DEM) Diethyl pbdWam EPA 8260 Volatile Orpnics NELAP 15012 EPA 8 141 putickles-HerbicidwMBIS NELAP I/&= Dimuthosw EPA 9270 Entwhatorganics IN= DhnethylphdolaW EPA 8270 EmwUkkorgoics NELAP 118120M Di -n -butyl phthaldc EPA 9270 HdnwN�k OrPnics NELAP IM12002 12i -n -"l pbffiWuft Dmomb (2-mc-b*l-4,64-&ophmoL DNM EPA 8151 Festicid em-Hwbicides-PENS NELAP 1182002 EPA 1141 Pwtieidoz-Hc*WdcS-PW1 NMAF 11212006 Disulftbn EPA &MI FesfiddWHerbicidmimW9 12TELAP it&= Endomftnl EPA M1 pogicides-Horbicides-POYs NELAP 110002 EndomfiftH EPA 9091 PcAicWaa-Hcrbiddam-PCV9 NEI" MOM Endomffm m9fte EPA 9091 peaficides-Horbicides-PM5 NELAP' M= EaMn EPA 8091 pgsockies-Herbiridza-FWff NELAP I/O= Enidn aWahyde EPA 8081 ftsficidwHerbididea-MV8 NELAP 1/8/1002 Erdrin Imtons EPA 8 141 -Festwes-HEWOWSOM NELAP MON Rhion EPA 8260 Volatile Orgmaim NELAP 113@012 Eftl ao�- EPA 8260 valwile Orgm*s NELAP 1/8/2002 Ethyl me late NELAP 1/9=2 Ethylbmmne EPA $260 Volatile Crpnica 1132012 Efti-t-buryMW (ETRE) EPA 8260 Volatile Orpnics NELAP 1/8/1002pal-aphur EPA 'cid '9 NELAP SM 9221 E MkmbioloU NELAP R114MG6 Few COMMS Customers M UrPd tO v"* thg laboratory's current Cermication katas with CHents and the Environmental laboratory Cormcation Program Imme Date: 1012V2817 Expiration DzW. 6GOMIS Page 157 of 1278 FUMM un�� Attachment to Carillicate #. ate June 30,201& This Hating of accredited ann" should be used ardy when associated with a valid certificate. State Laboratory ID. ERM9 E PA Lab Cod r. MA1264 (396) 672 -SM IM079 Pace Analytical Services, LLC - Ormond Beach FL 8 Rut Tower Circle Ormond Beach, FL 32174 mix. Solid and Chemical Materials certHication Analyte Ma"ITech CEteglDri Type Effective Date phWaM&M ETA 2270 Extractable Orpoks NEW 1 00 Fhorm EPA $270 RtWolubie Orpnics A= Floorwe EPA 9D56 GWWW Chmi*y NELAP 8/14t2008 FomaldeWe EPA 9315 ndcambic organi" NEI" 3/2112016 sonme-SHC (ladne, EPARNI Paw"es-He AricidwPCHs NELAP I&= Vmm&CMord=e; EPA 081 Postiddas-Nefokides4M NELAP yam HepUchlor EPA WB I Peaficides-Hubirldcs-MYs NPLAP 1/0002 HW=WWqWJft EPASNI Fe"WHerbicidai-PM NELAP 1/9= Homh1ombamme EPA 8270 ENUmelzb1c Orpaics NELAP 110002 HumWorobabdim EPA n6D Volsfilaorganics Ekmadil"aboladiana EPA 9270 ErUwMic OrpWo XMAP Vom Hmwwowdapnudiem, EPA 9270 EcknoWe organks NELAF 1 00 Haachlomedwor EPA&M ExIviciame organics NELAF 1/8= 1.00milily EPA 1010 Ganual Chemistry NELAP 1/8= lVdt"hy EPA 1030 GsoacitCharnisky NEIAP IM002 1n&ao(1,2,3-cdkW-o EPA 9270 Exuactable 111=2 Womoffizma Odehyl indide) EPA 8260 VaIddeOrpnica NELAP IM002 h= EPA6010 mews NELAP lsobuLyl alcohol (2-Mallorl-1-poponol) EPA060 1/8/= hwhMIM EPA 8270 Evniomble. Organics NO" 110002 11WrWb=zM EPA 1260 Vdz& Organics NE" I/Am Kjddshl nitwpn - WW EPA351.2 Gw=i chews" NELAP 9114r2M Lead EPA6010 mzws NELAP I/&J20D2 LINK[ EPA 6020 hbwe NEW 1=12 M*XYIMCS EFARM0 Vowtorm" NIHAP 1/312012 N11pash= EPA6010 mob NEUAP 1=02 bwatwou EPAS141 PeodcWts-Herbicides-FC13's NELAP 1/84002 MMPRM EPA6010 Mews NEW IWW2 MEWMM EPA 6020 mdws NKIAP MON MCRA EPA8151 PCH&WN-HuNcides-INCIVS NMM IlarAm MCPP EPAR151 Parbiddes-PCEs NELAP 1=002 moun EPA 7471 IVIEWS NELAP 1 0 madmaylonfidb EPAIINO Vows orgWim NELAP 1/0= hieka"C&N EPA 6041 Pcifichles-Harbicides-KNo NFLAP 11NW2 Mdhyl Wam EPA 1260 v 0moacs NELAP 1131x012 Ifieftl bromwo (JBMMOmdwm) EPA 9260 Voidie organics NELAP 11 02 Clients and Customers we urged to va* the laboratory's current cortification dabs Wilk the Environmental Laboratory Certifiention Program. Issue Date:1 7 Fx0ration Date: 6130018 Page 158 of 1278 0 AttacbmeDt to CertMcBte #- X83079-63, exp�mtlOn "tc JIm30,2018- Thb Uffftg of mccred1W anslytes should be wed 0* wben assodated ift a "lid cerdfimt& (3" 672-5668 State Laboratory ID: EM79 EPA Lab Code. FIA1264 ESM79 race A*tka, &rvices, LLC - Ormond'aeseb I FL 8 East Twer Cirde OrMnd ]Beach, FL 32174 Q medwimuffisc-Tyw M,*l pme") Meftl teat -butyl edw KM) Mdhylcy,Aghwme mekkw chloride movkom Mftm Malybdcnum Mum=t*Os Nwhbdm waphdw= Tk-Butyl bcnzM n-HeKww n.N*oscd0mwYWnint m4�mlbwmw OWE& dvq" OrOmphosphM as P a-Xykm pl&t Futcr Lkpws Test puaddon, oft, p-Dbmm puftchkroeffim pmwhuffThwxA pmtwm0r1phewl. 97A -W EPA BW EPA 9141 EPA 8260 EPAUM EPA 8260 EPA 8141 EPA 8081 EPA6010 EPA 8141 EPABW EPA 9270 EPA 9260 PAGE SOP 3-F 37 EPA 6010 EPA 6020 EPA 9056 EPA 353.2 BPA 4056 EPA351.2 EPA 8270 EPA " EPA 8270 EPA 8270 EPA 8260 7$N mino AMMONIA EPA 9056 EPA 8M EPA 4045 BPA 8141 IBPA 9M EPA 8260 EPAR151 EPA 8270 EPA 4045 EPA 9270 voladle orgw= VcWWz Orpnirs reWcidwHcrMddmPCWs Voisfile Orprics vowb orgwws Vdslle IDpn!U ■ =l" mews Genvml ChcmkO Gwml ChBmisO GursW Ch=Listiy GommlChemift Eowb" Orgmics Homewc OrRM&I #• O, orprdcs ExtmetabicOrganics voillav Orpnim Gem -9 ChOmhft Gmmul Ch9mbftY voladw Orsudca GcmwW CbmmL*Y p0stjcWwHiubid&s-PCB's vohaeormnks volill asorswim, p,s&W,,MlWcidwPCB's Bmc%ble Ox9nics ounwAChamighy E=uc%btc Orginicg Ado .A to vergy the labowatoWs Current cOrt0calloll WA;Q "T?i %qltTurVfflpareU= 1 NELAP NELAP KE,AP NELAP NELAP NIELAP EL E! NELAP KELAF N-ELAP NELAP NY" NELAP NELAP E" EL' NUM NELAP NELAP NELAP Num NELAF NUAP l/W2002 IIL= lWom 1=12 11811002 Imm 1/3W12 IN= 14002 11802002 1/3t2012 118=2 Imod 81141W 7IV2003 MOM 7114003 1/0002 1/&2002 110OD2 IlV2= Im"02 11312012 8114=8 1WO12 110002 184002 l/W002 1/84002 IAl=2 110002 Mom IlLmm Eqimtlon Date' 6/30=8 Page 159 of 1278 M Attachment to Califieste N: E0079-63, expiration date June 30,201L Thb Hadull of accredited auslyta should be used only when associated vA&,a valid cardficate. State Laboratory ID: E83079 EPA Lab Code: FL01264 CM6) 672�5668 Z83W79 Pace Ausb6cal Services, LLC - Ormond Beach FL 9 Fmt Tower Circle Ormond Beach, FL 32174 Kr&k Solid and Cbeculcal NktorWb Certification Analyto Method/Tech Catepry 'EM Effhative Date EPA WO Hxftalablc QjWdcs NELAP V0002 EPA 8141 paskidw-Habiewn-pWS N&" IW0D2 EPA 9141 Pegiaides-Hubicisw-FWs NELAP 1/8=2 phoopkatz' WW EPA 365.4 Gewd Chemi*y NEL" VIC= Pkkrm EPA 9151 PcWcAwHcxbioWea-PCffs NEAP IN2002 p-Impropy!to laaaa IRPA IM voiatucoq*cs kmw M002 Pwassium EPA 6010 Match NEAF IM= PMF*Wbb (Eftl cyamda) IPA I= Whole offfmics NELAP IAMU PM= EPA r= Itiftwuhle Orpnics NELAP MV2= pridim EPA 8270 Exhacubjeorswift NELAP It&= Ruidub-Whil SM 2540 0 Ge=W Chemishy NELAP s1nam Reddliz-Vah" 1/17/2014 see-BULYIbemma EPA SM Volowe QWICS NELAP 118/= selanium EPA 6010 Metals NHLAP US= sdmium EPA 6= MBWB NELAP 113/2012 sava, EPA6010 Match NBLAP 118rAm Sfivcz (2,4,5 -TP) EPA 9151 PestioWes-Herbiciks-SCH's NELAP I 0 SO&= EPAO Meels WELAF I/&= Stmatmal BPA6010 News NELAP INX02 EPA VW0 Volac orpnics NELAP 1/912002 EPA 9056 Quezzi Chemistry KELAP gn4f= Wfift EPA 903OW34 Gomal Chemaby NELAP I/&= suffiff EPA6010 mews NELAF 7/1/2016 &fNirdir- Precokofion Lmbft Piacedwe EPA 1312 Gcomal Chemisfty NMAP L%=2 T-amyhoaftiedw (TAME) 13PA 8W Voldneowacs NELAP 1=12 Wt -Amyl Wadmi (2-mdhYI 2 -W=I) PACESOP Vol efilcOrpaies NELAP 1/3/2012 S-FL-&037/GC-M tert-Butyl alwhot (2 hftWI-2 wasaaal) EPA RM V® Organim NELAP IP"12 W&BUty) ftmde PACESOP Vddh onwas NkL" 1"12 S-FL4)-037/GC-MS tut-Bulyllaxom EPA US Voldhorpaics NMAP 1/0002 TeftadIlmoeftlefle plemmmoaftlem) EPASW Vo of NHIAP I/W2002 TateRhYdrofIRINIUM EPA &W VobtfiaOrpnks NELAF 1/3012 lboahYdrofi— MW) PACE WV Valwile orpnics NMAP =012 6- 37 Thakal EPA6010 mews NELAP Vaam 7hal1ium EPA 6020 mews I%MLAP 15=12 Tin EPA 6010 MpUb NELAP 1/0002 Clients and Customers an urpd toverify the laboratoiYa current cartification status with the Environmental Laboratory Coriffientlim Program. lasne Datra INW2017 ®r D&W 613012013 Page 160 of 1278 Laborajory'scope 0j J%ccreauffigurs Attacluneat to Certificate #: Fsw9_63, expiration date June 30, 20M This listing of accredited anajytas,Nh,Dutd be used only when associated with a valid cerMeAte- State Laboratory ID; E83079 EPA Lab Code: FLO1264 (Mo 672-S1 -A "9 Pace Analytical Services, LLC - Ormond Beach FL 8 East Tower Circle Ormend Beach, FL 32174 Matriw. - Solid and Chemical Mztwbls Certification Analyte Mcthod/Todh Category Tvne Efi6ctiwDate- EPA6010 Metals NELAP 3/15013 EPA SM Volatile (kpoics NMM 1/9002 EPA 9012 Geneal chmnistry 1/8/2002ToW eyamide EPA 353.2 Ganad Chemistry NELO 711*003 ToW ninitflte NELAP 1/0002 TOW nitme-nitritz EPAW56 Owerel Chemisq TOMI nimw TKN + Total nkate-nitrite CienoW Chmistu NMAP 1/3nol.2 TOW palrojeum Hydrocarbons CMM 111PRO HdMcwAc orpnics NM" 1/0002 TOW Pem HY&OWhons MR TPHCWG Di red Mediod GweW ChmutrY NELAP 71112016 TOW plimlolics EPA 9066 offleral chemistry NM.AP 110002 TWM*AM (chlorinated comphaw) EPA 8091 Pwticides�HwbkWw-PC1Y9 NEW Ila= Tmmty Ch1mcWrWWLWJW prowdure EPA 13 It Cmwel Cherhistry NELAP NIMAP MOM 1/8/2000 trans-1.2-Dichlorouthy1we EPA 8M0 VoWile Qpzics 'la NELAP 1/0002 usowl,3-Dichloropropme EPA 9260 Vo Oromics tw& 1.4DrNoro-2-butew EPA 8M Voldbom6- XUAP 12J2212010 TdchwroMhM(wcwMMw1YlCw) EPA 82611 Volatfle orpnics. NMM TrichkwWhwruuwd1@M EPA 8260 Volume orpnim NELAP UV= EPA 6010 NW.Ws NNELAP 1/8/2002 Vanadium EPA M mews NBLAP IMO12 Vawdium EPA SM Volatile Orpnics NUAP IN= V*l acem EPA 8260 volatile omocs NELAP I/Srm vinyl ommide EPA 9260 v orplim NELAP I/812002 xylem (law) 1/8/2002 Zinc EPA 6010 mews NELAP NELAP JIM= ZIM EPA 6020 mews Mub and Customers are urged to vuffy the laboratory" Current cerdfk2d" status with the Environmental Laboratory Certification PrOgram- issue Date: 10/2712017 Expiration Date- 6/30t2018 Page 161 of 1278 Laboratory Scope ofAccreddationOf 33 Attachment l a t ' rlCerMate M,E83079-63, 1 N flJ n date June 30,201& S CI , liating h � %analytn should be and only when associated with a vaUd cerflileste.State Laboratocy ID: EM79 EPA Lob Code. FU1264 (386) 6,72-5 Clients and Customers are urged to verify the laboralorfs cumowt cerdficaden OWN k the EnvironmentalLaboratory _ i Program. Issue Date. 10712017o 6/3012818 Page 162 of 1278 PACE ANALyrICAL SEIMCES, LLC -POMPANO FL - 3610 pARK cENTRAL N. poLipANO BEAC)4, FL 33064 SM-TIMMT-01 iNERWRill-I Mal-�Jl MIMI rat Sonia ro" C , M4A DH Fom 1697,7104 NON -TRANSFERABLE EHU40-S&ODIVM17 Supersedes al I pyeViously issued OMMMBU35 Page 183 0 1278 Clients and Cukoinere ars urpd to verify the laboratory's current effrMcation status With M ike Environmental Laboratory Cerfification Program. Issue EAW- 7IM017 Expiration Date. WOMM Page 164 of 1278 �ff . &Lffy a Fr, ff GW--Wffivp Attachment to Certificate #1 E8624MO, expiration dde June 39,2018. This Usting of accredited anslytes should be used only when associated with a valid mWente. State Laboratory ID- RM40 EPA Lab Code: YU1273 (954) 5924300 B86240 Pace Analytical Services, LLC -Pompano FL 3610 Park Central N. Pompano Bmeb, FL 33064 Dreaking.watar Certification Analyto Motbod/Twh Category Type Effwfive Data Coadwtivity SM2510B P6wuy Impnic Coamninam NELM 411512011 Wimi"ooN SM 9223 B MMMWOBY NMAi 3=10 HVwMMVwaPhw DOOM 5DOLATE Mi"WORY NELAF 3=010 Odor SM2150B SOMI&O UMPM calftminant NEW Z,25=2 PH SM 4SOD-1f+-1 y loerWft OUbMAWAS NELAP SQ19007 TOW COREMMU SM9=B hfiambielogy MMAP 20=2 Taw COURM SM 9223 B Mkrabidagy NELAP 2ARM Tom dissolved ® SM 2540 C Swondwy 1noqw&Cw9=ftwrAm NELM 2012002 TMwIty EPA 180.1 Swondwy Thugme Contminnawfis NELAP 4110011 Clients and Cukoinere ars urpd to verify the laboratory's current effrMcation status With M ike Environmental Laboratory Cerfification Program. Issue EAW- 7IM017 Expiration Date. WOMM Page 164 of 1278 Lavarm"ry OL"'F& Eli Attachment to Certificide #: E86240-50, exPiration date june 30,201L This Usting of accredited analytes should be used ady when associated wftt 2 vald cerdfiff'tp— (954)5824300 State Labor story M B96240 EPA Lab Code: FIAIX73 3610Park Central N- poxnvgno Beach, FL 33064 MatrbL Non -p Water Certification method/Tech Catowy Type Efflective Date Analyte NELAP 20AMM Bkoban&el Wgw demand SM5210B General Chemistry NELAP =5= Carbomwo BOD (CBOJI) SM 5210 B General Chemistry NTLAP 71112003 EPA 7196 General ChembstrY chmmmnvl i EPA 120.1 Gonead Chmis" NELAP 2== conduclift NELAP 10/13/2414 ENJEROLERTI Micrable'logy Enwrococci qtr NZAP 1011YA.14 Ew1wichilLcall SM9MB JQUANn-TRAY logy NELAP 9/15/2015 COINJmTe- IS (Feed microbiology Fccul Col coliffinns)N" F" colffimm SM 9221 E Microbiology NEIAP .2=002 2125r= Fwal c®1 SM 9222 D wombiaw NELAP 201a002 Feed mcpwcomi SIM %M B Microbiology NMAP 6a51200d Hewmtropwo plaw countSM4%0-H—B SHOUTE Microbiology N&" 5=2007 00101alchermstly P9 SM 2540 C clencral OcEnistry NUM 51210V Raddu,--fiftrable (TI)S) NELAP V2V!00q Resid,e-nomEwrable (TSS) SM 2540 D General Chemiatry NELAP 411512011 SM 2540 F Genaral Ownis" RBsidae.wMeable General CbBrais". NELAP 5M=3 Salinity SM 2520 B NELAP 2a5/2002 ToW colfforms SM 9222 B Wwrobiology NWAP 10/13/2014SM 9223 B Micrubkdogy Total COH200 /QUAtM-TRAY NELAP 2/23/2002Turbidity EPA 100.1 GenoW ChemL*y GIMMI chmmwjy NFLU 2n5rM Tumity $M 2130 B Clients and customers are unLed teva* the laboratorY's current c8rtilrmtiou sts""s w* the juvlronmental LabontOrY Cerfifimtloft Pr'o9ram- Issue Date., 71112017 Expirgfign Date- 6/3WO19 Page 165 of 1278 dor o f ALUnclaawt to Catilimte #: E86240-514 miptration date June 30, 2018. This Wing of accrediftil lid YYauslyiss ui _-[ 4 State Laboratory ID: Ai -EPA 1M 4M Clknb andi. 'ter to verify the Isbaratorys current earffication atatas with the EuvinamentalLakwatory Cerdfication} MI-ExpirationDate- Page 166 of 1278 L, 0 lima 9"ift RA( W IMMEMWAII-I Susmne Crom MHA. *Ztl- QU. T-27112 ePtftll-- X=ltk U'-lTZ-t-d- DH Form 1697,7104 %ON -TRANSFERABLE E87407-2"?AWM17 Supsmedes 81L. PrVAGIZAJ� Imusd cOrtific6tw Page 167 of 1278 tMeats end C�IIWIRV`rs Are Urged to verify the laboratory's current em-Wication status wim the Ruvirommental Laborm"xy CatMeatim Ptnnm. hane Daft- MAW Expiration Djarm fimois Page 168 of 1278 Laooruloq Scope afAccrediia don Page 25 of 40 Artadraltnt 9D Certificate #: E87487 -A 11XIBIrfition date Joao 30,2018. IWA lbftg of accredited andytes should be used a* when as"clutgri wft a valid cediticate State Laboratory E): E97487 EPA Lab Code: TNOM3 (615) 758-5858 107487 EDVIMMCBtBl SCIMMOD CorPoration - TN 12065 Lelummon Rd. Mt. Juliet, TN 371XI Analyto Mothod/Tech category Certification Tehlothyl pymphmplmm (WP) EPA 1657 Type Effactive Date 7aftmaki wEqgmphuo CTMP) EPA 9141 °d "s MAP Tehy1'(mft1-2,4.6-b=tmpbaWiRhr&mm) EPA 8330 Egbaclable Organn NELAP 411Q= M11flium EPA 200.7 Metals 4111I005 Ibefflumi EPA 200. 8 MGM NELAP 6/IW003 ThaIllum EPA 6010 MM& NEW daLI2003 Thajum EPA 6020 Metal$ NBLAP 4/IfM This , dazin (zifloPhom) EPA am Padizifte-Herbiddes-PWa NELAP 411=5 TM EPA 200.7 Mows MEL" 4110D5 Tin EPA6010 MINDIS NELAP 6110003 Tin I•A 6M meft& NFLAP 4/l/2005 Tkankm SPA200.7 'bleddiff NM.AP IIIIQ2011 Iftenium EPA6010 MM& NEIAP 7114=9 T*xWoRght'haphos) EPA 1657 Pq9&idw-HzrbjcidLwFMs NELAP 7/14/M Tdmddon(Fmwvhos) EPA8141 NELAP NMAP 41112005 Toluene APA6M Vubdb Organics NEL" 411/2005 Tolume EPA 624 Volume orgswes NELAP 411fM Toluene EPA SMI vowe ommics G18=3 NM" &W2W7 Toluene EPA B260 vowe Orrad" NMAP 411005 TdA= SM6M0B vousk Ormnics NELAP 411A005 TOW colifinns sm9mn MiCROWIDgy NELAF 1'hW qmnide EPA335A cmMaicbeno" . 11110011 TeW cyanide, EPA 9010/9012 Gammackmisby b� NELAP 7/14=09 411fm Tdal qwnde EPA 9012 Gencrat Chemistry NELAP VW005 Taial L ynoide SM 45 ®E Guaw chmiefty NEW 41112005 T® Ybdo-nArb EMA 300.0 Genwal Chmubtly NBLAP TOW a1raftl4kila EPA 353.2 amrsichmaisay NELAP 7/1412009 TOW nihat-WIdw SM4110B GammalChammmy NELAP 12/12/2003 TOW orgavic carbon 13PA 9060 Genew Chmniffay NMM 1111 11 TOW Qwmic carbon S530B Gumad Chmisay NELAP 4JI=5 12112003 TOW organic c"m SM5310C ammid Chmift NELAP P eed wpm Wde (TOX) EPA 90W Gmwd chemiguy NELAP VD2005 11/1412011 Tow argamb Widen (TOX) SM S320 B Genarst ch -mi" NE . LAP 28=07 TOW PeWcum Hydrocarbons FL -PRO Exam"s organna NELAP 411=5 TOW Phenolics EPA 9066 Gemeralchowsay NELAP 4/L=S TOW residual ablorine SM 4 (3 chneadchamnsey NEW U11=3 tMeats end C�IIWIRV`rs Are Urged to verify the laboratory's current em-Wication status wim the Ruvirommental Laborm"xy CatMeatim Ptnnm. hane Daft- MAW Expiration Djarm fimois Page 168 of 1278 E87605 !�ACE ANALYTICAL SERVICES, IWC- - MW 1700 ELM STREET, SUITE 200 MINNEAPOLIS, MN 55414 i6' , , rlumlt' - DH Fmm 1697.70 NoN-TRANSFERABLE EWM-30471011=6 Supersedeo 5111 JoLmly Ismed cenlflcztus Page 169 of 1278 w Labordwy Scope ofAccmdUallon Attachment 6o CardWeate 9: EV605-M, ex0ration date June 30,2017. M 11sting of secresifted anslytts should be used anW when noodated wfth a valid esiliftele. StFlo Labwatoryll). M87605 EPA Lab Code- KNQ"& (612) 607-1700 E87605 Face AnaWcal Services, Inc. - MN 1700 Elm Shwt, Suite 200 hill-despoUs, NN 55414 Matrix: Drinking Water Certification AnaW Method/Twh category Type Effiwflve Date 2,3,7,8-TCDD (Dioxin. EPA 1613 Diazin NELAP MAW 11 2,3.7,8-TekwWomdI) Ahunimon EPA200.9 Swandozy Tumpno Contaminants. 109,AP 6=011 Andmony EPA200.8 hiromy Inorsmic Conw-kanis NEW WAM 11 Arsenic EPA 200.8 pranaf YIWW=CWMhw%]M NEL" 6=011 Bfirium EPA200.9 Poffulty Impnic conwramwas NELAP 6r"j 1 Bezy1lium WAWA PHORMY Inorpnic Contamiflards NELAP 6=011 Cadmium EPA 200.8 Pfhnuy Inorpnic Cwtondnelds NEW 6DAn011 Chmium EMMA prin" hzgank Commasime NELAP 640011 copper EPA200.8 Seem -dory Inumvidu NELAP fiacoll Consuninants,Prinowy hugook Cooh=bwe Lud BFA200.8 musty E=P= CGIUMMOU NELAP W412011 maremnest -EPA200.9 Socondwy Inorgimic Coatercirouts NBLAP 6r"11 Mainly EPA2001 prunaty iourpnic, Cantanwonm NEIAP &24= 11 Nzkcl EPA 2001 Fromy locrannu; Cmanearoft NEW 6=01 I 861swurn EPA200.8 Money rmpnk contmbnlb NMAP MOM SHM EPA200.9 secoodaty Intopnin Conuminads NELAP 6rM011 Timuium EPA200.8 P&wy Ipnic Conaunhmta NEIAP 6=011 IPA 200.8 scatwarnaft NWLAP fiNf2011 Clients and Customers are urged to verify the laboratory's current certification Oatus with Aa Enviroamental Laboratory Certification Pmgraw- Issue Dots. 7n/2016 Exoration Date: WNW Page 170 of 1278 LaWMUFY 0GUIM MJ Attadment to CertMeste 9: F3760 5 -M. expiration date June 30,2017. This listing Of accredited anabjes should be used 0* when MOdsted "h a valid em"fiute' StataLaboratorYID: E87605 EPA Lab Code' MN00064 (612)607-1700 F,87605 Pam Analytical Servims, lnc� - 1700 Elm Street, suite 200 E4atric Non-Patable Water certification Effective Date Met'hod/Tech Catawy Tvnp. AnAlyte EPA RM vowleorganics NMAV 8112015 1,1.1.2-Tetmewaffleffim valpffic orpnics 14ELAP 8/12/10151.1.1-Ttiumoma&M EPA 624 NELAP 81121x015Ijj-T&wwovftw SM 8260 . VDIStfle ownics NELAP 8/1212015 1,1 Te EPA624 VcjjgftQjPniw NRW $11=015 1.1,2.2-TSUMMUMOthm EPA VM valaffic Owens AP VIV2015 1,1.2-Tvi EPA 624 ya NEA8/1=015 j.j;,TjjdA=dh9nc Ahdile orpnim Nam 8/1212015 1,1-Dichiamethm EPA 624 valfilcowdes NELAP 811=015 1,1 Di EPA SM Volwmm ownics vow* awmics NELAF atI212015 I,I-DM&mWrVi= EPA 624 vobaileor9wrim NELAP 8/1212015 1.1-DkWwopmPme ,.2.3.4A7.8.q_(>.��b_mfwm(0CDp) BPA 8260 EPA 1113 B%ftac"Im Orffff�,m NMAP NNAP 6=011 IX3.4,6.7.S.94)otaddoroffibuffmam(OCDF) EPA 8280 Exhwbble oromlics NELAP 61x4120111,2A4.6,7,".0c1whkmdj@nz0funn (OCDF) EPA 8290 ExtBobble O*dcs NFIL" 612412011 1,2.3,4.6.7,8,9-0c=HoroMbmw-P-&Wxid EPA 1613 BAMCWZ ommics (GCDD). IA3,4,6.7,8,9-0�wabftMD-p4icxfn EPA 9280 Rarsawe orwaim NELAP 1123=12 (° n) mum-p-&wdn 1.2.3,4A7.9,%-0=MmxIib 'EPA 9290 EMW"btB orgmia NE" 6=011 (° 13) EPA 1613 Edlaciable °r es SMAP 612411011I.;,3.4,6,7,8-Hqft@Wfff0dibuwAm (1.2A4.6,78-bpcM EpA 928D Exbactoble Orpides NELAP t123t2012 IX3,4.6.7,8-HepwhIorodibwmoft= (1,2,3.4A78h,jcd0 EPA 929D Ekkaotable OfPr&s NELAP 6=01 I .IX3,4,6,7,8-Hcp=Wmv&bmwftm (1 4,6,78- EPA 1613 Exkwtablc Orpnks NELAP 00011 1,V,4,6,7kHeptldhlomdibmzu-P-&xirL (I",4.6.7,9-hpO 1,2.3,4,6,78-nVmhlmdibanzo-P-ffiadn EPA 8280 E]dmcWft orgwdies NELAP 1/2312012 (j,2,3,4fi.7,8-hpcdi0 BPA SM E&acmMc OWnkm NELAP U202011 lX3.4.6,7.8-FkptwMmgdibmzo-l)-diaKin (j",4fi.7,8-bpcdd)EPA A&MA" oromics NELAP 6=011 I,Z3,4.7,8,9.HqadAmdibw=ftw 1613 (1 4,7 EPA 8280 Ebdruiable Orprim NZAP 1/23/2012 1,2,3.4.7,8,9` di (IX3,4,7,8.9*00 EPA 9290 EktutabIr Orpnics NELAF 6/24/2011 J",4,7,8,9-IkptFJflomdib0nz0ftM (j,",4,7.9.9-bpM EPA 1613 Emotable Oromics NMAP fiamil J;,3A7.8-Hxadd EPA MO BxftactaW Orpdas XMAP 112312012 1.2.3,4,7.8-HKodd EPA 9290 ExhactobleOrgunks NELAP . 6149011 I;J.4.7.8-Hudd EPA 1613 Oromics NEL AP 611411011 1,2,3 4,7.8 EPA 8290 Eww"Ma orowdes ® NELAP 1173/2012 &Hxodf 1,2.3 4,7,8- Clients and Customers Are urged to verify the bo 'a current Cordlication statas V*hExpiration 1 6 Datm. 613&2017 the Fnvironmenbi Laboratory CerMeStion Pro&MIR. Issue Datm 711 120 Page 171 of 1278 Laboratory Scope ofAccredifadon Pap 3 of 47 Attachment to Cartiffeate #. R87605-30. expiration date June 30,2017. I-hir Uffong of accredited andyies should be used eady when associated wW a valid cardflcatL Statal,abordozyID: E87605 EPA Lab Code: MN00064 (612) 607-1700 E87605 Pace Anablied Services, Inc. MN 1700 KIM Stme4 Sufte 200 Nihmeapolls, MN 55414 Matrix: Non-Petable Water Certification Analyto ble&adffech Category Type Uffbadve Date I.X3.4.7,9-Hmdr EPA 9290 Eldractabic Organics NELAF 6a4/2011 IX3,6,7,9-Hzcdd EPA 1613 Ex1ractable Orische NELAP 6=011 I.Z3,6,7,&Hmodd EPA 9280 Emenableorgzaim NELAP 102 012 1;,3fi,7.84*wdd EPA 8290 Eitnulable (kpaics NBIAP &24=11 1,%3,6,7,8-Hwff EPA 1613 Evalwam.6 1 11 I".6,7,8-HXOff EPA AM R%ftinable Orgadw NELAP 1 0201 1X3,6,7,9-H=df EPA 8290 Extractable Orpnip NM" UM011 1",7.8,9-Hxcdd EPA 1613 EdUkCinble Ordnics NELAP &NMI I 1A3.7A9-H=dd EPA AW Bx1ractable Orwics NEAP 1 1 I.Z3.7.8.9-Hzaild EPA RM Eowt&He Organics NWAF 6074MI 1A3,7,8.9-H=df EPA 1613 Extractable Organics NELAP GrIV2011 1"17.819 -Huff EPA IM Emmanble Orpnics NE" =2012 IA3m7.9.9-Hnff EPA 8= Extrackfible Orguiew NELAP 6=01 I I.2,3.7j.FevN EPA 1613 ExhadaRe organics NELAF 04/2011 1;.3,7,&PwAd EPA 8280 amedwewnics NELAP IA 12 JA3,7,11-NeN EPA SM B&W&Ne Orawks NELAP 6124rA 11 I;,3,7,8-Pecdf EPA 1613 Rdroclable Organies, NELAP firmoll 1A3,7,&Pacff EPARM Exhawtable Organics NULAP 1=012 1.2,3,7.8® EPAS290 Exuatwe organics NE" 00011 1 Valmia Organics NELAP VIZ12015 1AI-TAwwopropsne EPA 8260 Vaidge Organics 'NEW 8/12=15 1,2,4-Tridblumbanam EPA 624 Vdn& Organics NBLAP' LUMIS IX441richicambenum EPAUS Exhadable Organics NELAP V]2rlOI5 1.Z4-Tricillarongransc EPA AW Voink Orpnies NELAP &f12i!2Dl5 IM-1hpumebanzam EPA 8270 13 le OWnks NELAP V120DIS I.2.4-TdmWVftnzzw EPA US) Vd" Organics NELAP 8112015 1.2-Dibremo-3-ddoropmpanc (DBCP) HPA001 vais& Organics NELAF W1212015 I.2-Dhvmo-3-cN*nc;nop=(DBCP) EPA 8260 Vdage Orpnics. NELAP 102015 tbumdam (HDB, Eft4m dilmmidmi) EFAN11 Voleft Ownics NEXAP V124DIS 1;-XhU=oLOm (EDB. Eftlane dibnounkla) EPA AM w"org"M NEIAP Lq=15 1.2-Dichlombanamm EPA 624 Vomit Orgmlics NELAP 8/12MI5 1,2-Dkkcmbmww EPA SM Vaindle Organics NELAP 811=015 1,2-D!cbImvbcnzzne EPA 9270 ExIlamble Orgunics NUM 911212015 1 Dicidmuclism EFAfi24 V"k organics NELAP 9112/2015 1;-Dichlorceftme EFA8W Vda& Organics NELAP 11124013 1.2-D1chicra"pane EPA 62A Vabhu organics NELAP Lq2/2015 Clients and Custowers are urged to verify the laborateWs current cartflkatim status wM the Environmental Laboratory Cartification PruVam. hme Date 7/l/2016 RX11111601, Date. G=017 Page 172 of 1278 Laboratory acope ojscercuumsun Attachment to ceracate o. nues-30, expiration date June 30,24117. This fistift Of IICCT9&0d analytes should be used only, mheft assoduted with a valid certiflut& State Laboratoryll)- Z$7605 EPA Lab Code: MN00064 (612)607-1700 Matr1r. No&-POUNe Water Certification Meffiodffcoh Category Type Effrative data Analyte EPA 8260 Vol dat OrIffnics NELAP 8112015 1,2-Dicitorapropum NELAP MUMS 1.2-DiphMft&Rzh,0 EPA 8270 Exbiclable Orpnics 8117J2015 EPA SMI 1,3,5- VdWe Organics Nam NRAP 81I212015 1.3,5-TrkwftIbmwem EPA IM0 Volatib Organics ML" $117J2415j,3-Dkbkwobwww EPA 624 Volaffil Orpnics NELAP BMWs J,3-DkMcmbc=w EPA 8260 Volatile Orgmairs 8117.!1015 1.3-Diobloidbun=w EPA 8270 Boubbic Organics NELAF O-Diciilmp"= EPA 8260 Volaws Organics NELAF 8/1=015 1,4-Dichlembwmac EPA 624 VdIefftofgadics NEL" NELAP 8112/20 15 8/1202015 1,4-Dichimbenam EPA 8260 VolatiIA Ornmics 8112)2015 IA-Didftcb=M EPA 8270 Exhoobbic Orpnics NELAP IA-Diome (IA-DjcthyI@w=dde) EPA SM V0111tik Organics NBLAP ia=012 2XA3',4.41�5,Y.6-NmaW=bi0=YI (BZ 206) EPA 1669 pwg0W@0-HwW6des-PCff-s NELAP W2412011 2,T,3,N,4.v,s.q-0cwdAwbiphcwfi (BZ 194) EPA 1669 pasaddes-Iffabickles-PCB's NELAP 6r"11 2,2',3,3'44',5fi,6-N0nBcWQVbW=YI (BZ 207) EPA 1668 PesficWes-HeA&Adcs-PCVs NELAP fiWol I =.3,Y.4,4'.5.6-OuWuWordbV=YI (BZ 195) EPA 1668 Pejtiuidcs-Hwbk&Ws-PMs NELAP 62412011. (BZ 19Q EPA 1668 Pwficidcs-HmbicWs-PCB'3 14SLAP 6x24120112.T.3.Y.4.4-,5.G-ocwNurabWwI 170) EPA 1669 1 . wficj4wEWdAuWh%-FM$ NMAP 6014/20112.T.3Y,4.V,54IePtwhI=b0eMI(BZ 2,2',3'44°.66+22,33',456,6'-O biphc EPA 1669 ' peq6cj&wHutiddes-PCB'5 NELAP 62412011 nyls (BZ 197+200) 2.T.V,4,4',6+2.T.3.7,4.5.6-Hg*MurOMO)cnYi BPA 1668 Pcs&dwHwwwdC3-kV3 NELAP 6412011 z (BZ 171+173)NELAP 2,W,3.Y,4R+U.4.4'.5,6-Hmddmb�bMis (BZ EPA 1668 Pamicides-Rubicide&PWR 6r"11 128+166) 2.T,3 y.4,5,TfiC?.N0nwWMbipb=yj (BZ 209) EPA 1668 Pesddde&IIwMcidc5-PCN3 NELAP 6a4#2O 11 2,2'.3,3',4,5 fi+2,T"1.4,5,Y,6'-OcbwbkmMPbB EPA 1668 ' 'des PMs NELAP 6W2011 nyls (BZ 198+199)602401011 2.T.3,3',4.5.5'-ft=W=biP"I (BZ 172) EPA 1669 pesdoides-HerbicidwPCIrs NELAP IWI)A HekB 6!24020112,X,3,T,4,16,G- . 2,2',}° (RZ 174) EPA 1668 pcsficWc&-HM&idwPCErs NELAP 6/24/2011 ,3'.4,5.6'- 2.2'.3,3`.4.5°,6-HepwA=biphw*4 (BZ 175) BPA 16568 pw&WjwHwbkIdos-PCBs NELAP 02412011 (BZ 177) EPA 160 Pwfiddcs-HatkWeS-KM,9 NELAP 6r"I I 2,2',3,3114.5+2.2',3.4.4',Y 3',4'3,6- oro EPA 1668 PestjcWcs-HarW@idwPCWs NELAP 6W2011 bipbMis (BZ 129+139+163) EPA 1669 2,T,3,3',4,5'-HaXM=bi0wWI (RZ 130) PwdaW=,HwbichIwPCff5 NELAF 6WAI I 2.T."',4,6fl-Hzpdj=b*wnyI (BZ 176) EPA 1668 Pc9kidw-HwWdwPCwS NELAP 0412011 2.T.3.7.4,6-RmM&oro b0anYI (BZ 13 1) EPA 1660 Pesdeides-fkib��s NEAP &W2011 2,T.3.Y.4.&-HwwW=biphcnyI (BZ 132) EPA 1668 p@3kcjde&-HwWcidcs-PCN8 NELAP 6r"11 2,W.3,3'.44."W0wWPhunA (BZ 82) EPA 1668 pes6cides-Herbidides-FMa NELAP 6rAM11 Care urged to verify the laboratory's Current cerffMtion SWUS With Clients and mers the Environmental Laboratory Certification PrOgr8m- Ime Date- 7IM016 Expiration D age. 6130/2017 Page 173 of 1278 WITT, I�Tll AffAchOdat tO C"Ifficutt #- n7605-30, C*Mtlen date June 30,2017. TMs Ihft of aceredhid analytes should be used ** when fimaciated with a valid cerdficatL State Laboratory ID: FJ7605 EPA Lab Coda: MN00064 (612)607-1700 MRS ftee Acabrtical Services, Inc. - MN 1700 Ehn Shu4, Sake 200 Minnexpalig, MN 55414 .................................. I'll Clients and Customers are urged to verify the laboratory's current cardflegtim status whb the Environmental Laboratory CaMeation Program. Daae Datw 7/IM6 ExOreflon Date- 613012017 Page 174 of 1278 EPA Lab COdG: MN00064 ts.110) IOU I -A rvv State Laboratory ED: VS7605 IS7665 pace AnAytical Servim, I'M 1700 Elm Street, Sulte 200 minsespoj* MN 55414 mati ir. Non-PotableWsUr Certification Efrootive Date Method/Tech Analyte category PvWcidwRwbicWw-FO'B NBLAY 6r" 11 2g -H I (BZ 152) EPA 1669 .3,5 Pwfiefda-HrbWdwFCVs NEW 61MOU 2,X.3,5,G-POnUWwObiPheny1 (BZ 94) 13PA 1668 PegtWhks-HWWGWOs-PCB1s NMM 672I2011 21A,5',( pentwMorabloianyl (BZ 95) EPA 1668 NELAP 6/24/10112,7,3,gtV'.4,41+".Sfi-Tcftd'LQ'Obi011* EPA 1668 p.OW11arbiddw-PCVs (BZ 44+47+65)Is (Bz 43+73) EPA 1668 2,W,U+2,T.5'.6-TWwb1mOW*M pwdddwHmbickIe&PW9 No" NEW 62412011 624201!2.TM.V-pmtwN=biph=yI (BZ %) EPA 1668 PdWde&Hbrb1ck1es-FWs NFLAP 624/20112,T.3j54-V,4,V-TOncWowbi;heeyb (RZ 45+51) EPA 1668 pvWci&s-'Herbiddes-PW9 NELAP 00011 2,T.3.V-TetrwWOF0biPhM' (BZ 46) EPA 1669 PwHddes.-I1abicidmPCffs NELAP 6a4=1 2.W,3.TrjcW=bk*enyI (RZ 16) EPA 1669 pwfiWdsH1bkW1s-FCB'5 p6dkkbs-H@rbick1es-PM8 NELAP 6r"11 22',4,4',5,5'+2,3;4,4',5'.6-HwWJkgub*gAYEPA 166B 6=011 F,N153+169) OA (BZ 154) EPA 1668 2,X,4.4',5.6-H-adflwobiO Pew&idzs-HarbWdw-PCEVs NEIAP NELAP 60"11 2,T,4,4'.5-Pe&rNQrObiPh"W'(Bzgg) EPA 160 PasOddes-Herbi"s-PCII's NELAP 6114/20112,T,4.,V.6.6.'-H=cW=b!*"'(BZ 155) EPA 1668 pwfidde&-11dbWdes-PCffs NELAP 61242011 2'.3.4'=6'-P EPA I(A 2,2'4 4',6+2,2',3.5.6+2,2':4.5,6'+2 hl"ls (BZ IOW'93+102+98) - pticides-Habioidas-PCIVS AP 6441MI1 2,V.4.5*per,twWowb49ww1 (BZ 103) EPA i668 NEAP 61241x011 VA5'+2.T.4-6-TwRcWOwb'*WWb (Bz 4") EPA 1668 pas&4dwRof VMWOOCB's NELAP W412011 2,T,4.5-TWwbk"biPhaW1 (BZ 41) EPA 1668 ft&Ww�Hubiddes-PMB NELAP 6a412011 2.2!,4,6,V-WmmcX=biOww1 (BZ 104) EPA 1668 Pe,9d&s-HedjDjdes.P=@ NOM 6nAn011 �WorobjowWjs (BZ 5(1+s3) EPA 1668 2;!Afi+2,7,5.&.TeUV peAfid&j-HaWaide&PCWB NMAP 6r"11 2XA-TficjdwobOm1 (HZ 17) EPA 1668 pwtWMw-HwbWdes-PCWR NELAP 624120112X.5.q-T,w"wabiphcnY1 (BZ 52) EPA 1668 pBfikks.Herbiddes-PCIFs NELAP 04011 .5,2.4,6.,T"OrQbiphwyi, tBz o) EPA 1661 2,V, 19+3 peaficjdes-HwNcide&-PCEft NEIAP 6t2412011 2,T,6.&-TGtMONOrObiVhwy1 (BZ 54) EPA 1663 pw&jdes-HcjWddes-PW9 NO.AP (,242011(,2420112;V,6-Mid]IOWb!PhCnY1 W 19) EPA 1668 pg&jdw-jbrbicWas-PMs NELAP 604/30I1 2,2'-D• Y1 (BZ 4) EPA16a vChaeorswas NMAP 911212015 2.2-DWflm%HQP8w EPA 9260 EXUROWAe Orpoks NELAF 8/1212015 2.21-OKYbiS(I-cHoro PMP=),W'�mih EPA 60 8/12015 2bhl��M c&K y1aft4oh" (ft W - EPA C" Rdww& Orraim NELAP *ftl)eW (fia b! I) BOW- pwdidwHwWddCs-PCIYs NELAP 612V2011 (BZ M BPA 1661 pwdCw@O�-H%wCwwpCVs NEEAP 02412011 ,3,4,4°,5,5- HQpwCwoMbj*t,yj (BZ ISq) EPA 1661 padoides-HaW&S-PCON NUM 67W2011 2.3Y,4,N.5A-HopUwM=bwwj (fiz Igo) EPA 1669 p,,&idgwHmbWdO0CVV NELAP 6124010112.3.3-,4,N,?.(,'Hepuwb1ov6W*MI (BZ 191 )- EPA 1669 pg&idWjjabjcj&rPCBrs NHIAP W24011 2,3,3',4.4',5+2.3,3',4,4',5`_ Is INPA 1669 6/20/2411 (aZ 156+157) 2,3y,4,4'.5-He=hIOmbjpbeqy1 (Bz 156) EPA 1668 pCftWcs-H=bWdw-PC1ft NELAP Ation d2tus with w CHwU and CudOmOrN STO urged to Vol* the labomtoryls current Certiff a Date: 711/2016 ExpirskHOR D2tr- &3W2017 ban the Environmental LaboratorY COrtific"Os Program Page 175 of 1278 Laboratory Scope Page 7 of 47 s Affachment to Cwtificate -0: FM605-30, eqx[ration date June 30, 2017. This Usting of accredited analyter skould be used onl� when associated with a valid wrifficate. State Laboratory ID: EVOIS EPA Lab Code: MOOKA (612) 607-1701 =605 Pace Analytical 1700 Elm &m4 Suite 200 Minneapolis, X, atr ix.. Non -Potable Certification Analyte m; f' vii � k"•t .-tl, i. sr 'Y�ti. r'�t. 4. 1 urgedClIents and Customers are the EnvhmmenW Laboratory 1 i °oxo Date, &30017 Page 176 of 1278 Laboratory NCOPe Oj ACCFMNMWB Attacbment to Certificate #-. E87605-30, C%AmtiDn date June 30,2017. This Hst1D9 Of accredited auslytes should be used only when ANOCiat0d with R valid certificate- Statc Laboratory ID: E87605 EPA Lab Code, MN00064 (612)607-1700 E87605 Pace Awlytiad Servives, Ine. - MN 1700 Elm Street, Suite 200 mimempoib, MN 55414 Matrim Non -Potable Water Certification Analyte Method/Tech Category Type Effimfive Date 2,3,41,6-'F&%c1dmbipknY1 (BZ 64) EPA 166B Pas&idC$--HWHCi&1-FM8 NUAP &24rA 11 V,4,7,R-Fccff EPA 1613 er"mme Organics NETAF 6=01 1 2A4.7.8-Pwd EPA 9290 Extumbble Organics NELAP U23/2012 NELAP 684/2011 2,3,4,7,6- df EPA $29D ExhwAable Organics Pedicides-HoTbicides-FWs NELAP 6=All 2,3,4+2,3',C-T"0r0biPbmY1B (BZ 21+33) EPA 1668 0412011 ".C-TrWfl=bjVhWj (BZ 22) EPA 1669 pwdc;Whs-HerbWdvs-FW3 NELAP 2,3%4-Ttfi�any1 (BZ 25) EPA 1668 PoWeldes-Harbicidea-MB's NELAP 020011 23',5,5'-T.t=M=bipheqy1 (BZ 72) EPA 1668 PwHvW&-Herbicides-XVs NELAP 6*4t2011 2,3',5+2,4.5- is (BZ 26+29) EPA 1668 Pasficidcs-Hwbicidc&4CBs NELAP 612411011 2,3,5-TficWombiph=y1 (BZ 23) EPA 1669 pafftiGjdwHwWddcs-FCBs NELAP 61241191 I 2,3P,y-TricWambjphM1 (BZ 34) EPA 1669 pes&jdes-He*jddw-PCBVs N"P 6@412011 2,3,6-TriCN0mVPbmV1 (BZ 24) EPA 1668 pagflcjdes-HwbicidwPMs NBLAP 6120011 2,Yfi-TfiddorobiphM1 (BZ 27) EPA 1668 P65ficifts-Harbicidea-PWs NELAP 042011 2,3 ' 7 ' 9-TCDD0Diw* EPA 1613 ExhwtablB Orgaiies NFLAP MIA12011 2,3.7A-TatmN=d1b&mo-P-dicmin) Orvida 'a 1r23=12 2�3,7,&TCDD 010,414 EPA 9280 El&act" 2.3.7.8-Tdmtdarodibm.n,-p-&udn) EPA 9290 Ewmcbwr Organium NELAP 04/2011 2,3,7,8-TCDD6Xmh% 2,3,7,s-TchwWorcdibwa)-p-dw%Jn)EPA ExtraftbIr Organics NFLAP Q44011 2.3.7.B-TCDF 1613 1113/1012 2,3,7.9-TCDP EPA 8280 Ex1rotable Organic& NN.AP NM" 04011 ".7.6-TCDF EPA IM E&adA* OrNuAN NELAP WNm I I V-DiclAmbipkanyl (BZ 5) EPA 1668 pwfiddwHmbidde&-PCB1s 6)24120] I 2,3'-Djcbjwobjpheny1 (BZ 6) EPA 1668 pagtWdwHwbjcidea-FWs NELAP 2(BZ 3 1) EPA 1669 padicidwHerbicides-POIs NELAP 6124011 .4',5-T*M=biP1mW1 2,4,5-TTicNcffopherw1 EPA 625 Exhuctable Organics NELAP 811=015 2.4�5-TricWwqftAd EPA 8270 BtmeMble Orpnics NBLAF 8/12/2015 2.4'j6-MiMmb4ftrayl (BZ 32) EPA 1668 Pead6dea-Herbicides-FWs NELAP 6w12011 2.4fiTri chl"opha" EPA 625 Bamclable Oiganics NELAP 8/1212015 Z4fi-Tr1chWm*=1 EPA M Ext1cwtae Orpnics NMAP 8/1212015 2,4-DWombiphm1 (BZ 7) EPA 1668 FGsfiGi&*-Hmbic1dwPCffs NELAP 6r"i I 2,41-DW=bipbM1 (BZ 8) EPA 1661 Pw&Ad%-HwbW4cs-PCBVs NELAP 0412011 2,4-DiWompbenol EPA 625 Bmasbie Orgmim NELAP 8=2015 NELAP 8/1=015 2.4 -Diehl EPA 8270 Emaclaworganics 8lI2/2015 2A-Dimdhy1*=1 y EPA 625 - e OMnirA NELAP 2.4-Dimeft1phend EPA BVD Extrutwo Orprdm NELAP 911212015 NM" 811212015 2,4-Dinftm*w1 EPA 625 BdmcWAv Orpnim 81121= 2.4-Dkitropheno1 EPA 9270 Bdractable Orpmieg NELAP Clients and Cwtomm are urged to ver* the laboratory's Current cer0fication statUl With the Favironmental Laboratory Certification Prograin. Issue Daft 7/l/2016 Expiration DnW- 6130017 Page 177 of 1278 Laboraloq Scope ofAceredhadon Page@ Of 41 Attachment to Ce-rdficate #- E97605 -3(k expiration date June 311,2017. This listing of accredited anklyft should be used only when useciated with a valid certificate. State Lab orat rwy 1D.- FA760 EPA Lab Code: MNON" (612) 607-1700 F3760 Pace ® Services, Inc. - MN 1700 Elm &reet, Suite 200 Minneapolis, MN - 55414 matrix: Non_rotabb CartwMation Analyto Method/Twh Category Type Effbetive Date 2,4-DinWtAohww (2,4 -DNI) EPA62S RX11201able Orgmdw NMAP 211=015 2.4-MdUftlow (2,4 -DIM EPA 1270 Extrwhibleften ics NELAP 8/12J2015 2.5-Dichlombilbany1 (BZ 9) EPA 168 r" 's NELAP 6=011 2,6-Dichimb0henyl (BZ 10) EPA 1668 AaWdes-HerbicsimPCEIs NMAP 6OW2011 2.&Dinilrololnew (2.6-Dn EPA 625 EXIMOWAO Orpnks NEW U12/2015 2fi-Dini"WI-M (2,6-DkM EPA 8270 rvireelable Orgmics NEW M212015 2aidawric to 1 ketwe, MEK) EPA RZO volefflo Organks NELAP V12015 2 (BZ 1) EPA 1668 PaAiddra-HmMcWvs-PCFs NELAF fia4rAll 2-Mmot" vinyl Ww EPA 624 Wallis Orpoics NELAF 91120015 2-010MOthyl virlyl Ed= EPA 9W Vol" Ormics NELAP 8112M15 2-Chimonapblimbne EPA625 ExhWable Ortianim NELAP 1/12=15 2-CUlwonsphIltillew EPA SM Exhadhwe Orgades NELAF 111=015 2-Maropheno1 EPA625 Extractable Orgenin NELAP 911212015 2411orapband EPA 8270 Exhactable Orpics NELAP 9/12015 24MImuldwas EPA SM Vol"Orpnics NELAP 8/1=015 2-Hmawne EPA 826-0 VOWAC Organics NELAP IU1212015 2-Mdhy1-4,&41nftr*@no1 EPA 625 Rxnamwe OTUow NELAP U1212015 1-4, el EPA 8270 Rdmtable Orgaim NM" 911=015 2-Mefthaph"me EPA 9270 Bxuadable Ckgomics NELAF 811212015 2-Meftlphend (o-Ocad) EPA 8270 ExenduMe Orgade; NELAP 813=015 2-Nilwardline EPA 9M ExtraWfie Or NMAF 0/12=5 2-N!M*hmd EPA 625 Exhislous Orglziw NELAP WIM2015 2-Niftupilend EPA &M Ex"clable Orgedw NELAP 811=15 2-Niftoprapaw EPA 8M Volatile Organics NELAP 8/12/2015 3.y4.N,5,T-Rxw,ddorebjohW1 (RZ 169) EPA 1668 NN[We&Habiddes-MBs NMAP 6=011 3,314.4',54Pentachlowbiph"4 (BZ 126) EPA 1668 Pwficides-HurbicidwPCIrs NBLAP 6NO11 3,Y.4,41-Taftw;Wcwbi*ny1 (BZ 77) INA 16 aNMAF 6=011 "4,5,5'- (BZ 127) EPA 1658 Pc11wjdwHw1ne1dwPCB% NEW 6r=013 3.3'A5-Te&HcMMbJPhCwA (BZ 78) EPA 169 NK" WAMU 3,31.45'-Tanwhierebownyl (BZ 79) EPA 1669 Pb9iddw-Herbk&1t%-PCVs NELAP 6=011 VA-Tdd&ubk6eqy1 (OZ 35) WA 1668 Pediddes-HwbWdw-FM NELAP 61MOII 3.3',5,Y-Te=hl=biphswA (BZ 80) EPA 1669 PwqddM-H6d*k1w-PCFs NELAP fia"ll 3,3r,-)-TriaWmMphmW1 (BZ 36) KPA 1669 Pmricides-Harbicides-FM NELAP &2MA 1i 3Y-17khWrdbmzWinz EPA 625 Eldractnue Oromics NELAP 8/12015 33g-Didt]wdAmndins EPA 8270 Extudbla Orgaft NEIAP 9/12=15 3,31-Didderabiphooyl (BZ 11) EPA IMB cid 's NELAP OQ011 Clients and Cusloinern an urged to verify the laboratetys current certification status wilk the Environmental Laboratory CerfificAtion Program. Issue Date. 71IM16 Expiration DaW. WOM17 Page 178 of 1278 Page 179 of 1278 'LawFUjvrY'3vUFU Vj . U76", expb%tion daft June ^ 2017- This UstW& of accredited Attficlunent to Ceracate #. analyties dwald bensed OUIY Wben associated vd* & valid cerdr=te' State Labor ID; E87605 EPA Lab Coda. MN00064 (612)607-1700 '987605 Pace Analytical SerVift3v Inc, 1700 EbM Street, Suite 200 Minneapolis, MN 55414 - Matric Non-potable Water certification MothodrrBr.h cateffav Type dive Date Analyte EPA 1669 Pwfiddes-liffbirides-PM19 NELAP 6MOIt 3,4.4'.5-TehlOW I (OZ 81) pL�e&jdes-HwMcidw-PCVr. -NMAP 6r24/2011 3.4,41-TrichlOmbOMY] (BZ 37) EPA 1668 F�-sHeides-Hwbjcj�PCB's NEW firmoll 3A5-TdOhk"bOMYI (BZ 38) EPA 1668 612412011 3,f.5-Wdk9hOMYI (BZ 39) EPA 1669 pesdeides-Habicides-PCH9 3,4+3,W.DichjoMbjpheayIs (BZ 12+13) EPA 1668 pastjcjdwHsbiWde&-PWS NELAP 3.5-DicUmbipbenyl (BZ 14) EPA 1668 Padcides-Harbicides-POIS NELAP6/24/1011 6124/20 11 3-Chlombiomyl (BZ 2) EPA 1668 pesticides-Herbiddel-FM NBLAP NIEL" 8/12120153-MaW*nd('njCmsd) 13PA 9270 Exhutable OrpWcs NELAP 8=015 EPA 9270 BxtMwvvc(kpdc3 3-N-droanifine NEW MUMS 4,4-MD EPA MMI pesficidw-Ekibiddes-FMs pOStW&,s.HarMcidwPCB's NRLAP 8/12015 4,40-DDEEFA EPA 8081 pindcides-Herbicidefi-PCHS VMAP 9/1=015 4,4-.DEVT 8081 IRPA 166B NELAP 6a4J2011 4,49-DieMorobiphRWI (BZ 15) IMAP I112a0I5 4.Bw,,*Ml EPA M 8/1212015 4-BmmqftWl PhMI dhef EPA 8270 R*actable Ormados 8/1212015 4-Maro-3-methylphe-d WA 625 Edmuffic orvmicx NO-AP 81121101SEidractoblo 4-Chlo�3-meftlPhcwl EPA 8270 Orguics XELAP V12015 EPA OM Ednobibb OrPK&A NEL" 4-Moxmai- EPA 1668 pcEdoides-Herbidde-9-MV8 NELAP 6/24120114-QdowbiphMI (BZ 3) N-ELAP 811212015 4ZMwOpIwWOImVWw I EPA M5 Ewwwborpaim NELAP 811212015 4.ChlonVhniod ORnYlOther EPA 8270 ExftcftbkOWRie8 'NELAP 9112015 EPA 9M Volatile Orpdcs 4-CblaraWum EPA 8270 flZbod" Orgemice NUAP 9/1=015 4-Mevwund O-CMMI) D&Rctawc Omwca NELA P 8112J2015 4-NihwaiM HPA 9270 Exhacmic Orpnim M-AF 8/17/20154-N&VOMOI BPA 625 EdmdRbk Ofgu&A JJELAP 811=015 4-Nimphenol EPA OM Eatackable Orpaim 8/1212015 AcampUbm EPA 625 Hametabla Orprdw 911212015 Acenq"hene BPA 9270 NELAP 8/012015 EPA 625 EXMMMO OrOWAM Menaphffiylefil EPA $270 Extactable OWRics NELAP 811212015 AccxisOfthm Vdaffie Orswics NEAP 8112/2015 Acdom EPA 8260 vChme Org"Ca NMM 811212015 AzdDdOe EPA BM 811V2015 Awkin(PropenW) PPA 624 VoWeowdcs NUM 911212015 Acro TMPOMO EPABM volawc Orgarks NIRLAP 811212015 EPA 624 vol Acrylonftrk EPA SM v"IZOMMIka NIBLAP 8/1212015 A=ykWkRQ to M* the "berate'Ve Current cerfififttion dat" with Clients and Customers Arc urged CxxtMcatlon ProgmEL Issue Date: 711=6 I&xpiration Date: 6f3012017 the Fnviroumental Laboratory Page 179 of 1278 CHftts and Cwtormerg are urged to verify the laboratorfs current cortMeatiou gentas wilb the Envirowmental Laboratory Cerdflowdon Prognme, Inue Dii1e, 7/1/2016 Expiration Date.- &MADII Page 180 of 1278 LabaraWry Scope ofAccragallon Page II of 47 Aftchmint to Certfflegft N. E67605-30, OVIrstles date June 30,2017. This fisduff of aceredibd AMINlyka should be and anly when ammkdatW with & valid Cerifflegep_ State Laboratory ID: E876$5 EPA Lab Cade- MNOOM (612)607-1700 997605 Pece Anslydeal SerWm% lim MN 1700 Elm Street, Suite 200 11dinneapolle, UN 55414 hlotriC Nom-PolableWstar Anslyto Mothod/Tach Category Certification Eflectivc Date Akkin 12A 8081 PerficWkwHrjbic&hs-PM% NELAP SIMMS Alkslicity a OaCO3 SM2320D amunni Ckmifffty NELAP 8!1212015 Aflyl chloride (3-Chloropropm) EPA RM Vokftla Oqpnica NELAF 9/1212015 nWwBHC (aWwRenchimeydohmm) EPA 80 1 pesficift-HorweWWRIes NEIAP 8112015 sulwChlordem EPA 8081 FeWeides-Hubicifts-FMs MaA? M=15 Ahminum EPA200.7 MC410 NFLAP 8112=15 Afinimun EPA 200.8 mews NELAP 6d4noll Ahnninum EPA 6010 mews NELAP V12015 Aluminm EPA 6020 Ifewls NELAP MUM it AmnumiaasN EPA 350.1 Gm" Chamisky NM" 8/124ZO15 Andvoceno EPA R5 ExUacuble Organks NK.AP 9/12/2015 Antinami EPA 8270 EVWCMO Organics NELAP IV1212015 Andnany EPA200.7 Men" NELAP 811=15 Antimony EPA 200.9 mews NELAP 6&VAII Antimony EPA 6010 mews NELAP 8112J2015 Andmany EPA M MOIRIff NEAP MUM 11 Aradar-1016 (PCB -1016) EPA 9092 PesfiddCB-Herby eWa%-PCB'a KEL" 111=015 Axwkw-1221 RCB -MI) EFA81182 Pw&idcs-HOrbkk%s-PCft NELM W1212015 Aroolor-1232 OM -1232) EPA 1082 Padeides-HerbicidwPCHs NMAP 9/1211015 Arodaff-1242 KB.1) EPA OW PeS&Wco-Habicy des,"s NELAP 211=015 Arodor-1248 (PCB -1248) EPA Wn PmWckhs-Harbft:ftb&-PCBIs NELAP W212015 Arodar-IZ4 MM -1254) EPA SM AxfiidwHeezaosmFpwfi NBW Inmis Aroctor-1260 (PCB -1260) EPA= Pwd@Mes-HabiMwPCBIs NELAP 81`12/2015 Arunic EPA 2003 mews NELAP 1111=015 Arneric EPA 200.8 Moods MAP M"11 Arsenic EPA 6010 mews NEIM 1112015 Araffnic EPA 600 Mft& NEI" fid4noll Barion EPA 200.7 Metols NELAP 8/32J2015 Dmium EPA 200S mows NELAP 6MV2011 Bodum EPA 6010 Meads N M212015 Baduln EPA 6MO N&Ws NELAP MR2011 Bannow EPA624 WOMB OrIFEAM NEAP 8/12015 Donane EPA 8021 it OT91mics NELAP B/112015 EIMIM&W EPA 8260 Voletkorpnics NEL" M=Is Banddim IWA625 EkkadsWc Orpidas NEL" 9/1202015 Domidin EPA SM ndreeft"a Organas NELAP U1212015 CHftts and Cwtormerg are urged to verify the laboratorfs current cortMeatiou gentas wilb the Envirowmental Laboratory Cerdflowdon Prognme, Inue Dii1e, 7/1/2016 Expiration Date.- &MADII Page 180 of 1278 Ai page 12 of 0 Lffborafory SCOW ofAccre0adon Aftchment to Certificate g, E876"�, exorstion date June 30,2017, 11b listing Of accredited gnslytes should he used only when assodated with a valid certcate. (612)607-1700 EPA Lab Cadw. MN00064 State Laboratory M. E87605 lZatrim ft- Water cation cercation Effoctive Date odiT MothO& Category Type Analyto Orpnin NELAP V 15 12120 BeTUMMEMIUMM MA625 Exuactable, RKhattmeownics NELAP 811942015Bwm(,)MdwwA= EPA 9210 Ewbutable Organics NELAP 611212015BUM98)wUma EPA 625 admetahleOrpnics NELAP 1111=15 Banac(I)pYam EPA 8270 Emnotablc OrgWw NHIAP 8/12t2015 -Senzo(b)fluaninthm EPAMS Extractable Owdes NELAP M=015 Bcw(b)11mwanftw EPA 6270 Ex=ftb1c0r9EdCS NM" 811212015 EPA 625 ExtMembloorpnics KELAP 811=015 EPA B270 Extactable Organics hELAP 811=015 EPA 625 . NELAP 8/1112015B=w(k*ArMdxM0 E PA 8270 Eskactahle ownica NELAP 811212015 EPA 9270 R&wwwe orpnics Banzoic acw Hwmtable Organics NMAP 8/1=015 Beavi alcohol EPA 2210 NIELAP 811212015 Beryllium EPA 200.7 Metals XUAP 612412011. Beryllim EPA 200.8 Metws NELAF 9/12015 Beryllium EPA 6010 hbws MAP 611011011 Beryllium MA 6020 Mews NELAP U1212015 bm-BHC (bat&HMah1o10CYd0bM=) EPA 8011 NELAP 8112015 EPA 625 Exftacteble Organics bisp,C��)ffkdbm Edreatable Organim NELAP 8/1212015 bbaJ0dw0e1h0XY)m@&w1e EPA 8270 Edractablo Orgwics NELAP 8/1211015 bis(2-CW=cftD ether EPA05 ExtMetable. Organics 14TLAP 811212015 Wa(24Aorocftl)cow I EPA 9270 Ewnetameorpnics NEW 911212015 bis(2.R4lhM1) PlAndfflz PEIM FPA 625 8/12r2015 Daroft EPA 2003 Md& KELAP 611=15 Be= 19PAL 6010 mews NELAP 9/1212015 BroMW EPA 300.0 Genew chands" General CbemistrY NELAP 8/12015 BromWa EPA 9056 Vo 'la 9rgwdes NELAP gfI112015 Broamboamm EPA 8260 NMAP 811212015 BraimodaiumInuffiRM EPA U60 Volatile Orpnica NNAP 8/12/2015 Bwmo&blommdhane EPA 624 Volowe orpnics NELAP V1212015 BromodkHmmeihm EPA 8260 Vowle orgEdes NEM 8/12015 Bromoftm EPA 624 waige orpoics NUAP 811212015 Bwmdmm EPA 8M volatile Organics NELAP 8117!2015EPA Butyl bmwl phdHd" 625 RM'dweOrgamcs N19LAP 8/1212015 "I bcnzy] pi"M EPA 82M Etractwc ownics NELAP 811212015 Cadmium EPA 200.7 Mdds NELAP 617M2011 9PA200.8 Mdals Calknium Clients and Customers jkre urged to verify the laboratory's Current ecrtestion stxws with Fypiration Date: 6fMO17 the 1gvimumental Laboratory Ccrtific*tlOn Progran' Issue Date: 7/ M 16 Page 181 of 1278 Altuehmant to Cortifieste, A 997605-30, aq*ation date June 30,2017. This Hgftg of accredited anables skould be used only when Associated with a vand oerfifleste. State. Laboratory ID: E1176015 EPA Lab Code-, MN06064 (612) 607-1700 Z97605 posse Analytical Serview, Inc. - MN 1700 Elm Sheset, Suite 200 Minnespolk, MN 55414 Matrix: Non-Pdable%ter Cartificatibn Analyto Method/Tech Catelpary Type Effective Date cadmium EPA SDIO mews NELAP 8/12015 Cedeflum IPA 6MO MWB NEAP 61"011 COWUM EPA 200.7 mews NELAP I&WO15 Calcium EPA 6010 mews NELAP 8112(2015 Caldum EPA 6= mews N" (9249011 C*bawle EPA 8270 ExtmeWe Organks NELAP V124015 Carbon disulfito EPA 9260 Volameownics NELAP 8112015 CwtontaftecNaddc EPA 62A Vob& Qvmies NaAP M212015 Catbantidnicidatf& EPA LW Volatkommus NELAP U12/2015 Chunical oxygm demamd SM 5220 D Oemard Chavas" NEW 8132015 chicrow(teeb.) EPA =1 FfRdDW9-HwbkWkz-PCB1s NE1." W=015 Chkwide EPA 300.0 Geosud cmnistry NK" 0/12015 Chlodde EPA 9056 General amlishy NELAP R=015 Cbkdde SM 45MCI- E Gueceu choxftishy NELAP 8n2/2015 Chkaubmizoo EPA 624 Volede Organics NBLAF 81]2/2015 ChImbemne EPA IM Vowdle Owmics NELAP 8112015 Chbroodlafte EPA 04 Valeilh, Organics NRAP RAV2015 Chkffoethaw EPA 8260 Voluble Orgenics NBLAP M212015 ChlaolbMal EPA 624 Volatile Oxenica NELAP W1212015 chlarohnn EPA 826D Volatile Orgudcs NELAP 9112015 Ciflowram EPA 826D Volatile Orgimica Nh-LAP 8/112015 Chfaralum EPA 200.7 Mows NMAF an2/2015 chmium EPA 200.8 hlobals NTLU 6124/2011 ChMonflum EPA 6010 mews NELAP W1212015 C31DOMAM EPA M Mdub NELAP CV2 40 11 Chowne EPA 625 Exhulable Orpnks NELAE1 0212015 Chlyalle EPA SM Extractable OWka NELAP W2015 12,DWftW8hqdG= EPA IN) Vakaftorsawas NWAP U12015 awl,3-Diewompropffle EPA 624 VOWAe ceganics NELAP KW015 cla-1.3-DicblomWpone EPA 826D Volade Organics NELAF W1212015 cis-1,4-Dkidow-2-butian EPA RM VOWDO Orgooks MMAF 111240 15 Cobalt EPA 200.7 mews NELAP IILMD15 Cobalt EPA 200.9 Melaka NELAP fia4rA 11 C"t A 10 s NWAF 9=2015 Caut EPA 6= mows mm" 6MO 11 Condue&4 EPA 120.1 Gmasicimnistry NELAP 9/12=15 Clients and Customers are urged to vergy the Imborstorys curreut cerdficatim datas wills the Environmental Laboratory CartWication Program Issue Datu 711=16 Expiration Date: 65012817 Page 182 of 1278 "Vormory acugW �ff UJ 0 k tion date June 30, 2017. nb Usting of amedited 6711WIT&U1070 "Ill - W Ifill, L EPA Lab Code:. MN90064 E87605 - pace Angiyagjal Scrdem, Inc. - MN 1700 Elm Street, Suite 200 Minneapolis, MN 55414 Mg.triy- le Water Certifm'tion a Cyanide D==Momb*zql (BZ 209) deft -BW Dilw*;s.h*AmcmO Manz (aA)mM"Om Dibumofum DibromorMormeb— Dibrommoftne DidiloradiflumMeffim Dieldrin Diml rmW O*Riw (DRO) Didhyl daw Diethyl PhIMOU Dieftl phtWeb, Dinwh4phballft Dkoftl phffiohft Dimll-tn"I O"de N-11-butyiOrflZINIC D . i-R-octyl Ph011sh" Dkt-odyl phthmllft Rndosulfim I Efidosufflon Endom1fan mdfilte Endrin Method/Ta& Category �MZIOB EPA200.7 18PA200.9 EPA6010 EPA 6020 OlUX,ml ItIO-4 EPA 1668 EPABOBI EPA 625 EPA 8270 EPA 8270 EPA 624 ITA 9260 EPA 8260 EPA 8091 EPA 8015 )EPA 8260 EPA 625 EPA 9270 EPA 625 EPA 8270 EPA 625 EPA 8270 EPA 625 EPA 9270 EPA 8081 EPA 908 1 EPA 8081 EPA 8081 EPA Sol I EPA 8081 SM 9229 8 EPA 8260 EPASM EPA 8260 EP4-62C- Mob malsh Metals mews Gan" ChemislrY PwWdea-Herbicides-IIx PmOcides-Herbivides-MB's EKMWwe Orgallics Extractable Organics Extructable Organim vomit Orearlics volaffie Organics Vdatile Organics Pea�.r tEWPM Bxftaeumc Orgmica Vdatile Organica Exhzctable Organics nmmotable Organics Emctable Organics EAradable Organic$ ExoneWe Orpnics ENVOCIANe Orsanics Ertractoble OrVI&B Roactable Organim paticid,,Habicides-MYS Pe,fiaWts4icrbicMes-FCV3 Pw&AwH,bWdmFCB's Peakides-He"cides-FCV6 Pativides-Helbicifts-PCIV9 Festicidw-HerbicidwPCUS Microbiolow votable Orgwcs volalic organics volatitc Organics Volatile Organics NELAP NMAP NXLAP bTELAP NUM NELAP NBLAP N719LAP NMAP NBIAP NELAP buw NELAP NOAP NEIAP NUM I: sl NELAP Effidive DIIB V12J2015 1YI212015 OA/Mll 9/12015 67"11 8112015 6124MII 811212015 811=015 911212015 9/1212015 8112/2015 9/12015 8/12015 8112M15 8/12/2015 8112MIS 8/1212015 U12J2015 V12015 Lq=15 91=15 9112015 V1212015 811717015 V1212015 8/1212015 81124015 gn=15 OJUMIS 8112015 V1212015 8112/2015 811=015 8/12/2015 811=015 Clients and Cusumen are urged to veft ffie laboratory's current certification Status with the Environmental Laboratory catmeation Provam. 119gue Date, 711/2016 Expiration Date: 6/30/201'7 Page 183 of 1278 EEN w Laboramy Scope ofAcmaadon Attachment to Certificate #. U7685-30, expiration date June 30, 2017. TUa Rating of accredited ana4*s shavId he used only relate associated wft a valki cordficate. State Laboratory ID: 987605 EPA Lab Code-, MNOOM (612) 607-17" E97605 Pace AnaWleal Serviesc, Ine. - MN 1700 Elm Stroat, Suite 200 Wmacepolls,MN 55414 Kwrvc Non -Potable Water Analyta Method/Tech category CaTtEcation Effective Date B&ylbmww EPA 8021 vawe Omenks NEW 81=015 Eftibo-%= EPA BUD vdabkoq*m NELAP 8/120015 Few califonna SM 9222 D MiwobicdoU NELAP 2112nOIS 2100rundwe EPAQ5 Exameeb, Orpons NELAP 11/1212015 Fluaranthene EPA 8270 aimactabla OWWAN NELAP V12=15 Fl om= EPA 625 Exhumble Oigathce 14ELAP 9112/2015 Fhw=C - EPA 9270 NELAP 811VIOIS Rucride EPA 300.0 Ganaw ch=L%ty NEEL" 81=015 NOW& EPA 9056 (hazzalChamfidry NEW 9012015 Flumme SM 45W F -C Cnawad Chavaisky NELAP M2/2015 BMM-BHCaA I Pesdeato-Hediciiies-PCE's NELAP 8112nois Swama-limmobloracyclelmane) PMMO-Cwodm EPA 8021 Pastickles-Harbicides-MB's NELAP 8112J2015 Gawlim an& Orgmes (GRO) IBPA:9015 1dorganim NEIAP gf=015 Hardneas SM 2340 B Geome[Chamistry NELAP 04/2011 Bwhd"r EPA Iffil NELAP 8/12015 11cphu:h[creposido EPA &D81 PestickiwHerbick1wPCBs NELAP W12J2015 HemUnbecons EPA 625 EurechIND Orgurieft NELAF InV2015 IfianchUnbazaam EPA 3270 Eaftachable Orp" NELAP MV2015 Ifemachimbubelkne EPA 625 R*w[able Organics NELAF 8=015 Ebmachiorobutdisna EPA 926D voisfileorganics NELAP 8012015 Hexactoo neuMifient EPA 1270 arescame Orieniqu NELAP V1212015 Heauebiamaydoozoadia EPA M5 EXtrachme organics bIELALP L12J2015 H&RIEWOVOCYCIRINNUIR&M EPA 1270 ExIvadabIr organics NELAP 811=015 Ibmwareeflans EPAW Excadable Organics NaAP 8112015 EPA 9270 tieftcbwa Ownics NMAP W241015 EPA62S Embuchable ftanias NELAP 9112tAIS EPA 8270 EKkRdAbIeOFgUWM NELAIi gn=15 Iodmathm U&*1 Inift) EPA 9260 VOLIffic Organics NK" 8/1241015 1"Ift EPA ®7 MEDAN NLI-M MY2015 Iran EPA6010 hlehis NFLAP 9/1212015 has EPA 6020 MCIVIN NELAP 6r" 11 Inktityl dcohd lata l) EPAVM VoWbOrgmdes NELAP MMOIS hodrin EPA =I Pesticidel-Ilarbichils-KY's N&M &12M15 bwwone EPA 625 Exuact" OmInks NELAP 21=15 Iiosphccoac EPA 8270 Exhachible Organics NELAP VIV2015 harropyl all vA (Propprel) EPA 9= YaWilcOrganics NELAP @d2tIO15 ClICKIS end Containers are arged to veffy the Inberstary's caffent certification stalas with the RUVIrawnental Laboratory Ceriffication Program. have Daft 7/1=16 Expiration Dole: 6/30/2017 Page 184 of 1278 .Lavorairory acupc of —c—m m"s-- Attachment to Certificats #*- R41769S-39, expiration dirte June 30, 2017. 11& SAW Of accredited anaiyus should be used only when RWOdaW with 8 vaUd cerd"c"�- (612)607-1700 9tate Laboratory ID' X976" EPA .;,d• MN00064 E87605 race AnRlytiCal ServiceN Inc. - MN 1700'91m Sfteett Suite 200 Nbseapulis, mN 55414 Matrix: Non Potable Water Cwtification category Type EfficHve Date Analyte ,Me&od/Twh EPA 6M Volume 01pnice 1 015 bopMIbmI= EPA 8260 Volelfila Organics NELAF M212915 lsopo"hwzm VELAP RMJ2015 Lead EPA 200.1 Metals 6124/2011 Lead EPA 200.8 mews NELAF 8/12120I5 Lead EPA 6010 Motais NELAP 6/24@011 EPA 6020 Metals 1404 EPA 8021 VOIG& Orgirtics NELAP 8112=15 -IP-XYIM= EPA =0 VOW& Or&MkiN HELAP 811212015 mlp-Xylanas matals NELAP 8/1=015 mwmsiam "A 200.7 NELAP 90015 mawlesim EPA 6014 metals NELAP 6r"I I M?A 6M, yttals MW,Cd= EPA 200.7 mews NELAP 9112/MIS mossnase mews NELAP 6114P1011 MIXISIalm EPA 200.8 NELAP 8/1212015 WISFORDW EPA 6010 mews Wals NEAP 644/2011 mzwncn EPA 6M NELAP W011. merm EPA 200.8 MOMIS MOWS NELAP 8/12015 MMU" EPA245.1 psfiGides.HwWidwPCVs NELAP 811212015 M@GWKycbkir EPA 9091 NELAP 811212015 M bromide (Bronnwffilw) EPA 624 voluble Orrmics 811=015 dhyM l Wad& (Btamornoffim) EPA OM Volatile Organics INELAP NUM 8/12015 ~ d&ffide (Chloromuffi=U) EPA 624 Volatile Organics NELAP 9/1=015 Mftj &Iffii& (Chkamediam) EPA 8260 Voleffie organics NELAP 1YI212015 Mathyl metbacrylift EPA RM Volatile Orpnics NELAP 9/1212015 Nftl tfft-butyl dff WnR EPA 9260 volstile Organics NELAP 1YI212015 mftlw,�W"e BPA624 volatile OrPWOs NUAP 911212015 maktow d1luride EPA 8260 volatile Ovaries NELAP 8/1112015Nolybduam EPA2W-7 mews NELAF 614/2011mcilybdamn EPA90Metals NELAP 8f1212015 Wlybdam EPA 6010 MOISIS NELAP 6/1412911Molybdum BPA Metals Ewftaictable Organin NELAP 8/1212015 Naphdgdew EPA 625 HELAP 9/1212415 Nalmidew SPA SM Volstileorganics Ommics. NELALP $112/2015 Nspbftslane EPA 8270 Ex1ractable NELAP 8/1212015 &Butyl &OhOl EPA BM V010fle Ownics 8112015 EPA SM Vowe Orpnits NELAP n-Butylbaram n4lexam EPA 1260 Vo '1e NMAF 9(12/,2015 atents and Customen are urged to verify the laboratory's current efttricstim status with 613WO17 the Envh�onmental Laboratory certincation Program. issue Date. 7n/2016 Expiration Date. Page 185 of 1278 -T-aboratopy Scope ofAccre-Maden Page 17 of 47 Attachment to Cftiffleate N., FM605-30, expiration. date Joe@ 30,2017. IMis listing of accrefted enables Should be Med only when associated with a valid Certificate. State Laboratory ID: FV6D5 EPA Lab Code. MN00064 (612)607-1700 E876M Flue Amolydeal Service% Ino. NN 1700 Elm Street, Suite 200 Minxeapofi% MN 55414 Mab'bc Non-Potatike Water AnaVe Method/Tech Category C*tffleation 1�pe E&Wvc Daft M-Wml EPA 2003 mews NELAP 8i1 015 Males EPA 200.8 Iddab NELAF 6romil NUDI EPA6010 1491ab NELAP 9/1212015 MIMI EPA M Makh NEM 0412011 britraft EPA906 umnsw mornwry NELAP M202015 NarateseN EPA 300.0 Goomalcmnifty NELAP 8112M)IS Nihate EPA 35U Gazzog Ch=wt*y NELAP 8/12=15 Nitrite EPA9056 Genend amnistry NEIAIP VIZ12015 Nkrftc SM 45OD-NO2-B 00" Chmarstry NBLAP 811212013 Mite as N EPA 300.0 Goomai chemishy NELAP 811202015 Nitrift as N EPA 3532 GenEwchamissy MR" V=015 N%Wmnmm EPA 625 firtmadle orsaim NEIAP 9/12/2015 N'Brobenzana EPA 9270 Beftackwe orgaics NELAIP 1/1212,015 u-NibusodimethyWaics EPA aS Bousible. Orpnia NMAP V12a015 n-N*wodkxftb-d:aa DPAR270 FAmetable. Of gudm NELAP 8112/2015 R-Nihwwi4qwPYUMiMe EPA 625 Extractable Orpaks NELAP 8/12F2015 B-Nftmsadi-nVWjwnjna ETA 9270 E'domume Ownks NELAF 1=015 n-Nefl=&Phwv1Unin6 EPA 625 Eftaciable Organics NELAP 9112015 a-Mmoffiphanykarine EPA M Exhach"a Organics NM" M202015 n-Propylbenuma EPA 8260 NM" 8/1212015 OR&GFOM EPA 1664A General Chmi*y NELAP 1/12/2015 G-XY1dw EPA SD21 Vokoe Orgulbx NELAP V12f2015 ®Y EPARN vowiL-012anics NELAP 911212015 Pffacli[orootsed EPA 625 R%luumble Orpmes NELAP 811212015 Fe"AwophMM EPA 8270 NELAP W120019 PH SM 45WU+-B Gmuel Chemisay Ma" 9/12015 phenenfiffem EPA 625 Exhutaloc Organin NELAP V12015 phmrn�-ne EPA 8270 M&actabl@ Orpnics KTELAP 8/1=015 PhKw1 EPAGS Marwilble orpnix NE" 811=015 Phanal EPASM Extracable Orgasm NELAP 0/12015 P-WPM"kohmm EPA 8260 vewc orsaftics NELAP 811212015 EPA 200.7 Meh" NELU M212015 P01"UM EPA6010 Mabb NEI". 8112015 plowshUn EPA60M MMIS NMAP MAM 11 Fiqp1mitrile Mftl cyanido) EPA12W V01010 Orgloics NM" 81124015 pyr-e EPA625 Exhaeftbla Organics NELAP 811212015 Clients and Customers err. urged to Verffy the hborAtUres current cerfiftatina ftutog Wfth the Enviroemental Laboratory CortMention Program. Issue Data 711/2016 Expiration Date- 630J2817 Page 186 of 1278 MCI 111N pap I Labmajory Scope of Acaedbadon Attachment to Cerfificate g. ES76W3-30, expintion date June 30, 7017. This listing Of Acc analytes should be used only when asiodated Yflth 8 valid certificitOL (612) 607-170 11 State LaboratorY ID' 197605 EPA Lab Codw. MN00064 me&- Non -rouble Water cortification Methodrreth category Type Effeefive Date Analyte EP270 A 8 Extutwoorgaluca NELAF 8/12*015 EPA 8270 ErftAlmeownics. NFLAP 8/1212015 Pyridine Ch=WTY NELAP 8n212015Ptesidue-fikablo(Mg) SM 2540 emend Gemal cbemishy NWAP GtJ212015 Rvsidwo�terdbla (TSS) $M 2540 NELAF 9/1212015 RwkbjB-set&Wa 31V1254®F ermml Chemistry NMAI? 8112015 Residuo-total SM 2540 B Genand Chend*y NELAP 811212015 EpA 160.4 General Chtx� Residue -volatile Vowe organics NEIAP 8112t2015 see-Butylbenam EPA 9260 Well NMM 811212015 selenium EPA 200.7 NIM" 670011 Selcaium EPA 20D.9 Mews NELAP 8;1212015 Sdenium EPA 6010 Metids NELAF 61M011 Sefenium EPA 6M Mft& N&AP 8/12120I5 sam EPA 200.7 Maws NELAP &W.01 I giver EPA 200,8 mews NELAP 612412011 Sliver EPA 6020 Metals NELAP 8112/2015 Sodium EPA 200.7 MEWS NELAP 8/1212015 Sodium EPA 6010 VAws. NE.AP 644/2011 Sodium EPA 6= Metals NELAP 6a4/2011 shadium EPA 6020 Mews NELAP 8/12*015 styme EPA 8260 Volatfle Organics NELAP 8112J2015 AS D5 1&90 c*jmWCh=istry 8112015 gulfift EPA 300.0 Genuffil. chemistry MELAP S ulfift NIEL" 8/1=015 Sulfft RA 9056 'SPA General Chmis4 VOW&OMMin NELAP 8112(2015 tart -Butyl al of (2-Mc"i-2-propsoni) 826D WELAP 8/12015 TOU"oMftlM&rw=dhykM) EPA 624 Vowe Orpnim INHLAP 8/1212015T.troeworecaoent ftcwwosthylem) IRPA SM Volatile Oqpnics NEW 8/12/2015 Teirshydrofiumn(M EPA RM voltile Organics NKLAY 9112t'2015 Thaflim EpA 20D.7 Metals NELAP WWII nallium EPA200.8 blewh -NELAP 81t2=15 Theflitan . EPA 60I0 mews NEW &24M11 ThsUium EPA 6M Mews NMM 8112120I5 Tin EPA 200.7 mob NELAP I$ VM Tin EPA 6010 Mews NELAP 6r2412011 Tin EPA 6020maws Mcwq NELAP 8/12120152015 Titanium EPA 60I9 NELAP WOMB EPA 6020 mows Clients and Customers are uqpd to WRY the laboratorYls current cerffx*t'on N%tus wo 017 �L!Le Environmental LaboratorY Cerblication Program. Issue Date.- 711/"16 F.%piration Date'. GM Page 187 of 1278 Chents and Cudemers are arged to verify tbe laboratory's curreat cutifimflon statu wiffi the Environaxwtal Lfibuntory CeMeation PKgram. Imue Date- 7/1/2016 ZIPImflon Date: 613041917 Page 188 of 1278 Labors tory Scope of Accreddadon Page 19 of 47 Attachlucnt to Certificate A 1187605-M. igspiration date June 30,2017. Thin licting of accrvdked analytes shouM he used a* when Modated with a vaild vertweate- State Laboratory ID. F,87605 EPA Lab Code. MNON64 (612) 607-1700 n7605 Pace Analytical Senices, Ear. - MN 1700 Kim Stri*4 Suite 200 NrMneapolls, MN 55414 - & Non -Potable Wet—or Analyte MeffioUrech cardfication C*tqwy Type Effective Data Toluene EPA624 Vomborganics tug" 8/11=01 Tolume EPA AM Volowe organim NMAP SIMMS TOW Common; SM9MB WmbioloU NEIAP =12015 ToW hardness an C.&CO3 EPA 200.7 mews NO" gf]2(2015 TOW IffWachlowd5aawflaw EVA 1613 Exuacable orsmaz NELAF 6414=11 Teed Haptachlorodibenzefirm EPA BAD Extutable Orgenim NEL" 112 12 Tota111 le Organks NELAP fiUM11 Toad Hepladionadibcm-p4icadn EPA 1613 Eamassbia Organim NELAP 6rM0 I I Total Haptudduroffibmun-p-diazin EPA 9280 ExaWARble owdeb NELAP 1=012 ToW Heplachlorodbenw-p-dimin EPARM Enknowe organica NMAP 002011 TOW Hccachlarodfimataftm EPA 1613 INtractoblo Organics NELAP 04011 Tom Usuchlowdibumfima HPAR210 Ildcadable Organks DIM" M23=32 Total HSXRWM0ffiVaZDfiV2R EPA 9290 Botraclable Orgia" NELAP U24M I I Total l3exachlarociffienzo-p4oxis EPA 1613 Exhactable Organics NELAP 04011 Total HftwMavft&nw-p4kjxIn EPA 928D Ryoaftme organics NELAP =2012 TOW EPA 9M Hdaidameorgindca NELAF 6a"ll Total niftelb-okfiB SM 45MM03 H General Chamift Na" 9112j2015 Total Penhwhiarodilmofurou EPA 1613 ENMftbuorpoi= NELAP fiaMM11 TbW Pefflachlexedibencoftm 9PA 8290 Hamulablz Organks; NELAP 193012 TOW PentachlanxUbensafta EPA RM 508"a orpnics NELAP fiomoll TOW Fallaclikundibenza-p-diaxin EPA 1613 DdMbable Organics NELAF fia412011 TOW PentachbrodibounD-p4min EPA 821D RdMichible Qjudw NELAP 1 1 Tuhl J?eVImhkwodiImuzo-pdbdn EPA 9290 Extrec"o Orgeniss NEIAP fiW2011, TOW pomfics EPA,420.4 Gannet, Ckmisay NELAP 11=2015 Total taxi" chlodw SM 45OD4M 0 GwMw awth" NELAP W1241015 TOW TVMwIkff0dibenw&= EPA 1613 Exhubble Organics NELAP &Moll Told Tnwfuran EPA 9280 Exhaelable orpnics NEUP ID312012 Total TobuchicouffibmaxAm EPASM Lifteclable Orpoin NELAP &24WII Totalb 1613 Bersomleownns NELAP 0417011 Toad TaftcHaradibem-p-dicadn EPA 9280 atnacbme organics NMM W312012 To TatrudWarecliberwD-p-cliamin EPA VA EAuwnbk Orpniz NELAP 612412D 11 EPA 9011 Fudahles-Harbiddo-PCEs NELAP 811217015 ftns-1-Dichlorocfhylene EPA624 VdWA O%wacs NELAF 81112015 ft=-,1,2-Dic;hkroedWhne EPA 9260 Volaft organins NELAP IUM2015 tions-0-Dichlaffwapene EPA 624 Vok& orpnics NEAP 8112J2015 Irsn&-I$3-DichknWmpcw EPA VA VoLsib Organics NEI" 9/1241015 Chents and Cudemers are arged to verify tbe laboratory's curreat cutifimflon statu wiffi the Environaxwtal Lfibuntory CeMeation PKgram. Imue Date- 7/1/2016 ZIPImflon Date: 613041917 Page 188 of 1278 � 1 L A + 11 I 1 t, t1+ Cftnts uc � w + � � = ''v'WifY �A+,i + Y I 017 +ir ;9i w,r 1 , Page 189 of 1278 e 20 of 47 JuRe 30,2017. TJ& Atia&mentto Cedig=te p 1 ana,YWS&OuM (612)607-1700 state Laboratoryl D, F,8705Pace EPA Lab Y 1700 RIM N&meapol% MN 55414 tr®:on - ti i ate a Method/Twh Type XELAF A v or ics NELAP 8/12=15 T ) EPA624 VOW& Organics NELAF 811x!2015 A Y we anics NELAP 8112/2015 Trkworaduormw6we EPA 624 e volatile 9c3 Trichimducawdiume A Mews 8/12/2015 Vwwdium A 200.7 Nam brl oil v EPA 200.8 mews Nam 811x12015 v 10 6124/2011 VMU&= A 6020 udws v NELAP 8112015 v l '� v organics 9/12/2015 vinyl A v $/1111015 Vi ' A 811X2015 • A .7 NELAIP 6124/2011 A .9 s 8/1212015 zinczinc A t0 MeWs NELAP NBLAP 61?A12011 A Metals Zinc � 1 L A + 11 I 1 t, t1+ Cftnts uc � w + � � = ''v'WifY �A+,i + Y I 017 +ir ;9i w,r 1 , Page 189 of 1278 Lahorafoq Scope ofAcereditadom Page 21 of 11 State Laboratory ID: F87605 EPA Lab Code: MNOM4 (612) 607-1700 =7605 ftee Amlyfinal Sgroem, Im - MN 1700 Rim Street, Suite 200 Mminespolis, MN 55414 Ito ical Materbis Analyte Medwdrrech Category Cortirwation EfEDGfive Datc, 75-5.2-Teftacisimadme, EPA RM Volatile organics NELAP 9/1212015 1,1.1-Triahlowmadmime EPA 8W Vowft Organics NELAP MUMS 1,192,2-7anwhicractlane EPA V.60 Vdac organim NELAP 91121MI5 MA-Trichimutbaw EPA nW Vaimse orawes NELAP 9n212015 1.1-Dichlowetimm EPA 9260 Volath omwom NELAP 9/1212015 1.1-13icWmdUhne EPA BM Volatile Organics NBLAF 9/12/2015 1,,3.4.6,7. hl a (omF) TPA 1613 R&Aftwe organim MAP 04011 1..3.4..7. fu(00W) EPA 8280 &UadBWe OMmams NELAP 1 01 1.2X4.6.?.8Y4Wmnh1wodjMwdm(0CDF) EPA 929D Exhimbble Organics NIUAP fia4/Mll 1,2,3,4,6,"1,8,9-OcWdkroddauD-p-dioxin EPA 1613 Ekkoctable Organics NELAP 6=2011 (OCDD) IA3.4.6.7,8,9-OdwNamdkrao-p4oxin EPA 9280 Extrammeorpnim NELAP L212012 (OCDD) 1m3�4m6m7.6 dap- EPA 9"0 Masclable Orgmmins NELAP 6124011 (OCDD) 1.2.3.4.647,9- 1613 Exhuchible Orgmks NEIAP &7AMI (1.2.3,4,647.8-kiedf) 1A3.4,(k7,#-HkPbd&mffibwwfim EPA SM) Rarach"a oromice NEJ-0 V2312012 (1.%3.4.6.7z84ped) 1.2,3.4.6,7,�-llqacbloiodbenzDfiwan EPA 9290 ExhaciabloOrgamics NELAP 6MOM (1 4,6.7.E 1-V,4A7,9-HG&ch1onAbmz0+40x1& EPA 1613 &rbactable Organics NELAP 6*44011 (1A.3,4fi,7.8-hpW) I.M.4fi.7.8-p-&oxin EPA 1280 Extractable organics NE" 1A312D12 (I 0%3.4fij.84s;Wd) 1.2.3.4.6,7,8-Uq*chbrWi-p-dio& IBPABM Raim9mble orgasim NELM finooll l.P.3.4.7.k9-HqphwWcrod%mmzffmm EPA 1613 Exftctgwe orpnics NM.AP ISM011 (1A3,4,7.8.9-hp:dQ 1 .4.7.8,9-Houlachlaradibenwfunin EPA 9260 Esdractable Organics NELAP M234012 (1A3.4JAA;acd� 1A3.4.7,&9-HqftcWorodlbemm&m EPA 8290 fiNtmelable organks NEIAP 0412011 (1.2.3.4.7.8,9hpcdf) 1. .d.7 EPA 1613 F%eacuble Crgw&s NELAP 6aQ011 1,V,4,7A-Hwdd EPA M Exastalable orgamics MELAP 1123M12 1A3.4,7,B-Hsxdd EPA AM ExhacraMe Organics NELAP 6=011 1.2j,4,7.&H=df EPA 1613 Exhachible Organics NELAF 6124)2011 1,2.3,4,7,&-HxvJf EPA 9280 Extusciable Orpnics NMAP LM/2012 1-;3A7.8-Hwff EPA 8290 auchaeorpmam NELAP 04MIl 1.Z3.6,7,841mcM EPA 1633 Extacmw Organics NELAF fia4ftl I 12.3.6,7.8-fftc& EPA SM Exhaclable Organics NELAP 1 1 1;2J,6,7A-HxWd EPA 8290 Ex"Cma Organics NELAP firIm 11 1.V.6j.it,Hxoff EPA 1613 Evnsciable Organics NELAP 612Q011 Clientsand Customers are urged to verify the labormtery,s current certiflication utfitus wfth I W Envirommtel Laboratory Cerfficatiom Program. Issue Datm 711=16 EqArstlon Data MUM Page 190 of 1278 I 'a"ralory Iscolm Of Accrea"guou" Attachment to Cerfinegte #. Es7605-30, eqdratim dab June 30,2017. This lifitift of accredited . anmytes should be used only when associated with A valid cerffwate- state Laboratory ID.- E87605 EPA Lab Code: MN00064 (612) 607-1%T mbuempolla,MN 5914 M%U-bv Solid and Chemical NifiterIHIS Certifiation Meffidnech ® category 11vae EffBaive, Date Analyte EPA BnO Esmwtable Organics NELAP M312012 1,2,3 G,7,8- EPA 8290 Boactoble Organics NELAF 60AM 11 EPA 1613 Extsumsorpnics NELAP 62412011 I,Z3,7.8.9-Hxodd 1=012 1".7.8�4-Hxcdd EPA 8290 EMSCIalfle Organics NELAP I,t3j.8 . 9-H2"d EPA &M E*Wtable OrgaIdG3 NELAP 6848011 EPA 1613 Exftacwk Organics NMAP 6=011 EPA 9280 Earadible Organics NELAP 18312012 lX3,7,8.q-Hxcdf EPA 8290 Egmtoble Organics NELAP 6 12 412 0 1 1 EPA 1613 Egmetablo Organks NEW 6/2412011 IX3.7,&-Fecdd EPA 8210 BxUactable Orpnim NELAP 1831L0121.2.3.7.8-PbW BPA 8290 Extumble Organics NELAP 6a4/2011 IX3,7,8-Poodd EPA 1613 R&actabla OTmnim NELAP 6/11112011i,2A.&Pucd 7f EPA 8280 Extractawa Organics NEIAP 1/23/2012 1,2,3,7,$- df EPA 8290 Exhwjame Organics NELAP 6848011 1,2,3 EPA 8260 vaistile Organics NELAP V12/2015 1.2.3-Tithlorobanam EPAMO volatile Organics NMAP 811212015 1;,3-TTicMompmpm volameownics NEW 811712015 1,2,4 EPA 8260 8112015 l,Z4-TdWorcbenm= EPA 8270 Exwwtdk Organics NELAP W1212015 IX4-Trim"thylbenzem EPA 8021 Volatile ownics NELAP NELAP 811217015 I;A-Trbnftlbwzme EPA I'M Volatile Organics Nw..Ap 8/1=15 1;,Dibram-3-0�RDB (DBCP) EPA SM VchQ@ Organics NMAP 8/1212015 ,;,D&MM&M (EDEJ. Eftlanc dibromidr) EPA 8260 Volav Organics NELAP W1212015 1.7,DicMmbmmm EPA $269 vobdw Organics RKftd" orgami" NELAP 8/1212015 1,2-Dkhl=WMM EPA 8270 NELAP 8/12/2015 1.2.DichlowdhM 'EPA 8260 vowbownics e11=15 1,2,DicMmqm*m EPA MQ Volatile Organics NELAP 1,2-00M1hyftdW EPA 9270 Emmct&o Organics NEW 811=15 EPA 8021 Volatile Organics NELAP 8112J2015 EPA 8260 voWa. OMaks NELAP 8=015 0.5-Trimethymmane 8/12015 1,3-Mdtmbwzme EPA 8260 valatilcorpn`ca NELAP 8/1=015 l,3-DkV=bWZ=e EPA 8270 ktim�lr Organics NELAP NELAF 9=015 1.3-DieWropolmna EPA RMO Vo6file Orpnics 8112015 1,4-DieMorobanzenc EPA 9260 volatile Organics NELAP 8/1212015 1,4- Dichlerubmwe EPA 0270 Bxvaaable Organics NELAP NELAP 1/23/2012 ]A-Dium- (1.4-MftWw1dda) EPA 8260 Volatile Organics NFLAP 684120112.TA3',4.V.5.5',6-NnmblmW*mYI (BZ 206) EPA t,568 Peftides-Elabicides-PM Climb and Cudomers are urpd to veAfy the laboratory's current certHimUOR status wtk tX e Enviromnental IAIli GrXtorY certlikation Program. Usue Date. 71M016 Expiration Date- 6/30/2017 Page 191 of 1278 ® and Cwtoxners are urged to verify the laboratory's current cardficatim statm wi& the Environmeatal lAbentory CorMeation Programn. tune Data 7/0016 CrPirsdon Data- 69012917 Page 192 of 1278 LaPOMOPY Scope ofAeffedUadom Page 23 of 47 `tit adment to CertMeate #, EV605-A wqAradon date June 30,2017. 11& Hadn of actredited RBW}fit 2hould be used mly wben amociated adth a vand ewmeate. State Laboratory ID. IU7695 EPA Lab Code. MNOM4 (612) 607-1700 E87605 Pace Anabikal Semlem, Inc. - MN 1700 Ehm Stree� So" 200 Afinucapals, MW 55414 AnWyft Meffiod/Teeb Category Cartificution Type Effective Date ® and Cwtoxners are urged to verify the laboratory's current cardficatim statm wi& the Environmeatal lAbentory CorMeation Programn. tune Data 7/0016 CrPirsdon Data- 69012917 Page 192 of 1278 Page 193 of 1278 All Lgborajory Scope ofAcenditadon Page 24 of 47 #: W605.3o, expiration date in= 30,2017. This Usting of A,twholent to Certfflcatg o shouldenables A Lab Code'. MNOW4 () 60741W State Labor ID: F37605 MN7 Pace I SerAm, r. - Mianglpolig, MN 1 m Solid and y Certification a MethC y e oti vo Daft Anslyte bip 1 A 1 F 's NELAP 6W/2011 2,'2'.3.4.4',5,1'+ ,3',4'.5,5'. s 1 143) A l $ `,3 4,4',5,6,6' i l ) g irides- 's . ,s 6114/2011 5/2411011 ',3.4,4',5 `,3,45,5' b° 1 1 d i s 1 ] )io° 2.2"3,4,4;5.6-H 1 18 1) A 1668 's 's a 624/1011 NELAP 612412011 '3,44`x.6'- bi 1( 182) A 1 2.1 c id '®3.44`,5. 137j A 1668 P b , 6/2412011 2,2'3,44', '_ i ! 1) A l c H s- ' �$ W24/20i 1 3,4 4'.6+22',3,4,4',6'-H bi is A 1668 139+140) 1668 1,3,44'+2,3,4,5 ,4',5,6- hdwgmbWacq EPAls(iaz8S+116+117)A WZ4ia011 1 id 's N 6/24/2011 2.x,®3,4,5,51. bi 1 141) NELAP 6114/2011 2,2,,3 4',5,5'-2 l 1 ) EPA 1669 NELAP 6/14/2011 2,2',34.5,6,6'- r L(BZ1 ) EIPA 1668 's 6/14/2011 ',3,4',$,6,6'- 1( 188) A 1 8 ic" b' i 5+1411011 22',3,4',5 2,2",3.4`,5',6-2 bip is A 1 668 9) ',3 4,56-bip 1 142) A 1 ' B's ° 6124!2011 `,34'_! 1} A 16 i Herb° s 6/24/2011 2,2x,3 4`,5.6' ' 1 148) A 1 ° NELAP W24/2011 Z.e.3>4 ,3,4,5'+22',3,4',5'+233',45'+2,3',4. A 1668 tiC i s 413`,,s'-7+10 114}1 P °c` obi " 's P 62411011 ,34>��2,®4531+2,3.3',5' A 1668 Y 101+-113) ig 1 Z 145) A 16 'y Pe ,s 6n,4/1011 `E 6124!201.1 ,3,4,5.6'- `.3 ' 6'- ip 150) A 1668 'a 611411011 2,2',34 3,4`,6- hl Is A 1666 ' Barb" + 2g qfy- l 4) I6 ® 3 6/14)1011 bjE 6124/2011 2,2',3,4'-T 1 p l ) A l ti ° 's NELAP W2411011 2,7'.3,5,5'- 1 92j 1 °ci s-esb° .ai 6124!2011 '.3,5 - P 1 1 ) 16 p ,s 624/1011 ) A L i ,aNELAP 6124WIl ,3,5,6'- 33,1,6® bi 1( 95) A 1668 NELAP 6!1411011 '3,S'+22',4®4'+7,3,6,6-T b' EPA ] 8 s 44+47+65) '3,5+2.3',5' Te b° yla 43+73) 1668 H ° ,$ 6114/2011 6/1411011 2,x,3,6 _ obi 1 9 1668 `s NELAP NELAP 6@4/2011 ',4,6'-Tc ®bip Z 1) EPA 16 68 Pamdddes-Hmbicides.PCUs 22',3 CHents and Custonere are urged to verify the 's current MrdficAtIM status with Expiration 1 the l r r ' hne Page 193 of 1278 Clents and Custoinerm are urged to verify the laboratory's current cwtiftatism statu wfth the Havireimental LAborstory Cortification Program. Issue Dato 7/112016 Expiration Date: 643MO17 Page 194 of 1278 Laboratory Scope ofAccreddavan Page 26 of 47 AUSChwOut to COrIllicatt A EV605%V, exPiration date June 3% 2017, This Hstioji of acerediled anobtes should be used only when assecieWd with a vaild cortitleate. State Laboratory ID- ES7605 EPA Lab Code: MN00064 (612)607-1700 E8760S Pace Andy" Serdoes, Inc. - MN 1700 Elm Stree4 Suite 200 mine apelb, MM 55414 Aualyte MethedlTrch Category Effictive Daft Clents and Custoinerm are urged to verify the laboratory's current cwtiftatism statu wfth the Havireimental LAborstory Cortification Program. Issue Dato 7/112016 Expiration Date: 643MO17 Page 194 of 1278 Laboratory ACope 01 AGUMMUNBm" AU"hIment to Certigicate *. Eg7605-30, e*rsdon dote June 30,2017. Thb asting of accredited mmlytes should be and only when assodated with a valid WOW& State Laboy story ID: E876M EPA Lab Code: MNM64 (612)607-1700 EM"IS5 Pace Anobticol SeMces, hw- - MN 1700 Elm Shvid, Sufte 200 Mimegpols, MN 55414 AnaktF.- Mv&adffech n 71 KOM T7&1) FA 1) L17m Type EfRadve to Nmm 6W2011 NELAP MOM NEAP &U2011 NELAP 612412011 NELAP fia"n 6A4011 6=011 6a4/XII 6QM2011 6r"11 6MO11 6rmol I 6r"I I 612412011 W42011 04011 0412011 6124MI 1 6/MOII 6r2412DII 41242011 60"11 MA/2011 604011 61242011 6 a m I I 0401) IMAM 6r"11 0412011 61242011 143012 fioAaol I MOM Expiraffen Date: 00/2017 Page 195 of 1278 ............. 11 ........... �111111 Attachment to Calffic2to #: EV605-30, expiration date June 30,2017. Ilds hating of accredited Rubies should, be used only when nowdated with a vaild cerdfiatft State Laboratory 11); E87605 EPA Lab Code., NEOM4 (612) 607-1700 E97605 Pace Analyftal Services, Inc. - MN 1700 Ehu Street, Suke 200 Mimeapalls, MN $5414 —jX KE, Sofid and Chemical Nlabrials Auslyle Motbod/Tech Category CordfiWim T"e EffectiveDaw 2,3.41-THchlizal4henyl (BZ 22) EPA 1669 ®'4r y1 (BZ 25) EPA 169 low daU2011 ,5,51-T b" (BZy2) EPA 1668 NELAP 0412011 M'.5+2.4.5-'rrWhkwobi phqyjs (Rz 26+29) EPA 1668 NIMAP fimoll Z34-Triddombiphawl, (13Z 23) EPA 1661 NELAP 6a4ftll 2.Y.5'-r.reW=*hwWj (BZ 34) EPA 16611 NEW 11 2.3fi-Trkkorobocoy1 (BZ 24 EPA 1669 P NEW &MG I1 2,7.6-Tfloldwobiphenyl (HZ 27) EPA 166B Fe&&Ww-HmbkWce-FM's NFL" 6/2412011 7,&TCDD EPA 1613 Exbobble Oripaia; NEEM &24/2011 2,3,7,8-TCDD (Diw* 2,3 .,9_z ' ) EPA 8290 Boftw4mb1eOrganica NELAP 1123/2012 2,3.7,9 -TCDD (Moxin, 2,3,7.8-TeuwWarcdjjewa�p4k)dR) EPA U90 EmmUbje Orgpoks NELAP 62"11 2.3.7,9-TMF EPA 1613 Rqkaclabla Oqpoks NMAP 6124mil 2,17,11-TCDF EPA 8210 ExhicatHe Orgaiks NELAP U23f2012 V.7,8-TCDF EPA SM ExlmmWe Organici NEW M2412011 2.3-DiahimabWmayl (RZ 5) EPA 1668 Padcides-Herbicides-MB's NELAP 64202011 2,Y-Did*wbiphwW1 (BZ 6) EPA 1663 Pwfid&s-l1rrbiddwPCB's NEL" &2Q011 2A5-T"owUphmW1 (RZ 31) EPA 1668 Pcsflcidvv-1-1erbR:Ws-FWs NELAP 6a4noil 2.4.5-T&M=ph=1 EPA 8270 EMMCWAOM212015 Z41.6-TMAof6bjphe-yl (BZ 32) EPA 1. Hawakk*Mve NELAP fin4M11 2,4A-T"wophwj EPA 8270 Baba4*10 Orgwlirl NELAF M212015 2.4-DiWA=bj&W1 (bZ 7) EPA 1668 FM3W&a-HwbkjdwPCYs NELAP 0412011 2.N-DWLImbiphanyl (BZ 9) EPA 1669 P@S*Wcs-Herbie&las-FCB1z NELAP 64249011 2,4-Dichlomphmal EPA 9270 Exftwbma Orpoics NMAP 811212015' 2,4-D1ma&ylphmd HPA RM Exuazwe Orpnks NELAP W12aDIS X44DWaophnzj EPA BM EidmambleOrpnia NELAP W1212015 2,4-Dinifinto1new (2,4 -DNI) EPA 82M EvMwMc Orgunia NELAP MMOIS 2�5-Dich1wofthony1 (HZ 9) M?A 1669 Pesficides-HoibicidmWWs NELAP MMA 11 2,6-DWomboany1 (HZ 10) EPA 16H P&ftidw-HqrbjcWw-pCB1p NELAP 6=011 2fi-Diaftlolum (2,6 -DIM EPA S270 Exuaadde Orpnieg NELAP &U,2015 2-Bulamc (hW dhyl kamrw MEK) EPA SM volawa Ownim NELAP 811212015 24Mhnbiph=yi (RZ 1 BPA 1 APsXUAP QQ2011 2-Matooft1 vinyl etha EPA SM voltileorganio NELAP 0=015 2-ClAmonapMm"t EPA 8270 Bxhwieble OrSwau NELAP 9=015 2 a 13PA 8270 Eftclable Organita NM" 1 01 2-Chlorotolraw EPA M MOIAH@ Orgmics NELAP 1111202015 *knb and Customers are arged to verify the laboratory's curreut cerWication auto,! with the Environmental Laboratory Califiestion Program, Issue Date: 7W2016 Expimflon at6W2017 Page 196 of 1278 j,avorarury,3a;mpr. uj xxa—s ---- Attachment tO C91tificste #: E87605-30, eVfttion date June 30, 2017. This fisting of ace"dit" ..Wn should be used 0* when 8"Gel"Od With a Valld cer""' (612) 607-1701 State Laboratory ID. 987605 EPA Lab Cede: MNOOO" r a e 0 A na W a f6MM 17on Kim Street, Sulte 200 T -m', cKA1 A -Matrix: Solid and Chemical. NlataUls Certification method/Tech C ategory Tima Emotive Date AnalYteA EP9260 Volatile Organics NMU 111212015 2-Hmmn= EPA 11270 aftMbla Oromics NELA-P 8/122015 2- Orpnica NELAP 8/12015 7-mefthmphdIalm EPA 8270 E&wWbie No," 811=015 2-Mff**WI () EPA 8270 Berad"04*0 NELAP 8tI22015 EPA 8270 BdrucwAtorgoics 2kmanflino Extractabli Orgmgcs NBLAP 81I2!2015 2-Nft00UmQI EPA 8270 pwdcidm-HeA&idam-KHs NYBLAP 61242011 3,7.4.V.5,5'-HwwWmbi0"I (BZ 169) HPA 1668 NELAP 6=011 3Y.4.4'.5-PeflWCM0K0b1P.hwW QZ '26) EPA 1668 puticides-Rabiuklea-FMs 00011 3,Y,4,4'-T0nWombjpWqI (BZ 77) EPA 1668 PesticidwHedicidwPCEYS NELAP MEIAP 6=011. 31',4,5,5', pantaehl=biphm1 (BZ 127) EPA 1669 pes&i&s-HwbWd@m-PM9 NELAP W"i I 3Y.4,5-TWWM0wbiPhw1Y1 (BZ 79) EPA 1668 ptsdcid0&Raeckidw-PCWs NELAP 61MOI I 3,T,4,Y-TenddarobiphmYI (BZ 79) EPA 1668 pesticides-Herioicides-PMs NELAP 6/2412011 3,3',4-THcMmbiPh5DY1 (BZ 35) EPA 1668 pw&Wes-HarbioideM-FM3 NELAP 00011 3.3',5,V-TawM=bW=W1 (BZ 90) EPA 1668 pegficift-Habicidea-PWs NEL" 6124/20113Y,5-Midd=WhwY1 (BZ 36) EPA 1668 pw&jdcs-Hmrbicides-PCB's NELAP 811=015 3,Y-DichImbenzifim - EPA $270 BstracbMa Organics NELAP 6=011 3Y-DWomboickyl (BZ It) EPA 1668 pwicides-flarbiddca-KNs NELAF 6124/2011 3,44'.5-T (SZ 8 1) EPA 1668 RStjCmas-Hm-bicwr--,-pCffs NELAP 6=011 3,4,V-nich1w0biPh9r1T1 (BZ 37) EPA 1668 pmt10ides-Hcd&Ades-PCWs 's NELAP 61M4/20113.4,5.Triddmbjpheqj W 39) EPA 1668 u° NELAP 04011 3,4.5- MZ 39) EPA 1668 pesficidwRaWaides-PM WaV 612412011 6r"11 3,4+3 R_DiW=biphMIr, (BZ 12+13) EPA 1661 pa;dd&,s4jerbici&6-FM Pesfi@idwHwbj6dm6-PWs NELAP 6=011 3.5-DicMWship hCDY[ (BZ 14) EPA 1669 U2412011. 3-admvW*TO4 (BZ 2) EPA 1668 paWdwHebiddw4C3'S NELAP 8=015 3-MeftWr'Dl (P-Cwml) EPA 8270 amdablaDamniag NELAP 811212015 3-Nbromniline EPA 8270 barmcwBorpnics pesficides-HmWeidwPCII's NELAP 8/12J2015 4,4' -DDD EPA 8081 Peakides-HaWides-FMa NELAP SWAM 4,4 --DDE EPAIDBI padkidas-HeMc1dem-PCWs NISLAP 9112/2015 4.4--DIYr EPA 9091 ps*idc&-HarWcjdwPWG NELAF 624{x01 I 4,4�.DidiombiphwWl (BZ 15) EPA 1669 NELAP 8/12/20I5 4-Bm . mo*Wl PhffW1 edw EPA 8270 Bxftcmble Orpnics KELAP 911=015 EPA 8270 EXOMW org"es 4ZWoroadim PaAWdw-HwbWWe&-PCV5 NELAP 620011 4ZWMNph1MYI (BZ 3) BPA 1661 NELAP 8(1217015 4-Chlmphwyl *mYtOlm A EP9270 Exhaamble Om"cs NELAF 8/1212015 BPA 8260 VOW& Organics 4-CMatoWum Ddraftble Organica NELAP 8/12015 4-Meft1ph=01 (K -20D EPA 8270 Clients and Custom6n are urVd tO ver'fy the labor""�' current "r"Nation status with 19moration Date: W04917 the ]&RvirmMental Laboratory cArwication Fromm. issue Date.- 7/1/2016 Page 197 of 1278 Anslyte Method/Tech CstqpTY Certification Effective Daft 4-Nsrowdim EPA 9270 NELAP 4-Nkmphm1 EPA 9270 B&Od" OrprAm NMAP 1 415 Accomphthm EPA 9270 Enw-mme Organic, NM" 611=015 Acm#ftlem EPA 8270 Exhathible Organics NELAP 02/2015 Acekm BPA AM Valfile Ofsed" -NELAP 811212015 Acralcin Map") BPASWO VdYme Organics NM" 9/12/2015 AmyknMe EPA M Vdaincownks NELAP 9/12015 Aldrin EPA9081 NM" 8/12/2015 Allyi cNedh (3-Moropropm) EPA SNO NM" U1207015 elphit-BHC (a0a-Henchloracyainhunue) EPASWI NELAP 111212015 at*-Clilmdam EPASN] PeOdeffles-Harbicides-PCO'sIV1212015 Ahmninft EPA 6DIO mews NEE" IVIV2015 Alminum EPA 6020 NLIWI NMAP 6440011 Ardnwac 13PA A270 Riftwimble Organim NELAP 811=015 Antinumy EPA 5010 mads NRLAP V1212015 AnfmwW EPA 6020 mews NELAP 00011 Amdar-1016KB-1016) EPA SM NBLAP WIV2015 -1 fl (FM1221) EPA 9012 NEL" M212015 Amdor-1232 (PO -1232) EPA 11 a�NBLAP U12015 Arodor-1242 WB -1242) EPA SN2 Pw&idC3-H=biddmS-FCB's Nm" M21201S Ararlot-1248 VCB-124B) EPA M Pudiddez-Habicifes-PCEN NELAP 8=2015 Areelar-1254 (PM1) EPA BM Peftides-Hmb1cWmPCq1m NMM 1/12015 Amdar-1260(PCB-1260) EPA SM PORkidej-Horbiddas-MBs9=2015 Amems; EPA6010 Metals NHL-Ap 9/1212015 Am,mc EPA GM MOWS NMAP 6=011 Barium EPA 6010 mews Nam V1112015 Badum EPA 6020 mews NELAP W2412011 Bemno EPA 8021 V0190 Organics NELAP 9/1212015 Bmmne EPA 8= Vulaftle Organic, NM" 9112COIS Beaddine EPA 9270 Baracable organics NSLAP 811=015 EPA 82M Bftmmma Orww NM" gn2,aOI5 BOUWS)PYAW EPA 8270 5ftcome Ownift NELAP W2J2015 HU-*XWorandhome EPA 9270 Extuxuble Organics NELAP fin212015 Bw=(Lbj)pmy1m EPA 8270 EvhRowe Organic, NEIAP gn=l 5 Bunp(kommadmim EPA 82M Bdrutffic OrWim NMAF 8=2015 Bumic acid EPA 8270 &owme Oq*CS NELAP 81=15 Clients and Ontomers are urged to vu* the laboratory's carrgat cortMatioa gatsm; wft the Envireemmental LAborstory COAMnation Prmnm. Issue Date. 7/1/2016 Expiradon Date: 6/30/2017 Page 198 of 1278 Attacbm,mt to Cerdficate U1605-30, expiration date J - uut 3% 201" Th's listing of accredited analytes shaidd be used Only whCo associated wKb a va"d cert"cate' (612)607-1700 StatoLaboratorYID: 987605 EPA, Lab Codw. MN00064 2,9t-,ir.Solid and Chemleal-MIRWrIlk carfifiawtion Method/Tech Category Tvne- Effwfive MtO Ans4ft WA BM H&Wable organics NELAF Sn212 015 Bono alcohal NEAP 8!12!2015Beryllium EPA 6010 Mt%b NMM 00011 Boxyllium EPA 6020 NELAP 8112!2015 bg.BHC beg-Hoodimocyclehowe) EPA $081 NPLAP OWNS b*24%kToeffioXY)Me� EPA 8270 M212015 bispXA&M&A Other EPA 8270 8112015 bis(2�E&yUgrfi) pUMm (DEHP) EPA 9270 NM.AF MRAP 8/1217015 BOM EPA 6DIO Metals NMM 911212015 EPA 9260 Vo 1e Organics Brorwbenz= EPA 6260 Volatile Orsanics NWAP 8/12/2015 Bramoubloromelhane: voistm Organics NIL" MUMS Stornodiciflommethene EPA 8260 81121x015Biamdarm EPA am Volatile oremdos NSAP oqprjw N"P 8/1217015 Bu qA beMI pk%dltc EPA, 8270 Elfractalble. NEIAF 8/1212015 Cadmim SPA6010 Metals mews NNELAP 6=011 cadmium EPA 6020 mews NELAP 8112(2015 Calcium EPA 6010 NELAP 6r"11 Calcium EPA 6020 W -Ws 8112015 Carbon disuMda EPA 9260 voiameorgelkics NEAP NMAP 8/1212015 Carbon. tetrachknida EPA 9260 Volatile Organics 8/1212015 EPA 9091 pefitiewwHerbick�MB's NMM CWM*M &&) vahme Organics NEIAP 8112110I5 CMombmzm EPA VM vow" organics INIMAP 8117120I5 Chlorodhane EPA 8260 volaft Organics N&AP 8112/2015 Chloroform EPA SM NMAP 8/1212015 Cbromium. HPA6DIO NMRII NELA P 6/24/2011 Chmmium EPA 6020 Metals NMAP &g21015 Cinysm EPA 8270 E&ecbkblo Orpnics NELAP 911212015 cwI.2-WcW=cffiYIm EPA IM Volatile organic$ NEW 1/1212015 cis-1,3-DIdAcropropena EPA 8260 voldkorennics NFLAP 9/1712015 Cobeft EPA6010 MOWS NFL" 611.412011Cdwt EFAM Mdah NUM 811212015 EPA 6010 mews Copper EPA 6020 mews NELAP 6124WII capper EPA 1668 pogticides-Ilerbicides-MVs NMAP 6/24/7011DecacidwobiphmI (BZ 2M lIeWeides-1.1urbicidet."'s NELAP MUMS delmmBHC EPA BOSI ExftactableOrgades NHIAP 8/1212015 DibcageAsuffiracene EPA BM Rdragnible Organics WEAP 811212015 Dibmz0fivan EPAU70 Clients and Custmen are urged to veft tke laboratorys current evWwation stafts with the Environmental Laboratory Cerdacaflon Program. Usue Datr. 71L2016 Expiratkon Date. 613NO17 Page 199 of 1278 ova Laboratory Scope qfAccm&a&,a Atts"Cut to Cerdfic2te M E9760540, expiration daft June 30,2017. Ills Wang of accredited an*ks should be used 0* when alftelated wft a vaild owtMente. State Laboratory ID: FA7695 EPA Lab Codc- MNON" (612) 607-1700 E9760 Pace Anabj1heal Services, Inc. - MN 1700 Elm Strod, Sake 200 Minneapolis, MN 59414 ii;tiix-- Solid and Cbemical Majerinig Analyte MethodfTeoh Caftrry Certification Type Effective Daft DflooxnacNommuffiane EPASM vohme Organics NELAP W12=15 DAlffoummdmm EPA &W vowfle Ugaroes MM" W12015 Dichim-odiflacromeflume EPA 8260 VdWMc Orpnics NELAP V12=5 Dioldrin EPASMI Ptaticidw4larbiddes-PCF5 NEW 8/12/2015 Dmi mv ownm (MO) EPA 8015 BOadable Organin NELAF 8/12Q015 Diftl adw EPA 2260 Volatile orpardw NELAP BMWs Dicthyl phffiabft EPA 9279 Bmwkkbb ChHunes NELAP MIMI& I*Uftl phowate EPA&M banwasda Organics NELAP 811=015 Dl-n-buWl 0ohdft EPA 9270 &hWaableownwo NELAP 8/1212015 U-0-odyl 08211h. EPA8270 Extincloble Organics NMAII 8/12*015 EPA 9081 ?esdcidw-Hwbicide&,PCBa NMAP 811212015 EPA 9091 Pedicidm-Retbiddes-RCErs NM" W12=15 En&sWhn suffift EPASMI Posdoidw-Hediddes-PCIrs NELAF 8112aw BodLin EPA 9091 pal"es-HaNcides-P0318 NELAP 81IM015 Ershinaldehydo EFAMBI PaN&!dwHabMdo&FCffr, NELAP W12015 E)CMD kobw EPAS083 PM*Mw-HnrbicIdw-FCBs NELAP 911212015 Bound EPA SM Voldle Orgmics NELAP 9=015 Eft1bomene EPA 9021 vdwga orpines NMAP 91120015 Rftlbmnm EPA 8260 vowk orpoics NELAP IMAM FloonmMene EPA B270 Examcwheownfes NELAP M211015 FIUMMC HPA SM Exhaftble 0imnus NELAP M212DIS PMw&BHCUAm&ne6 HFA8081 KIKLAP 8112MIX11 malS 1PM=4MM*w EPA 8091 NELAP 8/12015 Queline map My -ca (QRQ) E?A BOIS Ibd:cm*bI@ Orp*s NHLAP 8112015 Hqiacww EPA 8081 Pesdoidea-Hwbiddes-MBand NMAF U12J2015 HegacWar op=j& EPA BUI Pesfiddes-HwbiddwPCB% NELAP 8/l 15 Hexachlowbeamw EPA 6270 ExtMCWHO orgloics NEL" MUMS Hmm3blumbutatku EPA BUD vakde Organics NELAP U1212015 EPA 8270 rZkooloble organks NELAP 6/12,2015 EPA 1270 Extractable orpnics NELAP MMOIS EPA 9270 EXIMew"Orlardes NEIAP 8/124015. B*no(1.%3-cd)pymw EPA IM BzhvaMMe Orgadw- NELAP L12/2015 lo&uwdmm Methyl iodide) EPA 8260 VOWCOraffilieff NMAP 8112/2015 han EPA 6010 Mews NELAP 911=015 book EPA 6020 MGWB NELAP 60=1 1 Iwbutyl aloahad P-Maki-1-prozonal) EPA 1260 VohMe Organics NELAP V12015 Climits and Customers an mled to vm* the laboratoWa current cardflestion status wfth the Environmental lAboratory CoMmation Program. Issue Date: 7AI2016 Expiration Date 63WID17 Page 200 of 1278 7 : "'- - .. I LaDOMFOrY ACUPe UJJ%Lw=w"w'#v`; Attedwent to Certfficate #.Wkg d redited . E87605-39, expimtion date Jane 1' ,-1 This Bec ana" skould be used only when anothited with a valid cerokste. 7.7tatc, Labor dtOry ID- E97605 EPA Lab Co&-. MNON" (617)607-1700 Wi�-ir.bolid and ChemkAl NIMISHIRIS certHic,tion A"Cyto Molhodrroch. Cate go" a Bffwtive Date EPA 9081 posticides-Hr4bicidas-PM's NELAP 911=015 Isodrin EPA 8270 ExbacWb Orgodes NELAP 8/1212015 hophomme IMPOVA alcohol p-pMpnd) EPA RM voladle OrIfficim NELAP oil =015 8112120I5 IsoprMlbarasno M% 9260 vollifilt Orgovics NELAP NELAP 6/1212015 Lad EPA6010 Matds NEW 624/2011 Load EPA 6020 hiaws Movaium EPA 6010 maws NELAP 8/12015 EPA M Matels NELAP M"It mqpwwm EPA6010 MaIRIS NMAP 811212015 Mangmuse EPA 6M Maws NELAP 6174f111l1 Mawnw EPA 7471 McwS WELAF 811=015 MMMq EPA 8081 Poficidea-HinbinAes-MRS NELAF 8112/2015 Mdholwohlor . mew bmmidc. Qk0masudgm) EPA 8260 WIN* Ownica hM.AP 8/12MI5 dilwi& (CW*Mdh=) FPASM volaft Organics NELAP $112!2015Me"I Mwhyj tit-bLTLyl adw WME) EPA 8021 Voiotia OW403 1GLAP 6112J2015 Mwhyl tatt-butyl adw WME) EPA 8260 vouble Ownics N" 9112/2015 MeftknedW& EPA 8M vohldk� Orearks NELAP 8/12/20I5 EPA6010 Mebb NELAP 91112015 Molybdanurn XMAP 61202011 Molybdamn 13PA 6020 EPA 8260 mews vollade organics h'ELAP 8112015 Napt"aw EPA 8270 ExhwbMc Orawics NEL" 8/12t2015 Iv EPA 8M vow"Orpnica NMAP W2(2015 n-Butylbanvene maws NELAP v1=015 MOM 13PA 6010 0412011 Nickel 6M maws NMM NELAP 8/12 2W EPA 8270 Exhut" orom" Niftubmum EPA 8270 Exuact" Organics NELAF SIMIS n-Nkposodi-n-propylamins EPA 8270 Bxftcmwe Orpoica NUAP 911212015 ri-Nitrosaffiphapyknine EPA 9270 Bdradawe Or `ca NSIAP 911212015 EPA 8260 Y Orpaks NELAP 8112015 n-pro"fienzam Chon*hy NELAP 811212015 Oil & CAUM EPA 9071 Cw&g NELAP 8/12/2015 PaintFiltaLklu'ds TaR EPA 9095 Gencral chunistry 8/12015 Penwchlorophenal EPA 9270 Exwwwh Organics NUAP EPA 9045 Gamiand Chemistry NELAP 8/1212015 PH EPA 8270 Buffictobleoripaies NELAP 8/1212015pha� EPA 8270 E=wAable Organics NELAF 8/12015 Phand EPA SM vowfile Organics NELAP 8112/2015 it 15014whoblanc, Clients and Customers gtre urged to vu* *a labomtor5lo corment certillcoflon stfit" with jxpiration Date-. 613OM17 the 19avironmental Laboratory CerdficAtiOn PrOVrRm- Inve Date. 711t2016 Page 201 of 1278 Page 202 of 1278 Laboralory Scope ofAceWildlon PW 33 of 47 Attachment to Cerifficate M. 187605-30, exoration date June 30, 2017. IU Noting of accredUd 2nalytes should be used only when associated with a vald certiocate- State Laboratory ID. =605 EPA Lab Code: MN00064 (612)607-1700 R*7605 Pace Anab4ad Service% lncrt - NIN 1700 Elm Stmt, Sufte 200 NWneapoft, MN 55414 MsIrW SoNdand Chadcal Materials Certi&ation Anslyte Medwd./Tech Cat epry Type Bffwfive Date pohnsium EPA 6010 mews NELAP M=015 Pobmium EPA 6= metals NELAP MA4011. PYRM EPA 9270 Extractablo owaics NELAP LF126015 Pyrdine EPA 8270 ExhoeMble Organics NELAP W12/2015 Jec-ButYlbenaw EPA AM VOwnics NELAP 8/12015 Selanium EPA 6010 mews Na" V1 1 Selenium EPA 6020 Mdab NELAP QUM Sikw EPA6010 1212015 Sover EPA 6020 Mews NMAP MUM11 sodium EPA 6010 Md* NELM W1212015 Sodium HFA6M Mdds N&" U2411011 skunlium EPA 6020 MOW$ NELAF (44/2011 11t EPA 8260 Voleftlao4mics &MAP anz-7015 syrawfic yvacitifigion Ixeching Procedure EPA 1312 GanandChamift NIBLAP 6=011 tart -Butyl aleabot l-o1EPA 8260 Voldfle Organics NELAF 8112015 M-Butylknww EPA SM Vol" OTIMICS NELAF 9/12015 Td[WMUMetiwlaw (perridomadlyla") EPA 8M Volatile organim NaM M212015 Thdium EPA6010 Matab NELAP WIM015 Thafurn EPA 60M Meads NPLAP W412011 Mar EPA 6010 hws NM" U1242015 Tin EPA 6020 Mstds NELAP 6QU2011, Tkmium EPA 6010 Ma"k NELAP VIVIDIS Titanium EPA 60M Motals NELAP fiW2011 Tohm EPA 9021 Vohdo Organics NELAP 8/1.2=5 TdwM EPA SM Voonue Organics NELAP VI=015 TuW Hepinclkwadibenzefimm EPA 1613 ExtraceiWe Orgames NELAP 62417011 Tabd Hapaugftegffibenzolkee, EFA 120 EXITfich"a Organics NELAP LCY1012 TW HapMorediteceeturse EPA RM RKtmewble pAgnia NELAP 04=1 Told iiiixurea-p-4kain HOA 1623 atucume Organics NUAP 6a4/2011 Tomi HapteaMccodibun;w-p-dimin EPA 8M &Umsebloorpmes NELAP W3012 ToW HapMahimodibna;w-pilitude EPA 2290 11draclable ftxiaz IULAP 0412011 ToW HaxwWoredibenzoRm EPA 1613 Exazdaue Orww NELAP 6F24/2011 Teed Hexachlowdibeazefizan EPA 9M Exhaceable Organics NELAP 1 1 Total flexaclilmodiluarsallaw EPA &M ExhaftWe Orgunks NELAP 6244011 TOW Hcou;Mmadffienzo-pamen EPA 3613 Embulable (kpnica NMAP &W2011 Tons HexanNoraftem-p-dioxin EPA 8290 Exftachuc Organics NELAF f 1201 Clients and Customers an urpd to verffy the laboratory's current cerdficatim afthas with the Enviromambil Laboratory Certification ProMm. bsue Date., 7/1)2016 Eqdndon Daft: 613012017 Page 202 of 1278 Elm �',A- Laboratory ScOPe OfAccredild10" Aftebutent to Cerdftate A E97605-30, expimtion dau June 30, 2I',17. This UsWg Of 20c"Aft"d ant" should be used only wheill 2580ciRtOd wkh A "a'd corfl'rAte- ZrtsteLaboratwY'D: E87605 EPA Lab C066: MNON64 (612) 607-17 0 0 Matriw. Sefid nd chended Materfah cerwicatiou Meffiodtrech caugary Type Effectivu Date Analyte EPA 1290 Extractablo Orgaftia NELAP MAM11 0 Hmch1=dibe=-p-dkXm NMM 612412011 ToW Pw9wb1=dib=0fiM EPA 1613 lonchible Olvanics NSLA P 112312012 Total EPA SnO Howtothorpnics NMAP 6a4=11 TOW ft*W=dbe=diM EPA 8M BxtxactabkOrqMdc$ NMAP QV2011 TOW PM%wMxawzo-p4oKin EPA 1613 Extractable Orpnics U2312012 T&dNvWM=dibenw-p-dWdn EPA Wo Extractable Organics NELAP 61242011 TOW penwMmadR)enzo-p4iGxh EPA 9290 Enrac"a Organics: NELAP 04=11 TOW Tombkodibanuftm EPA 1613 Elmactable Organics NELAP 1123)2012 TeWTdradamedibiansoffirm EPA 9290 EjmUbla Orpnics bURAF 6W2011 TOMI Tencidniodfommlimm EPA 8290 Emaclable Organics NELAP 6A42011 Total TM&WrWkMzo-p41mdn EPA 1613 Extractablo Organics NNAP 1832012Total Tatmaqye . dban:w-p-dkIdn EPA 9280 Extractame orvanics NELAF 6124)2011 TOW TWg&bM&henz-p-dftpdn 9Pk 0290 Enmetable Orpr�OB NELAP 81=015 Toophenc (CUMkMW c=Phm) EFA 8081 pcs&ides-HorWc1deB-FCVs NELAP 6t24/2011 Tmd* characterisfic Lmclung Procedure EPA 1311 Gencrai Chemistry NELAP 8/12015 EPA 9260 volatme orguin 8112)1(115 EPA M VOIRM9.0row" _ bms-Ij-Dichlaropmpew volatile Owmics NELAP 811212015 trarw1,4-Diddore-2-butanc EPA 9260 NELAP 911212015 Trich�zae (TridloweftM) EPA 8260 volatile Organics NEIAP 8/1212015 Tjiddwaowromathann EPA 9261) VobweOrsanics NELAP 8112015 Vuw&UM EPA 6010 wwwo NELAF 6124/2011 Vanadium EPA 6020 Mews NELAP 6117.!x015vinyl wetsto ITA 92W volstacorsmics NELAP 8/12015 Vinyl 61wide EPA BM V011filcorpnics NELAP MUMS Xy low (potd) EPA 8260 Volatile Organics NK" 3/12/2015 EPA6010 Mob" 6/842011 Zmc EPA 6020 Metals comb and Cwton-ters an urged to va* the laboratoWs mrrent cerdfiefiflou Butay Whit lyimfloti Ditto: 630017 Issue Date. 71112016 p the FA&VInnmental LaboratorY CuffWatiolk Prog)ram Page 203 of 1278 Mute ? ' ldCustamera are urpdto verify the labontary's current cwtificatim k t t tn rCardfleationFrnmut. IssueDa , EXPIrstionDate.-O Page 204 of 1278 Labomfory Scope efAccrediladon Pap 35 of 47 Attachment to Certificate #e 7 to June 30,2017. zuW�Iex should be need only whea associated with a valid eartiflutp- ate LaborWry 111 07605A Lab Code: (612)607-1790 E87605 . 1700 Elm ftco4 Sufft 200 Mcatespolls, MN 14 Matrix: .Analyte Mathod/Tech Category Cartifiestion Type EfibcdvvDaft 1,,3,4,6,7,11, Filo ( A 1613 Retractable 4/2411 ! ,7 b 1e oil EPA1613 Extractable Otpoes NEW R24/2011 ( ) IA3.4.6.7.9, is 11 ( D) .4 .7.8.l A.1619 ExualRble Orawakar NELAP 04MI1 I .6,7.0- 1 ,4, 7°3-A (1 $4'6'7"6- 9290 Exhutable 11 1 .4.6®7.d 1619 B&w1able 11 (1 .4.6.7 ) I ,4,6,°7,$ `b c Organks NELAP 04=11 (1.2.3,4.6.7,81 ) t. 3 7.8.9-fttarrhlorddibmacuftaatr EPA 1613 11 (1.2AA'1.6.9-hPM t ,4,7,11,9- . da A AM LNUactable011 (1".4.7AWWWO I,4,7.8-H A 1619 Ei&actabla Qrpaics NEW fia4/2011 1,%3.4,7,R -H=M EPAWO ftauble Orgum NEW fimol1 EPA 1613 Extractable of l EPASM FxUactableOrltanics NELAP 6W2011 EPA 1.619 IRKbwable or alt EPA SM ExerwMicorpaics NELAP 04/2011 I.X3.6.7,11-Hzeff EPA 1613 RKtanclable l l EPA 8290 Exhactable Orgaegg NELAP fiaQ2011. 1,3,7,IIa»EPA 1613 Btoxelable11 1.U,7.8.9 -Hudd EPAz l ll 1;J.'1vR,9-Hxadf EPA 1613 Exuacuble C1 tt 1 . * Alm Orgardw NELAP GM011 1,%3,'7,B-Pax1d EPA161 1 411 t 7°EPA 8290 ExtraelablcOrgmicsoil 1.2,3,7.8-PaWf EPA 1613 Eniractablo Orstoft NEW 6aQ2031 1",7,8-Pwff EPA 8290 EauftweOrganics NELAP 011 ,,3,3.4,4',5,5'.6` l () EPA 1663 Feutek5wl1arbWdwPCB19 NELAP fiaQ011 .3.3'.4,4'.5 1 1 A t iaWwPCBB 11 ,3.3'.4 '.5 1 A 1668 &%4/2011 ,,4.4°,5.6 l (j3z 1) EpA 16M 3NELAP 6ram l l ,3x.4, °,5- ba 1 I A l "c i° l l 2vT.3,Y,4,V,6#+2X.3.31.4.W-OcwNmbipheA 1 13 NELAP 11 E 197+ Mute ? ' ldCustamera are urpdto verify the labontary's current cwtificatim k t t tn rCardfleationFrnmut. IssueDa , EXPIrstionDate.-O Page 204 of 1278 Attachment to certificate #-. R87605 -M, .pintiEsti ate.Yuse 30,2017. "is listing Of AmredhOd ana" should be used only when associated with a valid certificate. State Laboratory ID- B97605 EPA Lab Code: MN00064 (612)607-1700 -Matrir, Bioloecal Move Certification Metho&fech Category Two Eftefivo Date Anabft 29,3,3'.4,C,6+2.W.3,Y,4.Sf'HW=Wwob'Ph"1 SPAL 1668 AwFCB'S NM" MOM s (RZ 171+173)NELAP V.3,3'.4,4'+2.3,4,4',S.&Eexvjdombipbonyls (BZ EPA 1668 Pw&idC8-FIerbkawPCVfi &24/2011, 128+166) 208) 29.3.Y.4 5.5.AO-NonEMorObiOMMYI (13Z ]EPA 1669 Fe9Wdes-HgIbiddeS-PWS NELAP 6r2011 2g,3I,4,50,6+2,T53.4,53,e-ocwzWombiphe EPA 1668 PeSticidw-Hub. FMS NELAP 6246II DYIS (BZ 198+199) nyl (BZ 172) V.3,T,4.5.Y-HePWWw6biOz EPA 1668 paWdde9-Haibkide9-PCff& NMAF 6MOI 1 V.3,3',4,Y.6.e-OewWOwbthMYI (13Z 20 1) EPA 1668 pedWes-HerbWdes-PM bonAP WU12011 62420112,T.3,3',4,5.&-HOVMW0F0*WUYI (8Z 174) EPA 1669 ftdcjdwHevbicidcs-PCVS NELAP QQ2011 2,T,3,Y,4.5',6-UfttwS=biPhcnYI (OZ 175) EPA 1668 pWjcMes-HcrMdda4K;WS NELAP 6/24/VI I 3,3',43',- yl (BZ 177) EPA 1668 PosdeidSpHerbicidw-MB's NELAP MOM 2.X.3,31,4,5+2.T.3,4p4'�542"'.4',S,&Ha$chtm EPA 1669 Ii 'a KELAP biphenyb (BZ 129+138+163) (BZ 130) EPA 166B pesficidcs-HabkkJw" Is NELAP 0412011 2X.3.3'AY-TkmMOwb!PbeHY1 2,T,3,T,4A#-H6pIwWwWPhMI (BZ 176) EPA 1668 pcYtWidwUat&idwPCN9. NMAP 0412011 &W2011 2.T,3,3-�4fi.HvacMOrobjphwyI (BZ 131) E�A 1668 podridmHarbicides-POYs NELAP VELAP 61246011 2,213,3',4,6'. (BZ 132) ]EPA 1668 pw*idw-HmbkIdwPCVVI 60412011 2,X.3,31,4-Pentediorobiomyl (BZ 82) EPA 166B I �wdcj4es-Hwbkides-PCRIR WMAP 6aMII 2,T.3,T,S,S,6.e-OdwWWW'PMWI (BZ 202) EPA 1668 pestwides-HerbWides-POIS NELAP 6/24120112,TA,y.".6-HGpW&wGbOwWj CBZ 179) EPA 1668 pCS&Mcv-Herbjcjdcs�-PCVs NMAP 6f"l I 2,T,3,T,%Y-HM=hIOMbfPhewfi (RZ 133) EPA 1669 Pesflcides-HmbkWwFM9 NMAP MMAP 62420112gAY.5,6R-HCpt&cM-robiph=yI(BZ 179) EPA 1669 Pcs&idw-HwWddeK-PCB'S 61142011 2,2',33=.5.6+2,2.34M-HOMMOfO*h-Y'P (BZ EPA 166" NELAP 134+143) (BZ 23) EPA 1666 KMAP 6124/20112,T.3,Y,5-PwftNMmWOOcoYI 6J2420112,T.3.3,AG-H=cM=bi*mI (BZ 136) EPA 1668 is 'sNEAP 6146011 2,T.3.T.6-panticWwobipWwI MZ B4) EPA 1668 61242011 2,21,3.342,7'.3,4+2.3',4.,6'TcncWombipbwW1s EPA 1660 peffdoides-Heddoide-s-PM NELAP (BZ 40441+71) 2,T,3,4,4%5,9fi-OuWQNOMWPhMYI (BZ 203) EPA 1668 NEIAP 62420I 1 EPA 1669 Pesticides-HaeoWdes-PWO NELAP 00011 a (BZ 190+193)NELAP62411,411 2Xj4.41.5,6,6' biphmyI (BZ 204) EPA 1668 pwddde3-Hwbicid@s-PCBs 624/2011 2,213,4,4'5',6+2,X.3.4,5,5'.6-HBPWftGWAMWI EPA 16M pesdoides-Herbicides-MB's NELAP S(BZ IM185)NELAP 183+185)H jWwWamWphwyI (BZ 181) EPA 160 ®a 6a412011 13,4,4',5,6- 2,2,,3,4,4',5,6'- (BZ 182) EPA 1668 ?adieides-He*kidwPCffs NELAP 6/24/2011 04=11 2X.3.4.4',5-H=aWombiphmYI (BZ 137) EPA 1668 p@u&!de.,N-HwbIddee-FC]Y6 NELAP M"11 2j,3.4.4."_HepWWOfflbiphMj (BZ Is4) EPA 1118 Fca&ides-HerWQId8&-PCW9 NELAP Chentl and Cust9men are urged tq veriry the laboratory's current cwdfimt!Ou status with the Environmental Laboratory Cardfication Proffam. Inue Date.- 711/2016 gxpirstion Date: 6IM017. Page 205 of 1278 Laborwory Sow OfAcamdation Attachment to 'p,. N: E87605-30, npirstion date Jun@ 30,2017. This Riting of accredited smalyfts should be used only when ameclated with a vand witWeate. State Laboratory TD.- E97605 EPA Lob Code: MNOOD" (612) 607-1700 E97605 Pace Analyflul Servien, Inc. - MN 1700 Elm Sfivet, Sulft 200 Mimsespolls, NN 55414 Wrauff", 0 —�Omgim Certifiewtion Analyte Method/Tech Category Type Effective Daft 151�M[11-12 WR1,211M, OR Clients and Custowen are urged to vnify the laboratoWs curnnt cerdfication statm with the Environmenfid Laboratory Cartif=itlon ]Program. Issue Date. 7/V2016 Eqdration Me: 63012017 Page 206 of 1278 Page 207 of 1278 Laborwary,3CUPC UjeXL;L;ff-cUffw ..... Certificate A EgI695-30, expiration date June 30,2017. This Hsting of Becrefted Altachment to Rnfivtw shoidd be used. only when 81BOdRUd wi(h A valid coMumte' state Laboratory ID: 187605 EPA Lab Co".. NNOW" (612) 607-1700 B87605 Pace Anabr&d Servk9w, Inr- - NN 90 Elm Met, Wte, 200 1141 atria® 1 ti a 011 2.7.4 + A 2g.4,5-T&wW=Wphenyl (OZ 48) EPA 1668 Pw&-jdes-Hmbkidcs-VM8 NIELAF 6a41201 t 64U2011 2,T,4.6#-pan%cMmbiphfflYI (BZ 104) EPA 1669 PsjdGWs&-Herbjcjdcs-"8 NELAP 6=011 2,T,4.6+2,T,5,0-Td=bIw*biPhMIs (BZ 50+53) EPA ON Pegickiw-Herblcides-PWS NELAP V4WcUNd**"I (BZ 17) EPA 1669 PeWcides-HwbWdw-PCEP9 NXAP 6124=1 (BZ 52) EPA 1669 POo&idwHwbkWwFWs NELAF 611,41101!2.T,5,V-TaftacW=bi*wfi 2.T.S+2,4,&TWkWowb]pbvqyIs (RZ 18+30) EPA 1668 Pesfi"s-Hvbkwffi-Pc . Bw NELAF Q401 I V.6.&-T*whkrdA*a*4 (BZ 54)' EPA, 1668 Fatkjd@s-HmbicWc&-PCB'v NELAP fir"I I QU2011 V.6-Td*&mvb!pbOWl (BZ 19) EPA 1668 PoWdes-HuNcides-PO's NELAP 6124/2011 2,X-DW=biPhWYI (BZ4) EPA 1669 pOdWdcs-HerbicWcs-FWs NELAP 0420l1 233',4,4`,5,5' bi 1 (13Z 205) EPA 1668 Pesficida-Herbicides-POYs NELAP 'a 61412011 Z3.3',4,W.5,Y-HvpWWOmbiph,,qyl (BZ 189) EPA 1668 of NELAP 2�Y.4.R.5,6-Heptsc-hiomb�*wl (BZ 190) EPA 1669 Pes&ides-'flarbicWm4CWs NELAP. 04011 WA/2011 .3 W.4.VA,,&HepuchI=biphml (BZ 191) 13PA 1669 FIWHddcs-IIcrbkWa4'CB'8 NELAP . 61242011EPA 1668 pwftjdeHcrbicidcs -PCBs NELAP (RZ 156+1MNEAP 6"011 2.3.T,4.4'.5-H=cMMcW*Wl (BZ 156) EPA 1666 P*9Wdw-HmbkWwPCffS 612412011 2,3Y.4.,V.T-H=cW=bO9nYI (BZ 157) EPA 1668 POS&AWHOW-wes-MBIS NBLAP fia4a011 2(BZ 158) EPA 1668 p%&Wm-H%biddc&PCB's NEW QU2011 ,3,3'.4,4Pfi-HwIHddCMW=YI 23,T,4,4,.pcpwdMorobiyhcnyI (BZ 105) BPA 1668 IPcstkWes-Hcrbiddzs-PCWs KELAP 2.3.Y.4,5,5,.&HWwNcwbiphwwl (BZ 192) EPA 1668 Festkide9-Hsrbidde&PWs NEW6442011 6=011 2.3Y,,V,5,5'-HwMcWGrDbiPhwYI (BZ 162) EPA 1668 pc$tjrj&a-Hccbic*ff-PM% NELAP 6r"11 U,Y,4,5,6-Hw=hIcffcbiphvqyl (BZ 160) EPA 1669 Pcaddde&-H=bkkIt%-FWs NELAP 6W2011 2.3,3-,4,Y,&H=dIWT0b*hMl (BZ 161) E�?A 1669 PwWdcv-Harbic*�PCBs NELAP 6r"11 2"',4',Tfi-H=cWOMbWMYl (BZ 164) EPA 1668 p=dcjdas-Hwbjddcq-FCIFs NELAP 6*412011 2,3y,4!,5+2y,.r j5,_pmwAj=bipb"ls (BZ EPA 1661 peadckles-Herbicidw-FM NELAP 107+124) 2.3,3',4.5-pmwW=biyhv-yI (BZ 106) EPA 1668 pcsficjdss-HzMddes-PCEVs NBLAP 6a4/2011 ;k3.Y.N,5'-?w=W=biphcnyl (BZ 122) BPA 1668 PesticidwHerbi"s-pCV1 NELAP 6=01 1 2.3.Y.V,6+2.3,4.4'.6-%=UwobipboMis (BZ EPA 1668 pwficides-Herbickles-PW8 NIELAP 6!14401'1 110+IMEPA 2,3,3', (BZ 109) 1662 pWM&s-HwWddw-PMs NELAP 6444011 6=011 2,3,7.4-TWaMmbi0=71 (BZ 55) EPA 1668 Peadcide&HcrbiQkIa,-Fws NELAP 614/10112,3 AI,4'-TvndflowbiphMl (BZ 56) EPA 1669 Festicides-Herbkides-PC99 NELAP 6444011 2,3,3'.5,5.6- (RZ 165) EPA 1668 postWid . es-Hwbi6dwFCWs N13L" 2,3,3'.S,Y-PenwW=biPhfflYI (BZ I 11) - EPA 1668 P&dWde&Heedcwc&Pcvs NEAP 6W2011 6/"11 5b*kql (BZ 112) 2,V%kpwWM= EPA 1669 Pestici&s-HeTbkwwPcvs NELAP Cftds COUNIers are urged to Verify the laboratory's c'11 ceraeation "n With and the Envireumental Laboratory cartirwation Program. hsue Date. 71112016 Expiration Date- 6130/2017 Page 207 of 1278 YI, Attachment to Certificate 0: E376054% expirati(m date June 30,2017. 11& listing of awredited sumbin should be naed only when 4' S< with a votd cerNesta. Sate Laboratory ID: E87605 EPA Lab Code: MNOM4 (612)607-1700 ES -7605 Pam Anobtical Services, Inc. - MN 1700 mm street, suite 200 Minneapplis. M 55414 Certilication Analyte memod/Tech Category TWO Effective Date Clients and Customers are urged to verify the laboratory's current certificadion status with Me Environmental Laboratory Certification Program. Issue Daft. 71U2016 Expiratiom Date: 65W9h Page 208 of 1278 acbment to Cerdficate M. R87605-30, explTation date June 30,2017- WE listing of Accredited anabItes shouid be used only when sssoeiated with it valld certfficate- State Laboratory ID.- E-97605 EPA Lab Code: M1' 00064 (612)6(7.1700 E97605 Pace AnabrUcal Services, Inc- - MN 1700 Elm Stree4 Suite 200 minneapoUs, MN 55414 Matrix- Biological Tissue Certification Analyte Mothodfrech C - Type Effedive Date 2,3'-DiCWMObiPbBnY1 (BZ 6) VA 1668 Pm*Id83-HwbkM9B-PM% NEM &MAII 2.4,,5-Tfidd=bipheqy1 (BZ 31) EPA 1668 PesticWce-Habicidw-PME NELAP 6*412011 2,4!.6-T,jcWardbWmmyl (BZ 32) EPA 1669 Pw&j&s-Hadidde2.KVH NEIAP 61211/2411 2,4-DichImbiplipyl (BZ 71 EPA 1668 NELAF 00611 2,5-DkVoMbiphwWl (BZ 9) ISPA 1668 Pa*ides.�icidwPCUS NELAP 62411011 DkhkMDbiphMI (BZ 10) EPA 1668 pwfieMes-HerbWdcs-pwD NEIAP 04011 2-ChlarabipbaW1 (RZ 1) EPA 1668 '5 NEIAP 6!2412011 3,3'4,4',5,5-Hccschlorobipheqy1 (BZ 169) EPA 1668 Ffffidd%,HerbiddwPCErs hM.AP 66412.011 3,3',4,4',5-Pwad]l0MbWxnYl (OZ EPA 1668 pegficidt6-HerbiCWe&-.PMS MOM 3,3',4,4'-TVtMWOMbOML (BZ 77) EPA 1668 PeWddcs-HmbicMzs-PCB's NEW 62420I 1 3,3'4,5,5-Fw"dflorObiO=Yl (Bz 127) EPA 1668 padQUes-Habiddes-MB's NMAP 6/24MI I 3Y.4.5-TeftaChlGwbiPh0MY1(BZ 78) EPA 1668 Pesticides-Habicides-PCB's NELAP 6/24/2011 3,3'.4,5'-TctrwldOrObiPW (BZ 79) EPA 1669 pes&jdcs-Herbic*i-PCUq NELAP 6r24120I I 3,31,4-TriddorobWoWl (AZ 35) EPA 1668 Pediddw-HmbkWes-PM's NELAP 6/24011 3,3',5,5'-TbftwWOmbiFMM1 (BZ 80) EPA 1669 PagicWwHaTbicides-PM NELAP 51248011 3.31,5-TrichimbiPhanY1 (RZ 36) EPA 1668 P@sficlda&HerbicWC8-pCH,5 NELAP 61142011 3,31-Dichlowbioanyl (RZ 11) EPA 1668 pcs&Wes-Hwbiddc&FM3 NFLAP 6NI2611 3.4.41.5 -Tem . Odozobiphwyl (BZ 81) EPA 1668pwfiOAeq4jKMcj&s- PCII's NMAP 6124110II 3,4R-TnMoobi OMmYl (BZ 37) EPA 1669 . pwfiddw-HmbiddwPCB!s NELAP 612,4/2011 3,45-TMdcrubiphMl (BZ 31) EPA 1668 pastjckhwHc*:idderFMs NELAP 04011 3.4'.5-Tfichlombiphewl (BZ 39) 13PA 1668 pM"as-Hubicidu4PM NM" fir"ll 3.4+3,4'- la 12+13) EPA 1668 pwdddwHerbicidas-PCB-.q NELAP 61242011 3.5-DicWorobiphwyl (BZ 14) EPA 1668 pwftidV1p-HwbkidwPMS N9LAP 04011 3 (BZ 2) EPA 1668 poficidwHerbiddes-MM NELAP 6=011 . 4.4'-DicWombIphvqyl (BZ 15) EPA 1668 pkkk%-H' bWMw-PMG NEULAP 6!242011 44yalambiphmyl (8Z 3)EPA 1668 pficWa-HwMd&s-pCBIs NELAP MOM Decadhiorobiphcwl (BZ 209) . EPA 1668 pestiaj&&-HerbWWcoPCN8 NELAP 024011 N&M OMADI I TOW HepwdIlOrG&VMAffi= EPA 1613 Erftzwk OrSUAN Total HVwIdMUdbMzOfi= EPA 829D Exuactable Orgmdw NELAP 6114/2011 Total Heplachlowdibww-p-diwiin EPA 1613 Edractable Orgmics NELAP OMNI TOW HGpW2&w&b=w-p&odn EpAgno RdMC98we Orpnia NELAP 61"11 ToW H=adtowdiWnwfimm EPA 1613 H&BUIDWO Orawdo N12LAP 040011 Tow Unwhimudibmwhm EPA 8290 Exftactablc Orpaim NELAP 6241201 I TatalHwwNwod&mzD--p-diudn EPA 1613 Exuantable Qrsk&s NELAP 61242011 ToW Hapdflprod' rawp-dioxin EPA 8290 Exhumble Orgmides NMM 6=011 NELAP 6124201 I now PCnwdwod&Mzff= EPA 1613 Ex"Zmle 0MURial Clients tmd Customers an urged to verify the laboratoWN current cOrdfwatION flatus V&"h the Environmental Laboratory Certification PrOgrAm. lame Date- 711/2016 Exp!ratwn Dab: WNW Page 209 of 1278 LaborWory Sew , .oft Page « of p EvA State Laboratory : ES7605 EPA Lab(612)607.1700 E87603 Pact Anslydeal Serdess, t. MN 170 Ehn Wed, Suite , MW 55414 `bft c «F r! EfkQfive Dete TOWFantaddonmffibemmofum® 8M Ramlable Orpnim NELAP 6=2011 TOW PmmddmdftrmO-p4oxm EPA!!a! Emadabla Qsmrim NEW 6tmoll Teed F&ftchlorodibmw-pdkd, EPA g90 %mwtableOrgvdcs NELAF 6124a011 TOW lbWkdMcmxfibftvAlh= .&!1a! Exhaftlaa a ' § TuM TeftwS&iAbmwf izm EPAL290 Examteble OMmim NELAF OU2011 TOW TGftROWcmdibm=-pdbdnEPA!!!! Rdmetableftmdm NELAP 04=11 TOW T0twhlwodllwzo~ EPA 9290 laftaclable Orgeake NEW 11 CHents ande urged % cumot ceafficatim staun with Use ! Laboratory Card&AtioR . lane Datm7/l/2016. 9 Page 210 0 1278 Mutt and Customers are urged to verify the Moratioryto current certilleation status with the Environmental Laboratory Certification Program- Issue Date- 71112016 Expiration Date: W012017 Page 211 of 1278 L-abor'tor yScope ofAccreddation Attachment to Certificate 9: E87605 -A expiration date June 30,2017. This listing of accredited analytes should be used only when. associated with a valid certificate. State Laboratory ID: E87605 EPA Lab Codr. NNOOKA (612) 607-1700 187605 Pace Analytical Services, Inc. - MN 1700 Elm Street, Suite 200 Minneapolis, MN55414 N[Wt-r-L-cAir and-E-oluions certffkation Analyto Mathodffech Catewy Type EffwHve Date 4 1 1 4 1 k 0 Oil I Lo's Mutt and Customers are urged to verify the Moratioryto current certilleation status with the Environmental Laboratory Certification Program- Issue Date- 71112016 Expiration Date: W012017 Page 211 of 1278 Climts and Customers ed to verIfY the laboratory'sm statm Wfth ffie Enviromnental Laboratory Cadfleadonbsue Date* ` � Date:6..:ti ' I �' (" �, : � k Page 212 of 1278 se, e 8 ° f X 1i,8 Laboratory Scope "qfAccredhfatwn Page 43 of 47 v. Attachment to Catfficate E87605-30, expiratim date June 30, 2017. This lisag of accredited analytes should he used a* when mamoclated wftb a vand eardficaba. State Laboratory 7 Lab Codes MN00064 (612)607-1700 MOM Pace Anablimed Services, . 1700 Elm 51reet, Suits Nffimempalls, MR 4 Air and Emissions a Category Cert" Effectiveate 1 4-Tdffwkj=wc EPA TO -14A Vome NELAP11 L?,4-TrsnWWbxmw EPA 15 Valwa 11 1 -T"r° -17 V 14 1X4 -T° " 1 3 Volods Organka NELAF Q412011 1 (MB, MWIsne dibr 14A Vubda Organks NEW 6nQ2011 1-Eftione` 7 EPATO-15 Volame Orsmam NEIAP W412011 S ]4 1i�b1 1,17-etaEPATO-14A Voliak Organics NELAP E20011 15 V 11 11 pro A 14A Vowe Ownics NELAP 640011 1, TilEPA 15 V24)2011 1 Y5' A 1 1 l 1� 144 Voladin OWnfes NELAP 60m 11 1 i 15 Volame OqPnics NELAP 6OU2011 1,2- icHmucftw EPATG-17 wham oqpr&s NFLAP SIM14 1 1 Vot 11 1 -Djc EPATO-15 VOW& Organics NELAP OW2011 1 17 Volagic Organics NELAP 519=14 1. 13 Vroak OrpnicsNELAP OQ011 1T~ ® 1 17 V 014 1 ° Vdmk Organics NELAF fiNW11 1 15 Voleft Orpoles11 1 17 vdwia Oiganim NELAP SB/2014 1,3`DkHombwzm EPA TO -14A vows organics NBIAP U24M I1 1 15 Votsele Organial F U2412011 Ips 17 Volmeorgamics NELAP 5=14 1 .Dichlombomme EPA TO -14A Vome Organics NELAP 60=11 1,4-Dkb1cxcbqce= EPA 10-15 Voingia Organks NELAP MIUM 11 IA-Dicbesob=ass EPAM17 Volme Organks NELAP SAW 14 144- (1: Y1 17 Vowoormic, NELAP 9912D14 2,3,4.5>7A- 9A ExhambbleOripinks11 4,7,8- 9 l &2Q2011 2A7.8-TCDDOXwjn, 2t 3®7 P- . EPS TO -9A Emboombloorpnics NELAP 11011 . " P 11 Exhlomble Ownics NELAP 6rmol l 1 effiyj 15 Vowdis orpaim NUAP 011 A�smvblhem EPA ID -13A Extulable Organkm NELAP 12011 Climts and Customers ed to verIfY the laboratory'sm statm Wfth ffie Enviromnental Laboratory Cadfleadonbsue Date* ` � Date:6..:ti ' I �' (" �, : � k Page 212 of 1278 q �j _ i,it Page 213 of 1278 Lawrarmy acupe Uj ZIGurcums- Aftchnocut to Cerdficate #: E87605-30, evirstion date June 30,2017. This listing Of scffWRW anW"es should be used only when associated with s vaNd certffmt& State Laboratory ID, 2376H EPA Lab CodeL MNOOOM (612)601-1700 R9766S Pnee AnnWical Services, Inr— - MW 1100 Fins Strut, Suke 200 Matrir. Air and Emissions cartiflostion, Analyte Mothodfreeb, category 0 Efractivc Date TM-RPMhylm EPATO-13A admewoorwics NMM 612M2011 Aodow EPA TO- 17 Volatile Or es N" 519/2014 Actylonibia EPATO-17 V (kgwoics MAP MOM Anthracans EPA TO -13A E=adabla Orswim NELAP 6f24/2011 BaMM EPA TO -14A Voladloommics NELAP 6=011 Bemims EPATO-15 Voladle Organics NELAP 611411011 B&MMM EPATO-17 Vokfu Ow"M NELAP 519J2014 Banzane EPA TO -3 Vo 7e NBLAF 6a4/2011 Benzo(a)mthromw EPA TO- 130 Exhutable OrgaMes NELAP 6/24120I1 BM*,L)pYrM EPA 70-130 Exuactabic Orgades NW" 6r14/2011 Bunzo(b)fluorathm EPA 13A Bxtwtibla Orpnica NELAP 6*4/2011 B=O(Okrflm EPA TO -130 edmftble Orgimics NELAF 6a412011 BeWD(SIMPOrylew EPA13 Bgractable Organica NEW 6124/2011 Renw(k)[1manthena EPA TO- 130 B&Bcwe Organics N&" 6=011 Benzyl chloride EPATO-14A Vowfle Orpairi NFLAP MOM Bwayl dftido EPATO-15 V Or NELAP 0412011 Bamyl daurift EPA1 VoWeOrSw9ca' NEW 5/9/2014 Bmmafixm EPATO-15 Volatile Orpnics NELAP fimoll Bromofim EPA TO -17 Vo we Owinics NELAP 5/4/2014 CO'bon6officle EPA TO -15 Volafile Orpnics NELAP 6/moil CwboadWfi& EPATO-17 Volawaorpark-5 NELAP 5f9M14 Corbonlarnobloridu EPA TO -14A Volowe Or9w&5 NIHAF W"il Carbon UUMMOrwe BPA TO- 15 Volaftia Orpnics NELAP 614 ) 1 Carbon tarachlorMs EPA TO -17 Vo 1e Organics NELAF 519)2014 Chlowbenz= EPATO-14A Volatile Orpnics NELA? 6r"ll ChIombwz= EPA TO -15 V Orpnics NELAP 6/1412011 CWozobmzm EPA TO -17 V Orpnics NELAF 5/9/2014 ChkWocibane EPATO-14A Volaft Orpnics NELAP 04011 Chlorooffiane EPA1 Volatile Organics 6a411011 Chloroadme EPA TO -11 V0111b Orpnim NUAP 519/2014 ChlowFDFM EPA TO -14A Volawsorgerds NUAP. MOOR Chknfmm EPA TO- IS VohgeOrganics NELAP 61202011 Chloroform UPA1 Volawo Orpnies NELAF 5M014 Cbrysm EPA TO -130 Eowaiblc Oxg&Wcs NMM MOM & & 1.2• low EPA TO -15 V OqVmw NMAP 6O 2011 ds-I;,DkhW=ftk= EPATO-14A Volfiffe Organics NELAP 6124/2011 q �j _ i,it Page 213 of 1278 R" "Al! h9boMwy SeWe afAcaedbuflon Pap 45 of 47 Attoduatut to Ca�sdfiautv 0: FA760S.30, vXpirstion dqte june A 20.17. 11b Retint of atereajed AinsbFka should he used only when am&ted wi* -a valid certificate. State Laboratory ID: FW695 EPA Lob Code: MNOM4 (612) 607-1700 Pace AnsW"I Serwohms, Inc. 1700 Eno Strout, Smile 200 NkmeV@Fw, MN 55414 Page 214 of 1278 Method/Tech y Categor Certftation TYPE Effirutive Data EPA TO -17 What Organics NELAP 7 — —'�;120 14 EPA TO -14A vowk Organke NEIAP 5044011 EPA TO -1 5 volable caganics NELAP 6OArA 11 1,3-Dichkeepopow EPATO-17 Whose Orpoics NEW S/9/2014 DaU*O)svfta=w EPA IOL -13A BKftRCwbb1OTFcw NWAP 00011 DicideraMumunieflutar EPATO-14A Veleft Orcs NEL" W4=11 Elichlemodffimurnahm EPA'MIS volume Orgardam NELAP 0412011. DicMamMusguscadim EPATO-17 VdWe Orpnics NEW 51NO14 Edwe ®1 Vdaffid Orpnics NELAP 04/2011. Efivibenzane EFIATO-14A vowaorgalics NELAP 0411011 Billylbenzew EPATO-15 VOWU Organics Nm" &Noll Mylbumasna EPAM17 voladle oq*cs NEW 5"14 E&Ylb== EPA TO -3 vameorganics NELAP fiw=ll RSK-175 vab& organics NELAP fiaQ2011 EPATO-13A Wraclable Oxpalux NELAcP G24/2011 Ramona EPA TO -13A marnowe organics NELAP MAW 11 Hamchlordbutedleme EPA TO -14A vabdile OTBWVB NELAP 6DAIZO II Hamchlarabowkm ]EPA TO -15 Volatile Organics NR" 6W2011 HazwWorobubdiane EPAI[0617 valalft Orswics NELAP 519J2014 1n&no(I.2.3-WkWenc RPA TO -13A Rahadable Organks NHIAP 0412011 laspapylbamew EPA TO -17 volexh, Orvics NELAP 5"14 madam ®1 vowfic OWWCB NHLAP firmol I Methyl bramide (Bromoracilim) EPA TO- 14A VOW& Orgwft NELAP 6114/2011 Mdhyl bromde mmmounahane) EPA TO -IS vokwic C%swm NELAP &Moll x1dby1 bmande (Rmmm*nnw) EPAMJ7 Volume Organics NEAP 5=14 MO&Y, ddank (Chloromeffisne) EPA TO -14A voleth Orgunics NELAP 6r"ll methyl ddml& (cwcoaneflaw) EPA TO- IS Voluble Organics NBLAP 04011 mucayl CmDride (Chlaroradheac) EPA TO -17 vantsecepaics NELAP 5=14 M91hy1mobutyl kohm (Ewass) EPA TO -15 vokffic Organics NELAP 04/1011 VA&yl tmt b*I effift 01MIED EPA 70-15 volawcOrgarks NELAP 04/2011 mathyl taut-h*1 dher WIBTS) EPA TO -17 VolaWpOrrades NM" 509M14 MBwW-Wdher(MMB) EPA 3 Voluble Organics NELAP W24/2011 memylene OMNI& EPA TO -14A vomkorganics NELAP 6WA011 Mcdayienecidaride IWA TO -15 VOIRWO Orpnias NELAP 0412011 midbylase dalcudile EPATO-17 Vow& Organics NELAP SM14 NUPWIRIM EPA TD -13A &aacesaa ()rpdn NELAP 04/2011 CHents and Customers an nozed to vwify the Inhorstaryls t curroucaffication katus wipa the Ravirozaamtal Laboratory Cardondon Progmm hSHS Date.- MIJO16 Expiration Date: 6/30/2017 Page 214 of 1278 Laborawy Scope Of Aw"eummoun Attgchmeat to Cerdrmmte e.. E97605-30, expiration date June 30,2017. This Hgftg Of 2emdked anab6s should be used only when assodated with a valid mtfflmtL State Litboratory][D: E87605 EPA LO Coft MNII' O"4 (612) 607-1700 Matrix: Air and Emissions Cars i�s}ar Analyte Method/Tech Catewry iL ------ Efiectiva Date r", 111,10 �IMLO N~jw -EPATO-17 Edroobwe organin NELAP 5/912014 A-Hepum EPA TO -15 volatile OrsElics NELAP 6r242011 EPA TO -17 V Orp3iZS NELAP 519014 n-ftWzz EPATO-15 Vo `a NELAP 6/24011 n-Hemm EPA V6106115 Organics NELAP 612412D11 n-Hezenc EPA13 abmdabte Organics NELAP 61202011 Propane RSK-175- Vo `e Orgmnics NEIAP 6/20011 EPA T 13 EgUactqble Organics NBLAF 04/2011 pmw ITA TO- 14A VoWfle Organics NELAF 0412011 Styrene EPATO-15 Volac Otganics NMAP &,"I I Styl— EPATO-17 Volatkorganics NELAP 51912014 Styrans EPA14A Volatile Organics NELAP 04011 EPA 10- 15 Volatile Orpnic9 hELAF 6/24f2011 EPA TO -17 volpfile, Orpnia NELAP 519/2014 Tuhw4trofilran CHU) EPATO-17 volable ownics NELAP 3!412014 EPATO-14A Vokwo Organim NELAP 5242011Toluene Toluene EPA1 Volatile Organics NELAP 6/24/2011 Toluene EPA1 Volawoorganics NEL" 519014 EPA TO -3 Volatile Organics NELAP 5124!2011 Tokwit EPA TO -14A Valawe Organics NELAP 624!20I1 1 lase -EPA TO- 15 VoldUe OvInies NW__A2 6a42011 EPA TO- 17 Volatileorganics NELAP 5192014 trans-1.3-Dichimoixopene EPAID-14A Volatile Organics NELAF 6/24/2011 Irahs-0-Dichlorepwme EPA70-15 vokfilcorganics NEW 6tM011 trans-U-DichbropWaN EPATO-17 Vowle Organics . NELAP "t2014 TricMoreeMene Cffichloroathylene) EPA TO -14A Volatile Orp nics NELAP 612412011 Tdwon)athene (r"lowethylent) EPA TO -15 Volatile Organics NELAP 6a4/2011 Tliddorceffiew(Trichlowaftlene) EPA TO- 17 Volatile Organics NELAF 5/9/2014 Trichlotafluoromethade EPATO-14A Volatile Organics NEL" 6124!2011 EPAID-15 Volatile Organics NELAP 6M2011 EPA TO -17 voia&orgmdu NMAP 519fI014 Vinylacetate EPA TO- 15 valakilboremics NELAF 6=011 Vinyl awoft EPATO-17 Vdae orpaics, NELAP 51912014 Vinyl c1doride EpATO-14A Vol9fle 00hics. NELAP 6/24011 Vinyl chlofi& EPA TO -15 Volatilaorpnim NELAP 6r"ll Vinyl diladle EPA TO -17 Was Oreanim N" 5192014 Clients gild Customers are urged to verify the laboratory's current certirication status with Ore Environmental LIKI)WRIDry Cerlification'Program- Usue Date- 71IM16 Expiration Datet 6/3012017 Page 215 of 1278 a ScopeLaboratory Attachment m E87605-30, expiration dote Juno30,2017. should be used oady when assuclated with■ valid %teLaboratory ; E87605 EPA Lab Codw, MN00064 (!) 7-17 Pace Analytical &. NIN 1700 ! t Suite 200 , . ! Matrix: 6 , . 6 C ! ', e . 7 . Effective EWe Type _ (low) 4k y4 Vabak Orsadco NELAP 0412011 xylem (tow) EPA71D-15 Vowe arpnics NELAP fic4f2OII- Xylans< ) EPA70-17 Vohbk Orpnics NELAP mom# XYIM OAQ EPA ! Volatileo 2 Clients and Customers are urged r>m:+z»;a mory's current carrificationtat with the EnvironmentalLaboratory�: ...a: »._ Program. Issue Date- «£ vi Expiration &W2m< Page 216 0 1278 ■ .71 I IA Page 217 0 1278 Laboratory Scope of Accreditation Page I of 3 Atiftchment tO Cerfifficide #- ES7683-24, expiration date June 38,2017. This listing of accredited Inallries should be used only witan associated with a vend eardficate. Side Laboratory ID: 11176113 EPA Lab Code-, PA01457 (724) B50 -MO E87683 Pace Analytical Services, Fee. - Pittsburgh 1638 Reveytown Road Suites 2,3 & 4 GreaumbaM FA 15601 Matrfic Drb=kdzg Water certmeation Awd,te Method/rech Ca DOBfibuive Date GRMM amition RPA901.1 Rmliedwabuy NELA? 711 (31007-41pha EPA 900.0 Raftdomistry NM.AP 71MOO8 are"Pha SMMOC Raditebamisky WELAP 1011/2008 GWW-bMA EPA 900.0 RwRachmmissy NE" 7/1 OS Radium -226 EPA 903.1 Raffiadwmisby NELAP 711MOB ltadi=428 EPA 90-4.0 Raftamunistry NELAP 7/IM08 R26n SM 7500 Rn B F.M90ftrailey NELAP 7=012 5110011100-90 EPA 905.0 Rulachmumily NM" 7/112009 ToW alpha radium EPA 003.0 RadlochNnisay NBLAP 7M2008 Tritium EPA 9KO Radiadhomistry NELAP 7/1=8 UIRRIM ASTM D5174-97 RadiDdwalstry NMAP 7/1=8 Uranium EPA 909.0 Radwawds" NK" 7/14009 (Ments and Customers are urged to verW the laherstory4s curreut essellies lion dMfu MM the Itavironumartirl Laboratory Corfficuffou Program Issue Dole: MOM fxpareffan Deb: 630/2017 Page 218 of 1278 LaboratDry Scope ot Aucr==On V, ASAIVIIrkm7l lvr 7-1 Fift"Ilment awdytes shou]d be used only when- masoclated with a vafid carfificate. State LAW atory ID: B97683 EPA Lab Code' PA01457 (724)850.6600 187683 race An**Nl Services, Ine- - Pitil'burgh 1638 Rwaytown Road Suites 2,3 & 4 Gransburg, PA 15601 Mstrbc Non -Potable Water certification Anabria Method/Tech category Two EffezUve Daft asnumemium EPA901-1 Ra&demistly Y&AP 101112008 fts"l* EPA 9310 Raffiochemistry NELAP 10/1/2009 CW"plut SM7110C Radiodkemishy 'NTLAP 10AMOS NEAP ID/1l2008 Gms-bma BPA 9310 Radw&w2huy Radium -226 BPA 903.1 RadiochamiwY HEMAP 10/1/2009 Rmfivat-229 EPA 904.0 Ruftebmisby NELAF 101112009 RadiamMB EPA 9320 P 10I1/2008 stwitium-90 EFA905.0 Radiuchemiguy NELAP 10/112049 Taal a1pbs. EPA 9N.0 Fidiachmnistry NELAP 1011!I008 Total al* ram= EPA 903.0 Radiochembuy NO.AP tolinoos TOW baft EPA900.0 RadkdIamilty NELAF 10/2008 Total racliam EPA 9315 Fi4iochemb" NELAP 10/1/2009 Tritium EPA 906.0 R4diochamistry NUAP MUMS Unmium ASTM D5114-97 Rv&oubcmb" NELAP 4130013 Uranium EPA908.0 Radiochemistry NELAP 1011/2008 camts and Customers are urged to verity the labOratOrY's cuftmt c"fifiesdIOR status with w Invireammul laboratory cerdfication ProuanL Inue Daft. 7/MI6 Expiration Date,. 68012017 Page 219 of 1278 �.LZLYLPI&LULy ap or Accrecitatitle Page 3 of 3 Attmelinteut to Cartfficate 9- E976&3-4 expiration d2te June 30,2017. This listing of scmat&d RUNIOU skould be used only -wkeu 11noclated with a valid cerlificatc State Laboratory ID- Z876S3 EPA Lab Code: PA01457 Mdl MILZraft EV683 Pace A=LvfiW Serviess, lnr_ - plibbmTh 1638 R415"WR Read Suites 2,3 & 4 GnwmbnM PA 15691 at—rhT �inHd �and CIi­cmical �rdmtcria­k AlWyto Methoffech Category corti6wiOn Rmsec-bomway eDeft Effictiv9310 asoms-boo EPA 9310 NELAP Radium - 229 Raffiachmis" NMAF 10/1 12008 EPA 9320 Radiechma" NWAF TOW radium EPA 93 15 RkwdmnbtY 101112008 NBLAP Ml*= ChOuto und C�astoruerz an urged to verifY the labomtoWt current cordfleatim *stag w" the Euvimmental LaboraWry Qwtineation progmjjL h9ue Date. 7/1)2016 F-AlliraflOA Date: 680/2017 Page 220 of 1278 Page 221 of 1278 Labundwy Scope ofAcendUarion Page I of 3 Sode Lalwatary IN X82924 EPA lAb Code: FL*1147 (352) 377-9272 U2924 BCS laboratoe 46" NVV 6th Stivat, Building A Game§VIM6 FL 32689 Ift&h.' Drinking Water Anakite bEdbadfrach Calvary Certification TYP Effective Date ColiphWAsmey acs SOP V-10 Miewbiology NELAP IOrAM12 Cqpto9pmidh= EP&! i W=abkdoU NMM S/IB=15 EmriaTfilaw EPA/60WR-95A79,s.VM Micmbioka NELAP 7/1=04 Emkvoc=1 EPA 1600 MiCIUM0109Y NELAP 511901S Ewlmichizwh SM 9223 B Miambidogy NJE,LAP 910815 Embed" 00H SOP B-2 EPA1601 haeffibiology NMAP 5/912011 Gialdin EPA 16211 AftabioloU NM" MIMS ReftTotwhic. plate OMMt SM 9215 B Microbiology NEIAP 10/29J2012 HawrotmPhic Aft count §M 9215 0 MicMudou MNAP lan9=2 Told COHRMN SM 9222 B Mimbiology NELAP MWO12 Toad culdbMw SM 9223 B MkrubWogy NELAP 5119=15 Clients and Cwtomen are urpd to verify the laboratorys current cortillesitku status wM the Environmental Laboratory Cordficadox Prolirnar. Issue Date- 10/31/2017 Expiration Date- 6130MIS Page 222 0 1278 Asting of accredited Attildiment to Ceriflicate 0: 192924-26, expiration30,20A h ; mnsLvtw should be wied only when asmiated with a valid COMHOAL Mate Laboratory rFLO1147 (352)377-9272 Non - Potable Anabb Mgthodfrah Category !me Efted" Date C EPA 1623 hficrobi&W NELAP 7/l/2004 C EPA 1623.1 K=ubiology NELAP 5/18/2015 Hdmkvinm ASTM D49WMM 9510 MKrObIGIOSY NEW 711 mmG B*rk Thum EPA/60n-951178, B. VIII M' 7/1912006 pwal Colmmu CO TO -18 (Feed Microbiology NELAP 5/1812011 Cohens) EPA 1623 Mimbiology NELAP 7/1/2004 GiRrdia EPA 1623.1 Microbiology NEAP 511$12015 Rdminthava EPA 60011-87-014 Microbiology haAP 2115MW H,MmbqlhiC pkft Dount SM 921516 Microbiology NELAP 10129@012 > 1 c ph& count $M 9215 C M icrobnclogy NELAP 10/29/2012 .J 4 fl 1�� ' , 1 1 AI .�. 4 1 Icurrent iM 1 k t I �l status 4�l �i; i4 T ;� i u _i ,, - + T I i Page 223 of 1278 Ca«<and f ::vsa<urged to z« the ««a»2»current certification .»a,With he Environmental Laboraftry Certificationmma\ »ar: «&<}/Expirationx� >:a d< Page 224 0 1278 .. Attachment e + June 3 ! listiRg of accredited shouldanalytes nod a* , £! State Laboratory . E82924 EPA M1147 ) 377-9272 992924 BCS Laboratories, 9 NW 6th StrolO, Building A Gameavide, FL 32609 Matrix. SW■ £ !n > , .thoffrech Type Effective Dide C&IphW Amy Pwg °a 162912012 Monte vbm 9 9 MbUNDIOU MR" m Few COURNM ]EPA!!6! Werobiolog NELAP 31IM009 paw Coliromns SM 9221 E MimobiohW NOM b 11009 Ebbeinih we EPA y§ag% Mimabialuff NEIAP Wl5tlW7 HohninflimnEPAAVM-921013! 4/13=11 Appmrm! Howrahoph®Flak =xt BCS SOP M-7 NOWWOU NELAP ! 02! sohnonella EPA #2 Mi=bioloff NEW ! 9 Ca«<and f ::vsa<urged to z« the ««a»2»current certification .»a,With he Environmental Laboraftry Certificationmma\ »ar: «&<}/Expirationx� >:a d< Page 224 0 1278 TDATME CERTIFICATE OF LIABILITY s 1 f /02%2010 Willis Of esu P Inc. c/o 26 Cactury Blvd P. O„ Box 3051.91 Nashville ,Tn 37230-5191 Paan Analytical servic4an. LLC 1000 Elm Street G Minna&p0lis, CA 55624 �M NSURE INS ERA: The e�.3 Z c O - an 25623-001 IN�: l� r t ait -�.. f A 256°74-00 mm INSUR C. The Travelers : i O ric 25666-061 tt ®ERC" BALL iuTY yF,30-3H339745 —_ cLAims OE OCCUR a AGGREGATE LIMIT APPLIED PER: LICYLOO AUTOMOBILE @LITY y � 0 -3 9 1 3 18/l/2017 18/l/2018 f ANY AUTO e k j OWNIEB HEDULED AU708 ONLY HIRE ® - (' OWNED t d AUTOS ONLY _.,J 03ONLY UNIBRIELLALAS? 9OCCUR pEXCESSHASS O iIS- E gE[l R N ON S m AND LOY " LIABI r - °I09 36--6-17 HE 45575-5-17 /3./2027 `s /l/201 /l/2 27 8/1/2018 ANY a ROPRIE'iOWP THE UTIVE 113 -UB -7J45575-5-17 OFFICERIMEMBER EXCLUDED? LJ ,}} OPS YKz bel 3 I eOu,LYIPdJURY(Pa ) BOILYIN„IURY(Pa'€WZ) QS E' A IRE 2, 0 000 E �6 �_ E I=LO L s3 1,000 000 F-L.GI E- LICYUMIT 1,000,000 FIDE OF -OPFRATIONSI L0ZAk-MCN8 i ._. .30M (AGORD101, A RameAs SChaduft, May 4a P=Mw a mom epam ,s mquy VOIDS AND REPLACESPREVIOUSLY ISSUED CERTIFICKTZ DATED. 2/2/203.0 WITH Fps 26065336 vision/Location: Florida 35 City of West Palm Beach, Commissioners, ofticers, Employees and Agents and the East Central Regional Waste Water Treatment Facility 0PA-ratiOns Board are inaluded an Additional insureds as respects to General Lijbility and Auto Liability WhIsrO, required by written Contract. Page 225 of 1278 AGENCY CUSTOMER � LOCM SCHEDULE „ADDITIONAL REMARKS Paged of -2-- Willis of Minnesota, enc �._........... ..__..... _._-._._.__.� ._.m...., � _ ... IWA I EA) YtiCal SeMVILCWS, LL 1800 Elm street InnsaPOlis,, NX 55414. EFF F.CMUM. See pirgt The ACORD name and i0go are f Wrks of ACORD Page 226 of 1278 COMMERCIAL GENERAL LIABILITY BLANKET ADDITONAL INSURED - AUTOMATIC STATUS IF REQUIRED BY WRITTEN CONTRACT (CONTRACTORS) Page 227 of 1278 1. Page 227 of 1278 COMMERCAL GENERAL LIABILITY "i""fftct mquidng insurance means that part of any writien coniew or agreenw1i under why YOU ars Mquirad bp Include a Person or or- P;Va 2 qf 3 2013 The Travaim WSMIRY MlY, Al rlghfa e awrded, CG IDS 04 08 13 Page 228 of 1278 .t� IIIf i R 101.7r -M . - -Pmpenj 411LA ll.�,=�� jurr Is caused by an offense committed, durIM the poficy period and: a. After the signing and execution af the conbmd or agreement by YOU' , 9N b. While that pari of the corArect or agreernent is In effect. CG 06 04 08 13 0 2013 The Davelem Indewtty C-npeny. Al fighta reserved. Page I of & Page 229 of 1278 T"'S BMRMMRff< .E &r.PLOSE r CAWrULLy. BMNESS«AUTO E)CTENSION ENDORSEMENT TwaorAw"mm ' - m fto,w UWA. $ mma :..m«m ; &. ¥.»» <m,0w powsm"s & m y.p 4« A ow WEWCATM WNTM. %< :. n Wnftna » : . bwAft .%wa a* Page 230 0 1278 dLA- Mwftd Imm W P"02 CO 4 i m 11 Nimmmum . Page 231 of 1278 Page 232 of 1278 r WW MR <pwma at mgmWom«® Imm WaNtMINEL WINTOMONAL ,AOR aW38KM8. Yto fcjjmWnj 4 mkiW to a. sman"*» amm pa"� sm lowW . ,4 WW ohmmkm 49m �»\O\al >,, � .mml l § ,.ed Wddftr" .m» .: �m& 4¥4 7 7 <looms+ /f mom". Page 233 0 1278 r N' . MEDICAL AND DIOTECHNOLoey XTEND ENDORSEMENT u r, U — yea MAIN* Omx s % I - Page 234 of 1278 COWNEREIALGENERALLAMMY FW2GF7 O.AllIN IMWN JN in Pr 6b& mom - Page 235 of 1278 WMWRIOLK . CO 04 30 41 -RE 2awrom POWs re 7 o *a ftombwk Page 236 of 1278 P Cc 04�401 I Page 237 of 1278 d. 0 Vo� popN9hw ftpmwmin Page 238 of 1278 alit Page 239 of 1278 Y 2 k S � t $ t s i 1 k al, «` t E. g t., alit Page 239 of 1278 COMM40,16 OFARMAL uAwfty C G m paw 7m I Page 240 of 1278 bomm"Tw PUAMM.. wm"A7wc,qwmw4TM: OZ PUPCU m OpA&mMj%M pm UK TOITM COTA%m U=qm mom TO womrs-M To; varam. Page 241 of 1278 1" CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO R19-005 -Authorize the City Manager to sign an Agreement with Elite Medical Specialists, LLC of Jupiter, Florida for RFP No. 005- 2210-19/ITfor Medical Director for Fire -Rescue. The Initial Term of the Agreement shall be for a period of three (3) years commencing on February 3, 2019 for an annual amount of $39,000, with the option to renew for two (2) additional one-year terms at the discretion of the City and based upon mutually agreeable rates. EXPLANATION OF REQUEST: Initial Term: February 3, 2019 to February 2, 2022 On November 3, 2018, the RFP for Medical Director for Fire -Rescue was advertised in the legal notices section of the Palm Beach Post and distributed to two hundred and four (204) prospective suppliers via the City's electronic bid management system. The RFP invited Proposers to provide a technical proposal for overseeing the Emergency Medical Services (EMS) as provided by the City's Fire Rescue, Paramedics and Lifeguards. On December 3, 2018, Procurement Services received and opened one (1) proposal in response to the RFP, which was reviewed by Purchasing Services to ensure the proposal met the RFP's minimum requirements. The single proposal from Elite Medical Specialists, LLC., was determined to be responsive to the RFP's minimum requirements. An Evaluation Committee consisting of Glenn Joseph, Chief of the Fire Department; Matt Petty, Assistant Chief of EMS; and Steven Permenter, Lieutenant; reviewed and ranked the single proposal. The Evaluation Committee was unanimous in their decision to make a recommendation to City Commission to approve the ranking and award of the subject contract to the number one (1) ranked firm Elite Medical Specialists, LLC. The initial term of the Contract is three (3) years commencing on February 3, 2019 and may be renewed for two (2) additional one-year terms at the same terms, conditions, and prices subject to satisfactory performance, vendor acceptance, and determination that renewal will be in the best interest of the City. The City has had a Medical Director to oversee the City's EMS as required to maintain the Fire Rescue Certificate of Public Convenience and Necessity for Advance Life Support and Basic Life Support services, per the Florida Administrative Code, Rule 64J-1. Funding for the Medical Director is included in the City's General Fund in the FY 2018/2019 budget. Actual expenditures for the Medical Director paid by the City for the previous three-year period are as follows: 2018 = $28,200.00 2017 = $28,200.00 2016 = $28,200.00 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The Medical Director will be available for consultation on all related EMS issues. The Medical Director will continue to develop medically correct protocols which permit specified procedures; develop and implement a patient care quality assurance system; ensure and certify that security procedures of the EMS provider for medications, fluids and controlled substances are in compliance with applicable regulations; and ensure that all Emergency Medical Technicians and paramedics are trained in the use of the trauma scorecard methodologies, in addition to serving as the liaison between governmental regulatory agencies, and other local Page 242 of 1278 EMS providers and hospitals. FISCAL IMPACT: Budgeted These services are included in the City's FY 18/19 Budget under line item # 001-2210-522-34-51. Previous annual amounts: FY 17/18 $28,200 FY 16/17 $28,200 ALTERNATIVES: Not accept the Committees' ranking; or Not to award and issue a new Request for Proposal. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Resolution D Agreement Description Resolution authorizing Agreement for Medical Director Agreement - Medical Director Fire Rescue Notice of Intent to Award - Elite Medical Specialists Advertised RFP - Medical Director Addendum 1 to RFP Submittal - Elite Medical Specialists Page 243 of 1278 1 RESOLUTION NO. R19 - 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 AUTHORIZING THE CITY MANAGER TO SIGN AN AGREEMENT 5 WITH ELITE MEDICAL SPECIALISTS, LLC OF JUPITER, FLORIDA 6 FOR RFP NO. 005-2210-19/IT FOR MEDICAL DIRECTOR FOR FIRE - 7 RESCUE WITH AN INITIAL TERM OF THE AGREEMENT FOR A 8 PERIOD OF THREE (3) YEARS COMMENCING ON FEBRUARY 3, 2019 9 FOR AN ANNUAL AMOUNT OF $39,000, WITH THE OPTION TO 10 RENEW FOR TWO (2) ADDITIONAL ONE-YEAR TERMS AT THE 11 DISCRETION OF THE CITY AND BASED UPON MUTUALLY 12 AGREEABLE RATES; AND PROVIDING AN EFFECTIVE DATE. 13 14 15 WHEREAS, on December 3, 2018, Procurement Services received and opened one 16 (1) proposal in response to the RFP, which was determined to be responsive to the RFP's 17 minimum requirements; and 18 WHEREAS, an Evaluation Committee consisting of Glenn Joseph, Chief of the 19 Fire Department; Matt Petty, Assistant Chief of EMS; and Steven Permenter, Lieutenant; 20 reviewed and ranked the single proposal and was unanimous in their decision to make a 21 recommendation to City Commission to approve the ranking and award of the subject 22 contract to the number one (1) ranked firm Elite Medical Specialists, LLC.; and 23 WHEREAS, the City has had a Medical Director to oversee the City's EMS as 24 required to maintain the Fire Rescue Certificate of Public Convenience and Necessity for 25 Advance Life Support and Basic Life Support services, per the Florida Administrative 26 Code, Rule 64J-1; and 27 WHEREAS, staff has recommended that the City Commission approve and 28 authorize the City Manager to sign an Agreement with Elite Medical Specialists, LLC of Jupiter, 29 Florida for RFP No. 005-2210-19/IT for Medical Director for Fire -Rescue with the initial term of the 30 Agreement for a period of three (3) years commencing on February 3, 2019 in the annual amount of 31 $39,000, with the option to renew for two (2) additional one-year terms at the discretion of the City 32 and based upon mutually agreeable rates. 33 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 34 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 35 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 36 being true and correct and are hereby made a specific part of this Resolution upon adoption C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\37162A32-F7FB-42C5-9416-AD7AFD2329AD\Boynton Beach. 14088.1.Elite Medical_Specialist_(Medical_Director)_-_Reso.Docx Page 244 of 1278 37 hereof. 38 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 39 authorizes and directs the City Manager to sign an Agreement with Elite Medical Specialists, LLC 40 of Jupiter, Florida for RFP No. 005-2210-19/IT for Medical Director for Fire -Rescue with the initial term 41 of the Agreement for a period of three (3) years commencing on February 3, 2019 in the annual amount 42 of $39,000, with the option to renew for two (2) additional one-year terms at the discretion of the City and 43 based upon mutually agreeable rates, a copy of which is attached hereto as Exhibit "A". 44 Section 3. This Resolution shall become effective immediately upon passage. 45 PASSED AND ADOPTED this day of , 2019. 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 — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE ATTEST: Judith A. Pyle, CMC City Clerk (Corporate Seal) YES NO C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\37162A32-F7FB-42C5-9416-AD7AFD2329AD\Boynton Beach. 14088.1.Elite Medical_Specialist_(Medical_Director)_-_Reso.Docx Page 245 of 1278 SUBJECT TO REVISIONS PRIOR TO SIGNING. PROFESSIONAL AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND MEDICAL SERVICES DIRECTOR THIS PROFESSIONAL AGREEMENT, entered into this day of between the City of Boynton Beach, a political subdivision of the State of Florida, hereinafter referred to as the "CITY", and ELITE MEDICAL SPECIALISTS, LLC, a Limited Liability Corporation, authorized to do business in the State of Florida, hereinafter referred to as the "MEDICAL DIRECTOR" for Emergency Medical Services is entered into subject to the following terms and conditions: The City of Boynton Beach and ELITE MEDICAL SPECIALISTS, LLC, hereby agree that the terms of this Contract provide an outline of the working relationships and responsibilities of the CITY and the MEDICAL DIRECTOR for the City's Emergency Medical Services Program (EMS), which is part of the CITY'S Municipal Fire Department. The items in this Contract in the following Sections are aimed at identifying the MEDICAL DIRECTOR'S general relationship with the CITY, his responsibility for supervising the direct medical related activities of the EMS Program, and the MEDICAL DIRECTOR'S responsibility for local training and certification of the Paramedics per RFP No. 005-2210-19/IT. The Contract further supports the principle that the MEDICAL DIRECTOR will receive support from the Fire Department Administration and will direct his requests for equipment and equipment assignments; manpower and manpower assignments; and supplies of the Fire Department Administration and recognizes that assignments to the Paramedic Program will be made by the Fire Chief in accordance with the overall resources and needs of the Fire Department. TERM OF AGREEMENT The term of this agreement shall be for Three (3) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach may extend the agreement at the same terms, and conditions, for two (2) one-year renewals subject to vendor acceptance, satisfactory performance, and determination that renewal will be in the best interest of the City. 1. The CITY hereby contracts with the MEDICAL DIRECTOR and the MEDICAL DIRECTOR accepts this contract as MEDICAL DIRECTOR for the City of Boynton Beach Emergency Medical Services Program under the provisions of Section 401.46, Florida Statutes, and the applicable rules of any governmental agency implementing said Chapter or other established duties required to be performed by said MEDICAL DIRECTOR, or upon notice from the CITY that such additional duties have been established by the Florida Department of Health and Rehabilitative Services. It is recognized that the MEDICAL DIRECTOR'S contract with the CITY preserves the MEDICAL DIRECTOR'S right to practice as an independent physician at all times. In accordance with Section 401.265, Florida Statutes, Elite Medical Specialists, LLC has designated Dr. Kenneth A. Scheppke as the Medical Director and Dr. Rich Giroux and Dr. Adam Leisy as Associate Medical Directors. The Medical Director will assure the continuous availability of at least one qualified physician as outlined in Section I, who shall serve as Acting Medical Director in the absence of the Medical Director. 2. The MEDICAL DIRECTOR shall accept responsibility for the medical performance of the Emergency Medical Technicians, Paramedics, Lifeguards and Certified Emergency Medical Dispatchers employed by the CITY and serving in the Emergency Medical Services Program of the City Fire Department, herein referred to as EMS. The MEDICAL DIRECTOR shall be responsible directly to the City Manager. However, nothing herein shall in any way authorize Page 246 of 1278 any limitations or restrictions by the City Manager on the professional acts or advice of the MEDICAL DIRECTOR. 3. The Fire Chief, through the Department staff and operation procedure, will establish Department policy for equipment and equipment assignment, and for supply purchase and use. The MEDICAL DIRECTOR, in conjunction with the Fire Chief, shall establish dispatch procedures and priorities. The Fire Chief will establish Department policy for manpower assignment in conjunction with recommendations made by the MEDICAL DIRECTOR. 4. The MEDICAL DIRECTOR shall perform all services required pursuant to Florida Statutes Chapter 401, Section 401.46, Chapter 64-J-1.004, Florida Administrative Code; duties and regulations promulgated by the Florida Department of Health and Rehabilitative Services; and all present rules and regulations of any governmental agencies implementing said Chapter or other established duties required to be performed by said MEDICAL DIRECTOR. 5. The MEDICAL DIRECTOR shall serve as the Fire Department's physician for purposes of advising the Fire Chief on matters pertaining to occupational safety and health. MEDICAL DIRECTOR shall serve as the MEDICAL DIRECTOR for the City's Lifeguards, who may be certified as Emergency Medical Technicians. 6. The MEDICAL DIRECTOR agrees to both directly and indirectly supervise and accept responsibility for the medical performance of Emergency Medical Technicians, Certified Emergency Medical Dispatchers, and Paramedic functioning for the EMS and shall have full authority to direct and supervise the medical activities in the field, in training and for certifications. Such supervision shall be accomplished by, but not limited to: a. Actual accompaniment of Paramedics and EMT's on rescue calls. b. Monitoring of radio transmissions to and from hospital emergency departments and related facilities. c. Review of incident reports and associated documentation. d. Conference and/or meeting in both individual and group situations. e. Review of standard operating procedures and protocols involving multi -agency responses to medical emergencies. 7. These duties will be performed by the MEDICAL DIRECTOR at his/her convenience as often as is necessary to insure that proper medical standards and procedures are being followed. Cost for supplying necessary in-service instruction material will be assumed by the CITY and the material will become the property of the CITY. Furthermore, the EMS Coordinator shall be the MEDICAL DIRECTOR'S agent for purpose of quality assurance pursuant to Florida State Statute. 8. The MEDICAL DIRECTOR shall have the services of the Departmental training program, facility and staff to assist in carrying out training requirements for the EMS. MEDICAL DIRECTOR shall participate in daily in-service training scheduled by the Fire Department. 9. The MEDICAL DIRECTOR shall be eligible as a member as defined under Section IV; Members of the Agreement between the City of Boynton Beach and Florida as Municipal Liability Self Insurance Program. Coverage under this Agreement shall be limited to the scope of duties as MEDICAL DIRECTOR for the City of Boynton Beach Fire Department as outlined in Florida Statute, Section 401.46, and Florida Administrative Code, Chapter 64-J-1.004 as set forth in Exhibit "A" to this Agreement. The MEDICAL DIRECTOR shall provide the Fire Chief with written reports as required by the Fire Chief regarding efficiency, effectiveness, and general performance of the CITY'S Emergency Medical Services System. Page X47 of 1278 The provider shall indemnify and save harmless the MEDICAL DIRECTOR from any and all liability for acts or omissions committed by the MEDICAL DIRECTOR while acting in the capacity of MEDICAL DIRECTOR of the Boynton Beach Fire Department, but said indemnification shall be to the extent only of any amount due and owing from the MEDICAL DIRECTOR which exceed applicable insurance coverage maintained either by the MEDICAL DIRECTOR or by the CITY on behalf of the MEDICAL DIRECTOR. 10. The provider shall indemnify and save harmless the MEDICAL DIRECTOR from any and all liability incurred as a result of acts or omission of employees of the City of Boynton Beach Fire Department. 11. The CITY will pay the MEDICAL DIRECTOR the annual sum of $39,000 with a monthly payment of $3,250.00, payable at the end of each month for services outlined in this contract. 12. The CITY will provide portable radio communication for use by the MEDICAL DIRECTOR. 13. In matters of employee relations and concern, the MEDICAL DIRECTOR, under the terms of this contract is considered to be a member of the administration and supervisory division of the Fire Chief as the Fire Chief carries out grievance procedures, discipline, interviewing paramedics, paramedic school assignments, and union contract administrative requirements. a. The MEDICAL DIRECTOR will be expected to report to the Fire Chief his/her decisions relating to any employees for the Emergency Medical Services System such as discipline, de- certification or promotion in which the MEDICAL DIRECTOR is involved. b. The MEDICAL DIRECTOR agrees to participate as required at personnel hearing boards such as grievance procedures of the union contract, etc. as part of his Department administrative responsibilities of the Department without additional compensation. c. The MEDICAL DIRECTOR agrees to participate in the oral interview and skills test administered to all new firefighter applicants who have a paramedic certificate prior to their employment. The MEDICAL DIRECTOR retains the right to prevent the hiring of any such individual for the purpose of employment as a paramedic if he or she does not perform satisfactorily during the interview and/or skills test. The content of the skills test will be in accordance with current standardized criteria set up by the American Heart Association and American College of Emergency Physicians. d. The MEDICAL DIRECTOR agrees that anytime a firefighter employed by the City of Boynton Beach wants to attend paramedic classes for purposes of becoming a licensed paramedic, they must have written approval by the MEDICAL DIRECTOR prior to attending and/or enrolling in such classes. 14. From time to time the MEDICAL DIRECTOR will be expected to attend Department Administrative staff meetings so that he can give input to the Administrative staff on the needs and status of the EMS Program so that he can become involved and informed of Departmental Standard Operating Procedures relating to: a. Response procedures b. Equipment and personnel allocations C. Department priorities d. Departmental procedures for handling emergencies e. Working with other departments f. Emergency medical dispatching g. Infectious Disease procedures Page 2248 of 1278 15. Any staffing changes that result in modifying the Department's current EMS response protocols must be cleared through the MEDICAL DIRECTOR. 16. Either party to this contract may, upon giving thirty (30) days written notice to the other party, may terminate this contract for any reason whatsoever, and after the effective date of such notice all parties will be relieved of any further obligations under this contract. 17. The MEDICAL DIRECTOR will assure the continuous availability of at least one qualified physician as Director who shall serve as ACTING MEDICAL DIRECTOR in the absence of the MEDICAL DIRECTOR. In addition, the MEDICAL DIRECTOR will notify the Boynton Beach Fire Rescue Department whenever he/she will be unavailable for whatever reason, and will attempt to provide twenty-four (24) hour prior notification of such unavailability except under emergency circumstances. The notification shall be given to the Office of the Fire Chief, and shall include the name and telephone numbers of the ACTING MEDICAL DIRECTOR. 18. Upon request, the MEDICAL DIRECTOR will advise the Department on appropriate procedures to address incidents in which an employee of the Fire Department has been or may have been exposed to infectious diseases or hazardous materials. 19. The MEDICAL DIRECTOR hereby agrees to perform those duties set forth in Exhibit "A" and in the Specifications for the position set forth Exhibit "B". Exhibit "A" and "B" are attached hereto and incorporated herein by reference. 20. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the MEDICAL DIRECTOR in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The MEDICAL DIRECTOR shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with MEDICAL DIRECTOR's endeavors. 21. COMPLIANCE WITH LAWS. MEDICAL DIRECTOR shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this agreement. 22. INDEMNIFICATION. MEDICAL DIRECTOR shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to MEDICAL DIRECTOR's own employees, or damage to property occasioned by a negligent act, omission or failure of the MEDICAL DIRECTOR. 23. INSURANCE. The City will obtain and pay the annual premium on a general liability insurance policy insuring the Medical Director/Associate Medical Director against liability arising out of negligent acts or omissions, solely while acting within the course and scope of their duties as Medical Director, during the term of this Agreement and as outlined in Florida Statue 401.265. 24. INDEPENDENT CONTRACTOR. The MEDICAL DIRECTOR and the City agree that the MEDICAL DIRECTOR is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither MEDICAL DIRECTOR nor any employee of MEDICAL DIRECTOR shall be entitled to any Page X49 of 1278 benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to MEDICAL DIRECTOR, or any employee of MEDICAL DIRECTOR. 25. COVENANT AGAINST CONTINGENT FEES. The MEDICAL DIRECTOR warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the MEDICAL DIRECTOR, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the MEDICAL DIRECTOR, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 26. DISCRIMINATION PROHIBITED. The MEDICAL DIRECTOR, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 27. ASSIGNMENT. The MEDICAL DIRECTOR shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 28. NON -WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 29. TERMINATION. a. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the MEDICAL DIRECTOR. b. In the event of the death of a member, partner or officer of the MEDICAL DIRECTOR, or any of its supervisory personnel assigned to the project, the surviving members of the MEDICAL DIRECTOR hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the MEDICAL DIRECTOR and the City, if the City so chooses. 30. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. Page 2150 of 1278 31. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to MEDICAL DIRECTOR shall be sent to the following address: Elite Medical Specialists, LLC Attn: Dr. Kenneth A. Scheppke, MD PO Box 2764 Jupiter, FL 33468 32. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the MEDICAL DIRECTOR and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and MEDICAL DIRECTOR. 33. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. Page ±51 of 1278 E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US 34. SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Page 2'52 of 1278 DATED this day of , 20_ CITY OF BOYNTON BEACH ELITE MEDICAL SPECIALISTS, LLC Lori LaVerriere, City Manager Signature of Authorized Official Attest/Authenticated: Judy Pyle, City Clerk Approved as to Form: James A. Cherof, City Attorney Printed Name of Authorized Official Title (Corporate Seal) Attest/Authenticated: Secretary Page 253 of 1278 EXHIBIT A SCOPE OF SERVICES SCOPE OF SERVICES The City of Boynton Beach is seeking to employ a Medical Director to oversee the Emergency Medical Services as provided by Fire Rescue, Paramedics, and Lifeguards, as well as other departmental administrative purposes and functions. The Medical Director will be an independent contractor supervising and accepting responsibility for the medical performance of Emergency Medical Technicians (EMTs), Paramedics and first responders, and Lifeguards functioning in the Fire and Emergency Medical Services Department and the Parks and Recreation Department under applicable provisions of Florida Statutes Chapter 401, and FAC 64-J-1.004. REQUIRED SERVICES TO BE PROVIDED: Be Responsible for advising the ALS provider as to his assessment of the competence of each of the provider's paramedics and for making recommendations regarding the medical procedures which each paramedic should be authorized to perform. Such assessment should be made by utilizing responsible evaluative processes and techniques and should include at least one assessment of each paramedic's ability to: a. Appropriately evaluate emergency medical patients and determine proper priorities for emergency medical care. b. Communicate the findings of such evaluations to a physician who has agreed, in writing, to provide responsible supervision of that paramedic. C. Receive and understand proper orders from a physician providing direct supervision of the paramedic. d. Understand and properly apply any standing orders authorized by the Medical Director. e. Understand legal relationship between the paramedic, Medical Director, physician(s) under agreement to provide responsible supervision of the paramedic, and any other physician. f. Insure that any ALS performed by the paramedic is done with responsible physician supervision. g. Perform the specific medical procedure(s) which the paramedic is specifically authorized by the Medical Director and by the ALS provider to perform. 2. Continually evaluate the medical capability of the paramedics and the ALS provider and advise ALS provider regarding the appropriate level and standard of care which the ALS provider should seek to achieve. 3. Assist in identifying the specific medical skills and knowledge which paramedics must possess to achieve the desired level and standard of care. 4. Assist in identifying the training and experience necessary for the paramedics to acquire the desired skills and knowledge and, in cooperation with approved educations programs, in assuring that each paramedic receives such training and experience as required. Page X54 of 1278 5. Develop and implement an appropriate process for periodic audit and review of medical procedures performed by paramedics. Such audit and review process must comply with such standards and requirements as may be set forth by the department from time to time. 6. Develop and authorize or review and authorize standing orders which allow the paramedics to properly manage certain medical emergencies when voice communications with the responsible physician is not available. Such standing orders must be specified and must at least provide for managing immediately life- threatening emergencies though they are not required to be so comprehensive as to include all possible medical emergencies. 7. Responsibility for the medical correctness of any standing order which he/she authorizes for use by the paramedics and for properly instructing the paramedics regarding the correct use of standing orders. 8. Assist the ALS provider in assuring continuous availability of at least one responsible physician. Determine the qualifications necessary for a physician to provide responsible supervision of the paramedics. 9. Retain the ultimate authority to permit and/or prohibit any system paramedic to utilize ALS techniques. (Specific authority 401.35, 381.031(1)(g), 20.05(5) FS; Law implemental 401.46, 401.47 FS. History NEW 9-10-7. RELATED RESPONSIBILITIES: A. The Medical Director serves as the Fire Department's physician for the purpose of advising the Fire Chief on matters pertaining to occupational safety and health. B. The Medical Director serves as the Medical Director for the City's Ocean Rescue/Lifeguards, who may be certified as Emergency Medical Technicians. C. The Medical Director agrees to directly and indirectly supervise and accept responsibility for the medical performance of Emergency Medical Technicians and Paramedics functioning in the Fire and Emergency Medical Services Department and the Parks and Recreation Department. Such supervision shall be accomplished by, though not limited to: 1. Actual accompaniment of Paramedics and EMTs on rescue calls; 2. Monitoring of radio transmissions to and from hospital emergency departments and related facilities; 3. Review of rescue incident reports and associated documentation; 4. Conference and/or meetings in both individual and group situations; 5. Review of Standard Operating Procedures and Protocols involving multi -agency responses to medical emergencies; 6. Active participation in daily in-service training scheduled by the Fire Department. These duties will be performed periodically by the Medical Director at his/her convenience and as often as is necessary to insure that proper medical standards and procedures are being followed. The Medical Director shall provide the Fire Chief with written reports as required by the Fire Chief Page X55 of 1278 regarding efficiency and effectiveness and general performance of the City's Emergency Medical Services System. D. The Medical Director shall perform all services required of him/her pursuant to Chapter 401, Florida Statutes, and the applicable rules of any governmental agency implementing said Chapter or other established duties required to be performed by said Medical Director or upon promulgation of additional duties by the Florida Department of Health. E. The Medical Director shall give necessary instructions to the City's Emergency Medical Technicians (EMTs), Paramedics, and Lifeguards. The Medical Director will also supervise and arrange such in-service instructional sessions, and promulgate such rules and directives, as may be necessary to assure that all medical services performed by EMTs, Paramedics, and Lifeguards are in accordance with proper medical standards and procedures. In addition, the Medical Director shall participate in general Paramedic staff meetings at a time and date mutually agreeable with the Medical Director and the Fire and Emergency Medical Services Department; provide sufficient didactic lecture and instruction to insure that standards of emergency medical care are maintained, review and comment on content and emphasis on in-service training and testing procedures; and shall initiate a review of all pre -hospital emergency medical service protocols and levels of personnel and equipment response at least every six months to determine their applicability and appropriateness with respect to currently accepted emergency procedures. Recommended revisions of said protocols or response procedures shall be furnished to the Fire Chief. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. Page 156 of 1278 III. SERVICES AND RESPONSIBILITIES: The Medical Director will assure the continuous availability of at least one qualified physician as outlined in Section I, who shall serve as Acting Medical Director in the absence of the Medical Director. Please provide the name, address and Medical License number of the physician to be designated "Acting Medical Director". In addition, the Medical Director will notify the Boynton Beach Fire and Emergency Medical Services Department whenever he/she will be unavailable for whatever reason, and will attempt to provide 24-hour prior notification of such unavailability except under emergency circumstances. The notification shall be given to the Office of the Fire Chief, and shall include the name and telephone numbers of the Acting Medical Director. 2. The Medical Director may provide liaison services as required and requested between the Fire and Emergency Medical Services Department of the City and other departments, divisions, boards, and bodies of the City, County and State of Florida, as well as educational, institutions, medical societies and other agencies or institutions relating to the provision of Emergency Medical Services. A. The Medical Director will retain ultimate authority to permit or deny any Paramedic or EMT the utilization or advanced life support techniques, basic life support, patient assessment, or patient stabilization procedures. Upon request, the Medical Director shall advise the Fire Chief or the Director of Parks and Recreation, if appropriate, on disciplinary recommendations related to medical care. B. The Medical Director shall administer a protocol examination and/or practical test as he/she sees fit to determine the competence of all Emergency Medical Services personnel covered by this Agreement. C. Upon request, the Medical Director may participate in the design and structure of selection procedures for entry level personnel for the City of Boynton Beach. D. Upon request, the Medical Director will consult with the Fire Chief regarding promotional testing criteria for incumbent personnel. E. Upon request, the Medical Director may advise the department on appropriate procedures to address incidents in which an employee of the Fire and Emergency Services Department or the Parks and Recreation Department's Lifeguard Unit has been or may have been exposed to infectious diseases or hazardous materials. F. Upon request, the Medical Director will maintain data regarding the status of employees who have been, or may have been, exposed to infectious diseases or hazardous materials. G. Upon request, the Medical Director will provide oversight and instruction to assist in the preparation of personnel in the Fire and Emergency Service Department in professional competitions which may be selected by the Department. Page X57 of 1278 H. At his/her election, the Medical Director may utilize the services of a Licensed Physician Assistant who shall be designated as a Deputy Medical Director to facilitate the delivery of the services enumerated in the Medical Director's contract. I. However, responsibility for the efficient delivery of these services shall remain with the Medical Director and no increase in the annual fee shall occur based on this election. J. The Medical Director will oversee and provide instruction during department scheduled in-service training, for a minimum of six hours per month. IV. CONSIDERATION BY THE CITY OF BOYNTON BEACH A. Because the Medical Director/Associate Medical Director may be subject to the risk of certain liabilities by entering into this Agreement, the City will obtain and pay the annual premium on a general liability insurance policy insuring the Medical Director/Associate Medical Director against liability arising out of negligent acts or omissions, solely while acting within the course and scope of their duties as Medical Director, during the term of this Agreement and as outlined in Florida Statue 401.265. B. Appropriate communications equipment such as a portable radio, digital pager, cell phone, etc., may be provided to the Medical Director, if applicable, by the City. C. The Medical Director shall be directly responsible to the Chief of the Fire and Emergency Medical Services Department of the City. The Fire and Emergency Medical Services Department will provide limited administrative and secretarial support to the Medical Director through the Office of the Fire Chief. D. The Fire and Emergency Medical Services Department, through the Office of the Fire Chief and the Parks and Recreation Department, shall cooperate to the greatest possible extent in the delivery of competent emergency medical care, including implementation of the policies established by the Medical Director and approved by the Fire Chief. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. Page X58 of 1278 EXHIBIT B FEES AND PAYMENTS REQUEST FOR PROPOSALS, FOR MMIC ECTOR FOR FIRE -RESCUE RFP No.: 005-2210-1911T rq_2T_ �__ A �_, #i_„ Proposers must use fids form, for submitting its SE Proposal! Thepricp strap be fixed and firm and s4 hould be fbOy bundreedto in ar! necessary eiernents such a-9 bul not firnled to salary, generwa adminiVrialive expenses. trAvo!f, mil e, o�(efh_tad gVj feellpfafit needed, to pericim all of the serwces. described under this solieftalion. 7EM ZWOM Rxed flat' fee for Meoicail Director MONTH5 i Service;$ TOTAL ANNUAL �:EE, $,3RwD0L00' Elite Mediaal Spatiall;StS _LLC C NY NAME am tai 436-2252 K-onneth A hep e, MD TEL�,PHONE NO. PRINTED, NAME Ka cheppkia,2 Comcats t net Pmesidant E-MAILADDIRESS r1l"LE December 3, 2018' - . . . . . ......... . . DAT E THIS PAGE TO RF SU ED FOR PROPOSAI TO OF CONSJOERED COMPLFAND ACCE"ABLt. RFP N0 ".05-2,21-0-lWIT tab 7 Page 3 Page X59 of 1278 The City of Boynton Beach PROCUREMENT SERVICES F. 0. Box 310 Boynton Beach, Florida 33429-0310 961-742-6310 Fax: (961) 742-6316 NOTICE OF INTENT TO AWARD SOLICITATION NO. RFP NO. 005-2210-19/IT SOLICITATION TITLE: MEDICAL DIRECTOR FOR FIRE -RESCUE DATE OF NOTICE: DECEMBER 12, 2018 At the public ranking meeting of December 11, 2018, the Selection Committee for the above referenced solicitation scored and ranked the single submittal as follows: RANKING: 1. ELITE MEDICAL SPECIALISTS, LLC. This Intent to Award will be presented to City Commission as a recommendation to approve the Selection Committee Rankings and authorize staff to enter into a contract with the first ranked firm: ELITE MEDICAL SPECIALISTS, LLC. This Notice is conditioned upon and subject to the City of Boynton Beach's reservation of rights as contained in the RFP documents and approval by the City Commission. In accordance with Section 2-355 of the Palm Beach County Code of Ordinances, the Cone of Silence remains in effect for this solicitation until award, rejection or other action is taken by the applicable award authority to otherwise end the solicitation process. Submitted by: / / t-- P Praa Ilyse Triestman, CPPO, CPPB, FCCN Purchasing Manager America's Gateway to the Gu fstream Page 260 of 1278 Page 261 of 1278 The City of Boynton Beach 0 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT Sealed RFP's will be received in Procurement Services, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426 on or by: DECEMBER 3, 2018 No Later Than 2:30 P.M. (Local Time). ATTENTION ALL INTERESTED RESPONDENTS Copies of this solicitation package may be obtained from Demandstar at Onvia at www.demandstar.com or by calling 1-800-711-1712. Demandstar distributes the City's solicitations through electronic download. If you prefer that a copy be mailed via U.S.P.S., please contact the City's Procurement Division at (561) 742-6322. Respondent(s) who obtain copies of this solicitation from sources other than Demandstar or the City's Procurement Services Division may potentially risk not receiving certain addendum(s) issued as a result of the solicitation. One (1) original, so designated and four (4) copies along with one (1) electronic copy on a USB thumb drive, for a total of six (6) submittals of the response shall be submitted in one sealed package clearly marked on the outside: "RFP NO. 005-2210-19/IT— MEDICAL DIRECTOR FOR FIRE -RESCUE" and addressed to: City of Boynton Beach, Finance/Procurement Services, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426 RFP's received after the assigned date and time will not be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of filing. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers with regard to mail being delivered by a specified time so that an RFP can be considered. If no award has been made, the City reserves the right to consider RFP's that have been determined by the City to be received late due to mishandling by the City after receipt of the RFP. America's Gateway to the Gulf Stream 2 Page 262 of 1278 PUBLIC RECORDS DISCLOSURE Pursuant to Florida Statutes §119.07, sealed bids or proposals received by the City in response to an invitation to bid are exempt from public records disclosure requirements until the City provides a notice of decision or thirty (30) days after the opening of the proposal/bid. If the City rejects all bids or proposals submitted in response to an invitation to bid or request for proposals and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids or proposals remain exempt from public records disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all bids, proposals, or replies. Requests for bid or proposal documents should be submitted to the City Clerk's Office. Documents may be inspected without charge, but a charge will be incurred to obtain copies. LOBBYING / CONE OF SILENCE Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be in effect as of the deadline to submit the proposal, bid, or other response and shall remain in effect until City Commission awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. Any questions relative to any item(s) or portion of this bid should be directed to Ilyse Triestman, Purchasing Manager; Telephone: (561) 742-6322, E-mail: tribfl.us City of Boynton Beach 3 RFP No. 005-2210-19/IT Page 263 of 1278 INTENT / SCOPE OF SERVICES The City of Boynton Beach is seeking to employ a Medical Director to oversee the Emergency Medical Services as provided by Fire Rescue, Paramedics, and Ocean Rescue. The Medical Director will be an independent contractor supervising and accepting responsibility for the medical performance of Emergency Medical Technicians (EMTs), Paramedics and first responders functioning in the Fire and Emergency Medical Services Department, and Lifeguards/Ocean Rescue as part of the Recreation and Parks Department under applicable provisions of Florida Statutes 64-J-1.004 and Chapter 401. RFP documents are available online through DemandStar by Onvia at: www.demandstar.com Upon request, documents will be e-mailed. Contact: CITY OF BOYNTON BEACH PROCUREMENT SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, Florida 33426 Ilyse Triestman, Purchasing Manager Telephone: (561) 742-6322; Email: triestmanip_bbfl.us Office Hours: MONDAY — FRIDAY, 8:00 A.M. to 5:00 P.M. CITY OF BOYNTON BEACH Tim W. Howard Assistant City Manager - Administration City of Boynton Beach 4 RFP No. 005-2210-19/IT Page 264 of 1278 TABLE OF CONTENTS REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT Section I — Submittal Information.......................................................................................6 Section 11 — Intent and Statement of Work....................................................................7-11 Section III — Proposal Submittal Instructions and Requirements................................12-15 Section IV — Proposal Evaluation Method and Criteria......................................................16 GeneralConditions...................................................................................................17-23 Proposer Acknowledgement............................................................................................24 Addenda..........................................................................................................................25 CostProposal..................................................................................................................26 Statement of Qualifications.......................................................................................27-28 ReferenceForm..............................................................................................................29 Anti -Kickback Affidavit.....................................................................................................30 Non Collusion Affidavit....................................................................................................31 Confirmation of Minority Owned Business......................................................................32 Confirmation of Drug -Free Workplace.............................................................................33 Acknowledgement of PBC Inspector General...................................................................34 Local Business Status Certification Form................................................................35 Scrutinized Companies Form.........................................................................36-37 Schedule of Subcontractors............................................................................................38 Statement of No Submittal...............................................................................................39 "DRAFT" Professional Services Agreement............................................................... 40- 49 City of Boynton Beach RFP No. 005-2210-19/IT Page 5 of 49 Page 265 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT Section I — SUBMITTAL INFORMATION A. The City of Boynton Beach will receive RFP responses until DECEMBER 3, 2018, no later than 2:30 P.M. (LOCAL TIME) in Procurement Services located at 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426. B. Any responses received after the above stated time and date will not be considered. It shall be the sole responsibility of the qualifier to have their RFP response delivered to Finance/Procurement Services for receipt on or before the above stated time and date. It is recommended that responses be sent by an overnight air courier service or some other method that allows for tracking and delivery confirmation. RFP responses that arrive after the above stated deadline as a result of delay by the mail service shall not be considered, shall not be opened at the public opening, and arrangements shall be made for their return at the qualifier's request and expense. The City reserves the right to consider submittals that have been determined by the City to be received late due solely to mishandling by the City after receipt of the RFP and prior to the award being made. C. If any addenda are issued to this RFP, the City will attempt to notify all prospective proposers who have secured same, however, it shall be the responsibility of each proposer, prior to submitting the RFP response, to contact Finance/Procurement Services at (561) 742-6322 to determine if any addenda were issued and to make any addendum acknowledgements and comply with the requirements of each addendum as part of their RFP response. D. One (1) original, so designated and four (4) copies along with one (1) electronic copy on a USB thumb drive, for a total of six (6) submittals of the RFP response, shall be submitted in one sealed package clearly marked on the outside "RFP No. 005-2210-19/IT MEDICAL DIRECTOR FOR FIRE -RESCUE", and addressed to: City of Boynton Beach, Finance/Procurement Services, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426. E. Responses shall clearly indicate the legal name, address and telephone number of the proposer (firm, corporation, partnership or individual). Responses shall be signed above the typed or printed name and title of the signer. The signer shall have the authority to bind the proposer to the submitted RFP. Proposers must note their Federal I.D. number on their RFP submittal and include a copy of their W-9. F. All expenses for making RFP responses to the City are to be borne by the proposer. G. A sample draft contract that the City intends to execute with the successful firm is contained in this Request for Proposal for review. The City reserves the right to modify the contract language prior to execution. The scope of services will closely track the scope of work detailed in Section II of this Request for Proposal. City of Boynton Beach RFP No. 005-2210-19/IT Page 6 of 49 Page 266 of 1278 Section II — INTENT AND STATEMENT OF WORK PURPOSE AND INTENT The purpose of this Request for Proposals is to obtain the services of a licensed physician(s), pursuant to Chapter 458, Florida State Statutes to serve as the Medical Director, Chapter 401, Florida State Statutes, and Rule Chapter 64J-1, Florida Administrative Code (FAC) to have authority over all clinical and patient care aspects of the Emergency Medical Services provided by the City of Boynton Beach. The City is seeking a contract for an initial term of three (3) years, with two (2) additional one-year renewal terms based upon satisfactory performance and mutual agreement of the City and the awarded Medical Director. 2. SCOPE OF SERVICES The City of Boynton Beach is seeking to employ a Medical Director to oversee the Emergency Medical Services as provided by Fire Rescue, Paramedics, and Lifeguards, as well as other departmental administrative purposes and functions. The Medical Director will be an independent contractor supervising and accepting responsibility for the medical performance of Emergency Medical Technicians (EMTs), Paramedics and first responders, and Lifeguards functioning in the Fire and Emergency Medical Services Department and the Parks and Recreation Department under applicable provisions of Florida Statutes Chapter 401, and FAC 64-J-1.004. REQUIRED SERVICES TO BE PROVIDED: Be Responsible for advising the ALS provider as to his assessment of the competence of each of the provider's paramedics and for making recommendations regarding the medical procedures which each paramedic should be authorized to perform. Such assessment should be made by utilizing responsible evaluative processes and techniques and should include at least one assessment of each paramedic's ability to: a. Appropriately evaluate emergency medical patients and determine proper priorities for emergency medical care. b. Communicate the findings of such evaluations to a physician who has agreed, in writing, to provide responsible supervision of that paramedic. C. Receive and understand proper orders from a physician providing direct supervision of the paramedic. Cl. Understand and properly apply any standing orders authorized by the Medical Director. e. Understand legal relationship between the paramedic, Medical Director, physician(s) under agreement to provide responsible supervision of the paramedic, and any other physician. f. Insure that any ALS performed by the paramedic is done with responsible physician supervision. g. Perform the specific medical procedure(s) which the paramedic is specifically authorized by the Medical Director and by the ALS provider to perform. City of Boynton Beach RFP No. 005-2210-19/IT Page 7 of 49 Page 267 of 1278 2. Continually evaluate the medical capability of the paramedics and the ALS provider and advise ALS provider regarding the appropriate level and standard of care which the ALS provider should seek to achieve. 3. Assist in identifying the specific medical skills and knowledge which paramedics must possess to achieve the desired level and standard of care. 4. Assist in identifying the training and experience necessary for the paramedics to acquire the desired skills and knowledge and, in cooperation with approved educations programs, in assuring that each paramedic receives such training and experience as required. 5. Develop and implement an appropriate process for periodic audit and review of medical procedures performed by paramedics. Such audit and review process must comply with such standards and requirements as may be set forth by the department from time to time. 6. Develop and authorize or review and authorize standing orders which allow the paramedics to properly manage certain medical emergencies when voice communications with the responsible physician is not available. Such standing orders must be specified and must at least provide for managing immediately life- threatening emergencies though they are not required to be so comprehensive as to include all possible medical emergencies. 7. Responsibility for the medical correctness of any standing order which he/she authorizes for use by the paramedics and for properly instructing the paramedics regarding the correct use of standing orders. 8. Assist the ALS provider in assuring continuous availability of at least one responsible physician. Determine the qualifications necessary for a physician to provide responsible supervision of the paramedics. 9. Retain the ultimate authority to permit and/or prohibit any system paramedic to utilize ALS techniques. (Specific authority 401.35, 381.031(1)(g), 20.05(5) FS; Law implemental 401.46, 401.47 FS. History NEW 9-10-7. RELATED RESPONSIBILITIES: A. The Medical Director serves as the Fire Department's physician for the purpose of advising the Fire Chief on matters pertaining to occupational safety and health. B. The Medical Director serves as the Medical Director for the City's Ocean Rescue/Lifeguards, who may be certified as Emergency Medical Technicians. C. The Medical Director agrees to directly and indirectly supervise and accept responsibility for the medical performance of Emergency Medical Technicians and Paramedics functioning in the Fire and Emergency Medical Services Department and the Parks and Recreation Department. Such supervision shall be accomplished by, though not limited to: City of Boynton Beach RFP No. 005-2210-19/IT 1. Actual accompaniment of Paramedics and EMTs on rescue calls; Page 8 of 49 Page 268 of 1278 2. Monitoring of radio transmissions to and from hospital emergency departments and related facilities; 3. Review of rescue incident reports and associated documentation; 4. Conference and/or meetings in both individual and group situations; 5. Review of Standard Operating Procedures and Protocols involving multi -agency responses to medical emergencies; 6. Active participation in daily in-service training scheduled by the Fire Department. These duties will be performed periodically by the Medical Director at his/her convenience and as often as is necessary to insure that proper medical standards and procedures are being followed. The Medical Director shall provide the Fire Chief with written reports as required by the Fire Chief regarding efficiency and effectiveness and general performance of the City's Emergency Medical Services System. D. The Medical Director shall perform all services required of him/her pursuant to Chapter 401, Florida Statutes, and the applicable rules of any governmental agency implementing said Chapter or other established duties required to be performed by said Medical Director or upon promulgation of additional duties by the Florida Department of Health. E. The Medical Director shall give necessary instructions to the City's Emergency Medical Technicians (EMTs), Paramedics, and Lifeguards. The Medical Director will also supervise and arrange such in-service instructional sessions, and promulgate such rules and directives, as may be necessary to assure that all medical services performed by EMTs, Paramedics, and Lifeguards are in accordance with proper medical standards and procedures. City of Boynton Beach RFP No. 005-2210-19/IT In addition, the Medical Director shall participate in general Paramedic staff meetings at a time and date mutually agreeable with the Medical Director and the Fire and Emergency Medical Services Department; provide sufficient didactic lecture and instruction to insure that standards of emergency medical care are maintained, review and comment on content and emphasis on in-service training and testing procedures; and shall initiate a review of all pre -hospital emergency medical service protocols and levels of personnel and equipment response at least every six months to determine their applicability and appropriateness with respect to currently accepted emergency procedures. Recommended revisions of said protocols or response procedures shall be furnished to the Fire Chief. Page 9 of 49 Page 269 of 1278 III. SERVICES AND RESPONSIBILITIES: 1. The Medical Director will assure the continuous availability of at least one qualified physician as outlined in Section I, who shall serve as Acting Medical Director in the absence of the Medical Director. Please provide the name, address and Medical License number of the physician to be designated "Acting Medical Director". In addition, the Medical Director will notify the Boynton Beach Fire and Emergency Medical Services Department whenever he/she will be unavailable for whatever reason, and will attempt to provide 24-hour prior notification of such unavailability except under emergency circumstances. The notification shall be given to the Office of the Fire Chief, and shall include the name and telephone numbers of the Acting Medical Director. 2. The Medical Director may provide liaison services as required and requested between the Fire and Emergency Medical Services Department of the City and other departments, divisions, boards, and bodies of the City, County and State of Florida, as well as educational, institutions, medical societies and other agencies or institutions relating to the provision of Emergency Medical Services. A. The Medical Director will retain ultimate authority to permit or deny any Paramedic or EMT the utilization or advanced life support techniques, basic life support, patient assessment, or patient stabilization procedures. Upon request, the Medical Director shall advise the Fire Chief or the Director of Parks and Recreation, if appropriate, on disciplinary recommendations related to medical care. B. The Medical Director shall administer a protocol examination and/or practical test as he/she sees fit to determine the competence of all Emergency Medical Services personnel covered by this Agreement. C. Upon request, the Medical Director may participate in the design and structure of selection procedures for entry level personnel for the City of Boynton Beach. D. Upon request, the Medical Director will consult with the Fire Chief regarding promotional testing criteria for incumbent personnel. E. Upon request, the Medical Director may advise the department on appropriate procedures to address incidents in which an employee of the Fire and Emergency Services Department or the Parks and Recreation Department's Lifeguard Unit has been or may have been exposed to infectious diseases or hazardous materials. F. Upon request, the Medical Director will maintain data regarding the status of employees who have been, or may have been, exposed to infectious diseases or hazardous materials. G. Upon request, the Medical Director will provide oversight and instruction to assist in the preparation of personnel in the Fire and Emergency Service Department in professional competitions which may be selected by the Department. City of Boynton Beach RFP No. 005-2210-19/IT Page 10 of 49 Page 270 of 1278 H. At his/her election, the Medical Director may utilize the services of a Licensed Physician Assistant who shall be designated as a Deputy Medical Director to facilitate the delivery of the services enumerated in the Medical Director's contract. I. However, responsibility for the efficient delivery of these services shall remain with the Medical Director and no increase in the annual fee shall occur based on this election. J. The Medical Director will oversee and provide instruction during department scheduled in-service training, for a minimum of six hours per month. IV. CONSIDERATION BY THE CITY OF BOYNTON BEACH A. Because the Medical Director/Associate Medical Director may be subject to the risk of certain liabilities by entering into this Agreement, the City will obtain and pay the annual premium on a general liability insurance policy insuring the Medical Director/Associate Medical Director against liability arising out of negligent acts or omissions, solely while acting within the course and scope of their duties as Medical Director, during the term of this Agreement and as outlined in Florida Statue 401.265. A. Appropriate communications equipment such as a portable radio, digital pager, cell phone, etc., may be provided to the Medical Director, if applicable, by the City. B. The Medical Director shall be directly responsible to the Chief of the Fire and Emergency Medical Services Department of the City. The Fire and Emergency Medical Services Department will provide limited administrative and secretarial support to the Medical Director through the Office of the Fire Chief. C. The Fire and Emergency Medical Services Department, through the Office of the Fire Chief and the Parks and Recreation Department, shall cooperate to the greatest possible extent in the delivery of competent emergency medical care, including implementation of the policies established by the Medical Director and approved by the Fire Chief. City of Boynton Beach RFP No. 005-2210-19/IT Page 11 of 49 Page 271 of 1278 Section III - PROPOSAL SUBMITTAL INSTRUCTIONS AND REQUIREMENTS In order to facilitate the analysis of responses to this RFP, Respondents are required to prepare their proposals in accordance with the instructions outlined in this section. Consultants whose proposals deviate from these instructions may be considered non- responsive and may be disqualified at the discretion of the City of Boynton Beach. Proposals shall be prepared as simply as possible and provide a straightforward, concise description of the Respondent's capabilities to satisfy the requirements of the RFP. Expensive bindings, color displays, promotional materials, etc., are not necessary or desired. Emphasis shall be concentrated on accuracy, completeness, and clarity of content. a. Each of the eight (8) sections listed below shall be tabbed and labeled. b. Each page shall be numbered on the bottom right hand corner. c. Submit one (1) original proposal and four (4) copies + one (1) electronic copy on flash drive or CD/DVD. Cl. The proposal shall be organized as follows: Proposal Tab Section Title 1. Introduction letter/ Statement of Interest 2. Statement of Organization /Executive Summar 3. Minimum Qualifications and Requirements 4. Qualifications/Experience of Proposer 5. Current and Projected Workload 6. Similar Projects / References 7. Cost Proposal 8. Submittal Forms TAB 1 - INTRODUCTION LETTER / STATEMENT OF INTEREST= The Respondent shall provide an introduction letter on corporate letterhead, signed by an authorized representative of the company. The letter should clearly indicate the company name, address and signature. This letter shall provide a brief narrative highlighting the Respondent's proposal. This tab section should not include cost quotations. TAB 2 — STATEMENT OF ORGANIZATION _= The Respondent shall provide the following information: A. Legal contracting name including any dba. B. State of organization or incorporation. C. Ownership structure of Respondent's company. (e.g., Sole Proprietorship, Partnership, Limited Liability Corporation, Corporation) D. Federal Identification Number. E. Contact information for Respondent's Corporate headquarters. Address City, State, Zip Phone City of Boynton Beach RFP No. 005-2210-19/IT Page 12 of 49 Page 272 of 1278 F. Contact information for Respondent's Local office (if any). Address City, State, Zip Phone G. List of officers, owners and/or partners, or managers of the firm. Include names, business addresses, email addresses, and phone numbers. H. Any additional organizational information that Respondent wishes to supply to augment its organizational structure. I. Contact information for Respondent's Primary representative during this RFP process. Name Phone E-mail Mailing Address City, State, Zip J. Contact information for Respondent's Secondary representative during this RFP process. Name Phone E-mail Mailing Address City, State, Zip K. Briefly summarize any potential conflicts of interest, pending or current litigation relating to the performance of requested surveying services in which Respondent is party to. Disclose any circumstance where the conduct of the Respondent is being investigated or has had an adverse determination by any legal or administrative body. L. Provide details of any ownership changes to Respondent's organization in the past three years or changes anticipated within six months of the Due Date and Time (e.g., mergers, acquisitions, changes in executive leadership). TAB 3 — MINIMUM QUALIFICATIONS AND REQUIREMENTS — Each respondent shall submit information and documentation requested that confirms it meets the following qualification requirement(s): a. Must be registered with the States of Florida, Division of corporations to do business in Florida. No documentation is required. The City will verify registration. b. In order to be considered responsive, the Respondent must meet the Medical Director standards as required by 64-J-1.004 FAC and Chapter 401, Florida State Statutes: 1. The Medical Director must be a State of Florida licensed physician; with clear and active Status with the Florida Bureau of Medical Quality Assurance; City of Boynton Beach RFP No. 005-2210-19/IT Page 13 of 49 Page 273 of 1278 2. Must be certified by the American Board of Emergency Medicine in Emergency Medicine with a sub specialty board certification in Emergency Medical Services (EMS). 3. Must be an ACLS (Advanced Cardiac Life Support) provider with instructor certification; 4. Must be an ACLS affiliate faculty member of the American Heart Association; 5. Must be a Board Certified Emergency Physician, or is currently employed as an Emergency Department Physician in the State of Florida, or who has previously been an Emergency Department Physician in the State of Florida within the past five (5) years and possess a current DEA License; 6. Must be a Fellow of the American Academy of Emergency Medicine (FAAEM); Respondent shall provide documentation of all required licenses, certifications, credentials of privileges and affiliations, curriculum vitae, as well as other credentials or information in order to comply with this requirement. TAB 4 — QUALIFICATIONS AND EXPERIENCE OF PROPOSER — 1. The Respondent shall describe its qualifications and demonstrated experience with services of this scale and similar complexity. 2. Describe the education, training, experience, certifications, registrations, familiarity with the operation of EMS systems, experience in training emergency personnel, etc. Attach resumes and experience of additional personnel to be assigned to the City of Boynton Beach. TAB 5 — CURRENT AND PROJECTED WORKLOAD — 1. Describe your current and projected workload, e.g., active practice; hospital and clinic affiliations, department head, teaching commitments, etc. TAB 6 — SIMILAR PROJECTS / REFERENCES — 1. Provide at least three (3) references from at least three (3) governmental agencies (or regional districts) in the state of Florida, for whom you have served as medical director. Please include the name of the agency, contact name, telephone, fax and email address. TAB 7 — COST PROPOSAL — The City of Boynton Beach requests that the firms interested in responding complete the Cost Proposal Form attached herein. Provide a monthly fee amount and an annual amount for the proposed services outlined in the Scope of Work. Please include all expenses in the monthly/annual amounts. TAB 8 — SUBMITTAL FORMS — Respondents must complete and submit the required forms in order for submittal to be considered a valid response. DO NOT INCLUDE YOUR PRICE PROPOSAL FORM IN THIS SECTION RATHER INCLUDE IT IN TAB 7— PRICE PROPOSAL. ■ Proposer's Acknowledgement ■ Acknowledgment of Addendum(s) ■ Statement of Proposer's Qualifications ■ References ■ Anti -Kickback Affidavit ■ Non Collusion Affidavit of Prime Proposer ■ Confirmation of Minority Owned Business City of Boynton Beach RFP No. 005-2210-19/IT Page 14 of 49 Page 274 of 1278 ■ Confirmation of a Drug Free Workplace ■ Acknowledgement of PBC Inspector General ■ City of Boynton Beach Local Business Status ■ Scrutinized Companies Certification Form ■ Schedule of Sub -Consultants ■ Statement of No Proposal (if applicable) THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. City of Boynton Beach RFP No. 005-2210-19/IT Page 15 of 49 Page 275 of 1278 Section IV — PROPOSAL EVALUATION METHOD AND CRITERIA: The City will designate a Selection Committee to review and evaluate the Proposals submitted in response to this RFP. The Purchasing Manager shall determine whether each Respondent is responsive and responsible. For the purposes of this RFP, a responsive Respondent means a Firm that has submitted a proposal that conforms in all material respects to the requirements in the RFP. Accordingly, the Purchasing Manager will determine whether each Proposer correctly submitted all of the necessary forms and documents. Among other things, a proposal may be found to be non-responsive if the Respondent failed to provide the information requested in the RFP; failed to utilize or complete the required forms; provided incomplete, indefinite, or ambiguous responses; failed to comply with the applicable deadlines; provided improper or undated signatures; or provided information that is false, misleading, or exaggerated. The Selection Committee will evaluate each proposal utilizing the following criteria: Criterion Max Score Proposed Fees / Cost of Services 20 Qualifications of the proposer and experience of additional personnel 25 Scope of Services 25 References from other State of Florida Agencies 10 Current and Projected Workload 15 Local Business Certification Form 5 Total 100 At any time during the Selection process, the City may reject a proposal if the City concludes the Proposer is not qualified (e.g. Proposer does not satisfy the minimum requirements criteria set forth in this RFP). City of Boynton Beach RFP No. 005-2210-19/IT Page 16 of 49 Page 276 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT GENERAL CONDITIONS FAMILIARITY WITH LAWS: The qualifier is assumed to be familiar with all Federal, State and Local laws, ordinances, rules and regulations that in any manner affect the equipment. Ignorance on the part of the qualifier will in no way relieve them from responsibility. 2. BID FORMS: The bidder will submit a bid on the bid forms provided. All bid prices, amounts and descriptive information must be legibly entered. The bidder must state the price and the time of delivery for which they propose to deliver the equipment or service requested. The bidder IS required to be licensed to do business as an individual, partnership or corporation in the State of Florida. Place all required bid forms in a sealed envelope that has the company's name and address, proposal title, number, proposal date and time on the outside of the sealed envelope. Proposals not submitted on appropriate proposal forms may be rejected. All proposals are subject to the conditions specified herein. Proposals which do not comply with these conditions are subject to rejection. 3. EXECUTION OF BID: Proposal must contain an original signature of a representative who is legally authorized to contractually bind the Proposer. 4. NO BID: If not submitting a proposal, respond by returning one copy of the "STATEMENT OF NO BID" and explain the reason by indicating one of the reasons listed or in the space provided. Repeated failure to quote without sufficient justification shall be cause for removal of the Professional's name from the mailing list. NOTE: To qualify as a respondent, bidder must submit a "NO BID" and it must be received no later than the stated bid receiving date and hour. 5. BID DEADLINE: It is the proposer's responsibility to assure that the proposal is delivered at the proper time and place prior to the proposal deadline. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers in regards to mail being delivered by a specified time so that a proposal can be considered. Proposals which for any reason are not delivered by the deadline will not be considered. If no award has been made, the City reserves the right to consider proposals that have been determined by the City to be received late due to mishandling by the City after receipt of the proposal. Offers by telegram or telephone are not acceptable. 6. RIGHT TO REJECT RFP: Right is reserved to reject any or all RFP's and to waive technical errors, or to accept any RFP's that are in part deemed as the best responsible qualifier which represents the most advantageous RFP to the City. In determining the ,'most advantageous RFP", price, quantifiable factors, and other factors are considered. This would include specifications, proposed schedule, the proposed price and other factors contributing to the overall acquisition cost of this service. Consideration may be given, but not necessarily limited to conformity to the specifications, including timely delivery, product warranty, a qualifier's proposed service, ability to supply and provide service, delivery to required schedules and past performances in other Contracts with the City or other government entities. City of Boynton Beach RFP No. 005-2210-19/IT Page 17 of 49 Page 277 of 1278 7. RIGHTS OF THE CITY: The City expressly reserves the right to: ■ Waive as an informality, minor deviations from specifications at a lower price than the best responsible qualifier meeting all aspects of the specifications and consider it, if it is determined that total cost is lower and the overall function is improved or not impaired; ■ Waive any defect, irregularity or informality in any RFP or qualifying procedure; ■ Reject or cancel any or all RFP's; ■ Reissue Request for Proposal Invitation; ■ Extend the RFP opening time and date; ■ Consider and accept an alternate RFP as provided herein when most advantageous to the City. 8. STANDARDS: Factors to be considered in determining whether the standard of responsibility has been met include whether a prospective qualifier has: ■ Available the appropriate financial, material, equipment, facility and personnel resources and expertise, or the ability to obtain them, necessary to indicate its capability to meet all contractual requirements; ■ A satisfactory record of performances; ■ A satisfactory record of integrity; ■ Qualified legally to Contract within the State of Florida and the City of Boynton Beach; ■ Supplied all necessary information in connection with the inquiry concerning responsibility. 9. INFORMATION AND DESCRIPTIVE LITERATURE: Proposers must furnish all information requested in the spaces provided on the RFP form. Further, as may be specified elsewhere, each qualifier must submit for RFP evaluation cuts, sketches, and descriptive literature and technical specifications covering the products offered. Reference to literature submitted with a previous RFP or on file with the buyer will not satisfy this provision. 10. INTERPRETATIONS: Any questions concerning conditions and specifications should be directed to this office in writing no later than ten (10) days prior to the RFP closing. Inquiries must reference the date by which the RFP is to be received. 11. CONFLICT OF INTEREST: The award hereunder is subject to all conflict of interest provisions of the City of Boynton Beach, Palm Beach County, of the State of Florida. 12. TRADE SECRET: Any language contained in the Proposer's Proposal purporting to require confidentiality of any portion of the Proposal, except to the extent that certain information is in the City's opinion a Trade Secret pursuant to Florida law, shall be void. If a Proposer submits any documents or other information to the City which the Proposer claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (Public Records Laws), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the City of Boynton Beach RFP No. 005-2210-19/IT Page 18 of 49 Page 278 of 1278 document or information is exempt. The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Proposer's Proposal constitutes a Trade Secret. The City's determination of whether an exemption applies shall be final, and the Proposer agrees to defend, indemnify, and hold harmless the City its officers, employees, volunteers, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records. Proposals purporting to be subject to copyright protection in full or in part will be rejected. EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR PROPOSAL AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR PROPOSAL OR ANY PART THEREOF AS COPYRIGHTED. 13. SUBCONTRACTING: If a qualifier subcontracts any portion of a Contract for any reason, they must state the name and address of the subcontractor and the name of the person to be contacted on the attached "Schedule of Subcontractors". The City of Boynton Beach reserves the right to accept or reject any or all RFP's wherein a subcontractor is named and to make the award to the qualifier, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. The City also reserves the right to reject the RFP of any qualifier if the RFP names a subcontractor who has previously failed in the proper performance of an award or failed to deliver on time Contracts of a similar nature, or who is not in a position to perform properly under this award. The City reserves all rights in order to make a determination as to the foregoing. 14. ADDENDA: From time to time, the City may issue an addendum to change the intent or to clarify the meaning of the Contract documents. Since all addenda are available to Proposers at the Office of Procurement Services, it is each qualifier's responsibility to check with the issuing office and immediately secure all addenda before submitting RFP's. It is the usual practice for the City to upload all addenda to Demanstar.com, but it cannot be guaranteed that all Proposers will receive ALL addendum(s) in this manner. Each qualifier shall acknowledge receipt of ALL addenda by notation on the RFP. 15. ESCALATOR CLAUSE: Any RFP which is submitted subject to an escalator clause will be rejected. 16. EXCEPTIONS: Incorporation in an RFP of exceptions to any portion(s), of the Contract documents may invalidate the RFP. Exceptions to the Technical and Special Provisions shall be clearly and specifically noted in the qualifier's RFP on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS" and this sheet shall be attached to the RFP. The use of qualifier's standard forms or the inclusion of manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract documents. 17. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City Manager shall be final and binding on both parties. 18. ANTITRUST CAUSE OF ACTION: In submitting an RFP to the City of Boynton Beach, the respondent offers and agrees that if the RFP is accepted, the respondent will convey, sell, assign or transfer to the City of Boynton Beach all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City of Boynton Beach. At the City of Boynton Beach's discretion, such assignment shall be made and become effective at the time the purchasing agency tender's City of Boynton Beach RFP No. 005-2210-19/IT Page 19 of 49 Page 279 of 1278 final payment to the respondent. 19. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship or performance of the items offered on this RFP prior to their delivery, it shall be the responsibility of the successful qualifier to notify the City at once, indicating in a letter the specific regulation which required an alteration. The City reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract at no expense to the City. 20. LEGAL REQUIREMENTS: Federal, State, County, and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the qualifier will in no way be a cause for relief from responsibility. 21. ON PUBLIC ENTITY CRIMES - All Request for Proposal Invitations as defined by Section 287.012(l 1), Florida Statutes, Requests for Proposal as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted Professional list following a conviction for public entity crime may not submit an RFP on a contract or provide any goods or services to a public entity, may not submit an RFP on a contract with a public entity for the construction or repair of a public building or public work, may not submit RFP's on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted Professional list". 22. ADVERTISING: In submitting an RFP, the qualifier agrees not to use the results therefrom as a part of any commercial advertising. Violation of this stipulation may be subject to action covered under "NONCONFORMANCE TO CONTRACT CONDITIONS". 23. ASSIGNMENT: Any Purchase Order issued pursuant to this RFP invitation and the monies which may become due hereunder are not assignable except with the prior written approval of the City. 24. LIABILITY: The selected bidder(s) shall hold and save harmless the City of Boynton Beach, Florida its officers, agents, volunteers and employees from liability of any kind in the performance of this Contract. Further, the selected bidder(s) shall indemnify, save harmless and undertake the defense of the City, its City Commissioners, agents, servants an employees from and against any and all claims, suits, actions, damages, or causes of action arising during the term of this Contract, for any personal or bodily injury, loss of life, or damage to property arising directly or indirectly from bidder's operation pursuant to this Contract and from and against all costs, attorney fees, expenses and liabilities incurred in and about any such claims, the investigation thereof, or the defense of any action or proceedings brought thereon, and from and against any orders or judgments which may be entered therein. The City shall notify the bidder within ten (10) business days of receipt by the City of any claim, suit or action against the City arising directly or indirectly from the operations of the bidder hereunder, for which the City may be entitled to a claim or indemnity against the bidder, under the provisions of this Contract. Bidder shall have the right to control the defense of any such City of Boynton Beach RFP No. 005-2210-19/IT Page 20 of 49 Page 280 of 1278 claim, suit, or actions. The bidder shall also be liable to the City for all costs, expenses, attorneys' fees and damages which may be incurred or sustained by the City by reason of the bidder's breach of any of the provision of the contract. Bidder shall not be responsible for negligent acts of the City or its employees. 25. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the Professional, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, school boards, political subdivisions, counties, and cities. Each governmental agency allowed by the Contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 26. AWARD OF CONTRACT: Contracts or Purchase Orders will be awarded by the City to the most responsive, responsible qualifier whose RFP represents the most advantageous RFP to the City, Evaluation of RFP's will be made based upon the evaluation factors and standards heretofore set forth. The City reserves the right to reject any and all RFP's and to waive technical errors as heretofore set forth. In the event of a Court challenge to an award by any qualifier, damages, if any, resulting from an improper award shall be limited to actual RFP preparation costs incurred by the challenging qualifier. In no case will the award be made until all necessary investigations have been made into the responsibility of the qualifier and the City is satisfied that the best responsible qualifier is qualified to do the work and has the necessary organization, capital and equipment to carry out the required work within the time specified. 27. FUNDING OUT: The resultant Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission for the City of Boynton Beach in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 28. LICENSE AND PERMITS: It shall be the responsibility of the successful qualifier to obtain all licenses and permits, if required, to complete this service at no additional cost to the City. Licenses and permits shall be readily available for review by the Assistant to the Finance Director and City Inspectors. 29. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: Qualifier certifies that all material, equipment, etc., contained in this RFP meets all O.S.H.A. requirements. Qualifier further certifies that if awarded as the successful qualifier, and the material equipment, etc. delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on date of delivery, all costs necessary to bring the materials, equipment, etc., into compliance with the aforementioned requirements shall be borne by the qualifier. Qualifier certifies that all employees, subcontractors, agents, etc. shall comply with all O.S.H.A. and State safety regulations and requirements. 30. PALM BEACH COUNTY INSPECTOR GENERAL: The contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any contracts resulting from this solicitation, and in furtherance thereof, may demand and obtain records and testimony from the contractor and its subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the municipality to be a material City of Boynton Beach RFP No. 005-2210-19/IT Page 21 of 49 Page 281 of 1278 breach of this contract justifying its termination. 31. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US 32. LOCAL BUSINESS STATUS CERTIFICATION: The City of Boynton Beach Administrative Policy No. 10. 16.01 provides for a local business preference. "For all acquisitions made pursuant to Requests for Proposals, Requests for Qualifications or Requests for Letters of Interest, the solicitation shall include a weighted criterion for Local Businesses of five percentage points (5%) of the total points in the evaluation criteria published in the solicitation. For all acquisitions made pursuant to Requests for Proposals, City of Boynton Beach RFP No. 005-2210-19/IT Page 22 of 49 Page 282 of 1278 Requests for Qualification or Requests for Letters of Interest, where the solicitation includes a qualitative ranking rather than a quantitative selection, the evaluation criteria shall include a Local Business preference, as reasonably determined by the Financial Services Department, Purchasing Services, consistent with the intent of this Policy. Each such solicitation shall clearly define the application of the Local Business preference." In order to be considered for a local business preference, a Respondent must include the Local Business Status Certification Form at the time of RFP submittal. Failure to submit this form at the time of RFP submittal will result in the Respondent being found ineligible for the local business preference for this solicitation. Respondents who are certified as required will receive the full five points allotted for this evaluation criteria. All other firms will receive zero points in this evaluation criterion. 33. SCRUTINIZED COMPANIES - 287.135 and 215.473 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. QUESTIONS: Any questions relative to any item(s) or portion of Request for Proposal should be directed to Ilyse Triestman, Purchasing Manager, (561) 742-6322 Monday through Friday from 8:00 A.M. to 5:00 P.M; email: triestmani@,bbfl.us THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. City of Boynton Beach RFP No. 005-2210-19/IT Page 23 of 49 Page 283 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT PROPOSER ACKNOWLEDGEMENT Submit RFP's to: PROCUREMENT SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6322 RFP Title: MEDICAL DIRECTOR FOR FIRE -RESCUE RFP Number: 005-2210-19/IT RFP Received by: DECEMBER 3, 2018, NO LATER THAN 2:30 P.M. RFP's will be opened in Procurement Services unless specified otherwise. RFP receiving date and time is scheduled for: DECEMBER 3, 2018, NO LATER THAN 2:30 P.M. (LOCAL TIME) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this RFP shall conform to applicable sections of the charter and codes of the City. Name of Professional Federal I.D. Number: A Corporation of the State of Area Code: Telephone Number: Area Code: FAX Number: Mailing Address: City/State/Zip: E-mail Address: Authorized Signature Name Typed THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 24 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 284 of 1278 A D D E N D A CITY OF BOYNTON BEACH FLORIDA RFP TITLE: "MEDICAL DIRECTOR FOR FIRE -RESCUE" RFP NO.: 005-2210-19/IT DATE SUBMITTED: We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, means of transportation, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: THE CITY OF BOYNTON BEACH we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 25 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 285 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT COST PROPOSAL FORM Proposers must use this form for submitting its Cost Proposal. The price shall be fixed and firm and should be fully burdened to include all necessary elements such as but not limited to salary, general administrative expenses, travel, mileage, overhead and fee/profit needed to perform all of the services described under this solicitation. ITEM QTY UNIT OF MEASURE DESCRIPTION MONTHLY COST ANNUAL COST 1. 12 MONTHS Fixed, flat fee for Medical Director $ $ Services TOTAL ANNUAL FEE: $ COMPANY NAME TELEPHONE NO. E-MAIL ADDRESS DATE AUTHORIZED SIGNATURE PRINTED NAME TITLE THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 26 RFP No. 005-2210-19/IT Page 286 of 1278 STATEMENT OF QUALIFICATIONS Each qualifier proposing on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each RFP document. Failure to comply with this instruction may be regarded as justification for rejecting the RFP response. * attach additional sheets giving the information 1. Name of Qualifier: 2. Business Address: 3. When Organized: 4. Where Incorporated: 5. How many years have you been engaged in business under the present firm name? 6. General character of work performed by your company. 7. Enclose evidence of possession of required licenses and/or business permits. 8. Number of employees. 9. Background and experience of principal members of your personnel, including officers. 10. Bonding capacity, if applicable. 11. Have you ever defaulted on a contract? If so, where and why? THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 27 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 287 of 1278 12. Experience in performance of work similar in importance to this project. Project $ Value Contact Name Phone # 13. Contracts on hand. * 14. Largest completed projects (include final cost). 1) 2) 3) 15. List all lawsuits (related to similar projects) or arbitration to which you have been a party and which: * 1) arose from performance: 2) occurred within the last 4 years: 3) provide case number and style: Dated at: this day of By: (written signature) Name: Title: (printed or typed) 20 THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT 28 Page 288 of 1278 REFERENCES FOR (NAME OF FIRM) ""k 1\;, 1,1 _ 1,l 1,l 1,l 1,l 1l 1,L 1,l 1"l 1,l 1,l 1,1 1"`. 1,l 1,l 1,l 1,l t, Company Name: Address: Contact Name: Phone: Fax: E -Mail: "¢l" "' 1\;, ll ._ 1"l ll 1"l ll 1l l,L ll 1"l - 1"l 1"l ll l,'. ll ll ll 1"l Company Name: Address: Contact Name: Phone: Fax: E -Mail: "¢l" "' 1\;, ll ._ 1"l ll 1"l ll 1l l,L ll 1"l - 1"l 1"l ll l,'. ll ll ll 1"l Company Name: Address: Contact Name: Phone: Fax: E -Mail: "¢l" "' 1\;, ll ._ 1"l ll 1"l ll 1l l,L ll 1"l - 1"l 1"l ll l,'. ll ll ll 1"l Company Name: Address: Contact Name: Phone: Fax: E -Mail: THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 29 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 289 of 1278 ANTI -KICKBACK AFFIDAVIT STATE OF FLORIDA SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. Sworn and subscribed before me this day of NOTARY PUBLIC, State of Florida at Large "OFFICIAL NOTARY SEAL" STAMP NAME - SIGNATURE 20 Printed Information: NAME TITLE COMPANY THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 30 RFP No. 005-2210-19/IT Page 290 of 1278 NON COLLUSION AFFIDAVIT State of ) County of ) 1) He/She is (Title) , being first duly sworn, deposes and says that: of , the qualifier (Name of Corporation or Firm) who has submitted the attached RFP No. 005-2210-19/IT for MEDICAL DIRECTOR FOR FIRE -RESCUE 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFP is genuine and is not a collusive or sham RFP; 4) Further, the said qualifier nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other qualifier, firm or person to submit a collusive or sham RFP in connection with the Contract for which the attached RFP has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other qualifier, firm or person to fix the price or prices in the attached RFP or of any other qualifier, or to fix any overhead, profit or cost element of the RFP price or the RFP price of any other qualifier, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the qualifier or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title Subscribed and sworn to before me This day of 120 My commission expires THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 31 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 291 of 1278 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN l 1 OTHER (specify) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 32 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 292 of 1278 CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE SUBMITTALS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied Professionals have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Professional's Signature THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 33 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 293 of 1278 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT The Respondent is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The Respondent understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. CONTRACTOR NAME Title: Date: THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 34 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 294 of 1278 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, , the (Name of officer of company) (Title of officer of company) , located at (Name of Corporation/Company) (Business Address) of Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS: 1. Is the business located within the City limits YES NO Number of Years: of Boynton Beach, Florida? 2. Does the business have a business tax YES NO Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida YES NO Division of Corporations? I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Print Name: Signature: ***FOR PURCHASING USE ONLY*** Business License ❑ Year Established: ❑ Verified by: Date: Active: THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 35 RFP No. 005-2210-19/IT Page 295 of 1278 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 I, , on behalf of Print Name and Title Company Name that does not: Company Name certify 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 36 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 296 of 1278 attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. COMPANY NAME SIGNATURE PRINT NAME TITLE THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 37 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 297 of 1278 W m D U 2 Cl) w F- � F- W d!?5 m LL 2 2 7 O L6O LL 2w O LL0 q 95 wQ D U LU M U) M 5g2 0 \/2 72— /f2 20 /$\ ƒ\7 f \� ROe .=e : £ / e*a § \ 0.- *Ee 027 co e== = E Co co�\ E�� //) 0 0 L) = E @oe /\ ± / /2E E c/ 0) Mn =2� 0 /\§ / /d \\\ 0 CL0 EE\ /ft \// ? SS 0 %k \ Ln # o o=\ \\2 o Lr -S / \ § § k k 0 � k co 2 @ k k m C: S E 0 U_ ƒ 0 0 / E 0 k \ ) s � 0 { 2\ k\ 0 % -22 7\ §k 0 E °0 kf o \2: LU cL two § � \/ 2 0 0 //\ LU LU /co /2 0 3 § § g\7 k 2 \// 2§ E C} :3 2 Lu \\� aU ems _a /\ � c� E �« § 0 2 LU \� k LU oCL ¥�7 2� tf= 0S £ CL CL S § § � \0 y2 \ Co// � * 2 \/\ 0) —�) o % _ —(n a) CL )\f §// / \ C m rl- N 0 m m N ¢ 2 n 0- B @ \ \ \ Of @/ ■2 �0 @ a/ S � 0 2 E U« 0 2 @ ■ c @ u � 2 2 � ■ c 0 U � � Cl) 0 ■ ■ @ � � « 2 2 � ■ c 0 U � � Cl) 0 @ E ■ 2 k co 2 @ k k m C: S E 0 U_ ƒ 0 0 / E 0 k \ ) s � 0 { 2\ k\ 0 % -22 7\ §k 0 E °0 kf o \2: LU cL two § � \/ 2 0 0 //\ LU LU /co /2 0 3 § § g\7 k 2 \// 2§ E C} :3 2 Lu \\� aU ems _a /\ � c� E �« § 0 2 LU \� k LU oCL ¥�7 2� tf= 0S £ CL CL S § § � \0 y2 \ Co// � * 2 \/\ 0) —�) o % _ —(n a) CL )\f §// / \ C m rl- N 0 m m N ¢ 2 n 0- B @ \ \ \ Of STATEMENT OF NO SUBMITTAL If you are not submitting an RFP for this project, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426. Failure to respond may result in deletion of Firm's name from the City's Firm list. COMPANY NAME ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to respond to your RFP No. 005-2210-19/IT MEDICAL DIRECTOR FOR FIRE -RESCUE because of the following reasons: Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) REMARKS: 39 Page 299 of 1278 "DRAFT" SUBJECT TO REVISIONS PRIOR TO SIGNING. PROFESSIONAL AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND MEDICAL SERVICES DIRECTOR THIS PROFESSIONAL AGREEMENT, entered into this day of between the City of Boynton Beach, a political subdivision of the State of Florida, hereinafter referred to as the "CITY", and a MEDICAL DIRECTOR, authorized to do business in the State of Florida, hereinafter referred to as the "MEDICAL DIRECTOR" for Emergency Medical Services is entered into subject to the following terms and conditions. The City of Boynton Beach and hereby agree that the terms of this Contract provide an outline of the working relationships and responsibilities of the CITY and the MEDICAL for the City's Emergency Medical Services Program (EMS), which is part of the CITY'S Municipal Fire Department. The items in this Contract in the following Sections are aimed at identifying the MEDICAL DIRECTOR'S general relationship with the CITY, his responsibility for supervising the direct medical related activities of the EMS Program, and the MEDICAL DIRECTOR'S responsibility for local training and certification of the Paramedics per RFP No. 005-2210-19/IT. The Contract further supports the principle that the MEDICAL DIRECTOR will receive support from the Fire Department Administration and will direct his requests for equipment and equipment assignments; manpower and manpower assignments; and supplies of the Fire Department Administration and recognizes that assignments to the Paramedic Program will be made by the Fire Chief in accordance with the overall resources and needs of the Fire Department. TERM OF AGREEMENT The term of this agreement shall be for Three (3) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach may extend the agreement at the same terms, and conditions, for two (2) one-year renewals subject to vendor acceptance, satisfactory performance, and determination that renewal will be in the best interest of the City. 1. The CITY hereby contracts with the MEDICAL DIRECTOR and the MEDICAL DIRECTOR accepts this contract as MEDICAL DIRECTOR for the City Of Boynton Beach Emergency Medical Services Program under the provisions of Section 401.46, Florida Statutes, and the applicable rules of any governmental agency implementing said Chapter or other established duties required to be performed by said MEDICAL DIRECTOR, or upon notice from the CITY that such additional duties have been established by the Florida Department of Health and Rehabilitative Services. It is recognized that the MEDICAL DIRECTOR'S contract with the CITY preserves the MEDICAL DIRECTOR'S right to practice as an independent physician at all times. The Medical Director will assure the continuous availability of at least one qualified physician as outlined in Section I, who shall serve as Acting Medical Director in the absence of the Medical Director 2. The MEDICAL DIRECTOR shall accept responsibility for the medical performance of the Emergency Medical Technicians, Paramedics, Lifeguards and Certified Emergency Medical Dispatchers employed by the CITY and serving in the Emergency Medical Services Program of the City Fire Department, herein referred to as EMS. The MEDICAL DIRECTOR shall be responsible directly to the City Manager. However, nothing herein shall in any way authorize any limitations or restrictions by the City Manager on the professional acts or advice of the MEDICAL DIRECTOR. Page 4Jb0 of 1278 3. The Fire Chief, through the Department staff and operation procedure, will establish Department policy for equipment and equipment assignment, and for supply purchase and use. The MEDICAL DIRECTOR, in conjunction with the Fire Chief, shall establish dispatch procedures and priorities. The Fire Chief will establish Department policy for manpower assignment in conjunction with recommendations made by the MEDICAL DIRECTOR. 4. The MEDICAL DIRECTOR shall perform all services required pursuant to Florida Statutes Chapter 401, Section 401.46, Chapter 64-J-1.004, Florida Administrative Code; duties and regulations promulgated by the Florida Department of Health and Rehabilitative Services; and all present rules and regulations of any governmental agencies implementing said Chapter or other established duties required to be performed by said MEDICAL DIRECTOR. 5. The MEDICAL DIRECTOR shall serve as the Fire Department's physician for purposes of advising the Fire Chief on matters pertaining to occupational safety and health. MEDICAL DIRECTOR shall serve as the MEDICAL DIRECTOR for the City's Lifeguards, who may be certified as Emergency Medical Technicians. 6. The MEDICAL DIRECTOR agrees to both directly and indirectly supervise and accept responsibility for the medical performance of Emergency Medical Technicians, Certified Emergency Medical Dispatchers, and Paramedic functioning for the EMS and shall have full authority to direct and supervise the medical activities in the field, in training and for certifications. Such supervision shall be accomplished by, but not limited to: a. Actual accompaniment of Paramedics and EMT's on rescue calls. b. Monitoring of radio transmissions to and from hospital emergency departments and related facilities. c. Review of incident reports and associated documentation. d. Conference and/or meeting in both individual and group situations. e. Review of standard operating procedures and protocols involving multi -agency responses to medical emergencies. 7. These duties will be performed by the MEDICAL DIRECTOR at his/her convenience as often as is necessary to insure that proper medical standards and procedures are being followed. Cost for supplying necessary in-service instruction material will be assumed by the CITY and the material will become the property of the CITY. Furthermore, the EMS Coordinator shall be the MEDICAL DIRECTOR'S agent for purpose of quality assurance pursuant to Florida State Statute. 8. The MEDICAL DIRECTOR shall have the services of the Departmental training program, facility and staff to assist in carrying out training requirements for the EMS. MEDICAL DIRECTOR shall participate in daily in-service training scheduled by the Fire Department. 9. The MEDICAL DIRECTOR shall be eligible as a member as defined under Section IV; Members of the Agreement between the City of Boynton Beach and Florida as Municipal Liability Self Insurance Program. Coverage under this Agreement shall be limited to the scope of duties as MEDICAL DIRECTOR for the City of Boynton Beach Fire Department as outlined in Florida Statute, Section 401.46, and Florida Administrative Code, Chapter 64-J-1.004 as set forth in Exhibit "A" to this Agreement. The MEDICAL DIRECTOR shall provide the Fire Chief with written reports as required by the Fire Chief regarding efficiency, effectiveness, and general performance of the CITY'S Emergency Medical Services System. The provider shall indemnify and save harmless the MEDICAL DIRECTOR from any and all liability for acts or omissions committed by the MEDICAL DIRECTOR while acting in the Page l01 of 1278 capacity of MEDICAL DIRECTOR of the Boynton Beach Fire Department, but said indemnification shall be to the extent only of any amount due and owing from the MEDICAL DIRECTOR which exceed applicable insurance coverage maintained either by the MEDICAL DIRECTOR or by the CITY on behalf of the MEDICAL DIRECTOR. 10. The provider shall indemnify and save harmless the MEDICAL DIRECTOR from any and all liability incurred as a result of acts or omission of employees of the City of Boynton Beach Fire Department. 11. The CITY will pay the MEDICAL DIRECTOR the annual sum of $ with a monthly payment of , payable at the end of each month for services outlined in this contract. 12. The CITY will provide portable radio communication for use by the MEDICAL DIRECTOR 13. In matters of employee relations and concern, the MEDICAL DIRECTOR, under the terms of this contract is considered to be a member of the administration and supervisory division of the Fire Chief as the Fire Chief carries out grievance procedures, discipline, interviewing paramedics, paramedic school assignments, and union contract administrative requirements. a. The MEDICAL DIRECTOR will be expected to report to the Fire Chief his/her decisions relating to any employees for the Emergency Medical Services System such as discipline, de- certification or promotion in which the MEDICAL DIRECTOR is involved. b. The MEDICAL DIRECTOR agrees to participate as required at personnel hearing boards such as grievance procedures of the union contract, etc. as part of his Department administrative responsibilities of the Department without additional compensation. c. The MEDICAL DIRECTOR agrees to participate in the oral interview and skills test administered to all new firefighter applicants who have a paramedic certificate prior to their employment. The MEDICAL DIRECTOR retains the right to prevent the hiring of any such individual for the purpose of employment as a paramedic if he or she does not perform satisfactorily during the interview and/or skills test. The content of the skills test will be in accordance with current standardized criteria set up by the American Heart Association and American College of Emergency Physicians. d. The MEDICAL DIRECTOR agrees that anytime a firefighter employed by the City of Boynton Beach wants to attend paramedic classes for purposes of becoming a licensed paramedic, they must have written approval by the MEDICAL DIRECTOR prior to attending and/or enrolling in such classes. 14. From time to time the MEDICAL DIRECTOR will be expected to attend Department Administrative staff meetings so that he can give input to the Administrative staff on the needs and status of the EMS Program so that he can become involved and informed of Departmental Standard Operating Procedures relating to: a. Response procedures b. Equipment and personnel allocations C. Department priorities d. Departmental procedures for handling emergencies e. Working with other departments f. Emergency medical dispatching g. Infectious Disease procedures Page 4'02 of 1278 15. Any staffing changes that result in modifying the Department's current EMS response protocols must be cleared through the MEDICAL DIRECTOR. 16. Either party to this contract may, upon giving thirty (30) days written notice to the other party, may terminate this contract for any reason whatsoever, and after the effective date of such notice all parties will be relieved of any further obligations under this contract. 17. The MEDICAL DIRECTOR will assure the continuous availability of at least one qualified physician as Director who shall serve as ACTING MEDICAL DIRECTOR in the absence of the MEDICAL DIRECTOR. In addition, the MEDICAL DIRECTOR will notify the Boynton Beach Fire Rescue Department whenever he/she will be unavailable for whatever reason, and will attempt to provide twenty-four (24) hour prior notification of such unavailability except under emergency circumstances. The notification shall be given to the Office of the Fire Chief, and shall include the name and telephone numbers of the ACTING MEDICAL DIRECTOR. 18. Upon request, the MEDICAL DIRECTOR will advise the Department on appropriate procedures to address incidents in which an employee of the Fire Department has been or may have been exposed to infectious diseases or hazardous materials. 19. The MEDICAL DIRECTOR hereby agrees to perform those duties set forth in Exhibit "A" and in the Specifications for the position set forth Exhibit "B". Exhibit "A" and "B" are attached hereto and incorporated herein by reference. 20. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City of Boynton P.O. Box 310 Boynton Beach, City Manager Beach FL 33425-0310 Notices to MEDICAL DIRECTOR shall be sent to the following address: 21. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the MEDICAL DIRECTOR in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The MEDICAL DIRECTOR shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with MEDICAL DIRECTOR's endeavors. 22. COMPLIANCE WITH LAWS. MEDICAL DIRECTOR shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this agreement. Page l03 of 1278 23. INDEMNIFICATION. MEDICAL DIRECTOR shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to MEDICAL DIRECTOR's own employees, or damage to property occasioned by a negligent act, omission or failure of the MEDICAL DIRECTOR. 24. INSURANCE. General Liability Insurance - A General Liability Insurance Policy provided shall contain limits of no less than One Million Dollars ($1,000,000.00) per occurrence for bodily injury liability, personal injury liability and property damage liability on a per project basis, and shall contain limits of no less than a Two Million Dollars ($2,000.000.00) aggregate. MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR shall notify the City in writing within thirty (30) days of any claim filed or made against its General Liability Insurance Policy. When available and at its sole discretion, City may procure and maintain General Liability Insurance to include MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR, so long as the activities engaged by MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR are solely for the benefit of City and within the scope of the project as set forth in this agreement. Professional Liability (Errors & Omissions) Insurance - Professional Liability Insurance with the limits of liability provided by such policy for each claim and on a claim made basis or on an occurrence basis to be no less than one million Dollars ($1,000,000) per occurrence with a limit of no less than two million dollars ($2,000,000) aggregate with a deductible per claim not to exceed ten percent (10%) of the limit of liability. MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR shall notify the City in writing within thirty (30) days of any claim filed or made against its Professional Liability Insurance Policy. When available and at its sole discretion, City may procure and maintain Professional Liability Insurance to include MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR so long as the activities engaged by MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR are solely for the benefit of City and within the scope of the project as set forth in this agreement. MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR acknowledges that the City is relying on the competence of the MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR to design the project to meet its functional intent. If it is determined during construction of the project that changes must be made due to Consultant's negligent errors and omissions, Consultant shall promptly rectify them at no cost to City and shall be responsible for additional costs, if any, of the project to the proportional extent caused by such negligent errors or omissions. 25. INDEPENDENT CONTRACTOR. The MEDICAL DIRECTOR and the City agree that the MEDICAL DIRECTOR is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither MEDICAL DIRECTOR nor any employee of MEDICAL DIRECTOR shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to MEDICAL DIRECTOR, or any employee of MEDICAL DIRECTOR. 26. COVENANT AGAINST CONTINGENT FEES. The MEDICAL DIRECTOR warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the MEDICAL DIRECTOR, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the MEDICAL DIRECTOR, any fee, commission, percentage, brokerage Page 404 of 1278 fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 27. DISCRIMINATION PROHIBITED. The MEDICAL DIRECTOR, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 28. ASSIGNMENT. The MEDICAL DIRECTOR shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 29. NON -WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 30. TERMINATION a. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the MEDICAL DIRECTOR. b. In the event of the death of a member, partner or officer of the MEDICAL DIRECTOR, or any of its supervisory personnel assigned to the project, the surviving members of the MEDICAL DIRECTOR hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the MEDICAL DIRECTOR and the City, if the City so chooses. 31. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 32. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to MEDICAL DIRECTOR shall be sent to the following address: Page 4J05 of 1278 33. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the MEDICAL DIRECTOR and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and MEDICAL DIRECTOR. 34. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US Page 4406 of 1278 35. SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. DATED this day of CITY OF BOYNTON BEACH Lori LaVerriere, City Manager Signature of Authorized Official Attest/Authenticated: Judy Pyle, City Clerk Approved as to Form: James A. Cherof, City Attorney 20 Printed Name of Authorized Official Title (Corporate Seal) Attest/Authenticated: Secretary Page 4S07 of 1278 EXHIBIT A SCOPE OF SERVICES [Scope of Services will be inserted prior to execution] Page 108 of 1278 EXHIBIT B FEES AND PAYMENTS [Will be inserted prior to execution] Page 4909 of 1278 The City of Boynton Beach Finance/Procurement Services 3301 Quantum Blvd., Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6310 FAX. (561) 742-6316 ADDENDUM No. 1 DATE: NOVEMBER 9, 2018 RFP TITLE: MEDICAL DIRECTOR FOR FIRE -RESCUE RFP NO.: 005-2210-19/IT This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum No. 1 shall govern. Words in stFikethFe gh type are deletions from existing text. Words in bold, underlined type are additions to existing text. 1. The RFP due date remains as December 03, 2018 at 2:30 PM. The location remains unchanged. 2. Refer to Section III — PROPOSL SUBMITTAL INSTRUCTIONS AND REQUIREMENTS, Section II, TAB 3 — MINIMUM QUALIFICATIONS AND REQUIREMENTS are revised as follows: ,,a. Must be registered with the States of Florida, Division of corporations to do business in Florida. No documentation is required. The City will verify registration. b. In order to be considered responsive, the Respondent must meet the Medical Director standards as required by 64-J-1.004 FAC and Chapter 401, Florida State Statutes=, The Medical Director must be a State of Florida licensed physician; with clear and active Status with the Florida Bureau of Medical Quality Assurance; The below referenced qualifications are desired preferences but are not minimum requirements under this section. 2. NA, -,;t The Medical Director should be certified by the American Board of Emergency Medicine in Emergency Medicine with a sub specialty board certification in Emergency Medical Services (EMS). Page 310 of 1278 3. Must The Medical Director should be an ACLS (Advanced Cardiac Life Support) provider with instructor certification; 4. NA,+st The Medical Director should be an ACLS affiliate faculty member of the American Heart Association; 5. NA, -,;t The Medical Director should be a Board Certified Emergency Physician, or is currently employed as an Emergency Department Physician in the State of Florida, or who has previously been an Emergency Department Physician in the State of Florida within the past five (5) years and possess a current DEA License; 6. NA, -,;t The Medical Director should be a Fellow of the American Academy of Emergency Medicine (FAAEM); Respondent shall provide documentation of all required licenses, certifications, credentials of privileges and affiliations, curriculum vitae, as well as other credentials or information in order to comply with this requirement." Sincerely, Tim W. Howard Assistant City Manager - Administration cc: Finance/Procurement 01 Page 311 of 1278 The City of Boynton Beach Finance/Procurement Services 3301 Quantum Blvd., Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6310 FAX: (561) 742-6316 ACKNOWLEDGEMENT OF ADDENDUM No. 1 MEDICAL DIRECTOR FOR FIRE -RESCUE RFP NO.: 005-2210-19/IT RESPONDENT MUST SIGN, DATE AND INCLUDE THIS "ACKNOWLEDGEMENT OF ADDENDUM NO. 1 WITH BID PACKAGE IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. PRINT NAME OF REPRESENTATIVE SIGNATURE OF REPRESENTATIVE NAME OF COMPANY DATE THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 3 Page 312 of 1278 Fire Palm Beach County Fire Rescue Boynton Beach Fire Rescue REQUEST FOR PROPOSALS FOR MEDICAL Palm Beach Gardens Fire 'Rescue DIRECTOR FOR FIRE -RESCUE West Palm Beach Fire Rescue Town of Palm Beach Fire Rescue RFP No.: 005-2210-19/IT Greenacres Fire Rescue i RFP DUE DATE: DECEMBER 3, 2018 Stuart Fire Rescue Medical Direction TeamRFP CLOSING TIME: 2:30 P. M. (LOCAL TIME) ........ Kenneth A Scheppke, MID CITY HALL, FINANCE/PROCUREMENT SERVICES Chief Medical Officer City of Boynton Beach, Finance/Procurement Services Peter Antevy, MD Medical Director, Pediatrics 3301 Quantum Blvd., Suite 101 Paul Pepe, MD, MPH Boynton Beach, FL 33426 Medical Director, Research and Education Steven Keehn, DO Medical Director Palm Beach County Ocean Rescue Associate Medical Director West Palm Beach Fire Rescue Town of Palm Beach Fire Rescue Rich Giroux, DO Medical Director Stuart Fire Rescue Associate Medical Director Palm Beach Gardens Fire Rescue 0 Boynton Beach Fire Rescue Adam Bromberg, MD Associate Medical Director Greenacres Fire Rescue Captain Craig Prusansky Director CQI PO Box 2764 Jupiter, FL 33468 561-436-2291 KScheppke@comcast.net Page 313 of 1278 Table of Contents Proposal Tab Title Pages Tab 1 Introduction letter/ Statement of Interest Tab 1 Page 1 Tab 2 Statement of Organization /Executive Summary Tab 2 Page 1-2 Tab 3 Minimum Qualifications and Requirements Dr Scheppke Tab 3 Page 1-25 Dr Leisy Tab 3 Page 26-32 Dr Giroux Tab 3 Page 33-39 Dr Pepe Tab 3 Page 40-42 Dr Antevy Tab 3 Page 43-47 Tab 4 Qualifications/Experience of Proposer Overview of Dr Scheppke and Tab 4 Page 1-6 Elite Medical Specialists Supporting Documents Tab 4 Page 7-12 Tab 5 Current and Projected Workload Tab 5 Page 1 Tab 6 Similar Projects / References Tab 6 Page 1 Tab 7 Cost Proposal Tab 7 Page 1-3 Tab 8 Submittal Forms Tab 8 Page 1-14 Page 314 of 1278 December 3, 2018 Fire Rescue Agencies Served Palm Beach County Fire Rescue RE: RFP NO.: 005-2210-19/IT MEDICAL DIRECTOR FOR FIRE -RESCUE - Letter of Interest Boynton Beach Fire Rescue Dear Selection Committee: Palm Beach Gardens Fire Rescue experienced, high level, cutting edge, nationally engaged and innovative EMS Medical Medical Director Please accept this writing as our formal Letter of Interest for RFP No. 005-2210-19/IT West Palm Beach Fire Rescue Medical Director for Fire Rescue for the City of Boynton Beach. Town of Palm Beach Fire Rescue_,;L in the field of EMS. Our physician team brings with them nationally and internationally West Palm Beach Fire Rescue Elite Medical Specialists, LLC proposes to provide the City of Boynton Beach Fire Rescue Greenacres Fire Rescue Department an EMS Medical Director who is board certified by the American Board of Stuart Fire Rescue Emergency Medicine in emergency medicine with a subspecialty board certification in EMS, Rich Giroux, Do who holds an AHA ACLS provider, instructor and Training Center Faculty ratings (the term Medical Direction Team training center faculty has replaced "affiliate faculty" for the AHA), who is a fellow of the Stuart Fire Rescue American Academy of Emergency Medicine, as well as is actively engaged in the practice of Kenneth A Scheppke, MD Boynton Beach. Furthermore, Elite Medical Specialists, LLC employs a Director of CQI to Chief Medical Officer emergency medicine in the State of Florida and holds a current DEA license. In addition, we Boynton Beach Fire Rescue propose to provide two Associate Medical Directors who are board certified in the field of Peter Antevy, MD Medical Director, Pediatrics emergency medicine, are experienced in the field of EMS Medical Direction and have Adam Bromberg, MD proven physician leadership records as medical directors of their respective local Palm Paul Pepe, MD, MPH Beach County hospital emergency departments. Medical Director, Research and Education enhance patient care and to continue to advance EMS science to the next level. Kenneth A Scheppke, MD Chief Medical Officer and President Elite Medical Specialists, LLC PO Box 2764 Jupiter, FL 33468 561-436-2291 KScheppke@comcast.net Tab 1 Page 1 Page 315 of 1278 Additionally, Elite Medical Specialists, LLC will provide an entire medical team of extremely Steven Keehn, Do experienced, high level, cutting edge, nationally engaged and innovative EMS Medical Medical Director Palm Beach County Ocean Rescue Directors and Associate Medical Directors, several of whom are subspecialty board certified Associate Medical Director in the field of EMS. Our physician team brings with them nationally and internationally West Palm Beach Fire Rescue recognized subspecialty subject matter expertise in areas such as adult resuscitation, Town of Palm Beach Fire Rescue pediatric resuscitation, stroke systems of care, disaster and mass casualty preparedness, Rich Giroux, Do ultrasound, mobile integrated healthcare, emergency medical dispatch, opioid crisis Medical Director Stuart Fire Rescue mitigation and more, to help serve the needs of the citizens and visitors of the City of Associate Medical Director Boynton Beach. Furthermore, Elite Medical Specialists, LLC employs a Director of CQI to Palm Beach Gardens Fire Rescue assist our partner EMS agencies with data collection and analysis, as well as Safety Pad and Boynton Beach Fire Rescue other electronic medical record troubleshooting and expert advice. Adam Bromberg, MD Associate Medical Director We are excited to have the potential opportunity to partner with you and your system to Greenacres Fire Rescue enhance patient care and to continue to advance EMS science to the next level. Captain Craig Prusansky Director CQI Sincerely, Kenneth A Scheppke, MD Chief Medical Officer and President Elite Medical Specialists, LLC PO Box 2764 Jupiter, FL 33468 561-436-2291 KScheppke@comcast.net Tab 1 Page 1 Page 315 of 1278 Tab 2 Statement of Organization Page 316 of 1278 Statement of Organization Legal Contracting Name: Elite Medical Specialists, LLC State of Incorporation: Florida Ownership Structure: Single Member LLC with sole member Kenneth A Scheppke, MD FEIN: 65-0931848 Contact Information: PO Box 2764 Jupiter, FL 33468 561-436-2291 c KScheppke@comcast.net Elite Medical Specialists has no potential conflicts of interests, pending or current litigation, investigations, and no adverse determinations by any legal or administrative bodies. It has had no recent nor does it have any anticipated future ownership changes. Additional Information: Elite Medical Specialists, LLC employs 7 highly qualified board certified physicians to serve the needs of the EMS agencies we work with within Palm Beach County and partners with an additional 2 board certified physicians whose duties are assigned primarily to serve the needs of the agencies our physician group serves in Broward County. All of the physicians work collaboratively as a team meaning each EMS agency with whom we partner shares the benefits and work product of numerous subject matter experts from our organization in addition to the services of the physicians officially named as "Medical Director" and "Associate Medical Director". Additionally, our group employs a CQI Director available as a resource to all the agencies we work with to assist with data collection, patient care electronic records including Safety Pad and ESO and others, applications for award recognition such as the AHA EMS Mission Lifeline award etc. Furthermore, we work with a list of highly regarded volunteer subspecialty subject matter experts both locally and across the globe to assist in the writing and design of the innovative, cutting edge, scientifically accurate, forward thinking and up-to-date EMS Medical Protocols for which our organization is well known. A graphic representation of the leadership structure of our organization is attached on the next page. Tab 2 Page 1 Page 317 of 1278 'd. Tab 2 Page 2 1_ t 'd. Tab 2 Page 2 Qualifications and Experience of Proposer Dr. Kenneth AScheppke, MD, FAAEM has been the Medical Director for the City of Boynton Beach for Emergency Medical Services since 2001. He is very familiar with the personnel, their qualifications, education, experience, strengths and weaknesses. He has the background knowledge and experience necessary to continue to oversee the high quality and state of the art medical care delivered by the city's emergency medical services (EMS). Dr. Scheppke has been involved in EMS education for nearly 20 years and is the medical director for several EMS agencies. This provides him with a wealth of experience and resources that can be shared with the City of Boynton Beach in his role as medical director for the City. He is the Chairman of both the Palm Beach County EMS Medical Director's Association as well as the Palm Beach County EMS Advisory Council and directs those organizations' efforts and influence towards improving local EMS care. Dr. Scheppke is also a highly experienced Emergency Physician and has served in multiple physician leadership and Medical Director positions in busy emergency departments within Palm Beach County for over two decades. He has a proven track record with the City for providing high quality state of the art EMS medical direction and can be expected to continue to perform at a high level. Dr. Scheppke's hospital emergency department experience, paramedic educational program experience, and EMS Medical Director experience places him in the unique position of seeing EMS care from all angles thus affording a greater understanding of the entire system. This knowledge provides for higher quality decision making and protocol development to further the cutting edge high quality care delivered by the City's EMS personnel. Kenneth A Scheppke, MD, FAAEM is highly qualified to be the Medical Director to oversee Emergency Medical Services. Dr. Scheppke graduated from SUNY Stony Brook, Magna Cum Laude with a major in Biochemistry and minor in Anthropology. He received his medical degree from Stony Brook University School of Medicine in 1992 where he was honored with admission to the Alpha Omega Alpha Medical Honor Society and graduated at the top of his class. He then went to the Medical Center of Delaware for residency training in Emergency Medicine. He was appointed Chief Resident during his time there, an honor reserved for the top resident of the class. Dr Scheppke passed all of his board examinations with very high marks including his final National Board exam where he scored in the top 1% of all physicians nationwide taking the exam that year. Dr Scheppke is Board Certified in the specialty of Emergency Medicine by the American Board of Emergency Medicine, and is one of only about 600 physicians in the nation who is also subspecialty Board Certified in the field of EMS. He has been practicing emergency medicine for 25 years. He is a Fellow of the American Academy of Emergency Medicine and is licensed to practice medicine in the State of Florida. Tab 4 Page 1 Page 319 of 1278 Dr. Scheppke's emergency medical services career began in 1999 when he became the medical directorforthe EMS Academy at Palm Beach State College. He has been involved in training EMTs and paramedics ever since. He is an AHA ACLS and PALS instructor. He is a former AHA Regional Faculty for ACLS and a current Training Center Faculty for both ACLS and PALS. Shortly after becoming involved with the training program, he was selected to be the medical director for Boynton Beach Fire Rescue where he proved to be an innovator, promoting cutting edge medical protocols, equipment, treatment and transportation destinations. Dr Scheppke has a very long and distinguished list of accomplishments as an innovator in EMS. He was the first in Palm Beach County to recognize the need for and implement transport of patients suffering from ST elevation MI (STEMI) to facilities capable of performing percutaneous cardiac catheterization procedures and bypassing closer less well equipped hospitals. This is now recognized as the standard of care for these patients but at the time was considered ground breaking. Dr. Scheppke was also the first to recognize the need for and implement a prehospital hypothermia protocol, MICCR for out of hospital cardiac arrest, Ketamine for violent and agitated patients and Ketamine for severe pain control. He was one of the first to adopt video laryngoscopy for prehospital intubation. Amongst the agencies where he is the medical director his protocols for out of hospital cardiac arrest are resulting in 3 to 6 times the successful return of circulation rates when compared to the average rates in the State of Florida. He was a pioneer in bypassing closer non stroke facilities for patients suffering from Stroke in favor of recognized primary stroke centers, and later upgraded that protocol to bypass primary stroke centers in favor of comprehensive stroke centers as those resources became available within Palm Beach County. In response to the opioid epidemic, he pioneered a mobile integrated healthcare initiative in partnership with a local emergency department and the health care district of Palm Beach County to develop a first of its kind program in the country using a Fire/Rescue based medication assisted treatment program for patients suffering from opioid use disorder. This highly innovative program resulted in one of the most successful programs for longterm recovery from this deadly disease ever published in the literature. The program has been presented at scientific meetings all over the nation with several locations now adopting similar strategies for their local population. Since implementing several of the above initiatives, Dr. Scheppke's protocols have been emulated by many other agencies both locally, across the State of Florida and in several locations across the US. Dr. Scheppke has strong leadership qualities, and an excellent handle on continuous quality improvement programs. He was nominated by his peers to be the Chairman of the Palm Beach County EMS Medical Director's Association. Since assuming the Chairmanship, this previously dormant entity has become a consistent driver of high quality EMS and hospital care in the County. Innovations implemented by him include the first ever Emergency Medical Review Committee for the county. This committee has been instrumental in ensuring appropriate care is TcP4CYdV2b of 1278 being delivered by the hospitals in areas such as stroke, sepsis, cardiac arrest and STEMI care. He and his other Elite Medical Specialists colleagues were pioneers in bringing to life the Florida Stroke Registry and he and his team assisted in ushering in the Cardiac Arrest Registration to Enhance Survival (CARES) as quality improvement tools to allow agencies to track their performance and benchmark their successes against best practices across the state and nation. Dr. Scheppke has also successfully utilized his position as chairman to drive local hospitals to become Resuscitation Centers of Excellence for cardiac arrest cases across the county, which, when combined with his cutting edge EMS cardiac arrest resuscitation protocols, has resulted in a marked increase of neurologically intact survivors of out of hospital cardiac arrest countywide. Based on several of the above accomplishments, Dr. Scheppke was presented with the national 2017 Journal of EMS Top Innovator in EMS Award in acknowledgment of the multiple cutting edge and innovative EMS projects he has pioneered including several that have attracted national acclaim as best practices. As recognition of his scientific innovation, strong leadership and quality improvement skills, Dr Scheppke was nominated by his EMS Physician peers from across the State of Florida and appointed by the Department of Health to assume the position of State EMS Medical Director, a position he was honored to accept as of October 1, 2018. Dr. Scheppke has consistently demonstrated high quality leadership, experience, judgment and medical expertise to be considered a top candidate for the position of EMS Medical Director for Emergency Medical Services for the City of Boynton Beach. However, Dr. Scheppke is not simply applying alone for this RFP, so we would like to take the opportunity to describe the background of the physician organization he developed specifically to enhance EMS Medical Direction, namely Elite Medical Specialists, LLC. Elite Medical Specialists, LLC is a group of extremely well qualified and experienced physicians who work as a team to provide unsurpassed Fire Rescue based EMS Medical Direction. Each of us, individually, far exceed the requirements set down by the State of Florida Administrative Rule 64J and Florida Statute Chapter 401 to provide Medical Direction for the City of Boynton Beach Fire Rescue Department. Three of our physicians are subspecialty Board Certified in the field of EMS, a claim that only about 600 other physicians can make nationwide. One of our physicians is Board Certified in Pediatric Emergency Medicine, which is another rarity in the field of EMS Medical Direction. All of us have served as Emergency Department Medical Directors and have significant leadership and quality management experience. Our physician group's collective experience practicing Emergency Medicine is well over 100 years, with more than 70 years of that time serving in the role of an EMS Medical Director. As this RFP will demonstrate, Elite Medical Specialists has tremendous expertise in consulting, advising, training, counseling, administrative oversight and management services as Medical Director for Fire Rescue based EMS systems, particularly in the South Florida region. We have been and will continue to provide Boynton Beach Fire Rescue with turn -key state of the art Tlao�$ 213 01 1278 Medical Direction with protocols, educational materials, lectures, video training programs, protocol test questions, quality improvement programs, paramedic training and certification verification programs and numerous other well developed proven programs. Our EMS Treatment and Transport Protocols have been emulated by numerous agencies around the nation due to their science based, cutting edge, yet simple, easy to learn format. Our physicians are well recognized as local and national experts in the fields of both adult and pediatric prehospital critical care and resuscitation, lecturing both locally and nationally on these topics. Our medical protocols have been scientifically proven to increase the health and survival benefits for the citizens we serve and the results of these improvements have been presented at local, national and international EMS and scientific meetings. As an example, since taking over as Medical Directors for Palm Beach County Fire Rescue (PBCFR) on January 1, 2015, our physician team's science based protocols have resulted in an increase in the adult cardiac arrest patient return of spontaneous circulation (ROSC) rate for that agency from 16% for the year prior to our group taking over, to over 40% for 2015 (The State average adult ROSC rate in 2014 was 17% per EMSTARS). Other agencies we work with have seen even higher adult ROSC rates up to as high as 51.5% for Palm Beach Gardens Fire Rescue (PBGFR). These remarkable statistics are the result of expert leadership and scientifically based cutting edge medical protocols. Similarly, our physician team has spearheaded regional stroke systems of care in South Florida whereby EMS bypasses primary stroke centers in favor of comprehensive stroke centers for EMS patients who have been diagnosed as suffering a stroke. Once considered locally to be a controversial practice, this protocol now receives national acclaim as a best practice in prehospital stroke care that has been proven with scientifically published data to drastically increase the percentage of stroke patients receiving treatment with TPA, drastically increase the rates of treatment with neurointerventional care, and dramatically decrease the total 911 to treatment times for lifesaving stroke care even despite the additional drive time it takes to bypass a closer primary stroke center to get to a comprehensive stroke center. Our groups leadership has directly led to the development of the Florida State Stroke Registry, a tool that we can now use across the State to help replicate these dramatic population health improving protocols. Some of the scientific references where this data and other remarkable examples of success have been published will be included in this RFP for verification. These same scientifically proven protocols with improved survival benefits will continue to be brought to the Boynton Beach Fire Rescue by our nationally recognized medical leadership. Elite Medical Specialists physicians have exemplary experience providing Medical Direction for Fire Rescue based EMS systems as well as other types of EMS systems. Some examples of where our physicians have served as EMS Medical Director include: Seattle, Houston, Dallas, The Commonwealth of Pennsylvania, Palm Beach County, multiple municipalities within Palm Beach County, the Broward Sheriff's Office and several municipalities within Broward County. In addition, one of our physicians serves as a special employee of the US Department of TaP&�E!93212 of 1278 Health and Human Services assisting in the coordination of response by key Homeland Security agencies in times of disaster such as the FBI, Secret Service and many others. Several of our physicians work full time in the field of EMS dedicating the majority of their professional careers to this area of medicine. Our physicians oversee numerous communications centers and are well versed in emergency medical dispatch and response protocols. We have experience in training the staff of various PSAPs and are available to help improve the City's communications systems, if needed. Several of our physicians are active participants in the so called "Gathering of Eagles Coalition" (http://gatheringofeagles.us/). In fact, one of our group members, Dr. Pepe, is the founder of that organization and is widely considered to be one of the foremost experts on EMS in the world. This international coalition of highly experienced EMS Medical Directors, oversees the care of more than 120 million people across North America, plus London, Paris, Berlin, and New Zealand. As members of this prestigious and cutting edge organization, Boynton Beach Fire Rescue can be ensured that all of the latest trends in EMS science and equipment will be reviewed by the Medical Direction team, keeping the department always at the leading edge of science based protocols and technology. Our physicians have a longstanding tradition of community involvement that goes far beyond simple medical direction. We are strong advocates for the healthcare needs of the patients we serve. One of our physicians developed a perpetual, free, hands only CPR training program for Palm Beach County Florida. Every year, this program trains many thousands of lay rescuers in the life saving skill of hands only CPR. Both the American Heart Association and the American Red Cross view it as a model for community CPR training. Our protocols, transport destinations, community lectures and training are always set against the backdrop of what is in our patients' best interests. Their needs come first above all other concerns. Because of our roles as educators and researchers in the field of EMS, our team of physicians is always current on the latest scientific advances in EMS. In fact, because of our international network of other forward thinking leaders in EMS Medical Direction, we are often aware of advances that have yet to be published. As such, we are well positioned to be at the forefront of advances in EMS. An example of innovation and staying ahead of the curve is in the field of Mobile Integrated Health (MIH). Our team has significant experience in creation and operation of a large MIH service, which, importantly, has not relied on grant funding. While there are many notable programs that have gained public attention, they have mainly required grant funding for support. In three years the program started by Drs. Antevy and Scheppke has utilized paramedics to provide at home emergency care to over 4,000 Medicare beneficiaries, without the need for a financial subsidy. In this first -of -its -kind program, acutely ill patients are assessed and treated on scene by paramedics. After a complete assessment, the paramedic contacts the patient's physician to discuss the need for blood and urine testing, EKG, as well as the consideration of oral Tqb.40g8 of 1278 and parenteral medications. Our data shows an average on scene time of 120 minutes for these acutely ill Medicare beneficiaries. Importantly, since the program's inception, we are able to keep 84% of the patients home successfully, rather than transport them to the hospital. As a result of these efforts our team was asked to present the data to CMS (Medicare/Medicaid) in Baltimore and it has led to further expansion beyond Medicare and Medicaid patients. We have now created a financial model that will allow municipal agencies to hire more FTEs, serve their community by working with health care partners, all while remaining budget neutral. It is our belief that a strong EMS system drives quality care at the emergency department and hospital levels. By partnering with our local hospitals and emergency departments, we can tailor our treatment and transport protocols in a manner that provides our patients the highest likelihood of a good outcome for their specific condition. Our physicians are active in local, state and national EMS organizations. One of our physicians is the chairman of the Greater Broward EMS Medical Director's Association (GBEMDA), another is the chairman of both the Palm Beach County EMS Medical Directors Association and the Palm Beach County EMS Advisory Council, most of our physicians are members of the Florida Association of EMS Medical Directors, and most of us are members of the National Association of EMS Physicians. Due to our local, state and national involvement, we continuously interact with EMS authorities from around the State and Nation to ensure standards, needs, and requirements are met or exceeded and resource allocation is optimized. Not only do our physicians engage in far more continuous education than required by 64J, they are actively involved in the actual production of this CME for our other physician colleagues. This experience as expert educators is tremendously useful for the paramedics and EMT's with whom we work. As experts in adult education, we are able to produce educational materials that are easy to understand and that assist in both the psychomotor and cognitive learning of new treatment devices, modalities, medications, skills and protocols. As a group of highly qualified Board Certified EMS Medical Physicians, the Boynton Beach Fire Rescue can be well assured that one of us will always be available to provide coverage for the City. In addition to the three directly involved physicians that we will provide for the City, in the extremely unusual event that all three of us are temporarily unavailable, we have a large network of EMS physician professionals from which to draw for transient coverage. In addition, with this type of redundant system of medical direction, never will the City, nor the citizens it serves, be faced with the unexpected need to find immediate replacement EMS medical direction coverage. As some of the premier EMS Medical Directors in the South Florida region, our team of energetic, involved, active medical directors, will always ensure that Boynton Beach Fire Rescue has the very latest cutting edge policies and protocols that the field of EMS has to offer. Along with staying up to date on the latest advances occurring in EMS, our goal will be nothing short of bringing every known best practice in the world to the citizens we serve. T4bdP&N of 1278 C) a � r -I O N M 0 N aJ m U O w oc LL m a �L O LL 4-1 L L r6 UO L a r6 " U +-I Q O w t6 L O >, C L Ln (n 0) > — " (a V1 > 0 -E O ao c +� U— ar o w o > Z3 i ai � Ln ra L ._ }� - O_ � " LF O ? > O O O_ d OJ tUi) o o +� u 0 m v E °C " � aJ O a+ " O O � +�> cu - O a� �� N 9� Cru O ® L OJ O�1 O_ LLns O w LL m ra w +� sru y� ;cu r06 N O p +' 'U rub CL +� '-"Z) Ln O '§ eW L" O U u ra L L ra M" O bn O_ C i LnE >` "LF- N O Ln M v .2 m LCC s ++ C i °� O " -6 — rn U to QI O +� O — O L.L bn L 0 s v E v v _� 3 a a) o s L L LL ca C —_0 s O s O 0 c E LM.o m" H O 0 O i+ v .0 E 0 c a E () C w _ w E _ C w O_ - O s aJ s L +� O '} X O O L >• C O > U a Q m U 3 o O U ra ra s ra " aJ >. a a� Ln- a) `a o c m aj m rp cu O ra cif V) Q > ra aJ o U U U .L Z 7 OJ hA V) O U +m OMm LnO E) LL Ln Ln C L(D O M O O Mnou > ` O T Ln aJ m -r -O O 'L O� ( O c N O N C +'' CT aJ O Vi .O O O M O i rV �+ O' O O N m L L OO- Q O_ ri mL M +-� E ri a) CL " M O o } >' N>. O^ s u O - > a 0 o o s ou o s \ H O U " O u � Ln L ry OJ L U o to Ln Lf ai > ria O M 0\0 0-0 u ._ � 0 ageTSM R9f22'78 v"i 00 O U X O t6 _- O O O N O " E •� " L aJ ro ra C i6 "(D Q C v Fo v v -0 " U (a - o U v U-0 U 2 E O .> fu -L6 u" aj O > O - m Q) O) — O . O "Q O u L v i " O) L1 O — O_ N (6 L >. M L M OJ O �• O O N -0 N aS., rn In t p Q p 'T ?� O E% 00 .Q N O > N '� tn > ^ r'4 O — `CC^ C u C]IJ ++ pQ�, �1l 2 Ln c o CQ " J O ai _ W H O " V > X 0 .0 SPA1 W Q 0) C U O J 7 0 " O paj to In O u " r6 O Ln O �p O cu O O O U Q Y ob Q U > C O •In O N r"6 Z O O Ql ? O L O '� N O M rL6 rua U-0 '' O v"i U > vL O w +.I U ra C' � " M O rl MO LJ cn c T U p +' O h0 = Ln = L1 N m U > C> C O_ O -0 OC O m L L U p I C Co Ll O_ L N 0 ate+ Z Ou m u p N aJ aj In s 0 O ` U N �--� L L O L L m W U N Q) +� cM V1 L O rn L (6 JZ a) C a! O L Y O L `�aJ � O W +� wH> E U 4O Li O ci U N Q ci M u Z .� r -I O N M 0 N aJ m U O w oc LL m a �L O LL 4-1 L L r6 UO L a r6 " U +-I Q O w t6 L O >, C L Ln (n 0) > — " (a V1 > 0 -E O ao c +� U— ar o w o > Z3 i ai � Ln ra L ._ }� - O_ � " LF O ? > O O O_ d OJ tUi) o o +� u 0 m v E °C " � aJ O a+ " O O � +�> cu - O a� �� N 9� Cru O ® L OJ O�1 O_ LLns O w LL m ra w +� sru y� ;cu r06 N O p +' 'U rub CL +� '-"Z) Ln O '§ eW L" O U u ra L L ra M" O bn O_ C i LnE >` "LF- N O Ln M v .2 m LCC s ++ C i °� O " -6 — rn U to QI O +� O — O L.L bn L 0 s v E v v _� 3 a a) o s L L LL ca C —_0 s O s O 0 c E LM.o m" H O 0 O i+ v .0 E 0 c a E () C w _ w E _ C w O_ - O s aJ s L +� O '} X O O L >• C O > U a Q m U 3 o O U ra ra s ra " aJ >. a a� Ln- a) `a o c m aj m rp cu O ra cif V) Q > ra aJ o U U U .L Z 7 OJ hA V) O U +m OMm LnO E) LL Ln Ln C L(D O M O O Mnou > ` O T Ln aJ m -r -O O 'L O� ( O c N O N C +'' CT aJ O Vi .O O O M O i rV �+ O' O O N m L L OO- Q O_ ri mL M +-� E ri a) CL " M O o } >' N>. O^ s u O - > a 0 o o s ou o s \ H O U " O u � Ln L ry OJ L U o to Ln Lf ai > ria O M 0\0 0-0 u ._ � 0 ageTSM R9f22'78 4A N E U L N L cc i G cn �� 0 U _r_ ^ ui o •O Q E C O G > U [� cn O O a� C CD U a) C [�~ N W O U 0-0 co U O W ca cn 0 N a) :3L 0 cz U a Ln i r, > ) O N al cn EoQ>cz .O Q (� O cn 0) L a--� a --s � _ L v +_ a) CZ cZ O> ++ O N cn cn a) 0 0 OL co EEL 0 Q L o N O +" U 07 > coin O O fl" N C 0 Q_0 Et " W U ?� O L O O N V +-� cz .O cz a � L a 0 ai cu -0 .c cn cz T o c cz E .O U L CZ a� O) L — • _0 r o m cz � ro> d O 0)5 O L O Q L .0 0� fi5 a)" <n a� .� O O N > •L L Ocm O En 0 00 0 -2 cn (1) a O o 00 �� n � E o En � a, a _0 y, LL (� C Q 0 bc i 70 M •� CZ Z: -r- O y � CZ •Q �E��0oQ�oa(ZQ Cn �E QE= N 0 L z rn 2 •� `l a tr�f .2 0 E J th �' O r r i Q i !op O{� ni O O crj r O 70 �� 11 `` rye NMS fR W vii' r ti a �`J � 'h o a) co o E , q: H JO r N N cC 0 W Ln N % O c 00 +, ��iJ o Lno Ln N o °c L _o . '� N t 0� � � C� •�' 4'a U r� > . b o L `V c� c� LO N > �0�y ca L O M� N v 7v �0/0� 0ocz � o s ,�� U c� CUAI (on) CD W � o� �s r O Ern O > U m ��i co ILO -tlv o���i o + + +r}Ir o ,tc,I •rys N O O cz :3 _(n � N 2 > mQ�,lt;, a� z \ o� db �,0)ooTo �s�2 W z o �Py v °� 4-1 oo tills�)s, ,'stti,,, r,>}a ,;, t,, stsl,?`1' (t� ai C cz L I o,� c0 2 cz o o o -1 a � rr, M s� �z;s,,,.1 . > s,� la,, s�,",1\ ' lit 4I ss'} 'r 1,d iJ Dv m Q cn N c LU _�, r E 0�Eai� �� a�2E� 0 0 00 0 0 0 0 I, l0 m 't M N a --I U E U L N L cc i G cn �� 0 U ++ O C _ O ) > dS Q E C O G > U [� cn O O a� L U) E.� U a) C [�~ N W O U 0-0 co U O W ca cn 0 N a) :3L 0 cz U a Ln + r . C L O L N N O (� O U .� L S N rz ) O N al cn EoQ>cz .O Q (� O cn 0) L a--� a --s � _ L v +_ a) CZ cZ O> ++ O N cn cn a) 0 0 OL co EEL 0 Q c L Oo - Q.> N O +" U 07 > coin O O fl" N C 0 Q_0 Et " W U 0 M U Pa j@b,Aga6f t78 �+ U5 O_ ) > dS N O 0 O U U O+-s U >+ cz -0 Lo In a) C [�~ N W O U 0-0 co U =-0 0 0 O L E O + r . C L O L N N O (� O U .� L S N rz N Q W O >+ .O Q (� O cn 0) L a--� a --s � _ L v +_ a) CZ cZ O> ++ O N cn cn a) 0 O 'N C O .N cz O L 0 N N O +" U (z O Q> •N s .� 0) E +- U O- a) U C 0) U O E—w r__ O O N V +-� cz .O cz � L a 0 ai cu -0 .c cn cz T o c cz E .O U L CZ a� O) L — • _0 m cz � ro> d O 0)5 O L O Q L .0 0� fi5 a)" <n a� .� O O O> i N O U •L L Ocm O En 0 00 0 -2 cn mm v c �� U QO � o o n � E o En � a, a _0 y, LL (� 70 lU +��+ 70 tU i 70 M •� CZ Z: -r- O y � CZ •Q �E��0oQ�oa(ZQ Cn �E QE= Pa j@b,Aga6f t78 ` () a) m LT c v N 3 H > L) CE (n YO -c: O •■ • ” o> m u' Q c N a) /(nco U a c CU II f d _r_ e ® C: Q Oo m @ U mcnn rr ® Q N d r £ O N _U Ecn s CO e N c w U a o N a £ �- m ca > •- O d U) Itiflel��„4. ® £ O N ® °10 O N LL cD `. C C) a) _2> �� N ®Ln N > -U >,� — O Ln L6 O mw U >Q Ln Ln In a) a) m a _ U to O o o N a C O f,Fr Eo O .0- • ® ® ` Nd` U it N U C — N = > CZ (n a ®d p O U N 4{t n Z ,- O .. in vtft N o U) w > o N U L �■ O U a) 0- m .> L) -0 U) cl N O c 0- m c = t C :2 po O a) N a EES a) LL) � . ZA -0 Nom.., E�-U - - C ` () a) m LT N = i • . L) CE (n YO -c: O U •■ • ” o> m u' Q UN c tS, t. oN � -0 O C U L) N U � LS �O N Y C6 -0L N o ,� La 0 C Y IN Oo m @ U mcnn rr cc U-2 O D .L-- M-0 Min C6 N Tab4Pa e9 _U Ecn s U m OM U LL a) m Q E .. O _O C +-' O •- O d U) N W E O) = L%j O • ' in W O C .cu O a) •- U a) C) _2> �� N m ■ Q) U) E a) U cn N O� U U >,� L6 O mw U >Q Ln Ln In a) a) m U (n U a) U Ln o = U CD En M CLcn D 0 U C V O a a) .0- • ® ® W a U) a) I o M O 0 C o M U LL a) >+ U •� N O N C O i '' O O a) a) .�..� O >+ O 7 Y O CE d • .0 a) c " O o LE Ln m U) U L �■ O U a) 0- m .> L) -0 U) cl W co a C WLn N Ln C m C O U Ln O C Cl) f6 a) Q a) N a -0 Nom.., E�-U N aQQomLn o -wo�� � um m 0- a -0 cn UD ap •� M 70 .0. N C O U m w C OL U M w Ln s i 3 O U O m N a) U t L O O < o = o Se E a) -0O4 �� �U U a`)+A-. U O N a) > d Gi E U Ln LL LE C Ln f7 02 d U) L7 "_' � a) N C '0 .-. C O Q C: :E M— O O M- 0 3 a) � N a 0 O (6 C (6 N C OLE O C2> a= i N O O_ > C W N o N LV . o Q� _ Co m o a) ch c c O L U a L N N o U c o U .c a) N U m N U) C4 v > m O� OL N C C O a. - O O m E [n L V d 0 LT O Q N cn N 0 > 0) 0 CL 70 OW C, N O N C O) i O ._ -0 :n3— LO C O C U > a)>c O _LSE N c0)= L) `W -moo a) C LOO O N� 0LON�.� 0 N Na � r N LD c e 4- N W 7 <, Cl) 03=1 � 3 n da Ln c N O uvi UN c a � +�.. i•,,. N 3 e a � o Z o N d SIV HE 10 iA3 10 % PalbppJ3S LL O a O ) C >. +-' S to O E Uig}_-, iA m Ul N C a) a) i+�-� N U O N N T CO c -r-= a) O_7 Y 70 a) N O OM Q)N CY) U p W in > N U N > L6 O 41fa W �O O t > O a) >, CO `� N E C6 LO O � c6 � O N E m U) U3 �"U U Ofn L l6 (n O m i U > CL N . O O rn m 0-0) La a -0 Cl) t Q m N W'� m L6 U) c a 0) -0 C 70 > a) (1) CL � w E 0- 0- Ca O o U) L O wa U) C cn 7 N O O J Fn ._+ N O N i G7 y iZ cn L6 C6 =U m E aa.— U U m c0i � � > � N> O U O U N -0 2Oo a U) U) CE N O _ o .0 = 0- 2 o W LE O N O > co >' LE O O E cn Lm� N W C N c 'E O CO L) a E ca c `_flCO CD cn LE C2 O Ln = . E N `m CLQ O cU A?: U Dm �Lnm a)� a)a EU 16DL U) awwi C a o — U o �a o LEQa �11 � O000 .��`� OL a �rr cn N m IN d �a�il������1"1��, L)IL N m UN c tS, t. oN � o i N a N U � LS > ISifllil}�- O i ° ® IN rr cc "?t',444445 au Tab4Pa e9 a a IN LL O a O ) C >. +-' S to O E Uig}_-, iA m Ul N C a) a) i+�-� N U O N N T CO c -r-= a) O_7 Y 70 a) N O OM Q)N CY) U p W in > N U N > L6 O 41fa W �O O t > O a) >, CO `� N E C6 LO O � c6 � O N E m U) U3 �"U U Ofn L l6 (n O m i U > CL N . O O rn m 0-0) La a -0 Cl) t Q m N W'� m L6 U) c a 0) -0 C 70 > a) (1) CL � w E 0- 0- Ca O o U) L O wa U) C cn 7 N O O J Fn ._+ N O N i G7 y iZ cn L6 C6 =U m E aa.— U U m c0i � � > � N> O U O U N -0 2Oo a U) U) CE N O _ o .0 = 0- 2 o W LE O N O > co >' LE O O E cn Lm� N W C N c 'E O CO L) a E ca c `_flCO CD cn LE C2 O Ln = . E N `m CLQ O cU A?: U Dm �Lnm a)� a)a EU 16DL U) awwi C a o — U o �a o LEQa �11 � O000 .��`� OL a �rr cn N m L- :E cn v ti N U = a UN c tS, t. oN S > N CO it U U w cn in IL N U � LS w U cn U i ° ® c 2 a 's CL Lra� LL N v M W N 70 .Q 0 t LLm m Y a J a O N 7 d 0 cli ;n .Q 2 z ° Z c { L LL F- H Z W m LULU 7z < ,, Tab4Pa e9 327 of 1178 a O N o y •• C �. _ �� T M •� ® ___ e R N 'Ul d N N C_ N v y -vo O=~ i> O C "6 O a w N as a.�.raaaaaa O _ a y T C O a N N y d L O d N y - - a' w N jM Eo S! - � a m v o R U a �'w o Ur a � w U=aam Olp aiy g24 mail!: = L o R O 2 > 3 O C0 [n Lu N �` � c R R v O � a N °� a• 03 CT w M V O N y a U O N 3 o_L d anrn �m ' a i Millishi111-2 N R U R 20 r 2 ` Ln N > ar � t� � � _ C• d R U Gl N U NN a O R y 'O ' N O r > C= w a_ L p N N ... `c 32 mN o Ln m aci ` R C 'w15 p L Ol O -- d N S > O N O O a N a � � C w N 01� w `.• m Ow -a Ln � w U3c 3 m R W te o 0 o a C d 0==—'N C R y N � w •� v L �� C C C � O m'� O p •ap. a u a 4 o S m � a MR, o a fie a � 6 Tab 4 Page 10 Page 328 A 1278 �- 1 a E - - Jim d jM Eo S! - E u o a u 3 c g24 mail!: 5cQ m 02 1i Qf pis a 120 1101 a> i-- 692, ' a i Millishi111-2 Tab 4 Page 10 Page 328 A 1278 (1) U U —21 O-_ O O U . O O (Z L �c NLL .+ yy u_ U v �L to U U n ULU L J p 70 E O L U CD o C �— �.o (D � L (n 0 ^. QW) 70 ♦V � L � aJ o o O L a) r U a) 42 C� N CZ cn ' cz cn C 70 O E C O (D r 4) T O W (� `�° O m m L H L W ' E LC N 2 C O 00 U =O Q o M CC� G 00 p N U a) a Ln cnCZ70} V U CZ En a) T70a cz a) r- cz C CZ UE ce Q i o cy) Q O (n as r a) a`) o c C U a) ".' a) a) a) O O :3 C _0 (n 07 U D- a) En O- m E C O a) U L C d— .� w a) ) O N O L > a .p p L _ U T c 3 a En CL — O 6 E p a) U -- � (n (�-. d :3a) U U o r _ cn m O O U > U C)- + 67 0 (6 C6 O O L O i to (On L [U6 Q C (q a) O O >, O o- L >, n C- L -L- U L C d a) U a T ca w "= U E c cnT L En - OU .- L W l� L bb O L a N W 9 cn M Q C T co i 0 C U) O O p� a)0 N [6 E J B �' N O U O a) E C O> U C ~a) L Q) (.0a) C)- cz (On 'O_ Q) O E a) a) N N U O L Q) O O E -0 U p -C '� +� L C a) 00 m ca a) c' j cca O U ) a) Q U-0 a N (6- �, -0 U C -i O U C ++ C) TO U U U .,;T U} a) O E Q� C:) a) Q a) 2 Q p c a a) p 0U U O O4 n E E 07 W -0U)) Q m m m a) a) 0 a) co 0 L O U a) C Q) Q U CDU a) U U .� 5 D) O a) U) I — L U Q Q Q U � � o 0� L O i Q Q a] CL a- x �U U j — f0 E C L Q ;_ t O 0-0 O 0 - CL +� U) U E O ) L 'O O C N a) Q) +� O o _0 L a) > O O > r1L^`` Q L W mU) a) a U (p a) U :3 CD U m M E U CD- M =3m O7teC O a) > ^Q L CD LL U) a] UE_0 oc c M pO -0 f6 N (L) LD Q) SZ O U O W > a) T 00(n � O O (1) e) (1) a) ao O M o : Q a) cco - O C m C O U N >; a) U L O fB U CD- LO N U E a3 O C) •- a) s N o c a i m - U L (n C O lD CD (n (1) U) > O a) O O O CL(nsN m C f6 CO U W is > O E N co Lo' a) L E m a) LO CO `. co N � O LO E C O m P a�V HM&' 278 Limulaino M Abstract 18268 — Presented 11/2017 Modified Management Strategies to Improve Survival Chances Following Pediatric Out -of -Hospital Cardiac Arrest Author Block: Paul E. Pepe, MD, MPH; Paul R. Banerjee, MD; Amninder Singh, MD, Latha Ganti, MD, MBA Departments of Emergency Medicine, Internal Medicine, Pediatrics, School of Public Health and Office of Health System Affairs, the University of Texas Southwestern Medical Center, Dallas, TX; Polk County Fire -Rescue, Department, Polk County, FL; Department of Emergency Medicine, University of Central Florida, Orlando, FL Introduction: In pediatric out-of-hospital cardiac arrest (POHCA) cases, EMS crews commonly limit on -scene care and try to provide treatment while transporting. Hypothesis: Prioritizing on-site care and using techniques to expedite on-site intubation (INTUB) and drug delivery will improve survival rates. Methods: Using a comprehensive Utstein-style registry, data were collected prospectively for all consecutive POHCA cases between 01/01/2012 and 04/30/2017. In 2014, new training began to prioritize on - scene resuscitation including expedited INTUB (with controlled ventilatory rates) and drug delivery (Phase 1). In 2016, techniques to dose and prepare drugs prior to arrival were introduced (Phase 11). Neuro -intact hospital discharge rates in 2012-13 were then compared to Phase I and Phase II outcomes. Throughout the study period, protocols followed American Heart Association guidelines. Results: During the 5.25 years of study, EMS crews managed 143 consecutive POHCA cases and the majority presented in asystole throughout the study. In resuscitated patients, the time to epinephrine administration fell from 16.5 min in 2012-2013 to 7.25 min (Phase 1) and 4.1 min (Phase 11) and the children received INTUB and intraosseous insertion more often on-site in Phase I and II with no other significant differences in terms of age, sex or sequence of drug infusions. The rates of survival to hospital discharge with intact neurological status did improve immediately (Fig.) with 13 of 56 (23.2°/x) surviving in Phase I and 17 of 49 (35%) in Phase II versus 0 of 38 during 2012-2013 (p < 0.0001; 2 - tailed Fisher's exact test). Conclusions: Although a historically -controlled study, the rise in the number of survivors was profound, immediate and sustained following the new focus on expedited on-site care. The specialized training involving pre -arrival psychological and clinical tools with a supportive focus on more efficient on -scene care, likely played the most significant roles. Tab 4 Page 12 Page 330 of 1278 Tab 5 Current and Projected Workload Page 331 of 1278 Current and Projected Workload Elite Medical Specialists will be providing three physicians to directly serve Boynton Beach Fire Rescue's Medical Direction needs, and offers its expanded physician network as support and back-up as indicated in this RFP. Dr. Scheppke will serve as Medical Director. Both Dr Giroux and Dr Leisy will serve as Associate Medical Directors. This model will ensure Boynton Beach Fire Rescue has more than enough physician access for medical director duties. Each of these physicians' current and projected workload will be described. Dr. Scheppke has a many year proven track record of availability and accessibility both in person and via telecommunication to serve Boynton Beach Fire Rescue and there is no anticipation that this level of access will be diminished. In fact, with the addition of two Associate Medical Directors, it is anticipated that total physician access will be greatly enhanced. Dr Scheppke practices full time as an EMS Physician, devoting the entirety of his career to this subspecialty of medicine. Since he is not burdened by clinical shifts in the Emergency Department, he is free to dedicate his entire working career and significant hours of time to this field. Dr. Scheppke serves as the medical director for several Fire Rescue agencies within Palm Beach County. However, serving as the medical director for several EMS and Training agencies is actually conducive to efficient medical direction. The ability to share resources, knowledge, experience and best practices across multiple agencies creates an economy of scale not available to a medical director of a single service. He has recently taken on the duties of the State of Florida EMS Medical Director. This duty will require up to 80 hours per month at the State level. However, this corresponds to exactly how much time he has reduced his former clinical workload in the last 2 years (ie by 80 hours per month), therefore, the agencies he serves should see little change in his historical wide availability. The State position provides the added benefit of invaluable experience, insight and information directly from the State Department of Health level to Boynton Beach Fire Rescue leadership while leaving him at least 80 to 90 hours per month to devote to local EMS agency Medical Direction. The lack of in hospital clinical duties means he will continue to be accessible 24/7 via telecommunication and be highly accessible in person whenever needed and as he has proven consistently to be for his nearly 20 years history with Boynton Beach Fire Rescue. Dr Giroux works clinically as the Emergency Department Medical Director for Palms West Hospital. He works a modest 14 clinical shifts per month, leaving him ample availability to dedicate time to EMS duties. Dr Leisy works clinically as the Emergency Department Medical Director for West Boca Medical Center. He also works only a modest 14 clinical shifts per month, leaving him ample availability to dedicate time to EMS duties. Tab 5 Page 1 Page 332 of 1278 Similar Projects/References Elite Medical Specialists, LLC has served as the Medical Director, with Dr Scheppke serving as the Chief Medical Officer for the following agencies and offers them as references: Palm Beach Gardens Fire Rescue Fire Chief Keith Bryer 4425 Burns Rd Palm Beach Gardens, FL 33410 561-799-4312 kbryer@pbgfl.com Palm Beach Fire -Rescue Fire Chief Darrel Donato 300 North County Road Palm Beach, FL 33480 (561) 227-6492 ddonatto@townofpaimbeach.com townofpalmbeach.com City of Greenacres Department of Public Safety Fire Chief Mark Pure 2995 Jog Road Greenacres, FL 33467 561-642-2146 Pure _ reenacresfl.ov Palm Beach County Fire Rescue Deputy Chief Doug Mcglynn 405 Pike Rd West Palm Beach, FL 33411 (561) 616-7003 DMcglynn@pbcgov.org Palm Beach State College EMS Academy Program Director Jamie Smith 4200 S Congress Ave Lake Worth, FL 33461 (561) 568-5279 smithii@paimbeachstate.edu Tab 6 Page 1 Page 333 of 1278 Cost Proposal Rationale for Price Proposal Dr Scheppke began his EMS Medical Direction career with Boynton Beach Fire Rescue at an initial contract rate of $23,500.00 nearly two decades ago. Adjusted for inflation, this contract would today be valued at approximately $34,000.00. However, the above model adjusts only for inflation and does not factor in the additional value of Dr. Scheppke's now two decades of EMS Medical Direction experience, the Elite Medical Specialists' team of veteran highly qualified EMS subspecialty board certified experts, the added services of two Associate Medical Directors, the additional availability of the Elite Medical Specialists' CQI Director, and access to our international network of emergency medicine, cardiology and EMS experts through the "Gathering of Eagles" members from which to draw guidance for the benefit of Boynton Beach Fire Rescue. This cost proposal will additionally take into account current local market norms for Fire Rescue Medical Director services for agencies of 10 stations or less and the fact that an escalator clause is disallowed in this RFP thus resulting in the need to forecast future inflationary pressures over the span of the 5 years that this RFP may cover for the services provided. Elite Medical Specialists generally provides larger agencies with a lower rate per station as is typical of most industries that provide "volume discounts". Current agency contracts along with annual contract value, number of stations and value per station are below: * WPBFR had 8 stations at time of last contract renewal **Using the latest 5 years of inflation rate to forecast Tab 7 PaVage 334 of 1278 Cost Proposal Based upon the above calculations and rationale, Elite Medical Specialists, LLC offers the following cost proposal: Annual Rate: $39,000.00 Monthly Rate: $3,250.00 Tab 7 Page 2 Page 335 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT 0:1010 JA Proposers must use this form for submitting its Cost Proposal. The price shall be fixed and firm ani, should be fully burdened to include all necessary elements such as but not limited to salary, genera' administrative expenses, travel, mileage, overhead and fee/profit needed to perform all of thl; services described under this solicitation ITEM QTY UNIT OF DESCRIPTION MONTHLY 'ANNUAL !MEASURE� 'COST COST d flat fee for Medical Director 1 1 00 1, 12 MONTHS Fixe$3250 $39,0 1 Services I TOTAL ANNUAL FEE: $39, 000. 00 Ez lite Medical Specialists-, LLC COMPANY NAME AUTHCRI ZEDSMNATUR ci!L2 436-2291 Kenneth A Scheppke, MD TELEPHONE NO. PRINTED NAME KScheppkeOcomcast.net President E-MAIL ADDRESS TITLE Wecember 3, 2018 DjkTE THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 26 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/1T Tab 7 Page 3 Page 336 of 1278 REQ#EST •® PROPOSALS FOR RFP No.: 005-2210-19/IT Submit RFP's to: PROCUREMENT SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6322 RFP Title: MEDICAL DIRECTOR FOR FIRE -RESCUE RFP Number: 005-2210-19/11T RFP Received by: DECEMBER 3, 2018, NO LATER THAN 2:30 P.M. RFP's will be opened in Procurement Services unless specified otherwise. RFP receiving date and time is scheduled for: DECEMBER 3, 2018, NO LATER THAN 2:30 P.M. (LOCAL TIME) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this RFP shall conform to applicable sections of the charter and codes of the City. Name of Professional: Elite Medical Specialists, LLC Federal I.D. Number: 65-0931848 A Corporation of the State ofFlorida Area Code: 561 Telephone Number: 436-2291 Area Code: FAX Number: Mailing Address: PO Box 2764 City/State/Zip: Jupiter, Florida 33468 E-mail Address: KScheppke@comcast.net n - Authorized Si4dature Kenneth A Scheppke, bM Name Typed THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 24 COMPLETE AND ACCEPTABLE. RFP No, 005-2210-19/1T Tab 8 Page I Page 337 of 1278 CITY OF BOYNTON BEACH FLORIDA RFP TITLE: "MEDICAL DIRECTOR FOR FIRE -RESCUE" *ATE SUBMITTED: December 3, 20115 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, means of transportation, coordination, labor and services necessary to completelprovide the work specified by the Contract documents. Having studied the documents prepared by: THE CITY OF BOYNTON BEACH we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM 1 DATE ADDENDUM 11/09/2018 ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 25 RFP No. 005-2210-19/1T Tab 8 Page 2 Page 338 of 1278 STATEMENT OF QUALIFICATIONS Each qualifier proposing on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each RFP document. Failure to comply with this instruction may be regarded as justification for rejecting the RFP response. * attach additional sheets giving the information 1. Name of Qualifier: Elite Medical Specialists, LLC 2, Business Address: PO Box 2764 Jupiter, FL 33468 3. When Organized: 06/30/1999 4, Where Incorporated: Florida 5, How many years have you been engaged in business under the present firm name? 19 years in business, company name changed in November 2017. 6. General character of work performed by your company. EMS Medical Direction and EMS education 7. Enclose evidence of possession of required licenses and/or business permits. 8. Number of employees. 8 9, Background and experience of principall members of your personnel, including officers. * See attached 10. Bonding capacity, if applicable. N/A 11. Have you ever defaulted on a contract? If so, where and why? * NI THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 27 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/1T Tab 8 Page 3 Page 339 of 1278 12. Experience in performance of work similar in importance to this project. Project $ Value Contact Name Phone # PBGFR 45,000 Chief Bryer 561-799-4312 WPBFR 45,000 EMS Chief Jamie Walker 561-644-2494 PBFR 29,000 Chief Donnato 561-227-6492 PBCFR 198,300 Chief Mcglynn 561-616-7003 13. Contracts on hand. * See attached 14 Largest completed projects (include final cost). 1) Palm Beach County Fire Rescue $198,300 per year 2) West Palm Beach Fire Rescue $45,000 per year 3) Palm Beach Gardens Fire Rescue $45,000 per bear 15. List all lawsuits (related to similar projects) or arbitration to which you have been a party and which: * 1) arose from performance: * N/A 2) occurred within the last 4 years: N/A 3) provide case number and style: N/A Dated at: —Palm Beach County — this 3rd day of ecember 2018 By - (written signMure) Name. Kenneth A Scheppke, MD (printed or typed) Title: President THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT 28 Tab 8 PaRe 4 Page 340 Of 1278 Dr Kenneth Scheppke and REFERENCES FOR Elite Medical Specialists, LLC (NAME OF FIRM) Company Name: Palm Beach Gardens Fire Rescue Address: 4425 Burns Rd, Palm Beach Gardens, FL 33410 .... . ... --- . . . . . ..... ...... . ..... Contact Name: Fire Chief Keith Bryer Phone: 561-799-4312 Fax: E -Mail-, KBryer@pbgf 1. com 7�C_ompany Name: Palm Beach County Fire Rescue Address: 405 Pike Rd, West Palm Beach, FL 33411 Contact Name: Chief Doug Mcglynn Phone: 561-616-7003 Fax: E -Mail: DMcglynn@pbcgov.org Company Name: Town of Palm Beach Fire Rescue Address: 300 N County Rd, Palm Beach, FL 33480 Contact Name: Chief Darrel Donnato Phone: Fav E -Mail: 561-227-6492 561-804-6901 ddonatto@townofpalnibeach.com Company Name.- Greenacres Fire Rescue Address - 2995 S. Jog Rd, Greenacres, FL 33467 Contact Name: Chief Mark Pure Phone: Fax: E -Mail-. 561-642-2146561-642-2109 mpure@greenacresfl.com THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED -'q COMPLETE AND ACCEPTABLE. RFP No. 005-2210-1911T Tab 8 Page 5 Page 341 of 1278 ANTI -KICKBACK AFFIDAVIT §�_- �* �Wffl SS COUNTY OF PALM BEACH 1, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an o 'cer of the corporation. By: INAt - SIGNRE Sworn and subscribed before me this day of C C gid, 20 NOTARY PUBLIC, State of Florida M-=- ­�-_fRtCIA DRAKE P� va F state of Florida -Notary I.: Commission # CIG 188142 MV Commission Expire v April ()q,_2022 Printed Information: Kenneth A Scheppke, MD President TITLE Elite Medi -cal Specialists, LLC COMPANY THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE, RFP No 005-2210-19/1T 30 Tab 8 Page Me& 1278 State of Florida County of Palm Beach Kenneth A Scheppke being first duly sworn, deposes and says that: 1) He/Sheiz President Elite Medical Specialists, LLC of , the qualifier (Title) (Name of Corporation or Firm) who has submitted the attached RFP No. 005-2210-19/IT for MEDICAL DIRECTOR FOR FIRE -RESCUE 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFP is genuine and is not a collusive or sham RFP; 4) Further, the said qualifier nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other qualifier, firm or person to submit a collusive or sham RFP in connection with the Contract for which the attached RFP has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other qualifier, firm or person to fix the price or prices in the attached RFP or of any other qualifier, or to fix any overhead, profit or cost element of the RFP price or the RFP price of any other qualifier, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract-, and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the pa of the qualifier or any of its agents, representatives, owners, employees, or parties in inter s,t, including this affiant. (Signed) (Title) President Subscribed and sworn to before me ON A PATRICIA DRTKT 1��: State of Florida -Notary Pw.-,i This __'_�,Q day of 20 rr k1a "IL' *'1 Commission # GG iBi1t : My Commission Expires 1, April 09, 2022 My commission expires THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 3] COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Tab 8 Page 7 Page 343 of 1278 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? X Yes No If Yes, please indicate by an "X" in the appropriate box: AMERICAN INDIAN ASIAN BLACK (X) HISPANIC WOMEN OTHER NOT APPLICABLE (specify) Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO X If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 32 COMPLETE AND ACCEPTABLE. RFP No. 005 2210-1911T Tab 8 Page 8 Page 344 of 1278 CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE SUBMITTALS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied Professionals have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify t thisfirm complies fully with the above requirements. - , , Professional's Sig THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED _33 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Tab8P e91 'a Page 3490f 1278 The Respondent is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The Respondent understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or Its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. Elite Medical Specialists, LLC CONTRACTO NAME Y By Kenneth A Scheppke, MD Title- President Date: December 3, 2018 THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 34 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Tab 8 Page 10 Page 346 of 1278 : I M &I if AV jlj�K$] 21 Z4 11 a I, , the (Name of officer of company) (Title of officer of company) roye�� (Name of Corporation/Company) (Business Address) of Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: 9L V I GA NAME OF BUSINESS: 1. Is the business located within the City limits YES NO Number of Years: of Boynton Beach, Florida? X N/A 2. Does the business have a business tax YES NO Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida YES NO Division of Corporations? I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Print Name: Signature: 'FOR PURCHASING USE ONLY*** Business License Year Established: 7 Active: Verified by: Date: THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/1T 35 Page b Tab �We f�278 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 Kenneth A Scheppke Elite Medical Specialists, LLC President 1, , on behalf of Print Name and Title Company Name Elite Medical Specialists, LLC that does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and certify 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List-, and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 36 COMPLETE AND ACCEPTABLE. RFP No 005-2210-19/1T Tab 8 Page 12 Page 348 of 1278 attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Elite Medical Specialists, LLC COMPANY NAME SIGNATURE Kenneth A Scheppke, MD President PRINT NAME TITLE THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED ;17 COMPLETE AND ACCEPTABLE, RFP No. 005-2210-19/1T Tab 8 Page 13 Page 349 of 1278 LLI :3 jI— =_— LLI -1 a) Of U5 ti Z 0 0 CN U_ u I ) W co 0 0 Q 0 LL z ud 0 CL 25 w U.is -j D 0 L) w a m W U 5 U) W - C: W m -0 0 C: 0 0 o- as 0 Y M3 0- 0 MU) 0 :L -a- - Q) -0 0 r (D U) E 7� 0 0 C: 0 (D u _0 fii -0 r- 0 LO E 0 0) Ecn , 0- cn C: 0 2!, 0 0-0 a) a- . .- -C D --O 0 0 0- 0 0- cn ay " CD 0 -0 cc M C: 0 0 7� c 0 Q- u rv, as -C m E2 *C5 Caj -0 0 -C 00 �- c m M IW (D a) Oc E -F rl, 0 a) Q7 0 > -LD m 0 cu cu m (U C- _0 m 0 Fz 0 M Q)ui 0. ui 0 w ui 't —0 a CL (u 0 a) 4n (D z -0 0 (D 'n - cL a) a) 0 cmLm CL Z3 0 (D 00 co m c 0 0 (D 0 -�c - a- 0 m 0 m a 09 E CL. :5 N 4 LU L:) M 70 u > a cu m u CL 'n cz z m 0 E m 0 W) LU -C r- — 11 1.- lip Q'a 0 0 :5 Lu 0 c 0 u m cl 0 IL 0 0 U gn 5E 0 0 _6 m 0 0 0 0 = �5 0 = as L) va U) m Q) CL LO (n U 0 C: -C O.M 0 c Tab 8 Page 14 Page 350 of 1278 Page 351 of 1278 The City of Boynton Beach 0 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT Sealed RFP's will be received in Procurement Services, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426 on or by: DECEMBER 3, 2018 No Later Than 2:30 P.M. (Local Time). ATTENTION ALL INTERESTED RESPONDENTS Copies of this solicitation package may be obtained from Demandstar at Onvia at www.demandstar.com or by calling 1-800-711-1712. Demandstar distributes the City's solicitations through electronic download. If you prefer that a copy be mailed via U.S.P.S., please contact the City's Procurement Division at (561) 742-6322. Respondent(s) who obtain copies of this solicitation from sources other than Demandstar or the City's Procurement Services Division may potentially risk not receiving certain addendum(s) issued as a result of the solicitation. One (1) original, so designated and four (4) copies along with one (1) electronic copy on a USB thumb drive, for a total of six (6) submittals of the response shall be submitted in one sealed package clearly marked on the outside: "RFP NO. 005-2210-19/IT— MEDICAL DIRECTOR FOR FIRE -RESCUE" and addressed to: City of Boynton Beach, Finance/Procurement Services, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426 RFP's received after the assigned date and time will not be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of filing. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers with regard to mail being delivered by a specified time so that an RFP can be considered. If no award has been made, the City reserves the right to consider RFP's that have been determined by the City to be received late due to mishandling by the City after receipt of the RFP. America's Gateway to the Gulf Stream 2 Page 352 of 1278 PUBLIC RECORDS DISCLOSURE Pursuant to Florida Statutes §119.07, sealed bids or proposals received by the City in response to an invitation to bid are exempt from public records disclosure requirements until the City provides a notice of decision or thirty (30) days after the opening of the proposal/bid. If the City rejects all bids or proposals submitted in response to an invitation to bid or request for proposals and the City concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids or proposals remain exempt from public records disclosure until such time as the City provides notice of a decision or intended decision concerning the competitive solicitation or until the City withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than twelve (12) months after the initial City notice rejecting all bids, proposals, or replies. Requests for bid or proposal documents should be submitted to the City Clerk's Office. Documents may be inspected without charge, but a charge will be incurred to obtain copies. LOBBYING / CONE OF SILENCE Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be in effect as of the deadline to submit the proposal, bid, or other response and shall remain in effect until City Commission awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. Any questions relative to any item(s) or portion of this bid should be directed to Ilyse Triestman, Purchasing Manager; Telephone: (561) 742-6322, E-mail: tribfl.us City of Boynton Beach 3 RFP No. 005-2210-19/IT Page 353 of 1278 INTENT / SCOPE OF SERVICES The City of Boynton Beach is seeking to employ a Medical Director to oversee the Emergency Medical Services as provided by Fire Rescue, Paramedics, and Ocean Rescue. The Medical Director will be an independent contractor supervising and accepting responsibility for the medical performance of Emergency Medical Technicians (EMTs), Paramedics and first responders functioning in the Fire and Emergency Medical Services Department, and Lifeguards/Ocean Rescue as part of the Recreation and Parks Department under applicable provisions of Florida Statutes 64-J-1.004 and Chapter 401. RFP documents are available online through DemandStar by Onvia at: www.demandstar.com Upon request, documents will be e-mailed. Contact: CITY OF BOYNTON BEACH PROCUREMENT SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, Florida 33426 Ilyse Triestman, Purchasing Manager Telephone: (561) 742-6322; Email: triestmanip_bbfl.us Office Hours: MONDAY — FRIDAY, 8:00 A.M. to 5:00 P.M. CITY OF BOYNTON BEACH Tim W. Howard Assistant City Manager - Administration City of Boynton Beach 4 RFP No. 005-2210-19/IT Page 354 of 1278 TABLE OF CONTENTS REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT Section I — Submittal Information.......................................................................................6 Section 11 — Intent and Statement of Work....................................................................7-11 Section III — Proposal Submittal Instructions and Requirements................................12-15 Section IV — Proposal Evaluation Method and Criteria......................................................16 GeneralConditions...................................................................................................17-23 Proposer Acknowledgement............................................................................................24 Addenda..........................................................................................................................25 CostProposal..................................................................................................................26 Statement of Qualifications.......................................................................................27-28 ReferenceForm..............................................................................................................29 Anti -Kickback Affidavit.....................................................................................................30 Non Collusion Affidavit....................................................................................................31 Confirmation of Minority Owned Business......................................................................32 Confirmation of Drug -Free Workplace.............................................................................33 Acknowledgement of PBC Inspector General...................................................................34 Local Business Status Certification Form................................................................35 Scrutinized Companies Form.........................................................................36-37 Schedule of Subcontractors............................................................................................38 Statement of No Submittal...............................................................................................39 "DRAFT" Professional Services Agreement............................................................... 40- 49 City of Boynton Beach RFP No. 005-2210-19/IT Page 5 of 49 Page 355 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT Section I — SUBMITTAL INFORMATION A. The City of Boynton Beach will receive RFP responses until DECEMBER 3, 2018, no later than 2:30 P.M. (LOCAL TIME) in Procurement Services located at 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426. B. Any responses received after the above stated time and date will not be considered. It shall be the sole responsibility of the qualifier to have their RFP response delivered to Finance/Procurement Services for receipt on or before the above stated time and date. It is recommended that responses be sent by an overnight air courier service or some other method that allows for tracking and delivery confirmation. RFP responses that arrive after the above stated deadline as a result of delay by the mail service shall not be considered, shall not be opened at the public opening, and arrangements shall be made for their return at the qualifier's request and expense. The City reserves the right to consider submittals that have been determined by the City to be received late due solely to mishandling by the City after receipt of the RFP and prior to the award being made. C. If any addenda are issued to this RFP, the City will attempt to notify all prospective proposers who have secured same, however, it shall be the responsibility of each proposer, prior to submitting the RFP response, to contact Finance/Procurement Services at (561) 742-6322 to determine if any addenda were issued and to make any addendum acknowledgements and comply with the requirements of each addendum as part of their RFP response. D. One (1) original, so designated and four (4) copies along with one (1) electronic copy on a USB thumb drive, for a total of six (6) submittals of the RFP response, shall be submitted in one sealed package clearly marked on the outside "RFP No. 005-2210-19/IT MEDICAL DIRECTOR FOR FIRE -RESCUE", and addressed to: City of Boynton Beach, Finance/Procurement Services, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33426. E. Responses shall clearly indicate the legal name, address and telephone number of the proposer (firm, corporation, partnership or individual). Responses shall be signed above the typed or printed name and title of the signer. The signer shall have the authority to bind the proposer to the submitted RFP. Proposers must note their Federal I.D. number on their RFP submittal and include a copy of their W-9. F. All expenses for making RFP responses to the City are to be borne by the proposer. G. A sample draft contract that the City intends to execute with the successful firm is contained in this Request for Proposal for review. The City reserves the right to modify the contract language prior to execution. The scope of services will closely track the scope of work detailed in Section II of this Request for Proposal. City of Boynton Beach RFP No. 005-2210-19/IT Page 6 of 49 Page 356 of 1278 Section II — INTENT AND STATEMENT OF WORK PURPOSE AND INTENT The purpose of this Request for Proposals is to obtain the services of a licensed physician(s), pursuant to Chapter 458, Florida State Statutes to serve as the Medical Director, Chapter 401, Florida State Statutes, and Rule Chapter 64J-1, Florida Administrative Code (FAC) to have authority over all clinical and patient care aspects of the Emergency Medical Services provided by the City of Boynton Beach. The City is seeking a contract for an initial term of three (3) years, with two (2) additional one-year renewal terms based upon satisfactory performance and mutual agreement of the City and the awarded Medical Director. 2. SCOPE OF SERVICES The City of Boynton Beach is seeking to employ a Medical Director to oversee the Emergency Medical Services as provided by Fire Rescue, Paramedics, and Lifeguards, as well as other departmental administrative purposes and functions. The Medical Director will be an independent contractor supervising and accepting responsibility for the medical performance of Emergency Medical Technicians (EMTs), Paramedics and first responders, and Lifeguards functioning in the Fire and Emergency Medical Services Department and the Parks and Recreation Department under applicable provisions of Florida Statutes Chapter 401, and FAC 64-J-1.004. REQUIRED SERVICES TO BE PROVIDED: Be Responsible for advising the ALS provider as to his assessment of the competence of each of the provider's paramedics and for making recommendations regarding the medical procedures which each paramedic should be authorized to perform. Such assessment should be made by utilizing responsible evaluative processes and techniques and should include at least one assessment of each paramedic's ability to: a. Appropriately evaluate emergency medical patients and determine proper priorities for emergency medical care. b. Communicate the findings of such evaluations to a physician who has agreed, in writing, to provide responsible supervision of that paramedic. C. Receive and understand proper orders from a physician providing direct supervision of the paramedic. Cl. Understand and properly apply any standing orders authorized by the Medical Director. e. Understand legal relationship between the paramedic, Medical Director, physician(s) under agreement to provide responsible supervision of the paramedic, and any other physician. f. Insure that any ALS performed by the paramedic is done with responsible physician supervision. g. Perform the specific medical procedure(s) which the paramedic is specifically authorized by the Medical Director and by the ALS provider to perform. City of Boynton Beach RFP No. 005-2210-19/IT Page 7 of 49 Page 357 of 1278 2. Continually evaluate the medical capability of the paramedics and the ALS provider and advise ALS provider regarding the appropriate level and standard of care which the ALS provider should seek to achieve. 3. Assist in identifying the specific medical skills and knowledge which paramedics must possess to achieve the desired level and standard of care. 4. Assist in identifying the training and experience necessary for the paramedics to acquire the desired skills and knowledge and, in cooperation with approved educations programs, in assuring that each paramedic receives such training and experience as required. 5. Develop and implement an appropriate process for periodic audit and review of medical procedures performed by paramedics. Such audit and review process must comply with such standards and requirements as may be set forth by the department from time to time. 6. Develop and authorize or review and authorize standing orders which allow the paramedics to properly manage certain medical emergencies when voice communications with the responsible physician is not available. Such standing orders must be specified and must at least provide for managing immediately life- threatening emergencies though they are not required to be so comprehensive as to include all possible medical emergencies. 7. Responsibility for the medical correctness of any standing order which he/she authorizes for use by the paramedics and for properly instructing the paramedics regarding the correct use of standing orders. 8. Assist the ALS provider in assuring continuous availability of at least one responsible physician. Determine the qualifications necessary for a physician to provide responsible supervision of the paramedics. 9. Retain the ultimate authority to permit and/or prohibit any system paramedic to utilize ALS techniques. (Specific authority 401.35, 381.031(1)(g), 20.05(5) FS; Law implemental 401.46, 401.47 FS. History NEW 9-10-7. RELATED RESPONSIBILITIES: A. The Medical Director serves as the Fire Department's physician for the purpose of advising the Fire Chief on matters pertaining to occupational safety and health. B. The Medical Director serves as the Medical Director for the City's Ocean Rescue/Lifeguards, who may be certified as Emergency Medical Technicians. C. The Medical Director agrees to directly and indirectly supervise and accept responsibility for the medical performance of Emergency Medical Technicians and Paramedics functioning in the Fire and Emergency Medical Services Department and the Parks and Recreation Department. Such supervision shall be accomplished by, though not limited to: City of Boynton Beach RFP No. 005-2210-19/IT 1. Actual accompaniment of Paramedics and EMTs on rescue calls; Page 8 of 49 Page 358 of 1278 2. Monitoring of radio transmissions to and from hospital emergency departments and related facilities; 3. Review of rescue incident reports and associated documentation; 4. Conference and/or meetings in both individual and group situations; 5. Review of Standard Operating Procedures and Protocols involving multi -agency responses to medical emergencies; 6. Active participation in daily in-service training scheduled by the Fire Department. These duties will be performed periodically by the Medical Director at his/her convenience and as often as is necessary to insure that proper medical standards and procedures are being followed. The Medical Director shall provide the Fire Chief with written reports as required by the Fire Chief regarding efficiency and effectiveness and general performance of the City's Emergency Medical Services System. D. The Medical Director shall perform all services required of him/her pursuant to Chapter 401, Florida Statutes, and the applicable rules of any governmental agency implementing said Chapter or other established duties required to be performed by said Medical Director or upon promulgation of additional duties by the Florida Department of Health. E. The Medical Director shall give necessary instructions to the City's Emergency Medical Technicians (EMTs), Paramedics, and Lifeguards. The Medical Director will also supervise and arrange such in-service instructional sessions, and promulgate such rules and directives, as may be necessary to assure that all medical services performed by EMTs, Paramedics, and Lifeguards are in accordance with proper medical standards and procedures. City of Boynton Beach RFP No. 005-2210-19/IT In addition, the Medical Director shall participate in general Paramedic staff meetings at a time and date mutually agreeable with the Medical Director and the Fire and Emergency Medical Services Department; provide sufficient didactic lecture and instruction to insure that standards of emergency medical care are maintained, review and comment on content and emphasis on in-service training and testing procedures; and shall initiate a review of all pre -hospital emergency medical service protocols and levels of personnel and equipment response at least every six months to determine their applicability and appropriateness with respect to currently accepted emergency procedures. Recommended revisions of said protocols or response procedures shall be furnished to the Fire Chief. Page 9 of 49 Page 359 of 1278 III. SERVICES AND RESPONSIBILITIES: 1. The Medical Director will assure the continuous availability of at least one qualified physician as outlined in Section I, who shall serve as Acting Medical Director in the absence of the Medical Director. Please provide the name, address and Medical License number of the physician to be designated "Acting Medical Director". In addition, the Medical Director will notify the Boynton Beach Fire and Emergency Medical Services Department whenever he/she will be unavailable for whatever reason, and will attempt to provide 24-hour prior notification of such unavailability except under emergency circumstances. The notification shall be given to the Office of the Fire Chief, and shall include the name and telephone numbers of the Acting Medical Director. 2. The Medical Director may provide liaison services as required and requested between the Fire and Emergency Medical Services Department of the City and other departments, divisions, boards, and bodies of the City, County and State of Florida, as well as educational, institutions, medical societies and other agencies or institutions relating to the provision of Emergency Medical Services. A. The Medical Director will retain ultimate authority to permit or deny any Paramedic or EMT the utilization or advanced life support techniques, basic life support, patient assessment, or patient stabilization procedures. Upon request, the Medical Director shall advise the Fire Chief or the Director of Parks and Recreation, if appropriate, on disciplinary recommendations related to medical care. B. The Medical Director shall administer a protocol examination and/or practical test as he/she sees fit to determine the competence of all Emergency Medical Services personnel covered by this Agreement. C. Upon request, the Medical Director may participate in the design and structure of selection procedures for entry level personnel for the City of Boynton Beach. D. Upon request, the Medical Director will consult with the Fire Chief regarding promotional testing criteria for incumbent personnel. E. Upon request, the Medical Director may advise the department on appropriate procedures to address incidents in which an employee of the Fire and Emergency Services Department or the Parks and Recreation Department's Lifeguard Unit has been or may have been exposed to infectious diseases or hazardous materials. F. Upon request, the Medical Director will maintain data regarding the status of employees who have been, or may have been, exposed to infectious diseases or hazardous materials. G. Upon request, the Medical Director will provide oversight and instruction to assist in the preparation of personnel in the Fire and Emergency Service Department in professional competitions which may be selected by the Department. City of Boynton Beach RFP No. 005-2210-19/IT Page 10 of 49 Page 360 of 1278 H. At his/her election, the Medical Director may utilize the services of a Licensed Physician Assistant who shall be designated as a Deputy Medical Director to facilitate the delivery of the services enumerated in the Medical Director's contract. I. However, responsibility for the efficient delivery of these services shall remain with the Medical Director and no increase in the annual fee shall occur based on this election. J. The Medical Director will oversee and provide instruction during department scheduled in-service training, for a minimum of six hours per month. IV. CONSIDERATION BY THE CITY OF BOYNTON BEACH A. Because the Medical Director/Associate Medical Director may be subject to the risk of certain liabilities by entering into this Agreement, the City will obtain and pay the annual premium on a general liability insurance policy insuring the Medical Director/Associate Medical Director against liability arising out of negligent acts or omissions, solely while acting within the course and scope of their duties as Medical Director, during the term of this Agreement and as outlined in Florida Statue 401.265. A. Appropriate communications equipment such as a portable radio, digital pager, cell phone, etc., may be provided to the Medical Director, if applicable, by the City. B. The Medical Director shall be directly responsible to the Chief of the Fire and Emergency Medical Services Department of the City. The Fire and Emergency Medical Services Department will provide limited administrative and secretarial support to the Medical Director through the Office of the Fire Chief. C. The Fire and Emergency Medical Services Department, through the Office of the Fire Chief and the Parks and Recreation Department, shall cooperate to the greatest possible extent in the delivery of competent emergency medical care, including implementation of the policies established by the Medical Director and approved by the Fire Chief. City of Boynton Beach RFP No. 005-2210-19/IT Page 11 of 49 Page 361 of 1278 Section III - PROPOSAL SUBMITTAL INSTRUCTIONS AND REQUIREMENTS In order to facilitate the analysis of responses to this RFP, Respondents are required to prepare their proposals in accordance with the instructions outlined in this section. Consultants whose proposals deviate from these instructions may be considered non- responsive and may be disqualified at the discretion of the City of Boynton Beach. Proposals shall be prepared as simply as possible and provide a straightforward, concise description of the Respondent's capabilities to satisfy the requirements of the RFP. Expensive bindings, color displays, promotional materials, etc., are not necessary or desired. Emphasis shall be concentrated on accuracy, completeness, and clarity of content. a. Each of the eight (8) sections listed below shall be tabbed and labeled. b. Each page shall be numbered on the bottom right hand corner. c. Submit one (1) original proposal and four (4) copies + one (1) electronic copy on flash drive or CD/DVD. Cl. The proposal shall be organized as follows: Proposal Tab Section Title 1. Introduction letter/ Statement of Interest 2. Statement of Organization /Executive Summar 3. Minimum Qualifications and Requirements 4. Qualifications/Experience of Proposer 5. Current and Projected Workload 6. Similar Projects / References 7. Cost Proposal 8. Submittal Forms TAB 1 - INTRODUCTION LETTER / STATEMENT OF INTEREST= The Respondent shall provide an introduction letter on corporate letterhead, signed by an authorized representative of the company. The letter should clearly indicate the company name, address and signature. This letter shall provide a brief narrative highlighting the Respondent's proposal. This tab section should not include cost quotations. TAB 2 — STATEMENT OF ORGANIZATION _= The Respondent shall provide the following information: A. Legal contracting name including any dba. B. State of organization or incorporation. C. Ownership structure of Respondent's company. (e.g., Sole Proprietorship, Partnership, Limited Liability Corporation, Corporation) D. Federal Identification Number. E. Contact information for Respondent's Corporate headquarters. Address City, State, Zip Phone City of Boynton Beach RFP No. 005-2210-19/IT Page 12 of 49 Page 362 of 1278 F. Contact information for Respondent's Local office (if any). Address City, State, Zip Phone G. List of officers, owners and/or partners, or managers of the firm. Include names, business addresses, email addresses, and phone numbers. H. Any additional organizational information that Respondent wishes to supply to augment its organizational structure. I. Contact information for Respondent's Primary representative during this RFP process. Name Phone E-mail Mailing Address City, State, Zip J. Contact information for Respondent's Secondary representative during this RFP process. Name Phone E-mail Mailing Address City, State, Zip K. Briefly summarize any potential conflicts of interest, pending or current litigation relating to the performance of requested surveying services in which Respondent is party to. Disclose any circumstance where the conduct of the Respondent is being investigated or has had an adverse determination by any legal or administrative body. L. Provide details of any ownership changes to Respondent's organization in the past three years or changes anticipated within six months of the Due Date and Time (e.g., mergers, acquisitions, changes in executive leadership). TAB 3 — MINIMUM QUALIFICATIONS AND REQUIREMENTS — Each respondent shall submit information and documentation requested that confirms it meets the following qualification requirement(s): a. Must be registered with the States of Florida, Division of corporations to do business in Florida. No documentation is required. The City will verify registration. b. In order to be considered responsive, the Respondent must meet the Medical Director standards as required by 64-J-1.004 FAC and Chapter 401, Florida State Statutes: 1. The Medical Director must be a State of Florida licensed physician; with clear and active Status with the Florida Bureau of Medical Quality Assurance; City of Boynton Beach RFP No. 005-2210-19/IT Page 13 of 49 Page 363 of 1278 2. Must be certified by the American Board of Emergency Medicine in Emergency Medicine with a sub specialty board certification in Emergency Medical Services (EMS). 3. Must be an ACLS (Advanced Cardiac Life Support) provider with instructor certification; 4. Must be an ACLS affiliate faculty member of the American Heart Association; 5. Must be a Board Certified Emergency Physician, or is currently employed as an Emergency Department Physician in the State of Florida, or who has previously been an Emergency Department Physician in the State of Florida within the past five (5) years and possess a current DEA License; 6. Must be a Fellow of the American Academy of Emergency Medicine (FAAEM); Respondent shall provide documentation of all required licenses, certifications, credentials of privileges and affiliations, curriculum vitae, as well as other credentials or information in order to comply with this requirement. TAB 4 — QUALIFICATIONS AND EXPERIENCE OF PROPOSER — 1. The Respondent shall describe its qualifications and demonstrated experience with services of this scale and similar complexity. 2. Describe the education, training, experience, certifications, registrations, familiarity with the operation of EMS systems, experience in training emergency personnel, etc. Attach resumes and experience of additional personnel to be assigned to the City of Boynton Beach. TAB 5 — CURRENT AND PROJECTED WORKLOAD — 1. Describe your current and projected workload, e.g., active practice; hospital and clinic affiliations, department head, teaching commitments, etc. TAB 6 — SIMILAR PROJECTS / REFERENCES — 1. Provide at least three (3) references from at least three (3) governmental agencies (or regional districts) in the state of Florida, for whom you have served as medical director. Please include the name of the agency, contact name, telephone, fax and email address. TAB 7 — COST PROPOSAL — The City of Boynton Beach requests that the firms interested in responding complete the Cost Proposal Form attached herein. Provide a monthly fee amount and an annual amount for the proposed services outlined in the Scope of Work. Please include all expenses in the monthly/annual amounts. TAB 8 — SUBMITTAL FORMS — Respondents must complete and submit the required forms in order for submittal to be considered a valid response. DO NOT INCLUDE YOUR PRICE PROPOSAL FORM IN THIS SECTION RATHER INCLUDE IT IN TAB 7— PRICE PROPOSAL. ■ Proposer's Acknowledgement ■ Acknowledgment of Addendum(s) ■ Statement of Proposer's Qualifications ■ References ■ Anti -Kickback Affidavit ■ Non Collusion Affidavit of Prime Proposer ■ Confirmation of Minority Owned Business City of Boynton Beach RFP No. 005-2210-19/IT Page 14 of 49 Page 364 of 1278 ■ Confirmation of a Drug Free Workplace ■ Acknowledgement of PBC Inspector General ■ City of Boynton Beach Local Business Status ■ Scrutinized Companies Certification Form ■ Schedule of Sub -Consultants ■ Statement of No Proposal (if applicable) THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. City of Boynton Beach RFP No. 005-2210-19/IT Page 15 of 49 Page 365 of 1278 Section IV — PROPOSAL EVALUATION METHOD AND CRITERIA: The City will designate a Selection Committee to review and evaluate the Proposals submitted in response to this RFP. The Purchasing Manager shall determine whether each Respondent is responsive and responsible. For the purposes of this RFP, a responsive Respondent means a Firm that has submitted a proposal that conforms in all material respects to the requirements in the RFP. Accordingly, the Purchasing Manager will determine whether each Proposer correctly submitted all of the necessary forms and documents. Among other things, a proposal may be found to be non-responsive if the Respondent failed to provide the information requested in the RFP; failed to utilize or complete the required forms; provided incomplete, indefinite, or ambiguous responses; failed to comply with the applicable deadlines; provided improper or undated signatures; or provided information that is false, misleading, or exaggerated. The Selection Committee will evaluate each proposal utilizing the following criteria: Criterion Max Score Proposed Fees / Cost of Services 20 Qualifications of the proposer and experience of additional personnel 25 Scope of Services 25 References from other State of Florida Agencies 10 Current and Projected Workload 15 Local Business Certification Form 5 Total 100 At any time during the Selection process, the City may reject a proposal if the City concludes the Proposer is not qualified (e.g. Proposer does not satisfy the minimum requirements criteria set forth in this RFP). City of Boynton Beach RFP No. 005-2210-19/IT Page 16 of 49 Page 366 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT GENERAL CONDITIONS FAMILIARITY WITH LAWS: The qualifier is assumed to be familiar with all Federal, State and Local laws, ordinances, rules and regulations that in any manner affect the equipment. Ignorance on the part of the qualifier will in no way relieve them from responsibility. 2. BID FORMS: The bidder will submit a bid on the bid forms provided. All bid prices, amounts and descriptive information must be legibly entered. The bidder must state the price and the time of delivery for which they propose to deliver the equipment or service requested. The bidder IS required to be licensed to do business as an individual, partnership or corporation in the State of Florida. Place all required bid forms in a sealed envelope that has the company's name and address, proposal title, number, proposal date and time on the outside of the sealed envelope. Proposals not submitted on appropriate proposal forms may be rejected. All proposals are subject to the conditions specified herein. Proposals which do not comply with these conditions are subject to rejection. 3. EXECUTION OF BID: Proposal must contain an original signature of a representative who is legally authorized to contractually bind the Proposer. 4. NO BID: If not submitting a proposal, respond by returning one copy of the "STATEMENT OF NO BID" and explain the reason by indicating one of the reasons listed or in the space provided. Repeated failure to quote without sufficient justification shall be cause for removal of the Professional's name from the mailing list. NOTE: To qualify as a respondent, bidder must submit a "NO BID" and it must be received no later than the stated bid receiving date and hour. 5. BID DEADLINE: It is the proposer's responsibility to assure that the proposal is delivered at the proper time and place prior to the proposal deadline. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers in regards to mail being delivered by a specified time so that a proposal can be considered. Proposals which for any reason are not delivered by the deadline will not be considered. If no award has been made, the City reserves the right to consider proposals that have been determined by the City to be received late due to mishandling by the City after receipt of the proposal. Offers by telegram or telephone are not acceptable. 6. RIGHT TO REJECT RFP: Right is reserved to reject any or all RFP's and to waive technical errors, or to accept any RFP's that are in part deemed as the best responsible qualifier which represents the most advantageous RFP to the City. In determining the ,'most advantageous RFP", price, quantifiable factors, and other factors are considered. This would include specifications, proposed schedule, the proposed price and other factors contributing to the overall acquisition cost of this service. Consideration may be given, but not necessarily limited to conformity to the specifications, including timely delivery, product warranty, a qualifier's proposed service, ability to supply and provide service, delivery to required schedules and past performances in other Contracts with the City or other government entities. City of Boynton Beach RFP No. 005-2210-19/IT Page 17 of 49 Page 367 of 1278 7. RIGHTS OF THE CITY: The City expressly reserves the right to: ■ Waive as an informality, minor deviations from specifications at a lower price than the best responsible qualifier meeting all aspects of the specifications and consider it, if it is determined that total cost is lower and the overall function is improved or not impaired; ■ Waive any defect, irregularity or informality in any RFP or qualifying procedure; ■ Reject or cancel any or all RFP's; ■ Reissue Request for Proposal Invitation; ■ Extend the RFP opening time and date; ■ Consider and accept an alternate RFP as provided herein when most advantageous to the City. 8. STANDARDS: Factors to be considered in determining whether the standard of responsibility has been met include whether a prospective qualifier has: ■ Available the appropriate financial, material, equipment, facility and personnel resources and expertise, or the ability to obtain them, necessary to indicate its capability to meet all contractual requirements; ■ A satisfactory record of performances; ■ A satisfactory record of integrity; ■ Qualified legally to Contract within the State of Florida and the City of Boynton Beach; ■ Supplied all necessary information in connection with the inquiry concerning responsibility. 9. INFORMATION AND DESCRIPTIVE LITERATURE: Proposers must furnish all information requested in the spaces provided on the RFP form. Further, as may be specified elsewhere, each qualifier must submit for RFP evaluation cuts, sketches, and descriptive literature and technical specifications covering the products offered. Reference to literature submitted with a previous RFP or on file with the buyer will not satisfy this provision. 10. INTERPRETATIONS: Any questions concerning conditions and specifications should be directed to this office in writing no later than ten (10) days prior to the RFP closing. Inquiries must reference the date by which the RFP is to be received. 11. CONFLICT OF INTEREST: The award hereunder is subject to all conflict of interest provisions of the City of Boynton Beach, Palm Beach County, of the State of Florida. 12. TRADE SECRET: Any language contained in the Proposer's Proposal purporting to require confidentiality of any portion of the Proposal, except to the extent that certain information is in the City's opinion a Trade Secret pursuant to Florida law, shall be void. If a Proposer submits any documents or other information to the City which the Proposer claims is Trade Secret information and exempt from Florida Statutes Chapter 119.07 (Public Records Laws), the Proposer shall clearly designate that it is a Trade Secret and that it is asserting that the City of Boynton Beach RFP No. 005-2210-19/IT Page 18 of 49 Page 368 of 1278 document or information is exempt. The Proposer must specifically identify the exemption being claimed under Florida Statutes 119.07. The City shall be the final arbiter of whether any information contained in the Proposer's Proposal constitutes a Trade Secret. The City's determination of whether an exemption applies shall be final, and the Proposer agrees to defend, indemnify, and hold harmless the City its officers, employees, volunteers, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records. Proposals purporting to be subject to copyright protection in full or in part will be rejected. EXCEPT FOR CLEARLY MARKED PORTIONS THAT ARE BONA FIDE TRADE SECRETS PURSUANT TO FLORIDA LAW, DO NOT MARK YOUR PROPOSAL AS PROPRIETARY OR CONFIDENTIAL. DO NOT MARK YOUR PROPOSAL OR ANY PART THEREOF AS COPYRIGHTED. 13. SUBCONTRACTING: If a qualifier subcontracts any portion of a Contract for any reason, they must state the name and address of the subcontractor and the name of the person to be contacted on the attached "Schedule of Subcontractors". The City of Boynton Beach reserves the right to accept or reject any or all RFP's wherein a subcontractor is named and to make the award to the qualifier, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. The City also reserves the right to reject the RFP of any qualifier if the RFP names a subcontractor who has previously failed in the proper performance of an award or failed to deliver on time Contracts of a similar nature, or who is not in a position to perform properly under this award. The City reserves all rights in order to make a determination as to the foregoing. 14. ADDENDA: From time to time, the City may issue an addendum to change the intent or to clarify the meaning of the Contract documents. Since all addenda are available to Proposers at the Office of Procurement Services, it is each qualifier's responsibility to check with the issuing office and immediately secure all addenda before submitting RFP's. It is the usual practice for the City to upload all addenda to Demanstar.com, but it cannot be guaranteed that all Proposers will receive ALL addendum(s) in this manner. Each qualifier shall acknowledge receipt of ALL addenda by notation on the RFP. 15. ESCALATOR CLAUSE: Any RFP which is submitted subject to an escalator clause will be rejected. 16. EXCEPTIONS: Incorporation in an RFP of exceptions to any portion(s), of the Contract documents may invalidate the RFP. Exceptions to the Technical and Special Provisions shall be clearly and specifically noted in the qualifier's RFP on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS" and this sheet shall be attached to the RFP. The use of qualifier's standard forms or the inclusion of manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract documents. 17. DISPUTES: In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City Manager shall be final and binding on both parties. 18. ANTITRUST CAUSE OF ACTION: In submitting an RFP to the City of Boynton Beach, the respondent offers and agrees that if the RFP is accepted, the respondent will convey, sell, assign or transfer to the City of Boynton Beach all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City of Boynton Beach. At the City of Boynton Beach's discretion, such assignment shall be made and become effective at the time the purchasing agency tender's City of Boynton Beach RFP No. 005-2210-19/IT Page 19 of 49 Page 369 of 1278 final payment to the respondent. 19. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship or performance of the items offered on this RFP prior to their delivery, it shall be the responsibility of the successful qualifier to notify the City at once, indicating in a letter the specific regulation which required an alteration. The City reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract at no expense to the City. 20. LEGAL REQUIREMENTS: Federal, State, County, and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the qualifier will in no way be a cause for relief from responsibility. 21. ON PUBLIC ENTITY CRIMES - All Request for Proposal Invitations as defined by Section 287.012(l 1), Florida Statutes, Requests for Proposal as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted Professional list following a conviction for public entity crime may not submit an RFP on a contract or provide any goods or services to a public entity, may not submit an RFP on a contract with a public entity for the construction or repair of a public building or public work, may not submit RFP's on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted Professional list". 22. ADVERTISING: In submitting an RFP, the qualifier agrees not to use the results therefrom as a part of any commercial advertising. Violation of this stipulation may be subject to action covered under "NONCONFORMANCE TO CONTRACT CONDITIONS". 23. ASSIGNMENT: Any Purchase Order issued pursuant to this RFP invitation and the monies which may become due hereunder are not assignable except with the prior written approval of the City. 24. LIABILITY: The selected bidder(s) shall hold and save harmless the City of Boynton Beach, Florida its officers, agents, volunteers and employees from liability of any kind in the performance of this Contract. Further, the selected bidder(s) shall indemnify, save harmless and undertake the defense of the City, its City Commissioners, agents, servants an employees from and against any and all claims, suits, actions, damages, or causes of action arising during the term of this Contract, for any personal or bodily injury, loss of life, or damage to property arising directly or indirectly from bidder's operation pursuant to this Contract and from and against all costs, attorney fees, expenses and liabilities incurred in and about any such claims, the investigation thereof, or the defense of any action or proceedings brought thereon, and from and against any orders or judgments which may be entered therein. The City shall notify the bidder within ten (10) business days of receipt by the City of any claim, suit or action against the City arising directly or indirectly from the operations of the bidder hereunder, for which the City may be entitled to a claim or indemnity against the bidder, under the provisions of this Contract. Bidder shall have the right to control the defense of any such City of Boynton Beach RFP No. 005-2210-19/IT Page 20 of 49 Page 370 of 1278 claim, suit, or actions. The bidder shall also be liable to the City for all costs, expenses, attorneys' fees and damages which may be incurred or sustained by the City by reason of the bidder's breach of any of the provision of the contract. Bidder shall not be responsible for negligent acts of the City or its employees. 25. PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES: At the option of the Professional, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, school boards, political subdivisions, counties, and cities. Each governmental agency allowed by the Contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this bid and subsequent contract award. 26. AWARD OF CONTRACT: Contracts or Purchase Orders will be awarded by the City to the most responsive, responsible qualifier whose RFP represents the most advantageous RFP to the City, Evaluation of RFP's will be made based upon the evaluation factors and standards heretofore set forth. The City reserves the right to reject any and all RFP's and to waive technical errors as heretofore set forth. In the event of a Court challenge to an award by any qualifier, damages, if any, resulting from an improper award shall be limited to actual RFP preparation costs incurred by the challenging qualifier. In no case will the award be made until all necessary investigations have been made into the responsibility of the qualifier and the City is satisfied that the best responsible qualifier is qualified to do the work and has the necessary organization, capital and equipment to carry out the required work within the time specified. 27. FUNDING OUT: The resultant Agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission for the City of Boynton Beach in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 28. LICENSE AND PERMITS: It shall be the responsibility of the successful qualifier to obtain all licenses and permits, if required, to complete this service at no additional cost to the City. Licenses and permits shall be readily available for review by the Assistant to the Finance Director and City Inspectors. 29. COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH: Qualifier certifies that all material, equipment, etc., contained in this RFP meets all O.S.H.A. requirements. Qualifier further certifies that if awarded as the successful qualifier, and the material equipment, etc. delivered is subsequently found to be deficient in any O.S.H.A. requirement in effect on date of delivery, all costs necessary to bring the materials, equipment, etc., into compliance with the aforementioned requirements shall be borne by the qualifier. Qualifier certifies that all employees, subcontractors, agents, etc. shall comply with all O.S.H.A. and State safety regulations and requirements. 30. PALM BEACH COUNTY INSPECTOR GENERAL: The contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any contracts resulting from this solicitation, and in furtherance thereof, may demand and obtain records and testimony from the contractor and its subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the municipality to be a material City of Boynton Beach RFP No. 005-2210-19/IT Page 21 of 49 Page 371 of 1278 breach of this contract justifying its termination. 31. PUBLIC RECORDS: Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US 32. LOCAL BUSINESS STATUS CERTIFICATION: The City of Boynton Beach Administrative Policy No. 10. 16.01 provides for a local business preference. "For all acquisitions made pursuant to Requests for Proposals, Requests for Qualifications or Requests for Letters of Interest, the solicitation shall include a weighted criterion for Local Businesses of five percentage points (5%) of the total points in the evaluation criteria published in the solicitation. For all acquisitions made pursuant to Requests for Proposals, City of Boynton Beach RFP No. 005-2210-19/IT Page 22 of 49 Page 372 of 1278 Requests for Qualification or Requests for Letters of Interest, where the solicitation includes a qualitative ranking rather than a quantitative selection, the evaluation criteria shall include a Local Business preference, as reasonably determined by the Financial Services Department, Purchasing Services, consistent with the intent of this Policy. Each such solicitation shall clearly define the application of the Local Business preference." In order to be considered for a local business preference, a Respondent must include the Local Business Status Certification Form at the time of RFP submittal. Failure to submit this form at the time of RFP submittal will result in the Respondent being found ineligible for the local business preference for this solicitation. Respondents who are certified as required will receive the full five points allotted for this evaluation criteria. All other firms will receive zero points in this evaluation criterion. 33. SCRUTINIZED COMPANIES - 287.135 and 215.473 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. QUESTIONS: Any questions relative to any item(s) or portion of Request for Proposal should be directed to Ilyse Triestman, Purchasing Manager, (561) 742-6322 Monday through Friday from 8:00 A.M. to 5:00 P.M; email: triestmani@,bbfl.us THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. City of Boynton Beach RFP No. 005-2210-19/IT Page 23 of 49 Page 373 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT PROPOSER ACKNOWLEDGEMENT Submit RFP's to: PROCUREMENT SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6322 RFP Title: MEDICAL DIRECTOR FOR FIRE -RESCUE RFP Number: 005-2210-19/IT RFP Received by: DECEMBER 3, 2018, NO LATER THAN 2:30 P.M. RFP's will be opened in Procurement Services unless specified otherwise. RFP receiving date and time is scheduled for: DECEMBER 3, 2018, NO LATER THAN 2:30 P.M. (LOCAL TIME) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this RFP shall conform to applicable sections of the charter and codes of the City. Name of Professional: Elite Medical Specialists, LLC Federal I.D. Number: 65-0931848 A Corporation of the State of: Florida Area Code: 561 Telephone Number: 436-2291 Area Code: FAX Number: Mailing Address: PO Box 2764 City/State/Zip: Jupiter, Florida 33468 E-mail Address: KScheppke@comcast.net Authorized Signature Kenneth A Scheppke, MD Name Typed THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 24 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 374 of 1278 A D D E N D A CITY OF BOYNTON BEACH FLORIDA RFP TITLE: "MEDICAL DIRECTOR FOR FIRE -RESCUE" RFP NO.: 005-2210-19/IT DATE SUBMITTED: December 3, 2018 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, means of transportation, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: THE CITY OF BOYNTON BEACH we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM 1 DATE ADDENDUM 11/09/2018 DATE ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 25 RFP No. 005-2210-19/IT Page 375 of 1278 REQUEST FOR PROPOSALS FOR MEDICAL DIRECTOR FOR FIRE -RESCUE RFP No.: 005-2210-19/IT COST PROPOSAL FORM Proposers must use this form for submitting its Cost Proposal. The price shall be fixed and firm and should be fully burdened to include all necessary elements such as but not limited to salary, general administrative expenses, travel, mileage, overhead and fee/profit needed to perform all of the services described under this solicitation. ITEM QTY UNIT OF MEASURE DESCRIPTION MONTHLY COST ANNUAL COST 1. 12 MONTHS Fixed, flat fee for Medical Director $ 3250 $39,000 Services TOTAL ANNUAL FEE: $39,000.00 Elite Medical Specialists, LLC COMPANY NAME (561 436-2291 TELEPHONE NO. KScheppke@comcast.net E-MAIL ADDRESS December 3, 2018 DATE AUTHORIZED SIGNATURE Kenneth A Scheppke, MD PRINTED NAME President TITLE THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 26 RFP No. 005-2210-19/IT Page 376 of 1278 STATEMENT OF QUALIFICATIONS Each qualifier proposing on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each RFP document. Failure to comply with this instruction may be regarded as justification for rejecting the RFP response. * attach additional sheets giving the information 1. Name of Qualifier: Elite Medical Specialists, LLC 2. Business Address: PO Box 2764 Jupiter, FL 33468 3. When Organized: 06/30/1999 4. Where Incorporated: Florida 5. How many years have you been engaged in business under the present firm name? 19 years in business, company name changed in November 2017. 6. General character of work performed by your company. EMS Medical Direction and EMS education 7 E•1 Enclose evidence of possession of required licenses and/or business permits. Number of employees. 8 9. Background and experience of principal members of your personnel, including officers. * See attached 10. Bonding capacity, if applicable. N/A 11. Have you ever defaulted on a contract? If so, where and why? * No THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 27 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 377 of 1278 12. Experience in performance of work similar in importance to this project Project $ Value Contact Name Phone # PBGFR 45,000 Chief Bryer 561-799-4312 WPBFR 45,000 EMS Chief Jamie Walker 561-644-2494 PBFR 29,000 Chief Donnato 561-227-6492 PBCFR 198,300 Chief Mcglynn 561-616-7003 13. Contracts on hand. * See attached 14. Largest completed projects (include final cost). 1) Palm Beach County Fire Rescue $198,300 per year 2) West Palm Beach Fire Rescue $45,000 per year 3) Palm Beach Gardens Fire Rescue $45,000 per year 15. List all lawsuits (related to similar projects) or arbitration to which you have been a party and which: * 1) arose from performance: * N/A 2) occurred within the last 4 years: * N/A 3) provide case number and style: * N/A Dated at: Palm Beach County this 3rd day of December 2018 By: (written signature) Name: Kenneth A Scheppke, MD (printed or typed) Title: President THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT 28 Page 378 of 1278 Dr Kenneth Scheppke and REFERENCES FOR Elite Medical Specialists, LLC NAME OF FIRM Company Name: palm Beach Gardens Fire Rescue Address: 4425 Burns Rd, Palm Beach Gardens, FL 33410 Contact Name: Fire Chief Keith Bryer Phone: 561-799-4312 Fax: E -Mail: KBryer@pbgf1. com Company Name: Palm Beach County Fire Rescue Address: 405 Pike Rd, West Palm Beach, FL 33411 Contact Name: Chief Doug Mcglynn Phone: 561-616-7003 Fax: E -Mail: DMcglynn@pbcgov. org Company Name: Town of Palm Beach Fire Rescue Address: 300 N County Rd, Palm Beach, FL 33480 Contact Name: Chief Darrel Donnato Phone: Fax: E -Mail: 561-227-6492 561-804-6901 ddonatto@townofpalmbeach.com Company Name: Greenacres Fire Rescue Address: 2995 S. Jog Rd, Greenacres, FL 33467 Contact Name: Chief Mark Pure Phone: Fax: E -Mail: 561-642-2146 561-642-2109 mpure@greenacresfl.com THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 29 RFP No. 005-2210-19/IT Page 379 of 1278 ANTI -KICKBACK AFFIDAVIT STATE OF FLORIDA SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein submitted will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. Sworn and subscribed before me this day of NOTARY PUBLIC, State of Florida at Large "OFFICIAL NOTARY SEAL" STAMP By: NAME - SIGNATURE 20 Printed Information: Kenneth A Scheppke, MD NAME President TITLE Elite Medical Specialists, LLC COMPANY THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 30 RFP No. 005-2210-19/IT Page 380 of 1278 NON COLLUSION AFFIDAVIT State of Florida ) County of Palm Beach ) Kenneth A Scheppke , being first duly sworn, deposes and says that: 1) He/She is President (Title) Elite Medical Specialists,LLC of , the qualifier (Name of Corporation or Firm) who has submitted the attached RFP No. 005-2210-19/IT for MEDICAL DIRECTOR FOR FIRE -RESCUE 2) He/She is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFP is genuine and is not a collusive or sham RFP; 4) Further, the said qualifier nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other qualifier, firm or person to submit a collusive or sham RFP in connection with the Contract for which the attached RFP has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other qualifier, firm or person to fix the price or prices in the attached RFP or of any other qualifier, or to fix any overhead, profit or cost element of the RFP price or the RFP price of any other qualifier, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the qualifier or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) President Subscribed and sworn to before me This day of 120 My commission expires THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 31 RFP No. 005-2210-19/IT Page 381 of 1278 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? X Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN l 1 OTHER (specify) (x) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO X If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 32 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 382 of 1278 CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE SUBMITTALS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied Professionals have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under submittal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Professional's Signature THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 33 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 383 of 1278 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT The Respondent is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The Respondent understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. Elite Medical Specialists, LLC CONTRACTOR NAME By Kenneth A Scheppke, MD Title: President Date: December 3, 2018 THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 34 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 384 of 1278 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, , the (Name of officer of company) (Title of officer of company) , located at (Name of Corporation/Company) (Business Address) of Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: ' qp j sW NAME OF BUSINESS: 1. Is the business located within the City limits YES NO Number of Years: of Boynton Beach, Florida? X N/A 2. Does the business have a business tax YES NO Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida YES NO Division of Corporations? I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Print Name: Signature: ***FOR PURCHASING USE ONLY*** Business License ❑ Year Established: ❑ Verified by: Date: Active: THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. 35 RFP No. 005-2210-19/IT Page 385 of 1278 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 Kenneth A Scheppke Elite Medical Specialists, LLC President I, , on behalf of Print Name and Title Company Name Elite Medical Specialists, LLC that does not: Company Name certify 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 36 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 386 of 1278 attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Elite Medical Specialists, LLC COMPANY NAME SIGNATURE Kenneth A Scheppke, MD President PRINT NAME TITLE THIS PAGE TO BE SUBMITTED FOR PROPOSAL TO BE CONSIDERED 37 COMPLETE AND ACCEPTABLE. RFP No. 005-2210-19/IT Page 387 of 1278 5g2 W m D U 2 Cl) w F- � F- W d!?5 m LL 2 2 7 O L6O LL 2w O LL0 q 95 wQ D U LU M U) M § k k 0 � k co 2 @ k k m C: S E 0 U_ ƒ 0 0 / E 0 k \ ) s � 0 { 2\ k\ 0 % -22 7\ §k 0 E °0 kf o \2: LU cL two § � \/ 2 0 0 //\ LU LU /co /2 0 3 § § g 0 0 0 2 \// 2§ E CL} (n 2 CL \\� aU ems _a /\ � c� E �« § 0 2 LU LU \� k co LU � ¥�7 2� tf= 0S @ _ � £ CL CL S § § � \0 y2 \ Co// � * 2 \/\ 0) —�) o % _ —(n a) CL )\f §// / \ C m rl- N 0 m m m ¢ 2 n 0- B @ \ \ \ Of @/ ■2 �0 @ a/ S � 0 2 E U« 0 2 @ ■ c @ u � 2 2 � ■ c 0 U � � Cl) 0 ■ ■ @ � � « 2 2 � ■ c 0 U � � Cl) 0 @ E ■ 2 k co 2 @ k k m C: S E 0 U_ ƒ 0 0 / E 0 k \ ) s � 0 { 2\ k\ 0 % -22 7\ §k 0 E °0 kf o \2: LU cL two § � \/ 2 0 0 //\ LU LU /co /2 0 3 § § g 0 0 0 2 \// 2§ E CL} (n 2 CL \\� aU ems _a /\ � c� E �« § 0 2 LU LU \� k co LU � ¥�7 2� tf= 0S @ _ � £ CL CL S § § � \0 y2 \ Co// � * 2 \/\ 0) —�) o % _ —(n a) CL )\f §// / \ C m rl- N 0 m m m ¢ 2 n 0- B @ \ \ \ Of STATEMENT OF NO SUBMITTAL If you are not submitting an RFP for this project, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, Florida 33426. Failure to respond may result in deletion of Firm's name from the City's Firm list. COMPANY NAME ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to respond to your RFP No. 005-2210-19/IT MEDICAL DIRECTOR FOR FIRE -RESCUE because of the following reasons: Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) REMARKS: 39 Page 389 of 1278 "DRAFT" SUBJECT TO REVISIONS PRIOR TO SIGNING. PROFESSIONAL AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND MEDICAL SERVICES DIRECTOR THIS PROFESSIONAL AGREEMENT, entered into this day of between the City of Boynton Beach, a political subdivision of the State of Florida, hereinafter referred to as the "CITY", and a MEDICAL DIRECTOR, authorized to do business in the State of Florida, hereinafter referred to as the "MEDICAL DIRECTOR" for Emergency Medical Services is entered into subject to the following terms and conditions. The City of Boynton Beach and hereby agree that the terms of this Contract provide an outline of the working relationships and responsibilities of the CITY and the MEDICAL for the City's Emergency Medical Services Program (EMS), which is part of the CITY'S Municipal Fire Department. The items in this Contract in the following Sections are aimed at identifying the MEDICAL DIRECTOR'S general relationship with the CITY, his responsibility for supervising the direct medical related activities of the EMS Program, and the MEDICAL DIRECTOR'S responsibility for local training and certification of the Paramedics per RFP No. 005-2210-19/IT. The Contract further supports the principle that the MEDICAL DIRECTOR will receive support from the Fire Department Administration and will direct his requests for equipment and equipment assignments; manpower and manpower assignments; and supplies of the Fire Department Administration and recognizes that assignments to the Paramedic Program will be made by the Fire Chief in accordance with the overall resources and needs of the Fire Department. TERM OF AGREEMENT The term of this agreement shall be for Three (3) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach may extend the agreement at the same terms, and conditions, for two (2) one-year renewals subject to vendor acceptance, satisfactory performance, and determination that renewal will be in the best interest of the City. 1. The CITY hereby contracts with the MEDICAL DIRECTOR and the MEDICAL DIRECTOR accepts this contract as MEDICAL DIRECTOR for the City Of Boynton Beach Emergency Medical Services Program under the provisions of Section 401.46, Florida Statutes, and the applicable rules of any governmental agency implementing said Chapter or other established duties required to be performed by said MEDICAL DIRECTOR, or upon notice from the CITY that such additional duties have been established by the Florida Department of Health and Rehabilitative Services. It is recognized that the MEDICAL DIRECTOR'S contract with the CITY preserves the MEDICAL DIRECTOR'S right to practice as an independent physician at all times. The Medical Director will assure the continuous availability of at least one qualified physician as outlined in Section I, who shall serve as Acting Medical Director in the absence of the Medical Director 2. The MEDICAL DIRECTOR shall accept responsibility for the medical performance of the Emergency Medical Technicians, Paramedics, Lifeguards and Certified Emergency Medical Dispatchers employed by the CITY and serving in the Emergency Medical Services Program of the City Fire Department, herein referred to as EMS. The MEDICAL DIRECTOR shall be responsible directly to the City Manager. However, nothing herein shall in any way authorize any limitations or restrictions by the City Manager on the professional acts or advice of the MEDICAL DIRECTOR. Page IS90 of 1278 3. The Fire Chief, through the Department staff and operation procedure, will establish Department policy for equipment and equipment assignment, and for supply purchase and use. The MEDICAL DIRECTOR, in conjunction with the Fire Chief, shall establish dispatch procedures and priorities. The Fire Chief will establish Department policy for manpower assignment in conjunction with recommendations made by the MEDICAL DIRECTOR. 4. The MEDICAL DIRECTOR shall perform all services required pursuant to Florida Statutes Chapter 401, Section 401.46, Chapter 64-J-1.004, Florida Administrative Code; duties and regulations promulgated by the Florida Department of Health and Rehabilitative Services; and all present rules and regulations of any governmental agencies implementing said Chapter or other established duties required to be performed by said MEDICAL DIRECTOR. 5. The MEDICAL DIRECTOR shall serve as the Fire Department's physician for purposes of advising the Fire Chief on matters pertaining to occupational safety and health. MEDICAL DIRECTOR shall serve as the MEDICAL DIRECTOR for the City's Lifeguards, who may be certified as Emergency Medical Technicians. 6. The MEDICAL DIRECTOR agrees to both directly and indirectly supervise and accept responsibility for the medical performance of Emergency Medical Technicians, Certified Emergency Medical Dispatchers, and Paramedic functioning for the EMS and shall have full authority to direct and supervise the medical activities in the field, in training and for certifications. Such supervision shall be accomplished by, but not limited to: a. Actual accompaniment of Paramedics and EMT's on rescue calls. b. Monitoring of radio transmissions to and from hospital emergency departments and related facilities. c. Review of incident reports and associated documentation. d. Conference and/or meeting in both individual and group situations. e. Review of standard operating procedures and protocols involving multi -agency responses to medical emergencies. 7. These duties will be performed by the MEDICAL DIRECTOR at his/her convenience as often as is necessary to insure that proper medical standards and procedures are being followed. Cost for supplying necessary in-service instruction material will be assumed by the CITY and the material will become the property of the CITY. Furthermore, the EMS Coordinator shall be the MEDICAL DIRECTOR'S agent for purpose of quality assurance pursuant to Florida State Statute. 8. The MEDICAL DIRECTOR shall have the services of the Departmental training program, facility and staff to assist in carrying out training requirements for the EMS. MEDICAL DIRECTOR shall participate in daily in-service training scheduled by the Fire Department. 9. The MEDICAL DIRECTOR shall be eligible as a member as defined under Section IV; Members of the Agreement between the City of Boynton Beach and Florida as Municipal Liability Self Insurance Program. Coverage under this Agreement shall be limited to the scope of duties as MEDICAL DIRECTOR for the City of Boynton Beach Fire Department as outlined in Florida Statute, Section 401.46, and Florida Administrative Code, Chapter 64-J-1.004 as set forth in Exhibit "A" to this Agreement. The MEDICAL DIRECTOR shall provide the Fire Chief with written reports as required by the Fire Chief regarding efficiency, effectiveness, and general performance of the CITY'S Emergency Medical Services System. The provider shall indemnify and save harmless the MEDICAL DIRECTOR from any and all liability for acts or omissions committed by the MEDICAL DIRECTOR while acting in the Page 1491 of 1278 capacity of MEDICAL DIRECTOR of the Boynton Beach Fire Department, but said indemnification shall be to the extent only of any amount due and owing from the MEDICAL DIRECTOR which exceed applicable insurance coverage maintained either by the MEDICAL DIRECTOR or by the CITY on behalf of the MEDICAL DIRECTOR. 10. The provider shall indemnify and save harmless the MEDICAL DIRECTOR from any and all liability incurred as a result of acts or omission of employees of the City of Boynton Beach Fire Department. 11. The CITY will pay the MEDICAL DIRECTOR the annual sum of $ with a monthly payment of , payable at the end of each month for services outlined in this contract. 12. The CITY will provide portable radio communication for use by the MEDICAL DIRECTOR 13. In matters of employee relations and concern, the MEDICAL DIRECTOR, under the terms of this contract is considered to be a member of the administration and supervisory division of the Fire Chief as the Fire Chief carries out grievance procedures, discipline, interviewing paramedics, paramedic school assignments, and union contract administrative requirements. a. The MEDICAL DIRECTOR will be expected to report to the Fire Chief his/her decisions relating to any employees for the Emergency Medical Services System such as discipline, de- certification or promotion in which the MEDICAL DIRECTOR is involved. b. The MEDICAL DIRECTOR agrees to participate as required at personnel hearing boards such as grievance procedures of the union contract, etc. as part of his Department administrative responsibilities of the Department without additional compensation. c. The MEDICAL DIRECTOR agrees to participate in the oral interview and skills test administered to all new firefighter applicants who have a paramedic certificate prior to their employment. The MEDICAL DIRECTOR retains the right to prevent the hiring of any such individual for the purpose of employment as a paramedic if he or she does not perform satisfactorily during the interview and/or skills test. The content of the skills test will be in accordance with current standardized criteria set up by the American Heart Association and American College of Emergency Physicians. d. The MEDICAL DIRECTOR agrees that anytime a firefighter employed by the City of Boynton Beach wants to attend paramedic classes for purposes of becoming a licensed paramedic, they must have written approval by the MEDICAL DIRECTOR prior to attending and/or enrolling in such classes. 14. From time to time the MEDICAL DIRECTOR will be expected to attend Department Administrative staff meetings so that he can give input to the Administrative staff on the needs and status of the EMS Program so that he can become involved and informed of Departmental Standard Operating Procedures relating to: a. Response procedures b. Equipment and personnel allocations C. Department priorities d. Departmental procedures for handling emergencies e. Working with other departments f. Emergency medical dispatching g. Infectious Disease procedures Page 4992 of 1278 15. Any staffing changes that result in modifying the Department's current EMS response protocols must be cleared through the MEDICAL DIRECTOR. 16. Either party to this contract may, upon giving thirty (30) days written notice to the other party, may terminate this contract for any reason whatsoever, and after the effective date of such notice all parties will be relieved of any further obligations under this contract. 17. The MEDICAL DIRECTOR will assure the continuous availability of at least one qualified physician as Director who shall serve as ACTING MEDICAL DIRECTOR in the absence of the MEDICAL DIRECTOR. In addition, the MEDICAL DIRECTOR will notify the Boynton Beach Fire Rescue Department whenever he/she will be unavailable for whatever reason, and will attempt to provide twenty-four (24) hour prior notification of such unavailability except under emergency circumstances. The notification shall be given to the Office of the Fire Chief, and shall include the name and telephone numbers of the ACTING MEDICAL DIRECTOR. 18. Upon request, the MEDICAL DIRECTOR will advise the Department on appropriate procedures to address incidents in which an employee of the Fire Department has been or may have been exposed to infectious diseases or hazardous materials. 19. The MEDICAL DIRECTOR hereby agrees to perform those duties set forth in Exhibit "A" and in the Specifications for the position set forth Exhibit "B". Exhibit "A" and "B" are attached hereto and incorporated herein by reference. 20. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City of Boynton P.O. Box 310 Boynton Beach, City Manager Beach FL 33425-0310 Notices to MEDICAL DIRECTOR shall be sent to the following address: 21. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the MEDICAL DIRECTOR in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The MEDICAL DIRECTOR shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with MEDICAL DIRECTOR's endeavors. 22. COMPLIANCE WITH LAWS. MEDICAL DIRECTOR shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this agreement. Page 4993 of 1278 23. INDEMNIFICATION. MEDICAL DIRECTOR shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to MEDICAL DIRECTOR's own employees, or damage to property occasioned by a negligent act, omission or failure of the MEDICAL DIRECTOR. 24. INSURANCE. General Liability Insurance - A General Liability Insurance Policy provided shall contain limits of no less than One Million Dollars ($1,000,000.00) per occurrence for bodily injury liability, personal injury liability and property damage liability on a per project basis, and shall contain limits of no less than a Two Million Dollars ($2,000.000.00) aggregate. MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR shall notify the City in writing within thirty (30) days of any claim filed or made against its General Liability Insurance Policy. When available and at its sole discretion, City may procure and maintain General Liability Insurance to include MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR, so long as the activities engaged by MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR are solely for the benefit of City and within the scope of the project as set forth in this agreement. Professional Liability (Errors & Omissions) Insurance - Professional Liability Insurance with the limits of liability provided by such policy for each claim and on a claim made basis or on an occurrence basis to be no less than one million Dollars ($1,000,000) per occurrence with a limit of no less than two million dollars ($2,000,000) aggregate with a deductible per claim not to exceed ten percent (10%) of the limit of liability. MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR shall notify the City in writing within thirty (30) days of any claim filed or made against its Professional Liability Insurance Policy. When available and at its sole discretion, City may procure and maintain Professional Liability Insurance to include MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR so long as the activities engaged by MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR are solely for the benefit of City and within the scope of the project as set forth in this agreement. MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR acknowledges that the City is relying on the competence of the MEDICAL DIRECTOR/ASSOCIATE MEDICAL DIRECTOR to design the project to meet its functional intent. If it is determined during construction of the project that changes must be made due to Consultant's negligent errors and omissions, Consultant shall promptly rectify them at no cost to City and shall be responsible for additional costs, if any, of the project to the proportional extent caused by such negligent errors or omissions. 25. INDEPENDENT CONTRACTOR. The MEDICAL DIRECTOR and the City agree that the MEDICAL DIRECTOR is an independent contractor with respect to the services provided pursuant to this agreement. Nothing in this agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither MEDICAL DIRECTOR nor any employee of MEDICAL DIRECTOR shall be entitled to any benefits accorded City employees by virtue of the services provided under this agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to MEDICAL DIRECTOR, or any employee of MEDICAL DIRECTOR. 26. COVENANT AGAINST CONTINGENT FEES. The MEDICAL DIRECTOR warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the MEDICAL DIRECTOR, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the MEDICAL DIRECTOR, any fee, commission, percentage, brokerage Page 4Y94 of 1278 fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 27. DISCRIMINATION PROHIBITED. The MEDICAL DIRECTOR, with regard to the work performed by it under this agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. 28. ASSIGNMENT. The MEDICAL DIRECTOR shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 29. NON -WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 30. TERMINATION a. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the MEDICAL DIRECTOR. b. In the event of the death of a member, partner or officer of the MEDICAL DIRECTOR, or any of its supervisory personnel assigned to the project, the surviving members of the MEDICAL DIRECTOR hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the MEDICAL DIRECTOR and the City, if the City so chooses. 31. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 32. NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425-0310 Notices to MEDICAL DIRECTOR shall be sent to the following address: Page 4595 of 1278 33. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the MEDICAL DIRECTOR and supersedes all prior negotiations, representations, or agreements written or oral. This agreement may be amended only by written instrument signed by both City and MEDICAL DIRECTOR. 34. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US Page 4S96 of 1278 35. SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. DATED this day of CITY OF BOYNTON BEACH Lori LaVerriere, City Manager Signature of Authorized Official Attest/Authenticated: Judy Pyle, City Clerk Approved as to Form: James A. Cherof, City Attorney 20 Printed Name of Authorized Official Title (Corporate Seal) Attest/Authenticated: Secretary Page 4S97 of 1278 EXHIBIT A SCOPE OF SERVICES [Scope of Services will be inserted prior to execution] Page 198 of 1278 EXHIBIT B FEES AND PAYMENTS [Will be inserted prior to execution] Page 4S99 of 1278 6.E. CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-006 -Authorize the City Manager to sign the artist agreement with Donald Gialanella of St Petersburg, FL in the amount of $97,680 for the Town Square Interactive Public Art project. EXPLANATION OF REQUEST: At the Dec. 18 City Commission meeting the Commission approved the Town Square Public Art Master plan concepts that were presented. To implement the public art projects each will have an agreement with the selected artist to begin the projects public input sessions, fabrication and installation timeline to meet the 2020 construction schedule. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The public art projects will contribute to a well planned Town Square redevelopment plan that will brand the city, generate cultural tourism and stimulate economic development. The interactive public artwork is designed for all abilities, ages and demographics to play and connect. The public art plaza will be interactive with sound during the day with an additional illuminated nighttime component. FISCAL IMPACT: Budgeted The public art for Town Square will be charged to the Public Arts Fund, account 151-2611-579-67-01 and funds are from the art fee collected in accordance with the City's public art ordinance 07-002 on developments within the Town Square project. ALTERNATIVES: Not approve the artist agreement for the Town Square Interactive Public Art project. STRATEGIC PLAN: Redevelop Downtown, Boynton Beach Branding STRATEGIC PLAN APPLICATION: The unique one -a -kind public art projects in the City's Town Square contribute to a Culturally Distinct Downtown, and the I nteractive Public art project creates a place for all abilities, ages and and demographics to gather contributing to platemaking for the project. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 400 of 1278 ATTACHMENTS: Type I Om ME= Description Resolution approving Artist Agreement with Don Gialanella Interactive Don Gialanella artist agreement. Page 401 of 1278 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. R19 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN THE ARTIST AGREEMENT WITH DONALD GIALANELLA OF ST PETERSBURG, FL IN THE AMOUNT OF $97,680.00 FOR THE TOWN SQUARE INTERACTIVE PUBLIC ART PROJECT.; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, at the December 18, 2018 City Commission meeting the Commission approved the Town Square Public Art Master plan concepts that were presented; and WHEREAS, The public art projects will contribute to a well planned Town Square redevelopment plan that will brand the city, generate cultural tourism and stimulate economic development; and WHEREAS, to implement the public art projects each will have an agreement with the selected artist to begin the projects public input sessions, fabrication and installation timeline to meet the 2020 construction schedule; and WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the recommendation of staff, deems it to be in the best interests of the City residents to approve and authorize the City Manager to sign an Artist Agreement with Don Gialanella in the amount of $97,680.00 for the Town Square Interactive Public Art Project. 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 approves and authorizes the City C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\3032275B-F7B8-4DEF-8B5A-BEBA73039761\Boynton Beach. 14349.1.Artist Agreement with Don_Gialanella - Reso.docx Page 402 of 1278 31 Manager to sign an Artist Agreement with Don Gialanella in the amount of $97,680.00 for 32 the Town Square Interactive Public Art Project. A copy of the Agreement is attached hereto 33 as Exhibit "A." 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 Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this day of , 2019. CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE ATTEST: Judith A. Pyle, CMC City Clerk (Corporate Seal) YES NO C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\3032275B-F7B8-4DEF-8B5A-BEBA73039761\Boynton Beach. 14349.1.Artist Agreement with Don_Gialanella - Reso.docx Page 403 of 1278 ARTIST AGREEMENT TH ISAGREEMENT, dated the J � � day f A� �,y °< /T_, 2018, is by and between: City of Boynton Beach, a municipal corporation, organized and operating pursuant to the laws of the State of Florida, with a business address of P.O. Box 310, Boynton Beach, FL 33425, hereinafter referred to as "CITY", and with an address of 6M '," y ' in hereinafter referred to as "ARTIST." CITY and ARTIST may hereinafter collectively be referred to as the "Parties." WITNESSETH: In consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, CITY and ARTIST as follows: WHEREAS, public art is a work of art, generally created by a public ARTIST exhibiting the highest quality of skill and aesthetic principals and includes all forms of the visual arts conceived in any medium, material or combination hereof, including but not limited to interactive, kinetic, paintings, sculptures, stained glass, mosaics, murals, and ARTIST designed functional, architectural, landscaped, and landform elements as described in the Public Art Ordinance 07-002; and WHEREAS, CITY desires to obtain professional services from ARTIST for the creation of public artwork; and WHEREAS, ARTIST possesses the specific skills, talent, expertise, experience and knowledge to provide CITY with the artwork in a professional and ARTISTic manner; and WHEREAS, ARTIST has stated an interest in working on the creation of public artwork for the PUBLIC ART PROJECT; and WHEREAS, CITY desires to commission the ARTIST to create public artwork for initial display at the Interactive Plaza in Town Square, Boynton Beach, Florida (the "Site") on the terms and conditions set forth in this agreement. NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements herein contained and other good and valuable consideration, the receipt of which is hereby acknowledged, it is agreed herein between the Parties hereto as follows: i .l . RECITALS: Each "whereas" clause set forth above is true and correct and herein incorporated by this reference. ARTICLE 2 2.1. ARTIST hereby agrees to create the public artwork described in proposal attached hereto as Exhibit A (the "Inter- active Public Art Project"), or other services which may otherwise be required, as further enumerated in the Scope of Ser- vices set forth in Article 3 herein below. 2.2. The public artwork shall be installed by the ARTIST in the location at the site as designated by the approved pub- lic art project proposal. 2.3. ARTIST shall furnish all services and labor necessary and as may be required in the performance of this agreement. Page 1 of 21 Page 404 of 1278 2.4. ARTIST hereby represents to CITY, with full l.nowledge that CITY is relying upon these representations when entering into this agreement with ARTIST, that ARTIST has the professional expertise, talent, experience and manpower to perform the services to be provided by ARTIST pursuant to the terms of this agreement. 2.5. ARTIST represents and warrants that all work performed pursuant to this agreement, including but not limited to the public artwork, is an original creation and does not infringe upon or violate any copyrights or other rights of any per- son, firm or organization. ARTIST does hereby indemnify and hold CITY harmless from and against any and all claims and liabilities that may arise as a result of any breach of the foregoing representation and warranty. 2.6. CITY recognizes that authors of visual art have certain rights pursuant to the Federal Visual ARTIST Rights Act of 1990, known as "VARA". CITY will not intentionally distort, mutilate and/or modify the public artwork in a manner that would be prejudicial to ARTIST's honor or reputation. 2.7. CITY is entitled to exhibit, publish, broadcast, advertise and otherwise use the likeness of the public artwork, in any non-commercial, non-profit manner CITY sees fit. Incidental appearance of the public artwork in photographs or in depictions of the store front where the public art is located shall not violate the prohibition set forth in this paragraph. 2.8. CITY agrees to give the ARTIST full acknowledgement and credit as the creator of the public artwork, with the placement of a plaque or similar object on and/or near the public artwork. 2.9. The value of the public artwork is established when the price of the art is commissioned 2.10. CITY agrees to provide the ARTIST reasonable access to the site to prepare the public artwork for installation. ARTIST may not obstruct access to the entrance to the project and ARTIST shall be responsible for securing the installation site to protect the public from any hazards that may arise during preparation of the site or installation of the public artwork. 2.11. ARTIST may not hire or utilize the services of any sub -contractor, employee or other individual to assist the ARTIST in performing services under this agreement without the prior written approval of CITY. 2.12 ARTIST warranties the final product against all defects in workmanship and materials for a period of one year from the date of installation and agrees to repair or replace defective materials and workmanship at ARTIST's sole cost. ARTIST shall perform the following services in accordance with this Agreement with CITY as follows: 3.1. All work performed under this Agreement shall be done in a professional manner. 3.2. The public artwork shall be produced to CITY's satisfaction and in conformity with the appropriate moral and ethical standards for the community in which the Site is located. The quality of the completed public art is a matter of prime importance and shall meet all applicable industry standards. CITY shall have the right to approve and/or reject the public artwork or any portion thereof. The display, of the public artwork shall be subject to the sole discretion of CITY. 3.3 The ARTIST shall perform and provide services as set forth in the Proposal for the "Interactive Public Art Project", a copy of which is attached hereto as Exhibit "A". 3.4 ARTIST is required to coordinate with Public Art Manager and Town Square project team to prepare, install and complete the public art project. Public Art Manager will monitor the project and from time to time document the public art projects process. The Project is estimate to begin , Z()/9 with an estimated completion date of Page 2 of 21 Page 405 of 1278 4.1. This Agreement shall take effect as of the date of execution as shown herein below and shall end upon completion of the ARTIST's work and services described in Articles 2 and 3 hereof. 4.2. All documents, plans, work products, materials, equipment and tools belonging to CITY will be furnished to CITY upon completion and/or termination of the agreement, whichever occurs first. 4.3 CITY's rights to exhibit, publish, broadcast, advertise and otherwise use of the likeness of the public artwork for non-commercial non-profit purposes or if for commercial purposes if incidental to photographs or renderings of the site shall survive the termination of this agreement. 5.1. CITY shall provide compensation and/or payments to the ARTIST as set forth in the Proposal for the the "Inter- active Public Art Project" dated O'V ?01A a copy of which is attached hereto as Exhibit "A". 5.2 Title to the public artwork passes to CITY of Boynton Beach upon payment of the compensation. ARTICLE 6 6. CITY or ARTIST may request changes that would increase, decrease or otherwise modify the Scope of Services to be provided under this Agreement. Such changes or additional services must be in accordance with the provisions of the Code of Ordinances of Boynton Beach and must be contained in a written amendment, executed by the Parties hereto, with the same formality and with equal dignity herewith prior to any deviation from the term or scope of this Agreement, including the initiation of any additional or extra work. In no event will ARTIST be compensated for any additional work or change from attached Exhibit A which has not been described in a separate written Agreement executed by the Parties hereto. 101 31 a W-111 7.1, Insurance. Worker's Compensation Insurance, property damage, liability insurance and vehicular liability insurance shall be maintained by ARTIST during the life of this Agreement to comply with statutory limits for all employees, and in the case any work is sublet, the ARTIST shall require the sub -contractors similarly to provide Worker's Compensation Insurance at the same levels required by the ARTIST for all the subcontractor's employees unless such employees are covered by the protection afforded by the ARTIST. A. ARTIST shall secure and maintain in force, throughout the duration of this Agreement, comprehensive general and automobile liability insurance with a minimum coverage of $1,000,000 per occurrence; $2,000,000 aggregate for personal injury; $1,000,000 per occurrence, $2,000,000 aggregate for property damage; and, professional liability insurance in the amount of $1,000,000 (all professional contract services). B. The general liability and vehicular liability policies shall name CITY and CITY of Boynton Beach as an additional insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to CITY. C. ARTIST shall secure and maintain in force throughout the duration of this contract workers' compensation insurance in amounts not less than the statutory limits. D. ARTIST shall furnish CITY with a certificate of insurance evidencing all required insurance coverage prior to the start of any work for CITY. Said insurance companies must be authorized to do business in the State of Florida and CITY will not accept any company that has a rating less than B+ in accordance with A.M. Best's Key Rating Guide, latest edition. E. If ARTIST claims to be exempt from this requirement, ARTIST shall provide CITY proof of such exemption along with a written request for CITY to exempt ARTIST, written on ARTIST's letterhead which exemption shall not be effec- tive until signed by CITY Page 3 of 21 Page 406 of 1278 7.2. Independent Contractor. This Agreement does not create an employee/employer relationship between the Parties. It is the intent of the Parties that the ARTIST is an independent contractor under this Agreement and not CITY 's employee for any purposes, including but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Worker's Compensation Act, and the State Unemployment Insurance law. The ARTIST shall retain sole and absolute discretion in the judgment of the manner and means of carrying out ARTIST' activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Agreement shall be those of ARTIST, which policies of ARTIST shall not conflict with CITY, State, or United States policies, rules or regulations relating to the use of ARTIST'S funds provided for herein. The ARTIST agrees that it is a separate and independent enterprise from CITY, that it had full opportunity to find other business, that it has made its own investment in its business, and that it will utilize a high level of skill necessary to perform the work. This Agreement shall not be construed as creating any joint employment relationship between the ARTIST and CITY and CITY will not be liable for any obligation incurred by ARTIST, including but not limited to unpaid minimum wages and/or overtime premiums. 7.3 Scrutinized Companies. By execution of this Agreement, in accordance with the requirements of F.S. 287-135 and F.S. 215.473, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 7.4. Assignments. 7.4.1. This Agreement or any interest herein, shall not be assigned, transferred or otherwise encumbered, under any circumstances, by ARTIST without the prior written consent of CITY. However, this Agreement shall run to CITY and its successors and assigns. 7.4.2. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 7.5. No Contingent Fees. ARTIST warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the ARTIST to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for ARTIST any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, CITY shall have the right to terminate this Agreement with- out liability at its discretion, to deduct from the contract price, or otherwise recover from ARTIST the full amount of such fee, commission, percentage, gift or consideration. 7.6. Notice. Whenever any party desires to give notice unto any other party, it must be given by written notice, sent by certified United States mail, with return receipt requested, addressed to the party for whom it is intended and the remain- ing party, at the places last specified in writing, and that places for giving of notice shall remain such until they shall have been changed by written notice in compliance with the provisions of this section. For the present, the ARTIST and CITY designate the following as the respective places for giving of notice: Page 4 of 21 Page 407 of 1278 CITY: Lori LaVerriere, City Manager City of Boynton Beach 3301 Quantum Blvd., Suite #10 1, Boynton Beach, FL 33426 561-742-6000 Copy To: Debby Coles-Dobay Public Art Manager City of Boynton Beach 3301 Quantum Blvd., Suite 4 10 1, Boynton Beach, FL 3342 (561) 742 6026 (562) 742 6089 7.6. Binding Authority. Each person signing this Agreement on behalf of either party individually warrants that he or she has the 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. 7.7. Headings. Headings herein are for convenience of reference only and shall not be considered on any interpretation of this Agreement. 7.8. 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. 7.9. Governing Law. This Agreement shall be governed by the laws of the State of Florida with venue lying in Palm Beach County, Florida. 7.10. Attorney's Fees. In the event that either party brings suit for enforcement of this Agreement, each party shall bear its own attorney's fees and costs. 7.11. Extent of Agreement. This Agreement represents the entire and integrated Agreement between CITY and the ARTIST and supersedes all prior negotiations, representations or Agreements, either written or oral. 7.12. Equal Employment Opportunity. In the performance of this Agreement, the ARTIST shall not discriminate against any firm, employee or applicant for employment or any other firm or individual in providing services because of sex, age, race, color, religion, ancestry or national origin. 7.13. Waiver. Any failure by either party to require strict compliance with any provision of this contract shall not be construed as a waiver of such provision, and the waiving party may subsequently require strict compliance at any time, notwithstanding any prior failure to do so. 7.14. Counterparts. This Agreement may be executed in multiple counterparts, each of which shall be deemed an orig- inal, and all of which together shall constitute one and the same instrument. Page 5 of 21 Page 408 of 1278 7.15 Usage Rights After final acceptance of the artwork by CITY, the following ARTIST' rights shall be guaran- teed: Maintenance of public artworks shall be the responsibility of CITY or developer or property association and not the ARTIST. The responsible party shall make reasonable efforts to maintain the artwork in good repair. The responsible party shall attempt to consult the ARTIST and collaborator on major repairs. The artwork shall not be altered, modified, removed or relocated from a site integral to the concept for the work without first consulting with the ARTIST and collaborator, if reasonably possible. If a work, nevertheless, has been significantly altered, the ARTIST and collaborator shall have the right to disclaim authorship. Copyright of the artwork shall belong to the creator(s), but CITY or developer or property association shall be granted the right to make two-dimensional reproductions for non-commercial purposes. IN WITNESS OF THE FOREGOING, the Parties have set their hands and seals the day and year first written above. ATTEST: APPROVED AS TO FORM: OFFICE OF CITY ATTORNEY State of Florida County of Palm Beach p- . CITY OF Boynton Beach, FLORIDA Lori LaVerriere, City Manager The foregoing instrument was acknowledged before me, the undersigned notary public in and for the State of Florida, on this the day of 2018, by and City Clerk and City Manager, respectively. Notary Public Seal of Office Notary Public, State of Florida Printed, Typed or Stamped Name of Notary Public Exactly as Commissioned Individuals Who Signed Are: Personally Known, No Identification Produced Page 409 of 1278 ARIFIST SIGNATURE ARTIST CONTACT INFORMATION Name �Dt",4h-'fi-D ............. .................................. .... .............................................. . Company_ MOW Address '-)e . ............. . ........................................... . ... . . . . . . . . . . . . . . . .................................................................... Studio .z7'z5'Y- . .......... Cell7-1 ...... LQ 7 4 -1 Email L....1 i/gs'q-S i -&N C-1-A'Af 11 - Web site "/V Vv, P'rL "Al C, 0Al ............ Social Media CountryN � L 111 State of JC) (k Countyjfl 'aj ...................... — 0111 Signature The foregoing instrument was acknowledged before me, the undersigned notary public in and,for the Country or State ofma-011 _[!L f -L on JY day be6 2018,by —Lkj)j&1j k(kL (t _qL — Notary Public Seal of Office iNatde R Save Ewkn n== gj I Individual who signed Is: Personally Known, No ID Produced OR )Identification Produced u. - ------------------ Notary Public (Signature) r:71, Country or State o f Ly. [A .. .. .. .. ....................................... . ..... Printed, Typed or Stamped Name of Notary Public Exactly as Commissioned Page 7 of 21 Page 410 of 1278 Our proposal for the Boynton Beach town square plaza is an interactive sculpture entitled, Synesthesia. (Synesthesia is a perceptual phenomenon in which stimulation of one sensory pathway leads to automatic, involuntary experiences in a second sensory pathway.) The sculpture consists of eight 10 foot tall vertical stainless steel tubes arranged in a 20 foot diameter circular array (see diagram in addendum). The tubes are 10" in diameter, mirror polished and reflective, and each topped with an LED ring of light that is automatically activated after sundown. This smart sculpture is fully programmable allowing the lights to change colors and be sequenced. In the same way that The Empire State Building is lit to commemorate various holidays so too can Synesthesia be tailored to reflect special days such as red, white, and blue for national holidays, white for Christmas, and green for St. Patty's Day, and so on. This type of complex sequencing will require a software upgrade. With the modulated colored lights, people's experiences with the sculpture will be different every time. The LED lighting brings the sculpture alive in the evenings and gives the sculpture an illuminated and memorable sense of place after dark. Another unique aspect of the sculpture are the sounds generated by the tubes. Activated by proximity sensors, the tubes emit sound when someone approaches - they react to external stimuli. In this way, viewers become part of the art and bring it to life. Concealed inside each tube is a programmable electronic sound generating device that creates the intriguing, gentle sounds of rain, ocean waves, night insects, flowing water, wind, etc. The sound generating device residing inside each tube consists of a microcontroller subsystem with audio output capabilities, also equipped with several gigabytes of storage space to save and manage many different sound profiles. The microcontroller audio output feeds an audio amplifier which in turn drives a waterproof speaker located in each tube. Synesthesia uses complex technology to combine art and science for the benefit of the human experience. The public will interact with Synesthesia on several different sensory levels. Visually, people are drawn to the sculpture because of its clean, bold design. It is reminiscent of a modern Stonehenge, or the pillars of classic Greek architecture. Similar to what is perhaps the most successful public sculpture in the world, the Bean in Chicago, who's reflective surface attracts millions of visitors a year, Synesthesia's mirror -polished surfaces will reflect a surreal image of the surroundings, including the faces of spectators. The selfies will be awesome! The sound the tubes produce will entice people on a whole new level. As visitors come close to the tubes to see their faces, the tubes emit a soothing hypnotic sound. This sound element encourages people to walk from one tube to the next to listen to the variation in tones, encouraging further physical interactivity with the installation. Page 8 of 21 Page 411 of 1278 r11111 11111 1111 The internal electronics for each tube are duplicates of one another, making it a truly modular design. What allows each tube to act differently, such as emitting a different sound, are the settings in the program application running on the microcontroller (microcomputer) in each tube. For each tube, the same application with different settings executes on a microcontroller system board. This system board takes inputs from the outside world (proximity and light level sensors) and uses them to sequence sounds and the glowing tube tops. Depending upon the setting in each microcontroller, the LED array on the top of the tube will glow and the audio sound profile driving the speaker system will begin. Since each tube operates in a similar manner, the configuration settings of each tube is what make it behave differently. Each time an individual approaches a tube, the proximity sensors detect the approaching person and uses this, along with the ambient light level sensor, to alert the microcontroller. The application running on the microcontroller for that tube will then determine what sound and light actions to perform based upon the following: 1. The configuration settings for that particular tube, 2. Is it daylight or night level lighting, 3. What time of the day or time of night it is, 4. What day of the week or day of year it is. The programmability of the microcontroller is key to allowing many different possibilities. Here is an example: • During the morning hours after sunup a person approaches tube A, and triggers a bird to start singing for a short period out of tube A. As they then walk towards tube B, out of tube B a cat starts meowing, and so on for each tube; a different sound would emanate from each of the 8 tubes. • After the sun goes down the top of all of the tubes will start glowing, and then as a person approaches tube A, the sound of crickets start up for a period, and then on to tube B the person hears ocean waves. • The next day, for these same tubes, a completely new set of sounds could be emanating. This makes it such that a person that regularly passes by the Synesthesia each day would not know what new sounds to expect and thereby keeping the interest and interaction level high even with regular visitors. • Continuing this example, at midday noon, all of the tubes could be programmed to sound a cuckoo bird like sound, and then, say at midnight, the top of the tubes could pulseate on an off for a minute. Page 9 of 21 Page 412 of 1278 Daylight / Evening -Night H t f«»x24»±2 t #;< 1472»»\ � \ � \ \� Blue Glow on - /� ^^ ^ / t -R . »�� \ � : . Sound System\ Inside T 2, « Keep in mind that *IU the 6elmmc are built into amn/e module, and the module is pottin waterproof mk�ral,therefore rthe detor @c modules malfunction, replacing them is the only remedy. They UIQ de- signed fora minimum of10year |fispan,butd¥&eredare2sp re electronics modules. Page 10 d21 Page 413 0 1278 i. i R Ii.a 1 Hooking up the external interfaces into the entire system are as follows: 1. Each tube requires 120VAC power of no more than 0.2 Amps (25 watts) (Total 1.6 Amps). 2. Each tube requires a RJ45 network connection running to a ethernet router. 3. To maintain the proper time of day and day of the year, the ethernet router must be connected to the WWW. (This network connection to the web also allows for future sound, lighting and se- quencing software upgrades). Page 11 of 21 Page 414 of 1278 Page 415 of 1278 Synesthesia will be constructed from 316 Stainless steel which is 18/8 (18% chromium and 8% nickel). This marine grade stainless steel that an outdoor longevity of 100 years or longer because of stainless steels corrosion resistance, durability and low maintenance. It is the ideal material for public sculpture. The safety and well-being of visitors is the fundamental priority when designing public sculpture. To ensure the highest level of safety, all construction will be secure and permanent with no sharp edges or loose parts. The sculpture will be fabricated using precise technology and sound fabrication methods. It will be incredibly strong, durable, weatherproof, and safe for human interaction. The electronic components will be encapsulated in an electronic waterproof coating with heat dissipation thermal fins inside the top of each tube. The electronics will be designed for high temperatures and mitigated with chimney effect airflow inside the tubes. Small slits near the top and bottom of the tubes allow natural convection airflow help with thermal management, by allowing the air to travel from the bottom up through the top passing over the thermal heat sink fins during hot days. The electronics will be designed to last ten years with daily use, and two spare electronic units will be delivered for easy replacement of an electronic tube -top should any of the units malfunction. The only direct exposure to the elements of non -stainless steel parts are the edges of the acrylic disc on the top of the tube. This acrylic chosen will be rated for long term exposure with minimal degradation for 10 years and topped with a protective stainless steel disc. Page 13 of 21 Page 416 of 1278 The project begins Monday January 7th, 2019 and the deadline for completion being February 18th, 2020, allowing a little over a year of production time. The following is a rough draft of a possible production schedule; February - March, 2019 - Finalize drawings and plans for production. Specify vendors for materials and supplies. Survey site and get engineering reports. April - May, 2019 - Order materials. Construction of electronic components. Polish stainless steel tubes. Fabricate lucite discs. Edit final sound profiles. June - July, 2019 - Machine tubes for caps and mounting brackets. Pour concrete footers and run electric cables at site. Prepare surface of Plaza. August - September, 2019 -Assemble completed tubes and electronic components and test in studio. Prepare tubes for transport to site. October - November, 2019 - Install mounting brackets at site. Transport tubes to site. December, 2019 - January, 2020 - Install and test final installation of sculpture. Page 14 of 21 Page 417 of 1278 Materials 316 stainless steel pipes (Mirror polished) $36,000 Electronic components $ 10,000 Contract Labor $ 5,000 Assistants/ labor for fabrication Consultants $10,000 Electrical engineer Transportation $ 4,500 Shipping of work to installation site Travel Transportation, hotels, food while on site $ 800 Insurance $2,500 Loss/theft/damage coverage to protect the supplies and fabricated parts prior to shipping Loss/theft/damage coverage during shipping General liability for self, subcontractors and assistants Artist's fee $20,000 Design, fabrication and installation Contingency (10%) $ 8,880 Total project cost estimate $ 97,6EE Page 15 of 21 Page 418 of 1278 For the external surfaces 0fthe stainless steel tubes, they require virtually nomaintenance. For the top stainless steel cap, birds may rest and deposit droppings, and this may require periodic cleaning. For the e|sotnonioa. e|nms they are sealed in a waterproof potting material, there is no physical maintenance. However, if there is a failure in a module, the entire module is swapped out for a spare module. For software upgrades, because each tube electronics module is connected to the network, software upgrades can beperformed remotely. An example of a software upgrade would be flashing or walking light shows from one tube to the next choreographed with various music or other complex sound sequencings between tubes. | believe that public art should compliment and focus interest on the site. Effective public art will make the viewer's experience memorable, and create a lasting bond that ties that engagement to the artwork and its Mvprocess for conceptualizing and producing public work is rooted in the desire to establish an iconic image that represents and reflects the values of the local community. The underlying tenets guiding my work are a solid work ethic and artistic integrity, which combine to create enduring works of art. Page 18of21 Page 419Of1278 Concept Image - Synesthesia,day and night, Page 17 of 21 Page 420 of 1278 Cap C« , SG Wir =) ring Ismg unit ht sensor )ximity Isor (x4) eaker ©I - Electronics diagram Gialanelia 2013 Page 421 0 1278 330mmm, Stainless pillar M -M Ancnor bolt Ground level Concrete footer Page 19 of 21 Page 422 of 1278 a ,,es fx8) Page 20 of 21 Page 423 of 1278 12/28/2O18 DoneNGie|emeUa 91OSouthern Pine CTNE St Petersburg, FI 33703 607-547-1071 DebbxCo|es-Dobev Public Arts Manager City Manager's Office, Art inPublic Places City ofBoynton Beach 3801 Quantum Blvd, Suite #1O1 | Boynton Beach, Florida 33420 V\eare requesting aninitial disbursement offunds from the7ovvnHall Plaza interactive sculpture budget, (please see full proposal Exhibit ^A^.hJbeused for fabrication ofthe first tube for exhibit and testing sd The International Kinetic Art Exhibit and Symposium |nBoynton Beach, FL, onFebruary 1-3.2O1Q. This exhibit Is a wonderful opportunity for us to test the functionality of a single tube of the sculpture with alive audience at the event. It will also give us the chance to gather ideas for the types of sounds to be used in the final sculpture and collect feedback about the interactivity from visitors. |norder hoaccomplish this intime for the exhibit we ask for roughly 20%ofthe initial project budget, as well as additional costs related specifically to the symposium exhibition. 1/8ofelectronic component budget $1.250 8096 of electrical engineers fem. (Tb design and build one prototype is them johtyofthe engineering work.) $8.000 1/8 of artist fee $2,500 Total from dedicated project budget $11,760 Additional costs outside oforiginal budget for kinetic symposium One (1) Steel tube, polished, 8'n 10^diorn. $1.500 4'dianm9gauge steel circle for exhibition base $ 625 Machining oftube (Electronics attachment, vents) $ 575 Transport gfsculpture to and from exhibit $ 800 Total c Total funds requested atthis time $16'675 Page 21 of 21 Page 424 of 1278 6. F. CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED AMENDED RESOLUTION R18-159 - Authorize utilization of Sourcewell NJ PA Contract #120617 -CAT and a Purchase Order for rental of a 1.000 Kilowatt (KW) emergency backup generator and cables at the East Water Treatment Plant (EWTP) from Pantropic Power Cat in Miami, FL for a monthly cost of $7,866, or an annual cost of $94,392. EXPLANATION OF REQUEST: Contract Period: January 29, 2018 - January 29, 2022 Following the failure of the backup generator at the EWTP a backup generator has been rented while decisions are made on the best long term solution for power supply at the plant. It has now been determined that the best solution, based upon the favorable electric rates utilizing the FPL curtailment program, is to install backup diesel generator(s). A task order is being prepared to cover the necessary engineering design. The operating permit for the plant requires backup power systems to enable operations to continue during any loss of supply from Florida Power and Light. The pricing is based upon Sourcewell/NJ PA Contract # 120617 -CAT and Pantropic is an authorized Caterpillar Dealer. Pantropic The finance department has reviewed and determined that the Sourcewell procurement process satisfies the City's competitive bid requirements. The NJ PA contract terms include a minimum of a 10% discount from list for the rental price. The list price for the unit we are renting is $11,000/month compared to our price of $6,600 which exceeds the 10% threshold. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The rental of this emergency generator will provide the necessary power during an outage to ensure continuity of operations at the EWTP thus maintaining uninterrupted supply of drinking water to our customers. FISCAL IMPACT: Budgeted Funding will be charged to account 401-2811-536-44.30 ALTERNATIVES: Since a backup power supply is required for the EWTP there is no feasible alternative. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Page 425 of 1278 Is this a grant? No Grant Amount: ATTACHMENTS: Type Description Resolution authorizing utilizing Sourcewell NJ PA Contract Page 426 of 1278 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 AMENDED RESOLUTION NO. R18-159 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING UTILIZATION OF SOURCEWELL NJPA CONTRACT #120617 -CAT AND PROVIDING AN EFFECTIVE DATE. WHEREAS, The City is a Member of Sourcewell, a service cooperative created by the Minnesota legislature as a local unit of government which makes cooperative purchasing contracts available to Members as an alternative to direct solicitation of bids and proposals. WHEREAS, City staff has confirmed that Sourcewell's procurement process meets or exceeds the City of Boynton Beach's competitive bid requirements; and WHEREAS, upon recommendation of staff, it is the City's desire to utilize the Sourcewell's contract with Caterpillar, Inc. NJPA Contract #120617 -CAT; and WHEREAS, Caterpillar Inc offers a full line of diesel and natural gas packaged generator sets through a network of 172 dealers across the United States and Canada. New, used and rental equipment are included as part of Caterpillar's offering. Caterpillar's pricing available to Sourcewell Members reflects a significant discount from list prices. WHEREAS, the City Commission finds this action necessary to the public's safety to facilitate rental of a Caterpillar emergency backup generator and cables at the East Water Treatment Plant from Caterpillar authorized dealer Pantropic Power Cat. 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. C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\F693E829-CD5E-4DFB-A87C-186D905C264B\Boynton Beach. 14288.1.Sourcewell_-_Caterpillar_-_Amended Reso.docx Page 427 of 1278 29 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 30 approves the City Administration to utilize Sourcewell NJPA Contract #120617 -CAT for 31 rental of an emergency backup generator and cables at the East Water Treatment Plant from 32 Pantropic Power Cat in Miami, FL for an annual cost of $94,392.00. 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. The City Manager is hereby authorized to sign all necessary documents, including but not limited to contracts, equipment leases and/or purchase orders with Caterpillar, Inc. and Pantropic Power Cat, a Caterpillar authorized dealer to acquire the equipment necessity to secure backup energy for the City's East Water Treatment Plant. Section 4. That this Resolution shall become effective immediately. PASSED AND ADOPTED this day of , 2019. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE ATTEST: Judith A. Pyle, CMC City Clerk (Corporate Seal) C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\F693E829-CD5E-4DFB-A87C-186D905C264B\Boynton Beach. 14288.1.Sourcewell_-_Caterpillar_-_Amended Reso.docx Page 428 of 1278 10. 0 CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: Approve Task Order UT -1113-011 with Carollo Engineers in the amount of $73,349.00 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category B awarded by City Commission on August 7, 2018 for development and evaluation of the Silverwood Area Wastewater System Hydraulic Modeling. EXPLANATION OF REQUEST: Contract Period: August 22, 2018 —August 21, 2020 Boynton Beach Utilities has experienced growth in the northwest portion of the utilities service area west of Military Trail and south of Hypoluxo Road. New single family and multi -family units have been constructed at Toscana Isles, Vista Lago, and Silverwood Estates (collectively referred to as the Silverwood area) resulting in increased wastewater flows to the City's downstream force main, gravity sewer, and lift station system. Additional parcels in this area may be assembled for re -development in the near future, which will add to the impacts to the system. Carollo Engineers will develop and integrate the existing and proposed development's existing and projected wastewater flows into the Utilities' wastewater hydraulic model. This task will consist of updating the previously developed model utilized as part of the Utilities Management Optimization Plan (UMOP) development. The planned growth and impacts will be simulated, and with the model results, Carollo will work with Utilities staff to determine the improvements that will be required to the current wastewater collection piping and lift station/pumping system. These required improvements will be added to the Utilities Capital Improvement Plan (CIP). HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The project will enable Utilities to identify and prioritize the required wastewater collection system improvements, resulting in an improved level of service to the existing residents and businesses in the northwest portion of the utilities service area, and will support future growth in the northwest service area. FISCAL IMPACT: Budgeted Funding for the project is available in Utilities CI P account #404-5016-535-65.03. ALTERNATIVES: Continue to operate the existing wastewater system and not conduct the hydraulic modeling. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Page 429 of 1278 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Task Order Description Carollo Task Order Proposal Contract for General Consultion (Carollo) Page 430 of 1278 C,;* APAVW 1110V Engineers... Working Wonders With Water® November 21, 2018 Mr. Michael Low Boynton Beach Utilities 124 East Woolbright Road Boynton Beach, FL 33435 Subject: Proposal for Engineering Services Silverwood Area Wastewater System Hydraulic Modeling Dear Mr. Low: qtr t'`,.lirla F arkwa,= SiJU-- 400 V,u -,�>t PaIrr BFat h Florica 33411 F .i fr;Lititi F r,l i3f;, .f;Lii As requested, we have prepared the following proposed scope of services for the subject project. I��T�1C�i`►�ii1�I► [� The City of Boynton Beach Utilities (Boynton) anticipates development within the Northwest portion of its service area, primarily known as the Silverwood area. This development includes multiple components including expansion of Toscanna Isles, along with additional flow from the development of 20 and 32 acre parcels. The developer's consultant has estimated flows and impact to the system within the immediate area of impact. However, there is a need to determine the overall impact to the system with the additional flows. For this scope, the City has requested that Carollo develop and integrate the proposed development into the existing hydraulic model, previously developed as part of the Utilities Management Optimization Plan (UMOP). Carollo will make use of our existing system and hydraulic model knowledge, and add in the respective system components and details necessary to simulate the planned growth in the Silverwood area. With the model results, Carollo will work with the City to determine required system improvements in order to meet the new system capacity. The scope of services will include the following: The purpose of this task is to collect and review the available data to complete the project. Data collection will include a variety of sources based on the best available data. This will require data from Carollo, the City, and the developer's engineer. This is anticipated to include, but not limited to: Existing model (developed by Carollo). • Developer reports, assumptions and model data. • Current and projected population data. • SCADA data of the system related to the affected area (LS runtime, flows and pressures if available). City maintained GIS data for the Silverwood area. 350.53 BOY I Boynton Silverwood Model Scope 10-19-2018 WATER OUR FOCUS OUR BUSINESS OUR FPSPKW1 of 1278 Mr. Michael Low Boynton Beach Utilities November 21, 2018 Page 2 • Record drawings of pipelines and pump stations in the affected area. • Pump curves for pump stations in the affected area. All collected data will be reviewed and compiled for model and report development in the tasks which follow. Data evaluation will focus on the planned development area and impact to the existing wastewater collection system. To further complement the data collection effort, we anticipate a field visit after initial review of the data. Along with City staff, this visit is anticipated to confirm drawings and pump station data. The focus of this visit is expected to be related to SCADA data and lift station data, in order to confirm and validate data prior to model updating. During this visit, a windshield survey may also be held related to route analysis and considerations for potential outcomes/recommendations. Deliverables 1. Summary of collected data (to be included in final report) This task will utilize the existing City hydraulic model of the wastewater system as a basis. The previously developed model included much of the collection system to be able to provide an overall system, but did not include a detailed model of the collection system in the immediate Silverwood area. It was developed using InfoSWMM, a dynamic modeling software. With this model, the NW (greater Silverwood) area of the system will be added into the model with detail. Based on our preliminary understanding, this service area impact will focus on determining and recommending alternatives for force main and pump station improvements. This isanticipated to includethe liftstation and forcemain network from the Silverwood area through LS319, and the related pump stations in the sewershed of LS319. Additionally, LS909 is noted as a station which is expected to be impacted and may require more detailed analysis. Using the collected data in the previous task, the model will be updated as follows i. Review, establish and agree upon current model demands and population projections for the Silverwood area. 2. Develop in the model the additional existing infrastructure in the NW area of the system, anticipated to include the LS319 sewershed forcemain and connected pump stations. Note that the intent is to model the related pump stations and forcemains only. Gravity sewer will only be modeled where required for adjoining forcemains to downstream lift stations. 3. Utilize SCADA data, record drawings, GIS and other available data to input parameters and create model scenarios forthe anticipated growth, applying peaking factors to the system. 4. Create operational scenarios which include improvements to the system in order to meet the additional capacity. This may include additional connected forcemains and lift station improvements in order to maintain sufficient capacity. gage 2' of 1278 Mr. Michael Low Boynton Beach Utilities November 21, 2018 Page 3 During the model update, up to two workshops will be provided for discussion and training purposes with the City. This will include presentation of the model updates (draft and final), open discussion of the results, potential recommendations, allow for feedback and additional input from the City, and include training as needed. Model results will be presented and discussed with the City as part of the preliminary findings prior to report development. This is anticipated to occur along with a routine project meeting. Deliverables 1. Workshop presentations 2. Updated hydraulic model 3. Preliminary summary of the findings and recommendations. TASK3—RECOMMENDATIONS ANDCAPITAL IMPROVEMENTS The purpose of this task is to identify and establish recommendations for system improvements, based on model outcomes. Recommendations Recommendations will be summarized from model results in the form of maps (generated from GIS/model data) along with descriptions of the potential improvements. Up to two (2) alternatives will be considered. Each alternative may consider a combination of improvements, such as forcemain and pump station upgrades. Recommendations will consider the wastewater hydraulic network within the LS319 sewershed based on impacts from the Silverwood area development. Capital Improvements with Cost Estimates Based on the recommendations determined, a capital improvement summary will be developed along with planning level cost estimates. This will summarize necessary system improvements for up to two (2) options. A figure will be developed which identifies potential pipe routes and pump station improvements, noting sizing and quantities. Using available comparable cost data, a planning level cost estimate will be compiled for each alternative. Deliverables 1. Recommendation figures with summary 2. Cost estimates T - SUMMARY REPORT The purpose ofthistask isto provide an overall summary of the findings, conclusions, and recommendations of the above tasks. The Summary Report is intended to provide a single point of reference for the work developed here. Itwill include the outcomes and results ofthescenarios modeled, potential impacts, and recommendations for Boynton staff. The other intermediate deliverables will be included intheA gage 3 of 1278 Mr. Michael Low Boynton Beach Utilities November 21, 2018 Page 4 Deliverables 1. Summary Report with Recommendations (Draft and Final) Project Management. Monthly progress reports, tracking and managing the budget variance based on actual versus budgeted, maintaining the overall schedule, and coordination of subconsultants. Progress Meetings. Progress meetingswillbeheld monthly to discuss the progression and direction ofthe project, milestonesthat have been achieved, current work efforts, budget, schedule, and any issuesthatmay arise. Workshops. Workshops are included in Task z Monthly Progress Reports. Monthly progress reports will be prepared that discussthe work conducted and by whom during the month, budget and schedule status, and work to be completed bythe next progress report. Communications. Project management will include general communication among Carollo and Boynton staff members for overall facilitation, and to ensure that the project is completed on time and within budget while meeting Boynton's goals. The total compensation shall be on a lump sum basis, as shown in the table below. The rates are based on the limiting hourly rates established in Exhibit A to the General Consulting Services Agreement. 1 Data Gathering $10,234 2 Hydraulic Model Update and Analysis $32,855 3 Recommendations and Capital Improvements $9,736 4 Summary Report $10,322 5 Meetings / Project Management $10,202 Total $73,349 gage 4 of 1278 Mr. Michael Low Boynton Beach Utilities November 21, 2018 Page 5 CLIENT shall make payments to Carollo for services performed for this task order in accordance with Section 2 of the Agreement, and in accordance with the following requirements: • Charges will be invoiced on a monthly basis as a percent complete. • Mileage will be charged at the IRS Reimbursement Rate of $0.58/Mile Rates and factors underlined in this section are subject to adjustment on an annual basis. The following items will be completed within the timeframe indicated: • We understand that the schedule may be driven partially by the pending development and available data. • The overall schedule is anticipated to be less than 6 months of the Notice to Proceed. However, Carollo will work to meet the needs of the City based on pending development timelines. The CLIENT shall furnish the ENGINEER available studies, reports and other data pertinent to the ENGINEER's services, obtain or authorize the ENGINEER to obtain or provide additional reports and data as required; furnish to the ENGINEER services of others required for the performance of the ENGINEER's services hereunder, and the ENGINEER shall be entitled to use and rely upon all such information and services provided bythe CLIENT or others in performing the ENGINEER's services under this Work Order. The ENGINEER has no control over the cost of labor, materials, equipment or services furnished by others, over water, reclaimed water, and/or wastewater quality and/or quantity, or over the way the CLIENT's plant(s) and/or associated processes are operated and/or maintained. Modeling results, data projections and estimates are the ENGINEER's professional opinion based on the ENGINEER's experience andjudgment. The ENGINEER does not guarantee that actual water, reclaimed water, and/or wastewater distribution system operational characteristics will not vary from the modeling results, data projections and estimates prepared by the ENGINEER. The ENGINEER is not liable to, and does not indemnify, the CLIENT, or any third party relative to inconsistencies between the ENGINEER's hydraulic modeling results, data projections and estimates and actual water, reclaimed water, and/or wastewater distribution system operational characteristics realized by the CLIENT or any third party in the future, except to the extent that such inconsistencies are determined to be the result of negligence or errors or omissions on the part of the ENGINEER. P"I»01IR91400 99A!114It ;riw�I Due to the specialized nature of this project and our familiarity of the hydraulic model, no sub - consultant participation is anticipated on this project. gage `' of 1278 Mr. Michael Low Boynton Beach Utilities November 21, 2018 Page 6 Task 2: Hydraulic Model Update and 1 32 96 0 90 0 219 32,855 0 0 32,855 Analysis Task 3: Recommendations 1 16 24 16 0 0 57 9,736 0 0 9,736 and CIP Task 4: Summary 1 12 32 0 16 4 61 10,122 0 200 10,322 Report TOTAL 4 96 200 16 126 0 442 $71,549 $- $1,800 $73,349 Please contact us if you have questions or comments. We look forward to working with you on this project. Sincerely, CAROLLO ENGINEERS, INC. Elizabeth Fujikawa, PE, LEED AP Vice President gage 6 of 1278 GENERAL CONSULTING SERVICES AGREEMENT THIS AGREEMENT' is entered into between the City of Boynton Beach, hereinafter referred to as "the CITY", and CAROLLO ENGINEERS, INC., hereinafter referred to as "the CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the Consultants' Competitive Negotiation Act, the CITY'S Procurement Code, the City of Boynton Beach solicited proposals for professional consulting services from qualified engineering firms for required City services; and WHEREAS, THE CITY issued a Request for Qualifications for General Consulting Services for the City of Boynton Beach, RFQ No. 046-2821-17(TP; and WHEREAS, the City Commission designated CONSULTANT as one of several qualified consulting firms to provide General Consulting services to the CITY; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform General Consulting Services by way of individual task orders, at the request of the CITY during the term of this Agreement, including the provision of all labor, materials, equipment and supplies. The specified projects which may be assigned to CONSULTANT is in conjunction with: ® Scope Category A Water Plant Modifications, Capacity and Operations Evaluation Scope Category B Infrastructure Improvements and Evaluations Scope Category C Ancillary Studies and Services Scope Category D Transportation Services Scope Category E Architectural and Landscaping Design Services 1.2 SERVICE AND RESPONSIBILITIES 1.2.1 GENERAL: The CONSULTANT agrees to perform work assigned by Task Order(s) under such terms as set forth in the Task Order(s). The terms of the Task Order(s) shall be supplemental to the terms of this Agreement. 1.2.2 The CONSULTANT is responsible for defects in its work and in the work of its Sub -consultants' work. The term "Agreement" has the same meaning as the term "contract". Boynton Beach Utilities - General Consulting Services C-1 V.5 CLEAN FINAL Page 437 of 1278 1.2.3 PRELIMINARY SERVICES PHASE: The CONSULTANT shall prepare preliminary studies and reports, feasibility studies, financial and fiscal studies, and evaluation of existing facilities, preparation of schematic layouts and sketches where required; develop construction budgets, opinions of Probable Construction Cost, and shall consult and confer with the CITY as may be necessary for the CITY to reach decisions concerning the subject matter. The CONSULTANT shall attend meetings with the CITY Commission and CITY staff as may be required, and provide the CITY with a time schedule which shall include but not be limited to submittal of all milestones related to the project up to delivery of 100% construction documents. 1.2.4 During the preliminary services phase, the CONSULTANT shall advise the CITY, based on CONSULTANT'S professional opinion and the current project conditions and reasonably foreseeable conditions of the completeness of existing data and its suitability for the intended purposes of the project; CONSULTANT to obtain data from other sources; identify and analyze requirements of governmental authorities having jurisdiction to approve the design of the project; provide analyses of the CITY'S needs for surveys; perform site evaluations and comparative studies of prospective site and solutions; and prepare and furnish a report to the City setting forth the CONSULTANT'S findings and recommendations. 1.2.4.1 Providing any type of property surveys or related engineering services needed for the transfer of interests in real property, and field surveys for design purposes and engineering surveys and staking to enable Contractor to proceed with their work, and providing other special field surveys. 1.2.4.2 Preliminary design services to be performed by the CONSULTANT shall include consultation and advice concerning the extent and scope of proposed work and preparation of preliminary design documents consisting of design criteria, preliminary drawings, and outline specifications as well as preliminary estimates of probable Construction Costs. This phase will also include preparation of a preliminary site plan or schematic drawings when appropriate. Up to six {6} copies of the preliminary design documents shall be furnished to the CITY, the exact number needed shall be determined by the CITY. 1.2.4.3 CONSULTANT shall provide environmental assessment and impact statements as required to determine the suitability of the site and its surrounds for the proposed project; and/or 1.2.4.4 Upon authorization of the CITY, the CONSULTANT will provide advice and assistance relating to operation and maintenance of project or other systems; evaluate and report on operations; assist the CITY in matters relating to regulatory agency operations review or operating permit non-compliance; assist Boynton Beach Utilities - General Consulting Services C_2 V.5 CLEAN FINAL Page 438 of 1278 with startup and operator training for newly installed or modified equipment and processes, and in the preparation of operating, maintenance and staffing manuals for the project. 1.2.5 BASIC SERVICES: The CONSULTANT shall consult and advise the CITY in the following manner: specifying the extent and scope of the work to be performed; prepare detailed construction drawings and specifications; revise and update, where necessary, previously designed construction plans and specifications, whether in whole or in part, to be incorporated into the proposed work and prepare construction documents and final estimate of probable Construction Cost. The final design services shall be provided in an electronic format, and shall also include furnishing up to six (6) copies of plans and specifications to the CITY; the exact number needed shall be determined by the CITY. 1.2.6 Final design services shall also include preparation of permit applications as may be required by such agencies as have legal review authority over the project. These applications shall include but not be limited to site plan approvals or other permits and work efforts and shall also consist of meetings at staff level and meetings with the appropriate governing body and the CITY. Unless specifically provided for under the final design phase, permit application services do not include applications requiring environmental impact statements or environmental assessments, consumptive use permits and landfill permits. 1.2.6.1 The CONSULTANT based upon the approved design documents and any adjustments authorized by the CITY in each project, project schedule or construction budget shall prepare for approval by the CITY, design development documents consisting of drawings and other documents to fix and describe the size and character of each project's civil engineering, environmental, landscape, architectural, structural, mechanical, and electrical systems and any other requirements or systems, materials and such other elements as may be appropriate for a complete project. The CONSULTANT shall also advise the CITY of any adjustments to the preliminary estimate of probable Construction Costs. 1.2.6.2 The CONSULTANT based on CITY approved design development documents and any further adjustments in the scope or quality of the project or in the construction budget shall prepare Construction Documents within the number of calendar days specified within any notice issued by the CITY. The Construction Documents shall consist of drawings and specifications setting forth in detail the requirements for the construction of the project. 1.2.6.3 The CONSULTANT shall assist the CITY in the preparation of the necessary proposal information and forms. 1.2.6.4 The CONSULTANT shall advise the CITY of any adjustments to previous estimates of probable Construction Costs indicated by changes in codes, administrative and jurisdictional requirements Boynton Beach Utilities - General Consulting Services C-3 V.5 CLEAN FINAL Page 439 of 1278 of general market conditions. 1.2.6.5 The CONSULTANT shall submit to the CITY for each project, electronic format and up to six (6) copies of the Construction Documents, and a further revised estimate of total probable Construction Cost. 1.2.6.6 CONSULTANT shall include in the Construction Documents a requirement that the construction contractor shall provide a final as -built survey of the project in Autocad electronic format by a registered Land Surveyor, and provide marked up construction drawings to the CONSULTANT so that the CONSULTANT can prepare and deliver to the CITY the record drawings in the form required by the CITY and as required. 1.2.6.7 Prior to final approval of the Construction Documents by the CITY, the CONSULTANT shall conduct a thorough review and quality control evaluation of the entire work product for compliance with requirements of any local, state, or federal agency from which a permit or other approval is required. The CONSULTANT shall make sure that all necessary approvals have taken place. 1.2.6.8 Prior to each phased submittal, the CONSULTANT shall conduct a thorough quality control review and assessment of the work product to determine whether the work is properly coordinated and confirm that the CITY and agency comments have been addressed and incorporated into the Contract Documents. The CONSULTANT shall provide to the CITY a Quality Assurance and Quality Control plan in a format that advises the CITY that all work has been performed as required. A report shall be submitted in accordance with those standards to apprise the CITY that due care has been taken in the preparation of the Contract Documents. 1.2.6.9 The CONSULTANT shall signify responsibility for the Contract Documents including technical specifications and drawings prepared pursuant to this Agreement by affixing a signature, date and seal as required by Florida Statutes Chapters 471 and 481, if applicable. The CONSULTANT shall comply with all of its governing laws, rules, regulations, codes, directives and other applicable federal, state and local requirements in preparation of the work. 1.2.7 The CONSULTANT shall provide the construction documents, technical specifications and drawings completed in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. 1.2.8 The CONSULTANT following the CITY'S approval of the Construction Documents and the latest estimate of probable Construction Cost shall when so directed and authorized by the CITY, assist the CITY in obtaining proposals or negotiated proposals, and assist in preparing contracts for construction. Boynton Beach Utilities - General Consulting Services C-4 V.5 CLEAN FINAL Page 440 of 1278 1.2.8.1 The CONSULTANT shall review and analyze the proposals received by the CITY and shall make a recommendation for any award based on the CITY'S Procurement Administrative Policy Manual. 1.2.8.2 Any Opinion of the Construction Cost prepared by CONSULTANT represents its judgment as a design professional and is supplied for the general guidance of the CITY. Since CONSULTANT has no control over market conditions, CONSULTANT does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the CITY. If the project is not advertised for proposals within three (3) months after delivery of Final Design Plans, through no fault of the CONSULTANT or if either local market conditions or industry- wide prices have changed because of unusual or unanticipated events effecting the general level of prices or times of delivery in the construction industry, the established Construction Cost limit may be adjusted as determined by the CITY'S Representative and as approved by the CITY, if necessary. Additionally, if the CITY expands a project scope of work after the CONSULTANT renders the Final estimated probable Construction Cost of the Final Design Plans, the CONSULTANT shall not be responsible for any redesign without compensation which shall be mutually agreed to by the parties hereto. 1.2.8.3 The CONSULTANT shall provide the CITY with a list of recommended prospective bidders. 1.2.8.4 The CONSULTANT shall attend all pre-proposal/per-bid conferences. 1.2.8.5 The CONSULTANT shall recommend any addenda, through the CITY'S representative as appropriate, to clarify, correct, or change proposal documents. 1.2.8.6 If Pre -Qualification of bidders is required as set forth in the Request for Proposals or Invitation to Bid (two-step bid process), CONSULTANT shall assist the CITY, if requested in developing qualifications criteria, review qualifications and recommend acceptance or rejection of the bidders. 1.2.8.7 If requested, CONSULTANT shall evaluate proposals and bidders, and make recommendations regarding any award by the CITY. 1.2.9 The CITY shall make decision on all claims regarding interpretation of the Construction Documents, and on all other matters relating to the execution and progress of the Work after receiving a recommendation from the CONSULTANT. The CONSULTANT shall check schedules, shop drawings and other submissions for the limited purpose of checking conformance with the concept of the project, and for compliance with the information given by the Construction Documents. The CONSULTANT shall also review change orders prepared and submitted by Contractor and review and make recommendations to the City for progress payments to the Contractor based on each project schedule of values and the percentage of work completed. The CONSULTANT will neither have Boynton Beach Utilities - General Consulting Services C-5 V.5 CLEAN FINAL Page 441 of 1278 control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences, or procedures, or for the safety precautions and programs in connection with the construction of the assigned task order projects. 1.2.9.1 The CITY shall maintain a record of all change orders which shall be categorized to the various types, causes, etc. that may be determined useful and necessary for its purpose. 1.2.9.2 If the CONSULTANT is not the Construction Manager for the construction, the CITY shall notify the CONSULTANT within three (3) days of the discovery of any architectural/engineering error or omission so that the CONSULTANT can be part of the negotiations resolving the claim between the CITY and the Contractor. 1.2.10 The CONSULTANT shall carefully review and examine the Contractor's schedule of values, together with any supporting documentation. The purpose of such review and examination will be to protect the CITY from an unbalanced schedule of values which allocates greater value to certain elements of each project than is indicated by industry standards, supporting documentation, or data. If the schedule of values is not found to be appropriate, it shall be returned to the Contractor for revision for supporting documentation. After making such examination, when the schedule of values is found to be appropriate, the CONSULTANT shall sign the schedule of values indicated informed belief that the schedule of values constitute a reasonable, balanced basis for payment of the Application for Payment to the Contractor. 1.2.11 The CONSULTANT shall perform on-site construction observation of each project based on the Construction Documents in accordance with paragraph 1.2.16 "Resident Project Services" of this Agreement. The CONSULTANT'S observation shall determine the progress of the work completed, and whether the work is proceeding in a manner indicating that the work when fully competed will be in accordance with the Construction Documents. On the basis of site visits, the CONSULTANT will provide the CITY with a written report of each site visit in order to reasonably inform the CITY of the progress of the portion of the Work completed. The CONSULTANT shall endeavor to identify for the CITY any defects and deficiencies in the work of contractors, and make written recommendation to the CITY where the work fails to conform to the Construction Documents. The CONSULTANT shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures. or for safety precautions and programs in connection with the Work, nor shall the CONSULTANT be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The CONSULTANT shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Based on such observation and the Contractor's Application for Payment, the CONSULTANT shall determine the amount due to the Boynton Beach Utilities - General Consulting Services C-6 V.5 CLEAN FINAL Page 442 of 1278 Contractor and shall issue Certificates for Payment in such amount. These Certificates will constitute a representation to the CITY based on such observations and the data comprising the Application for Payment that the work has progressed to the point indicated. By issuing a Certificate of Payment, the CONSULTANT will also represent to the CITY that to the best of its information and belief, based on what its observation have revealed; the Work is in accordance with the Construction Documents. The CONSULTANT shall conduct observations to determine the dates of substantial and final completion and issue a recommendation for final payment. 1.2.12 The CONSULTANT shall revise the Construction drawings and submit record or corrected drawings to the CITY to show those changes made during the construction process based on the marked up prints, drawings and other data furnished by the Contractor. The record drawings shall be provided in electronic format inclusive of conformed PDF files and AutoCad files in a form compatible with the CITY'S version of AutoCad formats for archival purposes. 1.2.13 The CONSULTANT shall attend regularly scheduled progress meetings on site bi-monthly or as otherwise determined based on a specific need established prior to construction by the CITY. 1.2.14 The CONSULTANT shall review change orders prepared and submitted by the Contractor for the CITY'S approval. CONSULTANT shall not authorize any changes in the work or time, no matter how minor without prior written approval by the CITY. 1.2.15 Each project's construction or demolition shall be considered complete upon compilation of a punchlist by CONSULTANT, which shall be timely completed by Contractor to the satisfaction of the CITY, written notification to Contractor by CONSULTANT that all releases of liens are satisfied and written recommendation by CONSULTANT for final payment to the Contractor which shall be at the sole discretion of the CITY. 1.2.16 RESIDENT PROJECT SERVICES: During the Construction progress of any work, the CONSULTANT will if authorized by the CITY, provide resident project observation services to be performed by one or more authorized employees ("Resident Project Representative") of the CONSULTANT. Resident Project Representatives shall provide extensive observation services at the project site during construction. The Resident Project Representative will endeavor to identify for the CITY any defects and deficiencies in the work of the Contractor(s). Resident project observation services shall include but is not limited to the following: Conducting all pre -construction conferences; Conducting all necessary construction progress meetings; ❖ Observation of the work in progress to the extent authorized by the CITY; Receipt, review coordination and disbursement of shop drawings and other submittals; Maintenance and preparation of progress reports; Boynton Beach Utilities - General Consulting Services C-7 V.5 CLEAN FINAL Page 443 of 1278 Field observation and verification of quantities of equipment and materials installed; Verification of contractors' and subcontractors' payrolls and records for compliance with applicable contract requirements; *o Maintenance at each project site on a current basis of all drawings, specifications, contracts, samples, permits, and other project related documents, and at the completion of each project, deliver all such records to the CITY; Preparation, update and distribution of a project budget with each project schedule; Notification to the CITY immediately if it appears that either each project schedule or each project budget will not be met; Scheduling and conducting monthly progress meetings at which CITY, Engineer, general contractor, trade contractor, utilities representatives, suppliers can jointly discuss such matters as procedures, progress, problems and scheduling. :• Recommending courses of action, and enforcing action selected by the CITY, if so directed by the CITY, if the general and/or trade contractors are not meeting the requirements of the plans, specifications, and Construction Contract; Development and implementation of a system for the preparation, review, and processing of change orders; ❖ Maintenance of a daily log of each project; Recording the progress of each project, and submission of written monthly progress reports to the CITY including information on the Contractors' work and the percentage of completion; :• Determination of substantial and final completion of work and preparation of a list of incomplete and unsatisfactory items, and a schedule of their completion; and Securing and transmitting to the CITY, required guarantees; affidavits; releases; key manuals; record drawings; and maintenance stocks; The Resident Project Representative shall also investigate and report on complaints and unusual occurrences that may affect the responsibility of the CONSULTANT or the CITY in connection with the work. The Resident Project Representative shall be a person acceptable to the CITY, and the CITY shall have the right to employ personnel to observe the work in progress, provided however that such personnel as employed by the CITY, and such personnel will be responsible directly to the CITY in the performance of work that would otherwise be assumed and performed by the CONSULTANT. The Resident Project Representative shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, nor shall the Resident Project Representative be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Although CONSULTANT shall not be responsible for health or safety Boynton Beach Utilities - General Consulting Services C-8 V.5 CLEAN FINAL Page 444 of 1278 programs or precautions related to CITY"s activities or those of CITY's other contractors and consultants or their respective subcontractors and vendors ("Contractors"), CONSULTANT shall nonetheless report to the Resident Project Representative health and safety conditions or deficiencies observed by CONSULTANT'S employees or representatives. CONSULTANT shall not be responsible for CITY's pre-existing site conditions or the aggravation of those preexisting site conditions to the extent not caused by the negligence or willful misconduct of CONSULTANT. CONSULTANT shall not be responsible for inspecting, observing, or correcting health or safety conditions or deficiencies of CITY, Contractors or others at project site ("Project Site") other than for CONSULTANT's employees, subconsultants and vendors. 1.3 ADDITIONAL SERVICES 1.3.1 When additional services are necessary they shall be specified in the written Task Order. Examples of additional (not exclusive) services are: Preparation of applications and supporting documents for private or governmental grants, loans or advances in connection with any particular project. Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by or to the CITY. Services resulting from significant changes in the general scope, extent or character of any particular project or its design including but not limited to, changes in size, complexity, the CITY'S schedule, character of construction or method of financing, and revising previously accepted studies, reports, design documents or Construction Contract Documents when such revisions are required by changes to laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond the CONSULTANT'S control. :• Providing renderings or models for the CITY'S use. ❖ Preparing documents for alternate Proposals requested by the CITY for work that is not executed for documents for out -of -sequence work. ❖ Investigations and studies involving but not limited to, detailed considerations of operations, maintenance and overhead expenses; providing value engineering during the course of design; the preparation of feasibility studies; cash flow and economic evaluations, rate schedules and appraisals; assistance in obtaining financing for a project; evaluating processes available for licensing and assisting the CITY in obtaining process licensing; detailed quantity surveys of material, equipment and labor, and audits or inventories required in connection with construction performed by the CITY. ❖ Assistance in connection with Proposal/proposal protests, re -bidding or re -negotiating contracts for construction, materials, equipment or services, unless the need for such assistance is reasonably determined by the CITY to be caused by the CONSULTANT (e.g. defective plans and/or specifications which inhibit contractors from submitting Boynton Beach Utilities - General Consulting Services C-9 V.5 CLEAN FINAL Page 445 of 1278 proposals) in which event there shall be no additional cost for the provision of such services. Preparing to serve or serving as a CONSULTANT or witness for the CITY in any litigation, arbitration or other legal or administrative proceeding. Additional services in connection with a project not otherwise provided in this Agreement. Services in connection with a project not otherwise provided for in this Agreement. Services in connection with a field order or change order requested by the CITY. :• Providing artwork, models, or renderings as requested by the CITY. 1.3.2 When required by the Construction Contract documents in circumstances beyond the CONSULTANT'S control, and upon the CITY'S authorization, it will furnish the following additional services. Services in connection with work changes necessitated by unforeseen conditions encountered during construction. Services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of claims submitted by Contractor, except to the extent such claims are caused by the errors or omissions of the CONSULTANT. Additional or extended services during construction made necessary by 1) work damaged by fire or other cause during construction, 2) a significant amount of defective or negligent work of any contractor, 3) acceleration of the progress schedule involving services beyond normal working hours, or 4) default by any contractor; provided however, if a fire occurs as a direct result of errors or omissions in the design by the CONSULTANT or if the CONSULTANT fails to notify the Contractor of the deficient quality of their workmanship pursuant to CONSULTANT'S duties as described in the Contract Documents, the CONSULTANT'S additional services shall be deemed part of Basic Services and compensated as such. ❖ Services in connection with any partial utilization of any part of a project by the CITY prior to Substantial Completion. ❖ Services to evaluate the propriety of substitutions or design alternates proposed by the Contractor and involving methods of construction, materials, or major project components either during bidding and/or Negotiation services or Construction Contract award. The cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, unless such substitutions are due to a design error by the CONSULTANT in which case such services shall be deemed Basic Services. Except when caused by a design error by the CONSULTANT, the cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. Boynton Beach Utilities - General Consulting Services C-10 V.5 CLEAN FINAL Page 446 of 1278 1.4 CITY'S RESPONSIBILITIES 1.4.1 The CITY shall do the following in a timely manner so as not to delay the services of the CONSULTANT: 1.4.1.1 Designate in writing a person or persons to act as the CITY'S representative with respect to the services to be rendered under this Agreement. Such person(s) shall have complete authority to transmit instructions and receive information with respect to the CONSULTANT'S services for a particular project. The CITY may have multiple CITY Representative(s) or project managers during the performance of this AGREEMENT based on the specific task orders/written task orders from each of the Scope Categories. 1.4.1.2 Provide all criteria and full information as to the CITY'S requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. 1.4.1.3 Assist the CONSULTANT by providing at the CONSULTANT'S request all available information pertinent to the Project including previous reports and any other data relative to design or construction of the project. 1.4.1.4 Furnish to the CONSULTANT, if required for the performance of CONSULTANT'S services (except where otherwise furnished by the CONSULTANT as Additional Services), the following: 1.4.1.5 Data prepared by, or services of others, including without limitations borings, probings and subsurface explorations, hydrographic surveys, laboratory tests and inspection of samples, materials and equipment; 1.4.1.6 Appropriate professional interpretations of all of the foregoing; 1.4.1.7 Environmental assessment and impact statements; 1.4.1.8 Property, boundary, easement, right-of-way, topographic and utility surveys; 1.4.1.9 Property descriptions; 1.4.1.10 Zoning, deed and other land use restrictions; 1.4.1.11 Approval and permits required in the CITY'S jurisdiction and those from outside agencies unless such approvals and permits are the responsibility of the CONSULTANT; and 1.4.1.12 Arrange for access to make all provisions for the CONSULTANT to enter upon the CITY'S property as required for the CONSULTANT to perform services under this Agreement. 1.4.1.13 Consistent with the professional standard of care and unless otherwise specifically provided herein, CONSULTANT shall be entitled to rely upon the accuracy of data and information provided by the CITY or others without independent review or evaluation. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-11 Page 447 of 1278 1.5 SEQUENCE OF EVENTS 1.5.1 Following receipt of any task order/written task order, the CONSULTANT shall submit to the CITY, at least five (5) days prior to actual commencement of services, a schedule of services and expenses for approval by the CITY before any services commence. The CITY reserves the right to make changes to the sequence as necessary to facilitate the services or to minimize any conflict with operations. 1.5.2 Task orders will be issued to the CONSULTANT in the order in which the CITY wishes, and shall be performed and completed in the order they are issued, unless otherwise specifically permitted by the CITY. Minor adjustments to the timetable for completion approved by the CITY in advance, in writing, shall not constitute non-performance by CONSULTANT pursuant to this Agreement. 1.5.3 Proposals received by CONSULTANT as a result of task order/written task order that exceeds $25,000 in cost will require approval from CITY Commission before execution of services in accordance with the CITY'S Procurement Administrative Policy. 1.5.4 When the CITY issues task orders to the CONSULTANT, each authorization shall contain a stated completion schedule. If caused by the negligent errors or omissions of CONS ULTANT,faiIure of the CONSULTANT to meet the stated schedule shall constitute a default for which payment for services may be withheld until default is cured. Time extensions will be reviewed upon request for extenuating circumstances. 1.5.5 It is anticipated and intended that the CONSULTANT will be authorized to begin new task orders on a "rolling" basis, as some already assigned task orders near timely completion. If a subsequent Task Order is issued to the CONSULTANT before it has completed the current task order, the completion date for each Task Order will remain independent of each other so that the CONSULTANT will prioritize the uncompleted Task Order from the first Task Order and finish as soon as practical. Failure to complete the "older" task orders in a timely manner, may adversely impact upon continued early authorization to start a subsequent work. 1.5.6 When the CONSULTANT has exceeded the stated completion date including any extension for extenuating circumstances which may have been granted, a written notice of Default will be issued within seven (7) days of the date that the default became active with a requirement of seven (7) days to cure said default, to the CONSULTANT and payment for services rendered shall be withheld until such time that the CITY has determined that default has been cured. 1.5.7 Should the CONSULTANT exceed the assigned completion time, the CITY reserves the right not to issue to the CONSULTANT any further task orders until such time as it is no longer in default, and the CONSULTANT has demonstrated to the CITY'S satisfaction, the reasons for tardy completion Boynton Beach Utilities - General Consulting Services C-12 V.5 CLEAN FINAL Page 448 of 1278 have been addressed and are not likely to be repeated in subsequent task orders. This restricted issuance provision may result in the CONSULTANT not being issued all of the planned work the CITY anticipated in this Agreement. The CONSULTANT shall have no right to the balance of any work, or to any compensation associated with these non -issued task orders due to the CONSULTANT being rendered in default. 1.5.8 Should the CONSULTANT remain in default for a period of fifteen (15) consecutive calendar days beyond the time frame provided in Paragraph 1.5.6 the CITY may at its sole option retain another CONSULTANT to perform any work arising out of this Agreement and/or terminate this Agreement. 1.6 DEFINITION OF DEFAULT 1.6.1. An event of default shall mean a material breach of this Agreement . Without limiting the generality of the foregoing and in addition to those instances referred to as a material breach, an event of default shall include the following: 4- CONSULTANT has not performed services on a timely basis due to CONSULTANT'S negligent errors or omissions; CONSULTANT has refused or failed to supply enough properly skilled personnel; ❖ CONSULTANT has failed to make prompt payments to SUB - CONSULTANTS or suppliers for any services after receiving payment from the CITY for such services or supplies; CONSULTANT has failed to obtain the approval of the CITY where required by this Agreement; s CONSULTANT has refused or failed to provide the services as defined in this Agreement; CONSULTANT has filed bankruptcy or any other such insolvency proceeding and the same is not discharged within ninety (90) days of such date. •3 CITY has failed to make payments to CONSULTANT in accordance with the requirements of this Agreement 1.6.2 In the event of Default, the CONSULTANT shall be liable for all damages resulting from the Default including: The difference between the amount that has been paid to the CONSULTANT and the amount required to complete the CONSULTANT'S work, provided the fees by the firm replacing the CONSULTANT are reasonable and the hourly rates do not exceed the CONSULTANT'S rates. This amount shall also include procurement and administrative costs incurred by the CITY. ❖ In the event of default by the City, CONSULTANT may suspend the Work pending receipt of such payment. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-13 Page 449 of 1278 1.6.3. The CITY may take advantage of each and every remedy specifically existing at law or in equity. Each and every remedy shall be in addition to every other remedy given or otherwise existing, and may be exercised from time to time and as often and in such order as may be deemed expedient by the CITY. The exercise or the beginning of the exercise of one remedy shall not be deemed to be a waiver of the right to exercise any other remedy. The CITY'S rights and remedies as set forth in this Agreement are not exclusive and are in addition to any other rights and remedies available to the CITY in law or in equity. ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial two (2) years, commencing at the execution of the contract, and the City reserves the right to unilaterally renew the contract for three (3) additional one (1) year periods under the same terms, conditions. The CONSULTANT understands and acknowledges that the Services to be performed during the two (2) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the CONSULTANT. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY'S discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the giving of written notice by the CITY to the CONSULTANT by way of an executed task order and resultant task order. CONSULTANT shall perform all services and provide all work product required pursuant to this Contract and the specific task order by the Sequence of Events, or unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 The CONSULTANT shall be paid by the CITY for completed work and for services rendered under this agreement as follows: Payment for the work provided by CONSULTANT shall be made in accordance with the Fee Schedule as provided in Exhibit "A" attached hereto. ❖ Payment as provided in this Section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. Compensation for sub -CONSULTANTS will be negotiated based on each task order. Compensation will be through a direct mark-up in Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-14 Page 450 of 1278 accordance with the Schedule of Professional Fees attached hereto. Sub -consulting services shall be approved by the CITY'S representative prior to performance of the sub -consulting work. Consulting time for processing and management of the sub - CONSULTANT shall not be included in direct costs as the direct mark- up is applied for management efforts. The CONSULTANT may submit vouchers to the CITY once per month during the progress of the Work for partial payment for project completed to date. Such vouchers will be verified by the CITY, and upon approval thereof, payment will be made to the CONSULTANT in the amount approved. 4 In certain cases where incremental billing for partially completed Work is permitted by the CITY'S representative, the total incremental billings shall not exceed the percentage of estimated completion of identifiable deliverables or accepted deliverables as of the billing date. ❖ Computation of Time Charges/Not-to-Exceed Method of Payment: When a service is to be compensated based on time charge/not-to- exceed method, the CONSULTANT shall submit a not -to -exceed proposal to the CITY'S representative for prior approval based on estimated labor hours and hourly rates which shall not exceed the established hourly rates as per the Schedule of Professional Fees attached hereto, plus sub -CONSULTANT services and other related costs supporting the proposed work. The CITY shall not be obligated to reimburse the CONSULTANT for costs incurred in excess of the total not -to -exceed cost amount. ❖ Final payment of any balance due the CONSULTANT of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the Work under this Agreement and its acceptance by the CITY, which shall occur no later than 30 days following receipt of the invoice. Final Invoice: In order for both parties herein to close their books and records, the CONSULTANT will clearly state "final invoice" on the CONSULTANT'S final/last billing to the CITY. The final invoice certifies that all services have been properly performed and all charges and costs have been invoiced to the CITY. Since this account will thereupon be closed, and any other further charges if not properly included on this invoice are considered waived by the CONSULTANT. The cost of all services as stated herein shall remain fixed and firm for the initial two (2) year period of the contract. Costs for subsequent years and any extension terms shall be subject to an adjustment only if increases incur in the industry. However, unless very unusual and significant changes have occurred in the industry, such increases shall not exceed 5% per year, or whichever is less, the latest yearly percentage increase in the All Urban Consumers Price Index (CPI -U) (National) as published by the Bureau of Labor Statistics, U.S. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-15 Page 451 of 1278 Department Labor. The yearly increase, or decrease in the CPI shall be the latest index published and available ninety (90) days prior to the end of the contract year then in effect, compared to the index for the same month one (1) year prior. Any requested cost increase shall be fully documented and submitted to the CITY at least sixty (60) days prior to the contract anniversary date. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or industry costs decline, the CITY shall have the right to receive from the CONSULTANT, a reasonable reduction in costs that reflect such changes in the industry. The CITY may after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the CITY does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the CITY, the Contract may be cancelled by the CITY upon giving thirty (30) calendar days written notice to the CONSULTANT ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this Contract the documents shall be the property of the CITY whether the Project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design features on other projects. The CONSULTANT shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with CONSULTANT'S endeavors. Any use of the documents for purposes other than as originally intended by this Contract, without the written consent of CONSULTANT, shall be at the CITY'S sole risk and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Contract shall remain in full force and effect only as long as the expenditures provided in the Contract have been appropriated by the City Commission of Boynton Beach in the annual budget for each fiscal year of this Contract, and is subject to termination based on lack of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Contract and that it will retain and assign qualified professionals to all assigned projects during the term of this Contract. CONSULTANT'S services shall meet a standard of care for professional engineering and related services equal to the standard of care for engineering professional practicing under similar conditions. In submitting its response to the RFQ, CONSULTANT has represented to CITY that certain individuals employed Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-16 Page 452 of 1278 by CONSULTANT shall provide services to CITY pursuant to this Contract. CITY has relied upon such representations. Therefore, CONSULTANT shall not change the designated Project Manager for any project without the advance written approval of the CITY, which consent shall not be unreasonably withheld. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Contract, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Contract, shall review and comply with laws, regulations, codes and standards in effect as of the date of this agreement that are applicable to CONSULTANT'S services and shall exercise professional care and judgment to comply with requirements imposed by governmental authorities having jurisdiction over the project. Should changes in any law, ordinance, or regulation result in increased costs or delays to services rendered, both parties agree to an equitable adjustment to schedules and prices. ARTICLE 9 - INDEMNIFICATION 9.1 Subject to the limiting provisions of Florida Statute 725.08, CONSULTANT shall indemnify, and hold harmless the CITY, its offices, agents and employees, from and against any and all losses, or any portion thereof, including reasonable attorneys' fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT'S own employees, or damage to property to the extent caused by negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or other persons employed or utilized by CONSULTANT in performance of CONSULTANT'S duties. Neither party to this Contract shall be liable for any special, incidental, indirect or consequential damages of any kind, including but not limited to lost profits or use that my result from this Contract or out of the services or goods furnished hereunder. 9.2 To the greatest extent permitted pursuant to Section 725.06, Florida Statutes, CONSULTANT's indemnification obligation (when providing services to CITY) shall not exceed the value of CONSULTANT's total compensation. Such obligation shall not be construed to negate, abridge or otherwise reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Article. PURSUANT TO FLORIDA STATUTE, NO INDIVIDUAL DESIGN PROFESSIONAL EMPLOYED BY OR ACTING AS AN AGENT OF CONSULTANT MAY BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM THE NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT Boynton Beach Utilities - General Consulting Services C-17 V.5 CLEAN FINAL Page 453 of 1278 ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide certificates of insurance evidencing such coverages and limits, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. CONSULTANT shall include the Worker's Compensation and Employer's Liability Insurance requirements in its subcontracts. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub - CONSULTANT that does not have their own Worker's Compensation and Employer's Liability Insurance, unless not required by statute. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors, Products Completed Operations and Contractual Liability with specific reference of Article 9, "Indemnification" of this Contract. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from CONSULTANT'S negligent performance of this Agreement. CONTRACTOR shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrencelaggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY, except for cancellation due to non-payment of premium. 10.1.3 Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non -owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per claim/aggregate. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-18 Page 454 of 1278 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub - CONSULTANTS comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY'S written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above if coverage is not otherwise renewed for Comprehensive Liability Insurance on a claims -made policy only. ARTICLE 11 - INDEPENDENT CONTRACTOR 11.1 The CONSULTANT and the CITY agree that the CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Contract. Nothing in this Contract shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Contract. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. 11.2 CONSULTANT acknowledges and understands that, as an independent CONSULTANT pursuant to this Agreement, CONSULTANT shall comply with Chapter 119, Florida Statutes, as amended (Public Records). CONSULTANT'S obligation includes, but is not limited to CONSULTANT'S obligation to preserve public records and make public records available to third parties in addition to the CITY. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the CITY shall have the right to annul this Contract without liability or, in its discretion to deduct from the contract Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-19 Page 455 of 1278 price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — TRUTH -IN -NEGOTIATION CERTIFICATE 13.1 Execution of this Contract by the CONSULTANT shall act as the execution of a truth -in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Contract is accurate, complete, and current as of the date of the Contract. 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside CONSULTANTS. The City shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - SUBCONTRACTING 14.1 The CITY reserves the right to accept the use of a SUB -CONSULTANT or to reject the selection of a particular sub -CONSULTANT and to inspect all facilities of any SUB -CONSULTANTS in order to make a determination as to the capability of the SUB -CONSULTANT to perform properly under this contract. The CONSULTANT is encouraged to seek local vendors for participation in subcontracting opportunities. If the CONSULTANT uses any sub CONSULTANTS on this project the following provisions of this Article shall apply: 14.2 If a SUB -CONSULTANT fails to perform or make progress, as required by this Contract, and it is necessary to replace the SUB -CONSULTANT to complete the work in a timely fashion, the CONSULTANT shall promptly do so, subject to acceptance of the new SUB -CONSULTANT by the CITY. The substitution of a subcontractor shall not be adequate cause to excuse a delay in the performance any portion of this contract as set forth in the Scope of Work. 14.3 The CONSULTANT, its SUB -CONSULTANTS, agents, servants, or employees agree to be bound by the Terms and Conditions of this Contract and it's agreement with the SUB -CONSULTANT for work to be performed for the City the CONSULTANT must incorporate the terms of this contract. ARTICLE 15 - DISCRIMINATION PROHIBITED 15.1 The CONSULTANT, with regard to the work performed by it under this Contract, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. ARTICLE 16 - ASSIGNMENT 16.1 The CONSULTANT shall not sublet or assign any of the services covered by this Contract without the express written consent of the CITY. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-20 Page 456 of 1278 ARTICLE 17 - NON -WAIVER 17.1 A waiver by either CITY or CONSULTANT of any breach of this Contract shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 18 — TERMINATION 18.1 Termination for Convenience: This Contract may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Contract or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. 18.2 Termination for Default: In addition to all other remedies available to the CITY, this Contract shall be subject to cancellation by the CITY for cause, should the CONSULTANT neglect or fail to perform or observe any of the material terms, provisions, conditions, or requirements herein contained, if such neglect or failure continue for a period of thirty (30) days after receipt by CONSULTANT of written notice of such neglect or failure. In the event of non-payment of other material breach of this Contract by CITY, the Contract is subject to cancellation by CONSULTANT should such condition continue for a period of thirty (30) days after receipt by CITY of written notice of breach. ARTICLE 19 — DISPUTES AND VENUE 19.1 Any dispute arising out of the terms or conditions of this Contract shall be adjudicated within the courts of Florida. Further, this Contract shall be construed under Florida Law. Claims, disputes or other matters in question between the parties to this Contract arising out of or relating to this Contract shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Contract. The parties agree that any action arising out of this Contract shall take place in Palm Beach County, Florida. ARTICLE 20 — UNCONTROLLABLE FORCES 20.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Contract if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Contract and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-21 Page 457 of 1278 governmental actions. In such circumstances, parties agree to an equitable adjustment of schedules and prices. 20.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non- performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Contract. ARTICLE 21 — CITY -PROVIDED INFORMATION AND SERVICES 21.1 CITY shall furnish CONSULTANT available studies, reports and other data pertinent to CONSULTANT'S services; obtain or authorize CONSULTANT to obtain or provide additional reports and data as required; furnish to CONSULTANT services of others required for the performance of CONSULTANT'S services hereunder, and CONSULTANT shall be entitled to use and rely upon all such information and services provided by CITY or others in performing CONSULTANT'S services under this Agreement. ARTICLE 22 — ESTIMATES AND PROJECTIONS 22.1 In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, CONSULTANT has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, CONSULTANT makes no warranty that CITY'S actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projections, or estimates. ARTICLE 23 — THIRD PARTIES 23.1 The services to be performed by CONSULTANT are intended solely for the benefit of CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on CONSULTANT'S performance of its services hereunder, and no right to assert a claim against CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of CONSULTANT'S services hereunder. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-22 Page 458 of 1278 ARTICLE 24 -.NOTICES 24.1 All notices required in this Contract shall be sent to the CITY and shall be mailed to: City of Boynton Beach Co y to: _ Attn: Utilities Director City of Boynton Beach 124 E. Woolbri ht Road Attn: Procurement Services Boynton Beach, FL 33435 P.O. Box 310 Boynton Beach, FL 33425 And Notices to CONSULTANT, shall be sent to the following address: CAROLLO ENGINEERING INC. Attn: Elizabeth Fujikawa 9897 Lake Worth Road Suite 302 Lake Worth, FL 33467 ARTICLE 25 - INTEGRATED AGREEMENT 25.1 This Contract, together with the RFQ/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Contract may be amended only by written instrument signed by both CITY and CONSULTANT. 25.2 In the event of a conflict between a provision of this Agreement and a provision of an individual Task Order, the provision of the Task Order will control. ARTICLE 26 - SOVEREIGN IMMUNITY 26.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Contract, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Contract, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to the State's subdivisions by state law. 26.2 In connection with any litigation or other proceeding arising out of the Contract, the prevailing party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post -judgment proceedings. CITY'S liability for costs and attorney's fees, however, shall not alter or waive CITY'S entitlement to sovereign immunity, or extend CITY'S liability beyond the limits established in Section 768.28, Florida Statutes, as amended. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-23 Page 459 of 1278 ARTICLE 27 — PUBLIC RECORDS 27.1 The City is public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY'S custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY'S custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK) P.O. BOX 310 BOYNTON BEACH, FLORIDA, 33425 561-742-6061. PYLEJ(a,BBFL.US Boynton Beach Utilities - General Consulting Services C-24 V.5 CLEAN FINAL Page 460 of 1278 Article 28 - LIMITATION OF LIABILITY THE PARTIES HAVE EVALUATED THE RESPECTIVE RISKS AND REMEDIES UNDER THIS AGREEMENT AND AGREE TO ALLOCATE THE RISKS AND RESTRICT THE REMEDIES TO REFLECT THAT EVALUATION. CITY AGREES TO RESTRICT ITS REMEDIES UNDER THIS AGREEMENT AGAINST CONSULTANT, ITS PARENTS, AFFILIATES AND SUBSIDIARIES, AND THEIR RESPECTIVE DIRECTORS, OFFICERS, SHAREHOLDERS AND EMPLOYEES, ("CONSULTANT'S COVERED PARTIES"), SO THAT THE TOTAL AGGREGATE LIABILITY OF THE CONSULTANT'S COVERED PARTIES SHALL NOT EXCEED THE VALUE OF CONSULTANT'S SERVICES UNDER THE ASSIGNED TASK ORDER. THIS RESTRICTION OF REMEDIES SHALL APPLY TO ALL SUITS, CLAIMS, ACTIONS, LOSSES, COSTS (INCLUDING ATTORNEY FEES) AND DAMAGES OF ANY NATURE ARISING FROM OR RELATED TO THIS AGREEMENT WITHOUT REGARD TO THE LEGAL THEORY UNDER WHICH SUCH LIABILITY IS IMPOSED. CLAIMS MUST BE BROUGHT WITHIN ONE CALENDAR YEAR FROM PERFORMANCE OF THE SERVICES UNLESS A LONGER PERIOD IS REQUIRED BY LAW. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of A 01 20 /; CITY OF BOYNTON BEACH L4L6' rnu�cC City Manager CONSULTAND_ Attest/Authenticated: Title City CI k Approved as to Form: Offf6e of the City Attorney Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL rO�TF.S' •�� e Seal) ttest/Authenticated: Michael W. Barnes, Secretary C-25 Page 461 of 1278 EXHIBIT "A" FEE SCHEDULE FIRM: Carollo Engineers, Inc. DATE: March 14 2018 Personnel Classifications Hourly Rate Principal $279.00 Project Manager $279.00 Senior Engineer $202.00 Process Engineer $202.00 Sr Electrical Egn. $257.00 Elec. Egn. $202.00 Process Control/Inst. Egn. $202.00 Sr. Mechanical Engineer $257.00 Mechanical Engineer $202.00 Engineer $162.00 Designer $140.00 GIS Specialist $185.00 CADD/Technician $140.00 Public Relations Specialist N/A Construction Inspector $141.00 Sr. Rate analyst $202.00 Clerical/Administrative $105.00 Reimbursable Expenses: Direct costs such as postage, prints, delivery service will be billed at cost. Boynton Beach Utilities - General Consulting Services C-26 V.5 CLEAN FINAL Page 462 of 1278 EXHIBIT "B" City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. 'This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of "B+" or higher. (NOTA : An insurance contract or binder may be accepted as proof o/'insurance if Certificate is provided upon selection of -vendor.) The following is a list of types of insurance required of contractors, lessees, etc.. and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED General Liability General Aggregate $ 1.000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1.000,000.00 Owners & Contractor's Protective (OCP) Personal & Adv. Injury $ 1.000.000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50.000.00 Employees & Officers Med. Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------- Automobile Liability Combined Single Limit $ 500,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50.000.00 Non -Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------- Garage liability Auto Only. Each Accident $ 1,000.000.00 Any Auto Other Tban Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1.00Qoo0.00 Aggregate $ 1.000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined ------------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100.000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Property Homeowners Revocable Permit $ 300.000.00 Builder's Risk Limits based on Project Cost ----------------------------------------------------------------------------------------------------------------------------------------- Other - As Risk Identified to be determined Bovnton Beach Utilities - General Consulting Services C-27 6 CLEAN FINAL Page 463 of 1278 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS Date: I I Name of Firm: Office Location: I. Service: I (Check One) ❑ Planning/Study Activity, Report, Other ❑ Design/Engineering Services/Preliminary Bid Document ❑ Final Document/Bidding/Contractor Award p Construction Phase/Completion 2. Name of Project: 3. Project Manager: CONSTRUCTION CONTRACT DATA 5. a. Engineer's estimate: $ Final Cost: $ b. Substantial Construction Completion Date: c. Final Construction Completion Date: 6. Overall Rating I (Check One) ❑ Unsatisfactory ❑ Poor ❑ Fair ❑ Good ❑ Excellent 7. Recommended for Future Contracts? ❑ I Yes I ❑ No ❑ Conditional If other than yes, provide detailed explanation on a separate sheet of paper. 8. Name, title, and office of rating officer e.. Utilities Director): 4. Signature of rating officer: Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-28 Page 464 of 1278 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) DESIGN/ENGINEERING SERVICES AND PRELIMINARY BID DOCUMENT PREPARTION PHASE Rate numerically 1 to 5 with 5 being the highest score N/A 1. Thorou h site investigation 1 2 3 4 5 2. Meetinj cost limitations 1 2 3 4 5 3. Desi n/results suitability 1 2 3 4 5 4. Cooperative & responsive 1 2 3 4 5 5. Timeliness of submissions 1 1 2 34 4 5 6. 'Plans clear/detailed 1 2 3 4 5 7. 'Plan/spec accuracy 1 1 2 1 3 14 1 5 `Preliminary administrative/limited staff review/evaluation of levels of clarity, accuracy, and coordination between disciplines. Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: FINAL DOCUMENT PREPARATION, BID, & AWARD BY CONSULTANT Rate numerically 1 to 5 with 5 bein the highest score N/A 1. Secs afford competition 1 2 3 4 5 2. Secs complete/thorough 1 2 3 4 5 3. Accuracy of documents 1 2 3 4 5 4. Requirements within engineer's estimate 1 2 3 4 5 5. Cooperative attitude 1 2 3 4 5 6. Timeliness of submissions 1 2 3 4 5 7. Pre-bid conference participation 1 2 3 4 5 8. Response to inquiries 1 2 3 4 5 9. Bid evaluation quality/timeliness 1 2 3 4 5 10. Response to building & permitting agencies 1 2 3 4 5 11. Addendum preparation & permit applications 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-29 V.5 CLEAN FINAL Page 465 of 1278 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) CONSTRUCTION PHASE COMPLETION Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-30 V.5 CLEAN FINAL Page 466 of 1278 Rate numerically 1 to 5 with 5 being the highest score I NIA 1. Drawings Reflect True Conditions 1 2 1 3 14 5 2. Plans/S ecs Accurate/Coordinated 1 2 3 4 5 3. Design Constructabilit 1 2 3 4 5 4. Timeliness/Quality of Processing Submittals 1 2 3 4 5 5. Product/Equipment Selection Availability 1 2 3 4 5 6. Field Consultation and Investigations 1 2 3 4 5 7. Quality of Support Services 1 2 3 4 5 8. Overall Construction Contract Administration 1 2 3 4 5 9. Project Closeout Documentation Review 1 2 3 4 5 10. Validity of Claims for Extra Costs 1 2 3 4 5 11. Did Consultant provide sufficient copies of signed plans to allow for timely review and approval by all Permitting Agencies? 1 2 3 4 5 12. Did the Consultant actively participate in overcoming problems with the Contractor, Building Officials and/or Regulatory Agencies? 1 2 3 4 5 13. Change Order Processing (Accuracy, Timeliness, Documentation, etc. 1 2 3 4 5 14. Did the Consultant exercise adequate/effecting coordination and control of subconsultant(s) or associates work and paperwork? 1 2 3 4 5 15. Proactive Participation in Resolution of Dis ute s ? 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-30 V.5 CLEAN FINAL Page 466 of 1278 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (continued) PLANNING/STUDY ACTIVITY, REPORT, OTHER Rate numerically 1 to 5 with 5 being the highest score N/A 1. Thorough investigation of situation or activity 1 2 3 4 5 2. Cooperative attitude 1 2 3 4 5 3. Timeliness of submissions 1 2 3 4 5 4. Accuracyof documents 1 2 3 4 5 5. Did the Consultant offer cost savingsolutions? 1 2 3 4 5 6. Did the Consultant actively participate in problem solving? 1 2 3 4 5 7. Overall results 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer Boynton Beach Utilities - General Consulting Services C-31 V.5 CLEAN FINAL Page 467 of 1278 6.H. CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: Approve Task Order No. UT -1C-03 to Carollo Engineers in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category C awarded by Commission on August 7, 2018 for work in connection with Palm Beach County Coastal Resilience Partnership not to exceed $72,000. EXPLANATION OF REQUEST: Carollo Engineers will lead a team of Carollo staff and subcontractors, Florida Technical Consultants and The Merchant Strategy, to complete the scope of work for the Palm Beach County Coastal Resilience Partnership, with funds provided by a Florida Department of Environmental Protection Resilience Planning Grant. The City of Boynton Beach is the grantee and fiscal agent for a Resilience Planning Grant of $72,000. Carollo Engineers and subcontractors will complete the project tasks as detailed in the attached task order between the date of grant execution and June 30, 2019. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? In 2018 the City joined the Global Covenant of Mayors for Climate & Energy, which requires completion of a climate vulnerability assessment in year 2 and a climate adaptation plan in year 3. This grant -supported resilience planning partnership will enable the City to fulfill these commitments while reducing costs and fostering synergy and consistency with neighboring jurisdictions. This project will also satisfy Policy 7.9.1 of the City's Comprehensive Plan which states that "By the year 2018, the City shall initiate a study to evaluate options to establish Adaptation Action Area(s) pursuant to Chapter 163.3177, F.S. for coastal areas that experience flooding due to extreme high tides and storm surge and that are vulnerable to rising sea level." FISCAL IMPACT: Non -budgeted The total project cost of $72,000 will be covered by a FDEP Resilience Planning Grant. Expense Account 105-3029-579.49-17 Revenue Account 105-0000-337.11-00 ALTERNATIVES: Not approve task order. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: Yes CLIMATE ACTION DISCUSSION: Climate Action Plan 2015 Revision Action #SC -4: "Develop policies, strategies and standards that will serve as guidance for climate change related planning efforts. Develop policies to improve resilience to coastal and inland flooding, salt water intrusion, and other related impacts of climate change and sea level rise in the Stormwater Master Plans, Climate Action Plans, Strategic Planning and other sustainable planning efforts." Page 468 of 1278 Also address actions #SC -5 through SC -11 regarding Adaptation Action Area designation. Is this a grant? Yes Grant Amount: ATTACHMENTS: Type D Task Order Description Carollo Task Order UT -1C®03 Page 469 of 1278 Engineers... Working Wonders With Water® December 21, 2018 Rebecca Harvey Sustainability Coordinator Boynton Beach Utilities City of Boynton Beach 124 East Woolbright Road Boynton Beach, FL 33345 2056'v,rist� P, r ka ,y. Suite 400, West PaIrn Bach Florida "x5'411 P. 5618,6,8,6400 F. 5618,6,8,6401 Subject: Task Order No. UT -1C-03- Palm Beach County Coastal Resiliency Partnership Multi - Jurisdictional Vulnerability Assessment Phase 1 Professional Engineering Services Dear Ms. Harvey: Per your request, below is our scope of work and fee proposal to provide professional engineering services for the above referenced project. Background The City of Boynton Beach (City) is one of the seven partner municipalities for the Palm Beach County Coastal Resilience Partnership (CRP). The goal of the CRP is to advance resiliency efforts within the partnership member geographical area. These efforts will foster synergy and consistency in assessing climate vulnerability, prioritizing adaptation needs, and identifying adaptation strategies among the CRP members. The CRP was recently awarded a grant to complete the first phase of a multi -jurisdictional vulnerability assessment and climate adaptation plan. The scope of work filed with the grant application listed three tasks that need to be completed during this project. See the enclosed copy of the grant scope of work for additional details. Phase 2, implementing the multi -jurisdictional vulnerability assessment, will take place afterthe end of the grant period and is not covered under this scope of services. The City is the Fiscal Agent of the grant and as such they requested that Carollo Engineers, Inc. (Carollo) assist with the work defined in the grant scope of services. Carollo will perform these services under our General Consulting Services Contract with the City (Contract No. 046-2821-17/TP). Carollo will provide professional engineering services to support the City with the various activities defined in the grant's scope of services. The following tasks define our scope of services for this project. Task 1: Inventory and Synthesize County and Municipal GIS Data Carollo will provide the CRP with an overview of the various applicable vulnerability assessments and assist with the selection of the methodology to be implemented in Phase 2. We will inventory existing GIS data, conduct a gap analysis, and provide recommendations to each participating municipality and the County. The work will be completed as follows: Resiliency Partnership Phase 1 Scope of Services 12_21 2018 Fin- WATER OUR FOCUS OUR BUSINESS OUR FRA170 of 1278 Rebecca Harvey Sustainability Coordinator Boynton Beach Utilities December 21, 2018 Page 2 Task 1.1- Carollo will review current, relevant municipal and county management plans and reports that have been completed by the CRP communities (e.g., hazard mitigation plans, Comprehensive Plans, stormwater plans) and associated data. Carollo will also review climate vulnerability assessment best practices (e.g., Florida Adaptation Planning Guidebook, U.S. Climate Resilience Toolkit, American Flood Coalition technical guide) and scopes of services from other cities to evaluate alternative methodologies/frameworks to be used to conduct the vulnerability assessment in Phase 2 of this project. Task 1.2- Carollo will facilitate a workshop with the CRP Steering Committee to provide an overview of the various methodologies/frameworks for climate vulnerability assessments. Pros and cons of alternatives will be presented as well as discussion of data requirements. The goal of the workshop will be for the CRP to agree upon a vulnerability assessment methodology so that Carollo can identify data needs for the inventory in Task 1.3. Additional outcomes of this meeting will include a final list of participating municipalities and a list of technical staff contacts in each municipality and the County. Task 1.3- Carollo will coordinate with municipal GIS or technical staff to locate existing GIS and tabular data on municipal assets needed for the chosen vulnerability assessment methodology. Data may include, but not be limited to, residential parcels, commercial parcels, buildings, critical facilities, water and stormwater infrastructure, parks, and natural areas. Carollo will also complete an inventory of County -maintained data layers needed for the vulnerability assessment, including LIDAR, land use, soils, and flood insurance rate maps. These data will be assembled, reviewed, and synthesized into a single dataset per municipality. The intent of this task is to identify data gaps and provide recommendations to each municipality and the County for the work needed to be completed to perform the Phase 2 project. The status of existing data, data gaps, and recommendations will be documented in a technical memorandum. The memorandum will also include a cost estimate and schedule of professional services needed to complete data requirements for the vulnerability assessment so that each of the partners may allocate adequate budget for Phase 2 in the next fiscal year. Deliverables: • Vulnerability Assessment and Data Gap Analysis Technical Memorandum. • Assembled dataset for each CRP municipality. Task 2: Engage Stakeholders and the Public Carollo will assist the CRP in stakeholder and public engagement activities as follows: Task 2.1- Develop a CRP Working Group and Group Vision Statement- Carollo will work with the CRP Steering Committee to identify a Working Group of up to four staff and/or elected officials from each municipality and the County, and possibly additional stakeholders from the business, nonprofit, and/or university sectors. Carollo will facilitate a Working Group kick-off meeting to discuss the purpose of climate adaptation planning, review existing adaptation planning efforts, and contribute to a statement of CRP guiding principles and motivations. This kick-off meeting will set the stage for additional Working Group meetings throughout the subsequent project phases. The results of this workshop will be summarized in a brief report. magleI of 1278 Rebecca Harvey Sustainability Coordinator Boynton Beach Utilities December 21, 2018 Page 3 Task 2.2- Press Release, Website, and Social Media Engagement- Carollo will develop one press release to describe the scope, vision, and mission of the CRP, and the purpose of the resilience planning project. Carollo will also assist the CRP in the development of a partnership website and social media posts for the Phase 1 work. The website will be hosted by the Palm Beach County's Office of Resilience and will be linked to each of the municipality's websites. Deliverables: • CRP Group Vision Statement Report. • CRP web page • Press release • Two social media posts per week (starting two weeks after Working Group Meeting) Task 3: Develop Methodology for a Multi -Jurisdictional Vulnerability Assessment Carollo's final task will be to develop a methodology for conducting a climate vulnerability assessment for the CRP. Carollo will develop the methodology based on the results of their prior tasks and deliverables, including the review of vulnerability assessment best practices (Task 1), the results of the GIS data inventory and gap analysis (Task 1), and the CRP group vision statement (Task 2). The methodology will provide a consistent framework for participating jurisdictions to implement a vulnerability assessment, either collaboratively or separately, in Phase 2 of this project. Deliverable: • Methodology for Climate Vulnerability Assessment M-M[I'IC The following items will be completed within the timeframe indicated below: • Vulnerability Assessment and Data Gap Analysis Technical Memorandum- 12 weeks from the NTP. • Assembled dataset for each CRP municipality- 14 weeks from NTP. • Group Vision Statement Report- 4 weeks after Working Group Meeting. • CRP web page, press release, and social media posts: — Website- 2 weeks after Working Group Meeting. — Press release- 1 week after Working Group Meeting. — Social Media Posts- Two posts per week starting two weeks after Working Group Meeting — Methodology for Climate Vulnerability Assessment- 5 weeks after completion of dataset assembly gagleIL of 1278 Rebecca Harvey Sustainability Coordinator Boynton Beach Utilities December 21, 2018 Page 4 The method of payment forthis project is hourly billing rates plus reimbursable with a total cost not to exceed $82,411 as follows: Hourly Role Rate Hours Fee Senior Project Manager $265 44 $11,660 Principal Engineer (Resiliency Expert) $260 68 $17,680 Clerical/Administrative $105 20 $2,100 Labor $31,440 Florida Technical Consultant (GIS Services) $27,071 The Merchant Strategy Inc. (Public Relation Services) $11,220 Reimbursable (Airfare/Travel) Expenses $2,000 Total Project Cost $71,731 Subconsultant Participation The Carollo team will include the following subconsultants: • Florida Technical Consultants will provide the GIS related services described in Task 1 • The Merchant Group will provide the public outreach services described in Task 2 including the website, press release and social media posts gagleI3 of 1278 Rebecca Harvey Sustainability Coordinator Boynton Beach Utilities December 21, 2018 Page 5 1. The CRP will be responsible to find and secure the venues for the group sessions. 2. Meeting materials (i.e. easels, white board, markers, etc.) will be provided by the CRP. 3. The participating municipalities will meet with Carollo to provide all relevant information. 4. The participating municipalities will provide access to staff necessary to research data. Sincerely, CAROLLO ENGINEERS, INC. Juan R. Oquendo, P.E. Vice President CC: Elizabeth Fujikawa, P.E., LEED AP magleI4 of 1278 CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: Approve utilizing the State of Florida Contract DMS -12/13- 001H with Jade Communications, Inc. of Boca Raton, FL for Telecommunications infrastructure needed at the interim Police Facility in the amount of $21,427.00. The City is allowed to utilize the State of Florida contracts in accordance with City's procurement procedures. EXPLANATION OF REQUEST: The City is embarking on the Town Square project which involves the Police Department moving to an interim location for 24-36 months on High Ridge Road. I n order to accommodate the functions of the Police Department the interim space needs various ITS related infrastructure installed. (i.e. cabling, switches, Cat6, Voice/Data, etc.) The city originally approved a purchase order to Jade Communications in June of 2018 for work at the I nterim Police facility, during the build out of the space it was determined that additional telecommunications infrastructure was needed. This resulted in additional costs of $21,427.00. The proposed vendor is under contract with the State of Florida and has provided the City with a final invoice in the amount of $21,427.00 for services provided. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Budgeted The cost will be charged to accounts 001-2111-521-49-17 and 001-2112-521- 49-17 ALTERNATIVES: Not approve change order. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Page 475 of 1278 Grant Amount: CONTRACTS VENDOR NAME: Jade Communication Inc. /via DMS State of FL 1213-001H START DATE: 7/1/2018 END DATE: 6/30/2019 CONTRACT VALUE: MINORITYOWNED CONTRACTOR?: No EXTENSION AVAILABLE?: No EXTENSION EXPLANATION: ATTACHMENTS: Type D Change Order D Contract Description Jade proposal State of Floirda Contract Page 476 of 1278 Page 1 of 1 Date: 09/26/2018 PROPOSAL NO: 70238 Chan a Order 1 SUBMITTED TO: Doug Solomon Company Name & Address Job Location: City of Boynton Beach Boynton Beach Police Department Police Department New Build out Facility 100 E. Boynton Beach Blvd. Boynton Beach, Florida 33435 Phone Number: 561-742-6117 Email: Solomond@bbfl.us bbfl.us We hereby submit a change order to: Provide labor and materials to install an additional 39 category 6 cables over and above the original 169 category 6 cables and to provide additional labor to meet the escalated move in schedule. Unit Item # Description Quantity i Unit Price Total EA 3.06 4 -Pair Category 6 Drop_U/UTP Plenum - Quantity Over 50 39 $ 151.90 $ 5,924.18 EA 3.35 Category 6 Patch Panel 48 port 110 Termination 1 $ 912.86 $ 912.86 HOUR 16.07 Rate per hour - labor only 310 $ 47.06 $ 14,589.96 Total Tips Price $ 21,427.00 We hereby propose to furnish labor and materials -complete in accordance with the above specifications, for the sum of $21,427.00 TIPS, Telecommunications Infrastructure Project Services, State of Florida #DMS -12/13- 001 H. Balance due upon receipt of invoice. All material is guaranteed to be as specified. All work above to be completed in a skillful manner according to standard practices. Any alteration or deviation from above specifications involving extra cost, will be executed only upon written orders, and will become a "T & W extra charge over and above the estimate. All agreements are contingent upon strikes, accidents or delays beyond our control. No permit fee's or bonding is included in this quotation. This proposal is subject to acceptance within thirty days and is void hereafter at the option of the undersigned. Florida License ES0000112. Pricing includes sales tax. AUTHORIZED NAME Serge Leblanc 9/26/18 ACCEPTANCE OF PROPOSAL The above prices, specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. ACCEPTED: Signature Date 6610 E. ROGERS CIRCLE 0 BOCA RATON, FLORIDA 33487 ° (561) 997-8552 ° FAX (561) 997-5935 Page 477 of 1278 CONTRACT BBTW=N AND COMMACTNO.- R AA� TM8 AMEMBIENT to to Duni Agraement DMS -12113401K ~v* J* 1, 2013 rftmwasir), Is entered Into w of Vw W Dqmftmend c, , oblWaflavv of SepAcer Is Mes In conneeffon wfth Ow Agrewnent Speaffic a apwft stab funds ftm vAloh contract 2W SPECIAL CATEGORIES Page 478 of 1278 DEPARTMENT OF MANAGEMENT SERVICE$ WeRiw, ; DWItyfteMoy 1C. 0 " TIOR Jade Communicadons, Inc. re SeL?blanc, President _ Kin'2Mds—W;Y'Tit7i9— 06116 OmttW,,, Nrj,,, CtwitractAnWdMent° « 4 2 afZ Page 479 0 1278 CONTRACTISETWEEN FLORIDA DEPARTMENT OF MANAGEMENT SERVICES AND JADE COMMUNICATIONS, INC. This Contract is by and between the State of Florida, Department of Management Services, Division of Telecommunications (Department), an agency of the State of Florida with offices M 4030 Esplanade Way, Tallahassee, Florida 32399-0950, and Jade Communications, Inc. (Contractor). WHEREAS, the Contractor replied to the Division's Request for Proposals (RFP) No.: DMS - 12113 -001 —TELECOMMUNICATION INFRASTRUCTURE PROJECT SERVICES (TIPS); WHEREAS, the Contractor was one of the 5 highest ranked respondents for Regions 9 and 10 based upon Section 2.14 of the RFP entitled, mResponse Evaluation Process I Criteria/Award;" WHEREAS, the Department has determined to accept the Contractors response and to enter Into this Contract. WHEREFORE, in consideration of the mutual promises contained herein, the Department and the Contractor hereby enter into this Contract. NAME OF PROJECT TELECOMMUNICATION INFRASTRUCTURE PROJECT SERVICES (TIPS) % SUMMARY OF THE CONTRACTUAL SERVICES (SCOPE OF WORK) The Contractor will furnish all labor, materials, tools, and equipment to provide a cabling distribution system for analog, digital and VoIP telephony, audio, video, and networking data. The cabling distribuUon systems, components of cabling distribution systems, and any materials utilized by the Contractor to provide services to Customers shall meet or exceed the specfficatlons contained In the Technical Specifications, Section 3 of the REP. The services provided to Customers by the Contractor include systems for new building construction, building renovations, inter -building, Intre-building, outside plaK Projects, and MAC to existing systems. The Contractor is required to use all the materials as specified in the Technical Speccations, Section 3 of the Exhibit 1, when the material is specifically described. DELIVERABLES The Contractor will provide the deliverables as outlined in EXHIBIT 1, Section 3, a_m attached, for Regions 9 and 10 as outlined in EXHIBIT 1, ATTACHMENT 9. Enforcement of the service level performance standards in Section 3.06 shall be at the sole discretion of the Divlslon. Customers shall be able to include specific SLAs for their projects as part of their direct order. Conftect No.. DMS12/13-00111 Page I of 4 Page 480 of 1278 IV. PROVISIONS The provisions of section 287.058(l)(a)-(c), and (g) F.S, are hereby Incorporated by reference. VREMEDIES AVAILABLE TO THE DEPARTMENT FOR FAILURE OF CONTRACTOR TO MEET THE REQUIRMENTS OF THE CONTRACT A. Default pursuant to rule 6OA-1,006, Florida Administrative Code,, S. Termination for Cause pursuant to section 23 of the P UR 1000; and C. Any other remedies available to the Department under the contract or as authorized by law. V1. EFFECTfVE DATE This Contract shall begin on July 1, 2013, or on the last date in which it is signed by all parties, whichever is later. Vill. TERM OF THE CONTRACT, EXPIRATION DATE, AND RENEWAL As stated in EXHIBIT 1, section 6.06 Contract Term, the Contract shall begin on July 1, 2013, or on the lost date signed by either party, and shall end June 30, 2016. Therefore as provided in Section 1.03 of the solicitation, the term of the Contmat will be three years with three renewal years. 1 114:1 NOW" Nit V11111. INTELLECTUAL PROPERTY OWNERSHIP The parties do not anticipate that any intellectual property will be developed as a result of this contract. However, if any intellectual property is developed or created as a result of this contract, all rights to such property will belong to De IX CONTRACT DOCUMENTS This Contract, together with the following attached documents, set forth the enti understanding of the parties with respect to the subject matter. In case of conflict, terms of this Contract shall control. Under the Contract Documents, Respondent sh be defined as "Contractor." If a conflict exists among any of the attached documen the documents shall have priority in the order listed; I a. EXHIBIT 1, Relevant portions from RFP No.: DMS -12/13-001. as attached, including attachments 9 1 D, 15, 16, 17, and 19. Contract No., DNS 12/13-001 H Page 2 of 4 Page 481 of 1278 C. EXHIBIT [I. Relevant portions of the Contractor's Response to the RFP, comprised of attachments 12, andsubmitted. X COMPENSATION In exchange for satisfactorily providing the services identified in this contract, Contractor will be compensated as specified in EXHIBIT 11, ATTACHMENT 12 - Price Sheet of the Contractors response to the RFP. Invoices shall be submitted and approved by the Department's Contract Manager before Contractor is compensated for services provided. Payment shall be processed in accordance with chapter 215. Florida Statutes. X1. ORDERING Section 4.04(D.) of EXHIBIT I explains the Division's Ordering processes. For tht: Contract, the Contractor shall use the following particular methods i orders: A. Dined Orders The Contractor shall accept direct orders from OaSIS. The Contractor shall update OaSIS with fulfillment data once the order is satisfied. B. Draft Orders Customers may post a draft order request through OaSIS. If the Contractor elects to respond to the Customer's draft order request, the Contractor shall submit a draft order to fulfill the Customer's needs. Once a Customer accepts the Contractor's draft order, the draft order shall be considered fnal and accepted and aLdhorized by the Customer. If OaSIS is not capable of facilitating all or part of this ordering process, the Contractor shall accept Customer Service Author"tion orders from Customers or the Department. XIL INVOICING Section 4.04(F.) of EXHIBIT I explains the Division's Invoicing processes through OaSIS. If OaSIS is not capable of facilitating all or part of the invoicing process, the Contractor shall send an invoice through mail or electronically to the Departments Contract Manager. The Contractor shall ensure that all invoices have sufficient detail to do a line item comparison %vith the respective order. Contract Adrn In istrator The Contract Administrator is the DIVIS employee who is primarily responsible for maintaining this Contract. As of the effective date, the Contract Administrator shall be as follows: Contract No.., DMS 12/13-001 H 13MEM Page 482 of 1278 Ufflim", M"mmmuff-aij URrtTj'ZntW'T#'x1" B. Cot'manfigIL&EMIect manner The Department shall designate an employee ng tPrimarily responsible fl overseeihe Contractors perfdorm ance of Its dufles and obligations pursuant the terms of the Contract. The Contract Manager shall be as follows: Ames MoVicker, Telecom Enginee sion of Telecommunications 4030 Esplanade Way Tallahassee, FL 32399-0960 Telephone: (850) 414-6771 E-mail: james-movicker(odma.myflorida.rom The Department may appoint a different Contract Manager, which shall not constD, jjp pn Any communication to the Department relating to the Contract shall be addressed to the Contract Manager. ZTATE OF FLORIDA �'AIT 'WEM747 111 IL Stacy Aq�Vi uty Secretary Contract No.., DMS 12113-001 H Lejol 6?PICI I Print Am* ..e t, 2MMEM Page 483 of 1278 M. CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: Authorize the Finance Department to reduce the Allowance for Uncollectible Accounts and the Accounts Receivable Accounts by $477,328.28. This amount reflects unpaid ALS Transportation billings that have been in collections for 12 months or longer. EXPLANATION OF REQUEST: Per Florida Statutes Title VII 95.11, the City has four (4) years to collect an outstanding debt. It has been determined that these accounts are unlikely to be collected at this point and the appropriate action is to write them off completely. Attempts by the City and its Collection Agency to collect these past due amounts have been exhausted since a majority of the accounts are from uninsured patients. The collection agency also reports unpaid balances to the three (3) major credit bureaus. The $477,328.28 represents approximately 1,300 emergency medical incident transports from 2014. The $477,328.28 represents 30% of the $1,551,508.88 ALS transport fees collected for that year. This amount/ percentage is consistent with previous write-offs. The City established an amount for the allowance for uncollectible accounts annually based on overall outstanding receivables. By doing this, the requested write-off approval will have no impact on the City's financial statements. It is prudent to review, at least annually, the collectability of accounts that have been sent to the collection agency to determine the benefit of having the collection agency continue to attempt to collect the older accounts. As of October 2015, the previous ALS billing software has been unavailable for billing or reporting use. The 2014 claim balance of $477,328.28 is from two sources, the remaining unpaid balance from the old software of $259,297.11, and $218,030.57 from the current software. This write-off will close out the prior software balance completely. Attached is a schedule of amounts per transportation from the current software as well as the spreadsheet used to track the old software, since the individual transport billing reports are no longer available. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? None FISCAL IMPACT: Non -budgeted None since this amount has already been accounted for in the Allowance for Uncollectible Accounts on the financial statements. ALTERNATIVES: Continue to carry the unpaid accounts in the Accounts Receivable Accounts and the Allowance for Uncollectible Accounts. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Page 484 of 1278 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Addendum Description AdvanceClaim Balance Report Harrison Balance Report Page 485 of 1278 NIf 0 0 00 00 0 O NO 00 00 O O 00 00 00 00 00 00 00 O O 00000 N':f O N M O N N CO O M O O O N 00 O V N V tl' O tl' N tl' V (D N tl' O N N N V N O O CO CO LO O CO O CO V LO LO N O 00 I- N r 0 M M CO LO I- M r M N LO M 00 N N r 0 M M O M J R M M M LO M M It M M : I- �T M V N V LO In M V d' I- LO M d' M LO M d' LO r- V 00 I- r- In LO L tl' V �T tl' N tl' M M d' ER d' V d' V M V d' V d' V d' V d' M d' V d' V M V tl' V tl' j U ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER z LUQ J E R Z' v v v v v v v v v v v v v v v v v v v v v v v r N M tl' V tl' Ln LO Ln LO CO (D CO (D CO I- r I- r I- r r- r r- r r- r r- r r- r I- r I- r I- E 7: Z I� V LO LO CO CO CO V O CO tl' r[- V O N 00 0 0 N CO LO O M M LO CO It M 00 r O V M LO 07 N I� N M M M LO r MI- M M M CO 00 I- M r- O O O 0 O O tl' V N N N V N N ItN+ O O N LO N CO r- O N V CO O N N LO LO CO CO I- M M r r r- r r- r r I- r I- r I - 'a O I- N M M V I- V 14 -LO LO LO LO LO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO 0 0 00 00 0 O 00 00 00 0 O 00 00 00 00 00 00 00 O O 00 00 O V tl' V tl' V L E 7: Z: E2 M V m O N O M LO 'tN O r N M O M V r- M LO 0 00 N LO CO M M M 0 O d' V CO ;.? U M M r- M 00 00 r I- r O CO CO CO M I- O O N M N N N M N N N M M N M a 0 LO 0 n O n O n O 000000000000000 O 00000 0 O U6ul 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O 00 00 00 000000000 O 00000 m "Z 0 z 0 m LL a0 iU 41 0 00 00 00 0 00 0 0 0 0 0 0 000 0 0 01- 00 00 0 0 0 0 0...... 0 0 0 0 0 O 0IS 0 0 0 0 0 0 0 O 00 0 0 0 0 0 V 0 0 0 0 0 0 I- O O O O O O N O O N O O O O � LO 00 00 00 LO 00 0 0 0 0 07 M 000 LD O 00 00 00 O O N O O 07 000 O R " (D ER ff) ER LO ER ff) CO 6f3 0 ER ER 6P, ER N V 6f3 ER ff) V ff) ER LO ER ff) ER ff) ER 6f3 Lo (fT ER M ER 6f3 ER 64 N ER tl' V V tl' V 61�1 m ; ER EA 69 EA ER 69 EA ER N' ZF N O 0 0 O 000 O 000000 O O 00 00 00 000000000 O 00 00 0 'a 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O 00 00 00 000000000 O 00 00 O N'f N' ZF U) 0000000 O 00 00 00 0 O 00 00 00 00 00 00 00 O O 0 0 0 0 0 C,i 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 00000 4).: 7' O' NIf z ',; 00 N 0 0 0 O N O O O N O O O M 00 O O LO N O M 0 0 LO O- N 0 0 0 r O 0 LO { O N (D O M N O O m O r 0 (D 00 O 0- (D O m V 0 0 0- M 0 0 0 M O I- r I N O N O 0 00 LO V O O N O O I- M CO O O O N O 1- LO O N O r CO CO O O CO O CO O O O M :..:... Ef> V (D 6PT 00 CO 61) V 6pT N 6PT CO N LO Ef3 M V 6PT M 6pl, N M 69 6PT 07 V O ER M CO FR CO M M M M 61) 6pl, CO tlM 0 M M M V d' ' 0 ER EA ER �..,. EA EA EA Z; EV EA EV EM Z; EN EA R EARNtlVtlf a' 00 a" 'IT z N N: 0 0 0 0 00 O O O O O O O 0 O O LO 00 O I- O M LO 0 0 00 O O O m O O LO M CO M :. O O O O Co. O Co. O O O m O LO D O O N 0 I-. O tl' 00 M V (D V O O N O CO V O 00 LO 00 N 0 0 LO ItO LO O O O 1- O N O 0 O M 0 LO O 0 O O V CO V I- O CO O LO I- -tN N 0 0 a Ef3 FiT V �T ER d' Ef3 F& ER N ER m ER 613 6PT CO Ef3 (D 6PT FRFiT O Ln 0 Ln M d' ER O N ER N N 14-N LO Ef3 N N �3 ER N : ER 6p,EA Ef3 Ef3 ER Ef) ER Ef) ER Ef) Ef) ER Ef) ER 7'C NIf 0 0 00 00 0 O NO 00 00 O O 00 00 00 00 00 00 00 O O 00000 N':f O N M O N N CO O M O O O N 00 O V N V tl' O tl' N tl' V (D N tl' O N N N V N O O CO CO LO O CO O CO V LO LO N O 00 I- N r 0 M M CO LO I- M r M N LO M 00 N N r 0 M M O M J R M M M LO M M It M M : I- �T M V N V LO In M V d' I- LO M d' M LO M d' LO r- V 00 I- r- In LO L tl' V �T tl' N tl' M M d' ER d' V d' V M V d' V d' V d' V d' M d' V d' V M V tl' V tl' j U ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER z LUQ J E R Z' v v v v v v v v v v v v v v v v v v v v v v v r N M tl' V tl' Ln LO Ln LO CO (D CO (D CO I- r I- r I- r r- r r- r r- r r- r r- r I- r I- r I- E 7: Z I� V LO LO CO CO CO V O CO tl' r[- V O N 00 0 0 N CO LO O M M LO CO It M 00 r O V M LO 07 N I� N M M M LO r MI- M M M CO 00 I- M r- O O O 0 O O tl' V N N N V N N ItN+ O O N LO N CO r- O N V CO O N N LO LO CO CO I- M M r r r- r r- r r I- r I- r I - 'a O I- N M M V I- V 14 -LO LO LO LO LO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO 0 0 00 00 0 O 00 00 00 0 O 00 00 00 00 00 00 00 O O 00 00 O V tl' V tl' V L E 7: Z: E2 M V m O N O M LO 'tN O r N M O M V r- M LO 0 00 N LO CO M M M 0 O d' V CO ;.? U M M r- M 00 00 r I- r O CO CO CO M I- O O N M N N N M N N N M M N M a 0 LO 0 n O n O n O 000000000000000 O 00000 0 O U6ul 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O 00 00 00 000000000 O 00000 m "Z 0 z 0 m LL a0 iU 0 O O v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O V O O O O I- O O O O O O O O O O Ln O O O 00 O M 0 0 0 0 0 0 0 LO - 0 0 0 0 0 0 N M O I- O O[� O O O O O O O O O O 00 M O O LO O CO O O O 00 O O O 00 N O O O O O O VER EA ER N ER EA ER EA ER EA ER 6p, ER 6p, NM ER 0VER NN EA O EA M EA ER EA NN ER 6p, ER 6p, ER 6p, I -T ER ER EA ER EA ER ER ER ER ER Ef3 N Z N '.'. O 00 O 00000 O O O 0 0 0 0 0 0 0 0 O 00000000000000000 'o '.'. O 00 O 00000 O O O 0 0 0 0 0 0 0 0 O O 00 00 00 00 00000000 M• 03 M• 03 00000• 03 M• 03 000000003 M• 03 M• 03 M• 03 M• 03 M• 03 000000003 N' O 00 O 00000 O O 0 00000000 O 00000000000000000 C.. O 0.0. O 0.0.0.0.0. O O O 0 0 0 0 0 0 0 0 O 0.0000000000000000 'MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMc • • • • • • • • • • • • • • • • • • • • 7 O V N N Z N Z O 00 CO LO O O M 00 O LO O LO O Ln 00 O r O O O M 00 It O[- O 000 O O (D O 00 O It 6) It - 0 0 LO 00 CO N O V O V 00 00 O r O N O 00 LO M O 67 CO 0 0 0 0 0 0 0 LO M O IT dN O 00 O N Ln O O Ln 00 O Ln O 0(l) r 67 0(l) ID O O O M O O O M M Ef3 N V co V 6p, O co M It 61) 61) (1) ER FiT O M 6pl, 00 6pl, d' In co 6pl, Ln M ER 6p"6iT Ln 67 N 67 - CO It 6pl, It V V N 14- M M It M M N V N M EA EA ER ER 0 ER 0 ER ER ER 0 ER EA EA EA ER EA EA ER ER EA ER EA ER EA O N O 67 LO O O I- N O LO O LO O LO 67 00 O 67 O O O It N CO O M O O 00 O V O N 67 O M O 67 O I- 00 It LO O r It 6) 0 6) r LO N V O O O O CO V CO O CO O O LO r 00 It - It V 00 O 00 O 00 O I- Ln O 00 O r O O M 6) 67 00 r r 67 O O O CO I- 67 O O O 67 00 N I- 67 00 Lo - LO Ef3 61) 6pT 61) N M 6pT FR LO (D ER I- 6pT 61) N LO 61) 6pT O 6pT 67 Ef3 FR 6pT O 6pT 67 N O CO Ef3 It LO O Ef3 N N Fi> M It N N N 63 LO N N N N N N r Ef3 ER ER Ef) Ef) ER Ef) ER Ef) Ef) Ef) ER Ef) ER Ef) Ef) ER 0 N O 00 O 00000 O O O 0 0 0 0 0 0 0 0 O 00000000000000000 N '- V 00 O tl' N tl' 00 O V M O tl' V O V O O N V N 00 N CO N O O O CO CO O O N 00 tl' N tl' O N M M M It IN M N d' M It M COO Ln r- Ln � M Lo V dam' M 000 N It M It M LO(D 607 M M Lo M M M r- L V It V It V It V It V It V M V tl' V tl' V M V tl' V It V It V It M It M LO eP It V tl' V tl' V 'q - L) ER EA ER EA ER EA ER EA ER EA ER EA ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0 N'' Z'1 Rr a a w''v vv v vvvvv v v v vvvvvvvv v vvvvvvvvvvvvvvvvv L E 7 Z; V 67 CO M I- N N V) O V) COLO M N 67 V I- M LO CO N Ln I- M V0 M M MN M It O F-: r M Lo Lo I- M r M 6) O O O O 67 V M N N V tl' N LO I- M M r- M Lo O O 6) O O 00 N r I- r I- r I- r I- r I- r 00 00 00 00 r- 00 00 co 00 co 00 co 00 co 00 co 00 co 00 00 00 6) 6) 00 6) 00 00 '0 M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M U O O O O 00 00 O O O O 00 00 00 00 O O 00 00 00 00 00 00 00 00 V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' N'- E' 7'= Z' E I-0 O M r M co d' N d' M 00 M 67 00 Lo 6) I- r d' 00 It O LO M V LO I- M M LO N LO CO 00 O I- M CO V) 14-V CO V LO 6) CO CO 0 6) I- r M O O7 00 67 00 00 00 00 00 00 I- 0 r I- r I- r LO LO LO I- M O00 OO00000 O O O OOOO00000000 0 0 0 0 0 0 0O00000000000000000 O O O O O O O O O O O O O O O O U O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O 0 O O O O 00 00 00 00 00 00 00 00 O O 00 O O O 0 00 0 0 0 0 00 00 D O O O O O M O O O CD O O O V 0 0 0 0 0 0 O O O O O O O O O O O O O O V N O O M O O O O O 07 O O O 00 O O O 07 O 07 O O O O O O O O O O O O 0 0 0 0 0 0 0 00 O O ER EA ER EA ER 00 ER EA ER LO ER Ef3 ER LO ER NV ER Ef3 ER EA ER EA ER EA ER EA ER EA ER EA ER 0ER 0 V ER 0 EA EA EA ER EA N Z N '.'. O O O O 0000000000000000 O 000 O 00 O 0 0 0 0 0 0 0 0 0 0 'o '.'. O O O O 0000000000000000 O O 00 O O O O 00 0 0 0 0 0 0 0 0 N' O O O O 00 00 00 00 00 00 00 00 O O 00 O O O O 00 000 0 00 00 _ O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 7 O V N N Z N Z O N O Ln O V O O O V V M 000 O O 07 (D V O (D O Ln N M O 1- V V 000 M O N Ln rr 0 0 0 0 0 I- M N 000 O 00 O CD O Ln O M O N O 07 O 07 I- I- V 000 V O N Lo M N O O O O (D O O 0) I- 000 O Lo O M r V O 00 O Lo M 1- O V O O V 000 N O M N M V ER Lo 0) Ef3 (D ER V M V 69 6PIk FR O M 00 I- M N O Ln ER N 00 M 6pl, V V V M 61�1 6pl, Fi> N FR V V V V M V V V M V V V V V V V V V V V V V V ER Ef3 ER EA 0ER ER ER Ef) ER ER Ef) ER Ef) ER Ef) ER Ef) Ef) ER 00ER 0ER ER 00 O Ln O (D O O O O (D (D I- O O O O 07 O V (D O V O Ln 00 [- O M (D (D O O O O I- O I- V O O V CD N N N O 00 CD I- O V O (D r 0 I- V CD V N V I- Ln V N V 00 00 O O O O M N 00 I- 00 O N 07 00 V M O 0) 07 I- O O O (D 0) O Ln I- M N Ln I- Ln 07 V O 0) 07 00 co O O r- V ER EA Ef3I- 61) r- 00 � ER ER 6p, O ER (D ER Ln 6p, 6p" 6p, 6p" EA I- r M ER - EA 00 r ER EA Ef3 M ER EA Ef3 00 �T M N V ER 6pl, M N N Fi> V ER V ER ER Ef) ER ER ER ER 69 EA EA N O O O O 0000000000000000 O 000 O 00 O 0 0 0 0 0 0 0 0 0 0 N '- O O (D N V O N N V CD (D O O V V O (D O O V V N V CD V O (D V N V (D CD V O V N 00 N M V LO r It (D 0000 r- LO O� d0' V Lo C09 N V dam' N[- M M CMD Or M M N It 00 LO OO LO V co L 00 N 0000 V M V V V V V V V V V M V V V V V V V V V V V V V V V V V V V V V V 'q - L) L)ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'' Z'1 Rr a a w''v v v v vVVVVVVVVVVVVVVV v vvv v Vv V vVVVVVVVVV :;'.. Ln Ln Ln Ln Ln Ln Ln Ln Ln C0 C0 C0 C0 C0 C0 C0 C0 I- r I- r I- r I- r I- r r- r r- r r- r r- 00 00 0o W R L Z; 00 o O 00 O O 00 N N M m m O CO N Io (fl CO ID D) O O N O Ln V I- V CO -t N M LO m �'- 00 O D) 00 O D) 00 00 N N N M M M M M m V V Ln m Ln V Cfl 00 00 00 I) CO r 0) r V O 0 0 07 N = 00 D7 00 00 D) D7 00 00 00 07 D) 07 D) 07 D) D7 D) D7 D) D7 D) D7 D) D7 D) D7 D) 07 D) 07 D) 07 D) 07 O O O 07 ;a O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 0 0 O 0 O 0 O 0 O 0 O 0 r 0 r 0 V O O O O 00 00 00 00 00 00 00 00 O O 00 O O O O 00 00 00 00 00 N'- E' 7'= Z' E' N Ln (D r O (D O V Ln CO O CD N 07 M O Ln M V I- 0) 07 O N M N N (D O O O CD V _ I- (D CD O Ln Ln CD (D CD V V M V V V M V N M O O O O V O O O Ln Ln N O O Ln CO N r OOOO0000000000000-N- O O O O O O O O O O O O O --o O O0000000000 OO O OO O O U O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 co rlN r O co co 0 G)'=-'= 0 0 00 00 00 O 00000 000000 O LO 00 O O O O O O 0000 O 00 O 0 '.'. O O 00 C6 O O LO O O LD O N O 00000 C6 O 00 O O O O O O 0000 O 00 � N O 00 N O 00 O O V O N 0 0 0 0 0 0 V O 6) 00 O O O O O O 0000 (6 00 '.. V ff) ER ff) V ff) ER M ER 6f3 6f3 M Ln ER 6f3 ER 64 ER 6) ER 00 ER ff) ER ff) ER ff) ER EA ER 6f3 ER 6f3 6f3 ER V V N N V N V 61�1 N ER ER Ef) ER ER Ef) Ef) ER Z'J V1 0 0 0 0 0 0 0 0 O 0 00 00 000000 O 0 00 0 0 O O O 0 0 0 0 0 O 00 'o 0 0 0 0 0 0 0 0 O O 00 00 000000 O O 00 O O O O O O 0000 O 00 MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • • • N' Z'' 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O O O 0 0 0 O 0 O O O 0 0 0 0 0 O 00 Z_ 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 000 00 O 00 N 00000000• M• 00000000000 M• M• M• MM• MM• MM• MMMMMMMMMMMMMMMMMM• • • • • • • • • • • 7'= O'= V€ N' z' 00 N O 1-....0 LO O O 0....0 V LO co M.. O M CO r 0....0 M O O CO V LO ,......0 0......V 0 V O ...... O O O w' O M O- 0 0 0 0 V -- N O. O V O 0 6) O N V M- O - O O M O r Ln 00 0 0 d ['. O M O V O O (6 O 1- V O 1- O O O V O O 1- O V M 1- M M CO O O 0 O 1- 6) 1- M O O 4- Ef3 M 6PT V ER M M 61) M N (6 M V O V ER N M M (6 6) M 61) O N CO 61n, V V V V M V CO Ln LD M N M V N V V 61) M V 6) V) V 00 M N V M V ER 6) C6 V 0 Ef3 Ef) Ef) ER ER Ef) ER Ef) ER Ef) ER Ef) ER ER 0 ER 0 ER 0ER ER Ef) ER Ef) ER Ef) Ef) ER a 00 a' z' ,......0 N N O M....0 LO O O 0....0 C6 LO N 1-.. O 1- N M 0....0 1- O O 1- M LO 0.....0 O C6 0.....0 C6 (D.. O 0...... O O 0) V CO N O V V Ln M N M 1- O (D Lo 6) V 00 V 0 0 Lo O V O 6) 0 V C6 CO C6 V M M 0 N O M0 • O 6 V 0 MO "N O M m • • M • • • MMMMNMMOMOM • O MMM M • M(D R M I- • M a '66)7 M N N N N6PTFR N N V N ER N ErR en EA 61) E161n61n, f R Ef) ER Ef) Ef) ER ER 0f N 0 0 0 0 0 0 0 0 O 000000000000 O 00 O 00 O O 00000 O 00 N '- O 00 O O M V V O O O O O N N V V N 00 V C6 N N V O O V O V O 00 N C6 N C6 O N O V M r 'I- Lo V M M C6 r � N� M O M dM' ( V V 6V) 00 d0' M M r M N M V M M M T dN' M (D M V M V V V M V V V V V V V V V V V V V V V V V M V V V V V V V V V V V V U'..'.. ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER 6C3 ER 6C3 ER 6C3 ER 6C3 ER N'' Z'1 Rr a a w'.'vVVVVVVV v VVVVVVVVVVVv V vV v Vv V co ao ao ao ao ao ao 00 0) 0 0) 0 0) 0 0) 0 0) 0 0) 0 0 0 0 0 0 0 0 L E 7 Z; N M V 6700 00 C6 M O C6 0 V V V 00 LD M 00 00 O 0 N (6 O V O O a) 00 O 67 V V Ln V L47 M V N 1- LO 00 C6 00 1- M M O O 0 6) O 6) O 6) O O SO 00 00 00 00 O O 00 O O O r r- M M r M r M r I- r I- r I- r r- r r- r r- r r- r I- r I- r I - 'V 0 0 00 00 00 O O 00 00 00 00 00 O O 00 O O O O v V v V v V v V v N N N N N N N N N M CO - M O O r 6) O O O 0 00000 0 00 00 M O In N 6) r M M M 00 O M N LD N O M LD 00 1- M 0 M N LD 0 Ln 00 1- O 0 N N r- M M N M N M N M V M M M V M M M V V M V Ln V CO V) V In 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O O O 0 N 'r'. O 00 O O OOONOOO 00 00 O O 0000000000000000 O O 00 O 0 0 ':'. O 00 O O 00 O 07 000 00 O N O O I- 00 00 00 00 0 (D 0 0 0 0 0 0 O O 00 O LI) O 00 O O O O O 07 O O O 00 O V O O M O O O O O O O O O N O O O O O O O O O R Ef> ER Ef) ER Ef) ER Ef) ER t ER Ef3 ER 64 ER 64 CO 64 ER N ER Ef) ER Ef) ER Ef) ER Ef) ER CO ER Ef3 ER Ef3 ER 64 ER 64 V Ef) M• � M• M• zP V1 0 0 0 O O 000000000 00 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 O 00 0 'a 000 O O 000000000 00 O O 0000000000 0000 00 O O 00 O MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • N4' z'; 0 0 0 O O O 00 00 00 00 00 0 O 00 00 00 00 00 00 00 00 0 O 00 0 C 000 O O O 00 00 00 00 00 O O 00 00 00 00 00 00 00 00 O O 00 O N 000• M• M• 0000000 M• M• M• M• M6M6M6M6MMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • 7' O' V' N' z 00 ....0 U) 0........ O Imo... O P- 1- O M.....r M O .. 0 0 0 LO W CO O 0 It ....r 0 O r.... LO r It LO O O 0... M CD N M 0 O N O r O V M O- 0 O M O O N r O O tl' 0 0 O N O N O V N O O M (D 0 - O 0 Lo O M O CO O 0 O M Lo O Lo O O M O O It LO 00 00 LO CO V O 00 CO O LO CO O LO 00 O ':. M M 07 tl' V In V 0 V 07 CO M Ef3 M M M V 61) 6pT V N It V V Ln V 63 ER M N CO N N M CO Ef> Lo M 6pT M O LO tl' V tl' V N V M M tl' M N It CO V m 6,3 Cf1 tl' 0 �, EA ER EA ER EA ER EA ER EA EA ER EA ER EA ER EA ER EA ER EA ER EA ER ER EA EA ER EA ER Ef3 Ef3 O a) a' z' .O N N CO 0... O 0..... O M O M r 0 1-.....r O M 00 0 LO 00 M LO M N CO LO 0 0 0 V 0 0^ V 0 O O N (D - O O (D CO N 0 N O O r N Lo t O O O 1- V M CO CO CO M I- t O O Lo O 0 N M r r 0 O M M O M O (D O 00 M tl' LO tl' N N O 0 O O V M I- 00 r M N LO r 00 O O N O LO N r 't V O O N a 6 ) 6" ` N 6 I- NLnOMER�T (No RLntlER FT�NV6T�FT O Fi> N M �NO6p' - N ER CO Ef3 N FiT en EA EA EA EE EEER ER EAE N r'. O O O O O 000000000000 O 00000000000000000 O 000 N O O O N (D V N V 00 O 00 CO N N tl' N N 00 tl' V tl' 00 00 00 O O tl' N M O N 00 00 O 00 CO tl' 00 00 R dO' V M LOO M LOO dO' r M M M M LD LOO LOO M O M It V It M N r M M CSO M M M M N M M M M LOO V M L tl' V tl' V tl' V 0 V 0 V 0 6C 0 V 0 U ?. ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'- z'r' N E R z C N R'; a a w'''vvv v v vvvvvvvvvvvv v vvvvvvvvvvvvvvvvv v vvv ' N N N N M M M M M M M M M M M M V tl' V tl' V tl' V tl' V tl' V tl' M M M M L z 'r. 00 0 M V 00 0 00 LO O N It V 00 CO LO CO M CO M 0 00 M CO 00 I- M r 0 r LO O O M N d' 610 00 Lo LO M tl' r 00 r- M r 00 CO M M r M N O O N N N O O O O LO ItLO M N O r O O N N N N N N N N N N N N N N N 'r.0 00 O O 000000000000 O 00 0000 000000 0000 O O 00 O EP 7'- z'r' M 0 I- M N O N LO CO M 0 00 M N O M V 00 O r- O 00 O M 14-V tl' Lo LO M 'I- LO LO M M M LO In M In M In M M M M M O M r I- - r r O M M r LO 0 0 0 M U'' O OOOO O NO O O OO OO OO OO OO NO O O NO O NO O O O O O O O O O O O 0 4) 0000 0 0000 0 0)000000 O O O 000 O O 00000 0 00000 0 '.'. 00 O 00 O O 000 O O O O O O (D 00 O O V 00 O O O O 00 000 O N V 00 0 lfl �'.'. M O 00 O O 000 O V 0 0 0 0 00 I- O O 00 O O O O M O O O O V I- 000 Lo (fT ER ff) ER ff) ER 6f3 ER 6f3 V 6f3 ER 6f3 ER M M ff) 64 M ER ff) ER ff) ER ff) M 6f3 ER 6f3 ER (D V 6f3 ER 64 � � � � � 69 m 69 Z'J V) 0 000 O 0000 0 00O0000 O 0 0 00 0 O 0 0 00 00 O 00000 'o O 000 O 0000 O 0 0 0 0 0 0 0 O O O 00 O O O O 00 00 O 00000 MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • • N' Z'' O 0 O O O O O O O O 0 0 0 0 0 O O 0 0 0 0 0 0 0 O O O O O O O 0 0 0 O 0 Z_ 0 O O O O O O O O O 0 0 0 0 0 0 0 O O O 000 O O 00000 O 00 000 N 0000• M• 0000• M• 0000000 M• M• MM• MM• M M• M MMMMMMMMMMMMMMMM• • • • • • • • • • 7'= O'= V€ N' z' 00 V1 O LO 0 M N 0 N O O CO O 0 0 CO 0 O r O 0 0) M V O LO O O 0 LO O O O V CO LO N 0 m N (D N 00 O O O - W O O O- O O O O O M N V N O (D O O N M O O O M M r _ O O CO I- O N O M O N O O O LO O O O O O r N V O O LO O O V N O O O M CO N Ef3 LO O M V M V M V V LO 61) LO V VN M V O O O ER V 6pT �T M N LO V �T FR V M M N V V LO V ER LO 6pT 61) 00 M M V 6pT 61) 6pT M O V V N V 0 69 69 6 �69 � 61) ��� � a' a' 'IT z' N 00 O N V 0 0 0 0 00 M 0 O r O O O LO O O 0 LO O 00 CO V LO NN O O O M M O N O O O V N 00 O 00 r N O V I- O O CO M O O D CO N 00 (D CO O N O N O O O O M 00 r N OCO O M 00 00 r N O N CO 00 r O O N O M 00 O O M N O a �T FiT z; �T FiT �T V O ER V I� O �3 ER N 6pN M ER O FiT �T N O ER V O M '7 6) V �T �T FiT CO N �T en EA ER ER ER N O O O O O 0000 O 0 0 0 0 0 0 0 O O O 000 O O 00000 O 00000 N '- 00 O N N CO CO N N 00 (D 00 V N CO 00 (D 00 CO N V 00 O V N 00 O 00 (D N N N N V O O N M M 00 '1- V '1- LOO 'I- CO 14- M LO M M M CO M O M M V V V CO N M M dN' 00 M � N V dO' M M L '..'. V V M V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V 14- L) L)'.'.ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER Ef) ER 6C3 ER 6C3 ER 6C3 ER 6C3 ER 6C3 ER 6C3 N'' Z'1 Rr a a w''vvvv v vvvv v vvvvvvv v v v vvv v 5 ',', N N N N N N N N N N N N N N N N N N N N N N N N D r l- r l- r r- r r- r r- r r- r r- r IZ r IZ r IZ r IZ r IZ L E 7 Z; CO Ln LO 67 CO 07 O M N CO M CO M O [- M O M O r M 0 M I� V M N LO M M Ln r O r 00 CO O CO CO O I- CO 1- O M N< N N N N N N N N N N N N N N N N N N N N N N N M V O O 00 O O 00 O O 00 00 00 0 O O O 00 O O E ', V V V V V V V V V V V V V V V V V V V V V V V V v v v v v v v vvvv v r- I- r- r- 00 00 00 00 N N N N N N N N N N N N M VNOO N O CO O CO CO CO N M M M N M M M M M M M O 00000 O 00000 EI� O O r- O N O r- LO 00 V 'q- N V CO LO N LO O O M 00 CO V M I� O O N O O Ln V 00 _ V I- V V I- O r I- r V CO V V (D CO CO 00 V M V V M O N N r r r 0000 O 0000 O 0 0 0 0 0 0 0 O O O 000 O O 00000 O O N O O O U O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 N '.'. O 0 00 00 0 O O O O O V O O O O O M O O O 00 00 0 0 0 0 0 O 00000 0 '.'. O 0 00 00 0 N O O N O V 0 0 0 0 0 (D O O O 00 00 O 00 V O O O 00000 ". O O 00 00 I- (D O O N O O O O O O LD O O Lo 00 00 O M O O O O 00000 ER ff) ER ff) ER ff) M Lo ER ff) M 6f3 0) 6f3 ER 6f3 ER 6f3 (D (f) ER N ER ff) ER ff) ER Ln Lo Ef) ER 6f3 ER 6f3 ER 6f3 ER V tl' V ER N tl' V ER Ef) ER 69 EA Ef) ER Z'J N O 00000 O O O O 0 0 0 0 0 0 0 0 0 O O O 00 00 00 00 0 O 00000 'o O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O O O 00 00 00 00 0 O 00000 MMMMMMMMMMMMMoMoMoMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • N' Z'' O O O O O O O O O O 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 0 O O 0000 �.. O 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O O 0000 M• 000000• M• M• M• 000000000 M• M• MM• MM• MM• MMMMMMMMMMMMMMMMMM• • • • • • • • • • • 7'= O'= V€ N' N Z'= N O I- O O O M O O O O O O (D 00 V LD 0 0 0 O co O O O 0 0 0 0 0 0 Lo O Lo M O CO _ O CD (D O O N O O O O O O V 00 .. O- O O V r O O V O O O O O N O D) - O CD O V CD V O OO O O d' O O O O V O 00 O I- O O O 00 V 0 0 0 0 0 O LD (D Ln N O O d' M 6) �T , 6pl, FR 0) d' 69 0R Ln M N d' 0) O ER Lo N O ER M 613 0) Ef3 6pl, 07 O tl' V) d' M d' M V tl' V N M M It V It tl' V N tl' V V N V tl' N tl' V ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 00ER 00ER ER 0ER Ef) ER Ef) ER Ef) ER a; a' z' U) O M O O D I- O O O r O O O N Cfl LD 0 0 I- O NO0 - 0 0 00 0 0 Lo - Lo r O N O I- O 't V M O O CO CO 0 0- Lo (D O V O- O M CD N M O N (D O O tl' N M (D 0) (D O Ln O N 1- O O O (D O CO I- O r O LO O 00 � V 00 d' N O O M M N 0) O (D O CO E O Ef3 M 0) 07 Ef3 FR Ln 07 Ef3 CD 6p, 69 0R Lo (D N 61) 6pl, N CO ER d' Ln ER 6pT Lo (D O ER 0R0 61) 6pT M N 613 tl' ER N N V �T tl' N N �T N N N ER 61n,69 EA ER EA ER 61n,ER EA ER Ef) ER Ef) Ef) ER 7'- Z'1 N O 000000 O O O 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O O 0000 N O tl' Cfl tl' V CD O N O 00 N O O tl' N tl' V tl' 00 O 00 00 N O U N Cfl 00 V tl' V tl' Cfl tl' Cfl CD V O M M M M M M M V d' M CD (D M M Lo V M M M M d0' M M V dam' V M Lo dM' r- dr' CMD Lo V dN' M L' Lo It V It M It V It V It V tl' V tl' V tl' V tl' M tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V L) ER Ef3 ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER N'' Z'1 Rr a a w'.'v vvvvvv v v v vvvvvvvvv v cocc) co 00 00 00 00 00 00 0) rn 0) o-)o-)o-)o-)o-)o-)rn o-) D r r- r r- r r- r r- r r- r IZ r IZ r IZ r IZ r IZ L E 7 Z; I� O O Lo Lo (D Lo [— N O N Lo CO O CO M M r- V r- M r- V M M 07 00 0) O co O co O I- O co N M M M M M M M M M M M M V M M M V M V M �j O 0 00 00 0 O O O 00 00 00 00 0 O v v v v v v v v v v v v v v v v r v 0 0 00 00 00 00 0 M M M M M M M M M M M M M M M M Lo CD O 00 LD Ln It M CD O V 07 I- r- O N M O N M O N V It V Lo CO V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V O O 000000000 O 00000 V - V- V- V- V- V - V- V- V E', O Lo N r- O M O M co r N M d' 00 O N V O M Lo CD 't N Lo M O co O O co (fl O � O � r 0 O O r D) O D) D7 M O O O O D7 Ln O O Ln N Ln Ln O 00 O N O O N O N 0 0 0 0 0 0 O O O 00 00 00 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O O O O O O U 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co rlN r O N N 0 O O 00 00 00 00 O O 00 00 00 00 00 NO 00 00 00 00 O O O O 00 00 0 O O O O O 00 O O O O O 0 0 0 0 0 0- O O O O N O 0 0 0 0 0 0 0 0 0 O O 00 O O (D O 00 O O O O O I- O O O O O 0 0 0 0 0 0 00 O O O O r 0 0 0 0 0 0 0 0 0 0 O O O O O N O Ef) ER 69 ER 69 r- ER ER 69 ER 0ER 0ER 0ER 0 N 0ER 69 ER LO ER 69 ER O ER 69 ER 69 ER 6p, 6p" 6p, NN 6p, ER ER ER ER 69 69 ER 69 N Z N ':'. O O 00 00 00 00 O O 00 00 00 00 00 00 00 00 00 00 O O O O 00 00 'o 'r. 0 0 00 00 00 00 O O 00 00 00 00 00 00 00 00 00 00 O O O O 00 00 w 0 0 00 00 00 00 0 0 00 00 00 00 00 00 00 00 00 00 0 0 0 0 00 00 N4' 7 O V N N Z N Z O O 00 00 00 00 O O 00 00 00 00 00 00 00 00 00 00 O O O O 00 00 O O 00 00 00 00 O O 00 00 00 00 00 00 00 00 00 00 O O O O 00 00 O O 00 00 00 00 O O 00 00 00 00 00 00 00 00 00 00 O O O O 00 00 Ef) ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER 0ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER 0ER O O NN (D 0000 O LO O O O O O 6) CO O O 00 O 00 CO 00 O N O O O I- r O It O 00 O V (D x 0 0 0 0 0 00 -0 O N 0 0 0 CO O O 00 O I- 00 V O I- O O O M M O Mo 00 M Ln N M (00000- Lo Ln 00 O V d' O r 00 00 00 N r V O Lo 00 O O Lo 07 M 00 M Ln M V I- 6pl, 61) 6pl, 61) CO M M It O ER 00 (D 6pl, d' Ln 63 O ER 6pl, 07 V It O 613 N ER O ER O 07 N co I- 63 ER tl' V tl' M tl' V It V It M It It V M N N Ln V N tl' 6pl, tl' V Ef3 ER Ef) ER Ef) ER Ef) ER Ef) ER ER Ef) Ef) ER ER 0ER 0ER ER ER ER Ef) Ef) ER O O 00 00 tl' O O O O O O O LO O O O O O eP 0 0 00 O O N It N O 00 O O O M M O CO O O O 00 O LO N N O It O 00 M O N M It 0 0- I- - O 00 I- N O O M M It O N O N r M O M O O N 00 O I- r tl' O M- Lo O 07 O I- N r O M 00 O N O M M 00 O 00 00 O O O 00 M d' r -t O O O O 00 ff) ER ff) 0') ER It CO It ff) ER ff) Ln V' O (D 00 6f3 V 6f3 N 6f3 ER M ER (D CO It Ln ER EA ER EA V Ef3 FR tl' V tl' 6pl, N tl' - 61> N Ef> 6pT It N V tl' tl' N tl' N ER V 6C3 ER 0ER 0ER ER 6C3 ER ER ER 6C3 6C3 ER 6C3 ER ER N r'. 0 0 0 0 0 0 0 0 0 0 N a0 V N V tl' O tl' O w N ER ER E6A 9 ER EV A 69 ER EIn A 69 ER EV A 69 V U ?. ER N'- Z'r' L E 7 Z v r r r r r r r r r r 0 0 0 0 0 0 0 0 0 0 O O 00 00 00 00 00 00 00 00 00 00 O O O O 00 00 O N tl' M tl' N O N CO CO O CO O N O CO N 00 tl' 00 N O N V O 00 O O (D N LO eP I- N I- V I- M r O O M 00 00 O M M O V) 00 M It O Lo Ln O M N co d' V d' V d' 00 I- M LO CO (D I- (D V M I- LO M N (D Ln It Ln O V d' I- d' V tl' V tl' V tl- V tl- V tl- V tl- V tl- V M M tl' In tl' V tl' V tl' V Lo eP tl- V tl- V Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v N N N N N N N N N M M M M M M M M M M M tl' V tl' V tl' V tl' V tl' V 00 0 00 0 00 0 00 0 00 0 00 co 00 co 00 co 00 co 00 co 00 00 00 O 00 0 00 0 00 0 I- M CO O O Lo It N Ln It r O 00 Lo O d' 00 r r Lo M M CO O Ln M N N N N M N Ln Lo In M M d' O d' V M V M CO O r O r CO O CO I - Lo Ln Lo V) Lo V) Lo to Lo V) Lo Ln Lo Ln Lo co Lo Ln Lo Ln Lo Ln (D V) (D V) Lo V) Lo V) r r I- r I- r I- co I- r I- r r r r r r r r r r r I- r I- r I- r I- r- 0 O 0000000000000000000000 O O 00000 EO M T O M O O O V LO O N M M V) N In r M M r O 00 N V I- CO O V CO O LO CO LO O Lo N Lo 0 0 0 0 0 0 0 O O O CO Lo O m N m co 00 co 00 N N N 00 M 00 00 CO CO I- M N - M M M M O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O L) 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O 0 00000 co rlN r O m N r'. O 00 O 0000 O O O 0000000000000000000000000000 N O N CO N N O (D N CO CO (D CO tl' O tl' V tl' V (D O O V tl' V (D V O V 0 0 CO CO tl' O O V CO O (D R d0' M M d0' V LOO r N M dN' M M M LOO M M M M O� V CSO M 'I- V d' r M V M V dr' M M 00 M r M L tl' V tl' V tl' V It M It V tl' V tl' V tl' V tl' V It V It V M V It V It M It V tl' V d' V d' M d' V It L) ER ER EA ER EA ER EA ER EA ER EA ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) N'- Z'r' a a CO w o' v vv v vvvv v v v vvvvvvvvvvvvvvvvvvvvvvvvvvvv R v co co co co co co co co co co C° C C C C C C C C C C C C 00 00 00 00 00 o Oo co Oo co 00 00 00 00 00 00 00 00 00 0o 00 0o 00 0o 00 0o 00 0o 00 0o 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 L E 7 Z 00 00 O M MN O N LO d' O N N I- M 1- O O LO O O r- N M N r- V (D LO 00 V 00 LO 4) O M O M N d' V O d' O ((YD) O 00 O � O O H V IM I N '. O O O O O O O O O O O MCO M M MCO LM M MCO LM MCO LM M r�O IM M rO�O M00 M00 M M rO�N rr O 00 O 0000 O O O 0000000000000000000000000000 - V- V - V- V - V - V- V- V- V- V- V- V- V- V- V- V- V- V- V- E M O N: (D O CO V I- LO N M 00 O 14-r LO O O O CO N r r M V N CO O M LO LO 00 O CO (D N 00 N I� r- r I- M 00 I- O M M N N N N N N M N M d' V r N w V O V w V d- V M M m M I- N O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 'G) 0 0 0 O 00 00 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 000000 00 00 O O 0 ':'. O N O O O LD 00 O O O 000 �P O O O O O O O O V O O O V 0 0 0 0 0 0 00 00 0 a) O CO O O O N 00 O O O O O M 0) 0 0 0 00000— O O O N 000000 00 00 O R 62) M ff) ER ff) N ff) ER ff) ER 6f3 ER 6f3 0) LO ER 6f3 ER 64 ER ff) ER ff) M ff) ER ff) I— 62) ER 6f3 ER 64 ER 64 ER 64 ER 64 R 69 M• 69 � M• 69 ZP N O 0 O O 00 00 O O O 0 0 0 00 00 0 0 0 O 0 0 0 0 0 0 0 O 0 0 0 0 00 00 0 'o O O O O 00 00 O O O 000 00 00 000000 0000000000 00 00 O 000• 000000• 0000000000• 0• M• 0• M• 0• M• 0• M• 0• M• 0• 0• M• 0• M• 0• M• 0• M• 0• N4' 0 00 O 0000 00 00000000000000000000000000 0 O 0 O 0.0. O 0.0.0.0. O O O 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 0 0 0 M• M• M• M• 0000• M• M• M• M• M• M• M• M• M• M• 0000000000000000• M• r M• 69 M• C' M 7' O' V' N' Z' 00 w 0 CO CO CO O... r LO M 0....0 M O O 0..,.1— 1-0 O 0....r0 0 0 LO N O 0 1- V O..O 0 0 LO N m O O m O N O O O O O M O O O O O tlOO O - m O NV O � O O M LO O O V N N O O Od' O O O LO O d' O O CO O O 00 O O M O O LO O I- O M tl' Ef3 N M V N M ER d' V tl' tl' N I- V V M It M 0) 69 Fi> V d' O Ef> O M 69 0 69 1- V 61) 69 tl' M tl' M ER 69 N V CO d' V N tlt tl' M tl' M N V N V tl' M M V "T 0 �' EA EA ER EA EA 69 EA 69 EA 69 EA 69 EA ER ER EA EA EA ER EA ER EA ER EA ER Ef3 ER Ef3 a' z' N N (D 0 d' V N O M M 0 LO I- r 0 00 M M O O 0 O O 0 O LO 00 O O M CO r O O O LO 0 0 M LO (D O- V (D In M M - M M O- 00 r 't V (D O r V O O CO N O O 't M N O 't O 1- r 00 In LO N ' MM MO CO N OOM M 0 MMO O M• MMrMV MMMrMM• MT M N • N 6) u3 N N • T E• • tl' • ' •RM • N E 4. N N R en . EA ER ER , 6p, EAEFiT N r'. O 00 O 0000 O O O 0000000000000000000000000000 N O N CO N N O (D N CO CO (D CO tl' O tl' V tl' V (D O O V tl' V (D V O V 0 0 CO CO tl' O O V CO O (D R d0' M M d0' V LOO r N M dN' M M M LOO M M M M O� V CSO M 'I- V d' r M V M V dr' M M 00 M r M L tl' V tl' V tl' V It M It V tl' V tl' V tl' V tl' V It V It V M V It V It M It V tl' V d' V d' M d' V It L) ER ER EA ER EA ER EA ER EA ER EA ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) N'- Z'r' a a CO w o' v vv v vvvv v v v vvvvvvvvvvvvvvvvvvvvvvvvvvvv R v co co co co co co co co co co C° C C C C C C C C C C C C 00 00 00 00 00 o Oo co Oo co 00 00 00 00 00 00 00 00 00 0o 00 0o 00 0o 00 0o 00 0o 00 0o 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 L E 7 Z 00 00 O M MN O N LO d' O N N I- M 1- O O LO O O r- N M N r- V (D LO 00 V 00 LO 4) O M O M N d' V O d' O ((YD) O 00 O � O O H V IM I N '. O O O O O O O O O O O MCO M M MCO LM M MCO LM MCO LM M r�O IM M rO�O M00 M00 M M rO�N rr O 00 O 0000 O O O 0000000000000000000000000000 - V- V - V- V - V - V- V- V- V- V- V- V- V- V- V- V- V- V- V- E M O N: (D O CO V I- LO N M 00 O 14-r LO O O O CO N r r M V N CO O M LO LO 00 O CO (D N 00 N I� r- r I- M 00 I- O M M N N N N N N M N M d' V r N w V O V w V d- V M M m M I- N O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0000000 0 000000 0 0000000000000000 O O 00 00 0 O O O ON O 000 N 0 0 0 0 0 0 O 0 0 0 0 0 0 0 CD 0 0 0 0 0 0 0 0 00 O ON Ln O O O O O (D - 0 0 0 00 0 00 00 0 O 00 00 00 ON 0000000 O I- O O 00 O O ER EA ER LD ER ER Ef3 0) ER ER Ef3 ER Ef3 ER Ef) ER Ef) ER Ef3 ER Ef3 ER It ER 0f ER 0f ER 0f N 0R V 0R ER It 00 ER EA ER ER Ef3 ER ER 0 N Z N '.'. O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0000 00 00 00 00 V 0 00 O O 0000 'o '.'. O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0000 00 00 00 00 'Y 0 00 O O 0000 ". O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0000 00 00 00 00 V 0 00 O O 0000 �',', ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA I� Ff3 ER of ER EA ER EA ER EA 63 0 0 00 00 00 O 0 00 00 O 0 00 00 00 00 00 00 00 00 O O 0 0 0 0 �.. O 0 0.0. 0 0 00 O 0 00 00 0 O 00 00 00 00 00 00 00 00 O O 0000 '.'. MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • 7 O V N N Z N Z 0 0 0 0 0 00 O O 00 M M (D O M M I- N[- 0 0 0 0 0 0 00 O Ln LD O It Ln O (D O O CD O O O It 00 1- O It 00 V tl' O Ln V CD -. Ln O 00 MOOO 00 (D O- N O M D) 0- 0 Ln N 000 M O M O O M O M N N M N Ln 0 0 0 0 0 0 0 V N O O N O O Cfl O ER 6p, FtT It Ln M ER M O ER V0 Ln I- M N d' Ln M E3 O ER O ER V 00 M FtT M 6p, Ln O V N 14- M 14- 14-R tlV It tlV V NEEM V M N N M ER EA EA ER EA EA ER EA ER EA ER EA ER 0 ER A ER ER A ERA 0 ER ER EA O 0 0 0 0 0 0 0 O O O O I- 07 I- It O 1- r M 00 M O O O O O O (D O Ln LD O (D Ln O (D O I- O V 0 0 0 0 07 O O O CD - I- N 't O Ln V N M Ln Ln O N 00 O 't Ln O N Ln O CD (D O 00 't V (D M O O O O 00 O O O O O I- : 1' O 07 I- 0 O 00 00 O It 00 O V (D O 07 I- O D) r ER LD eT 6f3 ER 6f3 ER 6f3 ER ff) V LD 0) It ER EA ER EA I- r- 6f3 (D ER 6f3 ER N ER EA O EA ER tl' N VN tl' �3 ER FiT FR FtT N N N co co N N EA ER ER EA ER EA ER ER EA EA EA ER EA N O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0000000000000000 O O 0000 N '- (D CD V N O tl' 00 CD N tl' O CD (D N N O V N (D 00 V tl' 00 CD N 00 O tl' 00 O V 00 00 O (D N (D tl' Or M V M V It LO dN' M M M M V Lo(D 000 Ln It 0 M CMD 00 M It M W M(D r 000 M M � dO' 0 dO' 0 M L V It V It V It M It Ln tl' V tl' V tl' V tl' V It V It V It M It V M M M M M M M V tl' V tl' V tl' L) ER EA ER EA ER EA ER EA ER EA ER EA ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0 N'' Z'1 Rr a a w'' vvvvvvvvvvv v v vvvv o'' v vvvvvvv v vvvvvv v vvvvv� 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co co 00 00 00 00 00 00 00 00 00 00 00 00 00 00 0o co co co 00 00 00 L E 7 Z; M O Ln I— O O0 00 CD N N M r M Ln r- 0 '4 N r Ln M O O 00 M CO O CO M V N CD tl' Ln Lo M M 00 O I- CD r- 00 r- CD 00 r O O O N tl' N N N M M N N r I- r r- r r- r r- r r- r r- r I- r I- r I- r I- r 00 co 00 O 00 O 00 O 00 O 00 co 00 co 00 co 00 U O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0000000000000000 O O 0000 N'- E' 7'= Z' E V M N I- Ln Ln O V O M r- O M NN 00 V O Ln N O M CD N CD M r O V0 O (D 00 I- N M V d' V M V d' M d' M M M d' V Lo Co Ln Ln d' Ln LD V) N O N N N O LD O d' N CD Ln LD Ln LD CD M O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O 14- O 'I- O O O O O O O O U O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O 0 0000 co rlN r O Lo N '.'. O O O N O O O 0 00 00 0 O 00000 O 00 0 0 0 0 01- 00 00 O O O O 0 '.'. V 00 O I- O O O O O O O 00 O O 00000 O M O O O O� 0(l) O 00 O M O O O O '.'. M M O CO O O O O O O O N O O 00000 O I- O —000 O (D O O N O O O O CO L6 ER 00 ER Ef) ER Ef) ER Ef3 ER 00 ER Ef3 ER Ef3 ER Ef) ER Ef) CO Ef) CO Ef) ER CO ER I- ER V' ER V' ER Ef3 ER Ef3 m MMMo• M• MM• • M• M• Z'J N '.'. O O O O O O O 0 00 00 0 O 00 00 O O 00 00 00 00 00 00 O O O O 'o '.'. O O O O O O O 0 00 00 0 O 00 00 O O 00 00 00 00 00 00 O O O O M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 N' 7 O V N N Z N Z O O O O O O O 0 00 00 0 O 00 00 O O 00 00 00 00 00 00 O O O O O O O O O O O 0 00 00 0 O 00 00 O O 00 00 00 00 00 00 O O O O O O O O O O O 0 00 00 0 O 00 00 O O 00 00 00 00 00 00 O O O O ER Ef) ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER 0ER 0ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 O O I- M O LO O O I- O O O O O 00 M 00 O O O 1- O M M OO O O O O O O O O O 6) CO O O CO M O O Ln O M It V M O O O 1- O r 0 0 0 00000 In LO O 00 O O CO 67 N N O O N It O O 00 O 00 67 M (D I- O O M O LO I- O O (D O O O M 00 O LO Ef3 61) V M V It O ER Ln tl' 6PIk FR M FR Lo N Ln It M ER 6pT M 6pT 00 M FR N FR M FR 6PIk FR CO d' Ef3 M N M V It N N N N It V It V M tl' V V M ER Ef3 ER Ef) ER ER EA ER ER Ef) ER Ef) ER Ef) 0ER ER ER 69 EA 0 O O M LO O LO O O M 6) O O O N I- N O O O M O 1- r O O M 0 00 O O O O O O O M 67 O O N N I- 00 O O N tl' 00 M Ln M O 00 O O O M V O— It O 00 O M O N 00 — I- O O N d' M O O O Lo Lo O 00 0 0 M O N O O O O I- M V O— O V O 00 67 69 Fi> O Fi> 69 O It O 6) 00 Ef> O M O Fi> 6pT LO 6p? 6) Ef3 Fi> 6pT Fi> 6pT N M FR CO FR O V 6pT N 6pT M It N r V It N 6pl, FR tl' 63 r N V 6pT V ER ER 0ER 0ER ER 6C3 ER 6C3 6C3 ER ER ER ER � M M ON N '- 000 E M M V M V M Z; M ..MMMMMV • • • N'' Z'1 00 O 00 N'- E';' R'r' ZP C; NY a a w''v v v v v v c � r D co W co W co W L E 7 Z; N co 00 O 00 O 00 L E 7 Z; M O M co '< (D M O O O O O O U o 0 0 0 0 0 O 0 00 00 0 O 00 00 O O 00 00 00 00 00 00 O O O O N N V N O CO CO tl' N CO O O O CO CO 00 O 00 V tl' N 00 O 00 O M N tl' N O 0 t - Lo I- r M r Ll7 LD I- O O N O N O O O Ln O d' Ln d' CO CO M M CO M CO LO M LO CO N CO CO V CO N O I- d' M d' M LO eT d' ER EA ER EA ER EA ER 0 ER 0 ER 0 ER 0 ER 0 ER EA ER EA ER EA ER EA ER EA ER EA ER EA v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v N N N N M M M M M M M M M tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' Ln Lo co co co co co co co co co co co 00 00 00 00 00 00 00 00 00 co co co co co co co co co co O It N CO M M N r LO O O O O O O O O r- r N V) M M N M LO Ln CO V CO Ln M CO 1- O O O 00 r 00 00 N M O N M N O M N O O O M M co 00 co 00 co 00 O 00 O 00 O 00 O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 O 00000 O 0000000000000 O O O O O CO M r M M CO V It Ln CO I- 00 O O O V CO r- N M O LO O N CO O I- CO I- Lo I- r M M r— d' — N — M V N N N N N N N M N N M Ln M V tl' V I- V I- r r- r r- r Lo I- I- r I- Ln I- r I- r I- r I- r I- r r- M M O000000 0 0 0 0 0O00000 O O O OO0000000000000 O O O O O O O O O O O OOOO co rlN r O 0) 0- 0 O 000 O 0 0000 000000 O 0000000 00 0 O 00000 00 0000 O O 000 O O 00 0 0 0 0 0 0 0 00 tl' O 0 0 0 0 0 0 CD 00 O O 0000 00 tl' 0000 N O 000 O O M O O Lo 0000 Lo N O 0 0 0 0 0 0 Lo 00 O O 0000 M CD 0000 ER EA ER EA ER EA ER ER NER 6p, ER 6p, VMER EA ER EA ER EA ER ER ER 6p, ER 6p, ER 6p, V � ER E) ER E)V N ER EA ER 000ER 0 N Z N '.'. O O N O O 0 00 00 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O 00000 O O O O O 'o '.'. O O O O O 0 00 00 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O 00000 O O O (14 O ". O O N O O 0 00 00 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O 00000 O O O I- O 6) Ef) ER Ef) ER Ef) ER Ef) ER Ef3 ER Ef3 ER of ER of ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER of ER of ER of 00 of N 69 69 Z'' 0 0 0 0 O 0 00 00 00 00 00 O 0 00 00 00 00 0 O 00 00 O O 0 0 00 �.. O 0.0.0. O 0 00 00 00 00 00 O 0 00 00 00 00 0 O 00 00 O O O O 00 7 O V N N Z N Z O O V M O Ln 00 O O r N O 000 O O V O O O O (D CD V O 00 N V Ln O O O 00 r 67 (D O (D M 6) 't 00 O 00 00 r Ln 000 Ln O r r N O N 0 - 67 M O 00 N O 't O O 00 't r 67 Ln O Ln O O N O CD O Ln Ln CD 00 CD O O 00 O O M N O V O N I- O O 67 O O O N M N I- 6p, V I- V I- FtT co V M I- d' V M ER FiT V 61�, V M I- 6p, V 6p, LO r M ER O 67 V It Ef3 FiT (D N N � tl' M Lf) tl- V tl' V M CO V V V tl' V M N V V tl- V tl' M tl' Ln N ER ER Ef3 ER 0f EA ER EA ER Ef3 ER EA ER ER Ef3 ER ER ER EA ER ER 6C3 ER 6C3 ER 0ER 0 O O 00 I- O Ln O O O O M 00 O O 00 O O (D 0 6) O O O V tl' (D O N 00 (D Ln O N O N N O 't t 00 r 0 't - 0 6) N 6) 't O O O CD 00 67 Ln N 000 O (D CD O I- r 67 O Ln O M M 00 EOR M rO N : 0 6) I- O CD 00 O 67 6) 00 M N O O 00 Ln O O M 1— 6) 67 O N O 00 00 060 ERI- '7 ErA 6 ER EA Ef3 EA N Ef3 6p,EN M N14- ER tl69 7 6C3 6C3 ER 6C3 6C3 ER 6C3 6C3 6C3 N O 000 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O 00000 O 0000 N '- (D tl' N N O CD 00 tl' O 00 00 tl' V tl' 00 tl' V CD (D CD 00 N N CD N O O CD 00 O 00 tl' 00 O 00 00 00 00 r It (D 000 (D 000 lM O (D 0 00 dM' LO r- N r- LO I- OO It N M V Lo " co V 607 N r V Ln LO dO' CND M M d' L M tl' V tl' V tl' V tl' V tl' V tl' V co V co V co V tl' V tl' V tl' V tl' V tl' V Ln V tl' V tl' M tl' V 14- L) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef3 ER 6C3 ER 0ER 0ER 0ER 6C3 ER 6C3 ER 0ER 6C3 ER 6C3 ER 0ER 6C3 ER 6C3 ER 0ER 0 N'' Z'1 Rr a a w''v vvv v vvvvvvvvvvv v vvvvvvvvvv v vvvvv v vvvv w° LO LOLOLO LO LO(D(D(D(D(D(D(D(D(D(D (D(D(D(D(DI-r—I-r—I-r— r- r -r -r -r-00 00 0000cocc) R.' co cc) cocc) co cc) co cc) co 00 00 00 00 00 00 00 00 00 co cc) co cc) co cc) co cc) co cc) co00000000 00 00000000 L E 7 Z; O N N CD M O O O N M Ln 00 00 6) I- M CO r N O Ln N I- CD Ln CD N M 00 M Ln V CO Ln t Ln CO 06) I- CO CO I- 6) 6) 00 6) 6) 6) 00 00 M M M M M M N N V CO CD It V CO 6) 67 6) 67 6) 67 O O 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) O O O O O O O O O O O O O O O O O r I- r I- r I- co 00 r r- r r- r I- r I- r I- r I- r 00 co 00 00 00 00 00 00 00 00 00 00 00 co 00 co 00 U O 000 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O 00000 O 0000 N'- E' 7'= Z' E ', I- M 6) N (D Ln Ln V N CD (D 6) V (D 00 d' M I- r N M CO V CO CO I- Ln M M I- N M N M M V) (D V) (D CD Ln r CO M I- r M r CO r CO CD (D r r- CD 67 6) 67 O 67 6) I- 6) M M M M M O O O N O O O O O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 N O O O O O O O O O O U 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 0 0 0 0 0 0 O O O O O 0 000 O I— O O O O O O O O O O O O O 0 0 0 0 0 0 0 CD 00000 O 00 O O Ln O O O O 000 O V O O O O O O tl' N 07 V 0 0 O 0 0 0 O 000— 00 0 O O O O CD O LD O 000 M 000 O O OOOOOOMO O(l) M O O O 000 O O O N 00 O O O O O 00 0 0 0 0 0 0 ER EA ER EA M EA ER EA ER EA ER V' (D co (D M ER EA Lf) EA ER O ER EA ER M ER 6f3 Lf) Ef3 ER 6f3 ER Lo ER M V EA ER EA N tl' V N V tl' V co tl' V tl' N N ER Ef3 ER Ef) ER Ef) ER Ef) Ef) ER Ef) Ef) ER N Z N '.'. 000 O 0000000000000 O 0000000000000 O O O M O O O O O 'o '.'. 000 O 0000000000000 O 0000000000000 O O O I— O O O O O '.'. 000 O 0000000000000 O 0000000000000 O O O V 0 0 0 0 0 �',', ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA I� Ff3 ER of ER Ef) 000 0.... 00 00 00 00 00 00 0 O 00 00 00 00 00 00 O 0 00 00 00 00 0.0.0. O 00 00 00 00 00 00 O O 00 00 00 00 00 00 O O 00 00 00 00 7 O V N N Z N Z M 00 O O 00 00 O 0 I- N 00000 O N O O Ln 1- 00 LD 000 M O N r O N O 00 00 It O It V 00 O O It 00 O O It N O O O O O N N O 00 1-0 N r 0 0 0 Ln 00 0 O -0 M 0 0 CD Ln 07 N 00 O O 0 0 O r LD r 00000 M O It I t r CO 000 O N Ln CO 0 O N 00 0 N 0 ER 0 ERN 0 ER 0 Ln M ER FtT 6p,FtT 6p,0 N N ER I- V tl' � M 0 ER O M FtT Ln V M V 6p, V 6p, 69 M O (D CO VItM V It V N It M V V 14-14-14-V M V N M ER EA EA 6C, ER ER 6C, ER ER 6C, 0f 69 EA ER 0f ER ER 0f 0f 69 EA ER ER 6C3 ER 6C3 I- O O O M N N O V M 00 0 0 0 00 0 00 O O Ln M N LD O It O H O 00 M O 00 O Ln O Ln CD O (D M O O t D) M- t O 1- M O O 07 00 N Ln O O 00 07 Ln N 00 't t t O M Ln O N O r Ln O r- O CD I -Ln r Lo Lo 00 0 07 Ln N O O O O 00 O D7 0 0'7 Ln 00 r Ln N r D7 O r 0 O I- O 00 O N (D O 00 ER Lo M tl' 0) EA O LD ER EA ER EA ER M ER EA 6p, ER 6p,ER EA ER Ll7 EA Ll7 EA ER LD 0) 6p, ER M O O (D ER N V N It N 61) N N ER FtT N �T N N N N 6p,ER 6p,ER ER Ef3 Ef) ER ER ER Ef) Ef) ER Ef) ER N O O O O 0000000000000 O 0000000000000 O 00000000 N '- 00 O O tl' V 00 O tl' O N 0 tl' N 00 V O V 00 0 00 0 O 00 tl' 00 CD V O 0 tl' N O V CD V 0 0 tl' V CD Lo N It M M M M r LQ r C04 V dM' C09 CD CMD M I— M OO [- V LQ N It V M V d' 0 CMD � 000 V Lo r- CD V It LO L '..'. V It V It V tl' V tl' V tl' V tl' V tl' V It V It V M V It V It V tl' V tl' V tl' V M V tl' M It V It V M L)'..'.. ER 69 ER 69 ER 69 ER Ef3 ER 0ER 0ER Ef) ER Ef) ER 6" ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) N'' Z'1 Rr a a w'.'vvv v vvvvvvvvvvvvv v vvvvvvvvvvvvv v vvvvvvvv co 00 co 00 00 00 0) 67 0) 67 0) 67 0) 0 0 0 0 O 0 0 0 0 0 0------- N N N N N N N N N D co W co W co W co W co W co 00 00 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 L E 7 Z; M 1- O LD N It 0 M 0 I- 0 LD O N(D tl' V M V LD Ln 0 d' O 00 V I- NLD Olt 0 d' '-I- Ln Lo 0 Lo -t 0 00 0 r- 0 00 N O O O O O O r O O V M V M M V LD r CD I- I- r CD Ln LD N< O O O O 00 00 00 00 0 O O r O 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 O O O O 0000000000000 O 0000000000000 O 0 0 0 0 0 0 0 0 N'- E' 7'= Z' E' O It It Lo V Ln O Lo (D V M V) r 00 0 14- 0) 14- O 1- 0) CO I— I- CO 0 0 1- N Co 0 (D O r- O Lo _ 00 M N M N M N I� M O N 0) 00 0 0 CO CO CO N CO CO O N 07 M r V 00 r CO CO CO 0) CO O O O O O O O 14- O O O 14- O O O O O O 0000000000000 O 00000000 14- U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 co rlN r 0 co Rr a a w'.'v vvvv v v v vvvvvvvvvvvvvvv v vvvvvvvvvvvvvvv V t V t V Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln CO CO CO CO CO CO I- r D 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 L E 7 Z; M 00 N CO M I- M r O M O r CO N O O V) 0 O r N M N I- M 0 LD O N 00 CO N M r- (6 tl' M 0 0 0 r O O 0 O N O M O Ln t tl' Lo Lo eT tl' M tl' M tl' M I- r 00 w 00 I- N 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N M N v 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 O O 000 O O O 00000000 00 00 00 O O 00 00 00 00 00 00 00 O N'- E' 7'= Z' E Ln 00 00 Ln I- V M V 00 CO M N N 0 00 O CO O M O LD (D4 I- N O N 0 M tlM LD eT M CO 07 000N O O O O O O O r 0 M O O I- M I- M O M r- r M NVN It It M O OO OOOO O O O OOOOOOOOOOOOOO OOOOOOOOOOOOO O U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O G) LD 0 0 0 O N.... 00 0.... 00 0 O 00 00 00 00 00 O N 00 000 0 00 00 00 0 O 0 O 0 '.'. V O O �P O (D LD O 00 00 O 00 00 00 00 00 O (D 01- 000 M 00 00 00 00 0 It ". I- O 01- O 1- O O 00 r 0 00 00 01- 00 O LO O I- O(l) O O O M 00 00 00 00 0 -1 r- (fT Lo d' ER Lo 0) (fT 64 62) Lo (fT ER ff) ER EA ER M ER EA ER V' ER LD ER r ER 0f 69 V' ER EA ER EA ER EA ER EA ER 63 ER V 0f N tl' ER Ef) ER Ef) Ef) Ef) Ef) Z'J N O 0 00 O 0.... 0 O.... 00 00000000 0 O 0 0 O O 00 0000000000000 'o O O 00 O O O O 00 00000000 0000 O O 00 0000000000000 MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • N' Z'' 0 0 00 0 0.... O 0.... 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 00 O �.. O O 0.0. O O O O 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 00 O M• 0000• M• M• M• 000000000000000 MMM6M6M6M6MMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • 7'= O'= V€ N' z' 00 r M 0... M ..... � 0 0.... 0 0 00 I-.... 0 0 LO 00 ,..0 O 0.... 0 O 1- O O O ..:..0 O V M It O O N r..:..� 0 d' N M (D N O- - O M N O 00 W N M m 00 00 00 0 - 00 O M 00 0- 00 _ M 0 N O LD O LD I- N O O O M LO CO M 0 0 0 LO O O O O 0 0 0 6 0 0 0O O CO I- V CO 0 O M Lo 0 ER V N N V M N In M tl' N M 0 ER FR V N Lo Lo �? 61) �T N 0 ER 0 V N tl' N N tl' M N 0 ER �T M �T 0R V CO 0 0 V Lo M Lo Lo tl' V CO M N V N V 0 �, ER EA ER ER EA ER EA ER EA ER EA ER EA EA ER ER EA ER EA ER EA ER ER EA ER Ef3 ER a' z' N 00 O MLO r 0 00 0 0 0 O x 0 0 0 COO O CO CO O O 00 00 V M M co O O LM tl' r O O O In r-: 0 00 V 0 0 00 O O CO r Or*-: O M V O I- 0 0 O N M 0 M V N O O O 00 N M O N 00 0O 0 r- 0 r- 00 O MLO O 00 M M Ln 0 Ln O M r r O 0m N a E '' Ef3 M ER 6" I� �T ON N 6PT LNO 6? Ln O 0 ER O O CO FR V V �T Lo FR CO N N M N N I- Ln ` FR M FR �T O V d' 0 N ER O N N V V N tl' �T N �T N ER EA EA EA 62 ER ER EA ER ER ER ER z; ER 2 ER ER EA ER zp 2 EA 7'- Z'1 N O 0 0 0 O 0.... 0 O.... 000000000000000 O 000000000000000 N CO O V tl' 0 N N 00 O O 0 O V O N 00 V 0 0 00 O O CO N O tl' O O V (D 0 00 0 O V N V 00 N co co 0 M M It M (D M It V It M O V M M M V d' V dam' LM (D V N V It M I V M M d' V M V M r L '.. M CO V It V It V It V It V Lo eT tl' V tl' M tl' V tl' V It V It V It V It V It V It V tl' V tl' V tl' V L) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) 69 EA 69 EA 69 EA 69 EA ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER EA 69 EA 69 EA ER N'' Z'1 Rr a a w'.'v vvvv v v v vvvvvvvvvvvvvvv v vvvvvvvvvvvvvvv V t V t V Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln CO CO CO CO CO CO I- r D 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 L E 7 Z; M 00 N CO M I- M r O M O r CO N O O V) 0 O r N M N I- M 0 LD O N 00 CO N M r- (6 tl' M 0 0 0 r O O 0 O N O M O Ln t tl' Lo Lo eT tl' M tl' M tl' M I- r 00 w 00 I- N 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N M N v 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 O O 000 O O O 00000000 00 00 00 O O 00 00 00 00 00 00 00 O N'- E' 7'= Z' E Ln 00 00 Ln I- V M V 00 CO M N N 0 00 O CO O M O LD (D4 I- N O N 0 M tlM LD eT M CO 07 000N O O O O O O O r 0 M O O I- M I- M O M r- r M NVN It It M O OO OOOO O O O OOOOOOOOOOOOOO OOOOOOOOOOOOO O U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 N 'r'. N O O O O � O D) 00 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 O O O 000 O O O 0 ':'. CD 00 00 0 0 D) —0 0 0 0 0 0 V O O N O O O 00 00 00 00 0 O O O 000 O O u'f I- 00 00 O O V 0 0) 0 0 0 0 0 Lo O O CO O O O M 00 00 O I- O M O O 000 O O R ' LO ER ff) ER ff) LO Ef) I— D7 V 6f3 ER 6f3 ER 6f3 M ff) ER LO ER ff) ER LO ER ff) ER ff) ER 07 ER co ER 6f3 ER 6f3 ER ff) ER f0. EA 69 69 M• 69 61�1 61�1 zP N O 00000 00 OO 0000 00 00 d' O 00 000000 O O O O O O 00 O O 'o O 00000 00 00 0000 00 00 M O 00 0 0 0 0 0 0 00 O O O O 00 O O O 00000 00 00 0000 00 00 N O 00 0 0 0 0 0 0 00 O O O O 00 O O 6n, ER 6n, ER 6n, ER 6n, ER 6n, ER 6n, ER of ER of ER of ER CO ER 6n, ER 6n, ER 6n, ER 6n, ER 6n, ER Ef3 ER of ER of ER of ER M Ef) z'; 000000000000000000 O O 0 0 0 0 0 O O O O O O O O 000 O O C 000000000000000000 O O 0 0 0 0 0 0 0 0 0 0 O O O 000 O O N '.: M• 00000000000 M• M• M• M• M• M• M• M• M• M• MM• MM• MM• M M• MMMMMMMMMMMMMMMMMM • • • • • • • • • • • 7' O' V' N' z 00 00— 00 r O NO It O N V d' O O It 0) O O 000 0 — OO 00 O V N 0-0 I- O N - O M 00 O O- O O O M O CD O N N M O -00- 0- 00 00 O M - 0-0 - O N O O O M 00 O O O CO O 00 O O 0 N N O M O O Cfl 0 0 0 0 00 O O N O LO M CO O M N E13 0 Cfl Ef> ER N 6pl, CO Ef3 M 6pl, N V I- 6pl, M M CO V tl' M tl' tl' V tl' tl' V M Ef3 M 6pl, FR 0R N 0R 0) Ef> 6pT tl' V V Fi> M V Lo tl' ER M M It V N It 0) 0 Ef) Ef) ER Ef) Ef) 00ER 00ER 0 0ER ER ER ER Ef) Ef) ER Ef) 69 0 O LO z' N N r O O O O O 07 — 00 O CO O 00 Cfl O O CD — O O 0 0 0 0 0 O O O O O O Cfl 00 O 0 O CO O r V O V O N r O N 0 0 V O I— O O r I— O V O (D O M O O N CO O O O (D 't O O CO N (D N M MOMMMMMVMMMMMMMMMVMVMM0MMMMMMr O M CO VCO • • • • • • N ER tl' N V CD V • • • 00 V ER tl' M N V 61n, • V N en EA ER Ef) EA E13 ER ER ER ER Ef) Ef) ER ER ER ER N r'. O 000000000000000000 O 0 0 0 0 0 0 0 0 0 0 O O O 000 O O N N V O 00 O N N O CO O O V tl' 00 CD V tl' O N V CO CD CO 00 O 00 N 00 O O O O N O N 00 O CD R (D r M r 'I- M CO M M V LO 'I- V N V r- M M V LO0 CMD M V M CD M N CO0V M M M V (D M V M CND L tl' V It V It V It V It V It V tl' V tl' V tl' V tl' V tl' V It V It V CO V It V It V It V tl' V tl' V L) ER ER Ef) ER Ef) ER Ef) ER 6" ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER N'- z'r' N E R z C N a a CO''' v vvvvvvvvvvvvvvvvvv v vvvvvvvvvv v v v vvv v v r-I-r-00000000cc) 0cc) ao cc) aocc) rnornornorn o rn o 000 0 0 D 00 O 00 co 00 co 00 co 00 co 00 co 00 co 00 O 00 O 00 O 00 O 00 co 00 co 00 co 00 co 00 co 00 co 00 O 00 O L E 7 z O M N 00 LO N CO 00 It It N r 00 O 1- O LO 00 It 00 CO O CO CD O D) N N 00 D) O 00 LO V CO M N O O 0 0 0 N Ln M V It N M M It LO LO LO It N It 00 00 CD 1- O CO r 00 CD 1- 07 D) 07 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O O O 00 00 00 00 00 00 00 00 O O 00 00 00 00 00 O O O O 00 O O L E 7 zr E It O 0 CD 1- O 0 CO N r M O 0) I- LO 00 N LO CD tl' M CD LO It M N CO 0 CO CD CD V I- O N O CD V r O O 0 0 r M N N N r 0 r N r M r 0) 07 0) 07 M O CD 0 0) I- M M N M M O O O O O O 14- O O O 14- O 14- O O M O O O O 0000000000 O O O ',t O O O O U O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O 0 00 N O O O O O O O O O 000000 00000000 00000000 O O 00000 00 O O O I- O O O O O M M O O O O O 00 0 0 0 0 0 0 0 00 0 00 00 00 O O O O 00 O O lfl 0 0 0 0 0 0 0 0 0 0 CO 00 O O O O O r O 0 0 0 0 0 0 M 0 0 0 0 0 0 0 O O O O Lo O O Ef) ER N ER 69 N 69 ER 69 ER 69 N m ER 69 ER 69 ER w ER 69 ER 69 ER 69 ER m ER 69 ER 69 ER 69 ER 69 N 69 ERN ER6p,E 69 ER ER 69 69 69 ER 69 N Z N ':'. 00000000000000000000 00 00 00 00000000 O 000000 v 'r. 0000000000000000000000000000000000 O 000000 a 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 M• 03 0000003 N4' O O 00 00 OO 00 00 00 00 00 00 00 00 00 00 00 00 00 O O 00 00 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O In M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• • M• M• M• M• M• M• 7 O V N N Z N Z Lo 0 0 0 0 0 0 "t0 0 0 0 0 0 0 0 00 0 Lo In M In 0000 O LO 00 O M LO O M Ll7 00 O 000 M,. O O O O O It O 0001- 0000 N CO O O O Ln Ln O V 't O M V 0 0 0 I) O L00000d00 O N O M N M N 0000 O O O In O O V00 E3 N M FiT �6n m �d- E3 FiT O O E3 E3 FiT I- M M d' I -T CO V 61) 6pl, FiT 6pl, N N 6p, 6pl, 67 O 0 LO ER M N N 61) 6pl, EM tltltl- M N N 14- N 14- V EEM In V tl' EA ER EA EA EM A ER EA ER EA ER EA ER EA ER EA ER ER EA Lo 0 0 0 0 0 0 6 0 0 O N O O O O O Lo In N O M U) O O 00 O LO 00 O I- 67 F O O I- N O I- O O r O O 67 N O V O O O V O N O CO CO 00 CO V 67 O O N It O O O 't V N V 't Lf) 0 67 r Lo M O V M M N M O O M 0 0 0 M 0 0 0 tl' N O N O O O M M M O I- M r M Ln 000 00 O L2 M I� Lo N Lo O FR V 6T M 69 U) FR In 63 M 6 � N 6 LO M r ER 6T I- V tl' �T 00 6) ER 6pT L2 V r V M ER EA ER EA ER EA ER EA ER ER ER ER ER ER ER EA ER ER ER EA ER EA ER EA � Nr'. O O O O O O 00 000000000000 00 00 00 00 00 00 00 O O 00 00 O N 00 O 00 O O V O V tl' N O O M O tl' V O N 00 V O O O N 00 N 00 N tl' O N M tl' V N O N O 00 V CO R M M I V L V It U) It It N M V COO U) d' M M M[- r Lo M M M U) COO r N M[- V M V 607 V N V M L M V tl' V M V tl' V tl' V It V It V M V It V It V It V tl' M tl' V tl' V M V It V M V It V M V It V It L) ?. ER ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) N'- Z'r' a a w'''v v v v v v v v v v v v v v v v M M M D' 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O ---------------- 0 0 It I- O LO MV Lo O O W W CO N M LO CO LO M eP CO V d' N N d' V CO M r V) N �':. N 67 N M N In d' M d' In M LO d' LO 67 w I- 6) Lo 67 w 67 00 w w w 00 I- 67 w d' V M N O O M N ';. tl' V M V tl' V tl- V 4 V 4 V tl- V 4 V tl- V tl- V tl- V tl- V tl' V tl' V tl' V tl' V Lo Lo Lo Lo Lo Lo Lo Lo Lo v':. 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 co 00 co 00 co 00 co 00 co 00 co 00 O O O O O O 00 00 00 00 00 00 00 00 00 00 00 00 00 00 O O 00 00 O EP 7'- Z'r' ELo O V M V Lo Lo M M r V N O N I- Lo I- r- 67 67 w 0 V I- O 00 00 LO CO N V CO O CO N CO I- LO _ S M M N r M N O r N r N N d' M N V N M N V M V N V N M d' N d' N d' LO N LO M M Lo O 0 OOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO O OOO0O O UOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOOO O 000 00 co rlN r O r O LO 0 N '' 00 00 O It 00 O N O O O O O 00 00 O I- (D O 00 00000 000 O N O O O O O 0 '.'. O O 00 V CD 00 O 67 O O N O O 00 00 O 00 Ln O O O 00 00 O O O O O 67 O O O O (D n 7J 0 0 00 M M 00 O CD O O (D O O Lo 00 O 00 O O CD 00 00 O O Lo O 67 O O O O (D R'.'. ER ff) ER ff) V L6 ER ff) ER 00 ER 6f3 M ff) ER 67 ER ff) ER 67 M ff) ER 00 ER 6f3 ER 6f3 V 6f3 ER N ER -t ER ff) ER O V M ER ER EA ER MMER 6M• MMM • Fi> Fi> • Z'J V1000000000 O O O 00 00 067000000 00000000 0 0 0 O O O 0 'o 00 00 00 00 0 O O O O O O O O 67 000000 0000 0000 000 O O O O '.'. 00 00 00 00 0 O O O O O O O O M 000000 0000 0000 000 O O O O ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 6P, ER of ER Lo ER 6n, ER 6n, ER 6n, ER 6n, ER 6n, ER 6n, ER of ER of ER of ER 67 ER ) EA Z'' 000000000 O O O 000000 00 O O O 0 O O 00 O O O 0 O O O O O O O _ O 0 0 0 0 0 0 0 0 O O O O O O 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 000000000• MMM6M6M6M6MMMMMMMMMMMMMM0M0M0M• • • • • • • • • • • • • • • • 7'= O'= V€ N' z' 00 N O M....N r O O 0....00 W 00 — M O 00 I— r- ,..r 00—....LD V CD O 0.:..0 I- 0....r O 00 O N.....00 I- 0... M O M 0 N O M. Ln M. O O CD. 00 O CD Co. CD O M (D 00 I— M O r O r 0 0 0 CD O r O M M O 0 CD O CD O M O _ O Ln (D 00 O O V O N I- (D [— O[— Lo Lo M[— M O 0 O O O Lo O Lo O CD I— [— O 67 O 00 O 00 O Ef3 M M 6pT 61) M M Lo tl' V tl' V tl' N It M N V Lo tl' ER I- V I- M O 0 CD N M Ef3 FR 6pT It 0 M Ef3 It Lo ER M M 0 tl' V M M Lo M M V N It—It tl' N V M It 0 d' M Ef3 0 61n, � 61n, � 61n, � 61n, � 61n, 61n, � � 69 � 69 � 69 � � 61n, 61n,69 69 � 69 61n,69 61n, N a 0 a' Lo z' N V1 0 r- 00 67 O CD O N M Lo M r 0....00 O It 000 M 0....6 O N 0....MMO CD N 00 O M MOLD�0O O 00 Ln O O 00 — M O N Cfl O 00 LD V 0 0 CD I— W N N CD N CD 0 CD 00 O 00 co O Lo N O -t O -t N I- N —0 I- O O M O M 67 O O 0 00 q- (D 6) I- O ^ E'..'. V EA ER EA ER EA ER EA O '.'. V N EA ER 6-T ER 6) O ER N Ll7 EA M Lo 61n, ER O 61n, ER O 00 FR 6-9FR �T N 6-9— V V 6-T N FR N N N 61n, V N 61n, ER LL -'.'. ER ER Ef) Ef) ER ER ER ER 0ER ER N 0 0 0 0 0 0 0 0 0 O O O 00000000000000000000000 O O O O N '- O CD 00 00 V 00 Cfl tl' O CD N 00 N N N 00 00 00 N tl' (D tl' Cfl O 00 N V N O O V 00 V 00 N N V CD Cfl 14- V N V M M M (D M M M M M M W N CD O CMD CMD CSD 0 00 M M V dam' V Lo(D M M M M It M CCD MD V It V tl' V tl' V tl' V tl' V It V It V It V It V It V M V M V tl' V tl' V tl' V It V It V It V It V L)'..'.. ER Ef) ER Ef) ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER N'' Z'1 Rr a a w o'.vvvvvvvvv v v v vvvvvvvvvvvvvvvvvvvvvvv v v v v M M M M V tlt V t V zt V zt V zt Q L\ LQ Q Q L\ LQ Q Q L\ LQ Q Q L\ LQ Q Q Q Q D 0 67 0 67 0 67 0 67 0 67 0) 67 0) 67 0) 67 0) 67 0) 67 0 67 0 67 0 67 0 67 0 67 0 67 0 67 0 67 0 67 0 L E 7 Z; O O 0 67 M (D 00 d' V r- Ln Lo (D r CO V M 0 N CO O M M (D 0 67 V r- CD V N CO I- r d' LD IO LD LO 0 00 0 O 6) 67 O 00 N N (D N N N M M M N N M Gl i 00 00 00 00 00 00 00 00 co co co CO co co co CO co co Cfl 00 00 00 00 00 00 00 00 00 Cfl CO Cfl CO Cfl CO Cfl CO Cfl CO Cfl 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 �j 0 0 00 00 00 0 O O O 00 00 00 00 00 00 00 00 00 00 00 O O O O O V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V E' 0 N M r (D O 0 d' Ln 00 Ln N 0 d' CD r- M V0 M I- VN N 00 O LD M CD 6) I- CD M Ln _ V) LD O LD V) LD CD (D V) LD CD (D Ln (D CD Ln CD (D -0 r 00 (D,4- (0 00 r r- r r- r r- r r- Co I- CO CO CO 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O 00 O O ON 000000 00000 O O O O 0 0 0 0 0 0 0 0 0 O O 000 D O O 00 O O O O 000000 00000 O O (D O 0000 00 0000 O O tl' 00 00 O O O O O O O Ln O O O O O r 00000 Lo Lo N O 0 0 0 0 0 0 0 0 0 O O M 00 -1 Ef) ER Ef) ER 6n3 ER 6n3 I -T 6n3 ER 0ER 0 V 0f ER 0f ER EA O � V ER ER EA Ef3 EA NN EA Ef3 6p,ER 6p,ER (D ER 0f Nt ER ER ER Ef) ER ER Ef) N Z N ':'. 00000 O OOOOOOOOOOONO O O O O 0 0 0 0 0 0 0 0 0 O 0000 'o 'r. 00000 O 00000000 00 O N O O O O O 0 0 0 0 0 0 0 0 0 O 000 O w 00000• M• 00000000• M• M• M• OMMMMMMMMMMMMMMM000• M • • • • • • • • • 69 Z'; 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O 0.... 0 0 0 0 0 0 O 0 O 0 0 0 0 0 O O O O O O O O O O O O O O O O O N O O O O O 0 0 0 0 0 0 0 0 0 O O O O O N M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• r M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• 7' O' V' N' N'= Z' N Z 0 LO 00 I- O r LD O N 00O O It M O M 0 O O O 0 r O O O 14- O O O 0 0 0 r O I- Co Lo O Lo It O r V tl' N M O O Cfl It 0 r O O O 1- M 0 0 0 0 r 0 00 O O 000- 1- OOr I- OM O O O CD V 0 M O O r 00 N d' O O O I- Ln 00 O O O d' O LD O O 0 O O N d' V O V 0 0) d' Ef3 d- M N N d' Ef3 d' Ln CO Ln CO Ef3 61) 6pT It V r ER FR 6pT Lo O M ER FR I- 63 ER It tl' V tl- V tl- N tl' V '4 V N EA ER EA ERRAEA EV A) ER EA ER EM ER EA 0ER 6p, 0Rtl ER Ef) LO N M O M LD 0 00 O N O O O CD V 0 0) O O O M 0) O O O CO O 0 O O O O 0 I� 0 0 N CD V 0 V N O) M LO r 0 I- - 0 0) O O O O 00 Lo Co V 0 0 CD 0 0 CO CD 0 0 V 0 OM O CO I- 0) V I- 00 00 V CO O 0 N O r LO O O O O O CD I- M O r 0) 0 O CO V O M 00 FtT N Ln N) 6) 0 ER 6) O 0 ER 6) 6) 6T N 6T FR 6T FR CDT Ln 6" M 6) Ln CD 6) (fl D) 6p,FiT FtT N FtT FiT N FiT FtT FiT FtT V tl' �3 N M tl' ER V r Ef) ER ER Ef) ER Ef) ER ER Ef) ER Ef) 000000 O 0000000000000 O O O O 0 0 0 0 0 0 0 0 0 O 0000 N 00 Cfl 00 0 CD O tl' V tl' V 00 00 tl' O 00 00 tl' O N O O (D CD N 00 V O 0 00 O 00 0 CD O tl' V N R M V N LM � M Lo M dM' V M N M M d0' M COO Or CO0O � V co M N M M N M N Lo 0 CMD N CMD CMD d0' L It V It V It V It M It V tl' V tl' V tl' V M M M Lo tl' V tl' V tl' V tl' V tl' V tl' M tl' V tl' V tl' L) ?. ER ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0 N'- Z'r' a a" a w o'v v v v v v v v v v v v v v v v v v v v R';100000 C CCCCCCCCCC0o0o00 00 L Z O Ln N O d' 00 CD M N N V LD O LO CO M 0) Ln Lo 0 Lo 00 r- 00 r- 0) 0 r I- 0 00 0 0 M M N N 'r. CO CD CO CD CO CD CO CD CO CD CO CD CO CD CO CD CO r I- r 'o 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00000 O 0000000000000 O v v v v v v v v v v v v v v v v v 0 0 0 0 0 0 0 rn 0 rn 0 rn 0 rn 0 0 0 I- V I- N M N CO CO M 0 V Lo 00 r- M 0 M N O It V M Lo Lo Lo Lo Lo Lo 0 r - CO Io co x 00 00 00 00 00 00 00 00 00 r co r co 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 O O O 0 0 0 0 0 0 0 0 0 O 0000 It - V - V- V- V- V- V - V- V- E0 r tl' O 00 00 Lo O 00 1- M CO N d' 0) O 0) M 00 I- 0) d' Lo CO 00 Lo d' CD 1- O N r M O 00 00 00 0) 00 Lo 0 O 0 0) 0 0) 0 0) 0 0) Lo V Lo Lo Lo Ln Lo Ln Lo V CO CD CO CD CO CD CO r CO r 00 O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O U O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 000 0 co rlN r 0 m O Lo 0 0 000 0 0 0000 0 O O O 00000000000(6 0 00000000000 O (D 00 O 0 0000 0 O O O 00000000000(D O 0 00VOOO VOOO rn O N 00 O M O O O M O O O O 0 0 0 0 0 0 0 0 0 0 0 67 O M 0 0 6) 0 0 0 Ln 0 0 0 ER ItER EA Ef3 [-ER 6p, ER LDER 6p, ER 6p, ER EA Ef3 EA Ef3 EA ER ER EA Ef3 O ER coER 6p, I- 6p, ER 6p, - 0ER EA M EA EA EA ER EA EA ER ER N Z N '.'. O 000 O 0 0 0 0 0 0 O O O 000000000000 O 0 0 0 0 0 0 0 0 0 0 0 'o '.'. O 000 O 0 0 0 0 0 0 O O O 000000 00 00 00 O 0 00 0 0 0 0 0 0 0 0 N' 0 0 00 O 0 00 00 0 O O O 00 00 00 00 00 00 O 0 00 00 00 00 00 C.. O O 00 O 0 00 00 0 O O O 00 00 00 00 00 00 O 0 00 00 00 00 00 7 O V N N Z N Z O 00 CD O 0 It O 00 O 00 O V 0 0 O M 00 CD O 67 00 Ln O O 00 I- 0000 (D O O 00 Lr) O 0 0 0 00 O O M CD O 00 6) 00 I- 't 00 1- 00 N O M 00 O 0000 r O O 00 I- O O Ln 00 O 00 O O O 00 M O LD M I- O 00 OO O Ln O M 00 CD O CD O O O O Ef3 FR 6PIk 00 6PIk FR M M 6) 6p, 6PIk FR M FR I- M ER 00 M tl' O LD CD Ln ER 61) (14 61) V 67 Ef3 tl' O co 6pl, 67 Ln 63 tl' V N V V tl' V N M V N V M N V 6p,ER Ef3 ER ER ER Ef) EA ER Ef) ER Ef) 69 EA ER 69 EA Ef) ER EA EA ER O O O O O O CD O O O O N O CD O O 67 I- N d' O O d' Ln O O O O M O O 00 '-T 0 CD O V 0) V O O 67 CD O N 00 V N V O V r CD I- O Lf) eP 0 0 Lf) I- 0- CD V M O 00 O 't V O CD O O Ln O O M 00 O V 00 N 0 67 00 N M N M CD O I- O M O O O N O 67 N O V 61) CD O Ln 613 ER O CD 61) V d' Ef3 M FiT In LD 6pl, O 6pl, O 6pl, O V 6pl, 61) 6) It r O Ln N 6pT CO67 V M V N N V tl' tl' ER V N N N V r ER N N N N N ER M ER ER ER EA ER ER EA EA ER EA EA EA EA ER 6p EA ER EA ER EA EA EA N O 000 O 0 0 0 0 0 0 O O O 000000000000 O 0 0 0 0 0 0 0 0 0 0 0 N '- CD CD V CD V O N O CD O N 00 CD N 00 CD V O CD CD 00 O N 00 O N O O V CD 00 tl' O 00 V tl' N O V It COD 000 LO I V dam' LO co V d' M M 00 COD Ln Lo V � lM M(D L V 00 M M M OM LO dr' V Lo In Lo r 607 L V tl' M tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V M V tl' V tl' M tl' V co In tl' V co U ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 6C3 ER 0 N'' Z'1 Rr a a w'.'v vvv v vvvvvv v v v vvvvvvvvvvvv v vvvvvvvvvvv w" O O O O O 0 0 0 0 0 0 O O O O r r N N N N N N N N N N N M M M M M L Z; Io d' In M M N O 67 V m M Ln d' 6) 00 M M 0 N In M M 00 Ln O M ID O 67 V CT Ln O 67 O N Co CD 00 00 I- r- 00 00 I- 67 N 67 I- 67 I- O O M O N V CD CD 00 00 M M M In Ln 00 00 00 O N N r co r co r co r co 00 00 N 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 00 67 00 00 6) 67 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 0 00 U O 000 O 0 0 0 0 0 0 O O O 000000000000 O 0 0 0 0 0 0 0 0 0 0 0 N'- E' 7'= Z' E V 00 OO 00 I- N M LD 6) It M M 6) CD V LD I- M N M r M r 00 N M 6) OLD eP N r - (D NOD M I- r 00 V CD I- I- r I- (D I- M I- r LD 00 00 00 00 00 00 6) M O 00 6) M 00 67 6) 67 6) O O I- M 67 .�', M M M M 6) CD CD CD CD CD CD CD M CD CD N CD CD CD CD CD CD CD CD 6) CD CD CD CD CD CD CD CD I- r I- M M U O 000 O OO000000 0 0 0 0 0OO000000000000 O O O O O O O O O O OO000 0 0 0 0 0 0 0 0 0 0 co rlN r O O Lo 0 G)'=-'= 00 00 00 00 0 0 0 O 0 0 0 0 00 O O 00 O 0 0 0 0 0 0 0 0 0 O 0000 0 O 0 '.'. 00 00 0 00 00 0 00 N O 0 0 0 0 00 O O O CD O O O �P V 0 0 0 0 0 O 00 I- � 00 O O '.'.O O (D O O O Lo O O 0 0 0 0 00 O O O d' O O O 0) 0 0 0 0 0 0 O I- 07 O N R'.'. ER ff) Cfl (fT ER O ER C4 ER (4 Cfl ER ER 6f3 ER ff) ER ff) ER ff) 64 M ER ff) ER LO LO Ef3 ER 6f3 ER 6f3 ER C4 - CO (D ER M LO tl' tl' M tl' tl' V tl' N tl' V ER Ef3 Ef3 Ef3 69 EA Ef) ER Ef) ER Ef) ER Z'J V1 00 0000 00 00 O 0.... 000000 O O 00 O O 00 0 O 00 00 O O 00 0 0.... 'o 00 0 0 0 0 00 00 0 O 0 0 0 0 0 0 O O 00 O 0 00 00 00 00 O O 00 O O MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • • N' Z'' 0 0 0 0 0 0 0 0 O 0 O 0.... 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 O 0 0 0 O 0.... _ O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 O O 000 O N 00000000000• M• 000000 MM• MM• M M• MMMMMMMMMMMMMMMMMMM• • • • • • • • • • 7'= O'= V€ N' z' 00 N LO Lo O O O Or 0 00 M O O O 0) 0 x 0 0 0 I� LO O O LO 0 00 0 M N w' -. 0 0 0 0 V O O 0 O CO 00 N O O 0 0) 0 N M N O O CD M O CO LO O 00 O r r O N O O (D O Lo OO O O (D Lo 00 r O O O (D O M Lo N O O Lo M CD O O O 00 O O '.'. M 1- ER O M 61n,M 61n,V 613, 69 N tl' V V Fi> (fl M 0) O V 613, V It M 6P,, 61) LO 61) N M V LO M 61) 6P,, d' LO d' Ef3 CD N V tl' N tl' tl' V V 6PT 6P,, 0R 69 07 tl' 0 ER EA EA ER ER ER ER EA ER EA ER ER ER EA ER EA 69 EA EA 69LO EA a 0 a' LO z' N V! O O O O 0) O LO 00 0.... O O O O P- O O O- 0 0) O 0 00 CO 0 Lo O O LO 0 0 00 MLo r O O V 0 0 0 0) 0.0 00 0- 00 00 I- It Cfl CD (fl O LO 00 O 00 LO O 00 00 N V O I- 00 00 N N -t O M N O D) O D) 00 Lo O O r M (D 00 0) O V 00 O 00 O I- Lo r- -t r O r 00 a EEf3 CO M 6p, 6p" FR 6pT 0R 6T '.'. N �T N N CD tl' 69 61) I- 1- 0) d' N N 6pl, tl' V V CO O 6T tl' N61) O O 6pT 61) 6pT O FR M FR N V 6p, FR 0R 69 N �T ER 6p, ER EA ER EA EA ER EA ER ER Ef) ER ER ER 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 000 O 0 0 0 0 0 0 0 0 0 O 0000 O N '- O CD 00 O V O N O V CO N CO Cfl O 00 CO O tl' Cfl CD Cfl CD 00 N N tl' V N N N 00 O O CO V tl' 00 O r CO CMD M M O V M LO CD (D M O� (D CD V dM' V CO CMD M M M M LOO LOO M O M M M V CD M M (D r L '..'. V tl' M It M Lo V It V It M It V tl' V tl' V tl' V tl' V tl' LO It V It V It V It V It V It V d' V Lo L)'..'.. ER Ef3 ER Ef) ER 6" ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) N'' Z'1 Rr a a w''vvvvvvvvvvv v vvvvvv v vvv v vvvvvvvvv v vvvv v -t V -t Lo Lo Lo Lo Lo Lo Ln Lo Ln Lo Ln (D CO (D CO (D D 0) 05 0) 05 0) 05 0) 05 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) m 0) m 0) m 0) m 0) 05 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) L E 7 ZN 0 tl' V M CO M N N LO O O 1- N It O LO O CO V O O I- M CO Ln r CO CO O 1- LO M CD 00 '- N O 00 N O N O N CO O O O O M M M V M V It I- CO r LO CD CO r CO 00 t- r O O O N = 0) O 0 O 0 O 0 07 0 07 0) 00 0) 07 00 07 0) O 0) O 0) O 0) O 0) O 0) 07 0) 07 0) 07 O O O O O 07 ;a 00 00 0 00 0 00 0 00 0 00 0 00 00 00 00 00 00 00 00 00 00 00 0 00 0 00 0 00 0 00 0 00 0 O O O 0) 00 �j 0 0 00 00 00 00 0 O 00 00 00 O O 00 O 0 00 00 00 00 O O 00 O O EV CO O M M I- CO 0 0 0 O LO r 0) 00 V CO I- M LO N N CO O M CO V O M O O N _ O O O CO O r O M O r 0 LO O r O M 0) O 0) O 0) r CD O N O O O O O O d' O LO LO O LO LO O O O ON 0 0 0 0 0 0 0 CO 0 0 0 0 0 0 O O O O N 000000000 O O O O CO CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 G)'=-'= 00 O O O O 000000 00 00 00 000 O 000000 0-00 00 O O 00 O 0 '.'. 00 C6 O O O 000000 00 00 N 00 000 00 000000 O O N O 00 O O C6 O -1 '.'. 00 O O O O 0 0 0 0 0 0 00 00 O 67 M N O O O O O 67 O 00 N O 00 O O V O N ER ff) Lo (fT ER ff) ER 6f3 ER 6f3 ER ff) ER ff) ER ff) 00 (6 ER -t M 00 ER 6f3 ER 6f3 ER V' ER 00 M ff) ER ff) ER ff) M ff) R.. MM• M• M MM M• M• M• • Z'J V1 00 0 0.... O 0 00 00 0 00 0000 00 0 O 0 0 00 00 00 0 O 0000 O O 00 'o 00 O O O O 00 00 O LD 0 0 0 0 00 00 0 O 00 00 00 00 0000 O O 00 '.'. 00 O O O O 00 00 O 00 0 0 0 0 00 00 0 O 00 00 00 00 0000 O O 00 ER Ef) ER Ef) ER EA ER EA ER EA ER 00 ER Ef3 ER 0ER 0ER EA ER EA ER EA ER EA ER EA ER EA ER 0ER 0 ER 0ER 0 61> Z'' 000 0.... O 000000000000000 0 O 0 0 0 0 0 0 0 O O O O O O 000 _ 0.0.0. O O 000000000000000 O O O O O O O O O O O O 00 O 000 N 000• M• M• M• 00000000000000 M• M• M• M• M• M• MM• MM• MM• MMMMMMMMMMMMMMMMMMM• • • • • • • • • • 7'= O'= V€ N' z' 00 I' - r00 ...0 U) 0 ..... LD O W O .. O (D O O 0 .:..00 O 0 .... O 0 ..:..0 0 ... It M O W M O .. 0 rOOOrOOOn-N-MOO6OM tl' M� 00 O M . O-OO-0nOO 0 CO O O O I- N O O d' O -t N d' 0 0 0 0 0 0 0 O 0 0 I- 00 C6 O O d' O CO O O C6 M O 1- 6) N Ef3 N 67 V N d' M O 6T 0 M N N V M In 67 Ef3 61) Lo 613 ER V tl' V Lo eP tl' V V 61) V d' V 67 V 6T �T tl' Ef3 (6 69 d' N tl' M V M tl' tl' M V tl' 69 1- tl' tl' 0 ER Ef) Ef) ER Ef) ER ER Ef) ER 0ER 0ER 0ER ER 0ER Ef) ER Ef) Ef) Ef) ER Ef) Ef) a 0 a' Lo z' N V1 0 67 0 0 LO O N 0 O 67 0 67 0 67 V O 00 N 00 O - M r O N 0 0 0 O M 0 CO 00 O O V M O CO N O V 0 0 M C6 r- M V 0 0 0 0 00 O N CO I- O M O N CO O M O CO N O O 00 M M• ON L O 0M0LOMMMNLDMMMMMM0OMMM00 M• M• O 0) M• MMMM0 N N N 6 61) 6 • • • • • • • 6pl, 00 N 6pl, N 6pl, • • d' • • N 6pl, N 6pl, V �> M • • Fi> ER Ef) Ef) ER Ef) ER Ef) ER Ef) ER ER N O O O O O O 000000000000000 O 000000000000 O 000 N '- V N C6 00 V 00 O O O tl' 00 O O tl' N O N 00 00 O O 00 00 C6 O tl' O O N 00 N 00 O C6 00 tl' M M V M 0 It V 'I- Lo M 607 V dM' N 'I- Lo V dM' r d0' 00 C6 C6 d0' M ONO LM LD V 'I- LO d0' M d' M r- Or OD V dM' M LD L '..'. V It V It V tl' V 00 V tl' V tl' V tl' V tl' M tl' V tl' V M V tl' V tl' V tl' V tl' V tl' M tl' V tl' V 14- L) 'L)'.'.ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0 N'' Z'1 Rr a a w'.'vvv v v v vvvvvvvvvvvvvvv v vvvvvvvvvvvv v vvv '.'. CO (D CO (D r- I- r r- r r- r r- 0 00 0 00 0 W 0 W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L Z; In N 0 67 M m 0 6) I- N CO N O M Ln N 0 0 CO M 67 00 N M O M M 0 0 6) ID N d' 0 N M 0 0 M N N 0 0 0 00 00 00 0 00 0 O O 0 0 r O N N N N O 0 O In - In It - N '< 6) O 6) O O O 00 O O 00 O O 00 00 O O O O O O 000 O O O 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 O O 00 V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' N'- E' 7'= Z' E 0CO 0 d' 0 N 0 0 1- 0 00 M r r N 00 tl' 00 In I- N M LD C6 M 0 I- It d' M M N _ t Lo et Lo M tl' N It M N V N N r r N LD - LD M N M M M M O M N N M M C6 CO C6 CO �'= OOr0 CO co co OOOOOOOOOOOOOOO O O O O O O O O O O O O O O O O U O O O O 0 0 00 00 00 00 00 00 00 0 0 00 00 00 00 00 00 0 0 00 0 Gl'=-'= 00 00 00 00 00 00 0000 00 O O O O 00 O O O O O O O V 0 0 0 0 00 0 CD O 0 '.'. O V 00 00 00 00 O N 000 O 00 O O O O 00 O O O 00 00 O 00 O O 00 O 00 N 7J 0 O O O O O O O O N O O O O 00 O O O 00 O O O 00 00 1- O 00 O O(l) or- N R'.'. ER V ER CD ER ff) ER ff) ER ff) ER M ER 64 ER ff) ER ff) ER ff) ER V ER ff) ER ff) ER 64 ER 64 ER 67 ER 64 ER ff) 64 M ER 00 R.. 0 0 6p, 0� 0� Z'J V1 0 0 00 0 0 0 0 0 0 0 0 0000000 0.... O 0 0 0 0 0 00000000000000 v 0000000000000000000 O O O 000 O 00000000000000 M• M• M• M• M• M• M• M• M• M• M• M• MMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • N' Z'' 0 0 00 00 00 00 00 00 00 00 O 0.... O 0 00 0 0 00 00 00 00 00 00 00 O O 99 99 99 99 99 99 00 00 O O O O 00 O O 00 00 00 00 00 00 00 N 0000000000000000000• M• M• M• 000• M• 00000000000000• CL 7'= O'= V€ N' z' 00 rl- N O 0....0 00 O N....M M' Pt 00 ...O LD N....M LO 0 1- 0.... W 0.... M 1-.:..0 Mr LO.....V V LO O 1- M N w' O O O 99 O N 67 N O 99 V V- r- O V O V O N N 6) - V r O r N- V CD O -0 O- V r O O M O O O r Lo N O O O M N (D Lo O O O O 0 O 1- M O V O Lo O M V 1- O N co O M V 69 Fi> M Fi> 69 Fi> M M M V ER 61) M 1- M 00 V 61) Cfl V N V V M V V V N V V ER N V 61) V CO Lo M M N V N M V ER M N 00 M CD V 1- M 61> M I- V V V V M V M V V V M M 0 ER ER Ef) ER Ef) ER Ef) ER Ef) ER ER ER ER 0ER 0 ER 00ER 0ER Ef) ER Ef) ER ER Ef) I - a 0 a' Lo z' N N O 0....0 O O O 0....1- - CD...0 O 0 LD 00....1- LO 0 M 0.... N 0.... 1- CO r 0 V 0...67 0 0 0 LD (D LD Cfl O M 0 0 0 0 0 0 M CD 1- I- 0 O O r N CO N V LO O M O 1- I- CO O O O V O Lo M 0 1- r r 0 0 0 I� '.'. M M• M• M• r M M• O M• M• M M• M• M• Lo O M N M M• M• M O O M M• N M• M• Lo M• M• M• M• M• M CO '.'. M V V N V �T FiT N V ER Ln ER N FiT M FiT FiT �T ER 0f Ef) ER ER Ef) Ef) EA 69 EA ER N O O O O O O O O O O O O O O O O O O O O O O 000 O 00000000000000 N '- O V 0 O O O M CD O 00 0 N V CD 00 O V V O O 00 O O O 00 00 V 00 V N 00 N V V 00 CD O 00 00 O M M dr' V CD r M V 'I- V 'I- M M M M V O V CMD r r M V V M (D M V M r dV' N 607 V r V 000 V M N V L '..'. M V V V V V V V V V V V M V V Lo V V V Ln V V V V V V V V M V V V V M V V V V V V U '..'.. ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER Ef) ER Ef) ER 6C3 ER 6c3 ER 6c3 ER 6c3 ER 0ER 0ER 0ER 0ER 0ER 6C3 ER 6C3 Z'1 Rr a a w'.'vVVVVVVVVVVVVVVVVVv V v V vVv V vVVVVVVVVVVVVV 0 0 0 0 0 0 0 0 0 0 L Z; 0 O 00 N CD 6) O Ln 0 CD 6) 67 (D V M N Ln O N Ln 6) M M CO V Ln O 00 LO V M N M V 6) CD �'- Ln V Ln M V M CD V M I� 0 CD 0 67 6) 00 M 00 6) I� N N 67 O 6) M M M N N N [- - NN N N N N N N N N N N N N N N N O O 00 00 00 00 00 00 00 00 O O O O 00 O O 00 00 00 00 00 00 00 V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V V 14- E E 7 Z; E O Lo r r- V V Lo Lo M 0 M N V Lo Lo M r CD O N V LO V M O CD 1- 0 CO V N N 1- 0 V 00 CO LO M _ M r Ln CO M r Ln CO � Lo 0 M 0 M V V V V CO N 0 V 1- I- r M 0 M 1- CO 0 O 1- O O O O CO 00 00 0000000000000000000 O O co O O O O O O O O O O O O O O O O O co U 0000000000000000000 0 0 0 0 0 0 0 00000000000000 0 O O O O O O O CD O O O O O O Ln O O O O O 000000 00 O O 0 0 0 0 0 0 0 0 0 O O O O O O O O tl' O O O O O O O O O O O O N 00000 N O 00 O N O O CD O O O tl' O M O O O O O O O CD O 0 0 0 0 0 0 0 0 0 0 0 Lo 00000 Ln O O Ln 00 N 0001- O N ER EA ER EA ER EA ER co ER 6f3 ER 0ER 0 O 0ER EA ER EA (D ER ER EA ER EA 00 EA (D ER 00 EA ER V' ER 6f3 ER V- ER ER � � � � 6p, 6p, N Z N '.'. 000 O 0000 O 0000000000000000000 O O 0 0 0 0 0 0 0 0 0 'o '.'. 00 O O 00 00 O O 000000000000000000 O O 0 0 0 0 0 0 IT 0 0 � � 69 O 0 O 0 00 00 O 0 00 00 00 00 00 00 00 00 00 O O 0 0 0 0 0 0 0 0 0 Z_ 0 O O O 00 00 O O 00 00 00 00 00 00 00 00 00 O O 0 0 0 0 0 0 0 0 0 7 O V N N Z N Z O 00 (D 00 M 0 0 0 Ln O 67 O O O 00 O O O It 00 r 67 V CD 00 O O O M V 0 6) CD V O I- 6) 00 I- M (14 N N O Ln O M r 0 00 O M O 00 6) N 00 N M-. 67 00 O CD O 00 (D O r 1- M O Ln O O Ln CD I- N O O O 00 Ln O 67 Ln CD O 67 I- 67 00 V 00 N CD 00 O O Ln V O I- Ln N O M V M Cfl d' V (D M E 6) E3 00 FtT L7 V Ef3 L7 Lf) M ER 6p, V O EFiFt(D EM M FiV6) EfV V14-M14-Mtl'VR M N tlM 't M VNNm 14- 14-V Ln V ER EA ER EA ER EA ER EERE1)EAER00E9 0 ER EA ER EA EA EA ER ER EA ER ER O N V N I- O It Ln O O O O Ln N O O O CD O O M (D d' O O O O O 1- (D O It (D O M Ln (D CD I- O r M V CD O CD 00 O M CD N O M r 0 00 M tl' N CD O 't O 't O 1- r O 0 't t O N 00 Ln O r O N r N 67 M O Ln O N O 00 O N O O M O r I- Ln O M O 00 O N 00 O O N 00 O O 61) O 6) 61) FiT V Ln r O N ER V O 6p, 6p" M Ln 67 Ef3 CD Ef3 61) 6p, 61) 6p, 61) 61) 61) Ef3 EA Ef3 ER N M ER N V EA EA V EA tl' ER N N Ef3 tl' ER ER ER ER ER Ef) Ef) ER ER ER Ef) Ef) ER Ef) N O O O O 0000 O 0000000000000000000 O O 0 0 0 0 0 0 0 0 0 N '- O tl' V O O N O 00 O CD (D 00 00 00 V O N 00 N tl' N 00 (D 00 V CD N tl' 00 O N CD V CD (D N V tl' 00 (D M r M V(D V M M O CND dam' N O V M 00 O C09 M O M LO O LO dN' N CMD (D r- N M V dN' t0 d0' Lf) dr' lM L '..'. V It V tl' V tl' V tl' V M V It V It V It V It V It M tl' V tl' V tl' M tl' V tl' M L)'..'.. ER 69 ER Ef3 ER Ef3 ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER N'' Z'1 Rr a a w''vvv v vvvv v vvvvvvvvvvvvvvvvvvv v V -t V Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln CO CO CO CO CO (D CO (D CO D O D O O O O O O O O O O O O O O O O O O O O O O O O O O 6) L E 7 Z; O N O CO CO O M CO (D M tl' 00 6) 00 67 O In [- O V Ln CD CO V It 6) �'- V (D co 0 Lo 00 0 1 0 O 6) 00 O 67 6) O 67 00 00 M d' Ln Lo N V N Ln N< N N N N N N N N N M N N M N N M M N N N M M M M M M M M M V O O O O 00 00 O O 00 00 00 00 00 00 00 00 00 O v v v v v v v v v v N N N N N N N N N N 67 r O 0 O CO 607 r 000 M O 000000000 E ' O I- V 67 00 V CO 00 00 N O N CD Ln 6) N O I- M Ln M 00 CO N I- CD [- Ln Ln 00 d' O CO 6) N N _ N 00 00 00 00 67 I- I- 00 r CO 6) N I- r- r 6) 00 I- � CO V CO V d' � It M CO N tl' M tl' V tl' M Lo V O O O CO O O O co O cc) O O O O O O O O O O O O O O O N O O O O O O O O O O O N O U O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 co rlN r O co O LO 0 0000 0 0 0 0 0 0 0 0 0 0 0 O 0000 00000000 0 0 0 0 0 0 0 O 000 D O O CD O O 0 0 0 0 0 0 0 0 0 0 O O O O O 00000000 O N 00000 O 000 It O O 00 O O 0000 I- 00000 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 000 N EA ER M ER EA ER EA ER EA Lf) Ef3 ER 6f3 ER 0 V 0ER ff) N ff) ER 6n3 ER 6n3 ER 6n3 V 6n3 (D ER ER 0ER 6) ER 0ER EA � 69 69 69 69 � ER N Z N ':'. 0000 O 0 0 0 0 0 0 0 0 0 0 O 000000000000 O 0 0 0 0 0 0 O 000 'o 'r. 0000 O 0 0 0 0 0 0 0 0 0 0 O 00 0000000000 O 0 0 0 00 0 O 00 O w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 00 0 N4' 0 0 00 O O 00 00 00 00 O O 00 00 00 00 00 00 0.... O 00 00 0 O 00 O C O O 00 O 0 00 00 00 00 0 O 00 00 00 00 00 00 O 0 00 00 0 O 00 O 7 O V N N Z N Z CD O O I- 0 O O LD O LD O O N 0 O 00 LD O O MO O O CD O N O O O O Ln O O O O It 67 00 O O Ln 0 M 0 0 0 It 0 00 00 O 00 0 O 0 N 00 O 00 O O N O O N O N N 00 00 I- ID V O V O O O 00 O N 0 O N O O 00 0 O M 0 M O 0 O O O 67 O O O O 0 67 O O O CD M 613 V 0 ER FtT I- 0 ER O N FtT 67 Ef3 ER M O 0 ER 67 Ef3 67 Ef3 - FtT 0 O ER N 0 67 6) 1- ,I- M V N V tl' N 14- V V M EN M 14- (N V V N V ERtl EA ER ER EA ER EA EA EA ER ER EA A 0 69 A 0 EA EA ER ER EA REA EA It O O M M 67 O LD O LD O O 00 M O O O LD O O 0 67 O O O It O 00 O O O O Ln O O O O CD O O O V N O N 0 Ln O r 0 0 Ln Ln O 00 00 N O 67 O M O O O Ln O Ln O O N 't 0 O O N N 00 LD Ln O O N Ln r V N 0 tl' O M 0 N O M O It 0 00 : 00 Ln O � CD O It O I- Ln It 0 O CD 00 67 61) V ER ER M Ef3 tl O ,6p' M 6p' L(T) r0 ER Ft4 6r -P" CNO E30M OM Nr NN FiTER FR V N tlN N ER EA ER 0000ER 0ER ER ER Ef) Ef) Ef) Ef) ER N r'. O O O O O 0 0 0 0 0 0 0 0 0 0 O 000000000000 O 0 0 0 0 0 0 O 000 N O 00 CD V 00 00 CD 0 CD O CD 0 O 0 tl' O 00 00 O 00 CD N N O O O CD O 00 N O V tl' O N 00 N N CD R[- O M LO CND O CND LO O O 000 O r- r- 00 V 6M7 O ONO O It O M V 607 0 O V M O Oro Lo M O V O H O It V It V M V It V It V tl' V tl' V LD V tl' M M V It Ln It V It V LD V It M CD V CO V tl' V tl' V It L) ?. ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'- Z'r' R'; a a w'''vvvv v vvvvvvvvvv v vvvvvvvvvvvv v vvvvvv v vvv �'-I-aocc) ao 0 0000000000 ao cc) ao0rn0rn0rn0rn0rn 0 0)00000 0 000 D 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 6) 67 L Z d' V 67 O O CO 0 CO O CD I- M 0 67 M N 00 LD N It M CD I- N Ln N 6) M I- 00 00 00 CO V O 6) O M N O M O M N N N I- V LD V d' N LD 0 I- 0 It V CD O O O O O N M V d' V d' V d' V d' V d' V d- V d- V d- V d- V d' V d' V d' V d' V d' V d' V Lo 0 Lo 0 Lo 0 Lo 0000 O 0 00 00 00 00 0 O 00 00 00 00 00 00 O 0 00 00 0 O 00 O N' EP 7'- Z'r' E CD V N 0 6) 6) CD N LD 6) O 6) 00 V Or- 0 0000 MOD M 0 O 0 M I- O 6) CO M 6) O N LD _ S. tl' 0 Lo 0 Ln 0 CD r 0 LD V N V CO M LD Ln 0 00 CD I- 00 00 r 0 r 0 CD 00 I- 6) O O O Ln O 6) M O 0 0 0 0 0 0 0 0 0 ON N O O O O O O O O O O O O O 000000 O O O r- 0000 U O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O co rlN r O 0 0 Lo 0 N '' 00 00 00 00 O M 00 00 00 00 O O O O O O O O O O O 00000 0000 00 0 0 '.'. 00 00 0 0 00 0 00 00 0 0 00 00 O 00 00 0 0 0 0 0 O O O C6 V O O 00 O O O (6 u) a '.'. O O O O 6 O O O O O O O V O 00 00 O O LD 0 0 0 00 0 0 O O O I- LD O O 00 O O O M N R'.'. ER ff) 64 62) N ff) 64 62) ER O ER ff) V ff) ER ff) ER ff) ER LO Lo (fT O ER ER 6f3 ER 64 ER 64 64 M V ff) 64 M O ff) ER V' C6 N M N V N C6 M C6 N (6 ER Ef) ER Ef) ER ER Ef) ER Ef) ER Ef) Z'J N 0000 000000 00 000000 O 000 000000 O 00000000000 v 000000000000000000 O 000000000 O 00000000000 M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• N' Z'' O O 00 00 00 00 00 00 00 00 O O 00 00 00 00 O O 00 00 00 00 00 �.. O O O O O O O O O O O O O O O O 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 M• MMMMMMMMMMM6M6M6M6MMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • CL 7'= O'= V€ N' z' 00 N N M O O O 1- O 1 LO O O N 0 CO - O O O M r O O O O O O w' M r 0 0 LO. N O M. LO O O W It OLOO- It 0 0- I- M O O D LO OOOM-. CO 0 0 0 0 0 0 CO N w LO w 00 O O 00 O M V 0 0 0 0 67 LD 67 0 LO V O O O O O N N O O O O O O V O 0 0 '.'. LO 67 V 0 69 67 C6 O E13 I- V 67 E13 I- M d' LO d' M LO M M N It V 14 V It V It CO M 00d' C6 LO I- 613 ER FR N 11 N 11 V 0 V 67 Ef3 FR 6T 0R 6pT 61) M M Ef3 61) N 0 69 EA EA ER EA EA ER EA EA ER EA ER EA ER EA ER EA ER Ef3 ER ER 0ER 0 O a' LO z' N N M It 0 It O O O M O O LO O O M N O CO LO r O 00 - N 0 0 0 O I- M 0 0 0 0 0 0 0 0 0 O M tl' N O O M LO M O O O O O M LO LO V 00 M I- O LO 00 00 M C6 C6 00 00 I- O O M tl- N O M M V O N '.'. O M• M M M• M W M M• M M V O O M coCO M M• O W M M I- co M• M N M M• M M N M• a It r 607 6M '' Ef3 FiT tl' V tl' M tl' M N N N N 6M7 (D N N M M M tl' M N M M tl' M EA ER EA ER EA ER 64 Z; Z; E; E;RZ; E R R EA ER ;ER N O O O O O O O O O O O O O O O O O O O 000000000 O 00000000000 N '- O N V N 0 M O M O 00 W O O D C6 O C6 tl' V N O C6 O C6 O C6 C6 CO V C6 O C6 O tl' N CO N C6 V C6 R '.'. M 607 V M N N V M M I- M N M OM M It M It � r- M M M M M Cr6 CO OM Cr6 N M N N N CO r It N It L I'. V LO V tl' M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M M (D (D ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) Z'1 Rr a a w''v v v v v v v v v v v v v v v v v v �'.'. O O O O r r r r r r N O O O O O O O O O O O O O O D L E 7 Z; In M6) O LO M V d' W 0 I- O V I- M LO �'- 0 0 00 In d- V M M LO M N N LO V d' M 00 N V Ln V d- LO LO LO LO LO LO LO LO LO LO LO LO LO LO 0 OO OI -T Olq- OI -T Olq- OI -T Olq- OI -T Olq- OI -T Olq- OI -T Olq- O O O O v v v v v v v v v v v v v v v v v v v v v v N N N N N N N N N N N N N N N N M M M M M M OO O O O O O O O O O O O O O O O O O O O O 0 N N O I- M r M V M O COI- : 14 -In r- N N 0 1-M 00 0 I- LO M M M 0 I- O CO O 00 N M N O LO LO LO LO LO LO LO LO LO LO LO LO O LO O LO O O O O (D CO 0 6) 0 67 0 67 0 67 0 67 0 67 0 67 0 6) 0 6) 0 6) 0 6) O 000000000 O 00000000000 E' LO M 00 V M 00 W 0 I— M V M O N LO (D M LO LO O N I— CO O d' N I- M CO CO LO O LO V It _ O M M M LO LO V d' V LO V d' V LO LO LO V CO LO CO M CO C6 CO LO LO C6 I- r M r M r M r CO CO M CO I- U�'='< O O O O O OOOOOOOOOOOOOOOOOOO O OOOOOOOOO O OOOO0O OOOOOOOOOOOOOOOOOO O 000000000 O 0000000000 0 N '' 00 N O 00 00 00 00 00 00 00 O O O O 00 I- O 00 O O 0000 O 0000 O 0 '.'. 00 O O 00 00 00 00 O 00 00 00 O O O O 00 C6 O 00 O O 0000 O O O O N to '.'. O 00 0 0 0 0 0 0 0 0 0 0 0 CO 00 00 O O O O 00 O 00 O O 0000 O 00 0(l) N R'.'. ER LO 00 (fT ER ff) ER ff) ER ff) ER ff) ER N ER O ER ff) ER ff) ER ff) ER ff) O ff) ER V' ER ff) ER 6f3 ER 64 ER 64 ER O 00 C6 69 C6 N (6 N (6 Ef> Ef) Ef) ER Ef) Ef) ER Z'J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 v 000000000000000000 O O O 0 0 0 0 0 0 0 0 O 0000 O 0000 MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • N' Z'' 0 0 00 00 00 00 00 00 00 00 O 0 O 0 00 00 00 O O 00 00 O 0 00 0 _ O O 99 99 99 99 99 99 00 00 O O O 0 00 00 00 0 O 00 00 O O 00 O N M• 0000000000000000• M• M• M• 00000000• M• 0000• M• 0000• M• 7'= O'= V€ N' z' 00 N O O N 0 0 r- O O It M O O O O CO O N O LO O 0 LO M 0 0 LO M C6 O 00 C6 M O N 0 N O O In M O M O O N tl' - 0 0 0 O Ln N M N Ln N O mo In tl' O O In Ln O O 00 O Ln O M O � N'.'. M O N O LO O O I- I- r O O O co M M M Lo d' LO O LO 67 00 LO C6 O V LO O O O I- CO O '.'. C6 Ef> LO ER LO I- 61> V tl' M 67 0 Ef3 In M N M M M tl' M V M N V V N C6 tl' M M d' tl' M M ER N N 0 co M ER V V tl' M N V V I- M M 67 Ef3 FR V In V LO M M ER tl' V N 0 69 69 6 6 69 a' LO z' N N N 0.... I- 00 O O M....0 O 0... r 0 0 0 0....N O co O LO O O. 0 Lo � - O In 00 V I� M N O M M O O O O CO O M O O O M CO 0 M CO0 LO M d0' O C04....... M 0.....0 COO.: � '.'. M M• r� � M M• M M M M• M O M• M• M M• M M M M M M• M O M CO N O CO M• a 6) 607 67 CO0 E '.'. N N M N N M M ONO M M O N 607 N EEE ER E) ER 0ER 0 62 E; z A RAE EER 69 EA N O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 O 0000 O 0000 N '- W O O N V O V N N 00 W 00 00 CO tl' N O N M N M N N V O CO O M N O tl' O M N M N N N R '.'. M LOO M M� It M M V OMO O ONO LOO N M COO N N M M M M LOO M N ON tl0' M OMO M d0' N M M It r N M L I'. O O O O O O O O O O M O O O O O O O O O O M M M r M M M M O O O O O O O O O O Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER 6C3 ER Ef) ER 0ER 0ER 0ER 0ER 0ER Ef) ER Z'1 Rr a a w''vvvvvvvvvvvvvvvvvv v v v vvvvvvvv v vvvv v vvvv M M M M M M M V tl' V tl' V tl' V zt V zt V zt V zt V zt V tlt VQ In Q Q Q In Q Q Q In Q Q O O do do do do do do do do O O O 0 do do do 0 O do do O O do O r- r- r- r- r- r- r- r- r - r - r- r- r- r- r - r- r - r- r L E Z; N 67 O r O coco LO O co N MN LO M LO ID O V CO 6) 6) N O LO M CO CO 00 O r- 0 M C6 N M Ln LO Ln r 0 M r M r M M r (D LO r O COLO Ln Ln LO Ln O O 6) COW CO 67 CO CO 6) 6) N's M M M M M M M M M M M M M M M M M M M M M M M M M M Mr- M r- M M M M M M M M 000000000000000000 O O O 0 0 0 0 0 0 0 0 O 0000 O 0000 V— V— V— V— V— V— V— V— V— V — V — V— V— V— V — V— V— V — V— V E' 6) N I— M LO M CO N O O M � M N M V CO 0 CO N LO V I- O CO LO 1— O 1— M LO M tl' N 67 _ I— 00 00 r- r co O co V 67 O O co O M 0 CO O M 0 M O M 0 M 0 r O O O O .�' M M M M M M M M M M O O M O M 6) 0 6) O 6) 0 67 O 67 0 67 0 O O O O O O O O O O O O 00000000000 O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O LD O O O O O O O 00 000 O O O O O tl' O O O tl' O O O O O 0 0 0 0 0 0 0 0 O O O O M O O O O O O V 00 tl' O O n 0 0 0 0 0 0 0 0 00 O O O O O 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 00 00 N 00 N Ef) ER 69 ER � ER 69 ER It ER 0f ER 0f ER 0f ER 0f ER EA ER EA ER EA ER EA ER 0) ER 6p, ER 6p, ER 0f � 0R 69 ER Ef) Ef) Ef) ER Ef) N Z N ':'. 0 0 0 0 0 0 0 0 0 O 000 O 0 0 0 0 0 0 0 0 O 00 O 0000000000000 'o 'r. 0 0 0 0 0 0 0 0 0 O 000 O 00 00 0 0 0 0 O 00 O 000000 00 00 00 O w 03 0 03 0 03 0 03 0 03 0 03 0 03 0 03 0 03 0 03 0 03 0 03 00 0 03 0 03 0 03 0 03 0 03 0 03 0 03 N4' 0 0 00 00 00 O O 00 O O 00 00 00 00 O O O O 00 00 00 00 00 00 O C 0 0 00 00 00 0 O 00 O O 00 00 00 00 O O O O 00 00 00 00 00 00 O 7 O V N N Z a z 0 0 0 0 0 0 It M O O M V O O 00 O 67 O M O LD O O 00 Lr) O M 00 O LD Lf) 00 00 I- O Ln 00 O Ln O O O Ln Ln O O O 67 00 O O 00 O 't O Ln O M O O 00 O N M r- Lr) Lf) 00 M I- O N 00 O O O O O Ln M O O Lo O O O M O O 67 O O 00 CO CO O ID d' V 00 CO O O O O 67 I� �3 ER FiT CO I- �3 ER Lo M LFiT O N g CO Ef3 CO 6) r ER N V 67 Ef3 LD F6p,It Ln V Ln CO d' V �T �T CO CO Ef3 V LD M 14-N' N tl' LnM E M M tl' M V M M It M It V 14-' V14- EV 0 EA ER R EA ER EA ER ER EA EA ER EA EA R EA ER EA ER EA ER EA ER EA ER ER EA O 00 O O CO I- O O 1- (D O O N O O 1- O Ln O O O O LO Ln r N O Ln LO O O N M O LO N 00 N N N O Lf) 00 O O N 't - M O 1- 00 O O O N- CO N 't 00 O V O- 00 00 O 't 00 O- Lr) CO M r 0 tl' V O I- N O M 00 1- O r 0 00 N 67 LO I- M M LO M V[- 00 M M O O 00 O O O r - CO O Ef> O Lf) Fi> O O M CO CO 67 V 67 00 tl' LO (D r I- LO M 67 I- 67 6) 67 O LD 6p? O O FR 6) 67 tl'M M M M N M r N I� V N I� N V �3 M N N tl' M M N r N r N r CO N N 6p,ER 6p,ER ER EA ER ER EA ER 6p,ER 6p,ER EA ER ER Ef) ER Ef) ER Ef) ER EA 69 EA 69 EA ER Ef) Ef) 69 ER EA WOOOOOOOOO O 000 O 0 0 0 0 0 0 0 0 O 00 O 0000000000000 N 00 00 N N tl' O tl' O tl' N tl' O M O M 00 N O M O M O M N tl' 00 M 00 N N M M 00 V 00 CO tl' V tl' �.:. LD r r OM Or 607 N 00 It O COO Or CMD LO M � Lo Or Cr0 LO 607 N Cr0 LO COO 0) M ON It (D M M Oo � r CO dN' � 00 LLD 0 0 0 0 0 0 0 0 0 r M M S O M r M M M M M M O O O O O O O O O O O O O O O O O U ?. ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'- Z'r' a a w'''vvvvvvvvv v vvv v vvvvvvvv v vv v vvvvvvvvvvvvv �'- Li7 Ln co co co co co co co co co co CC C C C C C C C C C C C C C QR QR QR QR QR QR QR 0o Oo Oo Oo Oo 0 0 do do do 0 O do O O do do do do O O O O do do do do O O O O O L E 7 Z 67 M r M Lo NO M '-T I- M Lo In N 00 d' 6) M N d' CO M N V I- O M CO N N 6) I- r- M M 67 6) M N N N N N M V) 14- Ln M V LD LO It V It M tl' LO LD 6) 00 6) O O r- 6) 67 CO 6) 6) I- N M M r- I- r- I- r r - I- r- I- r- I- r- Lo r- r- r- r- r r- r- r- r- r- 00 I- I- r- r- r- I- r- I- 000000000 - 000000000 O 000 O 0 0 0 0 0 0 0 0 O 00 O 0000000000000 N' EP 7'- Z'r' E00 M M LD It 6) N O N M N 6) CO M 00 N LD eT LO M O O M [- M 00 V M I- N O M M In O _ S O N N N 6) N LO N NNMN M N N CO LO M M M M M M M N V It V It V It LO ItV M V It O O O O O O O O O O O MO O O O N O N O 0 0 0 O O O O O O 00 00 00 O O O O O 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O 0 O O O co rlN r O N Lo (D 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 O O O O O O O O O O O O O O O O O O O O O O O O O O 'MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMIn • • • • • • • • • • • 0 O'= w V€ N O 0 O O O O 0 0 O 0 O N O O 0 0 O 0 O O O O 0 0 O O O 0 0 O 0 0 N O O 0 O O 0 0 O 0 U '.'. O N O O O O O O O O O Ln O O to 0 0 0 0 0 0 0 0 0 0 M O O O O O W O W O O O O O O 00 a 7J 0 O O O O O O O N M O O 0 0 0 0 0 0 0 0 0 0 0 O O 00 O O M O 6 0 0 0 O O R'.'. ER V' 64 62) w O 64 62) 64 62) In w 64 6-) m (fT 64 62) 64 62) 64 62) 64 62) ER N U) Ln ER LD ER EA N EA — O ER EA ER EA O N ER W V N M 6pT 6pl, W W N W Ln r N Ef> ER Ef) ER Ef) ER Ef) Ef) ER ER Ef) 00 Z'J rl- N O O O O O O O O O O O O O O O O O O O O O O 0 0 O O O 0 0 O 0 0 O O O 0 O O 0 0 O V O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• N' ''. O Fi> 69 Fi> 69 It V M w It 69 r M LD In It ER r V N ER O 69 M V 6nT 69 O O ER In O M LD 69 It Ln M 0) It N N V M It LD eP M M co tl' M M N tl' V N N V It N M It V M 0) 0 �, ER EA ER EA ER EA EA 69 EA 69 EA EA ER EA EA EA ER EA ER ER EA ER EA EA ER Ef3 ER Ef3 ER Z'' a' 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 O O O O O O O O O O O O O O O O O O O O O O O O O O 'MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMIn • • • • • • • • • • • 0 O'= V€ N' z' 00 rl- N V 0 0 0 O M V N w 1- 0 00 0 O 00 LO O r— 0....0 O 0 M lD O O It 0 O M O M M O M O....... 0 O O 1- 0.0. OO N N M O lD 00 O W N W O W M N O 00 O O U)O O O V O W O 1— O O LO N M M 0 _ O O O O O M M 00 O 00 O 00 d' 00 O O r 6 O M O M V O O In O N O r r O N V N O N O 4— ''. O Fi> 69 Fi> 69 It V M w It 69 r M LD In It ER r V N ER O 69 M V 6nT 69 O O ER In O M LD 69 It Ln M 0) It N N V M It LD eP M M co tl' M M N tl' V N N V It N M It V M 0) 0 �, ER EA ER EA ER EA EA 69 EA 69 EA EA ER EA EA EA ER EA ER ER EA ER EA EA ER Ef3 ER Ef3 ER a' z' N N W 0 0 0— r M 00 V M O O O O N LO O O O O O O O r LO 00 0 0 O N 0 O 1- O r..O O M 0 O W. O V W. —. M O M V Lo. O O O It O M N M M O N r O r 0 00 00 W O O W O It O 00 V 00 N O O N '.'. M" -W M M M N M M• O W M r r V O M M M• M• M M" M M M• O M• M M -N' (.0 a COO 000 00 ON V tlO' Oro Oro - 'J. M M M � N N N N N M N M M 0 M M � N N N N en '.'. ER ER EA ER EA ER EA ER EA ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER ER EA EA EA ER EA ER EA V ER 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 w N w O M O N V w N N N O O N N w O N w tl' M 00 O O w w w tl' O tl' M N M O O �'. M It O COO M M M O M It M M M V r r ONO M N V M M N M N M It N M V It O 00 M M M T N M :.i '..'.. ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER Z'1 Rr a O 00 00 00 00 ------------- N M M M 0 ',', O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r L E 7 Z; I� tl' N Ln Vr M O O O O O r N LD O N d' W W V I- r O LO O N LD 1— It It O r O 00 N '- O N N O N N O O N M LO W 0 V It V It M It LO It M I- O 00 1— I- O O O 00 O O O O V d' V N r 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O 00 O O O �' 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O E'; O N r- N O M O O N N I- M 00 1— LD0 O N O d' V d' M W O N O M O LD M LD r- LO 0 M _ N O LO LD N 0 LO LD LO 0 N 0 LO 0 0 0 0 1— 0 M I- r 0 r O O I- r tl' O 1- r r O LO 1— 00 O 00 O .�' O O O : O O O O O : O O O O O O 1,2 O1,2 O O O O O O O O O O N O O O O O� 0 0 0 0 O U'< O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O 00 It O 00 00 00 00 00 O O O O O O O O O O O 0000000000000 O 0 0 0 0 cry O o 0 0 0 0 0 0 0 0 0 00 00 to 00 00 O 0 0 00 It 0 0 0 0 0 0 0 0 0 rn O 00 O O LO O O o 0 0 0 0 0 0 0 N 0 0 0 0 CO 0 0 0 0 0 O 0 0- d' 0 0 0 0 0 0 o N 0 N EA i�: ER ER (DER EA Ef3 6p, ER 0ER 0ER 0LO ER EA Ef3 ER EA Ef3 EA Ef3 EA LO r- 6p, ER 6p, ER 6p, ER (1ER � ) ER ER Ef3 ER Ef3 ER Ef3 Ef3 N Z N ':'. O O 00 O O 00 00 00 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 'a 'r. O O 00 O O 00 00 00 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 N4' 7 O V N N Z N Z O O 00 O O 00 00 00 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 O O 00 O O 00 00 00 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 O O 00 O O 00 00 00 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 Ef) ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER 0ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER 0ER It 00 LO M O o 0 V I- O N LO LO O CO 0000 00 O O 00 O O N 000 N LO 00 LO 00 V 00 00 00 Ln Lr) O C0 C0 O V O (0 0) C0 (0 O Lr) 0000 - 0 (0 C0 Ln O 00 000 N 0) 00 Ln 't 00 00 ID 00 V N O O N 00 0) O O 0000 r O dO0 0 0 M Ln O O V O M 00 CO E3 O V 00 M It MER O d' N M 6p" LO 6p" 61) 6p, FiT C0 E3 M M In O 0 ER 6p" 6p, (0 6p" 6p, V d' V 61) 6p"M EV Ln V tlM N tlr M M M M V EN M V V EA ER EA ER EA ERER EA ER EA EAEA ER ER 0 ER ER ER 0 ER 0 ER CO O O LO O O 0) O O C0 Mo 00 Ln LO O It O O O O N O O N O 00 O O O 00 LO O O LO N (0 O O 0) O C0 00 V M O O M LO O N M 0) O N 00 N O O V 't 0- o N O O 00 0- 0 (0 00 O Lr) Ln O N O O M M O O r 0 00 00 LO O r N I- O 1- V r N 0 o N 0 CO 00 LO 0 0 0 I- It 00 M M N N O Ef3 LO 0) 61) 00 �T LO N 0) Ef3 O M 0) Ef3 00 VN N 63 O d' ER 00 O I- O 613 N ER 0) 0) C0 CO 0) 0) O co co tl' N M M r co M M M C0 A r EA EA ER 64 EA ER 6p, ER ER ER 6p, 6p, ER ER ER ; ER Ef) ER z; ER Ef) ER 000000 O N 00 O C0 C0 N V R COO O dM' M LO N L M r M M M M V ?. Ef> ER 6C3 ER 6C3 ER N'- Z'r' E00 O 00 N O S. O 0) 00 co 00 O O O O O A • • • • 00 00 00 00 00 00 00 00 00 00 O O 00 00 00 00 00 00 O W O O M M N O M O 00 O N O tl' M tl' M CO C0 N CO O M tl' V O C0 CO C0 O V O N N 00 O M r- N O N It V N 0 I- N O O LO C0 O M It O O CO I- M M It WW LO N d' N I- LO d' LO d' V I- N M M d' M N V CO LO I- V LOW '1-(D (OM d' M CO M M M M M r M M M M M M M M M M M M M M M M M M M M M M M M M M M M Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v v M M M M M M V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' Ln LO Ln LO Ln LO Ln LO LO (D CO (D CO O 00000000000000000000 O 0000000000000 V O N M (0 I- r NI� M I- N N O d' N LO 00 14- O CO d' V I- N N CO M O I- V M V) M V) LO (0 0) O 00 O 1 r r- (D 00 00 (D r O CO I- N O O O N M tl' N 0) O 0) O 0) O 0) O 0) O 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) 0) O O O O (D O O O O O O O O O 0) O 0) O 0) O 0) O 0) 0) 0) 0) 0) 0) 0) 0) 0) O 0) O 0) O O O O O O O O O O O O O O O 00000000000000000000 O O V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V I- O V O M O V LO LO (0 It CO r r N 00 0) (D O r M r LO 0) O C0 LO O CO It CO (D 0) CO O CO r N O N O O r r O r O r - 0 o r N N N r N r M LO N M M M M O -0--o - O I- 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 00 O O O O O O O O O co rlN r 0 r LO 0 00 0 00000 0 0000 O O O 00000000000000 OOCD 0 000 00 O N O O N N O O O O N O O 00 0 0 0 0 0 0 0 0 0 (D 0 0 6p" 0 0 0 0 6) O O O O O OO O r- OO M 00 O OOO M O O (D O O O O O O O O O O O OOOOO Ln O O O O rr7 E) ER E) �ER ERNMER E) ERNER E) NER ER 0ER 0ER 0ER E3 ER EA ER 4ER EA ER ER EA ER CD CD N M ER Ef3 ER 6C3 ER ER 6C3 ER N Z N ':'. O O O O 00 00 O O 00 O O O O 00 00 00 00 00 00 00 CD O O O O O O O 'o 'r. O O O O 00 00 O O 00 O O O O 00 00 00 00 00 00 00 LO O O O O O O O O O O O 00 00 O O 00 O O O O 00 00 00 00 00 00 00 Lo O O O O O O O �', EA ER EA ER EA ER EA ER EA ER EA ER Ef3 ER of ER of ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 67 ER of ER of ER of ER N N Ef> Z'; 7 O V N N Z N Z O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O CD O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O LO O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Lo O O O O O O O EA ER 69 ER 69 ER 69 ER 69 ER Ef3 ER 0ER 0ER 0ER 0ER 69 ER 69 ER 69 ER 69 ER 69 ER I9' ER 0ER 0ER 0ER Ef) N N tl' O 00 (D 00 O N O Ln O O tl' O 00 O M O V 67 LO It O 67 N O LO CD O O O O O O O O M O O LO N 00 M (D N V O O I- O 67 O O LO O M O N 67 O 00 O O O M O O O LO 00 O M O O O M Ln 00 Lo O Ln O O r O N O O (c) O V 67 O O O O O Lo N O 00 O 00 (c) O r d' V CD 69 CD V 61�1 6pl, LO M d' Ln Ef> 6pl, 67 Ef3 CD Ln ER Ln ER 00 CD LO Lo ER CD V 67 V O ER LO 6pT CD LO 6n3 (D tl' V tl' tl' V M V CD V LO V V M tl' N tl' N VV r CD 14- (D V 6p,ER 6p, Ef) ER Ef) ER Ef) ER EA Ef) ER ER ER Ef) ER 0f 0f 69 EA ER r 0R 0ER ER Ef) O0ON�OOOOOOO0ONNVOVM0OOOONON000 LO O 67 OO lN I- Lf) M CD 00 N IM 00 I- LO N O N p 00 M O N M O 00 O 6) O Lo O M 67 O CD r- r d' V M M M O d' O I- V O N O- 67 O r N 67 6) O Ef3 O 6) Ef367 00 6p,6) 61) V M ER I- 6) CD O M O 6) 67 Ef3 M 6) LO 6) 6p, (D 0f 6) O Ef3 N N M N (D 14- N CD N CD M N M r N tl' M N N CD N EA ER 6p, 6p, ER EA ER ER ER 0f EA ER Ef3 ER Ef3 ER EA ER EA EA ER EA ER ER ER EA Ef) ER N r'. O O O 00000 O 0000 O O O 000000000000000000 O 000 N CD V O N tl' 00 N V O N N 00 N (D CD 00 N V CD O O 00 tl' (D 00 (D CD (D N O 00 00 O N tl' 00 N (D R L OSVOOM� O MMOM1-amVCr�ONOVOo rr-M M CD CO M N N N V N � CD LO N V dM d' LO CD LO rLO CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD 00 CD CD CD CD CD CD CD CD CD I- CD CD CD CD CD CD CD CD CD CD CD L) ?. ER ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 6C3 ER N'- Z'r' a Cl) v vvvvv v vvvv v v v vvvvvvvvvvvvvvvvvv v vvv 0 0 0 0 0 do do 0 0 do 0 0 0 0 do do do do do do do do do 0 0 do L E 7 Z CD O 67 V COCO M M M M CO O N CO M r O LO CD N CO M d' O M N M Ln r N M M M -P r— Lo r CO Ln LO CD O 6) I- 6) M O O O N M N M r M N N M V M M r N N r N 'DO O O 00000 O O O O O O O O 'a 00 O 00000 O O 00 O O O O O O O O O O O O O O O O O O O O O O O O O O M LO N I- LO V N M CD O CO O N 6) d' r— MM O Ln CO V M N N I- CO LO CD M r 67 O M M M mm V tl' V tl' V tl' V tl' LO Lo V Lo V Lo Ln r CD CD I� CD CD CD r— CD M CD LO O CD CD LO LO r— 'R — r — r— r— r — r— r — r — r— r— r— r— r— r— r— r— M r r L) O O O 0 0 0 0 0 O 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 co rlN r O LO r LO 0 It 0 0 01- 0000 O O 0 0 0 0 0 0 0 0 0 0 0 O O O O 00 00 O O O 00 O I- O 000 O CO O O N It 0000 N O V 0 0 0 CO 0 0 0 0 0 0 O 0001- O O O O O 00 O O O 000 -1 r 0 0 I- (N 0000 V O 00 000- 0 0 0 0 0 0 O 000- 00 O O O CO V O O 000 rr7 O) ER ER I- O ER ER ER ER N EA N EA ER EA CO EA ER ER ER ER LO ER ER ER ER LO ER ER O EA ER CO M O) Lo EA ER EA N Z N ':'. 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 00000 O 000 'o 'r. 0 0 0 0 0 0 0 0 0 0 O 0 0 0 00 00 0 0 0 0 O 0 0 0 0 0 0 O 00 00 O O 00 O w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 00 0 N4' 0 0 00 00 00 00 O O 00 00 00 00 00 0 O 00 00 O O 00 00 0 O 00 O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O O O O o o 00 00 00 00 �In o 00 00 00 00 00 o o 00 00 o o00 00 o 69 00 o 7 O V N N Z N Z tl' r 000 O tl' O N O 1- 00000 O O) V N LO N O CO 00 O O LO eP O) N O I- N LO 00 N I- 000 O 00 O O O 1- 00000 O O r 0) 0 0- O It 00 O M M LO I- (D O) O O O CO N N O) 00 000 M O O 00 00000 00 O M 00 V CO 00 Lo O Lo O) O CO N O M I- O) O Lo eP O) E 61) CO d' Ed- Ed- EO) O) E6pT M 6pT LO 'O 1- O M ER M LO eP M CO O ER Lo 00 M MVEM V N '4 M tl' M� W ER ER ER ER ER ER R R ERRER0RtlVtlNtlA CO ER ER ER ER ER N M O O M O CO O 00 O M O O O O O O) O CO 00 LO 00 O It N N Ln M O 00 (D O) 00 LO N Lr) O CO O I- - Lr) O Lr) N O eP O N N 0 0 CO O CO Lr) M N N r Ln 00 CO r 00 M O 00 O 00 LO Ln M I- (D O) O d' CO N V O V CO 00 O I- M O O) I- O O O V N LO M N LO CO r N r- N 00 N N O) LO CO O O ER tl' O) O) CO O) N O) N 00 Ln N 6pT 00 M 00 O) O) O O V 00 M 00 00 O O) 00 O) Ef> 69 O) 00 00 N O Ln r N r CO r M M It V CO r M r N V r N r r N r M N ER ER ER ER ER EA ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER 00000000000 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 00000 O 000 N tl' 00 M N N O tl' O M V 00 00 O N N CO O CO N CO CO V tl' N M V CO O 00 V tl' M 00 O N 00 N 00 M R I00 t V O r dr' LO M N CO OT dam' LO I V N CO N M N V M OV W M M OV M N Lo V N LO COO M M ON N V Cr0 L M M 69 M M M M M M M O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 ER O O O O O O O O O O :.i ?. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N'- Z'r' a Cl) v vvvvvvvvvvv v vvvvvv v vvvvv v vvv 0 67 0 0 0 0 0 0 0-- -------- N N N N N N N N N N N N N N M M M M M M r N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 0' 0 0 do do do do O 0 do do do do do O 0 do do 0 O do do O O do O r- r- r- r- r- r - r- r- r- r- r- r - r- r- r - r- r- r - r- r L E 7 Z N N 00 00 r O V 00 CO CO V LO O) CO N 00 O) LO O 00 M It M N 00 r- r M r O O M r O tl' M tl' M tl' V I� O 00 I� 00 M CO O CO 00 I- M M O N M M N N O tl' M N V CO CO LO LO CO d`' V N N N N N N N N N N N N N N N N N N N N N N 'a 0 0 00 00 00 00 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O O O O O O O 000 N' EP 7'- Z'r' E00 M CO Lo CO 00 I- V CO O) I- N 00 O) M LO O 14- 00 O) LO O N CO M I- LO O M '1- O) CO 00 CO O) O r- r M O) 00 I- I- r I- r 00 I- 00 00 00 00 00 O 00 00 00 r O) It Lo � It V Lo '-Tr LO It O r O r 00 r LO N N- r N N N N N N N N N O N N N N N N N N M N L) 0 0 NO 0 6 6 6 6 6 6 6 0 6 0 6 0 6 0 6 0 0 0 6 0 BE 6 6 0 6 O O 6 O O O O O O co rlN r O r LO 0 d''.'. V O O 0 00 00 0 0 0 0 0 O 0 0 0 0 0 0 0 CO O O O O O It 0 0 0 0 O O O 000 O 0 '.'. M O O O 00 It O 00 0000 N O 0 0 0 0 0 0 O M O O O O O M N 000 O O 00 000 N O O O N O O CO 0000 O 0 0 0 0 0 0 O 0) O O O O O 0) O 000 O O V 000 rr7 Cfl (fT ER ff) CO M ER 00 ER 6P, ER 6P, V 6f3 ER ff) ER ff) ER O ER V' ER ff) ER ff) ER CO 00 ER ER 6f3 ER 64 V 64 ER ff) m Z'J N- 00 O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O 000 'a '.'. 00 O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0 00 00 00 00 00 O O O 000 N' 00 O 0 00 00 00 00 O 0.... 00 00 00 O 0 00 00 00 00 00 O O O O 00 _ 0.0. O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O O O O 7 O V N N Z N Z 00 O Moo CO 00 0) LO O O CO M N N 1- O O LO M O 0) N 00 00 N O O 00 O O O O 00 I- r 00 00 00 M I- 0 O O V 't O N N O O 00 CO O M I- M 00 Ln O 00 M O t- r O O O CO I- O O Ln O O O O O 0) N M LO M LO 0 O O 0 O O r- 00 0 O O O 00 LO O Ef3 FiT M r ER FiT CO Ef3 �T r 0 Ln ER d' V d' In M In N r 63 O d' ER I- V N �T FiT In �3 0 Ln ER d' In �3 V tl' M 0 V 0 0 V co M tl' V N CO V tl' tl' V N V CO M M V ER EA ER EA ER EA EA ER EA ER EA ER EA ER ER EA EA ER EA ER ER EA EA ER CO O I- O O V 0 0 LO 00 It r 00 00 M O 0) O It LO 1- O 00 00 O O 00 O O N O O O N N CO CO O O M O O CO V 00 M Ln 0) I- r V I- O 00 - M 00 tl' O 0 O N V CO O N O M O 't CO r r r- O O O O N r V 00 O 0) 0 LO O r O LO CO I- (D 00 M O 0) 0) O O O LO eT 00 CO d' 00 0) Ef3 61) 0) 61) 00 O 0) Ef3 0) 0 00 0 00 O ER 00 O 00 LO 0) 0 00 ER LO O It Ef3 00 6pl, 00 0) It M CO N CO N N r N N r N N N N r CO r N CO N CO N N CO 69 EA ERE; ER ER 6p,69 EA EA ER EA ER (f; ER 6-) EA 69 EA 69 EA ER EA EA ER EA EA EA ER EA N O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 O O O 000 N '- CO N V 00 00 tl' N 00 O O N 0 N tl' O tl' V tl' 0 O O N O O 00 00 00 tl' N N O 0 00 0 00 O 00 tl' N d' N � O OM (D 000 N N S d0' V d0' M N� O LO 000 Or M 00 M LO COO M OM 00 LO LO It C09 CO V M 0 00 It 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 :.i '..'.. ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'' Z'1 Rr a Cl) v vvvvvvvvvv v vvvvvv v vvvvvvvvvvv v v v vvv 0 '.'. M tl' V t V -t V -t V -t V tl' V LO Ln LO Ln LO Ln LO LO CO CO CO CO CO CO CO I- I` r r- r r- r r- 00 00 O O O 0 do do do do 0 O do do do O 0 do do do do do O O O O do r - r- r- r- r- r- r - r- r- r - r- r- r- r- r- r - r - r- r L E 7 Z; V Ln O0 M 1- N It r 00 N O O In r- 00 0) CO N O d' CO I- LO LO N N N CO r- 00 r 0 00 67 O 0) CO CO 0) I- I- O 0) N M M N N M M LO '-T LO eP LO eP CO CO I- r 0 O 0 r 0 O 00 N< N N N N N N N M N N M M N M M M M M M M M M M M M M M M M M M M M M M M V M ;a '< 00 O 0 00 00 00 00 0 O 00 00 00 O 0 00 00 00 00 00 O O O O 00 V tl' V O V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' N'- E' 7'= Z' E In Or M N 1- O 0 r LO N '-T CO I- 0 00 d' r O M O N 0 O N LO I- 0 d' V M LO CO N CO 0 V) I- 0) 0 0) 0 0 0 0) 0 0) LO 0) It V) Ln 0 O O 0 O 0) V) O V) O O LO O LO CO O 0) 0 .�' N O N r N O N N r N N N N N N N O N r N N N N N N N N O N N N U 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 0 0 0 0 0 0 0 0 0 0 0 0 0 co rlN r 0 r LO 0 000 O 000000000000 O 00v000000 O 000000v O O O 00 O O tl' O O 0 0 0 0 0 0 0 0 00 M O O O O M O N 00 O O O N 00 O O O O M 00 O O N O M O N O O O O O O V O O O V I- O O O O 00 O M 00 -t O O M d' O O O O N O O O O O rr7 ER V- ER EA ER ff) ER ff) 0) Ef) ER ff) V M ER EA ER EA 00 EA LO EA ER ER EA LO It ER ff) ER ff) r- ER Ef) LO EA (D ER CO (D ER CO M CO (D ER I- (D Ef) ER Ef) ER EA ER Ef) Ef) ER N Z N '.'. 000 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O 00 'o '.'. 000 O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 00 00 0 O 00 00 0 0 0 O O O 00 N' 000 0 00 00 00 00 00 O O 00 00 00 00 O 0 00 00 00 0 0 O 0 00 _ 0.0.0. O 00 00 00 00 00 0 O 00 00 00 00 0 O 00 00 00 0 O O O 00 7 O V N N Z N Z O O O O O O O It 00V I- O O O O O O LO O O O LO O O I- O O M 00 LO 00 O O O O O O O O 0) O It 0 (D r- O 00 r 0 0 0 0 CO O V 00 0 00 0 0 0 LO O O CO It O W Ln O O O O O O O O 0) O CO O 00 00 00 M M O O O O O I- 00 O 6) LO O O M O O (D 6) LO LO O O O CO O O O 61) ER (D ER M ER LO CO CO V CO ER Fi) ER Fi) CO Fi) V N ER LO V 61) O (D ER (f) V It V LO O Ef) ER M ER 0) tl' M It M N V M CO M M M V tl' V tl' V tl' N ER Ef) Ef) Ef) ER Ef) ER Ef) ER ER Ef) Ef) ER ER Ef) ER 0ER 0ER 0 0 O O O O O O O CO V 0) CO M 00 0 O 0 0 0 0 0 LO O O M 00 V N LO 6) 00 O O O O O 00 O O 0) 00 O O 0) O M Ln M 00 00 (D 0 0 0 0 00 O O O It 00 LO LO O 6) - O 00 (D O 00 00 O N O V O N N LO CO N M 00 CO O O I- N O 6) V -t N M 00 V CO V O I- O N O N V 6) LO V 6p) 00 O O LO O O 63 Ef) LO M ER It 00 LO 6p) 00 O r M O 63 61) O O O O O Ef) CO CO 6p) It V CO N CO CO N N M- N CO (D (D - CO N- CO V N - N N CO LO tl' ER ER 61) ER ER 61) ER 61) ER Ef) ER Ef) Ef) ER 00ER Ef) ER Ef) ER Ef) ER Ef) ER ER Ef) Ef) N O O O O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O 00 4)'- 00 tl' O 00 00 tl' O M 00 tl' V 00 00 (D 00 (D CO O N 00 N (D O O O O N 00 N O O 00 V 00 00 (D N 00 �,.'. 00 dN' M 000 V M M CO C09 N M LO V M LMO M CO d0' N 000 LO d0' N N I- LO I V It� LO C09 O- M (D LO M V '..'.. 6p3 Ef) ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'' Z'1 Rr a ''vvv v vvvvvvvvvvv v vvvvvvvvv v vvvvvvv v v v vv 0-'0 0 0 w rn w rn w rn w o o o o 0 0 0 0 0 0 0 0 0 0 0 o o o o do do do do do 0 o do do do do 0 o do 00 00 0 0 0 0 r- r - r- r- r- r- r- r - r- r- r- r- r - r- r- r- r - r - r L E 7 Z; N Ln M d' LO CO CO O CO M V N N CO CO 00 V O 0) I- LO I- M Or LO M M CO M M V0 N M '- O M M d' M M N 00 (D LO M CO I- LO I- CO It CO I- M r- In r O O N O O N O 6) O N M d' 4% = eP tl' V tl' 4 4 V tl' V 4 V tl' V tl' V tl' V tl' V 4 V 4 V 4 V LO LO LO LO LO V LO V) T LO LO LO LO ;a '< O O O O 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O 00 N'- E' 7'= Z' V 00 V 6) V I- O O V (D O O LO N CO Ln M Ln O M V V LO M M I- 00 M O N r N _ O O M CO I- CO CO 6) O M co I- r I- r 00 M 00 00 M 00 I- 00 00 M tl' M M I- M M M (D r I- M M .�' N N O N N N N N N LO N N N N N N LO N N LO N N N N V) N N N N N N N N N N N N N U 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 0 0 0 0 0 0 0 O O O O O co rlN 0 co r LO 0 v 0 0000 0 000000000000000000000 O O O 0 00 0 0 00 O CD O O 00 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 O O O I- O O O O It O O CD 01- O 000000000000000000000 O O O ONO O 00 rr7 O ER ER N ER d' Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA Ef3 EA I- 0ER EA Ef3 69 CD CD 69 EA EA N Z N '.'. O O 0000 O 000000000000000000000 O O O 000 O 00 'o '.'. O O 0000 O 0000000000000 00 00 00 00 O O O 000 O 00 N' O O 00 00 O 0 00 00 00 00 00 00 00 00 00 00 O O O 00 O O O O Z_ 0 O 00 00 O O 00 00 00 00 00 00 00 00 00 00 O O O 00 O O O O 7 O V N N Z N Z V CD O O O O 00 00 O CD O O N O CD O O O LO N O M I- O O O M It OM LO 00 N LO Ln O O O r 0) 00 LO O O N M Ln O N 0 0) 0 tl' Ln N r M V O O O M- CD Ln I- r- 0') O I -O O O 00 It V It M O O M I- O O O LO O LO It V I- 00 M O O O N D) O LO 07 V Ln LO I� 6p, O ER V CD O LO Lo (14 00 LO 61) LO EA V LO LO LO 00 LO eP M 00 EA ER Ef3 CD LO O I- r- N M M M V V It M It R EAER 6p, ER fR 0EEEV ER ER Ef) ER Ef) ER Ef) ER N ItO O O N N O It 00 00 O V 0 00 LO 00 D) D) O I- M D) O O O O V CD (14 D) I- LO N Ln N N O N O O 00 N O O 00 O M N N O tl' O M V D) D) D) O 00 - N O 00 V tl' r M M M 00 I- r- M 0- 0 CD M O M O d' V O I- M O 00 V CD O 0) I- r (D 0) O r N tl' Lo M I- r r N N O 00 O Ef> LO 61> O O M It D) D) N 00 00 Ef3 d' O 00 O O O O 1- N 1- 00 1- O O O O 00 LO N M V N N It � LO N N N CD CD � N N r M N � r N CD CD CD N N N N M r N ER Ef3 ER ER ER Ef3 ER Ef3 ER Ef3 ER Ef3 ER 0f 0f ER 0f 69 EA ER 0f ER EA ER Ef3 ER Ef3 ER Ef3 ER ") ER ") ER N O O 0000 O 000000000000000000000 O O O 000 O 00 N '- V 00 00 00 N N 00 00 O CD O 00 N CD 00 N N tl' O tl' M tl' V N 00 N CD N O 00 CD 00 CD O N tl' M r N V dr' V COO LO M LO M O V OMO LO It 00 0 M LO LO O LO V r O 1- 00 1- (D CND M ONO N N 0 M M M M M M M M r M M M r M O O O O O O O O O :.i E '..'.. R EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER N'' Z'1 Rr a a w''v v vvvv v vvvvvvvvvvvvvvvvvvvvv v v v vvv v vv 0 - - - L E 7 Z; O O CO V CD LO N O In (D M 0) V It O M V N LO CD CD r N LO I- O 0) N 00 V) CD In M r '- N d' N Lo Lo d' LO LO LO M V d' M CD CD I- CO (D 00 (D r 0) O 0) O 0) O 0) d' V M NM N V 4% LO LO LO LO LO LO LO LO LO LO V) LO V) LO V) LO V) LO V) LO LO LO CD CD LO CD LO CD LO CD CD CD CD CO CD CD CD ;a '< O O 0000 O 0000000 00 00 00 00 00 00 00 O O O O 00 O O O 0 N'- E' 7'= Z' E0) CD CO M 0) d' In M O r O CO 0) It M LO N LO M O V N O 00 O I� r O In M M It r M N mm NM M M M M N N O O N N O M N O N O O M N M r I- Ln r N .jj N N N N N N N N N N N N N M M M M N M M M M M M M M M M M M CD N M M M M M 5 6 O 6 O O O O O O O O O O O O O O O 6 O 6 O 6 O 6 O O O O O O O O O O O O co rlN r O r LO 0 N 'r'. O 0000000 000000 O O O O 00000000 O N O 0 0 0 0 0 0 0 0 0 0 0 O 0 CO 000000 N 000000 O V O O 0 0 0 0 0 0 0 00 O O �P 0 0 0 0 0 0 0 CO 00 00 u) LO 000000 M 000000 O V O O 0 0 0 0 0 0 0 0 0 00 -P 0 0 0 0 0 0 0 LO 00 00 M R Lo ER ff) ER ff) ER ff) N ff) ER 6f3 ER 6f3 ER ff) N ff) ER ff) ER ff) ER ff) ER ff) Lo Ef3 00 00 ER 6f3 O 6f3 ER 64 ER Lo ER ff) C0 m ZP N 00000000000000 O 00 O 0000000000 O 00000000000 'o 'r. 00000000000000 O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 00 00 00 00 w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 00 00 N4' 0 0 00 00 00 00 00 00 0 O 0 O 00 00 00 00 00 0.... 0 00 00 00 00 00 C O O 00 00 00 00 00 00 O O O O 00 00 00 00 00 O 0 00 00 00 00 00 In � 0 00 00 00 00 00 69 � � 00 00 00 00 00 � 7 O V N N Z a z O O 00 O 00 O M 000 N O O O 00 00 Lr) 000 eP CO 00 O O N 00 O N M OO O V O LO 00 O O Lr) Ln M O N 000 O O O r M 00 O 000 00 00 CO Lr) O M Ln O V 00 V r 00 0) — 0 0 00 O M 0) r CO O 0 000; O M M M 00 In 000 V N V r O O 0 O M M O M O 0) M O O 00 6p, In Ln M 0 ER M �T 0) Ef3 ' O r M CO Ef3 FiT V 0 ER FiT r CO M M Ef3 It V 69 M 00 r Ln In (D V 6p, N FiT 6pl, V tl' V tl' tl'E�T 14V M ")EEEV V ER 6p, ER EA EA EA ER EA ER ER EA ER EA EA ER ER 6p,R Ef) ER Ef) ER ER 00 N O N O 1-0 O O 00 O O N 00 LO O O O (0 It N O O 00 O O 00 r 0) O O C0 O LO O O 00 00 — r CO (')0 CO 00 Lr) 00 O CO 't O N O N M (D M 0) — r 0 0— O M r M too 0')0 0— 000 O O CO 00 0) M NO 0) O O O CO r 00 Or V r 0) M V LD C0 00 O O 00 O O N V 0 O O N O N 14- O �T O O 00 N V 0) E., N 00 0) M O 00 O Ef3 O LD r rO 00 00 Ef3 0) 00 61) O N O 0) 00 0 ER 0 r Ef3 N'7 N C0 r '4 M r V M � N CO tl' M M N N N N r N N CO ER EA ER EA ER EA (D '4 EA ER 6p,ER 6p,6p,ER EA ER 6(1))ER EA ER EA EA ER ER EA ER E; ER 6p,ER ER EA WOOOOOOOOOOOOOO O 00 O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 N CO O tl' M tl' M M N M 00 M 00 O V 00 V N O N CO CO N 00 00 CO 00 tl' M tl' 00 M 00 N M 00 N M N 00 00 R LD LO COO N N V M N O N M N ONO N I- N r � It r- 1- 00 COO 0 N 0 N N 000 N O r L V 000 M L I- N O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 :.i ?. ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER N'- Z'r' R'; a a w'''vvvvvvvvvvvvvv v vv v vvvvvvvvvv v vvvvvvvvvvv �'- vztQQQlQlQlQlQlQlQQQQ Q Q Q CocoCocoCocoCoQQQ Q QQ6:ECCCCCC00 o' L E Z 'r. Ln r Ln O M N (DMOO (DM LDr N In 0) CO LD r O 0) 0 M (D 0) It CO It r 00 00 0) LD O N Lo N CO r CO Lo CO C0 Lo (0 Lo r r V) 0 0) O O 0 0O 0 O 0 O CO CO N M VN M N M N r M M M M M M M M M M M M M r C0 M r r CO m r r CO r CO r (D CO r r r r r r r r r- 00000000000000 O 00 O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 EP 7'- Z'r' E N M N V CO r O O Lo CO 0) d' M Lo C0 r 00 14-M r O d' (0 r 0) O Lo M CO CO M N Lo eT N In r N Lo In d' O Lo O 0 In 00 V CO LO d' M d' LO 00 LO LD C0 d' V CO In d' M LO 0 M V 00 r r r 00 V d- M M M M M M M M M M M M M M M M M M M M M M M M M M M M N M M M M M M M M M LD M M L) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 co rlN r 0 O N Lo (D 0 G)". O 00 O O 0 0 0 0 0 0 0 O O O O O O O O O O O 00000 O 0 0 0 0 0 0 O 0 ':'. O O O O O 0 0 0 00 0 00 O O O O 00 00 O N 00 N O O O O O O N 0 00 00 0 to O O O O O 0 0 0 00 0 00 O O O O CO CO O O CO LD O O O O O O I- 0 00 00 0 rr7 R Ef> ER Ef) ER Ef) ER Ef) ER Ef3 ER Ef3 CO 64 ER 64 ER N (-4 Ef) N N M Ef) ER Ef) ER Ef) ER d' 64 Ef3 ER Ef3 ER I- R. M• M• M• M• M• M• M• M• zP N O 00 O O 0000000 O O 0 O 0 O 0 O O O O 00000 0 00000 O 'a O 00 O O 0 0 0 0 0 0 0 O O O O O O O O O O O 00000 O 0 0 0 0 0 0 MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • • • N4' z'; 0 00 O O 0 0 0 0 0 0 O O O 0 O 0 O 0 O O O O O O O 0 0 0 0 0 O 000 O 0.0. O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 M• M• M• M• M• 0000000 M• M• M• M• M• M• M M• M M• M M• M M• MMMMMMMMMMMMMMM • • • • • • • • • 7' O' V' N' z 00 V! I- O 0 M 0 ,.0 0 0 0 r O 1 0 0..,. CO 0 O LO 0 O 0 O 0 CO LO 0 0 0 0 r V... 0 0 N tl' O M O O In O O O M -0 O O O O O O 000 O O O O -0 N 0 O M m M0 0 N; LO LO ON O O O N O It O O LD O O CO O O O O M O M CO O O LD M M CO O O Cf1 tl' Lo Ln V tl' M M ER I� N 6p3 O r O ER M MV LO (D tlt O Ef> Lo M �> ER m M Ef3 Fi> ER Fi> O LO In d' V tl' V tl' M 6pT M 00 V LO ER Fi> V M V (D 0 � ����� 69 61) 69 61) N Lo z' N 0 0 0 0 O M O 0 N 0 O LO O O O O O N LD O 0 O - O 0 0 0 M 0) M 0 N O M O M M O 00m 00 O - N O M O O O O O O 000 O M- O O M 000 O O O LO 00 0 LO M O N 0 � I- O 1- LO O LO O O O O O M O 1- LO M O O M M N O V O a E O N O O O N CLOf1 O 6) 67 6(DPI M CON tl' N �3 O N V d' V Cf1 O N ER 6PT M M 6PT FR 6PT N (o N m O 00 ER V Fi> O M O Ef> M FR N CO en Ef) ER Ef) ER Ef) ER ER Ef) ER Ef) ER 0f ER 0f 0f 69 EA ER EA ER EA ER ER N r'. O 00 O O 0 0 0 0 0 0 0 O 00 O O O O O O O O 00000 O 0 0 0 0 0 0 N 00 O M N M O O O 00 O tl' O tl' N O N 00 00 00 N 00 N 00 O N V (D O N O 00 N 00 O O R N O) d0' M M r N N 000 N COO M I- M d0' V N N N N N M N N 14- � M� dr- N ON M LOO M I- L O O O O O 0 0 0 0 0 0 0 O O O O O M I- O O O O O O O O O O 0 0 0 0 (D (D L) ER ER Ef) ER 6C3 ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER Ef) N'- z'r' N E R z C N a °"' vvvvv v vvvvvv L z 00 I� r M M Ln O O LO 67 CO 67 M CO CO V CO N CO O LO M M N M 00 M N N O Ln r M r LO O 00 O O O O O I- O 00 00 O O 00 00 O 00 N N NV N N M M N M N I- r I- r 1- O 1- O 00 r 00 O 1- O 1- r I- r 1- O 1- O 1- O 00 00 00 O 00 O 00 O 00 O 00 ;a O 00 O O 0 0 0 0 0 0 0 O 00 O O O O O O O O 00000 O 0 0 0 0 0 0 EP 7'- z'r' ECO M m M O I- O M LO 07 00 r- 00 O O O It O N N LO It O LO CO M CO N 00 LO N M V CO V I- r I- r M r 00 M M O I- M N I- CO N CO N O O O O O O O O O O (D O M N M M M M mm mm mm M M M M M M M M M M M M� M� V �P M M M M V �P L) 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 0 0 0 0 0 0 0 0 0 N'' 00 00 00 0 O 0(l) 00000 O 00 O O 00 00 O O O N O O O O 00000 0 0 '.'. 00 00 00 O CO �P O M 00 00 00 O 00 O O 00 00 O O O LO O O O O 00000 I, 00 00 V O N 00 O -P 00 V 00 O 00 O O 00 00 O O O N O O O O 00000 rr7 '.. ER Ef) ER Ef) CO Ef) V ER 00 ER Ef3 I— ER ER Ef3 ER 64 ER Ef) ER Ef) ER Ef) ER Ef) ER (D ER Ef) ER Ef3 ER Ef3 ER 64 ER I- M (D N (D ER ER Ef) Ef) 69 EA Z'J V1 0 0 0 O 00 0 0 00 00 000 O 00 O 00000 O 0 0 0 0 0 0 0 00000 'o 0 0 0 0 00 0 O 00 O (D 000 O 00 O 00000 O 0000 O O I- 00000 '.'. 0 0 0 0 00 0 O 00 O 0) 000 O 00 O 00000 O 0000 O O -P 00000 ER 6n, ER 6n, ER 6n, ER 6n, ER 6n, ER of ER of ER of ER of ER 6n, ER 6n, ER 6n, ER 6n, ER 6n, ER Ef3 ER ER 0ER 0ER Z'' O 0 00 00 O O 00 00 00 O O 00 O 0 00 00 O 0 00 O O O O 00000 Z_ 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 00000 N 0000000• M• 0000000 M• M• M• M• MM• M M• M M• MMMMMMMMMMMMMMMMMM• • • • • • • • • • • 7'= O'= V€ N' z' 00 V1 0 CO O O O O O CO 1 0 O I-O 0- 0 CO O N 0 0 N N O V M O CO 0 N w' M 0 0 0 0 0 0 O V 00(D N 0 0 O N - O . M 00 M O - O In O V 0 O - M O 0 00 O r O O N O O O LO O 0 CO O M O CO LO O M M O N N lD O M O O 00 07 LO 00 O M O O '.'. I- 0 ER 6PT 61) 0 V In N ER V CO I- O 6P3 d' In V M V N It V 0 LO I- CO It In M M 0 M LO ER 't M M CO V M Io 613 V In M LO M V V (D CO FR V LO ER N V tl' 0 �� � ���� �� � �� � �69�69 69 �69 69 � � � 613� 613� 61n, N a N a' LO z' N N 0 0.... V 000 0...... O N....0 0 O.. O M 0 O 0 I- 00 LO M....0 0 O N O 00 00..:..0 CO 00 O 00 M N N (D O O O In 00 O M O Ln V tl' O M M 0 0 0 CO (D 0 - 0 O O 't LO M d0' M M 0 N 00 1- O O O '14--6T O M 0 CO O LO O CO O CO CO It O O V I- O M N CO O d' O CO M CO N I- V a ELn N M ER M FR 0 ER d' Ef3 07 O N tl' N Ln Ef3 NCO 0 O M ER CO 0 N V N M O N d' V M Ef3 14-N 07 0 Ln M 0 0 N V Cf1 CO ER EA ER 6p, 6p, ER 6p, z; ER S EA ER EA ER ER EA ER EA ER EA EA E; S ER EA ER z; ER 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O 00 O 00000 O 0000 O O O 00000 N '- O N N (D CO CO CO tl' O N O tl' CO M M tl' N 00 V tl' 00 00 O M O tl' V (D V tl' M CO O tl' V tl' V �,.'. M d' V Cr0 N tl0' M W V M M tl0' r dM' M CO M CO M CMO M M M N M M� Lo M M M M M CO It N L I'. M M M M r I- M M M M M M M M M I- M M M M M M M M M M r M M M M M M M M M M U '..'.. ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER Z'1 Rr a Cl) v vvvvvvv v vv v vvvvv v vvvv v v v vvvvv L E 7 Z' N CO Ln N tl' M 0 M I- CO 0 r Or- M N M I- V O LO M N CO It CO M N 00 LO In O O r- N N LO tl' V tl' LO LO I- 00 O CO 0 CO CO O O O O 0 0 M V N N V d' M V N 00 00 0 00 00 00 00 00 00 00 00 00 0 00 0 00 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 ;a '< 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O 00 O 00000 O 0000 O O O 00000 Vtl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V tl' V Zt V tl' V tl' V Zt - tl' V Zt V T V tl' V T V E' I- d' M d' 0 M M N M LO CO 14-0 d' M O 00 0 N LO I- N V M M LO M N O I- r M M 00 M _ O M O (D r M N N N M N N N V M M M N N LO M N M LO V It O M r V0 V).� V M M -t M M V tl' V VV In LO V tl' V tl' V tl' In tl' V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 0 0 0 000000 O In O O O O 00 O V 0000 0000 000000 O O 00 00 O O O N O O OOOOON O M O O O O O w 00 O O O V O 0 0 O 00- 00 V 0 O O V O N 0 0 0 LO O 00 O O O O O I- O O O O O O O 0 O M O O O 6 O O O V O O CO O O O O O O N O 000 M O rr7 Ef) ER Ef) ER 6n3 MER MER ER E3 ER N E3 M E) ER E) M E) ER EA EA Ef3 WER EA M EA Ef3 EA NER NER ER EA M 6p, • M ER ER ER ER ER ER Ef3 ER ER ER ER N Z N ':'. 00000000000000000000 00 00 00 00000 O 000000000 v 'r. 0000000000000000000000000000000 O 000000000 a M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• 000000000• N4' 00000000000000000000000000 O O O O O O O O O O O O O O O 0.0.0.0.0.0.0.0.0.0.0000000000000000 O O O O O O O O O O O O O O O N M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• CL ER 7' O' V' N' N'= Z' a z O N O 00 1- r 00 O O O O O M O O Lo O O W Lo O N O O W O It V 00 O O O M I- CO N N- 00 O 00 M N 00 Lo O 't O W- O V N 00 N O O 00 O co M O co r 00 1- O r M M O M N M m O 00 W O 00 00 O O O N O O Ln 00 V Ln O Ln O O LO LO O N CO 00 M O Ln CO LO V O Ln M M Ln O ER It In O ER CO Ef3 li-It Ef3 O M d' V d' Ef3 O M d' ER d' O ER N M ER Ln N ER �T M �T m M Ln LO d- tl' In 0 M 0 M 0 0 M In M V tl' V tl' tl' M N M tl' N tl' M N tl' In 0 EA ER EA ER EA EA ER EA EA EA EA ER EA ER EA EA ER EA EA ER ER EA EA ER EA EA ER EA ER EA O O O O O M O O O O O O O O O N LO O O eP LO O 00 O O V O O M M O O O O r M O CO Ln N M O O O CO LO CO V O O Ln O CO O O LO LO O It LO O O LO eP LO M CO O O V CO O CO O O M O O O 00 M N O N O W O 00 W O O M O r 0 0 W M O W O It O N M LO I- It O 1- CO O O O M M O O D O M 00 6pT M 6pT O I- M O 6pT O ER M 6pT Fi> O O ER I- O O ER O r O O M 69 O CO It ER CO ER O O 6 EA ER EA EtlA' ENA ER O tlM N EA ER EA 6p, EM EA 6CR I EA EA N r'. O O 00 00 00000000000000 00 00 00 00 00 O O 00 00 00 00 O N 00 V N O O N N N 00 V tl' O O M M N O O 00 V tl' O O O M V W N O V CO N M V tl' N 00 M M tl' M O M r M N r OM) N COO M M M� N M M It V M M COO M It � M M M M It O O r It V N V CONM M M M L) Cti Cfl CC, Cfl CC, Cfl CC, Cfl Cti Cfl Cti Cfl Cti Cfl � Cfl Cti Cfl Cti Cfl Cti Cfl Cti Cfl Cti Cfl Cti Cfl Cti Cfl Cti Cfl Cti 69 Cti 69 Cti 69 Cti 69 Cti U ?. ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'- Z'r' a V -t V -t Ln LO Ln LO LO LO LO LO LO LO LO LO LO LO LO LO W W CO (D CO (D CO (D CO (D CO (D CO I- r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r L E 7 Z O N N O M V N O I- I- N O CO O M Lo O 0) O 0) M LO M I- O 00 V Lo CO 00 00 00 V co r I- CO M CO LO r- M N N O O O O O N O O O O O LO It M LO LO M M N eP LO LO LO M CO O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O 0 0 0 0 0 0 0 0 0 -20000000000 0- r O r 0 r 0 0 0 EP 7'- Z'r' E O Ln It O O N O O LO O O O O O N O O M V O M N r M M N O r M CO O N I- M O LO M Ln , Ln N 00 LO r LO LO eP LO eP I� V Ln r M LO M I- d' r M M V (D CO CO r- r Lo In d' r 14 V 00 .� -t V tl' V tl' V tl' V tl' V tl' V Lo N tl' V Lo t tl' O tl' V Lo Nt tl' V tl' V tl' V V tl' LO tl' V N V tl' O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 co rlN r O m N LO N 0 N '' 00 00 O 0 00 0 0 0 00 00 00 00 00 00 O 0 00 0 0 0 O O N O 00 00 00 O 0 0 '.'. O (9 00 O �P 00 V 0 0 LO 00 00 00 00 0 (9 O O O 00 000 O O I- O � 00 00 O a) 7J 01- 00 O O 00 V 000 00 00 00 00 O(l) O N O (9 000 O O 00 O d' 00 00 O rr) R'.'. ER (9 ER ff) ER M ER ff) LO Ef3 ER 00 ER ff) ER ff) ER ff) ER ff) ER V' ER 00 ER LO ER 6f3 ER 64 O N 64 M ER ff) ER ff) ER (9 (9 (9 co (9 (9 (9 m '.,'., ER EA ER EA EA EA EA 69 EA EA Z'J V) 0 0 00 O 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 00 O 0 0 0 0 0 0 'o O O 00 O O 00 0000 0000000000 O 0 00 0 0 0 O 00 O O 00000 MMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMMM• • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • N' Z'' 0 0 00 O 0 00 00 00 00 00 00 00 00 0 0 00 00 0 0 00 O 0 00 00 O Z_ 0 O 00 O O 00 00 00 00 00 00 00 00 O 0 00 00 0 O 00 O O 00 00 O N 0000• M• 00000000000000000 M• M• M• MMM6M6M6M6MMMMMMMMMMMMMM0M0M0M• • • • • • • • • • • • • • • • 7'= O'= V€ N' z' 00 rl- y O 0....M rM ...0 ....M O CO 000 NW- M 0.... 0 00 O 0........0 O N 0....0 O.. M O NNC9OO 0. O (9NNNN 0 M 6.. N M..,..M M M d 0 O M LO (9 O W (9 O O LO OO M M 6) 0 6 0 0 O O (9 O I- r- r O N LO I- LO LO I- 00 LO I- V V M M 63 In LO �T 6) M 61) 6) M M M (9 00 N I- 6pT FR V tl' - (9 V LO V M V 14-V 6pT 61) (9 61) M It6T V tl' O (9 N M Ln O M LO V LO 0 I- 0 V M M tl' V 0 �, ER 69 EA ER 69 EA EA ER ER EA ER EA ER EA ER EA ER ER EA ER ER EA ER EA ER EA ER EA ER a N a' Lo z' N N 00 0 (9 O O O (9 CO 0 0- N O O N (9 N O LO CO 0 0 O 0 N 0 (9 LO 0 0 N O O 0 LO M N CO N 0 0 Lo M N O N O ' ' 0 0- M M- O O 'q -O 'q-0 M V V O - I- O O M O O O Lo O N CO N 0MOM M• O ON MM 0MM M MM M M r r M 00 MOMO MM M 0 W M M NN a • LND • N 00 N (9 • • N O • •E N •EN MN ER ER EA ER ER EA EA E; ENA A) z; E; ENA E; E) EO ER RN ER 6p, 6p, ER Ef) 69 EA ER N O O O O O 00000000000000000 O 0 0 0 0 0 0 O 000 O 00000 N '- V (9 V O N tl' O tl' V tl' O O O O V 00 O N N tl' V (9 V O O 00 V tl' N O O O O tl' O O N N N M M M CONM M O M V) M N M O N O I- M d' - M r It � CONM LOO N d0' r M M dM' N r- M It M 60) N 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 0 0 0 0 0 0 O O O O O O O r (D r L)'..'.. ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER N'' Z'1 Rr a Cl) v vvvvvvvvvvvvvvvvv v vvvvvv v vvv v vvvvv 0',', i�z �z i�z �z r- I- r- I- r- I- r- r- r- r- r- 00 00 00 00cc) cc) cc) cc) cc) cc) cc) cc) cc) cc) X 00 00 00 00 00 0) 0) 0) 0) Q';---- L E 7 Z; 67 V I- LO 67I— N M r 00 V It O O I— O LO M N LO M N LO 00 I- N t- V M LO '- O 00 co 67 I� I- co 6) O I— O 00 co t- r M � M O M M N N N O O M M M M M M N tl' Lo 6) V O O O O O O O O O O O O O O O r - 0 V- V- V - V- V- V- V- V- V- V- V- V - V- V- V - V- V - V- V- V E' I- O I- O M LO N O V M N 0 0 0 M 00 0 LO LO I- N 00 LO It r O O 00 V M O (9 0 d' (9 _ O LO 00 00 00 67 In 00 6) 6) O N O 00 O M O LO M LO O LO V d- 0 O 0 6) O d' Lo m 6) M O O LO LO I- .� V O V tl' V tl' Lo tl' V tl' V LO In tl' V 14 - Lo LO V LO Lo LO Lo 'I- V LO V 14 -In LO In 14-V 14 -In LO Lo LO Lo U O O O 6 O 6 O O O O O 6 O 6 O O O 6 O 6 O 6 0 0 0 0 0 0 0 6 O 6 O 0 0 0 0 0 0 0 N 'r'. O O 00 000000 0000 O 000 O V N 0 00 O 0000000 00 00 00 O O 0 ':'. O (D O O O 00 O O N 0000 00 O O N O O 00 00 O (D O 00 00 000 00 00 O O O O O Ln O Lo 0 00 00- 0 0 0 0 O O O O O M Lo (D O M O 00 00 0 0 0 00 00 CD O O It R (fT 00 ff) N ff) ER ff) ER 6f3 - 6f3 ER 6f3 ER N ER 6f3 Lo Ef) M -t N ff) I— (fT ER ff) ER ff) ER 6f3 ER 64 ER 64 ER V' ER ff) (D N (D CD (D ER Ln (D CD m ;. ER ER ER Ef3 ER ER ER ER Ef) N 'r' zP N O 0 00 0 0 0 0 0 0 d' 0 0 0 0 0 0 O O 0 00 00 O 00 0 0 0 0 00 00 00 00 0 'o O O 00 00-000 0 O O O O 000 O O 00 00 O I- 0 0 0 0 00 1-0 00 00 LD O O 00 001-000 N O O O O 000 O O 00 00 O (D 0 0 0 0 00 1-0 O O 00 M 6,3 Ef) ER Ef) ER ER Ef) ER O ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) 0 6P, ER of ER 0ER O ER 0ER Ef) 69 N :.. Ef> 69 NR 61n, z'; 0 0 0 0 0 0 0 0 0 0 O O O O O 0 0 O O 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O 0.0.0.00 0000 O O O O O O O O O O O O O O O 0000000 000000 O M• 00000• 0000• M• M• M• M• M• M• M• M• M• MMMMMMMMMMMMMM6M6M6 M • • • • • • 7' O' V' N' z 00 N M O N 0... r N O O LO.., O CO (D r O 0 O M O (D ....OLDOONNN....0M.. CD 00....0 CD N 00 O- V O- N 0 0 0- M OO O O M O n0 N M OO 6 r 0 N; O CO V CO M It O LD O r Ln 00 O O O CO O I- N Lo r Lo O O Ln N M Ln 00 I- r O O 0 1- d' I- Ef3 Ln N M V N ER tl' Ef3 tl' V) d' 0 tl' N CD M N I- Lo V It 61n, ER CD E13 tl' LD M M O O d' ER V) tl' tl' 0 Ln LD V O V) LD V 00 (D (D V) Ef> N V) tl' N N V It V CO M M M V N 0 69 EA 69 EA EA EA 69 EA ER Ef) Ef) ER Ef) ER Ef) Ef) EA ER EA ER EA 69 EA 69 EA 69 EA ER 69Lo a N Lo z' N ^ 00 O O LO.., O CO V M O O O - (D 00 O N O 00 O Lo 0 M 0 d0' Ln �_ N M O O O r N LD O O 00 It 0 N 0 LD 0 0 0 000 M LD M 000 O 0 Ln O V M O Cfl LD N' WMOMCD M M M M r MM0O0 O0O co o• a rrNMOM N N tlC9 M M ON N •M• d ON (lot N N • tl' N ;. EA 6p, ER ER EA ER Z; ENA R Z; EV ER EA EA 6p, R•M ER E 69 61n, ,61n, ER Ef) 69 ER Ef) N r'. O 0000000000000 O 000 O 00000 O 00000000000000 N N Cfl O O 00 O tl' O O N 00 Cfl CD O 00 00 00 N 00 N tl' O O (D 00 Cfl 00 Cfl tl' Cfl CD Cfl CD Cfl O V O V O R N M M V O V Oro CND It dam' V dM' V ON M M M It M CD It M It r M (D M M I- V (D M r- M M M� N CSO L CD CD CD CD (D M CD CD CD M CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD CD M CD L) ER ER Ef) ER Ef) ER Ef) ER Ef) ER EA ER EA ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0 N'- z'r' N E R z C N a Cl) v vvvvvvvvvvvvv v vvv v vvvvv v vvvvvvvvvvvvvv 0 6 O O O O O O O O O O O O O O O O O O ----- N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N D \ r - r- r- r- r- r- r- r - r- r - r- r- r - r- r- r- r- r- r- r L E z CO 0M N V Lo CD 00 M (D V O O O O V CO Lo CD O Lo CO N r- tl' CD 00 V) V 0 Ln 0 CD 00 r- r r I- r r 0 CD O 00 O 00 O CD M N tl' M N N N N O CD (D V CO V 00 r r N N N N N N N N N N N N N N N N N N N N N - V- V- V- V- V- V- V - V- V - V- V- V - V- V- V- V- V- V- V- L E 7 zr E Ln I- CO M r O CO N N O O N 0 : 00 CD 0 CD tl' 00 N M M Lo Lo O r V O M N O 00 d' CD M r- O O � M I- M Lo I- M 00 O M I- V) O N O � 00 � (D � 00 � 00 CD r r Lo CO N d' O CO CD N .� Lo to Lo O Lo to Ln Ln Lo to Lo to Lo Ln Lo Ln Lo Lo Lo Ln Lo Ln Lo Ln Lo Ln Lo Lo Ln Ln Ln Ln Lo Lo Lo Lo Lo to Lo L) O 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 O 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d ''.'. � 0 O O 00 00 O 0 0 0 0 0 0 O 00 O 0 00 00 00 00 00 O O 00000 O v ". rn v O O (D 0 00 0 0 0 0 0 0 0 0 00 O 0 00 00 00 00 00 0 O 0 0 00 00 -1 cov 0 0 0 00 o 000 0 0 0 0 0 00 0 0 00 00 00 00 (D 0 0 0 0 00 00 R'.'. O LO ER ff) CD ff) ER ff) ER N ER 6P, ER 6P, ER I- ER 6P, ER ff) ER ff) ER ff) ER ff) ER ff) V 6f3 ER 64 ER 64 ER 64 ER � � 69 69 69 M• m Z'J V1 0 0 O 0 0 0 0 d' O 0 0 0 0 0 0 0 00 O 0 00 � O 00 00 00 O 0 0 0 0 0 0 'o O O O O O O O tlt O 0 0 0 0 0 0 O 00 O O 00 M 0 00 00 00 O O 00000 0 O O O 0001- O 0 0 0 0 0 0 O 00 O 0 00 0 0 00 00 00 O O 00000 Ef) ER Ef) ER Ef) ER I- ER Ef) ER Ef) ER of ER of ER of ER Ef) ER Ef) 00 Ef) ER Ef) ER Ef) ER Ef) ER EA ER Ef3 ER 0ER 63 ', EA Z'' 00 O 0 0 0 0 0 O 0 0 0 O 0 O 0 0 0 O 0 00 0 0 0 0 0 0 0 0 O O 00000 Z_ 00 O 00000 O 0 0 0 0 0 0 O O O O 0 00 0 0 0 0 0 0 0 0 O O 00000 N 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0000000000 0 0 0 0 0 0 0 7'= O'= V€ N' Z' 00 V1 0 0.... O 0...0 0 V It (D... O ....0 O It 0 0.... 0) r V 0.....0 O M...0 —0 I— 67..:..0 O O O 0 O LO 67 V N 0 O O O O O V- 6) O O 00 M O O In 67 - O In O M O -0 In Ln O M O O O O N Ln M _ O O O O O O N M LO O V 0 0 CO O O N CO O O O O M N M O O O CD O LO 00 Ef3 6�T 62 6f, ER 6�T 62 Lo a0 0) 6f, M 6�T ER Lo 0) V tl' z� M M It N N 67 to ER M 6�T 00 00 CD LO ER CO V LO V CD V tl' M 0) 61) M 6pT V LO N V V tl' V 0 ER ER EA ER ER EA ER EA ER ER ER EA ER EA 6p ER ER ER EA ER a N a' LO z' .... ... N U) 0 0 M O O V... O 6)....0 O CO O 0... 0 0 — O 00...0 0) O M r.:..0 O O O O LD (D 0) 0 0 W 0 0 O O M N M CD V O N CO V 00 O CD In 00 — O V 0 00 CD 't 0 LO O CD N" 0 O V V N OM O O CO It CO 0 ON � O �� CO M 1- N a '.'. N V 000 CD CD V V LO CD CD N V COr M M M 607 tl' M r N N V V It CD 607 O CD ER ER EA EA ER ER ER EA ER EA ER ER EA ER EA ER EA ER EA ER ER EA ER EA ER EA ER EA ER N O O O 00000 O 0 0 0 0 0 0 O 00 O 0 0 0 0 0 0 0 0 0 0 0 O O 00000 N '- CD tl' O CO CD N CD O O O N N V CD CD O 00 00 N 00 CD CD CD 00 CD O O CD CO M M tl' N O CO M O �,.'. N Lo � CND M 000 M I- � N � N 0 M V I- r ON � 14- V CD M Oz O ONO Or d0' V CD M It N O CO I O t r M M M M M M M M M M M M M M M M M M M M M M r r M M M r M M M M M M (D M L)'..'.. ER Ef) ER Ef) ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER N'' Z'1 Rr a Cl) v vvvvv v vvvvvv v vv v vvvvvvvvvvv v v vvvvv N N M M M M M M M M M M M M M 4 V 4 V 4 V 4 V 4 V 4 V 4 V D L E 7 Z; N Cl) M 0) O N M V00 I— It M LO VM CO M N N LO N O O 0) LO N 00 V00 M M r r LO It r r 0) O 00 O O 0) 0) O 0) O d' CD It LO CD V Ln N N N M N It N N N N N N N N N N N N M N M M M N M N M N M M M M M M M M M M M M M M M M N'- E' 7'= Z' EI— O M 67 O N r r LO I- O O N 'q- O 'q -LO O 0) 67 M CO r N M M V N d' 0) 00 I— _ O N 00 M N r W N CD CO CD I� r r 6) N N r M a0 6) I� r O 6) r 6) 67 V O LO O N 67 6) O O Ln In Ln In M In Ln In Ln In Ln In Ln In Ln In r In Ln In Ln In M In M In Ln M M O M r Ln In M M U ON 6 0 0 0 0 0 0 0 0 0 0 0 0 0 6 6 O 6 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0) 0 0 0 0 0 0 O 00 O 000 O O O O 0000 OOOOOOOOOONOOOO O O tl' M O V O O 00 00 00 O 000 O O O 00 00 O N N 000 CO 00 O O O CO N O 00 O O r-4 00 M 0000 00 N 00 O 000 O O O O 00 CO O M 000 Lo 00 O O O Lo (0 O O D O N It 00 O 61)61) 6pT CO M 6p, 6p, LO 6p, 61) 61) 6pT 61) N 61) O d' N LO 6p? FR 6pT r- 63 ER 61) N 0) Ef3 61) 6pT 61) N 61) r- M M M N M M M M M r M M ER (0 ER ER Ef) ER Ef) ER 69 ER Ef) ER Ef) Ef) ER ER ER N Z N ':'. 0 0 0 0 0 0 0 O 00 O 000 O O O 0000000000000000000 O O 'o 'r. 0 0 0 0 0 0 0 O 00 O 000 O O O O 0000000000000000 00 O O w 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 N4' 0 0 00 00 O O 00 O O 00 O O O 0 00 00 00 00 00 00 000 O 00 O O C 0 0 00 00 0 O 00 O O 00 O O O O 00 00 00 00 00 00 000 O 00 O O c�� 69� 69� 69 � 69� � 69 69 � 69 � 69�� 69� 69� 69� 69� 69� 69 69 69 69 � 69 7 O V N N Z a z O O tl' O M 00 O O O N M O H O M M M O 0) I- 000 M O r 000 O O O (N V O O LO O 0) O 00 O r- 0 O 00 CO Lf) O O O 't 00 N O M M 000 00 O r 000 00 00 O 't N O 00 N O CO O M O I- O O O d' O M V 00 O N N LO EO(D M 000 LO EO O 000 V O Ln O M O O d' Ef3 d' Ef3 M In (fT ER It d' O M d' ER d' V 14- ER (D In 61) ER EA A V EA Ef3 EA VN N ER CO C0 EA N Ilt ER M tl' V M V 14-' 14-' V tl' tl' M N N V C0 N M M C0 tl' EA EA EA ER EA ER EA C0 ER EA EA ER EA EA ER ER ER ER EA EA ER ER EA O CO O It N O O O 00 I- O M O [- r [- O M 000'-TO(Y)00 0 0 0 0 CO C0 O O LO O CO O LO eP It 00 O O M 00 O LO O LO M 0) O 00 M 000 M It O O 00 It O (D O 0) Ln 00 O M O CO O N O It I- O O O CO O LO O I - 0(l) 0 0 0 I- 00 (0 O O 00 O N O N Ln It M O 00 �T O O O ER 6pT Fi> 00 6pT 0) Ef3 O 00 O ER O O Fi> 6pT FR O I- O ER � d' Ef3 LO 6p? O O O 6pT 0) Ef3 M M N N N N M CO M CO It N N 00 6C, 6C, ER 0f ER ER EA EA EA ER EA EA ER ER EA ER ER Ef3 Ef3 Ef3 ER Ef3 EA 00000000 O 00 O 000 O O O 0000000000000000000 O O N O CO tl' 00 M N 00 00 00 O tl' O M O O N N 00 N O O N N N tl' 00 M M tl' 00 tl' M M 00 00 00 M O R N O M ON M V COO M dam' N N M dM' O M N Lo ON I- LO It N O O I- V I- M 14- 00 V r- N CO LO O N dM' N t ';.0 r- M M M M M O O O O O O O O O O 0 0 0 0 0 0 0 0 0 I- 0 0 0 0 0 0 0 00 O (D (D L) ?. ER ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER EA ER 6C3 ER 6C3 ER 6C3 ER 6c3 ER 6C3 ER 6C3 ER 0ER N'- Z'r' R'; a Cl) v vv v vvv v v v vvvvvvvvvvvvvvvvvvv v v 0'>. tl' V tl' V t V -t V -t V -t V LO Ln LO Ln LO Ln LO Ln LO LO LO CO CO CO CO CO CO CO CO CO CO CO CO CO CO CO N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N D r- r- r- r - r- r - r- r - r - r- r- r- r- r- r- r- r- r- r L E 7 Z O O O r CO CO 0) V M N (0 00 tl' M O M O LO It LO It M Lo I- Lo I- d' 00 N N 00 0) d' V M LO LO N LO LO M M M (D I- r r- 0) r- r (D 00 0) O M 0) O M M M M O N N M V O N' EP 7'- Z'r' E It LO CO M O O C0 M I- LO LO It O LOG) tl' M r Ln O M O d' Ln M d' O N O M M O O O M _ S O M 0) V) O � 00 O O 0) 0) O r N V Ln r(D Lo LO r CO N N N M M N � Lo N N '-T C0 .� M N LO O (D CO 00 CO CO In LO CO CO r- M r r M M O r M M r- M M M[- M M r O M M r N L) 0 0 0 0 6 6 6 6 6 6 6 O O O O O O O 6 O O O O O O O O O O O O O O O 6 O O O co rlN r O rlN LO N 0 0 0 0 0 00 00 O 000 0 0 0 0 0 0 0 O 000 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 00 0 0 00 v 0 0 0 O 000 c6 00 O 00 00 0 0 0 0 0 0 O 0 0 0 0 0 0 0 cn) 000 N O Lo 00 00 000 O 000 Lo 00 O 00 00 O O O O O O O O 0 0 0 0 0 0 EA ER EA ER ER ER ER 6p, ER 6p, ER 0ER LDER 0ER NER EA ER ER EA ER EA ER 6p, ER 6p, ER 6p, ER 0� N � Lr) ER ER Ef) Ef) Ef) ER N Z N ':'. 0 0 0 0 0 0 0 0 O 000 O 0 0 0 0 0 0 O 000 O 00000 O O 0 0 0 0 0 0 'o 'r. 0 0 0 0 0 0 0 0 O 000 O 0 00 00 0 O 000 O 00000 O O 0 0 0 00 0 w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 N4' 0 0 00 00 00 O 0 00 O 0 00 00 0 O 00 O O 00 00 0 O O 000000 C 0 0 00 00 00 O O 00 O 0 00 00 0 O 00 O O 00 00 O O O 0 0 0 0 0 0 c � � 69 � 69 � 69 � 69 � � 69 � 69 � 69 � 69 � � 69 � 69 � 69 � 69 � 69 � 69 � 69 69 � 69 � 7 O V N N Z a z M Lr) 00 O O LD O O O LD O N Ln O O O N M O O V I- M 67 00 LD 00 CO 67 O O C6O 67 't N M O N N Lr) 00 O Ln M O M O N 00 N O O M 67 Ln Lr) O N O 00 (6 r— O M 67 O Lr) N Ln 67 O r 00 d' O O � d' O 00 00 O 00 0 0 O O O d' M O C6 LD M LD LO M O M M O r d' V r ER d' V d' Ln 613 In d' ER I- r 63 M ER V C6 �T FR Ln M O r M d' M M Ln Ln M ER V M ER Ln tl' V C6 C6 N 14-M V 14-tl' V V tl' V 14-N V It V M V W V V It W 6p,ER EA EA ER EA ER ER EA EA ER ER ER 6p,ER 0f ER 0f ER 0f ER 0f 69 EA ER ER 0f Ef) I- Ln O O O O LD O OLD O 00 Ln O O O 00 It O O M M r N LD N d' O O V 67 O LD Ln n r V O O O 00 O 00 O O 67 C6 N N C6 C6 O LO V tl' 00 00 O LD C6 M V 67 C6 O Ln 00 M O r M 0 0 0 00 M O O 00 N r— 00 6) 67 00 O O M O O M I- M I- r M Ln 67 O I- r O V CO 6) 00 67 6) Ef3 6pT FR O 67 00 E 6) 67 (6 Ln EOO M Fi> O O 00 Otl' 6) 67 00 67 O 67 00 dC6 6) 00 V 6r7 N z N , EA ER ERAER ER 6p, ER 6p, ER ER ENA EC6R EN ENA ENA ENR EM EA WOOOOOOOO O 000 O 0 0 0 0 0 0 O 000 O 00000 O O 0 0 0 0 0 0 N O 00 C6 00 N O C6 C6 tl' M M M tl' M M 00 M M O V 00 00 tl' V tl' O 00 M N M M V O N 00 C6 C6 R M M O M d' O M V d00' V M(D 607 M O N LD M C�6 O ONO O I- O Oro N CMO 0) Lo LO d0' N d0' V ON V It s 66 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 c6 r m c6 66 c6 66 c6 c6 c6 66 c6 66 c6 66 c6 66 c6 :.) ?. ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'- Z'r' a Cl) v vvv v vvvvvv v vvv v vvvvv v v vvvvvv 0' (I - I— r— I— r—I—r— I— r-0000000000 00 000000 cc) cc) cc) cc) cc) cc) cc) cc) 0-)0-)0-)0)0)0) N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N D r— r— r— r— r — r— r — r— r— r — r— r — r— r— r — r — r— r— r L E Z N In 67 C6 CO O I- V 00 r— O N O It r M 6) (6 r— M M Ln M 6) O ON O I- M I- 00 M M 67 M N In M M d' V (D In Lo Lo O CO 6) r- O O 00 6) N I- VN V N N M tl' V M V -t V -t V tl- V tl- V tl' V Ll7 In tl' V Ll7 In tl' V Lo In Lo In Ll7 eP -t Lo tl' Lo Lo Lo Lo In Lo N' EP 7'- Z'r' M N V O O M Ln N r M t C6 Ln O O N In 14- M d' M LD N M r— LQ t r M _ S M N N N N M M M M M d' M M M LQ et d' V d' V LQ et N V I- V tl' V (6 V I- V Lo Lo r V) Ln R N M M M M M M M M M M M M M O M M M M r M M r M M M r r I- M M r M M I- M M 0 0 0 0 0 0 0 0 0 6 6 6 O 0 0 0 0 0 0 0 O 6 O 6 0 0 0 0 0 0 6 0 0 0 0 0 0 0 co rl- N_ O co N Lo N '0 0 0 0 0 0 0 0 O V 0 O O O 0 0 0 0 O O O 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 O O V '1. 0 0 0 0 0 0 M O V O O O O O O O V 0 0 0 0 w O w O O O O w O O O O O O O O V 0 0 0 It a 7J 0 0 0 0 0 0 0 0 O O 6 O O O O V O 0 0 0 6 N t- O O O O r O O O O O O O O M O N O It ER ff) ER ff) ER ff) O ff) N ff) ER V' ER ff) ER ff) N ff) ER ff) ER N V 0 ER ff) ER ff) w ff) ER 69 ER 0 ER 69 ER 69 - 69 LO 69 I- M M M M r M M co M M ER ER 69 ER 69 ER 69 ER 69 ER ER Z'J N O 0 O O O O 0 0 O 0 O O O O 0 0 O 0 O O O O 0 0 O O O 0 0 O 0 0 O O O 0 O O O r O 0 V O O O O O O O M O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N O O 63 Z'' O 0 O O O O 0 0 O 0 O O O O 0 0 O 0 O O O O 0 0 O O O 0 0 O 0 0 O O O 0 O O 0 0 O 0 �.. O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O x'.'.69 0 69 0 69 0 0 0 0 0 b b b b b b b b 69 b 69 b 69 b 69 b 69 b 69 b 69 b 69 b 69 b 69 b 69 b 69 b 0 O'= V€ N' z 00 rl- N M M 0 LO 0 0 M W r O O M It to 0 0 0 O O l0 0 0 0- M N 0 0 0 0 It I- 0 0 LO 0 0 0 0 0 N I- [- M O O 0.0. LO 67 M 00 - W 0 0 00 V O to O 00 W N 00 00 O It l0 0 0 I- It O M 0- rM _ m LO to O O O Ow LO O O 0 N 0 0 0 0 O V O O O O N M O O D I- N O to O N O 67 O LO 4- '..'.. to w M Ef> N �> 69 I� N Lo ER 6T V Lo r O ER O M ER V 6T cf3 6T I- Ln V Lo ER O ER d' M 6T LO O V I- 69 M cf3 I- V N V V M ER M V tl' M N V V It V It It V V V C0 LO M 0 ER EA ER ER EA EA ER EA ER EA EA ER ER ER EA ER EA EA EA ER ER EA ER EA EA EA a N z' N to 0 LO O O r O M 0 0 I- 0 0 0 0 0 LO 0 0 0 M r 0 0 0 0 0 0 M O M 0 LO O O M 0 0 O W. W. -. W. O M. O C0 V O 0 67 M 0 O M M M 0 0 0 O M LO to O O 0 O M M It V It O O V 0 0 M ',. .r w- m- W� W �� w- O -,t N '.'. m- N"�"-N M �� O 69 N M O Or P" -M N 69 O a 'A COO M� dN' M 607 607 dN' 67 OM - '' M M M N N M N M tl' 0 V 0 N 0 M M N tl' M M en '.'. ER EA ER EA ER EA EA EA ER ER EA ER EA EA ER EA ER ER EA ER EA EA ER EA ER EA ER EA ER ER EA EA 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 N '- N 0 O 0 N M M M V O V O O w N 0 V w 0 M M M O M O 0 M O M 0 O 0 N 0 M tl' 0 tl' 0 0 0 0 Lo M N C00 M O '1- d0' N� N 0 r M N dM' r M M N V C00 M Lo M M M M N M r M Lo C00 ON M M It M ONO :.i '..'.. ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA Z'1 Rr a v ''a76)a76)000000000000000000�����������������r� 0- r - r - r - r - r - r - r - r - r - r - r N N N N N N N N N N N N N N N N N N N N r - r - r - r - r - r - r - r - r - r r r r r r r r r r r L E 7 Z; w O 67 M 67 M O N V N V d' 0 M r 0 0 M r N r 0 V O I- N M LO M tl' M 67 LoLO N I- O 0 � '- M M N d' w I- Lo 0 V LO w I- r LO w LO I- d' M LO V I- 0 0 0 0 6 0 0 0 67 0 M 0 0 LO N N N 0 Lo LO Lo LO Lo LO Lo LO Lo LO Lo LO Lo LO Lo LO Lo LO Lo LO to LO O LO to M Lo O O w Lo LO O LO Lo LO O LO O O O w r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - V - V - V - V - V - V - V - V - V - V - V - V - V - V - V - V - V - V - V - V - E 0 I- M N N O M LO N LO I- M M C0 0 N 0 M It M 0 M I- I- M 0 N M M M N O O 0 M 0 M O N _ LO LO LO LO LO 0 LO 0 w I- M LO C0 CO CO CO 0 M M r r r 0 0 0 0 M r M r M r M r I- M M I- r I- M M r M M M 0 I- r M M I- M M U'< O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 O O O O O 0 00 00 0 O O O 00 00 00 0- OOOMOOO O O O 0000 0 O O O O O 0 0 0 0 0 0 O O O O O O N 00 O O I- O O O N O O V O C6 O 0000 � O O O O O 0 0 0 0 0 0 O O O O O O LO O O O 00 000-0 0 (6 O O 0000 ER ff) ER ff) ER ff) ER ff) ER ff) ER EA ER EA ER EA ER CO N EA ER CO ER 6f3 ER N O 6f3 C6 LO M EA ER EA ER EA M• M• � M• � M• � M• N Z N '.'. O O O O O 0 0 0 0 0 0 O O O 000000000000000 O O O 0000 O O O O O 0 0 0 00 0 O O O 000000 00 00 00 00 O O O O 0000 M• 0• M• 0• M• 0• M• 0• M• 0• M• 0• M• 0• 000000• M• 0• M• 0• M• 0• M• 0• M• 0• M• 0• 0000• N' O O O O O 0 00 00 0 0 O 0 00 00 00 00 00 00 00 O O O O 0 0 00 Z_ O O O O O 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O 'MMMMMMMMMMM0M0M0M0MMMMMMMMMMMMMMMMM0c • • • • • • • • • • • • • • • • • • 0 O'= V€ N' N Z'= N 0 0 O C6 CO O M O O.. O I- 0 O 0 It O 0... O O LO 1- 0.....MM ON 0 0 O .. O O O 00 ... 0 C_ - 67 O - O O O 67 O N O M O N O O O O N- M O M O O O O Ln O N O O M M O O O O O It O M V 67 LD LO LD O O O O N LD O I- O LD O O M O O O M O 67 6) 61) M LO 0 M Ef3 67 Ef3 C6 6pl, LO 0 LO Ln It Ln 613 ER FR Ln O M 63 M ER LO Ef3 6pl, 67 Ef3 LO 6pl, 0 N M It It tl' M M tl' V tl' V V N V C6 N It M It �, ER ER EA ER EA EA EA EA ER EA ER EA ER ER EA ER ER ER EA EA EA ER EA a; a' z' U) OO0� _. O O.. O co N O _......0�_. Lf) )O0... 0M00.....0MM.. 0OrO __.O0...r 'T� O 00 't N f)0' 00 67 C6 00 00 Oo r O O O MMO O MMM M• M M• 0 M• V N N MV 6M N N In WM M O N• O 0 • (Y) MM00M O IOO EMLOI-NM NNEN MMV ER 6f ERE) ERAER 6p, ER 6p, ER 6p, 69 ER EA R EA R EA EA R EA EA EA ER EA 69 EA 7'- Z'1 V1 0 O O O O 000000 0 O 0 000000000000000 O O O 0 000 N O O N 00 V C6 N N O tl' N N O 00 00 00 00 N 00 00 C6 N O 00 C6 O N 00 V tl' M N M tl' V tl' �,.'. LOO M LMO 0 M M It O r- N M 0) O M co M M N It V M N dam' M Lo M dam' M M M dr' V M V N L I'. M M M M M M M I- r- M M M M M M M M M M M M M M M M I- M M M M M M 0 (D (D 0 L)'..'.. ER 0ER 0ER Ef3 ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) N'' Z'1 Rr a a w'.'v v v v v vvvvvv v v v vvvvvvvvvvvvvvv v v v vvvv M M M M d' V d' V dt V dt V dt O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r L E 7 Z; I- M It CO I- M O In Otl' r r- M LO CO LO 00 N I- O r It O M 67 0 tl' LO I- � '- M N LO N M N 14-' VI- I- I- co 00 O 00 I- LO C6 CO w o I- O O 00 W O N O 0 N O '., M M M M M M M M M M M M M M M M M M M M M M M M M M M I- r I- r r- (D r- r r - N'- E' 7'= Z' E' O LO co M V d' LO 'q- M LO I- LO C6 00 C6 LO C6 67 C6 LO I- I- r I- M V CO CO 0 67 O O 00 _ 6) 0 O 00 O 67 I- 00 co 00 O LO 0 00 O O LO Co N 67 0 N LO 00 6) M LO LO 0 LO O O C6 N I� r O r M O M O M M M 00 r- M M 00 00 r M r M M I- r M r M r I- M 00 I- 00 r r- r O U O O O 6 0 0 0 0 0 0 0 6 O 6 6 6 6 6 6 6 6 6 O 6 O 6 O 6 O 0 0 0 0 0 0 0 co rlN r 0 O cY) Lo N 0 O O O O 00 O O 00 00 00 00 00 00 00 O 0000 O 000— O O O 00 D O O O O O O O O O CD N 00000000000 CD 0000 O O O O N V O CD 00 to O O O O O O O O O O Ln 0 0 0 0 0 0 0 0 0 0 0 0000 O M O O 00 M O Ln 00 It ER EA ER EA ER EA ER EA ER r M ER ER 6f3 ER 0ER 0ER 0ER 0 M EA ER EA ER EA V EA ER 00 M 6f3 LO Ef3 ER M• M• M• 69 M• M• N Z N '.'. 00 O O 00 O O 00 0000000000 00 O O 00 O O O O O O O O 00 'o '.'. 00 O O 00 O O 00 0000000000 00 O O 00 O O O N N O O O O 00 '.'. 00 O O 00 O O 00 0000000000 00 O O 00 O O O CD O O O O O 00 �',', ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER O V Ef3 ER Ef3 ER EA ER M O 0 O 0.... O O O O 0 0 0 0 O LO 0 0 0 0 0 0 O O O 0 0 0 O O O O 00 O O O 00 Z_ 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 00 O O O 00 N M• M• M• M• M• M• M• M• M• M• M• MM• M• MM• MM• MM• MMMMMMMMMMMMMMMMO • • • • • • • • • • !Z' � 7'= O'= V€ N' N Z'= N Z O r O LO LO M r 00 LO 00 O O It O N LO It O O O O CD O O CD M r O O O N O O 00 M 00 V 00 O CD CO 00 N 00 V 0 CD O M LO M O LO O O CO O O M M r O O O M O O LO O LO O O M O M 00 M 00 M r LO CO O CD V O O r O It N O O LO OLO O O O O Ef3 Ln Ln V Ln O O 6P, �T �T 6P, M CD In Ln ER r V Ln ER M �O CD 6P, �T LO - Ef3 FiT 6pl, Ef3 'I- N 'I- M V V N CD V 14- N V tl' tl' M V Ln O m I- EA ER EA ER 0 ER 0 ER A ER 0 ER EA EA ER EA EA EA ER EA _ EA EA ER O O M O O LO LO r M 00 LO O LO O O CD O CO LO CD O O O O V O O LnN O O O CO O O O CO O O M N r r 00 M CD CO O M V O N 14- O 1' O r O r 0 N 0 0 r CD O It O O N V 0 0 O 00 CD LO r 00 M 00 O LO O N O CO M M O 00 N M LO O O tl' LO O tl' O O O M O O O Ef3 O N O N 61) 6pl, M M CD Ef3 O O O LO CD O O Ef3 CO LO N O LO 6PT 0 00 ER N 6pl, O co CD N M N z N N M CD r N N N CD M N r M M N M N r CD r M ER EA ER Ef3 EA 69 EA ER 0f 69 EA EA ER 0f ER Ef) ER Ef) EA ER Ef) ER Ef) Ef) EA Ef) Ef) ER N O O O O 000 O 00000000000000 O 0000 O 0000 O O O 00 N '- O CO N CO V N N tl' M M N M M 00 V tl' M M N 00 M CO CD CD O O CO N O tl' M M V tl' M tl' N M M LOO M � d' M M N O M O M CND M I- M CD LOO dam' M CND M N V) O M LOO V CMO M O M N M M M L I'. M M M M CO (D r CD r cD CD cD CD CD CD CD CD CD CD CO CO C0 M CO (D r C0 M M M M M M M M (D M U'..'.. ER Ef) ER Ef) ER Ef) ER 6C3 ER Ef3 ER Ef3 ER 0ER 0ER 0ER 0ER 6C3 ER 6C3 ER Ef3 ER 6C3 ER 6C3 ER 6C3 ER 6C3 ER 6C3 ER N'' Z'1 Rr a a w''vvv v vvv v vvvvvvvvvvvvvv v vvvv v vvvv v v v vv �'. v v v v V t LQ L\ LQ LQ LQ LQ LQ LQ LQ LQ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q C C C C r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r L E 7 Z; O V CO r M r O LOCO NM L014- Nr- O LO O LO 00 r CO r N CD r N O N d' CD It O LO M '= N O O N N N V M V tl- V tl- LO M LO M O 00 co r r 0 CD CD O O 00 O O O r 0 O N N r r CD r r r r r r r r r r r r r CO r r r r r r r CO CO r r r 00 r r 00 00 00 co co N'- E' 7'= Z' EO O CO CD N O M CD V N M N M d' r M CD CD O It LO M LO CO N O N O O 00 LO _ D r 0 O r M CD M CD 0 O O M M CD M M O M N O IP M M V M O rP V N 0 r 0 M 00 (D CO CD r r r r O N r W r r r 00 00 r r W r r r W r r r r r r r r O 00 r U O O 6 O 6 O 6 O O O O O O O O O O O O O O O O O O O O O 6 O 6 O 6 O O O O co rlN r 0 r m LO 0 0 0 0 0 0 0 0 0 00 000 O 0 0 0 0 0 0 0 O O CD O O O 0 0 0 0 0 0 0 0 00 0 O O 000 O O CD O O M 000 O V 0 0 0 0 0 0 tl' O M 00 00 O N O O O O O M 00 O O r, 000 CD O O 00 Lo 000 O 0 0 0 0 0 0 0 N O M O O O O M 00000 Ln O M O O EA ER EA EA EA ER (D ER Ef3 ER Ef3 � ER ER 0f ER EA ER I- ER 0) ER EA N ER Ef3 ER Ef3 ER Ef3 LO 0R � 0R ER ER ER Ef3 ER Ef3 ER ER ER ER N Z N ':'. 000000000000 O 0 0 0 0 0 0 0 O O O 00 O 0 0 0 0 0 0 0 0 0 0 0 O 'o 'r. 000000000000 O 0 00 00 00 O O O 00 O 0 0 0 0 0 0 0 0 00 0 O w 000000000000• M• M• M• M• M• M• M• M• M• M• M• M• M• M• 00000000• M• M• M• M• N4' 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 O O O 00 0 0 0 0 O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 I- 0000 O N M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• M• 00- 0000• M• 7' O' V' N' N'= Z' a z 0000 N 00 I- O LO O O O M O O CD I- O LO CO LO N O 00 LO CO It V 0 0 0 0 O LO tl' 0 0 0 0 LO 00 M N O O O O N CO O M N O CD O CO M O 00 O 0) CO V CD O O O r 0) LO In 0000 M 00 CO m O O O M LO D) O I- r O CO Ln CO O 00 Ln LO M N M O N O In Ln In O ER FiT �T Ln O ER IT M N O ER Ln In m ER I- In 63 O M V M ER FiT �T I- LO d' V N ER N �T O V tl' V tl' V CD V tl' V M tl' V In M M tl' tl' In 0 V M CD 0 V EA ER EA EA ER ER EA ER EA EA ER EA EA ER ER EA ER EA EA ER EA ER EA EA EA ER O 0) O O O O CO O N M O LO O 00 r O O tl' M O LO M LO CO O O O LO N CD CD CO O O O LO O V N 0 0 0 It (D O CO O- O 00 0) CO CO O M O It M CO O It O O V LO - M 0 0 0 0 O O O LO O O O r LO CD O N CD O O O (D LO CO O CO M 0) It O N O d' N N V) LO O O O N et O O d' ER It Ef3 O r E> O LO ER M 0 V) 0) 0) 6p, M O CD CO 63 c3O I- 63 6T 63 LO 0) N M N N N r M 6p, ER 6p, 6p, 64 A (r; ER ER 6p, ER EA ER (r; R ER EA 69 EA EA ER EA ER EA ENA ER 0000000000000 O 0 0 0 0 0 0 0 O O O 00 O 0 0 0 0 0 0 0 0 0 0 0 O N tl' M N O O M O M tl' N N N O V O N M 00 tl' M tl' 00 00 N N CO tl' N O V tl' M N M 00 N O R LO M M V 'I- V M CD COO M M � M LO M 14- M dN' M I- V CND N N N V It N M M It M N V dM' � L 5. M 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 M r- O O O O M r- M r- M M M M M (D I- (D U ?. 0R ER Ef) ER Ef) ER Ef) ER Ef) ER 6" ER 6C3 ER 0ER 0ER 0ER 0ER 0ER Ef) ER Ef3 ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER N'- Z'r' a a w'''vvvvvvvvvvvv v vvvvvvv v v v vv v vvvvvvvvvvv v °1j' C C C C C C C C Oo Oo Oo Oo Oo Oo Oo Oo Oo Oo Oo Oo Oo Oo Oo rn � rn � rn � rn � rn � rn � rn � rn ON N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r L E 7 Z d' M r In CO LO M N M CO d' LO Lo M CO O O N CD N LnIt V I� M LO d' LO O CO 00 0) O LO M M M M M I- V 14-r It LO I- CO LO CD CD LO M M CO V 0) O N 0) O N O 0) O O N 0) �'. 00 O 00 O 00 co 00 O 00 co 00 co 00 co 00 co 00 00 00 00 00 O 00 0) 00 0) 0) 0) coo) ma) coo) 0) 0) O co EP 7'- Z'r' EM I- 00 I- O r M Lo Lo O 00 O O It O LO I- N N M N V CO CD N M I- V It r M M M V) N M N M M M O O CO N LO CD N r N N M 00 00 r N r N r r- r O O N CO N I- 1- 0) CO N O N .� r O r- r r- r r- r r- O 00 O 00 I- t- 0 00 I- 00 I- 00 I- 00 I- t- r r- 00 00 r 00 r r- r r- co 00 co U'' 6 O O O O O O O O O O O O 6 6 6 6 6 6 0 6 O 6 O 6 O 6 0 6 0 6 0 6 6 6 6 6 6 co rlN r O N m LO N 0 00000 O 000 O 000 O O O O O 00 I— O O O O O O O O O 0 0 0 0 0 0 0 0 O 00000 00 000 O 000 O N 000 N N 00 00 O O O 00 O 00 00 tl' 0000 00 00000 CD 000 O 000 O M 000 O Ln O 00 O O O 00 O 00 00 0 0 0 0 0 ER ER ER ER ER LOER ER ER ER ER ER ER ER LOER ER ER MLoER EA ER EA ER O ER ER (DER ER (D ER ER ER ER � ER EA ER ER ER ER ER N Z N ':'. 00000 O 000 O 000 O 0 0 0 0 0 0 0 0 0 O O O 00 O 0 0 0 0 0 0 0 0 'o 'r. 00000 O 000 O 000 O 00 00 0 0 0 0 0 O O O 00 O 0 0 0 0 0 00 0 w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 00 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 00 0 N4' 0 0 00 O O 00 O O 00 O O 00 00 00 00 O O O O 00 O 0 00 00 00 O C O O 00 O O 00 O O 00 O O 00 00 00 00 0 O O O 00 O 0 00 00 00 0 c � � 69 � 69 � 69 � 69 � � 69 � 69 � 69 � 69 � � 69 � 69 � 69 � 69 � 69 � 69 � 69 69 � 69 � 7 O V N N Z N Z D) I— M 00 OLO O O CD N O O O 00 0 0 0 0 0 0 It O I- O It O N O 00 O O O O r 00 N O N O O O N.0 M O Mo O V O—. O O O M O O M N I- O Lr) O M O r 00 O eP 00 't N V Ln 00 O Ln O O O It O M O O O O O r O O D) IT 00 O M O d' O N O O O O O O Ln O co ER O ER N O ER d' V 61)M FiT N O ER 6p, 6p, 6p" Ln V It ER M 6p, (1) 6p"r r ER CD ER V d' tl' V M COM V 14-V N M It O tl' It ItLn M V V ItER ER ER ER ER ER ER ER ER ERE; ER ER ER ER ER ER ER ER ER ER ER ER M I- O O O D) LO O O It 00 O O OO O O N V O O CD O M O CD O 00 O N O O M N Ln t M N 't O — D) CD O Ln N V O 00 V M Ln O 00 tl' O O O 00 O 00 O CD In O M O Ln Lr) 00 I— O O O M N O LO O r- O , 00 V O 00 O N M O O M 00 O 00 0 0 0 CD O LO CD O O 0) I- 6pl, I- 00 N M 0) 0) d' 00 61) ('4 I- LO 00 61) LO O 6pT D)O OO "t 00 ER It 613 O 1- D) D) N N CD tl' N 6p O O M O tl' O M N r N O N M N O ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER69 ER ER 000000 O 000 O 000 O 0 0 0 0 0 0 0 0 0 O O O 00 O 0 0 0 0 0 0 0 0 N 00 V CD N tl' 00 tl' N N O tl' O N 00 N O 00 V CD N 00 00 00 N 00 CD tl' O N 00 00 V tl' 00 O O O �.:. O r M COO LO 00 M dN' M dr' Lo(D COO LO O V LO LO CND V dam' M It � co (D 00 LO 0) COO r Or V O U ?. ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER ER N'- Z'r' a °"' vvv v vvv v vvv v vvvvvvvvv v v v vv v vvvvvvvv CO';' v v 0 0 0 0 O O O O O O O r — ------ r N N N N N N N N N N M M M M M M r r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r L E 7 Z M N 00 O M LO M N O ON N M O 0) V LO I— CO O M CD 0) M V N LO O 0) CD N LO I— 00 N O M Ln d' V) M eP Lo LO CO M I- r 00 CO O 0) CD I— r- M O r O N M M V CD CD CD V LO O 0) O 0) 0) 0) 0) 0) 0) 0) O 0) 0) 0) O O O D) O D) O O O O O O O O O 00000000 N' EP 7'- Z'r' EM Ln eP O O N 0) O co d' O r- 0) O 00 Lo M N '-T M N CO LO M O r N N O r LO 0) M _ s.00 r- 00 O M 0) 00 M 00 N I- N M M M M tl' M O M M r tl' V) tl' In M V) LO In tl' CO LO eP tl' V LO 'R 00 I— 1- 00 00 r r- 00 r- 00 r- co 00 co 00 co 00 co I- co 00 co 00 0) 00 00 00 0) 00 00 00 V 00 co 00 co 00 U'' 6 O 6 O O O 6 O 6 O 6 O 6 O 0 0 0 0 0 0 0 0 0 O O O 6 O 6 0 6 0 6 0 6 0 6 co rlN r O m m LO 4) O O 00 00000000 O It 00 O_ 0 0 0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 '.'. O 0 00 0 0 0 0 0 0 0 00 O (D 00 O 00 O O 00 O 00 O O O O O O V (D 00 N O ". O O 00 00 O V 0 0 0 0 00 0(l) 00 O 00 00 O O N O 00 O O O O O O CO LO 00 M O R ".. ER ff) ER ff) LO r N 6f3 ER 6f3 ER N ER (D ER 6f3 ER O ER ff) ER ff) 0) (fT ER ff) ER ff) ER 6f3 ER 6f3 M N ER 6f3 00 ff) R.. M• M• M• M• 61) M• M• M• M• M• Z'J N O 000 00 000000 0000 O O 00 0 0 00 0 LO O 0 O 0 0 0 0 0 00 00 'o O 000 00 000000 0000 O O 00 O O 00 01- O O 0 0 0 0 0 0 00 00 ". O 000 00 000000 0000 O O 00 O O 00 or- O O 0 0 0 0 0 0 00 00 ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER of ER EA ER EA ER EA ER EA ER 00 ER Ef3 ER 0ER 0ER 0ER 0ER Ef) N Ef> Z'' 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �.. O O O O O O O O O O O O O O O O O O 00 O O O O O O O O 0 0 0 0 0 0 0 0 0 0 M• 000000000000000• M• M• M• M• M• M• M• M• M• M• M• M• M• M• 000• M• 0000• 7'= O'= V€ N Z'= N w'N O r O O O N 0 ..I O 0 O (D O O O O lD M M - O 0OO O - W0 00 00 0 COWr000-OMOOrOO—O 0OO M N O O 00 O r d [' O M LO 00 O r N CO r O O N 00 O O co M V 00 O r -1-0 O O N O M O O 00 O r Ef3 r LO Ef3 61) 6PT CO LO LO CO ER CO r Ef3 FR In 613 M M M M ER (D In�T FR M (D r LO Ef3 61) 6T 61) 6T M V M 14-14-M It V LO V V tl' V tl' tl' V 67 CO tl' V (D M ER ER Ef3 Ef3 ER EA ER ER EA ER ER EA ER EA EA ER Ef3 ER 0ER 0 0 a; a' z' N CO O CO O O O O CO O .. M 0 0 0 O O O0 0 O It 0) 0 00 0 0 O N _ O 00 r- 00 O N O O O 0 O O N 't O O M 't - M O 't 'j-0 't O O M 0 0 0 CO M O 't N CO LO O O O O M O N N O O O O CO r r O CO CO CO O m co N N O CO O LO : O O O V r O CO O O Ef3 61) 6pT N 6pT O M 61) 61) N CO O LO O O 00 O �T O OV M ER O 61) �T 61) V M ER (D M N N N V N N CO (D N R ER EA EA EA ER EA EA ER ER EA EM AER 6p, ER 6p, 6p, 6p, ER ER ER61n, 7'- Z'1 N O 000 0000 0 0 O 0 00 00 O O 00 0 0 00 0 0 0 0 O 0 0 0 0 0 00 00 N N CO CO (D O O O CO O (D CO CO CO tl' N tl' N N V O 00 N 00 N CO CO O tl' V CO O N V (D CO M N N M COO r- M LOO M N O N CO ON CO M M N CMO V CSO CO O O M N M V N� M M COO N M M N V M M N L M M M M M M r M M M r- M M M M M M CO (D C0 M M M M M M M M M M M M M M M M (D L) ER Ef) ER Ef) ER Ef) ER Ef3 ER Ef) ER Ef) ER EA 69 EA 69 EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA N'' Z'1 Rr a Cl) vvvvvvvvvvvvvvv v M M M V 4 V 4 V 4 V 4 Ln Lo Ln r — r — r — r — r — r — r — r v v v v v v v v v v v v v v v v v v v v v N N N N N N N N N N N N N N N N N N N N N r — r — r — r — r — r — r — r — r — r — r L E 7 Z; O M r N CO O M O r 00 V LO r LO CO O V r LO M V M O CO O 07 tl' 00 M LO O 00 CO M M Ln M LO CO LO O co co r rn co O co O O O O O NN M r 0 r M N O O O M V Cf1 In tl' O 000000 0000 O O O O r 'a '< N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N'- E' 7'= Z' E CO It LO O N V O M O N (D r It CO CO LO00 LO r d' r LO LO O M CO d' r (D N O O CO 00 V LO In LO In LO V 00 CO CO CO tl' M LO CO M r M LO LO LO M M CO 00 CO LO CO LO CO CO r CO CO r r CO CO 'R co 00 co 00 00 00 00 07 00 00 00 00 co O co 00 co 00 O O O O O 07 00 O O O O 07 00 00 O O O 00 O m U O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co rlN 0 c� LO (D 0) 0- Rr a Cl) v vvv v vvv v vvvvvvvv v vv v v v vvvvvvvvvv v v 0''''� �-D(D(D (D(D(Dr— I— r—I—r—I—r—r-0000 00 0000 00 00 00 CD CC) CD CC) co cc) co cc) co cc) co 00 L Z; M 00 6) N I- N CO CO (D It 6) M (D 67 O I- V 00 N I- 6) N M 00 N CD M Ln Ln CO N N N N N N N N N N N N N N N N N N N N N N'- E' 7'= Z' E O 00 I— O 0 O O N LD V M I- N N V CD V d' LO CO M d' 0 00 0 00 O CO M LD O N N r- _ I— 00 CD 00 CD M CD I — r M co 67 0 I- r 67 I— 1- 0 67 0 67 0 6) I— 6) 0 I- 0 M I— 1- O M 0 67 'R co 00 0 00 00 00 0 00 0 6) 00 00 O 67 6) 00 6) 67 0 coo) 67 0 N 6) M 6) 67 6) 67 6) 67 O N 0 6) U O 6 O 6 O 6 O 6 0 6 0 0 0 6 6 6 6 6 6 6 6 6 O O 0 6 0 6 0 6 0 6 0 0 O 6 'G) 0 O 00 0 0..... 000 0 0 0 0 0 00 00 0 00 0 0 0 00 00 000000 O O O 0 '.'. O O 00 O O O 00 (D O O O O� O N 00 O O O O O O O CD 00 O N V O N O O O O 7J 0 O 00 O O O 00 M O O O O CD O(l) 00 O O O O O O O 00 0-0 O(l) 0 O O ER ff) ER ff) ER ff) ER M V 6f3 ER 6P, 6 r ER LD ER 6f3 ER EA ER EA ER EA ER CO ER EA ER r (D ER 00 6f3 ER 6f3 R MM M• M MMMM• • • • • Z'J V) 0 O 000 0.... 000 O 0 0 0 0 00 00 0 0 00 O O O 00 0 0 0 0 0 0 00 O 0 'o O O 000 O 000 O 0 0 0 0 00 00 O O 00 O O O 00 0 0 0 0 0 0 00 I- O MMMMMMMMMMMMMMMMMMMM6) • • • • • • • • • • • • • • MMMMMMMMMMMMMM • • • • • • • • M • N'' N 69 Z'' O O O 0 O 0.... O O O O 0 0 0 0 O O O 0 O 0 O O O O 0 0 0 0 0 0 0 0 0 0 O 0 _ O O O O O O O O O O 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 0 0 0 0 0 00 O O N M• M• 000• M• 000• M• 00000000 M• M• MM• MM• M M• MMMMMMMMMMMMMMMMM• • • • • • • • • • 7'= O'= V€ N' z' 00 N O r (D 0 IP..... 00 0 00 W I- 0....0 W O N (D ,...... V 0.....0 N 0 O 0 O (D O V O O 0..:..0 O 0 0 N 0 N 6) 00 O r 00 O CD V- 0 0 0 0 0 CD W O N M - 00 N O N O V 0 0 0 00 V O _ O CD co N O Lo O O O O 0 00 O O M O co I- M O V O (D O co O N 0 0 0 0 0 0 0 I- O 69 M CD Ef3 V 14-14- M 6pT Fi> 6pT Lo M V It (D Ef> M FR V) r- V 14-V V V tl' V V 6pT V 00 d' tl' MM V I� 61n, 0 M V 61n, 6p" M Ef3 61n,0 V M N 61n,M 0 Ef) ER Ef) Ef) Ef) ER 0ER ER ER 0 ER ER Ef) ER Ef) ER ER Ef) ER Ef) 69 Lo m a' Lo z' N V) 0 67 0 d' O (D O 00 N N M 0 0 N O 00 It (D 0 00 00 - O O O V O (D 00 0 0 O O 0 Z V - O 67 O N (D 00 67 - O M O (D O- M - - V O (D O (D 0 6) O M 00 0 0 CD - 00 NN '..MNM O M M V MM 00 0 (D (D M• M M• O CD 00 �MMMMM0 M M 0MMMMV CI�D a CD CD M • It 00 • • • M 'P V �P CDV 6p" 6-) R E61n,E9Ef) Ef) ER Ef) 7'- Z'1 V) 0 O 000 0.... 000 O 0 0 0 0 0 0 0 0 0 00 O O O 0 0 0 0 0 0 0 0 0 O O 0 N V 00 O 00 O tl' CD 00 CD CD O 00 N tl' CD N CD O V tl' 00 tl' V 00 O CD N O O N V O N CD O 00 �,.'. CD 6) CD O M O CD M M N COO M O V M V M V dd'' r M CD 0) M It N M N N CO M M M M M V L '.'.. CD CD CD CD CD I- CD CD CD CD CD CD CD 00 M CD CD CD CD CD CD CD CD CD CD I� CD CD CD CD CD CD CD U '..'.. ER Ef3 ER 0ER 0 ER Ef) ER Ef) ER Ef) ER EA ER Ef) ER Ef) ER 0ER 0 ER EA ER 0ER 0ER EA ER Ef) ER Ef) ER Ef) N'' Z'1 Rr a Cl) v vvv v vvv v vvvvvvvv v vv v v v vvvvvvvvvv v v 0''''� �-D(D(D (D(D(Dr— I— r—I—r—I—r—r-0000 00 0000 00 00 00 CD CC) CD CC) co cc) co cc) co cc) co 00 L Z; M 00 6) N I- N CO CO (D It 6) M (D 67 O I- V 00 N I- 6) N M 00 N CD M Ln Ln CO N N N N N N N N N N N N N N N N N N N N N N'- E' 7'= Z' E O 00 I— O 0 O O N LD V M I- N N V CD V d' LO CO M d' 0 00 0 00 O CO M LD O N N r- _ I— 00 CD 00 CD M CD I — r M co 67 0 I- r 67 I— 1- 0 67 0 67 0 6) I— 6) 0 I- 0 M I— 1- O M 0 67 'R co 00 0 00 00 00 0 00 0 6) 00 00 O 67 6) 00 6) 67 0 coo) 67 0 N 6) M 6) 67 6) 67 6) 67 O N 0 6) U O 6 O 6 O 6 O 6 0 6 0 0 0 6 6 6 6 6 6 6 6 6 O O 0 6 0 6 0 6 0 6 0 0 O 6 0 O O O 00 O 00000 O 00 00 0 0 0 0 0 O) O O O O O LO 0- 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O 00 O It LO It N 001-000 00 0- o 00 0 0 0 0 0 0 0 0 0 -1 O O O O O O O O O O O O O -t O M M O r O O d' O O O 00 O Lo O CO 0 0 0 0 0 0 0 0 0 LI) ER Ef) ER Ef) O Ef) ER EA Ef3 Ef) ER Ef) ER ER M O CO I- 0ER O ER 0ER CO Ef3 O ER CO Ef3 EA Ef3 ER EA Ef3 EA Ef3 M CO CO Ef3 CO CO Ef3 CO LO tl' (D ER 6C3 6C3 6C3 ER 6C3 6C3 6C3 6C3 N Z N '.'. O O O O O O 00 00 O O 00 00 00 00 00 00 00 00 00 00 00 00 00 O 'o '.'. O O O O O O 00 00 O O 00 00 00 OLD 00 00 00 00 00 00 00 00 00 O M 61> Z'' 7 O V N N Z N Z O O O O O O 00 00 O O 00 00 00 00 00 00 00 00 00 00 00 00 00 O O O O O O O 00 00 O O 00 00 00 00 00 00 00 00 00 00 00 00 00 O O O O O O O 00 00 O O 00 00 00 00 00 00 00 00 00 00 00 00 00 O ER Ef) ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER 0ER 0ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER N CO O N V O LO O) O O OCO O M O V 00 0 00 00 LO O O O Ln O O O O 000 N M LO M Lr) O N Ln O O 1- M O V M 00 O Ln O Ln 00 O O r V Lr) O O O It M O M N V 000 - N N CO EVVR O CO O O M N O N O N O V O M 00 M O O) O It O O O 00 O O Ln O O 000 M LO In I- Ef3 M Ln In 61) M 1 M ER CO E3 CO 6p, 6pl, M r- V Ef3 FiT 6pl, M 613 In N M ER 6pl, O I- Ln V 14 tlV I9 V M M N V M V E"t M CO N EM tlV EA 6p EA ER ER 0 ER ER ER EA ER EA ER EA ER ER EA ER ER EA ER 00 It O 00 (D O LnO O O O) V O I- O (D O O O O) M N LO O O O O O) O) O O O O O 00 I- LO 00 O N M 00 O O) N Ln M O M O) O V O O) O O LO 00 00 M O 00 O 1-t O M O) I- O M M 00 O (14 O) Ln CO M CO O 00 I- O 00 r- 0 LO O O M O O It O O LO M V O CO O LO O O CO I- M M LO r M M O) V 00 O) LO O) 00 O) M Ef3 O 61) O ER O 6pT 6p3 r O O O V 6pT CO 61) O) O) 61) O LO N It O O O) N CO CO CO N N N N Ln N N o r CO CO N r N V �> CO LO M N ER E; ER E; ER EA ER E; ER EA EA ER ER ER EA ER 6p, EA ER 69 ER EA ER ER ER 6C3 69 EA ER N O O O 00 O 00000 O 000000000000000000000000000 N '- N CO N CO V O O O 00 CO V O 00 00 O tl' O tl' N O 00 00 00 M 00 00 V CO O 00 O N 00 CO 00 O V N 00 N M V O V LO V It LO M M ONO N V M(D COO r M 00 1 V M V COO N It 00 CND V N r Cr0 N It r- LO M :.i ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER N'' Z'1 Rr a Cl) v v vv v vvvvv v vvvvvvvvvvvvvvvvvvvvvvvvvvv 0',', 0o w rn wrn w rnwrnwrn w 0)0)0)0)0)00000000000000000-"-"- N N N N N N N N N N N N N N N N N N N N N N r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r L E 7 Z; O N N O N I- r I- CO M M M O In 00 CO CO It O) N V I- 01- M M (D (D O) V) I- M 00 LO O I- r LO CO I- CO LO I- CO CO CO LO Ln M M O It N M 00 M M M O O O O In Lo LO It r N N N N N N N N N N N N N N N N N N M N M M M M M M M M M M M M N N N M M M M M N'- E' 7'= Z' E00 I- It LO M M r M N O) N CO LO O) tl' O M r 00 M M N CO V LO I- CO O) O LO O O O eP d' O O O O O O O r 0 0 r O O r N N I- O) N N r N N N N O) N M N I- M V M LO .�' O O O O O O O O O O co O 0 00 0 0 0 0 00 co 0 0 0 00 0 0 0 0 co O O O O O O) O O) U O O O O O 0 0 0 0 0 0 0 0000000 O O 000 00 00 00 O 000 00 O 0 O co rlN r O LO 0 00 0 0 0 0 0 0 0 0 0 O 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 00 CO 0000 O O O O O O O O V CO 00 00000000 O 0000000 O ONO N 00 0000 O O O O O O O O O I- (D 00000000 O O O O O O O O O O Lo O LI) ff) ER CO ER ff) ER EA I— 61) ER EA ER EA ER EA 00 CO 00 EA ER EA ER 6f3 ER 0ER O ER EA ER EA ER EA ER EA ER CO I— N Z N ':'. O O O O 00 00 O O O O 00 00 00 00 00 00 00 00 00 00 00 O O 00 'o 'r. O O O O 00 00 O O O O 00 00 00 00 00 00 00 00 00 00 00 O O 00 w 0 0 0 0 00 00 0 0 0 0 00 00 00 00 00 00 00 00 00 00 00 0 0 00 N4' 7 O V N N Z N Z O O O O 00 00 O O O O 00 00 00 00 00 00 00 00 00 00 00 O O 00 O O O O 00 00 O O O O 00 00 00 00 00 00 00 00 00 00 00 O O 00 O O O O 00 00 O O O O 00 00 00 00 00 00 00 00 00 00 00 O O 00 Ef) ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER 0ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER N OO I- O O O r M V O O 67 00000 O O Ln M CO 67 O O O O O O 00 N V O I� OM M O O r 00 0— 't O O O O O 67 00 00 6) 67 N 67 I— Lr) — O N 0— N 00 M V O M 00 00 67 O O CO Lo 00 O CO 00 I— O O O O M O N Lo 00 O CO M Lo O O O O M N 00 CO LO 6p, LO N r O ER 61) V CO V 61) CO LO 61) ER FR 6) 00 Ln M V 00 CO CO LO LD I— It 6) Ef> LO LD LO ffT ER tl' V V CO V I- V co V V tl'M V M V 14-V N V It M M O V It V EA ER ER EA ER EA ER EA ER ER EA ER ER Ef) ER Ef) ER Ef3 ER Ef3 ER of ER of _ ER 6C3 ER ER 00 O O O O M O O O M It CO O N N O O O O 67 N O LO I- 6) 67 V O O O 67 O O r 6) O V O 00 O O N V M 00 It 00 M N O O N N 00 In O O N M 00 O O O O N N O "1 In 00 O M O O O O CO O O N 67 CO I— M V 0 0 LD M CO I— O V tl' O M LO 00 CO O 67 I— 67 00 00 O O 6) Ef3 6) Ef> Fi> 6pT r O 67 6) 67 V O 00 �> 6pT CO CO M 6) Ef3 O N 00 6) 67 O Ef> O Lo 6) 67 6) 67 64 N N CO N CO N N N CO V N N N M In M N Ef3 ER ER ER Ef3 ER Ef3 ER Ef3 ER Ef3 ER Ef3 ER Ef3 ER ER Ef3 ER Ef3 ER Ef3 ER '-T ER ER EA ER EA N r'. O O O 00000 O 00 O 0000000000000000000000 O 000 N tl' V CO N O N CO O N N N O tl' O 00 M M 00 N N 00 V 00 O N CO 00 CO CO O O V N N N 00 O O 0 00 OO O O M M NM� OM O O NO O 0M -Ii r-M M rM NM NM M OM M NM �MM r -M OM VM M 00M M M LM VM LDO OO O O CO LO M LO N O rN 67 M C0 LO N � CO � It It O(D r U O ?. ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER N'- Z'r' a Cl) v vvvvv v vv v vvvvvvvvvvvvvvvvvvvvvv v vvv N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N ON N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r L E 7 Z 67 M d' t CO N LD 6) LD CO CO CO N O CO O I- O M M M M M00 6) LD N I- 6) I- M O 00 VM O CO 0 CO LO M M 1- O O 6) O M O 1- 6) I- 00 6) I- O O 6) 6) 6) 6) M M V d' N M V d' N LD LO N 'r. M M M M M M N V tl' M tl' V M M M M M V M M M CO tl' M M M M V tl' V tl' V tl' V tl' V EP 7'- Z'r' ECO LD O M N O CO I� O r It V I- V CO I— N 67 00 00 M I- 6) CO N M I— r N 00 M M 00 LD In 00 Ln M N M M I- N tl' V 00 I— M V M O tl' V d- O M V 00 M O O N V r N tl' co tl' co tl' co M 6) O 6) O O LO 6) M 6) O 6) 67 N OO O 6) O O 67 O O O M O M 6) M O M 6) O 6) O 6) O 6) U'' O O O O O O O O O O O O O O O O O O 00 O 000 O 0 O O O 0 O O 0 O 0 O 0 O co rlN r O Lo 0 N 'r'. O 0001-0 000 O 00 67 0 0 0 0 0 0 0 O OOOOOON 00000 O O O O O 0 ':'. O 00 O 67 00 O 00 O 00 M C6 C6 000 C6 C6 O 00 00 00 O O 0000 O O O O M O 00 O M 00 O 00 O 00 -t LO 000 I- r O 00 00 00 O O 0000 00 O O O R (fT ER ff) ER I- 0 ff) ER ff) ER 6f3 O co M LO ER 6f3 ER M C6 ff) ER ff) ER ff) ER ff) 00 ff) ER 6f3 ER 6f3 N 6f3 ER 6f3 R M• (D M• N (D 0�f3 D (D 6p3 ZP N O 0 0 0 00 0 0 O O 00 O 0 00 00 00 O 0 0 0 0 0 0 0 0 O O LD O O O O O 'o O 0 0 0 00 0 0 0 O 00 O 0 00 00 00 O 0000000000,q-0 O O O O O 0 0 0 00 0 0 0 O 00 O 0 00 00 00 O O O O O O O O O O O V O O O O O Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER of ER of ER of ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef3 Lo ER ER of ER of M 69 Z'; 0 0 0 0 0 0 0 0 O O O O O 0 0 0 0 0 0 O 0000000000000 O O O O O 0 0 0 0 0 0 0 0 O O O O 0 0 0 0 0 0 0 0000000000000 O O O O 7' O' V' N' Z' 00 N O O 00 O M N O CO O O 00 C6 O (D 00 O 01- V O 00 - N O (D 0- O M O O N M CO 00 O M C6 O - O O 00 r - - 00 O In r V 67 O 00 In r O r V M O O O 00 � N; It O O LO 00 O 0 M O M O O O O M N 00 O co 00 67 O I- N M O M N O CO O O 4- (D tl' V 0T I- 03 ER 61) V M V M M tl' O I- 6pl, M 61) 6pl, 61) LO I- In 63 ER N 0 V 67 C6 d' V C6 O C6 LO LO E13 M O M M It M It It M It r N E13 M tl' ER LO 0 0 Ef3 ER ER ER 0 ER 0 ER EA ER EA ER EA ER EA ER EA ER EA EA ER Ef3 Ef3 0 co a m LO z' N N CO N O O CO O O I- CO O N O r 00 V O V 00 O O CO C6 O O O P- CO O It LO M O r O O C - In - 6) 00 O C6 V - N 00 O C6 O O O O O 00 - In O M 67 C6 . In . O 't 0 CO O r 0 O N' O N O O 6"CO r M O� �� N� O�� M r- r- O� O O O 1- � � a N d0' ` 000 C6 M N C6 N V M 00 M M N LO O 607 6) 607 It M N N V N C6 tl' M A) COr 0 0 M Ef) ER EA ER EA EA ER EA ER EA EA ER ER S ER z; ER EA ER EA ER z; ER E; EA EA ER N r'. O 0 0 0 0 0 0 0 0 O 00 O 0 0 0 0 0 0 0 O 000000000000 O O O O N tl' O tl' O CO CO 0 CO N N 0 O O 0 0 0 tl' 0 0 0 tl' O 00 00 00 0 N O N O N 0 N O N (D CO �. r- V It O M N It O N N 1- O D M Lo V r- O M M N Or t 0 000 V M M O r- It M r N N (6 00 L 0 0 0 0 0 0 0 0 0 0 0 r 0 0 0 0 0 0 0 0 r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L) ER ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER 6C3 ER Ef) ER Ef) ER Ef) ER 0ER 0ER 0ER 0ER Ef) ER Ef) ER 6C3 ER Ef) ER Ef) N'- Z'r' a Cl) v vvvvvvvv v vv v vvvvvvv v vvvvvvvvvvvv v v v v N 'r.. M M M t 4 V 4 V 4 V 4 V 4 V 4 V 4 Ln Lo Ln Lo Ln Lo Lo Lo Lo Lo LO LO LO LO CO CO CO CO CO CO N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r L E Z C6 C6 Ln r N CO LO V M I— 0 V CO (6 ItO I— r V) 00 67 00 N C6 M V It r d' M C6 LO 0 LO C6 I- 0 67 CO LO 00 6) 0 00 I— 0 0 00 M O N O N N M N M O N M In 00 V I- LO 0 -t V -t V -t V -t V -t V tl- V tl- V -t V -t LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO LO V V V V V - - - - - - - - V - V - V - V - V - V - V - V - V - V - V - V - EC6 CO N 0 CO LO I- M M CO CO M N 00 V I- N 14-0 CO LO CO C6 M 0 I- 0 0 0 N LO C6 M I- tl' � d' 0 N N 0 r r O N M M r d' N N r r 0 I- r M r M O r CO M N M O CO CO O M .m O 6) 67 O 67 0 O O 67 0 67 0 67 O 67 0 67 N O coO O 67 O 67 0 O 0 67 0 67 O O O 67 0 00 L) O 0 0 0 0 0 0 0 0 O 6 O 6 0 0 0 0 0 0 0 O O 6 O 6 6 O 6 6 O 6 O O O O O 6 0 V O O 0 0 0 0 0 0 0 O O 00 0000 000000000 O 0000 N 0 0 0 0 0 0 O V O O 0 0 0 0 0 0 0 O O V O 00 000 O O CO 0 0 0 0 0 0 CO 0000 Ln 0 0 0 0 0 0 It 00 O O 0 0 0 0 0 0 0 O O CO O 00 O O -t O O r 0 0 0 0 0 0 1- 0000 N 0 0 0 0 0 0 LI) 0) ER ER Ef) ER 6n3 ER 69 ER 69 ER 69 (Y) ER (D ER ER M ER Ef3 (Y) ER ER Ef3 ER Ef3 ER (D ER EA ER EA V ER ER EA ER EA ER ER ER Ef) ER Ef) ER N Z N '.'. 00 O 0 0 0 0 0 0 0 O 0000000000000000 O 0000 O 0 0 0 0 0 0 'o '.'. 00 O 0 0 0 0 0 0 0 O 0000000000000000 O 0000 O 0 0 0 0 0 0 N' 0 0 0 0 00 00 00 O 0 00 00 00 00 00 00 00 0 0 00 00 O 0 00 00 0 Z_ 0 O O 0 00 00 00 O O 00 00 00 00 00 00 00 O O 00 00 O 0 00 00 0 7 O V N N Z N Z N O V O O O O It O O O O OO O O O O O O N O O) O O) O O O 00 O O) O I- M O N 1- O) CO O LO - 0 0 0 I- O It O O O 0 1- 0 0 0 0 0 1- 0 1- Ln 1- 00 O O LD O (N O O) N N I- O Ln N O O LD O O O CO O 00 O O O M O It O O O O O M O CO I- 00 O O M O N O M I- LD LD Ln 61) V I- ER 6f3 ER V' ER V' ER 6f3 ER LD ER LD ER EA CO EA ER LD ER M M r V 6f3 ER CO ER LD ER I- Ln It V LD In M V M It O It It V tl' tl' V N M tl' tl' tl' V It V It V ER ER Ef) Ef) Ef) Ef) Ef) ER 00ER 0ER 000ER Ef) ER Ef) ER V O CO O 00 O CO O O O O O O) O It 0000 O 00 O O O O N O 00 M r It 00 M M 00 00 O) N 00 V 00 00 O N CO O tl' O 00 N O O 00 O It O O - 00 O O O 00 O LD O 00 O Lo O r- O Lo 00 N O O (D (D O 00 O r 1- O O) O d' Lo -t O d' O O) I- 1- 00 d' O O - N O 00 M O- M- r 00 O M O O NO O) M 61) O CO Ef3 O) Ef3 O O d' ER O) CO 00 00 LD N Fi> CO O V O) O O O O) O O 0 CO CO CO I� O r O r O r O M N O r O r- It M O N O r N N r- N ER Ef3 ER Ef3 ER Ef3 ER 6C3 ER ER 6C3 6C3 6C3 ER 6C3 ER 6C3 6C3 ER 0ER 0ER ER 0ER 0ER 6C3 ER 6C3 ER 6C3 ER N O O O 0 0 0 0 0 0 0 O 0000000000000000 O 0000 O 0 0 0 0 0 0 N '- V 00 V O N 00 V CO 00 tl' N O V N 00 CO N O 00 00 CO N CO tl' O O 00 O O tl' O 00 O 00 N 00 00 00 O M CO M V ONO N O COO M M I00 t O Cr0 M LD N It N N 00 It M Lo(D N N r- N Cr0 O COO V 00 LO I- LO M M LD V :.i '..'.. ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER N'' Z'1 Rr a Cl) v vvvvvvv v vvvvvvvvvvvvvvvv v vvvv v vvvvvv 0''''� � (D(D(D(D(D(D r- r- r- r- r- r- r- r- r- r- I- r- I- r- I- r- I- r- I- r- r- r- r- 00 00 00 00 00 00 O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r - r L E Z; O O O N O In N In Lo I- r Lo N M O N O V CO : CO 0 Lo V)O Lo CO CO M It O CO O M 00 CO 00 LO d' V O 0 N N M N O M M O O O M N r O N V) Lo CO d' V d' V N£ LO LD LO LD LO LD LO LD LO O O (D V) 0 0 0 0 0 0 0 0 0 0 LD O O O O O O O O O 0 0 0 0 0 0 N'- E' 7'= Z' O Ln V M O It r N O O O O N M N O VN Ln d' 00 O N 0 CO O M r O LO It 00 00 0 _ 00 r 00 r CO CO CO O M O O O O 0 O) O O 0 d' O O) O O) O O 00 O) 0 O) O r O r O O .�' O O O 0 0 0 0 0 0 0 N N O N 0 0 0 O N O O 0) N 0 0 0 0 N O O CO 0 N N N N N N N U O O 0 0 0 0 0 0 0 0 0 0 O 0 O 0000 O 0 O 00 00 O 0 00 O 0 0 0 0 0 0 0 0 co rlN r 0 m Lo 0 00 00 O O O O O O O O O LO 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 00 O O 0000 O 00 O V O O O O O O O O O CD O O CD 00 0 0 0 0 0 O 0000 N 00 O O 0000 u) 00 CD N O O O O O O O O O M O O LO 00 0 0 0 0 0 O 0 0 0 0 0 00 O O 0000 LI) Ef) ER Itr-ER ER EA ER EA ER EA ER EA 0)ER ER LOER r -ER 6p, ER 0ER EA ER LO ER EA LO ER ER EA ER EA ER 6p, ER Ef) ER Ef) Ef) EA ER N Z N ':'. O O O O O O O O O O O LO O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O 'o 'r. O O O O O O O O O O O r O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O V 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O O O O O Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) 00 Ef) ER Ef) ER of ER of ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef3 ER of ER 0ER 0ER 69 Z'; 7 O V N N Z N Z O O 00 O O 00 O O 00 00 00 00 00 00 00 O O 00 00 00 O O 00 00 O O 00 O O 00 O O 00 00 00 00 00 00 00 O O 00 00 00 O O 00 00 O O 00 O O 00 O O 00 00 00 00 00 00 00 O O 00 00 00 O O 00 00 Ef) ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER 0ER 0ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 69 ER 0ER 0ER tl' O O OLO CD O N N LO O M O M0 O O N 00 d' 00 LO CD 00 00 r CD O M CD 00 O r 0 0 0 N O r LO CD O V r LO D) O M O — O CD CD 00 LO 00 O 00 00 't 00 r Ln 00 N Mo O 000 M O tl' LO M r O O r 00 O O 00 O Lo 00 V 00 O d' N CD O 00 00 Lo tl' LO N M LO O d' Ef3 Fi> 6pl, r r r Ln LO r d' CD 0) CD Ef3 r Ef3 Ln M M LO Ln It M 00 Ln 613 ER O LO 00 r CD r LO Ef3 tl' tl' M tl' V tl' V V It M M V M V N V It V tl' V N V tl' N tl' M It M M EA Ef) ER Ef) ER Ef) ER ER Ef3 ER 0ER ER ER 0ER 0ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) ER Ef) CD O O O LO V O 00 00 LO O V r Ln 1-00 O O 00 0) N CD N LO V 0) N O O M V O r It N 0) O 00 O O O M M V 't r CD Ln 00 V 00 r O 00 O V LO — 07 Ln O D) 00 Ln 't O M M M (D D) — CD CD O V 00 LO 00 O O CO LO CD V M 00 O N O O r CD N r M LO M r tl' O d' r r LO LO It D) O M Ef> 6T r 0 O O r 00 O M S �> M FR O LO 00 O O D) O 00 O N 69 LO O N O O O 00 V r M N M N N N N M M r N co N N N M— N N r— CD N M N M N M N CD EA ER Ef3 ER Ef3 ER Ef3 ER Ef3 ER 6C3 ER 6C3 ER ER ER 6C3 ER 6C3 ER 6C3 ER 0ER 00ER 0ER 0ER 6C3 ER N r'. O O O O O 000 O 000000000000000 O 0 0 0 0 0 0 0 O O 0000 N O O O V CD N tl' M O V CD N O N tl' M M N O M M 00 M V CD 00 00 V tl' N 00 N O N 00 V O CD R MItr0000O00 NMr- LOOOMO00 ONO0VIt D) 00 LO LO 1- O N rLO N N CD � N N N LO CD LO O N CO � L O O O O O O O O O CD CD r CD CD r CD CD CD CD CD CD CD CD CD O 0 0 0 0 0 0 0 r O O O O O :.i ?. ER ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER EA ER N'- Z'r' a Cl) v vvv v vvvvvvvvvvvvvvv v vvvvvvv v v vvvv 0io 0 0 0 o rn w rn w rn w rn w rn w rn w o o o o o o o o o o o o 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N M M M M M M M M M M M M M M M M M M M M M ON N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r — r L E 7 Z O O M N r M O M LO LO 00 N OO 00 14- M r CD 0) O r CO N O V N CD CD LO In O N 0) d' LO CO LO d' r r co 00 r 00 co O O CO r CO N O N O N O N M N O V N V LO O M M M M M M M M M CD CD CD CD CD CD CD CD r r r r r r r r r r r r r r r r r r r r N' EP 7'- Z'r' E., MM LO M r V M N It LO r CD LO CD O 00 CD LO N 0) M O V LO CO M M N O r V r O 00 r O r 0 O N N N O N N N N N N N M It M 14-V tl' V N V M M M V M M tl' M M V Ln LO L) O O O O 0 O 00 0 O 0000 0000 00 00 00 0 0 0 0 0 0 0 0 0 0 00 00 co rlN r O O LO N E' R Z' N' RS' a Cl) v vvvvvvv v v O N N N N N N N N N N N O O Z 67 V LO LO N CO d' O tl' M O N'f M (b cr5 M M M Lo M 00 M Lo L Zr E.. Ln � Lo O Lo V) LO LO LO r r U O O 0 0 0 0 0 0 0 O O N N Z O Z U) R m 0 LL = O Q R ~ W O U m H G) 0 O 0 0 0 0 0 0 0 0 LO Cl) Cl) :'. O 0 ':'. O O O O O O (D O O O M - -'- �o O O O O O O LO O O O 00 aD aD R 62) ELT 62) ELT 6P, ELT LO LO ELT ELT 00 N N R V'. (f1 '7 PPT O O m f ELT ELT W ',. W Z ':'. � � U) 0 O 0 0 0 0 0 0 0 0 O 00 00 'a O O 0 0 0 0 0 0 0 O O N N: r O O 0 0 0 0 0 0 0 O O On 0; w EfT ELT EA ffT EA ffT EA ffT EA ffT EA � � N `. 69 69 ZS' V1 0 O 0 0 0 0 0 0 0 O 0 T T O O 0 0 0 0 0 0 0 O O -: -: 0• 0• 0• 0• 0• 0• 0• 0• 0• 0• 0• 04 04 CL I C 'C` 0' O 69 6 V' N' z a0 rl- w 1- O M LO... 0 M O- 0..:.... 0 M ... T 0) N 0 V - LO O N 0 0 0 - M W a0 N 0 N M V O N O CO O 00 (D N N I- �P r- CO LO V EfT LO EfT 0 ER N V M N V M d' M le n le n O EA ffT EA ffT ELT ELT ELT EfT a' LO LO a v, ELT LO z N n MOC...0OW0_:...ON..1, CO 0 r d r T T N r 0• 0 0 M O• O N 0 W W W a N dM' MCf1 N Cf1 '7 N N N y EA EA EA EfT ELT EA EfT EA C < C 7 Yf' N cm 69 69 N'- V1 0 O 00 00 00 0 0 O N N'. N tl' V (D CO (D O (D 00 tl' O CO M LO ON ON R 0 r d0' M dM' � 0 N M COC SCD L 4'. M M M M M M M M M M M O O U ?. U3, ELT EA ELT EA ELT EA ELT EA ELT EA C ',. C d' r rl Z 8G 69 ELT N E' R Z' N' RS' a Cl) v vvvvvvv v v O N N N N N N N N N N N O O Z 67 V LO LO N CO d' O tl' M O N'f M (b cr5 M M M Lo M 00 M Lo L Zr E.. Ln � Lo O Lo V) LO LO LO r r U O O 0 0 0 0 0 0 0 O O N N Z O Z U) R m 0 LL = O Q R ~ W O U m H HARRISON SOFTWARE PT NAME TOTAL PAYMENTS 7362.62 0.00 0.00 200.00 0.00 0.00 50.00 47.63 0.00 150.00 0.00 57.50 0.00 415.40 395.40 360.40 415.40 395.40 360.40 20.00 0.00 0.00 INTEREST PAYMENT 0.00 0.00 0.00 52.50 320.40 320.40 58.50 (130.81) NEEDS TO BE REFUNDED RECD AUTHORIZATION OF RETURN. 280.40 280.40 348.88 298.88 (352.80) NEEDS TO BE REFUNDED - W/O 40Q 0.00 W/O 40Q Page 542 of 1278 DATE ACCT # BILL DATE CKN PROCESSED AMOUNT BALANI 1404923 30701502 10/7/2015 454.60 1310890 47311 10/7/2015 75.10 1401342 2790 10/7/2015 50.00 1303461 011900011978550 10/8/2015 228.65 140016203 6634 10/12/2015 324.94 1403055 1383 10/14/2015 75.00 1404902 150928050000851 10/14/2015 190.52 1403704 2847 10/30/2015 445.00 1401342 2/4/2014 2814 11/4/2015 50.00 1201849 2/23/2012 CASH 11/10/2015 150.00 1400469 1/11/2014 107261 12/2/2015 4.20 1210511 11/19/2012 10731 12/8/2015 435.40 1400291 1/8/2014 500 12/31/2015 20 1400291 1/8/2014 501 12/31/2015 20 1400291 1/8/2014 499 12/31/2015 35 1311690 12/17/2013 497 12/31/2015 20 1311690 12/17/2013 498 12/31/2015 20 1311690 12/17/2013 496 12/31/2015 35 1402167 2/28/2014 PENN 1/14/2016 13.08 140049 1/10/2014 6563 2/11/2016 75.12 1407290 7/26/2014 271492931 2/11/2016 5.70 1403946 4/17/2014 3342 3/1/2016 90.28 1402167 2/28/2014 108969 3/3/2016 16.8 1205341 6/7/2012 1581 3/1/2016 76.88 1400469 1/11/2014 108969 3/3/2016 4.2 1400291 1/8/2014 520 3/18/2016 40 1311690 12/17/2013 519 3/18/2016 40 1009937 11/12/2010 108969 3/3/2016 79.8 1403585 4/7/2014 49883 4/15/2016 368.4 1405497 6/1/2014 14213757 4/15/2016 204.82 1400773 1/16/2014 1338 4/15/2016 50 1204991 5/28/2012 10409154 6/1/2016 86.41 1403618 4/8/2014 43538 9/26/2016 437 1400291 1/8/2014 524 10/3/2016 40 1311690 12/17/2013 519 10/3/2016 40 1402232 3/2/2014 8486 10/17/2016 151.58 1400966 1/25/2014 573716 10/17/2016 421.48 1209837 10/29/2012 113657 11/1/2016 42 1209837 10/29/2012 114262 11/7/2016 42 1010805 12/9/2010 99080936 2/14/2017 441 1401592 2/11/2014 75725 8/25/2017 365.2 1401534 2/9/2014 16146 1/8/2018 369.2 1306925 4/22/2013 9672 1/31/2018 433 1400291 1/8/2014 680 2/1/2018 280 1311690 12/17/2013 691 2/1/2018 280 1211147 12/9/2012 1856 6/27/2018 235.26 7362.62 0.00 0.00 200.00 0.00 0.00 50.00 47.63 0.00 150.00 0.00 57.50 0.00 415.40 395.40 360.40 415.40 395.40 360.40 20.00 0.00 0.00 INTEREST PAYMENT 0.00 0.00 0.00 52.50 320.40 320.40 58.50 (130.81) NEEDS TO BE REFUNDED RECD AUTHORIZATION OF RETURN. 280.40 280.40 348.88 298.88 (352.80) NEEDS TO BE REFUNDED - W/O 40Q 0.00 W/O 40Q Page 542 of 1278 PT NAME ACCF # 1404501 1401931 1204999 1102165 1404125 1309838 1402630 1404072 1402006 012813V 1105462 140016203 1302753 1307603 1308619 1309664 1402563 1400427 1400283 1404196 1307913 1404902 1404049 1304565 1400469 1402167 140049 1407290 COMMISSION APPROVED WRITE OFFS 1200512 1201187 1201645 1402167 1400469 1009937 1009937 1400773 1310804 1205353 1304012 1303463 1300066 1200734 1301070 1300236 1403566 1302217 1202132 1300106 1400819 1201085 1202610 1202768 120441903 1205039 1205051 1205103 1206417 1206931 1209880 1203906 1200427 1203030 1301645 1304129 1400616 1400682 1200096 1302283 1207728 1210288 1210499 1210897 1210555 1210634 1400684 1310038 1309078 1311739 1403618 1307756 1307914 1308479 1308624 AN:iIIgo] 191 BILL DATE WRITE-OFF REASON UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY ADMINISTRATIVE ADMINISTRATIVE SETTLEMENT UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY UNTIMELY MEDICARE SCHEDULE UNTIMELY UNTIMELY 1/11/2014 PENN CREDIT 2/28/2014 PENN CREDIT 1/10/2014 REVERSE UNTIMELY 7/26/2014 INTEREST PAYMENT 1/16/2012 UNTIMELY 2/5/2012 UNTIMELY 2/17/2012 UNTIMELY 2/25/2014 PENN CREDIT 1/11/2014 PENN CREDIT 11/12/2010 PENN CREDIT 11/12/2010 REVERSE COMMISION WO 1/16/2014 SETTLEMENT 11/21/2013 DECEASED 6/8/2012 DECEASED 4/24/2013 DECEASED 4/9/2013 DECEASED 1/2/2013 UNTIMELY 1/23/2012 UNTIMELY 1/31/2013 UNTIMELY 1/7/2013 UNTIMELY 4/7/2014 UNTIMELY 3/4/2013 UNTIMELY 3/2/2012 UNTIMELY 1/3/2013 UNTIMELY 1/21/2014 UNTIMELY 2/3/2012 DECEASED 3/15/2012 DECEASED 3/20/2012 DECEASED 5/9/2012 DECEASED 5/30/2012 DECEASED 5/30/2012 DECEASED 5/31/2012 DECEASED 7/11/2012 DECEASED 7/28/2012 DECEASED 10/31/2012 DECEASED 4/24/2012 UNTIMELY 1/14/2012 UNTIMELY 3/28/2012 UNTIMELY 2/15/2013 UNTIMELY 4/27/2013 UNTIMELY 1/15/2014 UNTIMELY 1/17/2014 UNTIMELY 1/3/2012 UNTIMELY 3/6/2013 UNTIMELY 8/24/2012 DECEASED 11/13/2012 DECEASED 11/19/2012 DECEASED 12/1/2012 DECEASED 11/21/2012 DECEASED 11/23/2012 DECEASED 1/17/2014 UNTIMELY 10/27/2013 CHARITY FROM HOSPITAL 9/29/2013 DECEASED 12/18/2013 DECEASED 4/8/2014 REVERSE UNTIMELY 8/19/2013 DECEASED 8/24/2013 DECEASED 9/10/2013 DECEASED 9/15/2013 DECEASED WRITE-OFF DATE AMOUNT 10/7/2015 457.00 10/7/2015 445.50 10/7/2015 441.50 10/7/2015 451.40 10/7/2015 50.00 10/7/2015 56.70 10/7/2015 453.80 10/7/2015 50.00 10/7/2015 370.80 10/8/2015 8.00 10/8/2015 23.99 10/12/2015 139.26 10/12/2015 280.00 10/12/2015 280.00 10/12/2015 280.00 10/12/2015 280.00 10/12/2015 300.00 10/12/2015 445.00 10/12/2015 457.80 10/14/2015 455.40 10/14/2015 150.00 10/14/2015 194.85 10/22/2015 458.60 10/22/2015 92.80 12/2/2015 0.80 1/14/2016 2.49 2/10/2016 -75.12 2/11/2016 5.70 2/2/2016 376,951.26 3/1/2016 461.8 3/1/2016 457 3/1/2016 439.4 3/3/2016 3.2 3/3/2016 0.8 3/3/2016 15.2 3/3/2016 -95 4/15/2016 27.16 5/3/2016 382 5/3/2016 189 5/3/2016 226.1 5/3/2016 228.5 5/25/2016 239.18 5/25/2016 86.12 5/25/2016 448.2 5/25/2016 446.6 5/25/2016 89.58 5/25/2016 434.6 5/25/2016 473 5/25/2016 447.4 5/25/2016 442.6 5/25/2016 446.6 5/25/2016 431.4 5/25/2016 73.52 5/25/2016 357.2 5/25/2016 447.4 5/25/2016 85 5/25/2016 439.4 5/26/2016 475.4 5/26/2016 461 5/26/2016 431.4 6/9/2016 425 6/9/2016 360.4 6/9/2016 87.56 6/9/2016 374.8 6/9/2016 375.6 6/9/2016 460.2 6/9/2016 436.2 6/9/2016 446.6 6/9/2016 436.2 6/13/2016 433.8 6/13/2016 443.4 6/13/2016 139.02 6/13/2016 139.5 6/13/2016 88.66 6/13/2016 462.6 6/16/2016 50 6/27/2016 454.6 8/31/2016 90.39 8/31/2016 89.4 9/26/2016 -437.00 10/4/2016 449 10/4/2016 449 10/4/2016 456.2 10/4/2016 452.2 Page 543 of 1278 1305639 9/16/2013 DECEASED 10/4/2016 437 1309594 10/14/2013 DECEASED 10/4/2016 444.2 1309600 10/15/2013 DECEASED 10/4/2016 374.5 1403460 4/4/2014 DECEASED 10/4/2016 449.5 1400966 1/25/2014 CONTRACT RATE 10/17/2016 5.72 120196102 2/27/2012 DECEASED 10/31/2016 370.5 1202414 3/10/2012 NO INFORMATION 10/31/2016 446.6 1205109 9/4/2012 DECEASED 10/31/2016 100 1209537 10/29/2012 PENN CREDIT 11/1/2016 S 1209537 10/29/2012 PENN CREDIT 11/7/2016 S COMMISSION APPROVED WRITE OFFS 1/3/2017 392,663.41 1209537 10/29/2012 REVERSE COMMISION WO 1/3/2017 -100 1403930 4/16/2014 DECEASED 7/26/2017 160 1304530 5/19/2013 DECEASED 7/26/2017 250 1306363 7/6/2013 DECEASED 7/26/2017 85.28 1306390 7/7/2013 DECEASED 7/26/2017 456.2 1402352 3/4/2014 DECEASED 7/26/2017 461.5 130096 1/3/2013 DECEASED 7/26/2017 93.65 130255 1/8/2013 DECEASED 7/26/2017 473.5 1300346 1/9/2013 DECEASED 7/26/2017 435.4 1301313 2/6/2013 DECEASED 7/26/2017 150 1302427 3/10/2013 DECEASED 7/26/2017 461 1302602 3/15/2013 DECEASED 7/26/2017 90.39 1307011 7/25/2013 DECEASED 7/26/2017 150 1303116 3/30/2013 DECEASED 7/26/2017 473 1303675 4/15/2013 DECEASED 7/26/2017 150 1404019 4/19/2014 NO INFORMATION 7/26/2017 442.6 1304158 4/28/2013 DECEASED 7/26/2017 86.42 1304941 5/22/2013 DECEASED 7/26/2017 85.14 1305559 6/9/2013 DECEASED 7/26/2017 361.2 1307445 8/9/2013 DECEASED 7/26/2017 88.69 1307790 8/20/2013 DECEASED 7/27/2017 98.9 1310248 11/4/2013 DECEASED 7/27/2017 88.83 1310723 11/19/2013 DECEASED 7/27/2017 73.69 1400608 1/15/2014 DECEASED 7/27/2017 88.72 1307932 8/24/2013 DECEASED 7/27/2017 89.4 1308070 8/29/2013 DECEASED 7/27/2017 86.84 1308659 9/16/2013 DECEASED 7/27/2017 88.69 1308671 9/16/2013 DECEASED 7/27/2017 72.98 1309731 10/19/2013 DECEASED 7/27/2017 365.2 1309822 10/21/2013 DECEASED 7/27/2017 390.8 1310123 10/30/2013 DECEASED 7/27/2017 74.11 1310268 11/4/2013 DECEASED 7/27/2017 100 1310759 11/20/2013 DECEASED 7/27/2017 441.8 1311056 11/29/2013 DECEASED 7/27/2017 150 1311076 11/30/2013 DECEASED 7/27/2017 456.2 1402634 3/13/2014 DECEASED 7/27/2017 453.8 1404423 5/1/2014 DECEASED 7/27/2017 200 1405591 6/5/2014 DECEASED 7/27/2017 200 1406267 6/26/2014 DECEASED 7/27/2017 200 1400233 1/7/2014 DECEASED 7/27/2017 447.4 1400240 1/7/2014 DECEASED 7/27/2017 200 1405903 5/15/2014 DECEASED 7/27/2017 78.16 1403266 3/19/2014 DECEASED 7/27/2017 449 1311136 12/1/2013 DECEASED 7/27/2017 71.13 1311451 12/11/2013 DECEASED 7/27/2017 449 1311480 12/12/2013 DECEASED 7/27/2017 72.55 1311505 12/12/2013 DECEASED 7/27/2017 434.6 1311692 12/17/2013 DECEASED 7/27/2017 570.6 131181 12/23/2013 DECEASED 7/27/2017 230.9 1311930 12/24/2013 DECEASED 7/27/2017 459.4 1405648 6/17/2014 DECEASED 7/27/2017 439.4 1312055 12/28/2013 DECEASED 7/27/2017 440.2 1400469 1/11/2014 DECEASED 7/27/2017 52.5 1400871 1/23/2014 DECEASED 7/31/2017 300 1400872 1/23/2014 DECEASED 7/31/2017 445.8 1400965 1/25/2014 DECEASED 7/31/2017 439.4 1401506 2/8/2014 DECEASED 7/31/2017 125 1401588 2/11/2014 DECEASED 7/31/2017 436.2 1406217 6/24/2014 DECEASED 7/31/2017 497.8 1406320 6/27/2014 DECEASED 7/31/2017 441 1401214 2/4/2014 DECEASED 7/31/2017 433 1402297 3/3/2014 DECEASED 7/31/2017 92.73 1402362 3/4/2014 DECEASED 7/31/2017 476.2 1402402 3/5/2014 DECEASED 7/31/2017 200 1403521 4/6/2014 DECEASED 7/31/2017 220.5 1402676 3/12/2014 DECEASED 7/31/2017 359.6 1402679 3/13/2014 DECEASED 7/31/2017 85.14 1402934 3/19/2014 DECEASED 7/31/2017 71.72 1402938 3/20/2014 DECEASED 7/31/2017 50 1403066 3/23/2014 DECEASED 7/31/2017 390 1403221 3/28/2014 DECEASED 7/31/2017 250 1403388 4/2/2014 DECEASED 7/31/2017 250 1403440 4/4/2014 DECEASED 7/31/2017 461.8 1403608 4/8/2014 DECEASED 7/31/2017 200 1405185 5/24/2014 DECEASED 7/31/2017 442.6 1404052 4/20/2014 DECEASED 7/31/2017 87.29 1404270 4/27/2014 DECEASED 7/31/2017 448.2 Page 544 of 1278 1404464 5/2/2014 DECEASED 7/31/2017 200 1404970 5/18/2017 DECEASED 7/31/2017 445.5 1404502 5/3/2014 DECEASED 7/31/2017 231.3 1404576 5/6/2014 DECEASED 7/31/2017 487.4 1404637 5/8/2014 DECEASED 7/31/2017 192.6 1404999 5/19/2014 DECEASED 7/31/2017 100 1405412 5/31/2014 DECEASED 7/31/2017 456.2 1405512 6/3/2014 DECEASED 7/31/2017 89.15 1405509 6/3/2014 DECEASED 7/31/2017 445.8 1405977 6/17/2014 DECEASED 7/31/2017 374 1406307 6/27/2014 DECEASED 7/31/2017 200 1406436 7/1/2014 DECEASED 7/31/2017 200 1406513 7/3/2014 DECEASED 7/31/2017 200 1406585 7/6/2014 DECEASED 7/31/2017 200 1301181 2/2/2013 DECEASED 8/3/2017 453 1301800 2/20/2013 DECEASED 8/3/2017 88.97 1302513 3/13/2013 DECEASED 8/3/2017 437.8 1300014 1/1/2013 DECEASED 11/13/2017 425 1300131 1/3/2013 DECEASED 11/13/2017 455.4 1300236 1/6/2013 DECEASED 11/13/2017 446.6 1300371 1/10/2013 DECEASED 11/13/2017 89.25 1300489 1/14/2013 DECEASED 11/13/2017 259.71 1300552 1/15/2013 DECEASED 11/13/2017 462.6 1300856 1/24/2013 DECEASED 11/14/2017 86.84 1300935 1/27/2013 DECEASED 11/14/2017 88.2 1301606 2/14/2013 DECEASED 11/14/2017 358 1301729 2/18/2013 DECEASED 11/14/2017 481 1302645 3/16/2013 DECEASED 11/15/2017 385.2 1302754 3/20/2013 DECEASED 11/15/2017 89.25 1302755 3/20/2013 DECEASED 11/15/2017 599.8 1302803 3/21/2013 DECEASED 11/15/2017 150 1303048 3/28/2013 DECEASED 11/15/2017 150 1303160 4/1/2013 DECEASED 11/15/2017 175 1303337 4/6/2013 DECEASED 11/15/2017 429.8 1303657 4/14/2013 DECEASED 11/15/2017 150 1303727 4/17/2013 DECEASED 11/15/2017 451.4 1303675 4/15/2013 DECEASED 11/16/2017 150 1303726 4/17/2013 DECEASED 11/16/2017 465 1305470 6/7/2013 DECEASED 11/16/2017 150 1306080 6/27/2013 DECEASED 11/16/2017 150 1308245 9/3/2013 DECEASED 11/16/2017 150 1308763 9/19/2013 DECEASED 11/16/2017 150 1309702 10/18/2013 DECEASED 11/16/2017 150 1310925 11/25/2013 DECEASED 11/16/2017 434.6 1311048 11/29/2013 DECEASED 11/16/2017 434.6 1303911 4/21/2013 DECEASED 11/16/2017 435.4 1304228 5/1/2013 DECEASED 11/16/2017 458.6 1304199 4/30/2013 DECEASED 11/16/2017 494.6 1304297 5/3/2013 DECEASED 11/16/2017 446.6 1304355 5/4/2013 DECEASED 11/16/2017 359.6 1304408 5/6/2013 DECEASED 11/16/2017 448.2 1304411 5/6/2013 DECEASED 11/16/2017 462.6 1304442 5/7/2013 DECEASED 11/16/2017 494.6 1304503 5/9/2013 DECEASED 11/16/2017 465 1304512 5/9/2013 DECEASED 11/16/2017 434.6 1304569 5/10/2013 DECEASED 11/16/2017 445.8 1304576 5/11/2013 DECEASED 11/16/2017 86.42 1304916 5/22/2013 DECEASED 11/16/2017 86.28 1304836 5/19/2013 DECEASED 11/20/2017 435.4 1305135 5/28/2013 DECEASED 11/20/2017 450.6 1305175 5/29/2015 DECEASED 11/20/2017 87.98 1305594 6/11/2015 DECEASED 11/20/2017 46.68 1305911 6/21/2013 DECEASED 11/21/2017 89.54 1307713 8/18/2013 DECEASED 11/21/2017 89.54 1306113 6/28/2013 DECEASED 11/21/2017 449.8 1306133 6/28/2013 DECEASED 11/21/2017 444.2 1307161 6/28/2013 DECEASED 11/21/2017 50 1306279 7/3/2013 DECEASED 11/21/2017 433.8 1306337 7/5/2013 DECEASED 11/21/2017 86.42 1306395 7/7/2013 DECEASED 11/22/2017 362 1307004 7/26/2013 DECEASED 11/22/2017 150 1308864 9/22/2013 DECEASED 11/22/2017 150 1311642 12/16/2013 DECEASED 11/22/2017 150 1400180 1/5/2014 DECEASED 11/22/2017 200 1307052 7/28/2013 DECEASED 11/22/2017 454.6 1307131 8/1/2013 DECEASED 11/22/2017 90.05 1308083 8/29/2013 DECEASED 11/22/2017 451.4 1308260 9/3/2013 DECEASED 11/27/2017 426.6 1308303 9/5/2013 DECEASED 11/27/2017 87.55 1308483 9/10/2013 DECEASED 11/27/2017 250 1308499 9/11/2013 DECEASED 11/27/2017 461 1310272 11/4/2013 DECEASED 11/27/2017 230 1308544 9/13/2013 DECEASED 11/27/2017 89.54 1308709 9/18/2013 DECEASED 11/27/2017 150 1308726 9/18/2013 DECEASED 11/27/2017 457.8 1308798 9/20/2013 DECEASED 11/29/2017 360.86 1308864 9/22/2013 DECEASED 11/29/2017 150 1400253 1/7/2014 DECEASED 11/29/2017 241.3 1308987 9/26/2013 DECEASED 11/29/2017 225 1308998 9/27/2013 DECEASED 11/29/2017 365.67 Page 545 of 1278 1309040 9/28/2013 DECEASED 11/29/2017 433 1309103 9/30/2013 DECEASED 11/29/2017 388.4 1309307 10/6/2013 DECEASED 11/29/2017 90.53 1309449 10/10/2013 DECEASED 12/5/2017 220.1 1400553 1/13/2014 DECEASED 12/5/2017 216.9 1404027 4/19/2014 DECEASED 12/5/2017 226.5 1404069 4/21/2014 DECEASED 12/5/2017 218.9 1404712 5/10/2014 DECEASED 12/5/2017 220.9 1309503 10/11/2013 DECEASED 12/5/2017 441.8 1309599 10/15/2013 DECEASED 12/6/2017 150 1309710 10/18/2013 DECEASED 12/6/2017 88.12 1309926 10/24/2013 DECEASED 12/6/2017 130 1309950 10/25/2013 DECEASED 12/6/2017 150 1310009 10/27/2013 DECEASED 12/6/2017 442.6 1310078 10/29/2013 DECEASED 12/6/2017 150 1310154 11/1/2013 DECEASED 12/6/2017 280 1311393 12/9/2013 DECEASED 12/6/2017 280 1310188 11/2/2013 DECEASED 12/6/2017 85.57 1310404 11/8/2013 DECEASED 12/6/2017 86.99 1406300 6/27/2014 DECEASED 12/6/2017 87.15 1310434 11/9/2013 DECEASED 12/6/2017 88.55 1310838 11/22/2013 DECEASED 12/6/2017 445 1310570 11/13/2013 DECEASED 12/6/2017 89.82 1404653 5/8/2014 DECEASED 12/6/2017 89.87 1310633 11/15/2013 DECEASED 12/6/2017 94.08 1401397 2/5/2014 DECEASED 12/6/2017 250 1405789 6/11/2014 DECEASED 12/6/2017 250 1311001 11/27/2013 DECEASED 12/7/2017 200 1311090 11/30/2013 DECEASED 12/11/2017 89.25 1311315 12/7/2013 DECEASED 12/11/2017 436.2 1311459 12/11/2013 DECEASED 12/11/2017 444.2 1311483 12/12/2013 DECEASED 12/11/2017 468.2 1311560 12/14/2013 DECEASED 12/11/2017 472.2 1311569 12/14/2013 DECEASED 12/11/2017 466.6 1312091 12/29/2013 DECEASED 12/11/2017 483.4 1406631 7/8/2014 DECEASED 12/11/2017 469 1311580 12/14/2013 DECEASED 12/11/2017 444.2 1311845 12/22/2013 DECEASED 12/11/2017 435.4 1311594 12/15/2013 DECEASED 12/11/2017 86.84 1311645 12/16/2013 DECEASED 12/11/2017 87.98 1311752 12/19/2013 DECEASED 12/11/2017 87.27 1311987 12/26/2013 DECEASED 12/11/2017 425.8 1312015 12/27/2013 DECEASED 12/11/2017 444.2 1312026 12/27/2013 DECEASED 12/11/2017 87.41 1400635 1/16/2014 DECEASED 12/11/2017 90.16 1401779 2/16/2014 DECEASED 12/11/2017 88.87 1402155 2/27/2014 DECEASED 12/11/2017 87.72 1402296 3/3/2014 DECEASED 12/11/2017 88.01 1402907 3/19/2014 DECEASED 12/11/2017 88.58 COMMISSION APPROVED WRITE OFFS 1/2/2018 409,341.71 1401299 2/3/2014 DECEASED 1/31/2018 433.8 1403426 4/3/2014 DECEASED 1/31/2018 435.4 1405308 5/28/2014 DECEASED 1/31/2018 435.4 1406684 7/8/2014 DECEASED 1/31/2018 435.4 1408441 8/31/2014 DECEASED 1/31/2018 356.4 1401772 2/16/2014 DECEASED 01/31/118 435.4 1403329 3/31/2014 DECEASED 1/31/2018 96.31 1404839 5/14/2014 DECEASED 1/31/2018 50 1404968 5/18/2014 DECEASED 1/31/2018 441.8 1405273 5/27/2014 DECEASED 1/31/2018 457.8 1406332 6/28/2014 DECEASED 1/31/2018 500.2 1406398 6/30/2014 DECEASED 1/31/2018 91.16 1306925 4/22/2013 REVERSE COMMISION WO 1/31/2018 -433 1400291 1/8/2014 ADMIN ADJ 2/1/2018 0.4 1311690 12/17/2013 ADMIN ADJ 2/1/2018 0.4 1311690 12/17/2013 REVERSE COMMISION WO 2/1/2018 -280.4 TOTAL 1,265,893.25 Page 546 of 1278 BALANCE HARRISON SOFTWARE 9/30/15 BALANCE PAYMENTS WRITE OFFS BALANCE 1,532,553.58 7362.62 1265893.25 259,297.71 Page 547 of 1278 6.K. CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: Approve the modification and addition of projects as part of the approved Fiscal Year 2018-19 Government Surtax Fund. EXPLANATION OF REQUEST: The City Commission approved a list of projects for Fiscal Year 2018-19 to be paid with Government Surtax funds in September 2018. 1 n accordance with the City's Resolution R16-071, which is an I nterlocal agreement with PBC and Palm Beach County Schools pertaining to shared distribution and use of the surtax funds the project list the Commission adopted can be revised by the governing board. The City of Boynton Beach Capital Improvement Plan is largely funded by taxpayer approved sales tax funds (Surtax). Each community must account for the use of these funds to ensure their use is consistent with law and the intent of the voters. Each quarter the city will be providing a global update on the status of projects funded with Surtax revenues. However, on a much smaller scale it is recognized that some projects were missed or arose after the initial inspection of the City facilities. Therefore, it is necessary to add projects as they occur suddenly or unexpectedly during the fiscal year. These additions are to ensure consistency of review by the City Commission and the City's Citizen Surtax Oversight Committee. To that end, staff will be providing additional requests throughout the course of the year on an as needed basis. Attached is a breakdown of staff's request for addition and modification to the Capital I mprovement Plan with estimated budget dollars. All new projects will be funded through project savings and paid with existing Surtax dollars. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Facility maintenance work is critical to keep, restore or improve every part of a Facility/Building to a currently acceptable standard. FISCAL IMPACT: Budgeted The project budget adjustments merely recognize actual costs on a project level. The total approved budget for Government Surtax Budget will remain unchanged. ALTERNATIVES: Do not approve project budget additions/reductions. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Page 548 of 1278 CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type D Attachment Description C I P Project Adjustments Page 549 of 1278 0 0 0 0 0 0 0 U a O U O U O U 0 c a, 0 C C: E a) v Q O O N v a� a s Ul `^ v � o a)o U p L Ln a Ln C O O v N � O N Ln 00 a co ti N_ 4- 0 O LO LO N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a E 0 0 0 0 0 Lr 0 0 0 0 a 0 0 0 Ln 0 rn 0 0 m 0 00 0 r14i � 0 0 0 o bn 0 0 0 r- Ln 0 0 Ln 0 0 0 0 0 0 U 0 0 Ln Ln 0 0 0 Y� a O L crs06 CL ca 6 em O O L O U. v 0 0 0 0 0 0 0 U a O U O U O U 0 c a, 0 C C: E a) v Q O O N v a� a s Ul `^ v � o a)o U p L Ln a Ln C O O v N � O N Ln 00 a co ti N_ 4- 0 O LO LO N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r- 0 0 0 a E 0 0 Lr 0 0 0 0 a 0 Ln rn O L 0 m 00 0 r14i � 00 � o bn U Ln 41 CL O L CL ca O 0 0 0 0 0 0 0 U a O U O U O U 0 c a, 0 C C: E a) v Q O O N v a� a s Ul `^ v � o a)o U p L Ln a Ln C O O v N � O N Ln 00 a co ti N_ 4- 0 O LO LO N Ln E O O L ,j U U Ln 41 O L O O L O U v v Ln co c� v m o 4� +� o a _ o 10 v a a v E a v c v i a F -0 c a, c`a a N a _� i Q O V E O Q U C:O C (6 O O V N L Q = a o a v w T Q) > O a� s v ° ,c v rn ,c v H m d..a y 00 C: a a a p s N Li- L L Ln v L o " O Z 0i 0i o * Q of of C U 7 U Q C: v O U a to I p m •S� (D (D p CU N 3 = L 3 U O O 3 O � •4.i Uf6 CA +.+ U L i.+ U a i.+ U L i.+ U +, +.+ U +, N +.+ U C •v L •v •v •v C •v E •v E •v 0 m O a = O a w O a O O a O a O s m a O s a O s Lr� 00 "o � 00 110 110 00 -q � rn0 00 Rt Rt 00 -q 00 -q 00 -q 000 -q 001,0 000 00 -q C7 (D a a a a a (7 00 00 a a 0 0 0 0 0 0 0 U a O U O U O U 0 c a, 0 C C: E a) v Q O O N v a� a s Ul `^ v � o a)o U p L Ln a Ln C O O v N � O N Ln 00 a co ti N_ 4- 0 O LO LO N +� 0 t 0 tw z C 11111-1111 uj O N 0 u t 0 0 O F •o 00 0 a E 0 Lr m I Q 0 m Ln tw O 0 to Q .0. I 3 CL 00 uj U- 0 +� 0 t 0 tw z C 11111-1111 uj O N 0 u t 0 0 O F •o 00 0 a E 0 Lr Q 0 m Ln tw O 0 to Q .0. 3 CL 00 uj U- 0 O 0 i o v °�' L 3 v a o tin a, oZ ° 5ZZ — a� v C: a Q Q a o o v C 3 C:o J LU J to CLa O NQj E— N E + 3 Nc,, a D > O C3)u O u c a In .� M a a o_ L a a o_ E S a, to C: a) .QJ� s O 3 O C: a no C a, a, a a N WE S v 3 v c s .Z N .Z s N a N o N Q i a wv z no J u ,� do C 3 L o z a z s Z 00 N O O L L N U O O = 3 L v L v to C v v L o c s O c v a c v a v a-je 3 v a v N v o N VI m O v O v J a v O v Co O L f6 O v� L f6 v O C N O C N O I L O I O U L O C U C 'i Nv v a v N v O O v ° o ° o ° 0 3 o u o u c 3 E 3 E 3 3 3 a z 0 O z a z a z z = = ar �* rn 0 � CL 00 00 N a3i Z a3i Z a3i Z a3i Z a3i Z � 0 X N W Z e CL z w E Ul t tw z C 11111-1111 uj O N 0 u t O F Ul t tw z C toE uj O N 0 u t O F co ti N r 0 LO LO CONSENTAGENDA 1/15/2019 REQUESTED ACTION BY COMMISSION: Approve revised investment policy for the City of Boynton Beach Funds except for pension funds and funds related to the issuance of debt. EXPLANATION OF REQUEST: The City's investment policy was last revised in September of 2005 and Finance is recommending the new policy to bring it more in line with the updated FL Statues 215.415 (17)., to enhance the City's flexibility and align its investment procedures with best practices. The Purpose of this policy is to set forth the investment objectives and parameters for the management of the funds of the City of Boynton Beach. This policy is designed to ensure the prudent management of public funds, the availability of operating and capital funds when needed, and an investment return competitive with comparable funds and financial market indices. Pursuant to Section 215.415(17), Florida Statutes, the City of Boynton Beach is authorized to invest in the Florida PRI ME investment pool; Securities and Exchange Commission registered money market funds with the highest credit quality rating from a nationally recognized rating agency; interest-bearing time deposits, Israeli Bonds and savings accounts in qualified public depositories as defined in Section 280.02, Florida Statutes; and direct obligations of the United States Treasury. Our current policy does not clearly define the available investment pools or take into account current market conditions and has not been updated since there have been changes to Statute 215.415 (17). In the process of the recommended revision, the City has reviewed local policies from City of Sunrise, City of West Palm and the City of Delray Beach. This policy encompasses the best practices as set forth from the Government Finance Officers Association (GFOA), along with maintaining a low-risk standard of care towards the City funds. The City of Boynton Beach reported investments at fair value in the amount of $45,628,707.13, in the FMIvT local investment pool and an additional $32,893,553.77 in our money market funds at the end of the Fiscal Year 09/30/2018. The City of Boynton currently relies on policies developed by the State Treasury for managing interest rate risk or credit risk for these investment pools. The Finance Department believes that the City of Boynton Beach can achieve better returns on its investment funds by following the guidelines outlined in the proposed policy. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Allow for flexibility in investments and align with best business practices FISCAL IMPACT: N/A ALTERNATIVES: Not Approve the Policy STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No Page 552 of 1278 CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Attachment Fff Wall r, TIT, lescription nvestment Polri Page 553 of 1278 Commission Approval January 15, 2019 THE CITY OF BOYNTON BEACH INVESTMENT POLICY I. PURPOSE This Investment Policy ("Policy") sets forth the investment objectives and parameters for the management of public funds of the City of Boynton Beach, Florida ("City"). This Policy is designed to ensure the prudent management of public funds, the availability of operating when needed, and an investment return competitive with comparable funds and financial market indices. II. SCOPE In accordance with Section 218.415, Florida Statutes, this Investment Policy applies to all financial assets, of the City with the exception of Pension Funds and funds related to the issuance of debt, where there are other existing policies or indentures in effect for such funds. Funds held by state agencies (e.g., Department of Revenue) are not subject to the provisions of this Policy. Except for money in certain restricted and special funds, the City will consolidate various funds into a single portfolio for the purpose of investing. Consolidation maximizes investment earnings and increases efficiencies with regard to investment pricing, safekeeping, and administration. Investment income will be allocated to the various funds based on their respective participation. III. INVESTMENT OBJECTIVES Safety of Capital - The primary objective of the City's investment program is the protection of public funds. Investments shall be undertaken in a manner that seeks to ensure the preservation of capital in the overall portfolio. The portfolio shall be managed to minimize capital losses by adherence to the restrictions outlined in this Policy. While the City's investment portfolio will consist of relatively low-risk securities, the occasional recognition of a paper loss on a security will be acceptable. The risk of capital losses from interest rate fluctuations in the markets will be minimized by the practice of holding investments through to maturity. The objective will be to mitigate credit risk and interest rate risk. Maintenance of Liquidity - The City's investment strategy will provide sufficient liquidity to meet the City's operating, payroll and capital requirements. To the extent possible, an attempt will be made to match investment maturities with known cash needs and anticipated cash flow requirements. Since not all possible cash demands can be anticipated, the portfolio should consist largely of securities with active secondary or resale markets. A portion of the portfolio also may be placed in money market mutual funds or local government investment pools, which offer same-day liquidity for short-term funds. Return on Investment - The investment portfolio shall be designed with the intent of attaining a market rate of return throughout the budgetary and economic cycles, taking into account the investment risk constraints and liquidity needs. Return on investment is Page 554 of 1278 Commission Approval January 15, 2019 of least importance compared to the safety and liquidity objectives described above and should be in line with the performance measurements outlined in section XVI. IV. AUTHORIZATION TO EXECUTE DOCUMENTS AND DELEGATION OF AUTHORITY The responsibility for providing oversight and direction, in regard, to the management of the investment program resides with the City's Director of Financial Services ("Director") or the City Manager's designee. The Director is authorized to negotiate and execute documents with regard to this investment policy to make investments as required or appropriate. The City Clerk is authorized to attest and affix the City Seal to investment documents as required. No person may engage in an investment transaction except as provided under the terms of this policy and the procedures so established. Positions authorized as investment signatories are City Manager, Director of Financial Services and the Deputy Director of Financial Services. The City may retain an Investment Advisor to assist in managing City funds. Such Investment Advisor must be registered under the Investment Advisors Act of 1940. Investment responsibility shall avoid any transaction that might impair public confidence in the City as custodians of the public trust. V. STANDARDS OF CARE The standard of care to be used by the Director and his/her authorized staff shall be the "Prudent Person Rule" standard as stated in Florida Statute Section 218.415 and shall be applied in the context of managing an overall portfolio. Authorized staff acting in accordance with written procedures and this Investment Policy and exercising due diligence, shall be relieved of personal responsibility for an individual security's credit risk or market price changes, provided deviations from expectation are reported in a timely fashion to the Director and the liquidity and the sale of securities are carried out in accordance with the terms of this policy. The "Prudent Person Rule" states the following: "Investments should be made with judgment and care, under circumstances then prevailing, which persons of prudence, discretion and intelligence exercise in the management of their own affairs, not for speculation, but for investment, considering the probable safety of their capital as well as the probable income to be derived from the investment." Any person or firm hired or retained to invest, monitor, or advise ("Investment Advisor') concerning these assets shall be held to a higher standard of "Prudent Expert'. VI. ETHICS AND CONFLICTS OF INTEREST Investment Advisors and City staff involved in the investment process shall refrain from personal business activity that could conflict with the proper execution and management of the investment program, or which could impair their ability to make impartial investment decisions. Investment Advisors and City staff involved in the investment process shall disclose in writing to the City Manager any material financial interests in financial institutions that conduct business with the City, and they shall further disclose in writing to Page 555 of 1278 Commission Approval January 15, 2019 the City Manager any material personal financial/investment positions that could be related to the performance of the City's investment portfolio. VII. INTERNAL CONTROLS The Director is responsible for establishing and maintaining an internal control structure designed to ensure that the assets of the City are protected from loss, theft or misuse. The internal control structure shall be designed to provide reasonable assurance that these objectives are met. The concept of reasonable assurance recognizes that the cost of a control should not exceed the benefits likely to be derived and the valuation of costs and benefits requires estimates and judgments by management. Accordingly, the Director shall establish a process for an annual independent review as part of the annual financial audit to assure compliance with the policies and procedures. The internal controls shall address safekeeping, repurchase agreements, separation of transaction authority from accounting and recordkeeping, wire transfer agreements, banking service contracts, collateral/depository agreements and "delivery -vs -payment" procedures. Independent auditors as a normal part of the annual financial audit shall conduct a review of the system of internal controls to ensure compliance with policy and procedures, as well as a review of the provisions of Section 218.415, Florida Statutes. VIII. CONTINUING EDUCATION The Director, Deputy Director, and any other authorized staff who participate in making investment decisions shall annually complete eight (8) hours of continuing education in subjects or courses of study related to investment practices and products. IX. AUTHORIZED PUBLIC DEPOSITORIES AND BROKER-DEALERS The Director or his/her authorized staff shall only purchase securities from financial institutions, which are qualified as public depositories by the Treasurer of the State of Florida; from broker-dealers vetted and approved by the Director; or from direct institutional trading systems. Broker -Dealers must be incorporated in the United States. Certificates of deposit or savings accounts may only be established with qualified public depositories (QPD's"). QPD's may provide the services of a securities dealer through Section 20 subsidiary of the financial institution. All approved non -primary securities dealers that qualify under Securities and Exchange Commission Rule 15C3-1 (uniform net capital rule) prior to executing investment trades with the City must provide the City with an audited Annual Financial Statement. X. MATURITY AND LIQUIDITY REQUIREMENTS Page 556 of 1278 Commission Approval January 15, 2019 To the extent possible, an attempt will be made to match investment maturities with known cash needs and anticipated cash flow requirements. Investments of bond proceeds, reserves, construction funds, and other non-operating funds ("core funds") shall have a term appropriate to the need for the funds and in accordance with debt covenants. A. Maturity Guidelines Securities purchased by or on the behalf of the City shall have a final maturity of five (5) years or less from the date of settlement. The maximum term of forward settlement of securities shall be thirty (30) days. The overall weighted average duration of principal return for the portfolio shall be less than three (3) years. B. Liquidity Requirements The Director or his/her authorized staff shall determine the approximate amount of funds required to meet the day-to-day expenditure needs of the City. In order to have an available source of funds to meet unexpected cash requirements, the City will ensure sufficient liquidity by investing funds equating to 60 days of operating expenses in highly liquid investments and/or readily marketable securities. The balance of the City's funds will be available for investment according to the guidelines incorporated within this Policy. XI. RISK AND DIVERSIFICATION Assets held shall be diversified to control risks resulting from over concentration of assets in a specific maturity, issuer, instrument, dealer, or bank through which these instruments are traded. The Director shall determine diversification strategies within the established guidelines. XII. MASTER REPURCHASE AGREEMENT The Director will require all approved institutions and dealers transacting repurchase agreements to execute and perform as stated in the Master Repurchase Agreement. XIII. DERIVATIVES The purchase of derivative instruments as defined by the Government Accounting Standards Board (GASB) or any investment instrument that is structured to derive a rate of return from an investment source other than the original purchased investment is strictly prohibited. XIV. COMPETITIVE SELECTION OF INVESTMENT INSTRUMENTS After the Director or his/her authorized staff has determined the approximate maturity date based on cash flow needs and market conditions and has analyzed and selected one or more optimal types of investments, a minimum of three (3), qualified, banks and /or approved broker-dealers must be contacted and asked to provide bids/offers on securities in question. Except as otherwise required by law, the bid deemed to best meet the investment objectives specified in Section III must be selected. Pursuant to Florida Statutes section 119.071, sealed bids received pursuant to a competitive solicitation are exempt from public record until the City provides notice of an intended 4 Page 557 of 1278 Commission Approval January 15, 2019 decision or until 30 days after opening the bids, whichever is earlier. Exceptions to bidding can occur when offered a security for which there is no readily available competitive offering on the same specific issue; The Director or his/her authorized staff shall document quotations for comparable or alternative securities. When purchasing original issue instrumentality securities, no competitive offerings will be required as all dealers in the selling group offer those securities at the same original issue price. New issue paper will be subject to validation of its price against its value. Acceptable current market price providers include, but are not limited to: A. Real-time electronic trading platforms such as Bloomberg Information Systems B. Wall Street Journal or comparable nationally recognized financial publication providing market pricing. C. Daily market pricing provided by the City's custodian or their correspondent institutions. However, if obtaining bids/offers are not feasible and appropriate, securities may be purchased/sold utilizing the comparison to current market price method on an exception basis. Examples of when this method may be used include: A. When time constraints due to unusual circumstances preclude the use of the competitive bidding process. B. When no active market exists for the issue being traded due to the age or depth of the issue. C. When a security is unique to a single dealer, for example, a private placement. D. When the transaction involves new issues or issues in the "when issued" market. Overnight sweep investment instruments will not be bid, but may be placed with the City's depository bank relating to the demand account for which the investment instrument was purchased. XV. AUTHORIZED INVESTMENTS AND PORTFOLIO COMPOSITION (Exhibit A) Investments should be made subject to the cash flow needs, such cash flows are subject to revisions as market conditions, and the City's needs change. However, when the invested funds are needed in whole or in part for the purpose originally intended or for more optimal investments, authorized staff may sell the investment at the then - prevailing market price and place the proceeds into the proper account at the City's custodian. IMPORTANT NOTE: If the credit rating of a security is subsequently downgraded below the minimum rating level for a new investment of that security, the Director shall evaluate the downgrade on a case-by-case basis to determine if the security should be held or sold. The Director shall notify the City Manager of the downgrade. The Director shall act as a prudent person and apply the general objectives of safety, liquidity, yield, and legality to make the decision. 5 Page 558 of 1278 Commission Approval January 15, 2019 The following are the guidelines for investments and limits on security types, issuers, and maturities as established by the City. The Director and his/her authorized staff shall have the option to further restrict investment percentages from time to time based on market conditions. The percentage allocation requirements for investment types and issuers are calculated based on the original cost of the each investment and the amortized book value of all assets under this Investment Policy. The term "of the portfolio" means this calculation. Should reductions in the total amortized book value of all assets under this Investment Policy cause percentages after purchase to exceed limits set at the time of purchase, the Director shall evaluate the excesses on a case-by-case basis to determine if the security should be held or sold. The Director will apply the general objectives of safety, liquidity, yield, and legality to make the decision. For all securities, forward settlements between the date of purchase and the date of settlement shall be limited to 30 days. Standard & Poor's, Fitch, or Moody's shall be utilized as the Nationally Recognized Statistical Ratings Organization ("NRSRO") recognized by this policy. All references refer to any of these NRSROs. All securities purchased must be in denominated in U.S. dollars. Securities refer to senior debt obligations in whatever form (unless further specified). Securities not listed in this policy are prohibited. A. Florida PRIME or any authorized intergovernmental investment pool 1. Investment Authorization — Authorized staff may invest in Florida PRIME or any other intergovernmental investment pools that are authorized pursuant to the Florida Interlocal Cooperation Act of 1969, as provided in Florida Statutes Section 163.01. 2. Portfolio Composition — Maximum 60% of the portfolio and 50% for floating NAV. 3. Limits on Individual Issuers — Maximum of 35% of the portfolio and 20% of floating NAV. 4. Ratings Requirement — Pools must carry a credit rating of "AAAm" or "AAF. B. United States Government Securities 1. Investment Authorization — Authorized staff may invest in negotiable direct obligations the principal and interest of which are unconditionally guaranteed by the United States Government. 2. Portfolio Composition — Maximum 100% of the portfolio with the exception of Treasury Strips which are limited to 10% of the portfolio. 3. Maturity Limitations — Five (5) years from the date of purchase settlement. 6 Page 559 of 1278 Commission Approval January 15, 2019 C. United States Government Agencies (full faith & credit of the United States Government) 1. Investment Authorization — Authorized staff may invest in bonds, debentures, notes, or callables issued or guaranteed by U.S. Government agencies, provided such obligations are backed by the full faith and credit of the U.S. Government. 2. Portfolio Composition — Maximum 100% of the portfolio. 3. Limits on Individual Issuers — Maximum of 40% of the portfolio inclusive of those securities purchased under XV (E). 4. Maturity Limits — Five (5) years from the date of settlement. D. Federal Instrumentalities (United States Government Sponsored Enterprises ("GSE") which are non -full faith and credit) 1. Investment Authorization — Authorized staff may invest in negotiable direct obligations or obligations the principal and interest of which are issued or guaranteed by United States Government sponsored enterprises. 2. Portfolio Composition — Maximum of 80% of the portfolio inclusive of those securities purchased under XV (E). 3. Limits on Individual Issuers — Maximum of 40% of the portfolio inclusive of those securities purchased under XV (E). 4. Maturity Limitation — Five (5) years from the date of settlement. 5. Rating Requirements — Eligible securities must be senior debt obligations issued by an instrumentality carrying the same credit rating by two (2) NRSROs as that of the U.S. Treasury. Securities of such instrumentalities with a rating below that of the Treasury may be considered as corporate debt under the provisions of XV (J). E. Mortgage -Backed Securities ("MBS") 1. Investment Authorization — Authorized staff may invest in mortgage-backed securities, which are comprised of mortgages that are guaranteed by a government agency or instrumentality for payment of principal and a guarantee of timely payment. 2. Portfolio Composition — Maximum of 20% of the portfolio. 3. Limits of Individual Issuers — Maximum of 5% of the portfolio. 4. Maturity Limitations — Five (5) years from the date of settlement. The maturity of mortgage securities shall be considered the date corresponding to its average life (run at Bloomberg default speeds). The average life may be different from the stated legal maturity included in a security's description. 5. Ratings Requirement — Eligible securities must be senior debt obligations carrying the same credit rating by two (2) NRSROs as that of the U.S. Treasury. Securities of such an agency or instrumentality with a rating below that of the U.S. Treasury may be considered corporate debt under the provisions of XV (J). 6. Compositional Limitations — Securities that are collateralized with any portion of Sub -Prime Mortgages or Alt -A Mortgages obligations are not permitted. Collateralized Debt Obligations, Collateralized Bond Obligations, Collateralized Loan Obligations, Structured Investment Vehicles or Special Purpose Entity Obligations are not permitted. Page 560 of 1278 Commission Approval January 15, 2019 F. Non -Negotiable Interest Bearing Time Certificates of Deposits 1. Investment Authorization — Authorized staff may invest in non-negotiable interest bearing time certificates of deposit organized under the laws of this state and/or in national banks organized under the laws of the United States and doing business and situated in this State, provided that any such deposits are secured by the Florida Security for Public Deposits Act, Chapter 280, Florida Statutes. 2. Portfolio Composition — Maximum of 40% of portfolio. 3. Limits on Individual Issuers — Maximum of 20% of the portfolio. 4. Maturity Limitations — Three (3) years from the date of settlement. 5. Ratings Requirement — At the time of deposit, the bank must have a minimum 3 - star rating from Bauer Financial. Banks with ratings below 3 -stars are limited to FDIC insured amounts. G. Qualified Public Depository Accounts 1. Investment Authorization — Authorized staff may place funds in money market savings accounts in banks organized under the laws of this State and/or in National banks organized under the laws of the United States and doing business and situated in this State, provided that any such deposits are secured by the Florida Security for Public Deposits Act, Chapter 280, Florida Statutes. 2. Portfolio Composition — Maximum of 100% of portfolio. 3. Limits on Individual Issuers — Maximum of 25% of the portfolio except for investments with the City's main depository institution, where it can be 100%. 4. Maturity Limitations — Daily liquidity. 5. Rating Requirements — At the time of deposit, the bank must have a minimum 3 - star rating from Bauer Financial. Banks with rating below 3 stars are limited to FDIC insured amounts. H. Repurchase Agreements 1. Investment Authorization — Authorized staff may invest in repurchase agreements comprised of only those investments based on the requirements set forth by the City's Master Repurchase Agreement. All firms with whom the City enters into repurchase agreements will have a place an executed Master Repurchase Agreement with the City. A third party custodian shall hold collateral for all repurchase agreements with a term longer than one (1) business day. 2. Eligible Collateral — Securities authorized for collateral must be eligible investments under subsections (B), (C), (D), and (E) of Section XV. 3. Collateral Value — The mark -to market value of collateral must be a minimum of 102% during the term of the repurchase agreement. Immaterial short-term deviations from 102% requirement are permissible only upon the approval of authorized staff. 4. Portfolio Composition — Maximum of 20% of available funds. One (1) business day agreements and overnight sweep agreements are limited to a maximum of 50% of the portfolio. 5. Limits on Individual Issuers — A maximum of 10% of available funds may be invested with any one institution. One (1) business day agreements and overnight sweep agreements are limited to a maximum of 30% of the portfolio. 6. Maturity Limitations — 90 days from the date of settlement. Page 561 of 1278 Commission Approval January 15, 2019 7. Rating Requirement — At the time of the purchase, the repo counterparty must carry a minimum rating of A by two (2) NRSROs respectively. I. Commercial Paper 1. Investment Authorization — Authorized staff may invest in any U.S. dollar denominated commercial paper, allowable under current laws. 2. Portfolio Composition — Maximum of 25% of portfolio. 3. Limit on Individual Users — Maximum of 5% of portfolio. 4. Limits on Individual Sectors — Maximum 10% of available funds may be invested with any one sector. 5. Ratings Requirement — At the time of purchase, the commercial paper program must have a minimum short-term rating of A-2 or P-2 or equivalent by an NRSRO and carry a minimum long-term rating of A by two (2) NRSROs respectively. If the commercial paper is backed by a letter of credit ("LOC"), the long-term debt of the LOC provider must be rated A or better by at least two nationally recognized rating agencies. 6. Maturity Limitations — 270 days from the settlement date. J. Corporate Notes 1. Investment Authorization — Authorized staff may invest in securities issued by corporations organized and operating within the United States or by depository institutions licensed by the United States. 2. Portfolio Composition — Maximum of 25% of the portfolio. 3. Limits on Individual Issuers — Maximum of 5% of the portfolio, inclusive of those securities purchased under XV (1). 4. Limits on Individual Sectors — Maximum of 10% of available funds may be invested with any one sector. 5. Maturity Limitations — Five (5) years from the date of settlement. 6. Rating Requirements — At the time of purchase, the issue must carry a minimum rating of A by two (2) NRSROs respectively. K. State and/or Local Government Taxable and/or Tax-exempt Debt 1. Investment Authorization — Authorized staff may invest in State or Local Government taxable and /or tax-exempt securities. 2. Portfolio Composition — Maximum of 25% of the portfolio may be invested in taxable and tax-exempt General Obligation Bonds. 3. Limits on Individual Issuers — Maximum of 10% of available funds may be invested in taxable and tax-exempt Revenue and Excise tax bonds of the various municipalities of the State of Florida, provided none have been in default within five (5) years prior to the date of purchase. 4. Maturity Limitations — Five (5) years from the date of settlement. 5. Rating Requirements — At the time of purchase, securities must carry a minimum rating of A by two (2) NRSROs respectively, for long-term debt. For short-term securities, the issuer must carry a minimum rating of MIG -2 (Moody's), SP -2 (Stand & Poor's), or F-2 (Fitch) by two (2) NRSROs. 6. Prohibition on Student Loans — Debt issued for the purpose of funding student loans is not permitted. Page 562 of 1278 Commission Approval January 15, 2019 L. Registered Investment Companies (Money Market Mutual Funds) 1. Investment Authorization — Authorized staff may invest in shares in open-end and no-load money market funds, provided such funds are registered under the Federal Investment Company Act of 1940 and operated in accordance with 17 C.F.R. 270.2a-7. Stipulating that money market funds must have an average weighted maturity of 60 days or less and the share value be equal to $1.00. 2. Portfolio Composition — Maximum of 50% of available funds. 3. Limits on Individual Issuers — Maximum of 20% of available funds with any one fund. 4. Ratings Requirement — AAAm or equivalent, by two (2) NRSROs respectively. M. Registered Investment Companies (Short -Term Bond Funds) 1. Investment Authorization — Authorized staff may invest in shares in open-end and no-load short-term bond funds, provided such funds are registered under the Federal Investment Company Act of 1940. 2. Portfolio Composition — Maximum of 40% of available funds. 3. Limits on Individual Issuers — Maximum of 15% of available funds with any one fund. 4. Rating Requirement — Aaf or equivalent by one (1) NRSRO. N. Foreign Obligations of the Government of Israel (State of Israel) 1. Investment Authorization — Authorized staff may invest in Bonds, notes, or instruments backed by the full faith and credit of the State of Israel. The obligations must be U.S. Dollar denominated and commercial paper issued by foreign domiciled corporations is not permitted. 2. Portfolio Composition — Maximum of 3% (market value) of the total portfolio. 3. Limits of Individual Issuers — Maximum of 1% of the total portfolio. 4. Maturity Limitations — Three (3) years from the date of settlement. 5. Rating Requirement - A or equivalent by one (1) NRSRO. XVI. PERFORMANCE MEASUREMENTS In order to assist in the evaluation of the portfolio's performance, the City will use performance benchmarks for short-term and long-term portfolios. The use of benchmarks will allow the City to measure its returns against other investors in the same markets. A. The short-term investment portfolio shall be designed with the annual objective of exceeding the return of the Standard & Poor's Rated Local Government Investment Pool Index (LGIP) or similar industry recognized index. B. The long-term investment portfolio shall be designed with the annual objective of exceeding the return of the Bank of America Merrill Lynch 1-3 year U.S. Treasury Index or similar industry recognized index, compared to the portfolio's total rate of return. The Bank of America Merrill Lynch 1-3 Year U.S. Treasury Index represents all qualifying U.S. Treasury securities maturing over one year, but less than three years. This maturity range is an appropriate benchmark 10 Page 563 of 1278 Commission Approval January 15, 2019 based on the objectives of the City. XVII. REPORTING Authorized staff, designee, or Investment Advisor shall provide the Director and the City Manager with Quarterly Investment Reports. Schedules in the quarterly report should include the following: 1. A listing of individual securities held at the end of the reporting period, including CUSIPS or other trade symbols. 2. Name or type of security along with the average life or duration and final maturity. 3. Percentage of portfolio represented by each investment type. 4. Cash and Investments represented by each fund. 5. Coupon, discount or yield. 6. Quarterly and Fiscal year to date earned income, with comparison to benchmarks. 7. Par value, book value, and market value. 8. Certification that the investment portfolio as a whole is consistent with the provisions of the Investment Policy. Review of the Quarterly Investment Reports — It is primarily the responsibility of the Director to perform a review of all the investments, as well as evaluate performance of the investment portfolio against the established performance benchmarks. The Director, through the City Manager, must communicate in writing, any violations of said policy provisions. Investment reports shall be available to the public upon request. XVIII. THIRD PARTY CUSTODIAL AGREEMENTS A third party custodian; and all securities purchased by, and all collateral obtained by shall hold all securities, with the exception of certificates of deposits; the City should be properly designated as an asset by the City. The securities must be held in an account separate and apart from the assets of the financial institution. A third party custodian is defined as any bank depository chartered by the Federal Government, the State of Florida, or any other state or territory of the United States, which has a branch or principal place of business in the State of Florida, as defined in Section 658.12, Florida Statutes, or by a national association organized and existing under laws of the United States, which is authorized to accept and execute trusts and which is doing business in the State of Florida. Certificates of deposits will be placed in the provider's safekeeping department for the term of the deposit. The custodian shall accept transaction instructions only from those persons who have 11 Page 564 of 1278 Commission Approval January 15, 2019 been duly authorized by the Director and for whom authorization has been provided, in writing, to the custodian. No withdrawal of securities, in whole or part, shall be made from safekeeping, unless by such duly authorized person. The custodian shall provide the City with monthly safekeeping reports that provide detail information on the securities being held by the custodian. Security transactions between a broker/dealer and the custodian, involving the purchase or sale of securities by transfer of money or securities must be made on a delivery vs. payment basis, if applicable, to ensure that the custodian will have the security or money, in hand at the conclusion of the transaction. Securities held as collateral, shall be held free and clear of any liens. XIX. INVESTMENT POLICY ADOPTION The Investment Policy shall be adopted by the City Commission. The Director shall review the policy annually and, if necessary, present modifications to the City Manager and the City Commission for approval. Attachment: Exhibit A (Table of Authorized Investments) 12 Page 565 of 1278 W co ti N O LO N c6 o o � � O O Z zz N� w w I-° O O N c4 c4 14, z Z 0 0 C4 o w 0 op O O I O O, C � m m o N zn N° d o p n Ln o N � o Ln m z w o o 0 0 0 0 o cc N N N N O o y 0 0 It 7� C O 7a mmu v' r� U � 0 0 � —It S? U t a" O w co ti N O LO N c6 6.M. CONSENTAGENDA 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Accept the Fiscal Year 2017-2018 Budget Status Report of the General Fund and the Utilities Fund for the twelve (12) month period ended September 30, 2018 (unaudited). EXPLANATION OF REQUEST: This report summarizes the adopted funding sources and expenditure budgets for the City's General Fund and Utility Fund for the twelve (12) month period ended September 30, 2018 (100% of the fiscal year). The analysis compares: • Actual results for the current period to the annual budget • Actual results for the same period of the prior year annual budget HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The annual budget is what provides and controls the resources for City programs and services. FISCAL IMPACT: Budgeted The annual budget and results to date for the General Fund and Utility Fund. GENERALFUND FY 2017-18 FY 2016-17 FY 2018 vs. 2017 Annual Actual to Date Annual Actual to Date Budget Actual Budget Amount % Budget Amount % % % Revenues $ 87,487 $ 86,376 99% $ 83,767 $ 83,408 100% 4.4% 3.6% &Transfers Expenditures $(87,487) $(83,342) 95% $(83,767) $(79,795) 95% 4.4% 4.4% Excess (Deficit) $ - $ 3,034 $- $ 3,613 The General Fund chart above reflects revenue in excess of expenditures (dollars in thousand) yielding a $3.OM surplus for the period ending September 30, 2018 (unaudited). Revenues & Transfers (Exhibit A) — Budgeted Funding Sources: Property taxes and other revenues provide funding sources of $72.4M or 83% of our total $87.4M General Fund budget estimate for FY 2017- 18. Transfers from other funds (non -revenues) provide $15M or 17% of the total funding sources to balance our $93.2M General Fund budgeted expenditures. These three major estimated funding sources are summarized as follows: 1. 39% - $ 34. OM — Property taxes less Tax Increment Financing to the CRA 2. 44% - $ 38AM —All other revenues plus General Fund Balance 3. 17% - $ 15.OM — Transfers from other funds Page 567 of 1278 100% - $ 87AM — Total funding sources The property tax rate for FY 2017-18 is 7.9000 mills, no change from the prior year; the net property taxes of $34.OM in FY 2017-18 represent an 7.77% increase in property tax revenue or an increase of $2.4M from FY 2016-17. To balance the budget in FY 2017-18, it required transfers from other funds of $15M representing 17% of all funding sources. Actual Funding Sources Realized: At the end of the twelfth month in FY 2017-18, revenues and transfers realized are approximately $86.3M or 99% of the budget estimate compared to $83AM or 100% realized to date in FY 2016-17. Ad Valorem Taxes, net of discounts and TIF taxes to the CRA, received to date was $33.8M as compared to $31.7M for FY 2016-17, as noted on Exhibit A. Expenditures (Exhibit B) Budgeted Expenditures: Overall, appropriations increased approximately 4.5% from $83.7M to $87.4M. The budget increase was due to the cost of doing business, Town Square project, providing funding related to wage increases, equipment and additional personnel. Actual Expenditures — General Fund expenditures for the twelfth month period ending September 30 (100% of the fiscal year) are $83.3M that is 95% of the $87AM expenditure appropriation for FY 2017-18. Note: the City's annual pension obligations for General Employees, Fire, and Police are paid in the first month of the fiscal year. The table at the top of Exhibit B displays actual expenditures of $83.3M or 95% of the FY 2017-18 budget. At this point in the fiscal year, FY2017-18 spending levels are $3.6M ahead of the $79.7M or 86% expended in FY 2016-17 for this same period. UTILITY FUND The FY 2017-18 annual expenditure budget of $46.5M represents a $4.3M increase from the FY 2016-17 budget of $42.2M. As of the period ending September 30, the operational forecast reflects an estimated decrease of $973K of the fund balance for FY 2017-18, see Exhibit C. FY 2017-18 FY 2016-17 FY 2018 vs. 2017 Annual Actual to Date Annual Actual to Date Budget Actual Budget Amount % Budget Amount % % % Revenues $ 46,544 $ 47,513 102% $ 42,245 $ 44,936 106% 10.2% 5.7% &Transfers Expenditures $ (46,544) $ (44,245) 95% $ (42,245) $ (37,427) 89% 10.2% 18.2% Excess (Deficit) $ - $ 3,268 $ - $ 7,509 For the twelfth month period in FY 2017-18, • Revenues realized are $47.5M (102%) of the annual budget estimate. • Expenditures incurred are $44.2M (95%) of the annual appropriated budget. This resulted in revenues in excess expenditures which yielded a surplus of approximately $3.2M. Expenditures (Exhibit D) — Utility Fund FY 2017-18 expenditures to date are $44.2M or 95% of the annual Page 568 of 1278 appropriation compared to expenditures of $37AM or 89% for the prior fiscal year (which excludes depreciation and the joint ventures expenditures). ALTERNATIVES: Discuss this Budget Status Report or request clarification at the City Commission meeting. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Addendum D Addendum D Addendum D Addendum Description GIF Statement of Revenues thru Sept 30, 2018 GIF Statement of E-o-T%enditures thru Seyt 30, 2018 UF Statement of Revenues thru Sept 30, 2018 UF State-tte-tt of EY*Pztdwbjres tWSept 30, 2018 Page 569 of 1278 EXHIBIT A CITY OF BOYNTON BEACH, FLORIDA GENERAL FUND ANALYSIS STATEMENT OF REVENUES - COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended September 30, 2018 (100% of Fiscal Year) S:\ Finance\Financial Reports\Monthly Financial Reports\FY2017-2018\FY1718 Budget Review - GF - thru Sept 18 Summarized001 Revenue Summary Revised Page 57G, of 1278 REVENUES FY 2017-18 FY 2017-18 TO DATE FY 2016-17 FY 2016-17 TO DATE ACCOUNTS BUDGET REVENUE % BUDGET REVENUE % APPROVED $ 41,458,358 REALIZED $ 41,183,219 REALIZED 99% APPROVED $ 38,322,309 REALIZED 38,295,004 REALIZED 100% AD VALOREM TAXES, net LESS TIF TAXES TO CRA 7,360,831 (7,336,119) 100% 6,682,137 (6,590,331) 99% NET TAXES TO THE CITY 34,097,527 33,847,100 99% 31,640,172 31,704,673 100% LICENSES AND PERMITS BUSINESS TAXES 1,731,000 1,843,967 107% 1,656,000 1,662,205 100% BUILDING PERMITS 2,712,000 3,390,454 125% 2,417,000 2,549,016 105% FRANCHISE FEES 4,865,000 4,715,685 97% 5,065,000 4,784,735 94% OTHR LICENSES, FEES & PER 222,000 180,942 82% 218,000 216,823 99% INTERGOVERNMENTAL REVENUES OTHER FEDERAL REVENUE 85,000 78,495 92% 85,000 45,035 53% STATE SHARED REVENUES 8,677,000 8,905,913 103% 8,674,000 8,606,651 99% SHRD REV FROM OTHR LCL 335,000 327,971 98% 310,000 236,802 76% CHARGES FOR SERVICES PYMTS IN LIEU OF TAXES 121,300 137,657 113% 121,300 134,833 111% CHRGS-GENERAL GOVT 507,800 507,395 100% 459,500 492,003 107% PUBLIC SAFETY 6,086,500 6,253,460 103% 5,133,816 6,585,765 128% PHYSICAL ENVIRONMENT 20,000 25,339 127% 20,000 5,995 30% CULTURE/RECREATION 428,700 403,943 94% 415,500 449,118 108% INTEREST & MISC REVENUE LIBRARY FINES 30,000 17,803 59% 30,000 25,328 84% VIOLATIONS LOCAL ORD. 643,000 248,507 39% 720,000 575,560 80% INTEREST EARNINGS 65,000 90,285 139% 50,000 148,509 297% RENTS AND ROYALTIES 368,800 437,947 119% 368,800 413,386 112% SPECIAL ASSESSMENTS 6,589,000 6,850,632 104% 5,541,500 5,692,928 103% SALE OF SURPLUS MATERIAL 1,500 3,536 236% 2,000 2,827 141% OTHER MISC. REVENUE 4,715,145 2,922,789 62% 2,725,000 961,999 35% INTERNAL FUND TRANSFERS TRANSFERS 15,067,850 15,067,850 100% 14,842,000 14,842,000 100% FUND BALANCE APPROPRIATED 118,100 118,100 100% 3,272,149 3,272,149 100% Total Revenues $ 87,487,222 $ 86,375,770 99% $ 83,766,737 83,408,340 100% S:\ Finance\Financial Reports\Monthly Financial Reports\FY2017-2018\FY1718 Budget Review - GF - thru Sept 18 Summarized001 Revenue Summary Revised Page 57G, of 1278 S:TinanceTinancial ReportsWonthly Financial Reports\FY2017-2018\FY1718 Budget Review - GF -thio Sept 18 Summarized001 Expenditure Summary Revised Page 5170/QOIOf 1278 EXHIBIT B CITY OF BOYNTON BEACH, FLORIDA GENERAL FUND ANALYSIS STATEMENT OF EXPENDITURES - COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended September 30, 2018 (100% of Fiscal Year) EXPENDITURES FY 2017-18 FY 2017-18 TO DATE FY 2016-17 FY 2016-17 TO DATE ACCOUNTS BUDGET EXPENDED % BUDGET EXPENDED % APPROVED EXPENDED APPROVED EXPENDED GENERAL GOVERNMENT CITY COMMISSION $ 267,301 $ 259,594 97% $ 259,706 $ 259,342 100% CITY MANAGER 746,362 718,633 96% 730,719 728,312 100% CITY HALL/GEN. ADMIN. 6,230,163 5,641,839 91% 7,367,149 3,472,778 47% MARKETING/COMMUNICATIONS 333,846 295,891 89% 258,615 237,954 92% TOWN SQUARE 1,500,000 (657,580) 0% 0 0 0% CITY CLERK 569,241 558,557 98% 531,665 519,921 98% CITY ATTORNEY 724,916 715,572 99% 522,411 522,922 100% FINANCIAL SERVICES 1,184,980 1,162,268 98% 1,034,767 1,020,489 99% ITS 2,143,805 2,075,075 97% 1,895,058 1,876,019 99% HUMAN RESOURCES 824,823 712,523 86% 724,830 706,466 97% PUBLIC SAFETY UNIFORM SERVICES 17,039,645 16,962,122 100% 16,758,211 16,894,667 101% ADMINISTRATIVE SERVICES 3,266,135 3,119,341 96% 3,534,348 3,488,926 99% SUPPORT SERVICES 9,953,470 9,910,993 100% 9,693,624 9,692,482 100% FIRE 24,270,971 24,236,602 100% 23,089,868 23,181,959 100% COMMUNITY STANDARDS 2,066,791 2,025,622 98% 1,871,683 1,848,633 0% EMERGENCY MANAGEMENT 22,320 15,116 68% 14,670 10,614 72% BUILDING & DEVELOPMENT DEVELOPMENT 1,136,941 1,125,569 99% 1,093,300 1,097,145 100% BUILDING 1,502,497 1,460,605 97% 1,389,088 1,386,211 100% ENGINEERING 622,155 611,263 98% 686,132 676,940 99% PLANNING & ZONING 756,125 719,275 95% 776,734 772,369 99% ECONOMIC DEVELOPMENT 412,318 313,526 76% 211,749 197,857 93% PUBLIC WORKS PUBLIC WORKS 245,550 244,504 100% 223,397 214,837 96% FACILITIES MANAGEMENT 2,023,598 1,874,133 93% 1,624,535 1,617,616 100% STREETS MAINTENANCE 1,127,135 1,072,564 95% 1,199,602 1,195,777 100% LEISURE SERVICES LIBRARY 2,315,127 2,240,373 97% 2,280,461 2,267,323 99% SCHOOLHOUSE MUSEUM SERV 254,971 239,477 94% 269,372 256,178 95% RECREATION 3,005,874 2,927,541 97% 2,905,081 2,903,556 100% PARKS & GROUNDS 2,940,162 2,737,207 93% 2,819,962 2,720,067 96% CRA REIMBURSABLE & RESERVES - 23,261 0% - 27,792 0% Total Expenditures $ 87,487,222 $ 83,341,466 95% �$-- 83 766 737 $ 79,795,152 95% S:TinanceTinancial ReportsWonthly Financial Reports\FY2017-2018\FY1718 Budget Review - GF -thio Sept 18 Summarized001 Expenditure Summary Revised Page 5170/QOIOf 1278 EXHIBIT C CITY OF BOYNTON BEACH, FLORIDA UTILITY FUND ANALYSIS STATEMENT OF REVENUES - COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended September 30, 2018 (100% of Fiscal Year) S:\Finance\Financial Reports\Monthly Financial Reports\FY2017-2018\FY1718 Budget Review- OF - thru Sept 18 Summan-d401 Rev Sum Page 572 of 1278 REVENUES FY 2017-18 FY 2017-18 TO DATE FY 2016-17 FY 2016-17 TO DATE ACCOUNTS BUDGET REVENUE % BUDGET REVENUE APPROVED $ 21,675,000 REALIZED $ 22,031,120 REALIZED 102% APPROVED $ 20,250,000 REALIZED $ 22,280,951 REALIZED 110 WATER SALES WATER CONNECTION FEE 150,000 51,585 34% 25,000 87,236 349 WATER SERVICE CHARGE 850,000 941,561 111% 750,000 912,035 122 WTR-BACKFLOW PREVNTR TEST 10,000 20,596 206% 10,000 17,500 175 RECLAIMED WATER SALES 64,000 375,328 586% 60,000 71,867 120 SEWER SERVICE 18,870,000 19,070,365 101% 18,500,000 18,876,202 102 STORMWATER UTILITY FEE 3,800,000 3,880,546 102% 3,800,000 3,810,401 100 TELEVISE SEWER LINES 5,000 25,958 519% 3,500 634 18 FEES 20,000 30,177 151% 15,000 6,338 42 INTEREST INCOME 35,000 22,187 63% 35,000 44,170 126% SALE OF SURPLUS EQUIP. 2,000 - 0% - 30,983 0 OCEAN RGE UT TAX ADM CHG 800 1,025 128% 800 927 116 MISCELLANEOUS INCOME - 516 0% - 863 0% FUND BALANCE DECREASE (INCREASE) 1,061,993 1,061,993 100% (1,204,004) (1,204,004) 100 TOTAL REVENUES $ 46,543,793 $ 47,512,957 102% $ 42,245,296 $ 44,936,103 106% S:\Finance\Financial Reports\Monthly Financial Reports\FY2017-2018\FY1718 Budget Review- OF - thru Sept 18 Summan-d401 Rev Sum Page 572 of 1278 EXHIBIT D CITY OF BOYNTON BEACH, FLORIDA UTILITY FUND ANALYSIS STATEMENT OF EXPENDITURES - COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended September 30, 2018 (100% of Fiscal Year) EXPENDITURES FY 2017-18 FY 2017-18 TO DATE FY 2016-17 FY 2016-17 TO DATE ACCOUNTS BUDGET EXPENDED % BUDGET EXPENDED APPROVED EXPENDED $ 1,946,158 $ 1,826,796 94% APPROVED EXPENDED $ 1,814,027 $ 1,902,592 105% WATER DISTRIBUTION PUBLIC WATER TREATMENT 6,009,493 5,663,434 94% 5,961,748 5,944,977 100% METER READING & SERVICES 1,284,678 1,179,478 92% 1,111,186 1,116,613 100% WASTEWATER COLLECTION 1,674,357 1,432,908 86% 1,624,933 1,568,726 97% WASTEWATER PUMPING STATNS 2,810,391 2,408,815 86% 2,337,495 2,380,004 102% SEWAGE TREATMENT 4,550,000 4,129,070 91% 3,928,070 3,833,112 98% WATER QUALITY 642,397 561,258 87% 634,776 563,318 89% UTILITY ADMINISTRATION 17,046,237 16,733,341 98% 14,552,941 14,523,618 100% UTILITES ENGINEERING 1,478,276 1,376,356 93% 1,481,747 1,547,138 104% STORMWATER MAINTENANCE 1,148,994 1,023,301 89% 1,008,364 1,028,769 102% CUSTOMER RELATIONS 1,226,307 1,185,239 97% 1,369,521 1,370,299 100% DEBT SERVICE 6,726,505 6,725,302 100% 6,420,488 1,648,306 26% Total Expenditures $ 46,543,793 $ 44,245,298 95% $ 42,245,296 $ 37,427,472 89% S:\Finance\Financial Reports\Monthly Financial Reports\FY2017-2018\FY1718 Budget Review- OF - thru Sept 18 Summan-d401 Exp Sum Page 573 of 1278 6.N. CONSENTAGENDA 1/15/2019 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 January 15, 2019- "Request for Extensions and/or Piggybacks." EXPLANATION OF REQUEST: As required, the Finance/Procurement Department submits requests for award to the Commission; requests for approval to enter into contracts and agreements as the result of formal solicitations; and to piggy -back governmental contracts. Options to extend or renew are noted in the "Agenda Request Item" presented to Commission as part of the initial approval process. Procurement seeks to provide an accurate and efficient method to keep the Commission informed of pending renewals and the anticipated expenditure by reducing the paperwork of processing each renewal and/or extension individually and summarizing the information in a monthly report (as required). VENDOR(S) DESCRIPTION OF SOLICITATION RENEWAL TERM SOLICITATION NUMBER HY-BYRD SUPPLEMENTAL City RFP No. 012-2411- February 17, 2019 BUILDING 16-J MA thru INSPECTIONS AND February 16, 2020 PLAN REVIEW SERVICES C.A.P. GOVERNMENT, SUPPLEMENTAL City RFP No. 012-2411- March 9, 2019 thru GFA INTERNATIONAL BUILDING 16-J MA March 8, 2020 INSPECTIONS AND PLAN REVIEW SERVICES EXTREME PEST REMOVAL AND Palm Beach County February 22, 2019 CONTROL, INC. DISPOSAL OF ANIMAL Piggyback Bid No. Thru REMAINS 700089RA February 21, 2020 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This renewal report will be used for those solicitations, contracts/agreements and piggy -backs that are renewed/extended with the same terms and conditions and pricing as the initial award. FISCAL IMPACT: Funds have been budgeted under line items as noted on the attached report. ALTERNATIVES: Not approve renewals and require new solicitations to be issued. STRATEGIC PLAN: Page 574 of 1278 STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Attachment r w Description Bid Renewal Summary Report enewal Interest- Hy-Byrd� Renewal Interest- CAP Government r_ Page 575 of 1278 REQUESTING DEPARTMENT. DEVELOPMENT DEPARTMENT CONTACT. Michael Rumpf TERM (HY-BYRD): February 17, 2019 to February 16, 2020 TERM (C.A.P. GOVERNMENT, GFA INTERNATIONAL): March 9, 2019 to March 8, 2020 SOURCE FOR PURCHASE: City Bid No. 012-2411-16-JMA ACCOUNT NUMBER: 001-2411-524-49-17 VENDOR(S): C.A.P. Government, Inc.; Hy -Byrd, Inc.; G.F.A. International ANNUAL ESTIMATED EXPENDITURE: $150,000.00 DESCRIPTION: On February 2, 2016, City Commission approved one-year contracts (Resolution No. R16-023) with C.A.P. Government as primary vendor, Hy -Byrd, Inc. as secondary vendor and G.F.A. International as tertiary vendor, and authorized the City Manager to sign Professional Services Agreements with the firms. These Contracts provide for plan review for residential and commercial building applications, review of Business Use Certificates for changes in occupancy requirements under the Florida Building Code, and inspection services for structures in which permits have been issued by the City of Boynton Beach. Further, the Contracts provide hourly costs for Building Official, Deputy Building Official, Single and Multi- Discipline Field Inspectors, Single and Multi -Discipline Plans Examiner, Business Inspector and Application Technician. By utilizing temporary personnel, the Building Department is able to increase or decrease services to service demand. The Contracts allowed for three (3) additional one-year renewal options with the same prices, terms and conditions. On January 17, 2017, City Commission approved the first one-year renewal option with all three vendors. On January 16, 2018, City Commission approved the second one-year renewal option with all three vendors. The vendors have agreed to renew the Contracts for the second renewal option thru 2020. REQUESTING DEPARTMENT. POLICE DEPARTMENT CONTACT. Liz Roehrich TERM: September 4, 2018 to September 3, 2019 SOURCE FOR PURCHASE: Palm Beach County Piggyback Bid No. 700089RA ACCOUNT NUMBER: 001-2112-521-49-17. VENDOR(S): Extreme Pest Control, Inc. ESTIMATED ANNUAL EXPENDITURE: $8,000.00 DESCRIPTION: On January 22, 2018, the City Manager approved a piggyback contract with Extreme Pest Control, Inc. for the removal and disposal of animal remains. On November 19, 2018, the County exercised a renewal of the contract effective February 22, 2019 thru February 21, 2020. Extreme Pest Control, Inc. has agreed to extend the prices, terms and conditions of the County Contract to the City thru 2020. The City of Boynton Beach December 26, 2018 Finance/Procurement Services 100 E. Boynton Beach Boulevard P.D. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 FAX: (561) 742-6316 Michael Crisafulle, Vice President HY-BYRD, INC. 511 South East Coast Street Lake Worth, FL 33460 VIA EMAIL TRANSMITTAL TO: RFP No. 012-2411-16/JMA FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES CURRENT CONTRACT PERIOD: FEBRUARY 17, 2018 THRU FEBRUARY 16, 2019 Dear Mr. Crisafulle: The Agreement for "SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES" will expire on February 16, 2019. This Agreement allows for one (1) additional one-year renewals under the same prices, terms and conditions. The City of Boynton Beach would like to renew this contract with your firm for an additional one-year term under the same terms and conditions. Please indicate your response on the following page and return it via email to i�i1 i Lisp at your earliest convenience. If you should have any questions, please do not hesitate to contact Ilyse Triestman, Purchasing Manager at (561) 742-6322. Thank you. Sincerely, Tim W. Howard Assistant City Manager - Administration cc: Andrew Mack, Director of Development File America's Gateway to the Gulf Stream Page 577 of 1278 The City of Boynton Beach Finance/Procurement Services 100 L Boynton Beach Boulevard P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 FAX: (561) 742-6316 RFP No. 012-2411-16/JMA FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES CONTRACT RENEWAL PERIOD: FEBRUARY 17, 2019 THRU FEBRUARY 16, 2020 Yes, I agree to renew the existing agreement with the same Terms and Conditions for the renewal period of February 17, 2019 thru February 16, 2020. No, I do not wish to renew the agreement for the following reason(s): HY-BYRD, INC. NAME OF COMPANY NAME OF REPRESENTATIVE (Please print) - t DATE ,.,D_ESS. l� j� SIG E n A TITLE - 1 (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 578 of 1278 rrw]L .1 he City of Younton Beach Finance/Procurement Services 100 E. Boynton Beach Boulevard P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 FAX.- (561) 742-6316 RFP No. 012-2411-16/JMA FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES CONTRACT RENEWAL PERIOD: MARCH 9, 2019 THRU MARCH 8, 2020 X Yes, I agree to renew the existing agreement with the same Terms and Conditions for the renewal period of March 9, 2018 thru March 8, 2020, No, I do not wish to renew the agreement for the following reason(s): C.A.P. GOVERNMENT, INC. Carlos A. Penin, PE SIGNATURE President NAME OF REPRESENTATIVE TITLE (Please print) 12127118 (305) 666-7178 DATE (AREA CODE) TELEPHONE NUMBER cap@capfla.com E-MAIL ADDRESS Americo's Gateway to the Gulf Stream Page 579 of 1278 I he City Of Bounton Beach Finance/Procurement Services 100 E. Boynton Beach Boulevard P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone NO: (551) 742-6310 FAX: (561) 742-5316 RFP No. 012-2411-16/JMA FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES CONTRACT RENEWAL PERIOD: MARCH 9, 2019 THRU MARCH 8, 2020 Yes, I agree to renew the existing agreement with the same Terms and Conditions for the renewal period of March 9, 2018 thru March 8, 2020. No, I do not wish to renew the agreement for the following reason(s).- G.F.A. INTERNATIONAL, INC. NAME OF COMPANY Carlos Mercado NAME OF REPRESENTATIVE (Please print) 12,28.2018 DATE cmepc�oteqmgfqxom E-MAIL ADDRESS SIGNATURE TITLE 561.945.1283 (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 580 of 1278 e City of Boynton Beach Finance/Procurement Services P.D. Box 310 _ Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 FAX. (561) 742-6316 December 27, 2018 BID: PIGGYBACK OF Palm Beach County — DISPOSAL SERVICES, DECEASED ANIMALS (ROADSIDE) BID No.: 700089RC Agreement between the City of Boynton Beach and Extreme Pest Control, Inc.: CONTRACT RENEWAL TERM: FEBRUARY 22, 2019 —FEBRUARY 21, 2020 Yes, I agree to renew the existing agreement under the same terms, conditions, and pricing for an additional one-year term. No, I do not wish to renew the bid for the following reason(s) Extreme Pest Control, Inc NAME OF REPRESENTATIVE (please print) /0 .r.9r/_( i NT 1 f1M&W)f Z� _15—A-6 L' ,, CCsM P_ -MAIL vrvivr%I VI\L TITLE - 5 9b fo g 1 Cc j! (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 581 of 1278 6.0. CONSENTAGENDA 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Approve the minutes from City Commission meetings held on December 18, 2018. The minutes for the December 5, 2018 public input meeting are included for information purposes. EXPLANATION OF REQUEST: The City Commission met on December 18, 2018 and minutes were prepared from the notes taken at the meetings. The Florida Statutes provide that minutes of all Commission meetings be prepared, approved and maintained in the records of the City of Boynton Beach. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? A record of the actions taken by the City Commission will be maintained as a permanent record. FISCAL IMPACT: Non -budgeted N/A ALTERNATIVES: Do not approve the minutes STRATEGIC PLAN: Building Wealth in the Community STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Minutes D Minutes Description Minute 12-18-18 Minutes 12-5-18 Page 582 of 1278 MINUTES OF THE REGULAR CITY COMMISSION MEETING HELD ON TUESDAY, DECEMBER 18, 2018, AT 6:30 P.M. AT THE INTRACOASTAL PARK CLUBHOUSE, 2240 N. FEDERAL HIGHWAY, BOYNTON BEACH, FLORIDA PRESENT: Steven B. Grant, Mayor Christina Romelus, Vice Mayor Aimee Kelley, Commissioner ABSENT: Justin Katz, Commissioner Mack McCray, Commissioner 1. OPENINGS A. Call to Order- Mayor Steven B. Grant Mayor Grant called the meeting to order at 6:30 p.m. Invocation Lori LaVerriere, City Manager James Cherof, City Attorney Judith A. Pyle, City Clerk The invocation was given by Dr. Lockhart of Boynton Beach High School. Pledge of Allegiance to the Flag led by Commissioner Kelley. The members recited the Pledge of Allegiance to the Flag Roll Call City Clerk Pyle called the roll. A quorum was present. Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption Motion Vice Mayor Romelus moved to approve the agenda. Commissioner Kelley seconded the motion. Vote The motion unanimously passed. Page 583 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 2. Other A. Informational items by Members of the City Commission. Vice Mayor Romelus indicated she had no disclosures. Commissioner Kelley attended the boat parade on December 14, 2018. Expressed the CRA put on a great event. Mayor Grant indicated on December 5th he attended the Magnuson house tour. Attended the Carolyn Sims Center public input meeting regarding the Kids Kingdom. December 6th attended Poinsettia Elementary School for the opening of Reading Oasis with Boynton Beach Kiwanis, Police and Fire Department. December 7th attended Veteran Park for the Pearl Harbor 77th anniversary and the Battle of the Bulge. December 8th attended the Sunshine Plaza for Rock the Plaza event. December 12th attended Coffee with a Cop at Chick-Fil-La. Attended a Coalition of Boynton West Residential Associations (COWBRA) meeting. Also attended a City Manager Mayor's meeting with Commissioner Dave Kerner, Vice Mayor, Palm Beach County. Visited the Breakers to see On The Town with Palm Beach. December 13th attended the Transportation Planning Agency (TPA) meeting. In attendance was the Florida Department of Transportation (FDOT) Secretary of District 4, Gerry O'Reilly. Attended the Palm Tran Service Board. Mayor Grant was the special guest sleigh bell ringer for the Gold Coast Band. Directed Staff to make sure events for the Gold Coast Band are placed on the calendar. December 14th attended Leisureville meeting regarding Veteran's committee. Attended the Boat Parade sponsored by the Boynton Beach CRA. December 15th attended Dog Paw-ty at the beach. Congratulated the Parks and Recreation Department which did a great job in the planning and follow through on the event. December 17th attended a meeting with Community Greening, hopefully they will work with the City to get both native and fruit trees for Boynton Beach. Attended the Inlet Communities Association (INCA) meeting. Attended the Police Benevolent Association (PBA) Luncheon. 3. Announcements, Community and Special Events and Presentations A. Announce the Solid Waste Pick Up Schedule for the Holiday Season by Andrew Mack, Director of Public Works. Andrew Mack, Director of Public Works, announced the transfer stations were closing in observance of Christmas and New Year: December 24-25, 2018 and January 1, 2019. December 24, 2018 no commercial roll off service. If additional questions, please visit the City website. Mayor Grant inquired about recycling items such as batteries with the Solid Waste Authority. Mr. Mack responded at this time the City does not have a recycling program available. Staff was looking into the possibility of beginning a program. z Page 584 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 Mayor Grant indicated maybe they could start a pilot program for paint as well as electronic recycling. B. City offices will be closed on Monday, December 24th and Tuesday, December 25th, 2018 in observance of the Christmas holiday. City offices will also be closed on Tuesday, January 1, 2019 in observance of New Year's Day. Mayor Grant announced the City of Boynton Beach will be closed in observance of Christmas and New Year's. Monday, December 24th, Tuesday, December 25th, 2018 and Tuesday, January 1, 2019. C. The City Commission has cancelled the Commission Meeting that would normally be held on Tuesday, January 1, 2019, the only Commission Meeting in January will be Tuesday, January 15, 2019 at 6:30 PM. Mayor Grant announced the City Commission meeting for January 1, 2019 has been cancelled. The next Commission meeting would be Tuesday, January 15, 2019. D. Announcement by Mary DeGraffenreidt, Events and Programs Manager, regarding the 48th Annual Holiday Parade Award Winners. Eleanor Krusell, Public Communications and Marketing Director, acknowledged Mary DeGraffenreidt, Events and Program Manager, for doing an exceptional job leading the team as well as volunteers. Ms. DeGraffenreidt announced Saturday, December 1, 2018 the City of Boynton Beach hosted the 48th Annual Holiday Parade. Ms. DeGraffenreidt recognized the winners for the following categories: Best marching by a marching band was Boynton Beach Community High School Tiger Sound Band. Most outstanding float was Knights of Columbus at St. Marks Catholic Church. Most creative and original float was Delray Medical Center. Best Marching Unit was Galaxy E3 Elementary Cheer Team. Ms. DeGraffenreidt said the City of Boynton Beach had an amazing time as a result of everyone's participation. Congratulated all the participants and winners. E. Announcement by Mary DeGraffenreidt, Events and Programs Manager, regarding the 2018 Martin Luther King Jr. Celebration. Ms. DeGraffenreidt introduced Michele Olmann, Administrative Associate. Ms. Olmann announced Saturday, January 12, 2019 the City of Boynton Beach will host a Martin Luther King Jr. celebration event at the Carolyn Sims Center. This year's theme was bridging the gap. The event will begin at 12:00 noon and ends at 5.pm. 3 Page 585 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 Ms. Olmann indicated there would be children's activities. The City will feature the Boynton Beach High School Tiger Sound Band, Galaxy Cheer Squad Steppers and drumlines, gospel choir, praise dancers. Minister Ricky Gardener of St. John Missionary Baptist Church will provide an inspirational message and closing performances by Valerie Tyson Jazz Band. 4. PUBLIC AUDIENCE INDIVIDUAL SPEAKERS W ILL 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) Chris Montague 222 West Ocean Avenue, wanted an explanation regarding a City of Boynton Beach Police Officer Nicholas Prince which drove a police car while intoxicated. Inquired as to why Officer Prince was still employed. Officer Prince was on paid leave for 14 months, and was filmed threating to kill a civilian. The City Manager was advised to terminate his employment by Chief Harris and Chief Katz. Mayor Grant indicated this was not the venue to ask questions. Ms. LaVerriere stated Chief Gregory would speak with Mr. Montague in response to the question. Ms. LaVerriere indicated this was a personnel matter. Dr. Pitor Blass, Tara Lakes Drive, had some ideas to improve the elections. Explained his activity here was to continue the work on the University of Boynton. Reminded everyone the City of Boynton Beach will be the first to get energy from the Gulf. Lloyd Forrest, 3137 Orange Street, informed the Commission there was drugs and prostitution going on in his neighborhood. Requested help with the drag racing, wanted to have speed bumps installed. Mayor Grant thanked Mr. Forrest for bringing this to the Commission's attention. Suggested he speak with Chief Gregory after the meeting. Mayor Grant, seeing no one else coming forward, closed Public Audience. 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. Mayor Grant nominated Saddam Silverio as an alternate member for the Art Commission. Vice Mayor Romelus seconded the motion. 4 Page 586 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 Vote The motion unanimously passed 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. R18-181 - Amend the FY 2018-19 budget, which will adjust budgeted appropriations and revenue sources and provide spending authority for the Capital Improvement Funds (302 & 303), the Utility Capital Improvement Funds (403 & 404), and the Fleet Fund (501) for previous years Purchase Orders and unspent project budgets. B. PROPOSED RESOLUTION NO. R18-182 - Approve and authorize the Mayor to sign Agreements for the Community Development Block Grant (CDBG) Sub - Recipients as adopted in the One Year Action Plan on August 7, 2018, Resolution R18-102. C. Approve issuing an annual blanket purchase order to GL Staffing of Lake Park, FL for temporary labor services in the amount of $80,000 utilizing the Town of Palm Beach Bid No. 2018-33 for Temporary Labor Services. The Town of Palm Beach's procurement process satisfies the City's competitive bid requirements. D. Approve utilizing the Palm Beach County, FL Sole Source Solicitation SS555443A with IXOM Water care, Inc. for MIEX System Support with the same terms, conditions, specifications and pricing. The maximum anticipated annual expenditure for the MIEX System Support services is $52,950. Palm Beach County has complied with purchasing policies and considered this as a sole source provider of MIEX system support services. E. Legal Expenses - November 2018 - information at the request of the City Commission. No action required. F. Accept the written report to the Commission for purchases over $10,000 for the month of November 2018. G. Approve the "Monarchs" record plat, conditioned on the approval being the certification of the plat documents by the City Engineer. 5 Page 587 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 H. Approve the minutes from City Commission meetings held on November 20th and December 4th, 2018. Motion Vice Mayor Romelus moved to approve the Consent Agenda as presented. Commissioner Kelley seconded the motion. Vote The motion unanimously passed 7. BIDS AND PURCHASES OVER $100,000 A. Approve Task Order UT -2C-02 with CDM Smith in the amount of $180,931 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Scope Category C awarded by Commission on August 7, 2018 for Migration of lift Stations, Wells and Potable Water Storage facilities to a new Supervisory control and Data Acquisition (SCADA) platform. Motion Vice Mayor Romelus moved to approve. Commissioner Kelley seconded the motion. Vote The motion unanimously passed B. Approve Task Order UT -2A-01 with CH2MHill/Jacobs in the sum of $105,358.30 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category A executed on August 22, 2018 for Nanofiltration Membrane Element Replacement at the West Water Treatment Plant. Motion Commissioner Kelley moved to approve. Vice Mayor Romelus seconded the motion. Vote The motion unanimously passed C. Approve an annual purchase order to Petersen Industries of Lake Wales, FL in the amount of $100,000 as a sole source vendor. 11 Page 588 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 Motion Vice Mayor Romelus moved to approve. Commissioner Kelley seconded the motion. Mayor Grant inquired what the City was receiving for $100,000. Ms. LaVerriere responded the $100,000 provides parts, services and support for the Petersen heavy equipment, Solid Waste trash trucks, and loaders. Mayor Grant asked how was the new canopy. Mr. Mack replied the new canopy looks great and the mechanics are very happy with the improvement to their working conditions. Vote The motion unanimously passed D. Approve issuing an annual blanket purchase order to Precision Air Systems, Inc. of Wellington, FL in the amount of $150,000 for air conditioning repairs/services as needed at various City Buildings utilizing the Palm Beach County School District Term Contract #17C -17T. The Palm Beach County School Board's bid process satisfies the City's competitive bid requirements. Motion Vice Mayor Romelus moved to approve with discussion. Commissioner Kelley seconded the motion. Vice Mayor Romelus requested clarification of inclusive buildings. Mr. Mack replied all the buildings are included except for City Hall, Art Center, Civic Center, Fire station, and the old Police station. Mayor Grant asked if staff was able to salvage any of the old HVAC units purchased within the past two years. Mr. Mack responded many of them were reallocated and some are being stored at the City yard. Vote The motion unanimously passed E. Authorize the purchase of replacement vehicles as approved in the fiscal year 2018-19 budget in the estimated amount of $186,590 by utilizing the following contracts: Florida Sheriff's Association Contract #FSA18-VEL26.0, #FSA18- VEH16.0, and Sourcewell for three (3) replacement vehicles. The Florida Page 589 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 F. Sheriff's Association and Sourcewell procurement process satisfies the City's competitive bid requirements. Motion Vice Mayor Romelus moved to approve. Commissioner Kelley seconded the motion. Vote The motion unanimously passed 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. 9. CITY MANAGER'S REPORT - None 10. UNFINISHED BUSINESS - None 11. NEW BUSINESS A. Review the Public Art Master Plan concept for the Town Square redevelopment project. Debby Coles-Dobay, Public Arts Manager to provide PowerPoint presentation. Debby Coles-Dobay, Public Arts Manager stated on August 24, 2017, a Town Square input meeting was held regarding what the citizens wanted for public art. The residents were provided with a hand on interactive experience in which they choose different art types. The Art Commission has reviewed, selected and approved 6 projects. They are focused on qualified artist and fabricators. The Kinetic artwork for the City would offer branding, cultural tourism, economic development, create a one of a kind experience as well as unifying the City. Ms. Debby Coles-Dobay showed the Town Square Public Art Master Plan, which indicated the relocation of existing art, the potential for new art, the Avenue of the Arts artwork sites, as well as the potential garage public art murals. Provided an overview of the Town Square Public Art Budget. The City portion was $400,000, private contributions was $750,000. Ms. Coles-Dobay explained what was being shown was a concept. The concept was called Reflections. This would brand the City, it could bring tourism, contribute to the economic development of the area, and create a one of a kind experience. Showed some of the artist concepts. Reflects the City's diversity and unity that is representative E� Page 590 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 of Town Square, which was derived from nature. Ms. Coles-Dobay explained the artist concepts, looking at the wings, the art looks like a seagull. Vice Mayor asked if the structure would move on its own. Ms. Coles-Dobay replied it would move by the wind. The piece was 27 feet high by 26 feet wide, each pole was stationary. There are seven total wings. The wings would move and intersect with each other. Ms. Coles-Dobay said there are 21 total elements circulating. The wings are made out of stainless steel, and polished. Vice Mayor Romelus asked if the rendering was what was going into the Town Square courtyard. The art piece would be more like a courtyard for gathering it would not have any steps. Vice Mayor Romelus inquired if this was something which could be discussed with the artist. Ms. Coles-Dobay responded the artist designed it that way, because of space requirements of the area. There has been some discussion of a tier or two, but they have not come to a final conclusion. Vice Mayor Romelus suggested tiers and have the art piece more interactive. Suggested giving it a feature which could make it man -powered, where a resident could move it at their leisure. This would add to the human effect. Mayor Grant stated he would like to echo the two tier system. A lot of people could use this as a gathering space for future event. Mayor Grant understood the issue was it cannot have the tier system on the sidewalk. The art piece would need to be set back from the sidewalk. Asked for the measurement of the tier from the ground. Ms. Coles-Dobay replied from the ground the tier was 15 feet. Explained the tier needed to be a minimum of 8 feet from the ground. Ms. Coles-Dobay indicated the artist has done a family of similar pieces. This was a reflection of pieces which he has done in the past. She added during the day the piece would be reflective and at night it would have some colored lights. The art was constantly moving, but was engineered not to spin wildly in the wind. Vice Mayor Romelus asked in the event of a storm, the City did not need to do anything to secure the art pieces. Ms. Coles-Dobay answered that was correct. Ms. Coles-Dobay provided some background information for the local Kinetic Artist, Designer and Art Fabricator for the Boynton Beach Town Square project. Kinetic Artist Ralfonso, was the most recognized artist for Kinetic art. Ralfonso has offices in West Palm Beach, Florida, and Geneva, Switzerland. Has been a supporter of Kinetic Art event since 2012. He was committed to creating a cost effective iconic kinetic artwork for the City of Boynton Beach Town Square. P7 Page 591 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 EES Designs was a Fine Art Metal Fabricator, which specializes in monumental complex sculptures. He was a local artist and a Boynton Beach resident. Has a fully equipped facility which was conveniently located. Boca Bearings is a supplier of bearings of kinetics. They are a one stop shop for everything from prototyping to production. They are also the leader in ceramic bearings. They have supported the Kinetic Art event since 2013. This would be a public space where all ages, abilities and demographics, and engage each other. At night there will be sounds during the day and night. There will be lights at the top of the poles. Vice Mayor Romelus asked if the poles were wide enough for those in wheelchairs to maneuver through the poles. Ms. Coles-Dobay indicated absolutely. explained all of the art was geared towards being inclusive. Ms. Coles-Dobay showed the Old High School facility where rooms could be rented for special occasions. Noted the input from the residents indicated they wanted quiet areas as well as a vibrant space. They have created a sensory native garden in Kapok Park for gatherings, learning and reflecting. Ms. Coles-Dobay indicated the Arts Commission has collaborated with the following organizations: Community Greening, Boynton Beach Gardening Club, Schoolhouse Children's Museum, City's Sustainability Coordinator, City's Forestry and Grounds, Historical Society, the Arthur Marshall Loxahatchee Preserve Urban Refuge Program, Fairchild Million Orchids, Project, FAU Pine Jog Education Center for input. Vice Mayor Romelus indicated she envisioned the Addison Hotel. Inquired if this would be similar to the Addison hotel courtyard. Ms. Coles-Dobay replied it will have walkways, open spaces, and benches. The Kapok tree will be connected to the Old High School. The seahorse fountain from the old Library would be incorporated at the Kapok Park. Ms. Coles-Dobay showed the canvas area of the garages. Indicated staff engaged local emerging artists to come up with some connection to the coastal location. The Artist can come back with something which can be placed on the canvases of the garage. Ms. Coles-Dobay continued with the Fire station, and indicated there would be window film with art reflected. Vice Mayor Grant asked if the concept would be distributed to all the Fire stations. Collin Groff, Assistant City Manager responded there was no space for what was at Fire Station 5 to be incorporated for the other stations. Vice Mayor Romelus stated she was looking at branding. Mr. Groff stated he agreed with the branding not only the building, but with signs. Zo Page 592 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 Ms. Coles-Dobay said the Police headquarters was located opposite the Fire station off of High Ridge Road. Explained the artist team came up with "Building Up the Community" as a theme. This was to preserve the sanctity of trust and build strong community relationship. The Art concept was to use the courtyard when visitors come to the police station. They will have artwork which will help them feel comfortable. Informed the Commission the planters would be used for safety, not just beauty. Explained the panels are interactive and have customized wording. Vice Mayor Romelus asked if the art work would allow for the wheel chairs to maneuver between the panels. Ms. Coles-Dobay responded all the artwork was ADA compliant. Vice Mayor Romelus said she would like to see if the artist could look into having the artwork more interactive. Ms. Coles-Dobay indicated she would speak to the artist. Vice Mayor Romelus inquired if there was a mechanical devise which could be incorporated to allow for the piece to move. Mayor Grant opened to public comment. Seeing no one coming forward, public audience was closed. Motion Vice Mayor Romelus moved to approve. Commissioner Kelley seconded the motion. Vote The motion unanimously passed. B. PROPOSED RESOLUTION NO. R18-183 - Authorize the Mayor to sign an Asset Purchase Agreement between the City of Boynton Beach and Tropical Breeze Estates for the acquisition of the Tropical Breeze water and wastewater system, and approve the associated costs to purchase the systems, install the necessary water meters and connection to the water distribution system Motion Vice Mayor Romelus moved to approve with discussion. Commissioner Kelley seconded the motion. Vice Mayor Romelus requested an explanation from staff what this agreement was about. Michael Low, Deputy Director of Utilities, explained Tropical Breezes Estates was a mobile home park. The City have been in discussion with Tropical Breezes for about two years. Tropical Breezes have their own small water plant. They currently deliver bulk waste water to the City. The proposal was the City would take over their Waste Water Gravity systems and water mains and install the City metering system. The City has been 11 Page 593 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 investigating the condition of their system over the past couple of years and the City was very confident the cost would be easily defrayed. Tropical Breezes would still pay connection charges and pay deposits. This would enable the City as a utility to widen the City customers base and defray cost. Mr. Low ensured the Commission the existing customers would not be financially penalized for the acquisition of Tropical Breeze Estates. Vice Mayor Romelus stated since the board of Tropical Breeze was here, she assumed they were in agreement will all the terms and conditions of the agreement. Vote The motion unanimously passed 12. LEGAL - None 13. FUTURE AGENDA ITEMS A. Palm Beach County Commissioner Weinroth - District 4 wanted to introduce himself to the City Commission. - January 15, 2019 B. The Public Works Department will present a brief report on operations and initiatives for the upcoming year. January 15, 2019 C. Staff to bring information concerning the following land parcels for the Commission to review - February 5, 2019 Nichols Property Rolling Green Girl Scout Park D. Commission wants to discuss public safety as it relates to the Town Square Redevelopment — TBD E. Discuss a prohibition for appointed and Elected Officials in the City of Boynton Beach from serving as paid lobbyist subsequent to their time on their board or the Commission — TBD F. The Mayor has requested to discuss the issue of installing EV stations in the city and the operation of them. — TBD G. The Mayor has requested a discussion on the possibility of planting trees on some of the City's vacant lots — TBD 12 Page 594 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 H. Staff to review Development Department's plan review processes to identify efficiencies and technologies to assist with timely review of plans/projects — TBD Mayor Grant indicated that David Scott, Director of Economic Development has prepared a PowerPoint presentation for the Opportunity Zone. Requested this item to be placed on the next agenda. There was consensus. 14. ADJOURNMENT Motion There being no further business to discuss, Vice Mayor Romelus moved to adjourn. Commissioner Kelley seconded the motion. Vote The motion unanimously passed. The meeting was adjourned at 7:34 pm. (Continued on next page) 13 Page 595 of 1278 Meeting Minutes City Commission Boynton Beach, Florida December 18, 2018 ATTEST Judith A. Pyle, CMC City Clerk Queenester Nieves Deputy City 14 CITY OF BOYNTON BEACH Mayor - Steven B. Grant Vice Mayor - Christina Romelus Commissioner—Justin Katz Commissioner— Mack McCray Commissioner —Aimee Kelley Page 596 of 1278 Fiff 114 - TO,!.P1,2a1ARE OPE11 S ACES A WORKSHOP MEETING HELD AT THE SARA SIMS CENTER ON TUESDAY, DECEMBER 5, 2018 AT 5:30 PM. Steven Grant, Mayor Aimee Kelley, Commissioner s .I * - [Wolff Imeme OLTAM's- o Ms. LaVerriere indicated the reason for the workshop was to receive input on the design for the playground and park space outside of City Hall. The City promised their citizens to provide additional forums for residents input in regard to the park at Town Square. Ms. LaVerriere introduced Colin Groff, Assistant City Manager and Project Manager for the Town Square project and Katie Moffitt, Direct Sales Representative with Kompan playground equipment. Mr. Groff explained this would be an interactive workshop. If there were any qu- • - please stop and ask. He would introduce some of the concepts which were spoken abou1 in the previous workshops. Ms. Moffitt provided some background information on Kompan. Explained the equipment would be designed to whatever specification the City of Boynton Beach required. The playground equipment offered a number of psychological, physical benefits and challenges. The equipment offers supportive play as well as imaginative play. Ifir. Gro-ff inquired how many people had heard about the Town Square project. (there were a few people who did not know about Town Square). Mr. Groff informed th- • - dience Town Square was a 16 -acre site planned for the downtown Boynton Beach area. The Project includes the renovation of the Historic Boynton Beach High School into a cultural center, residential and retail spaces, a hotel, playground, amphitheater, open spaces, parking garages, fire station and a new City Hall which also encompasses a new Library. Mr. Groff presented a slide with words describing the community: sensory, sculptural, shade, history, nautical, coastal, reflective, shade, multi -cultural, learning, exploration, preservation, nature, movement, destination, beach, space, interactive, dairy, iconic, Page 597 of 1278 '9�9= ocean, inclusive, vibrant. Inquired if the audience could think of other words which should be included. Citizens provided additional words, such as Pirate Fest, tomatoes and eggplants. A citizen informed all that tomatoes and eggplants were the biggest crops in Boynton Beach for decades. Citizens continued with words such as handicap assessable, coral reef, multigenerational. A citizen asked about open wild spaces. Mr. Groff indicated the City was trying to capture the concept of an open space in an urban environment, the feel of playing in the woods within the City park. Mr. Groff noted this was a concept workshop and the goal was to receive additional feedback from the community. Mr. Groff said having a water feature could potentially be a maintenance nightmare. The park would be multigenerational. 7 -OW -WA -F-707-77; of a strong agricultural and dairy tradition an appeal to all age groups. The area would have active, intermediate and quiet areas to accommodate different ways of playing. Mr. Groff stated the area will incorporate balancing, rocketing, climbing, swinging, sliding, social and cognitive skill development. 1. Security 2. Site 3. Availability 4. Exposure 5. Age Group 6. User Experience 7. Play Value 8. Local Community Identity Mr. GroiY showed the value concepts of security, exposure, aesthetics, individual age groups, the identity and the local community. Ms. Moffitt added the play area will becom4 a landmark of the local community with accessibility of the playground with ADA complainant equipment, as well as the exposure and the aesthetics of the material being used. ....... ....... 1111PRIC-1 W10&*�10RUM10 I I 4 Page 598 of 1278 Sara Sims Center ffis. Moffitt addressed equipment placement and the best interactive play area. Mr. Grca interjected this goes back to security. The City wants to make sure the area is safe and secure and available to the general population. Mr. Groff presented a map of three different sites for the play area. Area #1 was behin the Children Schoolhouse Museum was 16,966 square Feet. Has full grown trees shade. The area would utilize the trees for shading. there was a lot of input. This are was slated for younger kids, which would be both indoor and outdoor area. Mr. Gro showed several different rendering of the play equipment. Different concepts and plan were presented. Ms. Moffitt indicated there would be two infant and two accessible swings. There was climbing structure, it has good viability, teamwork. There was a rope ship climber, juni spinner, dolphin springer, manipulative multisensory panels, alligator bench, senso garden, train. This area would have the age group of 0 -5 -year-old and was in the museu area. The toddler area would have a musical area as well. In addition, there will be t1h stepping logs and outdoor classrooms which can be used by the School House Museu There are dolphin springers, citrus tree climbers with a raised shelter. There would be steam train with three railroad cars. The swing can accommodate up to 25 children at an given time. ffir. GrotY asked if this was an acceptable concept. (more than half the room responded favorably.) A citizen said more equipment was needed in the play area; she did not believe one dolphin springer was enough. _7•r- -PWrJM==' 11 A I-ILIZ-Vi I bUtilurt, eTm7mu Tw e the intention of destroying the equipment. Ms. Mo1iift responded the equipment was tested in extreme conditions. Mr. Groff stated this equipment can be fixed if broken and pointed out the equipment would be under warranty. K Page 599 of 1278 Sara Sims Center Boynton Beach, Florida A citizen asked if the springs were actually exposed like the rendering. Mr. Gro acknowledge they were. i Susan Oyer asked if the Palm trees would provide shading. Mr. Groff explained most of the equipment in this area was under a tree canopy. Staff spoke with the vendor regarding adding shading above the climber. 1111010 Will!] oil LID to last for a very long time. The farm house allowed for the children to use pretend play and play as a team. Ila _1 Wo i r115 pr1rilues an oppol-LiTriny Tor Gail-Gation Yor me Unnuren 51 umerent animals aroundWe Mr. Groff asked if this was what the citizens envisioned from the workshops a few months ago. (Many hands were raised and clapping) Mr. Goff noted the train was a place for social interaction. A citizen asked if the train moved. Mr. Groff responded no. Mr. Groff showed the sensory grass blade panels and the alligator bench. Explained this was a children's bench which was engineered for pretend play. Ms. Oyer asked if there was only one bench. Indicated she did not believe this would be enough for a park of this size. Mr. Groff responded the bench was two-sided. Presented a citrus concept, but indicated the theme could be changed to oceans, tomatoes or eggplants. The surface area was thick and spongy which was a safety 4 Page 600 of 1278 Workshop Meeting Minutes Sara Sims Center Boynton Beach, Florida December 5, 2018 Mr. Groff showed the rendering for the 2-5 year olds which had climbing areas as well as swings which were ADA compliant There was a junior buoy spinner, a rope, a ship with ?.n over/under climber. 14 111 L—INM 0 " I J PE 110 L-111 M In --N• — Ms. Oyer asked about branding for the City. Mr. Groff stated it was possible to have th;� logo placed on the spongy surfaces throughout the park. Mr. Groff noted the next area was being called r�apok Park which encompass 27,688 square feet. The area was next to the Historic High School. This area was being designated for 5-12 year olds. This area has a big slide at the playground entrance. Has ocean bubbles surface design, and a giant frog and a clamshell swing with 2 high capacity swing seats, a wetland marsh, balancing poles challenge, multi -spinners, and a giant jellyfish. This area has a walking loop as well as a sifting area. This was a subtropical environment where the Kapok tree would thrive. Mr. Groff wanted to address the huge Jellyfish in the middle of the park. This can be useiv by all, with and without disabilities. Mr. Groff said the high capacity swing was actually a bird nest, all kids can swing, this encourages inclusion. The swings are able to accommodate more than five children at any given time and balancing was fun. The swings were round disks. Mr.Groffrespo e the area has been tested for falls. The floor was the spongy material, which would provide a cushion to the fall. as 'Irleh a.,:,YffU'UMTQTLTF-I that would be a Risk Manager nightmare. Mr. Groff asked if the citizens liked the Jellyfish. He explained this was a very large piece. of play equipment. Ms. Moffitt said they would not see the Jellyfish anywhere in Florida. This was being customized for Boynton Beach. 9 Page 601 of 1278 Workshop Meeting Minutes Sara Sims Center Boynton Beach, Florida December 5, 2018 FIT"TC09,744IN-M 074H 1 0 AN I livigaw-OWN offal "Wass - 5 -7.171W -.Tvlft co ors identify the area, such as 0-5, 5-12 or adult fitness. Mr. Groff said the giant frog was a big hit with children. The children are able to climb up, lay and swing from the frog. Mr. Groff indicated the frog was taller than an averag4 person. The clam shell swing was not a basic swing. The swing had the ability to go sideways. It was disk shape and about 3- feet in diameter. Ms. Moffitt stated again, the equipment encourages socialization and team work. A resident asked about the water element for the park. Pointed out this was Florida and it would be nice to have some type of water element for the children. The resident mentioned the wetland marsh balancing poles as an option, having the ground squirting the participants. Mr. Groff explained the problem with a water element was the maintenance. Explained it was very difficult to keep the area clean. There would need to be a full chlorination system as well as a filtration system would be needed. Mr. Groff understood this was Florida and it was hot in the summer, but there would be shade in the park area. Mr. Groff responded they could not use the wetland Marsh area because the poles could possibly become slippery and a hazard to the children. A citizen stated she was a parent with a seven-year-old son and indicated they would not go to a park in the summer without water features. It was too hot. Suggested working it out, or the park would not be in use during the summer months. Mr. Groff stated the park would have shade. A citizen suggested to check out the Fun Depot. It has a type of misting that blows across the park. Mr. Groff replied he liked the idea of misting. A citizen asked about canopies. Mr. Groff indicated there would be shades on most of the property. Pointed out it would be difficult to shade an entire park. R. citizen inquired how hot the metal poles become. iV5, be powder coated. A resident stated the poles from the wetland area looked extremely pointed. Ms. Moffitt replied the edges were rounded. Mr. Groff stated the reason they have the poles was they were trying to get tree climbing effect in the park. Mr. Groff asked about the clam swing, if everyone liked the Clam shell swing. (applause and clapping) Ms. Oyer asked if the walkway has been measured to see the width and length. Mr. Grofi replied not as of yet. Ms. Oyer asked if the planners considered older persons with walkers. Mr. Groff stated all of the walkways were wide and smooth. Mr. Groff stated all of the equipment was ADA compliant, including the assessable workout area. Noted persons in wheelchairs could use the fitness equipment as well. Page 602 of 1278 N citizen inquired about water fountains. Mr. GroA indicated there will be some water fountains throughout the park as well as restrooms. 0. 1 0 . a Qr- oil ice] A resident asked if the play areas would be enclosed. Mr. Groff replied the play areas would have fencing in certain areas to protect the children. The park was designed for safety. The bathrooms will be closed when the park was closed. Ms. Oyer inquired about the transition space between the two parks. Mr. Groff replied there would be a loading zone for the high school. Ms. Oyer suggested using the space between the two sites as a skate park. Mr. Groff responded the design of the park does not include the skate park. Ms. Oyer queried about a chalk board. Mr. Groff replied staff was looking into something similar to chalk boards to be added throughout the park. A citizen questioned the transition space for games such as hopscotch and a skate park. Mr. Groff responded there was no room for a skate park at this time. He informed the audience that a skate park comes with many issues that are not good for the City. A citizen asked about the large frog equipment. What can the children do with the frog? Ms. Moffitt responded the children can climb on the frog, hang upside down, slide down and run around the frog. This was an imaginative and interactive play area. A resident asked how many oak trees were being saved? Mr. Groff replied most of the R. k trees were being saved. A concerned citizen inquired as to how close the eastern playground was to the Old School House? Mr. Groff stated there was a pathway between the two areas. Mr. Groff pointed out the City needed to have a concept to move forward. He again asked if the concepts provided were in line with what the citizens of Boynton Beach envisioned. A citizens stated he liked the concepts which were presented with the historic features. He would like to see some water features included in the park. Believed the City would rerwsn�� I V Fy ll- ffir. Gro-ff replied statY was here to receive input on where to go with the ideas that wei,t provided at the other workshops. Mr. Groff stated the entire project should take about 40 months; the play area should be ready in 2020, the park was about 35,000 square feet. The next step was to work with the site designer and get together a final plan. A resident asked if there has there been any input about a community gardens? Mr. Groff replied the Schoolhouse museum could use the area as a part of a teaching event regarding creating a community garden within the park. N Page 603 of 1278 Workshop Meeting Minutes Sara Sims Center Boynton Beach, Florida December 5, 2018 ,(,Q9eew6"ster Nieves Deputy City Clerk E-2 Page 604 of 1278 7.A. REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-007 - Authorize the City Manager to sign Addendum One with Ric - Man International, Inc. in the amount of $9,826,901.85 that includes $9,326,901.85 for the completion of construction of the "PROGRESSIVE DESIGN BUILD FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE I I" and an additional $500,000 as a contingency to address any unforeseen conditions or issues during construction. The total cost for the contract will increase from $3,233,885.33 to $13,060,787.18. EXPLANATION OF REQUEST: On November 7, 2017 the City Commission approved the list of ranked proposers as determined by the Evaluation Committee in response to the Request for Qualifications (RFQ) for the "Progressive Design Build for Central Seacrest Corridor Utility Improvements Phase II", 037-2821-17/TP and authorized staff to commence negotiations with the top ranked qualifier. On May 15, 2018 the commission approved Resolution No. R18-071 as a contract with RicMan International, Inc. for $3,233,885.33 for Phase 1 services that included design criteria review and value engineering, design development and early construction activities which included watermain construction and tree removal/relocation. The contract also included design and permitting of a new wastewater forcemain that will serve residents in Ocean Ridge and the redevelopment project on Federal Highway and Woolbright Road. Phase 1 included a Design -Build fee which is the Design -Builders overhead and profit for the project. As a result of these negotiations the overhead and profit was fixed within the contract at 6.00%. The approved Phase 1 contract allowed the City and Design Builder to develop a detailed project budget for completion of the entire project. The approved Phase 1 included an estimate for the total project of $10,000,000. Due to the addition of the wastewater forcemain and elevated construction costs, the total project cost is currently $12,560,787.18. With the $500,000 contingency amount the total allocation for the project would be $13,060,787.18. The Utility has determined not to Pursue a GMP to better manage costs, and recommends is best to convert the project to a Cost Reimbursable plus Design Builder Fee Contract as allowed by the existing contract agreement. The design Builder fee will remain fixed at 6.00%. Estimated completion date for Phase I I construction is June 2, 2020 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This project will provide the following benefits to the community: Potable Water: • Improve water pressure, quality and quantity delivered to customers • Replacement of old and damaged water pipelines Page 605 of 1278 • Improve neighborhood fire protection be adding more hydrant Wastewater Collection: • Provide improved wastewater transmission capability • Provide expanded service requested by multiple Ocean Ridge Customers. Neighborhood Improvements: • I nstall additional and replace damaged sidewalks and driveway aprons • Provide roadway pavement overlay Stormwater management: • Reduction of nuisance flooding after small rain storms • Assist with improving rain runoff water quality by adding roadside swales FISCAL IMPACT: Funding for this project is allocated in the Utility CI P under the following funds- project #s: 403-5016-538-65.09 STM 022 403-5016-533-65.02 W TR 106 404-5000-533-65.03 SW 1802 303-4904-541.63-03 TR17011 303-4904-541.63-24 CP0263 ALTERNATIVES: The City could choose to cancel the project and re -advertise an RFQ for design build teams for the project. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 606 of 1278 ATTACHMENTS: Type r Addendum Attachment Attachment D Change Order Description Resolution approving Addendum One to Contract with RlcMan for Central Seacrest Corridor Phase Addendum One Attachments A Attachment C (Phase 1 and Phase 2 Schedule) Project Cost Breakdown Ric -Man I me Contract Page 607 of 1278 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. R19 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZE THE CITY MANAGER TO SIGN ADDENDUM ONE TO PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST UTILITY IMPROVEMENTS PHASE 2 SERVICES IN THE AMOUNT OF $3,233,885,33 FOR DESIGN SERVICES, AND A TOTAL PROJECT VALUE OF $10,000,000; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on May 15, 2018 the City Commission approved Resolution No. R18- 071 as a contract with RicMan International, Inc. for $3,233,885.33 for Phase 1 services that included design criteria review and value engineering, design development and early construction activities which included water main construction and tree removal/relocation; and WHEREAS, the contract also included design and permitting of a new wastewater force main that will serve residents in Ocean Ridge and the redevelopment project on Federal Highway and Woolbright Road and Phase 1 included a Design -Build fee which is the Design -Builders overhead and profit for the project. As a result of these negotiations the overhead and profit was fixed within the contract at 6.00%; and WHEREAS, the approved Phase 1 contract allowed the City and Design Builder to develop a detailed project budget for completion of the entire project; and WHEREAS, the approved Phase 1 included an estimate for the total project of $10,000,000 but due to the addition of the wastewater force main and elevated construction costs, the total project cost is currently $12,560,787.18 and with the $500,000 contingency amount the total allocation for the project would be $13,060,787.18; 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 of the City of Boynton Beach to authorize the City Manager to sign Addendum One with Ric -Man 1 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\BDE2D30C-C645-4FEA-AEB7-007F689059BB\Boynton Beach. 14326.1.Addendum_One_To Ric-Man_(Central_Seacrest Corridor Phase_2)_-_Reso.Docx Page 608 of 1278 30 International, Inc. in the amount of $9,826,901.85 that includes $9,326,901.85 for the 31 completion of construction of the "PROGRESSIVE DESIGN BUILD FOR CENTRAL 32 SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE 11" and an 33 additional $500,000 as a contingency to address any unforeseen conditions or issues during 34 construction. The total cost for the contract will increase from $3,233,885.33 35 to $13,060,787.18. 36 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 37 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 38 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 39 being true and correct and are hereby made a specific part of this Resolution upon adoption 40 hereof. 41 Section 2. The City Commission of the City of Boynton Beach, Florida does 42 hereby authorize the City Manager to sign Addendum One with Ric -Man International, Inc. 43 in the amount of $9,826,901.85 that includes $9,326,901.85 for the completion of construction 44 of the "PROGRESSIVE DESIGN BUILD FOR CENTRAL SEACREST CORRIDOR 45 UTILITY IMPROVEMENTS PHASE II" and an additional $500,000 as a contingency to 46 address any unforeseen conditions or issues during construction. The total cost for the 47 contract will increase from $3,233,885.33 to $13,060,787.18, a copy of Addendum One is 48 attached hereto as Exhibit "A". 49 2 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\BDE2D30C-C645-4FEA-AEB7-007F689059BB\Boynton Beach. 14326.1.Addendum_One_To Ric-Man_(Central_Seacrest Corridor Phase_2)_-_Reso.Docx Page 609 of 1278 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 Section 3. This Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this day of , 2019. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley ATTEST: VOTE Judith A. Pyle, CMC City Clerk (Corporate Seal) 3 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\BDE2D30C-C645-4FEA-AEB7-007F689059BB\Boynton Beach. 14326.1.Addendum_One_To Ric-Man_(Central_Seacrest Corridor Phase_2)_-_Reso.Docx Page 610 of 1278 ADDENDUM ONE TO PROGRESSIVE DESIGN/BUILD AGREEMENT FOR CENTRAL SEACREST UTILITY IMPROVEMENTS PHASE 2 SERVICES This ADDENDUM ONE is entered into between the City of Boynton Beach, Florida ("Owner") and RIC -MAN Int., Inc. ("Design -Builder") this 15th day of January, 2019. Whereas, Owner and Design -Builder entered into a PROGRESSIVE DESIGN/BUILD AGREEMENT FOR CENTRAL SEACREST UTILITY IMPROVEMENTS on Junel5th, 2018 ("The Agreement") and Whereas, the Agreement requires, as a condition precedent to the proceeding with Phase 2 Services that the parties reach agreement on the Contract Price for Phase 2 Services; and Whereas, Design -Builder and Owner have reached agreement on the Contract Price for Phase 2 Services and on revisions to The Agreement needed address the rights of the parties during Phase 2 of the Central Seacrest Utility Improvements. NOW THEREFORE, the Owner and Design -Builder agree: 1. The foregoing Whereas clauses are true and correct. 2. The Contract Price for Phase 2 Services is $9,326,901.85. 3. Attachment A which delineates the Scope of Work is amended as set forth in the attachment to the Addendum. 4. Attachment B, which set forth the Contract pricing for Phase 1 Services and Phase 2 Services is amended as set forth in the attachment to this Addendum. 5. The Phase 1 Schedule is modified as attached to this Addendum (Attachment C) 6. The Phase 2 Schedule is established as set forth as attached to this Addendum (Attachment Q. 7. The three attachments to this Addendum (Attachment A, Attachment B and Attachment C (which consists of Phase 1 and Phase 2 Schedule) supersede the like attachments to The Agreement. All other provisions of The Agreement not in conflict with the amendments as reflected in the attachments to this Addendum remain binding on the parties. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: 1 C:\Program Files (X86)\Neevia.Com\Docconverterpro\Temp\NVDC\57E91745-C6A1-4B32-BBB3-B9A7CC102DC8\Boynton Beach. 14352.LADDENDU M_ONE_(V1).Docx Page 611 of 1278 DATED this day of 12019. ATTEST: CITY OF BOYNTON BEACH, a municipal corporation of the State of Florida By: Judith Pyle, City Clerk Steven B. Grant, Mayor (SEAL) Approved as to Form: James A. Cherof, City Attorney WITNESS WITNESS Corporate Seal SECRETARY DESIGN -BUILDER By: Print Name Print Name: Title: Print Name 2 C:\Program Files (X86)\Neevia.Com\Docconverterpro\Temp\NVDC\57E91745-C6A1-4B32-BBB3-B9A7CC102DC8\Boynton Beach. 14352.LADDENDU M_ONE_(V1).Docx Page 612 of 1278 PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE II ATTACHMENT A SCOPE OF WORK SECTION 1 PHASE 1 1.1 Design -Builder shall exercise reasonable skill and judgment in the furnishing of design services. Engineering and professional services shall be furnished by licensed employees of Design -Builder, or by consultants or subcontractors as permitted by the law of the state where the Project is located. Design - Builder is responsible for the following Preliminary Design -Build Services: 1.2 Preliminary Evaluation. Design -Builder shall conduct and provide a preliminary evaluation of the Project's feasibility based on the Owner's Phase I Design Development and Performance Criteria requirements found in Attachment H. 1.3 Preliminary Schedule. Design -Builder shall provide a preliminary schedule for Owner's written approval. The schedule shall show the activities of Owner and Design -Builder necessary to meet Owner's completion requirements. 1.4 Preliminary Estimate. Design -Builder shall prepare for Owner's written approval a preliminary estimate utilizing area, volume, or similar conceptual estimating techniques. The level of detail for the estimate shall reflect the Owner's Program and any additional available information. If the preliminary estimate exceeds Owner's budget, Design -Builder shall make written recommendations to Owner. 1.5 Preliminary Design Documents. Design -Builder shall submit for Owner's written approval Preliminary Design Documents, based on the Owner's Program and other relevant information. Preliminary Design Documents shall include updated drawings based on Attachment H performance criteria, outline specifications and other conceptual documents as further defined herein illustrating the Project's basic elements, scale and their relationship to the site conditions. One set of these Documents shall be furnished to Owner. Design -Builder shall update the preliminary schedule and preliminary estimate based on the Preliminary Design Documents. 1.6 Division of Responsibility. Design -Builder shall prepare for Owner's review a proposed Division of Responsibility with respect to the Project, showing (a) equipment, materials, labor, and services to be provided by Design -Builder, (b) access, equipment, materials, data, information, and approvals to be provided by Owner, and (c) any items necessary for the Project to be provided by third parties. 1.7 Contract Price Proposal. Based on the Preliminary Design -Build Services, Design -Builder shall prepare for Owner's consideration a proposed Guaranteed Maximum Contract Price (GMP) for the Phase 2 Services. ATTACHMENT A Page 2 1.8 Additional Services. Design -Builder shall provide the following additional services, if any: 1.1.7. See Attachment H - Phase 1 Scope of Work ATTACHMENT A Page 1 PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASEII SECTION 2 PHASE 2 2.1 Completion of Design 2.1.1. Drawings and Specifications Construction shall be in accordance with the approved permit Drawings and Specifications. One set of these documents shall be furnished to Owner prior to commencement of construction. 2.1.2. Manuals Design -Builder shall provide a Commissioning and Startup Manual and an Operations and Maintenance Manual for the Facility, if Applicable. 2.2 Construction Services 2.2.1. Notice to Proceed Following Owner's written acceptance of Drawings and Specifications under Paragraph 2.1.1. above, Design -Builder will commence the performance of Construction Services. 2.2.2. Completion hl order to complete the Work, Design -Builder shall provide all necessary construction supervision,, construction equipment, labor, materials, tools, and subcontracted items. 2.2.3. Compliance Design -Builder shall give all notices and comply with all laws and ordinances legally enacted at the date of execution of the Agreement which govern the proper performance of the Work. 2.2.4. Schedule Design -Builder shall prepare and submit a Schedule of Work in the form of a revised Attachment C, Schedule, for Owner's written approval. This Schedule shall indicate the dates for the start and completion of the various stages of the construction including the dates when information and approvals are required from Owner or regulatory agencies. It shall be revised as required by the conditions of the Work. The Schedule of Work shall be the basis for Design - Builder's management and control of the project and its reporting of progress to Owner. 2.2.5. Permits Design -Builder shall assist Owner in securing the permits necessary for the construction of the Project. 2.2.6. Safety and Hazardous Conditions Design -Builder shall take necessary precautions for the safety of its employees and Subcontractors on the Project, and shall comply with all applicable provisions of federal, state and municipal safety laws to prevent accidents or injury to persons on, about or adjacent to the Work Site. Design -Builder, directly or through its Subcontractors, shall erect and properly maintain at all times, as required by the conditions and progress of the Work, necessary safeguards for the protection of workers, any other persons on the site, and the public. The progress of this Work. The Design -Builder shall protect Owner's property. All damage which occurs as a result of this Contract shall be promptly restored to at least its original pre -contracted condition. However, Design -Builder shall not be responsible for the elimination or abatement of any pre- existing Hazardous Materials at the site or any safety hazards created or otherwise resulting from work at the Site carried on by Owner or its employees, agents, separate contractors or tenants. Owner agrees to cause its employees, agents, separate contractors, and tenants to abide by and fully adhere to all applicable provisions of federal, state and municipal safety laws and regulations. ATTACHMENT A Page 2 PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASEII The Design -Builder shall give all notices and comply with all applicable laws, ordinances, rules, regulations and lawful orders of any public authority bearing on the safety of persons or property or their protection from damage, injury or loss. The Design -Builder shall perform all duties of the Owner that are required under the applicable codes with respect to the provision providing for supervision as to safe work site for all employees, Sub Contractors and their employees. The Design -Builder shall erect and maintain, as required by existing conditions and progress of the Work, all reasonable safeguards for safety and protection including posting danger signs and other warnings against hazards, promulgating safety regulations and notifying owners and users of adjacent utilities. The Design -Builder shall also provide both visible and audible warning devices for all hazardous areas of construction. Such areas must be separated from normal pedestrian traffic by suitable barricades placed at an appropriate distance from the hazard. The above provision shall not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with all applicable provisions of relevant laws. 2.2.7. Reports As provided in GC 2.2.1. Design -Builder shall provide monthly written reports to Owner on the progress of the Work including a system of cost reporting for the Work, and also including regular monitoring of actual costs for activities in progress and estimates for uncompleted tasks and proposed changes in the Work. 2.2.8. Site Maintenance At all times Design -Builder shall maintain the Site of the Work free from debris and waste materials resulting from the Work. At the completion of the Work, Design - Builder shall remove from the premises all construction equipment, tools, surplus materials, waste materials and debris. ATTACHMENT A Page 4 2.3 Hazardous Material 2.3.1 A Hazardous Material is any substance or material identified now or in the future as hazardous under any federal, state or local law or regulation, or any other substance or material which may be considered hazardous or otherwise subject to statutory or regulatory requirements governing handling, disposal and / or clean -up. Design -Builder shall not be obligated to commence or continue Work until any known or suspected Hazardous Material discovered at the Site has been removed, rendered or determined to be harmless by Owner as certified by an independent testing laboratory and approved by the appropriate government agency. 2.3.2. If after the commencement of the Work, known or suspected Hazardous Material or Hazardous Conditions are discovered at the Site, Owner and Design -Builder shall proceed in accordance with the requirements of GC 4.1 ("Hazardous Conditions & Differing Site Conditions"). 2.4 Patents & Copyright 2.4.1 Design -Builder shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods or systems selected by Design -Builder and incorporated in the Work. Design -Builder agrees to defend, indemnify and hold Owner harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such. 2.4.2 Owner shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods or systems selected by Owner or specified in the Performance Criteria or bridging documents to be incorporated in the Work. Owner agrees to defend, indemnify and hold Design -Builder harmless from any suits or claims of infringement of any patent rights or ATTACHMENT A Page 3 PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASEII copyrights arising out of any such patented or copyrighted materials, methods or systems specified by Owner. 2.5 Warranties and Completion 2.5.1 Design -Builder's warranty to Owner with respect to construction, including all materials and equipment furnished as part of the construction, shall be as specified in GC 2.9 ("Design -Builder's Warranty"). 2.5.2 Design -Builder's warranty to Owner with respect to the performance of the Facility upon completion shall be as specified in GC 2.11 ("Performance Warranty "). 2.5.3. Those products, equipment, systems or materials incorporated in the Work at the direction of or upon the specific request of Owner shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face thereof. 2.5.4. No warranty, either express or implied, maybe modified, excluded or disclaimed in anyway by Design -Builder. All warranties shall remain in full force and effect, notwithstanding acceptance and payment by City. Design - Builder shall secure required certificates of inspection, testing or approval and deliver them to Owner. ATTACHMENT A Page 5 2.5.5. Design -Builder shall collect all written warranties and equipment manuals and deliver them to Owner. 2.5.6. With the assistance of Owner's maintenance personnel, Design -Builder shall direct the checkout of utilities and operations of systems and equipment for readiness, and assist in their commissioning and initial start-up and testing, all in accordance with the permit conditions 2.5.7. See Attachment G - Special Conditions 1-16 2.6 Limitations of Liability 2.6.1. Limitation of Liability. Design -Builder's liability for Owner's damages for any cause or combination of causes (including any liquidated damages), whether based upon contract, tort, breach of warranty, negligence, strict liability, or otherwise, shall be limited as set forth in Section 2 of Attachment E. 2.7 Additional Services Design -Builder shall provide or procure the following Additional Services upon the request of Owner unless such services are specifically included in the Owner's Program or in an attachment to this Agreement. A written agreement between Owner and Design -Builder shall define the extent of such Additional Services and compensation therefor. 2.7.1. Documentation of the Owner's Program, establishing the Project budget (beyond the Cost of the Work), investigating sources of financing, general business planning and other information and documentation as may be required to establish the feasibility of the Project. 2.7.2. Consultations, negotiations, and documentation supporting the procurement of Project financing. 2.7.3. Surveys, site evaluations, legal descriptions and aerial photographs. Appraisals of existing equipment, existing properties, new equipment and developed properties. ATTACHMENT A Page 4 PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASEII 2.7.4. Soils, subsurface and environmental studies, reports and investigations required for submission to governmental authorities or others having jurisdiction over the Project. 2.7.5 Consultations and representations other than normal assistance in securing permits, before governmental authorities or others having jurisdiction over the Project. 2.7.7. Investigation or making measured drawings of existing conditions or the verification of drawings or other Owner - provided information. 2.7.8. Artistic renderings, models and mockups of the Project or any part of the Project or the Work. 2.7.9. Inventories of existing furniture, fixtures, furnishings and equipment which might be under consideration for incorporation into the Work. ATTACHMENT A Page 6 2.7.10 Interior design and related services including procurement and placement of furniture, furnishings, artwork and decorations. 2.7.11 Making revisions to the Preliminary Design, Design Development, or Construction Documents after they have been reviewed by Owner, and which are due to causes beyond the control of Design - Builder. 2.7.12 Design, coordination, management, expediting and other services supporting the procurement of materials to be obtained, or work to be performed, by Owner, including but not limited to telephone systems, computer wiring networks, sound systems, alarms, security systems and other specialty systems which are not a part of this Agreement. 2.7.13 Estimates, proposals, appraisals, consultations, negotiations and services in connection with the repair or replacement of an insured loss. 2.7.14 The premium portion of overtime work ordered by Owner including productivity impact costs. 2.7.15 Document reproduction exceeding the allowances provided for in this Agreement. 2.7.16 Obtaining service contractors and training maintenance personnel, assisting and consulting in the use of systems and equipment after the initial start-up, and adjusting and balancing of systems and equipment. 2.7.17 Services for tenant or rental spaces or third party facilities not a part of this Agreement. 2.7.18 Services requested by Owner or required by the Work which are not specified in the Contract Documents and which are not normally part of generally accepted design, construction and start- up and commissioning practice. 2.7.19 Serving or preparing to serve as an expert witness in connection with any proceeding, legal or otherwise, regarding the Project 2.7.20 Preparing reproducible (mylar or similar) record drawings from marked -up prints, drawings or other documents that incorporate significant changes in the Work made during the Construction Phase. ATTACH M E NT A Page 5 PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASEII 2.8 Subcontractors. Work not performed by Design -Builder with its own forces shall be performed by Subcontractors. The provisions of this Agreement and the associated Contract Documents shall be incorporated into all major subcontracts as defined in "schedule of sub - consultant/minority business enterprise 2.8.1 Retaining Subcontractors Design -Builder shall not retain any Subcontractor to whom Owner has a reasonable and timely objection, provided that Owner agrees to compensate Design- Builder for any additional costs incurred by Design -Builder as provided in GC 23.7..Design Builder shall not be required to retain any Subcontractor to whom Design -Builder has a reasonable objection. 2.8.2 Management of Subcontractors Design -Builder shall be responsible for the management of Subcontractors in the performance of their work. 2.8.3 Assignment of Subcontract Agreements Design -Builder shall provide for assignment of subcontract agreements in the event that Owner terminates this Agreement for cause as provided in GC 11.2 ("Owner's Right -to -Perform and Terminate for Cause "). Following such termination, Owner shall notify in writing those subcontractors whose assignments will be accepted, subject to the rights of sureties. SECTION 3 OWNER'S RESPONSIBILITIES 3.1 Information and Services Provided by Owner 3.1.1 Owner shall provide full information regarding requirements for the Proj ect, including the Owner's Program, Performance Criteria, bridging documents, and other relevant information, within the times specified in Attachment C, Schedule. 3.1.2 Owner shall provide: 1. All available information describing the physical characteristics of the site, including surveys, site evaluations, legal descriptions, existing conditions, subsurface and environmental studies, utilities, reports and investigations; 2. Inspection and testing services during construction as required by law or as mutually agreed; and 3. Unless otherwise provided in the Contract Documents, necessary approvals, site plan review, rezoning, easements and assessments, necessary permits, fees and charges required for the construction. 3.1.3 Design -Builder shall be entitled to rely on the completeness and accuracy of the information and services required by this Section 3.1. 3.2 Owner's Responsibilities during Phase 1 3.2.1 If not developed by Owner and Design -Builder under a prior agreement, Owner shall provide the Owner's Program at the inception of the Design Phase. Owner shall review and timely approve schedules, estimates, and design documents furnished during the Design Phase as set forth in Section 3.1. 3.2.2 Owner shall arrange for access to and make all provisions for Design -Builder to enter upon public and private property as required for Design -Builder to perform Phase 1 services hereunder. ATTACHMENTA Page ^ PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASEII 3.2.3 Design -Builder shall be entitled to rely on the completeness and accuracy of the information and documents to be provided by Owner under this Section 3.2. 3.3 Owner's Responsibilities during Phase 2 Design and Construction 3.3.1 Owner shall review and approve the Schedule as set forth in Attachment C, Schedule, as revised. 3.3.2 If Owner becomes aware of any error, omission or failure to meet the requirements of the Contract Documents or any fault or defect in the Work, Owner shall give written notice to Design- Builder within five (5) days of so becoming aware. 3.3.3. Unless otherwise agreed by Design- Builder, Owner shall communicate with Design- Builder's Subcontractors, Suppliers, and Design Consultants only through Design -Builder. Owner shall have no contractual obligations to Subcontractors or Suppliers or Design Consultants. 3.3.4 Owner will not provide insurance for the Project as provided in Attachment E, Indemnity, Insurance, and Bonding. 3.3.5 Owner shall provide timely, clear and adequate access to the site and any laydown areas under control of the Owner. 3.3.6 Owner shall provide all information, data, and approvals required for Design -Builder's performance of the Work in a timely and complete manner. 3.3.7 Design -Builder shall be entitled to rely on the completeness and accuracy of the information and documents to be provided by Owner under this Section 3.3. 3.4 Owner's Representative Owner's representative, designated in writing and agreed to by Design -Builder: 1 Shall be fully acquainted with the Project; 2 Agrees to furnish the information and services required of Owner when required so as not to delay the performance of the Work; and 3 Have authority to bind Owner in all matters requiring Owner's approval, authorization or written notice. If Owner changes its representative or the representative's authority as listed above, Owner shall notify Design -Builder in advance in writing. Design -Builder shall have the right to approve any successor representative. 3.5 City's Responsibilities 3.5.1 See Attachment G - Special Conditions 17-19 THE REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY ATTACHMENT A Paee 7 PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE II ATTACHMENT B COMPENSATION SECTION 1 PHASE 1 SERVICES- IN ACCORDANCE WITH ATTACHMENT H SCOPE OF WORK $3,233,885.33 SECTION 2 CONTRACT PRICE FOR PHASE 2 SERVICES 1.1 Choice of Compensation Method for Phase 2 Services 1.2 The parties may elect to use the Guaranteed Maximum Price ("GMP") form of compensation for the Phase 2 Services, or a fixed Contract Price, or cost -reimbursable compensation with a Fixed Fee. If the GMP form of compensation is to be used, it may be agreed upon before the execution of this Agreement or will be developed and agreed upon for Phase 2 services. If the parties do not use a GMP, then the compensation to Design -Builder shall be a fixed Contract Price developed in accordance with Section 3.0 or shall be based on those fees and costs identified in Section 4.0. 1.3 Phase 2 Services. Design -Builder's Phase 2 services shall consist of the completion of design services for the Project, the procurement of all materials and equipment for the Project, the performance of construction services for the Project, the start-up, testing, and commissioning of the Project, and the provision of warranty services, all as further described in Attachment A, 2.0 Contract Documents 2.1 Contract Documents. The Contract Documents are comprised of the following: 2.1.1 All written modifications, amendments and change orders to this Agreement issued in accordance with Attachment D, General Conditions; 2.1.2 Written Supplementary Conditions, if any, to the General Conditions; 2.1.3 This Agreement, including all exhibits and the following attachments: Attachment A. Scope of Work Section 1 Phase 1 Scope of Work Section 2 Phase 2 Scope of Work Attachment B Compensation Section 1 Phase 1 Services Compensation Section 2 Contract Price for Phase 2 Services Attachment C Schedule Attachment D General Conditions Attachment E Indemnity, Insurance & Bonding Attachment F Owner's Permit List Attachment G Special Conditions Attachment H Phase One -Design Development / Guaranteed Maximum Price Development/ Scope of Work 1IPage RFQ# 037-2821-17/TP Central Seacrest Corridor Utility Phase II (Design Build) --Contract Attachment B PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE II 3.0 Fixed Contract Price 3.1 If the parties initially agree that the Phase 2 Services shall be performed on the basis of a Fixed Contract Price, then the Design -Builder shall develop the proposed Contract Price on an "open book" basis and present it to Owner for review and approval with the exception of proprietary information. 3.2 Once the Fixed Contract Price is agreed, then this Agreement shall be amended to establish the Fixed Contract Price as the basis for the performance of the Phase 2 Services. 4.1 Cost Reimbursable plus Design -Builder's Fee 4.2 If the parties agree that the Phase 2 Services shall be performed on a Cost Reimbursable basis plus a Fixed Design -Builder's Fee, then the Design -Builder shall develop an estimated Contract Price on an "open book" basis and present it to Owner for review and approval. 4.3 The cost -reimbursable elements of the Work shall be those set forth in Section 4.4 ("Cost of the Work"). 4.4 Design -Builder's Fee shall be: Six percent (6.0 %) of the Cost of the Work, as adjusted in accordance with Section 2.1. above. 4.3.1 Design -Builder's Fee will be adjusted as follows for any changes in the Work: Same as 4.3 above. 4.5 Cost of the Work. The term "Cost of the Work" shall mean costs reasonably incurred by Design -Builder in the proper performance of the Work. Such costs shall be at rates not higher than the standard paid at the place of the Project, except with prior consent of the Owner. The Cost of the Work shall include only the following: Wages of direct employees of Design -Builder performing the Work at the Site or, with Owner's agreement, at locations off the Site, provided, however. That the costs for those employees of Design Builder performing design services shall be calculated on the basis of prevailing market rates for design professionals performing such services or, if applicable, those rates set forth in an exhibit to this Agreement. 2. Wages or salaries of Design -Builder's supervisory and administrative personnel engaged in the performance of the Work and who are located at the Site or working off -Site to assist in the production or transportation of material and equipment necessary for the Work. 3. Wages or salaries of Design -Builder's personnel stationed at Design -Builder's principal or branch offices and performing design and Project administration functions. However, such costs shall be excluded from fee as listed in Section 4.3 above. 4. Costs incurred by Design -Builder for employee benefits, premiums, taxes, insurance, contributions and assessments required by law, collective bargaining agreements, or which are customarily paid by Design -Builder, to the extent such costs are based on wages and salaries paid to employees of Design -Builder covered under Paragraphs 2.2.1 through 2.2.3 hereof. 21 Page RFQ # 037-2821-17/TP Central Seacrest Corridor Utility Phase II (Design Build) --Contract Attachment B PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE II 5. The reasonable portion of the cost of travel, accommodations and meals for Design Builder's personnel necessarily and directly incurred in connection with the performance of the Work. 6. Payments properly made by Design -Builder to Subcontractors and Design Consultants for performance of portions of the Work, including any insurance and bond premiums incurred by Subcontractors and Design Consultants. 7. Costs incurred by Design -Builder in repairing or correcting defective, damaged or nonconforming Work, provided that such defective, damaged or nonconforming Work resulted from causes other than the fault or neglect of the Design -Builder, or those working by or through Design -Builder. If the costs associated with such defective, damaged or nonconforming Work are recoverable from insurance, Design -Builder shall use its best efforts to obtain recovery from the appropriate source and credit Owner if recovery is obtained. 8. Costs, including transportation, inspection, testing, storage and handling, of materials, equipment and supplies incorporated or reasonably used in completing the Work. 9. Costs less salvage value of materials, supplies, temporary facilities, machinery, vehicles, equipment and hand tools not customarily owned by the workers that are not fully consumed in the performance of the Work and which remain the property of Design Builder, including the costs of transporting, inspecting, testing, handling, installing, maintaining, dismantling and removing such items. 10. Costs of removal of debris and waste from the Site. 11. The reasonable costs and expenses incurred in establishing, operating and demobilizing the Site office, including the cost of facsimile transmissions, long-distance telephone calls, postage and express delivery charges, telephone service, photocopying and reasonable petty cash expenses. 12. Rental charges and the costs of transportation, installation, minor repairs and replacements, dismantling and removal of temporary facilities, machinery, equipment and hand tools not customarily owned by the workers, which are provided by Design -Builder at the Site, whether rented from Design -Builder or others, and incurred in the performance of the Work. 13. Premiums for insurance and bonds required by this Agreement or the performance of the Work. However, such costs shall be excluded from fee as listed in Section 4.3 above. 14. All fuel and utility costs incurred in the performance of the Work. 15. Sales, use or similar taxes, tariffs or duties incurred in the performance of the Work. 16. Legal costs, court costs and costs of mediation and arbitration reasonably arising from Design -Builder's performance of the Work provided such costs do not arise from disputes between Owner and Design -Builder. 17. Costs for permits, royalties, licenses, tests and inspections incurred by Design -Builder as a requirement of the Contract Documents. 31 Page RFQ # 037-2821-17/TP Central Seacrest Corridor Utility Phase II (Design Build) --Contract Attachment B PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE II The cost of defending suits or claims for infringement of patent rights arising from the use of a particular design, process, or product required by Owner, paying legal judgments against Design -Builder resulting from such suits or claims, and paying settlements made with Owner's consent. Deposits, which are lost, except to the extent caused by Design -Builder's negligence Costs incurred in preventing damage, injury or loss in case of an emergency affecting the safety of persons and property. Other costs reasonably and properly incurred in the performance of the Work to the extent approved in writing by Owner. 4.6 Non -Reimbursable Costs The following shall be excluded from the Cost of the Work: Compensation for Design -Builder's personnel stationed at Design -Builder's principal or branch offices or offices other than the site office, except as provided for in Paragraphs 4.4.1, 4.4.2 and 4.4.3, hereof. 2. Overhead and general expenses, except as provided for in Section 4.4.2 hereof, or which may be recoverable for changes to the Work. The cost of Design -Builder's capital used in the performance of the Work. 4. Rental costs of machinery and equipment, except as specifically provided in Paragraph 4.4.12, hereof. Costs due to the negligence of the Design -Builder, Subcontractors, or anyone else directly or indirectly employed by any of them, or for whose acts any of them may be liable, including, but not limited to costs for the correction of damaged, defective or nonconforming Work, disposal and replacement of materials and equipment incorrectly ordered or supplied, and making good damage to property not forming part of the Work, but only to the extent such costs cause the GMP to be exceeded. 6. Costs, if any, which would cause the GMP, as may be amended from time to time in accordance with this Agreement, to be exceeded, except to the extent such costs were due to the sole fault of Owner. 7. Costs for general cleanup of the jobsite will be included as part of the Cost of the Work in the GMP Any other labor related costs not defined under Paragraph 4.4.1 that is not approved in by the Owner at the time of the GMP. 9. Expenses for travel, including Design -Builder -supplied vehicles for personal use, incurred by Design -Builder's employees while traveling for purposes other than the direct execution of work or training. 10. Any legal fees arising out of a dispute between the Owner and Design -Builder. This includes the negotiation of a Contract between the Owner and Design Builder. 41 Page RFQ# 037-2821-17/TP Central Seacrest Corridor Utility Phase II (Design Build) --Contract Attachment B PROGRESSIVE DESIGNBUILDAGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASEII 5.1 Dates of Commencement. 5.1.1 Design -Builder's Phase 1 Services shall commence within five (5) days of Design -Builder's receipt of Owner's Phase 1 Notice to Proceed unless the parties mutually agree otherwise in writing. The parties shall use their best efforts to complete the Phase 1 Services within the time durations detailed in Attachment H. Section Entitled; "TIME OF COMPLETION/ SCHEDULE". 5.1.2 The Phase 2 Services shall commence on the date within five (5) days of Design -Builder's receipt of Owner's Phase 2 Notice to Proceed ("Date of Commencement") unless the parties mutually agree otherwise in writing. 5.2 Substantial Completion and Final Completion 5.2.1 Substantial Completion of the entire Work shall be achieved no later than JUNE 2, 2020 (712) calendar days after the Phase I Date of Commencement or as mutually agreed to by the Owner and Design -Builder ("Scheduled Substantial Completion Date"). 6.0 Compensation and Contract Price SECTION 1 PHASE 1 SERVICES- IN ACCORDANCE WITH ATTACHMENT H SCOPE OF WORK $ $3,233,885.33 SECTION 2 CONTRACT PRICE FOR PHASE 2 SERVICES 1.0 Choice of Compensation Method for Phase 2 Services 1.1 The parties may elect to use the cost -reimbursable compensation with a Fixed Fee. If the GMP form of compensation is to be used, it may be agreed upon before the execution of this Agreement or will be developed and agreed upon for Phase 2 services. If the parties do not use a GMP, then the compensation to Design -Builder shall be a fixed Contract Price developed in accordance with Section 3.0, or shall be based on those fees and costs identified in Section 4.0. 2.0 Cost -reimbursable compensation with a Fixed Fee. $9,326,901.85 The cost -reimbursable compensation with a Fixed Fee. All lump sum amounts shall be paid in accordance with the schedule of values on a percent basis and shall NOT be subject to adudit rights as set forth on Attachment G Special Conditions. Contract will be adjusted following approval by City Commission. A Breakdown is appended to this amendment SECTION 1 PHASE 1 1.0 The Phase I schedule has been modified to include the entire project (Phase I & II) and is appended to this section. SECTION 1 PHASE 2 1.0 The Phase II schedule includes the entire project (Phase I and II) and is appended to this section. 51 Page RFQ# 037-2821-17/TP Central Seacrest Corridor Utility Phase II (Design Build) --Contract Attachment B PROGRESSIVE DESIGNBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE II ATTACHMENT C SCHEDULE SECTION 1 PHASE 1 1.0 The Phase I schedule has been modified to include the entire project (Phase I & II) and is appended to this section. SECTION 1 PHASE 2 1.0 The Phase II schedule includes the entire project (Phase I and II) and is appended to this section. THE REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY 1IPage RFQ # 037-2821-17/TP Central Seacrest Corridor Utility Phase 11 (Design Build) --Contract Attachment C K O e' 2 Z O Z O O ` a a a O ' � e O O S = ry O U Z I JI - I W U K —qAM Z Q c f -.'. q..... -.9 9... q q 9 a a < s 3 'a 'a 'a 9 n ^ ' - 9 p q W� J Q QZ K S ? x O � Q � ' B B B n m O 4 e s e s a a ate,. 2 O � S S O a FF S 4 S S 11 i1 S4 Si 7 j O a IIN�I U Z i ; Z Z Q Z€ Q0 _.J. _.J o... _.... 2 2 [ 0 0 0 0 0 0 0 0 0 0 0 0 .. 0 0 0 0 0 0 0 0 0 0 0 0 W J O M1 e b o a o 0 0 0 0 o a O a� O N g � E 4 x $ a g s s 6 `e RMS Ric -Man International, Inc. ........... Joh: SEACREST UNIT PRICE - PHASE 2 Final BID: $12,560,787.18 ................. .............................. The above number reflects the total of Bids: October 30, 2018 Phase 1 and'2 2018 PROPOSAL a :[MURPHY] Mob/Demob, Bonds, Insurance, Bonds/GC ;Trench Safety for OSHA Compliance, and 1 combined 'General Requirements. 1. LS $ 297,000.00 $ 297,000.00 2 NOT (1) [MURPHY] 1. LS $ 120,000.00 $ 120,000.00 3 :Consideration for indemnification 1. LS $ 25.00 $ 25.00 ::Provide NPDES and dewatering permit :from applicable agencies. Limited to 4 (.25%) of bid 1. LS $ 23,959.00 $ 23,959.00 5 SURVEY:Record Drawings 1. LS $ 55,000.00 $ 55,000.00 6 :Pre -con Video MURPHY 1. LS $ 37,000.00 $ 37,000.00 7 8"/6" F&I DIP for FH OPEN CUT 60. LF $ 89.00 $ 5,340.00 8 8.00 :F&I PIPE BURST Disinf. & appurtenances . 19,349. LF $ 80.00 $ 1,547,920.00 9 8.00 :F&I OPEN CUT DIP HDD Rest. Disinf 8,372. LF $ 80.00 $ 669,760.00 :Fill &Flush assemblies -includes pigging 10 :wyes & caps for line flushing EA $ 1,600.00 $ - 11 50EA X 20'X 10' :Open cut pavement repair ASPH 10,000. sf $ 6.50 $ 65,000.00 12 RMI :Rem. & Disposeof exist. Fire hydrants 20. EA $ 670.00 $ 13,400.00 :Install Sigelock FH including tee,valve & :fittings" FOR P BURST] on 8" WM per 13 :plans 56. EA $ 3,100.00 $ 173,600.00 :Furnish and Install Independent Fire 14 :Hydrants on existing mains 7. EA $ 3,500.00 $ 24,500.00 :Furnish and Install Independent 6" WM 15 : PIPE for FH 250. LF $ 80.00 $ 20,000.00 161 8x6 tee, 54. EA $ 825.00 $ 44,550.00 17 :Furnish and Install 8x8x8 Tee 41. EA $ 850.00 $ 34,850.00 18 :Furnish and Install 8x8 Cross 19. EA $ 975.00 $ 18,525.00 : F&I tapping saddle assembly, including 10x8 :valve & appurt EA $ 4,300.00 $ - F&I tapping saddle assembly, for WM or 19 6x6 FH including valve & appurt 5. EA $ 3,800.00 $ 19,000.00 : F&I tapping saddle assembly, including 20 10x6 valve & appurt 4. EA $ 4,190.00 $ 16,760.00 21 8.00 :F&I GV and appurt 124. EA $ 1,480.00 $ 183,520.00 22 6.00 :F&I GV and appurt 8. EA $ 1,176.00 $ 9,408.00 €F&I ARV. Incl. strapp saddle, corp stop, 23 :MH, and appurt 19. EA $ 6,000.00 $ 114,000.00 24 :F&I perm. Sample point 3. EA $ 550.00 $ 1,650.00 25 :F&I temp Sample point 1 14.1 EA $ 280.00 1 $ 3,920.00 Page 628 of 1278 26 :F&I WS SHORT incl poly pip, sadl, corp & 2" :curb stp. connect service frw main to :exist M box 37. EA $ 900.00 $ 33,300.00 27 :F&I WS LONG incl poly pip, sadl, corp & 2" curb stp. connect service frw main to ::exist M box 56. EA $ 1,600.00 $ 89,600.00 28 :F&I WS SHORT incl poly pip, sadl, corp & 1" :curb stp. connect service frw main to ::exist M box 173. EA $ 655.00 $ 113,315.00 29 :F&I WS LONG incl poly pip, sadl, corp & 1" :curb stp. connect service frw main to ::exist M box 72. EA $ 1,250.00 $ 90,000.00 30 :WS from rear to front of property 178. EA $ 1,400.00 $ 249,200.00 311 4.00 :WM Line stop 2. EA $ 6,500.00 $ 13,000.00 32 6.00 :WM Line stop 8. EA $ 6,500.00 $ 52,000.00 33 8.00 VM Line stop 8. EA $ 8,000.00 $ 64,000.00 34 2" Water Main Abandoned in place with 0.01 :cap 63. EA $ 100.00 $ 6,300.00 35 0.25 :4" Water Main Abandoned in place/grout 1,492.4 LF $ 4.50 $ 6,715.80 36 0.09 :6" Water Main Abandoned in place/grout 554.05 LF $ 5.50 $ 3,047.28 37 :Cut & Cap aband in place ex WM <4" & - :rest. non asbetos Conc. P in green area :(sodded or landscaped) 17. EA $ 100.00 $ 1,700.00 38 4" x 4' : New S/W 6,710. LF $ 16.00 $ 107,360.00 39 6" x 4' : New S/W 1,285. LF $ 18.00 $ 23,130.00 40 4 X 4 Remv & Repl S/W 3,850. LF $ 18.00 $ 69,300.00 41 6 X 4 Remv & Repl S/W 634. LF $ 21.00 $ 13,314.00 42 4" x 5' New S/W 200. LF $ 19.00 $ 3,800.00 43 6" x 5' New S/W 100. LF $ 22.00 $ 2,200.00 44 Remove and Replace curb type D 10. LF $ 47.00 $ 470.00 45 Remove and Replace curb type F 100. LF $ 32.00 $ 3,200.00 46 :Remove and Replace header curb (12"- :by10" thick) 10. LF $ 50.00 $ 500.00 47 :ADA S/W curb ramps 76.1 EA $ 710.00 $ 53,960.00 48 :Conc. d/w apron removal/ replacement 7,208. SY $ 81.00 $ 583,848.00 49 :Asphalt d/w apron removal/ replace w/ :6" concrete 315. SY $ 57.00 $ 17,955.00 50 ::Paver d/w apron removal/ replace 110. SY $ 110.00 $ 12,100.00 51 ::Relocation of water services 1. LS $ 9,900.00 $ 9,900.00 52 ::Water Meter Size Difference 1.1 LS $ 6,000.00 $ 6,000.00 Sub -Total $ 5,127,902.08 CHURCH WORK 53 :Demo. Of existing aggregate parking area ;(gravel or limestone) and install swale for :existing conditions on roads with parallel :parking 6,580. SY $ 9.50 $ 62,510.00 54 ::Demo of exist. Asphalt or conc. Parking :area and install swale 290.1 SY I $ 9.50 1 $ 2,755.00 55 Markings/Signs 1. LS $ 3,300.00 $ 3,300.00 56 WGI RE -DESIGN fee 1. Is $ 8,500.00 $ 8,500.00 Page 629 of 1278 57 'Seal Coat Drivewy 1. 1 LS $ 5,200.00 $ 5,200.00 58 :Grade & sod Swale 1 300. SY $ 21.00 $ 6,300.00 Sub -Total $ 88,565.00 59 Flowable fill 100 psi 5. CY $ 160.00 $ 800.00 PAVING AND DRAINAGE 60 MOB/DEMOB, (1) [RMI] Bonds, trench :safety(6% limit of bid) 1. LS $ 521,000.00 $ 521,000.00 61 MOT (1) 1. LS $ 48,000.00 $ 48,000.00 62 RMI :Pre -Construction Video 1. LS $ 34,000.00 $ 34,000.00 63 :Site Layout 1. LS $ 130,000.00 $ 130,000.00 64 :Record Drawings 1. LS $ 15,000.00 $ 15,000.00 65 F&I asphalt overlay replacement to the :extent shown on plans. Include all temp pave. Markings, & the adj. of MH and :covers 74,100. SY $ 6.20 $ 459,420.00 66 1.00 ;Asphalt Milling 74,100. SY $ 2.00 $ 148,200.00 67 F&I exfiltration trenches include. HDPE 24.00 perf. Pipe, fittings, trench shoring and appurt. Assoc. with exfil trench 3,060. LF $ 150.00 $ 459,000.00 68 :Relocate WM to road on SW 13th Ave E of :SW 13 St. to make room for Exfl Trench 480. LF $ 110.00 $ 52,800.00 69 24.00 :F&I HDPE pipe 230. LF $ 104.00 $ 23,920.00 70 15.00 :F&I HDPE pipe 400. LF $ 116.00 $ 46,400.00 71 F&I replace san lat in confI w/ exfilt :Envelope/WM. w/ SDR 35, coupl, adj. filt :fabr, restore & other wk req 2 seal exfil 21.1 EA $ 640.00 $ 13,440.00 72 :Swale restr per plans Incl remov ex Lndsc Other Areas of €& features, excv, haul, grade & sod swale Proj. w/ flortam/bahia & Ex Irrig 81,076. SY $ 11.00 $ 891,836.00 73 F&I Drainage MH's w. baffles and rest/ 11. EA $ 5,700.00 $ 62,700.00 74 :F&I type C inlets include. Grates, baffles appurt and rest. 10. EA $ 4,700.00 $ 47,000.00 75 :F&I type E inlets iclude. Grates,. Baffles appurt. And rest. 25. EA $ 5,500.00 $ 137,500.00 76 :F&I type E inlets iclude. Grates,. For 'Conflicts 2. EA $ 6,900.00 $ 13,800.00 77 :135 ft Slab for Conflict on 62a 675. sf $ 8.10 $ 5,467.50 78 Reconstruction of conc. Catch basin :aprons 4. EA $ 42.00 $ 168.00 79 24.00 :Thermo white stop bar 1,200. LF $ 3.20 $ 3,840.00 80 12.00 'Thermo white x walk 2,700. LF $ 1.60 $ 4,320.00 81 6.00 Dbl yellow 4,900. LF $ 0.80 $ 3,920.00 82 RPM'S 408. EA $ 3.50 $ 1,428.00 83 :School Lettering 4. EA $ 90.00 $ 360.00 84 :STREET SIGNS W/STOP SIGNS :(CONTINGENCY) 20. EA $ 300.00 $ 6,000.00 85 24.00 :Temp white stop bar 1,200. LF $ 1.10 $ 1,320.00 86 12.00 :Temp white x walk 1 2,700. LF $ 0.60 $ 1,620.00 871 6.00 :Temp Dbl yellow 1 4,900. LF $ 0.60 $ 2,940.00 Page 630 of 1278 88 :School Lettering TEMP 14. $ 35.00 $ 140.00 Sub -Total $ 3,135,539.50 FORCEMAIN ITEMS - INSIDE SEACREST 89 10" :C-900 FM 3,920. LF $ 52.00 $ 203,840.00 90 10" 'DIP FM 400. LF $ 84.00 $ 33,600.00 91 10" FITTINGS /TN (NO ACC) C153 2.58 TN $ 18,000.00 $ 46,440.00 92 24X10 SSS TS&V 1. EA $ 18,000.00 $ 18,000.00 93 10" GV 4. EA $ 2,000.00 $ 8,000.00 94 Connect to ex FM 1. LS $ 5,800.00 $ 5,800.00 95 Conc. Collars 4. EA $ 1,100.00 $ 4,400.00 96 :ARV MH (with arv) 4. EA $ 7,600.00 $ 30,400.00 97I MJ restriants 71. EA $ 220.00 $ 15,620.00 98 :Swale restaration, Mail Bx, 10' wide for FM 1,120. SY $ 11.00 $ 12,320.00 99 Milling / Overlay - SE 1st St SE 13th St to :Woolbright SY $ 8.10 $ - 100 7' wide Limerock & Prime Restoration for FM 3,360. SY $ 24.00 $ 80,640.00 101 ::Pavement Restoration 2,800. SY $ 8.30 $ 23,240.00 102 MOT (2) 1. $ 28,000.00 $ 28,000.00 103 :MOB (2) 1. $ 20,000.00 1 $ 20,000.00 Sub -Total $ 530,300.00 104 ::WGI Design Permitting Construction Plans 1. $ - LANDSCAPE ALLOWANCE 105 :TREE REMOVAL- HARDWOODS a :SMALL 29. EA $ 230.00 $ 6,670.00 b :MEDIUM 88. EA $ 530.00 $ 46,640.00 c LARGE 41. EA $ 800.00 $ 32,800.00 106 :STUMP GRIND- HARDWOODS a :Small $ 120.00 $ - b :MEDIUM 88.1 EA $ 190.00 $ 16,720.00 c : LARGE 41. EA $ 330.00 $ 13,530.00 107 :Tree Removals- Palms a :SMALL 91. $ 130.00 $ 11,830.00 b :MEDIUM 110. EA $ 190.00 $ 20,900.00 c LARGE 154. EA $ 290.00 $ 44,660.00 108,:Stump Grind- Palms a :SMALL $ 95.00 $ - b :MEDIUM 11. EA $ 150.00 $ 1,650.00 c : LARGE 154. EA $ 200.00 $ 30,800.00 109 :Tree Removal- Clusters al 'SMALL 4. $ 110.00 $ 440.00 b :MEDIUM 7. EA $ 140.00 $ 980.00 c : LARGE 3. EA $ 190.00 $ 570.00 110 :Stump Grind- Clusters a :SMALL 3. EA $ 130.00 $ 390.00 b :MEDIUM 7. EA $ 190.00 $ 1,330.00 c :LARGE 3. EA $ 290.00 $ 870.00 111 :Tree Transplant- Hardwoods a :Small 67. EA $ 590.00 $ 39,530.00 Page 631 of 1278 b 'MEDIUM 10. EA $ 750.00 $ 7,500.00 112 :Tree Transplant- Palms a :SMALL 65. EA $ 490.00 $ 31,850.00 b :MEDIUM 86. EA $ 730.00 $ 62,780.00 113 Tree Transplant- Clusters a :SMALL 12. EA $ 490.00 $ 5,880.00 b :MEDIUM 34. EA $ 730.00 $ 24,820.00 114 :Massive Landscape 1. EA $ 1,600.00 $ 1,600.00 115 :Dense Landscape 3. EA $ 1,000.00 $ 3,000.00 116 : Hedges RM/RL 85.1 EA $ 350.00 $ 29,750.00 117 : Fence 3. EA $ 100.00 $ 300.00 118 Pole 1. EA $ 100.00 $ 100.00 119 Boulder 1. EA $ 100.00 $ 100.00 120 :Dump Truck Fees 80. EA $ 200.00 $ 16,000.00 Sub -Total $ 453,990.00 LANDSCAPE RESIDENT TREE SELECTION ALLOWANCE Prices updated 10/17/18 121 :Avocados 15. EA $ 580.00 $ 8,700.00 122 :Gumbo Limbos 15. EA $ 740.00 $ 11,100.00 123 :Buttonwoods 15. EA $ 780.00 $ 11,700.00 124 :Bulnesias 15. EA $ 780.00 $ 11,700.00 125 :Mangos 15. EA $ 580.00 $ 8,700.00 126 :Fox Tail Palms 1 15.1 EA $ 300.00 $ 4,500.00 Sub -Total $ 56,400.00 UNCERTAIN QUANTITY ALLOWANCES A-1 2' :PVC CASINGS 50. FT $ 1.30 $ 65.00 A-2 ::Reconstruction of failling roadways 8 :(paving part of mill & overlay) 6,800. SY $ 47.00 $ 319,600.00 A-3 : Remove and dispose of exist. Asbestos :Conc. Pipe including restoration 3,900. LF $ 16.00 $ 62,400.00 A-4 Install Parking Stops 39. ea $ 66.00 $ 2,574.00 A-5 2"-4" :Grout existing lines 1,000. ft $ 5.20 $ 5,200.00 A-6 :Off -Duty Police 5. hr $ 28.00 $ 140.00 A-7 Conc. :Additional Driveways 10. sf $ 7.30 $ 73.00 A-8 : F&I st. aug sod in irrig areas for incidental :rest. Based on unforeseen conditions(not :included in swale const. area) 500. sy $ 11.00 $ 5,500.00 A-9 :F&I bahia sod to be provided in non- irrigated areas for incidental rest. Based :on unforeseen condions(not included in :swale const. area) 500. sy $ 12.00 $ 6,000.00 A-10 :Extended Mill & Overlay $ 12.00 $ - A-11 :Replace exist. Damaged meter box 25. EA $ 110.00 $ 2,750.00 A-12 :Replace exist. Damages touch read lid 25. EA $ 53.00 $ 1,325.00 A-13 :Additional Line -stops 1. EA $ 6,500.00 $ 6,500.00 A-14 :Flowable Fill 20. CY $ 150.00 $ 3,000.00 A-15 Furnish and install 8" x 8" Tapping Saddle :Assembly, including valve, and :appurtenances 3. EA is 4,200.00 1 $ 12,600.00 Page 632 of 1278 ALT FORCE MAIN EAST SIDE Relocate existing water meter out of right- : MOB 1. LS $ 91,000.00 $ 91,000.00 2 MOT of-way including furnish and install 1" LS $ 23,000.00 $ 23,000.00 3 HDD :Woolbriht 115. FT :water service including poly pipe, saddle, $ 31,000.55 4 HDD ' FEC R/R 100. FT $ 480.00 $ 48,000.00 :corporation stop & curb stop, including all U.S.-1 (Contingent on obtaining HDD :temporary eastment from McDonalds to :use their parkinglot) 120. FT $ 266.67 $ 32,000.40 6 HDD :Intracoastal Water Way :appurtenances and site restoration. FT $ 396.43 $ 222,000.80 7 HDD -Frac 'Repairs (Remove, repair, Restore) 150. FT :Includes connecting new service from new $ 7,800.00 7 Rail Rd :Inspector 5. DAY $ 1,000.00 A-16 :water main to the relocated meter box 28. EA $ 400.00 $ 11,200.00 A-17 :Record Drawings 1. LS $ 64,000.00 $ 64,000.00 SY Construction days 406. 11 $ - $ - $ 41,118.00 No Directional Drills, Jack & Bores, nor Microtunnel included. 8" FM Pipeline DIP 895. $ - $ - 8" :Pipe Restraints 57. EA $ 170.00 $ 9,690.00 14 8" :Gate Valves 3. B-1 ::Early Construction Task Efforts 1. AL $ (2,238,480.84) $ (2,238,480.84) B-2 :ADD 6% 1. LS $ 505,865.18 $ 505,865.18 :3% for Operating Cost, General Conditions B-3 :and Overhead 1. LS $ 376,823.62 $ 376,823.62 B-4 $500k Savings FEE from Pipe Bursting V/E 1. LS $ - B-5 :City Contingency 1. AL $ - $ - B-6 :No need Builder Risk 1. AL $ (47,667.00) $ (47,667.00) B-7 :Seacrest Blvd Landscape 1. AL $ (61,878.20) $ (61,878.20) s 1 086.33 G M P 31L $ 3,233,885.33 FIM EAST M , ERNA" E 8 -95, 8 31L x,'x. :COMBINED TOTAL $ 12,560,787.18 NOTES: 1 Deleted borings in Intracoastal. Only two minor subs will quoted without borings - Not Responsible For Conditions other than sandy soils where typical directional drilling can be succesfull. 2 Pre -cast drainage is based on 6" walls bet DOT standards 3 2019 when pipe -bursting work should be completed. ALT FORCE MAIN EAST SIDE 1 : MOB 1. LS $ 91,000.00 $ 91,000.00 2 MOT 1. LS $ 23,000.00 $ 23,000.00 3 HDD :Woolbriht 115. FT $ 269.57 $ 31,000.55 4 HDD ' FEC R/R 100. FT $ 480.00 $ 48,000.00 51 U.S.-1 (Contingent on obtaining HDD :temporary eastment from McDonalds to :use their parkinglot) 120. FT $ 266.67 $ 32,000.40 6 HDD :Intracoastal Water Way 560. FT $ 396.43 $ 222,000.80 7 HDD -Frac 'Repairs (Remove, repair, Restore) 150. FT $ 52.00 $ 7,800.00 7 Rail Rd :Inspector 5. DAY $ 1,000.00 $ 5,000.00 8 Rail Rd :Insurance 1. LS $ - $ - 9 Rail Rd :Bond 1. LS $ 9,900.00 $ 9,900.00 10 :Asphalt Removal 2,536. SY $ 5.30 $ 13,440.80 11 8" AFM Pipeline PVC 1,958. FT $ 21.00 $ 41,118.00 12 8" FM Pipeline DIP 895. FT $ 54.00 $ 48,330.00 13 8" :Pipe Restraints 57. EA $ 170.00 $ 9,690.00 14 8" :Gate Valves 3. EA $ 2,000.00 $ 6,000.00 15 8" :Fittings 22. EA $ 780.00 $ 17,160.00 16 :Utility Crossings 9. EA $ 3,600.00 $ 32,400.00 Page 633 of 1278 17 10" 'FM Connection 1. Is $ 5,200.00 $ 5,200.00 18 Air Release Valves 3. EA $ 7,500.00 $ 22,500.00 19 8"+1" :Trench Limerock/ Asph Patch 3,170. SY $ 16.00 $ 50,720.00 20 1" :Mill and Overlay 3,170. sy $ 9.00 $ 28,530.00 21 ':Temp Stripe 400. FT $ 0.60 $ 240.00 221 :Perm Stripe 500. FT $ 0.80 $ 400.00 23 :Minimum Markings Mob 2. ea $ 1,500.00 $ 3,000.00 MISC 24 : Density testing 29.1 EA $ 25.00 $ 725.00 25 :Survey Lay -out 1. LS $ 2,500.00 $ 2,500.00 26 As-builts 1. LS $ 1,500.00 $ 1,500.00 27 Pre -Con Video 3,281. FT $ 0.30 $ 984.30 28 € Pipe Testing/ Pigging 2,853. FT $ 0.40 $ 1,141.20 29 :Railroad Inspector 3.1 day $ 1,000.00 $ 3,000.00 :ALLOWANCE ITEMS 30 CONSTR :Intersection SE 12Av & SE1St 1. AL $ 10,000.00 $ 10,000.00 31 :General Conditions 1. LS $ 76,827.93 $ 76,827.93 32 :ADD 6% 1.1 LS $ 50,706.54 $ 50,706.54 $95, 31LS.52 Page 634 of 1278 Page 635 of 1278 PROGJAITISSIVE DESIGMBUILD AGIMFKMFM�T.� Foil CENTRAL UTIIJTV DIPROVEMENIS ELIASE WHEREAS, because there will be inherent efficiencies and economies achieved by the CITY which will be in the best interest of the health, safety and welfare of the citizens and residents of and the CITY of Boynton Beach, Florida, the CITY has determined it is appropriate to enter into this Agreement embracing the design and construction of the Project, all as more fully set forth below; In consideration of the mutual covenants and obligations contained herein, Owner and Design-BuiIder now agree as follows: Article 1.0 Scope of Work 1.1 Phased Delivery. Owner and Design -Builder will implement the Project on a phased basis. 1.2 Phase 1 Services. Owner has selected Design -Builder on the basis of Design -Builder's Qualifications for the performance of design, pricing, and other services for the Project during Phase 1. Design -Builder shall perform such services to the level of completion required for Design - Builder to establish the Contract Price for Phase 2, as set forth in Section 1.3 below. The Contract Price for Phase 2 shall be developed during Phase I in conjunction with Attachment B. Design - Builder's Compensation for Phase I Services is set forth in Section 1, Phase 1, of Attachment B, Compensation. The level of completion required for Phase I Services is defined in Attachment A, Scope or Work (either as a percentage of design completion or by defined deliverables). 1.3 Phase 2 Services. Design -Builder's Phase 2 services shall consist of the completion of design services for the Project, the procurement of all materials and equipment for the Project, the performance of construction services for the Project, the start-up, testing, and commissioning of the, Project, and the provision of warranty services, all as further described in Attachment A, Scope of Work. Upon receipt of Design -Builder's proposed Contract Price for Phase 2, Owner may (a) accept the Contract Price and issue a Notice to Proceed with Phase 2 services, or (b) enter into a negotiation with Design -Builder on the scope and Contract Price, and, if required, on the schedule, for Phase 2 services to achieve a mutually acceptable basis on which to proceed, or (c) reject Design -Builder's proposal for Phase 2 and either (i) cancel the Project, (ii) proceed with another Design -Builder, or (iii) exercise the "off ramp" final design provisions of Section 1.4, Off -Ramp. The Contract Price for Phase 2 Services will be set forth in Section 2, Phase 2, of Attachment B, Compensation, when mutually agreed between the parties. Once the parties have agreed upon the Contract Price and Owner has issued a Notice to Proceed with Phase 2, Design -Builder shall perforin the Phase 2 services, all as further described in Attachment A, Scope of Work, as it may be revised. 1.4 Off -Ramp 1.4.1 The parties acknowledge that Owner's ability to successfully complete the Project may be significantly impacted if Owner elects to terminate Design -Builder's services at the end of Phase 1, rather than proceeding to Phase 2 under Section 1.3 ("Phase 2 Services') and certain design subconsultants are not available to continue working on the Project. Consequently, Design - Builder hereby agrees that if Owner terminates Design -Builder for any reason, Owner shall have the right to contract directly with such design subconsultants for design -related services on this Project, and Design -Builder shall take such steps as are reasonably necessary to enable Owner to implement such relationship. Design -Builder shall provide in any design sub consultancy Progressive Design/Build Agreement Contract # Page 636 of 1278 PROGRESSIVE DESIGN/BUILD AGRE EMENT FOR �Fage 3 Progressive Design/Build Agreement Contract Page 637 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT _C_FX_T?41,KF FOR sllF , � 4, Lr.1 ?,FRT_C_1 f_1 -1 I.L1 I -R, J 'ITT 11YY_ J14PW 12 FT1 � PTWISLEV A I - Attachment B Compensation Section I Phase I Services Compensation Section 2 Contract Price for Phase 2 Servicez Attachment C Schedule Attachment D General CoTdAwTs--- Attachment E Indemnity, insurance & Bonding Attachment F Owner's Permit List Attachment G Special Conditions Attachment H Phase One -Design Development / Guaranteed Maximum Price Developmel Scope of Work 2.1.5 The following other documents, if any, attached by reference hereto: * Request for Qualifications (RFQ) No. 037-2821-17TP, Appendices and Addendum * Utility Technical Specifications (in project e -Builder folders) 11 1 1. 1 1 9 9 F77 1 3.1 Contract Documents. The Contract Documents are intended to permit the parties to complete the Work and all obligations required by the Contract Documents within the Contract Time(s) for the Phase I Compensation and the agreed Contract Price for Phase 2 Services. The Contract Documents are intended to be complementary and interpreted in harmony so as to avoid conflict, with words and phrases interpreted in a manner consistent with construction and design industry standards. In the event of any inconsistency, conflict, or ambiguity between or among the Contract Documents, the Contract Documents shall take precedence in which they are listed in Section 2.1 hereof. 3.2 Meanings. Terms, words and phrases used in the Contract Documents, including this Agreement, shall have the meanings given them in GC 1.2. Entire AgreemenL The Contract Documents form the entire agreement between Owner and Design -Builder and by incorporation herein are as fully binding on the parties as if repeated herein in their entirety. -No oral representations or other agreements have been made by the parties except as specifically stated in the Contract Documents. Nothing contained in the Contract Documents shall create any contractual relationship between the Owner, and any Sub -Contractor or Sub -Sub Contractor. 3.4 InteaL It is the intent of the Contract Documents to describe a functionally complete project consisting of total design performed by the design professional and construction to be completed in accordance with the Contract Documents. Any Work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for. When words which have a well-known technical or trade meaning am used to describe Work, materials or equipment such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association, or to the laws or regulations of any Page 4 Progressive Design/Build Agreement Contract # Page 638 of 1278 »<a<W'4 4 a L-d26A r eA A -i n" x at L4rn W i «::« M aw)C- � -X� " I &I i +a»:»: - wd d 16 ca?, thereof in one or more of the following ways: Work ChangeDirective Work Product All reports, drawings, specifications, plans, and all other documents m¥> Page 639 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR f -=T 5.2.4 All of the dates set forth in this Article 5.0 shall be subject to adjustment in accordance with the General Conditions. 5.3 Time is of Great Importance. Owner and Design -Builder mutually agree that time is of great importance with respect to the dates and times set forth in the Contract Documents. Owner agrees to provide all site access, materials, information, data, and approvals required under the Contract Documents in a timely manner, as required for Design -Builder to achieve the interim milestones of the Schedule and the Scheduled Substantial Completion Date. 5.4 Liquidated Damages. Design -Builder understands that if Substantial Completion is not achieved by the Scheduled Substantial Completion Date (as it may be extended hereunder), Owner will suffer damages which are difficult to determine and accurately specify. Design -Builder agrees that if Substantial Completion is not achieved by the Scheduled Substantial Completion Date (the "LD Date"), Dcsign-Builder shall pay Owner Two 1housand Five Hundred Dollars ($2,500.00) as liquidated damages for each day that Substantial Completion extends beyond the LD Date, up to a maximum of. One hundred Thousand Dollars ($100,000.00). lk )6&A.P a W�Kj 10 fixed md Ureed unon between the !,3arties reeGgnizingAhe the amount of dama 0 s that will be sustained b War 0 1 wilam ni Wi I'm .9-11 ap 3. -mv I ; A'. -v vi�-, W I M Fav- C W,! ALM, FW t% W Y cost and effect of the failure of Design Builder to complete the Contract on time. The foregoing , , W1 7 Y an" Ws.27cleff, a I 7,_ We ry 6 1 afff - -1 IT -6 d t I t V17=1 _tM 6 H I I F J - I I 11. 0 F S IL 0 C P � L F S I V. t W Value for that Purchase Order and /or phase GUF. 5.4.2 Owner is authorized to deduct accrued liquidated damage amounts from the monies due Design - Builder for work under this Agreement provided however, Owner may not make such deductions until after the Contract time has expired, and credited against retainage initially, 4�.s Early Completion Bonus. If Substantial Completion is achieved on or before days before the Scheduled Substantial Completion Date (the "Bonus Date"), Owner shall pay Design - Builder at the time of Final Payment under Section 7A hereof an early completion bonus of Eight Hundred Dollars ($800.00) for each day that Substantial Completion is achieved earlier than the Page 6 Progressive Design/Build Agreement Contract # Page 640 of 1278 Page 641 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTELITY IMPROVEMENTS PHASE 11 Builder's subsequent, Applications for Payment, Owner will also reasonably consider reducing retainage for, Subcontractors completing their work early in the Project, 7.4 Upon Substantial Completion of the entire Work or, ifapplicable, any portion of the Work, pursuant to GC 5.7 ("Substantial Completion"), Owner shall release to Design Builder all retained amounts relating, as applicable, to the entire Work or completed portion of the Work, less an amount equal to the reasonable value of all remaining or incomplete items of Work as noted in the Certificate of Substantial Completion or other withholdings pursuant to GC 5.4.Final Payment. Design -Builder shall submit its Final Application for Payment to Owner in accordance with GC 5.8 ('Tina] Payment"). Owner shall make payment on Design -Builder's properly submitted and accurate Final Application for Payment within thirty (30) days after Owner's receipt of the Final Application for Payment, provided that Design -Builder has satisfied the requirements for final payment set forth in GC 5.8.2. 7.5 Record Keeping and Financial Controls. Design -Builder acknowledges that this Agreement is to be administered on an "open book" arrangement relative to Costs of the Work, including the development and agreement upon the Contract Price for Phase 2 Services, Design -Builder shall keep full and detailed accounts and exercise such controls as may be necessary for proper financial management, using accounting and control systems in accordance with generally accepted accounting principles, and in such accounts as may be necessary for Owner's utility accounting purposes. During the performance of the Work and for a period of three (3) years after Final Payment, Owner and Owner's accountants shall be afforded access from time to time, upon reasonable notice, to Design -Builder's records, books, correspondence, receipts, subcontracts, purchase orders, vouchers, memoranda and other data relating to the Work, all of which Design - Builder shall preserve for a period of three (3) years after Final Payment, provided, however, that such access, review, and audit rights shall not extend to any compensation amounts established on the basis of fixed rates for overhead or fee, or an agreed fixed sum, or unit rates for any element of cost. Airticle 8.0 Representatives of the Partics 8.1 Owner's Representatives 8.1.1 Owner designates the individual listed below as its Senior Representative ("Owner's Senior Representative"), which individual has the authority and responsibility for avoiding and resolving disputes under GC 8.2.3: Joseph Paterniti, P.E. Utility Director 124 E Woolbright Road, Boynton Beach, FL 33435 561-742-64023 9.1.2 Owner designates the individual listed below as its Owner's Representative, which individual has the authority and responsibility set forth in GC 3.4 ("Owner's Representative"): Page 8 Progressive Design/Build Agreement Contract 4 Page 642 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR 17 Projects 124 E Woolbright AMMA" ... Design -Builder designates the individual listed below its Senior Representative ("Design- Builder's "esign- il er's Senior Representative"), which individual has the authority and ponsihilityy for avoiding d resolving disputes under GC 8.23: which8.2.2 Design -Builder designates the individual listed below as its Design -Builder's Representative, individual has the authority and responsibility set forth Michael Jankowski RIC -MAW Int. Inc. 1545 NW 27TH Ave. PomW, a Beach FL. 33069 (954) 426-1042 Article 9.0 Indemnity, t 9.1 Indemnity. Indemnification obligations between the parties shaft be as set forth in Section 1.0, Indemnity, of Attaclunent E, Indemnity, and Insurance & Bonding. .2 Insurance. The parties shall procure the insurance coverages set forth in AtUwhment E, Indemnity, Insurance Bonding, in accordance with the ral Conditions, 13 Bonds and Other Performance Security. If so required, Design-Builde'r shah provide a performance bond and laborperformance accordance with Section 8.0, Bonds, of Attachment E, Indemnity, and Insurance & Bonding. i ttt Page 9 Progressive g ; Agreement Page 643 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR alIN11 10.2 Limitation of Liability for Consequential Damages. 6011tFaff-Gent 10.3 Public Records; In order to comply with Florida's public records laws, the Design -Builder shall: a. Keep and maintain public records that ordinarily and necessarily would be required by Owner in order to perform the services under the Agreement. b. Provide the public with access to public records on the same terms and. conditions that Owner would provide the records and at a cost that does not exceed the cost provided in Chapter 119 Florida Statutes or as otherwise provided by law. c. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. d. Meet all requirements for retaining public records and transfer, at no cost, to Owner all public records in possession of Design Builder upon termination of the Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to Owner in a format that is compatible with the information technology systems of Owner. e. The Parties agree that public records under this Contract shall not include records that are (a) protected from disclosure under applicable law, or (b) privileged or confidential information. 10.4 Sovereign Immunity. The parties hereto acknowledge that Owner is a political subdivision of the state of Florida and enjoys sovereign immunity. Nothing in this Agreement shall be construed to require Owner to indemnify Design -Builder or insure Design -Builder for its negligence or to assume any liability for Design -Builder's negligence. Further, any provision in this Agreement that requires Owner to indemnify, hold harmless or defend Design -Builder from liability for any reason shall not alter Owner's sovereign immunity or extend Owner's liability beyond the limits established in section 768.28, Florida Statutes, as amended. 10.5 Design -Builder. Design -Builder warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Design -Builder to solicit or secure this Agreement and that it has not *d or agreed to pay any person, company, corporation, Page 10 Progressive Design/Build Agreement Contract # Page 644 of 1278 PROGRESSIVE tit D t ,r 1-. FOR :)age I I Progressive Design/ L Page 645 of 1278 PROGRESSIVE DESIGNIBUILD AGREEMENT FOR 1-11. 41 — 0 n& PrdMt_M -1 1 —RT37_MV=ny Of 'P,es' Builder shall result in termination of the Agreement by Owner without penalty. In addition to t foregoing, Design -Builder further represents that there has been no determination, based on audit, that it committed an act defined by Section 287.133 Florida Statutes, as a "publi c entil _WWI riow_,c IMI 111ATIVJ A-711UN V r, R. a. nW Men pi the convicted vendor list. (0.12 Codes, Ordinances and Laws. The Design -Builder agrees to abide and be governed by all applicable City, County, State and Federal codes, regulations, building codes, ordinances and laws which may have a bearing on the Services involved on the projects of each Task Order. All plans and drawings shall comply with all such codes in effect as of the date of submittal of such plans and drawings to government officials and agencies for approval. This Agreement shall be governed by the law of the state of Florida. Design -Builder is familiar with and shall comply with all laws, ordinances and regulations applicable to the supplies, products, equipment, and software or services furnished under this Agreement. 10.13 Hazardous Substances. Design -Builder shall notify the Owner of hazardous substances or conditions not contemplated in the scope of Services of which Design -Builder actually becomes aware. Upon such notice by Design—Builder, Design -Builder will stop affected portions of its Services, The parties shall decide if Design -Builder is to proceed with testing and evaluation and may enter into further agreements as to the additional scope, fee, and terms for such Services. 10.14 Cause of Action. Causes of action between the parties to this Agreement pertaining to acts or failures to act shall be deemed to have accrued and the applicable statutes of limitations shall commence to run not Wter than either the date of Substantial Completion for acts or failures to act occurring prior to Substantial Completion, or the is of issuance of the final Certificate for Payment for acts or failures to act occurring after Substantial Completion. 10.15 Attorney's Fees and Costs. Should it be necessary to bring an action to enforce any of the provisions of this Agreement reasonable attorney's fees and costs, including those at the appellate level, shall be awarded to the prevalling party, 10.16 Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, bat all of which together shall constitute one and the same instrument. 10.17 Prior Agreements. Any prior agreements between the parties that are in conflict with the provisions contained herein are, to the extent of any such conflict, hereby superseded and repealed by this Agreement. Page 12 Progressive Design/Build Agreement Contractc Page 646 of 1278 PROGRESSM DESIGN/BUILD AGREEMENT FOR I In execiAng this Agreement, Owner and Design -Builder each individually represents that it has the necessary financial resources to fulfill its obligations under this Agreement, and each hm the necessary corporate approvals to execute this Agreement, and perform the services described herein. 1IN'WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates - DATED this day of 20 lR C= OF BOYNTON BEACH -- 9��L— gdo:�t�—' City ManaM actor Von Mj=-. ,�Em 0 Vicehehe City Attorney Aftest/Authenticated: 93= Progressive Design/Build Agreement Contract # Page 647 of 1278 PROGRESSIVE 1 AGREEMENT FOR 4 N I PHASE I 1.0 R' w. shall exercise reasonable sldll and judgment in the furnishing of design services. Engineering and professional services shall be fumi shed by licensed employees of Design -Builder, or by consultants or subcontractors as permitted by the law of the state where the Project is located. Design - Builder is responsible for the following Preliminary Design -Build Services: 1.1 Preliminary Evaluation. Design -Builder shall conduct and provide a preliminary evaluation of the Projects feasibility based on the Owner's Phase I Design Development and Performance Criteria requirements found in Attachment H. 1.2 Preliminary Schedule. Design -Builder shall provide a preliminary schedule for Owner's written approval. Ile schedule shall show the activities of Owner and Design -Builder necessary to meet Owner's completion requirements. 1.3 Preliminary Estimate. Mer shall prepare for Owner's written approval a preliminary estimate utilizing area, volume, or similar conceptual estimating techniques, The level of detail for the estimate shall reflect the Owner's Program and any additional available information. If the preliminary estimate exceeds Owner's budget, Design -Builder shall make written recommendations to Ow'fler. 1.4 Preliminary Design Documents. Design -Builder shall submit for Owner's written approval Preliminary Design Documents, based on the Owner's Program and other relevant information. Preliminary Design Documents shall include updated drawings based on Attachment H performance criteria, outline specifications and other conceptual documents as further defined herein illustrating the Projccfs basic elements, scale and their relationship to the site conditions. One set of these Documents shall be furnished to Owner. Design-Ruilder shall update the preliminary schedule and preliminary estimate based on the Preliminary Design Documents. 1.5 Division of Responsibty. Design -Builder shall prepare for Owner's review a proposed Division of Responsibility with respect to the Project, showing (a) equipment, materials, labor, and services to be provided by Design -Builder, (b) access, equipment, materials, data, information, and approvals to be provided by Owner, and (c) any items necessary for the Project to be provided by third parties. 1.6 Contract Price Proposal. Based on the Preliminary Design -Build Services, Design -Builder shall prepare for Owners consideration a proposed Guaranteed Maximum Contract Price (GMP) for the Phase 2 Services. ATTACHMENT A Page 2 1.7 Additional Services. Design -Builder shall provide the following additional services, if any: 1.1.7. See Attachment H - Phase I Scope of Work ATTACH MENT A Page I Page 648 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR it SECTION 2 PHASE 2 2.1 Completion of Design 2.1.1. Drawings and Specifications Desipi-Builder shall provide a Commissioning and Startup Manual and an Operations Maintenance Manual for the Facility, if Applicable. ai 2.2 Construction Services 2.2.2. Completion In order to complete the Work, Design -Builder shall provide all necessaTy construction supervision, inspection, construction equipment, labor, materials, tools, and subcontracted items. ATrACHMENTA Page 2 Page 649 of 1278 PROG30',SS1 Vf�D 16"MC N43U 11A) A(Y'RE'EMENT 11 OB C ENT Al SEA, C'R.[!'.',S1_ C(',)R]flD011- UTI HTY IMPPROVENIFINTS PIJASE 11 Pf this Work. The Design -Builder shall protect Owner's property. All damage which occurs as result of this Contract shall be promptly restored to at least its original pre -contracted co However, Design -Builder shall not be responsible for the elimination or abatement of any work at the Site carried on by Owner or its employees, agents, separate contractors or ten a adhere to all .M.r. provisions Design -Builder shall give all notices and comply with all applicable laws, ordinances, r1dd regulations and lawful orders of any public authority bearing on the safety of persons or prope or their ,:rotectiort from d - . -imy, or loss, ThtD&Agn-Builder eh 1 "wrro Owner that are r equired under the applicable codes with respect to the provision providing supervision as to safe work site for all employees, Sub Contractors and their employees. T Design -Builder shall erect and maintain, as required by existing conditions and progress of warnings against hazards, promulgating safety regulations and notifying owners and users adjacent utilities. The Design -Builder shall also provide both visible and audible warning devi for all hazardous areP__"_f _w_nq1YWjim_S1iA1r_aw. -wrtp_ � I- .. . hy, suitable barricades PIaced at an gyriate distance from the hazard. The ab not relieve Subcontractors of their responsibility for the safety of persons or roperty performance of their work, nor for compliance with all applicable provisions of re ev 1 2.2.7. Reports As provided in GC 2.2.1. Design -Builder shall provide monthly written reports to Owner on the progress of the Work including a system of cost reporting for the Work, and also including regular monitoring of actual costs for activities in progress and estimates for uncompleted tasks and proposed changes in the Work. 2.2.8. Site Maintenance At all times Design -Builder shall maintain the Site of the Work free from debris and waste materials resulting from the Work. At the completion of the Work, Design - Builder shall remove from the premises all construction equipment, tools, surplus materials, waste materials and debris. ATTACHMENT A Page 4 2.3 Hazardous Material 2.3.1 A Hazardous Material is any substance or material identified now or in the future ashazardous under any federal, state or local law or regulation, or any other substance or material which may be considered hazardous or otherwise subject to statutory or regulatory requirements governing handling, disposal and / or clean -up. Design -Builder shall not be obligated to commence or continue Work until any known or suspected Hazardous Material discovered at the Site has been removed, rendered or determined to be harmless by Owner as certified by an independent testing laboratory and approved by the appropriate government agency, 2.3.2. If after the commencement of the Work, known or suspected Hazardous Material or Hazardous Conditions are discovered at the Site, Owner and Design -Builder shall proceed in accordance with the requirements of GC 4.1 ("Hazardous Conditions & Differing Site Conditions"). ATTACHMENTA Page 3 Page 650 of 1278 DESIGN/BUILD ATTACHMENTA Page Page 651 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR CTIN YMA JL i MOM dI, I & I 1ril I M 1w, Page 652 of 1278 1. All available information describing the physical characteristics of t, r a mental studies, utilities, reports and investigations; 2. Inspection and testing services during construction as required by law or as mutually agreed; and ATTACHMENTA Page 6 Page 653 of 1278 PROR,F`SSIVE DESIGN, " HVILDAGREENVENT FOR 'ENTR.A.1, SE.ACjH..11-"S'I'C(')111'111)OR 1111 L!"J'A" IMPROVEMENTS PHASE It �4 Unless otherwise provided in the Contract Documents, necessary approvals, site plar. review, rezoning, easements and assessments, necessary pen -nits, fees and charges requiref for the conirtictio-f.. 1'111111i'1008.9 anu mrvices required by this Section 3.1. ponsibllifles during Phase 1 3.2.1 If not developed by Owner and Design -Builder under a prior agreement, Owner shall provide the Owner's Prograrn at the inception of the Design Phase. Owner shall review and timely approve schedules, estimates, and design documents furnished during the Design Phase as set forth in Section 3.1. 3.2.2 Owner shall arrange for accessto and make all provisions for Design -Builder to enter upon public and private property as required for Design -Builder to perform Phase I services hereunder. 3.2.3 Design -Builder shall be entitled to rely on the completeness and accuracy of the information and documents to be provided by Owner under this Section 3.2. 3.3 Owner's Responsibilities during Phase 2 Design n"d Construction 3.3.1 Owner shall review and approve the Schedule as set forth in Attachment C, Schedule, as revised. 3.3.2 If Owner becomes aware of any error, omission or failure to meet the requirements of the Contract Documents or any fault or defect in the Work, Owner shall give written notice to Design- Builder within five (5) days of so becoming aware. 3.3.3. Unless otherwise agreed by Design- Builder, Owner shall communicate with Design- Builder's Subcontractors, Suppliers, and Design Consultants only through Design -Builder. Owner shall have no contractual obligations to Subcontractors or Suppliers or Design Consultants. 3.3.4 Owner will not provide insurance for the Project as provided in Attachment E, Indemnity, Insurance, and Bonding. 3.3.5 Owner shall provide timely, clear and adequate access to the site and any laydown areas under control of the Owner. 3.3.6 Owner shall provide all information, data, and approvals required for Design -Builder's performance of the Work in a timely and complete manner. 3.3.7 Design -Builder shall be entitled to rely on the completeness and accuracy of the information and documents to be provided by Owner under this Section 3.3. 3.4 Owner's Representative Owner's representative, designated in writing and agreed to by Design -Builder: 1 Shall be fully acquainted with the Project; 2 Agrees to furnish the information and services required of Owner when required so as not to delay the performance of the Work; and ATTACHMENTA Page 7 Page 654 of 1278 PROGRESSIVE DE SIGN/RUILD AGREEMENT FOR CENTRAL SFACREST CORRIDOR UTILITY IMPROVEMENTS PHASE H Have authority to bind Owner in all matters requiring Owne?s approval, authorization or written notice. If Owner changes its representative or the representatives authority as listed above, Owner shall notify Design -Builder in advance in writing. Design -Builder shall have the right to approve any successor reptesentative, 3.5 City's Responsibillifies 15.1 See Attachment G - Special Conditions 17-19 ATTACH MENTA Page 8 Page 655 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR ATTACH N "M SECTION2 CONTRACT PRICE FOR PHASE 2 SERVICES 1.0 Choice of Compensation Method for Phase 2 Services 1.1 The parties may elect to use the Guaranteed Maximum Priceform of compensation for the Phase 2 Services, or a fixed Contract Price, or oost-reimbursable compensation with a Fixed Fee. If the GMP form of compensation is to be used, it may be agreed upon before the execution of this Agreement or will be developed and agreed upon for Phase 2 services. If the parties do not use a GUT, then the compensation to Design -Builder shall be a fixed Contract Price developed in accordance with Section 3.0, or shall be based on those fees and costs identified in Section 4.0. 2.0 Guaranteed Maximum Price S .............. ... . .. . ....... The GMP will be adjusted following completion of Phase 1. Design -Builder agrees that upon Owner's request, it will submit its proposal for the Contract Price on the basis of a Guaranteed Maximum Price for the Phase 2 Services. Design -Builder does not guarantee any specific line item provided as part of the GMP, but agrees that it will be responsible for paying all costs of completing the Work, which exceed the GMP, as adjusted in accordance with the Contract Documents. Documents used as a basis for the GMP shall be identified in an agreed revision to this Attachment 2.1.2 The GMP will include an allowance within each work package or task order as determined by the Design -Builder and approved by the Owner when a maximum price for the work package or task order has been not been determined at time of GMP. This allowance "I be used as the maximum value for the specific line item and all remaining funds within the work package or task order will revert to the Owner after the price is determined through competitive bidding or final pricing by the Design -Builder. If an allowance is not included within the work package or task order line, the agreed upon price is the maximum for that item. Any savings within the fixed price items will be included in the savings sharing formula speced in Section L1.3 If the parties so agree, the Phase 2 Services may be divided into separate work packages or task orders. And Design -Builder shall propose and Owner shall consider for acceptance a separate GMP for each such work package or task order 2.2 GKP Established at the Commencement Date of Phase 2 Attach me nt B Page 656 of 1278 kRVie, GRESSI;*.9 DESIGN/BUILD AGREENENT FOR &�IWNRWJI GMP Proposal. If requested by Owner, Design -Builder shall submit to Owner a GhV Proposal for the Contract Price as part of the Phase I Services, which shall include the following, unless the parties mutually agree otherwise: A proposed GMP, which shall be the smn of. Design -Builders Fee as defined in Section 2, Phase 2. of Attachment B, Compensation; ii® the estimated Cost of the Work as defined in Section 2, Phase 2. of Attachment B, Compensaion, inclusive of any Design -Builder's allowance as defined in Section 1.1.2 above; and iiia if applicable, any prices established under Section 2, Phase 2, of At=hment 13, Compensatiom Page 657 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR r-y-WIR41 having the following options: qi Iiiiii, 11 11, i 1� i "IMP shall proceed in accordance with Section 2.2.3 above; usau 11 (141AW-Igmr-I I a C4 RIP1 163441 in 101MI �Jglq RM01 III (oil 4 IINKSIMIQUI141. ---- ------ f, I K'S"I f" INT1294 VAUD to Stop Conversion. The parties may agree at any time to convert the agreed GNP to a Fixed Contract Price for the completion of the Phase 2 Services. HUM01=71 2.3.1 Savings Sharing. If the sum ot the actual cost ot the work and Msign-Builder's Fee (and, if applicable, any prices established under Paragraph 6.2 of the Agreement) is less than the GMP, as such GW may have been adjusted over the course of the Project, the difference ("Savings") shall be shared as follows: I *. I - . I I - . ,I , I *I 1 1 WkT 4"; 1 -4 so . .. ,1I I1I #I 2.3.2 Savings Calculat:ion. Savings shall be calculated and paid as pad of Firud Payment under Section 7.4 of the Agreement, with the understanding that to the extent Design Builder incurs costs after Final Completion which would have been payable to Design -Builder as a Cost. of the Work, Design - Builder shall be entitled to payment from Owner for that portion of such costs that were distributed to Owner as Savings. PIEMNEUPW Documents used as a basis for the GMP shall be identified in a mutually agreed revision to this Attachment. 3.0 Fixed Contract Price 3.1 If the parties initially agree that the Phase 2 Services shall be performed on the basis of a Fixed Contract Price, then the Design -Builder shall develop the proposed Contract Price on an "open book" basis and present it to Owner for review and approval with the exception of proprietary information. C1.2 Once the Fixed Contract Price is agreed, then this Agreement sW1 be amended to establish thri- Fixed Contract Price as the basis for the performance of the Phase 2 Service& 3 RF Q # 037-2821-17/TP Central Seacrest Corridor Utility Phase 11 ([Design Build) —Contract Attachment B Page 658 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR I NA�Wwl FIR x 4.4 Cost of the Work. m Aftachment B Page 659 of 1278 PHOG RLM I VE DESIG N IBUILD AGREENIENT FOR CENI"RALSEACR ES7F(.'.0RR1D0R UTILITY IMPROVE"MENTS PHASE II 7. Costs incurred by Design -Builder in repairing or correcting defective, damaged or nonconforming Work, provided that such defective, damaged or nonconforming Work resulted from causes other than the fault or neglect of the Design -Builder, or those working by or through Design -Builder. if the costs associated with such defective, damaged or nonconforming Work are recoverable from insurance, Design -Builder shall use its best efforts to obtain recovery from the appropriate source and credit Owner if recovery is obtained. 8. Costs, including transportation, inspection, testing, storage and handling, of materials, equipment and supplies incorporated or reasonably used in completing the Work. 9. Costs less salvage value of materials, supplies, temporary facilities, machinery, vehicles, equipment and hand tools not customarily owned by the workers that are not fully consumed in the performance of the Work and which remain the property of Design Builder, including the costs of transporting, inspecting, testing, handling, installing, maintaining, dismantling and removing such items. 10. Costs of removal of debris and waste from the Site. 11. The reasonable costs and expenses incurred in establishing operating and demobilizing the Site office, including the cost of facsimile transmissions, long-distance telephone calls, postage and express delivery charges, telephone service, photocopying and reasonable petty cash expenses, 12. Rental charges and the costs of transportation, installation, minor repairs and replacements, dismantling and removal of temporary facilities, machinery, equipment and hand tools not customarily owned by the workers, which are provided by Design -Builder at the Site, whether rented from Design -Builder or others, and incurred in the performance of the Work. 13. Premiums for insurance and bonds required by this Agreement or the performance of the Work. However, such costs shall be excluded from fee as listed in Section 4.3 above. 14. All fuel and utility costs incurred in the performance of the Work. 15. Sales, use or similar taxes, tariffs or duties incurred in the performance of the Work. 16. Legal costs, court costs and costs of mediation and arbitration reasonably arising from Design -Builder's performance of the Work provided such costs do not arise from disputes between Owner and Design -Builder. 17. Costs for permits, royalties, licenses, tests and inspections incurred by Design -Builder as a requirement of the Contract Documents. 18. The cost of defending suits or claims for infringement of patent rights arising from the use of a particular design, process, or product required by Owner, paying legal judgments against Design -Builder resulting from such suits or claims, and paying settlements made with Owner's consent. Attachment B Page 660 of 1278 S11 PROGRESSIVE DESIGNIBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY INTROVEMENTS PHASE 11 19- Deposit-, which are lost except to the extent caused by Design -Builder's negligence. 20. Costs incurred in preventing damage, injury or loss in case of an emergency affecting the safety of persons and property. 2L Other costs reasonably and property incurred in the perfbr-rnance of the Work to the extent approved in writing by Owner. Compensation for Design -Builder's personnel stationed at Design -Builder's principal or branch offices or offices other than the site office, except as provided for in Paragraphs 4kl, 4.4.2 and 4.4.3, hereof. li� M�� III I I I l�: III I I 1 11 1111 1 1 1! 1 1 1 1 1 1 1 111 1 � III MGM= OWN" of work or training. 10. Any legal fees arising out of a dispute between the Owner and Design -Builder- This includes the negotiation of a Contract between the Owner and Design Builder. HEINNNI!IIII MM 6I Attachment it Page 661 of 1278 DLS1(;N1BUALD AGREEMENT CEN'1"1:tAI,SlpIACIZIe,'S,"�'(,"OlZll,l'�'J(')]Z I.YTILUTY I M.11ROVEMEN'T'S 111ASE 11 - - - --- -- - - M =1M ,-,greed between Owner and Design -Builder for the Cost of the Work under Section 4.4. When .?greed, the Contract Price is stated to be: Dollars ($ _) 4-7 JpW 1 �tbl is hinen I is Gli'mrameed N151 I. Ell I Uri] Price sui� A iuwhmjem (j, , Sp( -cit 1 20, J ]-111.3 RIUNIAPKMFROI '11118 P A G FFIH I A NK I' 11JENTIONA I -LY Attachment B 7 1 Page 662 of 1278 PROGRESSIVE DESIGNIBUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR U'PILITY IMPROVEMENTS PHASE H ATTACHMENT C SCHEDULE SECTION I PHASE I 1.0 Phase I Schedule will be developed as part of Phase I Proposai. SECTION I PHASE 2 1.0 Phase 2 Schedule will be included with the GMP deliverable package. 507MA,17MM32 A t0t7;Ng72? Attach me nt C Page 663 of 1278 PROGRESSIVE DESIGN/BLYILD AGREEMENT FOR .C.N. ATTACHMENT D -cyar-at i -rux-nin-t GC 1.0 General 1.1 Mutual Obligations 1.1.1 Owner and Design -Builder agree to cooperate fully with each other at all time, to permit each party to realize the benefits afforded under the Contract Documents. 1.1-2 These General Conditions ("GC") may be supplemented, varied, or revised through Supplementary Conditions ("SC"), as attached. 11 BasicDefinitions 1.2.1 Agreement refers to the executed contract between Owner and Design -Builder with respect to the Project 1.2.2 Bonus Date has the meaning given in Section 5.5 of the Agreement. 1.2.3 Change in Law has the meaning given in GC 8.1.2. 1.2.4 Changed Condition has the meaning given in GC 8.1. 1.2.5 Change Order has the meaning given in GC 7.1. 1.2.6 Construction Warranty has the meaning given in GC 2-9. 1.2.7 Construction Warranty Period is that period specified in GC 2.10.1. 1.2.8 Coyarvel Doemmenis has the meaning given in Section 2,1 ofthe Agreement, 1:2.9 Conlraci Price -has the ineaning given in Section 6.21 of the Agreement and Section 2, Phase 2, of Attachment B, Compensation. 1.2.10 Contract Time(s) shall mean the times for performance of the Work by Design -Builder and the delivery of items and approvals by Owner set forth in Article 5 ("Contract Time") of the Agreement and Attachment C, Schedule.' 1.2.11 Day or Days shall mean calendar days unless otherwise specifically noted in the Contract Documents_ 1.2.12 Design Build Fee shall mean the percentage as set forth in Attachment B 4.3 of this contract. 1.2.13 Design Consultant, if any, is a qualified, licensed design professional who is not an employee of Design -Builder, but is retained by Design -Builder, or employed or retained by anyone under contract with Design -Builder or Subcontractor, to furnish design services required under the Contract Documents. 77T* �1_ �_ Attachment 1) Page 664 of 1278 2"XOGRESSWE DFSIG-N/BUILD AGREEMENT FOR Page 665 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR 1.2.31 Owner's Program means the overall definition of Owner's requirements for the Project, including Owner's Project Criteria, all materials, equipment and other items to be provided by Owner, and all items to be provided by third parties. 1.2.32 Owner's Project Criteria are developed by or for Owner to describe Owner's Program requirements and •r for the Project, including use, spare, price, time, site and expandabty requirements, as well as submittal requirements and other requirements governing Design -Builder's peTforfnance of the Work. Owner's Pmject Criteria may include conceptual documents, Design Criteria, Facility Performance Criteria, performance test, wage rate requirements, MDEMBE requirements, and other '1 F' technical materials and requirements. 1.2-33 Owner's Representative mews the individual selected and authorized by Owner to act upon Ownees behalf with respect to Design -Builder and the performance of this Agreemen� in accordance with GC 3.4, and identified by Owner in writing within ten (10) days of execution of this Agreement. 1.2.34 Performance Warranty has the meaning given in GC. 2.11. 1.2.35 Project is the design and construction of the Owner's Facility, including start-up, testing and the provision of manuals, warranties, as -built drawings and specifications, spare parts, and all other items required to be provided under this Agreement. 1.2.36 Schedule means that Schedule for the performance of the Work in accordance with the Contract Time(s) set forth in Attachment C, Schedule, as revised from time to time. 1.2-37 Site is the land or premises on which the Project is located, including any separate laydown or • areas. 1.2.38 Subcontractor is any person or entity retained by Design -Builder as an independent contractor to perform a portion of the Work and shall include materialmen and suppliers. 1.2.39 Sub -Subcontractor is any person or entity retained by a Subcontractor as an independent contractor • perform any portion of a Subcontractor's Work and shall include materialmen and suppliers. 1.2.40 Substantial Completion is the date on which the Work, or an agreed upon portion of the Work, is sufficiently complete so that Owner can occupy and use the Project or a portion thereof for its intended purposes. 1.2-41 Certiftcate of Substantial Completion is that Certificate issued by Owner to Dcsign-Builder pursuant to 1.2.42 Uncontrollable Circumstances we those acts, omissions, conditions, events, or circumstances beyond the control of Design -Builder and due to no fault of its own or those for whom DesignBuilder is responsible. By way of example (and not limitation), Uncontrollable Circumstances include acts or omissions of Owner or anyone under Owner's control (including separate contractors), changes in the Work, Differing Site Conditions, Hazardous Conditions, wan, floods, labor disputes, unusual delay in transportation, epidemics, earthquakes, adverse weather conditions not reasonably anticipated, and •:" circumstances beyond the reasonable control of the party affected. Attachment D Page 666 of 1278 PROGRESSIVE DESIGNIBUILD AGREEMENT FOR CENTRAL -TLTIY Page 667 of 1278 V R0,G 141- S SI 11 D ES I G IN � 13 U JI., 1) A G k'E',FM F'N T F( , )IR C'E'NNTRAL 171 LITV I NIP ROVEMENTS P'll ASEll independent licensed Design Consultant, the necessary design services, including architectural, engineering and other design professional services, for the preparation of the required drawings, specifications and other design submittals to permit Design -Builder to complete the Work to create any legal or contractual relationship between Owner and any independent Design J I , 7,1-vrLse, and-11-are-r—main Replacement -C onrracrz are provided Mid art: Lo 6e MOM Mung 4; Jul ME projec-L performance criteria, for development of a GNP. Construction engineering and inspection associated with the construction of this portion on the projects will be required. 2.3.1 The standard of cam for all design professional services performed to execute the Work shall be the care and skill ordinarily used by members of the design profession practicing under similar condons at the same time and locality of the Project. Design -Builder, its Design Consultants, and its Subcontractors may reasonably rely on the accuracy and completeness of Owner's Project Criteria. 2.4 Design Development Services 2.4.1 Design -Builder and Owner shall, consistent with any applicable provision of the Contract Documents, agree upon any interim design submissions that Owner may wish to review, which interim design submissions may include design criteria, drawings, diagrams and specifications setting forth the Project requirements. Such agreement may specify the percentage completion of the design documents to be submitted for vach review and comment. On or about the time of the scheduled submissions, Design -Builder and Owner shall meet and confer about the submissions, with Design -Builder identifying during such meetings, among other things, the evolution of the design and any significant changes or deviations from the Contract Documents, or, if applicable, previously submitted design submissions, Minutes of the meetings will be maintained by Design - Builder and provided to all attendees for review. Following the design review meeting, Owner shall review and comment on the interim design submissions in a time Rwne that is consistent with the turnaround times set forth in the Schedule. 2.4.2 Design -Builder shall submit to Owner Construction Documents setting forth in detail drawings and specifications describing the requirements for construction of the Work. The Construction Documents shall be consistent with the latest set of interim design submissions; as such, submissions may have been modified in a design review meeting. The parties shall have a design review meeting to discuss, and Owner shall review and may comment on the Construction Documents in accordance with the procedures set forth GC 2.4. 1. Design -Builder shall proceed with construction in accordance with the approved Construction Documents and shall submit one set of approved Construction Documents to Owner prior to commencement of construction. 2.4.3 Owner's review and approval of interim design submissions and the Construction Documents is for mutually establishing a conformed set of Contract Documents compatible with the requirements of the Work. Neither Ownees review nor approval of any interim design submissions and Attachment D Page 668 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR Attachment D 61 Page 669 of 1278 PROGRESSIVE DESIGNIBOLD AGREEMENT FOR M wfr-27wl' ! #MUM= Attachment D Page 670 of 1278 Ml,'GRESSIVE DESIGN/BUILD AGREEMENT Ir FOR 31 Attachment D Page 671 of 1278 PROG FOR MY 15-9%t r.-ights or remedies Owner may have regarding Design-Builde?s other obligations under the Contract Documents. 2.11 FtrAwimef we-W*ffoaty 2.11.1 PAW) 2.11.3 11wee 4BEH jj641 ef than fiVe A-- _41__ -_U C_M­ Witt and --A F ------ --- -- 4- -an- 8. eaffeefieft ef eqWipffieffit er-f�liifies) to 9&964' the E3 ded-PI54eFRIO tA anhipw the V ­+—A -A --:A 1-1 i 13 BuNer reiffl-b-m—M.— Iffe MW BMW ", eapmefieft of ffiedmemieft ef by the Desiga Bihilder-, &H w—aseffie-h-le _e5fe-Ass —te-s—at"A. 41- n__r_ Hfiane Waffef*r GC 3.0 Owner's Services and Responsibilities 3.1 Duty to Cooperate 3.1.1 Owner shall, throughout the performance of the Work, cooperate with Design -Builder and perform its responsibilities, obligations and services in a timely manner to facilitate DesignBuildees timely and efficient performance of the Work and so as not to delay or interfere with Design -Builder's performance of its obligations under the Contract Documents. Attachment D 9 1 -� -.,! Page 672 of 1278 =41 T MUMMIMV PAW) 2.11.3 11wee 4BEH jj641 ef than fiVe A-- _41__ -_U C_M­ Witt and --A F ------ --- -- 4- -an- 8. eaffeefieft ef eqWipffieffit er-f�liifies) to 9&964' the E3 ded-PI54eFRIO tA anhipw the V ­+—A -A --:A 1-1 i 13 BuNer reiffl-b-m—M.— Iffe MW BMW ", eapmefieft of ffiedmemieft ef by the Desiga Bihilder-, &H w—aseffie-h-le _e5fe-Ass —te-s—at"A. 41- n__r_ Hfiane Waffef*r GC 3.0 Owner's Services and Responsibilities 3.1 Duty to Cooperate 3.1.1 Owner shall, throughout the performance of the Work, cooperate with Design -Builder and perform its responsibilities, obligations and services in a timely manner to facilitate DesignBuildees timely and efficient performance of the Work and so as not to delay or interfere with Design -Builder's performance of its obligations under the Contract Documents. Attachment D 9 1 -� -.,! Page 672 of 1278 PROGRESSIVE DESIGNABUILD AGREEMENT FOR L 3.1.2 Owner shall provide reviews and approvals of interim design submissions and Construction Documents consistent with the turn -around times set forth in the Schedule. Owner's review does not constitute acceptance of design errors or emissions, nor transfer design liability to Owner for the same. 3.2 Furnbiring of Services and Information L.wA*XYA2= ONE M-IMUMD111, Geotechnical studies describing subsurface conditions, and other surveys describing other latent or concealed physical conditions at the Site. 3. Temporary and permanent easements, zoning and other requirements and encumbrances affecting land use, or necessary to permit the proper design and construction of the.Project access to the Site and any off-site storage or lay -down areas, and to enable Design -Builder to perform the Work. utilities at the Site; and 5. To the extent available, environmental studies, reports and impact statements describing the environmental conditions, including Hazardous Conditions, in existence at the Site, 3.2.2 Owner is responsible for securing and executing all necessary agreement with adjacent land or property owners that are necessary to enable Design -Builder to perform the Work. Owner is further 'ble f responsi or all costs, including anorneys'fees, incurred in securing these necessary agreements. 3.3.1 Design -Builder shall cooperate with the reasonable requirements of Owners lenders or other financial sources. 3.3.2 Notwithstanding the preceding sentence, after execution of the Agreement Design -Builder shall have no obligation to execute for Owner or Owner's lenders or other financial sources any doewnents or agreements that require Design -Builder to assume obligations or responsibilities greater than those existing obligations Design -Builder has under the Contract Documents. C-3.3 Design -Builder shall not be required as a condition of award or contractto waive or subordinate its mechanic's lien rights, if any, to Owners construction lender(s). Attachment D Page 673 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR HE Attachment D Page 674 of 1278 PR44GRESSIVE DESIGNIBUILD AGREEMMNT FOR CENTRAL SEACREST CORREI)OR UTILITY IMPROVEMENTS PHASE H 4.1.6 Notwithstanding the preceding provisions of this GC «»#we<is not responsible for Hazardous Conditions introduced to the Site by Design -Builder, Design Consultants, Subcontractors or anyons for whose acts they may bel Design -Builder shall indemnify, defend and hold ha<\«- 2»x«4 nlessOwnerad Ownees offic&rs, directors, employees and agents from and against a[[ clai»«»»w damages, liabilities and expenses, including attorneys'fm and expenses, arising out of or resultin\ from G«<2 » Conditions introduced to the Site by the parties idented in the first sentenctj of this GC 4.1.6. x.7 Them m© of this GC 4.1 shall survive the completion of the Work under ®» Agreement and/or any termination of this Agreement. 121 ONFT, =77, t Attachment D Page 875 0 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR Page 676 of 1278 PA GRESSIVE DESIGN/BUILD AGREEMENT FOR T Design -Builder and Owner will attempt to resolve Owner's concerns prior to the date payment -b due. If the parties cannot resolve such concerns, Design -Builder may pursue its rights under th; Contract Documents, including those under GC 8.0. 5.4.2 Notwithstanding anything to the contrary in the Contract Documents, Owner sball pay Design - Builder all undisputed amounts in an Application for Payment within the times required by the Agreement. j Attachment D Page 677 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR J"Wk �-Jp �*�XFZJUXZT .&AV. 5.7.2 Upon Substantial Completion of the entire Work or, if applicable, any portion of the Work, Owner shall release to Design Builder all retained amounts relating, as applicable, to the entire Work or completed portion of the Work, less an amount equal to the reasonable value of all remaining or incomplete items of Work as noted in the Certificate of Substantial Completion. 5.7.3 Owner, at its option, may use a portion to the Work which has been determined to be substantially complete, provided that (i) a Certificate of Substantial Completion has been issued for the portion of Work addressing the items set forth in GC 5.7.1, (ii) Design -Builder and Owner have obtained the consent of their sureties and insurers, and (iii) Owner and Design -Builder, agree that Owner's use or occupancy will not interfere with Design -Builder's completion of the remaining Work. 5.74 Upon Substantial Completion, Design -Builder shall conduct performance testing of the Facility using Owner's operations and maintenance staff to demonstrate that the Performance Criteria set forth in Attachment H, Phase I Design Development, have been satisfied and that the Performance Guarantees have been met. 5.8 Final Payment 5.8.1 After receipt of a Final Application for Payment from Design -Builder, Owner shall make final payment by the time required in the Agreement, provided that Design -Builder has completed all of the Work in conformance with the Contract Documents. 5.8.2 At the time of submission of its Final Application for Payment, Design -Builder shall provide the following information - I An affidavit that there are no claims, obligations or lions outstanding or unsatisfied for labor, services, material, equipment, taxes or other items performed, furnished or incurred for or in connection with the Work which will in any way affect Owner's interests; 2. A general release executed by Design -Builder waiving, upon receipt of final payment by Design -Builder, all claims, except those claims previously made in writing to Owner and remaining unsettled at the time of final payment; 3. Consent of Design -Builder's surety, if any, to final payment; 4. A certificate demonstrating that performance testing is complete and that the Performance Guarantees set forth in Attachment F, Owner's Project Criteria, have been met; 5. All operating manuals, warranties and other deliverables required by the Contract Documents; and 6. Certificates of insurance confirming that required coverages will remain in effect consistent with the requirements of the Contract Documents. 5.8.3 Upon making final payment, Owner waives all claims against Design -Builder except claims relating to (i) Design -Builder's failure to satisfy its payment obligations, if such failure affects Owner's interests, (ii) Design -Builder's failure to complete the Work consistent with the Contract Documents, including defects appearing after Substantial Completion, (iii) the terms of any special MM?=1 Attachment D Page 678 of 1278 Page 679 of 1278 F0 R CENTRAL SEA(AZES'l- CORRIDOR PHASE 11 3. The extent of the adjustment to the Contract Time(s) and Scbedule. 7.1.2 All changes in the Work authorized by applicable Change Order shall be performed under the applicable conditions of the Contract Documents. Owner and Dosign-Builder shall negotiate in good faith and as expeditiously as possible the appropriate adjustments for such changes. 7.1.3 If Owner requestsa proposal for a change in the Work from Design -Builder and subsequently elects not to proceed with the change, a Change Order shall be issued to reimburse Design -Builder for reasonable costs incurred s.. services, design services and services involved in the preparation of proposed revisions to the Contract Doctunents. 7.2 Work Change Directives Work Change Directive is a written order prepared and signed by Owner, directing a change in the Work prior to agreement on an adjustment in the Contract Price and/or the Contract Time(s). d De -Builder shall negotiate in good faith and as expeditiously as possible the 7.2.2 Owner ansign appropriate adjustments for the Work Change Directive. Upon reaching an agreement, the parties shall prepare and execute an appropriate Change Order reflecting the terms of the agreement. 7.2.3 If Owner has requested - proposal for a change in the Work from Design -Builder, Owner shall notify Design -Builder as expeditiously as possible whether such proposal is accepted. Design - Builder shall not commence changed work until a written Work Change Directive or Change Order has been delivered by Owner. The parties recognize that delay in response to such proposals may increase the impact or cost of the Change. 7.3 Minor Changes in the Work 7.11 Minor changes in the Work do not involve an adjustment in the Contract Price and/or Contract Time(s) and do not materially and adversely affect the Work, including the design, quality, performance and workmanship required by the Contract Documents. Design -Builder may make minor changes in the '%-'ork consistent with the intent of the Contract Documents, provided, however, that Design -Builder shall promptly inform Owner, in writing, of any such changes and record such changes on the documents maintained by Design -Builder. 7.4 Contract Price Adjustments 7.4.1 The increase or decrease in Contract Price resulting from a change in the Work shall be determined by one or more of the following methods: I . Unit prices set forth in the Agreement or as subsequently agreed between the parties (which may include daily or monthly overhead rates for the extension of services); F E. A mutually accepted lump sum properly itemized and supported by sufficienj substantiating data to permit evaluation by Owner; IN I 1113== Attachment D am Page 680 of 1278 PROGRESSIVE DESIGNAWILD AGREEMENT FOR �T I � T V W 11.6 Emergencies 7.5.1 In any emergency aff-ecting the safety of persons and/or property, Design -Builder shall act, at its discretion, to prevent threatened damage, injury or loss. Any change in the Contract Price and/or Contract Time(s) on account of emergericy work shall be determined as provided in this GC 7.0. GC 8.0 Contract Adjustments and Disputes 8.1 Requests for Contract Adjustments and Relief 8.1.1 If eltim Design -Builder or Owner believes that it is entitled to relief against the other for any Changed Condition arising out of or related to the Work or ProjeM such party shall provide written notice to the other party of the basis for its claim for relief. Attachment D Page 681 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR JP. 8.2.4 If, after meeting, the Senior Representatives determine that the dispute or disagreemon=,not resolved on terms satisfactory to both parties, then the parties shall submit the spute disagreement to non-binding mediation. The mediation shall be conducted by a mutually agreeab impartial mediator, or if the parties cannot so agree, a mediator designated by the Americ Arbitration Association ("AAA") pursuant to its Construction Industly Mediation Rules. mediation will be governed by and conducted pursuant to a mediation agreement negotiated by parties or, if the parties cannot so agree, by procedures established by the mediator. Any cl, i disputes or controversies between the parties arising out of or relating to the Agreement, or 1,411tw I Wzf�n Attachment D Page 682 of 1278 iTj lm= Attachment D Page 683 of 1278 AGREEMENT FOR CENTRAI, SEAC R ESTCORRI 11)O UTI I,JTV I M V"RO VF M VNYTS PH AST 111 Owner, in addition to any other rights and remedies provided in the Contract Documents or by Law, shall have the rights set forth in GC 9.3.2, 9.3.3, and 9.3.4. 9.3.2 Upon the occurrence of an event set forth in GC. 9.3 1, Owner may provide written notice to Design - Builder that it intends to terminate the Agreement unless the problem cited is cured, or commenced to be cured, within seven (7) days of Design -Builder's receipt of such notice. If Design -Builder fails to cure, or reasonably commence to cure, such problem, then Owner may give a second written notice to Design -Builder of its intent to terminate within an additional seven (7) day period. If Design -Builder, within such second seven (7) day period, fails to cure, or reasonably commence to cure, such problem, then Owner may declare the Agreement terminated for default by providing written notice to Design -Builder of such declaration. w'.3.3 Upon declaring the Agreement terminated pursuant to GC 9.3.2, Owner may enter upon the R remises and take possession, for the purpose of completing the Work, of all materials, equipment, scaffolds, ii..., and other items thereon, which have been purchased or provided for the performance of the Work, all of which Design -Builder hereby transfers, assigns and sets over to Owner for such purpose, and to employ any person or persons to complete the Work and provide all of the required labor, services, materials, equipment and other items. 9.3.4 In the event of such termination, Design -Builder shall not be entitled to receive any further payments under the Contract Documents until the Work shall be finally completed in accordance with the Contract Documents. At such time, if the unpaid balance of the Contract Price exceeds the cost and expense incurred by Owner in completing the Work, such excess shall be paid by Owner to Design -Builder. Notwithstanding the preceding sentence, if the Agreement establishes a Guaranteed Maximum Price, Design -Builder will only be entitled to be paid for Work performed prior to its default. If Owner's cost and expense of completing the Work exceeds the unpaid balance of the Contract Price, then Design -Builder shall be obligated to pay the difference to Owner. Such costs and expense shall include not only the cost of completing the Work, but also losses, damages, costs and expense, including attorneys' fees and expenses, incurred by Owner in connection with the re -procurement and defense of claims arising from Design -Builder's default, subject to the waiver of consequential damages set forth in Section 10.2 of the Agreement. 9.3.5 If Owner improperly terminates the Agreement for cause, the termination for cause will be converted to a termination for convenience in accordance with the provisions of GC 9.2. 9.4 Design -Builder's Right to Stop Work 9.4.1 Design -Builder may, in addition to any other rights afforded under the Contract Documents or at I aw, stop work for the following reason: Owner's failure to pay amounts properly due under Design -Builder's Application for Payment. 9.4.2 Should an event set forth in GC 9.4.1 occur, Design -Builder may provide Owner with written notice that Design -Builder will stop work unless such event is cured within seven (7) days from Owner's receipt of Design -Builder's notice. If Owner does not cure the problem within such seven (7) day period, Design -Builder may stop work. In such case, Design -Builder may make a claim for Attachment D Page 684 of 1278 PROGRESSIVE DESIGN/BUILD AGREE, MENT FOR lmllwwr; 'A 7vmffvwZm-Mw_ MI. ?-WeTil Altachment D usm Page 685 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR M YK-w!'T&LYJa9d..;L 2. The Bankrupt Party shall file an appropriate action within the bankruptcy court to se assumption or rejection of the Agreement within sixty (60) days of the institution of bankruptcy filing and shall dently prosecute such action. I if the Bankrupt Party fails to comply with its foregoing obligations, the non -Bankrupt Party shall be entitled io request the bankruptcy court to reject the Agreement, declare the Agreement terminated and pursue any other recourse available to the non -Bankrupt Party under this GC 9.6.2 The rights and remedies under GC 9.6.1 shall not be deemed to limit the ability of the non -Bankrupt Party to seek any other rights and remedies provided by the Contract Documents or by law, including its ability to seek relief from any automatic stays under the United States Bankruptcy Code or the right of Design -Builder to stop Work under any applicable provision of these General Conditions. GC 10.0 Miscellaneous 10.1 Assignment 10.1.1 Neither Design -Builder nor Owner shalt without the written consent of the other, assign, and transfer or sublet any portion or part of the Work or the obligations required by the Contract Documents. 10.2 Successorship 10.2.1 Design -Builder and Owner intend that the provisions of the Contract Documents are binding upon the parties, their employees, agents, heirs, successors and assigns. 10.3 Governing Law 10.3.1 The Agreement and al] Contract Documents shall be governed by the laws of the place of the Project, without giving effect to its conflict of law principles. 10.4 Severability 10.4.1 If any provision or any part of a provision of the Contract Documents shall be finally determined to be superseded, invalid, illegal, or otherwise unenforceable pursuant to any applicable Legal Requirements, such determination shall not impair or otherwise affect the validity, legality, or enforceability of the remaining provision or parts of the provision of the Contract Documents, which sW1 remain in full force and effect as if the unenforceable provision or part were deleted. 10Z No Waiver 10.5.1 The failure of either Design -Builder or Owner to insist, in any one or more instances, on the performance of any of the obligations required by the other under the Contract Documents shall not be consftued as a waiver or relinquishment of such obligation or right with respect to future performance. 10.6 Headings Attachment D Page 686 of 1278 PROGRESSIVE DESIGNABUILD AGREEMENT 'FOR mm 'WiTWICS1 Attachment D Page 687 of 1278 PIRM"'Al , 4"ESSLVI!DESIGINNIM.JILD AC"FREEME"N'T FOR IMPROVENIFNTS MANE Ur 11.2.3 By transmitting Work Product in electronic form, the transmitting party does not transfer or assign its rights in the Work Product. The rights in the Electronic Data shall be as set forth in Article 4.0 of the Agreement ("Ownership of Work Product"). Under no circumstances shall the transfer of ownership of Electronic Data be deemed to be a sale by the transmitting party of tangible goods. 11.3 Electronic Data Protocol 11.3,1 The parties acknowledge that Electronic Data may be altered or corrupted, intentionally or otherwise, due to occurrences beyond their reasonable control or knowledge including but not limited to compatibility issues with user software, manipulation by the recipient, errors in transcription or transmission, machine error, environmental factors, and operator error. Consequently, the parties understand that there is some level of increased risk in the use of Electronic Data for the communication of design and construction information and, in consideration of this, agree, ands require their independent contractors, Subcontractors and Design Consultants to agree, to the following protocols, terms and conditions set forth in this GC 11.3- 11, 1 -2 Electronic Data will be transmitted in the format agreed upon in GC 11.2.1, including file conventions and document properties, unless prior arrangements are made in advance in writing. 11.3.3 The Electronic Data represents the information at a particular point in time and is subject to change. Therefore, the parties shall agree upon protocols for notification by the author to the recipient of any changes which may thereafter be made to the Electronic Data, which protocol shall also address the duty, if any, to update such information, data or other information contained in the electronic media if such information changes prior to Final Completion of the Project. 11.3.4 The transmitting party specifically disclaims all warranties, expressed or implied including, but not limited to, implied warranties of merchantability and fitness for a particular purpose, with respect to the media transmitting the Electronic Data. However, transmission of the Electronic Data by electronic means shall not invalidate or negate any duties pursuant to the applicable standard of care with respect to the creation of the Electronic Data, unless such data is materially changed or altered after it is transmitted to the receiving party, and the transmitting party did not participate in such change or alteration. RFQ # 037-2821-17/TP Central Seacrest Corridor Utility Phase 11 (Design Build) --Contract Attachment D Page 688 of 1278 PROGRESSIVE, DESIGN/BUILD AGRE EMENT FOR 111 11 11 liplillill 11,1111,11ril !11111111 iiiiiijillill IT iiiiii III 1 11111 i Page 689 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR 5.1 If Owner occupies or uses a portion of the Project prior to its Substaritial Completion, such occupancy or use shall not commence prior to a time mutually agreed to by Owner and Design - Builder and to which the insurance company or companies providing the property insurance have 2 1 RFQ # 037-282 1-17frP Centra I Seacrest Corridor Utl lity Phase I I (Design Build) --Contract Attachment E Page 690 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR WIWI 4"IfthtslFw, Attachment E Page 691 of 1278 PROGR_E'-SNIVEI)ESU-IN/BUILD AGRi;Ai_'A41EN'T tk Cl"NN'11L&I, SE"ACREST CORRIDOR L,"Fli-rn, 11 OWNER"S PE,RA11TtA,S",r The DESIGN BUILD TEAM is responsible for reviewing and becoming familiar with all permitting efforts that have been conducted and carrying these efforts forward, and obtaining all permits that are required to design and construct the project. Preparation of complete permit packages will be the responsibility of the Design -Builder. The Design -Builder must submit any permit applications to the CITY for review and approval prior to submittal to any permit agencies. All permits required for a particular construction activity will be acquired prior to commencing the particular construction activity. The Design -Builder is required to pay all permit fees. If any agency rejects or denies a permit application, it is the Design -Builder's responsibility to make the necessary changes to ensure the permit is approved. Permit requirements are generally listed below; however, this list is not all-inclusive and the Design -Builder shall provide all permits related to the project; Florida Department of Environmental Protection Palm Beach County Health Department (Expires 0 1/09/2019' , City of Boynton Beach Building Department Florida Departm6nt of Transportation Palm Beach County Utilities Right -of -Way South Florida Management District (Expires 12/09118) Palm Beach County Landscape Attachment F Page 692 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR I Page 693 of 1278 PROG11,AESSINE DESIGNiB1,11.1), AGREENI_ENNT F I OR CF NTILU., SE"AC 141,1STCORRI DOR 171-1 LITY IM.PR(")V[,i,'N ENTP'l IASF ll brought to the attention of the Project Manager and Permitting agency(ies) in written form and simultaneously corrected, 6. For each separate construction contract exceeding $75,000, the Design -Builder may conduct a pre- bid conference with bidders and the Project Manager, In the event questions are raised, which require an interpretation of the bidding documents or otherwise indicate a need for clarification or correction of the invitation, the Design -Builder shall prepare an addendum to the bidding document, issuing same to all the prequalified bidders. 7, Quality Control: The Design -Builder shall develop and maintain a program acceptable to the Owner, to assure quality control of the construction. The Design -Builder shall supervise the work of all subcontractors providing insurance to each when their work does not conform to the requirements of the plans and specifications and it shall continue to exert its influence and control over each subcontractor to ensure that corrections are made in a timely manner so as to not affect the efficient progress of the work. Should disagreement occur between the Design -Builder over acceptability of work and conformance with the requirements of the specifications and plans, the Owner shall be the finaljudge of performance and acceptability. Subcontracting Interfacing. The Design -Builder shall be the sole point of interface with all subcontractors for the Owner and all of its agents and representatives. It shall negotiate all change orders, field orders, and request for proposals, with all affected subcontractors and shall review the costs of those proposals and advise the Owner of their validity and reasonableness, acting in the Owner's best interest prior to requesting approval of each change order from the Owner. Before any work is began on any change order, a written authorization and approval from the Owner must be issued. However, when health and safety are threatened, the Design -Builder shall act immediately to remove the threat. It shall also carefully review all shop drawings and then issue the shop drawings to the affected subcontractor for fabrication or revision. The Design -Builder shall maintain a suspense control system to promote expeditious handling. It shall make interpretations of the drawings or specifications requested by the subcontractors and shall maintain said suspense control system to promote timely response. The Project Manager must be informed when the timely response is not occurring on any of the above. Permits; The Design -Builder shall secure al I necessary permits, the cost of which will be included in the GMP and considered a direct cost item (no mark-up). 10. Job Site Requirements: The Design -Builder shall provide for each of the following activities as a part of its Construction Phase fee: a. Provide a safety program for the project to meet Owner and OSHA requirements. Monitor for subcontractor compliance without relieving them of the responsibilities to perform work in accordance with the best acceptable practice. b. Maintain a log of daily activities, including manpower records, weather, delays, major decisions, etc. C. Maintain a roster of companies on the project with name and telephone numbers of key personnel. Attachment G Page 694 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR d. Establish and enforce job rule governing parking, clean up, use of facilities and worker discipline. e. Provide labor relations management for a harmonious, productive project f. Provide a quality control program as per Section 3.2 (F) herein. & Miscellaneous office supplies that support the construction efforts, which are constuned by its own forces. 11. Travel to and from its home office to the project site as the project requires shall be reimbursed thru the GW provide each ofthe following as a direct cost item: a. Schedule the seMm of independent testing laboratories and provide the necessary testing of materials to ensure conformance to contract requirements. b. The printing and distribution of all required bidding documents and shop drawings, including the sets required by the Pen-nitting Agency (ics) inspectors. 11. Job Site Job Site Administration: 'Me Design -Builder shall utilize an internet-based project management tool called e -Builder EnterpriseTM. This internet-based application is a collaboration tool, which will allow all project team members cantinuous access througb the Internet to impottant project data as well as up to the minute decision and approval status informatiom Design -Builder sha.11 conduct Project controls, outlined by the Owner, utilizing e - Builder EnterpriseTM. No additional software will be required. The Owner wiU awist the Contractor in providing training to their personnel. basis, and as necessary to be kept fully appraised of Project developmen% for correspondence, assigned Wks and other matten that transpire on the site. These may include but are not limited to. Contracts, Contract Exhibits, Contract Amendments, Drawin - Issuapm, AddandA_ Bulletins, Perrni% Procedures, Safety Notices, Accident Repor% Personnel Injury Reports, Schedules, Site Logistics, Progress Reports, Daily Logs, Non -Conformance Notices, Quality Control Notices, Punch Lists, Meeting Minutes, Requests for Information, Submittal Packages, Substitution Requests, Monthly Payment Request Applications, Sui-AZlemental. Instructiou Change Order Re:jiruest—Chauffe,',W,7Mm_and-He at, M supporting data including but not Urnited to shop drawings, product data sheets, manufacturer data sheets and instructkw, method statements, safety MSDS sheets, Substitution Requests and the like will be submitted in digital format via e -Builder EnterprisaTM. Electronic File Requirements: In addition to the standard closeout submittal requirements detailed elsewhere in the Contract Documents, the Contractor and Subcontractors shall also submit all closeout documents including all "As-Buift 3 1 RFQ 4 037-2821-17/TP Central Seacrest Corridor Utility Phase 11 (Design Build) —Contract Attachment G Page 695 of 1278 PROGIESS11Y DESIMSELD AGREEIMEAT FOR Drawinge'. catalog cuts and Owner's Operation and Maintenance manuals in digital format. All documents (including as -built drawings) shall be converted or scanned into the Abode Acrobat (.PDF) file format and uploaded to e -Builder EnterpriseTM. The As -Built Drawings shall also be submitted in AutoCAD (.DWG) format. e -Builder Implementation Requirements: e-Buildor EnterpriseTM is a comprehensive Project and Program Management system that the City of Boynton Beach Utilities will be implementing for managing documents, communications and costs between the Contractor, Engineer, and Owner. e -Builder Enterprise"M includes extensive reporting capabilities to facilitate detailed project reporting in a web -based envirownent that is accessible to all parties and easy to use. • Central Document Vault: '"i 1' EnterpriseTM system includes a central database that maintains all project information and manages project communications amongst team members. • Communication/Correspondence: e -Builder provides electronic routable communication forms that provide historical track;ng, documentation, and increased accountability of project members. • Project Calendars: Meetings will be scheduled and maintained centrally on e - Builder EnterpriseTM • Reporting: All of the project and prograrn data including documents, communications and costs are accessible through integrated online reports. These reporting tools are completely configurable by each user. All reports can be exported to Excel for added flexibility. e -Builder Enterpris6tm User Licenses: Each user license is for access to the web 956i consisting of unlimited data storage. Users can be direct employees of the Contractor, Engineer, and Owner. Each user license includes full access to e -Builder EnterpriseTM including all of thi; Builder software as a service (SaS) including: • All hosting, operation, maintenance and data backup of the e -Builder EnterpriseTM software and documents, which are maintained in state-of-the-art data centers located throughout the United States. • Quarterly e -Builder EnterpriseTM software enhancements -3013BE =�� The City of Boynton Beach has an e -Builder EnterpriseTM License and will provide the selected General Contractor with a limited number of user licenses for the duration of the project, The City of Boynton Beach 4 Attach me nt G Page 696 of 1278 PROGRESSIVE DESIGN/13UILD AGREEMENT FOR I will provide basic training for these users; additional training may be procured directly from e -Builder directly at the contractors own cost. Identity party or parties responsible to follow up on any problems, delay items or questions and record coune of actiI ShoD Dmwinp- SubmittalsZ&p rovals: Provide staff to check shop drawings and closely monitor their submittal and approval proms. applications 1Yv subcontractors for gro ress an M== W -M W�,* MOM" M &MVIV0,73- 27rWOOM the documents audited with the minimum of cost and din-uption. 531 NOM V, M, *75TRAN incomplete items and schedules for their completion, kin 5 RF 037-21 Central Seacrest Corridor Utility Phase 11 (Des" n Build) —Contract Attachment 6 Page 697 of 1278 PROGRESSIV_ . V 0 LS I GNIIH.11 L1 Y A(9'111'� E9 N11"JIVY 11"OR CE NTR A',L S F A (" 11, F ST CO R R1110 14 U "I'l L IT' V I k1l " R 0 V E M NTS P 14 AS E I I C_ The Design -Builder shall issue a Certificate of Substantial Completion for acceptance by the Owner's with punch list attached. Owner prior to Substantial Completion. Final Completion: Monitor the Subcontractoes performance on the completion of the project and provide notice to the Owner that the Work is ready for Final Inspection. Secure and transmit to the Owner all required guarantees, affidavits, warranties, releases, bonds and waivers, manuals, record drawings, and maintenance manuals including the Final Completion Form. Rqqiri 3�M�z- : T4r. �r-t6x-s3-tfthch- -Fwirfircos on marked up field prints and at project; completion will prepare the final record drawings. 12. Administrative Records. The DesignmBuilder will maintain on the Job Site (and on e -Builder platform) all project files and records. The project records shall be available at all times to the Owner for reference, review or copying. 13. Owner's Use: The Design -Builder shall provide services during the design and construction phases and will provide a coordinated Owner use of the project. It shall provide consultation and project management to facilitate Owner use and provide transitional services to get the work, as completed by the subcontractors; "on-line" in such conditions as will satisfy Owner operational requirements. im—lif the punch list work to be done with the Owner's use in mind. The Design -Builder shall secure required guarantees and warranties, assemble and deliver same to the Owner in a manner that will facilitate their maximum enforcement and assure their meaningful implementation. The Design -Builder shall continuously review "Record" Drawings" and mark up progress prints to provide as much accuracy as possible. The Owner may not use or take control of the Project elements until the above items the "Substantial Completion" requirements specified in Paragraphs- I I have been completed to the City's satisfaction. Nothing in this provision shall preclude the Owner ftom taking partial occupancy if necessary, 14. NVarranty: Where any work is performed by the Design -Builder's own personnel or by subcontractors under Contract with the Design/Builder, the Design -Builder shall warrant that all materials and equipment included in such work will be new except where indicated otherwise in the Contract documents, and that such work will be new and of good quality, free from improper workmanship and defective materials and in conformance with the Drawings and Specifications. With respect to the same work, the Design -Builder further agrees to correct all work found by the Owner to be defective in material and workmanship or not in conformance with the Drawings and Specifications for a period of one (1) year from the Date of Final Completion or for such longer period of time as may be set forth with respect to specific warranties contained in the trade sections of the Specifications. The Design -Builder shall collect and deliver to the Owner any specific written wan -antics given by others as required by the Contract Documents. 6 I n: Attachment G Page 698 of 1278 PROGRESSIVE r' r" AGREEMENT FOR whom the Owner has reasonable objection. wWch ma -ach subc ;,�,imik *mLE�'k, y, be variance with the Contract copies of such Documents available to its subcontractors. 71 Attachment G Page 699 of 1278 PROGRESSIVE, DJ_s`,SI6'N131A.LD A(;REFMENT FOR SEACRESTC'URR1.11011 IMPRMITAIENTS PTIASE it All Subcontractors shall provide, In 1 M-1 IFA 1 NUMB) M1 3 asto 9111M MY Fix" W1201 tat] 0 WX&OR4_1113 A-Mr-JR664VI The subcontractor's exclusive remedy for delays or disruptions, except for active interference by the Owner in the performance of the contract caused by events beyond its control, including Owner delays claimed to be caused by the Owner or attributable to the Owner and including claims based on breach of contract or negligence, shall be an extension of its contract time. In the event of a change in the Work, the subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes. Each subcontract shall require the subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays or disruptions and changes in the Work, and thus eliminate any other remedies for claim for increase in the contract price, damages, losses, or additional compensation. Each subcontract shall require that any claims by subcontractor for delay or additional cost must be submitted to the Design -Builder within seven (7) calendar days in the format in which the Design -Builder must submit such claims to the Owner. Failure to comply with the conditions for giving notice and submitting claims shall result in the waiver of such claims. Any such claim must include a time impact analysis as ajustification for any equitable time or price adjustment, and a subcontractor's refusal to provide such a timely analysis shall be considered a failure of a condition precedent to advance the claim in any future litigation. The Design -Builder shall also, 1. Observe work of each subcontractor to monitor compliance with schedule. 2. Verify that labor and equipment are adequate for the work and the schedule. 3. Verify that the product procurement schedules we adequate. 4. Verify that product deliveries are adequate to maintain schedule. 5. Report non-compliance with recommendation for changes to the Owner. Responsibilities for Acts and Omission: The Design -Builder shall be responsible to the Owner for the acts and omission of its employees and agents and its subcontractors, their agents and employees, and other persons performing any of the work of supplying materials under a contract to the Design -Builder. Subcontracts to be provided, Upon request, the Design -Builder shall include a copy of each signed subcontract, including the general supplementary conditions, in the project manual. 17. Owner's Responsibilities: Owner is Information: The Owner shall provide information that it poss�-sses ivgardirig thle requirements for the project. Site Survey and Reports: The Owner shall provide any available surveys describing the physical characteristics, soil reports, and subsurface investigations, legal limitations, utility locations, and a legal description relating to this Project. The Owner does not warrant the completeness or the RFQ # 037-2821-17/TP Central Seacrest Corridor Utility Phase 11 (Design Build) —Contract Attachment G Page 700 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR CENTRAL SEACRE ST CORRIDOR UTILITY IMPROVEMENTS PHASE 11 current accuracy of any reports and Design -Builder is entitled to rely on said reports in the PWgx-!Wx5ftr known such surveys or reports are inaccurate, j6! Attachment G 91 E_ . Page 701 of 1278 PROGRESSIVE t,: AGREEMENT FOR 0VIZZW&A� MeZrITCTIVIV61" A list of the drawings and specifications, including all addenda used as the basis for the GMP Proposal; A list of all the assumptions and clarifications made by the Design -Builder in the preparation of the GMP Proposal, which list is intended to supplement the information contained in the drawings and specifications; is 1. Lo Me UMCF11L SUM UUM Melt UVL 11LfWtLU;"VTA_eU­-,.J1 11 P777p=1tEV%j 0 Ine upon which the GCD is based; A list of allowances and statement of their basis; A statement of additional services; and The time I imit for acceptance for the GNP Proposal. All Wa Sum amounts set forth above shall be said in accordo, 1011A(;T4VR?FT11Mq - Ilk 9JR741ITFIROW4371 Log tool I 21. Insurance. During the performance of the services under this Contract, Design -Builder shall maintain the following insurance policies, and provide Certificates of Insurance written by an insurance company authorized to do business in the state of Florida. a. Worker's Compensation Insurance: The Design -Builder shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable to and federal laws. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub -contractors that does not have their own Worker's Compensation and Employees Liability Insurance. The policy must contain a waiver of subrogation in favor of the City of Boynton Beach, executed by the insurance company. b. Compreherisive General Liability: The Design -Builder shall procure and maintain fR r the life of this Contract, Comprehensive General Liabty Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors, Products Completed Operations and Contractual Liability with specific reference of Article 7, "Indemnification" of this Agmement. This policy shall provide coverage for deatl-4 personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. Design -Builder shall maintain a minimum coverage of $1,000,000 per claim and $1,000,000 aggregate for personal injury/ and $1,000.000 per claim/aggregate for property damage. The general liability insurance shall include the Owner as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the Owner. C. Business Automobile Liability: The Design-BuH der shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The shall RFQ # 037-2821-17/TP Central Seacrest Corridor Utility Phase 11 (Design Build) --contract Attachment 6 Page 702 of 1278 PROGRESSIVE DESIGIN/BUILD AGREEMENT FOR fz TVIATSR e . Tsign- Builder. d. Professional Liabty (Errors and Omis4ions) Insurance: The CONSULTA shall procure and maintain for the life of this Contract in the minimum amount $1,000,000 for each claim. e. 4mbrella Liability: The Design -Builders hall procure and maintain, for the life this contract� Umbrella Liability Insurance, over and above the previously no liability insurance policies. The Design -Builder shall maintain a minimum amou at$10,0001000. MATMAIV - 7 -W, insurance requirements referenced above. 40mz the amounts or kind previously re "tur an h-zl -n7f`h --aL-,rtWr A s -L mi writ, e—,;f go RQL7V"�� 1A written notice, the Owner� at its sO-� Builder, said termination taking affect on the date that the requiredchange in policy coverage w9uld otherwise be effective. Page 703 of 1278 [ 4) 1 A 110 i�, 4 RNA physically injured or destroyed; defense including costs, charges and expenses incurred in the investigation, adjustment or defense of claims for such compensatory damages, coverage for losses caused by pollution conditions that arise from the operations of the DESIGN/BUILD FIRM including transportation. Owner shall be named as additional insured. - Coverage will be provided on an Occurrence Form or a Claims Made Form with a retroactive date equal to at least the first date of this Contract and with a three (3) year reporting option beyond the Annual expiration date of the policy. Note: Umbrella or Excess Liability policies may be used to obtain the total limits of liability required to meet the required limits of coverage stated above. E'vidence of such coverage should clearly demonstrate the underlying coverages/policies that are included. 23. Professional Liability (Errors and Omissions): The Design -Builder shall maintain dozing the term of this Contract, Professional Liability Insurance in the minimum amount of 51,000,000 per claim. Coverage will be broad to include Errors and Omissions specific to Design -Builder's Professional Liability for direct and contingent design -errors and Architocfsffingineer's Professional Liability with no exclusions for Design Build work. Coverage will be provided on an Occurrence Farm or a Claims Made Form with a retroactive date equal to at least the first date of this Contract and with a three (3) year reporting option beyond the Annual expiration date of the policy. 24. Builder's Risk: During the course of Phase I of the Contract, the Design -Builders hall be responsible to maintain Builder's Risk insurance coverage with the limit being equal to 100% of the completed value (Replacement Value) ofthe Project; including contractor's labor, materials and equipment used for completion of the Work. The Builder's Risk policy shall include the SPECIAL FO /ALL RISK COVERAGES. The deductible for flood, wind, and hail cannot exceed 5% of the insured value. No deductible greater than $50,000 shall be permitted for all other perils. The Design -Builder is responsible for payment of deductibles for all losses except for those losses as a direct result of Force Majeure. The Owner and the Design -Builder shall be the certificate holder and Additional Named Insured. The Owner shall be named as addonal insured under the Commercial General Liability Policy, the Umbrella Policy, and the Contractor's Pollution Coverage. Tie7anTdimg u7ox tYc malain- of tkis Prtject a3ri itraxtvuit�k-EyUg exXisures. fat. lia1puities, Ae Owner may, at its sole option, require additional insurance coverages in amounts responsive to those liabilities, which may or may not require that the Owner also be named as additional insured. A.M. Best Rating of A- VII X or better. Prior to commencing any work on the Project, Certificates of Insurance approved by the Owner's Risk Management Department evidencing the maintenance of said insurance shall be fin-nished to the Owner. Attachment G 121 PP a il , Page 704 of 1278 PJAWGRESSWE DESIGN/BUILD AGREEMENT FOR The insurance policies shall be endorsed to provide that no material alteration or cancellation, including k' 5. Bonds- In accordance with the provisions of Florida Statutes §255.05, the Design -Builder shall provide to the Owner, on forms furnished by the Owner, a I OOOA Performance and a 100% Paymealj Bond, each in the amount of the Guaranteed Maximum Price, less the Design and Engineering Fees. No quali-fications, modifications or riders to the bond forms are permitted. The Payment and Performance Bonds must be duly recorded in Palm Beach County Public Records as a condition precedent to the Owner's issuance of a Notice to Proceed. scribed in the Aweement. The 13ayment bond chall P. ITM-17- ass on W�i 1117-0.1,11110MI I-AXAMaing TM k1u) Lyercent of its surplus to policyholders, provided- aAny risk or portion of any risk being remsured shall be deducted in determining the limitation of the risk as prescribed in this section. These minimum requirements shall apply to the reinsuring carrier providing authorization, or approval by the State of Florida, Department of Insurance to conduct business in the state has been met. b. In the me of the surety insurance company, in addition to the deduction for reinsurance, the amount assumed by any co -surely, the value of any security deposited, pledged or held subject to the consent of the surety and for the protection of the surety shall be deducted. 26. Harmony: Design -Builder is advised and agrees &at it will exert every reasonable and diligeW effort to assure that all labor employed by Design -Builder and its Subcontractors for work on the Project shall work in harmony with and be compatible with all other labor being used by buildinj, .......... Attachment G Page 705 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT O, Attachment G Page 707 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR are not limited to: act of civil or military authority (including but not limited to courts and administrative agencies); acts of God; war, terrorist attacks; riot; insurrection; inability of Owner to secure approval, validation, or sale of bonds; inability of Owner or Design - Builder to obtain any required permits, licenses or zoning, blockades; embargoes; sabotage; epidemics; fires; hurricanes; tornados; floods, or strikes. In the event of any delay resulting from such causes, the time for performance of each of the parties hereunder (including the payment of monies if such event actually prevents payment) shall be extended for a period of time reasonably necessary to overcome the effect of such delay, except as provided for elsewhere in the Contract Documents. In the event of any delay or non-performance resulting from such causes, the party affected shall promptly notify the other in writing of the nature, cause, date of commencement and the anticipated impact of such delay or non- perfbnnance. Such written notice, including Change Orders, shall indicate the extent, if any, to which it is anticipated that any delivery or completion dates, will be thereby affected. 3. Interruptions: In situations whereby Design -Builder deems it necessary to interrupt operations, only a twenty-four (24) hour downtime is permissible. Task 14 Engineering Task Descriptions Task Cost 1 Review of Project Performance Criteria I Value Engineering and Design 1.1 Review of Project Performance Criteria I Value Engineering and $ 16,567.05 Design 1.2 Public Relations $57,633.53 2 Design Development 2.1 Neighborhood Construction Plan review $31,854.10 2.2 Foroemain Design Development $81,784.39 2.3 Landscape Plan Development (allowance) Moved to Below 2.4 Regulatory Agency/Permit Review, Coordination and $ 40,650.29 Applications 2.6 Topographic and Hydrographic Field Survey and Locates $ 132,817-34 2.6 Geotechnical Investigations $ 101,016.76 ® Easement" Acguisition $ 30,133.53 I L L Attachment G 16 t Page 708 of 1278 [2--i Laid 19 al ft X7.12 Total with Allowance $ 3�050,83512 Phase iTotal: 3,2,33,885.33 171' RFQ# 0.37-7821-17 n r l Seacrest Corridor Utillity Phase II (Design IIB II —Contract Attachment Page 709 of 1278 FOR. CENTRAI, SEACREST CORRIDOR 11TIUTY IMPROVEMENTS PHASE 11 3 _7 __: rpt_____________ - Meetings and Management .1 1 Progress Meetings $72,535,26 ,3.2 ProJect Status .Reports 51,283.81 P Pry______________ cing 2___. 3,651.44 Task 5 _ . Early Construction Task Development Cyst u 5.1 Tr rn al , l a ,Ya ar ent� .2 .2 SealcDat and stripe ChurchParking Lot u1„7 6.3 at r aing Driveway and Sidewalk50,73921 I .Pr p t Quality Control p and Technical Rei (Pr paratl n 5,542 53 rtCon3truction Subtotal ----------- $760,4 76.3 [2--i Laid 19 al ft X7.12 Total with Allowance $ 3�050,83512 Phase iTotal: 3,2,33,885.33 171' RFQ# 0.37-7821-17 n r l Seacrest Corridor Utillity Phase II (Design IIB II —Contract Attachment Page 709 of 1278 PROGRESSIVE DESIGN/BU]ILD AGREEMENT FOR ■J-1 F"V V FT -44; 10 15101 W. - PHASE I -DESIGN DEVELOPMENT GUARANTEED MAXIMUM PRICE DEVELOPMENT SCOPE OF WORK CENTRAL SEACREST UTILITY IMPROVEMENTS PHASE 11 This Authorization, when executed, shall be incorporated in and become part of the Agreement for Design - Build Services between the City of Boynton Beach (Owner or City), and Ric -Man International Inc. (Design -Builder), dated hereafter referred to as the Agreement. PROJECT BACKGROUND tkky construction, installation and start-up support in the form of a two-phase Guaranteed Maximum Price (GNP) approach. This Phase I Scope of Services involves design development and GW development services for implementations CENTRAL SEACREST UTTLITY IMPROVEMENTS PHASE 11 project. I 41�1. rum ;ku lag mom I ill I &IS&MUMia im lawlaw I S.W 6th Ave to Bo "a Beach. Contract 2 (Phase,21 includes the southern 1,i1rti1n of the Miect area and consists of watermain replacement stormwater system upgrades including new exfiltration trench, pavement overlay, landscape relocations and miscellaneous upgrades to driveway aprons and sidewalks, a T' Reclaimed Water line along Seacrest Blvd, and Landscaping along Seacrest Boulevard. The Central Seacrest Corridor Drainage Improvements and Water Main Replacement Contract."O.' design dmwings; by considered the base design drawings and are provided in Appendix A and C- I from R A –rhe-les—ign Muild I cam aMll exercise creativity and aue diligence to complete me project in accorban with project base design drawings, City General and Special Conditions and included herein. The major scope components will include the following utility facilities improvements: - Watennain distribution system replacement and upgrades and reestablishrrient of water service COTI.TfF,tiolfS • Roadway reconstruction and Pavement overlay • Landscape relocations and miscellaneous upgrades • Sidewalk / Driveway Apron construction • 2" Reclaimed Water line along Seacmt Blvd • Forcernain construction and easement acquisitions Attachment N Page 710 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR Landscaping along Seacrest Boulemd Attachment H Page 711 of 1278 ........... . . ............ . . . . ......... --- ... . . . . . ......... . . . ............. 11, S I G'K /H d1,1 D A G 14 FX M (�'ENTILAL S 1.'A R FS'F RR, 11) 0 R UT1 LI Y I M 11 � 1? 0 V 1"' N1 L'-'N'l S P HAS' 11',, 11 Ta4k = - Early Construction Activities Subtask 5.1— Tree Removal and Replacement (After establishing pricing — Task 4) Subtask 5.2 — Sealcoat and Stripe Church Parking Lot Subtask 5.3 — Watermain, Driveway and Sidewalk Construction (After establishing pricing — Task 4) Subtask 5.4 - Project Quality Control (QC) Technical Review Phase 2- GW Execution/Final Design/Construction and Close out Task 6 - Final Design Task 7 - Procurement Task 8 construction Task 9 Project Close out The detailed scope of serviues for Phase I is included as fullows. 1 14AS1,1­1 - I)F'SIGN I)VVELOPMEND GMI-" TASK 1 - ULVIEW OFP110JECT PFRIV011MAN(M CRUiTRIA /VALUF ENGYNEFAUNG AN]) DESIGIN evaluation of previous work relating to the Project, a review of Project Performance Criteria meeting consider life cycle and capital cost saving opportunities. Once the viable alternatives are identified and evaluated, a Design Definition Meeting between the Owner and Design -Builder personnel will be conducted to select design concepts for the wastewater Forcemain and project performance modification for the Neighborhood Improvements. Subtasks are as follows: Subtask 1.1- Review of Project Performance Criteria / Value Engineering and Design for development of the Request for Qualifications (RFQ) for procurement of the Design -Builder. This d.*- 1,10bl'ya vtU.-t111 ILI-Y-Aniqcrfola including existing design plans and specifications, concept plans and design criteria. AS Dart Rf the Qsaration for the Criteria review meeting, the Design -Builder will review the following reports, that previously documents, design criteria and recommendations tor which the Scope 711ork as defined in RFQ were based on: Attachment H 31 -e Page 712 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR • The Central Seacrest Corridor Drainage improvements and Water Main Replacement Contract 2 design drawings by CH2,MHILL (October 2013) • Landscape Plans by G. Allan Hendricks (November 2010) Proposed Forcemain Concept Plan Proposed Church Parking Area Concept Plan 71, M r as a Facilitator with the nal of either rev 1, @1 additional value to the OWNER. Subsequent to this project review meeting, Design -Builder will prepare a draft set of minutes to include comparative plaining level cost estimates for the identified viable alternatives. A. Water Main Replacement a Attachment H Page 713 of 1278 VROGRII'SSNIVE DESIGN[RUILD AGREEIM.E NT FOR CEN]"RAL SEAC7RES"I" CORRIDf)R 1,1'. ILIIN l"PRONTEME.NTS PHAll 2. Asbestos cement piping (ACP) hatched and called out for removal may be abandoned in place or removed, unless pipe bursting is used. Most of the ACP shall be abandoned in place. Any removal of ACP shall be done in accordance with all FDEP requirements. Abandoned pipes 4 -inches in diameter or greater shall be grout filled. Non -ACP mains 4 -inches and larger under hard surfaces (Roads, Driveways, Sidewalks, etc.) shall be grouted, and cut and capped in green areas. 3. Changes in pipe alignment may be accomplished using appropriate fittings or through pipe deflection. Pipe deflection at the joint is allowed when utilizing ductile iron pipe only, and shall not exceed 75% of the manufacturer's recommended maximum joint deflection. 4. The Design Build Team may propose a revised fire hydrant layout with spacing in accordance with the NFPA 1 Fire Code for approval by the City. The Fire Marshall may review the fire hydrant layout for approval. Any AutoCAD modifications shall be considered an additional scope. 5. Details regarding interconnections and Testing for PBC Health Depament. clearances are not specified, therefore the Design Build Team shall develop the plan to satisfy Health Depaftinent permit and clearmice requirements. A testing plan shall be submitted for approval by the City. 6. Air release valves are required at high points on the water main. The number and location shall be field verified by the Design Build Team. 7. ALL water service connections located to the rear of customer properties shall be relocated to the front of the property by the Design/Build toam. for the completion of the work associated with Contract 2. Coordination shall include but not be limited to construction notification letters, notarized Hold HArmless Agreements, right of entry forms, individual plwnbing permits, trees 51, If after two documented attempts to obtain the Right of Entry permits from the owner with no success, the Design Build Temn shall proceed with the correspondent service trarisfer. The Design Build Team shall be responsible for coordinating Right of Entry Permits, Building Permits and any other applicable permits required for the service relocation B., Stome ware L�stcm hnprDyements If-JlIff Al"ve-rewl Wca'Vo7.s%*,e w0ltratiii i- i arei A li*l INAM It-, In') I I JY,3W* To til I J� 191 k4j4j Iti In K Wd I- $j - I I- I v -Y wwwrAwastowwF e*=r.,en�-w=mrtn WI -77 M M Attachment H Page 714 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IWROVEMNTS PHASE H 10. The location of storm structures and exfiltration trenches may vary from the bas, -T design drawing as needed. Storm struewres are to be installed at low points wift'. the right-of-way to facilitate collection of roadway stormwater runoff. 12. Wastewater sewer service laterals in conflict with construction shall be removed and replaced with C900 PVC pipe and fittings in accordance with the current City Construeflon Standards and Details. C, Reclaimed Water System Extension 1=7 13. T' reclaimed watermain extension ftom the existing box at SW 6th Ave. up to SWl 2th Ave. 14, A 12"x6" tap with 6"x2" reducer at SW 12th Ave and construct a 2" reclaimed water main up to SW 2nd Ave, and install a meter box. 11111111 1111 1111 11111111 ;�111111!1�p�11111 1111111111 1 1 111 giiji� I 1 111 Page 715 of 1278 PROGRESSITE DES1GfVRJ ILD AGREEMENT FOR 20. The disturbed sod and irrigation shall be restored in kind or to better conditions. The Design Build Team shall verify and document the existing conditions for granting the as -built. E. Sidewalk and Drivewav Awwawnroveme7tts 'Is and trash shall be included in the design. The location of the bench shall In the general .w es vicinity shown on the Seacrest InTrovements Landscape Plan. Sidewalks and benches shall be ADA compliant. F. Cast in Place Concrete and AQM P7 tack -coated and an asQhaltic ncrete structural course c ofJill gwe W thicictem. UY ME rernoTPT sntui de constriTclea 37 m - _1U0MgraWU LUL1UUgV,5.^U5LUTUPa1VMVt11 markings, reflectors, traffic loops, etc. to equal or better than existing conditions. be corrected during resurfacing. C--;uwn�r be removed and replaced with a typical Concrete Driveway Apron in accordance with the City Construction Standards and Details. The Design Build Team shall avoid damage oof existing drivew&ps constructed of stamped concrete or pavers. Existing concrete sidewalks shall remain, except where removal is necessary for construction. Include replacement of broken sections of sidewalk and replacement of asphalt sidewalks. New feetorl S.Newsid-Infalk.611bemiUcted alite fte -folt side of ISW 12th Ave from SW 3rd 61 g -ST-uplbo b-ea-cr—esrbTv-d.-A-fie--P.'e—stgn 6uird I eam S nal I COM p kete ad(I AlOnal sni PERT Tim11 oMeme "ns as shown in the Seacrest Improvements Landscape Plan. The Landscape Plan is provided in Appendix C-1 from RFQ. ADA compliant. A .&2 IRW4-GRI:7,63. LA. OF DRIVEWAY APRONS - SIDEWALKS REPLACEMENT / REPAIR. - (Appendix "D" from RFQ) 7I" Attachment H Page 716 of 1278 8 RFQ#037-2821-17/TP Central Seacrest Corridor Utility Phase 11 (Design Build) —Contract Attachment H Page 717 of 1278 PR7GRESSf1'E DESIGN/BUILD AGREEMENT FOR CENTRAL SEACREST CORRIDOR UTILITY IMPROVEMENTS PHASE U Schedulp.—Th—e!kLign-Buildershall,y-mvidoa-,rro-cot permitting, construction activities and final completion. Design Definition Megiin& The goal of the Design Definition Meeting is to review performance design criteria and recommendations, discuss incorg ration of the -0 the extent of tewn involvement, discuss desired concepts, establish lines of cornmunicatiori, and discuss schedule. Subsequent to this meeting, Design-Builder will prepare a draft set of minutes to include a finalizeE list of design elements. Design-Builder will receive comments on the draft minutes, revise said documents.. and sumit an eleC Fli?N Minute-q will serve as the basis of design for the Design Development (Phase 1) and the Final Design/Construction Phase (Phase 2). Subtask 1.2 - Public Relations The Design-Builder will be responsible for project safety and quallity control, as well as other activities necessary to construct the project. The Design-Builder shall employ an independent personal relations specialist or firm to assist with communication between the project team and the effected community. Communication shall include newsprints and pamphlets. The Design-Builder shall provide the prQiect with a separate telephone number and email address. The public outreach firm shall update the utilities Facebook and Twitter accounts as re-1ruired and shall coordinate be used to broadcast project updates on frequent basis, Facebook will be used to update followers on the progress of the. project, any road closures or impacts to Igo] Won, Is- shall be used where possible. The Design — Builder will develop a strategy for distributing and collecting the required documentation from the neighborhood stakeh r _1��Ie 10 the improvement plans for the neighborhood. The Owners staff will also attend. The meeting venue is assumed to be provided at the First Presbyterian Church located on the comer of SW e Ave. and SW 2" on their property. Tree removal and replacement and driveway apron constructions will also be discussed. Input for the neighborhood will be documented by the Design Builder and where feasible will be incorporated into the construction. TASK 2 - DESIGN DEVELOPMENT The Design Develoy-Ment 9hase will be structured to develop the Design P 6 permits and articulate the engineering and technical concepts culminating in a GMP pricing (Task 4). 9 1 RFQ # 037-2821-17/TP Central Seacrest Corridor Utility Phase 11 (Design Build) --Contract Attachment H Page 718 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR I *W7T expectations. Design -Builder will coordinke this effort with the Owner. f 711 7,71 ;11 documents based on the project performance criteria, for the fbilowing major scope components, to the level to support any additional application for the Permits and construction: - Watermain Distribution System Replacement and Upgrades: Updated watermain alignment, confirmation of proposed new watex meter locations and reestablishment of water service connections: way. - Roadway Reconstruction and Pavement Overlay: Roadway restoration over trench along with pavement overlay. L=e Relocations and Miscellaneous uo-4-ades. Relocati n or I cement of trees on the concept plan all in accordance with City Standards. The memorandum will i e recommendation as to which route to pursue. Owe approved the Design — Builder shall develop construction plans based on the Owner's Utility Standard specification for the selected route. I V Tmwl I ri- r W % Design -Builder. The Design -Builder will incorporate Ownees comments from the project meeting(s) and resubmit the deliverables in electronic, PDF format widiin ten (10) business days from the review meeting(s) for the Ownees review and approval. Subtask 2.3 — Seacreat Boulevard Landscape I Z71 �TJ Attachment H Page 719 of 1278 PROGRESSIVE DESIGNI/BUILD AGREEMENT FOR I 6 I 1.1901 -i -I 1 11 1' N N - Boulevard. The Dc.%Tr--P the landscape improvements and 2" reuse water main. Subtask 2.4 - Regulatory Agency/ Permit Review, Coordination and Applications 'Fro P11XA( or disposed of as part of the work. Subtasks related to the work include: Design and vemitted plans for the Central Seacrest Corridor Drainage Improvements and Watermain Replacement Contract 2 are1.7 1r1.:. ram to be uzed along with the1 t,, Lill t required for a particular construction activity will be acquired prior to Commencing the particular construction activity. DesigniBuilder will he rr-guiv0 to A all %&ft f& -s- If a 4 -x% FlinnM4pno, I gweosfy�m1' necessary changes to ensure the permit is approved. Permit renuirements are shall provide r' related to the project; • Florida Department of Environmental Protection • Palm Beach County Health Department (Expires 01 /0912019) • City of Boynton Beach Building Department Florida Department of Transportation Palm Beach County Utties Right -of -Way South Florida Management District (Expires 12/09/18) Palm Beach County Landscape permitting strategy shall be developed to address &e major issues identified and to facilitate the permit acquisition process. This scope assumes that public hearings will be required as part of the permitting process. Subtask 2.5 - Topographic and Hydrographic Held Survey and Locates a -Z a RFQ # 037-2821-17/TP Central Seacrest Corridor Utility Phase 11 (Design Build) --Contract Attachment H Page 720 of 1278 PROGRESSIVE DESiGN/J) AGREEMENT FOR A Jill 141 IT1111:111mr! 71M Ta! I -L 7- W- 77 17,9 1JraWt',Y.'-W1 Luc 137TY& vninn inis scope is consisle with Design -Builder's statidards and Owner's expectations. Specific activities included are identified I*,, Clow: W,277r� -Ile Design -Builder will coordinate and conduct monthly progress meetings during the project duration. ne Builder will prepare and distribute meeting minutes of each meeting as appropriate. Subtlitsk 3.2- Project Slatas Reports llf-Builde?s project manager will prepare and submit monthly written status reports for the life of l7r; hect. — TASK 4 - GMP PRICING 12 1 P Attachment H Page 721 of 1278 PROGRESSIVE DESIGN/BUILD AGREEMENT FOR 11M 1 6 cc T77ppe, schedule and anticipated budget to complete the design and construct the Central Seacrest Utility Improvements Phase 2 project complete and operable. TASK 5 - EARLY CONSTRUCTION ACTIVITIES Subtask 5.1- Tree Removal and Replacement Design-BuOder will begin the relocation!removal-rept ac;,r.ent of existing trees located within the public right of way throughout the project, after establishing a price for this task. Su sic 5.2 — Sealcoat and Stripe Church Parking Lot Based on the concept plan provided in the RFQ, the contractor shall coordinate with the First Presbyterian Church to begin the seal coating and restriping of their existing asphalt parking lot. Subtask 5.3 — Waterma in, Driveway and Sidewalk Construction Design -Builder will mobilize and begin early Construction activities associated with installation of sidewalks, driveways and watermains after es bushing a price for this task. Subtask 5.4 - Project Quality Control (QC) Technical Review An internal project quality management planning session will be conducted at the start of the project. This action is required by Design -Builder' quality management system (QMS) guidelines. OWNER'S RESPONSIBILITIES The OWNER will provide the following to Design -Builder in a timely manner- • Review of Design -Builder work products • Data related to the project sites • Access to the project sites PRICE PROPOSAL ASSUMPTIONS Phase I design includes the requirements of the RFQ, addenda, and the following: I . Conduct project kickoff meeting with the Owner staff 2. Review alternate design and performance criteria 3. Perform additional investigations as needed to develop design, permitting and construction strategy. 4. Conduct design preferences workshop with the Owner staff S. Conduct public workshop to review plans with stakeholders. 6. Advance design to the level to support application permitting and construction estimating and construction. . Olt ; I I I - I- -4-6 11-1 M 13 1 Page 722 of 1278 PROGRESSIVE DESIGN/BUILD FOR 1, TIME OF COMPLETION/SCHEDULF, CONSULTANT will provide the services for Phase I based on the durations as outlined in the above scope within weeks of Notice to Proceed. See Attachment C ( bita se I Completion Schedule Task Thne ofComr�Iet r hs) N<Aice to Pr -cep,, ri / Kickoff rneetin, ,rview�rg of Pra)rt r��.���r Criteria I�� ��,ari� � s rn�. Pt:iblood Mfefing Ad iti nai In estigFtio _.... ._.. -- Nei isoroml Upd, I ii -Line C`onst `uction Plans Fmx� ernes * k ik Route Feasibillity Me'mt a __ ..... Regphiltory,y Coordination � E rattent(s) Coordination lA ui ition- !Ae tips q & i e ort _ .... _. Construction Tasks _ ... .......................... Iqeeot,, to t 1 i€ ei ze GMP 141 RFQ # 037-2821-17/TP Central Seacrest Corridor Utility phase If (Design Build)—Contract Attachment Page 723 of 1278 PROU'RItSSIVE 01'.SIGNIBLALD AGREEMI"N'l- 11,10R, GE'AlIUL UTILVIT 1,Nl'PRM/EJv11.1.XI'S, PHASE' It S i Attachment H Page 724 of 1278 7.B. REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-008 -Award Bid No. 036-2413-18/ITfor Sara Sims Park Electrical Improvements, and authorize the City Manager to sign an agreement with and issue a Purchase Order to Cerrito Electric, Inc. of West Palm Beach, FL as the lowest responsive, responsible bidder in the amount of $511,774 plus a 10% contingency amount of $51,177 for a total estimated amount of $562,951.40. Award is contingent upon the receipt and approval of insurance and performance and payment guaranty. EXPLANATION OF REQUEST: On August 22, 2018, Procurement Services issued a bid for "Sara Sims Park Electrical Improvements" with a Mandatory Pre -Bid Meeting held on August 29, 2018 to review the project with interested and qualified contractors. The scope of the work is for all labor, equipment, tools, materials, and permitting for electrical improvements at Sara Sims Park located at Martin Luther King Jr. Blvd (NW 10th Avenue), Boynton Beach, Florida 33435. On October 26, 2018, Procurement Services opened bids from two (2) bidders. After reviewing the two (2) bid submittals, Staff has recommended the project be awarded to Cerrito Electric, Inc. as the lowest, responsive, responsible bidder. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This procurement and installation of lighting and low voltage features at the Sara Sims Park will provide City residents with security and nighttime illumination that will make the park's amenities available for continued use after sunset. FISCAL IMPACT: Budgeted Funds are included in the approved capital funds FY 18/19 budget, accounts 302-4218-572-63-05 and 303- 4218-572-63-05. ALTERNATIVES: City Commission can reject all bids and direct the City Manager to resolicit the requirement. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Page 725 of 1278 Is this a grant? No Grant Amount: ATTACHMENTS: Page 726 of 1278 Type Description D Resolution Resolution awarding Bid and Contract to Cerrito Electric for Sara Sims Park Electrical D Contract Contract ® Cerrito Electric ® Sara Sims Electrical D Attachment Bid Submittal ® Cerrito Electric ® Sara Sims Electrical D Tab Sheets Bid Tabulation ® Sara Sims D Attachment Advertised Bid ® Sara Sims Electrical D Attachment Addendum 1 to Bid ® Sara Sims Electrical D Attachment Addendum 2 to Bid ® Sara Sims Electrical D Attachment Addendum 3 to Bid ® Sara Sims Electrical D Attachment Addendum 4 to Bid ® Sara Sims Electrical Page 726 of 1278 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. R19 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AN AWARD OF BID NO. 036-2413- 18/IT AND AUTHORIZING THE CITY MANAGER TO SIGN A CONTRACT WITH CERRITO ELECTRIC, INC., FOR SARA SIMS PARK ELECTRICAL IMPROVEMENTS IN THE AMOUNT OF $511,774.00 PLUS A 10% CONTINGENCY IN THE AMOUNT OF $51,177.00 FOR A TOTAL ESTIMATED AMOUNT OF $562,951.40; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on August 22, 2018, Procurement Services issued a bid for "Sara Sims Park Electrical Improvements" with a Mandatory Pre -Bid Meeting held on August 29, 2018 to review the project with interested and qualified contractors; and WHEREAS, on October 26, 2018, Procurement Services opened bids from two (2) bidders and after reviewing the two (2) bid submittals, Staff has recommended the project be awarded to Cerrito Electric, Inc. as the lowest, responsive, responsible bidder; 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 of the City of Boynton Beach to award Bid No. 036-2413-18/IT to Cerrito Electric, Inc., for Sara Sims Park Electrical Improvements in the amount of $511,774.00 plus a 10% contingency in the amount of $51,177.00 for a total estimated amount of $562,951.40 and authorize the City Manager to sign a Contract with Cerrito Electric, Inc. 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. C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\35DFAE30-A8FB-4FE4-ADIF-FE636A25E61)1\Boynton Beach. 14317.1.Award Bid and Contract to—Cerrito—Electric for Sara Sims Park - Reso.docx Page 727 of 1278 30 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 31 approves the award of Bid No. 036-2413-18/TT to Cerrito Electric, Inc., for Sara Sims Park 32 Electrical Improvements in the amount of $511,774.00 plus a 10% contingency in the amount 33 of $51,177.00 for a total estimated amount of $562,951.40 and authorize the City Manager to 34 sign a Contract with Cerrito Electric, Inc., a copy of which is attached hereto as Exhibit "A". 35 Section 3. That this Resolution shall become effective immediately. 36 PASSED AND ADOPTED this day of , 2019. 37 CITY OF BOYNTON BEACH, FLORIDA 38 39 YES NO 40 41 Mayor — Steven B. Grant 42 43 Vice Mayor — Christina L. Romelus 44 45 Commissioner — Mack McCray 46 47 Commissioner — Justin Katz 48 49 Commissioner — Aimee Kelley 50 51 VOTE 52 ATTEST: 53 54 55 56 Judith A. Pyle, CMC 57 City Clerk 58 59 60 (Corporate Seal) C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\35DFAE30-A8FB-4FE4-ADIF-FE636A25E61)1\Boynton Beach. 14317.1.Award Bid and Contract to—Cerrito—Electric for Sara Sims Park - Reso.docx -2- Page 728 of 1278 SUBJECT TO REVISIONS PRIOR TO SIGNING CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this day of , 2018, by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "City" and CERRITO ELECTRIC, INC. a Florida Corporation () Check One a Florida General Partnership ( ) a Florida Limited Partnership () a Sole Proprietor () hereinafter called "CONTRACTOR". WITNESSETH that under the due procedure of law, bids were heretofore received by the City Commission of said City for the performance of work and supplying materials, hereinafter described, and said Commission having canvassed said bids, had determined that the bid in the total amount of $511,774.00 submitted by the aforementioned CONTRACTOR was the best and most desirable bid submitted, and has authorized the execution of this contract. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: 1.0 AGREEMENT 1.1 The CITY does award the contract to and does hire and employ the CONTRACTOR and the CONTRACTOR does accept the award, predicated upon the bid of the CONTRACTOR, dated October 26, 2018, which is hereby incorporated by reference into this agreement, and the CONTRACTOR does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to perform all the work provided in the bid, contract documents, bond documents, plans and specifications for: Bid Title: SARA SIMS PARK ELECTRICAL IMPROVEMENTS Bid Number: 036-2413-18/IT the City of Boynton Beach, Florida, all of which are incorporated herein by reference price as specified in CONTRACTOR'S bid in the amount of: $511,774.00. 2.0 SCOPE OF SERVICES 2.1 CONTRACTOR further agrees to furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the contract, General Conditions for Construction, and Supplementary Conditions for Construction, plans which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof as Page 729 of 1278 contained in the bid, contract documents and specifications for the project. 2.2 All the work and labor performed under this contract shall be performed, and all of the material furnished shall be, in strict conformity with said plans and specifications, and CONTRACTOR accepts and consents to the conditions contained in said plans and specifications and expressly agrees to comply with every requirement and stipulation therein contained to be performed by the party contracting to do said work. 2.3 The CONTRACTOR further agrees to furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the City Engineer of the City and strictly in accordance with the specifications, general stipulations and plans which are hereby referred to and made a part of this contract, as well as to the satisfaction of the City Commission and City Engineer of the said City, and in strict obedience with the directions which may be given by the City Manager or his authorized representative, at and for the prices herein plainly set forth. 2.4 Upon receipt of written notification from the CITY, to correct any defective or faulty work or materials which may appear within one (1) year after completion of the contract and receipt of final payment. CONTRACTOR shall make the necessary corrections within ten (10) days of receipt of the written notice. 2.5 To comply with the provisions of Section 255.05, Florida Statutes, if applicable. 2.6 To pay promptly, before final settlement, any and all claims or liens incurred in and about this work. Furnish release of liens forms from all subcontractors and suppliers of materials. Forms to be supplied by CITY. 2.7 The CONTRACTOR shall remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. Payment of monthly or partial estimates may be withheld until this has been done to the satisfaction of the City Engineer. Final acceptance and payment for the entire project will not be made until the site is satisfactory to the CITY. 2.8 The CONTRACTOR shall at all times observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. 2.9 Upon completion of the work, the City Engineer shall satisfy himself, by examination and test, that the work has been fully completed in accordance with the plans, specifications and contract documents. When the City Engineer is so satisfied, he shall recommend acceptance thereof to the City Manager, who shall, if he agrees with such recommendation, present the final payment application to City Commission for review and vote to formally accept the project. The right of Page 730 of 1278 general supervision of the CITY as hereinafter provided under "authority of the Engineer' shall not make the CONTRACTOR an agent or employee of the CITY, but the CONTRACTOR, shall at all times, and in all respects have the rights and liabilities of an independent contractor. 2.10 After the cleaning up of the work, premises, streets, alleys, or other areas of structure in anyway connected with the performance of the contract, the work as a whole shall be inspected by the City Engineer, and any workmanship or material found not meeting the requirements of the specifications shall be removed by or at the expense of the CONTRACTOR and good and satisfactory workmanship or material substituted therefore. All settlement, defects or damage upon any part of the work shall be remedied and made good by the CONTRACTOR. 2.11 The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause. 3.0 CONTRACT TIME 3.1 CONTRACTOR hereby agrees to commence work under this contract on or before a date to be specified in the written "Notice to Proceed" of the CITY and to fully complete the project within 210 calendar days from the commencement date as specified in same. 3.2 Time is the essence throughout this contract. Contractor must obtain Substantial Completion of the Work within 180 calendar days from the Projection Initiation Date specified in the Notice to Proceed, and Final Completion within 30 calendar days from the date of Substantial Completion. 3.3 Upon failure of Contractor to obtain Substantial Completion within the deadline stated in Paragraph 3.2, pus approved time extensions, Contractor shall pay to City the sum of $1,000 for each calendar day after the deadline for Substantial Completion, plus any approved time extensions, until Substantial Completion is obtained. After Substantial Completion, should Contractor fail to complete the remaining Work within the deadline stated in Paragraph 3.2, plus approved time extensions thereof, Contractor shall pay to City the sum of $1,000 for each calendar day after the deadline for Final Completion, plus any approved extensions, until Final Completion is obtained. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy of the Project. Liquidated damages are hereby fixed and agreed upon between the Parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both Parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete this contract on time. 3.4 The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. Page 731 of 1278 3.5 CONTRACTOR shall, as soon as practicable after signature of contract, confirm with City Engineer in writing, the names of subcontractors as originally proposed for principal parts of work, and for such others as City Engineer may direct. Contractor shall not employ and that City Engineer may, within a reasonable time, object to as incompetent or as unfit. 4.0 PROTECTION OF EXISTING FACILITIES 4.1 The CONTRACTOR warrants that prices include the protection and continuous use of all existing sewers, conduits, drains, pipes, buildings, walks, bridges, guard rails and other construction encountered, and the prompt repairing of any damage done to them during the progress of the work, or from insufficient support thereafter; also all the filling, backfilling, tamping, ramming, puddling and consolidating; the removal and disposal of all rubbish and surplus material; also all pumping bailing draining or unwatering of all excavations, incidental to the execution of the work; also the furnishing of all necessary labor, tools, equipment, materials and supplies, etc. and the performance of the whole work mentioned in the detailed plans and specifications necessary to give a finished result, and including all expense incurred in or in consequence of the suspension or discontinuance of the said work specified and a faithful compliance with each and every one of the requirements of the contract and for the maintenance of the entire work and construction in good condition and repair until final acceptance. 4.2 The CONTRACTOR shall assume full responsibility and expense for the protection of all public and private property, structures, water mains, sewers, utilities, etc., both above and below ground, at or near the site or sites of the work being performed under the contract, or which are in any manner affected by the prosecution of the work or the transportation of men and materials in connection therewith. The CONTRACTOR shall give reasonable written notice in advance to the department of the CITY having charge of any property or utilities owned by the CITY and to other owner or owners of public or private property or utilities when they shall be affected by the work to be performed under the contract, and shall make all necessary arrangements with such department, departments, owner or owners for the removal and replacement or protection of such property or utilities. 5.0 INDEMNIFICATION 5.1 The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 5.2 CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and appellate attorney's fees) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has Page 732 of 1278 incorporated in this original bid, which constitutes the contract sum payable by the CITY to the CONTRACTOR, specific additional consideration sufficient to support this obligation of indemnification provided for in this paragraph. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Florida Statute 725.06. 5.3 The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth herein. However, the indemnification provision, and the insurance provision contained in this Contract are not interdependent of each other, each one is separate and distinct from the other. 5.4 The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. 6.0 PAYMENT BY CITY 6.1 The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the specifications. 7.0 CHANGES IN THE WORK 7.1 The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. 7.2 All change orders and adjustments shall be in writing and approved by the City Manager or City Commission if required, otherwise, no claim for extras will be allowed. 7.3 The General Contractor and all of his subcontractors shall be apprised of, and familiar with, the following conditions and procedures governing extra work under the Contract: 7.3.1 Any change order has to be recommended by the City Manager and officially approved by the City Commission before any steps are taken to implement the change order. 7.3.2 Should the CONTRACTOR or any of his subcontractors commence with the work without making a claim in writing for unforeseen extra work he encounters, it will be construed as an acceptance and agreement by him that any such work is required under the contract and no future claim for extras will be considered or allowed by the CITY. 7.3.3 No claim for extra work will be allowed unless and until authority for same by written Change Order has been obtained from the City Manager or the City Commission of Boynton Beach, if necessary, which authorization will Page 733 of 1278 be signed by the Mayor. 7.3.4 Changes in the work directed in writing by the CITY'S Representative under the following procedures shall become a part of the Contract by a written Change Order. 7.3.5 Information regarding changes in the work involving claims to the CITY for additional work, credits, and/or adjustments under the contract shall be promptly transmitted in writing by the General CONTRACTOR to the CITY'S Representative with full explanations and justifications for his consideration in preparing a Change Order to the Contract. 7.4 The value of any change ordered under the Contract for extra work and/or any reductions in work required, shall be determined under one or more of the following procedures before a written Change Order is issued: 7.4.1 By such applicable unit prices, if any, as are set forth in the Contract except in those cases where increases in quantities exceed fifteen (15) percent of the original bid quantity and the total dollar change of that bid item is significant in the opinion of the Engineer, the unit price shall be subject to review to determine if a new unit price should be negotiated; or 7.4.2 If no such unit prices are set forth, then by a lump sum or other unit prices mutually agreed upon by the CITY and the CONTRACTOR; or 7.4.3 By cost reimbursement, which is the actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work plus fifteen (15) percent to cover the cost of general overhead and profit. For all labor and foreman in direct charge of the authorized operations, the CONTRACTOR shall receive the current local rate of wages to be agreed upon in writing before starting such work, for each hour said labor and foreman are actually engaged thereon. An upper limit of total cost and of profit shall be agreed upon and shall not be exceeded unless approved by the CITY. 7.4.3.1 The CONTRACTOR shall submit sufficient cost and pricing data to enable the Engineer to determine the necessity and reasonableness of costs and amounts proposed and the allowability and eligibility of costs proposed. 7.4.3.2 The CONTRACTOR shall have an accounting system which accounts for such costs in accordance with generally accepted accounting principles. This system shall provide for the identification, accumulation and segregation of allowable and unallowable Change Order costs. 7.4.3.3 Where it is indicated that the Contract is federally or State assisted, the CONTRACTOR'S attention is directed to the applicable rules and regulations relative to cost principles which must be used for the determination and allowability of costs under grant. Page 734 of 1278 7.4.3.4 In no case shall fringe benefit costs on direct labor costs exceed forty (40) percent of direct labor costs. 7.4.3.5 In no case shall the CONTRACTOR and Subcontractors' general overhead and profit in the aggregate exceed fifteen (15) percent of the total cost of direct labor, fringe benefits, direct overhead, materials, supplies, equipment and directly related services supplied by him. Among the items considered as general overhead are bonds, insurance, incidental job burdens, supervision and general office expenses. 7.4.3.6 In no case shall the CONTRACTOR'S cost for administering subcontracts exceed five (5) percent of the subcontractors' cost not including subcontractors' profit. 7.4.3.7 For special equipment and machinery such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment, required for the economical performance of the authorized work, the CONTRACTOR shall receive payment based on the agreed rental price for each item of equipment and the actual time of its use on the work provided that the rental price shall not exceed the current rates published by the Equipment Guide Book Company in the Blue Book, "Rental Rates for Construction Equipment". Rate shall be daily, weekly or monthly as appropriate. 7.4.3.8 Records of extra work done shall be reviewed at the end of each day by the CONTRACTOR and the Engineer. Such daily records shall clearly distinguish between the work done under the contract and that done under the Change Order. Duplicate copies of the accepted daily records shall be made, signed by the CONTRACTOR and the Engineer and one copy retained by each. 7.5 Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless that same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 7.10 No Field Change Directive or Change Order shall be authorized by the Project Manager if the Contractor has added language to the Field Change Directive or Change Order or to any cover letter, e-mail, facsimile, or other written document which accompanies the Field Change Directive or Change Order in which the contractor attempts to reserve any future right or claim arising out of the work which is the subject of the Field Change Directive or Change Order. Page 735 of 1278 8.0 INSURANCE 8.1 The CONTRACTOR shall maintain during the term of this contract commercial liability, motor vehicle, and property damage insurance, acceptable to the CITY, covering the work contracted and all operations connected herewith, and whenever any of the work in the contract is to be sublet, CONTRACTOR'S contingent or protective liability and property damage insurance. Such insurance shall provide limits not less than those set forth on the insurance requirement schedule included in the bid documents and naming the City of Boynton Beach as an "Additional Insured" with respect to General Liability. 8.2 Required insurance shall be documented in a certificate of insurance which provides that the CITY of Boynton Beach shall be notified at least fifteen (15) days in advance of cancellation, nonrenewal or adverse change. Contractor agrees to furnish policies if Certificate of Insurance is not acceptable. 8.3 The CONTRACTOR shall take all necessary precautions to prevent the generation of loud, unnecessary noise in conjunction with his operations at the work site. Internal combustion engines used with construction equipment shall be equipped with mufflers, as required by the Code of the City of Boynton Beach, and the CONTRACTOR shall comply with all requirements of this Code as they pertain to prevention of noise. No pile driver, excavating or other construction equipment, pneumatic hammer, derrick, the use of which is attend by loud or unusual noise, shall be operated between the hours of 6:00 P.M. and 7:00 A.M., except by written permission of the City Manager, and then only in case of emergency. 9.0 GUARANTEE AND WARRANTIES 9.1 All the work shall be guaranteed to remain in good condition for one year from date of acceptance. 10.0 TERMINATION OF CONTRACT 10.1 If the work to be performed under the contract is assigned by the CONTRACTOR other than provided for herein; if the CONTRACTOR should be adjudged as bankrupt; if a general assignment of his assets be made for the benefit of his creditors; if a receiver should be appointed for the CONTRACTOR or any of his property; if at any time the Engineer shall certify in writing to the City Manager that the performance of the work under the contract is being unnecessarily delayed or that the CONTRACTOR is willfully violating any of the conditions, provisions, or covenants of the contract, plans or specifications, or that he is executing the same in bad faith or otherwise not in accordance with the terms of the contract; if the work be not fully completed within the time named for its completion or within the time to which such completion date may be extended; or if other just causes exist, the City Manager may serve ten (10) days' written notice upon the CONTRACTOR of the intent to terminate the contract for the CITY and if the CONTRACTOR shall not, prior to the effective date of termination set forth in such notice, take such measures as will, in the judgment of the City Manager, ensure the satisfactory performance of the work, the City Commission and the City Manager may declare the contract terminated on the effective date specified in such notice, or any date subsequent thereto. In the event of such termination, the City Manager shall notify Page 736 of 1278 the CONTRACTOR and Surety and the CONTRACTOR shall immediately respect such notice and stop work and cease to have any right to the possession of the ground and shall forfeit his contract. Upon such termination, the City Manager shall provide the Surety with written notice of the CITY'S action and the Surety shall within ten (10) days of receipt of said notice remedy the default or the Surety shall as expeditiously as possible: 10.1.1 Complete the contract in accordance with its terms and conditions, or 10. 1.2 Obtain a bid or bids for completing the contract in accordance with its terms and conditions, and upon determination by Surety and the CITY of the lowest responsible bidder, make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts or completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. 11.0 CONTRACT CONTROLS 11.1 The subject contract between the CITY and the CONTRACTOR shall supersede any and all documents executed between the parties relative to the project. In the event of any inconsistencies, the terms, provisions and conditions set forth in the subject contract shall supersede all other documents and shall be controlling. 12.0 TIME OF ESSENCE 12.1 Inasmuch as the provisions hereof, and of the plans and specifications herein, and of all the other contract documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the contract. 13.0 REMEDY FOR DELAY 13.1 In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. No monetary damages shall be claimed or awarded to CONTRACTOR in association with any delay in the project caused by an act or omission of the CITY, its agents or employees. 13.2 Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. Page 737 of 1278 13.3 All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction. 13.4 For the purpose of this section the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Engineer, project manager and consulting Engineers. 14.0 PUBLIC RECORDS 14.1 Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. 14.2 The City of Boynton Beach is a public agency subject to Chapter 119, Florida Statutes. The contractor shall comply with Florida's Public Records Law. Specifically, the contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. io Page 738 of 1278 E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BOULEVARD, SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 15.0 SCRUTINIZED COMPANIES - 287.135 and 215.473 15.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 11 Page 739 of 1278 IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. DATED this day of 12018. CITY OF BOYNTON BEACH CONTRACTOR: go Lori LaVerriere, City Manager Approved as to Form: James A. Cherof, City Attorney Attest/Authenticated: Judy Pyle, City Clerk STATE OF FLORIDA COUNTY OF (Print Name and Title) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgements personally appeared , and acknowledged He/She executed the foregoing Addendum to Agreement for the use and purposes mentioned in it, and that the instrument is His/Her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this day of 2018. My Commission Expires: NOTARY PUBLIC 12 Page 740 of 1278 WARRANTY The undersigned hereby agrees for a period of one (1) year from the date hereof, to repair any defect or damages resulting from the work conveyed to the City of Boynton Beach (the "City"), pursuant to that certain Bill of Sale or Plans dated which is result of a defect in the materials or workmanship. The undersigned, upon notice of such defect, shall make the foregoing repairs as soon as reasonably possible or, if such repairs have already been made by the City, the undersigned, upon receipt of evidence of the costs reasonably incurred by the City in the making of such repairs, shall forthwith refund same to the City. Anything herein to the contrary notwithstanding, the City shall have the sole obligation to perform all maintenance required. Accordingly, the undersigned shall have no liability hereunder in the event that the repairs result from the failure of the City to properly maintain same or misuse or abuse (except, however, nothing contained herein shall be construed to release the undersigned from liability for damage or defect caused by acts of the undersigned or its employees or agents in connection with the completion by the undersigned of the project). Date: WARR-1 President Name of Company (CORPORATE SEAL) Page 741 of 1278 STATE OF FLORIDA ) SS: COUNTY OF I, HEREBY CERTIFY that on this day, before me, an officer duly authorized to take acknowledgements, personally appeared , Florida Corporation and general partner of 0 Florida limited partnership, to me known to be person described in and who executed the foregoing instrument and he acknowledged before me that he executed the same for the uses and purposes therein expressed. My Commission Expires: WARR-2 Notary Public, State of Florida Page 742 of 1278 WARRANTY OF TITLE To be executed with each and every payment or draw request STATE OF FLORIDA COUNTY OF a , being first duly sworn, deposes and says as follows: He is of (Title) (Name of Corporation or Firm) corporation which is named in Construction Contract dated the day of , 20_, between said corporation as the CONTRACTOR and the City of Boynton Beach, Florida as the OWNER, for the construction of and Affiant is authorized to make this Affidavit as, or on behalf of, the Contractor as named above. Title to all work, materials and equipment covered by the attached Periodical Estimate for Payment dated , passes to the Owner at the time of payment free and clear of all liens, and all laborers, material men and subcontractors have been paid for performing or furnishing the work, labor or materials upon said Contract work covered by the aforesaid Periodical Estimate for Payment. This statement under oath is given in compliance with Section 713.06 Florida Statutes. Sworn to and subscribed before me this day of '20 Notary Public, State of Florida at Large My Commission expires: (SEAL) Affiant WT -1 Page 743 of 1278 FINAL ESTIMATE RECONCILIATION AGREEMENT This Final Estimate Reconciliation Agreement covering the period from , to , supersedes any and all previous correspondence or verbal agreement regarding deletions or additions to the scope of work in the performance of the contract dated for construction of and all appurtenant work thereto in the City of Boynton Beach, Palm Beach County, Florida. It is hereby agreed and understood that all quantities and prices shown on the attached Final Estimate No. are correct and the amount of $ constitutes final payment, including retainage, and Change Order No. for all materials furnished and work performed by , Contractor, and all other contractors, in the construction and completion of the above project, all which were to be performed in strict accordance with the terms of the original contract. It is further agreed and understood that the one-year warranty period of workmanship and materials furnished shall commence on final completion and acceptance by the Owner, City of Boynton Beach, as outlined in Paragraph 11.1 of the original agreement. RECOMMENDED FOR APPROVAL: M M ACCEPTED: By: Date: FER - 1 Page 744 of 1278 State of Florida ) ss: County of Palm Beach ) On this day of 120 personally appeared before me duly authorized to administer oaths to me known to be the persons described herein and who executed the foregoing instrument and have acknowledged before me and they have executed same. Notary Public My Commission Expires: FER-2 Page 745 of 1278 2765 Vista Parkway Suite H-1 West Palm Beach, FL 33411 561.790.0775/Fax 561.615.0041 www.cerritoelectric.com ORIGINAL City of Boynton Beach SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID No. 036-2413-18/IT 3301 Quantum Blvd, Suite 101 Boynton Beach, FL Page 746 of 1278 City of Boynton Beach Submitted By: Cerrito Electric Sara Sims Park Improvements ELECTRICAL BID FORM Revised per Addendum 4 / 10.18.18 Item Description Quantity U/M Unit Price Amount INDEMNIFICATION 1 LS $25.00 $ 25.00 ELECTRICAL AND LIGHTING $334,850.00 F&I LIGHT POLES AND LUMINAIRES -AREA LIGHTS. INTEGRAL $9,500.00 $ 123,500.00 LIGHTING CONTROLS - BI -LEVEL, MOTION/ AMBIENT SENSOR. STANDARD POLE @ 20' M.H. 13 EA F&I LIGHT POLES AND LUMINAIRES - AREA LIGHTS. INTEGRAL $9,000.00 $ 45,000.00 LIGHTING CONTROLS - BI -LEVEL, MOTION/ AMBIENT SENSOR. MULTI-CHAMBER POLE @ 20' M.H. 5 EA F&I LIGHT POLES AND LUMINAIRES - PARKING LOT LIGHTS. $9,300.00 $ 83,700.00 INTEGRAL LIGHTING CONTROLS - BI -LEVEL, MOTION/ AMBIENT SENSOR. MULTI-CHAMBER POLE @ 25' M.H. 9 EA F&I CELL PHONE CHARGING STATIONS 2 EA $5,000.00 $ 10,000.00 F&I GFCI OUTLET ASSEMBLIES AT EACH PAVILION 4 EA $1,000.00 $ 4,000.00 F&I 2" PVC SCH 40 CONDUIT 3500 LF $10.00 $ 35,000.00 F&I #6 AWG COPPER CONDUCTOR 9000 LF $0.65 $ 5,850.00 F&I #3/OAG SERVICE WIRES 1500 LF $4.00 $ 6,000.00 F&I JUNCTION BOX (13"X24") 23 EA $500.00 $ 11,500.00 SERVICE CONNECTION AT MAIN BREAKER 1 EA $50_0.00 $ 500.00 $3,500.00. ' $ 3,500.00 ELECTRICAL WORK ASSOCIATED W RESTROOM BUILDING 1 EA ELECTRICAL WORK ASSOCIATED W IRRIGATION PUMP 1 EA $3,800.00 $ 3,800.00 TROUBLESHOOT EXISTING SYSTEM/ LIGHTING1 EA $2,500.00 $ 2,500.00 SECURITY SYSTEM $152,699.00 CCN CAMERA - 360 DEGREE MULTI -SENSOR NETWORK DOME $2,200.00 $ 24,200.00 CAMERA 11 EA POINT, TILT, AND ZOOM CAMERAS, POLE MOUNT 5 EA $1,900.00 $ 9,500.00 PULL BOX, CONDUIT FOR LPR CAMERAS PLUS $10,000.00 $ 10,000.00 INSTALLALTION OF CITY -FURNISHED LPR CAMERAS AND POLES. 1 LS CAT 5 ETHERNET CABLE 200 LF $3.80 $ 760.00 NEMA 4X ENCLOSURE 10 EA $700.00 $ 7,000.00 STANDALONE POE MEDIA CONVERTER 10 EA $600.00 $ 6,000.00 1" FLEXIBLE LIQUIDTIGHT CONDUIT 150' LF $2.00 $ 300.00 EMERGENCY CALL BOX 5 EA $6,000.00 $ 30,000.00 WIFI NODES 1 EA $500.00 $ 500.00 NETWORK INTEGRATION (PER DEVICE) 13 EA $500.00 $ 6,500.00 NETWORK VIDEO RECORDER 1' EA $30,000.00 $ 30,000.00 FIBER JUMPER CABLE 1 EA $45.00 $ 45.00 2" PVC SCHEDULE 40 CONDUIT 3300 LF $10.001 $ 33,000.00 12 STRAND SM FIBER OPTIC CABLE 3300 LF $0.98 $ 3,234.00 SPLICE ENCLOSURE 11 EA $265.00 $ 2,915.00 JUNCTION BOX - SPLICING (24" X 36") 11 EA $750.00 $ 8,250.00 FIBER JUMPER CABLE 10 EA $45.00 $ 450.00 #6AWG COPPER CONDUCTOR 6000 LF $0.65 $ 3,900.00 V RGS CONDUIT 60 LF $5.75 $ 345.00 Electrical Construction Cost Total $487,574.00 Page 747 of 1278 BIDDER ACKNOWLEDGEMENT Submit Bids To: FINANCE/PROCUREMENT SERVICES 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6322 Bid Title: SARA SIMS PARK ELECTRICAL IMPROVEMENTS Bid Number: 036-2413-18/IT Bid Received By: SEPTEMBER 21, 2018, NO LATER THAN 2:30 P.M. Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for: SEPTEMBER 21, 2018, no later than 2:30 P.M., and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Cerrito Enterprise Inc dba Cerrito Electric Federal I.D. Number: 65-0200569 A Corporation of the State of: Florida Area Code: 561 Telephone Number: 790-0775 Area Code: 561 FAX Number: 615-041 Mailing Address: 2765 Vista Parkway H1 City/State/Zip: West Palm Beach, FL 33411 Vendor Mailing Date: N/a E-MAIL: Authorized Signature omas J. Cerrito Name Typed THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BA -1 Page 748 of 1278 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO: 036-2413-18/IT BIDDER: Cerrito Enterprise Inc dba Cerrito Electric DATE SUBMITTED: 10/26/2018 We propose and agree, if this bid is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: KIMLEY-HORN AND ASSOCIATES, INC. and having examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE Addendum 1 9/21/2018 Addendum 4 10/18/2018 Addendum 2 9/25/2018 Addendum 3 10/10/2018 ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE A-1 Page 749 of 1278 STATEMENT OF BIDDER'S QUALIFICATIONS Each Contractor bidding on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each bid document. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal. * attach additional sheets giving the information 1. Name of Bidder: Cerrito Enterprise Inc dba Cerrito Electric 2. Business Address: 2765 Vista Parkway 1-11 West Palm Beach, FL 33411 3. When Organized: June 15, 1990 4. Where Incorporated: Florida 5. How many years have you been engaged in the contracting business under the present firm name? 28 6. General character of work performed by your company. Electrical contractors 7. Number of employees. 10 8. Background and experience of principal members of your personnel, including officers. 9. Bonding capacity. $1,000,000.00 10. Have you ever defaulted on a contract? If so, where and why?* NO THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SBQ - 1 Page 750 of 1278 CONFIRMATION OF DRUG-FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that th' f with the above requirements. , J Vendor's Signature THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE DFW - 1 Page 751 of 1278 SAFETY PROGRAM COMPLIANCE Safety is a high priority in the conducting of business in the City of Boynton Beach. Preference shall be given to contractors with an established safety program following O.S.H.A. guidelines, and documented results establishing a safe working environment. 1. Bidder shall provide a copy of the Safety Program(s) to be in effect for the duration of the Contract (attach to the back of this form). 2. The City reserves the right to conduct periodic safety inspections of the contractor, subcontractor, employees, agents, etc. throughout the duration of the Contract. 3. The City reserves the right to terminate the Contract where it is determined that the contractor or subcontractor is in non-compliance of the safety terms, regulations or requirements established by O.S.H.A. or the State. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. RIZED SIGNATURE THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SPC - 1 Page 752 of 1278 U) H z w w > O O ~ aV � Z M V � V N' � m w O U) W 0 LL 0 O Y w J am 0 Vi w y U Q G 'n C M a1 rr U (0 w Cc ! 4 C \ a N O o v� L) t0 O t R I ( L_ C 0 L ?� V V W d 0 N a cc -a a� o "tea L ++ m �*.Al� L 3 N *+ U C E j a):3 L d o.. N N0 ru yL+ z i FH U v O J o m U � O N � f0 +L+ N E A C E y V ".- p c ,° oLM,} m a c 0 I _O CIL 0 j C N N O 1 o O y "a (0 -0 N E m c C N N L O -p O O ,0 O "O O L U L 0-0 3 w o N oaf �o l p-=oH� o�,� �o CL CL V u, o °E a a N Q O CO N Cc V -0 a c C L dC m C W c Nz w N O N r- o z c o O Z LCO CO ' _ _.. ... .t ._.. ....._ ...... .... .�...r I— U U _.. 0 0 N N 0 m 0 C +G w m o C d J 0 LL a c U m � x B M 3a Ve W z W ag W0 ei v w N m W 0 H H m 0 v G� ui m a° aLU N (7 x ~ U d Page 753 of 1278 STATEMENT OF NO BID If you are not bidding on this service/commodity, please complete and return this form to: Procurement Services — 3301 Quantum Boulevard, Suite 101, Boynton Beach, FL 33426. Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to respond to your Bid No.: 036-2413-18/IT for SARA SIMS PARK ELECTRICAL IMPROVEMENTS because of the following reasons: REMARKS: Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) IF YOU ARE NOT SUBMITTING A BID, PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES NB -1 Page 754 of 1278 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID No. 036-2413-18/IT The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. Cerrito Enterprise Inc dba Cerrito Electric CONTIG TOR Phomas J. Cerrito S/T Title: 10/26/2018 Date: THIS PAGE TO BE SUBMITTED ALONG WITH BID IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE IG -1 Page 755 of 1278 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION Thomas J. Cerrito (Name of officer of company) Cerrito Enterprise Inc dba Cerrito Electric (Name of Corporation/Company) the S/T (Title of officer of company) located at 2765 Vista Pkwy 1-11, WPB, FL 33411 (Business Address) of Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS: Cerrito Enterprise Inc dba Cerrito Electric 1. Is the business located within the City limits YES NO Number of Years: of Boynton Beach, Florida? NO 2. Does the business have a business tax YES NO Business License receipt issued in the current year? Number: YES 840135655 3. Is the business registered with the Florida YES NO Division of Corporations? YES I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the bu 'nes - required to notify the City in writing should it cease to qualify as a local business._ Thomas J. Cerrito Print Name: ._ Signatu e: ***FOR PURCHASING WE O *** 1-11 Business License ❑ Year Established: ❑ Active: LB -1 Page 756 of 1278 Verified by: LB -2 Date: Page 757 of 1278 "DRAFT' SUBJECT TO REVISIONS PRIOR TO SIGNING CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this day of , 2018, by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "City" and a Florida Corporation ( ) Check One a Florida General Partnership( ) a Florida Limited Partnership ( ) a Sole Proprietor ( ) hereinafter called "CONTRACTOR". WITNESSETH that under the due procedure of law, bids were heretofore received by the City Commission of said City for the performance of work and supplying materials, hereinafter described, and said Commission having canvassed said bids, had determined that the bid in the total amount of submitted by the aforementioned CONTRACTOR was the best and most desirable bid submitted, and has authorized the execution of this contract. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: 1.0 AGREEMENT 1.1 The CITY does award the contract to and does hire and employ the CONTRACTOR and the CONTRACTOR does accept the award, predicated upon the bid of the CONTRACTOR, dated , which is hereby incorporated by reference into this agreement, and the CONTRACTOR does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to perform all the work provided in the bid, contract documents, bond documents, plans and specifications for: Bid Title: SARA SIMS PARK ELECTRICAL IMPROVEMENTS Bid Number: 036-2413-18/IT the City of Boynton Beach, Florida, all of which are incorporated herein by reference lump sum price as specified in CONTRACTOR'S bid in the amount of: Page 758 of 1278 STATEMENT OF BIDDER'S QUALIFICATIONS continued...... 11. Experience in performance. Project $ Value Contact Name Phone # Bedner Farms 450,000 Steve Bedner 561-719-2795 Caridad Medical Ctr 200,000 Frank Vasallo 561 469-9754 First Bank of Wellington 225,000 Jeff Browning 561 790-3224 Mercantil Bank 168,000 Craig Nielson 480-254-9903 11. Contracts on hand. 12. Largest completed projects (include final cost). 1) Bedner Farms $450,000 2) Caridad Med Ctr $250,000 3) Pompano Library $400,000 14. List all lawsuits (design and/or construction related) to which you have been a party and which: * 1) arose from construction projects: * none 2) occurred within the last 4 years: * none 3) provide case number and style: * none Dated at: 10:17am this26th day of October _,--,---2048 (Signature) Nam Thomas Cerrito (Printed or Typed) Title: Sec/Treasu THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SBQ-2 Page 759 of 1278 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of Florida County of Palm Beach ) Thomas J. Cerrito that: 1) He/She is S/.T (Title) the bidder that has IMPROVEMENTS' , being first duly sworn, deposes and says ofCerrito Enterprise Inc dba Cerrito Electric , (Name of Corporation or Firm) submitted the attached bid: "SARA SIMS PARK ELECTRICAL 2) He/She is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidderoae orTany of its agents, representatives, owners, employees, or parties in interest, inclotn µ ' t. (Sig Subscribed and sworn to before me This 26th day of Boynton 2018 My commission expires 7/28/2019 THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 1\[N•1I Page 760 of 1278 ANTI -KICKBACK AFFIDAVIT STATE OF FLORIDA SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. Sworn and subscribed before me this 26th day of October NOTARY PUBOIC, State of Florida at Large MY COMMISSION# FF 089 EXPIRES July 28, 2019 !4071398.0+53 F1ov daN®m Swvke.can "OFFICIAL NOTARY SEAL" STAMP By— -`NAME - SIGNATURE 20 18 Printed Information: Thomas J Cerrito NAME S/T TITLE Cerrito Enterprise Inc dba Cerrito Electric COMPANY 1 THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE AKA -1 Page 761 of 1278 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business ? NO Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN ( ) OTHER (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO NO If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE MOB -1 Page 762 of 1278 2.0 SCOPE OF SERVICES 2.1 CONTRACTOR further agrees to furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the contract, General Conditions for Construction, and Supplementary Conditions for Construction, plans which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof as contained in the bid, contract documents and specifications for the project. 2.2 All the work and labor performed under this contract shall be performed, and all of the material furnished shall be, in strict conformity with said plans and specifications, and CONTRACTOR accepts and consents to the conditions contained in said plans and specifications and expressly agrees to comply with every requirement and stipulation therein contained to be performed by the parry contracting to do said work. 2.3 The CONTRACTOR further agrees to furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the City Engineer of the City and strictly in accordance with the specifications, general stipulations and plans which are hereby referred to and made a part of this contract, as well as to the satisfaction of the City Commission and City Engineer of the said City, and in strict obedience with the directions which may be given by the City Manager or his authorized representative, at and for the prices herein plainly set forth. 2.4 Upon receipt of written notification from the CITY, to correct any defective or faulty work or materials which may appear within one (1) year after completion of the contract and receipt of final payment. CONTRACTOR shall make the necessary corrections within ten (10) days of receipt of the written notice. 2.5 To comply with the provisions of Section 255.05, Florida Statutes, if applicable. 2.6 To pay promptly, before final settlement, any and all claims or liens incurred in and about this work. Furnish release of liens forms from all subcontractors and suppliers of materials. Forms to be supplied by CITY. 2.7 The CONTRACTOR shall remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. Payment of monthly or partial estimates may be withheld until this has been done to the satisfaction of the City Engineer. Final acceptance and payment for the entire project will not be made until the site is satisfactory to the CITY. 2 Page 763 of 1278 2.8 The CONTRACTOR shall at all times observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. 2.9 Upon completion of the work, the City Engineer shall satisfy himself, by examination and test, that the work has been fully completed in accordance with the plans, specifications and contract documents. When the City Engineer is so satisfied, he shall recommend acceptance thereof to the City Manager, who shall, if he agrees with such recommendation, present the final payment application to City Commission for review and vote to formally accept the proj- • f of general supervision of the CITY as hereinafter provided under "authority of the Engineer" shall not make the CONTRACTOR an agent or employee of the CITY, but the CONTRACTOR, shall at all times, and in all respects have the rights and liabilities of an independent contractor. 2.10 After the cleaning up of the work, premises, streets, alleys, or other areas oi structure in anyway connected with the performance of the contract, the work as a whole shall be inspected by the City Engineer, and any workmanship or material found not meeting the requirements of the specifications shall be removed by or at the expense of the CONTRACTOR and good and satisfactory workmanship or material substituted therefore. All settlement, defects or damage upon any part of the work shall be remedied and made good by the CONTRACTOR. 2.11 The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be, required to make good at his own cost any damage or injury occurring from any cause. 3.1 CONTRACTOR hereby agrees to commence work under this contract on or before a date to be specified in the written "Notice to Proceed" of the CITY and to fully complete the project within 210 calendar days from the commencement date as specified in same. 3.2 Time is the essence throughout this contract. Contractor must obtain Substantia' Completion of the Work within 180 calendar days from the Projection Initiation Date specified in the Notice to Proceed, and Final Completion within 31 calendar days from the date of Substantial Completion. 3.3 Upon failure of Contractor to obtain Substantial Completion within the deadline stated in Paragraph 3.2, pus approved time extensions, Contractor shall pay to City the sum of $1,000 for each calendar day after the deadline for Substantial Completion, plus any approved time extensions, until Substantial Completion is obtained. After Substantial Completion, should Contractor fail to complete the remaining Work within the deadline stated in Paragraph 3.2, plus approved time extensions thereof, Contractor shall pay to City the sum of $1,000 for each Page 764 of 1278 calendar day after the deadlin - or Final Completion, plus any approved extensions, until Final Completion is obtained. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy of the Project. Liquidated damages are hereby fixed and agreed upon between the Parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both Parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete this contract on time. 3.4 The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. 3.5 CONTRACTOR shall, as soon as practicable after signature of contract, confirm with City Engineer in writing, the names of subcontractors as originally proposed for principal parts of work, and for such others as City Engineer may direct. Contractor shall not employ and that City Engineer may, within a reasonable time, object to as incompetent or as unfit. 4.0 PROTECTION OF EXISTING FACILITIES 4.5 The CONTRACTOR warrants that prices include the protection and continuous use of all existing sewers, conduits, drains, pipes, buildings, walks, bridges, guard rails and other construction encountered, and the prompt repairing of any damage done to them during the progress of the work, or from insufficient support thereafter; also all the filling, backfilling, tamping, ramming, puddling and consolidating; the removal and disposal of all rubbish and surplus material; also all pumping bailing draining or unwatering of all excavations, incidental to the execution of the work; also the furnishing of all necessary labor, tools, equipment, materials and supplies, etc. and the performance of the whole work mentioned in the detailed plans and specifications necessary to give a finished result, and including all expense incurred in or in consequence of the suspension or discontinuance of the said work specified and a faithful compliance with each and every one of the requirements of the contract and for the maintenance of the entire work and construction in good condition and repair until final acceptance. 4.6 The CONTRACTOR shall assume full responsibility and expense for the protection of all public and private property, structures, water mains, sewers, utilities, etc., both above and below ground, at or near the site or sites of the work being performed under the contract, or which are in any manner affected by the prosecution of the work or the transportation of men and materials in connection therewith. The CONTRACTOR shall give reasonable written notice in advance to the department of the CITY having charge of any property or utilities owned by the CITY and to other owner or owners of public or private property or utilities when they shall be affected by the work to be performed under the contract, and shall make all necessary arrangements with such department, departments, owner or owners for the removal and replacement or protection of such property or utilities. Page 765 of 1278 5.0 INDEMNIFICATIOU D 5.5 The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 5.6 CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and appellate attorney's fees) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has incorporated in this original bid, which constitutes the contract sum payable by the CITY to the CONTRACTOR, specific additional consideration sufficient to support this obligation of indemnification provided for in this paragraph. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Florida Statute 725.06. 5.7 The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth herein. However, the indemnification provision, and the insurance provision contained in this Contract are not interdependent of each other, each one is separate and distinct from the other. 5.8 The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. 6.0 PAYMENT BY CITY 6.5 The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the specifications. 7.0 CHANGES IN THE WORK 7.5 The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. 7.6 All change orders and adjustments shall be in writing and approved by the City Page 766 of 1278 Manager or City Commission (ifPired, otherwise, no claim for extras will be allowed. 7.7 The General Contractor and all of his subcontractors shall be apprised of, and familiar with, the following conditions and procedures governing extra work under the Contract: 7.7.1 Any change order has to be recommended by the City Manager and officially approved by the City Commission before any steps are taken to implement the change order. 7.7.2 Should the CONTRACTOR or any of his subcontractors commence with the work without making a claim in writing for unforeseen extra work he encounters, it will be construed as an acceptance and agreement by him that any such work is required under the contract and no future claim for extras will be considered or allowed by the CITY. 7.7.3 No claim for extra work will be allowed unless and until authority for same by written Change Order has been obtained from the City Manager or the City Commission of Boynton Beach, if necessary, which authorization will be signed by the Mayor. 7.7.4 Changes in the work directed in writing by the CITY'S Representative under the following procedures shall become a part of the Contract by a written Change Order. 7.7.5 Information regarding changes in the work involving claims to the CITY for additional work, credits, and/or adjustments under the contract shall be promptly transmitted in writing by the General CONTRACTOR to the CITY'S Representative with full explanations and justifications for his consideration in preparing a Change Order to the Contract. 7.8 The value of any change ordered under the Contract for extra work and/or any reductions in work required, shall be determined under one or more of the following procedures before a written Change Order is issued: 7.8.1 By such applicable unit prices, if any, as are set forth in the Contract except in those cases where increases in quantities exceed fifteen (15) percent of the original bid quantity and the total dollar change of that bid item is significant in the opinion of the Engineer, the unit price shall be subject to review to determine if a new unit price should be negotiated; or 7.8.2 If no such unit prices are set forth, then by a lump sum or other unit prices mutually agreed upon by the CITY and the CONTRACTOR; or 7.8.3 By cost reimbursement, which is the actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work plus fifteen (15) percent to cover the cost of general overhead and profit. For all labor and foreman in direct charge of the Page 767 of 1278 authorized operations, the NTRACTOR shall receive the current local rate of wages to be agreed upon in writing before starting such work, for each hour said labor and foreman are actually engaged thereon. An upper limit of total cost and of profit shall be agreed upon and shall not be exceeded unless approved by the CITY. 7.8.3.1 The CONTRACTOR shall submit sufficient cost and pricing data to enable the Engineer to determine the necessity and reasonableness of costs and amounts proposed and the allowability and eligibility of costs proposed. 7.8.3.2 The CONTRACTOR shall have an accounting system which accounts for such costs in accordance with generally accepted accounting principles. This system shall provide for the identification, accumulation and segregation of allowable and unallowable Change Order costs. 7.8.3.3 Where it is indicated that the Contract is federally or State assisted, the CONTRACTOR'S attention is directed to the applicable rules and regulations relative to cost principles which must be used for the determination and allowability of costs under grant. 7.8.3.4 In no case shall fringe benefit costs on direct labor costs exceed forty (40) percent of direct labor costs. 7.8.3.5 In no case shall the CONTRACTOR and Subcontractors' gener! overhead and profit in the aggregate exceed fifteen (15) percent the total cost of direct labor, fringe benefits, direct overhea materials, supplies, equipment and directly related servic supplied by him. Among the items considered as gener overhead are bonds, insurance, incidental job burden supervision and general office expenses. 7.8.3.6 In no case shall the CONTRACTOR'S cost for administerin subcontracts exceed five (5) percent of the subcontractors' co not including subcontractors' profit. 7.8.3.7 For special equipment and machinery such as power drive pumps, concrete mixers, trucks, and tractors, or other equipmen required for the economical performance of the authorized wor the CONTRACTOR shall receive payment based on the agree rental price for each item of equipment and the actual time of it use on the work provided that the rental price shall not exceed & current rates published by the Equipment Guide Book Company the Blue Book, "Rental Rates for Construction Equipment". Rai shall be daily, weekly or monthly as appropriate. ii Page 768 of 1278 7.8.3.8 Records of extra done shall be reviewed at the end of each day by the CONTRACTOR and the Engineer. Such daily records shall clearly distinguish between the work done under the contract and that done under the Change Order. Duplicate copies of the accepted daily records shall be made, signed by the CONTRACTOR and the Engineer and one copy retained by each. 7.9 Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless that same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 7.10 No Field Change Directive or Change Order shall be authorized by the Project Manager if the Contractor has added language to the Field Change Directive or Change Order or to any cover letter, e-mail, facsimile, or other written document which accompanies the Field Change Directive or Change Order in which the contractor attempts to reserve any future right or claim arising out of the work which is the subject of the Field change Directive or Change Order. 8.0 INSURANCE 8.1 The CONTRACTOR shall maintain during the term of this contract commercial liability, motor vehicle, and property damage insurance, acceptable to the CITY, covering the work contracted and all operations connected herewith, and whenever any of the work in the contract is to be sublet, CONTRACTOR'S contingent or protective liability and property damage insurance. Such insurance shall provide limits not less than those set forth on the insurance requirement schedule included in the bid documents and naming the City of Boynton Beach as an "Additional Insured" with respect to General Liability. 8.2 Required insurance shall be documented in a certificate of insurance which provides that the CITY of Boynton Beach shall be notified at least fifteen (15) days in advance of cancellation, nonrenewal or adverse change. Contractor agrees to furnish policies if Certificate of Insurance is not acceptable. 8.3 The CONTRACTOR shall take all necessary precautions to prevent the generation of loud, unnecessary noise in conjunction with his operations at the work site. Internal combustion engines used with construction equipment shall be equipped with mufflers, as required by the Code of the City of Boynton Beach, and the CONTRACTOR shall comply with all requirements of this Code as they pertain to prevention of noise. No pile driver, excavating or other construction equipment, pneumatic hammer, derrick, the use of which is attend by loud or unusual noise, shall be operated between the hours of 6:00 P.M. and 7:00 A.M., except by written permission of the City Manager, and then only in case of emergency. 9.0 GUARANTEE AND WARRANTIES Page 769 of 1278 9.1 All the work shall be guarantee remain in good condition for one year from date of acceptance. 10.0 TERMINATION OF CONTRACT 10.1 If the work to be performed under the contract is assigned by the CONTRACTOR other than provided for herein; if the CONTRACTOR should be adjudged as bankrupt; if a general assignment of his assets be made for the benefit of his creditors; if a receiver should be appointed for the CONTRACTOR or any of his property; if at any time the Engineer shall certify in writing to the City Manager that the performance of the work under the contract is being unnecessarily delayed or that the CONTRACTOR is willfully violating any of the conditions, provisions, or covenants of the contract, plans or specifications, or that he is executing the same in bad faith or otherwise not in accordance with the terms of the contract; if the work be not fully completed within the time named for its completion or within the time to which such completion date may be extended; or if other just causes exist, the City Manager may serve ten (10) days' written notice upon the CONTRACTOR of the intent to terminate the contract for the CITY and if the CONTRACTOR shall not, prior to the effective date of termination set forth in such notice, take such measures as will, in the judgment of the City Manager, ensure the satisfactory performance of the work, the City Commission and the City Manager may declare the contract terminated on the effective date specified in such notice, or any date subsequent thereto. In the event of such termination, the City Manager shall notify the CONTRACTOR and Surety and the CONTRACTOR shall immediately respect such notice and stop work and cease to have any right to the possession of the ground and shall forfeit his contract. Upon such termination, the City Manager shall provide the Surety with written notice of the CITY'S action and the Surety shall within ten (10) days of receipt of said notice remedy the default or the Surety shall as expeditiously as possible: 10.1.1 Complete the contract in accordance with its terms and conditions, or 10.1.2 Obtain a bid or bids for completing the contract in accordance with its terms and conditions, and upon determination by Surety and the CITY of the lowest responsible bidder, make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts or completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. 11.0 CONTRACT CONTROLS 11.1 The subject contract between the CITY and the CONTRACTOR shall supersede any and all documents executed between the parties relative to the project. In the event of any inconsistencies, the terms, provisions and conditions set forth in the subject contract shall supersede all other documents and shall be controlling. Page 770 of 1278 04 12.0 TIME OF ESSENCE 12.1 Inasmuch as the provisions hereof, and of the plans and specifications herein, and of all the other contract documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the contract. 13.0 REMEDY FOR DELAY 13.1 In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. No monetary damages shall be claimed or awarded to CONTRACTOR in association with any delay in the project caused by an act or omission of the CITY, its agents or employees. 13.2 Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. 13.3 All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction. 13.4 For the purpose of this section the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Engineer, project manager and consulting Engineers. IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. DATED this day of 2018. CITY OF BOYNTON BEACH Lori LaVerriere, City Manager io Page 771 of 1278 Approved _ James A. Cherof, City Attorney Attest/Authenticated: Judy Pyle, City Clerk CONTRACTOR: M (Print Name and Title) STATE OF FLORIDA COUNTY OF BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgements personally appeared , and acknowledged He/She executed the foregoing Addendum to Agreement for the use and purposes mentioned in it, and that the instrument is His/Her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this day of 2018. My Commission Expires: NOTARY PUBLIC 11 Page 772 of 1278 WARRANTY The undersigned hereby agrees for a period of one (1) year from the date hereof, to repair any defect or damages resulting from the work conveyed to the City of Boynton Beach (the "City"), pursuant to that certain Bill of Sale or Plans dated which is result of a defect in the materials or workmanship. The undersigned, upon notice of such defect, shall make the foregoing repairs as soon as reasonably possible or, if such repairs have already been made by the City, the undersigned, upon receipt of evidence of the costs reasonably incurred by the City in the making of such repairs, shall forthwith refund same to the City. Anything herein to the contrary notwithstanding, the City shall have the sole obligation to perform all maintenance required. Accordingly, the undersigned shall have no liability hereunder in the event that the repairs result from the failure of the City to properly maintain same or misuse or abuse (except, however, nothing contained herein shall be construed to release the undersigned from liability for damage or defect caused by acts of the undersigned or its employees or agents in connection with the completion by the undersigned of the project). Date: 0 President Name of Company (CORPORATE SEAL) Page 773 of 1278 STATE OF FLORIDA ) SS: COUNTY OF I, HEREBY CERTIFY that on this day, before me, an officer duly authorized to take acknowledgements, personally appeared , Florida Corporation and general partner of . A Florida limited partnership, to me known to be person described in and who executed the foregoing instrument and he acknowledged before me that he executed the same for the uses and purposes therein expressed. My Commission Expires: WARR-2 Notary Public, State of Florida Page 774 of 1278 WARRANTY OF TITLE To be executed with each and every payment or draw request STATE OF FLORIDA COUNTY OF being first duly sworn, deposes and says as follows: He is of (Title) (Name of Corporation or Firm) a corporation which is named in Construction Contract dated the , day of , 20 , between said corporation as the CONTRACTOR and the City of Boynton Beach, Florida as the OWNER, for the construction of and Affiant is authorized to make this Affidavit as, or on behalf of, the Contractor as named above. Title to all work, materials and equipment covered by the attached Periodical Estimate for Payment dated , passes to the Owner at the time of payment free and clear of all liens, and all laborers, material men and subcontractors have been paid for performing or furnishing the work, labor or materials upon said Contract work covered by the aforesaid Periodical Estimate for Payment. This statement under oath is given in compliance with Section 713.06 Florida Statutes. Sworn to and subscribed before me this day of , 20 Notary Public, State of Florida at Large My Commission expires: (SEAL) WT -1 Affiant Page 775 of 1278 FINAL ESTIMATE RECONCILIATION AGREEMENT This Final Estimate Reconciliation Agreement covering the period from to , supersedes any and all previous correspondence or verbal agreement regarding deletions or additions to the scope of work in the performance of the contract dated for construction of and all appurtenant work thereto in the City of Boynton Beach, Palm Beach County, Florida. It is hereby agreed and understood that all quantities and prices shown on the attached Final Estimate No. are correct and the amount of $___ constitutes final payment, including retainage, and Change Order No. for all materials furnished and work performed by Contractor, and all other contractors, in the construction and completion of the above project, all which were to be performed in strict accordance with the terms of the original contract. It is further agreed and understood that the one-year warranty period of workmanship and materials furnished shall commence on final completion and acceptance by the Owner, City of Boynton Beach, as outlined in Paragraph 11.1 of the original agreement. RECOMMENDED FOR APPROVAL: By: By:. ACCEPTED: By: Date: FER - 1 Page 776 of 1278 State of Florida ) ss: County of Palm Beach ) On this day of , 20_, personally appeared before me duly authorized to administer oaths to me known to be the persons described herein and who executed the foregoing instrument and have acknowledged before me and they have executed same. Notary Public My Commission Expires: FER-2 Page 777 of 1278 CERTIFICATE OF LIABILITY INSURANCE 06/08//2018 DATE2018M/DDNYYY) 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 CONTACT Paychex Insurance Agency Inc 150 SAWGRASS DRIVE A Alc, NO. EXT : _877-266-6850 _„„ „� PAYCHEX INSURANCE AGENCY, INC. ROCHESTER, NY 14620 ( ) No): 585-389 7426 E-MAIL S Certs@Paychex com INSURER(S) AFFORDING COVERAGE NAIC # 'INSURED INSURER A ILLINOIS NATIONAL INSURANCE COMPANY 23817 PaINSURER Bychex Business Solutions LLC -wm Cerrito Enterprises Inc � - CERRITO ELECTRIC INC INSURER C: 911 PANORAMA TRAIL SOUTH ROCHESTER, NY 14625-0397 LnRER D INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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. IN R!, TYPE OF INSURANCE DDL UBRf POLICY NUMBER POLICY ILP CY EFF POLICY EXP LIMITS '... NSR D. I (MMIDDIYYYY) ,. (MMIDD/YYYY) GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY ( DAMAGE TO RENTEDa �CLAIMS•MADE�CCUR pERSO� N �S rr $ P EMIS _ _ v (Any one person) 1 $ ._ .M. I AL & ADV INJURY $ � I �$ EN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE ( _m POLICY PROJECT PRODUCTS -COMP/OP AG LOC � - AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ ALL OWNED =SCHEDULED I BODILY INJURY ALT AUTos 7 (per person) ! $ HIREDAUTOS aR%gWNED ( # y BODILY INJURY 1 - j (Per accident) ' $ PROPERTY DAMAGE (,, (Per accident) ( $ $ UMBRELLA LIAR OCCUR i EACH OCCURRENCE $ �® EXCESS LIAB CLAIMS -MADE i AGGREGATE $ ....»,,....... ,... ,... DED RETENTION$ ( $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY I_.. ( 039713730 06/01/2018 06/01/2019 1X ra'JFi='Ihnir _,„ . ANY PROPRIETOR/PARTNER/EXECUTIVE I E L EACH ACCIDENT $ 1 000,000 00 OFFICER/MEMBER EXCLUDED?—YINE L DISEASE - EA EMPLOYEE $ 1,000,000.00 00 (Mandatory In N;NIA ' E.L. DISEASE - POLICY LIMIT If yes des dbe undrd er � i i $ 1,000,000.00 DESCRIPTION OF OPERATIONS /LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Worker's Compensation coverage is provided to only those employees leased to, but not subcontractors of the named insured. CERTIFICATE HOLDER CANCELLATION Proof of Coverage SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 778 of 1278 D/YYYY) CERTIFICATE OF LIABILITY INSURANCE �� /DATE(MMl18 DD THIS CERTIFICATE 15 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 endorsements PRODUCER -ALT Samuel W. Irvine' PHONE _.�. 6'm0 _. FA:. _.I®02.5 20 1 Lai 1 101. so -MAIAIC L a " , West Palm Beach, Fl. 33409 A128169 __INSURER$ AFFORDING COVERAGE NAIC# -.. n specialty Ips _. INSURED Cerrito Enterprise_.- Inc _ INSURER B Cerritodba 'r:8.c IN -"R r' 2765 Vista Parkway #HI INSURER D: 14751 Horseshoe Trace B ER E: West Palm Beach-, PL 33411 INSURFRF COVERAGES_ CERTIFICATE NUMBER: 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. LTR _ _TYPE OF INSURANCE rNBR p q I'°y/,I IMBER POLL. EFF NGY – '1+,IM/ , .,FtMMILI fYYvYi LIMITS GENERAL LIABILITY EACH OCCURRENCE S, 1 OOH— COMMERCIALGENERALLIABILITY pA A ``..: .. $ 1 0_.0 0 ....0,000 CLAIMS -MADE OCCUR MED EXP (An. one„arson!. $ 000 P—r-imaLy xaars ontr±b i i AGL004209-059/22/189/22/19 PERSONALaADV INJURY $ 1,000,000_ -- - -' GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE GATE LIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $2,000,000 PRO- I -...- ::7 ., AUTOMOBILE LIABILITY4. MBINE : ,LE LIM $ t entl m ANYAUTO ALLOWNED '.. SCHEDULED BODILYINJURY (Per person) ---- $ - AUTOS AUTOS BODILY INJURY (Per accident) $ HIREDAUTOS NON -OWNED AUTOS P117PERrY A7 $ UMBRELLA LIAR OCCUR EXCESS LIAB 'EACH OCCURRENCE $ CLAIMS -MADE AGGREGATE ED _. R STEN'IQN N WORKERS COMPENSATION WCSTATU- !77 „_I ANY �,/N ANY PROPRIETOR/PARTNER/EXECUTIVE r OFFICERIMEMBER EXCLUDED? NIA E.L. EACH ACCIDENT $ (Mandatory in NH) If yes, describe under E.L. DISEASE - EA EMPLOYEE $ B.A.T! N ', DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101, Additional Remarks Schedule, if more space is required) Electrical ntr r fiFRTIFII"tkT'F uY'1I ncca _ _.__ _ SAMPLE ONLY COY WILL BE ISSUED UPON _ REQUEST SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Page 779 of 1278 ANNE M. GANNON ............. __............__.. ... . __......... CONSTITUTIONAL TAX COLLECTOR _ Seming Palm Beach County Serving you, TYPE OF BUSINESS 23-0106 CW ELECTRICAL CONTRACTOR P.O. Box 3353, West Palm Beach, FL 33402-3353 www.pbctax.com Tel: (561) 355-2264 OWNER CERTIFICATION # CERRITO THOMAS J EC13005640 This document is valid only when receipted by the Tax Collector's Office. CERRITO ENTERPRISE INC CERRITO ENTERPRISE INC 14751 HORSESHOE TRCE WELLINGTON, FL 33414-7840 ' r ANNE M. GA.NNON CONSTITUTIONAL TAX COLLECTOR Serving Palm Beach County Serving you, TYPE OF BUSINESS - 23 -0169 USINESS23-0169' ELECTRICAL CONTRACTOR "*LOCATED AT** 2765 VISTA PKWY Ste H 1 WEST PALM BEACH, FL 33411 RECEIPT #/DAT�PAIID �$264�.60 �B40135655 # 818.494543 - 07 STATE OF FLORIDA PALM BEACH COUNTY 131-1374 2018/2019 LOCAL BUSINESS TAX RECEIPT LBTR Number: 201005670 EXPIRES: SEPTEMBER 30, 2019 This receipt grants the privilege of engaging in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. P.O. Box 3353, West Palm Beach, FL 33402-3353 www.pbctax.com Tel: (561) 355-2264 OWNER CERRITO THOMAS J This document is valid only when receipted by the Tax Collector's Office. CERRITO ENTERPRISE INC CERRITO ENTERPRISE INC 14751 HORSESHOE TRCE WELLINGTON, FL 33414-7840 CERTIFICATION # EC13005640 **LOCATED AT** 2765 VISTA PKWY Ste H1 WEST PALM BEACH, FL 33411 RECEIPT #/DATE PAID 7 AMT PAID BILL # 818.494542 07/12/18 $27.50 840135656 STATE OF FLORIDA PALM BEACH COUNTY B3 - 1373 2018/2019 LOCAL BUSINESS TAX RECEIPT LBTR Number: 201005668 EXPIRES: SEPTEMBER 30, 2019 This receipt grants the privilege of engaging in or managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. Page 780 of 1278 City of Boynton Beach Sara Sims Park Electrical Improvements BID TABULATION BID NO. 036-2413-18/IT Submitted By: CERRITO ELECTRIC D ELECTRICIAN TECHNICAL SERVICES, INC. Item Description Quantity LIM Unit Price Amount Quantity LIM Unit Price Amount INDEMNIFICATION ELECTRICAL AND LIGHTING F&I LIGHT POLES AND LUMINAIRES -AREA LIGHTS. INTEGRAL LIGHTING CONTROLS - BI -LEVEL, MOTION/ AMBIENT SENSOR. STANDARD POLE @ 20' M.H. F&I LIGHT POLES AND LUMINAIRES -AREA LIGHTS. INTEGRAL LIGHTING CONTROLS - BI -LEVEL, MOTION/ AMBIENT SENSOR. MULTI-CHAMBER POLE @ 20' M.H. F&I LIGHT POLES AND LUMINAIRES - PARKING LOT LIGHTS. INTEGRAL LIGHTING CONTROLS - BI -LEVEL, MOTION/ AMBIENT SENSOR. MULTI-CHAMBER POLE @ 25' M.H. F&I CELL PHONE CHARGING STATIONS F&I GFCI OUTLET ASSEMBLIES AT EACH PAVILION F&I 2" PVC SCH 40 CONDUIT F&I #6 AWG COPPER CONDUCTOR F&I #3/OAG SERVICE WIRES F&I JUNCTION BOX (13"X24") SERVICE CONNECTION AT MAIN BREAKER ELECTRICAL WORK ASSOCIATED W RESTROOM BUILDING ELECTRICAL WORK ASSOCIATED W IRRIGATION PUMP TROUBLESHOOT EXISTING SYSTEM/ LIGHTING 1 13 5 9 2 4 3500 9000 1500 23 1 1 1 1 LS EA EA EA EA EA LF LF LF EA EA EA EA EA $25.00 $ 25.00 1 13 5 9 2 4 3500 9000 1500 23 1 1 1 11 LS EA EA EA EA EA LF LF LF EA EA EA EA EA $25.00 $ 25.00 $334,850.00 $402,029.00 $9,500.00 $ 123,500.00 $ 45,000.00 $ 83,700.00 $ 10,000.00 $ 4,000.00 $ 35,000.00 $ 5,850.00 $ 6,000.00 $ 11,500.00 $ 500.00 $ 3,500.00 $ 3,800.00 $ 2,500.00 $8,500.00 $ 110,500.00 $ 43,525.00 $ 84,969.00 $ 5,600.00 $ 20,000.00 $ 25,060.00 $ 54,900.00 $ 34,500.00 $ 12,075.00 $ 1,800.00 $ 3,800.00 $ 2,700.00 $ 2,600.00 $9,000.00 $8,705.00 $9,300.00 $9,441.00 $5,000.00 $2,800.00 $1,000.00 $5,000.00 $10.00 $7.16 $0.65 $6.10 $4.00 $23.00 $500.00 $525.00 $500.00 $1,800.00 $3,500.00 $3,800.00 $3,800.00 $2,700.00 $2,500.00 $2,600.00 SECURITY SYSTEM CCN CAMERA- 360 DEGREE MULTI -SENSOR NETWORK DOME CAMERA POINT, TILT, AND ZOOM CAMERAS, POLE MOUNT PULL BOX, CONDUIT FOR LPR CAMERAS PLUS INSTALLALTION OF CITY -FURNISHED LPR CAMERAS AND POLES. CAT 5 ETHERNET CABLE NEMA 4X ENCLOSURE STANDALONE POE MEDIA CONVERTER 1" FLEXIBLE LIQUIDTIGHT CONDUIT EMERGENCY CALL BOX WIFI NODES NETWORK INTEGRATION (PER DEVICE) NETWORK VIDEO RECORDER FIBER JUMPER CABLE 2" PVC SCHEDULE 40 CONDUIT 12 STRAND SM FIBER OPTIC CABLE SPLICE ENCLOSURE JUNCTION BOX - SPLICING (24" X 36"; FIBER JUMPER CABLE #6AWG COPPER CONDUCTOR 1" RGS CONDUIT 11 5 1 200 10 10 150 5 1 13 1 1 3300 3300 11 11 10 6000 60 EA EA LS LF EA EA LF EA EA EA EA EA LF LF EA EA EA LF LFr-q $176,899.00 11 5 1 200 10 10 150 5 1 13 1 1 3300 3300 11 11 10 6000 60 EA EA LS LF EA EA LF EA EA EA EA EA LF LF EA EA EA LF LF $249,769.00 $2,200.00 $ 24,200.00 $ 9,500.00 $ 10,000.00 $ 760.00 $ 7,000.00 $ 6,000.00 $ 300.00 $ 30,000.00 $ 500.00 $ 6,500.00 $ 30,000.00 $ 45.00 $ 33,000.00 $ 3,234.00 $ 2,915.00 $ 8,250.00 $ 450.00 $ 31900.00 $ 345.00 $3,000.00 $ 33,000.00 $ 12,000.00 $ 29,000.00 $ 240.00 $ - $ 5,000.00 $ 1,125.00 $ 35,000.00 $ 500.00 $ 4,680.00 $ 32,000.00 $ 65.00 $ 26,730.00 $ 18,249.00 $ 6,050.00 $ 8,206.00 $ 610.00 $ 36,660.00 $ 654.00 $1,900.00 $10,000.00 $2,400.00 $29,000.00 $3.80 $1.20 $700.00 $600.00 $500.00 $2.00 $7.50 $6,000.00 $7,000.00 $500.00 $500.00 $500.00 $360.00 $30,000.00 $45.00 $32,000.00 $65.00 $10.00 $8.10 $0.98 $5.53 $265.00 $550.00 $750.00 $746.00 $45.00 $61.00 $6.11 $10.90 *There was a formatting error in totaling the "TV System" Group. Purchasing has corrected it and there is no change to the apparent low bidder. Electrical Construction Cost Total $511,774.00 $651,823.00 Page 781 of 1278 Page 782 of 1278 BID No. 036-2413-18/IT TABLE OF CONTENTS NOTICE TO CONTRACTORS.....................................................................NC-1 - NC -2 INSTRUCTION TO BIDDERS......................................................................IB-1 - IB -9 GENERAL CONDITIONS FOR CONSTRUCTION......................................GCC-1 — GCC -18 INSURANCE ADVISORY FORM.................................................................IA BIDDER ACKNOWLEDGEMENT................................................................BA-1 ADDENDA...................................................................................................A-1 STATEMENT OF BIDDER'S QUALIFICATIONS.........................................SBQ-1 - SBQ-2 NON COLLUSION AFFIDAVIT OF PRIME BIDDER...................................NCA-1 ANTI -KICKBACK AFFIDAVIT......................................................................AKA-1 CONFIRMATION OF MINORITY OWNED BUSINESS...............................MOB-1 CONFIRMATION OF DRUG-FREE WORKPLACE.....................................DFW-1 SAFETY PROGRAM COMPLIANCE...........................................................SPC-1 SCHEDULE OF SUBCONTRACTORS ......................................................SSC -1 STATEMENT OF NO BID............................................................................NB-1 PBC INSPECTOR GENERAL ACKNOWLEDGEMENT . ............................. IG -1 LOCAL BUSINESS STATUS CERTIFICATION . ......................................... LB -1 CONTRACT REQUIREMENTS: DRAFT CONTRACT....................................................................................1 -11 WARRANTY................................................................................................ WARR-1 — WARR-2 WARRANTY OF TITLE................................................................................WT-1 FINAL ESTIMATE RECONCILIATION AGREEMENT.................................FER-1 — FER-2 ATTACHMENTS — TO BE DOWNLOADED SEPARATELY Electronic Bid Pricing Sheets Project Drawings by Kimley-Horn and Associates, Inc. Security System Specifications Page 783 of 1278 The City of Boynton Beach Finance/Procurement Services 3301 Quantum Blvd. Boynton Beach, Florida 33426 s Telephone: (561) 742-6310 FAX. (561) 742-6316 INVITATION TO BID SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID No. 036-2413-18/IT Sealed bids will be received in PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Boulevard, Suite 101, Boynton Beach, Florida 33426 on or before: September 21, 2018; No Later Than 2:30 P.M. (Local Time). SCOPE OF BID: The City of Boynton Beach is seeking bids from qualified firms for electrical improvements at Sara Sims Park. The specifications and requirements are further defined in the plans. A NON -MANDATORY PRE-BID MEETING will be held on AUGUST 29, 2018, 9:00 A.M., at the Temporary City Hall located at 3301 Quantum Boulevard, Suite 101, Boynton Beach, Florida. Attendance at the pre -bid meeting is optional. This information session presents an opportunity for bidders to clarify any concerns regarding the bid requirements. The bidder is cautioned that although the pre -bid conference is optional, no modification or any changes will be allowed in the pricing because of the failure of the bidder(s) to have attended the conference. Job site visitation is strongly recommended; submission of a bid will be construed that the vendor is acquainted sufficiently with the work to be performed. ATTENTION ALL INTERESTED RESPONDENTS: Copies of this solicitation package may be obtained from Demandstar at Onvia at www.demandstar.com or by calling 1-800-711-1712. Demandstar distributes the City's solicitations through electronic download, by facsimile, or through the United States Postal Service (USPS). Respondent(s) who obtain copies of this solicitation from sources other than Demandstar or the City's Procurement Services may potentially risk not receiving certain addendum(s) issued as a result of the solicitation. Bidders shall submit one (1) marked original and two (2) copies of the completed bid package in a sealed envelope to the address above. The Project Name, Bid Number, and time and date of the Bid Opening shall be clearly marked on the outside of the sealed envelope. Facsimile or electronic responses shall not be accepted. All Bids will be publicly opened. Bids received after the assigned date and time will NOT be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of filing. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers in regard to mail being delivered by a specified time so that Bids can be considered. The City reserves the right to consider Bids that have been determined by the City to be received late due to mishandling by the City after receipt of the Bids and prior to award being made. NC -1 Page 784 of 1278 Bidders may not withdraw their Bid for a period of ninety (90) calendar days after the day set for the opening of Bids. LOBBYING / CONE OF SILENCE Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be in effect as of the deadline to submit the proposal, bid, or other response and shall remain in effect until City Commission awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. Any questions relative to any item(s) or portion of this bid should be directed to Ilyse Triestman, Purchasing Manager; Telephone: (561) 742-6322, E-mail: triestmaniCa7bbfl.us CITY OF BOYNTON BEACH Tim W. Howard Assistant City Manager — Administration IB -2 Page 785 of 1278 INSTRUCTIONS TO BIDDERS GENERAL The following instructions are given for the purpose of guiding bidders in properly preparing their bids or proposals. These directions have equal force and weight with the specifications and strict compliance is required with all the provisions herein contained. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of material only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR EQUAL is added. However, if a product other than that specified is proposed, it is the vendor's responsibility to name such a product within his proposal and to prove to the City and Engineer that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on the item(s) submitted. The City shall be the sole judge concerning the merits of the proposal submitted. SCOPE OF SERVICES The City of Boynton Beach is seeking bids to include all labor, equipment, tools, materials, and permitting for electrical improvements at Sara Sims Park located at Martin Luther King Jr. Blvd (NW 10th Avenue), Boynton Beach, Florida 33435. The specifications and requirements are further defined in Attachment A — Sara Sims Park Improvements Plans as prepared by Kimley- Horn and Associates, Inc., dated July 2018. Each bidder shall inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so shall not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his Contract. At the time of the opening of bids, each bidder shall be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and Contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect to Bidder's Bid. Nothing in this bid shall be interpreted or construed as relieving any Bidder of any obligation to conduct or attend a mandatory site inspection, as may be required and referenced elsewhere in these Bid documents. INTERPRETATIONS, INCONSISTENCIES AND ADDENDA: Prospective bidders may request interpretation of the meaning of the specifications in writing from the City of Boynton Beach. To be considered, such a request shall be received no later than Noon, September 11, 2018. The Contractor shall be bound by the specifications and any and all interpretations and supplemental instructions issued in the form of a written addendum(s). 1B -1 Page 786 of 1278 The City may issue an addendum to change the intent or to clarify the meaning of the Contract documents. Demandstar will notify plan holders of any Addenda. All addenda are available to bidders at the Finance/Procurement Office; it is each bidder's responsibility to check with the issuing office and immediately secure all addenda before submitting bids. Each bidder shall acknowledge receipt of ALL addenda by notation on the bid submittal forms. Incorporation in a bid of exceptions to any portions(s), of the Contract documents may invalidate the bid. Exceptions to the technical and special provisions shall be clearly and specifically noted in the bidder's bid on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS" and this sheet shall be attached to the bid. The use of bidder's standard forms, or the inclusion of manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract documents. PREPARATION OF BID: Each bidder shall submit an original (so marked) and two additional copies of the bid and its accompanying statements. The bid shall be submitted with all the blanks on the bid form filled in. The bid shall be enclosed in a sealed envelope plainly marked on the outside: "SARA SIMS PARK ELECTRICAL IMPROVEMENTS" BID No.: 036-2413-18/IT All blank spaces must be filled in as noted, in ink or typed, with the amounts extended and totaled, and no changes shall be made in the phraseology of the forms or in the items mentioned therein. The bid shall contain a manual signature of an authorized representative in the space provided on all affidavits and proposal sheets. This solicitation includes an electronic bid pricing sheet in Microsoft Excel (.xls) that must be downloaded separately from Demand Star and must be submitted with your bid submittal. Instruction for completing the Electronic Bid Pricing Sheet: 1. Download the Electronic Bid Pricing sheet, in Microsoft Excel format, from DemandStar.com. Respond to this bid by inputting the company's information and the unit pricing into the Excel spreadsheet. The price sheet is formatted. 2. Once the Electronic Bid Pricing Sheet is completed, bidder should save the Excel file. 3. Print the completed Electronic Bid Pricing Sheet; sign and date where indicated. 4. Bidder must submit, in one envelope, the printed signed Electronic Bid Pricing Sheet with the bidder's complete, original bid submission as per the General Conditions and Special Conditions. 5. If bidder is unable to electronically fill out the Electronic Bid Pricing Sheet with its bid submittal, bidder must submit a hardcopy of the Sheet with handwritten unit prices and extensions. IB -2 Page 787 of 1278 6. It is the Bidder's responsibility to monitor DemandStar for any issued addenda. Addenda may include revised Electronic Bid Pricing Sheets that will need to be downloaded, properly filled out, and submitted by the Bidder. A corporation's bid shall be signed by the corporation's President or Vice President, attested by the corporation Secretary and shall bear the corporate seal. A general partnership's bid shall be signed by a general partner. A limited partnership's bid shall be signed by a general partner. A sole proprietor's bid shall be signed by the sole proprietor. The bidder IS required to be licensed to do business as an individual, partnership or corporation in the State of Florida. If forwarded by mail, the sealed envelope containing the bid shall be enclosed in a mailing envelope addressed to Procurement Services, City of Boynton Beach, 3301 Quantum Boulevard, Boynton Beach, Florida 33426. SUBMISSION OF BIDS: All bid forms must be executed and submitted in a sealed envelope by SEPTEMBER 21, 2018, NO LATER THAN 2:30 P.M. The face of the envelope shall contain the company's name and address, bid title, and bid number. Bids not submitted on attached bid forms may be rejected. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. If bids are submitted in advance of bid day, they shall be received at the Office of Procurement Services, City of Boynton Beach, 3301 Quantum Boulevard, Suite 101, Boynton Beach, Florida 33426. REJECTION OF BIDS: The City reserves the right to reject any or all bids and to waive technical errors, or to accept any bids that are in part deemed as the most responsive, responsible bidder which represents the most advantageous bid to the City. In determining the "most advantageous bid" price, quantifiable factors, and other factors are considered. Any or all bids will be rejected, if there is reason to believe that collusion exists among the bidders. Bids will be considered irregular and may be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or irregularities of any kind. The City reserves the right to reject any or all bids and to waive such technical errors as may be deemed best for the interests of the City. PUBLIC ENTITY CRIMES: As provided in Fla. Stat. § 287.133(2)(a), a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and my not transact business with any public entity in excess of the threshold amount provided S.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. is -3 Page 788 of 1278 WITHDRAWALS: Any bidder may, without prejudice, withdraw or modify his bid at any time prior to the expiration of the time during which bids may be submitted. A request for withdrawal or a modification shall be in writing and signed by a person who submitted the original bid. After expiration of the period for receiving bids, no bid shall be withdrawn, modified, or explained. CONTRACT: The bidder to whom award is made shall execute the Contract to do the work and maintain the same in good repair, and shall furnish good and sufficient bonds as hereinafter specified, within ten (10) days after receiving such Contract for execution. If the bidder to whom the first award is made fails to enter into the Contract as herein provided, the award may be annulled and a Contract let to the next higher bidder who is reliable and responsible in the opinion of the City. Such bidder shall fulfill every stipulation embraced herein as if he were the original party to whom award was made. A corporation to which a Contract is awarded will be required to furnish a certificate as to its corporate existence and evidence that the officer signing the Contract is authorized to do so on behalf of the corporation. BID GUARANTEE/BID BOND: N/A PUBLIC CONSTRUCTION BOND: A. Bidder shall submit in conjunction with its bid a statement identifying the surety company or companies which will provide the Public Construction Bond required under the terms of the Contract should bidder be the successful bidder and be awarded the Contract. The disclosure shall contain an affirmation by bidder that the surety so designated has preliminarily agreed to issue the Public Construction Bond required under the terms of the Contract should bidder be awarded the Contract. B. Within ten (10) days of receipt of the Contract documents for execution, the successful bidder shall furnish a Public Construction Bond in the amount of 100 percent of the accepted bid as security for faithful performance of his Contract and for payment of all is -4 Page 789 of 1278 _. ..... .. p.hillik PIANO PUBLIC CONSTRUCTION BOND: A. Bidder shall submit in conjunction with its bid a statement identifying the surety company or companies which will provide the Public Construction Bond required under the terms of the Contract should bidder be the successful bidder and be awarded the Contract. The disclosure shall contain an affirmation by bidder that the surety so designated has preliminarily agreed to issue the Public Construction Bond required under the terms of the Contract should bidder be awarded the Contract. B. Within ten (10) days of receipt of the Contract documents for execution, the successful bidder shall furnish a Public Construction Bond in the amount of 100 percent of the accepted bid as security for faithful performance of his Contract and for payment of all is -4 Page 789 of 1278 persons performing labor or furnishing materials in connection therewith, prepared on the form or bond attached hereto. C. The Contractor is required at all times to have a valid Public Construction Bond in force covering the work being performed. A failure to have such bond in force at any time shall constitute a default on the part of the Contractor. If the surety company writing the Public Construction Bond becomes disqualified according to the provisions of Article 18 below, then this shall automatically constitute failure on the part of the Contractor to meet the above requirements unless Contractor provides substitute Public Construction Bond within thirty (30) days of written demand by the CITY. D. The Public Construction Bond shall continue in effect for one (1) year after completion and acceptance of the work with liability equal to 25% of Contract price, or an additional bond shall be conditioned that the Contractor will, upon notification by the City, correct any defective or faulty work or materials which appear within one (1) year after completion of the Contract. POWER OF ATTORNEY: Attorneys -in -fact who sign Bid Bonds or Contract Bonds shall file with each bond an original, certified and dated copy of their power of attorney. QUALIFICATION OF SURETY: The Bid Bond, if applicable, and the Public Construction Bond shall be executed by a surety company of recognized standing authorized to do business in the State of Florida and having a resident agent in the State of Florida for purposes of service of process. The surety company shall hold a current certificate of authority as acceptable surety on Federal Bonds, in accordance with U.S. Department of Treasury Circular 570, current revision, or meet the criteria established as to acceptable surety companies by the Board of Commissioners of State Institutions, March 18, 1958, or the equivalent thereof. A surety shall be deemed not qualified if the surety shall have a receiver appointed for it, or if it shall declare or file or has filed for bankruptcy. SUBCONTRACTS: If a bidder subcontracts any portion of a Contract for any reason, they must state the name and address of the subcontractor and the name of the person to be contracted on the enclosed "Schedule of Subcontractors". The City of Boynton Beach reserves the right to accept or reject any or all bids wherein a Subcontractor is named and to make the award to the bidder, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. The City also reserves the right to reject a bid of any bidder if the bid names a Subcontractor who has previously failed in the proper performance of an award or failed to deliver on time Contracts of a similar nature, or who is not in a position to perform properly under this award. The City reserves all rights in order to make a determination as to the foregoing. is -5 Page 790 of 1278 DISPUTES In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City Manager shall be final and binding on both parties. INDEMNIFICATION: The bidder's attention is directed to the indemnification requirements set out in the Contract, general conditions and special conditions. The bidder's bid shall include an amount sufficient to constitute sufficient consideration to support the Contractor's obligation to indemnify the City for claims or actions from any claim demand or cause of action arising from any act, omission or default of the CITY, its employees or agents, arising from the Contract or its performance. RIGHTS OF THE CITY: The City expressly reserves the right to: A. Waive any informality, minor deviations from specifications at a lower price than the most responsive, responsible bidder meeting all aspects of the specifications and consider it, if it is determined that total cost is lower and the overall function is improved or not impaired; B. Waive any defect, irregularity or informality in any bid or bidding procedure; C. Reject or cancel any or all bids; D. Reissue an Invitation to Bid; E. Extend the bid opening time and date; F. Procure any item by other means; G. Increase or decrease the quantity specified in the Invitation to bid unless the bidder specifies otherwise; H. Consider and accept any alternate bid as provided herein when most advantageous to the City. BASIS OF PAYMENT: Payment shall be made on the basis of prices given in the bid. Lump sum prices shall be paid on a percentage complete basis. Unit prices shall be applied to the actual quantities furnished and installed as specified in order to determine payment. Retentions shall be as specified in the Contract. ACCEPTANCE PERIOD: The bidder shall hold his bid good for acceptance by the City for a period of not less than ninety (90) days following the date of the bid opening. The r_, ,ara„+ee req�edUnder- 14 0 (_1 1ARANITCFIRIF) RQNA [?0 heFahnao Shall ho offon+iao fnr+hic PeFiE)d is -6 Page 791 of 1278 INSURANCE SCHEDULE: It shall be the responsibility of the successful bidder to maintain workers' compensation insurance, property damage, liability insurance and vehicular liability insurance, during the time any of his personnel are working on City of Boynton Beach property. Loss by fire or any other cause shall be the responsibility of the vendor until such time as the items and/or work has been accepted by the City. The vendor shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best's Key Rating Guide, latest edition. See Insurance Requirements — "Insurance Advisory Form". KNOWLEDGE PRESUMED: Bidder is deemed to have knowledge of all applicable state laws, municipal ordinances and rules and regulations of all authorities having jurisdiction over construction of the project. ALTERNATES: Where a base bid is provided for, the bidder shall submit a bid on the base bid and may exercise their prerogative in submitting an alternate bid. The Owner reserves the right to accept or reject the alternates or base bid or any combination thereof. The Owner, or a representative, further reserves the unqualified right to determine whether any particular item or items of material, equipment, or whatsoever, is an approved equal, and reserves the unqualified right to a final decision regarding the approved or rejection of the same. ASSIGNMENT: Any Contract, or Purchase Order, issued pursuant to this Invitation to Bid and the monies which may become due hereunder are not assignable except with the prior written approval of the City. DELIVERY: Prices shall be quoted F.O.B. Boynton Beach, Florida. F.O.B. destination indicates that the seller is responsible for the shipment until it reaches its destination. Any and all freight charges are to be included in the bid total. The bidder's invoice payment terms must be shown. PALM BEACH COUNTY INSPECTOR GENERAL The Successful Bidder shall be aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any contracts resulting from this solicitation and in furtherance thereof, may demand and obtain records and testimony from the Successful Bidder and its subcontractors and lower tier subcontractors. The Successful Bidder understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Successful Bidder or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the CITY to be a material breach of this Contract justifying its termination. Each Bidder shall complete the Palm Beach County Inspector General Acknowledgement Form and shall submit this form with the Bid/Proposal. The CITY considers IB -7 Page 792 of 1278 the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. PUBLIC RECORDS Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City of Boynton Beach is a public agency subject to Chapter 119, Florida Statutes. The contractor shall comply with Florida's Public Records Law. Specifically, the contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BOULEVARD, SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US IB -8 Page 793 of 1278 LOCAL BUSINESS PREFERENCE The City of Boynton Beach Administrative Policy No. 10. 16.01 provides for a local business preference. "For all acquisitions made pursuant to Sealed Competitive Bid, as provided in Sec. 10.05, the City shall give preference to a Local Business if the Local Business' bid is determined to be within five percent (5%) or five thousand dollars ($5,000.00), whichever is less, of the lowest responsible and responsive bidder. In revenue generating contracts where award, if any, is to be made to the bidder returning the highest amount to the City, the same preference set forth herein shall be applied with respect to the highest bid." In order to be considered for a local business preference, a bidder must include the Local Business Status Certification Form at the time of bid submittal. Failure to submit this form at the time of bid submittal will result in the bidder being found ineligible for the local business preference for this solicitation. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. is -9 Page 794 of 1278 GENERAL CONDITIONS FOR CONSTRUCTION 1. DEFINITIONS AND TERMS: The terms used in these specifications are defined as follows: OWNER: CITY OF BOYNTON BEACH OWNER'S GARY DUNMYER, PE, CITY ENGINEER REPRESENTATIVE: ENGINEER: KIMLEY-HORN AND ASSOCIATES, INC. CONTRACTOR: The person, firm or corporation with whom this Contract is executed by the Owner. SUBCONTRACTOR: Any person, firm or corporation other than the Contractor supplying material or labor for work at the site of the project. Such person or firm has contractual relations with the Contractor, but not with the Owner. CONTRACTOR LICENSE Registered Electrical Contractor REQUIREMENT: SURETY: Any person, firm or corporation that has executed as Surety the Contractor's performance bond securing the performance of this Contract. CONTRACT: The agreement executed by the Owner and the Contractor covering the work to be performed and including all Contract Documents. SPECIFICATIONS: The detailed written description of the work. DRAWING(S): The drawings listed and described in the Contract Documents. PROJECT: The entire construction or installation to be performed as set forth in the Contract Documents. CLAIMS AND NOTICES: A notice is defined to be information rendered by either party to the other upon a condition becoming known pursuant to the following requirements. All claims, requests, substitutions, changes, notice, delays and any and all other forms of notices or claims by the Contractor to the Owner or Engineer must be in writing and promptly presented. If none is so made, it is irrefutably presumed not to have been given by the Contractor to the Owner or Engineer. GCC -1 Page 795 of 1278 2. CONTRACT DOCUMENTS: This Contract consists of the following parts, all designated as the Project: Advertisement for Bids Information for Bidders Bid Proposal Rod Rppd General Conditions for Construction Special Conditions for Construction 3. DRAWINGS: Certificate of Insurance Public Construction Bond TonhPin_l R-PeGifiGatiORS Contract Drawing(s) Addenda Construction Contract The general character and scope of the work is illustrated by ATTACHMENT `A' — SARA SIMS PARK IMPROVEMENTS PLANS. 3.1 Checking the Drawings and Dimensions: 3.1.1. The Contractor shall check all drawings included as part of this Contract Document Immediately and shall promptly notify the Owner's representative in writing of any discrepancies. Anything shown on the drawings and not mentioned in the specifications or mentioned in the specifications and not shown on the drawings, shall be of like effect as if shown or mentioned in both. 3.1.2. Figures marked on drawings shall, in general, be followed in preference to scale measurements. Large scale drawings shall, in general, govern small scale drawings. The Contractor shall compare all drawings and verify the figures before laying out the work, and will be responsible for any errors which might have been avoided thereby. When dimensions on the drawings are affected by the type of equipment selected, the Contractor shall adjust such dimension as conditions may require. 4. NOTICE TO PROCEED: When the Contract has been executed on the part of the Owner, it shall be forwarded to the Contractor together with notice from the Owner to commence work. The Notice to Proceed will include the time for completion and the date to begin the Contract Time. The Contractor shall begin construction operations at the site within ten (10) calendar days after the date of the Notice to Proceed. 5. PRE -CONSTRUCTION CONFERENCE: Prior to starting the work, a pre -construction conference will be held to review the work schedules, to establish procedures for handling shop drawings and other submissions, for processing periodical pay estimates, and such other matters as may be pertinent to the project and submit a preliminary shop drawing schedule. GCC -2 Page 796 of 1278 6. PROGRESS AND CONTROL OF THE WORK: 6.1. Schedule and Progress Reports: The Contractor must submit a proposed schedule of the work (Gantt or CPM Chart) and a preliminary list and schedule of shop drawing submissions at the pre -construction conference. The purpose of this list and schedule is to enable the Owner and the Engineer to govern the work, to protect the functions of the local government and its citizens, and to aid in providing appropriate surveillance. The Owner shall have the right to reschedule work provided that rescheduling is in accord with the remainder of the terms of this Contract. The schedule shall show, as a minimum, the approximate dates on which each segment of the work is expected to be started and finished, the anticipated earnings by the Contractor for each month, and the approximate number of crews and equipment to be used. The Engineer, after necessary rescheduling and obtaining additional information for specific purposes, shall review and approve the schedule. The Contractor shall also forward to the Engineer and Project Manager as soon as possible after the first day of each month, a summary report of the progress of the various parts of the work under the Contract, in fabrication and in the field stating the existing status, estimated time of completion, and cause of delay, if any. Together with the summary report, the Contractor shall submit any necessary revisions to the original schedule for the Engineer and Owner's review and approval. The detailed construction schedule shall be updated monthly and submitted with the Contractor's request for payment. 6.2. Approval of Subcontracts: 6.2.1. The Contractor shall submit with the bid proposal a list of names of subcontractors proposed to perform the work. The Contractor shall propose an acceptable substitute subcontractor if the Owner or Engineer has an objection to any person or entity listed. 6.2.2. The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. 6.2.3. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 6.3. Prosecution of Work: 6.3.1. The work shall be prosecuted at such time or in or on such part or parts of the project which such forces of workmen, materials and equipment as may be ordered by the Engineer in writing, to complete the project as outlined in the drawings, specifications, Contract and schedules, including such detailed drawings as may be furnished by the Engineer from time to time during the prosecution of the work in explanation of said drawings. If at any time the materials and appliances to be used appear to the Engineer as insufficient or improper for securing the quality of work required, or the required rate of GCC -3 Page 797 of 1278 progress, he may order the Contractor to increase his efficiency or to improve the character of his work. The Contractor shall conform to such an order. The failure of the Engineer to demand any increase of such efficiency or any improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress necessary to complete the work within the limits imposed by the Contract. 6.3.2. The Contractor shall perform the work and take such precautions as he may deem necessary to complete the project so all work will be in first-class and acceptable conditions within the Contract time according to schedule. 6.3.3. If the Contractor desires to carry on work at night or outside the regular hours, he shall submit application to the Owner, but he shall allow ample time to enable satisfactory arrangements to be made for inspecting the work in progress. The Owner could grant permission unless local regulations prohibit such work. If granted permission, he shall comply with all regulations and legal requirements. Contractor shall be responsible to pay for all inspection services outside of regular hours at a rate of $100/hr. 6.4. Workmanship, Material and Workmen: 6.4.1. Unless otherwise stated in the detailed specifications, all workmanship, materials and articles incorporated in the work covered by this Contract shall be of the most suitable grade of their respective kinds for the purpose and acceptable to the Engineer. The Engineer shall decide the question of quality where the expression "or equal" is used in the specifications following reference to a specific manufacturer of equipment or materials. When and to the extent required by the specifications or by the Engineer, the Contractor shall furnish the Engineer for review, full information concerning the materials or articles or methods of work which he contemplates incorporating the work. Samples of materials shall be submitted for review when requested. Machinery, materials, articles installed or used, or unusual methods of work used without such review shall be at the risk of subsequent rejection. 6.4.2. The Owner may require the Contractor to remove from the work such employees as the Owner deems incompetent, careless, insubordinate, or otherwise objectionable, or whose continued employment on the work is deemed to be contrary to the Owner' interest. 6.5. Delays and Extension of Time: 6.5.1. If the Contractor is delayed at any time in the progress of the work by any act or neglect of the Owner or his employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, fire, lockouts, unusual delay in transportation, unavoidable casualties or by delay authorized by the Owner pending arbitration, or by any cause which the Owner shall decide to justify the delay, then the time of completion may be reasonably extended by the Owner. GCC -4 Page 798 of 1278 6.5.2. No extension shall be made for delay unless notice of a claim is made by the Contractor in writing to the Engineer within seven days of the event or incident causing the delay and as otherwise provided by the definition of "Notice", Page GCC -1. 6.5.3. If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then no claim for delay shall be allowed on account of failure to furnish drawings until two weeks after demand in writing for such drawings and not then unless such claim is reasonable and as otherwise provided by the definition of "Notice", Page GCC -1. 6.5.4. In the event of any delay in the project caused by any act or omission of the City, its agents, or employees, the sole remedy available to Contractor shall be by extension of the time allocated to complete the project. No monetary damages shall be claimed or awarded to Contractor in association with any delay in the project caused by any act or omission of the City, its agents or employees. For the purpose of this section the phrase "the City, its agents and employees" shall include but shall not be limited to the Engineer, Project Manager, and consulting Engineers. This article does not exclude the recovery of damages by the City for delay caused by Contractor under other provisions in the Contract Documents. 7. RIGHTS AND RESPONSIBILITIES OF THE OWNER DURING CONSTRUCTION: 7.1. Surveys and Lands for Work: The Owner shall provide the lands upon which the work under this Contract is to be done, except that the Contractor shall provide all necessary additional land required for the erection of temporary construction facilities and storage of his material, together with right of access to the same. The Owner shall furnish together with right of access to the same. The Owner shall furnish all land surveys for this project. Easements for permanent structures or utilities shall be secured and paid for by the Owner. 7.2. Use of Completed Portions: The Owner shall have the right to take possession of and use any completed portions of the work, although the time for completing the entire work or such portions may not have expired, but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. 7.3. The Owner's Right to do Work: If the Contractor should neglect to prosecute the work properly or fail to perform any provisions of this Contract, the Owner, after ten (10) days written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GCC -5 Page 799 of 1278 7.4. Right to Retain Imperfect Work: If any part or portion of the work done or material furnished under this Contract shall prove defective and not in accord with the plans and specifications, and if the Owner decides that any part or portion of the imperfect work is not of sufficient magnitude or importance as to make the work dangerous or undesirable, or if the removal of such work will create conditions which are dangerous or undesirable, the Owner, on recommendation of the Engineer, shall have the right and authority to retain such work but shall make such deductions in the final payment therefore as may be just and reasonable, and such retention shall not constitute a waiver by the Owner of the Contractor's obligation under the Contract. 7.5. Suspension of Work: 7.5.1. If the work is defective, or the Contractor fails to supply sufficient skilled workmen or suitable materials or equipment, or if the Contractor fails to make prompt payments to subcontractors or for labor, materials or equipment, or if the Contractor fails to comply with work schedules, the Owner may order the Contractor to stop all work, or any portion thereof, and terminate payments to the Contractor until the cause for such order has been eliminated. No extension of Contract time will be allowed for this suspension. 7.5.2. The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety days by notice in writing to the Contractor, which notice shall fix the date on which the work shall be resumed. The Contractor will resume the work on the date so fixed. The Contractor will be allowed an increase in Contract price or an extension of the Contract time directly attributable to any suspension if he makes a claim therefore as provided in the Contract, Paragraph 8.0, Changes in the Work. 7.6. Termination of Contract: 7.6.1. If the Contractor is adjudged as bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the Contractor or for any of his property, or if he files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to subcontractors or for labor, materials or equipment, or if he disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction, or if he disregards the authority of the Engineer, or if he otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his surety ten (10) days written notice, terminate the services of the Contractor and take possession of the project and of all materials, equipment, tools, construction equipment, and machinery thereon owned by the Contractor, and finish the work by whatever method he may deem expedient. GCC -6 Page 800 of 1278 In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract price exceeds the direct or indirect costs of completing the project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference of the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. 7.6.2. Where the Contractor's services have been so terminated by the Owner, said termination shall not affect any rights of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the Owner due the Contractor will not release the Contractor from liability. 7.6.3. Upon ten (10) days written notice to the Contractor, the Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the project and terminate the agreement. In such case, the Contractor shall be paid for all work executed and any expense sustained plus a reasonable profit not to exceed five percent (5%) over cost incurred. 8. RESPONSIBILITIES OF THE CONTRACTOR: 8.1. Contractor's Representative: The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants, all satisfactory to the Owner. The superintendent shall not be changed except with the consent of the Owner unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The superintendent shall represent the Contractor in his absence, and all directives given to the superintendent shall be as binding as if given to the Contractor. The Contractor shall give efficient supervision to the work, using his best skill and attention. 8.2. Contractor's Understanding: 8.2.1. 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 equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent or employee of the Owner or the Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations therein contained. 8.2.2. If the Contractor, in the course of the work, finds any discrepancy between the drawings and the physical conditions of the locality, or any error or omissions in the drawings or in the layout as given by points and instructions, or discovers unforeseen underground or aboveground conditions or any other unexpected conditions requiring additional work by the Contractor, it shall be his duty to immediately inform the Project Manager in writing, and the Project Manager shall promptly check the accuracy of the information. GCC -7 Page 801 of 1278 Any work done after such discovery, until any necessary changes are authorized, will be done at the Contractor's risk. See definition of "Notice", Page GCC -1. 8.2.3. If any part of the Contractor's work depends for proper execution or results upon the work of any other Contractor, the Contractor shall inspect and measure work already in place and shall at once report to the Project Manager any discrepancy between the executed work and the drawings. The Contractor is at all times fully responsible for the work of the subcontractor as if it were the Contractor's own work. 8.3. Quality of Material, Equipment or Work: When any material or equipment not conforming to the requirements of the specifications and drawings has been delivered to the project, or incorporated in the work of the project, or whenever any work performed is of inferior quality, then such material or equipment or work, whether known or unknown to the Owner or the Engineer shall be considered to be defective, and shall be removed and replaced, or made satisfactory to the Owner or the Engineer, at no cost to the Owner. 8.4. Permits, Licenses, Taxes and Regulations: 8.4.1. All permits and licenses necessary for the prosecution of the work shall be secured by the City of Boynton Beach and permit fees paid by the City. 8.4.2. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. 8.4.3. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the drawings and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the Contract under Paragraph 8.0, Changes in the Work. If the Contractor performs any work contrary to such laws, ordinances, rules and regulations, and does not comply with the aforesaid procedure, he shall bear all cost as a result of such violation. See definition of "Notice", Page GCC -1. 8.5. Protection of Work, Persons and Property: 8.5.1. The Contractor shall continuously maintain adequate protection of all his work from damage and shall protect all property from injury or loss arising in connection with the Contract. He shall make good any such damage, injury or loss, except such as may be directly due to errors in Contract Documents or caused by agents or employees of the Owner. He shall adequately protect adjacent property as provided by law and the Contract Documents. He shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority, or local conditions. He shall provide reasonable maintenance of traffic ways for the public and preservation of the continuation of the Owner's business, taking into full consideration all local conditions. GCC -8 Page 802 of 1278 8.5.2. He shall comply with the Florida Department of Commerce Safety Regulations, the Palm Beach County Land Development Permit, and any local safety regulations. 8.6. Scope of the Contractor's Service: 8.6.1. Unless otherwise stipulated, the Contractor shall provide and pay for all bonds, insurance, materials, labor, tools, equipment, light, power, water, transportation and other facilities necessary for the execution and completion of the work. 8.7. Responsibility for the Work: Prior to the completion of the work by the Contractor and the acceptance thereof by the Owner, the work shall remain at the risk of the Contractor and said Contractor shall be required to repair, replace, renew and make good at his own expense all damages caused by force or violence of the elements or any cause whatsoever, provided, however, that in such cases the Contractor shall be entitled to a reasonable extension of time within which to complete said work. If the cause of the delay shall be due to the negligence, fault or omission of the Contractor, the Contractor shall not be entitled to the extension of time mentioned in the said paragraph. 8.8. Contractor's Right to Terminate Contract: If the work should be stopped for a period of three (3) months, under an order of any court or public authority, other than by the Owner, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon thirty (30) days written notice to the Owner and the Engineer, terminate his Contract and recover from the Owner payment for all work executed and any expense sustained plus a reasonable profit thereon. 8.9. Removal of Equipment: In the case of annulment of this Contract before completion, from any cause, except that stated in Paragraph 8.8 above, the Contractor, if notified to do so by the Owner, shall promptly remove any part or all of this equipment and supplies at the expense of the Contractor. 8.10. Public Entity Crimes: 8.10.1. Legal Requirements: Federal, State, County and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder will in no way be a cause for relief from responsibility. 8.10.2. On Public Entity Crimes: All invitations to bid as defined by Section 287.012(l 1), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described in Section 287.058, Florida Statues, shall contain a statement informing persons of the provisions of paragraph (2) (a) of Section 287.133, Florida Statutes, which reads as follow: GCC -9 Page 803 of 1278 8.10.2.1. "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract or provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list". 9. THE AUTHORITY AND DUTIES OF THE ENGINEER: 9.1. Status of the Engineer: The work shall be subject at all times to the review of the Engineer, or his authorized assistants. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, rate of progress of work, areas of work, maintenance of schedules, interpretation of drawings and specifications, and all questions as to the acceptable fulfillment of the Contract on the part of the Contractor. In case of differences between the drawings and specifications, the Engineer shall make a determination as to whether the specifications or drawings represent the intent of the Contract, and such determinations shall be communicated to the Contractor in writing. All claims of the Contractor shall be presented in writing to the Engineer for decision. The Engineer's decision shall be made in writing within a reasonable time. All decisions of the Engineer shall be final except in cases where time and/or financial considerations are involved. See definition of "Notice", Page GCC -1. 9.2. Examination of the Work: 9.2.1. The Engineer, and his authorized assistants, shall have free access to the work of the Contractor at any time for purposes of observation, and shall be furnished by the Contractor with facilities to determine, as best as can reasonably be done under the circumstances, the work performed and the nature of same. Such assistance of the Contractor shall, if necessary, include the uncovering, testing or removal of portions of finished work. 9.2.2. Duly authorized inspectors, who shall perform their duties periodically on the project, may be assigned to the project, or any part thereof at any time. The number of inspectors will be at the direction of the Owner. The presence or absence of any inspector shall in no way lessen the responsibility of the Contractor to perform properly the Contractor's duties to the Owner under these Contract Documents. In case any dispute arises between the Contractor and an inspector as to materials furnished, or the manner and method of performing the work, the inspector shall have authority to reject materials or work, to suspend work until the question at issue can be referred to and decided by the Engineer. GCC -10 Page 804 of 1278 An inspector is not authorized to revoke, alter, enlarge, relax, release or amend any of the specifications or requirements thereof, nor to issue any instructions on, nor to approve or accept any portion of the work, or materials, or equipment which are contrary to the drawings and specifications; nor are any of his actions, authorized or unauthorized, to be so construed. 9.2.3. All materials shall be subject to examination and test by the Engineer at any time during manufacture, and at all places where such manufacture is being carried on. The right is reserved to reject defective materials during manufacture or before they have been incorporated into the work. If the Contractor fails to replace defective work or rejected materials, the Owner may replace such materials or correct such defective work and charge the cost thereof to the Contractor, or may terminate the right of the Contractor to proceed under Paragraph 7.6 of the General Conditions for Construction. 9.2.4. Since no inspection either final or interim can be complete within itself, no final inspection, acceptance of work, material or equipment or final or interim acceptance of same by the Owner or Engineer, or certificate of Engineer shall relieve the obligation of the Contractor to the Owner to do the work in a good, workmanlike manner, and to furnish proper, specified equipment and materials, and to perform properly all and any obligations and duties to the Owner under the terms of the Contract Documents. 10. DUTIES, RESPONSIBILITIES AND AGENCY OF RESIDENT INSPECTOR: The Owner shall have the right to appoint a resident inspector not employed by the Engineer. Prior to the commencement of work, the Owner, if it shall appoint a resident inspector, shall notify the Engineer and the Contractor of the name and address of the resident inspector and the general scope of the inspection duties as regards to the Contractor's project, which the resident inspector will perform on behalf of the Owner. In the event that such appointment is made by the Owner, it shall be understood between the Owner, the Contractor and the Engineer, that such resident inspector shall be the agent and employee of the Owner and not of the Engineer. Interpretations of the Contract conditions and specifications and directions to the Contractor made by the resident inspector shall not be deemed to be the act of the Engineer, but exclusively those of the Owner unless the Engineer shall, in writing, join in or endorse the said direction, interpretation, or recommendation of the resident inspector. The resident inspector's authority shall be limited to observing the work of the Contractor on behalf of the Owner in order to assist the Owner in determining that the Contractor is complying with the terms of the Contract. The Engineer agrees to cooperate with and to consult with the resident inspector if appointed by the Owner, but the resident inspector shall not be subject to the direction of the Engineer, nor shall the Engineer be responsible for the resident inspector's judgment or conduct. In accordance with their general duties and responsibilities provided for elsewhere in these conditions, in the event of a dispute between the resident inspector and the Engineer concerning matters of interpretation of the Contract, Engineering judgment or standard of performance of the Contractor, the opinion of the Engineer shall be controlling. GCC -11 Page 805 of 1278 11. WORK BY OTHERS: N/A The Owner reserves the right to let other Contracts in connection with this work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and execution of their work, and shall promptly connect and coordinate this work with theirs. 12. INSURANCE REQUIREMENTS: Refer to Instructions to Bidders, Paragraph 25, for the insurance requirements. Also, see Insurance Requirements — Insurance Advisory Form. 13. PAYMENTS TO THE CONTRACTOR: 13.1. Monthly Payments to the Contractor: The Contractor shall plan his work for construction on the basis of twelve monthly pay periods per year. So long as the work is prosecuted in compliance with the provisions of the Contract, the Contractor will, on or about the last day of the pay period, make an approximate estimate, in writing on a form approved by the Engineer of the proportionate value of the work done, items, and locations of the work performed up to and including the last day of the period then ending. The Engineer will then review said estimate and make the necessary revisions so that the estimate can receive his approval. If the Contractor and the Engineer do not agree on the approximate estimate of the proportionate value of the work done for any pay period, the determination of the Engineer shall be binding. The Contractor may also include in the estimate the value of the materials stored on the job site, provided the Contractor submits copies of paid invoices covering such material. The amount of said estimate after deducting ten percent (10%) and all previous payments shall be due and payable to the Contractor within thirty (30) days after presentation of the estimate to the Owner. The ten percent (10%) deduction shall not be applied to the amount of the materials stored. The amount retained may be reduced to 5% at the discretion of the Engineer when said project exceeds 90% of the original Contract amount. It is understood that payments for such material do not relieve the Contractor of the responsibility for the care of the materials, and nay damage to or loss of said materials is the full responsibility of the Contractor. Any Periodical Pay Estimate signed by the Contractor shall be final as to the Contractor for any or all work covered by the Periodical Pay Estimate. 13.2. Contractor's Warranty of Title: 13.2.1.The Contractor warrants and guarantees that title to all work materials and equipment covered by any application for payment, whether incorporated in the project or not, will pass to the Owner at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these General Conditions referred to as "Liens"). GCC -12 Page 806 of 1278 13.2.1.1. The Contractor agrees to furnish an affidavit stating that all laborers, material men and subcontractors have been paid on the project for work covered by the application for payment and that a partial or complete release of lien as may be necessary, be properly executed by the material men, laborers and subcontractors on the project for the work covered by the application for payment, sufficient to secure the Owner from any claim whatsoever arising out of the aforesaid work. (See WT -1) 13.3. Correction of Work Before Final Payment: 13.3.1. The Contractor shall promptly remove from the premises all material condemned by the Engineer as failing to conform to the Contract whether incorporated in the work or not, and the Contractor shall promptly replace and re -execute his own work in accord with the Contract and without expense to the Owner, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 13.3.2. If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by written notice, the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expense of such removal within ten (10) days time thereafter, the Owner may, upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof after deducting all the cost and expenses that should have been borne by the Contractor. 13.4. Liens: Neither the final payment nor any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and in addition thereto, in either case, an affidavit that so far as the Contractor has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed, but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the Engineer to indemnify the Owner against any lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all money payments that the latter may be compelled to pay in discharging such a lien, including all costs, interest, and a reasonable attorney's fee. 13.5. Substantial Completion Review/Final Inspection: When the Contractor has completed the work in compliance with the terms of the Contract Documents, he shall notify the Project Manager in writing that the project is ready for substantial completion review. The Engineer will then advise the Contractor as to the arrangements for inspection and what work, if any, is required to prepare the project or a portion thereof for inspection. When the Project Manager determines the project or portion thereof is ready for inspection, he shall perform same, along with the Contractor and Owner's Representative. Upon completion of the inspection, the Project Manager will prepare a list of errors of either commission or omission by the Contractor reasonably observable and determined under the conditions governing and restricting said inspection. GCC -13 Page 807 of 1278 When all such errors have been corrected, a final re -inspection will be made. The process will be repeated until, in the opinion of the Owner's Representative, the project has been completed in compliance with the terms of the Contract Documents as can best and reasonably be observed and determined under the conditions governing and restricting said final inspection. The Project Manager will then, pursuant to such inspection and re- inspection, shall issue a certificate of Final Completion to the Owner as to completion of final inspection. It is understood this document covers only those items which can be physically inspected and the document indicates compliance within the standards of the construction industry as interpreted by the Project Manager. 13.6. Final Acceptance: When the Project Manager issues the Certificate of Final Completion to the Owner's Representative as to completion of the final inspection, the Contractor may make request for final payment. With the request for final payment, the Contractor shall furnish evidence satisfactory to the Owner's Representative that the Contractor has fully paid all debts for labor, materials and equipment incurred in connection with the work. The Contractor must provide all evidence required by the Contract to assure the Owner's Representative of complete compliance with all terms of the Contract. When the Owner's Representative has satisfied himself as to compliance with the terms of the Contract and has received certification of final inspection, he will notify the Contractor of final acceptance by the Owner's Representative. The date of final acceptance will be assumed as the date of final completion of the project unless previous agreement has been made by the Owner's Representative with the Contractor. 13.7. Final Payment: When final acceptance has been made by the Owner, the Project Manager will then review the amount of final request for payment and certify the amount of this approval. Upon approval of the Project Manager, the Owner will make final payment of the Contract amount, plus all approved additions, less approved deductions and previous payments made. 13.8. Termination of Contractor's Responsibility: The Contract will be considered complete when all work has been finished, the final inspection by the Project Manager, and the project finally accepted in writing by the Owner. The Contractor's responsibility shall then terminate except as otherwise required and set out in these Contract Documents. 14.0 WARRANTY AND GUARANTEE PROVISIONS: All materials and equipment furnished by the Contractor and all construction work and workmanship involved in this Contract shall be, and the same is hereby guaranteed and warranted by the Contractor for a period of one (1) year, or the time designed in the standard factory warranty, whichever is longer from written final acceptance by the Owner. All materials, equipment and workmanship furnished, installed and performed by the Contractor is warranted and guaranteed by the Contractor to the Owner to be such as to meet the required standards and to accomplish the purposes and functions of the project as defined, detailed and specified in these Contract Documents. GCC -14 Page 808 of 1278 The Owner shall, following discovery thereof, promptly give written notice to the Contractor of faulty materials, equipment, or workmanship within the period of guarantee. Any part of the equipment, material or workmanship which does not comply with the warranty and guarantee shall be promptly replaced by the Contractor at his own cost and without cost to the Owner. These warranty and guarantee provisions create no limitations on the Owner as to any claims or actions for breach of guaranty or breach of warranty that the Owner might have against parties other than the Contractor, and do not constitute exclusive remedies of the Owner against the Contractor and are not intended to and shall not limit any other rights, remedies, or causes of action which the Owner might exercise against the Contractor, and shall not alter nor modify the application of the Statute of Limitations as established by the Statutes of the State of Florida. Venue shall be in Palm Beach County, Florida, therefore this Contract is governed by the Laws of Palm Beach County and the State of Florida. 15.0 EXISTING UNDERGROUND UTILITIES: Any cost incurred for the protection of and/or damages to existing underground utilities will be considered as part of the applicable Contract price and no additional compensation will be paid to the Contractor. 16.0 CLAIMS AND DAMAGES: 16.1. Requirement for Notice: Any requirement of the Contract Documents (or) for notice or direction by the Project Manager shall be a condition precedent to be complied with by the Contractor before any claim for extra compensation can be made. See definition of "Notice", Page GCC -1. 16.2. Claims for Extra Cost: If the Contractor claims that any instructions in writing or by drawings or otherwise involve extra cost under this Contract, he shall give the Project Manager written notice within a reasonable time after the receipt of such instructions, and in any event before proceeding to execute the work, except in emergency endangering life or property. A decision by the Project Manager will then be made as specified in Paragraph 9.1 of this division. If this decision requires a Change Order, the procedure shall be as provided for in the Contract, Paragraph 8.0, Changes in the Work. See definition of "Notice", Page GCC -1. No claim shall be valid unless so made. 16.3. Claims for Damages: Any claim for damages by the Contractor against the Owner arising under this Contract shall be made in writing to the party liable within thirty (30) days of the first observance of such damage, except as expressly stipulated otherwise in the case of faulty work or materials and shall be adjusted by agreement validated by Change Order. Any claim not reported within thirty (30) days shall not be considered valid. See definition of "Notice", Page GCC -1. GCC -15 Page 809 of 1278 16.4. Liquidated Damages: If the Contractor refuses or fails to prosecute the work, or any separable part thereof, with such diligence as will insure its completion within the time specified in the bid, or any extension thereof, or fails to complete said work within such time, the Owner may, by written notice to the Contractor, terminate his right to proceed with the work or such part of the work on which there has been delay. In such event, the Owner may take over the work and prosecute the same to completion, by Contract or otherwise, and the Contractor and his Sureties shall be liable to the Owner for any excess cost occasioned the Owner thereby. If the Contractor's right to proceed is so terminated, the Owner may take possession of and utilize in completing the work such materials, appliances, and plant as may be on the site of the work, and therefore, necessary. If the Owner does not terminate the right of the Contractor to proceed, the Contractor shall continue the work, in which event the actual damages for the delay will be impossible to determine and in lieu therefore, the Contractor shall pay to the Owner the sum specified in the Instructions to Bidders, Paragraph 24 as fixed, agreed upon as liquidated damages for each calendar day of the delay until certification of substantial completion by the Owner. 16.5. Additional Engineer Expense: Should the Contractor fail to complete the work during the specified number of calendar days, it is agreed that for each day of overrun until final completion, all expense of supervision and inspection furnished by the Owner and/or the Engineer shall be at the expense of the Contractor and/or his Surety. Such Engineering expense shall be considered to be equal to the job payroll of the Owner and/or the Engineer plus 150 percent (150%) thereof for overhead, plus on-the-job mileage. Such Engineering expense will be deducted from monies due the Contractor. The amount of such expenses shall be construed to be in addition to other damages for delays that might be assessed by the Owner. 17.0 INTERPRETATION OF CONTRACT: In the event of a conflict in the interpretation of the Contract or the terms of the Contract, or the drawings and specifications, the opinion of the Engineer shall be final. 18.0 INDEMNIFICATION: 18.1 The Contractor shall indemnify and hold harmless the Owner, the Engineer, and its other agents, officers and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the work, provided that the claim, damage, loss and expense is caused in whole or in part by any negligent act or omission of the Owner, the Contractor, any subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. 18.2 The Owner agrees to pay to the Contractor the sum of $25.00 as specified consideration for the above stated indemnification in accordance with the provisions of F.S., Section 725.06. GCC -16 Page 810 of 1278 19.0 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees for equipment or processes in conjunction with the equipment he is furnishing. He shall defend all suits or claims for infringement of any patent right and shall save the Owner harmless from loss on account thereof and cost and attorney's fees incurred thereof. 20.0 CLEAN-UP: The Contractor shall keep the construction site free of rubbish and waste materials and shall restore to their original condition those portions of the site disrupted by the construction. Clean up and restoration shall be accomplished on a continuing basis throughout the Contract period and in such a manner as to maintain a minimum of nuisance and interference to the Owner, residents and workers at or adjacent to the project site. The Contractor shall also remove, when no longer needed, all temporary structures and equipment used in his operations. It is the intent of this specification that the construction areas and those other areas not designated for alteration by the Contract Documents shall be restored to their original condition as nearly as possible. If roll -off services for the removal of construction debris is required, you must contract with the City's Public Works Department (phone: 561-742-6200). 21.0 SANITARY REGULATIONS: Adequate sanitary conveniences for the use of persons employed on the work, properly secluded from public observations, shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer and Owner. These conveniences shall be maintained at all times without nuisance and their use shall be strictly enforced. Upon completion of the work, they shall be removed from the premises, leaving all clean and free from nuisance. No existing facilities will be used by the Contractor or any of the subcontractors. This section shall include the use and placement of portable toilets and dumpsters. 22.0 INSPECTIONS AND TESTING OF MATERIALS AND ASSEMBLIES: The Contractor shall pay for all test required on materials and/or assemblies as outlined by the contract documents. Copies of such tests shall be furnished in triplicate to the Engineer. Test reports shall be reviewed and approved by the Engineer prior to final installation of materials and/or assemblies in question. 23.0 SAFETY AND HEALTH REGULATIONS: 23.1 The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL 91-54). GCC -17 Page 811 of 1278 23.2 The Contractor shall allow representatives of the Department of Labor full access to the project for inspection. 23.3 The Contractor certifies that all employees, subcontractors, agents, etc., shall comply with OSHA and state and safety regulations and requirements. END OF GENERAL CONDITIONS FOR CONSTRUCTION GCC -18 Page 812 of 1278 Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of `B+" or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor) The following is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED --------------------------------------------------------------------------------------------------------------------------------------------------------- General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Contractor's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50,000.00 Employees & Officers Medical.Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability --------------------------------------------------------------------------------------------------------------------------------------------------------- Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non -Owned Autos PIP Basic Intermodal --------------------------------------------------------------------------------------------------------------------------------------------------------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 --------------------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined --------------------------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.0 Disease Each Employee $ 100,000.00 Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost --------------------------------------------------------------------------------------------------------------------------------------------------------- Other - As Risk Identified to be determined IA Page 813 of 1278 BIDDER ACKNOWLEDGEMENT Submit Bids To: FINANCE/PROCUREMENT SERVICES 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6322 Bid Title: SARA SIMS PARK ELECTRICAL IMPROVEMENTS Bid Number: 036-2413-18/IT Bid Received By: SEPTEMBER 21, 2018, NO LATER THAN 2:30 P.M. Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for: SEPTEMBER 21, 2018, no later than 2:30 P.M., and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Federal I.D. Number: A Corporation of the State of: Area Code: Telephone Number: Area Code: FAX Number: Mailing Address: City/State/Zip: Vendor Mailing Date: E-MAIL: Authorized Signature Name Typed THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BA - 1 Page 814 of 1278 lei 111-111 1 CITY OF BOYNTON BEACH FLORIDA BID TITLE: SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO: 036-2413-18/IT DATE SUBMITTED: We propose and agree, if this bid is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: KIMLEY-HORN AND ASSOCIATES, INC. and having examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE A-1 Page 815 of 1278 STATEMENT OF BIDDER'S QUALIFICATIONS Each Contractor bidding on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each bid document. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal. * attach additional sheets giving the information 1. Name of Bidder: 2. Business Address: 3. When Organized: 4. Where Incorporated: 5. How many years have you been engaged in the contracting business under the present firm name? 6. General character of work performed by your company. 7. Number of employees. 8. Background and experience of principal members of your personnel, including officers. 9. Bonding capacity. 10. Have you ever defaulted on a contract? If so, where and why?* THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SBQ - 1 Page 816 of 1278 STATEMENT OF BIDDER'S QUALIFICATIONS continued...... 11. Experience in performance. Project $ Value Contact Name Phone # 11. Contracts on hand. * 12. Largest completed projects (include final cost). 1) 2) 3) 14. List all lawsuits (design and/or construction related) to which you have been a party and which: * 1) arose from construction projects: 2) occurred within the last 4 years: 3) provide case number and style: Dated at this day of By: (Signature) Name: (Printed or Typed) Title: 2018 THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SBQ-2 Page 817 of 1278 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) County of ) being first duly sworn, deposes and says that: 1) He/She is (Title) the bidder that has IMPROVEMENTS" of (Name of Corporation or Firm) submitted the attached bid: "SARA SIMS PARK ELECTRICAL 2) He/She is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Subscribed and sworn to before me This day of My commission expires (Signed) (Title) , 2018 THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE NCA - 1 Page 818 of 1278 ANTI -KICKBACK AFFIDAVIT STATE OF FLORIDA SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. 30 Sworn and subscribed before me this day of NOTARY PUBLIC, State of Florida at Large "OFFICIAL NOTARY SEAL" STAMP NAME - SIGNATURE 20 Printed Information: NAME TITLE COMPANY THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE AKA - 1 Page 819 of 1278 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business ? Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN l 1 OTHER (specify) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE MOB -1 Page 820 of 1278 CONFIRMATION OF DRUG-FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor's Signature THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE DFW - 1 Page 821 of 1278 SAFETY PROGRAM COMPLIANCE Safety is a high priority in the conducting of business in the City of Boynton Beach. Preference shall be given to contractors with an established safety program following O.S.H.A. guidelines, and documented results establishing a safe working environment. 1. Bidder shall provide a copy of the Safety Program(s) to be in effect for the duration of the Contract (attach to the back of this form). 2. The City reserves the right to conduct periodic safety inspections of the contractor, subcontractor, employees, agents, etc. throughout the duration of the Contract. 3. The City reserves the right to terminate the Contract where it is determined that the contractor or subcontractor is in non-compliance of the safety terms, regulations or requirements established by O.S.H.A. or the State. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. AUTHORIZED SIGNATURE THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SPC- 1 Page 822 of 1278 (1) co C) —U co co L O O c L � L 4 U c — co L O O U U CD Co U c y co U � O � •o c 4- 0 L co O U L (V O U 3: co o co co U Co a� C L C :3L L � O O U CLO L O a O � L O O U CO — O O cn a E cm 0) 0) �i CO L O"C7 O O -0 a) N U O O L (V O U L SZ OL T CL L T L iZ CO o E �0 Q a) W CU 0) co O � � C � i V L L (3 O i C U O O O N D L y-. c� s= 0) J co O c � U CO U C 0 E U O :- C2 C C O '— L O _ L O O rt O O O O '2 L m CU O c c0 -2 0 O Co 3:L) Co c O O CL L Qi L CLO CL Q C O U U T L CnO O a) �_ > L O O Q Y L U O L O O L O L Co U Cj 0O � •U C L) co E co Y U O CO O E L L O O �. O O L O c L O Cn O U O CO 3: E O' gin c0 W m O W C7 V a co rlN 4-- 0 co N co (D 0) m 0- � L O ami U L � O a v � L 3 O Ua O Z N ^C W J Y L O O a) O V 7 4- 0 fA O L � L �O �U m Z N D L y-. c� s= 0) J co O c � U CO U C 0 E U O :- C2 C C O '— L O _ L O O rt O O O O '2 L m CU O c c0 -2 0 O Co 3:L) Co c O O CL L Qi L CLO CL Q C O U U T L CnO O a) �_ > L O O Q Y L U O L O O L O L Co U Cj 0O � •U C L) co E co Y U O CO O E L L O O �. O O L O c L O Cn O U O CO 3: E O' gin c0 W m O W C7 V a co rlN 4-- 0 co N co (D 0) m 0- STATEMENT OF NO BID If you are not bidding on this service/commodity, please complete and return this form to: Procurement Services — 3301 Quantum Boulevard, Suite 101, Boynton Beach, FL 33426. Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to respond to your Bid No.: 036-2413-18/IT for SARA SIMS PARK ELECTRICAL IMPROVEMENTS because of the following reasons: REMARKS: Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) IF YOU ARE NOT SUBMITTING A BID, PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES NB -1 Page 824 of 1278 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID No. 036-2413-18/IT The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. CONTRACTOR NAME 0 Title: Date: THIS PAGE TO BE SUBMITTED ALONG WITH BID IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE IG -1 Page 825 of 1278 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, , the (Name of officer of company) (Title of officer of company) , located at (Name of Corporation/Company) (Business Address) of Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS: 1. Is the business located within the City limits YES NO Number of Years: of Boynton Beach, Florida? 2. Does the business have a business tax YES NO Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida YES NO Division of Corporations? I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Print Name: Signature: ***FOR PURCHASING USE ONLY*** Business License ❑ Year Established: ❑ LB -1 Active: Page 826 of 1278 Verified D. LB -2 Page 827 of 1278 "DRAFT" SUBJECT TO REVISIONS PRIOR TO SIGNING CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this day of , 20187 by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "City" and a Florida Corporation ( ) Check One a Florida General Partnership( ) a Florida Limited Partnership ( ) a Sole Proprietor ( ) hereinafter called "CONTRACTOR". WITNESSETH that under the due procedure of law, bids were heretofore received by the City Commission of said City for the performance of work and supplying materials, hereinafter described, and said Commission having canvassed said bids, had determined that the bid in the total amount of submitted by the aforementioned CONTRACTOR was the best and most desirable bid submitted, and has authorized the execution of this contract. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: 1.0 AGREEMENT 1.1 The CITY does award the contract to and does hire and employ the CONTRACTOR and the CONTRACTOR does accept the award, predicated upon the bid of the CONTRACTOR, dated , which is hereby incorporated by reference into this agreement, and the CONTRACTOR does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to perform all the work provided in the bid, contract documents, bond documents, plans and specifications for: Bid Title: SARA SIMS PARK ELECTRICAL IMPROVEMENTS Bid Number: 036-2413-18/IT the City of Boynton Beach, Florida, all of which are incorporated herein by reference lump sum price as specified in CONTRACTOR'S bid in the amount of: Page 828 of 1278 2.0 SCOPE OF SERVICES 2.1 CONTRACTOR further agrees to furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the contract, General Conditions for Construction, and Supplementary Conditions for Construction, plans which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof as contained in the bid, contract documents and specifications for the project. 2.2 All the work and labor performed under this contract shall be performed, and all of the material furnished shall be, in strict conformity with said plans and specifications, and CONTRACTOR accepts and consents to the conditions contained in said plans and specifications and expressly agrees to comply with every requirement and stipulation therein contained to be performed by the party contracting to do said work. 2.3 The CONTRACTOR further agrees to furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the City Engineer of the City and strictly in accordance with the specifications, general stipulations and plans which are hereby referred to and made a part of this contract, as well as to the satisfaction of the City Commission and City Engineer of the said City, and in strict obedience with the directions which may be given by the City Manager or his authorized representative, at and for the prices herein plainly set forth. 2.4 Upon receipt of written notification from the CITY, to correct any defective or faulty work or materials which may appear within one (1) year after completion of the contract and receipt of final payment. CONTRACTOR shall make the necessary corrections within ten (10) days of receipt of the written notice. 2.5 To comply with the provisions of Section 255.05, Florida Statutes, if applicable. 2.6 To pay promptly, before final settlement, any and all claims or liens incurred in and about this work. Furnish release of liens forms from all subcontractors and suppliers of materials. Forms to be supplied by CITY. 2.7 The CONTRACTOR shall remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. Payment of monthly or partial estimates may be withheld until this has been done to the satisfaction of the City Engineer. Final acceptance and payment for the entire project will not be made until the site is satisfactory to the CITY. 2 Page 829 of 1278 2.8 The CONTRACTOR shall at all times observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. 2.9 Upon completion of the work, the City Engineer shall satisfy himself, by examination and test, that the work has been fully completed in accordance with the plans, specifications and contract documents. When the City Engineer is so satisfied, he shall recommend acceptance thereof to the City Manager, who shall, if he agrees with such recommendation, present the final payment application to City Commission for review and vote to formally accept the project. The right of general supervision of the CITY as hereinafter provided under "authority of the Engineer" shall not make the CONTRACTOR an agent or employee of the CITY, but the CONTRACTOR, shall at all times, and in all respects have the rights and liabilities of an independent contractor. 2.10 After the cleaning up of the work, premises, streets, alleys, or other areas of structure in anyway connected with the performance of the contract, the work as a whole shall be inspected by the City Engineer, and any workmanship or material found not meeting the requirements of the specifications shall be removed by or at the expense of the CONTRACTOR and good and satisfactory workmanship or material substituted therefore. All settlement, defects or damage upon any part of the work shall be remedied and made good by the CONTRACTOR. 2.11 The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause. 3.0 CONTRACT TIME 3.1 CONTRACTOR hereby agrees to commence work under this contract on or before a date to be specified in the written "Notice to Proceed" of the CITY and to fully complete the project within 210 calendar days from the commencement date as specified in same. 3.2 Time is the essence throughout this contract. Contractor must obtain Substantial Completion of the Work within 180 calendar days from the Projection Initiation Date specified in the Notice to Proceed, and Final Completion within 30 calendar days from the date of Substantial Completion. 3.3 Upon failure of Contractor to obtain Substantial Completion within the deadline stated in Paragraph 3.2, pus approved time extensions, Contractor shall pay to City the sum of $1,000 for each calendar day after the deadline for Substantial Completion, plus any approved time extensions, until Substantial Completion is obtained. After Substantial Completion, should Contractor fail to complete the remaining Work within the deadline stated in Paragraph 3.2, plus approved time extensions thereof, Contractor shall pay to City the sum of $1,000 for each Page 830 of 1278 calendar day after the deadlin or Final Completion, plus any approved extensions, until Final Completion is obtained. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy of the Project. Liquidated damages are hereby fixed and agreed upon between the Parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both Parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete this contract on time. 3.4 The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. 3.5 CONTRACTOR shall, as soon as practicable after signature of contract, confirm with City Engineer in writing, the names of subcontractors as originally proposed for principal parts of work, and for such others as City Engineer may direct. Contractor shall not employ and that City Engineer may, within a reasonable time, object to as incompetent or as unfit. 4.0 PROTECTION OF EXISTING FACILITIES 4.5 The CONTRACTOR warrants that prices include the protection and continuous use of all existing sewers, conduits, drains, pipes, buildings, walks, bridges, guard rails and other construction encountered, and the prompt repairing of any damage done to them during the progress of the work, or from insufficient support thereafter; also all the filling, backfilling, tamping, ramming, puddling and consolidating; the removal and disposal of all rubbish and surplus material; also all pumping bailing draining or unwatering of all excavations, incidental to the execution of the work; also the furnishing of all necessary labor, tools, equipment, materials and supplies, etc. and the performance of the whole work mentioned in the detailed plans and specifications necessary to give a finished result, and including all expense incurred in or in consequence of the suspension or discontinuance of the said work specified and a faithful compliance with each and every one of the requirements of the contract and for the maintenance of the entire work and construction in good condition and repair until final acceptance. 4.6 The CONTRACTOR shall assume full responsibility and expense for the protection of all public and private property, structures, water mains, sewers, utilities, etc., both above and below ground, at or near the site or sites of the work being performed under the contract, or which are in any manner affected by the prosecution of the work or the transportation of men and materials in connection therewith. The CONTRACTOR shall give reasonable written notice in advance to the department of the CITY having charge of any property or utilities owned by the CITY and to other owner or owners of public or private property or utilities when they shall be affected by the work to be performed under the contract, and shall make all necessary arrangements with such department, departments, owner or owners for the removal and replacement or protection of such property or utilities. 4 Page 831 of 1278 5.0 6.0 7.0 INDEMNIFICATION 5.5 The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 5.6 CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and appellate attorney's fees) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has incorporated in this original bid, which constitutes the contract sum payable by the CITY to the CONTRACTOR, specific additional consideration sufficient to support this obligation of indemnification provided for in this paragraph. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Florida Statute 725.06. 5.7 The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth herein. However, the indemnification provision, and the insurance provision contained in this Contract are not interdependent of each other, each one is separate and distinct from the other. 5.8 The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. PAYMENT BY CITY 6.5 The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the specifications. CHANGES IN THE WORK 7.5 The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. 7.6 All change orders and adjustments shall be in writing and approved by the City Page 832 of 1278 Manager or City Commission if wired, otherwise, no claim for extras will be allowed. 7.7 The General Contractor and all of his subcontractors shall be apprised of, and familiar with, the following conditions and procedures governing extra work under the Contract: 7.7.1 Any change order has to be recommended by the City Manager and officially approved by the City Commission before any steps are taken to implement the change order. 7.7.2 Should the CONTRACTOR or any of his subcontractors commence with the work without making a claim in writing for unforeseen extra work he encounters, it will be construed as an acceptance and agreement by him that any such work is required under the contract and no future claim for extras will be considered or allowed by the CITY. 7.7.3 No claim for extra work will be allowed unless and until authority for same by written Change Order has been obtained from the City Manager or the City Commission of Boynton Beach, if necessary, which authorization will be signed by the Mayor. 7.7.4 Changes in the work directed in writing by the CITY'S Representative under the following procedures shall become a part of the Contract by a written Change Order. 7.7.5 Information regarding changes in the work involving claims to the CITY for additional work, credits, and/or adjustments under the contract shall be promptly transmitted in writing by the General CONTRACTOR to the CITY'S Representative with full explanations and justifications for his consideration in preparing a Change Order to the Contract. 7.8 The value of any change ordered under the Contract for extra work and/or any reductions in work required, shall be determined under one or more of the following procedures before a written Change Order is issued: 7.8.1 By such applicable unit prices, if any, as are set forth in the Contract except in those cases where increases in quantities exceed fifteen (15) percent of the original bid quantity and the total dollar change of that bid item is significant in the opinion of the Engineer, the unit price shall be subject to review to determine if a new unit price should be negotiated; or 7.8.2 If no such unit prices are set forth, then by a lump sum or other unit prices mutually agreed upon by the CITY and the CONTRACTOR; or 7.8.3 By cost reimbursement, which is the actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work plus fifteen (15) percent to cover the cost of general overhead and profit. For all labor and foreman in direct charge of the Page 833 of 1278 authorized operations,the NTRACTOR shall receive the current local rate of wages to be agreed upon in writing before starting such work, for each hour said labor and foreman are actually engaged thereon. An upper limit of total cost and of profit shall be agreed upon and shall not be exceeded unless approved by the CITY. 7.8.3.1 The CONTRACTOR shall submit sufficient cost and pricing data to enable the Engineer to determine the necessity and reasonableness of costs and amounts proposed and the allowability and eligibility of costs proposed. 7.8.3.2 The CONTRACTOR shall have an accounting system which accounts for such costs in accordance with generally accepted accounting principles. This system shall provide for the identification, accumulation and segregation of allowable and unallowable Change Order costs. 7.8.3.3 Where it is indicated that the Contract is federally or State assisted, the CONTRACTOR'S attention is directed to the applicable rules and regulations relative to cost principles which must be used for the determination and allowability of costs under grant. 7.8.3.4 In no case shall fringe benefit costs on direct labor costs exceed forty (40) percent of direct labor costs. 7.8.3.5 In no case shall the CONTRACTOR and Subcontractors' general overhead and profit in the aggregate exceed fifteen (15) percent of the total cost of direct labor, fringe benefits, direct overhead, materials, supplies, equipment and directly related services supplied by him. Among the items considered as general overhead are bonds, insurance, incidental job burdens, supervision and general office expenses. 7.8.3.6 In no case shall the CONTRACTOR'S cost for administering subcontracts exceed five (5) percent of the subcontractors' cost not including subcontractors' profit. 7.8.3.7 For special equipment and machinery such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment, required for the economical performance of the authorized work, the CONTRACTOR shall receive payment based on the agreed rental price for each item of equipment and the actual time of its use on the work provided that the rental price shall not exceed the current rates published by the Equipment Guide Book Company in the Blue Book, "Rental Rates for Construction Equipment". Rate shall be daily, weekly or monthly as appropriate. 7 Page 834 of 1278 7.8.3.8 Records of extradone shall be reviewed at the end of each day by the CONTRACTOR and the Engineer. Such daily records shall clearly distinguish between the work done under the contract and that done under the Change Order. Duplicate copies of the accepted daily records shall be made, signed by the CONTRACTOR and the Engineer and one copy retained by each. 7.9 Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless that same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 7.10 No Field Change Directive or Change Order shall be authorized by the Project Manager if the Contractor has added language to the Field Change Directive or Change Order or to any cover letter, e-mail, facsimile, or other written document which accompanies the Field Change Directive or Change Order in which the contractor attempts to reserve any future right or claim arising out of the work which is the subject of the Field change Directive or Change Order. 8.0 INSURANCE 8.1 The CONTRACTOR shall maintain during the term of this contract commercial liability, motor vehicle, and property damage insurance, acceptable to the CITY, covering the work contracted and all operations connected herewith, and whenever any of the work in the contract is to be sublet, CONTRACTOR'S contingent or protective liability and property damage insurance. Such insurance shall provide limits not less than those set forth on the insurance requirement schedule included in the bid documents and naming the City of Boynton Beach as an "Additional Insured" with respect to General Liability. 8.2 Required insurance shall be documented in a certificate of insurance which provides that the CITY of Boynton Beach shall be notified at least fifteen (15) days in advance of cancellation, nonrenewal or adverse change. Contractor agrees to furnish policies if Certificate of Insurance is not acceptable. 8.3 The CONTRACTOR shall take all necessary precautions to prevent the generation of loud, unnecessary noise in conjunction with his operations at the work site. Internal combustion engines used with construction equipment shall be equipped with mufflers, as required by the Code of the City of Boynton Beach, and the CONTRACTOR shall comply with all requirements of this Code as they pertain to prevention of noise. No pile driver, excavating or other construction equipment, pneumatic hammer, derrick, the use of which is attend by loud or unusual noise, shall be operated between the hours of 6:00 P.M. and 7:00 A.M., except by written permission of the City Manager, and then only in case of emergency. 9.0 GUARANTEE AND WARRANTIES Page 835 of 1278 9.1 All the work shall be guarantee ` remain in good condition for one year from date of acceptance. 10.0 TERMINATION OF CONTRACT 10.1 If the work to be performed under the contract is assigned by the CONTRACTOR other than provided for herein; if the CONTRACTOR should be adjudged as bankrupt; if a general assignment of his assets be made for the benefit of his creditors; if a receiver should be appointed for the CONTRACTOR or any of his property; if at any time the Engineer shall certify in writing to the City Manager that the performance of the work under the contract is being unnecessarily delayed or that the CONTRACTOR is willfully violating any of the conditions, provisions, or covenants of the contract, plans or specifications, or that he is executing the same in bad faith or otherwise not in accordance with the terms of the contract; if the work be not fully completed within the time named for its completion or within the time to which such completion date may be extended; or if other just causes exist, the City Manager may serve ten (10) days' written notice upon the CONTRACTOR of the intent to terminate the contract for the CITY and if the CONTRACTOR shall not, prior to the effective date of termination set forth in such notice, take such measures as will, in the judgment of the City Manager, ensure the satisfactory performance of the work, the City Commission and the City Manager may declare the contract terminated on the effective date specified in such notice, or any date subsequent thereto. In the event of such termination, the City Manager shall notify the CONTRACTOR and Surety and the CONTRACTOR shall immediately respect such notice and stop work and cease to have any right to the possession of the ground and shall forfeit his contract. Upon such termination, the City Manager shall provide the Surety with written notice of the CITY'S action and the Surety shall within ten (10) days of receipt of said notice remedy the default or the Surety shall as expeditiously as possible: 10.1.1 Complete the contract in accordance with its terms and conditions, or 10.1.2 Obtain a bid or bids for completing the contract in accordance with its terms and conditions, and upon determination by Surety and the CITY of the lowest responsible bidder, make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts or completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. 11.0 CONTRACT CONTROLS 11.1 The subject contract between the CITY and the CONTRACTOR shall supersede any and all documents executed between the parties relative to the project. In the event of any inconsistencies, the terms, provisions and conditions set forth in the subject contract shall supersede all other documents and shall be controlling. Page 836 of 1278 12.0 TIME OF ESSENCE 12.1 Inasmuch as the provisions hereof, and of the plans and specifications herein, and of all the other contract documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the contract. 13.0 REMEDY FOR DELAY 13.1 In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. No monetary damages shall be claimed or awarded to CONTRACTOR in association with any delay in the project caused by an act or omission of the CITY, its agents or employees. 13.2 Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. 13.3 All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction. 13.4 For the purpose of this section the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Engineer, project manager and consulting Engineers. IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. DATED this day of 12018. CITY OF BOYNTON BEACH Lori LaVerriere, City Manager 10 Page 837 of 1278 Approved as to • James A. Cherof, City Attorney Attest/Authenticated: Judy Pyle, City Clerk CONTRACTOR: M (Print Name and Title) STATE OF FLORIDA COUNTY OF BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgements personally appeared , and acknowledged He/She executed the foregoing Addendum to Agreement for the use and purposes mentioned in it, and that the instrument is His/Her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this day of 2018. My Commission Expires: NOTARY PUBLIC 11 Page 838 of 1278 WARRANTY The undersigned, , hereby agrees for a period of one (1) year from the date hereof, to repair any defect or damages resulting from the work conveyed to the City of Boynton Beach (the "City"), pursuant to that certain Bill of Sale or Plans dated which is result of a defect in the materials or workmanship. The undersigned, upon notice of such defect, shall make the foregoing repairs as soon as reasonably possible or, if such repairs have already been made by the City, the undersigned, upon receipt of evidence of the costs reasonably incurred by the City in the making of such repairs, shall forthwith refund same to the City. Anything herein to the contrary notwithstanding, the City shall have the sole obligation to perform all maintenance required. Accordingly, the undersigned shall have no liability hereunder in the event that the repairs result from the failure of the City to properly maintain same or misuse or abuse (except, however, nothing contained herein shall be construed to release the undersigned from liability for damage or defect caused by acts of the undersigned or its employees or agents in connection with the completion by the undersigned of the project). Date - WARR-1 President Name of Company (CORPORATE SEAL) Page 839 of 1278 STATE OF FLORIDA ) SS: COUNTY OF I, HEREBY CERTIFY that on this day, before me, an officer duly authorized to take acknowledgements, personally appeared , Florida Corporation and general partner of limited partnership, to me known to be person described in and who executed the foregoing instrument and he acknowledged before me that he executed the same for the uses and purposes therein expressed. My Commission Expires- WARR-2 Notary Public, State of Florida Page 840 of 1278 WARRANTY OF TITLE To be executed with each and every payment or draw request STATE OF FLORIDA COUNTY OF , being first duly sworn, deposes and says as follows: He is of , (Title) (Name of Corporation or Firm) a corporation which is named in Construction Contract dated the day of , 20_, between said corporation as the CONTRACTOR and the City of Boynton Beach, Florida as the OWNER, for the construction of and Affiant is authorized to make this Affidavit as, or on behalf of, the Contractor as named above. Title to all work, materials and equipment covered by the attached Periodical Estimate for Payment dated , passes to the Owner at the time of payment free and clear of all liens, and all laborers, material men and subcontractors have been paid for performing or furnishing the work, labor or materials upon said Contract work covered by the aforesaid Periodical Estimate for Payment. This statement under oath is given in compliance with Section 713.06 Florida Statutes. Sworn to and subscribed before me this day of 120 Notary Public, State of Florida at Large My Commission expires: (SEAL) Affiant WT -1 Page 841 of 1278 FINAL ESTIMATE RECONCILIATION AGREEMENT This Final Estimate Reconciliation Agreement covering the period from to , supersedes any and all previous correspondence or verbal agreement regarding deletions or additions to the scope of work in the performance of the contract dated for construction of and all appurtenant work thereto in the City of Boynton Beach, Palm Beach County, Florida. It is hereby agreed and understood that all quantities and prices shown on the attached Final Estimate No. are correct and the amount of $ constitutes final payment, including retainage, and Change Order No. for all materials furnished and work performed by , Contractor, and all other contractors, in the construction and completion of the above project, all which were to be performed in strict accordance with the terms of the original contract. It is further agreed and understood that the one-year warranty period of workmanship and materials furnished shall commence on final completion and acceptance by the Owner, City of Boynton Beach, as outlined in Paragraph 11.1 of the original agreement. RECOMMENDED FOR APPROVAL: IN in ACCEPTED: By: Date: FER - 1 Page 842 of 1278 State of Florida ) ss: County of Palm Beach ) On this day of 20_, personally appeared before me duly authorized to administer oaths to me known to be the persons described herein and who executed the foregoing instrument and have acknowledged before me and they have executed same. Notary Public My Commission Expires: FER-2 Page 843 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX: (561) 742-6316 ADDENDUM No. 1 DATE: September 18, 2018 BID TITLE: SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO.: 036-2413-18/IT This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum No. 1 shall govern. Words in strikethreugI4 type are deletions from existing text. Words in bold, underlined type are additions to existing text. 1. The bid opening date is revised from September 21, 2018 to September 28, 2018 at 2:30 PM. The location remains unchanged. 2. The City intends to revise the bid sheet and it will be released under a subsequent Addendum to the Bid. 3. The following questions were submitted at the pre-bid conference/site visit or prior to the deadline and are hereby provided and responded to below: Q1: Bid Form Question: 18 pcs. Area lights and 9 pcs. Parking lot light. While on the E1.00 sheet note only reflect on type of luminaire (on the sheet show six symbol as a different variation) Al: All equipment has been coordinated with Power & Lighting Systems, Inc. Contact: Joe Michalak at (305) 444-8520. Quote reference MIA18-116263. See attached for lighting layout for spec. LUMINAIRES: Acuity Fixtures: https://www.acuityrans.com (5) DSX1 LED P8 40K T2M MVOLT PIRHIFC3V (4) DSX1 LED P8 40K TFTM MVOLT PIRHIFC3V LumenPulse Fixtures: https://www.lumenpulse.com (15) PUR100Y-M110-40K-70-T2-FSP-211 (3) PUR100Y-M110-40K-70-T4-FSP-211 Page 844 of 1278 Q2: Bid sheet ask for 10 pcs. F&I Junction Box 13x24.... while all the pole needs a junction box I counted 27. ( not sure what F&I means never defined) A2: F&I = Furnish and Install. The bid sheet will be revised in a subsequent addendum. Q3: Callout # was not identify as the triangle note. Call out 14 is the only location for spare conduit don't make sense. A3: Per the chart on sheet E1.00 - #14 has (2) 2" conduits, one of the two is empty, #24 (between junction box and future stage area) is one empty conduit for future expansion. Conduit callout #23 between the restroom building and the first junction box should have (7) 2" conduits. Q4: Spare conduit should have rope and not string and rope size not specified (E1.00) A4: Pull rope is indicated on sheet E1.00 in the notes. An acceptable size, is 3/8". Q5: Location of the actual irrigation pump size not specified only the controller yet bid form ask for pump who supply pump? Scope is not clear. A5: A 3HP, 230V Single Phase pump is required for the design. The irrigation contractor will provide the actual pump. Q6: Of all the pages in the drawing only E1.00 and E1. 01 and the demolition. Where is the drawing for the rest rooms. A6: Refer to C4.13. Restroom building is a pre-engineered structures by RCP Shelters (1-800-525-0207) Refer to Proposal #28540, Model: LW-ENC-G3520- 0403FS. Q7: If some other company will demo the site what section of the existing light need trouble shooting... a little more clarity as to the needs? A7: Lighting for the racquetball courts and basketball courts will be reconnected in to the new site lighting system per notes on sheet E1.00. This bid form item is for the electrical contractor to troubleshoot the reconnections to existing wiring in these areas. Q8: Please note the drawing number C4.11, state that customer will determine color of fixture. The issue is for the supplier to give us a prices they require a complete model number of the product and the color among other things must be determine to acquire the model. Please see attached for pole model number creation. And please do the same for the light fixture and the poles. A8: See specification for pole and luminaires below. All equipment has been coordinated with Power & Lighting Systems, Inc. Contact: Joe Michalak at (305) 444-8520. Quote reference MIA18-116263. Luminaires: Acuity Fixtures: https://www.acuitybrands.com (5) DSX1 LED P8 40K T2M MVOLT PIRHIFC3V (4) DSX1 LED P8 40K TFTM MVOLT PIRHIFC3V LumenPulse Fixtures: https://www.lumenpulse.com (15) P1J1R100Y-M110-40K-70-T2-FSP-211 (3) P1J1R100Y-M110-40K-70-T4-FSP-211 2 Page 845 of 1278 Poles are by HAPCO: http://www.hapco.com/ (4) RTA25C6BE (finish to match Acuity fixture) (13) RTA20B6BE (finish to match LumenPulse fixture) (10) 37832P_X Multi -Chamber poles to match non -multi-chamber (finishes to match Acuity and LumenPulse fixtures) Five @ 25' MH - four TFTM and one T2M -all Acuity fixtures Five @ 20' HT — five T2 LumenPulse fixtures Preferred color for all lighting equipment — black, finishes for luminaire and poles to match. Q9: Please state if the camera have their separate pole. if so please specified.27 lights and I assume is 27 poles. if pole is for camera and light. Only one raceway in one pole ..... how do you want to control the lights. 10 camera do we need pole for the camera and or how high spec. A9: The poles are multi-chambered and can accommodate power and service to the cameras. Camera mounting height is 15'. Q10: Security System: It is not clear if the camera and the light are sharing the same pole. If so then each pole where the camera is would need two in ground junction box. A10: The poles are multi-chambered and can accommodate power and service to the cameras, by Hapco. See responses to questions 9 and 10. Q11: Security System: A sheet like C4.11 as it relate to the camera mounting would minimize conflict. The drawing site plan call for nine camera .... the security sheet call for ten camera 360 degree zoom camera and the bid form only want prices for two junction box this nowhere close to turn key .... This in the Electrical union we call designer call... For a specific person. All 1: There are 10 cameras on the 21.00 sheet. Per the specifications, NEMA 4X Enclosures are to be pole -mounted with the cameras as the junction boxes for the security system's fiber line. The bid sheet will be revised in a subsequent addendum. Sincerely, Tim W. Howard Assistant City Manager - Administration cc: Finance/Procurement 3 Page 846 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX: (561) 742-6316 ACKNOWLEDGEMENT OF ADDENDUM No. 1 SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO.: 036-2413-18/IT RESPONDENT MUST SIGN, DATE AND INCLUDE THIS "ACKNOWLEDGEMENT OF ADDENDUM NO. 1 WITH BID PACKAGE IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. PRINT NAME OF REPRESENTATIVE SIGNATURE OF REPRESENTATIVE NAME OF COMPANY DATE E Page 847 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX. (561) 742-6316 ADDENDUM No. 2 DATE: September 25, 2018 BID TITLE: SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO.: 036-2413-18/IT This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum No. 2 shall govern. Words in GtFikethrr., ,nh type are deletions from existing text. Words in bold, underlined type are additions to existing text. The bid opening date is revised from September 28 2018, to October 12, 2018 at 2:30 PM. The location remains unchanged. Sincerely, ,I '. 0 - A4.WWQ Tim W. Howard Assistant City Manager - Administration cc: Finance/Procurement Page 848 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX: (561) 742-6316 ACKNOWLEDGEMENT OF ADDENDUM No. 2 SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO.: 036-2413-18/IT RESPONDENT MUST SIGN, DATE AND INCLUDE THIS "ACKNOWLEDGEMENT OF ADDENDUM NO. 2 WITH BID PACKAGE IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. PRINT NAME OF REPRESENTATIVE SIGNATURE OF REPRESENTATIVE NAME OF COMPANY DATE 2 Page 849 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX. (561) 742-6316 ADDENDUM No. 3 DATE: October 10, 2018 BID TITLE: SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO.: 036-2413-18/IT This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum No. 3 shall govern. Words in GtFikethrr., ,nh type are deletions from existing text. Words in bold, underlined type are additions to existing text. The bid opening date is revised from 0-n-tober 1-2, 2918 to October 26, 2018 at 2:30 PM. The location remains unchanged. Sincerely, ,I '. 0 - A4.WWQ Tim W. Howard Assistant City Manager - Administration cc: Finance/Procurement Page 850 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX: (561) 742-6316 ACKNOWLEDGEMENT OF ADDENDUM No. 3 SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO.: 036-2413-18/IT RESPONDENT MUST SIGN, DATE AND INCLUDE THIS "ACKNOWLEDGEMENT OF ADDENDUM NO. 3 WITH BID PACKAGE IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. PRINT NAME OF REPRESENTATIVE SIGNATURE OF REPRESENTATIVE NAME OF COMPANY DATE 2 Page 851 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX. (561) 742-6316 ADDENDUM No. 4 DATE: October 18, 2018 BID TITLE: SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO.: 036-2413-18/IT This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum No. 4 shall govern. Words in GtFikethrr., ,nh type are deletions from existing text. Words in bold, underlined type are additions to existing text. 1. Per Addendum No. 3, the bid opening date is revised to October 26, 2018 at 2:30 PM. The location remains unchanged. 2. The Bid Sheet is revised and attached herewith. This revised bid sheet must be submitted with your bid for your bid to be considered responsive. 3. Refer to Technical Specifications regarding security system: DIVISION 280000 ELECTRONIC SAFETY AND SECURITY is hereby added and attached herewith. 4. Refer to ATTACHMENT `A' — SARA SIMS PARK IMPROVEMENTS PLANS: The following sheets are hereby revised and attached herewith: C4.11 —Site Plan Details C4.13 — Site Plan Details E.1.00 — Electrical Plan E.1.01 — Electrical Plan Details S1.00 — Security Plan 5. The following additional questions were submitted prior to the deadline and are hereby provided and responded to below: Q12: Our estimating department is asking for an electrical riser diagram please. Which is common for all electrical design. Al2: See revised sheet E1.01 for electrical riser diagram. Q13: Also complete part number for the lighting system poles and light fixtures so that our estimating department can have a visual of the component for estimating purposes. A13: The part numbers for the light fixtures and poles are provided on Addendum 1, revised sheet C4.11. These part numbers and parts are also listed on the bid form. See also: Pole Schedule on sheet E1.00 The part numbers for all lighting Page 852 of 1278 items, including the multi-chambered Hapco pole, are also available via Power and Lighting Systems, Quote # MIA18- 119853. Contact: Joe Michalak jmichalak@p-Is.com (305)469-6195. For multi-chambered poles, also refer to Hapco web site: Q14: We need to be able to identify the parts when we receive a quote so it is in sync with what is on the bid form, bid specification and the drawing. The last proposal we receive not even the supplier could recognize the part /product that are pricing us, whatever is on the bid form should be the same as what is on the proposal. A14: See responses #13 and #17. The bid form and plans correspond correctly. Q15: What is electrical demand of the bathroom? A15: See revised sheet E1.00 for Electrical load assumptions for the restroom building. Q16: Where will the service be located? A16: See revised Electrical sheet E1.00 for service location. Service is located near the SW corner of the park. Q17: Is there a time clock for the lights? All 7: Per Addendum 1, revised sheet C4.11, the controls are integral to the fixtures — Bi -level, Motion/Ambient sensors are mounted on the poles. Also, included in Power and Lighting Systems, Quote # MIA18-119853. Sincerely, ,1,. 0 - A4.WWQ Tim W. Howard Assistant City Manager - Administration cc: Finance/Procurement 2 Page 853 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX: (561) 742-6316 ACKNOWLEDGEMENT OF ADDENDUM No. 4 SARA SIMS PARK ELECTRICAL IMPROVEMENTS BID NO.: 036-2413-18/IT RESPONDENT MUST SIGN, DATE AND INCLUDE THIS "ACKNOWLEDGEMENT OF ADDENDUM NO. 4 WITH BID PACKAGE IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. PRINT NAME OF REPRESENTATIVE SIGNATURE OF REPRESENTATIVE NAME OF COMPANY DATE 3 Page 854 of 1278 7.C. REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-009 - Authorize the City Manager to sign an agreement with Rosso Site Development, Inc. of Lake Worth, FL to award Bid No. 002-2413-19/ITfor Sara Sims Park Landscape and Irrigation Improvements as the lowest responsive, responsible bidder in the amount of $345,216.98 plus a 10% contingency amount of $34,521.70 for a total estimated amount of $379,738.67. Award is contingent upon the receipt and approval of insurance and performance and payment guaranty. EXPLANATION OF REQUEST: On October 25, 2018, Procurement Services issued a bid for "Sara Sims Park Landscape and Irrigation Improvements" with a non -mandatory Pre -Bid Meeting held on October 31, 2018 to review the project with interested and qualified contractors. The scope of the work is for all labor, equipment, tools, materials, and permitting for landscape and irrigation improvements at Sara Sims Park located at Martin Luther King Jr. Blvd (NW 10th Avenue), Boynton Beach, Florida 33435. On December 3, 2018, Procurement Services opened bids from five (5) bidders. After reviewing the five (5) bid submittals, Procurement Services determined that the low bid submitted by From Green to Greener, Inc. and the second low bid submitted by Alligator Landscaping, Inc. are rejected as non-responsive for failure to possess the requisite licenses in accordance with the Bid document. Purchasing has verified that the third lowest bid submitted by Rosso Site Development, Inc. is both responsive to the bid requirements, possesses the requisite license and has the capacity to obtain the requisite insurance and payment and performance bonds. Procurement Services and the Public Works Department, Engineering staff recommended the project be awarded to the lowest responsive and responsible bidder Rosso Site Development, Inc. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This procurement and installation of landscaping, sod and irrigation at the Sara Sims Park is one of several projects that when completed will completely rehabilitate the park. FISCAL IMPACT: Budgeted Funds for this expenditure are available in Fund 302 and 303, projects numbers RP1872 and RP1876. ALTERNATIVES: City Commission can reject all bids and direct the City Manager to resolicit the requirement. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No Page 855 of 1278 CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Resolution R D Agreement Agreement ® Rosso Site Development D Attachment Submittal ® Rosso Site Development D Bid Advertised Bid ® Sara Sims Park Landscape and I rrigation I mprv. D Addendum Addendum 1 to Bid D Addendum Addendum 1 Attachment D Tab Sheets Bid Tabulation ® Sara Sims Park Landscape and I rrigation Page 856 of 1278 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 RESOLUTION NO. R19 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AN AWARD OF Bid NO. 002-2413- 19/IT TO ROSSO SITE DEVELOPMENT, INC., FOR SARA SIMS PARK LANDSCAPE AND IRRIGATION IMPROVEMENTS IN THE AMOUNT OF $345,216.98 PLUS A 10% CONTINGENCY IN THE AMOUNT OF $34,521.70 FOR A TOTAL ESTIMATED AMOUNT OF $379,738.67 AND AUTHORIZE THE CITY MANAGER TO SIGN A CONTRACT WITH ROSSO SITE DEVELOPMENT, INC; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on October 25, 2018, Procurement Services issued a bid for "Sara Sims Park Landscape and Irrigation Improvements" with a non -mandatory Pre -Bid Meeting held on October 31, 2018 to review the project with interested and qualified contractors; 17 and 18 19 20 21 22 23 24 25 26 27 28 29 30 WHEREAS, on December 3, 2018, Procurement Services opened bids from five (5) bidders and after reviewing the five (5) bid submittals, Staff has recommended the project be awarded to Rosso Site Development, Inc. as the lowest, responsive, responsible bidder; 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 of the City of Boynton Beach to award Bid No. 002-2413-19/IT to Rosso Site Development, Inc., for Sara Sims Park Landscape and Irrigation Improvements in the amount of $345,216.98 plus a 10% contingency in the amount of $34,521.70 for a total estimated amount of $379,738.67 and authorize the City Manager to sign a Contract with Rosso Site Development, Inc. 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 C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\IOD6B8B5-8F5F-4454-8131-AEB19E545567\Boynton Beach. 14424.LRESO-Award—Bid and Contract to_Rosso_Site_Dev for Sara Sims Park Landscape.docx Page 857 of 1278 31 adoption. 32 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 33 approves the award of Bid No. 002-2413-19/IT to Rosso Site Development, Inc., for Sara Sims 34 Park Landscape and Irrigation Improvements in the amount of $345,216.98 plus a 10% 35 contingency in the amount of $34,521.70 for a total estimated amount of $379,738.67 and 36 authorize the City Manager to sign a Contract with Rosso Site Development, Inc., a copy of 37 which is attached hereto as Exhibit "A". 38 Section 3. That this Resolution shall become effective immediately. 39 PASSED AND ADOPTED this day of 2019. 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 ATTEST: 56 57 58 59 Judith A. Pyle, CMC 60 City Clerk 61 62 63 (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE YES NO C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\IOD6B8B5-8F5F-4454-8131-AEB19E545567\Boynton Beach. 14424.LRESO-Award—Bid and Contract to_Rosso_Site_Dev for Sara Sims Park Landscape.docx -2- Page 858 of 1278 SUBJECT TO REVISIONS PRIOR TO SIGNING CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this day of , 2019, by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "City" and ROSSO SITE DEVELOPMENT, INC. a Florida Corporation () Check One a Florida General Partnership ( ) a Florida Limited Partnership () a Sole Proprietor () hereinafter called "CONTRACTOR". WITNESSETH that under the due procedure of law, bids were heretofore received by the City Commission of said City for the performance of work and supplying materials, hereinafter described, and said Commission having canvassed said bids, had determined that the bid in the total amount of $345,216.98 submitted by the aforementioned CONTRACTOR was the best and most desirable bid submitted, and has authorized the execution of this contract. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: 1.0 AGREEMENT 1.1 The CITY does award the contract to and does hire and employ the CONTRACTOR and the CONTRACTOR does accept the award, predicated upon the bid of the CONTRACTOR, dated December 3, 2018, which is hereby incorporated by reference into this agreement, and the CONTRACTOR does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to perform all the work provided in the bid, contract documents, bond documents, plans and specifications for: Bid Title: SARA SIMS PARK LANDSCAPE AND IRRIGATION IMPROVEMENTS Bid Number: 002-2413-19/IT the City of Boynton Beach, Florida, all of which are incorporated herein by reference price as specified in CONTRACTOR'S bid in the amount of: $345,216.98. 2.0 SCOPE OF SERVICES 2.1 CONTRACTOR further agrees to furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the contract, General Conditions for Construction, and Supplementary Conditions for Construction, plans which include all maps, plats, Page 859 of 1278 blueprints, and other drawings and printed or written explanatory matter thereof as contained in the bid, contract documents and specifications for the project. 2.2 All the work and labor performed under this contract shall be performed, and all of the material furnished shall be, in strict conformity with said plans and specifications, and CONTRACTOR accepts and consents to the conditions contained in said plans and specifications and expressly agrees to comply with every requirement and stipulation therein contained to be performed by the party contracting to do said work. 2.3 The CONTRACTOR further agrees to furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the City Engineer of the City and strictly in accordance with the specifications, general stipulations and plans which are hereby referred to and made a part of this contract, as well as to the satisfaction of the City Commission and City Engineer of the said City, and in strict obedience with the directions which may be given by the City Manager or his authorized representative, at and for the prices herein plainly set forth. 2.4 Upon receipt of written notification from the CITY, to correct any defective or faulty work or materials which may appear within one (1) year after completion of the contract and receipt of final payment. CONTRACTOR shall make the necessary corrections within ten (10) days of receipt of the written notice. 2.5 To comply with the provisions of Section 255.05, Florida Statutes, if applicable. 2.6 To pay promptly, before final settlement, any and all claims or liens incurred in and about this work. Furnish release of liens forms from all subcontractors and suppliers of materials. Forms to be supplied by CITY. 2.7 The CONTRACTOR shall remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. Payment of monthly or partial estimates may be withheld until this has been done to the satisfaction of the City Engineer. Final acceptance and payment for the entire project will not be made until the site is satisfactory to the CITY. 2.8 The CONTRACTOR shall at all times observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. 2.9 Upon completion of the work, the City Engineer shall satisfy himself, by examination and test, that the work has been fully completed in accordance with the plans, specifications and contract documents. When the City Engineer is so satisfied, he shall recommend acceptance thereof to the City Manager, who shall, if he agrees with such recommendation, present the final payment application to Page 860 of 1278 City Commission for review and vote to formally accept the project. The right of general supervision of the CITY as hereinafter provided under "authority of the Engineer' shall not make the CONTRACTOR an agent or employee of the CITY, but the CONTRACTOR, shall at all times, and in all respects have the rights and liabilities of an independent contractor. 2.10 After the cleaning up of the work, premises, streets, alleys, or other areas of structure in anyway connected with the performance of the contract, the work as a whole shall be inspected by the City Engineer, and any workmanship or material found not meeting the requirements of the specifications shall be removed by or at the expense of the CONTRACTOR and good and satisfactory workmanship or material substituted therefore. All settlement, defects or damage upon any part of the work shall be remedied and made good by the CONTRACTOR. 2.11 The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause. 3.0 CONTRACT TIME 3.1 CONTRACTOR hereby agrees to commence work under this contract on or before a date to be specified in the written "Notice to Proceed" of the CITY and to fully complete the project on or before June 1, 2019. 3.2 Time is the essence throughout this contract. Contractor must obtain Substantial Completion of the Work by May 1, 2019 and Final Completion on or before June 1, 2019. 3.3 Upon failure of Contractor to obtain Substantial Completion within the deadline stated in Paragraph 3.2, pus approved time extensions, Contractor shall pay to City the sum of $1,000 for each calendar day after the deadline for Substantial Completion, plus any approved time extensions, until Substantial Completion is obtained. After Substantial Completion, should Contractor fail to complete the remaining Work within the deadline stated in Paragraph 3.2, plus approved time extensions thereof, Contractor shall pay to City the sum of $1,000 for each calendar day after the deadline for Final Completion, plus any approved extensions, until Final Completion is obtained. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy of the Project. Liquidated damages are hereby fixed and agreed upon between the Parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such delay, and both Parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete this contract on time. 3.4 The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. Page 861 of 1278 3.5 CONTRACTOR shall, as soon as practicable after signature of contract, confirm with City Engineer in writing, the names of subcontractors as originally proposed for principal parts of work, and for such others as City Engineer may direct. Contractor shall not employ and that City Engineer may, within a reasonable time, object to as incompetent or as unfit. 4.0 PROTECTION OF EXISTING FACILITIES 4.1 The CONTRACTOR warrants that prices include the protection and continuous use of all existing sewers, conduits, drains, pipes, buildings, walks, bridges, guard rails and other construction encountered, and the prompt repairing of any damage done to them during the progress of the work, or from insufficient support thereafter; also all the filling, backfilling, tamping, ramming, puddling and consolidating; the removal and disposal of all rubbish and surplus material; also all pumping bailing draining or unwatering of all excavations, incidental to the execution of the work; also the furnishing of all necessary labor, tools, equipment, materials and supplies, etc. and the performance of the whole work mentioned in the detailed plans and specifications necessary to give a finished result, and including all expense incurred in or in consequence of the suspension or discontinuance of the said work specified and a faithful compliance with each and every one of the requirements of the contract and for the maintenance of the entire work and construction in good condition and repair until final acceptance. 4.2 The CONTRACTOR shall assume full responsibility and expense for the protection of all public and private property, structures, water mains, sewers, utilities, etc., both above and below ground, at or near the site or sites of the work being performed under the contract, or which are in any manner affected by the prosecution of the work or the transportation of men and materials in connection therewith. The CONTRACTOR shall give reasonable written notice in advance to the department of the CITY having charge of any property or utilities owned by the CITY and to other owner or owners of public or private property or utilities when they shall be affected by the work to be performed under the contract, and shall make all necessary arrangements with such department, departments, owner or owners for the removal and replacement or protection of such property or utilities. 5.0 INDEMNIFICATION 5.1 The CONTRACTOR shall indemnify and save harmless and defend the CITY, its agents, servants, and employees from and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 5.2 CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and appellate attorney's fees) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has Page 862 of 1278 incorporated in this original bid, which constitutes the contract sum payable by the CITY to the CONTRACTOR, specific additional consideration sufficient to support this obligation of indemnification provided for in this paragraph. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Florida Statute 725.06. 5.3 The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth herein. However, the indemnification provision, and the insurance provision contained in this Contract are not interdependent of each other, each one is separate and distinct from the other. 5.4 The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. 6.0 PAYMENT BY CITY 6.1 The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the specifications. 7.0 CHANGES IN THE WORK 7.1 The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. 7.2 All change orders and adjustments shall be in writing and approved by the City Manager or City Commission if required, otherwise, no claim for extras will be allowed. 7.3 The General Contractor and all of his subcontractors shall be apprised of, and familiar with, the following conditions and procedures governing extra work under the Contract: 7.3.1 Any change order has to be recommended by the City Manager and officially approved by the City Commission before any steps are taken to implement the change order. 7.3.2 Should the CONTRACTOR or any of his subcontractors commence with the work without making a claim in writing for unforeseen extra work he encounters, it will be construed as an acceptance and agreement by him that any such work is required under the contract and no future claim for extras will be considered or allowed by the CITY. 7.3.3 No claim for extra work will be allowed unless and until authority for same by written Change Order has been obtained from the City Manager or the City Commission of Boynton Beach, if necessary, which authorization will Page 863 of 1278 be signed by the Mayor. 7.3.4 Changes in the work directed in writing by the CITY'S Representative under the following procedures shall become a part of the Contract by a written Change Order. 7.3.5 Information regarding changes in the work involving claims to the CITY for additional work, credits, and/or adjustments under the contract shall be promptly transmitted in writing by the General CONTRACTOR to the CITY'S Representative with full explanations and justifications for his consideration in preparing a Change Order to the Contract. 7.4 The value of any change ordered under the Contract for extra work and/or any reductions in work required, shall be determined under one or more of the following procedures before a written Change Order is issued: 7.4.1 By such applicable unit prices, if any, as are set forth in the Contract except in those cases where increases in quantities exceed fifteen (15) percent of the original bid quantity and the total dollar change of that bid item is significant in the opinion of the Engineer, the unit price shall be subject to review to determine if a new unit price should be negotiated; or 7.4.2 If no such unit prices are set forth, then by a lump sum or other unit prices mutually agreed upon by the CITY and the CONTRACTOR; or 7.4.3 By cost reimbursement, which is the actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work plus fifteen (15) percent to cover the cost of general overhead and profit. For all labor and foreman in direct charge of the authorized operations, the CONTRACTOR shall receive the current local rate of wages to be agreed upon in writing before starting such work, for each hour said labor and foreman are actually engaged thereon. An upper limit of total cost and of profit shall be agreed upon and shall not be exceeded unless approved by the CITY. 7.4.3.1 The CONTRACTOR shall submit sufficient cost and pricing data to enable the Engineer to determine the necessity and reasonableness of costs and amounts proposed and the allowability and eligibility of costs proposed. 7.4.3.2 The CONTRACTOR shall have an accounting system which accounts for such costs in accordance with generally accepted accounting principles. This system shall provide for the identification, accumulation and segregation of allowable and unallowable Change Order costs. 7.4.3.3 Where it is indicated that the Contract is federally or State assisted, the CONTRACTOR'S attention is directed to the applicable rules and regulations relative to cost principles which must be used for the determination and allowability of costs under grant. Page 864 of 1278 7.4.3.4 In no case shall fringe benefit costs on direct labor costs exceed forty (40) percent of direct labor costs. 7.4.3.5 In no case shall the CONTRACTOR and Subcontractors' general overhead and profit in the aggregate exceed fifteen (15) percent of the total cost of direct labor, fringe benefits, direct overhead, materials, supplies, equipment and directly related services supplied by him. Among the items considered as general overhead are bonds, insurance, incidental job burdens, supervision and general office expenses. 7.4.3.6 In no case shall the CONTRACTOR'S cost for administering subcontracts exceed five (5) percent of the subcontractors' cost not including subcontractors' profit. 7.4.3.7 For special equipment and machinery such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment, required for the economical performance of the authorized work, the CONTRACTOR shall receive payment based on the agreed rental price for each item of equipment and the actual time of its use on the work provided that the rental price shall not exceed the current rates published by the Equipment Guide Book Company in the Blue Book, "Rental Rates for Construction Equipment". Rate shall be daily, weekly or monthly as appropriate. 7.4.3.8 Records of extra work done shall be reviewed at the end of each day by the CONTRACTOR and the Engineer. Such daily records shall clearly distinguish between the work done under the contract and that done under the Change Order. Duplicate copies of the accepted daily records shall be made, signed by the CONTRACTOR and the Engineer and one copy retained by each. 7.5 Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless that same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 7.10 No Field Change Directive or Change Order shall be authorized by the Project Manager if the Contractor has added language to the Field Change Directive or Change Order or to any cover letter, e-mail, facsimile, or other written document which accompanies the Field Change Directive or Change Order in which the contractor attempts to reserve any future right or claim arising out of the work which is the subject of the Field Change Directive or Change Order. Page 865 of 1278 8.0 INSURANCE 8.1 The CONTRACTOR shall maintain during the term of this contract commercial liability, motor vehicle, and property damage insurance, acceptable to the CITY, covering the work contracted and all operations connected herewith, and whenever any of the work in the contract is to be sublet, CONTRACTOR'S contingent or protective liability and property damage insurance. Such insurance shall provide limits not less than those set forth on the insurance requirement schedule included in the bid documents and naming the City of Boynton Beach as an "Additional Insured" with respect to General Liability. 8.2 Required insurance shall be documented in a certificate of insurance which provides that the CITY of Boynton Beach shall be notified at least fifteen (15) days in advance of cancellation, nonrenewal or adverse change. Contractor agrees to furnish policies if Certificate of Insurance is not acceptable. 8.3 The CONTRACTOR shall take all necessary precautions to prevent the generation of loud, unnecessary noise in conjunction with his operations at the work site. Internal combustion engines used with construction equipment shall be equipped with mufflers, as required by the Code of the City of Boynton Beach, and the CONTRACTOR shall comply with all requirements of this Code as they pertain to prevention of noise. No pile driver, excavating or other construction equipment, pneumatic hammer, derrick, the use of which is attend by loud or unusual noise, shall be operated between the hours of 6:00 P.M. and 7:00 A.M., except by written permission of the City Manager, and then only in case of emergency. 9.0 GUARANTEE AND WARRANTIES 9.1 All the work shall be guaranteed to remain in good condition for one year from date of acceptance. 10.0 TERMINATION OF CONTRACT 10.1 If the work to be performed under the contract is assigned by the CONTRACTOR other than provided for herein; if the CONTRACTOR should be adjudged as bankrupt; if a general assignment of his assets be made for the benefit of his creditors; if a receiver should be appointed for the CONTRACTOR or any of his property; if at any time the Engineer shall certify in writing to the City Manager that the performance of the work under the contract is being unnecessarily delayed or that the CONTRACTOR is willfully violating any of the conditions, provisions, or covenants of the contract, plans or specifications, or that he is executing the same in bad faith or otherwise not in accordance with the terms of the contract; if the work be not fully completed within the time named for its completion or within the time to which such completion date may be extended; or if other just causes exist, the City Manager may serve ten (10) days' written notice upon the CONTRACTOR of the intent to terminate the contract for the CITY and if the CONTRACTOR shall not, prior to the effective date of termination set forth in such notice, take such measures as will, in the judgment of the City Manager, ensure the satisfactory performance of the work, the City Commission and the City Manager may declare the contract terminated on the effective date specified in such notice, or any date subsequent thereto. In the event of such termination, the City Manager shall notify Page 866 of 1278 the CONTRACTOR and Surety and the CONTRACTOR shall immediately respect such notice and stop work and cease to have any right to the possession of the ground and shall forfeit his contract. Upon such termination, the City Manager shall provide the Surety with written notice of the CITY'S action and the Surety shall within ten (10) days of receipt of said notice remedy the default or the Surety shall as expeditiously as possible: 10.1.1 Complete the contract in accordance with its terms and conditions, or 10. 1.2 Obtain a bid or bids for completing the contract in accordance with its terms and conditions, and upon determination by Surety and the CITY of the lowest responsible bidder, make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts or completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. 11.0 CONTRACT CONTROLS 11.1 The subject contract between the CITY and the CONTRACTOR shall supersede any and all documents executed between the parties relative to the project. In the event of any inconsistencies, the terms, provisions and conditions set forth in the subject contract shall supersede all other documents and shall be controlling. 12.0 TIME OF ESSENCE 12.1 Inasmuch as the provisions hereof, and of the plans and specifications herein, and of all the other contract documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the contract. 13.0 REMEDY FOR DELAY 13.1 In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. No monetary damages shall be claimed or awarded to CONTRACTOR in association with any delay in the project caused by an act or omission of the CITY, its agents or employees. 13.2 Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. Page 867 of 1278 13.3 All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction. 13.4 For the purpose of this section the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Engineer, project manager and consulting Engineers. 14.0 PUBLIC RECORDS 14.1 Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. 14.2 The City of Boynton Beach is a public agency subject to Chapter 119, Florida Statutes. The contractor shall comply with Florida's Public Records Law. Specifically, the contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. io Page 868 of 1278 E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BOULEVARD, SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US 15.0 SCRUTINIZED COMPANIES - 287.135 and 215.473 15.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. 11 Page 869 of 1278 IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. DATED this day of 12019. CITY OF BOYNTON BEACH ROSSO SITE DEVELOPMENT, INC.: go Lori LaVerriere, City Manager Approved as to Form: James A. Cherof, City Attorney Attest/Authenticated: Judy Pyle, City Clerk STATE OF FLORIDA COUNTY OF (Print Name and Title) BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgements personally appeared , and acknowledged He/She executed the foregoing Addendum to Agreement for the use and purposes mentioned in it, and that the instrument is His/Her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this day of 2019. My Commission Expires: NOTARY PUBLIC 12 Page 870 of 1278 iTITM V MIM k CA The undersigned, , hereby agrees for a period of one (1) year from the date hereof, to repair any defect or damages resulting from the work conveyed to the City of Boynton Beach (the "City"), pursuant to that certain Bill of Sale or Plans dated which is result of a defect in the materials or workmanship. The undersigned, upon notice of such defect, shall make the foregoing repairs as soon as reasonably possible or, if such repairs have already been made by the City, the undersigned, upon receipt of evidence of the costs reasonably incurred by the City in the making of such repairs, shall forthwith refund same to the City. Anything herein to the contrary notwithstanding, the City shall have the sole obligation to perform all maintenance required. Accordingly, the undersigned shall have no liability hereunder in the event that the repairs result from the failure of the City to properly maintain same or misuse or abuse (except, however, nothing contained herein shall be construed to release the undersigned from liability for damage or defect caused by acts of the undersigned or its employees or agents in connection with the completion by the undersigned of the project). Date: WARR-1 President Name of Company (CORPORATE SEAL) Page 871 of 1278 STATE OF FLORIDA ) SS: COUNTY OF I, HEREBY CERTIFY that on this day, before me, an officer duly authorized to take acknowledgements, personally appeared , Florida Corporation and general partner of 0 Florida limited partnership, to me known to be person described in and who executed the foregoing instrument and he acknowledged before me that he executed the same for the uses and purposes therein expressed. My Commission Expires: WARR-2 Notary Public, State of Florida Page 872 of 1278 WARRANTY OF TITLE To be executed with each and every payment or draw request STATE OF FLORIDA COUNTY OF a , being first duly sworn, deposes and says as follows: He is of (Title) (Name of Corporation or Firm) corporation which is named in Construction Contract dated the day of , 20_, between said corporation as the CONTRACTOR and the City of Boynton Beach, Florida as the OWNER, for the construction of and Affiant is authorized to make this Affidavit as, or on behalf of, the Contractor as named above. Title to all work, materials and equipment covered by the attached Periodical Estimate for Payment dated , passes to the Owner at the time of payment free and clear of all liens, and all laborers, material men and subcontractors have been paid for performing or furnishing the work, labor or materials upon said Contract work covered by the aforesaid Periodical Estimate for Payment. This statement under oath is given in compliance with Section 713.06 Florida Statutes. Sworn to and subscribed before me this day of '20 Notary Public, State of Florida at Large My Commission expires: (SEAL) Affiant WT -1 Page 873 of 1278 FINAL ESTIMATE RECONCILIATION AGREEMENT This Final Estimate Reconciliation Agreement covering the period from , to , supersedes any and all previous correspondence or verbal agreement regarding deletions or additions to the scope of work in the performance of the contract dated for construction of and all appurtenant work thereto in the City of Boynton Beach, Palm Beach County, Florida. It is hereby agreed and understood that all quantities and prices shown on the attached Final Estimate No. are correct and the amount of $ constitutes final payment, including retainage, and Change Order No. for all materials furnished and work performed by , Contractor, and all other contractors, in the construction and completion of the above project, all which were to be performed in strict accordance with the terms of the original contract. It is further agreed and understood that the one-year warranty period of workmanship and materials furnished shall commence on final completion and acceptance by the Owner, City of Boynton Beach, as outlined in Paragraph 11.1 of the original agreement. RECOMMENDED FOR APPROVAL: M M ACCEPTED: By: Date: FER - 1 Page 874 of 1278 State of Florida ) ss: County of Palm Beach ) On this day of 120 personally appeared before me duly authorized to administer oaths to me known to be the persons described herein and who executed the foregoing instrument and have acknowledged before me and they have executed same. Notary Public My Commission Expires: FER-2 Page 875 of 1278 DRICAWRL BIDDER ACKNOWLEDGEMENT Submit Bids To: FINANCE/PROCUREMENT SERVICES 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6322 Bid Title: SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS Bid Number: 002-2413-19/IT Bid Received By: November 26, 2018, NO LATER THAN 2:30 P.M. Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for: November 26, 2018, no later than 2:30 P.M., and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Rosso Site Development, Inc. Federal I.D. Number: 45-4460836 A Corporation of the State of: Florida Area Code: 561 Telephone Number: 689-0889 Area Code: 561 Mailing Address: City/State/Zip Vendor Mailing Date: FAX Number: 1302 S J Street Lake Worth, FL 33460 E-MAIL: i f 689-2851 uthorized Signature _ Joseph A. Rosso III, Vice President Name Typed THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BA -1 Page 876 of 1278 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS BID NO: 002-2413-19/IT BIDDER: Rosso Site Development, Inc. DATE SUBMITTED: 12-3-2018 We propose and agree, if this bid is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: KIMLEY-HORN AND ASSOCIATES, INC. and having examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE 1 11-21-2018 ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE A-1 Page 877 of 1278 City of Boynton Beach Isubmitted By: Sara Sims Park Improvements Rosso Site Development, Inc. BID No. 002-2413-19IIT LANDSCAPE AND IRRIGATION BID FORM ADDENDUM NO. 1 Item Description Quantity U/M Unit Price Amount LANDSCAPE $206,779.64 Tree Removal 1 LS $24,190.13 $ 24,190.13 4" CAL Gumbo Limbo 13 EA $563.35 $ 7,323.55 3" CAL Royal Poinciana 7 EA $633.77 $ 4,436.39 6" CAL Southern Live Oak 1 EA $3,096.42' $ 3,098.42 4" CAL Southern Live Oak 17 EA $985.86 $ 16,759.62 2" CAL Pink Tabebuia 5 EA $316.88 $ 1,584.40 12'-18' CT Sabal Palm 21 EA $281.67 $ 5,915.07 18" x 18" Mammey Croton 18 EA $16.95 $ 305.10 24" x 24" Queen Emma Crinum 85 EA $35.21 $ 2,992.85 15"x15" Green Island Ficus 132 EA $14.34 $ 1,892.88 12"x12" DwarfYaupon Holly 789 EA $14.34 $ 11,314.26 15" x 15" Wax Jasmine 27 EA $14.34 $ 387.18 24" x 24" Split -Leaf Philodendron 246 EA $14.34 $ 3,527.64 Floratam St. Augustine Sod 231,142 SF $0.50 $ 115,571.00 Reinforced turf 1 LS $7,481.15 $ 7,481.15 IRRIGATION - - $126,769.54 - 3HP Booster Pump, Controller, Rain Sensor 1 LS $21,516.83 $ 21,516.83 6" Pop Up Spray Head 193 EA $19.56 $ 3,775.08 12" Pop Up Spray Head 80 EA $26.08 $ 2,086.40 6" Rotors 236 EA $45.64 $ 10,771.04 Bubblers 65 EA $19.56 $ 1,271.40 Control Valves 39 EA $326.01 $ 12,714.39 Class 200 Pipe - Laterals 15,000 LF $3.91 $ 58,650.00 SCH 40 Pipe - Mainline 2,600 LF $5.22 $ 13,572.00 Sleeving - SCH 40 Pipe 370 LS $6.52 $ 2,412.40 SITE GRADING $11,667.80 Final Site Grading LS -$11,667.80 $ 11,667.80 Landscape and Irrigation Construction Cost Total $345,216.98 Page 878 of 1278 I STATEMENT OF BIDDER'S QUALIFICATIONS Each Contractor bidding on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each bid document. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal. * attach additional sheets giving the information 1. Name of Bidder: Rosso Site Development, Inc. 2. Business Address: 1302 S J Street, Lake Worth, FL 33460 3. When Organized: 2012 4. Where Incorporated: Florida 5. How many years have you been engaged in the contracting business under the present firm name? 6+ years 6. General character of work performed by your company. clearing and grubbing, earthwork, baserock, asphalt, concrete 7. Number of employees. 40+ 8. Background and experience of principal members of your personnel, including officers. see attached 9. Bonding capacity. $15,000,000+ 10. Have you ever defaulted on a contract? If so, where and why?* no THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SBQ - 1 Page 879 of 1278 STATEMENT OF BIDDER'S QUALIFICATIONS continued...... 11. Experience in performance. Project $ Value Contact Name Phone # see attached 11. Contracts on hand. * see attached 12. Largest completed projects (include final cost). 1) PBC - Lyons Road $4,307,684.35 2) PBIA - Taxiway W $3,558,817.62 3) Wellington - Southshore Ph III $1,882,298.54 14. List all lawsuits (design and/or construction related) to which you have been a party and which: * N/A 1) arose from construction projects: 2) occurred within the last 4 years: 3) provide case number and style: Dated at: 1 5 J `► 4, A to a W o o this 3rd day of December 2018 By. (Signature) k Name: Joseph A. Rosso III (Printed or Typed) Title: Vice President THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SBQ-2 Page 880 of 1278 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of Florida County of Palm Beach Joseph A Rosso III being first duly sworn, deposes and says that: 1) He/She is Vice President of Rosso Site Development, Inc. , (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: "SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS" 2) He/She is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest including this affiant. (Title) Vice Subscribe_ d and sworn to before me This day of 2018 commission expires 5L4 - 0 Cf - 201 THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE NCA -1 3si Page 881 of 1278 ANTI -KICKBACK AFFIDAVIT STATE OF FLORIDA ) SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by'an officer of the corporation. By: Joseph A. Rosso III, Vice President T� NAME - SIGNATURE Sworn and subscribed before me this day of ce , 20 ergPU LIC, State of Florida 'd P ,-,p"MS 41d12019 "OFFICIAL NOTARY SEAL" STAMP Printed Information: NAME 21 TITLE COMPANY THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE AKA - 1 Page 882 of 1278 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN OTHER NOT APPLICABLE (specify) Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO r If YES, Name the Organization from which this certification was obtained and date: 1 Issuing Organization for Certification w1ft- Date of Certification THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE MOB -1 Page 883 of 1278 CONFIRMATION OF DRUG-FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, Irt. that this arm complies fully with the above requirements.71F� °` Joseph A. Rosso III, Vic_ a President Vendor's Signature THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE DFW - 1 Page 884 of 1278 SAFETY PROGRAM COMPLIANCE Safety is a high priority in the conducting of business in the City of Boynton Beach. Preference shall be given to contractors with an established safety program following O.S.H.A. guidelines, and documented results establishing a safe working environment. 1. Bidder shall provide a copy of the Safety Program(s) to be in effect for the duration of the Contract (attach to the back of this form). 2. The City reserves the right to conduct periodic safety inspections of the contractor, subcontractor, employees, agents, etc. throughout the duration of the Contract. 3. The City reserves the right to terminate the Contract where it is determined that the contractor or subcontractor is in non-compliance of the safety terms, regulations or requirements established by O.S.H.A. or the State. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Joseph A. Rosso III, Vice President AUTHORIZED SIGNATURE THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SPC -1 Page 885 of 1278 H Z W W w 0. 2 Z O Q� ® M Z N Q N O Z o V Z ®_ Z m J C. N Q U) G: O U Z U m M N U. W J D W U N � m 0 m N C m O) � V a C O U C +�+ L 3 : U T c L O O a 70 U m m U C U O N O C L - a 0 m L U .O :F 00 m 0 L_ N m m U E o Nw E O w O O N U '5 U E -r.6 C co � � m _ C N m C L oa •m a m Er-am C C N N O a O 0-0 N U w a � (A toil O n 0 N O U a) O. - O N`.0 M N a o E a O_ a) m - N t N f- LrA CD L N a 0 c C V O O C C I- U U 00 0 N M N r a) m Of kiwi m "8 N cc C m a 0 3° U m w m N c L E L O a w a t o ,c y a m N U 7+ ` ca O O N o O O) CL L N Z 3 .0— w O m m U U C m O C •U � O C .0 U m C L � N v N N cc M C � m + C Y °7 n N E ` 2 O 0-- 0 L C a1 O C O C O L O N ai CO) o EMU 0C N m N 3 'E T C 0 Fn v y Page 886 of 1278 W L O CO O C4. d V N O O O O r O OO O O€ O O O Cl O O O O O C C') O O N O O6 O O O O 0 V - O O O =ate0 w N O Z Q Q I N c z' z O J L C O. O O CD y a , ca °� O V J- — 4 J (D U L.L w U) ai C 0 C c a °' o°J "r m N L v N U L — a +�+ J n m Q p n O CO umi CD C E C 0 !p Z' O U ti N lfj M I r LO 00 0 N M N r a) m Of kiwi m "8 N cc C m a 0 3° U m w m N c L E L O a w a t o ,c y a m N U 7+ ` ca O O N o O O) CL L N Z 3 .0— w O m m U U C m O C •U � O C .0 U m C L � N v N N cc M C � m + C Y °7 n N E ` 2 O 0-- 0 L C a1 O C O C O L O N ai CO) o EMU 0C N m N 3 'E T C 0 Fn v y Page 886 of 1278 V % N/A STATEMENT OF NO BID If you are not bidding on this service/commodity, please complete and return this form to: Procurement Services — 3301 Quantum Boulevard, Suite 101, Boynton Beach, FL 33426. Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to respond to your Bid No.: 002-2413-19/IT for SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS because of the following reasons: REMARKS: Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) IF YOU ARE NOT SUBMITTING A BID, PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES NB -1 Page 887 of 1278 PALL BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS BID No. 002-2413-19/IT The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. Rosso Site Development, Inc. CONTRACTOR NAME tt d By. 'Joseph h A. Rosso III Title: Vice President Date: 12/3/2018 THIS PAGE TO BE SUBMITTED ALONG WITH BID IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE IG -1 Page 888 of 1278 A RM q A CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION Joseph A. Rosso III the Vice President of (Name of officer of company) (Title of officer of company) Rosso Site Development, Inc. , located at 1302 S J Street, Lake Worth, FL 33460 (Name of Corporation/Company) (Business Address) Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS: Rosso Site Development, Inc. 1. Is the business located within the City limits YES NO Number of Years: of Boynton Beach, Florida? 0✓ 2. Does the business have a business tax YES NO Business License receipt issued in the current year? Number: ❑� 19-00046168 3. Is the business registered with the Florida YES NO CGC1520819 Division of Corporations? ✓❑ I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business Print Name: Joseph A. Rosso III, Vice President Signature: // ***FOR PURCHASING USE ONL Business License ❑ Year Established: ❑ Active: Verified by: LB -1 Date: Page 889 of 1278 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 I, Joseph A Rosso III , on behalf of Rosso Site Development, Inc. certify Vice President Print Name and Title Company Name that Rosso Site Development, Inc. does not: Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either Page 890 of 1278 the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Rosso Site Development, Inc. COMPANY NAME Joseph A. Rosso III PRINT NAME f, SIGs URE Vice President TITLE Page 891 of 1278 Corporate Authority to Execute Bid The undersigned hereby certifies that the following are true and correct statements: 1. That he/she is the Secretar_of Rosso Site Development, a corporation organized and existing in good standing under the laws of the State of Florida hereinafter referred to as the "Corporation", and that the following Resolutions are true and correct copies of certain Resolutions adopted by the Board of Directors of the Corporation as the 3rd day of Dec 2018 , in accordance with the laws of the State of the state of incorporation of the Corporation, the Articles of Incorporation and the By-laws of the Corporation. RESOLVED, that the Corporation shall enter into that certain Agreement between City of Boynton Beach, a political subdivision of the State of Florida and the Corporation, a copy of which is attached hereto, and be it FURTHER RESOLVED, that Joseph A. Rosso III (name), the Vice President (title) of the Corporation, is hereby authorized and instructed to execute such Agreement and such other instruments as may be necessary and appropriate for the Corporation to fulfill its obligations under the Agreement. 2. That the foregoing resolutions were passed with the required corporate formalities and have not been modified, amended, rescinded, revoked or otherwise changed and remain in full force and effect as of the date hereof. 3. That the Corporation is in good standing under the laws of the State of Florida or its state of incorporation, if other, and has qualified, if legally required, to do business in the State of Florida and has the full power and authority to enter into such Agreement. IN WITNESS WHEREOF, the undersigned has set his hand and affixed the Corporate Seal of the Corporation the 3rd _ day of December, , 20 18 y - (Si gtu (CORPORATE SEAL) Blair R. Simpson (Print Signatory's name Its Secretary) SWORN TO AND SUBSCRIBED before me this �13 day ofc--- L-. .._ _ , 20 15 by the Secretary of the aforesaid Corporation, who is personally known to me OR who produced N t as identification and who did X take an oath. June L. Ehays NCM AMY BILI tary Signature) (Print Notary's Name) NOTARY PUBLIC ExplrGS419/2019 State of Florida at Large My Commission Expires: 1/- .v ) Page 892 of 1278 The City of Boynton Beach ADDENDUM.. No.1 DATE: NOVEMBER 21, 2018 BID TITLE: SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS BID NO.: 002-2413-19/IT This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum No. 1 shall govern. Words in StFikethmugh type are deletions from existing text. Words in bold, underlined type are additions to existing text. The bid opening date is revised from NevembeF 26, 2018 to December 3, 2018 at 2:30 PM. The location remains unchanged. 2. The Bid Sheet is revised and attached herewith. This revised bid sheet must be submitted with your bid for your bid to be considered responsive. Final Site Grading_ is added to the price sheet. 3. Refer to ATTACHMENT `A' — SARA SIMS PARK IMPROVEMENTS PLANS: The following sheet is hereby added and attached as Exh. 1 1-0.00 Tree Disposition Plan Sincerely, 4 ,;I 0 - A-�-k Tim W. Howard Assistant City Manager - Administration cc: Finance/Procurement Page 893 of 1278 The City of Boynton Beach •N Z Loh,■ • ■® 1■ SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS BID NO.: 002-2413-19/IT RESPONDENT MUST SIGN, DATE AND INCLUDE THIS "ACKNOWLEDGEMENT OF ADDENDUM NO. 1 WITH BID PACKAGE IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. oseph A. Rosso III PRINT NAME OF REPRESENTATIVE Rosso Site Development, Inc. NAME OF COMPANY SIG , T , RE OF REPRESENTATIVE 12-3-2018 DATE 2 Page 894 of 1278 t �" � a '';all. tY Site Development Lualifications of Bidders Rosso Site Development, Inc. is a heavy civil general contractor located in Lake Worth, Florida. We self -perform clearing and grubbing, excavation and embankment, subgrade, road base, asphalt paving, concrete paving, and minor storm water drainage. Rosso Site Development, Inc., founded by Joe Rosso II, is a family owned and operated business that provides construction services to a broad range of clients, both public and private. We work primarily in the areas of site development, highway and road construction and pride ourselves as being one of the leading construction companies in Palm Beach County. RSD has successfully completed projects on both the city and county level as well as privately, leaving behind a reputation of quality and value. RSD is a licensed Certified General Contractor, Registered Underground Utility and Excavation Contractor and we have a full time Professional Engineer on staff licensed in the State of Florida and the State of North Carolina. The Rosso Family brings over 40 years of combined construction experience and we take pride in the principles that have led to success — responding to clients' needs, maintaining a strong work ethic and staying abreast to the cutting edge in construction technologies and methods. FIRM WORK HISTORY Project Name: 2nd Avenue South Roadway Improvements Project Contract Amt: $663,710.61 Start Date: February 26, 2018 Expected Completion Date: June 26, 2018 Owner: City of Lake Worth 1749 3`d Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lafaso, Assistant Director of Public Services Engineer: Matthews Consulting 477 S. Rosemary Ave West Palm Beach, FL 33401 Project Name: 8th Avenue North Greenway Improvements Project North "A" Street to North' F" Street Contract Amt: $291,846.00 Start Date: TBD Expected Completion Date: TBD Owner: City of Lake Worth 17493 d Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lafaso, Assistant Director of Public Services Engineer: N/A 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 895 of 1278 Project Name: Flavor Pict Road, from SR 7 to Lyons Road Contract Amt: $2,934,354.65 Start Date: September 6, 2018 Expected Completion Date: Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 John Kopalakis (561) 684-4180 Engineer: Stantec 2056 Vista Parkway, Suite 100 West Palm Beach, FL 33411 Project Name: Indiantown Road and Jupiter Farms Road Intersection Improvements Contract Amt: $1,496,853.75 Start Date: December 4, 2017 Expected Completion Date: June 2, 2018 Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 Steve O'Neil (561) 684-4180 Engineer: K -F Group, Inc. 12773 W Forest Hill Blvd, Suite 1217 Wellington, FL 33414 Project Name: Wallis Road, from E-3 Canal to Haverhill Road Contract Amt: $743,903.10 Start Date: September 5, 2017 Completion Date: April 2018 Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 Steve O'Neil (561) 684-4180 Engineer: Michael B. Schorah 1850 Forest Hill Blvd, Suite 206 West Palm Beach, FL 33406 Project Name: 5th Avenue South Bikeway and Pedestrian Trail Project Contract Amt: $566,389.47 Start Date: September 25, 2017 Completion Date: March 2018 Owner: City of Lake Worth 1749 31d Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lofaso Engineer: Kimley-Horn & Associates, Inc. 1690 S Congress Avenue Delray Beach, FL 33445 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 896 of 1278 Project Name: Coral Ridge Drive, S. County Regional Park N. Entrance to 750' North Contract Amt: $1,067,218.45 Start Date: 8-15-2017 Completion Date: 12-13-2017 Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 John Kopalakis (561) 684-4180 Engineer: Arcadis US, Inc. 1500 Gateway Blvd, Suite 200 Boynton Beach, Florida 33426 Project Name: Neighborhood Street Program District 1, Year 1, Project 1 Contract Amt: $930,324.23 Start Date: 8-7-2017 Completion Date: 12-5-17 Owner: City of Lake Worth 1749 P Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lofaso Engineer: Mock Roos 5720 Corporate Way West Palm Beach, FL 33407 Project Name: Connector Road, Lyons Road to Acme Dairy Road Contract Amt: $592,582.07 Expected Completion Date: Aug 2017 Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 John Kopalakis (561) 684-4180 Engineer: Civil Design, Inc. 1400 Centrepark Blvd, Suite 905 West Palm Beach, FL 33401 Project Name: South Shore Blvd. Northbound Right Turn Lane Extension at Pierson Road Contract Amt: $159,416.88 Start Date: 7-5-2017 Expected Completion Date: 9-3-2017 Owner: Village of Wellington 12300 Forest Hill Blvd Wellington, FL 33414 Tom Lundeen (561) 753-2454 Engineer: Mock Roos 5720 Corporate Way West Palm Beach, FL 33407 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 897 of 1278 Project Name: W 15th to 17th Street Mill & Resurface Contract Amt: $404,777.92 Start Date: 7-24-2017 Expected Completion Date: 11-21-2017 Owner: City of Riviera Beach 2391 Ave L Riviera Beach, FL 33404 (561) 845-3472 Terrence Bailey, City Engineer Engineer: Chen Moore 500 Australian Avenue South, Suite 530 West Palm Beach, FL 33401 Project Name: Lyons Road (Lantana Road to LWDD Canal L-14) Contract Amt: $4,307,684.35 Expected Completion Date: August 2017 Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 John Kopalakis (561) 684-4180 Engineer: HSQ Group, Inc. 1489 West Palmetto Park Road, Suite 340 Boca Raton, FL 33486 Project Name: 18th to 22"d Street Contract Amt: $714,654.45 Completion Date: April 2017 Owner: City of Riviera Beach 2391 Ave L Riviera Beach, FL 33404 (561) 845-3472 Terrence Bailey, City Engineer Engineer: Stantec 21301 Powerline Rd, Ste 311 Boca Raton, FL 33433 Project Name: Taxiway W Contract Amt: $3,558,817.62 Completion Date: January 2017 Owner: Palm Beach County Department of Airports 1000 PBIA, Suite 846 West Palm Beach, FL 33406-1412 Phone: (561) 471-7420 Cindy Portnoy Engineer: CH2MHill 3001 PGA Blvd, Suite 201A Palm Beach Gardens, FL 33410 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 898 of 1278 Project Name: 6th Ave South Contract Amt: $334,985.37 Completion Date: May 2016 Owner: City of Lake Worth 1749 Yd Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lofaso Engineer: Craven, Thompson and Associates Inc. 3563 NW 53rd Street Fort Lauderdale, FL 33309 Project Name: Lyman Kayak Park Contract Amt: $153,255.48 Completion Date: March 2016 Owner: Town of Lantana 500 Greynolds Circle Lantana, FL 33462 (561) 540-5766 Linda Brien Engineer: Calvin, Giordano & Associates, Inc. 560 Village Blvd, Ste 340 West Palm Beach, FL 33409 Project Name: 7th Ave South Contract Amt: $643,140.47 Completion Date: February 2016 Owner: City of Lake Worth 1749 3rd Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lofaso, Assistant Director of Public Services Engineer: Matthews Consulting 477 S. Rosemary Ave West Palm Beach, FL 33401 Project Name: Burns & Military Contract Amt: $1,382,527.84 Completion Date: July 2016 Owner: Palm Beach County 2300 N. Jog Rd West Palm Beach, FL 33411 (561) 684-4180 Steve O'Neil, Chief Construction Coordinator Engineer: Arcadis 2081 Vista Parkway West Palm Beach, FL 33411 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 899 of 1278 Project Name: NE 4th Street Parking Lot Contract Amt: $133,526.85 Completion Date: February 2016 Owner: Boynton Beach Community Redevelopment Agency 710 N. Federal Hwy Boynton Beach, FL 33435 (561) 600-9091 Michael Simon, Assistant Director Engineer: Kimley-Horn & Associates, Inc. 1690 S Congress Avenue Delray Beach, FL 33445 Project Name: Sea Pines Drainage Improvements Contract Amt: $162,997.00 Completion Date: November 2015 Owner: Town of Lantana 500 Greynolds Circle Lantana, FL 33462 (561) 540-5766 Linda Brien Engineer: Matthews Consulting 477 S. Rosemary Ave West Palm Beach, FL 33401 Project Name: ECR Grit Collection Contract Amt: $25,907.64 Completion Date: December 2015 GC: FL Drilling & Design 7733 Hooper Rd West Palm Beach, FL 33411 (561) 818-3228 Jeff Holst Engineer: Kimley-Horn & Associates, Inc. 1690 S Congress Avenue Delray Beach, FL 33445 Project Name: South Shore Phase III Contract Amt: $1,882,298.54 Completion Date: November 2015 Owner: Village of Wellington 12300 Forest Hill Blvd Wellington, FL 33414 (561) 791-4052 Johnathan Reinsvold, Project Engineer Engineer: Village of Wellington 12300 Forest Hill Blvd Wellington, FL 33414 1302 South 1 Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 900 of 1278 Project Name: Gramercy Park Contract Amt: $705,224.35 Completion Date: August 2015 Owner: Palm Beach County — Facilities 2633 Vista Parkway West Palm Beach, FL 33411 (561) 233-0208 Dave Dolan, Project Manager Engineer: Stantec 21301 Powerline Rd, Ste 311 Boca Raton, FL 33433 Project Name: Historic Jupiter— Indiantown Trail Contract Amt: $499,231.80 Completion Date: August 2015 Owner: Palm Beach County 2300 N. Jog Rd West Palm Beach, FL 33411 (561) 684-4180 Steve O'Neil, Chief Construction Coordinator Engineer: Simmons & White 5601 Corporate Way Wellington, FL 33407 Project Name: C23 Multiuse Path and Bridle Trail Contract Amt: $529,948.66 Completion Date: August 2015 Owner: Village of Wellington 12300 Forest Hill Blvd Wellington, FL 33414 (561) 791-4052 Johnathan Reinsvold, Project Engineer Engineer: Village of Wellington Engineering 12300 Forest Hill Blvd Wellington, FL 33414 Project Name: N. County Landfill Customer Convenience Drop-off Center Contract Amt: $657,502.37 Completion Date: May 2015 Owner: Solid Waste Authority of Palm Beach County 7501 North Jog Rd West Palm Beach, FL 33412 (561) 640-4000 Engineer: CDM Smith 1601 Belvedere Rd West Palm Beach, FL 33406 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 901 of 1278 Project Name: 7th Street Square Contract Amt: $643,781.47 Completion Date: June 2015 Owner: City of West Palm Beach 401 Clematis St, 4th Flr West Palm Beach, FL 334061 (561) 494-1120 Tracy Ward, Project Engineer Engineer: AECOM 2090 Palm Beach Lakes Blvd West Palm Beach, FL 33404 Project Name: 101h Ave South Roadway Improvements Project Contract Amt: $235,676.13 Completion Date: January 2015 Owner: City of Lake Worth 1749 3r' Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lofaso, Assistant Director of Public Services Engineer: Civil Design, Inc. 312 9th Street West Palm Beach, FL 33401 Project Name: W. 37th Street Improvements Contract Amt: $335,034.59 Completion Date: November 2014 Owner: City of Riviera Beach 2391 Ave L Riviera Beach, FL 33404 (561)845-3472 Terrence Bailey, City Engineer Engineer: Stantec 21301 Powerline Rd, Ste 311 Boca Raton, FL 33433 Project Name: Forget Me Not Farms Contract Amt: $678,520.16 Completion Date: January 2015 GC: Castle Florida Building Corp 150 N. Swinton Avenue, Ste 100 Delray Beach, FL 33444 Engineer: Alan Gerwig & Associates, Inc. 12798 W. Forest Hill Blvd, Ste 201 Wellington, FL 33414 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 902 of 1278 Project Name: NE 1st Ave & NE 15t St & Sidewalk Connector Contract Amt: $527,265.89 Completion Date: September 2014 Owner: Boynton Beach Community Redevelopment Agency 710 N. Federal Hwy Boynton Beach, FL 33435 (561) 600-9091 Michael Simon, Assistant Director Engineer: Kimley-Horn & Associates, Inc. 1690 S Congress Avenue Delray Beach, FL 33445 Project Name: Congress Ave, Hypoluxo Rd to Donnelly Drive Contract Amt: $1,231,538.15 Completion Date: August 20, 2014 Owner: Palm Beach County 2300 N. Jog rd West Palm Beach, FL 33411 (561) 684-4180 John Kopelakis, Chief Construction Coordinator Engineer: Wantman Group, Inc. 2035 Vista Parkway, Ste 100 West Palm Beach, FL 33411 Project Name: Tidal Wave Industrial Park Contract Amt: $737,647.06 Completion Date: March 11, 2014 Owner: Tidal Wave Development Corp 1660 NW 19th Avenue Pompano Beach, FL 33069 (954)553-1488 Bill Johnson, Owner Engineer: Calvin, Giordano & Associates, Inc. 560 Village Blvd, Ste 340 West Palm Beach, FL 33409 Project Name: Canton Rd Paving & Drainage Improvements Contract Amt: $163,984.12 Completion Date: March 5, 2014 Owner: Palm Beach County 2300 N. Jog rd West Palm Beach, FL 33411 (561) 684-4180 John Kopelakis, Chief Construction Coordinator Engineer: Civil Design, Inc. 312 9th Street West Palm Beach, FL 33401 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 903 of 1278 Project Name: Lift Station 7 Forcemain Contract Amt: $50,871.35 Completion Date: January 21, 2014 Owner: City of Lake Worth 1749 3'd Ave S Lake Worth, FL 33460 (561)586-1720 Felipe Lofaso, Assistant Director of Public Services Engineer: Mock Roos 5720 Corporate Way West Palm Beach, FL 33407 Project Name: Lynn Way Improvements Contract Amt: $330,101.26 Completion Date: 4/9/14 Owner: City of Lake Worth 1749 3`d Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lafaso, Assistant Director of Public Services Engineer: Civil Design, Inc. 312 91h Street West Palm Beach, FL 33401 Project Name: Palm Beach Ejector Stations Contract Amt: $545,500.97 Completion Date: November 25, 2013 Owner: Town of Palm Beach Murray Logan Construction 31365 th Trail N West Palm Beach, FL 33413 (561) 686-3948 Kurt Kapsos Engineer: Corzo, Castella, Carbello, Thompson, Salman PA 21301 Powerline Rd, Ste 311 Boca Raton, FL 33433 Project Name: Belvedere & Haverhill Intersection Improvements Contract Amt: $233,897.41 Completion Date: November 11, 2013 Owner: Palm Beach County 2300 N. Jog rd West Palm Beach, FL 33411 (561) 684-4180 John Kopelakis, Chief Construction Coordinator Engineer: Kimley-Horn & Associates, Inc. 1690 S Congress Avenue Delray Beach, FL 33445 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 904 of 1278 Project Name: NW 1st Ct Sidewalk Improvements Contract Amt: $115,849.36 Completion Date: 10/28/13 Owner: City of Boca Raton 201 W. Palmetto Park Rd Boca Raton, FL 33432 (561) 416-3402 Tony Puerta, Chief of Design Engineer: City of Boca Raton Engineering 201 W. Palmetto Park Rd Boca Raton, FL 33432 ONGOING PROJECTS Project Name: Acreage Community Park Expansion Contract Amt: $3,389,888.54 Expected Completion Date: January 2019 Owner: Indian Trail Improvement District 13476 611t St N West Palm Beach, FL 33412 Engineer: Craig A. Smith & Associates 7777 Glades Road, Suite 410 Boca Raton, FL 33434 Jim Orth 561-791-9280 Project Name: Center Street, Thelma Ave to Woodland Estates Drive Contract Amt: $1,486,882.17 Start Date: November 13, 2017 Expected Completion Date: February 2019 Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 Steve O'Neil (561) 684-4180 Engineer: Civil Design, Inc. 1400 Centrepark Blvd, Suite 905 West Palm Beach, FL 33401 Project Name: Lake Worth Neighborhood Road Program North J, K & M Streets Contract Amt: $6,414,667.33 Start Date: November 30, 2017 Expected Completion Date: December 6, 2018 Owner: City of Lake Worth 1749 3`d Ave S Lake Worth, FL 33460 (561) 586-1720 Felipe Lafaso, Assistant Director of Public Services Engineer: Craven, Thompson and Associates Inc. 3563 NW 531d Street Fort Lauderdale, FL 33309 Kimley-Horn & Associates, Inc. 1690 S Congress Avenue Delray Beach, FL 33445 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 905 of 1278 Project Name: South Indian River Water Control District Contract Amt: $858,054.45 to Date: July 9, 2018 Expected Completion Date: January 2019 Owner: South Indian River Water Control District 15600 Jupiter Farms Road Jupiter, FL 33478 (561) 747-0550 Engineer: Amy Eason, PE AECOM 2090 Palm Beach Lakes Blvd West Palm Beach, FL 33404 Project Name: Lyons Road, Clint Moore Road to N of LWDD L-39 Canal Contract Amt: $3,163,022.81 Start Date: November 12, 2018 Expected Completion Date: July 2019 Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 John Kopelakis (561) 684-4180 Engineer: HQ Group, Inc. 1489 West Palmetto Park Road, Suite 340 Boca Raton, FL 33486 Project Name: Jones Creek Preserve Contract Amt: $339,733.00 Anticipated Start Date: January 2019 Expected Completion Date: July 2019 Owner: Palm Beach County 2300 North Jog Road West Palm Beach, FL 33411 John Kopelakis (561) 684-4180 Engineer: HSQ Group, Inc. 1489 West Palmetto Park Road, Suite 340 Boca Raton, FL 33486 EXPERIENCE See attached Resumes & Letters of Recommendation STAFF RESOURCES Field Employees including but not limited to laborers, operators, etc. Foreman Superintendent Project Manager Estimator Professional Engineer Administrative Staff Support Page 906 of 1278 LICENSES See attached licenses DETAILS OF QUALIFICATIONS See attached resumes CURRENT CLIENT REFERENCES Felipe Lofaso Assistant Director of Public Services City of Lake Worth 1749 3rd Ave South Lake Worth, FL (561) 586-1720 flofasoC� Iakeworth.org John Kopelakis Chief Construction Coordination Palm Beach County Construction Coordination 2300 N. Jog Rd WPB, FL 33411 (561) 684-4180 jkopelakCa@ pbceov.ore Steve O'Neil Chief Construction Coordination Palm Beach County Construction Coordination 2300 N. Jog Rd WPB, FL 33411 (561) 684-4180 son ei I @ pbceov.ors John Chandler Construction Manager Solid Waste Authority Engineer Representative CDM Smith 6365 NW 6'h Way Ft. Lauderdale, FL 33309 (954)776-1731 chandlerisC)ccimsmith.com Terrence Bailey City Engineer City of Riviera Beach 2391 Ave L Riviera Beach, FL (561) 840-4845 tbail ayLc)rivierabch.com Jeff Trompeter, PE Owner—Civil Design, Inc. 1400 Centrepark Blvd #905 West Palm Beach, FL 33401 1302 South J Street P. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 907 of 1278 (561) 659-5760 Keith Jackson, PE Vice President— Engenuity Group 1280 North Congress Ave West Palm Beach, FL 33409 (561)655-1151 SUMMARY OF LITIGATION None GMC Top Kick Water Truck Magnum MWT Water Wagon Bomag Mixer John Deere 650J Dozer Caterpillar D5K2 Dozer Royal 80 Grader Caterpillar 12H Grader John Deere 670D Grader John Deere 444K Komatsu WA250-3MC Loader John Deere 444K Leeboy 8500 EQUIPMENT OWNED Dynapac Steel Wheel Roller Hamm Vibratory Roller Ingersoll Rand Roller Ingersoll Rand SD100DTF Roller Mauldin MT500 Tack Wagon Ford F8001950 Gallon Distributor Ford New Holland 3930 Tractor Ford New Holland 3930 Tractor Kobelco Excavator SK -115 Case ExcavatorCX290 1302 South J Street p. (561)689-0889 www.RossoSiteDevelopment.com Lake Worth, FL 33460 f. (561) 689-2851 CGC1520819 / CUC1225294 Page 908 of 1278 e 44 I U W v Q = a Q tY1o u Olt u C U ILL ui 14 lig k ��'_tt O 44�i I��t 11. it LL P { }5. v (' t q".; iS )11»1 { 1 i�1��»l- ++ u O 4 � � � , yyy� VAn � �. �s �,� � (� ti «R a$S t� u fti v ss, a ( ;jtsp S s 4Cu Q r4�><. Sty(� (f>�o � �>� ' �. V)L Jt I `y,, tt, t y 1. � � JB 0 I4 �% +j 8^ O CL t` tit'ii� •i p e4 t �`I 0&Wt t t� tin�b i s i �{ C c� r :` y s r 4-0 LU O"" , CL Ln Du LLJ r�Pnl{; u r LLJ 7C) z Q +' LL, fl :3 u (� D -a LU 0 W OC w Q W a N uj f+ it �11) E V N lif ��tiya'� (ta o cn S�e � rl "��ri`0, J i LL ��4 E ;� �' z a CFS -Fi. Au,L FQ �1�► ,f _.� �a' : a a o iiY'r r., a 'r �'� ® AP+� �n 1 " it`tju l6�,;�SihA\h! 12.zz t LL 14-I --+ ii3 +r+ 41, Co u tn % ` in y 4m ul ti sal i�4 i 4,11,11-1 gra 1 ' �sr ji:�7r, a�»r 1�ta£ t3� t Y,4 l a"' jo Mal V, 4-0 O Z 554 x LU z 0 Lij R t �f W W w LLI 11") u W Li LL W a ,J 0 %a g .,Y Y a',CM C O kn LLI hiU. 'I�41ryry G �t! i[(ta ,,(ilei��� ' efe lti^"i x _ �y,,(a " X, s,r e ILL �i � tl�rrft u O © =lt, 10 {1 Ln i� cu cu c V 4-1. i�\t} tt7 r� a� b r _� isEn Uj A (t �/ 1a, m V iii �# OQ v ui L CL D Page o 2 W fi Construction Industry Licensing Board of ("1 Palm Beach County Planning, Zoning & Building Department Contractors Certification Division 2300 N. Jog Road, 2nd Floor, Suite 2W-61 West Palm Beach, FL 33411 JOSEPH A ROSSO II 1302SJST LAKE WORTH, FL 33460 (561)233-5525 Congratulations on obtaining your PAVING COMMERCIAL Certificate and for applying for certification in Palm Beach County. With this Certificate of Competency, you become or continue to be one of thousands of Floridians certified by the Construction Industry Licensing Board (CILB) of Palm Beach County. Our Construction certificates range from General, Building, and Residential to Specialty trades unique to our County. The following is proof of your Certificate of Competency along with your scope of work. Edward Lynch, Chair Construction Industry Licensing Board of Palm Beach County Oscar Alvarez, Director Named below is a Certified Contractor as outlined in the Standards to perform under the provisions of Special Act Chapter 67-1876, Laws of Florida as amended and as mandated by State Statute. NAME: JOSEPH A ROSSO H FIRM ROSSO SITE DEVELOPMENT INC DBA 1302 S J ST LAKE WORTH, FL 33460 Issued : 08/16/2017 Expiration date: Page 1 of 2 09/30/2019 Print Date: 8/17/2017 10:16:38AM Page 912 of 1278 PAVING COMMERCIAL contractor are those who are qualified with the experience and skill to construct roads, airport runways and aprons, parking lots, sidewalks, curbs and gutters, property line walls, storm drainage facilities, paver brick/paver brick systems and to perform the excavating, clearing and grading incidental thereto Page 2 of 2 Print Date: 8/17/2017 10:16:38AM Page 913 of 1278 Construction Industry Licensing Board of Pahn Reach County PIming, Zoning & Building Department Contractors Certification Division 2300 W. Jog Road. 2nd Floor, Suite 2W-61 West Palm Reach, Fl, 33411 Ij*LAIR le SIMYSON' 966 UJOH RD WLST PALM BEAC (561) 233-5325 Congratulations on obtaining your PAVING Certificaw and for applying for certification in Palm Reach County. With this Certificate of Competency, you become or continue to be one of thousands of Floridians certified by the Construction Industry Licensing Board (CILB) of Palm Beach County. Our Construction certificates range from oeneral, Ulding, and Residential to Specialty trades unique to our County. The following is proof of your Certificau, of Competency along with your scope of work. Edward Lynch, Chair Construction Industry Licensing Board of Palm Ucach Count%, Oscar Alvarez, Director Named below is a Certified Contractor as outlined in the Standards to perform under the provisions of Special Act Chapter 67-1876, Laws of Florida as amended and as mandated by State Statute, NAME: BLAIR ROSSO SIMPSON FIRM ROSSO SITE DEVELOPMENT I, DBA 1302 S J ST LAKE WORTM FL 33460 Issued: 09/20/2018 Pop I d2 Expiration date: 09/30/2019 Print Oota: 8!2012018 10:45:55M Page 914 of 1278 State of nwida word of tftal E 2639 Mardi, Mamm Stract. Smift &.112 " TYL S2U JosephAnthony Rosso STREET ®' WORTH, 334611 NOTICE FBPE, nes longer requires tha.r contiming educaticin lc reported by tlw pry vidcr. Instead licensees wilt be subiect to a rat (nn atuht no tnori than ctv:r}r fr ur (4}' years. if you arc lcctc d for the dam a.ml€t, you must provide verification of one (1) hour of Florida laws and rules, rine (1) hour of professicinal ether, tiaur (4) hottrs of arra of practice and twelve (I2) hours in any tropic pertaining <m the practice of engineering, all taken prior to Felxruary 28, 2M 1. (:pec: s. 471.017, l*'l. Stat.) Ani- i:l: hours tali -en after Febr+uarj, 2.8, 2017 will result in a $I (X) delinquent -fee anl.y(mr licence bring placed in a delinquent srattis until the additional fie is paid. 278 t - a Page 916 of 1278 v S; a CL, > is Ix cc qPC rA PC 10 7� 0 PC PC 41d 4. a 00 CIO Q cc s I C4 at wM PC 5 SII/ Im 0 0, 0.9 cc CJ .5d :g pla PCs W cd A. 40, W 0 eq 0 0. Qn co t - a Page 916 of 1278 > 7� t - a Page 916 of 1278 ANNt M. GANNox P,p. x.53; West Palm, Beach. FL 33402-3353 **LOCATED AT** ' CONSTITUTIO rAL TAX COLLECTOR www.ObCW.com Tel: (561) 355-2264 semi4t Dorn Beach County 1302 South J ST Sowing, you. LAKE WORTH., FL 33460 7Yk�E �FS17sP1dFS3 - OWNER C&RT"iFtCMiON-A RECE11 t*bATE PAICs AMT PA16 6aLL # 23-020D UNDERGROUND UTdLMES CONTRAC?6R f20S 11 JOSEPH AtdrHONY Ct1C12252d4 814.614867 - t1812W98 ��75#4 93W l v�1T? This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY B2 - 244 20/812019 LOCAL BUSINESS TAX RECEIPT Ido S O SITE DEVELOPMENT INC R08SO SITE DEVELOPMENT INC 1302 S 1 S7 LAKE WORTH, R 33460 LBTR Number 201-7100 EXPIRES: SEPTEMBER 30,2019 This receipt grants the pdvlwge of ermagim in :tit maftging any business protiassion or Occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. Page 917 of 1278 AivNE M. GANNON �..CONSTITUTIONAL TAX COLLECTOR Serving Palm Reach County rvf g ft. P.O. B00353. West Palm Beach, FL 33412-3353 "LOCATED AT** Www-pbctax,C0m Tel: (581) 355-2264 1302 South.J ST LAKE WORTH, FL 334.60 This docurnent is valid only when receipt eci by tho T Collector's, offsce, 02 S J ST LAKE WORTK FL 33460 STATE OF FLORIDA PALM BEACH COUNTY 208/201-9 LOCAL BUSINESS TAX RE* CEIPT B1 - 244 L TR Number; 201253076 EXPIRES: ES: SEPTE. E 30 2019 This receipt grants the privilege of engaging in or managing any business profs sslon or occupation within its jurisdiction and muST.be c onspccuousiy displayed at the place of bushms and in such a manner as to be open to the view of the public:. Page 918 of 1278 ANNE N . G A N N O N R.O. BOX 3353, West Palm Beach, FL 33402-3353 —LOCATED AT** 4. CONSTiTU`t OSAi TAX oaa. ECTOa craw pbdax.com Tet: (551) 855-2254 S€ ing Dalt Reach County 1.302 South J 'ST rving you. LAKE WORTH, FL 33460 VPF OF SUSINESS 13YMM&dER PEfMF€CAJ10N # REc.EkPT *DATE PRii3 AAti PAtD BILE # 23.0051 C,-4ERZ,—C lNTRAVOR P OSSO IR JOSFPH A CGGi52ii919 BIBS 14M - M9a $27.50 @4t39ys1�6 This document is valid only when racelpted by the Tax Coiloews Office. STATE OF FLORIDA PALM BEACH COUNTY B3 - 244 201812010 LOCAL BUSINESS TAX, RECEIPT ROSSO SITE DEVELOPMENT INC ROSSO SITE DEVELOPMENTINC 1002 S J ST LAKE WORTH; EL 33460' This roceipt grants the privilege of engaging in or managing any business profession or occupation within its judedicton and MUST be c omOcuously displayed at the place of business and in such a manner as to be open to the view of the public. Page 919 of 1278 ywsy f -E-71-17 T= 1302 S J ST LAKE WORTH FL 33460 Your partici pation in the continued growth & vitality of the Citv of Lake Worth is appreciated, In accordance with Section 14-12, the document below must be posted in a conspicuous place on the premises of your business. If assistance is required, please contact the Department for Community Sustainability/Business License Division by telephone at (68:1) 588-1647 or visit the City of Lake Worths website at www.takeworth.org.: 4 DETACH THE; DOW MIENT 8ELOW AND POST CONSPICUOUSLY AT YOUR PLAPE OF BUSI NESS 2 ClIty of Lalke VV6rth Business License 2018 - 201t EXPIRES SEffMRER 30th 2019 L City of Lake. Worth Business License Division i900 2nd Avenue North - Lake Worth, Florida 33461 Page 920 of 1278 City of Lzke Worth -S Business License Division 1900 2nd Avenue North Lake Worth, Florida 33461 ywsy f -E-71-17 T= 1302 S J ST LAKE WORTH FL 33460 Your partici pation in the continued growth & vitality of the Citv of Lake Worth is appreciated, In accordance with Section 14-12, the document below must be posted in a conspicuous place on the premises of your business. If assistance is required, please contact the Department for Community Sustainability/Business License Division by telephone at (68:1) 588-1647 or visit the City of Lake Worths website at www.takeworth.org.: 4 DETACH THE; DOW MIENT 8ELOW AND POST CONSPICUOUSLY AT YOUR PLAPE OF BUSI NESS 2 ClIty of Lalke VV6rth Business License 2018 - 201t EXPIRES SEffMRER 30th 2019 L City of Lake. Worth Business License Division i900 2nd Avenue North - Lake Worth, Florida 33461 Page 920 of 1278 1302 South J Street 9 Lake Worth, FL 33460 • (561) 689-0889 Construction manager with an 8 -year record of success overseeing all phases of multimillion -dollar construction projects for government and private -sector clients. Experience includes managing crews of up to 30 in highway, bridge, potable water, wastewater, concrete slab and a variety of other construction/demolition projects. Backed by strong credentials and a proven history of on-time, on -budget and high-quality project completions. HUM] ` 9.• — Construction/Demolition Projects — Licensed PE (NC and FL) — Budgeting & Cost Controls — Infrastructure Improvement Projects — MOT Certified — Bidding/Estimating/Proposals — High Security Construction — Change Order Management — Subcontractor/Crew Supervision Employer Summary ROSSO SITE DEVELOPMENT INC - Vice_President 2/2012 to_resent Worked on estimating and field related activities associated with projects ranging in size from $5,000 to $5 million. ROSSO PAVING & DRAINAGE. INC — Estimator / Proiect Manager, 212009 to 2/2013 Worked on estimating and field related activities associated with projects ranging in size from $500 to $5 million. CIVIL DESIGN CONCEPTS - Project Engineer, 2006 to 2009 Worked under a professional engineer. Managed a team of 4 overseeing all design and permitting for projects ranging up to $100 million. Project Nighlights Recent Projects Only Work consisted of two separate taxiway construction projects. These projects included but were not limited to clearing and grubbing, earthwork (+/- 100,000 cy), asphalt (+/- 14,000 tons), storm water drainage, and the demolition of a radar tower (+/- 60 ft tall). These projects were in a high security area, as they were located adjacent to active runways in an international airport. Project Manager for the reconstruction of the wharf located between slips 2 and 3 at the Port of Palm Beach. The project demolition consisted of over 12,000 sy of asphalt and concrete, a building slab, and a water quality drainage pit and structure. The reconstruction of the slip entailed a 7,200 square yard concrete slab and 5,500 square yards of asphalt. The concrete slab was constructed per design to be 15" thick with a double mat of #4 rebar 12" on center. The concrete was of a special mix design which required the importing of granite stone to complete the project per the owner's request. P�1»=BeecEtr 0010-x}12} • !SjO00,400 Project Manager for the construction of Lyons Road between Boynton Beach Blvd and Atlantic Avenue. The work consisted of 3 miles of new 2 lane roadway 32' wide. The roadway crossed 5 Lake Worth Drainage District Canals, 4 of which required a 6'x10' precast rectangular box and the last we built a 70' long bridge. Project Engineer on first LEED Platinum project in America. Education a Certifications FLORIDA STATE UNIVERSITY (Tallahassee, FL) — BS in Civil Engineering, 2004 License Professional Engineer - Florida (active) and North Carolina (inactive) Certified General Contractor - Florida (active) MOT Certified Page 921 of 1278 1302 South 3 Street • Lake Worth, FL 33460 • (561) 689-0889 p p Construction manager with a 28 -year record of success overseeing all phases of multimillion -dollar construction projects for government and private -sector clients. Experience includes managing crews of up to 30 in highway, bridge, potable water, wastewater, concrete slab and a variety of other construction/demolition projects. Backed by strong credentials and a proven history of on-time, on -budget and high-quality project completions. Kev Skills — Construction/Demolition Projects — OSHA Certified — Budgeting & Cost Controls — Infrastructure Improvement Projects — MOT Certified — Bidding/Estimating/Proposals — High Security Construction — Change Order Management — Subcontractor/Crew Supervision EmPlover SommarV ROSSO SITE DEVELOPMENT. INC — Owner Estimator / Proiect Mana er, 2/2012 to Present ROSSO PAVING & DRAINAGE, INC — Owner / Estimator / Project Nana er, 6/1984 to 7/2013 Self Employed. Working on all estimating and field related activities associated with projects ranging in size from $500 to $5 million. Project Nighughts Recent Projects Only PakASeach 1, ort (200 -2010), - � $6 Q 00 Work consisted of two separate taxiway construction projects. These projects included but were not limited to clearing and grubbing, earthwork (+/- 100,000 cy), asphalt (+/- 14,000 tons), storm water drainage, and the demolition of a radar tower (+/- 60 ft tall). These projects were in a high security area, as they were located adjacent to active runways in an international airport. Project Manager for the reconstruction of the wharf located between slips 2 and 3 at the Port of Palm Beach. The project demolition consisted of over 12,000 sy of asphalt and concrete, a building slab, and a water quality drainage pit and structure. The reconstruction of the slip entailed a 7,200 square yard concrete slab and 5,500 square yards of asphalt. The concrete slab was constructed per design to be 15" thick with a double mat of #4 rebar 12" on center. The concrete was of a special mix design which required the importing of granite stone to complete the project per the owner's request. Palm 113eaAch Coon (2010-2012) * , Project Manager for the construction of Lyons Road between Boynton Beach Blvd and Atlantic Avenue. The work consisted of 3 miles of new 2 lane roadway 32' wide. The roadway crossed 5 Lake Worth Drainage District Canals, 4 of which required a 6'x10' precast rectangular box and the last we built a 70' long bridge. Education & Certifications UNIVERSITY OF TENNESSEE (Knoxville, TN) — BA in Political Science, 1984 OSHA Certified MOT Certified Page 922 of 1278 Biamir Rosso Simpson 1302 South 3 Street * Lake Worth. F Results -oriented, hands-on construction manager with a 9 -year record of successfully overseeing all phases of heavy civil construction projects for government and private -sector clients. Verifiable track record for the successful completion of multi-million dollar projects through coordinating trades, developi partnerships and building positive rapport with engineers, vendors and clients while maintaining costs. Versed in contract documents, change orders, design issue resolution, project related document preparation, material purchasing and site management. Experience managing multiple projects as the general contractor. Backed by strong credentials and a proven history of on-time, on -budget and high- quality project completions. I Key Skills — Storm water Management Inspector — MOT Certified — Budgeting & Cost Controls — Infrastructure Improvement Projects — Change Order Management — Constructionlhew molition Projects — High Security Construction — Contract Management — Subcontractor/Crew Supervision Employer Summary Project Nighlights Recent Projects Offiv �-u I 014�1 gum ov &T;Rt*L*J M, &m a n i I M L#ri A 0 to, Jill & ,W1,11111 WQ A "Wf W _I r U Acreage park - Park Construction. Work on this project included clearing and grubbing, earthwork, stabilized subgrade, baserock, concrete curb and sidewalk, asphalt sidewalks, running track, 2 parking lots asphalt, stamped asphalt, drainage, water, sewer, electrical, sports lighting, 3 buildings including a concession stand, Amphitheatre and electrical building, sod, fence and striping. Worth Neighborhood Road Program North 1, K & M Streets - Road Construction. Work on this project included clearing and grubbing, earthwork, stabilized subgrade, baserock, concrete curb and sidewalk, milling, asphalt, stamped asphalt, drainage, new waterline, sod, fencing and striping. Education a connications Page 923 of 1278 Page 924 of 1278 BID No. 002-2413-19/IT TABLE OF CONTENTS NOTICE TO CONTRACTORS................................................................... NC -1 - NC -2 INSTRUCTION TO BIDDERS....................................................................IB-1 - IB -9 GENERAL CONDITIONS FOR CONSTRUCTION .................................... GCC -1 — GCC -18 INSURANCE ADVISORY FORM............................................................... IA BIDDER ACKNOWLEDGEMENT.............................................................. BA -1 ADDENDA................................................................................................. A-1 STATEMENT OF BIDDER'S QUALIFICATIONS ....................................... SBQ-1 - SBQ-2 NON COLLUSION AFFIDAVIT OF PRIME BIDDER .................................. NCA -1 ANTI -KICKBACK AFFIDAVIT .................................................................... AKA -1 CONFIRMATION OF MINORITY OWNED BUSINESS ............................. MOB -1 CONFIRMATION OF DRUG-FREE WORKPLACE .................................... DFW-1 SAFETY PROGRAM COMPLIANCE......................................................... SPC -1 SCHEDULE OF SUBCONTRACTORS..................................................... SSC -1 STATEMENT OF NO BID.......................................................................... NB -1 PBC INSPECTOR GENERAL ACKNOWLEDGEMENT ............................. IG -1 LOCAL BUSINESS STATUS CERTIFICATION ......................................... LB -1 SCRUTINIZED COMPANIES............................................................ SC -1 -SC -2 CONTRACT REQUIREMENTS: DRAFT CONTRACT..................................................................................1 -11 WARRANTY.............................................................................................. WARR-1 — WARR-2 WARRANTY OF TITLE............................................................................. WT -1 FINAL ESTIMATE RECONCILIATION AGREEMENT ............................... FER-1 — FER-2 ATTACHMENTS — TO BE DOWNLOADED SEPARATELY Electronic Bid Pricing Sheets Project Drawings by Kimley-Horn and Associates, Inc. Page 925 of 1278 The City of Boynton Beach Finance/Procurement Services 3301 Quantum Blvd. Boynton Beach, Florida 33426 Telephone: (561) 742-6310 w FAX. (561) 742-6316 INVITATION TO BID SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS BID No. 002-2413-19/IT Sealed bids will be received in PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Boulevard, Suite 101, Boynton Beach, Florida 33426 on or before: November 26, 2018; No Later Than 2:30 P.M. (Local Time). SCOPE OF BID: The City of Boynton Beach is seeking bids from qualified firms for landscaping and irrigation improvements at Sara Sims Park. The specifications and requirements are further defined in the plans. A NON -MANDATORY PRE-BID MEETING will be held on October 31, 2018, 9:00 A.M., at the Temporary City Hall located at 3301 Quantum Boulevard, Suite 101, Boynton Beach, Florida. Attendance at the pre -bid meeting is optional. This information session presents an opportunity for bidders to clarify any concerns regarding the bid requirements. The bidder is cautioned that although the pre -bid conference is optional, no modification or any changes will be allowed in the pricing because of the failure of the bidder(s) to have attended the conference. Job site visitation is strongly recommended; submission of a bid will be construed that the vendor is acquainted sufficiently with the work to be performed. ATTENTION ALL INTERESTED RESPONDENTS: Copies of this solicitation package may be obtained from Demandstar at Onvia at www.demandstar.com or by calling 1-800-711-1712. Demandstar distributes the City's solicitations through electronic download, by facsimile, or through the United States Postal Service (USPS). Respondent(s) who obtain copies of this solicitation from sources other than Demandstar or the City's Procurement Services may potentially risk not receiving certain addendum(s) issued as a result of the solicitation. Bidders shall submit one (1) marked original and two (2) copies of the completed bid package in a sealed envelope to the address above. The Project Name, Bid Number, and time and date of the Bid Opening shall be clearly marked on the outside of the sealed envelope. Facsimile or electronic responses shall not be accepted. All Bids will be publicly opened. Bids received after the assigned date and time will NOT be considered. The Procurement Services time stamp shall be conclusive as to the timeliness of filing. The City of Boynton Beach is not responsible for the U.S. Mail or private couriers in regard to mail being delivered by a specified time so that Bids can be considered. The City reserves the right to consider Bids that have been determined by the City to be received late due to mishandling by the City after receipt of the Bids and prior to award being made. NC -1 Page 926 of 1278 Bidders may not withdraw their Bid for a period of ninety (90) calendar days after the day set for the opening of Bids. LOBBYING / CONE OF SILENCE Consistent with the requirements of Chapter 2, Article VIII, Lobbyist Registration, of the Palm Beach County Code of Ordinances, Boynton Beach imposes a Cone of Silence. A cone of silence shall be in effect as of the deadline to submit the proposal, bid, or other response and shall remain in effect until City Commission awards or approves a contract, rejects all bids or responses, or otherwise takes action that ends the solicitation process. While the cone of silence is in effect, no proposer or its agent shall directly or indirectly communicate with any member of City Commission or their staff, the Manager, any employee of Boynton Beach authorized to act on behalf of Boynton Beach in relation to the award of a particular contract or member of the Selection Committee in reference to the solicitation, with the exception of the Purchasing Manager or designee. (Section 2-355 of the Palm Beach County Code of Ordinances.) Failure to abide by this provision may serve as grounds for disqualification for award of contract to the proposer. Further, any contract entered into in violation of the cone of silence shall render the transaction voidable. The cone of silence shall not apply to oral communications at any public proceeding, including pre-bid conferences, oral presentations before Selection Committees, contract negotiations during any public meeting, presentations made to the City Commission, and protest hearings. Further, the cone of silence shall not apply to contract negotiations between any employee and the intended awardee, any dispute resolution process following the filing of a protest between the person filing the protest and any employee, or any written correspondence with Boynton Beach as may be permitted by the competitive solicitation. Additionally, the cone of silence shall not apply to any purchases made in an amount less than the competitive solicitation threshold set forth in the Purchasing Manual. Any questions relative to any item(s) or portion of this bid should be directed to Ilyse Triestman, Purchasing Manager; Telephone: (561) 742-6322, E-mail: triestmanip_bbfl.us CITY OF BOYNTON BEACH .0 - 0 - A4.WQ Tim W. Howard Assistant City Manager — Administration IB -2 Page 927 of 1278 INSTRUCTIONS TO BIDDERS GENERAL The following instructions are given for the purpose of guiding bidders in properly preparing their bids or proposals. These directions have equal force and weight with the specifications and strict compliance is required with all the provisions herein contained. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name or vendor catalog number is mentioned, it is for the purpose of establishing a grade or quality of material only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR EQUAL is added. However, if a product other than that specified is proposed, it is the vendor's responsibility to name such a product within his proposal and to prove to the City and Engineer that said product is equal to that specified and to submit brochures, samples, and/or specifications in detail on the item(s) submitted. The City shall be the sole judge concerning the merits of the proposal submitted. SCOPE OF SERVICES The City of Boynton Beach is seeking bids to include all labor, equipment, tools, materials, and permitting for landscaping and irrigation improvements at Sara Sims Park located at Martin Luther King Jr. Blvd (NW 10th Avenue), Boynton Beach, Florida 33435. The specifications and requirements are further defined in Attachment A — Sara Sims Park Improvements Plans as prepared by Kimley-Horn and Associates, Inc., dated July 2018. Each bidder shall inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so shall not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his Contract. At the time of the opening of bids, each bidder shall be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and Contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect to Bidder's Bid. Nothing in this bid shall be interpreted or construed as relieving any Bidder of any obligation to conduct or attend a mandatory site inspection, as may be required and referenced elsewhere in these Bid documents. INTERPRETATIONS, INCONSISTENCIES AND ADDENDA: Prospective bidders may request interpretation of the meaning of the specifications in writing from the City of Boynton Beach. To be considered, such a request shall be received no later than Noon, November 21, 2018. The Contractor shall be bound by the specifications and any and all interpretations and supplemental instructions issued in the form of a written addendum(s). 1B -1 Page 928 of 1278 The City may issue an addendum to change the intent or to clarify the meaning of the Contract documents. Demandstar will notify plan holders of any Addenda. All addenda are available to bidders at the Finance/Procurement Office; it is each bidder's responsibility to check with the issuing office and immediately secure all addenda before submitting bids. Each bidder shall acknowledge receipt of ALL addenda by notation on the bid submittal forms. Incorporation in a bid of exceptions to any portions(s), of the Contract documents may invalidate the bid. Exceptions to the technical and special provisions shall be clearly and specifically noted in the bidder's bid on a separate sheet marked "EXCEPTIONS TO THE SPECIFICATIONS" and this sheet shall be attached to the bid. The use of bidder's standard forms, or the inclusion of manufacturer's printed documents shall not be construed as constituting an exception within the intent of the Contract documents. PREPARATION OF BID: Each bidder shall submit an original (so marked) and two additional copies of the bid and its accompanying statements. The bid shall be submitted with all the blanks on the bid form filled in. The bid shall be enclosed in a sealed envelope plainly marked on the outside: "SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS" BID No.: 002-2413-19/IT All blank spaces must be filled in as noted, in ink or typed, with the amounts extended and totaled, and no changes shall be made in the phraseology of the forms or in the items mentioned therein. The bid shall contain a manual signature of an authorized representative in the space provided on all affidavits and proposal sheets. This solicitation includes an electronic bid pricing sheet in Microsoft Excel (.xls) that must be downloaded separately from Demand Star and must be submitted with your bid submittal. Instruction for completing the Electronic Bid Pricing Sheet: 1. Download the Electronic Bid Pricing sheet, in Microsoft Excel format, from DemandStar.com. Respond to this bid by inputting the company's information and the unit pricing into the Excel spreadsheet. The price sheet is formatted. 2. Once the Electronic Bid Pricing Sheet is completed, bidder should save the Excel file. 3. Print the completed Electronic Bid Pricing Sheet; sign and date where indicated. 4. Bidder must submit, in one envelope, the printed signed Electronic Bid Pricing Sheet with the bidder's complete, original bid submission as per the General Conditions and Special Conditions. 5. If bidder is unable to electronically fill out the Electronic Bid Pricing Sheet with its bid submittal, bidder must submit a hardcopy of the Sheet with handwritten unit prices and extensions. IB -2 Page 929 of 1278 6. It is the Bidder's responsibility to monitor DemandStar for any issued addenda. Addenda may include revised Electronic Bid Pricing Sheets that will need to be downloaded, properly filled out, and submitted by the Bidder. A corporation's bid shall be signed by the corporation's President or Vice President, attested by the corporation Secretary and shall bear the corporate seal. A general partnership's bid shall be signed by a general partner. A limited partnership's bid shall be signed by a general partner. A sole proprietor's bid shall be signed by the sole proprietor. The bidder is required to be licensed to do business as an individual, partnership or corporation in the State of Florida. If forwarded by mail, the sealed envelope containing the bid shall be enclosed in a mailing envelope addressed to Procurement Services, City of Boynton Beach, 3301 Quantum Boulevard, Suite 101, Boynton Beach, Florida 33426. SUBMISSION OF BIDS: All bid forms must be executed and submitted in a sealed envelope by November 26, 2018, NO LATER THAN 2:30 P.M. The face of the envelope shall contain the company's name and address, bid title, and bid number. Bids not submitted on attached bid forms may be rejected. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. If bids are submitted in advance of bid day, they shall be received at the Office of Procurement Services, City of Boynton Beach, 3301 Quantum Boulevard, Suite 101, Boynton Beach, Florida 33426. REJECTION OF BIDS: The City reserves the right to reject any or all bids and to waive technical errors, or to accept any bids that are in part deemed as the most responsive, responsible bidder which represents the most advantageous bid to the City. In determining the "most advantageous bid" price, quantifiable factors, and other factors are considered. Any or all bids will be rejected, if there is reason to believe that collusion exists among the bidders. Bids will be considered irregular and may be rejected, if they show serious omissions, alterations in form, additions not called for, conditions or irregularities of any kind. The City reserves the right to reject any or all bids and to waive such technical errors as may be deemed best for the interests of the City. PUBLIC ENTITY CRIMES: As provided in Fla. Stat. § 287.133(2)(a), a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit Bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and my not transact business with any public entity in excess of the threshold amount provided S.S. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. is -3 Page 930 of 1278 WITHDRAWALS: Any bidder may, without prejudice, withdraw or modify his bid at any time prior to the expiration of the time during which bids may be submitted. A request for withdrawal or a modification shall be in writing and signed by a person who submitted the original bid. After expiration of the period for receiving bids, no bid shall be withdrawn, modified, or explained. CONTRACT: The bidder to whom award is made shall execute the Contract to do the work and maintain the same in good repair, and shall furnish good and sufficient bonds as hereinafter specified, within ten (10) days after receiving such Contract for execution. If the bidder to whom the first award is made fails to enter into the Contract as herein provided, the award may be annulled and a Contract let to the next higher bidder who is reliable and responsible in the opinion of the City. Such bidder shall fulfill every stipulation embraced herein as if he were the original party to whom award was made. A corporation to which a Contract is awarded will be required to furnish a certificate as to its corporate existence and evidence that the officer signing the Contract is authorized to do so on behalf of the corporation. BID GUARANTEE/BID BOND: Not Required for Bid No.: 002-2510-19/IT All bids shall be submitted upon the bid form(s) herein, or verbatim copy thereof. Bids shall be accompanied by an acceptable 5% bid bond, cash, certified check, or money order if the bid amount exceeds $25,000.00. Said bid bond is to be furnished and executed by a surety company of recognized standing, authorized to do business in the State of Florida, and having a Registered Agent in Florida for purposes of service of process. The bid bond amount shall be 5% of the bid price and shall constitute a guarantee that the contractor, if awarded the contract, will enter into a written contract with the City to perform this work pursuant to the bid. Guarantee of the successful bidder shall be forfeited to the City upon the successful bidder's failure or refusal to execute and deliver the Contract and bonds required within ten (10) days after he has received the Contracts for execution, not as a penalty, but as liquidated damages for the costs and expense incurred should said bidder fail to submit satisfactory surety or fail to comply with any other requirements of the specifications or of his bid. Such, checks or Bid Bonds will be returned to all except the awarded vendor after Commission award. The awarded vendor's bid bond will be returned upon receipt of: Payment Bond, Public Construction Bond, Contract, and insurance requirements. PUBLIC CONSTRUCTION BOND: A. Bidder shall submit in conjunction with its bid a statement identifying the surety company or companies which will provide the Public Construction Bond required under the terms of the Contract should bidder be the successful bidder and be awarded the Contract. The disclosure shall contain an affirmation by bidder that the surety so designated has preliminarily agreed to issue the Public Construction Bond required under the terms of the Contract should bidder be awarded the Contract. B. Within ten (10) days of receipt of the Contract documents for execution, the successful bidder shall furnish a Public Construction Bond in the amount of 100 percent of the accepted bid as security for faithful performance of his Contract and for payment of all is -4 Page 931 of 1278 persons performing labor or furnishing materials in connection therewith, prepared on the form or bond attached hereto. C. The Contractor is required at all times to have a valid Public Construction Bond in force covering the work being performed. A failure to have such bond in force at any time shall constitute a default on the part of the Contractor. If the surety company writing the Public Construction Bond becomes disqualified according to the provisions of Article 18 below, then this shall automatically constitute failure on the part of the Contractor to meet the above requirements unless Contractor provides substitute Public Construction Bond within thirty (30) days of written demand by the CITY. D. The Public Construction Bond shall continue in effect for one (1) year after completion and acceptance of the work with liability equal to 25% of Contract price, or an additional bond shall be conditioned that the Contractor will, upon notification by the City, correct any defective or faulty work or materials which appear within one (1) year after completion of the Contract. POWER OF ATTORNEY: Attorneys -in -fact who sign Bid Bonds or Contract Bonds shall file with each bond an original, certified and dated copy of their power of attorney. QUALIFICATION OF SURETY: The Bid Bond, if applicable, and the Public Construction Bond shall be executed by a surety company of recognized standing authorized to do business in the State of Florida and having a resident agent in the State of Florida for purposes of service of process. The surety company shall hold a current certificate of authority as acceptable surety on Federal Bonds, in accordance with U.S. Department of Treasury Circular 570, current revision, or meet the criteria established as to acceptable surety companies by the Board of Commissioners of State Institutions, March 18, 1958, or the equivalent thereof. A surety shall be deemed not qualified if the surety shall have a receiver appointed for it, or if it shall declare or file or has filed for bankruptcy. SUBCONTRACTS: If a bidder subcontracts any portion of a Contract for any reason, they must state the name and address of the subcontractor and the name of the person to be contracted on the enclosed "Schedule of Subcontractors". The City of Boynton Beach reserves the right to accept or reject any or all bids wherein a Subcontractor is named and to make the award to the bidder, who, in the opinion of the City, will be in the best interest of and/or most advantageous to the City. The City also reserves the right to reject a bid of any bidder if the bid names a Subcontractor who has previously failed in the proper performance of an award or failed to deliver on time Contracts of a similar nature, or who is not in a position to perform properly under this award. The City reserves all rights in order to make a determination as to the foregoing. is -5 Page 932 of 1278 DISPUTES In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of the City Manager shall be final and binding on both parties. INDEMNIFICATION: The bidder's attention is directed to the indemnification requirements set out in the Contract, general conditions and special conditions. The bidder's bid shall include an amount sufficient to constitute sufficient consideration to support the Contractor's obligation to indemnify the City for claims or actions from any claim demand or cause of action arising from any act, omission or default of the CITY, its employees or agents, arising from the Contract or its performance. RIGHTS OF THE CITY: The City expressly reserves the right to: A. Waive any informality, minor deviations from specifications at a lower price than the most responsive, responsible bidder meeting all aspects of the specifications and consider it, if it is determined that total cost is lower and the overall function is improved or not impaired; B. Waive any defect, irregularity or informality in any bid or bidding procedure; C. Reject or cancel any or all bids; D. Reissue an Invitation to Bid; E. Extend the bid opening time and date; F. Procure any item by other means; G. Increase or decrease the quantity specified in the Invitation to bid unless the bidder specifies otherwise; H. Consider and accept any alternate bid as provided herein when most advantageous to the City. BASIS OF PAYMENT: Payment shall be made on the basis of prices given in the bid. Lump sum prices shall be paid on a percentage complete basis. Unit prices shall be applied to the actual quantities furnished and installed as specified in order to determine payment. Retentions shall be as specified in the Contract. ACCEPTANCE PERIOD: The bidder shall hold his bid good for acceptance by the City for a period of not less than ninety (90) days following the date of the bid opening. The �,-aFaRtee Feq�edHpder: 14 0 r_I 14R4WTCc/Q1Q Q(1�111 h �h� io ch.�ll ho offon4i io fir 4hic PoriGrJ 0 is -6 Page 933 of 1278 INSURANCE SCHEDULE: It shall be the responsibility of the successful bidder to maintain workers' compensation insurance, property damage, liability insurance and vehicular liability insurance, during the time any of his personnel are working on City of Boynton Beach property. Loss by fire or any other cause shall be the responsibility of the vendor until such time as the items and/or work has been accepted by the City. The vendor shall furnish the City with a certificate of insurance after award has been made prior to the start of any work on City property. Said insured companies must be authorized to do business in the State of Florida and the City will not accept any company that has a rating less than B+ in accordance to A.M. Best's Key Rating Guide, latest edition. See Insurance Requirements — "Insurance Advisory Form". KNOWLEDGE PRESUMED: Bidder is deemed to have knowledge of all applicable state laws, municipal ordinances and rules and regulations of all authorities having jurisdiction over construction of the project. ALTERNATES: Where a base bid is provided for, the bidder shall submit a bid on the base bid and may exercise their prerogative in submitting an alternate bid. The Owner reserves the right to accept or reject the alternates or base bid or any combination thereof. The Owner, or a representative, further reserves the unqualified right to determine whether any particular item or items of material, equipment, or whatsoever, is an approved equal, and reserves the unqualified right to a final decision regarding the approved or rejection of the same. ASSIGNMENT: Any Contract, or Purchase Order, issued pursuant to this Invitation to Bid and the monies which may become due hereunder are not assignable except with the prior written approval of the City. DELIVERY: Prices shall be quoted F.O.B. Boynton Beach, Florida. F.O.B. destination indicates that the seller is responsible for the shipment until it reaches its destination. Any and all freight charges are to be included in the bid total. The bidder's invoice payment terms must be shown. PALM BEACH COUNTY INSPECTOR GENERAL The Successful Bidder shall be aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of any contracts resulting from this solicitation and in furtherance thereof, may demand and obtain records and testimony from the Successful Bidder and its subcontractors and lower tier subcontractors. The Successful Bidder understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Successful Bidder or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested, may be deemed by the CITY to be a material breach of this Contract justifying its termination. Each Bidder shall complete the Palm Beach County Inspector General Acknowledgement Form and shall submit this form with the Bid/Proposal. The CITY considers IB -7 Page 934 of 1278 the failure of the Contractor to submit this document to be a major irregularity, and may be cause for rejection of the Proposal. PUBLIC RECORDS Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City of Boynton Beach is a public agency subject to Chapter 119, Florida Statutes. The contractor shall comply with Florida's Public Records Law. Specifically, the contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: JUDY PYLE, CITY CLERK 3301 QUANTUM BOULEVARD, SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 PYLEJ@BBFL.US IB -8 Page 935 of 1278 LOCAL BUSINESS PREFERENCE The City of Boynton Beach Administrative Policy No. 10. 16.01 provides for a local business preference. "For all acquisitions made pursuant to Sealed Competitive Bid, as provided in Sec. 10.05, the City shall give preference to a Local Business if the Local Business' bid is determined to be within five percent (5%) or five thousand dollars ($5,000.00), whichever is less, of the lowest responsible and responsive bidder. In revenue generating contracts where award, if any, is to be made to the bidder returning the highest amount to the City, the same preference set forth herein shall be applied with respect to the highest bid." In order to be considered for a local business preference, a bidder must include the Local Business Status Certification Form at the time of bid submittal. Failure to submit this form at the time of bid submittal will result in the bidder being found ineligible for the local business preference for this solicitation. SCRUTINIZED COMPANIES - 287.135 and 215.473 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. THE REMAINDER OF THE PAGE IS INTENTIONALLY LEFT BLANK. is -9 Page 936 of 1278 GENERAL CONDITIONS FOR CONSTRUCTION 1. DEFINITIONS AND TERMS: The terms used in these specifications are defined as follows: OWNER: CITY OF BOYNTON BEACH OWNER'S GARY DUNMYER, PE, CITY ENGINEER REPRESENTATIVE: ENGINEER: KIMLEY-HORN AND ASSOCIATES, INC. CONTRACTOR: The person, firm or corporation with whom this Contract is executed by the Owner. SUBCONTRACTOR: Any person, firm or corporation other than the Contractor supplying material or labor for work at the site of the project. Such person or firm has contractual relations with the Contractor, but not with the Owner. CONTRACTOR LICENSE REQUIREMENTS: In order to be considered a responsive bidder, the bidder must possess the following licenses at the time of bid submittal: State of Florida Certified General Contractor; or State of Florida Registered General Contractor; and Certified Irrigation Sprinkler Contractor. Bidder should submit proof of licensure with Bid, but must submit proof within three (3) calendar days of City's request. Failure to submit the proof within designated time frame may be grounds to deem your submittal non-responsive. SURETY: Any person, firm or corporation that has executed as Surety the Contractor's performance bond securing the performance of this Contract. CONTRACT: The agreement executed by the Owner and the Contractor covering the work to be performed and including all Contract Documents. SPECIFICATIONS: The detailed written description of the work. DRAWING(S): The drawings listed and described in the Contract Documents. PROJECT: The entire construction or installation to be performed as set forth in the Contract Documents. GCC -3 Page 937 of 1278 CLAIMS AND NOTICES: A notice is defined to be information rendered by either party to the other upon a condition becoming known pursuant to the following requirements. All claims, requests, substitutions, changes, notice, delays and any and all other forms of notices or claims by the Contractor to the Owner or Engineer must be in writing and promptly presented. If none is so made, it is irrefutably presumed not to have been given by the Contractor to the Owner or Engineer. 2. CONTRACT DOCUMENTS: This Contract consists of the following parts, all designated as the Project: Advertisement for Bids Information for Bidders Bid Proposal Rod Re+4d General Conditions for Construction Special Conditions for Construction 3. DRAWINGS: Certificate of Insurance Public Construction Bond Tonhe�in�l S—PeGifiGatiGRG Contract Drawing(s) Addenda Construction Contract The general character and scope of the work is illustrated by ATTACHMENT `A' — SARA SIMS PARK IMPROVEMENTS PLANS. 3.1 Checking the Drawings and Dimensions: 3.1.1. The Contractor shall check all drawings included as part of this Contract Document Immediately and shall promptly notify the Owner's representative in writing of any discrepancies. Anything shown on the drawings and not mentioned in the specifications or mentioned in the specifications and not shown on the drawings, shall be of like effect as if shown or mentioned in both. 3.1.2. Figures marked on drawings shall, in general, be followed in preference to scale measurements. Large scale drawings shall, in general, govern small scale drawings. The Contractor shall compare all drawings and verify the figures before laying out the work, and will be responsible for any errors which might have been avoided thereby. When dimensions on the drawings are affected by the type of equipment selected, the Contractor shall adjust such dimension as conditions may require. 4. NOTICE TO PROCEED: When the Contract has been executed on the part of the Owner, it shall be forwarded to the Contractor together with notice from the Owner to commence work. The Notice to Proceed will include the time for completion and the date to begin the Contract Time. The Contractor shall begin construction operations at the site within ten (10) calendar days after the date of the Notice to Proceed. GCC -3 Page 938 of 1278 5. PRE -CONSTRUCTION CONFERENCE: Prior to starting the work, a pre -construction conference will be held to review the work schedules, to establish procedures for handling shop drawings and other submissions, for processing periodical pay estimates, and such other matters as may be pertinent to the project and submit a preliminary shop drawing schedule. 6. PROGRESS AND CONTROL OF THE WORK: 6.1. Schedule and Progress Reports: The Contractor must submit a proposed schedule of the work (Gantt or CPM Chart) and a preliminary list and schedule of shop drawing submissions at the pre -construction conference. The purpose of this list and schedule is to enable the Owner and the Engineer to govern the work, to protect the functions of the local government and its citizens, and to aid in providing appropriate surveillance. The Owner shall have the right to reschedule work provided that rescheduling is in accord with the remainder of the terms of this Contract. The schedule shall show, as a minimum, the approximate dates on which each segment of the work is expected to be started and finished, the anticipated earnings by the Contractor for each month, and the approximate number of crews and equipment to be used. The Engineer, after necessary rescheduling and obtaining additional information for specific purposes, shall review and approve the schedule. The Contractor shall also forward to the Engineer and Project Manager as soon as possible after the first day of each month, a summary report of the progress of the various parts of the work under the Contract, in fabrication and in the field stating the existing status, estimated time of completion, and cause of delay, if any. Together with the summary report, the Contractor shall submit any necessary revisions to the original schedule for the Engineer and Owner's review and approval. The detailed construction schedule shall be updated monthly and submitted with the Contractor's request for payment. 6.2. Approval of Subcontracts: 6.2.1. The Contractor shall submit with the bid proposal a list of names of subcontractors proposed to perform the work. The Contractor shall propose an acceptable substitute subcontractor if the Owner or Engineer has an objection to any person or entity listed. 6.2.2. The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. 6.2.3. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 6.3. Prosecution of Work: 6.3.1. The work shall be prosecuted at such time or in or on such part or parts of the project which such forces of workmen, materials and equipment as may be ordered by the Engineer in writing, to complete the project as outlined in the drawings, specifications, Contract and schedules, including such detailed GCC -3 Page 939 of 1278 drawings as may be furnished by the Engineer from time to time during the prosecution of the work in explanation of said drawings. If at any time the materials and appliances to be used appear to the Engineer as insufficient or improper for securing the quality of work required, or the required rate of GCC -3 Page 940 of 1278 progress, he may order the Contractor to increase his efficiency or to improve the character of his work. The Contractor shall conform to such an order. The failure of the Engineer to demand any increase of such efficiency or any improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress necessary to complete the work within the limits imposed by the Contract. 6.3.2. The Contractor shall perform the work and take such precautions as he may deem necessary to complete the project so all work will be in first-class and acceptable conditions within the Contract time according to schedule. 6.3.3. If the Contractor desires to carry on work at night or outside the regular hours, he shall submit application to the Owner, but he shall allow ample time to enable satisfactory arrangements to be made for inspecting the work in progress. The Owner could grant permission unless local regulations prohibit such work. If granted permission, he shall comply with all regulations and legal requirements. Contractor shall be responsible to pay for all inspection services outside of regular hours at a rate of $100/hr. 6.4. Workmanship, Material and Workmen: 6.4.1. Unless otherwise stated in the detailed specifications, all workmanship, materials and articles incorporated in the work covered by this Contract shall be of the most suitable grade of their respective kinds for the purpose and acceptable to the Engineer. The Engineer shall decide the question of quality where the expression "or equal" is used in the specifications following reference to a specific manufacturer of equipment or materials. When and to the extent required by the specifications or by the Engineer, the Contractor shall furnish the Engineer for review, full information concerning the materials or articles or methods of work which he contemplates incorporating the work. Samples of materials shall be submitted for review when requested. Machinery, materials, articles installed or used, or unusual methods of work used without such review shall be at the risk of subsequent rejection. 6.4.2. The Owner may require the Contractor to remove from the work such employees as the Owner deems incompetent, careless, insubordinate, or otherwise objectionable, or whose continued employment on the work is deemed to be contrary to the Owner' interest. 6.5. Delays and Extension of Time: 6.5.1. If the Contractor is delayed at any time in the progress of the work by any act or neglect of the Owner or his employees, or by any other Contractor employed by the Owner, or by changes ordered in the work, or by strikes, fire, lockouts, unusual delay in transportation, unavoidable casualties or by delay authorized by the Owner pending arbitration, or by any cause which the Owner shall decide to justify the delay, then the time of completion may be reasonably extended by the Owner. GCC -4 Page 941 of 1278 6.5.2. No extension shall be made for delay unless notice of a claim is made by the Contractor in writing to the Engineer within seven days of the event or incident causing the delay and as otherwise provided by the definition of "Notice", Page GCC -1. 6.5.3. If no schedule or agreement stating the dates upon which drawings shall be furnished is made, then no claim for delay shall be allowed on account of failure to furnish drawings until two weeks after demand in writing for such drawings and not then unless such claim is reasonable and as otherwise provided by the definition of "Notice", Page GCC -1. 6.5.4. In the event of any delay in the project caused by any act or omission of the City, its agents, or employees, the sole remedy available to Contractor shall be by extension of the time allocated to complete the project. No monetary damages shall be claimed or awarded to Contractor in association with any delay in the project caused by any act or omission of the City, its agents or employees. For the purpose of this section the phrase "the City, its agents and employees" shall include but shall not be limited to the Engineer, Project Manager, and consulting Engineers. This article does not exclude the recovery of damages by the City for delay caused by Contractor under other provisions in the Contract Documents. 7. RIGHTS AND RESPONSIBILITIES OF THE OWNER DURING CONSTRUCTION: 7.1. Surveys and Lands for Work: The Owner shall provide the lands upon which the work under this Contract is to be done, except that the Contractor shall provide all necessary additional land required for the erection of temporary construction facilities and storage of his material, together with right of access to the same. The Owner shall furnish together with right of access to the same. The Owner shall furnish all land surveys for this project. Easements for permanent structures or utilities shall be secured and paid for by the Owner. 7.2. Use of Completed Portions: The Owner shall have the right to take possession of and use any completed portions of the work, although the time for completing the entire work or such portions may not have expired, but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. 7.3. The Owner's Right to do Work: If the Contractor should neglect to prosecute the work properly or fail to perform any provisions of this Contract, the Owner, after ten (10) days written notice to the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contractor. GCC -5 Page 942 of 1278 7.4. Right to Retain Imperfect Work: If any part or portion of the work done or material furnished under this Contract shall prove defective and not in accord with the plans and specifications, and if the Owner decides that any part or portion of the imperfect work is not of sufficient magnitude or importance as to make the work dangerous or undesirable, or if the removal of such work will create conditions which are dangerous or undesirable, the Owner, on recommendation of the Engineer, shall have the right and authority to retain such work but shall make such deductions in the final payment therefore as may be just and reasonable, and such retention shall not constitute a waiver by the Owner of the Contractor's obligation under the Contract. 7.5. Suspension of Work: 7.5.1. If the work is defective, or the Contractor fails to supply sufficient skilled workmen or suitable materials or equipment, or if the Contractor fails to make prompt payments to subcontractors or for labor, materials or equipment, or if the Contractor fails to comply with work schedules, the Owner may order the Contractor to stop all work, or any portion thereof, and terminate payments to the Contractor until the cause for such order has been eliminated. No extension of Contract time will be allowed for this suspension. 7.5.2. The Owner may, at any time and without cause, suspend the work or any portion thereof for a period of not more than ninety days by notice in writing to the Contractor, which notice shall fix the date on which the work shall be resumed. The Contractor will resume the work on the date so fixed. The Contractor will be allowed an increase in Contract price or an extension of the Contract time directly attributable to any suspension if he makes a claim therefore as provided in the Contract, Paragraph 8.0, Changes in the Work. 7.6. Termination of Contract: 7.6.1. If the Contractor is adjudged as bankrupt or insolvent, or if he makes a general assignment for the benefit of his creditors, or if a trustee or receiver is appointed for the Contractor or for any of his property, or if he files a petition to take advantage of any debtor's act, or to reorganize under the bankruptcy or similar laws, or if he repeatedly fails to supply sufficient skilled workmen or suitable materials or equipment, or if he repeatedly fails to make prompt payments to subcontractors or for labor, materials or equipment, or if he disregards laws, ordinances, rules, regulations, or orders of any public body having jurisdiction, or if he disregards the authority of the Engineer, or if he otherwise violates any provision of the Contract Documents, then the Owner may, without prejudice to any other right or remedy and after giving the Contractor and his surety ten (10) days written notice, terminate the services of the Contractor and take possession of the project and of all materials, equipment, tools, construction equipment, and machinery thereon owned by the Contractor, and finish the work by whatever method he may deem expedient. GCC -6 Page 943 of 1278 In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract price exceeds the direct or indirect costs of completing the project, including compensation for additional professional services, such excess shall be paid to the Contractor. If such costs exceed such unpaid balance, the Contractor will pay the difference of the Owner. Such costs incurred by the Owner will be determined by the Engineer and incorporated in a Change Order. 7.6.2. Where the Contractor's services have been so terminated by the Owner, said termination shall not affect any rights of the Owner against the Contractor then existing or which may thereafter accrue. Any retention or payment of monies by the Owner due the Contractor will not release the Contractor from liability. 7.6.3. Upon ten (10) days written notice to the Contractor, the Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the project and terminate the agreement. In such case, the Contractor shall be paid for all work executed and any expense sustained plus a reasonable profit not to exceed five percent (5%) over cost incurred. 8. RESPONSIBILITIES OF THE CONTRACTOR: 8.1. Contractor's Representative: The Contractor shall keep on his work during its progress a competent superintendent and any necessary assistants, all satisfactory to the Owner. The superintendent shall not be changed except with the consent of the Owner unless the superintendent proves to be unsatisfactory to the Contractor and ceases to be in his employ. The superintendent shall represent the Contractor in his absence, and all directives given to the superintendent shall be as binding as if given to the Contractor. The Contractor shall give efficient supervision to the work, using his best skill and attention. 8.2. Contractor's Understanding: 8.2.1. 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 equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversation with any officer, agent or employee of the Owner or the Engineer, either before or after the execution of this Contract, shall affect or modify any of the terms or obligations therein contained. 8.2.2. If the Contractor, in the course of the work, finds any discrepancy between the drawings and the physical conditions of the locality, or any error or omissions in the drawings or in the layout as given by points and instructions, or discovers unforeseen underground or aboveground conditions or any other unexpected conditions requiring additional work by the Contractor, it shall be his duty to immediately inform the Project Manager in writing, and the Project Manager shall promptly check the accuracy of the information. GCC -7 Page 944 of 1278 Any work done after such discovery, until any necessary changes are authorized, will be done at the Contractor's risk. See definition of "Notice", Page GCC -1. 8.2.3. If any part of the Contractor's work depends for proper execution or results upon the work of any other Contractor, the Contractor shall inspect and measure work already in place and shall at once report to the Project Manager any discrepancy between the executed work and the drawings. The Contractor is at all times fully responsible for the work of the subcontractor as if it were the Contractor's own work. 8.3. Quality of Material, Equipment or Work: When any material or equipment not conforming to the requirements of the specifications and drawings has been delivered to the project, or incorporated in the work of the project, or whenever any work performed is of inferior quality, then such material or equipment or work, whether known or unknown to the Owner or the Engineer shall be considered to be defective, and shall be removed and replaced, or made satisfactory to the Owner or the Engineer, at no cost to the Owner. 8.4. Permits, Licenses, Taxes and Regulations: 8.4.1. All permits and licenses necessary for the prosecution of the work shall be secured by the City of Boynton Beach and permit fees paid by the City. 8.4.2. The Contractor will pay all sales, consumer, use and other similar taxes required by the law of the place where the work is performed. 8.4.3. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn and specified. If the Contractor observes that the drawings and specifications are at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be adjusted as provided in the Contract under Paragraph 8.0, Changes in the Work. If the Contractor performs any work contrary to such laws, ordinances, rules and regulations, and does not comply with the aforesaid procedure, he shall bear all cost as a result of such violation. See definition of "Notice", Page GCC -1. 8.5. Protection of Work, Persons and Property: 8.5.1. The Contractor shall continuously maintain adequate protection of all his work from damage and shall protect all property from injury or loss arising in connection with the Contract. He shall make good any such damage, injury or loss, except such as may be directly due to errors in Contract Documents or caused by agents or employees of the Owner. He shall adequately protect adjacent property as provided by law and the Contract Documents. He shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority, or local conditions. He shall provide reasonable maintenance of traffic ways for the public and preservation of the continuation of the Owner's business, taking into full consideration all local conditions. GCC -8 Page 945 of 1278 8.5.2. He shall comply with the Florida Department of Commerce Safety Regulations, the Palm Beach County Land Development Permit, and any local safety regulations. 8.6. Scope of the Contractor's Service: 8.6.1. Unless otherwise stipulated, the Contractor shall provide and pay for all bonds, insurance, materials, labor, tools, equipment, light, power, water, transportation and other facilities necessary for the execution and completion of the work. 8.7. Responsibility for the Work: Prior to the completion of the work by the Contractor and the acceptance thereof by the Owner, the work shall remain at the risk of the Contractor and said Contractor shall be required to repair, replace, renew and make good at his own expense all damages caused by force or violence of the elements or any cause whatsoever, provided, however, that in such cases the Contractor shall be entitled to a reasonable extension of time within which to complete said work. If the cause of the delay shall be due to the negligence, fault or omission of the Contractor, the Contractor shall not be entitled to the extension of time mentioned in the said paragraph. 8.8. Contractor's Right to Terminate Contract: If the work should be stopped for a period of three (3) months, under an order of any court or public authority, other than by the Owner, through no act or fault of the Contractor or of anyone employed by him, then the Contractor may, upon thirty (30) days written notice to the Owner and the Engineer, terminate his Contract and recover from the Owner payment for all work executed and any expense sustained plus a reasonable profit thereon. 8.9. Removal of Equipment: In the case of annulment of this Contract before completion, from any cause, except that stated in Paragraph 8.8 above, the Contractor, if notified to do so by the Owner, shall promptly remove any part or all of this equipment and supplies at the expense of the Contractor. 8.10. Public Entity Crimes: 8.10.1. Legal Requirements: Federal, State, County and City laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the Bidder will in no way be a cause for relief from responsibility. 8.10.2. On Public Entity Crimes: All invitations to bid as defined by Section 287.012(l 1), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described in Section 287.058, Florida Statues, shall contain a statement informing persons of the provisions of paragraph (2) (a) of Section 287.133, Florida Statutes, which reads as follow: GCC -9 Page 946 of 1278 8.10.2.1. "A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract or provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a CONTRACTOR, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list". 9. THE AUTHORITY AND DUTIES OF THE ENGINEER: 9.1. Status of the Engineer: The work shall be subject at all times to the review of the Engineer, or his authorized assistants. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, rate of progress of work, areas of work, maintenance of schedules, interpretation of drawings and specifications, and all questions as to the acceptable fulfillment of the Contract on the part of the Contractor. In case of differences between the drawings and specifications, the Engineer shall make a determination as to whether the specifications or drawings represent the intent of the Contract, and such determinations shall be communicated to the Contractor in writing. All claims of the Contractor shall be presented in writing to the Engineer for decision. The Engineer's decision shall be made in writing within a reasonable time. All decisions of the Engineer shall be final except in cases where time and/or financial considerations are involved. See definition of "Notice", Page GCC -1. 9.2. Examination of the Work: 9.2.1. The Engineer, and his authorized assistants, shall have free access to the work of the Contractor at any time for purposes of observation, and shall be furnished by the Contractor with facilities to determine, as best as can reasonably be done under the circumstances, the work performed and the nature of same. Such assistance of the Contractor shall, if necessary, include the uncovering, testing or removal of portions of finished work. 9.2.2. Duly authorized inspectors, who shall perform their duties periodically on the project, may be assigned to the project, or any part thereof at any time. The number of inspectors will be at the direction of the Owner. The presence or absence of any inspector shall in no way lessen the responsibility of the Contractor to perform properly the Contractor's duties to the Owner under these Contract Documents. In case any dispute arises between the Contractor and an inspector as to materials furnished, or the manner and method of performing the work, the inspector shall have authority to reject materials or work, to suspend work until the question at issue can be referred to and decided by the Engineer. GCC -10 Page 947 of 1278 An inspector is not authorized to revoke, alter, enlarge, relax, release or amend any of the specifications or requirements thereof, nor to issue any instructions on, nor to approve or accept any portion of the work, or materials, or equipment which are contrary to the drawings and specifications; nor are any of his actions, authorized or unauthorized, to be so construed. 9.2.3. All materials shall be subject to examination and test by the Engineer at any time during manufacture, and at all places where such manufacture is being carried on. The right is reserved to reject defective materials during manufacture or before they have been incorporated into the work. If the Contractor fails to replace defective work or rejected materials, the Owner may replace such materials or correct such defective work and charge the cost thereof to the Contractor, or may terminate the right of the Contractor to proceed under Paragraph 7.6 of the General Conditions for Construction. 9.2.4. Since no inspection either final or interim can be complete within itself, no final inspection, acceptance of work, material or equipment or final or interim acceptance of same by the Owner or Engineer, or certificate of Engineer shall relieve the obligation of the Contractor to the Owner to do the work in a good, workmanlike manner, and to furnish proper, specified equipment and materials, and to perform properly all and any obligations and duties to the Owner under the terms of the Contract Documents. 10. DUTIES, RESPONSIBILITIES AND AGENCY OF RESIDENT INSPECTOR: The Owner shall have the right to appoint a resident inspector not employed by the Engineer. Prior to the commencement of work, the Owner, if it shall appoint a resident inspector, shall notify the Engineer and the Contractor of the name and address of the resident inspector and the general scope of the inspection duties as regards to the Contractor's project, which the resident inspector will perform on behalf of the Owner. In the event that such appointment is made by the Owner, it shall be understood between the Owner, the Contractor and the Engineer, that such resident inspector shall be the agent and employee of the Owner and not of the Engineer. Interpretations of the Contract conditions and specifications and directions to the Contractor made by the resident inspector shall not be deemed to be the act of the Engineer, but exclusively those of the Owner unless the Engineer shall, in writing, join in or endorse the said direction, interpretation, or recommendation of the resident inspector. The resident inspector's authority shall be limited to observing the work of the Contractor on behalf of the Owner in order to assist the Owner in determining that the Contractor is complying with the terms of the Contract. The Engineer agrees to cooperate with and to consult with the resident inspector if appointed by the Owner, but the resident inspector shall not be subject to the direction of the Engineer, nor shall the Engineer be responsible for the resident inspector's judgment or conduct. In accordance with their general duties and responsibilities provided for elsewhere in these conditions, in the event of a dispute between the resident inspector and the Engineer concerning matters of interpretation of the Contract, Engineering judgment or standard of performance of the Contractor, the opinion of the Engineer shall be controlling. GCC -11 Page 948 of 1278 11. WORK BY OTHERS: N/A The Owner reserves the right to let other Contracts in connection with this work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and execution of their work, and shall promptly connect and coordinate this work with theirs. 12. INSURANCE REQUIREMENTS: Refer to Instructions to Bidders, Paragraph 25, for the insurance requirements. Also, see Insurance Requirements — Insurance Advisory Form. 13. PAYMENTS TO THE CONTRACTOR: 13.1. Monthly Payments to the Contractor: The Contractor shall plan his work for construction on the basis of twelve monthly pay periods per year. So long as the work is prosecuted in compliance with the provisions of the Contract, the Contractor will, on or about the last day of the pay period, make an approximate estimate, in writing on a form approved by the Engineer of the proportionate value of the work done, items, and locations of the work performed up to and including the last day of the period then ending. The Engineer will then review said estimate and make the necessary revisions so that the estimate can receive his approval. If the Contractor and the Engineer do not agree on the approximate estimate of the proportionate value of the work done for any pay period, the determination of the Engineer shall be binding. The Contractor may also include in the estimate the value of the materials stored on the job site, provided the Contractor submits copies of paid invoices covering such material. The amount of said estimate after deducting ten percent (10%) and all previous payments shall be due and payable to the Contractor within thirty (30) days after presentation of the estimate to the Owner. The ten percent (10%) deduction shall not be applied to the amount of the materials stored. The amount retained may be reduced to 5% at the discretion of the Engineer when said project exceeds 90% of the original Contract amount. It is understood that payments for such material do not relieve the Contractor of the responsibility for the care of the materials, and nay damage to or loss of said materials is the full responsibility of the Contractor. Any Periodical Pay Estimate signed by the Contractor shall be final as to the Contractor for any or all work covered by the Periodical Pay Estimate. 13.2. Contractor's Warranty of Title: 13.2.1.The Contractor warrants and guarantees that title to all work materials and equipment covered by any application for payment, whether incorporated in the project or not, will pass to the Owner at the time of payment free and clear of all liens, claims, security interests and encumbrances (hereafter in these General Conditions referred to as "Liens"). GCC -12 Page 949 of 1278 13.2.1.1. The Contractor agrees to furnish an affidavit stating that all laborers, material men and subcontractors have been paid on the project for work covered by the application for payment and that a partial or complete release of lien as may be necessary, be properly executed by the material men, laborers and subcontractors on the project for the work covered by the application for payment, sufficient to secure the Owner from any claim whatsoever arising out of the aforesaid work. (See WT -1) 13.3. Correction of Work Before Final Payment: 13.3.1. The Contractor shall promptly remove from the premises all material condemned by the Engineer as failing to conform to the Contract whether incorporated in the work or not, and the Contractor shall promptly replace and re -execute his own work in accord with the Contract and without expense to the Owner, and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. 13.3.2. If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by written notice, the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay the expense of such removal within ten (10) days time thereafter, the Owner may, upon ten (10) days written notice, sell such materials at auction or at private sale and shall account for the net proceeds thereof after deducting all the cost and expenses that should have been borne by the Contractor. 13.4. Liens: Neither the final payment nor any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and in addition thereto, in either case, an affidavit that so far as the Contractor has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed, but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the Engineer to indemnify the Owner against any lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all money payments that the latter may be compelled to pay in discharging such a lien, including all costs, interest, and a reasonable attorney's fee. 13.5. Substantial Completion Review/Final Inspection: When the Contractor has completed the work in compliance with the terms of the Contract Documents, he shall notify the Project Manager in writing that the project is ready for substantial completion review. The Engineer will then advise the Contractor as to the arrangements for inspection and what work, if any, is required to prepare the project or a portion thereof for inspection. When the Project Manager determines the project or portion thereof is ready for inspection, he shall perform same, along with the Contractor and Owner's Representative. Upon completion of the inspection, the Project Manager will prepare a list of errors of either commission or omission by the Contractor reasonably observable and determined under the conditions governing and restricting said inspection. GCC -13 Page 950 of 1278 When all such errors have been corrected, a final re -inspection will be made. The process will be repeated until, in the opinion of the Owner's Representative, the project has been completed in compliance with the terms of the Contract Documents as can best and reasonably be observed and determined under the conditions governing and restricting said final inspection. The Project Manager will then, pursuant to such inspection and re- inspection, shall issue a certificate of Final Completion to the Owner as to completion of final inspection. It is understood this document covers only those items which can be physically inspected and the document indicates compliance within the standards of the construction industry as interpreted by the Project Manager. 13.6. Final Acceptance: When the Project Manager issues the Certificate of Final Completion to the Owner's Representative as to completion of the final inspection, the Contractor may make request for final payment. With the request for final payment, the Contractor shall furnish evidence satisfactory to the Owner's Representative that the Contractor has fully paid all debts for labor, materials and equipment incurred in connection with the work. The Contractor must provide all evidence required by the Contract to assure the Owner's Representative of complete compliance with all terms of the Contract. When the Owner's Representative has satisfied himself as to compliance with the terms of the Contract and has received certification of final inspection, he will notify the Contractor of final acceptance by the Owner's Representative. The date of final acceptance will be assumed as the date of final completion of the project unless previous agreement has been made by the Owner's Representative with the Contractor. 13.7. Final Payment: When final acceptance has been made by the Owner, the Project Manager will then review the amount of final request for payment and certify the amount of this approval. Upon approval of the Project Manager, the Owner will make final payment of the Contract amount, plus all approved additions, less approved deductions and previous payments made. 13.8. Termination of Contractor's Responsibility: The Contract will be considered complete when all work has been finished, the final inspection by the Project Manager, and the project finally accepted in writing by the Owner. The Contractor's responsibility shall then terminate except as otherwise required and set out in these Contract Documents. 14.0 WARRANTY AND GUARANTEE PROVISIONS: All materials and equipment furnished by the Contractor and all construction work and workmanship involved in this Contract shall be, and the same is hereby guaranteed and warranted by the Contractor for a period of one (1) year, or the time designed in the standard factory warranty, whichever is longer from written final acceptance by the Owner. All materials, equipment and workmanship furnished, installed and performed by the Contractor is warranted and guaranteed by the Contractor to the Owner to be such as to meet the required standards and to accomplish the purposes and functions of the project as defined, detailed and specified in these Contract Documents. GCC -14 Page 951 of 1278 The Owner shall, following discovery thereof, promptly give written notice to the Contractor of faulty materials, equipment, or workmanship within the period of guarantee. Any part of the equipment, material or workmanship which does not comply with the warranty and guarantee shall be promptly replaced by the Contractor at his own cost and without cost to the Owner. These warranty and guarantee provisions create no limitations on the Owner as to any claims or actions for breach of guaranty or breach of warranty that the Owner might have against parties other than the Contractor, and do not constitute exclusive remedies of the Owner against the Contractor and are not intended to and shall not limit any other rights, remedies, or causes of action which the Owner might exercise against the Contractor, and shall not alter nor modify the application of the Statute of Limitations as established by the Statutes of the State of Florida. Venue shall be in Palm Beach County, Florida, therefore this Contract is governed by the Laws of Palm Beach County and the State of Florida. 15.0 EXISTING UNDERGROUND UTILITIES: Any cost incurred for the protection of and/or damages to existing underground utilities will be considered as part of the applicable Contract price and no additional compensation will be paid to the Contractor. 16.0 CLAIMS AND DAMAGES: 16.1. Requirement for Notice: Any requirement of the Contract Documents (or) for notice or direction by the Project Manager shall be a condition precedent to be complied with by the Contractor before any claim for extra compensation can be made. See definition of "Notice", Page GCC -1. 16.2. Claims for Extra Cost: If the Contractor claims that any instructions in writing or by drawings or otherwise involve extra cost under this Contract, he shall give the Project Manager written notice within a reasonable time after the receipt of such instructions, and in any event before proceeding to execute the work, except in emergency endangering life or property. A decision by the Project Manager will then be made as specified in Paragraph 9.1 of this division. If this decision requires a Change Order, the procedure shall be as provided for in the Contract, Paragraph 8.0, Changes in the Work. See definition of "Notice", Page GCC -1. No claim shall be valid unless so made. 16.3. Claims for Damages: Any claim for damages by the Contractor against the Owner arising under this Contract shall be made in writing to the party liable within thirty (30) days of the first observance of such damage, except as expressly stipulated otherwise in the case of faulty work or materials and shall be adjusted by agreement validated by Change Order. Any claim not reported within thirty (30) days shall not be considered valid. See definition of "Notice", Page GCC -1. GCC -Is Page 952 of 1278 16.4. Liquidated Damages: If the Contractor refuses or fails to prosecute the work, or any separable part thereof, with such diligence as will insure its completion within the time specified in the bid, or any extension thereof, or fails to complete said work within such time, the Owner may, by written notice to the Contractor, terminate his right to proceed with the work or such part of the work on which there has been delay. In such event, the Owner may take over the work and prosecute the same to completion, by Contract or otherwise, and the Contractor and his Sureties shall be liable to the Owner for any excess cost occasioned the Owner thereby. If the Contractor's right to proceed is so terminated, the Owner may take possession of and utilize in completing the work such materials, appliances, and plant as may be on the site of the work, and therefore, necessary. If the Owner does not terminate the right of the Contractor to proceed, the Contractor shall continue the work, in which event the actual damages for the delay will be impossible to determine and in lieu therefore, the Contractor shall pay to the Owner the sum specified in the Instructions to Bidders, Paragraph 24 as fixed, agreed upon as liquidated damages for each calendar day of the delay until certification of substantial completion by the Owner. 16.5. Additional Engineer Expense: Should the Contractor fail to complete the work during the specified number of calendar days, it is agreed that for each day of overrun until final completion, all expense of supervision and inspection furnished by the Owner and/or the Engineer shall be at the expense of the Contractor and/or his Surety. Such Engineering expense shall be considered to be equal to the job payroll of the Owner and/or the Engineer plus 150 percent (150%) thereof for overhead, plus on-the-job mileage. Such Engineering expense will be deducted from monies due the Contractor. The amount of such expenses shall be construed to be in addition to other damages for delays that might be assessed by the Owner. 17.0 INTERPRETATION OF CONTRACT: In the event of a conflict in the interpretation of the Contract or the terms of the Contract, or the drawings and specifications, the opinion of the Engineer shall be final. 18.0 INDEMNIFICATION: 18.1 The Contractor shall indemnify and hold harmless the Owner, the Engineer, and its other agents, officers and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the work, provided that the claim, damage, loss and expense is caused in whole or in part by any negligent act or omission of the Owner, the Contractor, any subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. 18.2 The Owner agrees to pay to the Contractor the sum of $25.00 as specified consideration for the above stated indemnification in accordance with the provisions of F.S., Section 725.06. GCC -16 Page 953 of 1278 19.0 ROYALTIES AND PATENTS: The Contractor shall pay all royalties and license fees for equipment or processes in conjunction with the equipment he is furnishing. He shall defend all suits or claims for infringement of any patent right and shall save the Owner harmless from loss on account thereof and cost and attorney's fees incurred thereof. 20.0 CLEAN-UP: The Contractor shall keep the construction site free of rubbish and waste materials and shall restore to their original condition those portions of the site disrupted by the construction. Clean up and restoration shall be accomplished on a continuing basis throughout the Contract period and in such a manner as to maintain a minimum of nuisance and interference to the Owner, residents and workers at or adjacent to the project site. The Contractor shall also remove, when no longer needed, all temporary structures and equipment used in his operations. It is the intent of this specification that the construction areas and those other areas not designated for alteration by the Contract Documents shall be restored to their original condition as nearly as possible. If roll -off services for the removal of construction debris is required, you must contract with the City's Public Works Department (phone: 561-742-6200). 21.0 SANITARY REGULATIONS: Adequate sanitary conveniences for the use of persons employed on the work, properly secluded from public observations, shall be constructed and maintained by the Contractor in such a manner and at such points as shall be approved by the Engineer and Owner. These conveniences shall be maintained at all times without nuisance and their use shall be strictly enforced. Upon completion of the work, they shall be removed from the premises, leaving all clean and free from nuisance. No existing facilities will be used by the Contractor or any of the subcontractors. This section shall include the use and placement of portable toilets and dumpsters. 22.0 INSPECTIONS AND TESTING OF MATERIALS AND ASSEMBLIES: The Contractor shall pay for all test required on materials and/or assemblies as outlined by the contract documents. Copies of such tests shall be furnished in triplicate to the Engineer. Test reports shall be reviewed and approved by the Engineer prior to final installation of materials and/or assemblies in question. 23.0 SAFETY AND HEALTH REGULATIONS: 23.1 The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL 91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL 91-54). GCC -17 Page 954 of 1278 23.2 The Contractor shall allow representatives of the Department of Labor full access to the project for inspection. 23.3 The Contractor certifies that all employees, subcontractors, agents, etc., shall comply with OSHA and state and safety regulations and requirements. END OF GENERAL CONDITIONS FOR CONSTRUCTION GCC -18 Page 955 of 1278 Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of `B+" or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor) The following is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED --------------------------------------------------------------------------------------------------------------------------------------------------------- General Liability General Aggregate $ 1,000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Contractor's Protective (OCP) Personal & Adv. Injury $ 1,000,000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50,000.00 Employees & Officers Medical.Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability --------------------------------------------------------------------------------------------------------------------------------------------------------- Automobile Liability Combined Single Limit $ 300,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non -Owned Autos PIP Basic Intermodal --------------------------------------------------------------------------------------------------------------------------------------------------------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 --------------------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined --------------------------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.0 Disease Each Employee $ 100,000.00 Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost --------------------------------------------------------------------------------------------------------------------------------------------------------- Other - As Risk Identified to be determined IA Page 956 of 1278 BIDDER ACKNOWLEDGEMENT Submit Bids To: FINANCE/PROCUREMENT SERVICES 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6322 Bid Title: SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS Bid Number: 002-2413-19/IT Bid Received By: November 26, 2018, NO LATER THAN 2:30 P.M. Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for: November 26, 2018, no later than 2:30 P.M., and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Federal I.D. Number: A Corporation of the State of: Area Code: Telephone Number: Area Code: FAX Number: Mailing Address: City/State/Zip: Vendor Mailing Date: E -MAI L: Authorized Signature Name Typed THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE BA -1 Page 957 of 1278 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS BID NO: 002-2413-19/IT DATE SUBMITTED: We propose and agree, if this bid is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: KIMLEY-HORN AND ASSOCIATES, INC. and having examined the project site (when indicated in these specifications to do so), we propose to perform the work of this Project according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE A-1 Page 958 of 1278 STATEMENT OF BIDDER'S QUALIFICATIONS Each Contractor bidding on work included in these General Documents shall prepare and submit the data requested in the following schedule of information. This data must be included in and made part of each bid document. Failure to comply with this instruction may be regarded as justification for rejecting the Contractor's proposal. * attach additional sheets giving the information 1. Name of Bidder: 2. Business Address: 3. When Organized: 4. Where Incorporated: 5. How many years have you been engaged in the contracting business under the present firm name? 6. General character of work performed by your company. 7. Number of employees. 8. Background and experience of principal members of your personnel, including officers. 9. Bonding capacity. 10. Have you ever defaulted on a contract? If so, where and why?* THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SBQ - 1 Page 959 of 1278 STATEMENT OF BIDDER'S QUALIFICATIONS continued...... 11. Experience in performance. Project $ Value Contact Name Phone # 11. Contracts on hand. * 12. Largest completed projects (include final cost). 1) 2) 3) 14. List all lawsuits (design and/or construction related) to which you have been a party and which: * 1) arose from construction projects: 2) occurred within the last 4 years: 3) provide case number and style: Dated at this day of By: (Signature) Name: (Printed or Typed) Title: 2018 THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SBQ-2 Page 960 of 1278 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) County of ) being first duly sworn, deposes and says that: 1) He/She is (Title) the bidder that has submitted the IRRIGATION IMPROVEMENTS' of (Name of Corporation or Firm) attached bid: "SARA SIMS PARK LANDSCAPING AND 2) He/She is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Subscribed and sworn to before me This day of My commission expires (Signed) (Title) , 2018 THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE NCA -1 Page 961 of 1278 ANTI -KICKBACK AFFIDAVIT STATE OF FLORIDA SS COUNTY OF PALM BEACH I, the undersigned hereby duly sworn, depose and say that no portion of the sum herein bid will be paid to any employees of the City of Boynton Beach as a commission, kickback, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. 30 Sworn and subscribed before me this day of NOTARY PUBLIC, State of Florida at Large "OFFICIAL NOTARY SEAL" STAMP NAME - SIGNATURE 20 Printed Information: NAME TITLE COMPANY THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE AKA- 1 Page 962 of 1278 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? Yes No If Yes, please indicate by an "X" in the appropriate box: ( ) AMERICAN INDIAN ( ) ASIAN ( ) BLACK ( ) HISPANIC ( ) WOMEN l 1 OTHER (specify) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE MOB -1 Page 963 of 1278 CONFIRMATION OF DRUG-FREE WORKPLACE Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notify the employee that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor's Signature THIS PAGE TO BE SUBMITTED ALONG WITH BID FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE DFW - 1 Page 964 of 1278 SAFETY PROGRAM COMPLIANCE Safety is a high priority in the conducting of business in the City of Boynton Beach. Preference shall be given to contractors with an established safety program following O.S.H.A. guidelines, and documented results establishing a safe working environment. 1. Bidder shall provide a copy of the Safety Program(s) to be in effect for the duration of the Contract (attach to the back of this form). 2. The City reserves the right to conduct periodic safety inspections of the contractor, subcontractor, employees, agents, etc. throughout the duration of the Contract. 3. The City reserves the right to terminate the Contract where it is determined that the contractor or subcontractor is in non-compliance of the safety terms, regulations or requirements established by O.S.H.A. or the State. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. AUTHORIZED SIGNATURE THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE SPC - 1 Page 965 of 1278 Cl) Z Ill LLI O w a E Le O F- L) a L� r Z 0 m V/ LL O LU J LU U) 7-0 O — O co C) — U c L rtrtJ C O O U O O C L � O y� L 4- U C — co L O O U CD c0 � C U C co U :3 O � O C 4- 0 �. co O U oU o c co O T co U a) o ':3 � L L L O O o CO L L o � y"1 C O C L � O -0-0 C C= O to :- L � O E cm 0) C 0)Co O � O 6 O O O U 7 O � to O O U Q OL L CL Q CO O O E '� L Q O W m _ sZ V L L 6 O C C U O � c0 O O V � L O ami U L O O ELI- 0 v � L 3 O OQ U O Z N C O J Y L O O a) O V 7 4- 0 L L � � L Q � �O �U m Z L s= 0) J i co O c � C U U T j to O 7 (n 6 O a L O 0) C1 Y 2 U O L O O •-T O Co O Q CU UU O CU CO :- C U O C.0 E � � L 4-- a) O � C � U O CO O E O O .� O L O 0).— O L O C L O to O U L L y -- a L) L � � O co E T O 'in CO co rl— N_ 4-- 0 O7 (D 0) m a STATEMENT OF NO BID If you are not bidding on this service/commodity, please complete and return this form to: Procurement Services — 3301 Quantum Boulevard, Suite 101, Boynton Beach, FL 33426. Failure to respond may result in deletion of vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to respond to your Bid No.: 002-2413-19/IT for SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS because of the following reasons: REMARKS: Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insufficient time to respond to the Invitation We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) IF YOU ARE NOT SUBMITTING A BID, PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES NB -1 Page 967 of 1278 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS :il�l�[•�iliYbZyK�i�71�� The Contractor is aware that the Inspector General of Palm Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this contract, and in furtherance thereof may demand and obtain records and testimony from the Contractor and its subcontractors and lower tier subcontractors. The contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Contractor or its subcontractors or lower tier subcontractors to fully cooperate with the Inspector General when requested may be deemed by the municipality to be a material breach of this contract justifying its termination. CONTRACTOR NAME Title: Date: THIS PAGE TO BE SUBMITTED ALONG WITH BID IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE IG -1 Page 968 of 1278 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, , the (Name of officer of company) (Title of officer of company) , located at (Name of Corporation/Company) (Business Address) of Certify that I am an authorized representative of the business and, on behalf of the Business, request that it be deemed to be a local business for purposes of the City of Boynton Beach Local Preference Program. Answering yes to Question 1 and Question 2 below will qualify the business as a local business. In support of this request, I certify the following to be true and correct: NAME OF BUSINESS: 1. Is the business located within the City limits YES NO Number of Years: of Boynton Beach, Florida? 2. Does the business have a business tax YES NO Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida YES NO Division of Corporations? I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified local business list. I also agree that the business is required to notify the City in writing should it cease to qualify as a local business. Print Name: Business License Verified by: Signature: ***FOR PURCHASING USE ONLY*** ❑ Year Established: ❑ 101131 Date: Active: Page 969 of 1278 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 on behalf of Print Name and Title Company Name that does not: Company Name certify 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and 3. Is not on the Scrutinized Companies with Activities in Sudan List; and 4. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; and 5. Has not engaged in business operations in Syria. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to the Contractor of the City's determination concerning the false certification. The Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, F.S. or is engaged in a boycott of Israel; and 2) Contracting with companies, for goods or services over $1,000,000.00 that are on either the Scrutinized Companies with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. As the person authorized to sign on behalf of the Contractor, I hereby certify that the company identified above in the section entitled "Contractor Name" does not participate in any boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, is not listed on either Page 970 of 1278 the Scrutinized Companies with activities in the Iran Petroleum Energy Sector List, and is not engaged in business operations in Syria. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject the company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the City for goods or services may be terminated at the option of the City if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies with Activities in Sudan list or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. COMPANY NAME SIGNATURE PRINT NAME TITLE Page 971 of 1278 "DRAFT' SUBJECT TO REVISIONS PRIOR TO SIGNING CONTRACT FOR CONSTRUCTION SERVICES THIS CONTRACT, made and entered into this day of , 20187 by and between the CITY OF BOYNTON BEACH, a municipal corporation of Florida, hereinafter called the "City" and a Florida Corporation ( ) Check One a Florida General Partnership( ) a Florida Limited Partnership ( ) a Sole Proprietor ( ) hereinafter called "CONTRACTOR". WITNESSETH that under the due procedure of law, bids were heretofore received by the City Commission of said City for the performance of work and supplying materials, hereinafter described, and said Commission having canvassed said bids, had determined that the bid in the total amount of submitted by the aforementioned CONTRACTOR was the best and most desirable bid submitted, and has authorized the execution of this contract. NOW, THEREFORE, in consideration of these premises and the mutual conditions and covenants contained herein, the parties agree as follows: 1.0 AGREEMENT 1.1 The CITY does award the contract to and does hire and employ the CONTRACTOR and the CONTRACTOR does accept the award, predicated upon the bid of the CONTRACTOR, dated , which is hereby incorporated by reference into this agreement, and the CONTRACTOR does agree to furnish the necessary labor, tools, equipment, materials and supplies, etc., and to perform all the work provided in the bid, contract documents, bond documents, plans and specifications for: Bid Title: SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS Bid Number: 002-2413-19/IT the City of Boynton Beach, Florida, all of which are incorporated herein by reference lump sum price as specified in CONTRACTOR'S bid in the amount of: 3 Page 972 of 1278 G�TY of 2.i SCOPE OF SERVICES roA®tea 2.1 CONTRACTOR further agrees to furnish all materials, supplies, machines, equipment, tools, superintendents, labor, insurance, and other accessories and services necessary to complete said project in accordance with the conditions and prices as stated in the contract, General Conditions for Construction, and Supplementary Conditions for Construction, plans which include all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof as contained in the bid, contract documents and specifications for the project. 2.2 All the work and labor performed under this contract shall be performed, and all of the material furnished shall be, in strict conformity with said plans and specifications, and CONTRACTOR accepts and consents to the conditions contained in said plans and specifications and expressly agrees to comply with every requirement and stipulation therein contained to be performed by the party contracting to do said work. 2.3 The CONTRACTOR further agrees to furnish all tools, equipment, materials and supplies and to do all the work above mentioned in a first-class, substantial and workmanlike manner, and in conformity with the detail for said work on file in the office of the City Engineer of the City and strictly in accordance with the specifications, general stipulations and plans which are hereby referred to and made a part of this contract, as well as to the satisfaction of the City Commission and City Engineer of the said City, and in strict obedience with the directions which may be given by the City Manager or his authorized representative, at and for the prices herein plainly set forth. 2.4 Upon receipt of written notification from the CITY, to correct any defective or faulty work or materials which may appear within one (1) year after completion of the contract and receipt of final payment. CONTRACTOR shall make the necessary corrections within ten (10) days of receipt of the written notice. 2.5 To comply with the provisions of Section 255.05, Florida Statutes, if applicable. 2.6 To pay promptly, before final settlement, any and all claims or liens incurred in and about this work. Furnish release of liens forms from all subcontractors and suppliers of materials. Forms to be supplied by CITY. 2.7 The CONTRACTOR shall remove and clean up all rubbish, debris, excess material, temporary structures, tools and equipment from streets, alleys, parkways and adjacent property that may have been used or worked on by the CONTRACTOR in connection with the project promptly as such section or portion is completed and ready for use, leaving the same in a neat and presentable condition. Payment of monthly or partial estimates may be withheld until this has been done to the satisfaction of the City Engineer. Final acceptance and payment for the entire project will not be made until the site is satisfactory to the CITY. 4 Page 973 of 1278 2.8 The CONTRACTOR shall at aON observe and comply with the provisions of the charter, ordinances, codes and regulations of the City of Boynton Beach, Florida. 2.9 Upon completion of the work, the City Engineer shall satisfy himself, by examination and test, that the work has been fully completed in accordance with the plans, specifications and contract documents. When the City Engineer is so satisfied, he shall recommend acceptance thereof to the City Manager, who shall, if he agrees with such recommendation, present the final payment application to City Commission for review and vote to formally accept the project. The right of general supervision of the CITY as hereinafter provided under "authority of the Engineer" shall not make the CONTRACTOR an agent or employee of the CITY, but the CONTRACTOR, shall at all times, and in all respects have the rights and liabilities of an independent contractor. 2.10 After the cleaning up of the work, premises, streets, alleys, or other areas of structure in anyway connected with the performance of the contract, the work as a whole shall be inspected by the City Engineer, and any workmanship or material found not meeting the requirements of the specifications shall be removed by or at the expense of the CONTRACTOR and good and satisfactory workmanship or material substituted therefore. All settlement, defects or damage upon any part of the work shall be remedied and made good by the CONTRACTOR. 2.11 The CONTRACTOR will be held responsible for the care, protection and condition of all work until final completion and acceptance thereof, and will be required to make good at his own cost any damage or injury occurring from any cause. 3.0 CONTRACT TIME 3.1 Time is the essence throughout this contract. Contractor must obtain Substantial Completion of the Work by May 1, 2019 and Final Completion on or before June 1, 2019 3.2 Upon failure of Contractor to obtain Substantial Completion within the deadline stated in Paragraph 3.1, plus approved time extensions, Contractor shall pay to City the sum of $1,000 for each calendar day after the deadline for Substantial Completion, plus any approved time extensions, until Substantial Completion is obtained. After Substantial Completion, should Contractor fail to complete the remaining work within the deadline stated in Paragraph 3.1, plus approved time extensions thereof, Contractor shall pay to City the sum of $1,000 for each calendar day after the deadline for Final Completion, plus any approved extensions, until Final Completion is obtained. These amounts are not penalties but are liquidated damages to City for its inability to obtain full beneficial occupancy of the Project. Liquidated damages are hereby fixed and agreed upon between the Parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by City as a consequence of such Page 974 of 1278 delay, and both Parties desiring to obviate any question of dispute concerning the amount of said damages and the cost and effect of the failure of Contractor to complete this contract on time. 3.4 The CITY shall have the right to deduct said liquidated damages from any amount due, or that may become due the CONTRACTOR, or to collect such liquidated damages from the CONTRACTOR or his Surety. 3.5 CONTRACTOR shall, as soon as practicable after signature of contract, confirm with City Engineer in writing, the names of subcontractors as originally proposed for principal parts of work, and for such others as City Engineer may direct. Contractor shall not employ and that City Engineer may, within a reasonable time, object to as incompetent or as unfit. 4.0 PROTECTION OF EXISTING FACILITIES 4.5 The CONTRACTOR warrants that prices include the protection and continuous use of all existing sewers, conduits, drains, pipes, buildings, walks, bridges, guard rails and other construction encountered, and the prompt repairing of any damage done to them during the progress of the work, or from insufficient support thereafter; also all the filling, backfilling, tamping, ramming, puddling and consolidating; the removal and disposal of all rubbish and surplus material; also all pumping bailing draining or unwatering of all excavations, incidental to the execution of the work; also the furnishing of all necessary labor, tools, equipment, materials and supplies, etc. and the performance of the whole work mentioned in the detailed plans and specifications necessary to give a finished result, and including all expense incurred in or in consequence of the suspension or discontinuance of the said work specified and a faithful compliance with each and every one of the requirements of the contract and for the maintenance of the entire work and construction in good condition and repair until final acceptance. 4.6 The CONTRACTOR shall assume full responsibility and expense for the protection of all public and private property, structures, water mains, sewers, utilities, etc., both above and below ground, at or near the site or sites of the work being performed under the contract, or which are in any manner affected by the prosecution of the work or the transportation of men and materials in connection therewith. The CONTRACTOR shall give reasonable written notice in advance to the department of the CITY having charge of any property or utilities owned by the CITY and to other owner or owners of public or private property or utilities when they shall be affected by the work to be performed under the contract, and shall make all necessary arrangements with such department, departments, owner or owners for the removal and replacement or protection of such property or utilities. 5.0 INDEMNIFICATION 5.5 The CONTRACTOR shall indemnify and save harmless and defend the CITY, its rr. Page 975 of 1278 6.0 7.0 agents, servants, and employees m and against any claim, demand, or cause of action of whatsoever kind or nature arising out of error, omission or negligent act of CONTRACTOR, its agents, servants, or employees in the performance of services under this Agreement. 5.6 CONTRACTOR shall indemnify and save harmless and defend CITY, its agents, servants and employees from against any kind and all causes, claims, demands, actions, losses, liabilities, settlements, judgments, damages, costs, expenses, and fees (including without limitation reasonable attorney's and appellate attorney's fees) of whatsoever kind or nature for damages to persons or property caused in whole or in part by any act, omission, or default of the CITY, its agents, servants or employees arising from this contract or its performance. The CONTRACTOR and the CITY hereby agree and covenant that the CONTRACTOR has incorporated in this original bid, which constitutes the contract sum payable by the CITY to the CONTRACTOR, specific additional consideration sufficient to support this obligation of indemnification provided for in this paragraph. It is the CITY'S and CONTRACTOR'S full intention that this provision shall be enforceable and said provision shall be in compliance with Florida Statute 725.06. 5.7 The execution of this Agreement by the CONTRACTOR shall obligate CONTRACTOR to comply with the foregoing indemnification provision, as well as the insurance provisions which are set forth herein. However, the indemnification provision, and the insurance provision contained in this Contract are not interdependent of each other, each one is separate and distinct from the other. 5.8 The obligation of the CONTRACTOR to indemnify the CITY is not subject to any offset, limitation or defense as a result of any insurance proceeds available to either the CITY or the CONTRACTOR. PAYMENT BY CITY 6.5 The CITY agrees to pay the CONTRACTOR in current funds for the performance of the contract, subject to additions and deductions as provided in the specifications. CHANGES IN THE WORK 7.5 The CITY, without invalidating the Contract, may order extra work or make changes by altering, adding to or deducting from the work, the Contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original Contract. Any claim for extension of time caused thereby shall be made in writing at the time such change is ordered. 7.6 All change orders and adjustments shall be in writing and approved by the City Manager or City Commission if required, otherwise, no claim for extras will be Page 976 of 1278 GST Y o,c ry%'oN 6 7.7 The General Contractor and all of his subcontractors shall be apprised of, and familiar with, the following conditions and procedures governing extra work under the Contract: 7.7.1 Any change order has to be recommended by the City Manager and officially approved by the City Commission before any steps are taken to implement the change order. 7.7.2 Should the CONTRACTOR or any of his subcontractors commence with the work without making a claim in writing for unforeseen extra work he encounters, it will be construed as an acceptance and agreement by him that any such work is required under the contract and no future claim for extras will be considered or allowed by the CITY. 7.7.3 No claim for extra work will be allowed unless and until authority for same by written Change Order has been obtained from the City Manager or the City Commission of Boynton Beach, if necessary, which authorization will be signed by the Mayor. 7.7.4 Changes in the work directed in writing by the CITY'S Representative under the following procedures shall become a part of the Contract by a written Change Order. 7.7.5 Information regarding changes in the work involving claims to the CITY for additional work, credits, and/or adjustments under the contract shall be promptly transmitted in writing by the General CONTRACTOR to the CITY'S Representative with full explanations and justifications for his consideration in preparing a Change Order to the Contract. 7.8 The value of any change ordered under the Contract for extra work and/or any reductions in work required, shall be determined under one or more of the following procedures before a written Change Order is issued: 7.8.1 By such applicable unit prices, if any, as are set forth in the Contract except in those cases where increases in quantities exceed fifteen (15) percent of the original bid quantity and the total dollar change of that bid item is significant in the opinion of the Engineer, the unit price shall be subject to review to determine if a new unit price should be negotiated; or 7.8.2 If no such unit prices are set forth, then by a lump sum or other unit prices mutually agreed upon by the CITY and the CONTRACTOR; or 7.8.3 By cost reimbursement, which is the actual cost for labor, direct overhead, materials, supplies, equipment and other services necessary to complete the work plus fifteen (15) percent to cover the cost of general overhead and profit. For all labor and foreman in direct charge of the authorized operations, the CONTRACTOR shall receive the current local Page 977 of 1278 rate of wages to be agree pon in writing before starting such work, for each hour said labor and foreman are actually engaged thereon. An upper limit of total cost and of profit shall be agreed upon and shall not be exceeded unless approved by the CITY. 7.8.3.1 The CONTRACTOR shall submit sufficient cost and pricing data to enable the Engineer to determine the necessity and reasonableness of costs and amounts proposed and the allowability and eligibility of costs proposed. 7.8.3.2 The CONTRACTOR shall have an accounting system which accounts for such costs in accordance with generally accepted accounting principles. This system shall provide for the identification, accumulation and segregation of allowable and unallowable Change Order costs. 7.8.3.3 Where it is indicated that the Contract is federally or State assisted, the CONTRACTOR'S attention is directed to the applicable rules and regulations relative to cost principles which must be used for the determination and allowability of costs under grant. 7.8.3.4 In no case shall fringe benefit costs on direct labor costs exceed forty (40) percent of direct labor costs. 7.8.3.5 In no case shall the CONTRACTOR and Subcontractors' general overhead and profit in the aggregate exceed fifteen (15) percent of the total cost of direct labor, fringe benefits, direct overhead, materials, supplies, equipment and directly related services supplied by him. Among the items considered as general overhead are bonds, insurance, incidental job burdens, supervision and general office expenses. 7.8.3.6 In no case shall the CONTRACTOR'S cost for administering subcontracts exceed five (5) percent of the subcontractors' cost not including subcontractors' profit. 7.8.3.7 For special equipment and machinery such as power driven pumps, concrete mixers, trucks, and tractors, or other equipment, required for the economical performance of the authorized work, the CONTRACTOR shall receive payment based on the agreed rental price for each item of equipment and the actual time of its use on the work provided that the rental price shall not exceed the current rates published by the Equipment Guide Book Company in the Blue Book, "Rental Rates for Construction Equipment'. Rate shall be daily, weekly or monthly as appropriate. D: Page 978 of 1278 7.8.3.8 Records of extra done shall be reviewed at the end of each day by the CONTRACTOR and the Engineer. Such daily records shall clearly distinguish between the work done under the contract and that done under the Change Order. Duplicate copies of the accepted daily records shall be made, signed by the CONTRACTOR and the Engineer and one copy retained by each. 7.9 Claim of payment for extra work shall be submitted by the CONTRACTOR upon certified statement supported by receipted bills. Such statements shall be submitted for the current contract payment for the month in which the work was done. No claim for extra work shall be allowed unless that same was ordered, in writing, as aforesaid and the claim presented at the time of the first estimate after the work is completed. 7.10 No Field Change Directive or Change Order shall be authorized by the Project Manager if the Contractor has added language to the Field Change Directive or Change Order or to any cover letter, e-mail, facsimile, or other written document which accompanies the Field Change Directive or Change Order in which the contractor attempts to reserve any future right or claim arising out of the work which is the subject of the Field Change Directive or Change Order. 8.0 INSURANCE 8.1 The CONTRACTOR shall maintain during the term of this contract commercial liability, motor vehicle, and property damage insurance, acceptable to the CITY, covering the work contracted and all operations connected herewith, and whenever any of the work in the contract is to be sublet, CONTRACTOR'S contingent or protective liability and property damage insurance. Such insurance shall provide limits not less than those set forth on the insurance requirement schedule included in the bid documents and naming the City of Boynton Beach as an "Additional Insured" with respect to General Liability. 8.2 Required insurance shall be documented in a certificate of insurance which provides that the CITY of Boynton Beach shall be notified at least fifteen (15) days in advance of cancellation, nonrenewal or adverse change. Contractor agrees to furnish policies if Certificate of Insurance is not acceptable. 8.3 The CONTRACTOR shall take all necessary precautions to prevent the generation of loud, unnecessary noise in conjunction with his operations at the work site. Internal combustion engines used with construction equipment shall be equipped with mufflers, as required by the Code of the City of Boynton Beach, and the CONTRACTOR shall comply with all requirements of this Code as they pertain to prevention of noise. No pile driver, excavating or other construction equipment, pneumatic hammer, derrick, the use of which is attend by loud or unusual noise, shall be operated between the hours of 6:00 P.M. and 7:00 A.M., except by written permission of the City Manager, and then only in case of emergency. 9.0 GUARANTEE AND WARRANTIES 10 Page 979 of 1278 9.1 All the work shall be guaranteed to remain in good condition for one year from date of acceptance. 10.0 TERMINATION OF CONTRACT 10.1 If the work to be performed under the contract is assigned by the CONTRACTOR other than provided for herein; if the CONTRACTOR should be adjudged as bankrupt; if a general assignment of his assets be made for the benefit of his creditors; if a receiver should be appointed for the CONTRACTOR or any of his property; if at any time the Engineer shall certify in writing to the City Manager that the performance of the work under the contract is being unnecessarily delayed or that the CONTRACTOR is willfully violating any of the conditions, provisions, or covenants of the contract, plans or specifications, or that he is executing the same in bad faith or otherwise not in accordance with the terms of the contract; if the work be not fully completed within the time named for its completion or within the time to which such completion date may be extended; or if other just causes exist, the City Manager may serve ten (10) days' written notice upon the CONTRACTOR of the intent to terminate the contract for the CITY and if the CONTRACTOR shall not, prior to the effective date of termination set forth in such notice, take such measures as will, in the judgment of the City Manager, ensure the satisfactory performance of the work, the City Commission and the City Manager may declare the contract terminated on the effective date specified in such notice, or any date subsequent thereto. In the event of such termination, the City Manager shall notify the CONTRACTOR and Surety and the CONTRACTOR shall immediately respect such notice and stop work and cease to have any right to the possession of the ground and shall forfeit his contract. Upon such termination, the City Manager shall provide the Surety with written notice of the CITY'S action and the Surety shall within ten (10) days of receipt of said notice remedy the default or the Surety shall as expeditiously as possible: 10.1.1 Complete the contract in accordance with its terms and conditions, or 10.1.2 Obtain a bid or bids for completing the contract in accordance with its terms and conditions, and upon determination by Surety and the CITY of the lowest responsible bidder, make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts or completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. 11.0 CONTRACT CONTROLS 11.1 The subject contract between the CITY and the CONTRACTOR shall supersede 11 Page 980 of 1278 any and all documents execute ween the parties relative to the project. In the event of any inconsistencies, the terms, provisions and conditions set forth in the subject contract shall supersede all other documents and shall be controlling. 12.0 TIME OF ESSENCE 12.1 Inasmuch as the provisions hereof, and of the plans and specifications herein, and of all the other contract documents relating to the times of performance and completion of the work are for the purpose of enabling the CITY to complete the construction of a public improvement in accordance with a predetermined program, all such time limits are of the essence of the contract. 13.0 REMEDY FOR DELAY 13.1 In the event of any delay in the project caused by any act or omission of the CITY, its agents or employees, by the act or omission of any other party, or delay caused by weather conditions or unavailability of materials, the sole remedy available to CONTRACTOR shall be by extension of the time allocated to complete the project. No monetary damages shall be claimed or awarded to CONTRACTOR in association with any delay in the project caused by an act or omission of the CITY, its agents or employees. 13.2 Failure on the part of CONTRACTOR to timely process a request for an extension of time to complete the work shall constitute a waiver by CONTRACTOR and CONTRACTOR shall be held responsible for completing the work within the time allocated by this contract. 13.3 All requests for extension of time to complete the work shall be made in accordance with the General Conditions for Construction. 13.4 For the purpose of this section the phrase "the CITY, its agents and employees" shall include but shall not be limited to the Engineer, project manager and consulting Engineers. IN WITNESS WHEREOF, the CITY has caused these presents to be signed by its City Manager, attested by the City Clerk with the Corporate Seal of the said CITY and the CONTRACTOR has executed these presence the day and year herein before written. DATED this day of 12018. 12 Page 981 of 1278 CITY OF BOYNTON BEACH Lori LaVerriere, City Manager Approved as to Form: James A. Cherof, City Attorney Attest/Authenticated: Judy Pyle, City Clerk CONTRACTOR: la (Print Name and Title) STATE OF FLORIDA COUNTY OF BEFORE ME, an officer duly authorized by law to administer oaths and take acknowledgements personally appeared , and acknowledged He/She executed the foregoing Addendum to Agreement for the use and purposes mentioned in it, and that the instrument is His/Her act and deed. IN WITNESS OF THE FOREGOING, I have set my hand and official seal in the State and County aforesaid on this day of 2018. 13 Page 982 of 1278 My Commission Expires: NOTARY PUBLIC 14 Page 983 of 1278 WARRANTY The undersigned, , hereby agrees for a period of one (1) year from the date hereof, to repair any defect or damages resulting from the work conveyed to the City of Boynton Beach (the "City"), pursuant to that certain Bill of Sale or Plans dated which is result of a defect in the materials or workmanship. The undersigned, upon notice of such defect, shall make the foregoing repairs as soon as reasonably possible or, if such repairs have already been made by the City, the undersigned, upon receipt of evidence of the costs reasonably incurred by the City in the making of such repairs, shall forthwith refund same to the City. Anything herein to the contrary notwithstanding, the City shall have the sole obligation to perform all maintenance required. Accordingly, the undersigned shall have no liability hereunder in the event that the repairs result from the failure of the City to properly maintain same or misuse or abuse (except, however, nothing contained herein shall be construed to release the undersigned from liability for damage or defect caused by acts of the undersigned or its employees or agents in connection with the completion by the undersigned of the project). Date - WARR-1 President Name of Company (CORPORATE SEAL) Page 984 of 1278 STATE OF FLORIDA ) SS: COUNTY OF ) I, HEREBY CERTIFY that on this day, before me, an officer duly authorized to take acknowledgements, personally appeared , Florida Corporation and general partner of A Florida limited partnership, to me known to be person described in and who executed the foregoing instrument and he acknowledged before me that he executed the same for the uses and purposes therein expressed. My Commission Expires- WARR-2 Notary Public, State of Florida Page 985 of 1278 WARRANTY OF TITLE To be executed with each and every payment or draw request STATE OF FLORIDA COUNTY OF being first duly sworn, deposes and says as follows: He is of (Title) (Name of Corporation or Firm) a corporation which is named in Construction Contract dated the day of , 20_, between said corporation as the CONTRACTOR and the City of Boynton Beach, Florida as the OWNER, for the construction of and Affiant is authorized to make this Affidavit as, or on behalf of, the Contractor as named above. Title to all work, materials and equipment covered by the attached Periodical Estimate for Payment dated , passes to the Owner at the time of payment free and clear of all liens, and all laborers, material men and subcontractors have been paid for performing or furnishing the work, labor or materials upon said Contract work covered by the aforesaid Periodical Estimate for Payment. This statement under oath is given in compliance with Section 713.06 Florida Statutes. Sworn to and subscribed before me this day of 120 Notary Public, State of Florida at Large My Commission expires: (SEAL) WT -1 Affiant Page 986 of 1278 FINAL ESTIMATE RECONCILIATION AGREEMENT This Final Estimate Reconciliation Agreement covering the period from to , supersedes any and all previous correspondence or verbal agreement regarding deletions or additions to the scope of work in the performance of the contract dated for construction of and all appurtenant work thereto in the City of Boynton Beach, Palm Beach County, Florida. It is hereby agreed and understood that all quantities and prices shown on the attached Final Estimate No. are correct and the amount of $ constitutes final payment, including retainage, and Change Order No. for all materials furnished and work performed by , Contractor, and all other contractors, in the construction and completion of the above project, all which were to be performed in strict accordance with the terms of the original contract. It is further agreed and understood that the one-year warranty period of workmanship and materials furnished shall commence on final completion and acceptance by the Owner, City of Boynton Beach, as outlined in Paragraph 11.1 of the original agreement. RECOMMENDED FOR APPROVAL: IN By: ACCEPTED: in Date: FER - 1 Page 987 of 1278 State of Florida ) ss: County of Palm Beach ) On this day of 20_, personally appeared before me duly authorized to administer oaths to me known to be the persons described herein and who executed the foregoing instrument and have acknowledged before me and they have executed same. Notary Public My Commission Expires: FER-2 Page 988 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX: (561) 742-6316 ADDENDUM No. 1 DATE: NOVEMBER 21, 2018 BID TITLE: SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS BID NO.: 002-2413-19/IT This addendum to the drawings, specifications, and/or contract documents is issued to provide additional information and clarification to the original Bid specifications and proposal form and is hereby declared a part of the original drawings, specifications and/or contract documents. In case of a conflict, this Addendum No. 1 shall govern. Words in strikethro gh type are deletions from existing text. Words in bold, underlined type are additions to existing text. The bid opening date is revised from November 26, 2018 to December 3, 2018 at 2:30 PM. The location remains unchanged. 2. The Bid Sheet is revised and attached herewith. This revised bid sheet must be submitted with your bid for your bid to be considered responsive. Final Site Grading is added to the price sheet. 3. Refer to ATTACHMENT `A' — SARA SIMS PARK IMPROVEMENTS PLANS: The following sheet is hereby added and attached as Exh. 1: 1-0.00 Tree Disposition Plan Sincerely, 42. A4 -EQ Tim W. Howard Assistant City Manager - Administration cc: Finance/Procurement Page 989 of 1278 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 Boynton Beach, Florida 33425-0310 Telephone: (561) 742-6310 FAX: (561) 742-6316 ACKNOWLEDGEMENT OF ADDENDUM No. 1 SARA SIMS PARK LANDSCAPING AND IRRIGATION IMPROVEMENTS BID NO.: 002-2413-19/IT RESPONDENT MUST SIGN, DATE AND INCLUDE THIS "ACKNOWLEDGEMENT OF ADDENDUM NO. 1 WITH BID PACKAGE IN ORDER FOR SUBMITTAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. PRINT NAME OF REPRESENTATIVE SIGNATURE OF REPRESENTATIVE NAME OF COMPANY DATE 01 Page 990 of 1278 EXH. 1 - ADDENDUM NO. 1 -a a3x�3w VOl,]A H3V39 NOLNA09 noarvaon c n%n :.e rvwvaa �a "mss 3 o a AxA .ea3���3a Md-ld NOWSOdSl4 HOt/3a wo 0 »� NLS l -d 1'1V 3.d��d a� Na � °,w� ego � � � -7 NOlNl.08 JO lll0 = o A v I UJoN`���^�WI" �, Hak ��N� 0 8lOZ 3NM 301 ?J0903?Jtld3?Jd OJ c v N 0 m u s e r �oossa�roo iQJVd SWIS `d JVS �o3road vHH In ). ( ® v r) w = r) - J f ". `. ( m E: a No 3 �w mo�Ys ogN 33 a dpi° il a EPH �o .. �agm°���a _ _ O = r) ) r a� o >»»»» r °°°°N°°°°°°°°°w w o� ( \ t004N 33NCx (i066d EE o�°§° r y w ,rr rrr o£ o£ wog �r �wwo °zU 33UNNmNNN � ~r s wF w s a r) _ / rr�. j _ r) X) — �-- -- co 1 N 4— O N N IT z 3 �wwwwwwwwwwww�� �wwwww��� �I 0 E" M6 Ill 6 Ili Ill E - Im A Rn � �wwwwwwwwwwww�� �wwwww��� �I 0 IT MTS o -1666-46 6 wwwwwwwwwwww�� wwwww��� 0 m 1,o m"00000�n 8m 8m 8�n 8N ,N1N N N m o Q O� M�nm y mm 0 0N 0 0000 y �O�n I� oo o Y ¢ ¢ f M � M wLL d o Y O m m � o � Qf f m N m f I� f f f - m T d � E y Q o r L W � V m W 0 0 ~ 0 K C 0- 0 E— Y 0 o 0O -mo �m MZ W E c �_ 1OEV Eao ca U -m _ - �o oaa g -E 2,-- aw=.„w ��� w ZD ¢¢ Lo6 w moa�oaoo0K om¢¢ mJ oVnE MaQO 0V f7 A.v z_e O LL Q --m-NNNNII"I 5r z "N co 1 N 4— O N N 7.D. REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-010 -Authorize the City Manager to sign a quote from Spillman Technologies Inc., a Motorola Solutions Company for Managed Services in connection with the Police Records Management Svcs (RMS) for a total five (5) year cost of $157,250 including a first year cost of $47,922. EXPLANATION OF REQUEST: In November 2017 the City of Boynton Beach entered into a contract with Spillman Technologies to provide records management systems and cad (computer aided dispatching) as a result of RFP No. 007-2110- 17/J MA for RFP for Public Safety Software. During the implementation process staff determined that having Spillman Technologies conduct Managed Services related to both the primary and failover server systems was in the best interest of the City. This will include a server installation and fail -over configuration and then five (5) years of project management. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This will provide managed services for the RMS (records management system) and CAD (computer aided dispatching). These managed services will make certain that system services servers are installed maintained and managed. This will provide additional failover and back up capability to installed systems. FISCAL IMPACT: Budgeted Costs will be paid for from the police departmental operating budget in the following amounts per fiscal year: FY 18/19 $47,922.00 FY 19/20 $27,332.00 FY 20/21 $27,332.00 FY 21/22 $27,332.00 FY 22/23 $27,332.00 ALTERNATIVES: Do not approve this purchase. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Page 993 of 1278 Is this a grant? No Grant Amount: CONTRACTS VENDOR NAME: Spillman Technologies Inc START DATE: 1/15/2019 END DATE: 1/15/2023 CONTRACT VALUE: MINORITYOWNED CONTRACTOR?: No EXTENSION AVAILABLE?: No EXTENSION EXPLANATION: ATTACHMENTS: Type D Resolution D Addendum D Addendum Description Resolution authorizing the City Manager to Sign quote with Spillmen for Police Records Management Spillman quote W9 Page 994 of 1278 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. R19 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO SIGN A QUOTE FROM SPILLMAN TECHNOLOGIES INC., A MOTOROLA SOLUTIONS COMPANY FOR MANAGED SERVICES IN CONNECTION WITH THE POLICE RECORDS MANAGEMENT SVCS (RMS) FOR A TOTAL FIVE (5) YEAR COST OF $157,250 INCLUDING A FIRST YEAR COST OF $47,922.00; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, in November 2017 the City of Boynton Beach entered into a contract with Spillman Technologies to provide records management systems and cad (computer aided dispatching) as a result of RFP No. 007-2110-17/7MA for RFP for Public Safety Software; and WHEREAS, during the implementation process staff determined that having Spillman Technologies conduct Managed Services related to both the primary and failover server systems was in the best interest of the City; and WHEREAS, staff has recommended that the City Commission approve and authorize the City Manager to sign a quote from Spillman Technologies Inc., a Motorola Solutions Company for Managed Services in connection with the Police Records Management Services (RMS) for a total five (5) year cost of $157,250 including a first year cost of $47,922.00. 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\45A8D611-C74D-46C5-A417-0061 B5445020\Boynton Beach.14355.1.Spillman_Technologies_(Police_Records_Management)_ _Reso.docx Page 995 of 1278 31 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 32 authorizes and directs the City Manager to sign a quote from Spillman Technologies Inc., a 33 Motorola Solutions Company for Managed Services in connection with the Police Records 34 Management Services (RMS) for a total five (5) year cost of $157,250 including a first year cost 35 of $47,922.00, a copy of which is attached hereto as Exhibit "A." 36 Section 3. This Resolution shall become effective immediately upon passage. MA 38 PASSED AND ADOPTED this day of , 2019. 39 CITY OF BOYNTON BEACH, FLORIDA 40 41 YES NO 42 43 Mayor — Steven B. Grant 44 45 Vice Mayor — Christina L. Romelus 46 47 Commissioner — Mack McCray 48 49 Commissioner — Justin Katz 50 51 Commissioner — Aimee Kelley 52 53 54 VOTE 55 ATTEST: 56 57 58 Judith A. Pyle, CMC 59 City Clerk 60 61 62 (City Seal) C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\45A8D611-C74D-46C5-A417-0061 B5445020\Boynton Beach.14355.1.Spillman_Technologies_(Police_Records_Management)_ _Reso.docx Page 996 of 1278 stemcm- a Motorola Solutions Company • '`n 311 F Quoted Date: December 18, 2018 Quote Number: 181030 Quote Expiration: March 18, 2019 Prepared By: Billy Duncan • First-year Maintenance — For the specific module(s) listed in this document, all upgrades and live phone support services are included for the entire first year. • Project Management and Installation — Spillman Technologies will assign a Flex Project Manager as the agency's single point of contact. This individual will coordinate Spillman's expert installation and training staff as needed to ensure a smooth upgrade transition. • Solutions II Server Installation and Fail -Over Package Quote Configuration $18,090 • Solutions II Managed Server and Application Services -Five Years @ $27,332 Per Year $1571250 • Solutions II One Time On -Boarding Fee $2,500 Note: Initial Invoice $47,922 • Future maintenance is estimated for your planning purposes and is not included in this purchase. • 2nd -year maintenance will begin 12 months from production implementation. 2nd Year Managed Service Total: $27,332 3rd Year Managed Service Total: $27,332 4t" Year Managed Service Total $27,332 5t" Year Managed Service Total $27,332 The Customer's signature below constitutes its agreement to purchase the licenses, products and/or services according to the terms quoted by Spillman Technologies within this document. This document shall serve as an addendum to the Purchase Agreement previously entered into between the Customer and Spillman Technologies. The terms and 4625 LAKE PARK BLVD., SALT LAKE CITY, UT, 841201 TOLL-FREE: 800.860.80261 FAX: 801.902.1210 Page 997 of 1278 stemcm- a Motorola Solutions Company conditions of the Purchase Agreement, as well as the related License Agreement and Support Agreement, shall apply to the items quoted herein. Boynton Beach Police Department Customer Name Authorized Signature Date Print Name and Title 4625 LAKE PARK BLVD., SALT LAKE CITY, UT, 841201 TOLL-FREE: 800.860.80261 FAX: 801.902.1210 Page 998 of 1278 Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid 1 Social security number i backup withholding. For individuals, this is generally your social security number (SHowever, for a — m — resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. 3T61 — 1 1 1 1 1 1 5 1 8 1 0 1 0 Bila Gertaicatlon 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 abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of Here I U.S. person 01 %4��P— Date► 6/8/18 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. 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) Cat. No. 10231X • 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) • 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, later. Form W-9 (Rev. 11-2017) Page 999 of 1278 Request for Taxpayer Give Form to the =orm Identification Number and Certification requester. Do not Rev. November 2017) send to the IRS. )epartment nternal of the Treasury Revenue Service ► Go to www.irs.gov/FormW9 for instructions and the latest information. 1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank. Motorola Solutions, Inc. 2 Business name/disregarded entity name, if different from above M 3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the 4 Exemptions (codes apply only to 0) m following seven boxes. certain entities, not individuals; see instructions on page 3): CL ❑ IndividuaUsole proprietor or R] C Corporation ❑ S Corporation El Partnership ElTrust/estate 0 U) single -member LLC Exempt payee code (if any) v c CL 2 ❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ► p Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check Exemption from FATCA reporting LLC if the LLC is classified as a single -member LLC that is disregarded from the owner unless the owner of the LLC is code (if any) — another LLC that is not disregarded from the owner for U.S. federal tax purposes. Otherwise, a single -member LLC that a o is disregarded from the owner should check the appropriate box for the tax classification of its owner. w ❑ Other (see instructions) ► (Applies fo accounts ma nfa ned outside the U.S) N 5 Address (number, street, and apt, or suite no.) See instructions. Requester's name and address (optional) a 4625 W. Lake Park Blvd. 6 City, state, and ZIP code Salt Lake City, LIT 84120 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 1 Social security number i backup withholding. For individuals, this is generally your social security number (SHowever, for a — m — resident alien, sole proprietor, or disregarded entity, see the instructions for Part I, later. For other entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN, later. or Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number Number To Give the Requester for guidelines on whose number to enter. 3T61 — 1 1 1 1 1 1 5 1 8 1 0 1 0 Bila Gertaicatlon 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 abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions for Part 11, later. Sign Signature of Here I U.S. person 01 %4��P— Date► 6/8/18 General Instructions Section references are to the Internal Revenue Code unless otherwise noted. Future developments. For the latest information about developments related to Form W-9 and its instructions, such as legislation enacted after they were published, go to www.irs.gov/FormW9. 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) Cat. No. 10231X • 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) • 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, later. Form W-9 (Rev. 11-2017) Page 999 of 1278 7.E. REQUESTED ACTION BY COMMISSION: Approve Task Order No. F-06-2019 - Construct Retaining Wall and Stairs at Oceanfront Park to E&F Florida Enterprises, Inc. d/b/a Creative Contracting Group, in the amount of $119,800, and authorize a Purchase Order, in accordance with the Pre -Qualified Vendors for Minor Construction Services Agreements. This approval is contingent upon the receipt and approval of insurance and payment and performance bonds. EXPLANATION OF REQUEST: At its meeting on August 7, 2018 (Resolution No. R18-104), City Commission approved Agreements with four (4) firms for various Minor Construction Services within the City. All four (4) firms were provided a scope of work, plans and schematics in order to submit a quote for Task Order No. F-06-2019 for the all labor, materials, tools, equipment, hardware, supplies and supervision for the construction of a retaining wall and stairs at Oceanfront Park. All four (4) firms responded to the request and the low offer was submitted by E&F Florida Enterprises, Inc. d/b/a Creative Contracting Group, in the amount of $119,800. I n accordance with the Action previously approved by the City Commission on August 7, 2018, individual projects that exceed $75,000 will be brought back to City Commission for consideration of award. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? By pre -qualifying contractors to perform the specified work, the City may be assured that experienced general contractors will complete the work as bid. The stairs and retaining wall from the lower to upper level parking area has failed from soil erosion. FISCAL IMPACT: Budgeted The funds for this work is budgeted in account 303-4210-572-63.05 (RP -1891). ALTERNATIVES: Not Award. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Page 1000 of 1278 Grant Amount: ATTACHMENTS: Type D Attachment 76 461w,111, Description Submittal ® Creative Contracting Group Submittal Attachment ® Creative Contracting Permitted Plans for Stairs Tabulation Sheet - Retaining Wall Page 1001 of 1278 F-06-2019 - CONSTRUCT RETAINING WALL AND STAIRS AT OCEANFRONT PARK RFQ NO. 018-2821-18/IT PRE -QUALIFIED VENDORS LIST - BID FORM ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL ALL LABOR, MATERIALS, TOOLS, EQUIPMENT,HARDWARE, SUPPLIES AND 1 SUPERVISION TO CONSTRUCTION RETAINING WALL AND STAIRS AT 1 LS OCEANFRONT PARK AS PER THE SPECIFICATIONS AND PLANS TOTAL BID PRICE Total Bid Price (in words) ope 1'Fa,J fed nitic-4ep-t^ � o � � J`^drPd A (b u q ad zero Name of Firm Submitting Bid Proposal A Name of Person Submitting Bid Proposal Name of Person Submitting Bid Proposal Cp q c1WTjJt-'(�. G�Cfivt� Grp✓� (PRINT) L i S A 1's (PRINT) (SIGNATURE) Date: Page 1002 of 1278 RE: RETAINING WALL & STAIRS - OCEANFRONT PARK Construction Schedule / Subs This project will take approximately 8 weeks to complete after the permit is issued. There will be no subs used for this project. First two weeks: Mobilization and Demo Next two weeks: form for Retaining wall, footers and concrete Next two weeks: built Retaining wall, pour concrete Week seven : install railings and Landscaping. Final Week: punch list and final walkthrough. Lisa Addis V.P. E & F Florida Enterprises Inc D/B/A Creative Contracting Group November 13, 2018 Page 1003 of 1278 IL O Q - J � Z ` J8 , O O U � n O d Nou O w I. - LU N m H N P r im W CL d Q LU Z 0 w Q 00 _ _ EIHS 2IIAOO Q V - O � - V L I 1N3W3OVIdld JNiS SMOV HOV3O-�'21Vd 1NOd1 NV300 a - co L O 9£7££ 1d ,3OOIb NV300'(MVA]InO8 NV330 N 1949 r = oVom� ,yam HOV39 NOlNAO9 �O AiIO Duo Ob:� �a IL O Q - J � Z ` J8 , O O U � n O d Nou O w I. - LU N m H N P r im W CL d Q LU Z 0 w Q 00 E 0 V V V i co L O V > O O oVom� ,yam Duo Ob:� �a V�._L,� 0 00 IL O Q - J � Z ` J8 , O O U � n O d Nou O w I. - LU N m H N P r im W CL d Q LU Z 0 w Q 00 �� vy 1N3W3JHld]M NMS SSIDOH HDV39 -NN'Vd 1NONINVIDO t rj rj S£V££ld '3O(IR1 NVK)O'CNVATnO9 NV]DO N L4V9 } } HOMO NOiMOq �O UD - ° ¢ a SNO1VDHID0 dS3dV0SONVl �' m 1 a� E �� p INWIDIA?J AWS 3033V HDV39 -NNW 1N021�NV3�0 S£V££ lJ '39481 NVID0'CNVATnO8 NV3D0 N L4V9 a r v m a � 11 P znJ ��- w _ Mog _o�r - o mEgg_ z8 _ z�o - "�not° SM: a E11 - _ - - ' -__- IT d m m i m ain ME 2—iSuit! 12f E .3m-_ -E _ S.n mEd = big- _ S - - �c ��n - - m rn b J- a v im K o a R E E m m v E E v _ o E z Z, y c E E _ _ 2 2 R.1 9 "Q m_ - _ - - - - _ !a E d�-a- - m _ In _ _ oEa -EmEN _oEv °c - Mail 21 ENT E c 2 _ nm d5r =_ - -- E v.Eg E a 2 E o - _ - - - g r - _ ¢ m E- - - 2M JSHJ m K En - E " aa S -- EEo°_ __ -F21 His - Ew- - E - - Z a =n-' -"_- o ._ m- - JIM Elio a m� -no _ - - E_ - cE _a¢E o_ v AA - - W 0zm----o-m oo 0 - `m 22 1 pf az `m E ' __ -Pt __ - - - _ -__ a n_ - BEN .. oaw m m n a �O v n a w m_¢ z o nm _,-m � m_a� � U ro ¢ m U O W .�EAA 2 gag�M of _E S.E m 3n = y =N _ = 40E -'m "u.a `E° aQf y m= Elms 5 .E'� y -ENSo ¢ - Em- ova c E_ Ervin o`o vw E c E E - `m aam? - `N W m - .tl `o Z " E w n 'E m o_ _ - �n E o E n E oE v o o"� J- -mm ��_nEE�E; -_ _ m°" _ _ - " - o M U a _yin E v M g y o - 1121 N v 3 n _� Y E w o f o¢`i c� ,- 6 gm m z m-_ -= v - - a b` _ oUm a U-cE n F=c m ZO°c _c.y_�oE _ ,xrn _ _ - _ �-_�E"�' m rnE - -O-s E"-__ aE_NL.Eo- O Rio of uU - _ _- 'o - - - nEo--rv_+Ed - m2 _s J vE K_ -' UO avE -- - vEZ- _ mm"= �E--- as m T2 -o -- - vE�!E U - O._- -m3 OU may 22 ILE, - Wooq�mmfolEm -- mE `'J _ _ Um -'^Eo- Z SIR a U p U r - a E°---- d s_ - o E - - _ - �_ _ F - in n - FE co Z a U - U c n o - _ _ _my �` " an"n - vE E _ m5 rv- `0 '2 ' _ 60 _ - a�.a'" d➢x- m "o2E nuc aao'Emzomo��°m� 3�_maaam"t�__�aaaaotimEe - Mc�`�ma� Um°-a�a "a_m oQ o Q m m (J p W aoQ Emit N w E _-- a 8 �u to 0' vEt `o 9,213 m Ea E tool -� 2� n - - 0 2 m° v E R E - _ a; _ -1! aE"I c _� - -"woEl a thii-­ - '-a 4,`m.c`o' S aE m _ --_v Ewrv1Eoo ``d1ao E_ nB ryoiaE5 c .I3g2 P.M2 aeaD- c i_'lme: om -Y_ it _ m ' A. wif A218, -- _ - Q 3 PIE-, ES- d��- - - _ _- pamE �Eo_ _ - =_vU$- °aE` - oE_ v,3d �Em - Rin-- i - i E_ -AEm Ev O1 _-WE E" �m4- -- - oE ° Z o8 Eo - - aEa- - - ¢ - m5 Ec '22'.22 a --oEm -_- _ oipat= _ - Ea -�' OR HE 7 .3o DExm __-s `�E'E U - _ _- ' T E TO __ t--_- ry U rn « a _ 18 20- w ' m m w in o- °�..]go m 3 J m E ro m o n °o- -=oE� _ HIM "oE� unit! - p 3SwE p»tea n wrou pill F`m HnM d > >mm-» _nw3 ..m J d m o 4 m U to mo Eit "aaNgq _ E o cbTo a�E E =-mEm`- 5 ° mz.E _m o D El- 1 oWPZ"Eoo _ -EOo oa o o_m `N o I- _ ME -- __ _ E _ - Ev=-m�E°a-n'E ryc _ m:M'y �- - - =E - - - - - 0'3 _ `�° W E 2 h - m m - @116 u _ - y, 18 Q poo E = wit _ mE�m wd= - �s c� - __-_ ¢ -`oO'-oEn _rya_ - - - NnE .E1Ed _- - _- tE - _ _ - - U'c oUm _ oEgU_ Ep _ to I _ _ _ 0 _ _ -Elioa _ _ o E = _ - _ c cc _ = E E oa Ea m (9go p -- - E_ - _ _ -v, mm_ --° E - - c EE pal_ _ - mi`oa - - - - - _ - c_'� ME, u .E m.Ec c E w ¢Y - Eaoon 4-E(�um..o"201 maom - u oww _dwLL p0 m"m= a, n a _._oi�mU`oy my mo�oU - m��n-mZ paoEoc win ncm" Q m Ci ¢ m U M Q m U p W LL 4 Q m U ' S310N 1V?IINIO ONV "SNOIIVIA]899V "4N9031 plc (�(3( 7c (�=1 r !s 1N3W3OVld3J JNiS SMOV HOV39-MVd 1NOd1 NV300 "3OCIb 9S79£ ld NV300'(MVA]InO9 NV330 N 1479 < t)� (J' HOV39 NOlNAO9 �O Ails o - u uL d o s c — °� Y - Co U ° ° _ oc-o p 0 a W o Ua w o ° c > u o_ — o o IRD , -<t v: o 0 0 O Z Oo °z Z --,°I o° I.n. C9 �ifr o oo ' SNVIJ ?IOOId CN,/ NOR110MG 1N3W3OVIdld JNiS SMOV HOV39-�'21Vd 1NO21dNV3O0 "3OOIb (J' 9£7££ Id NV300'(MVA]InO0 NV330 N 1S79 HOV39 NOlNAO9 �O Ails r m N SWil4 CNV SNOROIS Aldi '!i 1N3W3OVldld JNiS SMOV HOV39-�'21Vd 1NO21dNV3O0 7s (J' S£7££ld'3OCIb NV300'(MVA]InO8 NV330 N 1479I] HOV39 NOlNAO9 �O Ails �b r - - 00O N z O F w a = o� zw - - 00O w w� z 0, Q U N , zz0 0 Q u Owl N C) p U N Q N � N p Q ONO N— 33S'i\3l3 JIV1S'0'1 _ � Z r Q - Ej — III O 0 4 Q Q W W Z d W W J N m r F-1 Q O wi 3 3 'XVIV ��C�L m O O w Q - W ~ W J In J NVld 33SA313 amis �o�e J Q W O; r` c I O U 3 J Yom 0 Luoa�c;mrv, J n J W = t LU U i 1 0 L z Pm o Uw 3 J U V UO ow d Z - - r� Lu - �E o - 3 � 11O- U i�.,.__<m0 „9 �r, NOISNIV\iCl „0 �Z ��b i z 0 w \ q 0 a � / 2 J } R 0 § / w m rl- N 0 O 0 ¢ 2 n � } k }\ � §| ] ) } _(0 k mILN ) o CL } (ƒƒ 0 2 « 0z LU )\k�LU2 0) § ) Lu ]§§020 2 Lu®SJR■ o -R< �3;Zw �®g®§� / 0zLn2m` q22�»� _./LUL \ ])kMBK S m rl- N 0 O 0 ¢ 2 n � From: Sent: To: Cc: Subject: Attachments: Importance: Good afternoon all - Page 1 of 2 Triestman, Ilyse Thursday, November 01, 2018 12:37 PM Anzco; Creative Contracting Group; Hatcher; Steven Neubarth Mootz, Gail; Marmer, Eric ADVERTISEMENT TO MINOR CONSTRUCTION PRE -QUAL VENDORS - RETAINING WALL & STAIRS - OCEANFRONT PARK 18102-BB-AccessStairAtOceanFront Park-2018-07-09—PermitSet.pdf; BID SHEET - Oceanfront - Retaining Wall and Stairs.xls High Please review the specifications and plans and provide a bid for the project according to the following instructions: Please submit a lump sum price on the attached bid form price for construction of a retaining wall and stairs at Oceanfront Park located at 6415 N. Ocean Blvd, Ocean Ridge, FL. Contractor shall supply all labor, materials, tools, supplies, and equipment required to ensure a complete job per below and per the attached plans and specifications. Drawings Included: G-001 Cover Sheet L-1 Landscape Plan L-2 Landscape Specifications A-001 General Notes, Legends, and Abbreviations A-101 Demolition and Floor Plan A-301 Sections and Details TIMEFRAME FOR QUOTE • There is no pre-bid meeting; submit questions by November 6, 2018 12:OOPM to PURCHASING, in writing to: triestmani@bbfl.us. The City is under no obligation to respond to questions received after the deadline unless we deem it in our best interest to do so. • Submit your ELECTRONIC BID FORM on or before November 13, 2018, 12:OOPM to PURCHASING via email to: triestmani@bbfl.us. SPECIAL INSTRUCTIONS: • Only the single Bid Form is required — quotes must be delivered on or before the due date (you do not have to be here; YOUR QUOTE DOES) • The Contractor will be responsible for filing a change of contractor form on Town of Ocean Ridge Permit. • The awarded Contractor will receive a permit set of drawings to submit for permit to Town of Ocean Ridge. • The Contractor will be required to clean up the work area on a daily basis. • With your quote submittal, please provide a construction schedule indicating the estimated calendar days required to complete the project. • With your quote submittal, please provide a list of the subcontractors that you intend to use for this project. Owner reserves the right to reject any sub -contractor who has previously failed in the proper performance of an award, or failed to deliver on time contracts in a similar nature, or who is not responsible (financial capability, lack of resources, etc.) to perform under this award. Owner reserves Page 1011 of 1278 file:///C:/Users/TriestmanUDesktop/ADVERTISEMENT%20TO%20MINOR%2000NSTR... 1/4/2019 Page 2 of 2 the right to inspect all facilities of any sub -contractor in order to make a determination as to the foregoing. • The City encourages the use of local subcontractors in this project. Local subcontractors are defined as those having a City of Boynton Beach Business Tax Receipt. Refer to City Policy No. 10.16.01 for further information. • This project WILL require a payment and performance bond in the amount of 100% of the total bid price. • I am NOT protecting this spreadsheet, modify the columns, etc. as you need, but UNIT PRICES from your bid forms will be transferred to my tab sheet — you're responsible for providing the materials as it was presented to you. Please acknowledge receipt of this email and its listed contents in good order. Please remember to send a "no bid" response (via email is acceptable) if you're not interested in bidding; an explanation is appreciated on any "no bid." Thank you for your active participation in the City's procurement process. (lyse Triestman Page 1012 of 1278 file:///C:/Users/TriestmanUDesktop/ADVERTISEMENT%20TO%20MINOR%2000NSTR... 1/4/2019 7. F. REQUESTED ACTION BY COMMISSION: Approve Task Order No. F-09-2019 - Oceanfront Park Shade Sail and Roof Replacement to Republic Construction Group, Inc., and authorize a Purchase Order, in the amount of $106,887 in accordance with the Pre -Qualified Vendors for Minor Construction Services Agreements. This approval is contingent upon the receipt and approval of insurance and payment and performance bonds. EXPLANATION OF REQUEST: At its meeting on August 7, 2018 (Resolution No. R18-104), City Commission approved Agreements with four (4) firms for various Minor Construction Services within the City. All four (4) firms were provided a scope of work, plans and schematics in order to submit a quote for Task Order No. F-09-2019 for all labor, materials, tools, equipment, hardware, supplies and supervision for the replacement of five (5) shade sails at Oceanfront Park. The Task Order also requested firms to quote on optional bid items for roof replacement at the Park. All four (4) pre -qualified firms submitted quotes. Staff have reviewed all submittals and have determined that it is in its best interest to award the task order to the lowest responsive and responsible bidder, Republic Construction Group, Inc. in the total amount of $106,887.00, for the shade sail replacements and optional Items 1, 3, 57, and 9. 1 n accordance with the Action previously approved by the City Commission on August 7, 2018, 1 ndividual projects that exceed $75,000 will be brought back to City Commission for consideration of award. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? By pre -qualifying contractors to perform the specified work, the City may be assured that experienced general contractors will complete the work as bid. The existing shade sails have failed with high winds and sun damage and need replacement. FISCAL IMPACT: The funds for this work are budgeted in accounts: 303-4210-572-62.01 (RP -1852) - $39,538.00 303-4210-580-62.01 (RP -1802) - $67,349.00 ALTERNATIVES: Not award. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No Page 1013 of 1278 CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Attachment Submittal ® Republic Construction D Attachment Republic Quote Attachment 1 D Attachment Republic Quote Attachment 2 D Attachment Emailed Advertisement to PreQuals D Attachment Plans supplied with Quote Request D Attachment Pictures supplied with Quote Request D Attachment Addendum 1 to Quote Request D Tab Sheets Tabulation Sheet ® Shade Sails Page 1014 of 1278 ADDENDUM NO. 1- -REVISED BID SHEET -REV. 12.5.18 F-09-2019 - Oceanfront Park (6415 N. Ocean Blvd.) - Shade Sail Replacement PRE -QUALIFICATION OF CONTRACTORS FOR MINOR CONSTRUCTION SERVICES - BID FORM ITEM DESCRIPTION QTY UNIT UNIT PRICE TOTAL ALL LABOR, MATERIALS, TOOLS, EQUIPMENT, HARDWARE, SUPPLIES OPT1 Replace existing metal roof with metal roof (Lifeguard Bldg.) p g ( g g•) 1 LS $10,910.00 AND SUPERVISION FOR REPLACEMENT OF 5 SHADE SAILS. SAILS TO BE Replace existing metal roof with shingles (Lifeguard Bldg.) 1 LS $11,075.00 OPT3 IN ACCORDANCE WITH SUPPLIED DRAWINGS. SAILS TO BE 1 LS $16,276.00 OPT4 Replace existing metal roof with shingles (Restroom Bldg.) CONSTRUCTED USING COMMERCIAL 95 FABRIC, USING STAINLESS LS $12,835.00 OPT5 Replace existing metal roof with metal roof (Large Pavilion) 1 STEEL HARDWARE AND CABLE. REPAIR/REPLACE EXISTING POLE 1 LS $39,538.00 $39,538.00 LS CONNECTION POINTS AS NEEDED. CONTRACTOR TO PROVIDE COLOR OPT7 Replace existing metal roof with metal roof (Concession Bldg.) 1 LS $12,547.00 CHOICES. Replace existing metal roof with shingles (Concession Bldg.) 1 LS $11,075.00 OPT9 Total 1 LS $39,538.00 OPTIONAL ITEMS ALL LABOR, MATERIALS, TOOLS, EQUIPMENT, HARDWARE, SUPPLIES AND SUPERVISION FOR REPLACEMENT OF THE EXISTING ROOFS PER BELOW: OPT1 Replace existing metal roof with metal roof (Lifeguard Bldg.) p g ( g g•) 1 LS $10,910.00 OPT2 Replace existing metal roof with shingles (Lifeguard Bldg.) 1 LS $11,075.00 OPT3 Replace existing metal roof with metal roof (Restroom Bldg.) 1 LS $16,276.00 OPT4 Replace existing metal roof with shingles (Restroom Bldg.) 1 LS $12,835.00 OPT5 Replace existing metal roof with metal roof (Large Pavilion) 1 LS $17,741.00 OPT6 Replace existing metal roof with shingles (Large Pavilion) 1 LS $12,83500 OPT7 Replace existing metal roof with metal roof (Concession Bldg.) 1 LS $12,547.00 OPT8 Replace existing metal roof with shingles (Concession Bldg.) 1 LS $11,075.00 OPT9 Replace existing metal roof with metal roof (Maintenance Bldg.) 1 LS $9,875.00 OPT10 Replace existing metal roof with shingles (Maintenance Bldg.) 1 LS $11,718.00 Total Bid Price (in words) Name of Firm Submitting Bid Proposal Name of Person Submitting Bid Proposal Name of Person Submitting Bid Proposal _Republic Construction Corp (PRINT) Steven Neubarth ( RINT) (SIGNATURE) Date: 12/18/2018 Page 1015 of 1278 ME I Standard Method of Test for Surface Burning Characteristics of Building Materials ASTM E 84-06 Commercial 95 Report Number 06-10314 Test Number 3829-3112 October 16, 2006 Gale Pacific USA, Inc. Lake Mary, Florida Commercial Testing Company is accredited for the ASTM E 84 test by the United States Department of Commence, National Institute of Standards and Technology (NIST), through the National Voluntary Laboratory Accreditation Program (NVLAP) for conformance with criteria set forth in NIST Handbook 150:2001, and all requirements of ISO/IEC 17025:1999. Commercial Testing Company (Authorized Signature) This report is provided for the exclusive use of the client to whom it is addressed. It may be used in its entirety to gain product acceptance from duly constituted authorities. The test results presented in this report apply only to the samples tested and are not necessarily indicative of apparent identical or similar materials. Sample selection and identification were provided by the client. A sampling plan, if described in the referenced test procedure, was not necessarily followed. This report, or the name of Commercial Testing Company, shall not be used under any circumstance in advertising to the general public. TESTED TO BE S Since 1974 Page 1 of 4 Page 1016 of 1278 INTRODUCTION This report is a presentation of results of a surface flammability test on a material submitted by Gale Pacific USA, Inc., Lake Mary, Florida. The test was conducted in accordance with the ASTM International fire test response standard E 84-06, Surface Burning Characteristics of Building Materials, sometimes referred to as the Steiner tunnel test. This test is applicable to exposed surfaces such as walls and ceilings. The test is conducted with the specimen in the ceiling position with the surface to be evaluated exposed face down to the ignition source. The ASTM E 84 test method is technically identical to NFPA No. 255 and UL No. 723. This standard is used to measure and describe the response of materials, products, or assemblies to heat and flame under controlled conditions, but does not by itself incorporate all factors required for fire—hazard or fire—risk assessment of materials, products, or assemblies under actual fire conditions. PURPOSE The purpose of the test is to provide only the comparative measurements of surface flame spread and smoke development of materials with that of select grade red oak flooring and fiber—reinforced cement board, Grade II, under specific fire exposure conditions. The test exposes a nominal 24 -foot long by 20 - inch wide test specimen to a controlled air flow and flaming fire adjusted to spread the flame along the entire length of a red oak specimen in 5.50 minutes. During the 10 -minute test duration, flamespread over the specimen surface and density of the resulting smoke are measured and recorded. Test results are calculated relative to the red oak flooring, which has an arbitrary rating of 100, and fiber—reinforced cement board Grade II, which has a rating of 0. The test results are expressed as Flame Spread Index and Smoke Developed Index. The Flame Spread Index is defined in ASTM E 176 as "a number or classification indicating a comparative measure derived from observations made during the progress of the boundary of a zone of flame under defined test conditions." The Smoke Developed Index, a term specific to ASTM E 84, is defined as "a number or classification indicating a comparative measure derived from smoke obscuration data collected during the test for surface burning characteristics." There is not necessarily a relationship between the two measurements. The method does not provide for measurement of heat transmission through the surface tested, the effect of aggravated flame spread behavior of an assembly resulting from the proximity of combustible walls and ceilings, or classifying a material as noncombustible solely by means of a Flame Spread Index. The zero reference and other parameters critical to furnace operation are verified on the day of the test by conducting a 10—minute test using 1/4—inch fiber—reinforced cement board. Periodic tests using NOFMA certified 23/32—inch select grade red oak flooring provide data for the 100 reference. TEST SAMPLE The test sample, selected by the client, was identified as Commercial 95, a knitted polyethylene shade cloth with a total weight of 10.8 ounces per square yard. The material was conditioned to equilibrium in an atmosphere with the temperature maintained at 71 ± 2°F and the relative humidity at 50 ± 5 percent. For testing, two lengths of the fabric, each measuring 2 feet wide by 12 feet in length, were free laid over a 2—inch hexagonal wire mesh supported by 1/4—inch diameter steel rods spanning the ledges of the tunnel furnace at 24—inch intervals. This method of auxiliary sample support is described in Appendix X1 of the E 84 standard, Guide to Mounting Methods, Sections X1.1.2.2 and X1.1.2.3. Page 2 of 4 Page 1017 of 1278 TEST RESULTS The test results, calculated on the basis of observed flame propagation and the integrated area under the recorded smoke density curve, are presented below. The Flame Spread Index obtained in E 84 is rounded to the nearest number divisible by five. Smoke Developed Indices are rounded to the nearest number divisible by five unless the Index is greater than 200. In that case, the Smoke Developed Index is rounded to the nearest 50 points. The flame spread and smoke development data are presented graphically on Page 4 of this report. Test weden Flame Spread Index S sakeDn,elarped Index Fiber—reinforced Cement Board Crane 11 0 { -- 0 — Red OakFloorin 100 100 Commercial 95 25 641 OBSERVATIONS Specimen ignition over the burners occurred at 0.08 minute. Surface flame spread was observed to a maximum distance of 5.01 feet beyond the zero point at 1.18 minutes. The maximum temperature recorded during the test was 497°F. CLASSIFICATION The Flame Spread Index and Smoke Developed Index values obtained by ASTM E 84 tests are frequently used by code officials and regulatory agencies in the acceptance of interior finish materials for various applications. The most widely accepted classification system is described in the National Fire Protection Association publication NFPA 101 Life Safety Code, where: Class A 0 - 25 Flame Spread Index 0 - 450 Smoke Developed Index Class B 26 - 75 Flame Spread Index 0 - 450 Smoke Developed Index Class C 76 - 200 Flame Spread Index 0 - 450 Smoke Developed Index Class A, B, and C correspond to Type I, II, and III respectively in other codes such as SBCCI, BOCA, and ICBG. They do not preclude a material being otherwise classified by the authority of jurisdiction. Page 3 of 4 Page 1018 of 1278 Client: Gale Pacific USA, Inc. Test Number: 3829-3112 Material Tested: Commercial 95 Date: October 16, 2006 Test Results: Time to Ignition = 00.08 minutes Maximum Flamespread Distance = 05.01 feet Time to Maximum Spread = 01.18 minutes 20 18 16 14 (D 12 (D 10 An 8 6 4 2 0 100 90 80 70 60 M ;5 50 E 40 30 20 10 0 =QW09919aw. R =11 0 v 11161T�-ai Time, minutes Time, minutes Page 4 of 4 Page 1019 of 1278 Com ercial Product Description Commercial 95" is a high quality, heavy-duty knitted shade fabric specifically for tension structures, awnings and shade covers designed for commercial and architectural applications. Material Yarn Construction Pattern Temperature range UV stabilized HDPE Monofilament & tape Lock -stitch knitted -22°F to +167°F Strong HDPE fabric won't rot or absorb moisture. Stentered (heat -set) to reduce shrinkage and for ease of fabrication. 10 year UV degradation warranty on fabric. Engineered in Australia to meet the harsh climate. Usage Instructions Do not use against flames. Contact with organic solvents, halogens or highly acidic substances may reduce the service life of the fabric and void the warranty. Biaxial elastic material properties available on request. SXIYAes;s Properties Nominal fabric mass (ASTM D3776-9985) Approximate thickness Performance Tensile Strength - Warp Elongation at break Tensile Strength - Weft Elongation at break (ASTM D5034-9995 - grab test) Tongue Tear - Warp avg. Tongue Tear - Weft avg. (ASTM D2261-1996) Trapezoidal Tear - Warp avg. Trapezoidal Tear - Weft avg. (ASTM D5587-2003) Bursting Pressure (mean) (ASTM D3786-2001) Bursting Force (mean) (ASTM D3787-2001) USA Rev.2 08/05 10 Y2 oz/sq. yd (340 gsm) 63 mils 173 lbs. 101 % 414 lbs. 46% 46.1 lbs. 35.7 lbs. 84.8 lbs. 159 lbs. 457 psi 432 Ibf Flammability Data available on request Tested to AS 1530 Part 1 & 2 Tested to NFPA 701-99 Method 2 Tested to ASTM E84-00 Page 1020 of 1278 NONNI Aquatic Blue 308766 96.7% 11.9% 88.2 5.8% 13.8% 94.2% Black 415631 95.9% 5.1% 94.9 4.9% 5.1% 95.1% Brunswick Green 308728 97.4% 4.4% 95.6 3.1% 4.8% 96.9% Cherry Red 415662 94.9% 19.0% 81.0 9.0% 21.9% 91.0% Desert Sand 308704 96.5% 15.8% 84.2 5.2% 19.0% 94.8% Natural 308759 94.5% 21.1% 78.9 4.9% 25.9% 95.1% Navy Blue 308735 9' 10" 54 Y4 96.4% 4.3% 95.7 3.2% 4.7% 98.8% Ochre Red 415617 (folded) yd 95.4% 5.6% 94.4 3.3% 6.2% 96.7% Rivergum Green 308711 95.7% 14.2% 85.8 7.0% 16.3% 93.0% Sky Blue 415624 95.2% 5.3% 94.7 3.2% 5.9% 96.8% Steel Grey 415648 97.3% 8.1% 91.9 3.3% 9.5% 96.7% Turquoise 308773 97.6% 10.4% 89.6 4.6% 12.2% 95.4% Yellow 415655 94.6% 23.0% 77.0 6.7% 27.7% 93.2% Approx. roll weight: 122 lbs. Tested according to Australian Standard - AS 4174 Synthetic Shadecloth Approx. roll diameter: - 16" Av. % Transmis. = Average % Transmission within the 290-770nm spectrum Core diameter: - 1 Y2" Av. UVR Transmis. = Average % Transmission within the 290-400nm spectrum Av. PAR Transmis. = Average % Transmission within the 408-770nm spectrum The above results are typical averages from independent testing and quality assurance testing and are not to be taken as a minimum specification nor as forming any contract between Gale Padfic and another party. Due to continuous product improvement, Product Profiles are subject to alteration without notice. Notice: As the use and disposal of this product are beyond Gale Pacifies control, regardless of any assistance provided without charge, Gale Pacific assumes no obligation or liability for the suitability of Its products in any specific end use application. It is the customers responsibility to determine whether Gale Pacific's products are appropriate for the specific application and complies with any legal & patent regulations. FOR MORE INFORMATION - PLEASE CONTACT: Australia Gale Pacific Ltd. PO Box 892, Braeside, Victoria, 3195 Phone +61 3 9518 3399 Fax +613 9518 3398 NZ Gale Pacific (NZ) Ltd. PO Box 15118, Aranui, Christchurch New Zealand Phone +64 3 373 9500 Fax +64 3 373 9501 UAE Gale Pacific FZE. PO Box 17696, Jebel Ali, Dubai Phone +9714 8817114 Fax +9714 881 7167 USA Gale Pacific Inc. PO Box 951509, Lake Mary, Florida, 32795-1509 Phone +1407 333 1038 Fax +1407 333 7716 Page 1020 of 1278 From: Triestman, Ilyse Sent: Wednesday, November 28, 2018 8:55 AM To: Anzco; Creative Contracting Group; Hatcher; Steven Neubarth Cc: Mootz, Gail; Marmer, Eric Subject: ADVERTISEMENT TO PRE-QUALS- Oceanfront Park Shade Sail Replacement Attachments: SKYSHADES FOUNDATION Oceanfront.pdf; Aerial Oceanfront Park Shade Sails.pdf; BID SHEET - Oceanfront Shade Sails.xlsx Importance: High Good morning all - Please review the specifications and plans and provide a bid for the project according to the following instructions. Please submit a lump sum price on the attached bid form for the replacement of the Shade Sails at Oceanfront Park located at 6415 N. Ocean Blvd, Ocean Ridge, FL. Contractor shall supply all labor, materials, tools, supplies, and equipment required to ensure a complete job. Drawings Included: Sheet 1 — Cover Page Sheet 2—Skyshades Page E15 Revision 1 Sheet 3 — Column and Beam schedules Sheet 4 — Elevation Views: Columns #43 - #47 Sheet 5 — Elevation Views: Columns #48 & #49 Sheet 6 — Elevation Views: Columns #50 & #51 Sheet 7 — Elevation Views: Columns #52 & #55 Sheet 8 — Elevation Views: Columns #53 & #54 Sheet 9 — Plan and Section Views: Columns #43 - #48 Sheet 10 — Plan and Section Views: Columns #49 Sheet 11 — Plan and Section Views: Columns #50 & #51 Sheet 12 — Plan and Section Views: Columns #52 & #55 Sheet 13 — Plan and Section Views: Columns #53 & 54 Sheet 14 — Specifications TIMEFRAME FOR QUOTE • There is no pre-bid meeting; submit questions by December 4, 2018 12:00 PM to PURCHASING, in writing to: triestmani@bbfl.us. The City is under no obligation to respond to questions received after the deadline unless we deem it in our best interest to do so. • Submit your ELECTRONIC BID FORM on or before December 11, 2018, 12:00 PM to PURCHASING via email to: triestmani@bbfl.us. SPECIAL INSTRUCTIONS: • Only the single Bid Form is required — quotes must be delivered on or before the due date (you do not have to be here; YOUR QUOTE DOES) • The Contractor will be required to clean up the work area on a daily basis. Page 1021 of 1278 • With your quote submittal, please provide a construction schedule indicating the estimated calendar days required to complete the project. • With your quote submittal, please provide a list of the subcontractors that you intend to use for this project. Owner reserves the right to reject any sub -contractor who has previously failed in the proper performance of an award, or failed to deliver on time contracts in a similar nature, or who is not responsible (financial capability, lack of resources, etc.) to perform under this award. Owner reserves the right to inspect all facilities of any sub -contractor in order to make a determination as to the foregoing. • The City encourages the use of local subcontractors in this project. Local subcontractors are defined as those having a City of Boynton Beach Business Tax Receipt. Refer to City Policy No. 10.16.01 for further information. • This project WILL require a payment and performance bond for 100% of the total bid price. • I am NOT protecting this spreadsheet, modify the columns, etc. as you need, but UNIT PRICES from your bid forms will be transferred to my tab sheet — you're responsible for providing the materials as it was presented to you. Please acknowledee receipt of this email and its listed contents in eood order. Thank you for your active participation in the City's procurement process. Please remember to send a "no bid" response (via email is acceptable) if you're not interested in bidding; an explanation is appreciated on any "no bid." Sincerely, (lyse Triestman Page 1022 of 1278 oO=aw If py_�w YD W �--Cw'1 pr < J �qy06 co 06W od � O K OUw U m z ^ INi ,� M O N U Z r w w w ¢ w O Y �� ' LL � C y/ r3�3k kz�zcc�ccn U m� C> ~w Oy ®Mn OO OtS coOrS � � Z � 6 6 1y �MNtLO �� ,< w�'pm W M- wZ ^'O vs O�xtxtakOJ000 co ����� �/ co Cg�CW oOr I OW 3v I N Z�n Www¢pc�wo m�Jp Zwin 0 0 In M LU W2 ,y C4 � wzoo�wx ¢ ¢ U Z m a p Z ui tU =��,q-on Li USlnfgfAfA(nUODUU Z Q,nr�,L Awa U O �W>>>>>fn..(nfnln �UJJJJJ 0 .. a1 � W�UUUUUZZZZZ V W S LI LL W00000 C7W 0 V �C °- Q �/ ��nz»»> dm W�UUUUUZ uwicwntwncwncwn� CO W W w ZZZZZ 0 O r Z ® M b- Q Z > z QQQQQLL LLI O a W w}��»»>zzz,zQZU 0 � Q o Q LJLU Z Z w z co co UmUwwwwwdaaaau� O Z Z OLu CO 31 M v OrNo'>ct�COO��.N-eM-� � w p 9 o H im H H W H~ ® ti r o F- IL W W W W ObLUco U Lo LO W _ r W W W W W W Z v LU , r M H W H W R W H W (— W WSSSSS2222S2222 LL II Q CO LU co w RT W W W W �oCOchmZ� O M T— Z U r o O< co E5 co t z "1 ^ 2 Cn Lu �co�m< W LL o m 2 LLIUOU���} L L Li LL U a- U) XOLLYI'pglNI WAAmfttM r6rz��ai .o-.1-A3WM 3JINld3�ltt]IHI�It O�xtxtakOJ000 In In M J�J USlnfgfAfA(nUODUU U W H �W>>>>>fn..(nfnln �UJJJJJ .. � W�UUUUUZZZZZ U00000----- W00000 C7W ��nz»»> dm W�UUUUUZ uwicwntwncwncwn� a�a00000�0��OV w ZZZZZ �2� aZ�����,ZZZZZ— QQQQQLL w}��»»>zzz,zQZU OYOJJJJJ UmUwwwwwdaaaau� OrNo'>ct�COO��.N-eM-� � H H H H H H H H~ F- IL W W W W W W W W W W W W W W W W W W H W H W R W H W (— W WSSSSS2222S2222 W W W W W 8 a= a 6' alS.Sss �g` W �N ei�� € Bm s. E Esst Uuj sEs�$�€ �s �z� 9 s"� C7W HEIM SS� € mss as a @m ga 9z3�aam�9 �ssmaC Via@ �mEb JM a �m�K �- F- 8 z O a a as as.� Ci Ww Z N NNO gNg�ghg gg pp�� Win N NA y N y Nq zQ W p N A A p 2 2222222�m 2 ccLL Lr J� gg ggggQ5�_ ee�� q X m 10 Z �H 0 V y CnN C O M n 4 m OyyLUUAZ L v i V QN W�vi 4im�vo Z a0 Xaa.. pamt o E W ~ W G Ci n F a li w a Z O �- ~ o J QO �A W � Z LO M XLL MMOtiMti�d:Md:M LO ~LL o W CO �OO�N�Op����AN N� T cn W � �� W Qm Z m = vi 2 }a ao � � oo � rn M co T rn � ao �- w w U J �Y C�MCON���o01'�NNNN J o C O Z N 3x Q ED G Q Q a M n LL J J W z XD_ NOa0Ma00�ON�MO•— W m � � Y N O N O O O T T� T O 0 0 m �_ 0 W LL LL Q W �-� �OCO�OO�OOOOOO�N� Z n �� U J d Y 00 CO O T � N rM 00 NOMTOT�T(flTMrN x U) Z Z 2 U Z D� �3 Q W Z XLL OM� O� � M T• U J n m / 1 0 CDI� V S`a d7 NO d' � M ti N � � CO tt) t1� N p o V CO Y 00�00O��N�OMN�� T x W Q 30 � � 0- 0 Z �� m" OfZ _O W O n W Imo- Imo- fes- fes- � � � � ti ti r � D N N N N� C-4 OR - W (/) m x 10 (B . r Z O F_ M � 0 a 0 0 U` Z U) �Q M � � �COI�OOOO�NM�tn � d' � � � In In z z tt) Ln � J Z O 0 U a 3�HIld3•JJi m ow IYJWHJL NOLL'?ItlMNI m nm nu WMJmfNM ,IF,I -At 7= l .o-,l -A M of N � 0 0 0 0 Z �Q M � � �COI�OOOO�NM�tn � d' � � � In In � tt) Ln � J Z O U i m y i i w i i ax i i i - 0 oQ U. o¢ wao o 0o aoa W W °qi� LLp_o p U 1 r Q w m� aJ mo om� Wc�m o z - �o a3 � m w L, a_o�aouFwFW�a 4§ 4 _ 4 4 4 4 4 4 Om¢ a� m=ate VYy�j TCfnD�mOQ �fUoo N ton.t0 oa_ U C7 0- .. = 2 z w n W W j Z W Lu U m hw W wjW 4 $m _ W y SN Z J oyw zy .t. r u� a m 30 p wONvtoEW z uu nr t Sa. Z o J O O t a o 5o O- Z 3 o LL d o (n uo oo o �3 o 2 m oa m Wo zo w f/) r o 6o Jam o �w aoJ Y m rao gLL 0244 a5W LLtmJ Z N LL m a y w p a3 - w O U F— Z wLL z�� o w w — awW a3 w owa mi m "g qU ; Z j uo oa5��o -o 5aa5 s Z U �w wE 8p m Q N W X2� a wao p0 w V Q Z 3- m 1 U LL� m Z W LLI W wm - U O O o� �m 03 m 30 =`o < oaw g o. �o o 00 a or 'ay 3� 30� �5u >o 'wLL 1 wpm w0� use oarw Iwo sro & -H m� U�O wU'm m w r m Ko a3 h ;w p a W W 2 ONQ p"H0W0 wr ZZ 26303 mdz5 SR. uo U v O y$ID W N w mwW WU go �_ w3U V7 X a m m a O O ai 3 o LL� m WZ w O o w LU J O O 5x wm 03 30 -o nnv m x NOLLVlftlOjNINNAmfNM e w 3wm mi '• y4 V � ,o-.1-At nrx Ol Y .,1-. n Trus 01 mo m� 37Ntl1d3�]N MJINMJ3l N,; , ■°| |` , ■ || ■�|�| _ 006 )/= H _ 2| Ew;a�q_G«�a \{2, }w # \ `` ,§ate ! /� o 10. �� �� � � . . . . . -- m/ c \)} ? ■ CO k / ° )/) { \ /� co- 0 _ § E o � !^ a / o < �w ° E \\ a a o \\ \/[ / . �: $ < i §§ \°I \e§ )2 \{\ }\ j)§ G \ z § o \\§ z !§|§(|� ■ \ � ;;w 2 `& § ■ ; | §| . § . | ■ IT- .._ �-JA _ _,i c rFFTT-*T-o. §,E � ■ | ■� , _ \� . m�Jk/§7( -.1010 � !^£` - . � e ■■s§f—:= )( \\ !_ )\ 2 \k k?! r, 0- }0 \)z<§ 5§ - ,| e _ § § , \\ \< \ (J20 �0m ■ ` ` \ ■ )) LL � k \ § }\\ R V\> p#; I a $ $ m m . \@f / I LO/a)_ e - Q LO . w o w \ UL z 0 \ o § § gym»§ \ - � k\2\/() _ c2� coLU 0 z V § ° z § ■ | S = \}\ § z- o j\ ;; ■ , � � § @| )| , m L H - _. TUU .._ ® �®m rFFTT-VF-----a, _�_ §■E _ ■ | |� , So| _ \� oo p�J\;§k( \\ \,Y (� \/§ �§ 1 :5 }e &\; y} ,| t:< \®\ \} �< \\ jGG ® Ci wtzul § |)|\j)( $ . o,4 2n ■ q<C)00: /§9¥§§>b:pp»\922!9)>>§R§> ;)!\)kw / \Z. LL ) - w z e \§/ ( oozC3 / 2 § /£g _ \& \ w co t / m ) § ƒ § o } § $ .0)k j/ {\ § §®o§.o \ f 9§ - > < ,| m \\ _ _ _ ((\ \, /�k / /(,j . \\) /()2°§| ■ | (§n§Q,d e<�®2°\ \§| CD -k \ 00 - 2w % j\ Cl) / § � a ai\ ° [; \\ ° : »— �e \| aW N I Rl I. _,,^� . .. U rn OQ iV W H �0 � m Um c; N > V QC) U W O p� �o z w U W 1 W J 0 mz w W W w Z W Cl) zz 'M 0 U m0 m W W D w Z W J V LL� g oz � ZW Z W W W J m0 W W Z J W Z W �U) p X_ CIA, m z° � w � V N ~4 da Ny C Q� OMI^ �YQ o � OW ;�malo p.t� 4 � rtIS .o ocNv a�it oEw UU I'�I-aliwa N Z O D w m co 4 < I V 1 m 1 w 1 .- 1 V 1 xl 1 - I � m � mlll'IB-Sv �s mf A -A -.fit 77ns .o -d -.M 3vjs 3xnu3��Nxa3< xournuoiai wnominm of U O Z z -s- v:. 2 Z:) U 0 O a. W Q a J d U rn OQ iV W H �0 � m Um c; N > V QC) U W O p� �o z w U W 1 W J 0 mz w W W w Z W Cl) zz 'M 0 U m0 m W W D w Z W J V LL� g oz � ZW Z W W W J m0 W W Z J W Z W �U) p X_ CIA, m z° � w � V N ~4 da Ny C Q� OMI^ �YQ o � OW ;�malo p.t� 4 � rtIS .o ocNv a�it oEw UU I'�I-aliwa N Z O D w m co 4 < I V 1 m 1 w 1 .- 1 V 1 xl 1 - I � m � mlll'IB-Sv �s mf A -A -.fit 77ns .o -d -.M 3vjs 3xnu3��Nxa3< xournuoiai wnominm of z0 g2� )ka � II � 00, L � _ - _ E _ � c $\1,06 - ( § . \E® 7I�q §�*® $ & e eR®]`�° 2 a § % Z&,.§-e! k {}/ \ mz . / ./ 7 2. . II 2 z ../_■ >0 / i }:\ §§ E ( = ° / §/ m # 2 a= z i° 7 a- a a 2 / § CD .. E t II ƒ $ > z z o II / z \ II / < \ \ ua. II i k < _ < 7 z b 8 § II j §/ § . �§ \ m= ■ � �.. . .', . _ ® IL _lr / » ] Z 2 . -a \E E| ) / « § ) . {} k ■ _, ^� 01, _\� a z° r w 1.0 Rut o �?r`0't ,w cy rn� n n t R � J Suti�� y��..Z ° - a ° � e Li U � U LLQ c�c>n�awwn: a R a Z O a Oz O F ° 2 U O v R �U z ❑ � e bo p 00 m It D p > _ W z_ z f4 W D w Vl R 2 O 'Q R VQ R W LL a p Z Z W r LU W to v: a od p }m in I Y o0 O n I— U (U tq f!) O aU� v mm z O O U LU w u) o m z R O p. p z Z IL . a a ° a Z z lS ° °• O O Z F- 00 W ;. O v:.' Wg Z J a, v�� R � e R � aOco a co m O a p > W z - 7 a > w V V - R R J uj - F ° f v o is a a v LO N_ U m z z OQ �O t m a m 30R NOLLM3 AN5WO1fNM e + at + m 37NIIAOOYItlOIFHO31 �x LO 10 � o= O Z U c 0 Amo o U U v O ¢ " v ' ° pp p al Z DLO itaLO LL Cn N LO Qm ° Z U) _ aU) v p N CO W W Z O ED p CC G W > z x 11 m F w U uj Q O w ui m ° a � ° v ° ° c p ° s v ° � In O � zi U O U N O V F- CO � m � m� m 37MWU o -,i -.k nrs .0--.1-A 31Mr of of NOLL.JNI WAOmINM m 3�lNI . T:NNH]3l . .4, 1 , . §22 , ■ |■ 11 1| Iva| _ � \ g J\ 2f/ 3§� %$3» §qfo _ a§=�=0 , m#®«§f..k ��Z»)k® § &§ o § p { f , « a\§ $ 2 z = ■ . ? . . . LL oz 7 , i - < ^�'-`� \§ 2 § W ' & . . ° b § § n i § k / a ''§ , § \j < . LO « 2w w �U / \Z z` 0 < § k d \ \ d j � pz �/® - co . \ \' ^ � C,) z » �� ` \ < z LLJ i� , | 0 (D # ' I§ . 0 o § / ®e w, 2 ... »_ « 2 % �m n LO ® IL �ZN | _6 O\ G )< §7 ae m &� )| ±§� ■ ■ ~ ~ �. _ _ . � , ; g � § $ 2, \} (} \) 'f2 )tt %«§ \\\ §' | OZ � \ \ w( , ,»!y (n 1 N Page 1037 of t From: Triestman, Ilyse Sent: Tuesday, December 04, 2018 8:09 AM To: Anzco; Creative Contracting Group; Hatcher; Steven Neubarth Cc: Mootz, Gail; Marmer, Eric Subject: RE: ADVERTISEMENT TO PRE-QUALS- Oceanfront Park Shade Sail Replacement - ADDENDUM 1 - SCOPE/DATES MODIFIED Attachments: ADD1 - REVISED BID SHEET - Oceanfront Shade Sails.xlsx Importance: High TIMEFRAME FOR QUOTE • There will be a mandatory site visit on: December 10, 2018 11:30 AM. • The deadline to submit questions is: December 14, 2018 12:00 PM to PURCHASING, in writing to: triestmani@bbfl.us. The City is under no obligation to respond to questions received after the deadline unless we deem it in our best interest to do so. • Submit your ELECTRONIC BID FORM on or before December 18, 2018, 12:00 PM to PURCHASING via email to: triestmani@bbfl.us. Please review the revised price sheet and the plans and advise of any questions or concerns at your soonest convenience. From: Mootz, Gail Sent: Wednesday, November 28, 2018 8:55 AM To: Anzco <jzak@anzcoinc.com>; Creative Contracting Group <jepsales@comcast.net>; Hatcher <info@hatcher-construction.com>; Steven Neubarth <steven@republicconstructioncorp.com> Cc: Mootz, Gail <MootzG@bbfl.us>; Marmer, Eric <MarmerE@bbfl.us> Subject: ADVERTISEMENT TO PRE-QUALS- Oceanfront Park Shade Sail Replacement Importance: High Good morning all - Please review the specifications and plans and provide a bid for the project according to the following instructions. Please submit a lump sum price on the attached bid form for the replacement of the Shade Sails at Oceanfront Park located at 6415 N. Ocean Blvd, Ocean Ridge, FL. Contractor shall supply all labor, materials, tools, supplies, and equipment required to ensure a complete job. Page 1038 of 1278 Drawings Included: Sheet 1 — Cover Page Sheet 2—Skyshades Page E15 Revision 1 Sheet 3 — Column and Beam schedules Sheet 4 — Elevation Views: Columns #43 - #47 Sheet 5 — Elevation Views: Columns #48 & #49 Sheet 6 — Elevation Views: Columns #50 & #51 Sheet 7 — Elevation Views: Columns #52 & #55 Sheet 8 — Elevation Views: Columns #53 & #54 Sheet 9 — Plan and Section Views: Columns #43 - #48 Sheet 10 — Plan and Section Views: Columns #49 Sheet 11 — Plan and Section Views: Columns #50 & #51 Sheet 12 — Plan and Section Views: Columns #52 & #55 Sheet 13 — Plan and Section Views: Columns #53 & 54 Sheet 14 — Specifications TIMEFRAME FOR QUOTE • There is no pre-bid meeting; submit questions by December 4, 2018 12:00 PM to PURCHASING, in writing to: triestmani@bbfl.us. The City is under no obligation to respond to questions received after the deadline unless we deem it in our best interest to do so. • Submit your ELECTRONIC BID FORM on or before December 11, 2018, 12:00 PM to PURCHASING via email to: triestmani@bbfl.us. SPECIAL INSTRUCTIONS: • Only the single Bid Form is required — quotes must be delivered on or before the due date (you do not have to be here; YOUR QUOTE DOES) • The Contractor will be required to clean up the work area on a daily basis. • With your quote submittal, please provide a construction schedule indicating the estimated calendar days required to complete the project. • With your quote submittal, please provide a list of the subcontractors that you intend to use for this project. Owner reserves the right to reject any sub -contractor who has previously failed in the proper performance of an award, or failed to deliver on time contracts in a similar nature, or who is not responsible (financial capability, lack of resources, etc.) to perform under this award. Owner reserves the right to inspect all facilities of any sub -contractor in order to make a determination as to the foregoing. • The City encourages the use of local subcontractors in this project. Local subcontractors are defined as those having a City of Boynton Beach Business Tax Receipt. Refer to City Policy No. 10.16.01 for further information. • This project WILL require a payment and performance bond for 100% of the total bid price. • I am NOT protecting this spreadsheet, modify the columns, etc. as you need, but UNIT PRICES from your bid forms will be transferred to my tab sheet — you're responsible for providing the materials as it was presented to you. Please acknowledge receipt of this email and its listed contents in good order. Thank you for your active participation in the City's procurement process. Page 1039 of 1278 Please remember to send a "no bid" response (via email is acceptable) if you're not interested in bidding; an explanation is appreciated on any "no bid." Sincerely, (lyse Triestman Page 1040 of 1278 E z U Z U � v v � d 0 O K C7 Z O F O O F j K H N O U U M N � M O m U1 o O u _ � o — s o U 3 - m v a U Z O O w ~ a a' � O O I� r. Z N (6 s > w Q E r. Z � CO y d 7 Q Ir U) fr m ¢ p = m m G- J U � v v � 3 in F 0 N 0 0 N (J ¢ O ozi � U1 o O u _ � o — s 3 3 - m v a o ¢ o E U W p r. 4 N (6 s Q r. m CO Ir U) fr m ¢ p tr= m a Co m E a m ° .O o m v O ¢ N LL F uj >j LL Q Z W ¢~ >j LL 3 a O E 0- > N N N N 0 p O W m O Q p 0 o o LL u IrFJJW 0 Ir F-- w N m o� o U � a: 00 QOU F =w FLU �. J V V U U W Q= p Q O Z Q O N O N O N O N O ` CO Q F Z Z Q a o¢ Q Q a N N N N N s z D W WU O W O W Ir Ir G- w Ir E E E E E O ¢ LU af z zw 5 J tr LU p ZpQ� O z0 O333333333 J O z O O O O O O O O p F J Z p 0 0 0w ani ani ani ani ani ani ani ani ani QO �0J>¢zwcntr W O— O W Z J>m W E E E E E E E E E p N ¢ F x t a W O w Q ¢ E a a v v .N F w.0z 0Y Q Q Q W Q�F Q� gJ U LLQ Q< U) Lu �tr � Jm¢ W U m m nm nm nm nm nm nm nm WOo D D0 W W mW�0 Zm W Ir Ir Irn <0 O OQD O QZ F-- F 0 000U) J0- zaw U) LLLL LL¢ �� �F JD¢¢cnww ¢(n 0Q7IrZ a O J�X ¢(nw aa 0 0 a 0 a 0 a 0 a 0 a 0 a a 0 0 U � v v � 3 3 0 � O 0 N 0 0 N (J ¢ O ozi � U1 o O u _ � o — s 3 3 - m v a o ¢ o E 4 N (6 s 7.G. REQUESTED ACTION BY COMMISSION: Approve Task Order UT -213-01 with Arcadis U.S., Inc. in the amount of $197,868.25 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category B awarded by City Commission on August 7, 2018 for work on the Dimick and Potter Utility Stormwater and Water Improvements. EXPLANATION OF REQUEST: Contract Period: August 22, 2018 - August 21, 2020 Boynton Beach Utilities is utilizing the General Consulting Services Contract (RFQ No. 046-2821-17/TP) to support implementation of the Utilities Capital Improvement Projects. Arcadis U.S. Inc. will provide planning, data collection, design, permitting, bidding, and some services during construction for the Dimick and Potter utility stormwater and water improvements. The design will include connections to the underground utilities on Dimick Road that were constructed as part of the Casa del Mar development project. The Lakeside Gardens area is prone to flooding with water ponding during minor rainfall events to severe flooding during a)dreme rainfall events. Additionally, high tides during spring and King tides during the fall season create a nuisance that affect the resident's daily lives. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The project will address existing Lakeside Gardens neighborhood drainage issues. The project will result in an improved level of service to the neighborhood to reduce flooding and provide improved ingress/egress during minor and major storm events. In addition, the existing water main will be replaced, resulting in improved service and fire protection for the neighborhood. FISCAL IMPACT: Budgeted Funds for the project are available in the Utilities Cl P account. 403-5000-538.65-09 UC1802 Dimick and Potter Utility Stormwater Improvements. 75% 403-5000-533.65-02 UC1802 Dimick and Potter Utility Water Improvements. 25% ALTERNATIVES: Not proceed with the project and continue the existing Stormwater Division maintenance operations to respond to emergency flood relief in the neighborhood. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Page 1042 of 1278 CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: CONTRACTS VENDOR NAME: Arcadis U.S. START DATE: END DATE: CONTRACT VALUE: MINORITYOWNED CONTRACTOR?: No EXTENSION AVAILABLE?: EXTENSION EXPLANATION: ATTACHMENTS: Type D Task Order D Contract Description Proposal Gen Consulting Contract Page 1043 of 1278 Dornan & Consultancy 04 ARD IS � CA for naturaland built assets Mr. Joseph Paterniti, P.E. Utility Director City of Boynton Beach Utilities 124 E. Woolbright Road Boynton Beach, FL 33435 Subject: Dimick and Potter Utility Stormwater and Water Improvements Dear Mr. Paterniti: The City of Boynton Beach (City) has requested professional engineering services from Arcadis U.S., Inc. (Arcadis) for the Dimick and Potter Roads Utility Stormwater and Water Improvements. The project background and scope of work follows below. PROJECT DESCRIPTION The Lakeside Gardens neighborhood is single family residential community located in Boynton Beach, FL. This Project consists of the area along Potter Road from US 1 east to N. Lake Drive, and along N. Lake Drive from the dead- end north to the house at the end of Dimick Road, as shown below in Figure 1. This neighborhood was built in the 1940's, and the streets are narrow roads, with no sidewalks and the original houses have finished floor elevations that are lower than the present design requirement. Rainfall events and high tides have created flooding problems. This flooding has resulted in entering various properties, damaging vehicles and causing hardship and disruption to the neighborhood. The existing roadway pavement is in poor condition and the problematic flooding aggravates it. The project consists of the following work elements that will be addressed in this design: 1. Evaluation of the existing drainage system — The existing drainage system serving the area of Dimick Road, Potter Road and N. Lake Drive will be evaluated to determine the extent of the contributing drainage basin, soil characteristics, groundwater and tailwater conditions, and what potential Arcadis U.S., Inc. 8201 Peters Road Suite 2400 Boynton Beach Florida 33324 Tel 561 697 7000 Fax 561 369 4731 www.arcadis.com Water Date: November 20, 2018 Contact: Joan Fernandez, P.E. Phone: 561.697.7000 Email: joan.i.fernandez@arcadis.com Florida License Numbers Engineering 7917 Geology GB564 Surveying LB7062 Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the Page: signature page of this document. Page 1044 04278 Mr. Paterniti November 2018 modifications may be needed to improve the performance of the system that will meet regulatory requirements and the City's expectations. 2. Drainage improvements —After the evaluation of the existing drainage system is completed and the permitting requirements are confirmed, the improvements will be designed. The following improvements and upgrades to the existing stormwater system in the neighborhood are anticipated and will be validated as performance parameters are evaluated. o Installation of approximately 1,200 linear feet (LF) of 18 -in RCP installed along Potter Road and N. Lake Drive. o Installation of dry retention areas or other systems to provide water quality treatment. o Installation of a stormwater pump station which location will be determined during preliminary concept design phase. o Installation of approximately 170 LF of 6 -in PVC pressure outfall from pump station. o Installation of approximately 180 LF of 24 -in RCP gravity outfall. o Evaluation of potential drainage issues impacting properties located on the south side of Dimick Road. 3. Right-of-way improvements: These improvements include the regrading and reconstruction of existing roadways, installation of curb, gutters and potential sidewalks. 4. Water main improvements: These improvements will include the upgrading/replacement of the existing water mains, fire hydrants and meters along Potter Road and N. Lake Drive. The total length of the existing water main to be replaced is approximately 1,200 LF with a minimum size of 8 -in diameter per City design standards. The City would also like to replace any existing fire hydrants and add new fire hydrants, as well as relocate meter boxes. Figure 1 shows the project limits. Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 1045#41278 Mr. Paterniti November 2018 s 41 - s A s 11 SCOPE OF WORK TASK 1 — PROJECT P PNT, MEETINGS AND QAQC Provide administrative, management and oversight for the design of the project. The Project Manager will manage project team and subconsultants, make staffing assignments, review work progress, coordinate quality assurance and review procedures, and communicate schedules and work progress to the City. This project will utilize an internet-based project management tool called e -Builder EnterpriseTM. This is a collaboration tool, which allows the project team members continuous access through the internet to project data as well as up to approval status information. Consultant shall conduct project controls utilizing e - Builder. Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 10463841278 Mr. Paterniti November 2018 1.1 Project Kick-off Activities and Meeting Arcadis shall prepare for and attend a project kickoff meeting to review expectations for the project, information/data needed, and project schedule and coordination. A list of information/data required will be prepared and submitted as part of Task 2. Key decisions resulting from the meeting will be documented and distributed to all attendees via email. Arcadis shall execute agreements for any needed subconsultants. 1.2 Status Reports and Coordination Arcadis will manage and provide oversight of the project team and perform administrative and coordination duties relative to the project and City's requests. Arcadis will coordinate all project activities with the City. Arcadis will develop and submit invoices and prepare progress status narratives. The progress status narrative includes a summary of all the activities of the specific billing period and supportive ODCs documentation required for invoicing. The total duration for the design and permitting tasks is assumed to be 8 months contingent on work performed by others and review duration periods from the City and permitting agencies. The limited construction services task duration will be defined during the bidding services task. Deliverables: The following deliverables will be provided under this task: 1. Kick-off meeting minutes; 2. Monthly invoices and supporting documents. TASK 2 ­ DATA COLLECTION, REVIEW AND SITE VISIT • Arcadis will develop one (1) data request and submit to the City electronically. The City will respond to each item in the data requests by either providing the requested information or indicating that a requested information is unavailable. • Conduct one (1) site visit to gather information, take photographs and document readily observable conditions that will need to take into consideration during design. • Arcadis will request a design ticket with Sunshine 811 to identify utility owners within the project limits. • Review and evaluation of existing surveys and as-builts to develop a specific request to the City for additional data/topographic survey/Subsurface Utility Engineering (SUE) needs. Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 10474841278 Mr. Paterniti November 2018 TASK 3 — DEVELOPMENT OF DESIGN DOCUMENTS Task 3.1 Preliminary Design Task 3.1.1 - Draft Preliminary Design Report Arcadis shall prepare a draft preliminary design memorandum that provides a summary of the following: • Stormwater drainage improvements and alternatives o Existing drainage conditions o Permitting limitations (i.e. outfall discharge capacity limitations, etc.) o Proposed design storm protection levels (i.e. 25-year/72-hour, 100-year/72-hour, etc.) o Proposed structures and piping improvements o Stormwater quality treatment challenges o Location(s) of pump station • Right -of -Way improvements and alternatives o Potential road pavement impacts and improvements o Potential curb and gutter improvements o Potential sidewalk improvements • Water main improvements and alternatives: o Pipe installation alternatives (open cut versus trenchless) o Pipe sizing (verify that diameter size meets the 8 -in minimum requirements. The City is responsible for the size validation of the water main) o Pipe routing alternatives o Fire hydrant location alternatives o Water meter location alternatives The draft preliminary design memorandum will also include the following information: • Brief description on project background, digital photos and scope of work. • Comparison of alternatives including benefits or impacts. • Identify required pavement repair or pavement reconstruction requirements and proposed pavement resurfacing limits. • Identify major utility conflicts. Review/develop mitigation approach for each identified conflict. Based on the documented field conditions, identify potential project risks, impacts during construction, and recommended mitigation approaches. • Identify existing utility easements and identify potential construction and permanent easements needs. • Exhibits to support initial evaluation of improvements. • Contact each identified utility owner within the project limits. • The alternatives analysis will include the development of planning level opinions of probable construction cost (AACEI Class 5 level estimate). For the following design alternatives: Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 104841278 Mr. Paterniti November 2018 o Stormwater design: Two (2) alternatives related to the pumping station location and configuration. o Water main design: Cost comparison for open cut and trenchless technology installation methodologies. • Identify possible alternatives for resilience to mitigate flooding in the project area. • Recommendations Deliverables: The following deliverables will be provided under this task: 1. One (1) draft preliminary design memorandum submitted to the City electronically. Task 3.1.2 — Preliminary Design Review Meeting Arcadis will coordinate and attend one (1) meeting to discuss the draft preliminary design report with the City. At this review meeting, the City will select the design alternatives, (i.e., pump station location, etc.) which will establish the design basis for the project. Once the design alternative selections are made, no other alternatives or design options will be considered under this scope. During this meeting, the City and Arcadis will also establish design parameters and requirements for all major design elements for the project, including proposed pipe alignments, tie-in locations and configurations, extent of roadway restoration, standard details, and any other decisions which require significant design effort for completion of the 90 percent level design submittal to follow. Decisions resulting from this meeting will constitute the Design Freeze for the project. Deliverable: • Meeting minutes Task 3.1.3 — Final Preliminary Design Memorandum and Conceptual Design Plans Upon receipt of all comments from the City and the completion of the review meeting in Task 4.1.2, Arcadis will prepare and submit one (1) electronic copy (pdf format) of the Final Preliminary Design Memorandum to the City. The report will establish and document the basis of design for the project. Once the stormwater and water main improvement alternatives are selected at the review meeting (Task 3.1.2), Arcadis shall prepared and submit electronic file of conceptual design plans (24" x36" size format) for the selected alternative(s). Deliverable: • One (1) final preliminary design memorandum submitted to the City electronically. • Electronic file of conceptual design plans (24" x 36" size format) for the selected alternative(s). Task 3.2 Proposed Stormwater Management System Analysis and Modeling Arcadis shall undertake the following activities associated with proposed stormwater management system analysis and modeling: Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 104941278 Mr. Paterniti November 2018 • Analysis of proposed modifications to the drainage system for the selected pump station location. • Drainage calculations for the proposed stormwater management system. • Comparison of pre -development and post -development drainage calculations. • Stormwater modeling using ICPR. • Review of analysis and modeling results with the design team. Task 3.3 Permitting Design Submittal For this task, Arcadis will prepare the permitting (90%) percent submittal consisting of the following activities: o Prepare 90% design drawings for City and permitting agencies review. o Modify, if needed, the technical specifications provided by the City. Develop additional technical specifications as needed for the design. o Prepare draft Project Manual including the City's Contract Documents (Division 00 Sections) along with the technical specifications provided by the City. Deliverables: 1. One (1) hard copy of 90% design drawings for City review ahead of submitting to permitting agencies. 2. A maximum of three (3) hard copies of 90% (24" x 36" size format) design drawings for permitting agencies review. 3. One (1) hard copy of the 90% (8" X 11" size format) draft Project Manual. 4. Electronic files in AutoCAD, pdf and Word documents format of all design deliverables. Task 3.4 Review Meeting — Permitting Design Submittal Arcadis will coordinate and attend one (1) meeting to discuss the Permitting (90%) design submittal with the City. Deliverable • Meeting minutes Task 3.5 Final Design Submittal • Based on the review comments received from the City for the 90% drawings and the permitting agencies, Arcadis will prepare the final (100%) percent submittal including drawings and specifications to be utilized as bid documents. • The opinion of probable construction cost (AACEI Class 2 level estimate) will be developed by the Consultant. Arcadis shall provide an estimated duration for the construction activities only. A detailed construction schedule is not required by the City. Deliverables: 1. A maximum of three (3) hard copies of the final (24" x 36" size format) design drawings and bounded technical specifications. Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 1050#41278 Mr. Paterniti November 2018 2. Opinion of probable construction cost and estimated construction duration. 3. Electronic files in AutoCAD, Word and pdf format of all design deliverables. TASK . PERMITTING P P Arcadis shall prepare the permit applications and corresponding supporting documentation and obtain applicable signatures once the 90% submittal has been reviewed and approved by the City. One (1) in- person pre -application meeting with the SFWMD is included in the scope of work. In-person meetings with all other permitting agencies are not anticipated. Correspondence will all permitting agency will be via email or phone call. Phone call discussion to be documented for future reference in an email in lieu of a phone log. It is anticipated that permits will be required from the following agencies: • Drainage Improvements: o Florida Department of Transportation (for curb improvements at the N. Federal Highway intersection) o South Florida Water Management District — Drainage Permit Modification (ERP) o Florida Department of Environmental Protection (FDEP) for outfall permit, if needed. o City of Boynton Beach Engineering Division • Water Main Improvements: o Palm Beach County Health Department / Florida Department of Environmental Protection o Florida Department of Transportation (FDOT) Utility permit o City of Boynton Beach Engineering Division Development of the permit packages consists of the following information and activities: • Submit drawings (signed and sealed by Professional Engineer). • Provide required supplemental information to support permit request. • Complete permit applications for each agency to be signed and sealed by the design engineer. • Prepare tracking sheet with indication of dates of submittal of each application and approval or comments from the corresponding agency. • Arcadis will respond to one (1) Request for Additional Information (RAI) for each permitting agency and incorporate revisions requested by the permitting agencies and re -submit information. The City shall be responsible for paying all permit fees. TASK 5 BIDDING PP 5.1 Pre -Bid Meeting Arcadis shall participate in a pre-bid conference in conjunction with City staff. The City's purchasing department will lead the pre-bid conference. Consultant shall attend the meeting. • This task will include the attendance to one (1) pre-bid meeting. Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 105141278 Mr. Paterniti November 2018 5.2 Bid Clarification/Addenda • Arcadis shall respond to technical questions and Request for Information (RFIs) received by preparing addendum documents to be issued by the City to potential bidders. • This task includes the development of up to four (4) addenda requiring a technical response covering the RFIs received during the bid phase. 5.3 Contract Awards • City will open bids, prepare bid tabulation, and provide Arcadis with bid tabulation and bid responses received. • Arcadis shall assist City in evaluating bids, conduct reference checks, and prepare a written award recommendation. 5.4 Conformed Documents • Consultant shall prepare conformed drawings and specifications that incorporate all technical addenda. Deliverables: 1. Up to four (4) addenda requiring a technical response covering the RFIs received during the bid phase submitted electronically to the City. 2. Bid evaluation and written award recommendation submitted electronically to the City. 3. A maximum of three (3) hard copies of the conformed (24" x 36" size format) design drawings and two (2) bounded technical specifications. Electronic files including CAD files, pdfs and Word documents to be provided to the City. TASK 6 ­ ALLOWANCE The allowance provides a fair and equitable way of accounting for costs of activities that cannot be accurately accounted for at this time. Once the project is underway and the needed activities are identified, a more specific scope will be developed and applied toward the allowance. Funds from this allowance will only be used as approved in writing by the City's Project Manager. Arcadis shall provide a letter justifying the use of these funds along with pertinent backup. Task 6.1 Geotechnical Investigations • The geotechnical investigation shall include, but not limited to: o Identify soil types within project area. o Identify characteristics and properties of soils present. o Use available soil characteristics, properties and potential project geometrics to identify possible geotechnical concerns. o Provide dewatering requirements and geotechnical recommendations for engineering design. o Perform percolation tests and a maximum of 3 soil borings. o Provide seasonal high-water table (SHWT) elevation and ground water elevation. • Upon completion of the geotechnical investigation, a report summarizing the findings will be prepared and delivered. The geotechnical investigation and report shall be signed and sealed by a Florida Registered Professional Engineer. Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 10529841278 Mr. Paterniti November 2018 • Field work coordination with subconsultant. TASK 7 — LIMITED P P Task 7.1 Request for Information • Arcadis will assist with responses to fifteen (15) request for information (RFIs) to be submitted by the Contractor during construction. • A maximum often (10) drawing sheets will be modified if needed as support documentation to RFIs submitted by the Contractor. ASSUMPTIONSLIMITATIONS 1. Arcadis will follow the latest/current City's Utilities Engineering Design Handbook and Construction Standards and utilize standard details provided by City staff. 2. The City shall be responsible for the payment of all permitting fees. 3. Data will be provided in an organized digital fashion where available. 4. Arcadis is not responsible for any schedule or cost impacts related to delays caused by protracted reviews, changes in scope of work, or other situations outside of our control. 5. Changes to the scope that vary dramatically, or following approval of the preliminary conceptual design may require additional effort and schedule beyond that which was assumed for this scope. If changes occur that may impact the level of effort, Arcadis will bring the issue to the attention of the City to discuss a resolution which may include modifying project approach or expanding the project scope and effort. 6. City will provide safe access to all required areas of the site for the purposes of project design. 7. City will make available in a timely manner all drawings, records and site information obtained relative to the project, including topographical survey, and information related to any and all underground utilities, hazardous materials, easements, permits, geotechnical investigations, environmental surveys, and other pertinent information not specifically identified as necessary for completion of the work under the above detailed scope. 8. The site does not have any environmental related concerns including contaminated soil, endangered species, etc. Environmental studies, including Phase 1 surveys or any other type of study/survey are not included as part of this project scope. If any regulatory agencies require additional studies be performed, they can be added as additional services, but may impact the overall project schedule. 9. Arcadis is not responsible for additional effort that may be required for issues related to unknown conditions that may impact the design or construction. 10. The opinions of probable construction costs will be prepared to industry standards but will be subject to many influences including, but not limited to, price of labor and materials, schedule impacts, unknown or latent conditions of existing equipment or structures, and time or quality of performance by others. These types of issues are difficult to forecast and are out of the control of Arcadis and that actual costs may vary substantially from the estimates prepared by Arcadis. Arcadis is therefore unable to guarantee the accuracy of opinion of probable construction costs beyond that of industry standards. Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 105�0g41278 Mr. Paterniti November 2018 11. This scope of work assumes that the SFWMD will approve an exemption for water quality treatment volume of 1/2" of the design storm rainfall over the contributing basin in the form of a dry retention. 12. This scope of work assumes that the U.S. Army Corps of Engineers permit will not be needed for this project for the proposed outfall, given that the outfall location is assumed to be in the same neighborhood as the Dimick Road outfall. 13. Permits not listed under Task 4 Permitting Services are not included in this scope of work. 14. Construction services are not included in this scope of work. 15. Standard details will be provided by the City in CAD. Standard Specifications will be provided by the City in Word format. Consultant to provide adjustments or supplement specifications as needed. 16. Design will rely on the accuracy of record drawings, data, and historical records provided by the City. If drawings, data, or historical records are deemed inaccurate, additional field effort may be required. Arcadis will alert the City if expanded field effort is required. 17. The City or its representative will review the technical submittals and furnish compiled written comments that reflect the review feedback from engineering, operations and maintenance staff. 18. The City shall acquire temporary and permanent easements as required for completion of the project. 19. The City shall provide reproduction and distribution of contract documents to prospective bidders and vendors. 20. The City shall prepare and provide the Invitation to Bid or Request for Proposal documents and advertisement for this project. SCHEDULE AND COMPENSATION Schedule The proposed work will be completed in 8 months from the receipt of written authorization to proceed from the City. This schedule assumes: 1) the City will provide requested information identified on the scope of work for each task on a timely manner, 2) feedback on deliverables within 10 days (business) of each submittal, and 3) the bidding assistance process will take 4 to 6 weeks. This schedule does not include Task 7 Limited Construction Services. Lakeside Gardens Improvements Project Schedule Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month B Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 1051141278 Mr. Paterniti November 2018 Compensation The proposed services will be conducted under the terms and conditions of the General Consulting Services Agreement dated August 15th, 2018. Total payments to the Consultant under this Task Order shall not exceed $197,868.25. Compensation will be made using the following methods: - Lump Sum Amount (Tasks 1 through 5 and 7): $190,970.00 - Not To Exceed (Tasks 6 and ODCs): $6,898.25 - Total Compensation: $197,868.25 001 Project Management and Meetings $ 9,200.00 $ - $ - $ - $ - $ - $ - $ - $ 9,200.00 002 Preliminary Investigations $ 6,490.00 $ - $ - $ - $ - $ - $ - $ - $ 6,490.00 003Development of Design Documents 3.1.1 Draft Preliminary Design TM $ 39,605.00 $ - $ - $ - $ - $ - $ - $ - $ 39,605.00 3.1.2 Review Mtg - Preliminary Design $ 3,980.00 $ - $ - $ - $ - $ - $ - $ - $ 3,980.00 3.1.3 Final Preliminary Design TM $ 4,840.00 $ - $ - $ - $ - $ - $ - $ - $ 4,840.00 3.2 Stormwater Analysis and Modeling $ 20,700.00 $ - $ - $ - $ - $ - $ - $ - $ 20,700.00 3.3 Permitting Design Submittal $ 39,930.00 $ - $ - $ - $ - $ - $ - $ - $ 39,930.00 3.4 Review Mtg - Permitting Design $ 3,980.00 $ - $ - $ - $ - $ - $ - $ - $ 3,980.00 3.5 Final Design Submittal $ 20,595.00 $ - $ - $ - $ - $ - $ - $ - $ 20,595.00 004 Permitting $ 23,440.00 $ - $ - $ - $ - $ - $ - $ - $ 23,440.00 005 Bidding Services $ 10,750.00 $ - $ - $ - $ - $ - $ - $ - $ 10,750.00 006 Allowance $ - $ - $ - $ - $ 4,907.50 $ - $ 5,398.25 $ 5,398.25 $ 5,398.25 ODCs $ - $ 850.00 $ 650.00 $ 1,500.00 $ - $ - ®$ - $ 1,500.00 $ 1,500.00 007 Limited Services During Construction $ 7,460.00 $ - $ - $ - $ - $ - $ - $ - $ 7,460.00 GRAND TOTAL $ 197 Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 105�2g41278 Mr. Paterniti November 2018 Fee is not limited by task and can be moved between tasks as project needs dictate. A breakdown of the fees for work to be performed by subconsultants is provided in their proposals to Arcadis, copies of which are attached. Use or disclosure of information contained on this sheet is subject to the restriction and disclaimer located on the signature page of this document. arcadis.com G:\Project\City of Boynton Beach\Scope Development\01_Lakeside_Gardens_Improvements\LakesideGardenslmprovements_Proposal_20190102.docx Page: Page 10593841278 Mr. Paterniti November 2018 Sincerely, Arcadis U.S., Inc. Joan Fernandez, P.E. Project Manager This proposal and its contents shall not be duplicated, used or disclosed — in whole or in part — for any purpose other than to evaluate the proposal. This proposal is not intended to be binding or form the terms of a contract. The scope and price of this proposal will be superseded by the contract. If this proposal is accepted and a contract is awarded to Arcadis as a result of — or in connection with — the submission of this proposal, Arcadis and/or the client shall have the right to make appropriate revisions of its terms, including scope and price, for purposes of the contract. Further, client shall have the right to duplicate, use or disclose the data contained in this proposal only to the extent provided in the resulting contract. arcadis.com Page: Page 10571,Gf 4 278 D pnoauelaN padx3 Rppail .ea.eyaal...ea5 0 0 0 aei0 esil £an�leilsiuiwptl c o /Ieaya�0 zel auuoN �au6isa0 0 o m s uof uanal5 Peal I�NO o o m /�au6isa0 �oivaS epmo0 �afap-W e�eysnH /�aaui6e31aafoid o o m peak uew�il syy0 of sap xaleMuuolS m o o a /�aaui6e3 �oivaS eaRe6N 6ee1 peal uoyejS dwed o o m /�aaui 6e3 JoieaS zapeewal ja6eeeW P -1-d m eof �al4aiy yeal jaaylOReedwo0 0 0 0 'E E E w E E _ E E V E E >' E E E E _ _ E �' - € Eo Q _ E E E E �_ E E ¢ w E E E E E E E E Y q m E .E a` E E 3 3 3 3 3 o E - E _ E - E E E 'E E _ E - E 'E E --- 3 2 00 N O 00 LO O_ N a October 9, 2018, Rev 1 10/12/18 ARCADIS 8201 Peters Road, Suite 2400 Plantation, FL 33324 Attn: Ms. Joan I. Fernandez, P.E. Principal Engineer Re: Proposal for Geotechnical Services Lakeside Gardens Neighborhood Drainage Improvements and Water Main Replacement Boynton Beach, Florida TSF Proposal No.: 1810-624 Dear Joan: As requested, Tierra South Florida, Inc. (TSF) is pleased to submit this proposal for the above - referenced project. The proposal is based on information provided by ARCADIS. The projectwill consist of Lakeside Gardens Neighborhood Drainage Improvements and Water Main Replacement. This proposal includes an outline of our proposed scope of work, an estimate of the total fees, and our anticipated schedule for completion of the work. PROPOSED SCOPE OF WORK As requested, we propose to drill three (3) Standard Penetration Test (SPT) boring, two (2) to a depth of 15 feet below existing grade and one (1) to a depth of 25 feet below existing grade. A shallow auger boring will be completed to estimate the Seasonal High Groundwater Table (SHGWT) and a Borehole Permeability Test will be completed. Boring locations will be approximately located in the field by our personnel by using hand held GPS and measuring distances with a tape from known reference points. Prior to drilling at the proj ect site, TSF will notify the local utility companies and request that underground utilities be marked. Our experience, however, is that the utility companies will not mark privately owned utilities. Our proposal assumes that private utility lines will be located in the field by others prior to mobilization of the drill rig. Groundwater elevations at boring locations can be provided if boring elevations are furnished by others. Upon completion of the field exploration, laboratory testing will be performed on selected samples. A geotechnical engineer will evaluate the results of all drilling and laboratory testing. A report will be issued that contains the exploration data and subsurface conditions, and ground water information. 2765 Vis -r.4, P-uovvAY, S m"rr: 10 r s I° i'Aim BEAcm F LORI DA 33111 (561 ) 687-8539 FAX 561 r 687-8570 Page 1059 of 1278 State of Forida Professional Engineers License IUSO73 ARCADIS TSF Proposal No. 1810-624 Page 2 ESTIMATED FEES It is proposed that the fee for the performance of the services outlined above be determined on a lump sum basis and that the work be performed pursuant to TSF General Conditions enclosed herewith and incorporated into this proposal. Our lump sum fee will be $4,907.50. Our estimate covers the work needed to present our findings. Not included are reviews of drawings, preparation of construction specifications, special conferences and any other work requested after submittal of our report. SCHEDULE AND AUTHORIZATION TSF will proceed with the work after receipt of a signed copy of this proposal. With our present schedule, we can commence work within several days of project approval (weather permitting and permit approval). The fieldwork will take about one to two days to complete. The written report can be submitted about 2 weeks after completion of the field exploration, depending on the extent of the laboratory -testing program. Verbal preliminary recommendations can be made to appropriate parties prior to submittal of the written report. We at TSF appreciate the opportunity to submit this proposal and look forward to working with you on this prof ect. If you should have any questions concerning our proposal, please contact our office. Respectfully submitted, TIERRA SOUTH FLORIDA, INC. '14,� I i m "C befi� i6tt, P.E. Principal Engineer FL Registration No. 53130 na amy, . 7Pres7iXnt AUTHORIZED BY: INVOICE TO: Name: Firm: Title: Name: Date: Address: Page 1060 of 1278 ARCADIS TSF Proposal No. 1810-624 Page 3 Tierra South Florida's General Conditions 1. SCOPE OF WORK: Work means the specific geotechnical, analytical, testing or other service to be performed by Tierra South Florida, Ina (TSF) as set forth in TSF's proposal, Client's acceptance ofthe scope of work and these General Conditions. Additional work ordered by Client shall also be subject to these General Conditions. "Client" refers to the person or business entity ordering the work to be done byTSF. Client shall communicate these General Conditions to each and every third party to whom Client transmits any part ofTSF's work. TSF shall have no duty or obligation to any third partygreater than that set forthin TSF's proposal, Client's acceptance ofTSF's proposal and these General Conditions. The ordering of work from TSF, or the reliance on any ofTSF's work, shall represent acceptance ofthe terms ofTSF's proposal and these General Conditions, regardless of the terms of any subsequently issued document. 2. RIGHT -OF -ENTRY -The client will provide right -of -entry for TSF and all necessary equipment in order to complete the work. While TSF will take all reasonable precautions to minimize any damage to the property, it is understood by Client that in the normal course of work some damage may occur; the correction of which is not part of tris agreement. 3. DAMAGE TO EXISTING MAN-MADE OBJECTS -The Client, will provide the location of all underground utilities or obstructions to TSF who, in the prosecution of their work, will take all reasonable precautions to avoid damage or injury to any such subterranean structure or utility. The Owner agrees to hold TSF harmless for any damages to subterranean structures which are not called to TSF attention and correctly shown on the plans furnished and will reimburse TSF for any expenses in connection with any claims or suits including reasonable attorney fees at the trial and appellate levels. 4. IN-PLACE MATERIALS TESTING -TSF will not be responsible for repair or damage to portions of structures designated for in-place materials testing. Repairs can be made for aesthetic reasons if requestedin advance ofthe work to be performed. The cost for labor and materials would be charged. 5. SAMPLE RETENTION -TSF will retain all soil androck samples obtained for geotechnical explorations for 30 days. Samples subjectedto Construction Materials and Laboratorytesting are disposed ofsubsequent to testing. Further storage or transfer of samples can be made at Client's expense upon written authorization 6. DEFINITION OF RESPONSIBILITY (OBSERVATION SERVICES) - The presence of our field representative will be for the purpose of providing observation and field testing. Our work does not include supervision or direction of the actual work of the contractor, his employees or agents. The contractor for this project should be so advised. 6.1. The Contractor should also be informed that neither the presence of our field representative or the observation and testing by our firm shall excuse Mm in any way for defects discovered in his work. It is understood that TSF will not be responsible for the Contractor's job or site safety on his project. That will be the sole responsibility of the contractor. 7. STANDARD OF CARE -Service performed by TSF under tris Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. No other warranty, expressed or implied, is made. 7.1. Client recognizes that subsurface conditions mayvary from those encountered at the locationwhere borings, surveys or explorations are made byTSF and that the data, interpretations andrecommendations of TSF are based solely on the information available to it. TSF shall not be responsible for the interpretation by others of information developed. S. ORAL AGREEMENTS -No oral agreement, guarantee, promise, representation or warranty shall be binding. 9. OWNERSHIP OF DOCUMENTS -All reports, boring logs, field data and notes, laboratory test data, calculations, estimates and other documents prepared by TSF, as instruments of service, shall remain the property of TSF until final payment is received and a letter of copyright transfer been executed. 10. BASIS OF PAYMENT -Paymentis due within 30 days of date of invoice. Payments not made when due shall bear interest at eighteen (18) percent annum or at the maximum rate allowed bylaw from the date ofthe invoice until same is paid. 10.1. If the Client fails to make any payment due to TSF for service and/or expenses within 60 days of date of invoice, TSF may, after giving seven days' written notice to Client, suspend services until all outstanding amounts have been paid to TSF in full. Further, TSF may, in addition to withholding services, or singularly, withhold reports, plans and other documents not paid in full bythe Client. Inthe event that final payment for completed work is not made, TSF shall request that all copyrighted documents which were submitted to client be returned and all information used in project plans be removed from project documents. 10.2. In the event it is necessaryto take legal action to effect collection, whether or not litigation is commenced, the Client agrees to reimburse TSF for expenses in connection with any claims or suits, including reasonable attorney's fees, including but not limited to the trial and appellate levels. 10.3. This contract shall be governed by the laws ofthe State of Florida. 11. CONSTRUCTION REVIEW - TSF cannot accept responsibility for any design work unless the work includes services for construction review to determine whether or not the work performed is in substantial compliance with TSF's conclusions and recommendations. 12. INDEMNIFICATION -TSF agrees to hold harmless and indemnify Client from and against liability arising out ofTSF's negligent performance ofthe work. Client agrees to indemnify andholdTSF harmless from all liability including all costs, attorney's fees and expenses of defense for any claims by any other person or corporation which may arise out ofthe performance or breach of tris contract for which TSF was not solely negligent. 13. LIMITATION OF LIABILITY -The Client/Owner agrees to limit TSF'liability for negligent professional acts, errors or omissions, such that the total aggregate liabilityofTSF shall not exceed$50,000 or the total fee for the services rendered on this project; whichever is greater. The Owner further agrees to require the contractor and his subcontractors a similar limitation of liability suffered by the contractor or the subcontractors arising from TSF' negligent professional acts, errors or omissions. 13.1. If Client prefers to have higher limits on professional liability, TSF agrees to increase the limits up to a maximum of $1,000,000 upon Client's writtenrequest at the time of accepting our proposal provided that Client agrees to pay an additional consideration of 5 percent of our total fee. The additional charge for the higher liability limits is because of the greater risk assumed and is not strictly a charge for additional professional liability insurance. 14. INSURANCE -TSF represents and warrants that it and its agents, staff and consultants employed by it are protected by Worker's Compensation insurance and Employer's Liability Insurance in conformance with applicable state laws. TSF has such coverage under public liability and property damage insurance policies that T SF deems to be adequate. ACertificate of Insurance can be supplied evidencing such coverage upon request. 14.1. Within the limits and conditions ofsuch insurance, TSF agrees to indemnify and save client harmless from and against anyloss, damage or liability arising from anynegligent acts byTSF, its agents, staffand consultants employed by it. T SF shall not be responsible for anyloss, damage or liability beyond the amounts, limits and considerations of such insurance. TSF shall not be responsible for anyloss, damage or liability arising from any acts by clients, its agents, staff and other consultants employed by it. 14.2. Cost ofthe above coverage is included in our quoted fees. If additional coverage or increased limits ofliability are required, TSF will endeavor to obtain the requested insurance and charge separately for costs associated with additional coverage or increased limits. 15. TERMINATION -TMs agreement may be terminated by either party upon seven days written notice in the event of substantial failure by the other party to perform in accordance with the terms thereof. Such termination shall not be effective if the substantial failure has been remedied before expiration ofthe period specified in the written notice. In the event of termination, TSF shall be paid for services performed to the termination notice date plus reasonable termination expenses. 15.1. In the event of termination or suspension for more than three months, prior to completion of all reports contemplated by this Agreement, TSF may complete a report on the services performed to the date of notice of termination or suspension. The expenses of termination or suspension shall include all direct costs for TSF in completing such analyses, records and reports. 16. CLIENT'S OBLIGATION TO NOTIFY TSF- Client represents andwarrants that it has advised TSF ofanyknown or suspected hazardous materials or conditions, utilitylines andpollutants at anysite at which TSF is to do work hereunder, and unless TSF has assumedinwriting the responsibility oflocating subsurface objects, structures, lines or conduits, Client agrees to defend, indemnify and save TSF harmless from all claims, suits, losses, costs and expenses, including reasonable attorney's fees as a result of personal injury, death or property damage occurring withrespect to TSF's performance of its work and resulting to or caused by contact with subsurface or latent objects, structures, lines or conduits where the actual or potential presence and location thereof were not revealed to TSF by Client. 17. HAZARDOUS MATERIALS -This agreement shall not be interpreted as requiring TSF to assume the status of an owner, operator, generator, storer, transporter, treater or disposal facility as those terms appear within RCRA or within any Federal or State statute or regulation governing the generation, transportation, treatment, storage and disposal of pollutants. Initial Page 1061 of11278 ARCADIS TSF Proposal No. 1810-624 Page 4 TIERRASOUTH FLORIDA, INC. Unit # of Units Unit Price I. FIELD INVESTIGATION $ Mobilization of Men and Equipment $ Truck -Mounted Equipment Trip SPT Borings 0 - 50 ft depth L.F. Grout Boreholes 0 - 50 ft depth L. F. Casing, 0-50 ft depth L. F. Seasonal High Groundwater Table Estimate Each Borehole Permeability Test Each II. LABORATORY TESTING 7.00 Visual Examination by Staff Engineer Hour Natural Moisture Content Tests Test Grain -Size Analysis - Full Gradation Test Corrosion Test Test Organic Content Tests Test III. FIELD ENGINEERING AND TECHNICAL SERVICES 350.00 Site Recon./Utility Coordination $ Field Technician Hour IIIA. ENGINEERING AND TECHNICAL SERVICES 2 Total 1 $ 350.00 $ 350.00 55 $ 13.00 $ 715.00 55 $ 5.50 $ 302.50 55 $ 7.00 $ 385.00 1 $ 100.00 $ 100.00 1 $ 350.00 $ 350.00 1 $ 105.00 $ 105.00 2 $ 10.00 $ 20.00 2 $ 65.00 $ 130.00 1 $ 185.00 $ 185.00 1 $ 45.00 $ 45.00 6 $ 75.00 $ 450.00 Professinal Engneer Hour 2 Project Engineer Hour 8 Draftperson Hour 4 FEE FOR GEOTECHNICAL SERVICES $ 175.00 $ $ 145.00 $ $ 65.00 $ 350.00 1,160.00 260.00 4,907.50 Page 1062 of 1278 GENERAL CONSULTING SERVICES AGREEMENT THIS AGREEMENT' is entered into between the City of Boynton Beach, hereinafter referred to as "the CITY", and ARCADIS U.S., INC., hereinafter referred to as "the CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the Consultants' Competitive Negotiation Act, the CITY'S Procurement Code, the City of Boynton Beach solicited proposals for professional consulting services from qualified engineering firms for required City services; and WHEREAS, THE CITY issued a Request for Qualifications for General Consulting Services for the City of Boynton Beach, RFQ No. 046-2821-17/TP; and WHEREAS, the City Commission designated CONSULTANT as one of several qualified consulting firms to provide General Consulting services to the CITY; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform General Consulting Services by way of individual task orders, at the request of the CITY during the term of this Agreement, including the provision of all labor, materials, equipment and supplies. The specified projects which may be assigned to CONSULTANT is in conjunction with: Scope Category A Water Plant Modifications, Capacity and Operations Evaluation ® Scope Category B Infrastructure Improvements and Evaluations Scope Category C Ancillary Studies and Services Scope Category D Transportation Services Scope Category E Architectural and Landscaping Design Services 1.2 SERVICE AND RESPONSIBILITIES 1.2.1 GENERAL: The CONSULTANT agrees to perform work assigned by Task Order(s) under such terms as set forth in the Task Order(s). The terms of the Task Order(s) shall be supplemental to the terms of this Agreement. 1.2.2 The CONSULTANT is responsible for defects in its work and in the work of The term "Agreement" has the same meaning as the term "contract". Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-7 Page 1063 of 1278 its Sub -consultants' work 1.2.3 PRELIMINARY SERVICES PHASE: The CONSULTANT shall prepare preliminary studies and reports, feasibility studies, financial and fiscal studies, and evaluation of existing facilities, preparation of schematic layouts and sketches where required; develop construction budgets, opinions of Probable Construction Cost, and shall consult and confer with the CITY as may be necessary for the CITY to reach decisions concerning the subject matter. The CONSULTANT shall attend meetings with the CITY Commission and CITY staff as may be required, and provide the CITY with a time schedule which shall include but not be limited to submittal of all milestones related to the project up to delivery of 100% construction documents. 1.2.4 During the preliminary services phase, the CONSULTANT shall advise the CITY, based on CONSULTANTS professional opinion and the current project conditions and reasonably foreseeable conditions of the completeness of existing data and its suitability for the intended purposes of the project; CONSULTANT to obtain data from other sources; identify and analyze requirements of governmental authorities having jurisdiction to approve the design of the project; provide analyses of the CITY'S needs for surveys; perform site evaluations and comparative studies of prospective site and solutions; and prepare and furnish a report to the City setting forth the CONSULTANT'S findings and recommendations. 1.2.4.1 Providing any type of property surveys or related engineering services needed for the transfer of interests in real property, and field surveys for design purposes and engineering surveys and staking to enable Contractor to proceed with their work, and providing other special field surveys. 1.2.4.2 Preliminary design services to be performed by the CONSULTANT shall include consultation and advice concerning the extent and scope of proposed work and preparation of preliminary design documents consisting of design criteria, preliminary drawings, and outline specifications as well as preliminary estimates of probable Construction Costs. This phase will also include preparation of a preliminary site plan or schematic drawings when appropriate. Up to six (6) copies of the preliminary design documents shall be furnished to the CITY, the exact number needed shall be determined by the CITY. 1.2.4.3 CONSULTANT shall provide environmental assessment and impact statements as required to determine the suitability of the site and its surrounds for the proposed project; and/or 1.2.4.4 Upon authorization of the CITY, the CONSULTANT will provide advice and assistance relating to operation and maintenance of project or other systems; evaluate and report on operations; assist the CITY in matters relating to regulatory agency operations review or operating permit non-compliance; assist Boynton Beach Utilities - General Consulting Services C_2 V.5 CLEAN FINAL Page 1064 of 1278 with startup and operator training for newly installed or modified equipment and processes, and in the preparation of operating, maintenance and staffing manuals for the project. 1.2.5 BASIC SERVICES: The CONSULTANT shall consult and advise the CITY in the following manner: specifying the extent and scope of the work to be performed; prepare detailed construction drawings and specifications; revise and update, where necessary, previously designed construction plans and specifications, whether in whole or in part, to be incorporated into the proposed work and prepare construction documents and final estimate of probable Construction Cost. The final design services shall be provided in an electronic format, and shall also include furnishing up to six (6) copies of plans and specifications to the CITY; the exact number needed shall be determined by the CITY. 1.2.6 Final design services shall also include preparation of permit applications as may be required by such agencies as have legal review authority over the project. These applications shall include but not be limited to site plan approvals or other permits and work efforts and shall also consist of meetings at staff level and meetings with the appropriate governing body and the CITY. Unless specifically provided for under the final design phase, permit application services do not include applications requiring environmental impact statements or environmental assessments, consumptive use permits and landfill permits. 1.2.6.1 The CONSULTANT based upon the approved design documents and any adjustments authorized by the CITY in each project, project schedule or construction budget shall prepare for approval by the CITY, design development documents consisting of drawings and other documents to fix and describe the size and character of each projects civil engineering, environmental, landscape, architectural, structural, mechanical, and electrical systems and any other requirements or systems, materials and such other elements as may be appropriate for a complete project. The CONSULTANT shall also advise the CITY of any adjustments to the preliminary estimate of probable Construction Costs. 1.2.6.2 The CONSULTANT based on CITY approved design development documents and any further adjustments in the scope or quality of the project or in the construction budget shall prepare Construction Documents within the number of calendar days specified within any notice issued by the CITY. The Construction Documents shall consist of drawings and specifications setting forth in detail the requirements for the construction of the project. 1.2.6.3 The CONSULTANT shall assist the CITY in the preparation of the necessary proposal information and forms. 1.2.6.4 The CONSULTANT shall advise the CITY of any adjustments to previous estimates of probable Construction Costs indicated by changes in codes, administrative and jurisdictional requirements Boynton Beach Utilities - General Consulting Services G-3 V.5 CLEAN FINAL Page 1065 of 1278 of general market conditions. 1.2.6.5 The CONSULTANT shall submit to the CITY for each project, electronic format and up to six (6) copies of the Construction Documents, and a further revised estimate of total probable Construction Cost. 1.2.6.6 CONSULTANT shall include in the Construction Documents a requirement that the construction contractor shall provide a final as -built survey of the project in Autocad electronic format by a registered Land Surveyor, and provide marked up construction drawings to the CONSULTANT so that the CONSULTANT can prepare and deliver to the CITY the record drawings in the form required by the CITY and as required. 1.2.6.7 Prior to final approval of the Construction Documents by the CITY, the CONSULTANT shall conduct a thorough review and quality control evaluation of the entire work product for compliance with requirements of any local, state, or federal agency from which a permit or other approval is required. The CONSULTANT shall make sure that all necessary approvals have taken place. 1.2.6.8 Prior to each phased submittal, the CONSULTANT shall conduct a thorough quality control review and assessment of the work product to determine whether the work is properly coordinated and confirm that the CITY and agency comments have been addressed and incorporated into the Contract Documents. The CONSULTANT shall provide to the CITY a Quality Assurance and Quality Control plan in a format that advises the CITY that all work has been performed as required. A report shall be submitted in accordance with those standards to apprise the CITY that due care has been taken in the preparation of the Contract Documents. 1.2.6.9 The CONSULTANT shall signify responsibility for the Contract Documents including technical specifications and drawings prepared pursuant to this Agreement by affixing a signature, date and seal as required by Florida Statutes Chapters 471 and 481, if applicable. The CONSULTANT shall comply with all of its governing laws, rules, regulations, codes, directives and other applicable federal, state and local requirements in preparation of the work. 1.2.7 The CONSULTANT shall provide the construction documents, technical specifications and drawings completed in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. 1.2.8 The CONSULTANT following the CITY'S approval of the Construction Documents and the latest estimate of probable Construction Cost shall when so directed and authorized by the CITY, assist the CITY in obtaining proposals or negotiated proposals, and assist in preparing contracts for construction. Boynton Beach Utilities - General Consulting Services C-4 V.5 CLEAN FINAL Page 1066 of 1278 1.2.8.1 The CONSULTANT shall review and analyze the proposals received by the CITY and shall make a recommendation for any award based on the CITY'S Procurement Administrative Policy Manual. 1.2.8.2 Any Opinion of the Construction Cost prepared by CONSULTANT represents its judgment as a design professional and is supplied for the general guidance of the CITY. Since CONSULTANT has no control over market conditions, CONSULTANT does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the CITY. If the project is not advertised for proposals within three (3) months after delivery of Final Design Plans, through no fault of the CONSULTANT or if either local market conditions or industry- wide prices have changed because of unusual or unanticipated events effecting the general level of prices or times of delivery in the construction industry, the established Construction Cost limit may be adjusted as determined by the CITY'S Representative and as approved by the CITY, if necessary. Additionally, if the CITY expands a project scope of work after the CONSULTANT renders the Final estimated probable Construction Cost of the Final Design Plans, the CONSULTANT shall not be responsible for any redesign without compensation which shall be mutually agreed to by the parties hereto. 1.2.8.3 The CONSULTANT shall provide the CITY with a list of recommended prospective bidders. 1.2.8.4 The CONSULTANT shall attend all pre-proposal/per-bid conferences. 1.2.8.5 The CONSULTANT shall recommend any addenda, through the CITY'S representative as appropriate, to clarify, correct, or change proposal documents. 1.2.8.6 If Pre -Qualification of bidders is required as set forth in the Request for Proposals or Invitation to Bid (two-step bid process), CONSULTANT shall assist the CITY, if requested in developing qualifications criteria, review qualifications and recommend acceptance or rejection of the bidders. 1.2.8.7 If requested, CONSULTANT shall evaluate proposals and bidders, and make recommendations regarding any award by the CITY. 1.2.9 The CITY shall make decision on all claims regarding interpretation of the Construction Documents, and on all other matters relating to the execution and progress of the Work after receiving a recommendation from the CONSULTANT. The CONSULTANT shall check schedules, shop drawings and other submissions for the limited purpose of checking conformance with the concept of the project, and for compliance with the information given by the Construction Documents. The CONSULTANT shall also review change orders prepared and submitted by Contractor and review and make recommendations to the City for progress payments to the Contractor based on each project schedule of values and the percentage of work completed. The CONSULTANT will neither have control over or charge of, nor be responsible for, the construction means, Boynton Beach Utilities - General Consulting Services C-5 V.5 CLEAN FINAL Page 1067 of 1278 methods, techniques, sequences, or procedures, or for the safety precautions and programs in connection with the construction of the assigned task order projects. 1.2.9.1 The CITY shall maintain a record of all change orders which shall be categorized to the various types, causes, etc. that may be determined useful and necessary for its purpose. 1.2.9.2 If the CONSULTANT is not the Construction Manager for the construction, the CITY shall notify the CONSULTANT within three (3) days of the discovery of any arch itecturallengineering error or omission so that the CONSULTANT can be part of the negotiations resolving the claim between the CITY and the Contractor. 1.2.10 The CONSULTANT shall carefully review and examine the Contractor's schedule of values, together with any supporting documentation. The purpose of such review and examination will be to protect the CITY from an unbalanced schedule of values which allocates greater value to certain elements of each project than is indicated by industry standards, supporting documentation, or data. If the schedule of values is not found to be appropriate, it shall be returned to the Contractor for revision for supporting documentation. After making such examination, when the schedule of values is found to be appropriate, the CONSULTANT shall sign the schedule of values indicated informed belief that the schedule of values constitute a reasonable, balanced basis for payment of the Application for Payment to the Contractor. 1.2.11 The CONSULTANT shall perform on-site construction observation of each project based on the Construction Documents in accordance with paragraph 1.2.16 "Resident Project Services" of this Agreement. The CONSULTANT'S observation shall determine the progress of the work completed, and whether the work is proceeding in a manner indicating that the work when fully competed will be in accordance with the Construction Documents. On the basis of site visits, the CONSULTANT will provide the CITY with a written report of each site visit in order to reasonably inform the CITY of the progress of the portion of the Work completed. The CONSULTANT shall endeavor to identify for the CITY any defects and deficiencies in the work of contractors, and make written recommendation to the CITY where the work fails to conform to the Construction Documents. The CONSULTANT shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures. or for safety precautions and programs in connection with the Work, nor shall the CONSULTANT be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The CONSULTANT shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Based on such observation and the Contractor's Application for Payment, the CONSULTANT shall determine the amount due to the Contractor and shall issue Certificates for Payment in such amount. These Boynton Beach Utilities - General Consulting Services C-6 V.5 CLEAN FINAL Page 1068 of 1278 Certificates will constitute a representation to the CITY based on such observations and the data comprising the Application for Payment that the work has progressed to the point indicated. By issuing a Certificate of Payment, the CONSULTANT will also represent to the CITY that to the best of its information and belief, based on what its observation have revealed; the Work is in accordance with the Construction Documents. The CONSULTANT shall conduct observations to determine the dates of substantial and final completion and issue a recommendation for final payment. 1.2.12 The CONSULTANT shall revise the Construction drawings and submit record or corrected drawings to the CITY to show those changes made during the construction process based on the marked up prints, drawings and other data furnished by the Contractor. The record drawings shall be provided in electronic format inclusive of conformed PDF files and AutoCad files in a form compatible with the CITY'S version of AutoCad formats for archival purposes. 1.2.13 The CONSULTANT shall attend regularly scheduled progress meetings on site bi-monthly or as otherwise determined based on a specific need established prior to construction by the CITY. 1.2.14 The CONSULTANT shall review change orders prepared and submitted by the Contractor for the CITY'S approval. CONSULTANT shall not authorize any changes in the work or time, no matter how minor without prior written approval by the CITY. 1.2.15 Each project's construction or demolition shall be considered complete upon compilation of a punchlist by CONSULTANT, which shall be timely completed by Contractor to the satisfaction of the CITY, written notification to Contractor by CONSULTANT that all releases of liens are satisfied and written recommendation by CONSULTANT for final payment to the Contractor which shall be at the sole discretion of the CITY. 1.2.16 RESIDENT PROJECT SERVICES: During the Construction progress of any work, the CONSULTANT will if authorized by the CITY, provide resident project observation services to be performed by one or more authorized employees ("Resident Project Representative") of the CONSULTANT. Resident Project Representatives shall provide extensive observation services at the project site during construction. The Resident Project Representative will endeavor to identify for the CITY any defects and deficiencies in the work of the Contractor(s). Resident project observation services shall include but is not limited to the following: ❖ Conducting all pre -construction conferences; ••r Conducting all necessary construction progress meetings; ❖ Observation of the work in progress to the extent authorized by the CITY; S Receipt, review coordination and disbursement of shop drawings and other submittals; Maintenance and preparation of progress reports; Field observation and verification of quantities of equipment and Boynton Beach Utilities - General Consulting Services C-7 V.5 CLEAN FINAL Page 1069 of 1278 materials installed; Verification of contractors' and subcontractors' payrolls and records for compliance with applicable contract requirements; Maintenance at each project site on a current basis of all drawings, specifications, contracts, samples, permits, and other project related documents, and at the completion of each project, deliver all such records to the CITY; Preparation, update and distribution of a project budget with each project schedule; ❖ Notification to the CITY immediately if it appears that either each project schedule or each project budget will not be met; ❖ Scheduling and conducting monthly progress meetings at which CITY, Engineer, general contractor, trade contractor, utilities representatives, suppliers can jointly discuss such matters as procedures, progress, problems and scheduling. Recommending courses of action, and enforcing action selected by the CITY, if so directed by the CITY, if the general and/or trade contractors are not meeting the requirements of the plans, specifications, and Construction Contract; Development and implementation of a system for the preparation, review, and processing of change orders; Maintenance of a daily log of each project; Recording the progress of each project, and submission of written monthly progress reports to the CITY including information on the Contractors' work and the percentage of completion; Determination of substantial and final completion of work and preparation of a list of incomplete and unsatisfactory items, and a schedule of their completion; and ❖ Securing and transmitting to the CITY, required guarantees; affidavits; releases; key manuals; record drawings; and maintenance stocks; The Resident Project Representative shall also investigate and report on complaints and unusual occurrences that may affect the responsibility of the CONSULTANT or the CITY in connection with the work. The Resident Project Representative shall be a person acceptable to the CITY, and the CITY shall have the right to employ personnel to observe the work in progress, provided however that such personnel as employed by the CITY, and such personnel will be responsible directly to the CITY in the performance of work that would otherwise be assumed and performed by the CONSULTANT. The Resident Project Representative shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, nor shall the Resident Project Representative be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Although CONSULTANT shall not be responsible for health or safety programs or precautions related to CITY"s activities or those of CITY's Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-8 Page 1070 of 1278 other contractors and consultants or their respective subcontractors and vendors ("Contractors"), CONSULTANT shall nonetheless report to the Resident Project Representative health and safety conditions or deficiencies observed by CONSULTANT'S employees or representatives. CONSULTANT shall not be responsible for CITY's pre-existing site conditions or the aggravation of those preexisting site conditions to the extent not caused by the negligence or willful misconduct of CONSULTANT. CONSULTANT shall not be responsible for inspecting, observing, or correcting health or safety conditions or deficiencies of CITY, Contractors or others at project site ("Project Site") other than for CONSULTANT's employees, subconsultants and vendors. 1.3 ADDITIONAL SERVICES 1.3.1 When additional services are necessary they shall be specified in the written Task Order. Examples of additional (not exclusive) services are: ❖ Preparation of applications and supporting documents for private or governmental grants, loans or advances in connection with any particular project. Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by or to the CITY. ❖ Services resulting from significant changes in the general scope, extent or character of any particular project or its design including but not limited to, changes in size, complexity, the CITY'S schedule, character of construction or method of financing, and revising previously accepted studies, reports, design documents or Construction Contract Documents when such revisions are required by changes to laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond the CONSULTANT'S control. Providing renderings or models for the CITY'S use. Preparing documents for alternate Proposals requested by the CITY for work that is not executed for documents for out -of -sequence work. Investigations and studies involving but not limited to, detailed considerations of operations, maintenance and overhead expenses; providing value engineering during the course of design; the preparation of feasibility studies; cash flow and economic evaluations, rate schedules and appraisals; assistance in obtaining financing for a project; evaluating processes available for licensing and assisting the CITY in obtaining process licensing; detailed quantity surveys of material, equipment and labor, and audits or inventories required in connection with construction performed by the CITY. ❖ Assistance in connection with Proposal/proposal protests, re -bidding or re -negotiating contracts for construction, materials, equipment or services, unless the need for such assistance is reasonably determined by the CITY to be caused by the CONSULTANT (e.g. defective plans and/or specifications which inhibit contractors from submitting Boynton Beach Utilities - General Consulting Services C -g V.5 CLEAN FINAL Page 1071 of 1278 proposals) in which event there shall be no additional cost for the provision of such services. •b Preparing to serve or serving as a CONSULTANT or witness for the CITY in any litigation, arbitration or other legal or administrative proceeding. 44- Additional services in connection with a project not otherwise provided in this Agreement. ❖ Services in connection with a project not otherwise provided for in this Agreement. ❖ Services in connection with a field order or change order requested by the CITY. Providing artwork, models, or renderings as requested by the CITY. 1.3.2 When required by the Construction Contract documents in circumstances beyond the CONSULTANT'S control, and upon the CITY'S authorization, it will furnish the following additional services. •: Services in connection with work changes necessitated by unforeseen conditions encountered during construction. ❖ Services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of claims submitted by Contractor, except to the extent such claims are caused by the errors or omissions of the CONSULTANT. ❖ Additional or extended services during construction made necessary by 1) work damaged by fire or other cause during construction, 2) a significant amount of defective or negligent work of any contractor, 3) acceleration of the progress schedule involving services beyond normal working hours, or 4) default by any contractor; provided however, if a fire occurs as a direct result of errors or omissions in the design by the CONSULTANT or if the CONSULTANT fails to notify the Contractor of the deficient quality of their workmanship pursuant to CONSULTANT'S duties as described in the Contract Documents, the CONSULTANT'S additional services shall be deemed part of Basic Services and compensated as such. ❖ Services in connection with any partial utilization of any part of a project by the CITY prior to Substantial Completion. ❖ Services to evaluate the propriety of substitutions or design alternates proposed by the Contractor and involving methods of construction, materials, or major project components either during bidding and/or Negotiation services or Construction Contract award. The cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. •S Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, unless such substitutions are due to a design error by the CONSULTANT in which case such services shall be deemed Basic Services. Except when caused by a design error by the CONSULTANT, the cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. Boynton Beach Utilities - General Consulting Services C-10 V.5 CLEAN FINAL Page 1072 of 1278 1.4 CITY'S RESPONSIBILITIES 1.4.1 The CITY shall do the following in a timely manner so as not to delay the services of the CONSULTANT: 1.4.1.1 Designate in writing a person or persons to act as the CITY'S representative with respect to the services to be rendered under this Agreement. Such person(s) shall have complete authority to transmit instructions and receive information with respect to the CONSULTANT'S services for a particular project. The CITY may have multiple CITY Representative(s) or project managers during the performance of this AGREEMENT based on the specific task orders/written task orders from each of the Scope Categories. 1.4.1.2 Provide all criteria and full information as to the CITY'S requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. 1.4.1.3 Assist the CONSULTANT by providing at the CONSULTANT'S request all available information pertinent to the Project including previous reports and any other data relative to design or construction of the project. 1.4.1.4 Furnish to the CONSULTANT, if required for the performance of CONSULTANT'S services (except where otherwise furnished by the CONSULTANT as Additional Services), the following: 1.4.1.5 Data prepared by, or services of others, including without limitations borings, probings and subsurface explorations, hydrographic surveys, laboratory tests and inspection of samples, materials and equipment; 1.4.1.6 Appropriate professional interpretations of all of the foregoing; 1.4.1.7 Environmental assessment and impact statements; 1.4.1.8 Property, boundary, easement, right-of-way, topographic and utility surveys; 1.4.1.9 Property descriptions; 1.4.1.10 Zoning, deed and other land use restrictions; 1.4.1.11 Approval and permits required in the CITY'S jurisdiction and those from outside agencies unless such approvals and permits are the responsibility of the CONSULTANT; and 1.4.1.12 Arrange for access to make all provisions for the CONSULTANT to enter upon the CITY'S property as required for the CONSULTANT to perform services under this Agreement. 1.4.1.13 Consistent with the professional standard of care and unless otherwise specifically provided herein, CONSULTANT shall be entitled to rely upon the accuracy of data and information provided by the CITY or others without independent review or evaluation. Boynton Beach Utilities - General Consulting Services C-11 V.5 CLEAN FINAL Page 1073 of 1278 1.5 SEQUENCE OF EVENTS 1.5.1 Following receipt of any task ordertwritten task order, the CONSULTANT shall submit to the CITY, at least five (5) days prior to actual commencement of services, a schedule of services and expenses for approval by the CITY before any services commence. The CITY reserves the right to make changes to the sequence as necessary to facilitate the services or to minimize any conflict with operations. 1.5.2 Task orders will be issued to the CONSULTANT in the order in which the CITY wishes, and shall be performed and completed in the order they are issued, unless otherwise specifically permitted by the CITY. Minor adjustments to the timetable for completion approved by the CITY in advance, in writing, shall not constitute non-performance by CONSULTANT pursuant to this Agreement. 1.5.3 Proposals received by CONSULTANT as a result of task order/written task order that exceeds $25,000 in cost will require approval from CITY Commission before execution of services in accordance with the CITY'S Procurement Administrative Policy. 1.5.4 When the CITY issues task orders to the CONSULTANT, each authorization shall contain a stated completion schedule. If caused by the negligent errors or omissions of CONS U LTANT,fa ilure of the CONSULTANT to meet the stated schedule shall constitute a default for which payment for services may be withheld until default is cured. Time extensions will be reviewed upon request for extenuating circumstances. 1.5.5 It is anticipated and intended that the CONSULTANT will be authorized to begin new task orders on a "rolling" basis, as some already assigned task orders near timely completion. If a subsequent Task Order is issued to the CONSULTANT before it has completed the current task order, the completion date for each Task Order will remain independent of each other so that the CONSULTANT will prioritize the uncompleted Task Order from the first Task Order and finish as soon as practical. Failure to complete the "older" task orders in a timely manner, may adversely impact upon continued early authorization to start a subsequent work. 1.5.6 When the CONSULTANT has exceeded the stated completion date including any extension for extenuating circumstances which may have been granted, a written notice of Default will be issued within seven (7) days of the date that the default became active with a requirement of seven (7) days to cure said default, to the CONSULTANT and payment for services rendered shall be withheld until such time that the CITY has determined that default has been cured. 1.5.7 Should the CONSULTANT exceed the assigned completion time, the CITY reserves the right not to issue to the CONSULTANT any further task orders until such time as it is no longer in default, and the CONSULTANT has demonstrated to the CITY'S satisfaction, the reasons for tardy completion Boynton Beach Utilities - General Consulting Services C-12 V.5 CLEAN FINAL Page 1074 of 1278 have been addressed and are not likely to be repeated in subsequent task orders. This restricted issuance provision may result in the CONSULTANT not being issued all of the planned work the CITY anticipated in this Agreement. The CONSULTANT shall have no right to the balance of any work, or to any compensation associated with these non -issued task orders due to the CONSULTANT being rendered in default. 1.5.8 Should the CONSULTANT remain in default for a period of fifteen (15) consecutive calendar days beyond the time frame provided in Paragraph 1.5.6 the CITY may at its sole option retain another CONSULTANT to perform any work arising out of this Agreement and/or terminate this Agreement. 1.6 DEFINITION OF DEFAULT 1.6.1. An event of default shall mean a material breach of this Agreement . Without limiting the generality of the foregoing and in addition to those instances referred to as a material breach, an event of default shall include the following: CONSULTANT has not performed services on a timely basis due to CONSULTANT'S negligent errors or omissions; ❖ CONSULTANT has refused or failed to supply enough properly skilled personnel; CONSULTANT has failed to make prompt payments to SUB - CONSULTANTS or suppliers for any services after receiving payment from the CITY for such services or supplies; 44- CONSULTANT has failed to obtain the approval of the CITY where required by this Agreement; CONSULTANT has refused or failed to provide the services as defined in this Agreement; :• CONSULTANT has filed bankruptcy or any other such insolvency proceeding and the same is not discharged within ninety (90) days of such date. ❖ CITY has failed to make payments to CONSULTANT in accordance with the requirements of this Agreement 1.6.2 In the event of Default, the CONSULTANT shall be liable for all damages resulting from the Default including: ❖ The difference between the amount that has been paid to the CONSULTANT and the amount required to complete the CONSULTANT'S work, provided the fees by the firm replacing the CONSULTANT are reasonable and the hourly rates do not exceed the CONSULTANT'S rates. This amount shall also include procurement and administrative costs incurred by the CITY. In the event of default by the City, CONSULTANT may suspend the Work pending receipt of such payment. Boynton Beach Utilities - General Consulting Services C-13 V.5 CLEAN FINAL Page 1075 of 1278 1.6.3. The CITY may take advantage of each and every remedy specifically existing at law or in equity. Each and every remedy shall be in addition to every other remedy given or otherwise existing, and may be exercised from time to time and as often and in such order as may be deemed expedient by the CITY. The exercise or the beginning of the exercise of one remedy shall not be deemed to be a waiver of the right to exercise any other remedy. The CITY'S rights and remedies as set forth in this Agreement are not exclusive and are in addition to any other rights and remedies available to the CITY in law or in equity. ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial two (2) years, commencing at the execution of the contract, and the City reserves the right to unilaterally renew the contract for three (3) additional one (1) year periods under the same terms, conditions. The CONSULTANT understands and acknowledges that the Services to be performed during the two (2) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the CONSULTANT. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY'S discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the giving of written notice by the CITY to the CONSULTANT by way of an executed task order and resultant task order. CONSULTANT shall perform all services and provide all work product required pursuant to this Contract and the specific task order by the Sequence of Events, or unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 The CONSULTANT shall be paid by the CITY for completed work and for services rendered under this agreement as follows: Payment for the work provided by CONSULTANT shall be made in accordance with the Fee Schedule as provided in Exhibit "A" attached hereto. Payment as provided in this Section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. Compensation for sub -CONSULTANTS will be negotiated based on each task order. Compensation will be through a direct mark-up in Boynton Beach Utilities - General Consulting Services C-14 V.5 CLEAN FINAL Page 1076 of 1278 accordance with the Schedule of Professional Fees attached hereto. Sub -consulting services shall be approved by the CITY'S representative prior to performance of the sub -consulting work. Consulting time for processing and management of the sub - CONSULTANT shall not be included in direct costs as the direct mark- up is applied for management efforts. The CONSULTANT may submit vouchers to the CITY once per month during the progress of the Work for partial payment for project completed to date. Such vouchers will be verified by the CITY, and upon approval thereof, payment will be made to the CONSULTANT in the amount approved. In certain cases where incremental billing for partially completed Work is permitted by the CITY'S representative, the total incremental billings shall not exceed the percentage of estimated completion of identifiable deliverables or accepted deliverables as of the billing date. Computation of Time Charges/Not-to-Exceed Method of Payment: When a service is to be compensated based on time charge/not-to- exceed method, the CONSULTANT shall submit a not -to -exceed proposal to the CITY'S representative for prior approval based on estimated labor hours and hourly rates which shall not exceed the established hourly rates as per the Schedule of Professional Fees attached hereto, plus sub -CONSULTANT services and other related costs supporting the proposed work. The CITY shall not be obligated to reimburse the CONSULTANT for costs incurred in excess of the total not -to -exceed cost amount. Final payment of any balance due the CONSULTANT of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the Work under this Agreement and its acceptance by the CITY, which shall occur no later than 30 days following receipt of the invoice. ❖ Final Invoice: In order for both parties herein to close their books and records, the CONSULTANT will clearly state "final invoice" on the CONSULTANT'S final/last billing to the CITY. The final invoice certifies that all services have been properly performed and all charges and costs have been invoiced to the CITY. Since this account will thereupon be closed, and any other further charges if not properly included on this invoice are considered waived by the CONSULTANT. The cost of all services as stated herein shall remain fixed and firm for the initial two (2) year period of the contract. Costs for subsequent years and any extension terms shall be subject to an adjustment only if increases incur in the industry. However, unless very unusual and significant changes have occurred in the industry, such increases shall not exceed 5% per year, or whichever is less, the latest yearly percentage increase in the All Urban Consumers Price Index (CPI -U) (National) as published by the Bureau of Labor Statistics, U.S. Boynton Beach Utilities - General Consulting Services C-15 V.5 CLEAN FINAL Page 1077 of 1278 Department Labor. The yearly increase, or decrease in the CPI shall be the latest index published and available ninety (90) days prior to the end of the contract year then in effect, compared to the index for the same month one (1) year prior. Any requested cost increase shall be fully documented and submitted to the CITY at least sixty (60) days prior to the contract anniversary date. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or industry costs decline, the CITY shall have the right to receive from the CONSULTANT, a reasonable reduction in costs that reflect such changes in the industry. ❖ The CITY may after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the CITY does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the CITY, the Contract may be cancelled by the CITY upon giving thirty (30) calendar days written notice to the CONSULTANT ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this Contract the documents shall be the property of the CITY whether the Project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design features on other projects. The CONSULTANT shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with CONSULTANT'S endeavors. Any use of the documents for purposes other than as originally intended by this Contract, without the written consent of CONSULTANT, shall be at the CITY'S sole risk and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Contract shall remain in full force and effect only as long as the expenditures provided in the Contract have been appropriated by the City Commission of Boynton Beach in the annual budget for each fiscal year of this Contract, and is subject to termination based on lack of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Contract and that it will retain and assign qualified professionals to all assigned projects during the term of this Contract. CONSULTANT'S services shall meet a standard of care for professional engineering and related services equal to the standard of care for engineering professional practicing under similar conditions. In submitting its response to the RFQ, CONSULTANT has represented to CITY that certain individuals employed Boynton Beach Utilities - General Consulting Services C-16 V.5 CLEAN FINAL Page 1078 of 1278 by CONSULTANT shall provide services to CITY pursuant to this Contract. CITY has relied upon such representations. Therefore, CONSULTANT shall not change the designated Project Manager for any project without the advance written approval of the CITY, which consent shall not be unreasonably withheld. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Contract, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Contract, shall review and comply with laws, regulations, codes and standards in effect as of the date of this agreement that are applicable to CONSULTANT'S services and shall exercise professional care and judgment to comply with requirements imposed by governmental authorities having jurisdiction over the project. Should changes in any law, ordinance, or regulation result in increased costs or delays to services rendered, both parties agree to an equitable adjustment to schedules and prices. ARTICLE 9 - INDEMNIFICATION 9.1 Subject to the limiting provisions of Florida Statute 725.08, CONSULTANT shall indemnify, and hold harmless the CITY, its offices, agents and employees, from and against any and all losses, or any portion thereof, including reasonable attorneys' fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANTS own employees, or damage to property to the extent caused by negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or other persons employed or utilized by CONSULTANT in performance of CONSULTANT'S duties. Neither party to this Contract shall be liable for any special, incidental, indirect or consequential damages of any kind, including but not limited to lost profits or use that my result from this Contract or out of the services or goods furnished hereunder. 9.2 To the greatest extent permitted pursuant to Section 725.06, Florida Statutes, CONSULTANT's indemnification obligation (when providing services to CITY) shall not exceed the value of CONSULTANT's total compensation. Such obligation shall not be construed to negate, abridge or otherwise reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Article. PURSUANT TO FLORIDA STATUTE, NO INDIVIDUAL DESIGN PROFESSIONAL EMPLOYED BY OR ACTING AS AN AGENT OF CONSULTANT MAY BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM THE NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT Boynton Beach Utilities - General Consulting Services C-17 V.5 CLEAN FINAL Page 1079 of 1278 ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide certificates of insurance evidencing such coverages and limits, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. CONSULTANT shall include the Worker's Compensation and Employer's Liability Insurance requirements in its subcontracts. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub - CONSULTANT that does not have their own Worker's Compensation and Employer's Liability Insurance, unless not required by statute. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors, Products Completed Operations and Contractual Liability with specific reference of Article 9, "Indemnification" of this Contract. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from CONSULTANT'S negligent performance of this Agreement. CONTRACTOR shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY, except for cancellation due to non-payment of premium. 10.1.3 Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non -owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per claim/aggregate. Boynton Beach Utilities - General Consulting Services C-18 V.5 CLEAN FINAL Page 1080 of 1278 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub - CONSULTANTS comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY'S written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above if coverage is not otherwise renewed for Comprehensive Liability Insurance on a claims -made policy only. ARTICLE 11 - INDEPENDENT CONTRACTOR 11.1 The CONSULTANT and the CITY agree that the CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Contract. Nothing in this Contract shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Contract. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. 11.2 CONSULTANT acknowledges and understands that, as an independent CONSULTANT pursuant to this Agreement, CONSULTANT shall comply with Chapter 119, Florida Statutes, as amended (Public Records). CONSULTANT'S obligation includes, but is not limited to CONSULTANT'S obligation to preserve public records and make public records available to third parties in addition to the CITY. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the CITY shall have the right to annul this Contract without liability or, in its discretion to deduct from the contract Boynton Beach Utilities - General Consulting Services C-19 V.5 CLEAN FINAL Page 1081 of 1278 price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — TRUTH4N-NEGOTIATION CERTIFICATE 13.1 Execution of this Contract by the CONSULTANT shall act as the execution of a truth -in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Contract is accurate, complete, and current as of the date of the Contract. 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside CONSULTANTS. The City shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - SUBCONTRACTING 14.1 The CITY reserves the right to accept the use of a SUB -CONSULTANT or to reject the selection of a particular sub -CONSULTANT and to inspect all facilities of any SUB -CONSULTANTS in order to make a determination as to the capability of the SUB -CONSULTANT to perform properly under this contract. The CONSULTANT is encouraged to seek local vendors for participation in subcontracting opportunities. If the CONSULTANT uses any sub CONSULTANTS on this project the following provisions of this Article shall apply: 14.2 If a SUB -CONSULTANT fails to perform or make progress, as required by this Contract, and it is necessary to replace the SUB -CONSULTANT to complete the work in a timely fashion, the CONSULTANT shall promptly do so, subject to acceptance of the new SUB -CONSULTANT by the CITY. The substitution of a subcontractor shall not be adequate cause to excuse a delay in the performance any portion of this contract as set forth in the Scope of Work. 14.3 The CONSULTANT, its SUB -CONSULTANTS, agents, servants, or employees agree to be bound by the Terms and Conditions of this Contract and it's agreement with the SUB -CONSULTANT for work to be performed for the City the CONSULTANT must incorporate the terms of this contract. ARTICLE 15 - DISCRIMINATION PROHIBITED 15.1 The CONSULTANT, with regard to the work performed by it under this Contract, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. ARTICLE 16 - ASSIGNMENT 16.1 The CONSULTANT shall not sublet or assign any of the services covered by this Contract without the express written consent of the CITY. Boynton Beach Utilities - General Consulting Services C-20 V.5 CLEAN FINAL Page 1082 of 1278 ARTICLE 17 - NON -WAIVER 17.1 A waiver by either CITY or CONSULTANT of any breach of this Contract shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving parry's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 18 — TERMINATION 18.1 Termination for Convenience: This Contract may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Contract or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. 18.2 Termination for Default: In addition to all other remedies available to the CITY, this Contract shall be subject to cancellation by the CITY for cause, should the CONSULTANT neglect or fail to perform or observe any of the material terms, provisions, conditions, or requirements herein contained, if such neglect or failure continue for a period of thirty (30) days after receipt by CONSULTANT of written notice of such neglect or failure. In the event of non-payment of other material breach of this Contract by CITY, the Contract is subject to cancellation by CONSULTANT should such condition continue for a period of thirty (30) days after receipt by CITY of written notice of breach. ARTICLE 19 — DISPUTES AND VENUE 19.1 Any dispute arising out of the terms or conditions of this Contract shall be adjudicated within the courts of Florida. Further, this Contract shall be construed under Florida Law. Claims, disputes or other matters in question between the parties to this Contract arising out of or relating to this Contract shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Contract. The parties agree that any action arising out of this Contract shall take place in Palm Beach County, Florida. ARTICLE 20 — UNCONTROLLABLE FORCES 20.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Contract if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Contract and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and Boynton Beach Utilities - General Consulting Services C-21 V.5 CLEAN FINAL Page 1083 of 1278 governmental actions. In such circumstances, parties agree to an equitable adjustment of schedules and prices. 20.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non- performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Contract. ARTICLE 21 — CITY -PROVIDED INFORMATION AND SERVICES 21.1 CITY shall furnish CONSULTANT available studies, reports and other data pertinent to CONSULTANT'S services; obtain or authorize CONSULTANT to obtain or provide additional reports and data as required; furnish to CONSULTANT services of others required for the performance of CONSULTANT'S services hereunder, and CONSULTANT shall be entitled to use and rely upon all such information and services provided by CITY or others in performing CONSULTANT'S services under this Agreement. ARTICLE 22 — ESTIMATES AND PROJECTIONS 22.1 In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, CONSULTANT has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, CONSULTANT makes no warranty that CITY'S actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projections, or estimates. ARTICLE 23 — THIRD PARTIES 23.1 The services to be performed by CONSULTANT are intended solely for the benefit of CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on CONSULTANT'S performance of its services hereunder, and no right to assert a claim against CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of CONSULTANT'S services hereunder. Boynton Beach Utilities - General Consulting Services C-22 V.5 CLEAN FINAL Page 1084 of 1278 ARTICLE 24 - NOTICES 24.1 All notices required in this Contract shall be sent to the CITY and shall be mailed to: City of Boynton Beach Attn: Utilities Director 124 E. Woolbri ht Road Boynton Beach, FL 33435 Copy to: City of Boynton Beach Attn: Procurement Services P.O. Box 310 Boynton Beach, FL 33425 And Notices to CONSULTANT, shall be sent to the following address: Arcadis U.S., Inc. Attn: Leah Torres, P.E. 1500 Gateway Blvd. Suite 200 Boynton Beach, FL 33435 ARTICLE 25 - INTEGRATED AGREEMENT Copy to: Arcadis U.S, Inc. Attn: Legal Department 630 Plaza Drive, Suite 100 Highlands Ranch, CO 80129 25.1 This Contract, together with the RFQ/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Contract may be amended only by written instrument signed by both CITY and CONSULTANT. 25.2 In the event of a conflict between a provision of this Agreement and a provision of an individual Task Order, the provision of the Task Order will control. ARTICLE 26 - SOVEREIGN IMMUNITY 26.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Contract, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Contract, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to the State's subdivisions by state law. 26.2 In connection with any litigation or other proceeding arising out of the Contract, the prevailing party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post -judgment proceedings. CITY'S liability for costs and attorney's fees, however, shall not alter or waive CITY'S entitlement to Boynton Beach Utilities - General Consulting Services C-23 V.5 CLEAN FINAL Page 1085 of 1278 sovereign immunity, or extend CITY'S liability beyond the limits established in Section 768.28, Florida Statutes, as amended. ARTICLE 27 — PUBLIC RECORDS 27.1 The City is public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY'S custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY'S custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK P.O. BOX 310 BOYNTON BEACH, FLORIDA, 33425 561-742-6061. PYLEJ(a,,BBFL.US Boynton Beach Utilities - General Consulting Services C-24 V.5 CLEAN FINAL Page 1086 of 1278 Article 28 - LIMITATION OF LIABILITY THE PARTIES HAVE EVALUATED THE RESPECTIVE RISKS AND REMEDIES UNDER THIS AGREEMENT AND AGREE TO ALLOCATE THE RISKS AND RESTRICT THE REMEDIES TO REFLECT THAT EVALUATION. CITY AGREES TO RESTRICT ITS REMEDIES UNDER THIS AGREEMENT AGAINST CONSULTANT, ITS PARENTS, AFFILIATES AND SUBSIDIARIES, AND THEIR RESPECTIVE DIRECTORS, OFFICERS, SHAREHOLDERS AND EMPLOYEES, ("CONSULTANT'S COVERED PARTIES"), SO THAT THE TOTAL AGGREGATE LIABILITY OF THE CONSULTANT'S COVERED PARTIES SHALL NOT EXCEED THE VALUE OF CONSULTANT'S SERVICES UNDER THE ASSIGNED TASK ORDER. THIS RESTRICTION OF REMEDIES SHALL APPLY TO ALL SUITS, CLAIMS, ACTIONS, LOSSES, COSTS (INCLUDING ATTORNEY FEES) AND DAMAGES OF ANY NATURE ARISING FROM OR RELATED TO THIS AGREEMENT WITHOUT REGARD TO THE LEGAL THEORY UNDER WHICH SUCH LIABILITY IS IMPOSED. CLAIMS MUST BE BROUGHT WITHIN ONE CALENDAR YEAR FROM PERFORMANCE OF THE SERVICES UNLESS A LONGER PERIOD IS REQUIRED BY LAW. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this /6Aday of X 0Cj s:-,- CITY f CITY OF BOYNTON�BEA,C/H City Manager Attest/Authenticated : Title City Clerk' f Approv as o For officYof the djkeAttomey Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL CONSULTANT Attest/Authenticated:Secretary 2019 . SEAL Page 1087 of 1278 EXHIBIT "A" FEE SCHEDULE FIRM: Arcadis U.S., Inc. DATE: March 19, 2018 ' Involved only when Corporate Authority is required = Includes all engineering disciplines (e.g. Civil, Structural, Mechanical, Electrical, etc.) ' Includes other technical staff (e.g. Architects, Planners, Management Consultants, etc.) ° Subject matter experts who provide support as may be requested / needed 'The Merchant Strategies, Inc. Reimbursable Expenses: Direct costs such as postage, prints, delivery service will be billed at cost. Boynton Beach Utilities - General Consulting Services C-26 V.5 CLEAN FINAL Page 1088 of 1278 Personnel Classifications Hourly Rate Company Officer' $295.00 Contract Manager $240.00 Project Manager $200.00 Principal Engineer 2,3 $220.00 Senior Engineer2,3 $195.00 Project Engineer 62,3 $185.00 Project Engineer 52.3 $165.00 Project Engineer 42,3 $155.00 Project Engineer 32.3 $140.00 Project Engineer 22.3 $115.00 Project Engineer 12,3 $95.00 Engineering Technician 2,3 $85.00 CADD / Design Staff Senior Designer $145.00 Designer $110.00 CADD / Technician $80.00 Support Staff Clerical J Administrative 3 $110.00 Clerical J Administrative 2 $85.00 Clerical/ Administrative 1 $75.00 Specialized Technical Staff Principal Technical Expert" $280.00 Senior Technical Expert" $260.00 Technical Experts $200.00 Public Involvement Project Managers $150.00 Public Involvement Specialists $112.50 ' Involved only when Corporate Authority is required = Includes all engineering disciplines (e.g. Civil, Structural, Mechanical, Electrical, etc.) ' Includes other technical staff (e.g. Architects, Planners, Management Consultants, etc.) ° Subject matter experts who provide support as may be requested / needed 'The Merchant Strategies, Inc. Reimbursable Expenses: Direct costs such as postage, prints, delivery service will be billed at cost. Boynton Beach Utilities - General Consulting Services C-26 V.5 CLEAN FINAL Page 1088 of 1278 EXHIBIT "B" City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of `B+" or higher. (NOTE: An insurance contract or binder may be accepted as proof of insurance if Certificate is provided upon selection of vendor) The following is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk) TYPE (Occurrence Based Only) General Liability Commercial General Liability Owners & Contractor's Protective (OCP) Liquor Liability Professional Liability Employees & Officers Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability MINIMUM LIMITS REQUIRED General Aggregate S 1,000,000.00 Products-Comp/Op Agg. $ 1,000,000.00 Personal & Adv. Injury S 1,000,000.00 Each Occurrence $ 1,000,000.00 Fire Damage (any one fire) $ 50,000.00 Med. Expense (any one person) $ 5,000.00 Automobile Liability Combined Single Limit $ 500,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non -Owned Autos PIP Basic Intermodal ----------------------------------------------------------------------------------------------------------------------------------------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------ Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined -------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 --------------------------------------------------------------------------------------------------------------------------------------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost --------------------------------------------------------------------------------------------------------------------------------------- Odrer - As Risk Identified --------------------------------------------------------------------------------------------------------------------------------------- to be determined Boynton Beach Utilities - General Consulting Services C-27 V.5 CLEAN FINAL Page 1089 of 1278 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS Date: Name of Firm: Office Location: 1. Service: I (Check One) ❑ Planning/Study Activity, Report, Other ❑ Design/Engineering Services/Preliminary Bid Document ❑ Final Document/Bidding/Contractor Award p Construction Phase/Completion 2. Name of Project: 3. Project Mana er: CONSTRUCTION CONTRACT DATA 5. a. Engineer's estimate: $ Final Cost: $ b. Substantial Construction Completion Date: c. Final Construction Completion Date: 6. 1 Overall Rating I (Check One) ❑ Unsatisfactory ❑ Poor ❑ Fair ❑ Good ❑ Excellent 7. 1 Recommended for Future Contracts? 1 ❑ 1 Yes 1 ❑ No 0 Conditional If other than yes, provide detailed explanation on a separate sheet of paper. 8. 1 Name, title, and office of rating officer e.. Utilities Director): afore of rating officer: Boynton Beach Utilities - General Consulting Services C-28 V.5 CLEAN FINAL Page 1090 of 1278 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) DESIGN/ENGINEERING SERVICES AND PRELIMINARY BID DOCUMENT PREPARTION PHASE Rate numericaliv 1 to 5 with 5 eing the hi hest score N/A 1. Thorou h site investigation 1 1 2 3 1 4 1 5 2. Meeting cost limitations 1 2 3 14 1 5 3. Design/results suitability 1 2 3 14 1 5 4.Coo erative & responsive 1 2 3 4 5 5. Timeliness of submissions 1 2 3 4 5 6. 'Plans clear/detailed 1 2 3 4 5 7. 'Plan/spec accuracy 1 2 3 4 5 "Preliminary administrative/limited staff review/evaluation of levels of clarity, accuracy, and coordination between disciplines. Name and title of rating officer (e.g. Utilities Director}: Signature of rating officer: FINAL DOCUMENT PREPARATION, BID, & AWARD BY CONSULTANT Rate numerically 1 to 5 with 5 being the highest score N/A 1. Secs afford competition 1 2 3 4 15 2. Secs complete/thorough 1 2 3 4 5 3. Accuracy of documents 1 2 3 4 5 4. Re uirements within engineer's estimate 1 2 3 4 5 5. Cooperative attitude 1 2 3 4 5 6. Timeliness of submissions 1 2 3 4 5 7. Pre-bid conference participation 1 2 3 4 5 8. Response to inquiries 1 2 3 4 5 9. Bid evaluation quality/timeliness 1 2 3 4 5 10. Res onse to building & permitting agencies 1 2 3 4 5 11. Addendum preparation & permit applications 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer Boynton Beach Utilities - General Consulting Services C-29 V.5 CLEAN FINAL Page 1091 of 1278 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) CONSTRUCTION PHASE COMPLETION Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-30 V.5 CLEAN FINAL Page 1092 of 1278 Rate numerically 1 to 5 with 5 being the highest score N/A 1. Drawings Reflect True Conditions 1 2 3 4 5 2. Plans/Specs Accurate/Coordinated 1 2 3 4 5 3. Desi n Constructabili 1 2 3 4 5 4. Timeliness/Quality of Processing Submittals 1 2 3 4 5 5. Product/Equipment Selection Availability1 2 3 4 5 6. Field Consultation and Investigations 1 2 3 4 5 7. Quality of Su rt Services 1 2 3 4 5 8. Overall Construction Contract Administration 1 2 1 3 4 5 9. 1 Project Closeout Documentation Review 1 2 13 4 5 10. Validity of Claims for Extra Costs 1 2 3 4 5 11. Did Consultant provide sufficient copies of signed plans to allow for timely review and approval by all Permitting Agencies? 1 2 3 4 5 12. Did the Consultant actively participate in overcoming problems with the Contractor, Building Officials and/or Regulatory Agencies? 1 2 3 4 5 13. Change Order Processing (Accuracy, Timeliness, Documentation, etc. 1 2 3 4 5 14. Did the Consultant exercise adequate/effecting coordination and control of subconsultant(s) or associates work and paperwork? 1 2 3 4 5 15. Proactive Participation in Resolution of Dis ute s ? 1 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-30 V.5 CLEAN FINAL Page 1092 of 1278 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (continued) PLANNING/STUDY ACTIVITY, REPORT, OTHER Rate numerically 1 to 5 with 5 beingthe highest score N/A 1. I Thorough investigation of situation or activity 1 2 1 3 1 4 5 2. 1 Cooperative attitude 1 2 13 1 4 5 3. Timeliness of submissions 1 2 3 1 4 5 4. Accuracy of documents 1 2 3 1 4 5 5. Did the Consultant offer cost saving solutions? 1 2 3 4 5 6. Did the Consultant actively participate in problem solving? 1 2 3 4 5 7. Overall results 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-31 V.5 CLEAN FINAL Page 1093 of 1278 Am PUBLIC HEARING 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO.19-004 - FIRST READING - Approve Boynton Beach Mall Future Land Use Map Amendment from Development of Regional Impact (DRI) to Mixed Use Low (MXL). Applicant: City - initiated. Staff Requests item be tabled to 2/5/19. PROPOSED ORDINANCE NO.19-005 - FIRST READING - Approve the Comprehensive Plan's Future Land Use Element text amendment to delete the Boynton Beach Mall DRI from the list of DRI -classified sites. Applicant: City -initiated. Staff Requests item be tabled to 2/5/19. EXPLANATION OF REQUEST: The Boynton Beach Mall encompasses approximately 108 acres and currently has six owners. The four parcels that constitute the largest part of the area are owned by Washington Prime Group (Boynton Beach Mall LLC). Other property owners include Macy's Florida Stores, Regional Enterprises, Dillard's, Istar Florida 2015 Cinemas and Christ Fellowship Church. The Mall's main, single -story structure houses the anchor retail tenants of Macy's, Dillards, JCPenney and Sears as well as the Christ Fellowship Church. The other two buildings are the Cinemark Boynton Beach movie theater and Sears Auto Center. The proposed future land use amendment, changing the Mall's future land use classification from Development of Regional Impact (DRI) to Mixed Use Low (MXL), has been initiated by City staff in preparation for the site's future redevelopment. (Note that the pine preserve, a part of the original DRI, will retain its Recreational classification.) While the redevelopment will likely proceed in phases and involve site planning for each, the rezoning will be processed concurrently with a master plan for the entire site. There is at present no master plan application. The subject FLUM amendment is accompanied by the concurrently processed amendment to the Comprehensive Plan's Future Land Use Element (CPTA 19-001), which eliminates the Boynton Beach Mall DRI from the list of DRI -classified sites. Since the size of the property under consideration exceeds ten acres, both the proposed FLUM amendment and the concurrent text amendments to the Future Land Use Element are subject to the Expedited State Review Process per provisions of Chapter 163.3184(3) and (5), Florida Statutes. If the Commission approves the proposed amendments, they will be transmitted for review to the Florida Department of Economic Opportunity (DEO), the state land planning agency. The final adoption by the City Commission is tentatively planned for April 2019. There are several factors contributing to the need for the proposed amendment: Development order for Boynton Beach Mall DRI expired. The Future Land Use Element's definition of the DRI future land use for the Mall includes minimum and maximum intensity of retail/commercial development measured in square feet of gross leasable space as approved by the DRI development order. Since the subject development order expired, this definition no longer has actionable meaning and will be eliminated. Concurrently, the Mall would be assigned a new FLU of Mixed Use Low. Page 1094 of 1278 Enclosed mall as model for a shopping center is becoming obsolete. Closures of traditional enclosed malls in the U.S. have been reported for over a decade. Some of these malls are able to reinvent themselves to become "lifestyle shopping" mixed use projects or outlet centers, some are redeveloped as health or conference facilities, and some have accommodated nontraditional tenants such as churches and schools. The proposed Mixed Use Low FLU reclassification (and subsequent rezoning) will provide flexibility in both uses and design to allow the Mall to "reinvent" itself. The variety of options MXL offers is crucial to the successful redevelopment of the property and the continued success of the entire Congress Avenue commercial hub. The Mall's current zoning is not conducive for redevelopment The Mall's current zoning is C-3, Community Commercial, a conventional zoning district under the Local Retail Commercial (LRC) future land use. Neither provides appropriate framework for creativity and flexibility in design that the property needs to be successfully redeveloped. Mall redevelopment is included in City's strategic plans The City's Strategic Plan 2018-2022 lists the Mall's redevelopment as item #18 in the portfolio of strategic projects starting FY2018-2019. The document notes that the redevelopment of the Mall site will be part of a future planning effort embracing an area tentatively referred to as the Congress Avenue Corridor District. Lastly, the need for improvements/redevelopment of the Mall was also recognized by the City's 2016-2021 Economic Development Strategic Plan (Goal 4, Objective 4.2). The Planning and Development Board recommended approval of the subject requests on December 17, 2018. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No significant impact on either programs or services FISCAL IMPACT: No impact at this time, but future redevelopment of the Mall will contribute to the City's tax base. ALTERNATIVES: None recommended STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Mall redevelopment listed as item #18 in the portfolio of strategic projects starting FY1018-2019 (Strategic Plan 2018-2022). CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Page 1095 of 1278 Is this a grant? No Grant Amount: ATTACHMENTS: Type D Staff Report D Location Map D Location Map D Location Map D Amendment D Location Map D Amendment Description BB MALL LUAR 19-002 and CPTA 19-001 EXHIBITAl. BB MALL Ownership EXHIBITA2. BB MALLAerial EXHIBIT B. BB MALL Current FLU EXHIBIT C. BB MALL Proposed FLU EXHIBIT D. BB MALL Current Zoning EXHIBIT E. BB MALL FLU TextAmendment Page 1096 of 1278 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 18-064 STAFF REPORT TO: Chair and Members Planning and Development Board THRU: Ed Breese Planning and Zoning Administrator FROM: Hanna Matras, Senior Planner DATE: December 7, 2018 PROJECT: Boynton Beach Mall's Future Land Use Map Amendment (LUAR 19-002) and related Comprehensive Plan's Text Amendment (CPTA 19-001) REQUEST: Approve Boynton Beach Mall Future Land Use Map Amendment from Development of Regional Impact (DRI) to Mixed Use Low (MXL) and the Comprehensive Plan's Future Land Use Element text amendment to delete the Boynton Beach Mall DRI from the list of DRI -classified sites. City -initiated. PROJECT DESCRIPTION Property Owners: Boynton Beach Mall, LLC (owned by Washington Prime Group, LLC)—four (4) parcels; remaining parcels owned by Macy's Florida Stores, LLC; Regional Enterprises, LLC; Dillard's, Inc.; Istar Florida 2015 Cinemas, LLC; and Christ Fellowship Church, Inc. (Exhibit "Al") Applicant: City of Boynton Beach Location: Area bounded by Boynton Canal on the north, Old Boynton Road on the south, developed commercial properties/Congress Avenue on the east, LWDD L-23 Canal on the northwest and Javert Street on the southwest (Exhibit "A2") Existing Land Use/ Development of Regional Impact (DRI), Exhibit "B" / Zoning: C-3, Community Commercial (Exhibit "D"); Proposed Land Use/ Mixed Use Low (MXL), Exhibit "C") / Zoning: No change in zoning Page 1097 of 1278 Page 2 Boynton Beach Mall LUAR 19-002 Acreage: +/- 108.30 acres Adjacent Uses: North: Right-of-way for Boynton Canal; farther to the northwest, a mobile home community Sand and Sea Village in the unincorporated Palm Beach County, classified HR -8 High Residential and zoned RS, Residential Single Family; to the northeast, Savanah Lakes Apartments, classified Medium Density Residential (MeDR) and zoned PUD, Planned Unit Development, and farther east, Courtyard By Mariott Boynton Beach Hotel, classified Local Retail Commercial (LRC) and zoned C-3, Community Commercial; South: Right-of-way for Old Boynton Road, and farther south, Walmart and other developed commercial properties, classified Local Retail Commercial (LRC) and Office Commerical (OC) and zoned C-3, Community Commercial and C-1, Office Commercial; East: Developed commercial office and retail properties, then right-of- way for Congress Avenue; farther east-northeast, developed commercial outparcels of the the mixed use development of Boynton Village, classified Mixed Use Low (MXL) and zoned SMU, Suburban Mixed Use; to the southeast, commercial development of Town Center, classified Local Retail Commercial (LRC) and zoned C-3, Community Commercial; and West: To the southwest, right-of-way for Javert Street; farther west, developed single-family home subdivision of West Boynton in the unincorporated county, classified Medium Residential (MR) and zoned RS, Residential Single Family; to the northwest, LWDD L- 23 Canal and then a pine preserve area, classified Recreational (R) and zoned REC, Recreation. BACKGROUND The Boynton Beach Mall (the Mall), an enclosed shopping center, is a Development of Regional Impact (DRI) pusuant to the provisions of Chapter 380.06 of the Florida Statutes. It was approved as a DRI by Palm Beach County through issuance of Development Order dated May 7, 1974 (Resolution No. 74-343). The Development Order included 10 (ten) impact -mitigating conditions, with 7 (seven) pertaining to road improvements/traffic circulation and a requirement that the pine area located in the northwest area of the site be preserved. 2 Page 1098 of 1278 Page 3 Boynton Beach Mall LUAR 19-002 THE SITE The Mall is bounded by Javert Street on the southwest, LWDD L-23 Canal on the northwest, North Congress Avenue on the east, Boynton Canal on the north and Old Boynton Road on the south. The four parcels owned by the Boynton Beach Mall LLC comprise the largest part of the area under consideration (the company also owns the pine preserve area, which will retain its current future land use of Recreational). The other property owners are Macy's Florida Stores, Regional Enterprises, Dillard's, Istar Florida 2015 Cinemas and Christ Fellowship Church. The Mall's main, single -story structure houses the anchor retail tenants of Macy's, Dillards, JCPenney and Sears as well as the Christ Fellowship Church. The other two buildings are the Cinemark Boynton Beach movie theater and Sears Auto Center. The current mall includes 1,074,939 sq. ft. GLA (gross leasable area) of retail and 79,500 sq.ft. GFA (gross floor area) of theater, for a total of 1,154,439 sq.ft.. THE BRIEF HISTORY OF THE MALL • 1982: The City annexes the property with the proposed development (Ordinance No. 82-38); adopts a development order for the Boynton Beach Mall permitting 1,108,000 GLA retail (consistent with the Palm Beach County's Resolution No. 74- 343); approves Future Land Use amendment for the property from the Palm Beach County's Commercial Potential to the City's Local Retail (Ordinance No. 82-41) and rezoning from the County's CG General Commercial to the City's C-3 Community Commercial (Ordinance No. 82-44). Outparcels fronting North Congress Avenue are also annexed, and likewise reclassified/rezoned to the same categories. • 1985: The Mall opens on October 2nd • 1988: The City annexes a 5.83 acre parcel included in the original DRI area as a pine preserve area (Ordinance No. 88-11), giving the property Recreational (R) future land use classification and REC (Recreation) zoning designation in 1991. Amendments to the Boynton Beach Mall DRI Development Order (1989-2005) • 1989: Amendments allow for the increase of the retail GLA from 1,108,000 to 1,244,449 sq. ft. to accommodate addition of the Sears store (Resolution No. 89- U U U, 12/19/89). Amendments are appealed by the state planning agency (the former Department of Community Affairs) and the Treasure Coast Regional Planning Council for inadequate protection of the pine area, and deficiencies pertaining to drainage and mitigation of traffic impacts. 3 Page 1099 of 1278 Page 4 Boynton Beach Mall LUAR 19-002 • 1991: Amendments reflect settlement of the above mentioned appeal. The developer revises the site plan and agrees to preserve the native habitat in the area in perpetuity through Restrictive Covenants. Additional conditions include requirements pertaining to littoral zone planting design and management plan and hazardous materials management plan (Resolution No. 91-37, 3/5/91). • 1996/1998: Amendments extend the buildout date and include revisions to the transportation mitigation conditions (Resolution No. 96-26, 2/20/96 and Resolution No. 98-123). • 2005: Amendments provide for a conversion of 169,510 square feet of the existing retail GLA (through the demoliton of the Macy's store, which relocated to the former Burdines' space) to a 79,500 square foot multi -screen movie theater with 3,650 seats, and the addition of 17,528 of new retail space (Resolution No. 05-049). The overall square footage is reduced from 1,244,449 to 1,154,439. Amendment to Boynton Beach Mall FLU with DRI as New FLU Category (2008) In 2004, the City approved the amendment to the text of the Comprehensive Plan's Future Land Use Element establishing a Development of Regional Impact (DRI) as a future land use classification (Ordinance No. 04-012). The new DRI FLU category was a solution generated in collaboration with Florida Department of Community Affairs, the former state land planning agency; it addressed the absence of a mixed use classification applicable for property outside downtown area where such classification already existed. The DRI FLU was defined separately for the City's three (3) DRIs, using the density, intensity and traffic generation limits for each as approved in the respective DRI development orders. Initially, the DRI FLU was only applied to one of the three sites, Motorola DRI, which redeveloped under the name of Renaissance Commons. The two remaining DRIs, Quantum and Boynton Beach Mall, were not reclassified till 2008, as a part of the state - mandated Evaluation and Appraisal (EAR) -based Comprehensive Plan text and map amendments (Ordinance No. 08-007). The pine preserve—a part of the Boynton Beach Mall DRI—retained its Recreation (R) FLU category. Expiration of Boynton Beach Mall DRI Development Order (2012) The initial termination date of the Boynton Beach Mall DRI Development Order was set for December 31, 2010. However, prior to that date, in 2009, the mall owner requested and was granted a two (2) – year extension pursuant to the Community Renewal Act, a growth management law that intended, among other things, to assist local communities' economic recovery after the period of inactivity forced by the "Great Recession." Ultimately, the development order expired on December 12, 2012. 11 Page 1100 of 1278 Page 5 Boynton Beach Mall LUAR 19-002 Purchase of Dillard's Property by Christ Fellowship Church (2012) In December of 2012, Christ Fellowship Church (CFC) purchased one of the two Dillard's properties. The CFC became one of a growing number of churches locating in vacant or obsolete former commercial spaces such as malls and abandoned "big -box" buildings, taking advantage of lower cost of remodeling a vacant building rather than constructing a new facility. Washington Prime Group Takes Over the Mall (2014) In 2014, Simon Property Group, the Mall's owner, spun off their lower -tier mall assets, including the Boynton Beach property, to an entity known as Washington Prime Group. THE PROPOSED ACTION AND THE PROCESS This action—the future land use amendment changing the Mall's future land use classification from Development of Regional Impact (DRI) to Mixed Use Low (MXL)— has been initiated by City staff in preparation for the site's future redevelopment. While the redevelopment will likely proceed in phases and involve site planning for each, the rezoning will be processed concurrently with a master plan for the entire site. There is at present no master plan application. The subject amendment to the Future Land Use Map (FLUM) is accompanied by the concurrently processed amendment to the Comprehensive Plan's Future Land Use Element (CPTA 19-001), which eliminates the Boynton Beach Mall DRI from the list of DRI -classified sites. Since the size of the property under consideration exceeds ten acres, both the proposed FLUM amendment and the concurrent text amendments to the Future Land Use Element are subject to the Expedited State Review Process per provisions of Chapter 163.3184(3) and (5), Florida Statutes. If the Commission approves the proposed amendments, they will be transmitted for review to the Florida Department of Economic Opportunity (DEO), the state land planning agency. The final adoption by the City Commission is tentatively planned for April 2019. REVIEW BASED ON CRITERIA The following analysis adresses all the criteria for review of Comprehensive Plan Map amendments and rezonings listed in the Land Development Regulations, Chapter 2, Article II, Section 2.13.3 and Section 2.D.3. a. Demonstration of Need. A demonstration of need may be based upon changing conditions that represent a demand for the proposed land use classification and zoning district. Appropriate data and analysis that adequately substantiates the need for the proposed land use amendment and rezoning must be provided within the application. IJ Page 1101 of 1278 Page 6 Boynton Beach Mall LUAR 19-002 There are several factors contributing to the need for the proposed amendment: • Development order for Boynton Beach Mall DRI expired. The Future Land Use Element's definition of the DRI future land use for the Mall includes minimum and maximum intensity of retail/commercial development measured in square feet of gross leasable space as approved by the DRI development order. Since the subject development order expired, this definition no longer has actionable meaning and will be eliminated. Concurrently, the Mall would be assigned a new FLU of Mixed Use Low. • Enclosed mall as model for a shopping center has become obsolete. Boynton Beach Mall has been ailing for several years, as shown by the the Palm Beach County Property Appraiser's annual "Top Taxpayers" reports for the City. There was an especially sharp drop in appraised value of Boynton Mall LLC properties between 2016 and 2017—nearly $13 million, from $46,339,832 to $33,517,168, as the mall's anchors JC Penney and Sears continued to suffer declining sales. Closures of traditional enclosed malls in the U.S. have been reported for over a decade. Some of these malls are able to reinvent themselves to become "lifestyle shopping" mixed use projects or outlet centers, some are redeveloped as health or conference facilities, and some have accommodated nontraditional tenants such as churches and schools. The Outlook section in the Cushman & Wakefield U.S. Shopping Center report for the first quarter of 2018 states: "The gap will widen between mall classes (... ). Class 8 will look at non-traditional mall tenants and innovation to survive (... ). Closures of weakest malls and centers will ramp up in the second half of 2018. The reinvention of these dying malls as mixed use projects will gain momentum in 2019 and beyond." The proposed Mixed Use Low FLU reclassification (and subsequent rezoning) will provide flexibility in both uses and design to allow the Mall to "reinvent" itself. The variety of options MXL offers is crucial to the successful redevelopment of the property and the continued success of the entire Congress Avenue commercial hub. • The Mall's current zoning is not conducive for redevelopment The Mall's current zoning is C-3, Community Commercial, a conventional zoning district under the Local Retail Commercial (LRC) future land use. Neither provides appropriate framework for creativity and flexibility in design that the property needs to be successfully redeveloped. • Mall redevelopment is included in City's strategic plans The City's Strategic Plan 2018-2022 lists the Mall's redevelopment as item #18 in the Ce Page 1102 of 1278 Page 7 Boynton Beach Mall LUAR 19-002 portfolio of strategic projects starting FY2018-2019. The document notes that the redevelopment of the Mall site will be part of a future planning effort embracing an area tentatively referred to as the Congress Avenue Corridor District. As expected, the need for improvements/redevelopment of the Mall was also recognized by the City's 2016-2021 Economic Development Strategic Plan (Goal 4, Objective 4.2) b. Consistency. Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would be consistent with the purpose and intent of, and promote, the applicable Comprehensive Plan policies, Redevelopment Plans, and Land Development Regulations. Consistency with Comprehensive Plan and strategic plans The proposed FLUM amendment is consistent with the intent of several Comprehensive Plan Future Land Use Element policies, including: Policy 1.3.1 d Mixed Use category shall provide for the vertical or horizontal mixing of land uses within a single site in order to allow development and redevelopment in specific geographic areas of the City that take maximum advantage of existing utility systems and services, and promote compact development, safe and pedestrian -friendly streets, and provide transportation choices. Policy 1. 7.4 By the end of 2017, the City shall evaluate a need for redevelopment plans for specific areas of the City that are not within the City's designated Community Redevelopment Area. If an evaluation determines such a need, the development of such plans shall be added to staff work program. Policy 1. 8.2 The City shall discourage urban sprawl by, A. Continuing to promote compact developments within the City's utility service areas, while requiring the maximization of all public services for each development in the most cost effective manner possible, and B. Requiring, in all future development and redevelopment in the City, land use patterns that are non -strip in nature and demonstrate the ability to attract and encourage a functional mix of uses. As per the response to criterion "a," the proposed amendment is also consistent with, and initiates the implementation of, the objectives of the City's Strategic Plan 2018-2022 and the 2016-2021 Economic Development Strategic Plan pertaining to redevelopment of Boynton Beach Mall. 7 Page 1103 of 1278 Page 8 Boynton Beach Mall LUAR 19-002 In 2019, pursuant to Policy 1.7.4, staff will resume work—initiated in 2018—on a comprehensive redevelopment plan for the Congress Avenue corridor. Since the proposed Mixed Use Low is the only mixed use classification for lands west of Interstate 95, it will be a clear choice as the plan's FLU recommendation for the site. Moreover, the incoming master plan for the Mall will be reviewed with the anticipated recommendations regarding the FLU, connectivity and overall design for the nearby corridor areas in sight. Consistency with Land Development Regulations (LDR) The consistency with the LDRs and the need for any Code reviews— potentially required given the size and complexity of the project—will be assessed at the master plan/rezoning phase of the project. The sole zoning distict corresponding to the proposed MXL future land use category and applicable to the areas west of Interstate 95 is SMU, Suburban Mixed Use. c. Land Use Pattern. Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would be contrary to the established land use pattern, or would create an isolated zoning district or an isolated land use classification unrelated to adjacent and nearby classifications, or would constitute a grant of special privilege to an individual property owner as contrasted with the protection of the public welfare. This factor is not intended to exclude FLUM reclassifications and rezonings that would result in more desirable and sustainable growth for the community. The proposed FLUM would not be contrary to the established land use pattern nor would it create an isolated FLU classification. The land use pattern in adjacent and nearby areas is eclectic: it incorporates commercial uses of small and large retail (including Walmart), offices, a hotel (Courtyard by Mariott), as well as residential uses of single-family, multi -family and mobile homes. Given that the subject site contains about 108 acres, the proposed amendment can hardly be considered an "isolated land use classification"; moreover, the proposed FLU category of MXL extends over an 80 acre area of Boynton Village community on the east side of North Congress Avenue. Finally, the MXL future land use classification will very likely be recommended for other areas of the Congress Avenue Corridor District and will replace the DRI classification of Renaissance Commons when that DRI expires. d. Sustainability. Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would support the integration of a mix of land uses consistent with the Smart Growth or sustainability initiatives, with an emphasis on 1) complementary land uses; 2) access to alternative modes of transportation, and 3) interconnectivity within the project and between adjacent properties. The subject FLUM amendment is not accompanied by rezoning with a master plan; however, the proposed MXL will eventually support a large mixed use project with uses Page 1104 of 1278 Page 9 Boynton Beach Mall LUAR 19-002 complementary to those within the project as well as those in the surrounding areas. Interconnectivity will be one of the top project design requirements. Visitors and residents willl have access to PalmTran bus service along Congress Avenue. e. Availability of Public Services / Infrastructure. All requests for Future Land Use Map amendments shall be reviewed for long-term capacity availability at the maximum intensity permitted under the requested land use classification. Water and Sewer. Long-term capacity availability for potable water and sewer for the subject request has been confirmed by the Utilities Department (see attached letter). So/id Waste. The Palm Beach County Solid Waste Authority determined that sufficient disposal capacity will be available at the existing landfill through approximately the year 2046. Drainage. Drainage will be reviewed in detail as part of site plans, land development, and building permit review processes. Traffic. The traffic impacts associated with the future redevelopment of the mall are not expected to exceed the 3,306 PM Peak Hour trip cap established in the Boynton Beach Mall DRI Development Order for the approved 1,244,449 Sq. ft. GLA. (Note that the constructed square footage and the related PM Peak Hour trips are below the above threshholds). The trip generation equivalency analysis will be performed at the rezoning/master plan phase. Schools. The School Capacity Availability Determination application will be submitted with a site plan/master plan package. f. Compatibility. The application shall consider the following factors to determine compatibility. (1) Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would be compatible with the current and future use of adjacent and nearby properties, or would negatively affect the property values of adjacent and nearby properties, and (2) Whether the proposed Future Land Use Map amendment (FLUM) and rezoning is of a scale which is reasonably related to the needs of the neighborhood and the City as a whole. The proposed FLUM amendment would be compatible with the current and future use of adjacent and nearby properties. As previously stated (see response to criterion "c"), the land use pattern in adjacent and nearby areas is eclectic. it incorporates commercial uses of small and large retail (including Walmart), offices, a hotel (Courtyard by Mariott), as well as residential uses of single-family, multi -family and mobile homes. The 9 Page 1105 of 1278 Page 10 Boynton Beach Mall LUAR 19-002 proposed FLU category of MXL covers 80 acres of Boynton Village on the east side of North Congress Avenue. Moreover, the MXL will likely be recommended for lands along the Congress Avenue Corridor District currently designated Local Retail Commercial (LRC), as this FLU classification would not effectively promote redevelopment. MXL will also replace the DRI classification of Renaissance Commons when that DRI expires. The redevelopment of the Mall will have a positive effect on property values of surrounding properties. (At the master planing/site planning phases of the project, efforts will be taken to mitigate any negative impact of redevelopment on the single- family residential neighborhood to the west of the site.) While expanding the "Urban Village" model with its emphasis on walkability and public spaces from the Congress Avenue's east to the west side, the proposed amendment will assure that the Congress Avenue Corridor continues to grow and thrive as the City's main commercial hub. It would benefit both the neighborhood and the City as a whole. g. Direct Economic Development Benefits. For rezoning/ FLUM amendments involving rezoning to a planned zoning district, the review shall consider the economic benefits of the proposed amendment, specifically, whether the proposal would: (1) Further implementation of the Economic Development (ED) Program,- (2) rogram,(2) Contribute to the enhancement and diversification of the City's tax base,- (3) ase,(3) Respond to the current market demand or community needs or provide services or retail choices not locally available,- (4) vailable,(4) Create new employment opportunities for the residents, with pay at or above the county average hourly wage,- (5) age,(5) Represent innovative methods/technologies, especially those promoting sustainability; (6) Be complementary to existing uses, thus fostering synergy effects, and (7) Alleviate blight/economic obsolescence of the subject area. As mentioned above (criterion "b"), redevelopment of the Boynton Beach Mall is supported by the City's Strategic Plan 2018-2022 and the 2016-2021 Economic Development Strategic Plan and therefore the requested action meets criterion "g(1)". Furthermore, the ensuing project has a potential to: • Enhance the City's tax base, reversing the downslide of the Mall's "legacy" properties' taxable value. As noted in response to criterion "a," between 2016 and 2017 the value of properties owned by Boynton Beach Mall LLC declined from $46,339,832 to $33,517,168 (criterion "g2"); • Replace the economically obsolete shopping center—enclosed mall—with a mixed use project driven by market demand and promoting sustainability through design attributes pertaining to energy saving, public realm development, alternative transportation etc. (criteria "g3", "g5", and "g7"); 10 Page 1106 of 1278 Page 11 Boynton Beach Mall LUAR 19-002 Create/strengthen synergy of land uses on-site and within the Congress Avenue Corridor area as a whole (criterion "g6"). Contribute to the net job growth and/or replace some lost low-wage retail positions with better employment opportunities (criterion "g4") if uses such as professional offices are eventually included. h. Commercial and Industrial Land Supply The review shall consider whether the proposed rezoning/FLUM amendment would reduce the amount of land available for commercial/industrial development. If such determination is made, the approval can be recommended under the following conditions: (1) The size, shape, and/or location of the property makes it unsuitable for commercial/industrial development, or (2) The proposed rezoning/FLUM amendment provides substantiated evidence of satisfying at least four of the Direct Economic Development Benefits listed in subparagraph "g" above, and (3) The proposed rezoning/FLUM amendment would result in comparable or higher employment numbers, building size and valuation than the potential of existing land use designation and/or rezoning. The proposed FLUM amendment can potentially reduce the amount of land available for commercial development since the MXL category encourages a mix of residential and commercial uses. Inclusion of residential uses supports the "live, work and play" motto embodying the lifestyle of the "Urban Village." As noted above in response to criterion "g", the amendment has a potential to deliver all listed benefits, meeting condition "h(2)." L Alternative Sites. Whether there are adequate sites elsewhere in the City for the proposed use in zoning districts where such use is already allowed. N/A (See response to criterion "a.") j. Master Plan and Site Plan Compliance with Land Development Regulations. When master plan and site plan review are required pursuant to Section 2. D. 1.e above, both shall comply with the requirements of the respective zoning district regulations of Chapter 3, Article 111 and the site development standards of Chapter 4. N/A. The request is for FLUM only. 11 Page 1107 of 1278 Page 12 Boynton Beach Mall LUAR 19-002 CONCLUSION/RECOMMENDATION As a result of the above analysis, the proposed request is consistent with the intent of the policies of the Comprehensive Plan and the recommendations of the City's Strategic Plan and the Economic Development Strategic Plan. Staff recommends approval of the proposed Future Land Use Map amendments for transmittal to the State for an Expedited State Review. ATTACHMENTS S:\Planning\SHARED\WP\PROJECTS\Boynton Beach Mall LUAR 19-002\STAFF REPORT\BB Mall LUAR 18-003 Staff Report 11_01.doc 12 Page 1108 of 1278 EXHIBIT Al BOYNTON BEACH MALL LOCATION MAP OWNERSHIP OF PROPERTIES CHRIST FELLOWSHIP ISTAR Boynton Beach Mall LLC DILLARDS MACYS REGIONAL ENTERPR. oyTto LEGEND mum City boundary Owners other than Boynton Mall LLC N W E S 0 62.5125 250 375 500 �f���8 EXHIBIT A2 BOYNTON BEACH MALL DRI LOCATION MAP LEGEND mimm City boundary J 75150 300 450 600 EXHIBIT B BOYNTON BEACH MALL CURRENT FLU LEGEND: FLU classifications MEDIUM DENSITY RESIDENTIAL (MEDR); 11 D.U./Acre MIXED USE LOW (MXL); 20 D.U./Acre DEVELOPMENT OF REGIONAL IMPACT (DRI) LOCAL RETAIL COMMERCIAL (LRC) OFFICE COMMERCIAL (OC) RECREATIONAL (R) 0 J 80160 320 480 640 EXHIBIT C BOYNTON BEACH MALL PROPOSED FLU LEGEND: FLU classifications MEDIUM DENSITY RESIDENTIAL (MEDR); 11 D.U./Acre MIXED USE LOW (MXL); 20 D.U./Acre DEVELOPMENT OF REGIONAL IMPACT (DRI) LOCAL RETAIL COMMERCIAL (LRC) OFFICE COMMERCIAL (OC) RECREATIONAL (R) 0 J 80160 320 480 640 EXHIBIT D BOYNTON BEACH MALL CURRENT ZONING LEGEND: ZONING DISTRICTS PUD Planned Unit Development 0 C1 Office Professional C3 Community Commercial PCD Planned Commercial Development SMU Suburban Mixed Use, 20 du/ac REC Recreation 0 J 80160 320 480 640 PROPOSED AMENDMENT TO FLU ELEMENT: EXHIBIT E Consistent with the Renaissance Commons DRI Development Order, the approved land uses and intensities shall be as follow: Land Use Minimum -Maximum Intensity High density Residential 1,085 du to 2,016 du Office Commercial 173,460 sf to 322,140 sf Local Retail/General Commercial 149,100 sf to 276,900 sf Traffic generation for the Renaissance Commons DRI shall not exceed 1,634 p.m. peak hour trips (For compliance with Article 12, Traffic Performance Standards of the Palm Beach County Unified Land Development Code). . �. , .. . RTWM • 3. The Quantum Park (fka Boynton Beach Park of Commerce) Development of Regional Impact (DRI) approved by City of Boynton Beach Ordinance 84-51, and most recently amended by Ordinance 12-001, is a mixed use project containing industrial, office, commercial, residential and governmental/ institutional uses. Consistent with the Quantum Park DRI Development Order, the approved land uses and intensities shall be as follows: City of Boynton Beach 1-9 Date July 18, 2017 Comprehensive Plan Future Land Use Element Amendments: 17-1ESR Ordinance 17-011 Page 1114 of 1278 AM PUBLIC HEARING 1/15/2019 REQUESTED ACTION BY COMMISSION: Request for Major Site Plan modification approval to construct one-story building additions totaling 6,657 square feet, to an existing three (3) building, 10,865 square foot, warehouse complex, for a total of 17,722 square feet, and related site improvements. Applicant: Jose Obeso, J.A.O. Architects & Planners. EXPLANATION OF REQUEST: Jose Obeso, representing NAM Real Estate LLC, is requesting Major Site Plan Modification approval to construct one-story building additions totaling 6,657 square feet, to an existing three (3) building, 10,865 square foot, warehouse complex, for a total of 17,722 square feet, and related site improvements. The design proposal is to construct warehouse additions between the existing warehouse structures and along the south side of the southernmost building to create a large singular warehouse structure. The site has a considerable amount of existing mature landscape material, which is unusual for heavy commercial / industrial properties of this nature. Some of the plant material includes several large canopy trees, including 10 Gumbo Limbo, 4 Mahogany, 4 Yellow Tabebuia, and 2 Royal Poinciana trees, all to be retained. In addition, the north and south landscape buffers are densely planted with 8 foot tall Areca Palms, providing a visual barrier from surrounding properties. Also, the site has an existing 7 foot tall concrete block wall along the west property line, abutting R2 (Duplex) zoned properties. The building additions are designed to match the existing structures on site, including the parapet wall cornice treatment, arched relief wall impressions, diamond shaped accent elements, smooth stucco finish, and paint colors. The Development Application Review Team (DART) has reviewed this request for Major Site Plan Modification approval and recommends approval contingent upon satisfying all comments indicated in Exhibit "C" — Conditions of Approval. The Planning & Development Board reviewed this application at their December 17, 2018 meeting and recommends approval, with the added condition of approval that the applicant use Best Management Practices during construction to reduce dust and debris. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: Collection of fees associated with the required building permits and increase in taxable value of the property. ALTERNATIVES: None recommended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: No Page 1115 of 1278 CLIMATE ACTION DISCUSSION: N/A Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Staff Report Staff Report D Location Map Location Map D Drawings Cover Sheet D Drawings Data Sheet D Drawings Survey D Drawings Demolition Plan D Drawings Site Plan D Drawings Floor Plan 1 D Drawings Floor Plan 2 D Drawings Building Elevations D Drawings Landscape Plan D Drawings Civil Plan D Drawings Photometric Plan D Drawings Photometric Detail Plan D Conditions of Approval Conditions of Approval D Development Order Development Order Page 1116 of 1278 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 18-066 STAFF REPORT TO: Chair and Members Planning and Development Board and City Commission FROM: Ed Breese Planning & Zoning Administrator DATE: December 6, 2018 PROJECT NAME/NO: 403 NE 31d Street Warehouse / MSPM 19-001 REQUEST: Major Site Plan Modification PROJECT DESCRIPTION Property Owner: NAM Real Estate LLC Applicant: Jose Obeso, J.A.O. Architects & Planners Location: 403 NE 31d Street (see Exhibit "A" — Location Map) Existing Land Use: General Commercial (GC) Proposed Land Use: No change proposed Existing Zoning: General Commercial (C-4) Proposed Zoning: No change proposed Proposed Use: Request for Major Site Plan modification approval to construct one-story building additions totaling 6,657 square feet, to an existing three (3) building, 10,865 square foot, warehouse complex, for a total of 17,722 square feet, and related site improvements. Acreage: Adjacent Uses: 52,520 square feet North: Unimproved right-of-way of NE 41h Avenue, then farther north developed commercial properties with a General Commercial (GC) future land use classification, and zoned General Commercial (C-4); South: South half of the abandoned right-of-way of NE 31d Avenue, then farther south vacant commercial property with a General Commercial (GC) future land use classification, and zoned General Commercial (C-4); East: Right-of-way of NE 31d Street, then farther east developed commercial properties with a General Commercial (GC) future land use classification, and zoned General Page 1117 of 1278 Staff Report — 403 NE 3,d Street Warehouse (MSPM 19-001) Memorandum No PZ 18-066 Page 2 Commercial (C-4); and West: Developed residential properties with a Medium Density Residential (MeDR) future land use classification, and zoned R-2 (Single and Two -Family Residential). Site Details: The subject site is currently developed with three (3) warehouse structures totaling 10,865 square feet and associated parking. The parcel has 323 foot of frontage along NE 3,d Street and a lot depth varying from 140 to 189 feet. BACKGROUND Proposal: Jose Obeso, representing NAM Real Estate LLC, is requesting Major Site Plan Modification approval to construct one-story building additions totaling 6,657 square feet, to an existing three (3) building, 10,865 square foot, warehouse complex, for a total of 17,722 square feet, and related site improvements. The design proposal is to construct warehouse additions between the existing warehouse structures and along the south side of the southernmost building to create a large singular warehouse structure. ANALYSIS Concurrency: Traffic: A traffic statement for the proposed project was sent to the Palm Beach County Traffic Division for concurrency review in order to ensure an adequate level of service. A traffic concurrency approval letter has been received from Palm Beach County which indicates the building additions will add 2 AM peak hour trips and 3 PM peak hour trips. School: School concurrency is not required for this type of project. Utilities: The City's water capacity would meet the projected potable water for this project. Sufficient sanitary sewer and wastewater treatment capacity is also currently available to serve the project, subject to the applicant making a firm reservation of capacity, following site plan approval. Solid Waste disposal capacity has been evidence through the issuance of a certificate of availability by Palm Beach County Solid Waste Authority. Police / Fire: Staff reviewed the site plan and determined that current staffing levels would be sufficient to meet the expected demand for services. Drainage: Conceptual drainage information was provided for the City's review. The Engineering Division has found the conceptual information to be adequate and is recommending that the review of specific drainage solutions be deferred until time of permit review. Vehicular Access: The site plan (Sheet A-2) shows that the four (4) existing points of ingress/egress along the east side of the property connecting to NE V Street will remain, with the only change proposed being the widening of the drive aisle width of the Page 1118 of 1278 Staff Report — 403 NE 3,d Street Warehouse (MSPM 19-001) Memorandum No PZ 18-066 Page 3 northernmost driveway. Circulation: Vehicular circulation would include a one-way circulation pattern around the entire perimeter of the site, entering the northernmost driveway, continuing around the back of the building, and exiting through the southernmost drive. Waste Removal and Fire Department representatives have reviewed the site circulation and are satisfied with the design. Parking: The site plan (Sheet A-2) depicts a total of 17,722 square feet of warehouse building, with the existing buildings and additions. The existing parking on site will be modified to accommodate the proposed building additions, including a change from angle parking, as depicted on Sheet A-1, to 90 degree parking. The owner proposes the building to serve as storage for his business. A single -user warehouse building of this size would require 23 parking spaces, based upon the applicable minimum parking standard of one (1) parking space per 800 square feet of building. The site plan depicts the provision of 23 parking spaces, including one (1) designated for handicap use. A loading space is depicted at the rear of the building, adjacent to the rear service drive. All parking spaces are located on the east side of the building, and the stalls, including the size and location, were reviewed and approved by both the Engineering Division and Building Division. In addition, all necessary traffic control signage and pavement markings will be provided to clearly delineate areas on site and direction of circulation. Landscaping: The site has a considerable amount of existing mature landscape material, which is unusual for heavy commercial / industrial properties of this nature. Some of the plant material includes several large canopy trees, including 10 Gumbo Limbo, 4 Mahogany, 4 Yellow Tabebuia, and 2 Royal Poinciana trees, all to be retained. In addition, the north and south landscape buffers are densely planted with 8 foot tall Areca Palms, providing a visual barrier from surrounding properties. As part of the proposed site improvements, the applicant proposes the addition of Pigeon Plum, Pitch Apple, Japanese Blueberry trees, required City signature trees at the drive entrances, and Sabal Palm trees. Shrubs and groundcovers include Small Leaf Clusea, Viburnum, Podocarpus, Dwarf Firebush, Wart Fern and Blue Porterweed shrubs and groundcovers, with the Firebush and Blue Porterweed being butterfly attractors. A Creeping Fig vine will be placed up against the arched impressions on the building, providing a living wall appearance. The pervious area totals 21.6% of the entire site and consist of landscaped areas. Additionally, the landscape code requires that 50% or more of the plant material be native species or low to medium water demand varieties, as denoted in the South Florida Water Management District's WaterWise Guide. The plant list (Sheet LP -1) indicates that 65% of the proposed trees and 74% of the shrubs are native. Building and Site: The proposed building additions are designed as one (1) -story, and as previously noted, the design proposal is to construct warehouse additions between the existing warehouse structures and along the south side of the southernmost building to create a large singular warehouse structure. The floor plans (Sheets A-3 & A-4) depict the newly connected spaces, and labels the space as storage use. As a result, the building additions comprise 6,657 square feet, and along with the existing three (3) warehouse buildings consisting of 10,865 square foot, the total of the unified building after the additions will total 17,722 square feet. The proposed Page 1119 of 1278 Staff Report — 403 NE V Street Warehouse (MSPM 19-001) Memorandum No PZ 18-066 Page 4 placement of the building additions complies with the minimum setbacks of the C4 zoning district, with the building setback between 49 and 80 feet from the east side (front) property line (minimum 25 feet required), approximately 32 feet from the west (rear) property line (minimum 30 feet required), and between 25 and 33 feet from the side property lines (minimum 15 feet required). In addition, the site has an existing 7 foot tall concrete block wall along the west property line, abutting R2 (Duplex) zoned properties. The plan also depicts the installation of a new 11 -foot by 11 -foot pergola in the center courtyard area, with benches beneath. A covered bike rack is depicted at the southeast corner of the expanded building. Building Height: The building elevations (Sheet A-7) indicate the highest point of the structure would be the top of the parapet element at the front of the new building additions, measuring 23'- 6" in height. The typical roof height is proposed at 16', well below the maximum of 45 feet allowed in the C4 zoning district, and comparable to buildings in the immediate vicinity. Design: The building additions are designed to match the existing structures on site, including the parapet wall cornice treatment, arched relief wall impressions, diamond shaped accent elements, smooth stucco finish, and paint colors. According to the color rendering, the body paint color would be white, "Extra White" — Sherwin-Williams 7006. The trim is proposed as a dark green, customized by Sherwin-Williams to match the existing. This color is also utilized on the diamond accents and the arched impressions on the building. Public Art: The applicant has indicated they will pay into the Art in Public Places fund, rather than place art on their site. The anticipated fee is $3,500. Site Lighting: The photometric plans (Sheets A-6 & A-8) propose a total of seven (7) freestanding lights, consisting of a silver color aluminum pole and a slim -line LED light fixture by U.S. Architectural Lighting, also silver in color, and mounted at 20 feet in height. In addition, there are seven (7) wall mounted fixtures, matching the pole light fixture, and mounted at 14 feet in height. The fixtures are all downcast type as required by code, the light levels comply with the City requirement of a maximum allowance of 5.9 foot-candle spot readings, and the LED lighting is specified as "Warm White". Signage: No new signage is anticipated. Should the applicant decide to add signage at a later date, it will be reviewed for compliance with the City's sign code and appropriateness with the site and building design. RECOMMENDATION The Development Application Review Team (DART) has reviewed this request for Major Site Plan Modification approval and recommends approval contingent upon satisfying all comments indicated in Exhibit "C" — Conditions of Approval. Any additional conditions recommended by the Board or required by the City Commission shall be documented accordingly in the Conditions of Approval. S:\Planning\SHARED\WP\PROJECTS\403 NE 3rd Street Warehouse\MSPM 19-001 \Staff Report.doc Page 1120 of 1278 LOCATION MAP o ZS 50 100 150 200 e 1 a 121 1278 9 Q7 a0P 5 3�„uVa12i01J6�: oHOVJ9s"NOJ_NeAOHtl"o:«",3�: ZI OKD 1JJZ-LS (DJC 'J'N£Ob :.uaroiu"axi aa�m rJ� P°m - .. z co ¢3a m N01—LVV4 J0=JN1 Q Q U ? Qm m 8 w �waa� W z g " o Q w sa m u a- a d 1111w" Qo�d u u W � zoo °N z aN ° 9°s ° o owLL °oo °06 ��waa mmm o0 00 00 a � � da w w ow ow � Qa x N m�� w LL a w11 w a its! Baan m _ o m N JNA" 000a oo a a o9 m zi a�wO mmm° mmwO d N W LL O X w X X t Q Q U ? Qm m 8 W z g " o Q w sa m u a- a d 1111w" u u zoo °N z aN ° 9°s ° o owLL °oo °06 z sun w Koh! z osis, PH nil! d o s o us oil Himloa n �=a 1 ' ma h � � I_�- am 1 19 w Via, of poi =4 � lmi to �� 11 =w ogN14NINE � ��� a 151 w LL 3no - a '` a��g "1$�e� ��$��6 ����1" V OR �� �w`� ,� of �� � jaw a ��� MEMO! g�,ago30$ oat°, "m egg Qac -iia Awa �; �e''�a 10311 2 m � "§ asp _o __ m� .wad s F �w mea a 't1 n1 0 �L+ ��aaaaaaaaaauu uu uu��_ � w °�I0000$oo�a�a M Fun Ilia g 1 g �,� w� e §a o�� s 1i Hill sill e< maps 1 sma�° g��o �g �3��0�� m � � _�� it „� � "l� �g s� _ 0 3„o in, 1N � j m ,1, �m IN o � � a �10 ° Uziaw � � H Nil o H 2 19 1 1 "1 10 i1 oW lila I oil' Ill! 11 NH �� � a m � �w � gp _¢� p "°�LLs< g 1 a - m ,fid jH10 n ok o 1RM j° i � QNJ mfg '€ qq 1 o a a ,�9 H =�o ig�° a, v” U" �� ��m� 6 k w � p N _ � m HQ 4$ yW" M LL W s i p w ao „W� $gig= e N X22 atHIE e" gm R°�� o a= m NIH ��� � g m i i s� s� 3$ wax w a wa 'Ri a Vol � a� �Im� s";� ag p �pU m Usaw„w o=ff $ o°° a"o a% i3N z a ° a�LLa�w N 3§it �" g " — gLLLLw��� w ." Win a d 1111w" M Fun Ilia g 1 g �,� w� e §a o�� s 1i Hill sill e< maps 1 sma�° g��o �g �3��0�� m � � _�� it „� � "l� �g s� _ 0 3„o in, 1N � j m ,1, �m IN o � � a �10 ° Uziaw � � H Nil o H 2 19 1 1 "1 10 i1 oW lila I oil' Ill! 11 NH �� � a m � �w � gp _¢� p "°�LLs< g 1 a - m ,fid jH10 n ok o 1RM j° i � QNJ mfg '€ qq 1 o a a ,�9 H =�o ig�° a, v” U" �� ��m� 6 k w � p N _ � m HQ 4$ yW" M LL W s i p w ao „W� $gig= e N X22 atHIE e" gm R°�� o a= m NIH ��� � g m i i s� s� 3$ wax w a wa 'Ri a Vol � a� �Im� s";� ag p �pU m Usaw„w o=ff $ o°° a"o a% i3N z a n� y + r1 3j5 ]02 lzlx w 5122 " 9 I �x* oT3N CATCH D4sN INVERT ELEJAT ON -XIGONLAETE WPll PJ9GlE5JiiGf. FN SHFOFM 0 2 � "!L.NvtLty '*" TOF BUL ooRTON z e CATCH CBG,°A .9 D�JULY27 2018 NV_ n. a NP EasecTaorvl NE 4TH AVENUE �Ex RrL oa a �� 101 RNKFEN ASPHALT aa4 1) . REAL 5..aamxueNxno.ur ` SATE C l�« HIION Norcaoa=--=« 5'dWN N80'00'00'W 18966' rwi,Hizr.55a , d TOTAL GROSS PROJECT �Eaueevacu SCIEAKE 121 e�.uNaewu �u,e. ¢, CATCHP MT h� ""0 oli V � � � ..,$' �INVELEV ]A2 e CAT HPASIN —«..—fAEl'NLOl� !�9 FB CH4NLNKFEN wEGIHVEIEV•1Y \\ IEV •].ice a�`° — _ a Z O z ^ € EIP+ ?1 8 H i z FAeANoorvEo aoAo vFNUF �rvcwoEol AN90100'00°E 21 ASPHALT RfwO E� GU RE YOB 1Y WMBGIl.SON ett PS.22 ^1P 19860' N p °° RU w O L9 sETs F, tlL.Y ril �• ,o soulxl GFPHIMI NP+D xEaxa uE MGT xG u acroxv>xx+araeoc I a s'_CA17232°0°� z a i s H Fa Q r_ ..IT _ m a saawN IINKFENGE . d orvFsroav m �— — zo sTo IAS — — ,-a,�sluwNtuwt— — FININ -121A e_ rvNo 000 Flay al INT I NAT p H Y O Tsx1mNGNETEwnu TPFsu LONCAsovEFLooa 1a ,< AT rvTFasEcnary am a a OaNEOFN v PGNNEG N.BO IPGIIxBJII I THEFLoa DAADnnNSTanT VEcoDE. e C 0793 F, DATED 10/5G0n. ED UNLESS THER GINRINSAESETSEED1 OF A FLORIDA LICENSED 5 UNLESS T BEARS THE SIGNATURE AND VEYOR ER A NOT V" I THERIHOAH vssws I vao RGROUVNTHouOVEMENNSUTICOO SEAND NTOOUNDiIONS RENOTLCATED UNLESS El GI AD Y PA 9 A JR1Y BAS ED ON LEGAL DESCR I ON PRov DED By C ENT VERT C1 DATUM OF see INAvoea) AND -RE I D ORDE LEVE FROM ROD BEN KG 1 PATH A PUBL SHED ELEGAT ON OF 309 AUANoorveoR D.A LvwET IT o Lom HANOA 0R'TNi iAFFSPOTEL ATIONS VVERE OBTAINED ITH ATRIMBLE I ROBOTIC TOIL STATION LYING BET z EN LOTS 32 AND 33 F ING Ix ST OF THE = I CUT OF — LINE OF N E 3RD STREET AS SHOPSN ON THE PLAT OF ARDEN PARK INP—BOOK2 IIGE96 OF THE PUBLIC nELHeSO OF 01 TIT EnCH tiSURVEY ANN M,: H T LOTS 5 s1' ` oTN ALL Lore oPunEOEv uT of Ihery a �a�rvry rvnmsa,a s nrvmma w,�n a �s�rvry rvnna as r sn ewrvrassrvrvais rva llo,d�L1,111 Nv ILI t F ^�– ,yq GR fav iF i5 /9yy}QRfNUL ELEv T3BAy �CPMCRETF k� F Al- m",ixRIT111 `1111LI'°s1 oouusp mmT�e11-71 Ns.. GaMeNgNe.ix arax"m°e %a�aaii' Fwx�xxlliJLamulwylro.mm � f�4 �N ktitVUA�IMf ATIXklffMld(Nvi —3�.. Up O 9ectton 2lB011111- Township a South Z O eS GPNcaPIE C{Ia0 (iYPIG4l7-- GLH' °� ecxLmuxxo MrEeiINVEIEV i51' PGNMBGYIRO E44IINYEIEV iAR z z O ON CDNCR a� N, /gip N� d'�CRLu3 'wm � 1 R.". 43 E -t O Toz x Fw 3 ossa su�eu No saz z Y CHANLNKFENCE ;, A' P Uf� — I—NK� ��� z D O m PFUTiFnwer orvEs—Y a BI asM v✓cclour�vso-aoaa-E LAT L O n� o oG. ,A ry m•aMeouaeG �zaneowSG aFTF p „ ° 0'GHT POST q saaa a ILNI AT. o ORKnTIN POPE ­HALT Z ,g' � H a^� ^wtl3K6 1LfT i h 6 FRE HVDRPNT � _ — � 4 n � T CH PAST E#ST�83u 6 `� lJ UMtNb'VN vtH Ht[,VHU vw N °'� ELE+t 12 �5 rW�x�. pa IN tLt tlLt �� 1 ,1 ASPHALT ','° (Ivp FEL°MEASUREMENT CATCH B�!N 17 OR ELI has wATEa vALVE NV 1PGWBGIIMBDTs �... Pa � tiv,KFL[NVVHtvtlVl tH n� y + r1 3j5 ]02 lzlx w 5122 " CATCH BASIN fYImVALPoNCAUN P,UM �x* `y 2Y0.U(CIL CATCH D4sN INVERT ELEJAT ON -XIGONLAETE WPll PJ9GlE5JiiGf. FN SHFOFM 0 2 � "!L.NvtLty '*" TOF BUL ooRTON z e CATCH CBG,°A y„ e NV_ n. a h� GSR l Ei '•li —'. l�« x d q�AaPHN.i, rv� FA�BTI�ELE�V�$�S ¢, KIINI —«..—fAEl'NLOl� !�9 FB CH4NLNKFEN wEGIHVEIEV•1Y \\ IEV •].ice a�`° — _ a Z O z z FAeANoorvEo aoAo vFNUF �rvcwoEol AN90100'00°E 21 ASPHALT RfwO E� GU RE YOB 19860' araoxaaG p °° RU w O L9 sETs w � ,o soulxl GFPHIMI NP+D xEaxa uE MGT xG u acroxv>xx+araeoc I a s'_CA17232°0°� z a s H Fa Q r_ rvNo 000 Flay al INT I NAT p H Y O ,< AT rvTFasEcnary am a a OaNEOFN v LOTn I THEFLoa DAADnnNSTanT VEcoDE. e C 0793 F, DATED 10/5G0n. ED UNLESS THER GINRINSAESETSEED1 OF A FLORIDA LICENSED 5 UNLESS T BEARS THE SIGNATURE AND VEYOR ER A NOT V" I THERIHOAH vssws I vao RGROUVNTHouOVEMENNSUTICOO SEAND NTOOUNDiIONS RENOTLCATED UNLESS El GI AD Y PA 9 A JR1Y BAS ED ON LEGAL DESCR I ON PRov DED By C ENT VERT C1 DATUM OF see INAvoea) AND -RE I D ORDE LEVE FROM ROD BEN KG 1 PATH A PUBL SHED ELEGAT ON OF 309 AUANoorveoR D.A LvwET IT o Lom HANOA 0R'TNi iAFFSPOTEL ATIONS VVERE OBTAINED ITH ATRIMBLE I ROBOTIC TOIL STATION LYING BET z EN LOTS 32 AND 33 F ING Ix ST OF THE = I CUT OF — LINE OF N E 3RD STREET AS SHOPSN ON THE PLAT OF ARDEN PARK INP—BOOK2 IIGE96 OF THE PUBLIC nELHeSO OF 01 TIT EnCH tiSURVEY LOTio _ oTN ALL Lore oPunEOEv uT of Ihery a �a�rvry rvnmsa,a s nrvmma w,�n a �s�rvry rvnna as r sn ewrvrassrvrvais rva llo,d�L1,111 N°'P I'll ao rxc xa .ove �" BOUNDARY AND TOPOGRAPHIC SURVEY 403 N.E 3RD STREET BOYNTON BEACH, FLORIDA F Al- m",ixRIT111 `1111LI'°s1 oouusp mmT�e11-71 Ns.. GaMeNgNe.ix arax"m°e %a�aaii' Fwx�xxlliJLamulwylro.mm 9ectton 2lB011111- Township a South _ o BL. HII E. acry 1 R.". 43 E -t a m1 Fns IIIE111 n01 E oc ossa su�eu No saz FIK re 11-s ASE39 � N 12 0` ADANDON ALLEY s2T IRON Ro T C911RET- CA FSNI 95639 CUR3 TYPICAL i j FON RSG LNC^Ci7 tiI111N1 �I. 7�YN - _y __^_LJ______ ____________________ ______�Y E-- - NF� C 01`5ET 2.25' W. ASM-�, 1F`M 04 - 20N RSD CVLIN- O�AOSd/VINA (PER PIA ;� .3-2_S 1NR�I kik 70.20' A5�1A�T12 ' iirM w v = v P N J� J �1 70.20' ASE39 � N 12 0` ADANDON ALLEY s2T IRON Ro T C911RET- CA FSNI 95639 CUR3 TYPICAL i j FON RSG LNC^Ci7 tiI111N1 �I. 7�YN - _y __^_LJ______ ____________________ ______�Y E-- - NF� C 01`5ET 2.25' W. ASM-�, 1F`M 04 - 20N RSD CVLIN- O�AOSd/VINA (PER PIA ;� .3-2_S 1NR�I kik W76Ci I Za69 lvadkL QnC (d)99g&99 6610 ciI - j o%b n,� ,MTs, � y �/ i om i I FR B I I 36, e• Y�v9135L ca'J n s 0 ------------------------- 2 —_----_—----_ I _ , ` Ii 71 u m £I 0 Bal o a ® �� FX 5T1NG w�� 7-6"Y X I� ,ry NCRETE � COm �I i VJAIl I �/ N ohs 1T; ad_T e s� 0\ L_,P m y I .11 an 01 1 £ 1C, a II -------- E,,I =Io -- ota I. s1, — -- ---, �— —��; � —a � SET <ON ROD € — AP YSN #5639 -- � - _ I i sv l a vdi 43 — m I w i \U _ -HO--- �__1`Idl'.\V9A\1 INR ��,/ 1F51`DII\;r}t�ill,d `d_R�__________________>`__ 12' '6NO� 0. SET 2?5 Zi I ONfi61 — — — — — - CJL!NE �� ------ 6 ��IFTI TM 3N, I No _N 1.0 bMd01 I��Ob PN)��Ib�LGol9 00ZNO?; CIAO'UrINn Z/1 WOd 189.66'(P�M) mom, o I 0 zoQ� e® W x o 0 TEC c U O o Z CD L-,£9 eudsv zE 101 S".19 I£iT L U U m z � ESI - � �0 — �o= s� zo U 0 I oe ome a'uz 19 R - � x I '!I I I I I I�I o 3 II Ili Y0109 AM Ef m-.5 m II III I �) - z �,d,,Il�als III�N� � o L z� z I I I.e_LII I �I II I I �I I II I � S I I' O a V - X I ^\j O I, IN O IIS m III �I � I - � x I '!I I I I I I�I o 3 II Ili Y0109 AM Ef m-.5 u� p I£iT o � I � u � I C \ m v EM o ® o s z Q I ] I NWAU ISNJN 0 m,gb advssaNV o I� Io iwudsv8 II — — — — —----------------� — ------ NSv21 � It Q �I — — — 1N=WSd£,111111(12V11SIXI-i?r-----------.-------------- - - - - -� - -----------------�' "--------------------- — td _a_ d — — — — ` _ aoa Noa1 - - - - - VOAOo N yob o ��zl l aNf Od w 6£9S# WSd d'H� �\ E E s E a 0 0 0 9 §\i ;}\ ,§)§ . .,.. . . . . 22 e !` VCl/������ �� tl ` SNO ±yngnD dOu<j \ NVId 3dVOS4NV' EWS n �E d! o ull OLL-SZ 19i1 jSEB ZSL(L9S) 4d 9E4£E11'400a8 uoluRo844noS a��O ssa�dR���E6 auawa6eue uI i slos p aadez)spue��Jd adeospue�- 3n m k m _ � R e i 'V01PJOld'HOb'3a NOJ.NA08'J.33HiS @J£ 3N COV 311S 3snOH32NM SM3IA DI1S3rVW - - - z17 - - - z17 UA o�pp 8-E I 5 - E1 . 6 aH WO - _ - o r.sTs 7 I No I UNIMPROVED FOUND 112 m 121 40' FIGHT-OF-WAY RON ROD N TD �nNDAV Hlt7- -- --lsess'(P&M) R, N. DN INF z ,� -,- EXISTING LANDSCAPING 8912 09I(M) Q a` + + - � ASPHALT Nv v- � � °^ w + �" LOT 35 mh z�E my a w + a a neo oN ZZ w z z Nww W. O J g ¢ h. r J ^ - _-___-___-______________- Il/I----------- C� __-_ ____ --_ z- z- l 111,111S MIN j4A < v W K Lu iIT a moa Q wED + ry z a a w AT a0t 0 0 w wp= SE w a > N-/-------7 awo m I z;, hm^+D a �+ 'T � a r VIP r + SIIN, aFF a Q i Q sL-,j, , o Q : i` j Em AT 0 01 o �It +LOT 32 a OL S, -w-- a�.-----1--7- +" N LOT 31 .�a � w � No m -- aI m+�yww SII d LT_ .......... W-VA w� �e w¢ o o - w , = - w s + p E2 s - - � -w I I I w a hA+aw I I I I I I MTS I' = I I I -- _ I I I I wo z w � wo p w< �m - o m r M Q a4 r No 2aVF"DOT 30" ASPHALT d + P FIl _ + o a a I II - I DnNDnvas.�.N a o, I 9 � v I A---------------------------1�NR E�D� v m w== � p aJa ^9. m ENS PND = . -- I 138.80'(L) 140.85'(M)— �nN3nV CldB 3N s R EDNIUPA R D 5 1 R E F T �_ _ - i I o U Lu ON NNE orE - ______________________________ IcrtT-of-!nnv w LL _ ao' R __________________________ , I , Y- K (W/7 4 S <no - HOdRiO ....................... . . mop!1 l2i�1sNo OOb Ho b'; tl9?a;N401N1.09O ��d € (D Z w -13S 2i£ '3'N £ :uarom'aeyaoao if<O �U z Q a3¢ Nb��J 01�1DW010Hd 0 i w 0 -1=1 'sNo HOVD0 NO ltl 0 -LN),O9 z 7 00 0 VC] I w w -L-]-]Z:I-LS Cl2]C '-YN COV on S-IIV-LDC3 CINV s < NOLLOD LH NIW 0-,9 z to c, IA � ta D4 MH IM B* H �N Aw B15 < I H MR pl, E,,, i P lei s lfifi% Mjl� 7 fi) E j�6 ii Jg! hu 1, Fig H, i WIM < rH o < g WHO A Wi& P �-R lz i „ R - A'UHM qm�7� le Fig a jt Q t"A -Z 10PH 5-4—W V J Sl z A =1 A C D� < MWN g- t!y, ph Nftlti- v < -Mh < -N, RTH! ffi Hm- rc o p -E 9 .2, MR. EXHIBIT "C" CONDITIONS OF APPROVAL Project Name: 403 NE 31d Street Warehouse File number: MSPM 19-001 Reference: 31d review plans identified as a Maior Site Plan Modification with a November 21, 2018 Planning and Zoning Department date stamp marking. DEPARTMENTS INCLUDE REJECT ENGINEERING / PUBLIC WORKS / FORESTRY / UTILITIES Comments: 1. At the time of permit submittal, please ensure the dumpster detail includes a sewer drain connection to the sewer lateral. X FIRE Comments: None, all previous comments addressed at DART meeting. POLICE Comments: None, all previous comments addressed at DART meeting. BUILDING DIVISION Comments: 2. Please note that changes or revisions to these plans may generate additional comments. Acceptance of these plans during the DART (Development Application Review Team) process does not ensure that additional comments may not be generated by the commission and at permit review. X PARKS AND RECREATION Comments: None PLANNING AND ZONING Comments: Page 1134 of 1278 403 NE 31d Street Warehouse (MSPM 19-001) Conditions of Approval Paae 2 of 2 DEPARTMENTS I INCLUDE REJECT 3. It is the applicant's responsibility to ensure that the application requests are publicly advertised in accordance with Ordinance 04- 007 and Ordinance 05-004, and an affidavit with attachments (ownership list, radius map, and copy of mailing labels) is required to be provided to the City Clerk and Planning & Zoning one (1) week prior to the first public hearing. X COMMUNITY REDEVELOPMENT AGENCY Comments: None. PLANNING & DEVELOPMENT BOARD CONDITIONS Comments: 4. The applicant shall use Best Management Practices during construction to reduce dust and debris. X CITY COMMISSION CONDITIONS Comments: To be determined. ADDITIONAL REPRESENTATIONS / COMMITMENTS The applicant or applicant's representatives made the following representations and commitments during the quasi-judicial and/or public hearings that now constitute binding obligations of the applicant. The obligations have the same weight as other conditions of approval. --------------------------------- --------------------------------- --------------------------------- S:\Planning\SHARED\WP\PROJECTS\403 NE 3rd Street Warehouse/MSPM19-001 \COA post P&D.doc Page 1135 of 1278 DEVELOPMENT ORDER OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA PROJECT NAME: 403 NE 31d Street Warehouse (MSPM 19-001) APPLICANT: Jose Obeso, J.A.O. Architects & Planners APPLICANT'S ADDRESS: 3100 NW Boca Raton Blvd., Suite 115, Boca Raton, FL 33431 DATE OF HEARING RATIFICATION BEFORE CITY COMMISSION: January 15, 2019 APPROVAL SOUGHT: Request for Major Site Plan modification approval to construct a one-story building addition consisting of 6,657 square feet, to an existing 10,865 square foot warehouse complex, for a total of 17,722 square feet, and related site improvements., in the C4 (General Commercial) zoning district. LOCATION OF PROPERTY: 403 NE 3 d Street DRAWING(S): SEE EXHIBIT "B" ATTACHED HERETO. THIS MATTER was presented to the City Commission of the City of Boynton Beach, Florida on the date of hearing stated above. The City Commission having considered the approval sought by the applicant and heard testimony from the applicant, members of city administrative staff and the public finds as follows: 1. Application for the approval sought was made by the Applicant in a manner consistent with the requirements of the City's Land Development Regulations. 2. The Applicant _ HAS HAS NOT established by substantial competent evidence a basis for the approval requested. 3. The conditions for development requested by the Applicant, administrative staff, or suggested by the public and supported by substantial competent evidence are as set forth on Exhibit "D" with notation "Included." 4. The Applicant's request is hereby _ GRANTED subject to the conditions referenced in paragraph 3 above. DENIED 5. This Order shall take effect immediately upon issuance by the City Clerk. 6. All further development on the property shall be made in accordance with the terms and conditions of this order. 7. Other: DATED: City Clerk S:\Planning\SHARED\WP\PROJECTS\403 NE 3rd Street WarehouseWSPM19-001\DO.doc Page 1136 of 1278 E:lu" PUBLIC HEARING 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 19-006- FIRST READING - Approve modifications to parking requirements (CDRV 19-001) - Amending the LAND DEVELOPMENT REGULATIONS, Chapter 4. Zoning, Article V. Minimum Off -Street Parking Requirements, Section 2.A. & B., to revise parking requirements for residential uses. City initiated. EXPLANATION OF REQUEST: The proposed parking amendments are an effort to continue to move the City towards a greener, more sustainable environment. Staff is recommending these minor adjustments to the current regulations to consider the automobile ownership characteristics unique to household types, including those with lower than average incomes and age restricted developments, development sustainability, and environmentally sensitive design, while maintaining what staff believes is a reasonable and adequate parking requirement. The proposed revisions would create greater opportunities for increased landscaping, and pervious area through the reduction in the amount of pavement on residential sites. (See Attachment "A" for greater detail). The Planning and Development Board reviewed the proposed parking amendments at their December 17, 2018 meeting and forwarded them with a recommendation for approval. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: 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 1137 of 1278 ATTACHMENTS: Type D Ordinance D Staff Report D Attachment Description Ordinance amending Chapter 4 Article V Minimum Off-street Parking Requirements Staff Report Attachment A Page 1138 of 1278 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 ORDINANCE NO. 19 - AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA AMENDING THE LAND DEVELOPMENT REGULATIONS CHAPTER 4, ARTICLE V "MINIMUM OFF-STREET PARKING REQUIREMENTS", SECTION 2, "STANDARDS"; PROVIDING FOR CONFLICTS, SEVERABILITY, CODIFICATION AND AN EFFECTIVE DATE. WHEREAS, in an effort to continue to move the City towards a greener, more sustainable environment, staff is recommending to reduce the required parking standards for certain residential uses based on the continued analysis of the City's minimum parking requirements applicable to residential land uses, as started last year in conjunction with the first test of regulations (CDRV 17-006) intended to address parking deficiencies documented in certain areas of the city and possibly associated with overbuilt or expanded houses, group homes, vacation rentals, etc.; and WHEREAS, the proposed minor adjustments to the current regulations are intended to consider the automobile ownership characteristics unique to household types, including those with lower than average incomes and age restricted developments, development sustainability, and environmentally sensitive design, while maintaining what staff believes is a reasonable and adequate parking requirement; and WHEREAS, the proposed revisions would create greater opportunities for increased landscaping, and pervious area through the reduction in the amount of pavement on residential sites. NOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing whereas clauses are true and correct and are now ratified S:ACA\Ordinances\LDR Changes\Revise parking requirements for residential uses (Ch 4 Art V) - Ordinance.docx -1- Page 1139 of 1278 30 and confirmed by the City Commission. 31 Section 2. City of Boynton Beach Land Development Regulations, Chapter 4, 32 "Site Development Standards", Article V "Minimum off-street parking requirements", Sec. 2 33 "Standards" is hereby amended as follows: 34 35 Sec. 2. Standards. 36 A. General. 37 1. Rules and Methodology. 38 a. Parking space requirements shall be computed on the basis of the principal use of a structure 39 or lot, and using gross floor area unless stated otherwise in this article. Gross floor area, for the 40 purposes of this subsection, shall include the floor area occupied by the principal use, plus the floor 41 area occupied by all other enclosed spaces, including but not limited to storage rooms, maintenance 42 and mechanical rooms, offices, lounges, restrooms, lobbies, basements, mezzanines, and hallways. 43 b. Where several principal uses exist in one (1) structure or on one (1) lot, parking space 44 requirements shall be computed separately for each principal use, unless stated otherwise in this 45 article. Where parking spaces are required in this article for each of several principal uses that 46 commonly occur together, this is done for the purpose of clarification only, and shall not limit the 47 application of the requirement contained in this paragraph. 48 c. A use shall be considered a principal use, for the purposes of this subsection, if it could exist 49 separately from all other uses in the same structure or on the same lot, and would by itself generate 50 significant parking demand. 51 d. Where several principal uses exist in one (1) building or part of a building, and the floor area 52 of each principal use cannot be clearly delineated, the parking space requirement for the use 53 requiring the greatest number of parking spaces shall apply. 54 e. Where a use is not listed below, parking space requirements shall be determined by the City 55 Commission after review and recommendation by the Director of Planning and Zoning or designee. 56 f. Where the number of required parking spaces as computed includes a fraction, the number 57 of required parking spaces shall be the computed number rounded to the next highest whole 58 number. 59 g. Except as provided in Section 3.E. below, there shall be provided, at the time of the erection 60 of any structure or establishment of any use, a number of off-street parking spaces in accordance 61 with the following minimum requirements, and subject to the parking requirements of this 62 subsection. Where a structure or use is enlarged or increased in capacity by any means, including a 63 change in building occupancy which requires the provision of additional parking spaces, or a change 64 in use to or which requires additional parking spaces, the minimum number of parking spaces shall 65 be computed by applying these requirements to the entire structure or use. S:ACA\Ordinances\LDR Changes\Revise parking requirements for residential uses (Ch 4 Art V) - Ordinance.docx - 2 - Page 1140 of 1278 66 2. Minimum Number of Required Off -Street Spaces for Non -Residential Uses. No fewer than 67 four (4) parking spaces shall be provided for any non-residential use. 68 3. Location of Off -Street Parking Areas. 69 a. Residential. Required parking spaces for all dwellings shall be located on the same lot as the 70 dwelling to be served. 71 b. Non-residential. Required parking spaces for all non-residential uses shall be owned by the 72 owner of the building or lot to be served, and shall be located on the same lot, or not more than 73 three hundred (300) feet distance, unless the property is located within those areas defined within 74 the adaptive re -use section of the Code (Chapter 4, Article 5, Section 4). In those areas, required 75 parking spaces may be leased within three hundred (300) feet of the use in which they serve, subject 76 to Board and City Commission approval, and the property shall be posted with signage indicating to 77 patrons the location of the leased parking. 78 4. Driveways and other impervious surfaces within front or side yards of single- and two-family 79 dwelling units. 80 a. Applicability. The requirements of this section are applicable to new construction projects, 81 modifications that increase air-conditioned living space and/or number of bedrooms, and requests 82 for a Certificate of Use. 83 b. Driveways shall be constructed of concrete, asphalt, or other hard -surface as approved by 84 the City Engineer. Where possible, design and construction should maximize the alhede reflective 85 properties and minimize the heat island effect of such improvements. Also where possible, tandem 86 parking design, defined as the arrangement of two parking spaces placed one behind the other, is 87 encouraged to minimize impervious surface area and maximize the environmental design of the 88 project. 89 c. Such surfaces shall not exceed 40% of the minimum front yard area. 90 5. Tandem parking for multi -family developments. Tandem parking spaces may be counted as 91 meeting the parking requirements in multi -family developments only in such instances where the 92 tandem spaces are assigned to the same dwelling unit. The number and location of the tandem 93 parking spaces are subject to review and approval of the Planning & Zoning Director. 94 95 B. Table 4-17. Residential and Lodging Uses. Residential and Lodging Uses Standard Number of Required Parking Spaces Building area size is based upon gross floor area (in square feet) unless specifically expressed otherwise. Single-family, duplex dwelling, or mobile home: I x1, z S:ACA\Ordinances\LDR Changes\Revise parking requirements for residential uses (Ch 4 Art V) - Ordinance.docx -3- Page 1141 of 1278 Efficiency or one (1) -bedroom apartment: 1.54,2, 3 Within Mixed Use Core district: 1.333 Two (2) or more bedroom apartment: 24,2,3 Within Mixed Use Core district: 1.662, 3 Dormitories: 1 per unit Hotel & motel suite: 1.25 per unit' Within Mixed Use Core district: 1 per unit Group home (types 1 and 2): 21,2 Group home (type 3) 1 per 3 beds Bed & breakfast: 12,4 Live/work unit: 1 per 2 units' 97 98 1 A. For construction of anew single-family or two-family structure, Aa minimum of two (2) spaces 99 are required per unit, or 1 space per bedroom, whichever is greatest. An exception may be made 100 when the house is constructed for individuals meeting purchase or eligibility requirements that 101 include maximum income thresholds, then a maximum of 2 parking spaces shall be required per 102 dwelling unit. For those structures with five (5) or more bedrooms, the required parking greater than 103 four (4) spaces would be noted on the permit drawings, labeled as a future parking space and sited 104 and designed to conform to Citv standards. This provision would establish how the additional 105 space(s) can be accommodated if needed in the future, to prevent overflow of vehicles onto the lawn 106 areas or the public right-of-way. Exr=ept that .J.. elliRgs with -5 , ffle-Fe -hed-r,., ms;FeqbliFed 1.5 107 Spar=eS PeF 4.edlr....m This r Rt shall plyte R . str,16-Ai9R +.-WrAi9Re)(PaRSAARe 108 , 109 fA- F a -h, ta)( . e G e i P+ , r e. +;f,,..,+„ of , is e 110 B. For expansions to existing single-family or two-family structures that increase the number of 111 bedrooms, only the new bedrooms are required to provide additional parking in compliance with 112 footnote I.A. above. At a minimum, no less than two (2) parking spaces shall be provided for each 113 dwelling unit. 114 C. For single-family or two-family structures that require a change in use or occupancy, and/or a 115 certificate of use and business tax receipt, a minimum of two (2) spaces are required per unit, or 1 116 space per bedroom, whichever is greatest. 117 D. For new single-family subdivisions or planned developments with attached or detached single - 118 family dwellings, a detailed justification may be submitted for review during the development review S:ACA\Ordinances\LDR Changes\Revise parking requirements for residential uses (Ch 4 Art V) - Ordinance.docx - 4 - Page 1142 of 1278 119 process requesting exemption from these regulations, which demonstrate, through recognized 120 professional parking studies or parking analyses of similar projects constructed by the developer or 121 other similar projects constructed within the City, that a lesser parking requirement is warranted. 122 Z Residential driveways can be used to satisfy, or partially satisfy the parking space requirements for 123 single-family detached dwelling units, duplexes, and multi -family dwelling units containing garages, 124 provided such driveways are of sufficient size to meet the parking space requirements of this 125 subsection. A residential driveway of sufficient size shall be provided prior to the issuance of a 126 certificate of occupancy. If garages are used towards meeting minimum parking requirements, said 127 garages shall remain open and available for vehicle parking consistent with the design represented 128 at time of approval. For all required parking spaces not located within an enclosed garage, the first 129 parking space shall be the minimum size required for a handicap space, exclusive of public or private 130 rights-of-way, and all other required spaces must be dimensioned in accordance with current city 131 standards. All driveways shall be setback at least two (2) feet from interior side and corner side 132 property lines, and maintained and drained so as to prevent nuisance conditions or a danger to the 133 public and/or adjacent property owners. Any expansion to an existing driveway shall require a zoning 134 permit from the Planning and Zoning Division in accordance with the procedures specified in Chapter 135 2, Article II, Section S.B.; however, any driveway expansion (or similar impervious surface) that is 136 equal to or greater than eight hundred (800) square feet shall require the approval of a land 137 development permit in accordance with Chapter 2, Article III, Section 3. Any work, such as a 138 driveway, proposed within the swale (right-of-way) shall require a permit from the Engineering 139 Division in accordance with the procedures specified in Chapter 2, Article III, Section 4. 140 3 Guest parking shall be provided at a rate of 0.15 spaces per unit for residential developments 141 consisting of three (3) or more dwelling units. 142 4 Required parking shall be calculated on the basis of one (1) space per each employee, manager, or 143 owner and one (1) parking space for each guest unit. Newly created parking may be located only in 144 the rear and side yard. 145 5 In addition to the required parking for the residential unit, the city requires that one (1) parking 146 space per two (2) live/work units be provided to meet business activity needs. Parking provided to 147 meet this requirement shall be located on the lot, built into or under the structure, or within three 148 hundred (300) feet of the unit in which the use is located. The distance shall be a straight line 149 measurement from a point on the boundary line of the property of the subject unit to the closest 150 boundary line of the property on which the parking is located. Parking provided to accommodate 151 said space, including driveways of adequate depth in front of the unit's garage, shall not serve as 152 meeting required parking for the unit's residential use. 153 6 Hotel/motel uses open to the general public, such as a restaurant or lounge, shall provide parking 154 at a rate of fifty percent (50%) of the requirement of a standalone operation. 155 156 157 Section 3. Each and every other provision of the Land Development Regulations 158 not herein specifically amended, shall remain in full force and effect as originally adopted. S:ACA\Ordinances\LDR Changes\Revise parking requirements for residential uses (Ch 4 Art V) - Ordinance.docx -5 - Page 1143 of 1278 159 Section 4. All laws and ordinances applying to the City of Boynton Beach in 160 conflict with any provisions of this ordinance are hereby repealed. 161 Section 5. Should any section or provision of this Ordinance or any portion 162 thereof be declared by a court of competent jurisdiction to be invalid, such decision shall not 163 affect the remainder of this Ordinance. 164 Section 6. Authority is hereby given to codify this Ordinance. 165 Section 7. This Ordinance shall become effective immediately. 166 FIRST READING this day of , 2019. 167 SECOND, FINAL READING AND PASSAGE this day of , 2019. 168 CITY OF BOYNTON BEACH, FLORIDA 169 170 171 172 173 174 175 176 177 178 179 180 181 182 183 184 185 ATTEST: 186 187 188 Judith A. Pyle, CMC 189 City Clerk 190 191 (Corporate Seal) Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE YES NO S:ACA\Ordinances\LDR Changes\Revise parking requirements for residential uses (Ch 4 Art V) - Ordinance.docx - 6 - Page 1144 of 1278 DEPARTMENT OF DEVELOPMENT PLANNING AND ZONING Memorandum PZ 18-069 TO: Chair and Members Planning & Development Board FROM: Ed Breese Planning and Zoning Administrator DATE: December 10, 2018 RE: Approve modifications to parking requirements (CDRV 19-001) - Amending the LAND DEVELOPMENT REGULATIONS, Chapter 4. Zoning, Article V. Minimum Off -Street Parking Requirements, Section 2.A. & B., to revise parking requirements for residential uses, and modifications to shed requirements (CDRV 19-002) — Amending the LAND DEVELOPMENT REGULATIONS, Chapter 3. Zoning, Article V. Supplemental Regulations, Section 3.E., to increase potential siting locations for permanent sheds and storage structures. EXPLANATION Parking Amendments In an effort to continue to move the City towards a greener, more sustainable environment, staff is recommending to reduce the required parking standards for certain residential uses. The proposed changes are based on the continued analysis of the City's minimum parking requirements applicable to residential land uses, as started last year in conjunction with the first test of regulations (CDRV 17- 006) intended to address parking deficiencies documented in certain areas of the city and possibly associated with overbuilt or expanded houses, group homes, vacation rentals, etc. Those regulations resulted in revisions to the parking requirements to mandate a parking space be provided for each bedroom of the dwelling unit, and for those dwelling units with five (5) or more bedrooms, 1.5 parking spaces per bedroom. The unintended impacts of increasing parking requirements for home expansions and group homes, applied to all residential categories, has the consequences of adversely impacting developments that may have lower than the typical vehicle ownership / parking demand. These proposed minor adjustments to the current regulations are intended to consider the automobile ownership characteristics unique to household types, including those with lower than average incomes and age restricted developments, development sustainability, and environmentally sensitive design, while maintaining what staff believes is a reasonable and adequate parking requirement. The proposed revisions would create greater opportunities for increased landscaping, and pervious area through the reduction in the amount of pavement on residential sites. In essence, the proposed amendments would: Page 1145 of 1278 Parking & Shed Amendments (CDRV 19-001 & 19-002) Memo PZ No. 18-069 • Distinguish between, and create separate requirements for, 1) the construction of a new single-family or two-family structure; 2) expansions to single-family or two-family structures which create additional bedrooms; 3) change of use and/or occupancy of single- family or two-family structures, as well as those requiring a certificate of use and business tax receipt; and 4) new single-family subdivisions or planned developments with attached or detached single-family dwellings. • Allow flexibility, facilitate cost savings, and support sustainable design by reducing unneeded impervious surfaces. • Remove multi -family developments from the previous regulations. • Retain the language created under CDRV 17-006 which limited the amount of the front yard that could be paved for parking purposes to 40%, thus preserving the amount of greenspace. The suggested parking amendments can be best described below: 1. Creation of four (4) categories of regulations for parking for single-family and two-family structures as opposed to the one (1) scenario contained in Code Review 17-006. 2. The first category is for the construction of a new single-family or two-family structure, in which parking required will be a minimum of two (2) parking spaces or one (1) per bedroom whichever is greatest. For those structures with five (5) or more bedrooms, the required parking greater than four (4) spaces would be noted on the permit drawings, labeled as a future parking space, and sited and designed to conform to City standards. This provision would establish how the additional space(s) can be accommodated if needed in the future, to prevent overflow of vehicles onto lawn areas or the public right-of-way. 3. The second category is for expansions to single-family or two-family structures, in which bedrooms are added. In this instance, only the new bedrooms are subject to providing additional parking. 4. The third category is for existing single-family or two-family structures which undergo a change in use or occupancy, or are required a certificate of use or business tax receipt. In these instances, a minimum of two (2) parking spaces or one (1) per bedroom whichever is greatest. 5. The fourth and last category is for new single-family subdivisions or planned developments with attached or detached single-family dwellings. These typically larger developments may submit a detailed justification through a parking study or analysis for staff review in determination of the required parking ratio. 6. Additionally, as part of this amendment, multi -family developments are removed from these same requirements adopted under CDRV 17-006 (see Attachment "A "for greater detail of the proposed amendments to the parking regulations). Shed and Storage Structures Amendment The locating of sheds on corner lots can present some difficulties, as a result of the builder constructing the residence with large building setbacks from both street rights-of-way. This condition may result in limited back and side yards for siting accessory structures such as sheds. In some instances, property owners have subsequently constructed a screened porch, a patio, or a pool, and -2- Page 1146 of 1278 Parking & Shed Amendments (CDRV 19-001 & 19-002) Memo PZ No. 18-069 have little or no useable yard due to the original construction of the house. The purpose of this suggested amendment is to eliminate the loss of useable yard characteristic of many corner lot properties due to large setbacks. (see Attachment `B" for greater detail of the proposed amendments associated with locating sheds and storage structures). CONCLUSION / RECOMMENDATION Staff proposes these code amendments to in an effort to equitably impose parking requirements across a variety of single-family and two-family home development scenarios, and to provide greater options for placement of sheds and storage structures on corner lots. Attachments S:\Planning\SHARED\WP\SPECPROJ\CODE REVIEW\CDRV 19-001 & 19-002\StaffReport.doc -3- Page 1147 of 1278 ATTACHMENT "A" Land Development Regulations, Chapter 4. Zoning, Article V. Minimum Off -Street Parking Requirements: Sec. 2. Standards. A. General. 1. Rules and Methodology. a. Parking space requirements shall be computed on the basis of the principal use of a structure or lot, and using gross floor area unless stated otherwise in this article. Gross floor area, for the purposes of this subsection, shall include the floor area occupied by the principal use, plus the floor area occupied by all other enclosed spaces, including but not limited to storage rooms, maintenance and mechanical rooms, offices, lounges, restrooms, lobbies, basements, mezzanines, and hallways. b. Where several principal uses exist in one (1) structure or on one (1) lot, parking space requirements shall be computed separately for each principal use, unless stated otherwise in this article. Where parking spaces are required in this article for each of several principal uses that commonly occur together, this is done for the purpose of clarification only, and shall not limit the application of the requirement contained in this paragraph. c. A use shall be considered a principal use, for the purposes of this subsection, if it could exist separately from all other uses in the same structure or on the same lot, and would by itself generate significant parking demand. d. Where several principal uses exist in one (1) building or part of a building, and the floor area of each principal use cannot be clearly delineated, the parking space requirement for the use requiring the greatest number of parking spaces shall apply. e. Where a use is not listed below, parking space requirements shall be determined by the City Commission after review and recommendation by the Director of Planning and Zoning or designee. f. Where the number of required parking spaces as computed includes a fraction, the number of required parking spaces shall be the computed number rounded to the next highest whole number. g. Except as provided in Section 3.E. below, there shall be provided, at the time of the erection of any structure or establishment of any use, a number of off-street parking spaces in accordance with the following minimum requirements, and subject to the parking requirements of this subsection. Where a structure or use is enlarged or increased in capacity by any means, including a change in building occupancy which requires the provision of additional parking spaces, or a change in use to or which requires additional parking spaces, the minimum number of parking spaces shall be computed by applying these requirements to the entire structure or use. 2. Minimum Number of Required Off -Street Spaces for Non -Residential Uses. No fewer than four (4) parking spaces shall be provided for any non-residential use. 3. Location of Off -Street Parking Areas. Page 1148 of 1278 a. Residential. Required parking spaces for all dwellings shall be located on the same lot as the dwelling to be served. b. Non-residential. Required parking spaces for all non-residential uses shall be owned by the owner of the building or lot to be served, and shall be located on the same lot, or not more than three hundred (300) feet distance, unless the property is located within those areas defined within the adaptive re -use section of the Code (Chapter 4, Article 5, Section 4). In those areas, required parking spaces may be leased within three hundred (300) feet of the use in which they serve, subject to Board and City Commission approval, and the property shall be posted with signage indicating to patrons the location of the leased parking. 4. Driveways and other impervious surfaces within front or side yards of single- and two-family dwelling units. a. Applicability. The requirements of this section are applicable to new construction projects, modifications that increase air-conditioned living space and/or number of bedrooms, and requests for a Certificate of Use. b. Driveways shall be constructed of concrete, asphalt, or other hard -surface as approved by the City Engineer. Where possible, design and construction should maximize the alhede reflective properties and minimize the heat island effect of such improvements. Also where possible, tandem parking design defined as the arrangement of two parking spaces placed one behind the other, is encouraged to minimize impervious surface area and maximize the environmental design of the project. c. Such surfaces shall not exceed 40% of the minimum front yard area. 5. Tandem parking for multi -family developments. Tandem parking spaces maybe counted as meeting the parking requirements in multi -family developments only in such instances where the tandem spaces are assigned to the same dwelling unit. The number and location of the tandem parking spaces are subiect to review and aaaroval of the Planning & Zoning Director. B. Table 4-17. Residential and Lodging Uses. Residential and Lodging Uses Standard Number of Required Parking Spaces Building area size is based upon gross floor area (in square feet) unless specifically expressed otherwise. Single-family, duplex dwelling, or mobile home: x1, 2 Efficiency or one (1) -bedroom apartment: 1.5-1,2, 3 Within Mixed Use Core district: 1.333 Two (2) or more bedroom apartment: 2-1-2,3 Page 1149 of 1278 Within Mixed Use Core district: 1.662,3 Dormitories: 1 per unit Hotel & motel suite: 1.25 per unit6 Within Mixed Use Core district: 1 per unit Group home (types 1 and 2): 21, 2 Group home (type 3) 1 per 3 beds Bed & breakfast: 12,4 Live/work unit: 1 per 2 units5 1 A. For construction of a new single-family or two-family structure, A a minimum of two (2) spaces are required per unit, or 1 space per bedroom, whichever is greatest. An exception may be made when the house is constructed for individuals meeting purchase or eligibility reauirements that include maximum income thresholds, then a maximum of 2 parking spaces shall be required per dwelling unit. For those structures with five (5) or more bedrooms, the required parking greater than four (4) spaces would be noted on the permit drawings, labeled as a future parking space and sited and designed to conform to City standards. This provision would establish how the additional space(s) can be accommodated if needed in the future, to prevent overflow of vehicles onto the lawn areas or the public right-of-way. Exeept that dwelliRgs with S er PAP -re bedreepns -;;re FeqUiFed 1.9 spaees peF -hed-Fee-PA. ThiS FeqUiFepAeRt B. For expansions to existing single-family or two-family structures that increase the number of bedrooms, only the new bedrooms are required to provide additional parking in compliance with footnote I.A. above. At a minimum, no less than two (2) parking spaces shall be provided for each dwelling unit. C. For single-family or two-family structures that require a change in use or occupancy, and/or a certificate of use and business tax receipt, a minimum of two (2) spaces are required per unit, or 1 per bedroom, whichever is greatest. D. For new single-family subdivisions or planned developments with attached or detached single-family dwellings, a detailed iustification may be submitted for review during the development review process requesting exemption from these regulations, which demonstrate, through recognized professional parking studies or parking analyses of similar projects constructed by the developer or other similar proiects constructed within the City, that a lesser parking requirement is warranted. 2 Residential driveways can be used to satisfy, or partially satisfy the parking space requirements for single-family detached dwelling units, duplexes, and multi -family dwelling units containing garages, provided such driveways are of sufficient size to meet the parking space requirements of this subsection. A residential driveway of sufficient size shall be provided prior to the issuance of a certificate Page 1150 of 1278 of occupancy. If garages are used towards meeting minimum parking requirements, said garages shall remain open and available for vehicle parking consistent with the design represented at time of approval. For all required parking spaces not located within an enclosed garage, the first parking space shall be the minimum size required for a handicap space, exclusive of public or private rights-of-way, and all other required spaces must be dimensioned in accordance with current city standards. All driveways shall be setback at least two (2) feet from interior side and corner side property lines, and maintained and drained so as to prevent nuisance conditions or a danger to the public and/or adjacent property owners. Any expansion to an existing driveway shall require a zoning permit from the Planning and Zoning Division in accordance with the procedures specified in Chapter 2, Article II, Section 5.B.; however, any driveway expansion (or similar impervious surface) that is equal to or greater than eight hundred (800) square feet shall require the approval of a land development permit in accordance with Chapter 2, Article III, Section 3. Any work, such as a driveway, proposed within the swale (right-of-way) shall require a permit from the Engineering Division in accordance with the procedures specified in Chapter 2, Article III, Section 4. 3 Guest parking shall be provided at a rate of 0.15 spaces per unit for residential developments consisting of three (3) or more dwelling units. 4 Required parking shall be calculated on the basis of one (1) space per each employee, manager, or owner and one (1) parking space for each guest unit. Newly created parking may be located only in the rear and side yard. 5 In addition to the required parking for the residential unit, the city requires that one (1) parking space per two (2) live/work units be provided to meet business activity needs. Parking provided to meet this requirement shall be located on the lot, built into or under the structure, or within three hundred (300) feet of the unit in which the use is located. The distance shall be a straight line measurement from a point on the boundary line of the property of the subject unit to the closest boundary line of the property on which the parking is located. Parking provided to accommodate said space, including driveways of adequate depth in front of the unit's garage, shall not serve as meeting required parking for the unit's residential use. 6 Hotel/motel uses open to the general public, such as a restaurant or lounge, shall provide parking at a rate of fifty percent (50%) of the requirement of a standalone operation. Page 1151 of 1278 E:Im PUBLIC HEARING 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 19-007- FIRST READING - Approve modifications to shed requirements (CDRV 19-002), amending the Land Development Regulations, Chapter 3. Zoning, Article V. Supplemental Regulations, Section 3.E., to increase potential siting locations for permanent sheds and storage structures. City initiated. EXPLANATION OF REQUEST: These proposed shed and storage structure amendments are designed to increase potential siting locations for permanent sheds and storage structures on corner lots, which can present some difficulties, as a result of large building setbacks from both street rights-of-way. This condition may result in limited back and side yards for these accessory structures. The proposed regulations would allow placement of sheds in side corner yards with certain limitations and safeguards (See Attachment "B" for greater detail). The Planning and Development Board reviewed this request at their December 17, 2018 meeting and forward it with a recommendation of approval. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: N/A ALTERNATIVES: None recommended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: CLIMATE ACTION DISCUSSION: N/A Is this a grant? Grant Amount: Page 1152 of 1278 ATTACHMENTS: Type D Staff Report D Addendum Description Ordinance appro\Ang LD R Amendment to Chapter 3 Articale V on Sheds Page 1153 of 1278 I ORDINANCE NO. 19- 2 3 4 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA 5 AMENDING THE LAND DEVELOPMENT REGULATIONS 6 CHAPTER 3 "ZONING", ARTICLE V "SUPPLEMENTAL 7 REGULATIONS", SECTION 3E, "SHEDS AND STORAGE 8 CONTAINERS"; PROVIDING FOR CONFLICTS, SEVERABILITY, 9 CODIFICATION AND AN EFFECTIVE DATE. 10 11 12 WHEREAS, the locating of sheds on corner lots can present some difficulties, as a 13 result of the builder constructing the residence with large building setbacks from both street 14 rights-of-way; and 15 WHEREAS, this condition may result in limited back and side yards for siting 16 accessory structures such as sheds and in some instances, property owners have subsequently 17 constructed a screened porch, a patio, or a pool, and have little or no useable yard due to the 18 original construction of the house; and 19 WHEREAS, the purpose of this suggested amendment is to eliminate the loss of 20 useable yard characteristic of many corner lot properties due to large setbacks. 21 NOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 22 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 23 Section 1. The foregoing whereas clauses are true and correct and are now ratified 24 and confirmed by the City Commission. 25 Section 2. City of Boynton Beach Land Development Regulations, Chapter 3, 26 "Zoning", Article V "Supplemental Regulations", Sec. 3E "Sheds and Storage Containers is 27 hereby amended as follows: 28 Sec. 3. Common Building Appurtenances, Freestanding Structures, and Site Amenities, 29 Excluding Walls and Fences. 30 E. Sheds and Storage Containers. S:ACA\Ordinances\LDR Changes\Sheds and storage structures (Ch 3 Art V) - Ordinance.docx - 1 - Page 1154 of 1278 31 1. Permanent Sheds and Storage Structures. Permanent sheds and storage structures may be 32 designed either attached (to) or detached from the principal building, and shall comply with 33 the following regulations: 34 a. Location and Size. 35 (1) Sheds and storage structures shall not be allowed within the required front or corner side 36 yards, including forward of the front or side corner building lines;, except as follows: 37 (a) In order to provide relief for those properties with restricted development footprint as 38 a result of providing two (2) front setbacks from abutting rights-of-way, a shed or storage 39 structure that is one hundred (100) square feet or less may be placed in a side corner yard, 40 provided it is setback a minimum of twelve and one-half (12.5) feet from the side corner 41 property line, and no closer than twenty-five (25) feet from the front property line. A 42 maximum of one (1) shed may be permitted within this reduced setback. Please refer to 43 Section 3.E.1.c. below for proper screening requirements; 44 (2) Sheds and storage structures that are one hundred (100) square feet or less shall be 45 setback at least three (3) feet from the rear and interior side property lines. The maximum 46 height of any shed or storage structure shall be eight (8) feet for flat roofs or a mean height 47 of nine (9) feet for sloped roofs; 48 (3) Sheds and storage structures greater than one hundred (100) square feet or in excess of 49 the height restriction of subparagraph E.1.a.(2) above shall comply with the minimum 50 setbacks required for the principal building. The maximum allowable height of the shed or 51 storage structure shall not exceed the zoning district regulations for which it is located or the 52 roofline of the principal building, whichever is more restrictive; and 53 (4) All attached sheds or storage structures shall have exterior access only; no access from 54 within the principal building is allowed. 55 b. Number of Structures. A lot may contain more than one (1) shed or storage structure; 56 however, any additional structure shall comply with the minimum setbacks required for the 57 principal building, regardless of size. 58 C. Screening. Sheds and storage structures shall be effectively screened with a wall, fence, 59 landscape material, or a combination thereof, installed at a height no less than one-half the 60 height of the shed or storage structure, where visible from an abutting property or right -of - 61 way. 62 d. Miscellaneous. See Section 3.E.2. below for additional regulations regarding the use of 63 mobile and temporary storage container units. Sheds and storage areas that are designed 64 and used in connection with fire escapes or unenclosed staircases shall be regulated in 65 accordance with Section 3.A.4. above. 66 2. Mobile and Temporary Storage Container Units. Mobile and temporary storage container 67 units shall only be allowed in residential zoning districts and must comply with the following 68 regulations: S:ACA\Ordinances\LDR Changes\Sheds and storage structures (Ch 3 Art V) - Ordinance.docx - 2 - Page 1155 of 1278 69 a. Number of Units. Only one (1) mobile or temporary storage container unit may be allowed 70 per lot for a single-family or duplex home. A maximum of two (2) units may be allowed at 71 any given time within multi -family developments. 72 b. Location. Mobile or temporary storage container units shall not be located within rights - 73 of -way and must comply with the following location criteria: 74 (1) Single-family or Duplex Homes. The units shall only be allowed within the required front 75 or corner side yards if placed on a driveway or other hard surfaced area, and setback at least 76 five (5) feet from any property line. The unit shall not be allowed within the required rear 77 and side interior yard, or the space allotted for the principal building. 78 (2) Multi -family Developments: 79 (a) The location of units shall be restricted to guest parking spaces or other designated 80 overflow parking areas; 81 (b) The location of the units shall not interfere with any emergency or service vehicle 82 operations; 83 (c) The units shall be setback at least five (5) feet from all property lines; 84 (d) The units shall not be placed in tandem with each other within one (1) parking space; 85 and 86 (e) The units shall not be stacked on top of each other. 87 c. Dimensions. The size of a mobile or temporary storage container unit shall not exceed the 88 following dimensions: 89 (1) Maximum width of eight (8) feet; 90 (2) Maximum depth of sixteen (16) feet; 91 (3) Maximum height of eight (8) feet; and 92 (4) Maximum floor area of one hundred twenty-eight (128) square feet. 93 d. Time Limit. The maximum time for a mobile or temporary storage container unit to remain 94 on a property shall be forty-five (45) days. 95 e. Maintenance. The mobile or temporary storage container unit shall be maintained in good 96 condition, free from evidence of deterioration, rust, holes, or breaks. The unit shall be kept 97 locked when not in use. 98 f. Prohibition of Hazardous Materials. The owner, supplier, or tenant shall ensure that no 99 hazardous substances shall be stored or kept in the mobile or temporary storage container 100 unit. 101 102 S:ACA\Ordinances\LDR Changes\Sheds and storage structures (Ch 3 Art V) - Ordinance.docx -3- Page 1156 of 1278 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 Section 3. Each and every other provision of the Land Development Regulations not herein specifically amended, shall remain in full force and effect as originally adopted. Section 4. All laws and ordinances applying to the City of Boynton Beach in conflict with any provisions of this ordinance are hereby repealed. Section 5. Should any section or provision of this Ordinance or any portion thereof be declared by a court of competent jurisdiction to be invalid, such decision shall not affect the remainder of this Ordinance. Section 6. Authority is hereby given to codify this Ordinance. Section 7. This Ordinance shall become effective immediately. FIRST READING this day of , 2019. SECOND, FINAL READING AND PASSAGE this day of , 2019. CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE ATTEST: Judith A. Pyle, CMC City Clerk S:ACA\Ordinances\LDR Changes\Sheds and storage structures (Ch 3 Art V) - Ordinance.docx -4- YES NO Page 1157 of 1278 139 (Corporate Seal) S:ACA\Ordinances\LDR Changes\Sheds and storage structures (Ch 3 Art V) - Ordinance.docx -5 - Page 1158 of 1278 DEPARTMENT OF DEVELOPMENT PLANNING AND ZONING Memorandum PZ 18-069 TO: Chair and Members Planning & Development Board FROM: Ed Breese Planning and Zoning Administrator DATE: December 10, 2018 RE: Approve modifications to parking requirements (CDRV 19-001) - Amending the LAND DEVELOPMENT REGULATIONS, Chapter 4. Zoning, Article V. Minimum Off -Street Parking Requirements, Section 2.A. & B., to revise parking requirements for residential uses, and modifications to shed requirements (CDRV 19-002) — Amending the LAND DEVELOPMENT REGULATIONS, Chapter 3. Zoning, Article V. Supplemental Regulations, Section 3.E., to increase potential siting locations for permanent sheds and storage structures. EXPLANATION Parking Amendments In an effort to continue to move the City towards a greener, more sustainable environment, staff is recommending to reduce the required parking standards for certain residential uses. The proposed changes are based on the continued analysis of the City's minimum parking requirements applicable to residential land uses, as started last year in conjunction with the first test of regulations (CDRV 17- 006) intended to address parking deficiencies documented in certain areas of the city and possibly associated with overbuilt or expanded houses, group homes, vacation rentals, etc. Those regulations resulted in revisions to the parking requirements to mandate a parking space be provided for each bedroom of the dwelling unit, and for those dwelling units with five (5) or more bedrooms, 1.5 parking spaces per bedroom. The unintended impacts of increasing parking requirements for home expansions and group homes, applied to all residential categories, has the consequences of adversely impacting developments that may have lower than the typical vehicle ownership / parking demand. These proposed minor adjustments to the current regulations are intended to consider the automobile ownership characteristics unique to household types, including those with lower than average incomes and age restricted developments, development sustainability, and environmentally sensitive design, while maintaining what staff believes is a reasonable and adequate parking requirement. The proposed revisions would create greater opportunities for increased landscaping, and pervious area through the reduction in the amount of pavement on residential sites. In essence, the proposed amendments would: Page 1159 of 1278 Parking & Shed Amendments (CDRV 19-001 & 19-002) Memo PZ No. 18-069 • Distinguish between, and create separate requirements for, 1) the construction of a new single-family or two-family structure; 2) expansions to single-family or two-family structures which create additional bedrooms; 3) change of use and/or occupancy of single- family or two-family structures, as well as those requiring a certificate of use and business tax receipt; and 4) new single-family subdivisions or planned developments with attached or detached single-family dwellings. • Allow flexibility, facilitate cost savings, and support sustainable design by reducing unneeded impervious surfaces. • Remove multi -family developments from the previous regulations. • Retain the language created under CDRV 17-006 which limited the amount of the front yard that could be paved for parking purposes to 40%, thus preserving the amount of greenspace. The suggested parking amendments can be best described below: 1. Creation of four (4) categories of regulations for parking for single-family and two-family structures as opposed to the one (1) scenario contained in Code Review 17-006. 2. The first category is for the construction of a new single-family or two-family structure, in which parking required will be a minimum of two (2) parking spaces or one (1) per bedroom whichever is greatest. For those structures with five (5) or more bedrooms, the required parking greater than four (4) spaces would be noted on the permit drawings, labeled as a future parking space, and sited and designed to conform to City standards. This provision would establish how the additional space(s) can be accommodated if needed in the future, to prevent overflow of vehicles onto lawn areas or the public right-of-way. 3. The second category is for expansions to single-family or two-family structures, in which bedrooms are added. In this instance, only the new bedrooms are subject to providing additional parking. 4. The third category is for existing single-family or two-family structures which undergo a change in use or occupancy, or are required a certificate of use or business tax receipt. In these instances, a minimum of two (2) parking spaces or one (1) per bedroom whichever is greatest. 5. The fourth and last category is for new single-family subdivisions or planned developments with attached or detached single-family dwellings. These typically larger developments may submit a detailed justification through a parking study or analysis for staff review in determination of the required parking ratio. 6. Additionally, as part of this amendment, multi -family developments are removed from these same requirements adopted under CDRV 17-006 (see Attachment "A "for greater detail of the proposed amendments to the parking regulations). Shed and Storage Structures Amendment The locating of sheds on corner lots can present some difficulties, as a result of the builder constructing the residence with large building setbacks from both street rights-of-way. This condition may result in limited back and side yards for siting accessory structures such as sheds. In some instances, property owners have subsequently constructed a screened porch, a patio, or a pool, and -2- Page 1160 of 1278 Parking & Shed Amendments (CDRV 19-001 & 19-002) Memo PZ No. 18-069 have little or no useable yard due to the original construction of the house. The purpose of this suggested amendment is to eliminate the loss of useable yard characteristic of many corner lot properties due to large setbacks. (see Attachment `B" for greater detail of the proposed amendments associated with locating sheds and storage structures). CONCLUSION / RECOMMENDATION Staff proposes these code amendments to in an effort to equitably impose parking requirements across a variety of single-family and two-family home development scenarios, and to provide greater options for placement of sheds and storage structures on corner lots. Attachments S:\Planning\SHARED\WP\SPECPROJ\CODE REVIEW\CDRV 19-001 & 19-002\StaffReport.doc -3- Page 1161 of 1278 ATTACHMENT "B" LAND DEVELOPMENT REGULATIONS, Chapter 3. Zoning, Article V. Supplemental Regulations Sec. 3. Common Building Appurtenances, Freestanding Structures, and Site Amenities, Excluding Walls and Fences. E. Sheds and Storage Containers. 1. Permanent Sheds and Storage Structures. Permanent sheds and storage structures may be designed either attached (to) or detached from the principal building, and shall comply with the following regulations: a. Location and Size. (1) Sheds and storage structures shall not be allowed within the required front or corner side yards, including forward of the front or side corner building lines;, except as follows: (a) In order to provide relief for those properties with restricted development footprint as a result of providing two (2) front setbacks from abutting rights-of-way, a shed or storage structure that is one hundred (100) square feet or less may be placed in a side corner yard, provided it is setback a minimum of twelve and one-half (12.5) feet from the side corner property line, and no closer than twenty-five (25) feet from the front property line. A maximum of one (1) shed may be permitted within this reduced setback. Please refer to Section 3.E.1.c. below for proper screening requirements; (2) Sheds and storage structures that are one hundred (100) square feet or less shall be setback at least three (3) feet from the rear and interior side property lines. The maximum height of any shed or storage structure shall be eight (8) feet for flat roofs or a mean height of nine (9) feet for sloped roofs; (3) Sheds and storage structures greater than one hundred (100) square feet or in excess of the height restriction of subparagraph E.1.a.(2) above shall comply with the minimum setbacks required for the principal building. The maximum allowable height of the shed or storage structure shall not exceed the zoning district regulations for which it is located or the roofline of the principal building, whichever is more restrictive; and (4) All attached sheds or storage structures shall have exterior access only; no access from within the principal building is allowed. b. Number of Structures. A lot may contain more than one (1) shed or storage structure; however, any additional structure shall comply with the minimum setbacks required for the principal building, regardless of size. c. Screening. Sheds and storage structures shall be effectively screened with a wall, fence, landscape material, or a combination thereof, installed at a height no less than one-half the height of the shed or storage structure, where visible from an abutting property or right-of-way. Page 1162 of 1278 d. Miscellaneous. See Section 3.E.2. below for additional regulations regarding the use of mobile and temporary storage container units. Sheds and storage areas that are designed and used in connection with fire escapes or unenclosed staircases shall be regulated in accordance with Section 3.A.4. above. 2. Mobile and Temporary Storage Container Units. Mobile and temporary storage container units shall only be allowed in residential zoning districts and must comply with the following regulations: a. Number of Units. Only one (1) mobile or temporary storage container unit may be allowed per lot for a single-family or duplex home. A maximum of two (2) units may be allowed at any given time within multi -family developments. b. Location. Mobile or temporary storage container units shall not be located within rights-of-way and must comply with the following location criteria: (1) Single-family or Duplex Homes. The units shall only be allowed within the required front or corner side yards if placed on a driveway or other hard surfaced area, and setback at least five (5) feet from any property line. The unit shall not be allowed within the required rear and side interior yard, or the space allotted for the principal building. (2) Multi -family Developments: (a) The location of units shall be restricted to guest parking spaces or other designated overflow parking areas; (b) The location of the units shall not interfere with any emergency or service vehicle operations; (c) The units shall be setback at least five (5) feet from all property lines; (d) The units shall not be placed in tandem with each other within one (1) parking space; and (e) The units shall not be stacked on top of each other. c. Dimensions. The size of a mobile or temporary storage container unit shall not exceed the following dimensions: (1) Maximum width of eight (8) feet; (2) Maximum depth of sixteen (16) feet; (3) Maximum height of eight (8) feet; and (4) Maximum floor area of one hundred twenty-eight (128) square feet. d. Time Limit. The maximum time for a mobile or temporary storage container unit to remain on a property shall be forty-five (45) days. e. Maintenance. The mobile or temporary storage container unit shall be maintained in good condition, free from evidence of deterioration, rust, holes, or breaks. The unit shall be kept locked when not in use. Page 1163 of 1278 f. Prohibition of Hazardous Materials. The owner, supplier, or tenant shall ensure that no hazardous substances shall be stored or kept in the mobile or temporary storage container unit. Page 1164 of 1278 8.E. PUBLIC HEARING 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 19-001 - FIRST READING - Approve Country Trail PUD annexation (ANEX 19-001) Applicant: M2D Country Trail, LLC (Applicant request postponement to March 19, 2019) PROPOSED ORDINANCE NO. 19-002 - FIRST READING - Approve Country Trail PUD Future Land Use Map amendment from Palm Beach County's Medium Residential with a maximum density of 5 du/acre (MR -5) to Low Density Residential (LDR) with a maximum density of 7.5 du/acre. Applicant: M2D Country Trail, LLC (Applicant request postponement to March 19, 2019) PROPOSED ORDINANCE NO. 19-003 - FIRST READING - Approve Country Trail PUD rezoning from Palm Beach County's AR, Agricultural Residential, to PUD, Planned Unit Development. Applicant: M2D Country Trail, LLC (Applicant request postponement to March 19, 2019) EXPLANATION OF REQUEST: The subject 5.17 acre parcel is currently developed with one single-family home. The applicant seeks to annex the parcel and obtain the City FLUM classification and zoning district to replace its current Palm Beach County designations in order to develop the property with twenty six (26) single-family homes. Annexation, FLUM amendment, rezoning and the new site plan are processed concurrently. The City and County staff concur that the proposed annexation meets the statutory conditions: the parcel is contiguous to the City boundary and "reasonably compact" in that it does not create enclaves or pockets. The proposed FLU and zoning designations are consistent with FLU and zoning designations of the surrounding areas and will support a single-family home development consistent with the neighborhood's established land use patterns. Since most housing units approved in Boynton Beach during the last five years have been multifamily rental dwellings, the addition to the single-family home supply—albeit small— would arguably benefit the City. On December 17, 2018, the Planning and Development Board recommended approval of the annexation request and forwarded the two remaining requests with the recommendation of denial. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No significant impact on either programs or services. FISCAL IMPACT: The project will contribute to the City's tax base. ALTERNATIVES: None recommended Page 1165 of 1278 STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Is this a grant? No Grant Amount: ATTACHMENTS: Page 1166 of 1278 Type Description D Ordinance Ordinance appro\Ang Country Trail annexation D Ordinance Ordinance appro\Ang Country Trail Land Use Amendment D Ordinance Ordinance appro\Ang Country Trail Rezoning D Staff Report Country Trail PUD ANEX 19-001 and LUAR 19- 001 Staff Report D Location Map ExhibitA. Location Map D Amendment Exhibit B. Proposed FLU D Amendment Exhibit C. Proposed Zoning D Letter Exhibit D. PBC Annexation Letter Page 1166 of 1278 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 ORDINANCE NO. 19 - AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, ANNEXING 5.17 ACRES OF LAND THAT IS CONTIGUOUS TO THE CITY LIMITS WITHIN PALM BEACH COUNTY AND THAT WILL, UPON ANNEXATION, CONSTITUTE A REASONABLY COMPACT ADDITION TO THE CITY BOUNDARIES; PROVIDING THAT THE PROPER LAND USE DESIGNATION AND PROPER ZONING OF THE PROPERTY SHALL BE REFLECTED IN SEPARATE ORDINANCES TO BE PASSED SIMULTANEOUSLY HEREWITH; PROVIDING FOR CONFLICTS, SEVERABILITY; PROVIDING THAT THIS ORDINANCE SHALL BE FILED WITH THE CLERK OF THE CIRCUIT COURT OF PALM BEACH COUNTY, FLORIDA, UPON ADOPTION AND AN EFFECTIVE DATE. WHEREAS, the Comprehensive Plan for the City of Boynton Beach requires the development of an Annexation Program; and WHEREAS, M21) COUNTRY TRAIL, LLC., owner, by and through its agent, Miller Land Planning, Inc, of the property more particularly described hereinafter, have heretofore filed a Petition, pursuant to Chapter 2, Article 11, Section 2A of the Land Development Regulations, City of Boynton Beach, Florida, for the purpose of annexing a certain tract of land consisting of approximately 5.17 acres; and WHEREAS, the City of Boynton Beach hereby exercises its option to annex the following tract of land as hereinafter described, in accordance with Article I, Section 6 of the Charter of the City and Section 171.044, and 171.062(2), Florida Statutes; and WHEREAS, said tract of land lying and being within Palm Beach County is contiguous to the existing city limits of the City of Boynton Beach, and will, upon its annexation, constitute a reasonably compact addition to the City boundary. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. That each and every Whereas clause is true and correct. C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\A3819F29-0340-4A01-AE84-F67D5E141789\Boynton Beach. 14211.1. Annexation-_Country_Trail.docx 1 Page 1167 of 1278 33 Section 2. Pursuant to Article I, Section 6 of the Charter of the City of Boynton 34 Beach, Florida and Section 171.044, Florida Statutes the following described unincorporated 35 and contiguous tract of land situated and lying and being in the County of Palm Beach, 36 Florida, to wit: 37 THE WEST HALF OF THE NE 114 OF THE SW 114 OF THE SE 114 OF 38 SECTION 31 TOWNSHIP 45 SOUTH, RANGE 43 EAST, LOCATED IN 39 PALM BEACH COUNTY, FLORIDA. TOGETHER WITH AN 40 EASEMENT FOR INGRESS AND EGRESS RECORDED IN OR BOOK 41 2988 PAGE 254 AND RE-RECORDED IN OR BOOK 3118, PAGE 1466 OF 42 THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA 43 44 SAID LANDS SITUATE IN PALM BEACH COUNTY, FLORIDA. 45 46 47 48 is hereby annexed to the City of Boynton Beach, Florida, and such land so annexed shall be 49 and become part of the City with the same force and effect as though the same had been 50 originally incorporated in the territorial boundaries thereof. 51 Section3: That Section 6 of the Charter of the City of Boynton Beach, Florida, is 52 hereby amended to reflect the annexation of said tract of land more particularly described in 53 Section 2 of this Ordinance. 54 Section 4: That by Ordinances adopted simultaneously herewith, the proper City 55 zoning designation and Land Use category is being determined as contemplated in Section 56 171.162(2), Florida Statutes. 57 Section 5. All ordinances or parts of ordinances in conflict herewith are hereby 58 repealed. 59 Section 6: Should any section or provision of this Ordinance or any portion thereof 60 be declared by a court of competent jurisdiction to be invalid, such decision shall not affect 61 the remainder of this Ordinance. 62 Section 7: This Ordinance shall not be passed until the same has been advertised C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\A3819F29-0340-4A01-AE84-F67D5E141789\Boynton Beach. 14211.1. Annexation-_Country_Trail.docx 2 Page 1168 of 1278 63 for two (2) consecutive weeks in a newspaper of general circulation in the City of Boynton 64 Beach, Florida, as required by the City Charter and Section 171.044, Florida Statutes. 65 Section 8. This ordinance, after adoption, shall be filed with the Clerk of the 66 Circuit Court of Palm Beach County, Florida. 67 Section 9. This ordinance shall become effective immediately upon passage. 68 FIRST READING this day of , 2019. 69 SECOND, FINAL READING and PASSAGE this day of , 2019. 70 CITY OF BOYNTON BEACH, FLORIDA 71 72 YES NO 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 ATTEST: 90 91 92 93 Judith A. Pyle, CMC 94 City Clerk 95 96 97 (Corporate Seal) Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\A3819F29-0340-4A01-AE84-F67D5E141789\Boynton Beach. 14211.1. Annexation-_Country_Trail.docx 3 Page 1169 of 1278 1 ORDINANCE NO. 19- 2 3 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 AMENDING ORDINANCE 89-38 BY AMENDING THE FUTURE 5 LAND USE ELEMENT OF THE COMPREHENSIVE PLAN FOR 6 PROPERTY COMMONLY KNOWN AS COUNTRY TRAIL AND 7 DESCRIBED HEREIN, OWNED BY M21) COUNTRY TRAIL, LLC., 8 CHANGING THE LAND USE DESIGNATION FROM MEDIUM 9 RESIDENTIAL (MR -5), MAXIMUM DENSITY 5 DU/AC TO: LOW 10 DENSITY RESIDENTIAL (LDR), MAXIMUM DENSITY 7.5 DU/AC; 11 PROVIDING FOR CONFLICTS, SEVERABILITY, AND AN 12 EFFECTIVE DATE. 13 14 WHEREAS, the City Commission of the City of Boynton Beach, Florida has 15 adopted a City of Boynton Beach Comprehensive Plan and as part of said Plan a Future Land 16 Use Element pursuant to Ordinance No. 89-3 8 and in accordance with the Local Government 17 Comprehensive Planning Act; and 18 WHEREAS, the procedure for amendment of a Future Land Use Element of a 19 Comprehensive Plan as set forth in Chapter 163, Florida Statutes, has been followed; and 20 WHEREAS, after two (2) public hearings the City Commission acting in its dual 21 capacity as Local Planning Agency and City Commission finds that the amendment 22 hereinafter set forth is consistent with the City's adopted Comprehensive Plan and deems it 23 in the best interest of the inhabitants of said City to amend the Future Land Use Element 24 (designation) of the Comprehensive Plan as hereinafter provided. 25 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE 2 6 CITY OF BOYNTON BEACH, FLORIDA, THAT: 27 Section 1: The foregoing WHEREAS clauses are true and correct and incorporated 28 herein by this reference. 29 Section 2: Ordinance No. 89-38 of the City is hereby amended to reflect that the 30 Future Land Use of the following described land: 31 THE WEST HALF OF THE NE 114 OF THE SW v4 OF THE SE 114 OF SECTION 32 31 TOWNSHIP 45 SOUTH, RANGE 43 EAST, LOCATED IN PALM BEACH C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\946FCB98-1F4E-4675-A773-C6B34BF6E3D7\Boynton Beach. 14212.1. Country_ Trail_LUA-_Ordinance.Docx Page 1170 of 1278 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 63 64 65 66 67 68 69 70 71 COUNTY, FLORIDA. TOGETHER WITH AN EASEMENT FOR INGRESS AND EGRESS RECORDED IN OR BOOK 2988 PAGE 254 AND RE- RECORDED IN OR BOOK 3118, PAGE 1466 OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA SAID LANDS SITUATE IN PALM BEACH COUNTY, FLORIDA. is amended from Medium Residential (MR -5), maximum density 5 du/ac to: LOW DENSITY RESIDENTIAL (LDR), maximum density 7.5 du/ac. Section 3: This Ordinance shall take effect on adoption, subject to the review, challenge, or appeal provisions provided by the Florida Local Government Comprehensive Planning and Land Development Regulation Act. No party shall be vested of any right by virtue of the adoption of this Ordinance until all statutory required review is complete and all legal challenges, including appeals, are exhausted. In the event that the effective date is established by state law or special act, the provisions of state act shall control. FIRST READING this day of , 2019. SECOND, FINAL READING and PASSAGE this day of , 2019. CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE ATTEST: Judith A. Pyle, CMC City Clerk (Corporate Seal) YES NO C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\946FCB98-1F4E-4675-A773-C6B34BF6E3D7\Boynton Beach. 14212. 1. Country_ Trail_LUA_-_Ordinance. Docx Page 1171 of 1278 72 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\946FCB98-1F4E-4675-A773-C6B34BF6E3D7\Boynton Beach. 14212.1. Country_ Trail_LUA_-_Ordinance. Docx Page 1172 of 1278 1 ORDINANCE NO. 19- 2 3 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 AMENDING ORDINANCE 02-013 TO REZONE A PARCEL OF 5 LAND DESCRIBED HEREIN AND COMMONLY REFERRED TO AS 6 COUNTRY TRAIL FROM AGRICULTURAL RESIDENTIAL — 7 PALM BEACH COUNTY (AR) TO PLANNED UNIT 8 DEVELOPMENT (PUD); PROVIDING FOR CONFLICTS, 9 SEVERABILITY, AND AN EFFECTIVE DATE. 10 11 WHEREAS, the City Commission of the City of Boynton Beach, Florida has adopted 12 Ordinance No. 02-013, in which a Revised Zoning Map was adopted for said City; and 13 WHEREAS, the City of Boynton Beach has made application to rezone land, said land 14 being more particularly described hereinafter, from Agricultural Residential — Palm Beach 15 County (AR) to PLANNED UNIT DEVELOPMENT (PUD); and 16 WHEREAS, the City Commission conducted public hearings as required by law and 17 heard testimony and received evidence which the Commission finds supports a rezoning for the 18 property hereinafter described; and 19 WHEREAS, the City Commission deems it in the best interests of the inhabitants of 20 said City to amend the aforesaid Revised Zoning Map as hereinafter set forth. 21 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 22 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 23 Section 1. The foregoing Whereas clauses are true and correct and incorporated 24 herein by this reference. 25 Section 2. The land herein described be and the same is hereby rezoned from 26 Agricultural Residential — Palm Beach County (AR) to PLANNED UNIT DEVELOPMENT 27 (PUD). A location map is attached hereto as Exhibit "A" and made a part of this Ordinance by 28 reference. Legal Description: 29 30 31 THE WEST HALF OF THE NE 114 OF THE SW 114 OF THE SE 114 OF 32 SECTION 31 TOWNSHIP 45 SOUTH, RANGE 43 EAST, LOCATED IN 33 PALM BEACH COUNTY, FLORIDA. TOGETHER WITH AN EASEMENT 34 FOR INGRESS AND EGRESS RECORDED IN OR BOOK 2988 PAGE 254 35 AND RE-RECORDED IN OR BOOK 3118, PAGE 1466 OF THE PUBLIC 36 RECORDS OF PALM BEACH COUNTY, FLORIDA 37 38 SAID LANDS SITUATE IN PALM BEACH COUNTY, FLORIDA. C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\DF425D16-EEEO-4005-8FE1-85CF5EAE894E\Boynton Beach. 14213.1. Country_Trail -_ Rezone _-_Ordinance. docx Page 1173 of 1278 39 40 Section 3. That the aforesaid Revised Zoning Map of the City shall be amended 41 accordingly. 42 Section 4. All ordinances or parts of ordinances in conflict herewith are hereby repealed. 43 Section 5. Should any section or provision of this Ordinance or any portion thereof be 44 declared by a court of competent jurisdiction to be invalid, such decision shall not affect the 45 remainder of this Ordinance. 46 Section 6. This ordinance shall become effective immediately upon passage. 47 FIRST READING this day of , 2019. 48 SECOND, FINAL READING and PASSAGE this day of , 2019. 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE ATTEST: Judith A. Pyle, CMC City Clerk (Corporate Seal) C:AProgram Files (x86)Aneevia.com\docConverterProAtemp\NVDC\DF425D16-EEEO-4005-8FE1-85CF5EAE894E\Boynton Beach. 14213. 1. Country_ Trail -_Rezone_ -_Ordinance. docx Page 1174 of 1278 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 19-067 STAFF REPORT TO: Chair and Members Planning and Development Board THRU: Ed Breese Planning and Zoning Administrator FROM: Hanna Matras, Senior Planner DATE: December 4, 2018 PROJECT: Country Trail PUD ANEX 19-001 / LUAR 19-001 REQUEST: Approve Country Trail PUD annexation, Future Land Use Map amendment from Palm Beach County's Medium Residential with a maximum density of 5 du/acre (MR -5) to Low Density Residential (LDR) with a maximum density 7.5 du/acre, and rezoning from Palm Beach County's AR, Agricultural Residential, to PUD, Planned Unit Development. PROJECT DESCRIPTION Property Owner/ Applicant: M2D Country Trail, LLC Agent: Christi Tuttle / Miller Land Planning, Inc. Location: 2600 County Lake Trail (Exhibit "A") Existing FLU/ Zoning: Medium Residential (MR -5), maximum density 5 du/ac / AR, Agricultural Residential - Palm Beach County Proposed FLU/ Zoning: Low Density Residential (LDR), maximum density 7.5 du/ac / Planned Unit Development (PUD); see Exhibits "B" and "C" Acreage: 5.17 acres Proposed Use: 26 Single -Family homes Page 1175 of 1278 Page 2 Country Trail PUD ANEX 19-001 / LUAR 19-001 Adjacent Uses: North: Single-family home community (Cranbrook Lake Estates), classified Low Density Residential (LDR) and zoned Planned Unit Development (PUD); South: Right-of-way for County Lake Trail, and single-family home community (Serrano at Country Lakes), classified Low Density Residential (LDR) and zoned Planned Unit Development (PUD); East: Single-family home community (Cranbrook Lake Estates aka Silverlake Estates), classified Low Density Residential (LDR) and zoned Planned Unit Development (PUD); West: Single-family homes of Village of Golf, classified Residential Medium Density and zoned Residential. BACKGROUND The subject 5.17 acre parcel is currently developed with one single-family home.The applicant seeks to annex the parcel and obtain the City FLUM classification and zoning district to replace its current Palm Beach County designations in order to develop the property with twenty six (26) single-family homes. Annexation, FLUM amendment, rezoning and the new site plan are processed concurrently. Preliminary review of the proposed annexation by staff indicates that it meets the statutory conditions: the parcel is contiguous to the City boundary and "reasonably compact" in that it does not create enclaves or pockets. Voluntary annexations are regulated by Chapter 171.044, Florida Statutes; additional directions regarding the process are contained in the Palm Beach County Ordinance 2007- 018. Pursuant to these requirements, on October 8, 2018 staff sent a notification of the proposed annexation to the Palm Beach County Administrator and Planning Director. County staff reviewed the application and have not identified any inconsistencies with Chapter 171 (Exhibit ""D".) REVIEW BASED ON CRITERIA The following criteria used to review Comprehensive Plan Map amendments and rezonings are listed in the Land Development Regulations, Chapter 2, Article II, Section 2.13 and D.3: a. Demonstration of Need. A demonstration of need may be based upon changing conditions that represent a demand for the proposed land use classification and 2 Page 1176 of 1278 Page 3 Country Trail PUD ANEX 19-001 / LUAR 19-001 zoning district. Appropriate data and analysis that adequately substantiates the need for the proposed land use amendment and rezoning must be provided within the application. The subject FLU reclassification and rezoning are requested in conjuction with a privately - initiated annexation, which requires concurrent applications for same. The proposed designations are consistent with FLU and zoning designations of surrounding areas. b. Consistency. Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would be consistent with the purpose and intent of, and promote, the applicable Comprehensive Plan policies, Redevelopment Plans, and Land Development Regulations. Consistency with Comprehensive Plan As noted above, the FLUM amendment and rezoning are requested in conjuction with annexation, which is encouraged by the Comprehensve Plan's Land Use Element's Objective 1.15, especially if it contributes to the elimination of an existing county pocket. Objective 1.15 The City will continue to expand through annexation of enclaves, pockets and other contiguous properties. The concurrent FLUM amendment and rezoning are required per Policy 1.15.3: Policy 1. 15.3 The City shall require that property owners requesting annexation into the City concurrently apply for land use amendment and rezoning to the City's land use classification and zoning district. The proposed FLU and zoning match low density, single-family character of the surrounding areas, consistently with the intent of Policy 1.12.2: Policy 1.11.2 The City shall continue to maintain and improve the existing single-family and lower -density neighborhoods, by preventing conversions to higher densities, except when consistent with adjacent land uses, contributes to the implementation of adopted redevelopment plans, or furthers the City's affordable housing programs. Consistency with Land Development Regulations (LDR) The application for the new site plan complies with the regulations and intent of the PUD zoning district. c. Land Use Pattern. Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would be contrary to the established land use pattern, or would create 3 Page 1177 of 1278 Page 4 Country Trail PUD ANEX 19-001 / LUAR 19-001 an isolated zoning district or an isolated land use classification unrelated to adjacent and nearby classifications, or would constitute a grant of special privilege to an individual property owner as contrasted with the protection of the public welfare. This factor is not intended to exclude FLUM reclassifications and rezonings that would result in more desirable and sustainable growth for the community. The proposed FLU and zoning district would match the FLU and zoning of the surrounding neighborhood and would support a single-family home development consistent with the area's established land use patterns. d. Sustainability. Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would support the integration of a mix of land uses consistent with the Smart Growth or sustainability initiatives, with an emphasis on 1) complementary land uses,- 2) ses,2) access to alternative modes of transportation, and 3) interconnectivity within the project and between adjacent properties. The proposed FLUM amendment and rezoning does not meet the listed above sustainability characteristics, but again,it is consistent with surrounding land use pattern. e. Availability of Public Services / Infrastructure. All requests for Future Land Use Map amendments shall be reviewed for long-term capacity availability at the maximum intensity permitted under the requested land use classification. Water and Sewer. The Utilities Department has confirmed long-term capacity availability for potable water and sewer at the maximum density and intensity allowed under the requested land use classification and zoning designation. Solid Waste. The Palm Beach County Solid Waste Authority determined that sufficient disposal capacity will be available at the existing landfill through approximately the year 2046. Drainage. Drainage will be reviewed in detail as part of the site plan, land development, and building permit review processes. Trak. Traffic impacts will be reviewed as part of the site plan. The School Capacity Avai/abi/i Determination (SCAD) for PBC School District The proposed project was determined not to have negative impact on the public school system. f. Compatibility. The application shall consider the following factors to determine compatibility. 11 Page 1178 of 1278 Page 5 Country Trail PUD ANEX 19-001 / LUAR 19-001 (1) Whether the proposed Future Land Use Map amendment (FLUM) and rezoning would be compatible with the current and future use of adjacent and nearby properties, or would negatively affect the property values of adjacent and nearby properties, and (2) Whether the proposed Future Land Use Map amendment (FLUM) and rezoning is of a scale which is reasonably related to the needs of the neighborhood and the City as a whole. The response to the criterion 'T' is similar to the one provided in discussion of criteria "a," "b" and "c": the proposed FLU and zoning district would match the FLU and zoning of the surrounding areas and would support a single-family home development consistent with the area's established land use pattern. The zero -lot line configuration of homes in the proposed development matches that of the Serrano at Country Lakes community located immediately south of the subject parcel while the single-family homes north, east, and particularly west of the property feature larger lots. However, it is unlikely for the values of those properties to be negatively affected. As most housing units approved in Boynton Beach during the last five years have been multifamily rental dwellings, the addition to the single-family home supply—albeit small— would arguably benefit the City. g. Direct Economic Development Benefits. For rezoning/FLUM amendments involving rezoning to a planned zoning district, the review shall consider the economic benefits of the proposed amendment, specifically, whether the proposal would: (1) Further implementation of the Economic Development (ED) Program,- (2) rogram,(2) Contribute to the enhancement and diversification of the City's tax base,- (3) ase,(3) Respond to the current market demand or community needs or provide services or retail choices not locally available,- (4) vailable,(4) Create new employment opportunities for the residents, with pay at or above the county average hourly wage,- (5) age,(5) Represent innovative methods/technologies, especially those promoting sustainability; (6) Be complementary to existing uses, thus fostering synergy effects, and (7) Alleviate blight/economic obsolescence of the subject area. Since the proposed FLU amendment/rezoning will support a residential project, the main economic development benefit of this action will be the project's contribution to the City's tax base. In addition, a noted in response to the criterion 'T' above, increasing the single- family home supply would be of benefit to the City. h. Commercial and Industrial Land Supply, The review shall consider whether the proposed rezoning/FLUM amendment would reduce the amount of land available for commercial/industrial development. If such determination is made, the approval can be recommended under the following conditions: Page 1179 of 1278 Page 6 Country Trail PUD ANEX 19-001 / LUAR 19-001 (1) The size, shape, and/or location of the property makes it unsuitable for commercial/industrial development, or (2) The proposed rezoning/FLUM amendment provides substantiated evidence of satisfying at least four of the Direct Economic Development Benefits listed in subparagraph "g" above, and (3) The proposed rezoning/FLUM amendment would result in comparable or higher employment numbers, building size and valuation than the potential of existing land use designation and/or rezoning. The proposed residential FLU and zoning designations are the only appropriate choices for the property. The subject annexation offers no options to increase the supply for commercial land. L Alternative Sites. Whether there are adequate sites elsewhere in the City for the proposed use in zoning districts where such use is already allowed. N/A. The FLUM and rezoning requests are being considered in conjunction with annexation. j. Master Plan and Site Plan Compliance with Land Development Regulations. When master plan and site plan review are required pursuant to Section 2. D. 1.e above, both shall comply with the requirements of the respective zoning district regulations of Chapter 3, Article 111 and the site development standards of Chapter 4. The application for the new site plan complies with the regulations and intent of the PUD zoning district. CONCLUSION/RECOMMENDATION As indicated herein, staff has reviewed the proposed annexation, future land use amendment and rezoning and determined that they are consistent with the policies of the Comprehensive Plan, and the proposed annexation eliminates the PB County unincorporated pocket. Therefore, staff recommends approval of the subject requests. S:\Planning\SHARED\WP\PROJECTS\Country Trail PUD\LUAR 19-001\LUAR 19-001 County Trail PUD Staff Report.docx G7 Page 1180 of 1278 EXHIBIT A LOCATION MAP LEGEND 011011 City Boundary 0 55 110 220 330 9e81 278 EXHIBIT B COUNTRY TRAIL PUD LUAR 19-001: FLU AMENDMENT Legend LOW DENSITY RESIDENTIAL (LDR), 7.5 D.U./Acre MEDIUM DENSITY RESIDENTIAL (MEDR), 11 D.U./Acre PUBLIC & PRIVATE GOVERNMENTAL/INSTITUTIONAL (PPGI) 0 45 90 Iso zoo -"11'82 1 278 EXHIBIT C COUNTRY TRAIL PUD LUAR 19-001: REZONING Legend R3 Multi Family, 11 du/ac PUD Planned Unit Development M PU Public Usage 0 45 90 180 270 X183 1 278 Deparbrnent of planning, Zoning & Building 2300 North jog Road West Palm Beach, FL 33411 -2741 (561) 233-5000 Planning Division 233-5300 Zoning Division 233-5200 Building Division 233-5100 Code Enforcement 233-5500 Contractors Certification 233-5525 Administration Office 2.33-5005 Executive Office 233-5228 www.pbcgov.com/pzb F7 Palm Beach County Board of County Commissioners Melissa McKinlay, Mayor Mack Bernard, Vice Mayor Hal R. Valeche Ed Breeze Plannin"—Fke City of Boynton Beach Planning and Zoning Division 3301 Quantum Blvd Boynton Beach, FL 33426 RE: Proposed Annexation County Trail PUD, 2019-08-ool Thank You for providing the County advance notice and the opportunity oed to revie the annexatin summarizbelow. •I I County Trail PUD LIS 1 1! Acres: 5.17 Location: West of S. Congress Ave., south of Golf Rd. V Reading: Not determined 2nd Reading: Not determined Paulette Burdick The proposed annexation was processed through the County's Annexation Review Dave Kerner Process. County staff and service delivery agencies reviewed the proposed Steven L. Abrams annexation. After review, County staff has not identified any inconsistencies with Chapter 171, Florida Statutes. The property is located within an existing Mary Lou Berger unincorporated enclave; its annexation will eliminate the enclave. If you have questions or comments, please contact Patricia Behn, Deputy Planning Director, at 561-233-5332. County Administrator Sincerely, Verdenia C. Baker Lorenzo Aghe o Planning Director cc: The Honorable Steven L. Abrams, District 4 Commissioner Patricia Behn, Deputy Planning Director, PBC "An Equal opportunity Patrick W. Rutter, Assistant County Administrator Lori LaVerriesre, City Manager, Boynton Beach , Affinnative Action Employer- Ramsay Bulkeley, Esq., Deputy Director, PZ&B Hanna Matra Robert P. Banks, AICP, Chief Land Use County Attorney Senior Planner, Boynton Beach printed on sustainable t:\planning\intergovernmental\annexations12019 fiscal Yea r\lefters\bb-co u nty trail pud - nov2018.docx and recycled paper Page 1184 of 1278 8. F. PUBLIC HEARING 1/15/2019 REQUESTED ACTION BY COMMISSION: Approve Country Trail PUD New Site Plan to construct a new development with 26 two-story single-family residences and associated site improvements on a 5.17 acre site. Applicant: M2D Country Trail, LLC. (Applicant request postponement to March 19, 2019) EXPLANATION OF REQUEST: The subject 5.17 acre parcel is currently developed with one single-family home. The applicant seeks to annex the parcel and obtain the City FLUM classification and zoning district to replace its current Palm Beach County designations in order to develop the property with twenty-six (26) single-family detached dwelling units known as Country Trail PUD. Annexation, FLUM amendment, rezoning and the new site plan are processed concurrently (see respective staff reports). The applicant is proposing a total of 26 zero lot line homes, as permitted in a PUD zoning district. Zero lot line development on this site is consistent with the development pattern found in the neighboring PUD to the south. The "Typical Lot Detail" of the proposed project as shown on the site plan (A101) illustrates the placement of each model type (A -C) within the typical 45 foot by 115 foot lot. The project would also include an amenity area including a swimming pool and cabana. The development proposes single-family residences in contemporary architectural styles. There are three proposed models (A -C). Each model has two variations, one with a pitched roof and one with a flat roof, each variation also has slight differences in the color allocations. The homes would be two (2) stories tall. The Planning and Development Board heard the request on December 17, 2018 and forwards it without a recommendation for approval . HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No significant impact on either programs or services. FISCAL IMPACT: The project will contribute to the City's tax base. ALTERNATIVES: None recommended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Page 1185 of 1278 Is this a grant? No Grant Amount: ATTACHMENTS: Type D Staff Report D Exhibit D Drawings D Drawings D Conditions of Approval D Development Order Description Staff Report ExhibitA: Location Map Exhibit B: Plans Exhibit C: Models Exhibit D: Conditions of Approval Development Order Page 1186 of 1278 TO: Chair and Members Planning and Development Board THRU: Ed Breese Planning and Zonin2 Administrator FROM: Amanda Bassiely, Principal Planner 1k7 DATE: November 29, 2018 PROJECT: Country Trail PUD (NWSP 19-001) REQUEST: Approve Country Trail PUD New Site Plan to construct a new development with 26 two-story single-family residences and associated site improvements on a 5.17 acre site. - 0 r • Property Owner: M2D Country Trail, LLC Agent: Christi Tuttle, Miller Land Planning Location: 2600 County Lake Trail (Refer to Exhibit "A": Location Map) Existing Land Use: Medium Residential (MR -5) - Palm Beach County Existing Zoning: Agricultural Residential (AR) - Palm Beach County Proposed Land Use: Low Density Residential (LDR) Proposed Zoning: Planned Unit Development (PUD) Acreage: 5.17 acre Page 1187 of 1278 Page 2 Country Trail PUD NWSP 19-001 Adjacent Uses: North: Single-family home community (Cranbrook Lake Estates aka Silverlake Estates), classified Low Density Residential (LDR) and zoned Planned Unit Development (PUD); South: Right-of-way for County Lake Trail, and single-family home community (Serrano at Country Lakes), classified Low Density Residential (LDR) and zoned Planned Unit Development (PUD); East: Single-family home community (Cranbrook Lake Estates aka Silverlake Estates), classified Low Density Residential (LDR) and zoned Planned Unit Development (PUD); West: Single-family homes of Village of Golf, classified Residential Medium Density and zoned Residential. PROPERTY OWNER NOTIFICATION Owners of properties within 400 feet of the subject request were mailed a notice of this request and its respective hearing dates. The applicant certifies that they posted signage and mailed notices in accordance with Ordinance No. 04-007. BACKGROUND Proposal: The subject 5.17 acre parcel is currently developed with one single-family home. The applicant seeks to annex the parcel and obtain the City FLUM classification and zoning district to replace its current Palm Beach County designations in order to develop the property with twenty six (26) single- family detached (zero lot line) dwelling units known as Country Trail PUD. Annexation, FLUM amendment, rezoning and the new site plan are processed concurrently (see respective staff reports). ANALYSIS Concurrency: Traffic: A traffic statement prepared by JMD Engineering was sent to the Palm Beach County Traffic Division for concurrency review in order to ensure an adequate level of service. The traffic study stated that the proposed project would generate a total of 250 trips per day. The Palm Beach County Traffic Division has determined in a letter dated October 29, 2018 that the project will meet the Traffic Performance Standards of Palm Beach County. An updated approval letter will be required prior to permitting to revise the 2 Page 1188 of 1278 Page 3 Country Trail PUD NWSP 19-001 request from 25 to 26 dwelling units (See Exhibit D — Conditions of Approval). School: The School District of Palm Beach County has reviewed the application and has determined that adequate capacity exists in area public schools to accommodate the projected resident population. An updated approval letter will be required prior to permitting to revise the request from 25 to 26 dwelling units (See Exhibit D — Conditions of Approval). Utilities: The City's water capacity would meet the projected potable water for this project. Sufficient sanitary sewer and wastewater treatment capacity is also currently available to serve the project. Police/Fire: The Police Department has reviewed the site plan and all review comments have been acknowledged by the applicant and will be addressed at the time of permitting. The Fire Department notes that they will be able to provide an adequate level of service for this project with current or expected infrastructure and/or staffing levels. Further plan review by Police and Fire will occur during the building permit process. Drainage: Conceptual drainage information was provided for the City's review. The Engineering Division has found the conceptual information to be adequate and is recommending that the review of specific drainage solutions be deferred until time of permit review. Access: The site plan (Sheet SP -1) shows that one point of ingress/egress is proposed. The two-way driveway is an extension of the private road, Country Lake Trail, which is accessed from Palmland Drive. Vehicular circulation would include one central two-way roadway with single-family lots on either side. The site plan also includes a hammerhead turn at the end of the roadway for vehicle turnaround. Sidewalks are provided on both sides of the extension of Country Lake Trail at four (4) feet in width. Parking: The site plan (Sheet SP -1) proposes 26 single-family homes, which requires 52 parking spaces, based upon the standard of one (2) parking space per unit. The site plan depicts 107 proposed parking spaces. Each unit has a two -car garage and a driveway for two additional cars. The pool/amenity area has three additional parking spaces, one of which is a handicap space. Landscaping: The Plant List (Sheet L2) indicates that the project would add a total of 203 trees to the property while retaining and relocating several canopy specimens. The plan depicts 34 canopy trees, 73 accent trees, and 96 palm trees. The applicant has chosen to retain the large Royal Palm Trees along the north side of the property and plant 16 foot tall, full -to -the -bottom and dense Fishtail Palm Trees along the north buffer, to provide an instant buffer against the residential properties to the north. The plan also shows 1,722 shrubs/groundcover plants. All plant materials to be used in the landscape design are required to be Florida number one grade and must Page 1189 of 1278 Page 4 Country Trail PUD NWSP 19-001 be identified as having "low or "medium" watering needs in the South Florida Water Management's "Waterwise" publication. The proposed tree species would include the following: Silver Green Buttonwood, Live Oak, Crepe Myrtles, and East Palatka Holly trees. Palm species would include Fishtail Palms and Triple Montgomery Palms. The site plan shows perimeter landscape buffers, 10 -feet in width, are proposed along the, south, east, and west property lines, and 15 -feet in width along the north property line. These buffers include a mix of Live Oak, East Palatka Holly, Silver Buttonwood, and shrub and groundcover plant material. Building and Site: The applicant is proposing a total of 26 zero lot line homes, as permitted in a PUD zoning district. Zero lot line development on this site is consistent with the development pattern found in the neighboring PUD to the south. In order to adequately buffer the PUD to the east, the project proposes a ten (10) foot wide landscape buffer, a 50 foot wide drainage / detention basin area, and an additional 15 foot setback, totaling in a 75 foot separation from the east property to any new residential structure. The single family lots on the west side of the property abut a roadway with a 12 foot tall hedge as a buffer, to the south is an establish buffer with a six (6) foot wall, and the proposed 16 foot tall Fishtail Palms form the buffer proposed along the north side. The PUD regulations require that setbacks within PUD's mirror those in abutting development to ensure adequate separation between buildings. As per the setbacks specified on the PUD Master Plan for Aspen Glen, the building setbacks proposed are as follows: front — 25 feet; rear — 15 feet; non -zero lot line side — 10 feet; and zero -lot line side — zero (0) feet. The "Typical Lot Detail" of the proposed project as shown on the site plan (A101) illustrates the placement of each model type (A -C) within the typical 45 foot by 115 foot lot. The houses would be setback at least 25 feet from the front property line. A portion of this front setback would consist of a 10 - foot wide utility easement. The detail also shows that the zero -lot line homes would be setback 10 feet from the side lot line and 15 feet from the rear lot line. The elevations show that the mean height of the two (2) story homes would be 26 feet, as measured from the midpoint of the roof or the deck of a flat roof. The development will comply with the maximum height of 30 feet for all single-family residential zoning districts. Design: The development proposes single-family residences in contemporary architectural styles. There are three proposed models (A -C). Each model has two variations, one with a pitched roof and one with a flat roof, each variation also has slight differences in the color allocations. The homes would be two (2) stories tall. The pitched roof variation of each of the three models would have a metal -seem roof. The elevations show that the N Page 1190 of 1278 Page 5 Country Trail PUD NWSP 19-001 exterior finish of the walls would be textured stucco. The applicant is proposing a variety of neutral colors schemes which are compatible with the proposed architecture and surrounding developments. Models (A -C) with similar house style types, each with four (4) bedrooms and a 2 -car garage. Model A has four (4) and one-half bathrooms, model B has four (4) bathrooms, and model C has three (3) and one-half bathrooms. The air-conditioned living area each home would range from 3,646 square feet to 2,650 square feet. Staff has no objections to the proposed building colors, architectural styles, or roof types Amenities: As noted above, the site plan depicts the inclusion of an amenity area including a pool and cabana. Signage: One monument sign is proposed at the entry of the development. Greater detail will be submitted to staff for review. RECOMMENDATION Staff has reviewed this request for a New Site Plan Modification and recommends APPROVAL, subject to approval of the accompanying applications and satisfying all comments indicated in Exhibit "C" — Conditions of Approval. Any additional conditions recommended by the Board or required by the City Commission shall be documented accordingly in the Conditions of Approval. S:\Planning\SHARED\WP\PROJECTS\Country Trail PUD\NWSP\StaffReport\NWSP 19-001 CountryTrailPUDStaffReport.docx Page 1191 of 1278 EXHIBIT A LOCATION MAP LEGEND 011011 City Boundary 0 55 110 220 330 p X92 278 ao o A, Ji o �oe00039@��m 94o"9®o.i Q999- R® Ro �� a ®a eat o®� E ®® ❑oiinir=roFu❑❑ o non e c orid EXHIBIT B a = �g8 a — — 0 o � H. � ' oo ®000a000®o s� o� oo� —gym D Raga &w� z A ® ° Pa of 1278 o®o e' z ° n Q 4 4 ff ff V e " sc 0� - m -�^ a 'S g oa m D _ i r 8 C e �9 N DDDR®6 o D - W 31 �F o E E 3 E 3 D � (ii ➢ w � u mN H V o P 6 0 am �$ ?? o r UJ 0 0 0 0 w 0 ff D q Q Q 4 4 ff ff V m -gym =mo e " sc a" a oa m D _ i 8 C �9 N DDDR®6 m -gym =mo e " sc a" a oa m D _ i 8 C N DDDR®6 o D - W �F of 1278 IN UNH 41� RM, - 7m b, ftF��<z . 2)7 m m 7 z c -0 0 1 m z cj > c IT Z 0 INII■I mss_ MINE Audi I oil m oil life IN 11111111 11111181 01 IBM ION 111111 loll 11111111101 111111 long RM, 7 mc - 7m b, ftF��<z . 2)7 m m 7 z c -0 0 1 m z cj > c IT Z 0 INII■I mss_ Audi I oil m oil life IN 01 lim 7 mc - 7m b, ftF��<z . 2)7 m m 7 z c -0 0 1 m z cj > c IT Z 0 7 mc - 7m b, ftF��<z . 2)7 z 7 z 3 �ag�'l 1 D5 of 1278 0L OS o ALS o I s j o Nae p IUI_I a: oc _ AesroDtes9n ENGINEERS • ENVIRONMENTAL CONSULTANTS CIVIL SITE IMPROVEMENTS PLAN FOR: COUNTRY TRAIL PUD COUNTRY LAKE TRAIL BOYNTON BEACH, FLORIDA II N N. "��� "`��"""�d� 3344> a�s�P��; ssoo wav D111, a�1FIm>-5555 I li I I "NOT FOR CONSTRUCTION" s j o Nae p IUI_I a: oc _ AesroDtes9n ENGINEERS • ENVIRONMENTAL CONSULTANTS s j o Nae m o m z a N m oc _ AesroDtes9n ENGINEERS • ENVIRONMENTAL CONSULTANTS CIVIL SITE IMPROVEMENTS PLAN FOR: COUNTRY TRAIL PUD COUNTRY LAKE TRAIL BOYNTON BEACH, FLORIDA N. "��� "`��"""�d� 3344> a�s�P��; ssoo wav D111, a�1FIm>-5555 1 T-1 o�o_�a� ����e�,ow�,�a�o�_EN�d.9 11/2s/2— 1 as 11 . —11.11 bleed o (2411.1-1--) A 1278 zmyr`z ri o oyam I dJa Z i£L NJIN MN O 0 ZMri L 3L�a SIS C SS�LL z y9 - �zaroy _ _ - - o O • E Zzl • 1 omA_y� a IJV d1 so Ina �; .'3 b o z o J avuNtis I <-M� m� (dJBd Bbl Lbl SOd ZoOLI 8d) T, a"n"d V ONVdd3S.. I I A= I zoo 0 4 a LJvaL d -- —lB�� — t �Id II olh — �L —o4H a s=9 w I' I 1 I z ooh w I. I I �� to � 1 o 6' m 11 A I'I I mol �I I Ali ---- 111 o p � I o Cls o (I E a. I I I II � I o �1 I --- I Y _— c m T� m ➢ II a'i o E�k m N� o� -- LX x r 5 NDA 4,x o � b 1 I SII } r T vz o o / o _ _ X I x I I R n oy o. 6 ���m m®000 R sa Ll UN - 6a oAm __–ITJ J.caN-------- — os e �zs >n� "NOT FOR CONSTRUCTION" s j o N m w z a a a z ss n ADles9„° _ o- ENGINEERS • ENVIRONMENTAL CONSULTANTS WATER & WASTEWATER PLAN FOR:EN,INEEas COUNTRY TRAIL PUD COUNTRY LAKE TRAIL BOYNTON BEACH, FLORIDA sEn� "o °'F' ����s ® a (11- n XEG,,"n Na,ds 33444 als01� pal; ssoo wav a I�av aea�� FI�s�, 2 5555 1 T-1 o—Nac I1,2s,2-11111 aN —11.11 bleed o (2111.1-1--) A 1278 W j o N z y a N a m m z �assroatea " � oc ��m ENGINEERS • ENVIRONMENTAL CONSULTANTS P;°R1a"�eEP'lo�e"'w°F e°i dNO e 33»4 98(ss,)z,4-6soo ° °x"E�(ss,)'z,4—as=a PAVING & DRAINAGE DETAILS FOR: COUNTRY TRAIL PUD COUNTRY LAKE TRAIL BOYNTON BEACH, FLORIDA .s ��- N.E,111111-1 izs�a EL a o m 2k T ~ m T y a ? D T (l�,( � �z_ 1,II,II,ILIL�I,�LI,IOI,llll,�l,� 1 „ Til S � � as - A Sa D h � o _ D N � DD _ m LD � � inn m 4" - 00no � Z A (A n a o Nva DODDO - p p n � 1 a � � R D w N a O W j o N z y a N a m m z �assroatea " � oc ��m ENGINEERS • ENVIRONMENTAL CONSULTANTS P;°R1a"�eEP'lo�e"'w°F e°i dNO e 33»4 98(ss,)z,4-6soo ° °x"E�(ss,)'z,4—as=a PAVING & DRAINAGE DETAILS FOR: COUNTRY TRAIL PUD COUNTRY LAKE TRAIL BOYNTON BEACH, FLORIDA ,ryo IED, EEK SNE, E,gP,zN9aE. ��- N.E,111111-1 izs�a EL , of 1278 o,zo�a,�a�o�—�o„r,y .—N oNN--, 11,2N,211a 1 21 12 . a111 E,11 e1ee1 N ,zaoo . 1so1 l,,H- EXHIBIT C rA64 ab c�'OLINTRY I 40' ROW FWs�f i a �M IIRANDALL STOFFT ARCHITECTS distinctive. nsp rat onah archtectwe. 6; _ COUNTRY TRAIL PUD BO�'NTON BEACH, FLORIDA 1-100 z 42 N BWIMIiJN AVL. DLdAAY BYeY'A. FG .ANi4 C6U Zg1i199 a NAPLPS. PL (2311 262-'/bTl a WWR�.S�(R3FI�¢?�Ienemoe_-ink Hain Es co �nRav iaai�,i eo�oe=-ink Hain Es cr in aoE�a�s neat Fuesin� Hain Es in aoE�a aioi mrg. it i22oie ii av 33 ain -cm' -zoo id ' z L 0 FWs�f i a �M IIRANDALL STOFFT ARCHITECTS distinctive. nsp rat onah archtectwe. 6; _ COUNTRY TRAIL PUD BO�'NTON BEACH, FLORIDA 1-100 z 42 N BWIMIiJN AVL. DLdAAY BYeY'A. FG .ANi4 C6U Zg1i199 a NAPLPS. PL (2311 262-'/bTl a WWR�.S�(R3FI�¢?�Ienemoe_-ink Hain Es co �nRav iaai�,i eo�oe=-ink Hain Es cr in aoE�a�s neat Fuesin� Hain Es in aoE�a aioi mrg. it i22oie ii av 33 ain m ".e � y PRELIMINARY- NOT FOR CONSTRUCTION 08-14-18 O i a �M IIRANDALL STOFFT ARCHITECTS distinctive. nsp rat onah archtectwe. MJ HOMES (MODEL A) _ COUNTRY TRAIL PUD BO�'NTON BEACH, FLORIDA 1-100 z 42 N BWIMIiJN AVL. DLdAAY BYeY'A. FG .ANi4 C6U Zg1i199 a NAPLPS. PL (2311 262-'/bTl a WWR�.S�(R3FI�¢?�Ienemoe_-ink Hain Es co �nRav iaai�,i eo�oe=-ink Hain Es cr in aoE�a�s neat Fuesin� Hain Es in aoE�a aioi mrg. it i22oie ii av 33 ain m ".e � y a - o PRELIMINARY- NOT FOR CONSTRUCTION 08-14-18 O i �M IIRANDALL STOFFT ARCHITECTS distinctive. nsp rat onah archtectwe. MJ HOMES (MODEL A) Ige COUNTRY TRAIL PUD BO�'NTON BEACH, FLORIDA 1-100 42 N BWIMIiJN AVL. DLdAAY BYeY'A. FG .ANi4 C6U Zg1i199 a NAPLPS. PL (2311 262-'/bTl a WWR�.S�(R3FI�¢?�Ienemoe_-ink Hain Es co �nRav iaai�,i eo�oe=-ink Hain Es cr in aoE�a�s neat Fuesin� Hain Es in aoE�a aioi mrg. it i22oie ii av 33 ain of 1278 Im O m O z W PRELIMINARY- NOT FOR CONSTRUCTION 08-14-18 —aarch ,�,�T DAL STOFFT IIRANL MJ HOMES (MODEL A) W IM ARCHITECTS tact e. distinctive. inspirational. u COUNTRY TRAIL PUD BOYNTON[ BEA c N MNWN AW a —ft YL -s M E83-0QiN9 a NAPf.A M M 262-' n a WW HIYiPPI'MM CFf, FLORIDA 1-2 of 1278 CA Cl) m z COLINTRY1 V 40' ROW PRELIMINARY- NOT FOR CONSTRUCTION 08-14-18 O IMILIUNDALL STOFFT ARCHITECTS distinctive. inspirational. architecture. MJ HOMES (MODEL B) �W.... COUNTRY TRAIL PUD BOYNTON[ BEACH, FLORIDA F ge 1-2a'� FG inc Hein H 1. '2 ma 3o PRELIMINARY- NOT FOR CONSTRUCTION 08-14-18 O IMILIUNDALL STOFFT ARCHITECTS distinctive. inspirational. architecture. MJ HOMES (MODEL B) > COUNTRY TRAIL PUD BOYNTON[ BEACH, FLORIDA F ge 1-2a'� FG inc Hein H 1. ma PRELIMINARY- NOT FOR CONSTRUCTION 08-14-18 O IMILIUNDALL STOFFT ARCHITECTS distinctive. inspirational. architecture. MJ HOMES (MODEL B) > COUNTRY TRAIL PUD BOYNTON[ BEACH, FLORIDA F ge 1-2a'� FG inc Hein H 1. of 1278 PRELIMINARY- NOT FOR CONSTRUCTION 08-14-18 c N MNWN AW a —ft YL -s M E83-0QiN9 a NAPf.A M M 262-' n a WW HIQWI'MM LWlA ; of 1278 D,�,�T IIRAN DALL STOFFT MJ HOMES (MODEL B) W O � IM ARCHITECTS distinctive. inspirational. architectwe. COUNTRY TRAIL PUD BOYNTON[ BEACH, FLORIDA 1-2aP c N MNWN AW a —ft YL -s M E83-0QiN9 a NAPf.A M M 262-' n a WW HIQWI'MM LWlA ; of 1278 TYg. "�T r — -- III � II B II I ® s sACK aoor euen erv. ® sioE� E�sEMErvr rvP L //jIIIY rvv�rok N N 6z00 M m , H mPoo IAC < ^i VDDOV - I I -------L - -------- CO NTRY 1 - b 40' ROW SITE PLAN SUBMISSION 11-26-18 rRANDALL TOFFT SIJ HOMES (I�iODEL L) "R pARCHITECTS 10 COUNTRY TRAIL PUD BOI NTON BE11CH, PLORIDs1 L{p �'� - g a o - oA SITE PLAN SUBMISSION 11-26-18 rRANDALL TOFFT SIJ HOMES (I�iODEL L) "R pARCHITECTS 10 COUNTRY TRAIL PUD BOI NTON BE11CH, PLORIDs1 L{p �'� O O O T 0 m b - b o � a Z SITE PLAN SUBMISSION 11-26-18 of 1278 rRANDALL TOFFT SIJ HOMES (I�iODEL L) "R pARCHITECTS distinctiae. inspirational. architecture. COUNTRY TRAIL PUD BOI NTON BE11CH, PLORIDs1 L{p �'� of 1278 D SITE PLAN SUBMISSION 11-26-18 of 1278 W O rRANDALL TOFFT CHITECTS distinctive. inspirational. architecture. SIJ HOMES (I�iODEL L) m COUNTRY TRAIL PUD BOI NTON BE11CH, PLORIDt, L{p 1 - of 1278 EXHIBIT D Conditions of Approval Project Name: Country Trail PUD File number: NWSP 19-001 Reference: 31d review plans identified as a Maior Site Plan Modification with a November 27, 2018 Planning and Zoning Department date stamp marking. DEPARTMENTS INCLUDE REJECT ENGINEERING / PUBLIC WORKS / FORESTRY / UTILITIES Comments: 1. A swale acceptable to the City Engineer is required on the outside of the proposed perimeter berm(s) to capture the runoff and prevent it from flowing off-site. X 2. Since there is no outfall, this site must demonstrate that the top of the perimeter berm is at the 100 year/ 3 day storm stage. X 3. If the site imports stormwater runoff in the predevelopment condition, it will be required to accommodate this runoff in the post development condition; additional off-site topographic survey information will be required. X FIRE Comments: None. All previous comments addressed at DART meeting. POLICE Comments: None. All previous comments addressed at DART meeting. BUILDING DIVISION Comments: None. All previous comments addressed at DART meeting. PARKS AND RECREATION Comments: 4. Park impact fees are due at time of permitting. X PLANNING AND ZONING Page 1205 of 1278 Country Trail PUD (NWSP 19-001) Conditions of Approval Paae2of3 DEPARTMENTS INCLUDE REJECT Comments: 5. Prior to permitting, label all building elevations with selected X colors and materials. 6. Provide homeowner documents which indicate: • Individual homeowners may not remove any of the approved landscape buffer material. X • Landscape and lawn area will be maintained by HOA • Homeowner's fences along the west are allowed to bisect the buffer and connect to the wall/fence. 7. Prior to permitting, provide selected paint schemes for the homes X and associated manufacturer paint samples. 8. Prior to permitting revise Landscape Sheet L-2 to simply depict new plant material, relocated trees in their designated relocation spot and those trees to remain in place. X 9. Move the site address to be centered at the top of the monument X signs 10. Additional needed comments regarding proposed signage will be X rendered at time of permitting. 11. Prior to permitting update and correct parking calculations on the X site plan. COMMUNITY REDEVELOPMENT AGENCY Comments: Not applicable. PLANNING & DEVELOPMENT BOARD CONDITIONS Comments: 12. Revise landscape plans to include additional Sweet Almond X plants. Page 1206 of 1278 Country Trail PUD (NWSP 19-001) Conditions of Approval Paae 3 of 3 DEPARTMENTS INCLUDE REJECT CITY COMMISSION CONDITIONS Comments: To be determined. ADDITIONAL REPRESENTATIONS / COMMITMENTS The applicant or applicant's representatives made the following representations and commitments during the quasi-judicial and/or public hearings that now constitute binding obligations of the applicant. The obligations have the same weight as other conditions of approval. --------------------------------- --------------------------------- --------------------------------- S:\Planning\SHARED\WP\PROJECTS\Country Trail PUD\NWSP 19-001 \Staff Report\ExhibitD_NWSP19-001 COA - PD.doc Page 1207 of 1278 DEVELOPMENT ORDER OF THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA PROJECT NAME: Country Trail PUD (NWSP 19-009) APPLICANT: M2D Country Trail, LLC APPLICANT'S ADDRESS: 755 NW 17' Avenue, Suite 107 Delray Beach, FL 33445 DATE OF HEARING RATIFICATION BEFORE CITY COMMISSION: February 5, 2019 APPROVAL SOUGHT: Request for approval of Country Trail PUD's New Site Plan to construct a new development with 26 two-story single-family residences and associated site improvements on a 5.17 acre site. LOCATION OF PROPERTY: 2600 County Lake Trail, Boynton Beach, FL DRAWING(S): SEE EXHIBIT "B" ATTACHED HERETO. THIS MATTER was presented to the City Commission of the City of Boynton Beach, Florida on the date of hearing stated above. The City Commission having considered the approval sought by the applicant and heard testimony from the applicant, members of city administrative staff and the public finds as follows: 1. Application for the approval sought was made by the Applicant in a manner consistent with the requirements of the City's Land Development Regulations. 2. The Applicant X HAS HAS NOT established by substantial competent evidence a basis for the approval requested. 3. The conditions for development requested by the Applicant, administrative staff, or suggested by the public and supported by substantial competent evidence are as set forth on Exhibit "C" with notation "Included." 4. The Applicant's request is hereby X GRANTED subject to the conditions referenced in paragraph 3 above. DENIED 5. This Order shall take effect immediately upon issuance by the City Clerk. 6. All further development on the property shall be made in accordance with the terms and conditions of this order. 7. Other: DATED: City Clerk S:\Planning\SHARED\WP\PROJECTS\Country Trail PUD\NWSP\StaffReport\NWSP19-009_ DO.doc Page 1208 of 1278 9.A. CITY MANAGER'S REPORT 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Recreation and Parks Director Wally Majors will provide an update on the Dog Days at the Beach event held December 15, 2018. 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: Page 1209 of 1278 11.A. NEW BUSINESS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: City Commission is requested to grant authorization to the Legal department to initiate foreclosure proceedings to collect on unpaid accrued liens on the property located at 1102 N Federal Highway. EXPLANATION OF REQUEST: The property in question was cited for two separate cases through the code compliance process and eventually had liens recorded against it for each case. Those liens to date have accrued to $706,268.24 in total, and have been recorded in the public records of Palm Beach County in excess of 90 days. They continue to accrue at a cumulative rate of $250.00 per day. The Special Magistrate has already granted authority to foreclose based on the requirements of F.S. 162.09(3). 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: ATTACHMENTS: Type D Addendum D Addendum D Addendum Description Foreclosure Hearing Notices Outstanding Fines Statements Magistrate's Foreclosure Authorization Order Page 1210 of 1278 Community , -ftmdards!y 100 x . Boynton Beach Boulevard P.O. Box 310 Boynton Bback MY!& 33425-0310 Eckols 76 Ltd 00 NW Boca Raton Blvd., Suite Boca t. The Community Standards Division contends the violations herein either still exist and such accrued fine remain unpaid and may still be accruing: CASE 07-2084 CH15-ART. IX -15-120(D) INC — repair or ,:windows LDR CH20 ART. I SEC. 8 F13 — Install 6 Inch address numbersbuilding ! 1 ♦ ': COCASE 15-2598 CH10 SEC. 10-56(13)b • ! ,M , �+ Q17-11 not being called for hearing on the date or time scheduled. America's Gatoway to the Gulfaftam Page 1211 of 1278 07-20114 15-2198 �' 016 1 �...�#1i� +.r ! •Federal The Community Standards Division contends the violations herein either still exist and such accrued fine remain unpaid and may still be accruing: CASE 07-2084 CH15-ART. IX -15-120(D) INC — repair or ,:windows LDR CH20 ART. I SEC. 8 F13 — Install 6 Inch address numbersbuilding ! 1 ♦ ': COCASE 15-2598 CH10 SEC. 10-56(13)b • ! ,M , �+ Q17-11 not being called for hearing on the date or time scheduled. America's Gatoway to the Gulfaftam Page 1211 of 1278 OlsonMr. Norrnan D. Registered 90 N.W. Madrid Boca Raton, FI 33432 CASE + •.. MAIL NO: 701"010-0000-1278-65 LOCATION: 1102 N. FederalHighway remain unpaid !and may stillbe M CASE 07-20114 CH I S -ART. IX- I 5-120(D) INC - repair or replace broken windows Eaddressnumbers ! - !; CO"'ASE 15-2598 CHI 4 SEC. 10-56(13) ♦ I 1 ! _ !-�i-s.- t Mjistrate may u5se their findings and act solely on the presentation :, by 'iot b�ing called for hearing on the date or time soheduled. America's Gateway to the Guifstream Page 1212 of 1278 f A R FIT • V= Community Standards l • P.O. BDX 310 Eckols 86 .:.. { i Boca Raton, Fl 33431-6647 remain unpaid • may still be accruing: CASE 07-2084 CN 1 5 -ART. IX- 15- 1 20(D) INC - repair or replace broken windows LDR I + ress numberson �,ASE 15-2698 ! CHI 1 SEC. 10-W(B) - repair broken CO CHI 1 SEC. I 0-56(D) windows ftp + - - - i ■ i Commissionbii E. Boynton. R' Boynton ♦ d. authorization, to request + foreclose Its lions on t property and to seek a mt r - pursuant to Chapter Florida Statutes. tne special Fliagistrate may base their made b findingsy the City. •r- MollIag ♦: • ■ r * ► ►� ► a not ♦ called for hearingthe date or time scheduled. _. America's GateuAay to the t Page 1213 of 1278 07-2084 AND +' MAIL NO: 7016-3010-0000-1278-6518 LOCATION: 02 N. Federal Highway remain unpaid • may still be accruing: CASE 07-2084 CN 1 5 -ART. IX- 15- 1 20(D) INC - repair or replace broken windows LDR I + ress numberson �,ASE 15-2698 ! CHI 1 SEC. 10-W(B) - repair broken CO CHI 1 SEC. I 0-56(D) windows ftp + - - - i ■ i Commissionbii E. Boynton. R' Boynton ♦ d. authorization, to request + foreclose Its lions on t property and to seek a mt r - pursuant to Chapter Florida Statutes. tne special Fliagistrate may base their made b findingsy the City. •r- MollIag ♦: • ■ r * ► ►� ► a not ♦ called for hearingthe date or time scheduled. _. America's GateuAay to the t Page 1213 of 1278 Community Standards Division 100 F. Boynton Bawh Baukward P.O. Bax 310 Bbyntan Beack Florida 33425-0310 Aorman D. Olson a . � #: ",'i N.W. Madrid Way Boca Raton, -Fl CASE • 07-2084 AN■ 15-2598 MAIL I.701&3010-0000-1278-6501 • •N: 1102 N. FederalHighway The Community Standards Division o#violations remain# . # and may still be accruing: CASE 07-2084 CHIS -ART. IX -15-120(D) INC - repair or replace broken windows LDR tInstallInchaddress building *'parking [ CASE 15-2598 CO CH10 SEC. 10-56(B) - repair broken fence CO CHI 0 SEC. I 0-56(l)) pair or replacebroken 4 u e < � E m . ! • •a#:R E. Boynton Beach Boulevard, Boynton Beach, Florida, to request authorization to foreclose Its liens on the subject property and to seek a monetary judgment pursuant to Chapter 162, Florida Statutes. i1rill",M #: 4 # t"'a61 -50--ffieWrtffindffigs and act solely on the presentation ^!: by r Page 1214 of 1278 Dec 2" XI @ � A l AM EST .__.._..._x File Edit Commanda Help ROMAMPUSLl"C SECTOR ' N nee P, Page 1215 of 1278 Page 1216 of 1278 COMMUNITY STANDARDS DIVISION 100 E. Boynton Beach Boulevard Boynton Beach, Florida 33435 (P): 561-742-6120 1 (F): 561-742-6838 www.boynton-beach.org 1 0 0 1 1WQ1 Xffl t. ■ CASE NO(s): 07-2084 and 15-2598 LOCATION: 1102 N. Federal HighWEE LEGAL DESCRIPTION: Lake Add to Boynton Lot 20 (less Ely 2.5 ft., N. Federal Hwy. & Rtn Cry !-�rea r1ws) & Lot 21 (less N 22. 10 ft., Ely 2 5 ft & N. Federal Hwy. r/w) in OR 0 163 PG685 Blk 2 - PCN 08-43-45-21-32-002-020 This matter came before the Special Magistrate for the City of Boynton Beach, Florida on this date, July 18, 2018, after due notice to the violator, and based upon the testimony given and the evidence received, the Special Magistrate enters the following: FINDINGS OF FACT 1. The City presented evidence and testimony to support that there are recorded liens against the subject property. 2. The City presented evidence and testimony to support that the subject liens have not been paid and remain due and owing to the C4, CONCLUSIONS OF LAIN The liens identified in this notice were duly recorded in the public records, remain unpaid, and more than three (3) months have elapsed since the City recorded its liens in the public records. Therefore, the statutory and code requirements to authorize foreclosure proceedings have been met. It is the Order of the Special Magistrate that the City of Boynton Beach is hereby authorized to foreclose on the liens identified in this notice. 1 0 4 11 ill t .2 Vii.-Wdft America's Gateway to the Gulfstream Page 1217 of 1278 12.A. LEGAL 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO 19-008 - FIRST READING - Approve a revision to Chapter 26-508 adding subsection (d) to allow the City Manager or Utility Director to execute large user reclaimed water agreements for reuse customers. EXPLANATION OF REQUEST: The City of Boynton Beach purchases reclaimed water from the South Central Regional Wastewater Treatment Plant (SCR) to sell and distribute to customers of City of Boynton Beach. The City has approximately 50 reclaimed connections. These connections serve roadway medians, parks, common areas and golf courses. Golf Courses benefit from utilizing reclaimed water for irrigation purposes for several reasons that include lower cost than potable water and nutrient enhanced water. The City has defined the current Golf Course reclaimed water customers, (Country Club of Florida, Delray Dunes, Quail Ridge, Hunters Run and Pine Tree) as large users that take over 7 million gallons per month. Staff recommends that each of these large users sign a reclaimed water agreement with the City to provide reclaim water at a variable rate based on the users desired delivery method. The Agreement that will be used is attached to this item. Golf Courses have the ability to receive reclaimed water at scheduled times and provide storage space in existing ponds to store reclaim for the City and SCRWTDB convenience. The City and SCR benefit from more large users utilizing reclaimed water for their irrigation needs. The City is proposing a more detailed rate structure for recipients of reclaimed water that provides incentive with reduced rates for different delivery scenarios. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Reduced alternative delivery rates encourages more reclaimed water utilization. This will preserve and re- generate higher quality potable water sources. More reclaimed use is environmentally positive; it reduces the demand for highly treated potable water and reduces SCR treated water disposal to the ocean outfall and deep injection well. FISCAL IMPACT: More reclaimed use will delay or eliminate capital costs at SCR for reclaimed disposal. ALTERNATIVES: Not approve ordinance providing for City Manager or Utility Director to sign Agreements for large user reclaimed water. Page 1218 of 1278 STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type D Ordinance Description ORD Page 1219 of 1278 I 2 ORDINANCE NO. 19- 3 4 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, 5 FLORIDA, AMENDING CHAPTER 26, "WATER, SEWER AND 6 CITY UTILITIES", ARTICLE VIII, "RECLAIMED WATER" OF 7 THE CODE OF ORDINANCES, BY CREATING A NEW 8 SECTION 26-508(d) PROVIDING FOR AUTHORITY TO SIGN 9 AGREEMENTS; PROVIDING FOR CONFLICTS, 10 SEVERABILITY, CODIFICATION AND AN EFFECTIVE DATE. 11 12 WHEREAS, the City of Boynton Beach purchases reclaimed water from the South 13 Central Regional Wastewater Treatment Plant (SCR) to sell and distribute to customers of 14 City of Boynton Beach; and 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 WHEREAS, the City has approximately 50 reclaimed connections. These connections serve roadway medians, parks, common areas and golf courses; and WHEREAS, Golf Courses benefit from utilizing reclaimed water for irrigation purposes for several reasons that include lower cost than potable water and nutrient enhanced water and the City has defined the current Golf Course reclaimed water customers, (Country Club of Florida, Delray Dunes, Quail Ridge, Hunters Run and Pine Tree) as large users that take over 7 million gallons per month; and WHEREAS, staff recommends that each of these large users sign a reclaimed water agreement with the City to provide reclaim water at a variable rate based on the users desired delivery method; and WHEREAS, the approval of water service agreements is a routine matter which can be handled administratively; and WHEREAS, the City Commission has authority to delegate to the City Manager and Utilities Director the authority to enter into such agreements; and WHEREAS, approval and signature of water service agreements at the administrative level will facilitate the approval process. NOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, THAT: Section 1. The foregoing "Whereas" clauses are true and correct and incorporated herein by this reference. 1 Page 1220 of 1278 41 Section 2. That Chapter 26, "Water Sewer, and City Utilities", Article VIII, 42 "Reclaimed Water", Section 26-508, "Fees, rates and charges" is hereby amended by creating 43 a new Sub -Section (d) to read as follows: 44 45 Sec. 26-508. Fees, rates and charges. 46 47 (a) Charges for reclaimed water use will be based on metered flows and will be billed on a 48 monthly basis per one thousand (1,000) gallons in accordance with the approved rate 49 schedule. 50 51 (b) The monthly rates and charges for water and wastewater shall be reviewed annually by 52 the Utilities Management and the rates set by the Commission during the annual budget 53 setting process. Such rates shall become effective on October 1 of each year. 54 55 (c) Meter installation charges and deposits, when applicable, shall be as listed in Chapter 56 26, Article 1 of the City Code of Ordinances. 57 58 (d) The City Manager or Utilities Director is authorized to execute Large Reclaimed 59 Water Service Agreements. 60 61 Section 3. Each and every other provision of Chapter 26, of the Code of Ordinances 62 of the City of Boynton Beach not herein specifically amended shall remain in full force and 63 effect as previously enacted. 64 Section 4. All ordinances or parts of ordinances in conflict herewith be and the 65 same are hereby repealed. 66 Section 5. Should any section or provision of this ordinance or portion hereof, any 67 paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, 68 such decision shall not affect the remainder of this ordinance. 69 Section 6. Authority is hereby granted to codify said ordinance. 70 Section 7. This ordinance shall become effective immediately upon passage. 71 FIRST READING this day of 2019. 72 73 S:ACA\Ordinances\Large Reclaimed Water Service Agreements (Sec 26-508(D) - Ordinance.Doc 2 Page 1221 of 1278 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 SECOND, FINAL READING AND PASSAGE this .2019. CITY OF BOYNTON BEACH, FLORIDA YES Mayor — Steven B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE ATTEST: Judith A. Pyle, CMC City Clerk (Corporate Seal) S:ACA\Ordinances\Large Reclaimed Water Service Agreements (Sec 26-508(D) - Ordinance.Doc 3 day of NO Page 1222 of 1278 1� r 'yrs The City of Boynton Beach Boynton Beach Utilities 124E WoolhrightRoad Boynton Beach, Florida 33435 Of'co: (561) 742-6400 FAX' (561) 742-6298 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH AND CONCERNING DELIVERY AND ACCEPTANCE OF RECLAIMED WATER THIS AGREEMENT is made and entered into on this day of 201_ by and between the CITY OF BOYNTON BEACH a municipal corporation created pursuant to the laws of the State of Florida (hereinafter CITY), and , (hereinafter RECIPIENT). Accordingly, for and in consideration of the recitals contained herein, mutual understandings and agreements contained herein, and other consideration, the receipt and sufficiency of which is hereby acknowledged by the parties, the parties covenant and agree as follows: SECTION 1. Recitals. The below recitals are true and correct and form a material part of this Agreement. 1.1 CITY is part owner along with the City of Delray Beach of the South Central Regional Wastewater Treatment and Disposal Board (SCRWT&DB) wastewater treatment facility a special dependent district. The City purchases reclaimed water from the SCRWT&DB for distribution. 1.2 The City agrees to use its best efforts to supply Reclaimed Water as detailed below to RECIPIENT at a delivery option and related charge set forth in this Agreement. RECIPIENT has valuable golf courses that require access to such Reclaimed Water. 1.3 The RECIPIENT owns and controls land which is described in Exhibit "A" (the "Property"), attached and made a part hereof by reference. 1.4 RECIPIENT agrees to: (a) irrigate the Property using Reclaimed Water; (b) maintain the storage facility, if applicable, ponds and lakes, if applicable, pumps and irrigation system to be located on the Property downstream from the Point of Delivery; and. (c) upgrade its irrigation system when reasonable and economical to utilize Reclaimed Water accepted from the CITY and as required to meet any federal, state, or local requirements, (d) maintain compliance with the operating restrictions for protecting human health and the environment attached thereto as Exhibit -"B". 1.5 RECIPIENT shall accept the Reclaimed Water delivered by the CITY and use it for irrigation of the Property. The CITY shall be deemed to be in possession and control of the Reclaimed Water until it shall have been delivered to the RECIPIENT at the Point of Delivery. After such delivery, the RECIPIENT shall be deemed to be in possession and control thereof. 1.6 The RECIPIENT agrees to maintain all Federal, State and governmental permits issued to it and necessary to allow it to receive and utilize the Reclaimed Water pursuant to the terms of this Agreement. {00260956.2306-9001821} 1 Page 1223 of 127 1.7 The right of the RECIPIENT to sell, transfer or encumber the Property in areas irrigated with the Reclaimed Water shall not be restricted by this Agreement. This Agreement shall run with the land so long as the use of a major portion of the Property shall continue to be for golf course and related purposes. Any subsequent party in interest to such golf course or courses shall be obligated to receive and pay for Reclaimed Water under the same terms and conditions of this Agreement, unless modified by mutual consent of the CITY and the buyer or transferee. 1.8 METER. The operation and maintenance of the metering facility shall be the responsibility of the CITY. The meter will be utilized to measure the amount of Reclaimed Water delivered by the CITY to RECIPIENT and the CITY shall operate, maintain, cause to be calibrated, and repair said meter. 1.9 COSTS AND OPERATION. The CITY shall bear the cost of owning and maintaining the Reclaimed Water meter and related appurtenances and the lines interconnecting CITY's system into the metering facility, including all valves and appurtenances up to and including the discharge flanges of the valves immediately downstream of the meter. The parties agree that the RECIPIENT shall have reasonable access to the metering facility, to all other Reclaimed Water meters, check valves, and any other appurtenances thereto, to verify flows, meter readings, meter calibrations, efficiency of the check valves, and any other performance data necessary to the operations of the Interconnection facility upon reasonable advance notice to the CITY. The metering device shall be tested and calibrated, at CITY's expense, periodically and repaired if required. Any errors in meter reading and any discrepancy in meter results from a true and correct measure of Reclaimed Water flow to RECIPIENT shall be adjusted properly and retroactively to reflect the flow to RECIPIENT. Any incorrect metering device shall be repaired forthwith by the CITY. SECTION 2. Definitions. The parties agree that in construing this Agreement, the following words, phrases and terms shall have the following' meanings, unless the context requires otherwise: 2.1 "Agreement "- means this Contract between CITY and RECIPIENT. 2.2 "FDEP" means the Florida Department of Environmental Protection, and its successors. 2.3 "Fiscal Year" means the time period from October 1 to September 30 of each year. 2.4 "GPD" means gallons per day. 2.5 "Irrigation System" means those pump stations, lines, pipes, sprinkler heads, ponds and lakes, storage facilities, if applicable, and pertinent equipment that are located on RECIPIENT's property downstream of the point of delivery and used to store, spray and irrigate with Reclaimed Water that has been treated in accordance with all applicable governmental regulations and in accordance with the terms and provisions of this Agreement. 2.6 "Large Reclaimed User" means Reclaimed Water User that receives an annual average of over 7 million gallons per month. 2.7 "MGD" means million gallons per day. 2.8 "On -Demand Delivery" means that the CITY will provide Reclaimed Water under pressure to the Point of Delivery for the RECIPIENT'S use at any time 2.9 "Point of Delivery" means the point at the meter which divides the CITY's wastewater facilities from the RECIPIENT's irrigation system. 2.10 "Reclaimed Water" means wastewater that has been treated in accordance with Section 3.3 of this Agreement. {00260956.2306-9001821} 2 Page 1224 of 127 2.11 "Disposal Delivery" means upon approval of the SCRWT&DB, the CITY can deliver a specific quantity of Reclaimed Water to The RECIPIENT's On -Site Storage Facilities at any time at the City's discretion, limited to on-site Storage Facilities storage capacity availability. 2.12 "Reclaimed Water Transmission Facilities" means the CITY's facilities used to transmit Reclaimed Water. 2.13 "Scheduled Delivery" means the CITY will determine when to deliver RECLAIMED WATER to the RECIPIENT's POINT OF DELIVERY at an off-peak demand time (typically daytime hours) at a reduced rate to the RECIPIENT. 2.14 "Storage Facilities", means those facilities which are existing or may be designed, permitted and constructed on the RECIPIENT's Property, if applicable, or upon the CITY's property, if applicable, and which are necessary to store and hold RECLAIMED WATER in a manner that complies with regulatory requirements. 2.15 "Wastewater" means the product received by the wastewater treatment facility for treatment. 2.16 "Wastewater Facilities" means the CITY's plant located at 1801 North Congress Avenue, Delray Beach, Florida, and Reclaimed Water transmission facilities, including all interceptors, lines, pipes, meters, couplings, pumps, force mains, and appurtenant equipment necessary' to treat and transmit the Reclaimed Water. SECTION 3. Permits and Delivery Methods 3.1 Permits and Approval for the Irrigation System. RECIPIENT shall be responsible, in cooperation with CITY, for obtaining and maintaining necessary governmental permits and approvals in order to install and operate the irrigation system: provided, however, that CITY shall be responsible for obtaining and maintaining all permits for all RECLAIMED WATER TRANSMISSION FACILITIES located on the CITY side of the POINT OF DELIVERY. CITY shall be solely responsible for obtaining, compiling, providing and complying with all monitoring, sampling, testing, and reporting requirements for the RECLAIMED WATER, which may be imposed by government law, rule, permit, or approval. RECIPIENT shall grant CITY upon reasonable advance notice to RECIPIENT access to the irrigation system as needed to assure continued compliance with applicable laws and regulations, including, but not limited to, any monitoring or testing requirements. The City will make available to RECIPIENT any public records upon request. 3.2 Delivery of Reclaimed Water. CITY agrees to use its best efforts to make RECLAIMED WATER available and deliver at the times requested. RECIPIENT has the option on receiving RECLAIMED WATER by three distinct delivery methods: 1.) On -Demand Delivery, 2.) Scheduled Delivery and 3.) Disposal Delivery. Each Delivery Method will have specific rates as outlined below. The RECIPIENT will have to provide a dedicated storage volume on RECIPIENT'S property to accept RECLAIMED WATER in order to obtain the Scheduled Delivery and/or Disposal Delivery rates. 3.3 Quality of Reclaimed Water. CITY shall make available to RECIPIENT RECLAIMED WATER shall be of a quality consistent with the requirements of "public access" treatment levels as set forth in Chapter 17-610, Florida Administrative Code, or its successor Code provisions, or of a quality consistent with more stringent requirements that may' be imposed by any governmental agency having jurisdiction and legal authority. All RECLAIMED WATER made available by CITY under this Agreement shall, at a minimum, have been treated by advanced treatment methods to remove harmful levels of bacteria, viruses, and other constituents or pollutants which could constitute a danger to human health, and in accordance with all applicable federal, state and. local laws, rules, regulations, policies, ordinances, resolutions, orders and permits. CITY shall provide continuous monitoring of chlorine residual and turbidity, as well as other required ground and surface water quality sampling and monitoring of RECLAIMED WATER as required by local, state and federal. CITY agrees to divert away as expeditiously as possible, from the irrigation system, any {00260956.2306-9001821} 3 Page 1225 of 127 RECLAIMED WATER which does not comply with the terms and conditions of this Agreement or which does not meet the applicable state, federal or local laws and regulations and to promptly and fully notify RECIPIENT of such action. Copies of all test results shall be available to RECIPIENT upon request. 3.4 RECIPIENT shall be responsible for all maintenance of water and its irrigation system on RECIPIENTS side of the POINT(s) OF DELIVERY. 3.5 Nothing in this Agreement shall be construed to give RECIPIENT any right to the exclusive receipt of CITY's RECLAIMED WATER supply. SECTION 4. Term and Fees 4.1 Term. Any Easements and this Agreement shall be in effect for a period of twenty (20) year commencing on the date of execution of this Agreement. The term of any easements and this Agreement shall be automatically extended for successive periods of ten (10) year each, upon the same terms and conditions as herein provided, unless either party hereto notifies the other by certified mail at least three years prior to the expiration of the initial term of this Agreement or any renewal thereof, that this Agreement shall not be so extended. 4.2 Payment of Fees. Large User Reclaimed Water Rates are to remain uniform for all Large Reclaimed Users. Depending on the type of reclaimed water service requested, the following rates & charges shall apply to reclaimed water delivered to the RECIPIENT. LARGE USER RECLAIMED WATER RATES TABLE " This delivery method will require RECIPIENT to provide sufficient RECLAIMED WATER storage on the RECIPIENTS property. The RECIPIENT has previously made payment of the connection fee for the construction of the modification to the CITY's wastewater facilities for the treatment and production of RECLAIMED WATER. The RECLAIMED WATER rates listed above. The CITY shall render billings to RECIPIENT for gallons delivered on a monthly basis for the actual RECLAIMED WATER delivered. SECTION 5. Future Adjustment of Price of RECLAIMED WATER. The RECLAIMED WATER rates shall be adjusted through the City Budget process based on the City each fiscal year and adopted by rate resolution passed by the City Commission. Any adjusted rates will become effective October 1 each year. The Adjustment will be based on the City's Rate Ordinance and Policy. The maximum annual rate adjustment is capped at plus or minus 3%. SECTION 6. Inspection. CITY shall have the right to enter RECIPIENT'S property, upon proper identification and at any reasonable time, in order to inspect the irrigation system as may be necessary to observe the operational safety, protection, or preservation thereof, to determine compliance with any law, order or regulation of any governmental authority having jurisdiction, and for sampling at any monitoring wells located on the property. SECTION 7. Assignments. This Agreement can be assigned by RECIPIENT with prior notification, to the City. SECTION 8. Prohibition of resale or retransmission. RECLAIMED WATER is for the sole use of the RECIPIENT. The resale or retransmission of RECLAIMED WATER by the RECIPIENT is prohibited. {00260956.2306-9001821} 4 Page 1226 of 127 SECTION 9. Notices; Proper Form. Any notice required or allowed to be delivered hereunder shall be in writing and shall be deemed to be delivered when (1) hand delivered to the official hereinafter designated, (2) upon receipt of such notice when deposited in the United States mail, postage prepaid, certified mail, return receipt requested, addressed to a party at the address set forth opposite the party' name below, or at such other address as the party shall have specified by written notice to the other party delivered in accordance herewith: CITY: CITY OF BOYNTON BEACH Boynton Beach City Manager P.O. Box 310 Boynton Beach, FL 33425-0310 RECIPIENT: SECTION 10. Notices; Default. Each of the parties hereto shall give the other party written notice of any defaults hereunder and shall allow the defaulting party 30 days from the date of receipt to cure such defaults, except failure to deliver water on demand. SECTION 11. Default by Either Party. If any party hereto fails to perform or comply with any' of the conditions of this Agreement, and if the nonperformance shall continue for a period of thirty (30) days after the written notice thereof to the non-performing party, or if the performance cannot be reasonably completed within the 30 - day period, or if the non - performing party does not in good faith commence performance within the 30 - day period and does not diligently proceed to complete performance, the non-performing party shall be in default or breach of this Agreement. SECTION 12. Indemnification. In the event RECIPIENT shall fail to comply with any reuse water rule or regulation of any Federal, State or County or local agencies, except CITY, or violate any permit granted with regard to the use of the irrigation system on the RECIPIENT'S property, then RECIPIENT shall indemnify the CITY, its officers, governing CITY, employees and agents against all claims, demands, causes of actions, suits, judgments, fines, penalties, or losses, including all costs suffered or incurred by the CITY by reason of such failure. SECTION 13. Remedies of Default. If either party hereto shall be in default hereunder as set forth in Section 11, then the other party shall have the following remedy: bring suit for the breach which has occurred without affecting the obligations of the party" to perform the balance of the Agreement. The parties shall have the right not only to injunctive relief, but also to recover any damages which a party may incur as a result of the breach of this Agreement by the other party. The parties further agree that any litigation shall be brought in Palm Beach County, Florida, only, and the parties agree that the proper venue for any such action would only be in Palm Beach County, Florida. The parties further waive any right to Jury trial they may have in any action among them involving this Agreement or the alleged breach thereof. SECTION 14. Disclaimers of Third Party Beneficiaries. This Agreement is solely for the benefit of the formal parties hereto and no right or cause of action shall accrue upon or by reason hereof or to or from or for the benefit of any third party not a formal party hereto. SECTION 15. Severability- If any part of this Agreement is found invalid or unenforceable by any court, such invalidity or unenforceability shall not affect the other parts of this Agreement. SECTION 16. Applicable Law. This Agreement and the provisions contained herein shall be construed, controlled and interpreted according to the laws of the State of Florida. SECTION 17. Entire Agreement. This agreement contains the entire Agreement between the parties {00260956.2306-9001821} 5 Page 1227 of 127 hereto with respect to this transaction and supersedes all prior negotiations and all prior written or oral understandings. SECTION 18. Amendments. This Agreement may only be amended, supplemented or discharged by an instrument in writing signed by all parties hereto. SECTION 19. Recordation. This Agreement or a mutually agreeable memorandum thereof will be recorded in the public records of Palm Beach County} Florida. SECTION 20. FLORIDA'S PUBLIC RECORDS LAW. The City is a public agency subject to Chapter 119, Florida Statutes. The RECIPIENT shall comply with Florida's Public Records Law. Specifically, the RECIPIENT shall: 20.1 Keep and maintain public records required by the CITY to perform the service; 20.2 Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statue or as otherwise provided by law; 20.3 Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contact term and, following completion of the contract, RECIPIENT shall destroy all copies of such confidential and exempt records remaining in its possession once the RECIPIENT transfers the records in its possession to the City; and, 20.4 Upon completion of the contract, RECIPIENT shall transfer to the CITY, at no cost to the CITY, all public records in RECIPIENTS possession. All records stored electronically by RECIPIENT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. {00260956.2306-9001821} 6 Page 1228 of 127 IN WITNESS WHEREOF, the CITY and the USER have executed this contract on the day of , 2018. EXHIBIT "A" {00260956.2306-9001821} 7 Page 1229 of 127 CITY: WITNESSES: City of Boynton Beach, Florida, A Florida Municipal Corporation By: Print name: ATTEST: Approved as to form and correctness: By: James Cherof, Esquire City Attorney By: Judith Pyle City Clerk RECIPIENT: BY: EXHIBIT "A" {00260956.2306-9001821} 7 Page 1229 of 127 Legal Description EXHIBIT "B" OPERATING RESTRICTIONS {00260956.2306-9001821} 8 Page 1230 of 127 Recipient shall maintain compliance with the following operating restrictions for protecting human health, welfare and safety, and the environment. I. The public shall be notified of the use of reclaimed water by posting advisory signs, notes on score cards or other methods in accordance with Chapter 62-610.468 FAC. 2. Direct connections between the reclaimed water system and irrigation water system shall not be allowed without the use of appropriate backflow prevention devices. 3. No cross -connection to potable water systems shall be allowed. 4. All reclaimed water valves and outlets shall be appropriately color coded and labeled in accordance with Chapter 62-610.470 FAC to warn public and employees that the water is not intended for drinking. 5. Setback distances to potable water supply wells and the use of low trajectory nozzles shall be in accordance with Chapter 62 - 61047! FAC. 6. The use of reclaimed water shall be consistent with all applicable federal, state and local laws and regulations. {00260956.2306-9001821} 9 Page 1231 of 127 12. B. LEGAL 1/15/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. 19-011 - Authorizing the release of Unity of Title for Quantum Park Lot 4 (4, 4A & 413) and Lot 5 (5 & 5A), subject to attached conditions of approval. Applicant: David Norris, Esq. of Cohen, Norris, et al. EXPLANATION OF REQUEST: Attorney David Norris, representing the property owner is requesting release of Unity of Title of Lots 4 and 5 (see attached letter and drawings), in order to either sell or develop the undeveloped parcel. Since the parcels were unified and buildings constructed on Lot 5 (the easternmost lot) for the United Way office building, setbacks between Lot 4 and Lot 5 were not an issue. Now that the applicant is requesting release of the unity, setbacks from property lines are reviewed for compliance. The former United Way building was constructed 7 feet from the common lot line between Lots 4 and 5, where the code requirement in the PI D zoning district is 20 feet. The applicant proposes to resolve the setback encroachment by recording a Declaration of Restrictive Covenant, which will require any building(s) constructed on Lot 4 in the future to be setback an additional 13 feet, for a total of 33 feet, to provide separation between buildings equivalent to each lot providing a 20 foot building setback. The City Attorney has approved the form and content of the Restricted Covenant document and does not object to the requested release. Additionally, staff's review of the release will also involve analyzing the independent parking needs associated with the improvements on the individual lots. The applicant has begun the analysis and will submit the results to staff for review and approval. As a condition of approval, staff recommends, and the resolution contains, language that delays the effective date of the release until such time as staff approves the parking analysis. Staff supports the request for Release of Unity of Title as a step towards the future development of Lot 4 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: None associated with the Release of the Unity of Title; however potential fees and taxes associated with the ultimate development of Lot 4. ALTERNATIVES: None recommended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Page 1232 of 1278 Is this a grant? No Grant Amount: ATTACHMENTS: Type D Resolution D Attachment D Attachment D Location Map D Letter D Drawings D Conditions of Approval Description Resolution approving Release of Unity of Title Release of Unity of Title Declaration of Restrictive Covenants Location Map Letter of Request Survey of Lot 4 & 5 Conditions of Approval Page 1233 of 1278 1 RESOLUTION NO. R19- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, AUTHORIZING RELEASE OF A UNITY OF 5 TITLE RELATED TO LOTS 4 & 5 IN THE QUANTUM 6 PARK AT BOYNTON BEACH PID PLAT NO.2 AKA 2600 7 QUANTUM BOULEVARD; AND PROVIDING AN 8 EFFECTIVE DATE. I 10 WHEREAS, 2600 Quantum Blvd., LLC, the owner of the property located at 2600 11 Quantum Boulevard has requested the termination and release of the Unity of Title that affects 12 such property and adjacent property; and 13 WHEREAS, the owner of the property is agreeable to recording a Declaration of 14 Restrictive Covenants that extends the required setback to the adjacent property by twelve (12) 15 feet; and 16 WHEREAS, the City Staff has reviewed the request and recommends release the 17 Property from the operation and effect of the Unity of Title encumbering the Property recorded 18 in Official Records Book 6099, Page 871, Public Records of Palm Beach County, Florida 19 subject to the conditions hereinafter set forth. 20 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 21 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 22 Section 1. Each Whereas clause set forth above is true and correct and incorporated 23 herein by this reference. 24 Section 2. The City Manager is hereby authorized and directed to sign the Release 25 of Unity of Title, a copy of which is attached hereto as Exhibit "A". The City Attorney is 26 directed to retain possession and to delay recording of the Release until such time as: 1 Page 1234 of 1278 27 A. The Property Owner has submitted to the Development Department a parking 28 analysis/opinion from professional third party planner or engineer that the parking 29 provided on the lots on which the property owners building is located satisfies the 30 required parking pursuant to the City Land Development and parking regulations; and 31 B. The City Development Director or his designee provides the City Attorney that the 32 analysis/opinion referred to above is acceptable to the Development Deportment and is 33 in accord with City Land Development and parking regulations. 34 C. The City Attorney is provided with a copy of the Declaration of Restrictive Covenants 35 attached as Exhibit "B" following recordation by the property owner. 36 Section 3. This Resolution shall become effective immediately upon passage but 37 will automatically be rescinded if the conditions stated in Section 2 A and B above are not 38 completed by April 15, 2019. 39 2 Page 1235 of 1278 40 41 42 43 44 45 we 47 48 49 50 51 52 53 54 55 56 57 58 PASSED AND ADOPTED THIS DAY OF , 2019. CITY OF BOYNTON BEACH, FLORIDA ATTEST Judith Pyle, CMC, City Clerk (Corporate Seal) Mayor — Stephen B. Grant Vice Mayor — Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Aimee Kelley VOTE 3 YES NO Page 1236 of 1278 {00245836.1 306-99052631 Release of Udty of Title — BTS South v.l Page 1237 of 1278 Instrument Prepared By and Return To: James A. Cherof, Esquire Goren, Cherof, Doody & Ezrol, P.A. 3099 E. Commercial Blvd., S-200 Fort Lauderdale, FL 33308 Parcel Tax Identification Numbers: RELEASE OF UNITY OF TITLE THIS RELEASE OF UNITY OF TITLE (the "Release") is made and entered into on the day of , 2019, by the City of Boynton Beach, a Florida municipal corporation (the "City"). WITNESSETH: WHEREAS, the following described property (the "Property") Lots 4, 4-A, 4-13, 5 and 5-A, of Quantum Park at Boynton Beach, P.I.D. Plat No. 2, according to the Plat thereof recorded in Plat Book 57, Pages 184 of the Public Records of Palm Beach County, Florida. is subject to a Unity of Title recorded June 15, 1989; and WHEREAS, in order to facilitate the additional development of the Property, the City has agreed to release the Property from the operation and effect of the Unity of Title encumbering the Property recorded in Official Records Book 6099, Page 871, Public Records of Palm Beach County, Florida (the "Unity of Title"). NOW THEREFORE, the City hereby releases the Property from the Unity of Title and declares the Property free and clear of the operation and effect of same. Accordingly, the Unity of Title is hereby deemed released, cancelled, terminated and shall be of no further force or effect with respect to the Property. [SIGNATURES AND ACKNOWLEDGEMENT ON THE FOLLOWING PAGE) t00274368.1 306-9001821} 1 Release of Umty of Title — 2600 Quantum Page 1238 of 1278 IN WITNESS WHEREOF, the undersigned has executed this Release of Unity of Title as approved by the City Commission of the City of Boynton Beach at its meeting of day of , 2019. Signed, sealed and delivered in the presence of: CITY OF BOYNTON BEACH, a Florida municipal corporation Witness #1 Printed Name: Witness #2 Printed Name: STATE OF FLORIDA COUNTY OF PALM BEACH By: Name: Lori LaVerriere, City Manager ATTESTED BY: By: Judith Pyle, City Clerk APPROVED AS TO LEGAL FORM: By: James A. Cherof, City Attorney The foregoing instrument was acknowledged before me this day of , 2019, by Lori LaVerriere, as City Manager of the City of Boynton Beach, on behalf of the City, who [] is personally known to me OR [] has produced a Florida driver's license as identification. [Notary Seal] t00274368.1 306-9001821} Release of Umty of Title — 2600 Quantum 2 Notary Public Printed Name: My commission expires: Page 1239 of 1278 Record and return to: David B. Norris, Esq. Cohen, Norris, et al. 712 U.S. Highway One, Suite 400 North Palm Beach, Florida 33408 DECLARATION OF RESTRICTIVE COVENANT THIS DECLARATION OF RESTRICTIVE COVENANT (the "Declaration") is entered into this day of , 2019 by 2600 QUANTUM BLVD, LLC, a Florida Limited Liability Company, whose address is 2600 Quantum Boulevard, Boynton Beach, Florida 33426 ("Declarant"). RECITALS A. Declarant is the fee simple owner of certain real property located in Palm Beach County, Florida, as more particularly described in Exhibit "A" attached hereto and made part hereof (the "Parcel 1"). As of the date of execution of this Declaration, Parcel 1 is vacant. B. Declarant also owns the real property next to the Parcel 1 which is more particularly described in Exhibit "B" attached hereto ("Parcel 2"). The improvements located on Parcel 2 are seven (7) feet from the property line between Parcel 2 and Parcel 1. C. The required setback, as provided in the City of Boynton Beach Land Development Code for each of these properties is twenty (20) feet. D. Declarant is interested in possibly selling Parcel 1, or developing the same. E. In order to be able to sell and/or develop Parcel 1, Declarant deems it desirable and in the best interests of all present and future owners of Parcel 1 that Parcel 1 be held subject to the restrictions as set forth herein. NOW, THEREFORE, for good and valuable consideration, the mutual receipt and sufficiency of which is hereby acknowledged by each of the undersigned parties, Declarant agrees as follows: The foregoing recitals are true and correct and are incorporated herein by reference. 2. Declarant hereby imposes on Parcel 1 the following restriction: a. So long as the improvements on Parcel 2 continue to be located seven (7) feet from the property line between Parcel 1 and Parcel 2, the required setback for Parcel 1 from such property line shall be thirty-three (33) feet. At such time as the improvements on Parcel 2 are removed or relocated to at least twenty (20) feet from the property line between Parcel 1 and Parcel 2, this restriction shall terminate. t00268254.2 306-9001821} Page 1240 of 1278 3. It is the intention of Declarant that the restrictions contained in this Declaration shall touch and concern Parcel 1, run with the land and with the title to Parcel 1, and shall apply to and be binding upon and in inure to the benefit of the successors and assigns of Declarant and to the City of Boynton Beach, its successors and assigns, and to any and all parties hereafter having any right title or interest in Parcel 1 or any part thereof. The City of Boynton Beach, its successors or assigns may enforce the terms and conditions of this Declaration by injunctive relief and other appropriate available legal remedies. Any forbearance on behalf of the City of Boynton Beach to exercise its right in the event of a failure of Declarant, its successors or assigns to comply with the provisions of this Declaration shall not be deemed or construed to be a waiver of the City of Boynton Beach's rights hereunder. This Declaration shall continue in perpetuity, unless modified in writing by Declarant, its successors or assigns and approved by the City of Boynton Beach City Commission, its successors and assigns as provided in Paragraph 4 hereof. These restrictions may also be enforced in a court of competent jurisdiction by any other person, firm, corporation or government agency that is substantially benefited by this restriction. 4. This Declaration is binding until a release of covenant is approved by the City of Boynton Beach City Commission, and further executed by the City of Boynton Beach and Declarant as owner of Parcel 1, or its successors or assigns and is recorded in the public records of Palm Beach County, Florida. This Declaration may be modified in writing only. Any subsequent amendment must be approved by the City of Boynton Beach City Commission, and executed by both Declarant as owner of Parcel 1, its successors or assigns and the City of Boynton Beach, its successors or assigns and be recorded by Declarant, its successors or assigns as an amendment hereto. 5. If any provision of this Declaration is held to be invalid by any court of competent jurisdiction, the invalidity of such provision shall not affect the validity of any other provisions thereof All such other provisions shall continue unimpaired in full force and effect. 6. Declarant covenants and represents that on the day of execution of this Declaration that Declarant is seized of Parcel 1 in fee simple and has good right to create, establish and impose this restrictive covenant on the use of Parcel 1. [END OF PAGE; CONTINUED WITH SIGNATURES ON THE NEXT PAGE] 2 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\100FD04C-D2CB-440A-BC9F-9997F5FEA9E9\Boynton Beach. 14398.1.Dec_Of Restrictive_Covenant (2600_Quantum).Docx Page 1241 of 1278 IN WITNESS WHEREOF, Declarant has executed this instrument, this day of , 2019. 2600 QUANTUM BLVD, LLC, a Florida limited liability company WITNESSES: Name: Name: STATE OF FLORIDA COUNTY OF PALM BEACH By: Denis Holmes, Manager 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 Denis Holmes as Manager of 2600 Quantum Blvd, LLC, a Florida limited liability company, to me known to be the person described herein and who executed the foregoing and acknowledged before me that he executed same. He is [ ] personally known to me or [ ] has produced as identification. WITNESS my hand and official seal in the County and State last aforesaid this day of , 2019. (SEAL) Notary Public, State of Florida My Commission Expires: 3 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\100FD04C-D2CB-440A-BC9F-9997F5FEA9E9\Boynton Beach. 14398.1.Dec_Of Restrictive_Covenant (2600_Quantum).Docx Page 1242 of 1278 PARC'FI, 1 Lots 5 and 5A, Quantum Park at Boynton Beach, P.I.D. Plat No. 2, according to the Plat thereof, recorded in Plat Book 57, Page(s) 184 and 185, of the Public Records of Palm Beach County, Florida. 4 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\100FD04C-D2CB-440A-BC9F-9997F5FEA9E9\Boynton Beach. 14398.1.Dec_Of Restrictive_Covenant (2600_Quantum).Docx Page 1243 of 1278 10,14 Me I **Ito on" PARCEL 2: Lots 4, 4A and 4B, Quantum Park at Boynton Beach, P.LD. Plat No. 2, according to the Plat thereof, recorded in Plat Book 57, Page(s) 184 and 185, of the Public Records of Palm Beach County, Florida. 5 C:AProgram Files (X86)ANeevia.Com\DocconverterproATemp\NVDC\100FD04C-D2CB-440A-BC9F-9997F5FEA9E9\Boynton Beach. 14398.1.Dec_Of Restrictive_Covenant (2600_Quantum).Docx Page 1244 of 1278 EXHIBIT A LOCATION MAP N W E S J 55110 220 330 440 Gtof 1278 FRED C. COHEN, P.A.. DAVID B.,NORRIS, RA,. BRENT G. WOLMER, P.A. PETER R RAY, P.A. JAMES S, TELEPMAN, PA, -- GREGORY R. COHEN, PX— JONATHAN A BERKOW:TZ, P.A. JAMES F CAPLAN NEIL P. CHERUBIN GARY I. COHAN' BERNARD A. CONKO' GARY A. ISAACS, RA • DOUGLAS P. LAMBERT* ALFRED G. MORIC, P..A.' TIMOTHY P, O'NEILL M. RICHARD SAPIR• JOHN R. SHEPPARD KYLE A. SILVERMAN• •Ofcoon"I ••Board CartiRed Real Enui. •••Board Cenlfisd BW ... €kfrpft, Em A T T O R N E Y S A T L A W January 9, 2019 Mr. Edgar Breese, Planning and 'Zoning Administrator City of Boynton Beach Post Office Box 310 Boynton Beach, Florida 33425 Re: 2600 Quantum Boulevard, Boynton Beach, Florida Dear Mr. Breese: 777 Via I;ymail BREESEE&bbfl.us This Firm represents 2600 Quantum Blvd, LLC, the owner of the above -referenced property. This letter shall constitute our client's request for the termination and release of the Unity of }Title that affects such property and the adjacent property, also presently owned by our client. In connection therewith, and pursuant to our discussions concerning the same, our client is agreeable to and will record a Declaration of Restrictive Covenant that extends the required setback to the adjacent property by twelve (12) feet. We understand that in connection herewith you will require a parking analysis/opinion verifying that the parking provided on the lots upon which our client's building is located satisfies the required parking pursuant to the City Code. Also, we will be delivering to you the required fees of $650.00 in connection herewith. This request is being made to enable our client to potentially sell the adjacent property. I appreciate your cooperation on this matter. Of course, if you need any further informatior>„ please let me know. We are hopeful that this matter can be heard by the Commission at their February 15, 2019 meetuig. Sincerely, CC Ra By cc: James A. Cherof @ JCherof(a gorenchero£com Peter R. Ray, Esq. Dennis Holmes A PARTNERSHIP OF PROFESSIONAL ASSOCIATIONS 712 U.S. HIGHWAY ONE • SUITE 400 n P.O. BOX 13146 Y NORTH PALM BEACH, FLORIDA 3L3,4 e711 6 of 1278 TELEPHONE. )561) 844.3600 • FACSIMILE: )561) 842-4104 r g z M � M U F— O Ea J W � m z o 'o C) o Q � J LLi W J O m � � O z z Lu o CL Q N CD W a o o a� W J� o SEN _ ap m o o a� o ap m oaa w �o p - pzog ooh _ po=o oo - EXHIBIT "E" CONDITIONS OF APPROVAL Project Name: Quantum Park Lot 4 & 5 File number: Release of Unity of Title 19-001 Reference: Release of Unity of Title 19-001 DEPARTMENTS INCLUDE REJECT ENGINEERING / PUBLIC WORKS / FORESTRY / UTILITIES Comments: 1. Further review will be conducted at time of permit submittal for any new construction. X FIRE Comments: 2. Further review will be conducted at time of permit submittal for any new construction. X POLICE Comments: 3. Further review will be conducted at time of permit submittal for any new construction. X BUILDING DIVISION Comments: 4. Further review will be conducted at time of permit submittal for any new construction. X PARKS AND RECREATION Comments: None PLANNING AND ZONING Page 1248 of 1278 DEPARTMENTS INCLUDE REJECT Comments: 5. Approval is contingent upon recordation of the Declaration of Restrictive Covenants. X 6. Approval is contingent upon staff approval of the applicant's parking analysis. X COMMUNITY REDEVELOPMENT AGENCY Comments: Not Applicable. PLANNING & DEVELOPMENT BOARD CONDITIONS Comments: Not Applicable. CITY COMMISSION CONDITIONS Comments: To be determined. ADDITIONAL REPRESENTATIONS / COMMITMENTS The applicant or applicant's representatives made the following representations and commitments during the quasi-judicial and/or public hearings that now constitute binding obligations of the applicant. The obligations have the same weight as other conditions of approval. --------------------------------- --------------------------------- --------------------------------- S:\Planning\SHARED\WP\PROJECTS\Quantum Lot 4 & 5/Release of Unity of Title 19-001 \COA.doc Page 1249 of 1278 12.C. LEGAL 1/15/2019 REQUESTED ACTION BY COMMISSION: Discuss adoption of anti -lobbying ordinance applicable to City Board Members. EXPLANATION OF REQUEST: At the October 31, 2018 City Commission meeting the Commission deferred action on the considering the adoption of an ordinance which would prohibit a City Board Member from engaging in lobbying activities for a period of time (as yet undetermined) after the Board Member leaves the Board. Minutes of 10/31/18 meeting attached. In the November 2018 statewide election, the citizens of Florida approved amendment to the State Constitution prohibiting elected municipal officials from lobbying for a period of six years after they leave public office. Article 2, Section 8 of Florida Constitution attached. With Commission direction an ordinance can be prepared for first and second reading. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? n/a FISCAL IMPACT: n/a ALTERNATIVES: Delay discussion of anti -lobbying ordinance regarding city board members to another date. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 1250 of 1278 ATTACHMENTS: Type 7, MW =- Fff Description Minutes of the October 31, 2018 Commission meeting Article 2, Section 8 Page 1251 of 1278 M10:• • _ •. Steven B. Grant, Mayor Justin Katz, Commissioner Joe Casello, Commissioner Christina Romelus, Vice Mayor Romelus Mack McCray, Commissioner A. Call to Order - Mayor Steven B. Grant Mayor Grant called the meeting to order at 6:00 p.m. Invocation Commissioner Casello gave the invocation. City Clerk Pyle called the roll. A quorum was present. Lori LaVerriere, City Manager James Cherof, City Attorney Judith A. Pyle, City Clerk Commissioner Katz moved to approve the agenda. Commissioner Casello seconded the motion. Vote The motion unanimously passed. 2. INFORMATIONAL ITEMS Page 1252 of 1278 City Commission Boynton Beach, Florida Commissioner Katz distributed a packet which contained an email and Planning and Zoning Board meeting minutes from July 2016 addressing an issue which was left open from the last Commission meeting. When he cited the information he believed the information to be correct. Commissioner Katz indicated for the record his assertion at the last Commission meeting was 100% correct. As such he would stand by what was stated at that time. Attached to the package was an email from the individual which called into question his statement of accuracy at the last Commission meeting and requested a formal public apology. Commissioner Katz indicated he was correct in his statements and there was no need for an apology. Commissioner Casello believed having this ordinance would address issues which have occurred in the City of Boynton Beach. Hopefully this ordinance would curtail some of those issues. He believed transparency was a concern for elected officials. This ordinance addresses transparency in the City of Boynton Beach. Mayor Grant reviewed the Florida tax watch amendment 12 discussion, regarding public officials becoming lobbyist. Indicated if this amendment passes, Florida would have the strictest lobbying ordinance of any State. Public officials could become lobbyist after 12 years of leaving office. Elected official are being held to a higher standard. Mayor Grant attended the Community Green event. Requested the approval of the Commission to place on Future Agenda about what was to be done about the Kapok tree which was not slated to be saved, also, asked how can the City further the urban canopy. There was a consensus. Commissioner Casello thought the tree was slated to be saved. Mayor Grant indicated the one next to the Historic School House was slated to be save but not the one next to the amphitheater A. PROPOSED ORDINANCE No. 18-031- Second Reading City Commission to consider amending Part II, Chapter 2, Article I of the Code of Ordinances to create a new subsection prohibiting board member advocacy and lobbying. Attorney Cherof read Proposed Ordinance No. 18-031 into the record on second reading. Commissioner Katz stated he would like to offer a potential amendment to this Ordinance. In the spirit of the Constitution Revision Committee question, regarding lobbyist, there should be some type of prohibition of members which serve on the Advisory Boards or Commission. He believes that it was important to protect the integrity of these boards. He Page 1253 of 1278 + would like to add some language which states when board members leave there would be a 12 -month prohibition on their ability to become paid lobbyist to the Commission or CRA. This would make sure the board was not being corrupted by special interest. The former board member would not be able to leverage their positon to become a lobbyist for special interest. He would like to place on the future agenda item a similar prohibition for elected official with similar language. Mayor Grant questioned if Amendment 12 passes as there was no need for a new ordinance. Commissioner Katz confirmed. Mayor Grant asked if the legal department needed specific language for the ordinance. Attorney Cherof responded language was needed to amend the ordinance. Mayor Grant stated he does not believe they can create, between the first and second reading. He asked if they could create some type of specific language. Attorney Cherof noted the Commission could amend any ordinance on the second reading. Mayor Grant asked if the ordinance language needed to be exact. Attorney Cherof stated the language needed to be worked out at this time. Commissioner Katz said if it was tedious it could be revisited at a later date. He was withdrawing the amendment to the Ordinance. Mayor Grant indicated it was as simple as saying a City board member would be prohibited from acting as a lobbyist for an additional 12 -months after resigning from an Advisory Board. Commissioner Katz noted if it was simple to have one sentence. He was ok with this. Attorney Cherof suggested the conservative approach would be to defer it and do it as an add on later based on the outcome of the referendum to the Constitution amendment. If the Commission were to change the ordinance on the dais they could create a subsection. Mayor Grant stated there were some questions that needed to be answered, such as what would the remedy be if the board member lobbied the Commission or the CRA. He would like to see the ordinance approved as stated. Stated the language could be worked out at a later date. 1 Commissioner Katz moved to approve as stated. Commissioner Casello seconded the motion. City Clerk, Pyle called the roll. 3-0 (Vice Mayor Romelus and Commissioner McCray absent) Page 1254 of 1278 October 31, 2018 Attorney Cherof questioned with the new rules will this item come back as a future agenda item or new business. Mayor Grant asked if Commissioner Katz would like to see this as a Future Agenda item. Commissioner Katz replied if this was about the prohibition on becoming a lobbyist after serving as an Advisory Board member. Mayor Grant confirmed. Attorney Cherof inquired if this should come back in the form of ordinance. Commissioner Katz confirmed. Commissioner Casello inquired if this would jeopardize Ordinance 18-031. Mayor Grant responded that ordinance has been approved. Explained this was something for a Future Agenda item. Commissioner Katz believes that Elected Officials should be held to the same standard as the appointed Advisory Board members. The intent of this ordinance was to prevent the special interests from gaining undue influence over the advisory board as well as the Commission. Noted his Future Agenda was meant to prohibit Commissioners as well as appointee to the Advisory Board from becoming lobbyist subsequent to their serving in their position. Inquired if this Ordinance could stand alone to prohibit both groups. Commissioner Katz indicated the future agenda item should be to discuss a prohibition for appointed and Elected Officials in the City of Boynton Beach from serving as paid lobbyist subsequent to their time on their board or the Commission. T' . There being no further business to discuss, Commissioner Casello moved to adjourn. Commissioner Katz seconded the motion. The motion unanimously passed. The meeting was adjourned 6:14 pm (Continued on next page) 0 Page 1255 of 1278 Special Meeting Minutes City Commission Boynton Beach, Florida October 31, 2018 CIS TON7EBCH } rr Mayor - Steven B. Grant Vice Mayor - Christina Romelus Commissioner 7. Justin Satz ' i�sslone = ack VCCray Commissioner - Vacant Judith A. Pyle, CMC City Clerk ueenester Nieves _ __....... Deputy City Clerk Page 1256 of 1278 Gmail Fwd: lobbying ordinance 1 message Katz, Justin <KatzJr@bbfl.us> To. Justin Katz <justinrobertkatz@gmail.com> Sent via the Samsung Galaxy S8, an AT&T 4G LTE smar1phone Gmail - Fwd: lobbying ordinance Justin Katz City Commissioner- District I City Commission Mailing Address: P.C. Box 310 1 Boynton Beach, Florida 33425 Physical Address; 3301 Quantum Blvd., Suite 101 1 Boynton Beach, Florida 33426 , 116 MEMO H 12 flu Please be advised that Florida has a broad public records law and all correspondence to me via email may be subject to disclosure. Under Florida records law, email addresses are public records. Therefore, your e -snail communication and your e-mail address may be subject to public disclosure- I "M ------ Original message - From: David <commkay@aol.com> Date: 10119/18 12:33 PM (GMT -05:00) To: "Katz, Justin" <KatzJr@bbfl.us>, "Grant, Steven" <GrantS@bbfl.us>, "Romelus, Christina" <RomelusC@bbfl.us>, "McCray, Mack" <McCrayM@bbfl.us>, "Casello, Joseph" <CaselloJ@bbfl.us>, "LaVerriere, Lori" <LaVerriereL@bbfl.us>, "Pyle, Judith" <PyleJ@bbfl.us>, "Cherof, James" <CherofJ@bbfl.us>, "Swanson, Lynn" <SwansonL@bbfl.us> Cc: ctodaro@pbpost.com Subject: lobbying ordinance On August 7, 2018 at the City Commission meeting you made false accusations against me regarding a votf. while serving on the P&D Board. Then at the October 16th, 2018 City Commission meeting, you once again claimed I had publicly of cast a vote in favor of the 211 East Ocean Avenue Project at a P & D board meeting. You continued to imply the project developer "Shovel Ready" had engaged me in a paid capacity subsequently to the alleged vote. In fact, at this week's meeting you emphatically refused to consider the possibility you might have been incorrect. Simultaneously, you claimed the said information could be easily be verified but no public admission that you might have misspoke regarding my actions. ,iail.google com/maiYu/l?ik=52d95aOca8&view=pt&search=all&permthid=thread-f`/`3A16157-(2138400993174`/�7Cmsg-f�/�3AI615772138400... 1/2 Page 1257 of 1278 This letter and attachment serve to correct the public record. The attachment is selected P & D Board meeting agendas beginning with July of 2017. This selection is a baseline to coincide with the timeline you referenced during your comments at the October 16th meeting. Please note there was no P & D Board meeting in December 2017. As you can see, the attached PDF removes any smidgen of any wrongdoing on my part. I Your allegations are patently false combined with your failure to check the records prior to accusing me publicly of an improper act is inexcusable. Your rationale for supporting Ordinance 18-031 never existed. p & d board meetings.pdf 1460K Page 1258 of 1278 10/3012018 Gmail - Fwd: P & D Board - 211 E Ocean Avenue Gmail Justin Katz <justlnrobertkatz@gmaII.com> _Wd: P & D Board - 211 E Ocean Avenue I message Katz, Justin <KatzJr@bbfl.us> To: Justin Katz <justinrobertkatz@gmail.com> Sent via the Samsung Galaxy S8, an AT&T 4G UFE smarlphone Justin Katz City Commissioner - District I City Commission Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 3301 Quantum Blvd., Suite 101 1 Boynton Beach, Florida 33426 WIN F, R U, ---- Original message --- From: "Simon, Michael" <SimonM@bbfl.us> Date- 10119/18 5:49 PM (GMT -05:00) To: "Katz, Justin" <KatzJr@bbfl.us> Subject: P & D Board - 211 E Ocean Avenue MWIATST-Ung As per your request, attached please find the minutes of the July 26, 2016 Planning and Development Board meeting minutes involving the approval of the 211 E. Ocean Avenue site plan application as submitted by Local DevCo (Shovel Ready Projects). As per your comments at Tuesday's City Commission meeting, Mr. Katz was the P & D Board Chairman at the time the project went before that Board. If you have any questions or need any additional information, please do not hesitate to contact me directly. Have a great weekend. Executive Director https-//mail.google. comimail/u/1?ik=52d95aOca8&View--pt&search=all&permthid=thread-f�/®3Al615772106360032544�/�7Cmsg-f%3A16157721164558 1/2 Page 1259 of 1278 10/3012018 Gmail - Fwd: P & D Board - 211 E Ocean Avenue Boynton Beach Community Redevelopment Agency 710 N. Federal Hwy, Boynton Beach, Florida 33435 t,. 561-600-9091 jIJJ 561-737-3258 2 SimonM@bbfl.us I 11 Is BC)YNTC)Iq'?_-'-"'`-',I, f,, !� 6 R lr,� X-11", V BEACH . ... . " America's Gateway to the Gulfstream Please be advised that Florida has a broad public records law and all correspondence to me via email may be subject to disclosure, Under Florida records law, email addresses are public records, Therefore, your e-mail communication and your e-mail address may be subject to public disclosure. snt) P&D Minutes approving Site Plan - 211 E. Ocean.pdf 345K https://mail.google.00m/mail/u/I ?ik=52d95aOca8&view=pt&search=all&permthid=thread-fO/.3A1 615772106360032544%7Cmsg-fO/.3AI61577211 FA558... M Page 1260 of 1278 MINUTES OF THE PLANNING AND DEVELOPMENT BOARD MEETING HELD IN COMMISSION CHAMBERS, CITY HALL, 100 E. BOYNTON BEACH BOULEVARD, BOYNTON BEACH, FLORIDA ON TUESDAY, JULY 26, 2016, AT 6:30 P.M. [ David Katz, Chair Ryan Wheeler, Vice Chair Kevin Fischer Trevor Rosecrans Nicholas Skarecki Floyd Zonenstein, Alternate ABSENT: Brian Miller Stephen Palermo Mike Rumpf, Planning & Zoning Director Ed Breese, Principal Planner Hannah Matras, Senior Planner David Tolces, City Attorney Chair Katz called the meeting to order at 6:30 p.m. The members recited the Pledge of Allegiance, led by Vice Chair Ryan Wheeler. Rall was called and it was determined a quorum was present. 3. Agenda Approval Chair Katz asked to move up Item 9 to right after Item 5. Motion made by Vice Chair Wheeler, seconded by Mr. Skarecki, to approve the agenda as amended. The motion passed unanimously (6-0). 4. Approval of Minutes, April 26, 2016 meeting Chair Katz commented that verbatim minutes are not needed, but if a Board member asks a cogent question, he would like to see it in the minutes, who asked the question along with the answer, rather than "discussion ensued." Motion made by Vice Chair Wheeler, seconded by Mr. Skarecki, to approve the minutes of the May 24, 2016. In a voice vote, the motion passed unanimously (6-0). Page 1261 of 1278 Meeting Minutes Planning and Development Board Boynton Beach, Florida July 26, 2016 4 Page 1262 of 1278 Meeting Minutes Planning and Development Board 16 • s • •. 1 8. New Business A.1. 211 E. Ocean Avenue SP 16-005 — Approve request for Major Site Plan Modification approval to add 1,266 square feet to an existing 1,500 square foot building for the conversion of the structure to a restaurant use, and related site improvements, located in the R3 (Multi -Family Residential) zoning district, within the Ocean Avenue Overlay Zone. Applicant: Tom Prakas, Prakas & Co. James Williams, A&W Architects, gave a brief slide presentation, including the following points: • The historic Magnuson House is intended to be a casual neighborhood restaurant, with outdoor seating. Q The CRA provided Historical Society's 1920s photographs so the front porch, which is not there now, could be duplicated. o Applicant proposes a trellised area for an indoor/outdoor beer garden. o The 750 sq. ft. on each floor of the main house will be retained. There will be an addition to the rear of approximately 1,300 sq. ft., as well as the covered porch in front and back. o The site will be kept as lushly landscaped as possible. a With the roof plan, the air conditioning equipment, as well at the kitchen exhaust hood, are hidden from view behind the structure and behind the 4 to 5 foot high mansard roof. • A stair will be added on the west side to access storage and office functions for management, allowing for no public access. The existing inside stairs will be coming outside to make room for seating, which has been approved by the Historic Board. • Working from the historic pallet of colors, the color scheme for roof, wood trim, and walls were chosen. Regarding parking, Mr. Williams explained the agreement with the CRA for the parking lot in the next block, as well as the parking lot at the City Park several blocks away, both in addition to on -street parking. Transit and transit -oriented developments are needed for this to be considered a CRA urban -style site. The Engineers have determined that 1) the existing fire hydrant located 200 feet from the front of the property, and 2) the existing water main are both sufficient. Eventually the water will be upgraded (five -ten years), but the Engineers have assured that the only concession on the plumbing is that they can't use flush valve toilets. Vice Chair Wheeler asked if Mr. Williams and his client are okay with the conditions of approval set forth at the last meeting. Mr. Williams admitted that for the most part, yes, but Item 13 regarding the buffer walls is an issue that requires discussion. The applicant knows he has to comply with noise ordinances, but he would prefer not to build walls around his site; he'd like to have good access. The CRA may participate in the building of this wall, but they didn't seem to be in favor of it either. However, it is written in the 3 Page 1263 of 1278 Meeting Minutes Planning and Development Board Boynton Beach, Florida July 26, 2016 ordinance. One mitigating feature is the project is not immediately adjacent to any incompatible use. Chair Katz asked if a landscaped 'Wall" would be better. Mr. Williams said there is heavy landscaping on the north and east sides. A solid masonry wall is best for stopping sound, but cost study on this wall is approximately $55,000. A PVC/vinyl wall is also being considered. Chair Katz called upon Mike Simon, Assistant Director for CRA, as to how the CRA feels about Item 2. After some clarification of responsibility for the paving, Mr. Simon said the CRA supports the applicant's efforts to mitigate that condition and appreciates Mr. Mack's ability to see past the drawing. Mr. Skarecki asked Mr. Simon how the CRA feels about the wall. Mr. Simon replied that despite the regulations within the LDRs, the CRA would like to see acceptable alternatives to PVC fencing. They would not like to see walled off sites as screening them off defeats the purpose. The CRA is already into the project for $336,000 worth of grant monies. Mr. Skarecki next asked staff if the wall is just to contain sound. Mr. Breese replied, yes, the wall is for sound purposes and is in conjunction with the landscaping, which is above the wall as well. Mr. Fischer wondered if, in this district, there has been any evaluation for the potential for shared storm water facilities. Mr. Breese replied that most of the heart of the downtown, east of the railroad tracks, has that concept. West of the tracks, however, does not have that at this time. Motion made by Vice Chair Wheeler, seconded by Mr. Skarecki, to approve 211 E. Ocean Avenue, Item 7.A.1 (MSPM 16-005). Chair Katz asked that the motion be 2mended to give the Applicant relief from the buffer wall in Condition #13 in favor of 2dding additional landscaping. Vice Chair Wheeler moved to approve the motion as 2mended, Mr. Skarecki seconded. In a voice vote, the motion passed unanimously (6- 11). IM1111M 'lug 51014jillgi milmov M -mm qJ1 I LFIM - Ise 0 V 0 1 211AII&VOIN mITA7=111ZHI - 1 0 * - 1 0 A - 2 Page 1264 of 1278 W PlanningMeeting Minutes and DevelopmentBoard Boynton Beach, Florida July 26, 20 16 for the Comprehensive Plan to be amended for changes in the State requirements only. It is recommended that the City at the same time also reviews all the elements of the Comprehensive Plan. There are incoming amendments for the land use and several other elements that stem: 1) from the Coastal Consolidated Plan which requires extensive amendments to the land use; and 2) major changes to the public school facilities because of public school concurrency (now called Capacity Determination). Palm Beach County is doing a template for all municipalities to amend the Plan to reflect these new regulations. This amendment is due now for the codification of the several new requirements for that element. There are six (6) new requirements. The last three are not an issue because they can be verbatim incorporated into the Comp Plan. However, the first three need immediate attention as the language is vague and general. Prior to 2011, Rule 935 was used to interpret and clarify the statutory requirements and has been eliminated. The Department of Economic Opportunity/Community Planning staff have considered acceptable language. The new requirements for the Coastal Management Area mainly pertain to coastal flooding and were approved in the last year's legislation and codified on July 1st. The letter of determination is due August 1St. Two other governments that submitted language are still working with the Department of Economic Opportunity as there still is no example of what language will be acceptable. Besides responding with some policies, the entire element is being withheld. Two items needing attention are: 1) sea level rise, and 2) tide -prone areas and other flood -type areas. Mr. Rosecrans asked about King Tide areas impacted now, with significant sea level rise predictions. Michael Lowe, Utilities Manager, Technical Service, said there is not a lot that can be done. They are investigating various types of storm systems. Storm systems along US 1 fall under FDOT's jurisdiction, but Boynton Beach Utilities (BBU) is putting others in, and looking at different types of control structures. Mr. Rosecrans next asked about sea walls. Mr. Lowe said BBU is not looking at sea walls; that would fall under planning. There are a number of areas that already get badly flooded. In one particular area, BBU put in a storm water system and storm water ponds in that area with pumping stations, but once the sea comes over the wall, there's not much that can be' done. Mr. Rosecrans wanted to know if that was at high tides now or only King tides. Mr. Lowe said they don't pump at high tide, only when there is storm water that needs to be removed. Chair Katz opened the floor for public comment; there was none. Motion made by Mr. Rosecrans, seconded by Mr. Fischer, to approve Comprehensive Plan's Coastal Management Element Text Amendments (CPTA 16-001). In a voice vote, the motion passed unanimously (6-0). 0 Page 1265 of 1278 Meeting Minutes Planning and Development Board Boynton Beach, Florida July 26, 2016 N III ¥+<© Chair Katz asked Mr. Rumpf if the DART Review Board is what used to be the; Technical Review Board, and is it open to the public. Mr. Rumpf answered, yes, it is the old Technical Review Board; and no, it is not open to the public. It is for administrative staff only. There are other opportunities for public hearings and intervention, and information is made available to the public on the website. Mr. Rumpf had an informational item: This Thursday (July 28) at 5:30 at the Inn at Boynton Beach, the FDOT is holding a public workshop to go through alternatives for A,otential improvements to the 1-95 interchanges with Gateway and Boynton Beach Boulevards. dm±¥+»<»wfM TWIFFIRITE-1111 RE «_« A Page 1288 0 1278 Page 1267 of 1278 gist's Florida Statutes Annotated Florida Constitution--1968 Revision (Refs & Annos II. General Provisions (Refs & West's F.S.A. Const. Art. 2 § 8 § 8. Ethics in government Currentness <Text effective December 31, 2020 and December 31, 2022 (see Const. Art. XII, § 38)> A public office is a public trust. The people shall have the right to secure and sustain that trust against abuse. To assure this right: (a) All elected constitutional officers and candidates for such offices and, as may be determined by law, other public officers, candidates, and employees shall file full and public disclosure of their financial interests. (b) All elected public officers and candidates for such offices shall file full and public disclosure of their campaign finances. (c) Any public officer or employee who breaches the public trust for private gain and any person or entity inducing such breach shall be liable to the state for all financial benefits obtained by such actions. The manner of recovery and additional damages may be provided by law. (d) Any public officer or employee who is convicted of a felony involving a breach of public trust shall be subject to forfeiture of rights and privileges under a public retirement system or pension plan in such manner as may be provided by law. (e) No member of the legislature or statewide elected officer shall personally represent another person or entity for compensation before the government body or agency of which the individual was an officer or member for a period of two years following vacation of office. No member of the legislature shall personally represent another person or entity for compensation during term of office before any state agency other than judicial tribunals. Similar restrictions on other public officers and employees may be established by law. (f)(1) For purposes of this subsection, the term "public officer" means a statewide elected officer, a member of the legislature, a county commissioner, a county officer pursuant to Article VIII or county charter, a school board member, a 0 20119 Thomson Reuters. No claire to original U.S. Government Works. Page 1268 of 1278 B. Ethics in government, FL CONST Art. 2 superintendent of schools, an elected municipal officer, an elected special district officer in a special district with ad valorem taxing authority, or a person serving as a secretary, an executive director, or other agency head of a department of the executive branch of state government. (2) A public officer shall not lobby for compensation on issues of policy, appropriations, or procurement before the federal government, the legislature, any state government body or agency, or any political subdivision of this state, during his or her term of office. (3) A public officer shall not lobby for compensation on issues of policy, appropriations, or procurement for a period of six years after vacation of public position, as follows: a. A statewide elected officer or member of the legislature shall not lobby the legislature or any state government body or agency. b. A person serving as a secretary, an executive director, or other agency head of a department of the executive branch of state government shall not lobby the legislature, the governor, the executive office of the governor, members of the cabinet, a department that is headed by a member of the cabinet, or his or her former department. c. A county commissioner, a county officer pursuant to Article VIII or county charter, a school board member, a superintendent of schools, an elected municipal officer, or an elected special district officer in a special district with ad valorem taxing authority shall not lobby his or her former agency or governing body. (4) This subsection shall not be construed to prohibit a public officer from carrying out the duties of his or her public office. (5) The legislature may enact legislation to implement this subsection, including, but not limited to, defining terms and providing penalties for violations. Any such law shall not contain provisions on any other subject. (g) There shall be an independent commission to conduct investigations and make public reports on all complaints concerning breach of public trust by public officers or employees not within the jurisdiction of the judicial qualifications commission. (h)(1) A code of ethics for all state employees and nonjudicial officers prohibiting conflict between public duty and private interests shall be prescribed by law. <Subsection (h)(2) added effective December 31, 2020 (see Const. Art. XII, § 38). > VVESTLAW Thornson Reuters. No claim original U.S. Government Works. Page 1269 of 1278 government,• (2) A public officer or public employee shall not abuse his or her public position in order to obtain a disproportionate benefit for himself or herself; his or her spouse, children, or employer; or for any business with which he or she contracts; in which he or she is an officer, a partner, a director, or a proprietor; or in which he or she owns an interest. The Florida Commission on Ethics shall, by rule in accordance with statutory procedures governing administrative rulemaking, define the term "disproportionate benefit" and prescribe the requisite intent for finding a violation of this prohibition for purposes of enforcing this paragraph. Appropriate penalties shall be prescribed by law. (i) This section shall not be construed to limit disclosures and prohibitions which may be established by law to preserve the public trust and avoid conflicts between public duties and private interests. 6) Schedule --On the effective date of this amendment and until changed by law: (1) Full and public disclosure of financial interests shall mean filing with the custodian of state records by July 1 of each year a sworn statement showing net worth and identifying each asset and liability in excess of $1,000 and its value together with one of the following: a. A copy of the person's most recent federal income tax return; or b. A sworn statement which identifies each separate source and amount of income which exceeds $1,000. The forms for such source disclosure and the rules under which they are to be filed shall be prescribed by the independent commission established in subsection (g), and such rules shall include disclosure of secondary sources of income. (2) Persons holding statewide elective offices shall also file disclosure of their financial interests pursuant to paragraph (1). (3) The independent commission provided for in subsection (g) shall mean the Florida Commission on Ethics. Added, general election, Nov. 2, 1976. Amended, general election, Nov, 3, 1998; general election, Nov. 6, 2018. West's F. S. A. Const. Art. 2 § 8, FL CONST Art. 2 § 8 Current through November 6, 2018, General Election End of Document (.1 2019 Thomson Reuters. No clahn to original U.S. Government Works. WESTLAW @ 2019 Thomson Reuters. No clalm to original U.S. Government Works Page 1270 of 1278 § 8. Ethics in government, FL CONST Art. 2 § 8 No claim to original U.S. Government Works, 4 Page 1271 of 1278 13.A. FUTURE AGENDA ITEMS 1/15/2019 REQUESTED ACTION BY COMMISSION: Staff to bring information concerning the following land parcels for the Commission to review - February 5, 2019 Nichols Property Rolling Green Girl Scout Park 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: Page 1272 of 1278 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Presentation on Opportunity Zones by David Scott - February 5, 2019 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: 13.B. FUTURE AGENDA ITEMS 1/15/2019 Page 1273 of 1278 13.C. FUTURE AGENDA ITEMS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Discuss new mobility options for potential implementation in the City including electric vehicle infrastructure, car sharing, e -scooter sharing, etc. - February 5, 2019 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: Page 1274 of 1278 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Approve and ratify IAFF Collective Bargaining Agreement - February 5, 2019 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: 13.D. FUTURE AGENDA ITEMS 1/15/2019 Page 1275 of 1278 REQUESTED ACTION BY COMMISSION: Department to give brief presentation of their operations Police - March 2019 Fire - May 2019 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: 13.E. FUTURE AGENDA ITEMS 1/15/2019 Page 1276 of 1278 13. F. FUTURE AGENDA ITEMS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Commission wants to discuss public safety as it relates to the Town Square Redevelopment - June 2019 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: Page 1277 of 1278 13.G. FUTURE AGENDA ITEMS 1/15/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 1/15/2019 REQUESTED ACTION BY COMMISSION: Staff to review Development Department's plan review processes to identify efficiencies and technologies to assist with timely review of plans/projects - March 2019 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: Page 1278 of 1278