Loading...
Agenda 09-05-19 The City of 4, Boynton Beach City Commission Agenda Thursday, September 5, 2019, 6:30 PM Intracoastal Clubhouse Park 2240 N. Federal Highway Boynton Beach City Commission Mayor Steven B. Grant (At Large) Vice Mayor Justin Katz (District 1) Commissioner Mack McCray (District 11) Commissioner Christina L. Romelus (District III) Commissioner Ty Penserga (District IV) Lori LaVerriere, City Manager James Cherof, City Attorney Crystal Gibson, City Clerk *MISSION* To create a sustainable community by providing exceptional municipal services, in a financially responsible manner. Kim t www.boynton-beach.org Pagel of 1197 WELCOME Thank you for attending the City Commission Meeting GENERAL RULES & PROCEDURES FOR PUBLIC PARTICIPATION AT CITY OF BOYNTON BEACH COMMISSION MEETINGS THE AGENDA: There is an official agenda for every meeting of the City Commissioners, which determines the order of business conducted at the meeting. The City Commission will not take action upon any matter, proposal, or item of business, which is not listed upon the official agenda, unless a majority of the Commission has first consented to the presentation for consideration and action. • Consent Agenda Items: These are items which the Commission does not need to discuss individually and which are voted on as a group. • Regular Agenda Items: These are items which the Commission will discuss individually in the order listed on the agenda. • Voice Vote: A voice vote by the Commission indicates approval of the agenda item. This can be by either a regular voice vote with "Ayes & Nays" or by a roll call vote. SPEAKING AT COMMISSION MEETINGS: The public is encouraged to offer comment to the Commission at their meetings during Public Hearings, Public Audience, and on any regular agenda item, as hereinafter described. City Commission meetings are business meetings and, as such, the Commission retains the right to impose time limits on the discussion on an issue. • Public Hearings: Any citizen may speak on an official agenda item under the section entitled "Public Hearings." • Public Audience: Any citizen may be heard concerning any matter within the scope of the jurisdiction of the Commission - Time Limit- Three (3) Minutes • Regular Agenda Items: Any citizen may speak on any official agenda item(s) listed on the agenda after a motion has been made and properly seconded, with the exception of Consent Agenda Items that have not been pulled for separate vote, reports, presentations and first reading of Ordinances - Time Limit- Three (3) minutes ADDRESSING THE COMMISSION: When addressing the Commission, please step up to either podium and state your name for the record 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 1197 1. OPENINGS A. Call to Order- Mayor Steven B. Grant Invocation - Father Fink, St. Mark Catholic Church Pledge of Allegiance to the Flag led by Commissioner Ty Penserga Roll Call Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption 2. OTHER A. Informational items by Members of the City Commission B. Conduct First Public Budget Hearing for FY 2019/2020 Proposed Millage and Tentative Annual Operating Budget. PROPOSED RESOLUTION NO. R19-087- Adopt the proposed millage rate for the General Fund for Fiscal Year 2019-2020. PROPOSED RESOLUTION NO. R19-088- Adopt the Tentative Budget for the General Fund and all other funds for Fiscal Year 2019-2020. 3. ANNOUNCEMENTS, COMMUNITYAND SPECIAL EVENTS AND PRESENTATIONS A. The Human Resources and Risk Management Department is hosting a "Speed Hiring Event" on September 21, 2019 from 8:00 a.m. to 5:00 p.m. at the Ezell Hester Center located at 1901 N. Seacrest Boulevard, Boynton Beach, FL 33435. B. Palm Tran will provide a brief presentation, 5-10 minutes, to the City Commission regarding route updates in the Boynton Beach area. Nikasha Wells, Senior Manager of Governmental Affairs, and Senior Planner Anna Bielawska, will be presenting the information to the Commission. C. Proclaim the month of September as Hunger Action Month. Sari Vatske, Executive Vice President of Feeding South Florida, will accept the Proclamation. D. Proclaim September 17, 2019 as Constitution Day and Citizenship Day. In addition, proclaim the week of September 17-23, 2019 as Constitution Week. E. Announce the following September 2019 meetings: • Special Commission meeting on Tuesday, September 10, 2019 at 6:OOpm at Intracoastal Park Clubhouse to adopt Final Fire Assessment for FY 19/20. This meeting will be held immediately before the CRA meeting. • Regular Commission Meeting on Tuesday, September 17, 2019 at 6:30pm at Intracoastal Park Clubhouse. 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) Page 3 of 1197 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. B. Authorize members of the City Commission to attend PBC Days in Tallahassee, FL from January 14-16, 2020. 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. R19-089 -Approve transmittal of the current City of Boynton Beach State Housing Initiative Partnership (SHIP) Program Annual Report and corrected FY2015-2016 Annual Report, including authorizing the Mayor to sign the corresponding Local Housing Certifications. B. Accept the written report to the Commission for purchases over $10,000 for the month of July 2019. C. To approve recommendation of the Evaluation Committee and authorize staff to conduct negotiations with the first ranked firm, Kimley-Horn, and establish a contract for RFQ#035-2413- 19/MFD for SE 1st Street Sidewalk Improvements Design and Consulting Services. D. Accept the Fiscal Year 2018-2019 Budget Status Report of the General Fund and the Utilities Fund for the nine (9) month period ended June 30, 2019. E. Approve revisions to and addition of project(s) to the Fiscal Year 18-19 approved surtax projects. F. Approve an increase to Johnstone Supply for HVAC parts and supplies under the Broward County contract #18-029R effective until June 30, 2020 from $24,000 to $32,000 with an estimated annual expenditure of $40,000 for the extent of the contract which expires on June 30, 2020. G. Approve Bid award of Annual Supply of PVC Schedule 40 & 80 Irrigation Supplies Bid # 039- 1412-19/MFD to the following three (3) companies: Fortiline, Ferguson and SiteOne on a primary, secondary and third basis to the lowest, most responsive bidders who met all specifications with an estimated annual amount of$25,000. H. 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 September 05, 2019- "Request for Extensions and/or Piggybacks." I. Approve the minutes from City Commission Budget Workshop held on July 16, 2019 and the City Commission meeting on August 20, 2019. 7. CONSENT BIDS AND PURCHASES OVER $100,000 A. PROPOSED RESOLUTION NO. R19-090- Approve purchase orders to Kompan Inc utilizing the US Communities contract #2017001135 for Meadows Park fitness zone installation in the amount of $23,500 and for Boynton Lakes Park playground installation in the amount of $90,000.02 for a total estimated expenditure of $113,500.02 and authorize the City Manager to sign a piggy-back Contract with Kompan, Inc. US Communities contract satisfies the City's procurement requirements. B. Approve the purchase of Water Meters and Equipment with Sensus USA as an awarded vendor for the maintenance and replacement of water equipment for the City's Utility Metering System. The City is currently using Sensus'sAdvance Metering Infrastructure (AMI). Items will be ordered on an "as needed" basis for the estimated annual expenditure of$400,000. Page 4 of 1197 C. Approve an increase to the estimated expenditure with MacMillan Oil Company, LLC of Hialeah, FL from $1,000,000 to $1,200,000 per the City of Delray's Agreement ITB #2017-047 due to the fluctuating prices for the period of the contract which expires on June 6, 2020. D. Approve the purchase of replacement vehicle as anticipated in the FY 2019-20 fleet replacement budget in the estimated amount of $325,879.04 by utilizing the following contract: Sourcwell for one (1) Solid Waste split rear loader. E. Approve award of Annual Supply of Brass Fittings and Accessories Bid 040-1412-19/MFD to the following two (2) companies Ferguson Enterprises and Fortiline Inc. on a primary and secondary basis to the lowest, most responsive, reponsible bidders who met all specifications with an estimated annual expenditure of$150,000. F. Approve award of Annual Supply of Pipe Fittings and Accessories Bid 041-1412-19/MFD to the following two (2) companies: Ferguson Enterprises and Fortiline Inc. on a primary and secondary basis to the lowest, most responsive, responsible bidders who met all specifications with an estimated annual expenditure of$210,000. G. Approve Task Order No. COBB 018-25511-18/IT Roof Repair at West Water Treatment Plant in the amount of $110,000 in accordance with the Pre-Qualified Vendors for Minor Construction Services Agreement. 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.19-027 - SECOND READING - Approve proposed code language implementing Sustainable Development Standards recommended by the Climate Action Plan and CRA Redevelopment Plan (CDRV 19-005) - Amending the LAND DEVELOPMENT REGULATIONS: Chapter 4. Site Development Standards. Applicant: City-initiated. 9. CITY MANAGER'S REPORT A. A presentation of the proposed activation of the new City Hall Innovation Space. B. Staff will present an update on the status of the Town Square Master Plan. 10. UNFINISHED BUSINESS - None 11. NEW BUSINESS - None 12. LEGAL A. PROPOSED RESOLUTION NO. R19-091 -Authorizing the City to set rates, fees and charges for Water, Wastewater Stormwater and Reuse Water for the upcoming FY 19/20. B. PROPOSED ORDINANCE NO. 19-028 - SECOND READING - Approve amendments to Chapter 26 by adding a new "Article IX - Chilled Water." This Addition will provide for the operation of District Energy Plants that produce and supply chilled water for use by customers for the provision of centralized air conditioning management. 13. FUTURE AGENDA ITEMS A. Staff to present updated Social Media Policy - September 17, 2019 B. Department to give brief presentation of their operations Library - September 17, 2019 Page 5 of 1197 C. Quarterly Census updates by Laura Lansburgh, Marketing Manager: September 17, 2019 December 17, 2019 March 17, 2020 D. Approve request for abandonment of a portion of the unimproved NE 3rd Street right-of-way, north of NE 9th Avenue, in connection with the dedication of property from the Community Redevelopment Agency (CRA) and realignment, and extension of NE 3rd Street from NE 9th Avenue to Martin Luther King, Jr. Boulevard (ABAN 19-001). Applicant: Michael Simon, CRA Executive Director. -September 17, 2019 E. Approve MILK Overlay and Use Matrix Revisions Part I (CDRV 19-006) - Amending the LAND DEVELOPMENT REGULATIONS: (1) Chapter 1. General Administration, Article 11. Definitions; (2) Chapter 2. Land Development Process, Article 11. Planning and Zoning Division Services; (3) Chapter 3. Zoning, Article 111. Zoning Districts and Overlays, and Article IV. Use Regulations; and (4) Chapter 4. Site Development Standards, Article V. Minimum off-Street Parking Requirements, to implement modifications to MILK Overlay, modifications to rezoning-master plan application process, corrections pertaining to Mixed-Use zoning districts and revisions to Use Matrix, Residential and Lodging category. Applicant: City-initiated. - September 17, 2019 F. Approve efficiency improvements to the Site Plan Review Process (CDRV 19-007) - Amending the LAND DEVELOPMENT REGULATIONS Chapter 2. Land Development Process, Article 11. Planning and Zoning Division Services, Section 2. F. Site Plan, Including Time Extension and Modifications that begin implementing staff recommendations from the internal review of the City's development review process. Applicant: City-initiated. - September 17, 2019 G. Amending qualifying dates for the March 2020 Election (Ordinance) - September 17, 2019 H. Discuss use policy for all City Parks- October 1, 2019. 14. ADJOURNMENT NOTICE IFA PERSON DECIDES TO APPEAL ANY DECISION MADE BY THE CITY COMMISSION WITH RESPECT TO ANY MATTER CONSIDERED AT THIS MEETING,HE/SHE WILL NEED A RECORD OF THE PROCEEDINGSAND,FOR SUCH PURPOSE,HUSHE MAY NEED TO ENSURE THAT A VERBATIM RECORD OF THE PROCEEDING 1S MADE,WHICH RECORD INCLUDES THE TESEIMONYAND EVIDENCE UPON WHICH THEAPPEAL 1S TO BE BASED.(ES.286.0105) THE CITY SHALL FURNISH APPROPRIATEAUXII.IARYAIDSAND SERVICES WHERE NECESSARY TOAFFORD AN INDIVIDUAL W1THA D1SABILITYAN EQUAL OPPORTUNITY TO PARTICIPATE IN AND ENJOY THE BENEFITS OF A SERVICE,PROGRAM,ORACTWITY 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 REA.SONABLYACCOMMODATE 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 6 of 1197 1.A. OPENING ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Call to Order- Mayor Steven B. Grant Invocation - Father Fink, St. Mark Catholic Church Pledge of Allegiance to the Flag led by Commissioner Ty Penserga 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: Is this a grant? No Grant Amount: Page 7 of 1197 2.A. OTHER 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 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 8 of 1197 2.B. OTHER 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Conduct First Public Budget Hearing for FY 2019/2020 Proposed Millage and Tentative Annual Operating Budget. PROPOSED RESOLUTION NO. R19-087-Adopt the proposed millage rate for the General Fund for Fiscal Year 2019-2020. PROPOSED RESOLUTION NO. R19-088-Adopt the Tentative Budget for the General Fund and all other funds for Fiscal Year 2019-2020. EXPLANATION OF REQUEST: Staff will provide a budget overview(power point). As a result of the Budget Workshops that were held on July 15th and 16th, 2019 the City Commission approved a proposed millage rate of 7.9000 mills and a proposed General Fund budget of$95,978,175. The proposed FY 19/20 General Fund Budget of$96,358,776 is an increase of 5.7% or$5,234,750 over the original adopted FY 18/19 General Fund Budget of$91,124,026. Based on Commission decisions since the July budget workshops, the following changes have been incorporated into the proposed tentative budget. 1) Increased General Fund from$95,978,175 to $96,358,776. This was needed to reflect the CRA funded Police staff, Plans Examiner position, Initial phase of mobility plan, contractual services for Crossing Guards, Recreation department reorganization, and Fire RMS System.. 2) Increased Golf Fund from$1,924,465 to $2,199,465 due to staff identification of needed irrigation repairs on the golf course. 3) Increased Local Government Surtax Capital Projects Funds from$7,000,424 to $7,060,424 due to Fire Station 1 Vehicle Exhaust System related to the Town Square Project. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The annual budget provides appropriations to provide City services. FISCAL IMPACT: Budgeted Adoption of the millage rate and budget allows for appropriations to provide City services. ALTERNATIVES: N/A STRATEGIC PLAN: Page 9 of 1197 STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution adopting the FY2019-20 Proposed Millage D Resolution Resolution adopting the FY2019-20 Tentative Budget Page 10 of 1197 I RESOLUTION R19- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA ADOPTING A PROPOSED MILLAGE RATE 5 FOR THE CITY'S GENERAL OPERATING FUND FOR 6 THE FISCAL YEAR BEGINNING OCTOBER 1, 2019 AND 7 ENDING SEPTEMBER 30, 2020, ANNOUNCING THE 8 PERCENT, IF ANY, THE PROPOSED MILLAGE RATE 9 EXCEEDS THE ROLLED-BACK RATE; ANNOUNCING 10 THE DATE, TIME AND PLACE OF THE SECOND AND 11 FINAL PUBLIC HEARING ON THE BUDGET AND 12 MILLAGE RATE; PROVIDING FOR SEVERABILITY, 13 CONFLICTS AND PROVIDING AN EFFECTIVE DATE. 14 15 WHEREAS, a tentative budget has been prepared estimating expenditures and 16 revenues of the City of Boynton Beach, Florida, for the ensuing year, with detailed 17 information, including revenues to be derived from sources other than ad valorem levy, and 18 the administrative staff of the City has made recommendations as to the amount necessary 19 to be appropriated for the ensuing year; and 20 WHEREAS, the City Commission has conducted a public hearing and considered 21 the recommendations, the suggested tentative budget, and the proposed millage necessary 22 to be levied to carry on the government of the City for the ensuing year; 23 WHEREAS, the City of Boynton Beach, Florida, has followed the procedures as 24 outlined in Florida Statutes Section 200.065. 25 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 26 THE CITY OF BOYNTON BEACH, FLORIDA THAT: 27 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 28 being true and correct and are hereby made a specific part of this Resolution upon adoption 29 hereof. 30 Section 2. The proposed Millage Rate for the 2019-2020 Fiscal Year shall be 31 7.9000 for the General Fund. 32 Section 3. A copy of the tentative budget shall be published in one issue of a Page 11 of 1197 33 newspaper published in Palm Beach County, Florida, and at the same time the public will be 34 notified of a public hearing to be held on the 17th day of September, 2019, at 6:30 P.M. for 35 the purpose of hearing suggestions, agreements, objections or criticisms of the tentative 36 budget and millage. This meeting is for the purpose of setting a final tax levy and final 37 budget. 38 Section 4. The proposed millage rate is 4.75 % above the computed rolled 39 back rate of 7.5418. 40 Section 5. If any clause, section, or other part of this Resolution shall be held by 41 any Court of competent jurisdiction to be unconstitutional or invalid, such unconstitutional or 42 invalid part shall be considered as eliminated and shall in no way affect the validity of the 43 other provisions of this Resolution. 44 Section 6. This Resolution shall become effective immediately upon passage. 45 PASSED AND ADOPTED this day of , 2019 46 CITY OF BOYNTON BEACH,FLORIDA 47 YES NO 48 49 Mayor— Steven B. Grant 50 51 Vice Mayor—Justin Katz 52 53 Commissioner—Mack McCray 54 55 Commissioner—Christina L. Romelus 56 57 Commissioner—Ty Penserga 58 59 VOTE 6o ATTEST: 61 62 63 Crystal Gibson, MMC 64 City Clerk 65 66 67 (Corporate Seal) Page 12 of 1197 I RESOLUTION R19- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, ADOPTING A TENTATIVE BUDGET FOR THE 5 FISCAL YEAR BEGINNING OCTOBER 1, 2019, AND 6 ENDING SEPTEMBER 30, 2020; PROVIDING FOR 7 SEVERABILITY, CONFLICTS, AND AN EFFECTIVE 8 DATE. 9 10 WHEREAS, a tentative budget has been prepared by the City Manager estimating 11 expenditures, transfers, and revenues of the City of Boynton Beach for the ensuing year, 12 with detailed information, including revenues to be derived from sources other than the ad 13 valorem tax levy, and she has made recommendations as to the amount necessary to be 14 appropriated for the ensuing year; and 15 WHEREAS, the City Commission of the City of Boynton Beach has conducted a 16 public hearing in accordance with s. 200.065 Florida Statutes on the City's tentative budget 17 and the proposed millage rate. 18 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 19 THE CITY OF BOYNTON BEACH, FLORIDA: 20 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 21 being true and correct and are hereby made a specific part of this Resolution upon adoption 22 hereof. 23 Section 2. That the tentative budget of the City of Boynton Beach, Florida, for 24 the fiscal year beginning October 1, 2019 and ending September 30, 2020, a copy of which 25 is attached hereto, is hereby adopted and the appropriations set out therein are hereby made 26 to maintain and carry on the government of the City of Boynton Beach, Florida. 27 Section 3. There is hereby appropriated the sum of $ 96,358,776 to the 28 General Fund for the payment of operating expenditures, transfers to other funds, and 29 necessary capital outlays for the City Government pursuant to the terms of the above 30 budget. 31 Section 4. That there is hereby appropriated the sum of $ 1,356,009 to the 32 Traffic Safety Special Revenue Fund for the payment of operating expenditures, transfers 33 to other funds, and necessary capital outlays. 34 1 Page 13 of 1197 35 Section 5. That there is hereby appropriated the sum of $ 1,301,150 to the 36 Local Option Gas Tax Special Revenue Fund for the payment of operating expenditures, 37 transfers to other funds, and necessary capital outlays. 38 Section 6. That there is hereby appropriated the sum of $ 245,580 to the 39 Community Improvements Special Revenue Fund for the payment of operating 40 expenditures, transfers to other funds, and necessary capital outlays. 41 Section 7. That there is hereby appropriated the sum of $ 1,091,420 to the 42 Public Arts Special Revenue Fund for the payment of operating expenditures, transfers to 43 other funds, and necessary capital outlays. 44 Section 8. That there is hereby appropriated the sum of $ 496,051 to the 45 Recreation Program Special Revenue Fund for the payment of operating expenditures, 46 transfers to other funds, and necessary capital outlays. 47 Section 9. That there is hereby appropriated the sum of $ 10,200,000 to the 48 Public Service Tax Debt Service Fund for the purpose of payment operating expenditures, 49 transfers to other funds, and the principal and interest due on the public service tax bonds 50 of the City not subject to statutory exemptions and for redeeming such bonds as they 51 mature. 52 Section 10. That there is hereby appropriated the sum of $ 1,245,102 to the 53 General Capital Improvement Capital Projects Fund for the payment of transfers to 54 other funds and capital outlays pursuant to the terms of the above budget. 55 Section 11. That there is hereby appropriated the sum of$ 7,060,424 to the 56 Local Government Surtax Capital Projects Fund for the payment of transfers to other 57 funds and capital outlays pursuant to the terms of the above budget. 58 Section 12. That there is hereby appropriated the sum of $ 101,067 to the 59 Parks & Recreation Facilities Trust Fund for the payment of transfers to other funds and 60 capital outlays pursuant to the terms of the above budget. 61 Section 13. That there is hereby appropriated the sum of $ 50,939,770 to the 62 Water and Sewer Utility Enterprise Fund for operating expenditures, debt service, 63 transfers to other funds, and necessary capital outlay. 64 65 2 Page 14 of 1197 66 Section 14. That there is hereby appropriated the sum of$ 26,231,500 to 67 the Water and Sewer Utility Capital Improvement Enterprise Fund for the payment of 68 capital outlays pursuant to the terms of the above budget. 69 Section 15. That there is hereby appropriated the sum of$ 2,199,465 to the Golf 70 Course Enterprise Fund for operating expenditures, transfer to other funds, and necessary 71 capital outlays. 72 Section 16. That there is hereby appropriated the sum of $ 11,389,923 to the 73 Solid Waste Enterprise Fund for the payment of operating expenditures, transfers to other 74 funds and necessary capital outlays. 75 Section 17. That there is hereby appropriated the sum of $ 8,962,586 to the 76 Fleet Maintenance Internal Service Fund for the payment of operating expenditures, 77 transfers to other funds, and necessary capital outlays. 78 Section 18. That there is hereby appropriated the sum of $ 442,049 to the 79 Materials & Distribution Internal Service Fund for the payment of operating 80 expenditures, transfers to other funds, and necessary capital outlays. 81 Section 19. That there is hereby appropriated the sum of $ 6,119,866 to the 82 Self-Insurance Internal Service Fund for the payment of operating expenditures, transfers 83 to other funds, and necessary capital outlays. 84 Section 20. That there is hereby appropriated the sum of $ 277,392 the 85 Cemetery Special Revenue Fund for the payment of operating expenditures, transfers to 86 other funds, and necessary capital outlays. 87 Section 21. A copy of the tentative budget summary shall be published in one 88 issue of a newspaper published in Palm Beach County and at the same time the public will 89 be notified of a public hearing to be held on the 20th day of September, 2018, at 6:30 P.M. 90 for the purpose of hearing suggestions, agreements, objections or criticisms of the final 91 budget and millage. This meeting is for the purpose of setting a final ad valorem tax levy 92 and final budget. 93 Section 22. All delinquent taxes collected during the ensuing fiscal year as 94 proceeds from levies of operation millages of prior years are hereby specifically 95 appropriated for the use of the General Fund. 96 Section 23. If any clause, section or other part of this Resolution shall be held by 3 Page 15 of 1197 97 any court of competent jurisdiction to be unconstitutional or invalid, such unconstitutional 98 or invalid part shall be considered as eliminated and shall in no way affect the validity of 99 the remaining portions of this Resolution. 100 Section 24. All Resolutions or parts of Resolutions in conflict herewith are hereby 101 repealed to the extent of such conflict. 102 Section 25. This Resolution shall become effective immediately upon passage. 103 104 PASSED AND ADOPTED this day of , 2019. 105 106 107 CITY OF BOYNTON BEACH,FLORIDA 108 109 YES NO 110 111 Mayor— Steven B. Grant 112 113 Vice Mayor—Justin Katz 114 115 Commissioner—Mack McCray 116 117 Commissioner—Christina L. Romelus 118 119 Commissioner—Ty Penserga 120 121 122 VOTE 123 124 ATTEST: 125 126 127 128 Crystal Gibson, MMC 129 City Clerk 130 131 132 133 (Corporate Seal) 134 135 4 Page 16 of 1197 3.A. ANNOUNCEMENTS, COMMUNITY AND SPECIAL EVENTS AND PRESENTATIONS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: The Human Resources and Risk Management Department is hosting a "Speed Hiring Event" on September 21, 2019 from 8:00 a.m. to 5:00 p.m. at the Ezell Hester Center located at 1901 N. Seacrest Boulevard, Boynton Beach, FL 33435. EXPLANATION OF REQUEST: The Speed Hiring Event is being held to attract local candidates interested in employment opportunities in the following City departments: Public Works, Utilities, and Recreation and Parks. The event has been designed to support our Building Wealth in the Community strategic priority by offering an expedited hiring process for applicants in our surrounding communities. Anyone who is interested in employment opportunities with the City can always view and apply for our vacant positions by going to the City's website: www.boynton-beach.org and clicking on the "Join Our Team" link. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: Budgeted ALTERNATIVES: 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 Description D Attachment Spped Hiring Event Flyer Page 17 of 1197 �{ 't,�- Sit "� i fikts£S4SATy fy 5�93��s{i{iSyi�s{ � i ! it}t�{391£tfr��I pSq i. !< cIT . BOYNTON t i 3 u ri n k, u g S= _ Saturday, September 21 o 8 am o 5pm Ezell Rester, Jr. community center o Boynton Bea cil f. Wl is z 1 4` S' t•P, �i11 it �i �y � z t>4trfi}"tV 1S)St11" �NI Shape } A r Cao a United States � Census your future �} r4 START HERE > hh X020 f I 3.B. ANNOUNCEMENTS, COMMUNITY AND SPECIAL EVENTS AND PRESENTATIONS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Palm Tran will provide a brief presentation, 5-10 minutes, to the City Commission regarding route updates in the Boynton Beach area. Nikasha Wells, Senior Manager of Governmental Affairs, and Senior Planner Anna Bielawska, will be presenting the information to the Commission. EXPLANATION OF REQUEST: N/A HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: N/A ALTERNATIVES: N/A STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Is this a grant? No Grant Amount: Page 20 of 1197 3.C. ANNOUNCEMENTS, COMMUNITY AND SPECIAL EVENTS AND PRESENTATIONS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Proclaim the month of September as Hunger Action Month. Sari Vatske, Executive Vice President of Feeding South Florida, will accept the Proclamation. EXPLANATION OF REQUEST: As part of a nationwide initiative created by Feeding America®, Hunger Action Month takes place throughout September and is designed to raise awareness about the issue of hunger in America. I n South Florida, 706,430 individuals don't know from where they will get their ne)d meal. More than 236,370 of those individuals are children and over 100,000 are older adults. Feeding America food banks, across the country including Feeding South Florida, will host several events throughout the month of September to bring awareness and attention to encourage involvement in efforts to end hunger in their local community. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This will have no affect on City programs or services. FISCAL IMPACT: N/A ALTERNATIVES: Not proclaim September as Hunger Action Month. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Is this a grant? No Grant Amount: Page 21 of 1197 ATTACHMENTS: Type Description D Proclamation Proclamation Page 22 of 1197 Proclamation WHEREAS,hunger and poverty are critical issues in South Florida,thus it is vital to raise awareness about the need for action to end the cycle of hunger and poverty, by providing the necessary resources and working with the community toward collective solutions;and WHEREAS, the City of Boynton Beach is committed to working with Feeding South Florida, which provides immediate access to nutritious food, leads hunger and poverty advocacy efforts, and transforms lives through innovative programming and education;and WHEREAS, more than 700,000 individuals in South Florida—I in 5 of whom are children-rely on food provided by Feeding South Florida and its network of partner agencies annually;and WHEREAS, feeding America food banks, across the country including Feeding South Florida,will host several events throughout the month of September to bring awareness and attention to encourage involvement in efforts to end hunger in their local community; NOW THEREFORE,I,Steven B. Grant,Mayor of the City of Boynton Beach,Florida,do hereby proclaim the month of September Two Thousand Nineteen as: fIun8�zr -jetion Month 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 5,h day of September Two Thousand Nineteen. Steven B. Grant,Mayor ATTEST: Crystal Gibson,MMC City Clerk 3.D. ANNOUNCEMENTS, COMMUNITY AND SPECIAL EVENTS AND PRESENTATIONS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Proclaim September 17, 2019 as Constitution Day and Citizenship Day. In addition, proclaim the week of September 17-23, 2019 as Constitution Week. EXPLANATION OF REQUEST: In 2026, the United States will be celebrating its 250th Birthday! The U.S. Congress has established a Commission to begin planning for 2026, and the nonprofit organization USA250 has been officially tasked " to organize, advocate, promote and coordinate" celebration planning for the nation's 250th Anniversary. Palm Beach Chapters of The Daughters of the American Revolution, in coordination with the DAR State Organization, are creating a Constitution Week Activities Pathway for students in the Palm Beach School District for September 17-23, 2019. Students currently enrolled in the 5th grade will be the graduating class of 2026, the birthday year! A seven- year commitment has been made to teach students as much as possible about the Constitution and the Declaration of Independence during Constitution Week, beginning with the selected grades of 5th in Elementary Schools, 7th in Middle Schools and 12th in High Schools. The pathway would lead to additional grades being added in future years, with appropriate lesson plans and activities for each. The ambitious goal is to include all students K-12 by 2026- approximately 190,000! Volunteers from the Daughters of the American Revolution as well as The Sons of the American Revolution will play an important part as guests in schools throughout the county. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This will not affect City programs or services. FISCAL IMPACT: N/A ALTERNATIVES: Not to Proclaim September 17, 2019 as Constitution Day and Citizenship Day. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: CLIMATE ACTION DISCUSSION: N/A Is this a grant? Page 24 of 1197 Grant Amount: ATTACHMENTS: Type Description D Proclamation Proclamation Page 25 of 1197 Proclamation WHEREAS, September 17, 2019 marks the Two Hundred Thirty-Second anniversary of the drafting of the Constitution of the United States of America by the Constitutional Convention;and WHEREAS,the President and the Congress of the United States have designated September 17 as Constitution day and Citizenship Day and the week of September 17-23 as Constitution Week;and WHEREAS, it is important that all citizens fully understand the provisions, principles, and meaning of the Constitution so they can support,preserve,and defend it;and WHEREAS,the people of the City of Boynton Beach do enjoy the blessings of liberty,the guarantees of the Bill of Rights,equal protection of the law under the Constitution,and the freedoms derived from it. NOW THEREFORE,I,Steven B. Grant,Mayor of the City of Boynton Beach,Florida,do hereby proclaim the 17th day of September Two Thousand Nineteen as: Con6titiltion Vag and Citiz�zn6hip Vag In addition,the week of September 17-23,2019 as: con6titution W�'�'k In the City of Boynton Beach,and ask our citizens to reaffirm the ideals the Framers of the Constitution had in 1787 by vigilantly protecting the freedoms guaranteed to us through this guardian of our liberties. IN WITNESS WHEREOF,I have hereunto set my hand and caused the Seal of the City of Boynton Beach,Florida, to be affixed at Boynton Beach,Florida,the 5th day of September,Two Thousand and Nineteen. Steven B. Grant,Mayor ATTEST: Crystal Gibson,MMC City Clerk 3.E. ANNOUNCEMENTS, COMMUNITY AND SPECIAL EVENTS AND PRESENTATIONS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Announce the following September 2019 meetings: • Special Commission meeting on Tuesday, September 10, 2019 at 6:00pm at Intracoastal Park Clubhouse to adopt Final Fire Assessment for FY 19/20. This meeting will be held immediately before the CRA meeting. • Regular Commission Meeting on Tuesday, September 17, 2019 at 6:30pm at Intracoastal Park Clubhouse. 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 27 of 1197 5.A. ADMINISTRATIVE 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Appoint eligible members of the community to serve in vacant positions on City advisory boards. EXPLANATION OF REQUEST: 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 Description D Attachment Appointments 9-5-19 D Attachment Calbde-Dieuvil, Francoise D Attachment Duterval, Kevin D Attachment Gadson, Cevette D Attachment Rada, Vinola Page 28 of 1197 APPOINTMENTS AND APPLICANTS FOR SEPTEMBER 5, 2019 Building r of Adjustments and Appeals II McCray Alt 2 yr term to 12/20 (Tabled 3) III Romelus Alt 2 yr term to 12/19 (Tabled 3) IV Penserga Reg 2 yr term to 12/20 Applicants None Education iBoard Mayor Grant STU 2 yr term to 12/19(Tabled 2) 1 Katz STU NV 2 yr term to 12/19(Tabled 2) II McCray Reg 2 yr term to 12/19 III Romeus STU 2 yr term to 12/20 Applicants Chevette Gadson (Eligible for Regular appointment only) Francoise Calixte-Dieuvil (Eligible for Regular appointment only) Vinola Rada (Eligible for Regular appointment only) Kevin Duterval (Eligible for Regular appointment only) Historic rc Preservation r Mayor Grant Alt 2 yr term to 12/20(Tabled 2) Applicants None Library r II McCray Alt 2 yr term to 12/20(Tabled 2) III Romelus Reg 2 yr term to 12/19 Applicants None Senior Advisory Board I McCray Alt 2 yr term to 12/20(Tabled 3) Applicants None Page 29 of 1197 C C 7 Ellis, Shayla From: calixtefrancoise <noreply@123formbuilder.io> Sent: Monday, November 12, 2018 2:22 PM To: City Clerk Subject: Advisory Board Appointment application Attachments: FCD—RESUME_G-(l)-(l).docx Today's date 11/12/2018 Name Francoise Calixte-Dieuvil Gender Female Phone number 786-873-1216 Address 1200 SW 27th Place Boynton Beach Florida 33426 United States Email calixtefrancoise@gmail.com Current occupation or, if retired, prior Counselor occupation Education Master Are you a Yes registered voter? Do you reside within the Boynton Yes Beach City limits? Do you own/manage a No business within City limits? If"yes", name of business: Are you currently serving on a City No w, -V board? Have you served on a City board in the No past? If"yes",which board(s) and when? Have you ever been convicted of a No crime? Page 30 of 1197 if"yes",when and where? Advisory Board Education and Youth Advisory Board Personal Healthcare professional Qualifications Work with youth for the past 20 plus years Master in leadership CPR certification Professional N/A Memberships Feel free to attach/upload an www.123formbuilder.com/upload dld.php?flleid=734a4e3a62c03755ea20713253b89e8I extra sheet or resume. Certification 1, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 50.248.1.241(United States)at 2018-11-12 14:21:41 on Chrome 70.0.3538.77 Entry ID:305 Referrer:www.boynton-beach.org/boards-and-committees Form Host:www.123formbuiIder.com/form-5832.14/`­­­Advisory-Board-Appointment-Application 2 Page 31 of 1197 1200 S 27THPlace, Boynton Beach FL 33426 (786) 873-1216 Email:calixtefrancoise@yahoo.com As a professional i HealthcareManagement,aaement, I'm seeking for a challenging position in your facility, Relevant ills • Good leadership skill • Excellent teamwork skills • Good verbal and written communication skills Education Palm Beach Atlantic University Master in Leadership/counseling 2016-Present Palm Beach State College Bachelor in Management &Supervision 2014-2015 Associated of Art in Health Sciences 2011-2013 Graduated with an honor FLC Healthcare Academy 2006-2007 Certified nursing Assistant— Graduated Works Experience Drug se Foundation Inc. 2016-Present Health Behavior Educator/Counseling HIV certified counselor Ounce certified facilitator F&R Immigration and Notary services 2007-2016 Teaching basics English Counseling and coaching Coordinating schedule for referral Church volunteer 2005-Present Counseling and coaching people with different needs Teaching Sunday school for all age group Planning youth activity Fluent in French-Creole and English. Able to read-write and speak little Spanish. References: Will be provided upon request Page 32 of 1197 1200 SW 27'Place, Boynton Beach FL 33426 (786) 873-1216 References Carlie Joseph, LPN 5756 EY C LAKE WORTH, FL 33463 (561) 541-0159 Lourdie Senecharles, Broker 6080 Moonbeam Dr, Lake Worth, FL 33463 (561) 305-2928 Fedna Orelus, RN 7721 N Military Trl, West Palm Beach, FL 33410 (561) 346- 0708 Page 33 of 1197 NI Ellis, S a la From: kduterval <noreply@123formbuilder.io> Sent: Friday,August 02, 2019 1:28 PIVI To: City Clerk Subject: Advisory Board Appointment application Attachments: ResumeO.docx Today's date 08/02/2019 Name Kevin Duterval Gender Male Phone 561-891-4028 num. er Address 3011 grove rd Boynton beach florida 33435 United States Email kduterval@icloud.com Current occupation or,if retired, student prior occupation Education Pursuing Bachelor of Science in Finance Are you a registered Yes voter? Do you reside within the Boynton Yes Beach City limits? a Do you rri own/manage a business No within City limits? If"yes",name of business: Are you currently No serving on a City board? Page 34 of 1197 Have you served on a No City board in the past? If"yes", is oar (s and when? Haveyou ever been No convicted of a crime? if "yes",when and where? Advisory Education and Youth Advisory Board Board Personal I would like to be a part of the Boynton each Education and You Board because I would like Qualificationsto contribute to the community and help address the unmet educational needs of local students- As a former student of the Palm each School district I saw the direct impact that education can have on the youth. Professional Memberships Feel free to attach/upload hLtps://www.123forinbuilder.egMZupload dld.php?flleid=40cO77028c962ac7O7e5478c56008623 an extra sheet or resume. Certification 1, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 66.176.129.179(United States)at 2019-08-02 12:28:24 on Safari 12.1.1 Entry ID:346 Referrer:https://www.boynton-beach.org/boards-and-committees#collapse-accordion-2972-8 Form Host: https://www.123formbuilder.com/form-583214/­­­`AdvisorV-Board-Appointment-Application 2 Page 35 of 1197 Kevin Duterval kduterval@icloud.com 1 (561)891-4028 EXPERIENCE Burlington, Boynton Beach Customer Service Supervisor September 2018—February 2019 • Took ownership of customer disputes and implemented practical solutions. • Responsible for introducing new cashiers to work station duties and promoting transaction efficiently. • Maintained Adequate cash supply in cash drawers in multiple checkout stations. Sales Associate,June 2017- 4ugust2018 • Greeted and informed customers about current store promotions and opportunities. • Processed payments through the store's POS system and expedited customer checkout. • Maintained the front end of the store and ensured it was clean and organized. • Answered telephone calls and provided information regarding general merchandise and the store. EDUCATION Florida Atlantic University, Boca Raton Bachelor of Science in Accountancy with a secondary concentration in finance. Anticipated graduation: May 2021 Palm Beach State College, Lake Worth August 2017- June 2019 Associates of Arts ACTIVITIES The Investors Association FAU • Conducted equity research on various public companies in the information technology and financial sector including Square(NYSE:SQ), and Shopify Inc(NYSE:SHOP). • Analyzed the fundamentals multiple high capitalized companies in the consumer defenses and consumer discretionary sectors and found that they had strong competitive moats and were undervalued by nearly 10-15% relative to industry peers. • Gained valuable in-depth insight into the company's fundamentals and macroeconomic factors that may influence their business. • Led my group's economic analysis by tracking changes in the macroeconomic environment and macro variables such as consumer confidence,jobless claims and the treasury_yield curve. Accounting Students Association- Boca Raton Virtual Insight Series Participant. • Immersed in professional skill building, division alignment, and Super day preparation through financial professionals Networked with Goldman Sachs' employees to understand the operations and environment of the firm Participated in conference calls and webinar sessions to understand the culture of the firm SKILLS Bloomberg Market Concepts Bloomberg L.P. Issued Aug 2019 Page 36 of 1197 Microsoftfice Suite Word, Excel, PowerPoint, Outlook Page 37 of 1197 Ellis, S a la From: cmgadson4 <noreply@123formbuilder.io> Sent: Tuesday, August 06, 2019 9:11 PM To: City Clerk Subject: Advisory Board Appointment application Attachments: CGadsonResu me-2019.pdf Today's date 08/06/2019 Name Chevette Gadson Gender Female Phone number Address 1480 N.W. 3rd Street Boynton Beach FL 33435 United States Email cmgadson4gaol.com Current occupation or, if retired, Community Education Specialist prior occupation Education Master of Science in Counseling Psychology Are you a registered Yes voter? Do you reside within the Boynton Yes Beach City limits? Do you own/manage a business No within City limits? If"yes",name of business: Are you currently No serving on a City board? Page 38 of 1197 Have you served on a No City board in the past? If"Yes",which board(s) and when? Have you ever been No convicted of a crime? If"yes",when and where? Advisory Education and Youth Advisory Board Board Personal PBCSD - Certified School (formerly known as Guidance) Counselor for 15 years Qualifications PBSC - Adjunct Professor for 7 years Professional Classroom Teachers Association Memberships Palm Beach School Counselors Association Delta Sigma Theta Sorority, Inc. American School Counselor Association Feel free to attach/upload https:/iww«-.123formbuilder.com/u an extra sheet— pload dld.php?fileid=89906aObc"58e790228f431cf2'dea5O or resume. Certification 1, the applicant, hereby certify that the statements and answers provided herein are true and accurate. T understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 104.184.192.218(United States) at 2019-08-06 20:10:32 on Safari 12.1.1 Entry ID:347 Referrer: https://www,boynton-beach.org/boards-and-committees Form Host: https://www.123f o rm bu i Ider.co m!f orm-5 83214/Advisory-Boa rd-Ap poi ntment-Appl i cation 2 Page 39 of 1197 1480 N.W. 3rd Street Boynton Beach,Florida 33435 (561)734-1970 CMGadson4@aol.com CAREER OBJECTIVE: To obtain a Specialist position which will utilize my education,natural ability and ambition.Position should allow for continued professional growth commensurate with achievements. EDUCATION: PALM BEACH ATLANTIC UNIVERSITY West Palm Beach,Florida Master of Science in Counseling Psychology August 2000 UNIVERSITY OF SOUTH FLORIDA Tampa,Florida Bachelor of Arts in Finance August 1990 EXPERIENCE: August 2018— SCHOOL DISTRICT OF PALM BEACH COUNTY Riviera Beach,Florida Present School Counselor—Washington Elementary School ® Serve as School Site Testing Coordinator ■ Serve as a School Based Team Leader ® Serve as a member of School-wide Positive Behavior Support Committee ® Conduct classroom guidance lessons using social and emotional learning curriculum ® Conduct professional development trainings • Facilitate Parent/Teacher conferences • Meet with students,staff and parents to address academic,social emotional and behavioral concerns • Serve as School Advisory Council Chair ■ Serve as member of the Leadership Team August 2006— SCHOOL DISTRICT OF PALM BEACH COUNTY Delray Beach,Florida July 2018 Guidance Coordinator—Carver Middle School ■ Served as Guidance Department Chair ■ Served as School Site Testing Coordinator ® Served as AVID Coordinator • Served as Progress Monitoring Plan Contact • Served as member of the Administrative Team • Served as school Alternative Education Liaison • Served as Mid lie School Course Recovery/Edgenuity Coordinator ■ Served as Summer School Coordinator ■ Served as member of School Advisory Council • Coordinated and facilitated Parent Information Meetings and Workshops ■ Coordinated Choice and Career Fair ® Coordinated and co-facilitated Parent University Workshops with community agencies ■ Responsible for development and implementation of Student Development Plan • Responsible for middle school scheduling,class size reduction and master board • Provided direct support service to individual students, small groups,and classrooms • Completed assessments,referrals,and counseling with students and families • Oversaw implementation of Carver Middle School's comprehensive counseling programs Page 40 of 1197 g Served as a member of School Based Team ® Served as a member of School-wide Positive Behavior Support Committee ® Served as member of Child Study Team ■ Served as member of Professional Development Committee ■ Completed written reports as needed or as requested by Principal ■ Conducted professional development workshops ® Met with students,staff and parents to address academic, social emotional and behavioral concerns February 2006— SCHOOL DISTRICT OF PALM BEACH COUNTY Boynton Beach,Florida August 2006 Guidance Counselor—Survivor Charter School • Met with students,staff and parents to address academic,career,social emotional and behavioral concerns ® Assisted students with post-secondary applications and financial aid ® Assisted with standardized testing of students August 2004— SCHOOL DISTRICT OF PALM BEACH COUNTY Delray Beach,Florida January 2006 Guidance Counselor—Delray Full Service Center • Responsible for middle school scheduling ® Coordinated the delivery of referral services to meet the needs of at risk students and families • Met with students,staff and parents to address academic, social emotional and behavioral concerns ® Served as school Alternative Education Liaison ■ Served as member of School Advisory Council ■ Served on Leadership Team ■ Assisted with master board o Assisted students and parents with Adult Ed and GED applications August 2003 - PALM BEACH COMMUNITY COLLEGE Lake Worth,Florida August 2010 Adjunct Instructor • Taught study,note and test-taking skills through"Strategies for College Success"course ■ Implemented curriculum and lesson plans according to adopted textbook ■ Oriented students to college resources ■ Advised students on being successful in post-secondary education February 2003 - SCHOOL DISTRICT OF PALM BEACH COUNTY West Palm Beach,Florida July 2004 Social Services Facilitator—Safe Schools Department ■ Implemented and facilitated School Based Team meetings at Palm Beach Lakes High School and Gold Coast School • Coordinated the delivery of referral services to meet the needs of at risk students and families • Act as liaison between school and community agencies • Met with students,staff and parents to address academic,social emotional and behavioral concerns ■ Identified community needs and met with agencies to implement programs ■ Provided social services support to familes ■ Served as FACE IT Facilitator May 2001 - PALM BEACH COMMUNITY COLLEGE Lake Worth,Florida February 2003 Student Services Specialist II ® Served as Counselor/Academic Coordinator for TRIO/Upward Bound(grant-funded)program ® Recruited program participants and coordinated after-school tutoring Prepared newsletters for quarterly distribution Supervised Peer Counselors/Resident Assistants CMGadson 2 Page 41 of 1197 ® Planned and implemented cultural/social/educational field trips as well as college tours ® Assisted students and parents with college planning and financial aid applications ® Facilitated financial aid workshops ® Facilitated parent workshops October 1998- PALM BEACH COMMUNITY COLLEGE Lake Worth,Florida May 2001 Financial Aid Counselor Performed verification and determined need/eligibility for all Title IV aid programs Processed,certified and assisted students in completion of various fonns ® Provided financial aid counseling for applications,appeals and professional judgments ® Served as Scholarship Coordinator and Veterans Affairs Certifying Official ® Served on Employment Selection Committees August 1997- SCHOOL DISTRICT OF PALM BEACH COUNTY Boynton Beach,Florida October 1998 Data Processor 11 m Served as System Administrator for school computer system at Hagen Road Elementary Managed all data collection and entry activities Responsible for all student registrations,cumulative records,class rolls/rosters,reports Monitored daily attendance and immunization records February 1997 PALM BEACH COMMUNITY COLLEGE Lake Worth,Florida July 1997 Academic Advisor—Part time ® Counseled students and provided information related to academic issues and concerns ® Assisted students in exploration and development of educational objectives and goals ® Advised students with selecting semester courses to meet prerequisites and educational plans e Conducted new student orientations October 1994- JC PENNEY Atlanta,Georgia January 1997 Merchandise Manager • Completed 12 month Management Training Program • Maintained budget, inventory balance and analyzed merchandise performance • Developed plans to meet sales objectives for dept.with a potential of$3 million+sales earnings ■ Provided personnel leadership through training, evaluation of performance and coaching ® Supervised 5 to 20 personnel ■ Adequately staffed department and handled customer complaints ■ Identified profitable merchandise to make buys,recommended and supervised advertisements October 1990- STATE OF FLORIDA—DEPARTMENT OF H.R.S. Delray Beach,Florida December 1993 Public Assistance Specialist 11 Interviewed individuals for new issue/continuation of Food Stamps and Medicaid programs (Elderly,Nursing Home,Disability,Optional State financial assistance and Home Healthcare) Evaluated and processed applications to determine financial eligibility COMPUTER SKILLS SIS,EDW,Microsoft Word,Outlook,Excel,Publisher and PowerPoint ADDITIONAL EXPERIENCE May 2000- Internship(Mental Health Counseling) Delray Beach,Florida August 2000 MAD DADS/Children's Case Management Organization January 2004- Internship(Guidance/School Counseling) West Palm Beach,Florida April 2004 Palm Beach Lakes Community High School CMGadson 3 Page 42 of 1197 Ellis, S a la From: vinola1210 <no reply@ 1 23form buildedo> Sent: Friday, March 22, 2019 9:35 AM To: City Clerk Subject: Advisory Board Appointment application Today's date 03/22/2019 Name Vinola Rada Gender Female Phone number 561-704-3157 Address 718 SW 3rd Ave Boynton Beach FL 33426 United States Email vinolal2lO@gmail.com C-J Current occupation or,if Adjunct Professor at Palm Beach State College retired, prior occupation Education Doctor in Business Administration Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City its? Do you own/manage a No business within City limits? Ati if yes",name of business: Are you currently serving on a City board? Have you served on a City Yes board in the past? If"yes",which board(s) Boynton Beach Special Event Ad Hoe Committee and Youth Crime Prevention and when? Project, City of Boynton Beach Have you ever been No convicted of a crime? If"yes",when and where? Advisory Board Education and Youth Advisory Board PersonalQualifications I believe that my experience on Palm Beach County School Boundary Advisory Committees serves as a stepping stone to provide guidance on issues that affect our youth, particularly in the area of education. While serving as an advisory committee to the School Board and Superintendent, was to involve parents, partners, teachers, administrators, employees and volunteers to review different issues that impact students' and for the School District's to provide quality for Page 43 of 1197 all students with the skills in education and education is imperative to a productive adult life. My two sons' attended schools in Boynton each and graduated with high honors due to my involvement in their personal growth. Professional Memberships Academy of Management and Association of Florida Colleges Feel free to attach/upload an extra sheet or resume. Certification 1, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 99.105.42.230(United States)at 2019-03-22 08:34:39 on Chrome 72.0.3626.121 Entry ID:325 Referrer:www.boynton-beach.org/boards-and-committees Form Host:www.123formbuilder.com/form-583214/Advisory-Board-Appointment-Application 2 Page 44 of 1197 5.B. ADMINISTRATIVE 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Authorize members of the City Commission to attend PBC Days in Tallahassee, FL from January 14-16, 2020. EXPLANATION OF REQUEST: Each year PBC hosts this event during the opening day of the legislative session. This event provides an opportunity for elected officials and city leaders to meet with lawmakers to discuss local priorities for the upcoming session. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Provides valuable opportunity for the City to discuss legislative priorities with lawmakers prior to the beginning of the legislative session. FISCAL IMPACT: Travel expenditure is approximately $1000 per person to attend. This includes two nights hotel, airline ticket, registration and food. Funds are budgeted in the City Commission's Business Meeting account 001-1110-511-40-12. ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 45 of 1197 6.A. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-089-Approve transmittal of the current City of Boynton Beach State Housing I nitiative Partnership (SHIP) Program Annual Report and corrected FY2015-2016 Annual Report, including authorizing the Mayor to sign the corresponding Local Housing Certifications. EXPLANATION OF REQUEST: Florida Statue 420.9072 regulates State Housing Initiative Partnership (SHIP) Program funds. The City of Boynton Beach receives an allocation of funds "which were created for the purpose of providing funds to counties and eligible municipalities as an incentive for the creation of a local housing assistance plan, to expand the production of and preserve affordable housing, to further the housing element of the local government Comprehensive Plan specific to affordable housing and to increase housing related employment". The Statute requires that each county or eligible municipality submit to the Florida Housing Finance Corporation an annual report of its affordable housing programs and accomplishments utilizing SHIP funds through June 30, the close of the state fiscal year. The report shall be certified as accurate and complete by the local government chief elected official or his/her designee. The Statue also requires that the report be made available for public inspection and comment prior to transmitting it to the Corporation. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Failure to submit the report could affect the City's ability to receive SHIP funds. FISCAL IMPACT: Non-budgeted The continuation of State Housing Initiative Partnership (SHIP) Program funding. ALTERNATIVES: None recommended. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Page 46 of 1197 Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution appro\A ng Annual SHIP Report D Addendum FY2016-2017 Annual Report Closeout D Addendum FY 2016-2017 AR and Local Housing Certification D Addendum FY 2015-2016 Corrected Annual Report D Addendum 2015-2016 Corrected AR and Local Housing Certification Page 47 of 1197 I RESOLUTION R19- 2 3 4 A RESOLUTION OF THE CITY OF BOYNTON 5 BEACH, FLORIDA, APPROVING THE CITY'S STATE 6 HOUSING INITIATIVES PARTNERSHIP (SHIP) 7 ANNUAL REPORT AND CORRECTED FY2015-2016 8 ANNUAL REPORT; AUTHORIZING THE MAYOR TO 9 SIGN THE CERTIFICATION TO ACCOMPANY THE 10 REPORT; PROVIDING AN EFFECTIVE DATE. ii 12 WHEREAS, in accordance with Florida Statutes Chapter 420, dedicated revenues 13 resulting from the William E. Sadowski Affordable Housing Act are distributed to various 14 municipalities that are"entitled" communities to assist with affordable housing efforts; and 15 WHEREAS, the City receives an allocation of funds which, pursuant to F.S. 16 420.9072 were created for the purpose of providing funds to counties and eligible 17 municipalities as an incentive for the creation of local housing partnerships, to expand the 18 production of and preserve affordable housing, to further the housing element of the local 19 government comprehensive plan specific to affordable housing and to increase housing 20 related employment; and 21 WHEREAS, the Statute requires that each county or eligible municipality shall 22 submit to the Florida Housing Finance Corporation each year a report of its affordable 23 housing programs and accomplishments through June 30th of each year; and 24 WHEREAS, the report shall be certified as accurate and complete by the local 25 government's chief elected official or his or her designee; and 26 WHEREAS, upon the recommendation of staff,the City Commission deems it to be 27 in the best interests of the citizens and residents of the City of Boynton Beach to approve the 28 City's State Housing Initiatives Partnership (SHIP) Annual Report, the corrected Annual 29 Report for FY 2015-2016 and authorize the Mayor to execute the Certifications to accompany S:\CA\RESO\SHIP Annual Report(2019)-Reso.docx Page 48 of 1197 30 the report. 31 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 32 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 33 Section 1. The foregoing "Whereas" clauses are true and correct and are hereby 34 ratified and confirmed by the City Commission. 35 Section 2. The City Commission of the City of Boynton Beach, Florida, hereby 36 approves the City's State Housing Initiatives Partnership (SHIP)Annual Report,the correctd 37 Annual Report for FY 2015-2016 and authorizes the Mayor to sign the Certification to 38 accompany the report. 39 Section 3. This Resolution shall become effective immediately upon passage. 40 PASSED AND ADOPTED this day of , 2019. 41 CITY OF BOYNTON BEACH, FLORIDA 42 43 YES NO 44 45 Mayor— Steven B. Grant 46 47 Vice Mayor—Justin Katz 48 49 Commissioner—Mack McCray 50 51 Commissioner—Christina L. Romelus 52 53 Commissioner—Ty Penserga 54 55 VOTE 56 ATTEST: 57 58 59 60 Crystal Gibson, MMC 61 City Clerk 62 63 64 (Corporate Seal) S:\CA\RESO\SHIP Annual Report(2019)-Reso.docx Page 49 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Title: SHIP Annual Report Report Status: Unsubmitted Boynton Beach FY 2016/2017 Closeout Form 1 Page 1 Page 50 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 SHIP Distribution Summary Homeownership llcaen ► e ; Cotle Strategy' rr ount" amount` Urlitts ' Arriount Ur ifs'" 1 Purchase Assistance With $120,000.00 2 Rehabilition 2 Purchase Assistance $90,679.06 2 Without Rehabilition 3 Owner Occupied $208,738.37 6 Rehabilitation Homeownership Totals: $419,417.43 10 Rentals `r i Expended` Encurrbereif{ Unenurrtb�re�i Cotle Strategy' mout" 1lr��t "«` irriort` llrt „` rrior�t` 1lr �ts' Rental Totals: Subtotals: $419,417.43 10 Additional Use of Funds .U�+s i` Expended , Administrative $46,517.00 Homeownership Counseling $.00 Admin From Program Income $40.02 Admin From Disaster Funds $.00 Totl $465,974:45 $:0'0 x:0'0 Total Revenue (Actual and/or Anticipated) for Local SHIP Trust Fund Si�r,rce�f Funds` �rrtod�t' , State Annual Distribution $465,174.00 Program Income (Interest) $800.45 Program Income (Payments) $.00 Recaptured Funds $.00 Disaster Funds Other Funds Carryover funds from previous year $.00 * Carry Forward to Next Year: $.00 Total: $465,974.45 NOTE: This carry forward amount will only be accurate when all revenue amounts and all expended, encumbered and unencumbered amounts have been added to Form 1 Form 2 Page 2 Page 51 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Rental Unit Information Des�rp#ion t '; Efft: t 1 Beti ` ``Bed 3 Bei 14`;Beci ELI 377 404 510 667 824 VLI 630 675 810 935 1,043 LOW 1,006 1,078 1,293 1,495 1,667 MOD 1,512 1,620 1,944 2,244 2,505 Up to 140% 1,764 1,890 2,268 21618 2,922 Recap of Funding Sources for Units Produced ("Leveraging") Source Qf l;u ds,W,9 ced Amount©f Fi nds,Expended tc , tMr�ugh'J, a 30th f©w lJ`hi#s Date "/u'of To#a�1[al'"ue SHIP Funds Expended $419,417.43 42.42% Public Moneys Expended $7,500.00 .76% Private Funds Expended $536,330.00 54.24% Owner Contribution $25,528.99 2.58% Total Value of All Units $988,776.42 100.00% SHIP Program Compliance Summary - Home Ownership/Construction/Rehab r , Compi;ance'Gategc�ry stile��,��� Trusf Fuad"s' "ro�f trust����, Minimum Q%` t Homeownership $419,417.43 $465,174.00 90.16% 65% Construction/ Rehabilitation $361,917.43 $465,174.00 77.80% 75% Program Compliance - Income Set-Asides Jrcorrie'``Cate9�rY , aHl�`F�u�c�s `Tat�tt ,, Exp`ended f A�t�ilaiale FU,41 Extremely Low .00% Very Low $140,403.00 30.13% Low $260,679.06 55.94% Moderate $18,335.37 3.93% Over 120%-140% .00% Totals: $419,417.43 90.01 Project Funding for Expended Funds Only Page 3 Page 52 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 #t1C 17�"ateg ry ``Total Fpunpi 4rtgai es�''r ., Tc ta[F tls 1�1P Total SFI#P #M# j ff� M�,rtgage�y ',L,oans� �J`I'�l�'GI`al�t�$1 lQrallt r"I� 1 i�"utad� sl(, �n�tS t„ "Loans'& DRL's,` DPL°Unit#s; Ut��t�;i Expe'ndecl: Extremely Low 0 0 $.00 0 Very Low $140,403.00 3 0 $140,403.00 3 Low $260,679.06 5 0 $260,679.06 5 Moderate $18,335.37 2 0 $18,335.37 2 Over 120%-140% 0 0 $.00 0 Totals: $419,417.43 10 $.00 0 $419,417.43 10 Form 3 Number of Households/Units Produced t ,L� t Ur►ir��o�`�c�lr�.�e� 't ( i j t, t tate ' Mrl �pal`rtyLI VLI Owner Occupied Boynton Beach 3 1 2 6 Rehabilitation Purchase Assistance Boynton Beach 2 2 With Rehabilition Purchase Assistance Boynton Beach 2 2 Without Rehabilition Totals: 3 5 2 10 Characteristics/Age (Head of Household) qn ari tech Descri'p#�o°n � Mui�lc�pal`ty 0 _ `26` 40; .4'1;-61 6'2+ Total Owner Occupied Boynton Beach 2 4 6 Rehabilitation Purchase Assistance Boynton Beach 2 2 With Rehabilition Purchase Assistance Boynton Beach 1 1 2 Without Rehabilition Totals: 3 3 4 10 Family Size Descri'p#�o°n � Mur�lc�pal`ty Pe""rson Re©pCe , 'S�Reop`Ce . Totai` t'' Owner Occupied Boynton Beach 1 5 6 Rehabilitation Purchase Assistance Boynton Beach 1 1 2 With Rehabilition Purchase Assistance Boynton Beach 2 2 Without Rehabilition Totals: 4 6 10 Race (Head of Household) Page 4 Page 53 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 G s r Descri'p#ion Muiic�pal`ty 111rter, Blick; at�ic Asian, Irciiar� ter Total`' Owner Occupied Boynton Beach 1 4 1 6 Rehabilitation Purchase Assistance Boynton Beach 1 1 2 With Rehabilition Purchase Assistance Boynton Beach 2 2 Without Rehabilition Totals: 1 7 2 10 Demographics (Any Member of Household) > t t S } Descri'p#�o°n '� Mui�lc�palty 1N�'rer `less s�' `Elderly;; •Toter Owner Occupied Boynton Beach 2 2 Rehabilitation Purchase Assistance Boynton Beach 0 With Rehabilition Purchase Assistance Boynton Beach 0 Without Rehabilition Totals: 2 2 Special Target Groups for Funds Expended (i.e. teachers, nurses, law enforcement, fire fighters, etc.) Set Aside Descrrp#io°n Group EaCpe'ndeci Funds 1=xpendetl llrit ' Owner Occupied Government Employee 7,385.37 1 Rehabilitation Owner Occupied Educator/School 10,950.00 1 Rehabilitation Employee Owner Occupied Military Veteran 57,500.00 1 Rehabilitation Owner Occupied Educator/School 60,000.00 1 Rehabilitation Employee Owner Occupied Nurse/Healthcare 33,179.06 1 Rehabilitation Form 4 Status of Incentive Strategies Page 5 Page 54 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Incentive Description (If Other) Category Status Year Adopted (or N/A) Expedited permitting Permits defined in s. Required Adopted 1998 163.3177 (6) (f) (3)for affordable housing projects are expedited to a greater degree than other projects. Via email, our division notifies the Plan Review Division (Building Department)of upcoming affordable housing projects. ' The Plan Review staff makes an effort to process the permits within 3 to 5 days. Ongoing review process The strategy is functioning Required Adopted 1998 as planned. Support Services Support services are available from various sources. Available support services may include but are not limited to Homeownership Counseling (Pre and Post), Credit Counseling, Tenant Counseling, Foreclosure Counseling and Transportation. The City of Boynton collaborated with local non-profits to provide Homeownership and Credit Counseling, local agency that provides transportation vouchers. The City partnered with Legal Aid Society of Palm Beach County to provide Tenant and Foreclosure Counseling. Other Accomplishments NA Availability for Public Inspection and Comments Public input was solicited through face-to-face meetings with housing providers, social service providers and local lenders and neighborhood associations. Public input was solicited through the local newspaper in the advertisement on August 6, 2016 Notice of Funding Availability. Life-to-Date Homeownership Default and Foreclosure Mortgage Foreclosures A. Very low income households in foreclosure: 0 B. Low income households in foreclosure: 1 C. Moderate households in foreclosure: 0 Foreclosed Loans Life-to-date: 1 SHIP Program Foreclosure Percentage Rate Life to Date: 100 Mortgage Defaults A. Very low income households in default: 0 B. Low income households in default: 1 C. Moderate households in default: 0 Defaulted Loans Life-to-date: 1 SHIP Program Default Percentage Rate Life to Date: 100 Page 6 Page 55 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Strategies and Production Costs t�ati�g`y` i.,Average Cast" Owner Occupied Rehabilitation $29,819.77 Purchase Assistance With Rehabilition $60,000.00 Purchase Assistance Without Rehabilition $45,339.53 Expended Funds Total Unit Count: 10 Total Expended Amount: $419,417.00 �trate`gy` pial)Name SAddr�ss' City` Zit EXpelnded 4} FY#f ll;n`�t << 4 Code` Fur►ds already }{' COur�t@d Owner Occupied Jeannette 261 NE 19th Avenue Boynton Beach 33435 $36,000.00 2015-2016 Rehabilitation Watson Owner Occupied Jeannne & 903 NW 6th Avenue Boynton Beach 33426 $7,385.37 Rehabilitation Alvin Sofield Owner Occupied Alice Battla 121 NE 18th Avenue Boynton Beach 33435 $50,000.00 Rehabilitation Purchase Hugh Torres 121 NE 27th Way Boynton Beach 33435 $60,000.00 Assistance With Rehabilition Owner Occupied Maria Lopez 2841 N Seacrest Boynton Beach 33435 $33,955.00 Rehabilitation Blvd Owner Occupied Gloria &JW 1951 NW 1st Street Boynton Beach 33435 $42,448.00 Rehabilitation Perkins Owner Occupied Sonya 410 NE 14th Avenue Boynton Beach 33435 $10,950.00 Rehabilitation McTyere Purchase Robert 1504 Palmland Boynton Beach 33426 $57,500.00 Assistance Without Stephenson Drive, Unit 1E Rehabilition Purchase Amanda 622 Buttonwood Boynton Beach 33436 $60,000.00 Assistance With Bernard Lane Rehabilition Purchase Angelita 3 Via De Sasas Sur, Boynton Beach 33426 $33,179.06 Assistance Without Brown 104 Rehabilition Owner Occupied Angela 170 NE 17th Avenue Boynton Beach 33435 $28,000.00 Rehabilitation Williams Administration by Entity NaiYie" 'Business`Type Stt`a'ti� y G��rer"�ti l�esp'dnsl�il `Arric�°tint City of Boynton Beach Local All Administer $46,557.02 Government Program Program Income Pro�iam 1`n�om""e Fuitl� Page 7 Page 56 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Loan Repayment: Refinance: Foreclosure: Sale of Property: Interest Earned: $800.45 Total: $800.45 Explanation of Recaptured funds Descrp#ion Am`ourt" Total: $.00 Rental Developments Uerlppm'ent ©airier /�dtltes pity �p SHIP AhQ �it sllP ' ©rpliane Name Code lJ%i#s Mbit©led By f Single Family Area Purchase Price The average area purchase price of single family units: 191,975.00 Or Not Applicable Form 5 Page 8 Page 57 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Special Needs Breakdown SHIP Expended and Encumbered for Special Needs Applicants <. pni ElI ! elett Code(sj Stat, ':Amount` Ur its;, Arrtou t Units`« 2 Purchase Assistance Without $57,500.00 1 Rehabilition 3 Owner Occupied Rehabilitation $83,955.00 2 Special Needs Category Breakdown by Strategy '''St�ategye Spe"coal Needs'Category Arriount` Ut��t�,,,r amount �Jt�its'« (3)Owner Occupied Person with Disabling $83,955.00 2 Rehabilitation Condition (not DD) (2) Purchase Assistance Receiving Veterans $57,500.00 1 Without Rehabilition Disability Benefits Provide a description of efforts to reduce homelessness: The City of Boynton Beach continues to collaborate with The Homelessness and Housing Alliance (HHA)of Palm Beach County (formerly the Continuum of Care) in its efforts to deliver comprehensive and coordinated continuum of services to homeless individuals and families in Palm Beach County. Components of HHA include homeless prevention, outreach and assessment, emergency shelter, transitional housing, supportive services, permanent housing and permanent supportive housing. Interim Year Data Page 9 Page 58 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Interim Year Data �ntertlrn'Year 1 State Annual Distribution $313,850.00 Program Funds Expended Program Funds Encumbered Total Administration Funds Expended $0.00 Total Administration Funds Encumbered $313,850.00 Homeownership Counseling $0.00 Disaster Funds 65% Homeownership Requirement 0.00% 75% Homeownership Requirement 0.00% 30% Very& Extremely Low Income Requirement 0.00% 30% Low Income Requirement 0.00% 20% Special Needs Requirement 0.00% Carry Forward to Next Year �ntertlrn'Year�' State Annual Distribution $98,691.00 Program Funds Expended Program Funds Encumbered Page 10 Page 59 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 LG Submitted Comments: Page 11 Page 60 of 1197 State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentives Certification On Behalf of City of Boynton Beach (Local Government), I hereby certify that: 1. The Annual Report information submitted electronically to Florida Housing Finance Corporation is true and accurate for the closeout year 2016-2017 and interim years 2017-2018 2. The local housing incentives or local housing incentive plan have been implemented or are in the process of being implemented. Including, at a minimum: a. Permits as defined in s.163.3164(15) and (16)for affordable housing projects are expedited to a greater degree than other projects; and b.There is an ongoing process for review of local policies, ordinances, regulations, and plan provisions that increase the cost of housing prior to their adoption. 3. The cumulative cost per newly constructed housing per housing unit, from these actions is estimated to be $00 4. The cumulative cost per rehabilitated housing per housing unit, from these actions is estimated to be $00 Staff Member responsible for submitting annual report to FHFC: Octavia Sherrod, Community Improvement Manager Witness Signature Date Chief Elected Official or Designee Signature Date Steven B. Grant, Mayor Witness Printed Name Chief Elected Official or Designee Printed Name Witness Signature Date Witness Printed Name 0 R ATTEST(Seal) Signature Date 420.9075 (10) Each county or eligible municipality shall submit to the corporation by September 15 of each year a report of its affordable housing programs and accomplishments through June 30 immediately preceding submittal of the report.The report shall be certified as accurate and complete by the local government's chief elected official or his or her designee. Transmittal of the annual report by a county's or eligible municipality's chief elected official, or his or her designee, certifies that the local housing incentive strategies, or, if applicable, the local housing incentive plan, have been implemented or are in the process of being implemented pursuant to the adopted schedule for implementation. Page 61 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Title: SHIP Annual Report Report Status: Submitted Boynton Beach FY 2015/2016 Closeout Form 1 Page 1 Page 62 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 SHIP Distribution Summary Homeownership llcaen ► e ; Cotle Strategy' rr ount" amount` Urlitts ' Arriount Ur ifs'" 1 Purchase Assistance With $103,922.50 3 Rehab 2 Purchase Assistance $45,000.00 1 Without Rehab 3 Owner Occupied $180,909.68 6 Rehabilitation Homeownership Totals: $329,832.18 10 Rentals `r i Expended` Encurrbereif{ Unenurrtb�re�i Cotle Strategy' mout" 1lr��t "«` irriort` llrt „` rrior�t` 1lr �ts' Rental Totals: Subtotals: $329,832.18 10 Additional Use of Funds .U�e %` Expended ,j Ericuml�eretl +'I:lr�er�cur`ri>aaered>` Administrative $34,849.50 Homeownership Counseling Admin From Program Income $818.77 Admin From Disaster Funds Total $36550 A� Total Revenue (Actual and/or Anticipated) for Local SHIP Trust Fund Si�r,rce�f Funds` �rrtod�t' , State Annual Distribution $348,495.00 Program Income (Interest) $630.13 Program Income (Payments) $16,375.32 Recaptured Funds $.00 Disaster Funds Other Funds Carryover funds from previous year $.00 * Carry Forward to Next Year: $.00 Total: $365,500.45 NOTE: This carry forward amount will only be accurate when all revenue amounts and all expended, encumbered and unencumbered amounts have been added to Form 1 Form 2 Page 2 Page 63 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Rental Unit Information Des�rp#ion t '; Efft: t 1 Beti ` ``Bed 3 Bei 14`;Beci ELI 353 378 504 659 814 VLI 588 630 756 873 975 LOW 941 1,008 1,210 1,397 1,558 MOD 1,413 1,513 1,815 2,097 2,340 Up to 140% 1,648 1,765 2,117 21446 2,730 V No rental strategies are in use Recap of Funding Sources for Units Produced ("Leveraging") Source Qf lauds<PrPducedAmount©f Finds,Expended tc , tMr�ugli' lune 30th f©w lJ`hi#s Date "/u'of To#a�1[al'"ue SHIP Funds Expended $329,832.18 34.01% Public Moneys Expended .00% Private Funds Expended $638,475.00 65.83% Owner Contribution $1,550.00 .16% Total Value of All Units $969,857.18 100.00% SHIP Program Compliance Summary - Home Ownership/Construction/Rehab r , Compl;ance'Gategc�ry stile��,��� Trusf Fuad"s' "ro�f trust����, Minimum Q%` t Homeownership $329,832.18 $348,495.00 94.64% 65% Construction/ Rehabilitation $329,832.18 $348,495.00 94.64% 75% Program Compliance - Income Set-Asides Jrcorrie'``Cate9�rY , ;�HI�`l=�u�c�s `Tat�tl ,, Exp`ended f A�t�ila�ale Extremely Low .00% Very Low $130,251.00 35.64% Low $90,000.00 24.62% Moderate $109,581.18 29.98% Over 120%-140% .00% Totals: $329,832.18 90.24% Project Funding for Expended Funds Only Page 3 Page 64 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 #t1C 17�"ateg ry ``Total Fpunpi 4rtgai es�''r ., Tc ta[F tls 1�1P Total SFI#P #M# j ff� M�,rtgage�y ',L,oans� �J`I'�l�'GI`al�t�$1 lQrallt r"I� 1 i�"utad� sl(, �n�tS t„ "Loans'& DRL's,` DPL°Unit#s; Ut��t�;i Expe'ndecl: Extremely Low 0 0 $.00 0 Very Low $130,251.00 3 0 $130,251.00 3 Low $90,000.00 2 0 $90,000.00 2 Moderate $109,581.18 5 0 $109,581.18 5 Over 120%-140% 0 0 $.00 0 Totals: $329,832.18 10 $.00 0 $329,832.18 10 Form 3 Number of Households/Units Produced t ,L� t Ur►ir��o�`�c�lr�.�e� 't ( i j t, t tate ' Mrl �pal`rtyLI VLI Purchase Assistance Boynton Beach 1 2 3 With Rehab Owner Occupied Boynton Beach 3 3 6 Rehabilitation Purchase Assistance Boynton Beach 1 1 Without Rehab Totals: 3 2 5 10 Characteristics/Age (Head of Household) qn ari tech Descri'p#�o°n � Mui�lc�pal`ty 0 _ `26` 40; .4'1;-61 6'2+ Total Purchase Assistance Boynton Beach 3 3 With Rehab Owner Occupied Boynton Beach 2 2 2 6 Rehabilitation Purchase Assistance Boynton Beach 1 1 Without Rehab Totals: 5 3 2 10 Family Size Descri'p#�o°n � Mur�lc�pal`ty Pe""rson Re©pCe , 'S�Reop`Ce . Totai` t'' Purchase Assistance Boynton Beach 1 2 3 With Rehab Owner Occupied Boynton Beach 3 2 1 6 Rehabilitation Purchase Assistance Boynton Beach 1 1 Without Rehab Totals: 4 5 1 10 Race (Head of Household) Page 4 Page 65 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 G t r Descri'p#ion Muric�pal`ty 111rter, Blick; ar�ic Asian, Irciiar� ter Total`' Purchase Assistance Boynton Beach 1 2 3 With Rehab Owner Occupied Boynton Beach 2 4 6 Rehabilitation Purchase Assistance Boynton Beach 1 1 Without Rehab Totals: 3 7 10 Demographics (Any Member of Household) Descri'p#ion °� Mur�lc�pal`ty Wi�rker: atiCed, less ,t Elderly; `other`t.` ()tier ' Tota)='; Purchase Assistance Boynton Beach 0 With Rehab Owner Occupied Boynton Beach 2 2 Rehabilitation Purchase Assistance Boynton Beach 0 Without Rehab Totals: 2 2 Special Target Groups for Funds Expended (i.e. teachers, nurses, law enforcement, fire fighters, etc.) Set Aside Descrrp#io°n Gtotrp EaCpe'ndeci Funds Expendetl llrit ' Purchase Assistance With Government Employee 9,614.63 1 Rehab Purchase Assistance With Educator/School 45,000.00 1 Rehab Employee Form 4 Status of Incentive Strategies Incentive Description (If Other) Category Status Year Adopted (or N/A) Expedited permitting Permits defined in Required Adopted 1998 s.163.3177 (6) (f) (3)for affordable housing projects are expedited to a greater degree than other projeccts. Via email, our division notifies the Plan Review Division (Building Department)of upcoming affordable housing projects. The Plan Review staff makes an effort to process the permiits within 3 to 5 days. Page 5 Page 66 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Ongoing review process The strategy is functioning Required Adopted 1998 as planned. Support Services The City collaborated with an local non-profit to provide free Homebuyer's Workshops and the Legal Aid Society of Palm Beach County to provide free legal services. Other Accomplishments NA Availability for Public Inspection and Comments Nor he Annual Report was made available through Public Notice on September 19,2018 on the city's website. requests for information or copies of the report were received prior to submission. Life-to-Date Homeownership Default and Foreclosure Mortgage Foreclosures A. Very low income households in foreclosure: 0 B. Low income households in foreclosure: 1 C. Moderate households in foreclosure: 0 Foreclosed Loans Life-to-date: 1 SHIP Program Foreclosure Percentage Rate Life to Date: 100 Mortgage Defaults A. Very low income households in default: 0 B. Low income households in default: 1 C. Moderate households in default: 0 Defaulted Loans Life-to-date: 1 SHIP Program Default Percentage Rate Life to Date: 100 Strategies and Production Costs t�ateg`y` i.,Average Cast" Owner Occupied Rehabilitation $30,151.61 Purchase Assistance With Rehab $34,640.83 Purchase Assistance Without Rehab $45,000.00 Expended Funds Total Unit Count: 10 Total Expended Amount: $329,832.00 Page 6 Page 67 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 tateg`y' Fri`1°Nam`e "address CrtyExpended s �fln�t Code Fufds Already j` Purchase Nicholas 8 Via De Casas Sur Boynton Beach 33426 $16,282.50 Assistance With Barnes #102 Rehab Owner Occupied Delores Edna 1528 NE 2nd Ct Boynton Beach 33435 $45,750.00 Rehabilitation Lee Owner Occupied Regina White 116 NE 13th Avenue Boynton Beach 33435 $22,974.05 Rehabilitation Purchase Pamelina 220 SW 3rd Street Boynton Beach 33435 $42,640.00 Assistance With Baglio Rehab Purchase Gladys and 215 W MLK, Jr. Blvd Boynton Beach 33435 $45,000.00 Assistance Without Thomas Rehab Riddick& Smaw Owner Occupied Lizzie Hood 2751 NW 2nd Street Boynton Beach 33435 $50,000.00 Rehabilitation Owner Occupied Katrina 159 SW 31st Street Boynton Beach 33435 $18,070.00 Rehabilitation Eloghary Owner Occupied Marie Ylceus 400 NE 15th Court Boynton Beach 33435 $34,501.00 Rehabilitation Owner Occupied Jeanne and 903 NW 6th Avenue Boynton Beach 33426 $9,614.63 Rehabilitation Alvin Sofield Purchase Tranette 1100 NW 1st Street Boynton Beach 33435 $45,000.00 Assistance With Rutherford Rehab Administration by Entity Narrte Busiriess'Type `�t�ategy covered Respi�nsrt�il`ty `�Am`ount" City of Boynton Beach Local ALL Adminster $35,668.27 Government I Program Program Income Program 1`n�om""e'F[ir#ls Loan Repayment: Refinance: Foreclosure: Sale of Property: $16,375.32 Interest Earned: $630.13 Other (): Total: $17,005.45 Explanation of Recaptured funds Descrp#ion Am`our�t" Page 7 Page 68 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 Total: $.00 Rental Developments De`V��©pmer�t ©airier bdtlress Citi dips rIP Amtiu�t SHIP `{ prpltance Addifi©nab f Single Family Area Purchase Price The average area purchase price of single family units: 178,000.00 Or Not Applicable Form 5 Special Needs Breakdown SHIP Expended and Encumbered for Special Needs Applicants Cde(s) trat'e`g'res ,; amount Units amount Units 2 Purchase Assistance Without Rehab $45,000.00 1 3 Owner Occupied Rehabilitation $95,750.00 2 Special Needs Category Breakdown by Strategy t„ ( 1: t 1 i �Expenc�ed ,.tt} �:ncur�i�ered 4 5trate`g'respec�al'Needs Category {, amount Units _ Amount °; Un'its (3)Owner Occupied Receiving Supplemental $45,750.00 1 Rehabilitation Security Income (2) Purchase Assistance Person with Disabling $45,000.00 1 Without Rehab Condition (not DD) (3)Owner Occupied [Disability ceiving Social Security $50,000.00 1 11 Rehabilitation Insurance Provide a description of efforts to reduce homelessness: The City of Boynton Beach continues to collaborate with The Homelessness and Housing Alliance (HHA)of Palm Beach County (formerly the Continuum of Care)in its efforts to deliver comprehensive and coordinated continuum of services to homeless individual and families in Palm Beach County. Components of HHA include homeless prevention, outreach and assessment, emergency shelter, transitional housing, supportive services, permanent supportive housing. Interim Year Data Page 8 Page 69 of 1197 Form SHIP AR/2009 67-37.008(3)0, F.A.C. Effective Date: 11/2009 LG Submitted Comments: Edits made to the report by the LG resulted in report status being changed back to "Unsubmitted" Page 9 Page 70 of 1197 State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentives Certification On Behalf of City of Boynton Beach (Local Government), I hereby certify that: 1. The Annual Report information submitted electronically to Florida Housing Finance Corporation is true and accurate for the closeout year 2015-2016 and interim years 2016-2017 2. The local housing incentives or local housing incentive plan have been implemented or are in the process of being implemented. Including, at a minimum: a. Permits as defined in s.163.3164(15) and (16)for affordable housing projects are expedited to a greater degree than other projects; and b.There is an ongoing process for review of local policies, ordinances, regulations, and plan provisions that increase the cost of housing prior to their adoption. 3. The cumulative cost per newly constructed housing per housing unit, from these actions is estimated to be $00 4. The cumulative cost per rehabilitated housing per housing unit, from these actions is estimated to be $00 Staff Member responsible for submitting annual report to FHFC: Octavia Sherrod, Community Improvement Manager Witness Signature Date Chief Elected Official or Designee Signature Date Steven B. Grant, Mayor Witness Printed Name Chief Elected Official or Designee Printed Name Witness Signature Date Witness Printed Name 0 R ATTEST(Seal) Signature Date 420.9075 (10) Each county or eligible municipality shall submit to the corporation by September 15 of each year a report of its affordable housing programs and accomplishments through June 30 immediately preceding submittal of the report.The report shall be certified as accurate and complete by the local government's chief elected official or his or her designee. Transmittal of the annual report by a county's or eligible municipality's chief elected official, or his or her designee, certifies that the local housing incentive strategies, or, if applicable, the local housing incentive plan, have been implemented or are in the process of being implemented pursuant to the adopted schedule for implementation. Page 71 of 1197 6.B. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Accept the written report to the Commission for purchases over$10,000 for the month of July 2019. EXPLANATION OF REQUEST: Per Ordinance No.01-66, Chapter 2, Section 2-56.1 Exceptions to competitive bidding, Paragraph b, which states: "Further, the City Manager, or in the City Manager's absence, the Acting City Manager is authorized to execute a purchase order on behalf of the City for such purchases under the $25,000 bid threshold for personal property, commodities, and services, or$75,000 for construction. The City Manager shall file a written report with the City Commission at the second Commission meeting of each month listing the purchase orders approved by the City Manager, or Acting City Manager. Below is a list of the purchases for July 2019: Purchase Order Vendor Amount 191210 A-1 Air Solutions $18,500.00 191211 & 191235 GT Distributors, Inc. $10,560.00 191226 Step CG, LLC $10,828.26 CO to PO 190829 Atlantic Southern Paving & Sealcoating $19,314.50 191254 Atlantic Southern Paving & Sealcoating $34,175.80 191255 S H I $22,204.56 191256 C & N Environmental Consultants $11,990.00 191263 Coral Springs Regional Institute $20,476.00 191268 West Architecture + Design LLC $18,820.00 191269 Wantman Group Inc. $24,953.00 191277 Alexis Knight Architect, Inc. $22,967.00 191283 US Public Safety Group, Inc. $10,500.00 191284 General Plumbing &Air Conditioning $12,150.00 191291 Precision Air Systems, Inc. $13,100.00 191292 JC Mechanical of Florida, LLC $14,580.00 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Ordinance No.01-66, Chapter 2, Section 2-56.1 assists departments in timely procurement of commodities, services, and personal property. Administrative controls are in place with the development of a special processing form titled "Request for Purchases over $10,000" and each purchase request is reviewed and approved by the Department Director, Finance Department, and City Manager. FISCAL IMPACT: This Ordinance provides the impact of reducing paperwork by streamlining processes Page 72 of 1197 within the organization. This allows administration to maintain internal controls for these purchases, reduce the administrative overhead of processing for approval, and allow for making more timely purchases. ALTERNATIVES: None STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Attachment Attachment D Attachment Attachment Page 73 of 1197 CITY OF BOYNTON BEACH APPROVED REQUESTS FOR PURCHASES OVER $10,000 FOR JULY 2019 1. Vendor: A-1 Air Solutions, LLC Purchase Amount: $18,500-00 Requesting Department: Public Works Contact Person: Gail Mootz Date: 7/3/19 Brief Description of Purchase: Replace exisiting RTU-5A at the Hester Center. Source for Purchase: Three Written Quotes Fund Source: 303-4209-572-64-18 GG1849 2. Vendor: GT Distributors, Inc. Purchase Am-ount: $10,560.00 Requesting Department: Police Contact Person, Captain Zeller Date: 713/19 Brief Description of Purchase. PO#191211 -$6,020-Gun trade far 35 New Glock 19 Guns. Trading 35 used lock 40 Cal for 35 new Glock 19 for Detectives. PO#191235-$4,540-10 Replacement Simmunition Guns for training. Replacing old, not working,SIMS guns to be used for training. Source for Purchase: Three Written Quotes Fund Source: 001-2111-521-52-50-$6,020 001-2111-521-52-51 -$4,540 3. Vendor: Step CG, LLC Purchase Amount: $10,828.26 Requesting Department: Police Contact Person: Captain Zeller Date: 7/12/19 Brief Description of Purchase: This is for the purchase of a network switch. This switch has 10 G13 ports which are required to connect servers to storage in the new Police building. Source for Purchase; Piggyback State Contract Fund Source: 001-2112-521-64-15 43220000- SCA-1 -ACS 4. Vendor: Atlantic Southern Paving&Sealcoating Purchase Amount: $19,314.50 Requesting Department: Public Works Contact Person: Gary Dunmyer Date: 7/18/19 Brief Description of Purchase: Change order No. 1 to PO#190829: Install a concrete pad under the new amphitheater. The amphitheater was just installed and needs a platform for speakers and entertainers. Otherwise the grass would be installed beneath the structure. To provide pads for the existing bleachers, next to the basketball courts. The exisitng pads were not planned to be replaced, however during demolition,they were removed due to them being damaged and unstable. To pay for the density testing required for the installation of the asphalt pathways. Densities were needed to ensure the pathway was properly installed. Task Order ASPS-12-021519. Source for Purchase: Bid#010-2512-18/IT Fund Source: 303-4218-572-63-05 RP1820 Page 1 Page 74 of 1197 S. Vendor: Atlantic Southern Paving&Sealcoating Purchase Amount: $34,175.80 Requesting Department- Public Works Contact Person: Gary Dunmyer Brief Description of Purchase: Date: 7/18/19 Road repairs that need to be completed on SW 22nd Street for rehabilitation that include paving and concrete. Task Order ASPS-1 9-062119 Source for Purchase: Bid#010-2512-18/IT Fund Source: 303-4905-580-63-08-$31,475.80 CP0266 303-4904-541-63-24-$2,700.00 CP0263 6. or: SHI Purchase Amount: $22,204.56 Requesting Department., ITS Contact Person: Charles Stevens Brief Description of Purchase: Date: 7/18/19 The ITS Department Is replacing the City's anti-virus with Carbon Black(CB)Defense,a next-generation antivirus& endpoint detection &response to stop mal are&non-malware attacks. CB Defense uses advanced predictive models to analyze complete endpoint data&uncover malicious behavior to stop all types of attacks before a system is compromised. Stops malware, ransomeware,and non-malware attacks. Prevents attacks automatically,online and offline. Blocks emerging, never-before-seen attacks that other solutions may miss. Source for Purchase: State Contract Fund Source: 303-4101-580-64-14 - 3230000- SPO-I6-ACS IT1810 7. Vendor: C&N Environmental Consultants Purchase Am-ount: $11,990.00 Requesting Department: Recreation Contact Person. Wally Majors Brief Description of Purchase: Date, 7/18/19 Exotic vegetation eradication including cut/herbicide treatment& removal of biomass. All exotic plant species listed by the Florida Exotic Plant Council Category I&II addressed in the Galaxy Scrub Preserve&Buffer per the June 20,2019 revised City of Boynton Beach scope of work(SOW)with specifications attached.Appropriate manual&herbicide treatment will be applied to all exotic&native nuisance vegetation within the understory. Work will be directed by a state licensed Natural Areas Herbicide Applicator. Biomass/cut debris will be taken to the swale on NW 8th Ave. Source for Purchase: Three Written Quotes Fund Source. 141-2730-572-63-12 8. Vendor: Coral Springs Regional Institute Purchase Amount: $20,476.00 Requesting Department: Fire Contact Person: Deputy Chief Clemons Brief Description of Purchase: Date. 7122/19 Promotional Captains Testing. Source for Purchase: Three Written Quotes Fund Source: 001-2210-522-49-17 Page 2 Page 75 of 1197 9. Vendor: West Architecture+Design, LLC Purchase Amount: $18,820.00 Requesting Department: Public Works Contact Person. Andrew Mack Date: 7/24/19 Brief Description of Purchase: Conceptual site plan layout for a Public Works Admin building, Sanitation staff building, Fleet Maintenance building, Parks Maintenance building,Car Wash, Fueling station&parking. Task Order UT-3E-02 Source for Purchase: RFQ 046-2821-17[TP Fund Source: 303-4116-580-49-17 GG1842 10.Vendor: Wantman Group Inc Purchase Amount: $24,953.00 Requesting Department: Public Works Contact Person: Andrew Mack Date: 7/24/19 Brief Description of Purchase: Topographic survey of SFWMD canal access road, boundary&topographic survey of Public Works facility at Rolling Green. The survey is for planning&design purposes of the S canal&church property lying north of the edge of water&lying west of N Seacrest Blvd. Task Order U-A-03. Source for Purchase: RFQ 067-2821-16fTP Fund Source: 303-4116-580-49-17 GG 1842 11,Vendor: Alexis Knight Architect, Inc. Purchase Amount: $22,967.00 Requesting Department. Public Works Contact Person: Kevin Ramsey Date: 7/25/19 Brief Description of Purchase: Services for the preparation of the construction documents for the additions&alterations to the existing marina facilties located at Oyer Boat Club Park. They will rework the existing four boat ramps as required to improve their functionality from the standpoint of surface material&possible ramp slope. Replace existing five floating docks located in the marina area. Rework&repair the driveway surfaces in the immediate areas located at the turn-around&the paved areas directly adjacent to the boat ramps. This will include replacement of curbing&walkway that may be damaged during the modification. Task Order UT-212-02. Source for Purchase: Bid#046-2821-17/TP Fund Source: 303-4211-572-62-01 RP1 862 12.Vendor: US Public Safety Group, Inc. Purchase Amount: $10,500.00 Requesting Department: Police Contact Person: Captain Zeller Date: 7/30/19 Brief Description of Purchase: The Boynton Beach Police Department is planning a number of activities in celebration of the City's 100th Anniversary. One of the ways we are honoring the City's Centennial is by having sworn officers wear an anniversary badge on their uniforms. This badge will spark conversations with the community about our City's history&this momentous celebration. Source for Purchase: Three Written Quotes Fund Source: 691-5000-590-04-22 Page 3 Page 76 of 1197 1 Vendor: General Plumbing &Air Conditioning Purchase Amount: $12,150.00 Requesting Department: Public Works Contact Person: Gall Mootz Date: 7/30/19 Brief Description of Purchase: Replace 6 ton RTU unit 6 at Hester Center with new model 50HJ007. Source for Purchase: Three Wriften Quotes Fund Source: 303-4209-572-64-18 GG1845 14.Vendor: Precision it Systems, Inc. Purchase Amount: $13,100.00 Requesting Department: Public Works Contact Person: Gail Mootz Date: 7/31/19 Brief Description of Purchase- Replace package unit RTU 3 at Hester Center. Source for Purchase: Three Written Quotes Fund Source: 303-4209-572-64-18 GG1848 I S.Vendor: JC Mechanical of Florida LLC. Purchase Amount: $14,580.00 Requesting Department: Public Works Contact Person: Gall Mootz Date: 7/31/19 Brief Description of Purchase: Replace the EOC IT room fan/coil unit at Fire Station#5. Source for Purchase: Three Written Quotes Fund Source- 303-4101-580-64-18 GGIO04 Page 4 Page 77 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENTSE VI ARTMENT 3301 Quantum Blvd, Suite 101 P.O. BOX 310 P.O. #: 191210 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/03/19 VENDOR 16960 SHIP TO: TO: A-1 AIR SOLUTIONS, LLC City of Boynton Beach 849 SW 20TH AVENUE PUBLIC WORKS DEPARTMENT OKEECHOBEE, FL 34974 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO. 74120 ORDEIRIIII40 DEPARTMENT: FAC/CM/3`L DATE NEEDED: MNO. NO. COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 18500.00 DL RTU 5A AT HESTER BUILDING 1.0000 18500. 00 Removal and disposal of old RTU 5A in heater building. lail' m ., ." — -Of-neW.. :W..' 1* : b an ICP- Ai"r A e.W CUT V...e 'b erg. e.............. --rWo, e IL n .PXAOO: zxa bn: bf new: TGB :Marlex ..........ap. .. ne ."s t";-include.'.,smoke ditgtitors. . . ... .. . . . . . SHPLA-C2: EX---j.STIJqG RTU-5A AT THE-RESTER:;-`1-MLN-LT9-R- ::.:.:ESTIMATE TGP92:'1'--' rd. -XX: PROCUREMENT SER ell P.O,TOTALa 18500.00 ACCOUNT NO. PROJECT 303-4209-572.64-18 GG1849 PURCHASING Page 78 of 1197 � t , CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $jo,000 r, Requesting . t` -OPw ContactPerson: M-44-1-L- t— Explanation . fR—L-commended Vendor -d AoL lqhaiv.5 Dollar Amount of Purchase J (l Source r : Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy-Back Sole Source Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 40 ��,o 3�, 420 77-- /,9 Approvals-, Z7F Department Head t • Pu rc sin n f Ch Asst City Manager Date City r Date Form Revised 02/01/02 Page 79 of 1197 67 6r I I H r'1 H I 1 Q 1 IF in WI 1 0 N N f u 1 \ \ I W 137 f 1 Z P4 + PC) O 6 O CD ODO I C0 M I 1 Fa�c I O I4 1 H I 1 U9p! I f O W I 1 (moi H 1 p I 1 H.wr CP9 I ..y H 1 W UW ! I I �wr r�vv IN W Z I wyNO I I 1 I gx O w i 1 Okom ! I Mmko w m I r-0 r-1 I C) ° d� a W® I f3. F4 EU 1 O O I 9 O W I O Irl I I ri W I co 931 1 1 �y O9I ® O 1 ® -i H w I U pa H I ! 1 ® �WI °B H O FV] 0 ,�.•]I O O000 M C30, N W U! 7-aI o �.q H O000 OO ! O r1 W O I O U 1 r- ® E c3 Ln cD I H oNdl I E O E r-1 I H mom O H C71M 14 [dJ O M I I H 9 H H N I �4 ® x a' P H U H O a AC o 0 i a q 1 0 CE9ry E O > I w'st I O ' W I 0`1 d7 N H C4 fYe E I b I 1 a0x E P4 E -• H I 1 p I HH P4 U W O i e0 0x7 W U 1 ifY I ri ! W AW > W z ! 019 I H M a W i 1 U9 , Wi I O H 0 CW7 I I U �1 H C7 ke x i U E HO a M r4 m i y M 54 O) e W H O7 b i W MH 1 G H W Wm W 1 U w I ri pa W 1 fa ! It3 AQ l 10-7 v ,w 0) i O t++ �� �0r� W0 fd a) rdLOsU 1 '� •rl Cl b S 00 009 1� HU 07 0 3 x 0 X v W r .14 a i z o y-n rornZ Urx a O I 1'144 -14 W 0 E U i Hr1 ."HUS hH.WzOE-+ (aI 0(d 3 33 3EE�E i Tse N i W mo 4aQwwO"rom CO z,7 I E-H 00 0 00 O:s00 p 1 rd 7-I I W r..-DU O Gr-10 OI O I x O 0Ocn0G •••• In H O I a -4 -rl-rl N-ri-+i•S+Q I E i E Id •ss>uso�u FO 1 Eo d1 Id(d W 0 1J H I N H U M I r-1 q r-1.-"E!-i On Id-rlriMr-1r-f r-iCOO 1 UM H � Ra' wNrdNO b fd cXU 1 UNo H O CP9 1 O r-i 17°`®.19 v.m 1149:a Al I ^Y M "til E Lal I E9 W-0 Oo 0OU 9Oua7 1 W Q aaAHeVHH—HQ x Z a I r'a I W CPS H H H I Page 80 of 1197 REQUEST FOR OFFICE ASSISTANCE FROM: Date. LL�2-4 — PRIORITY I DATE NEEDED BY: Ej Request for 121/Direct Pay Req.for the attached -Vendor or Person to be reimbursed: Account Number: Project No.: Request for Requisition -Vendor. �OQAJIA� Account Number: Project No.- 6 6 18 List Items wiQuantitles &Unit Costs on the back of this request. El Verbal Quotes($500 to$1,999): Vendor: Cost: Date: Person Spoke With: Phone Number: Vendor: Cost: Date: Person Spoke With: Phone Number: Vendor: Cost: Date: Person Spoke With: Phone Number: El Written Quotes($2,000 to$9,999.99)–Attached. El Written Quotes($10,000 to$24,999)w/Purchases over$10,000 Form–Attached. El Bid/City(Over$25,000): Bid# El Bid/Other Entity(Over$25,000): Bid#, Bid Eff. Dates, &Bid Quotes–Attached' El File As: El OTHER: Special Instructions: Akqalk a 07-a Request completed by: Date completed: P fo lease sign and retZ� 0erc to theOfffifice StafFs Inbox; feel free to make any comments below. Page 81 of 1197 A-1 Air Solutions, I Business Number:CC11092 849sw 20th av Okeechobee,FL,34974 AlAwsaffrighs M: 8636236203 al airsolutionsokee@gmail.com www.al airsolutionsfl.com Bill TO Estimate EST0092 City Of Boyton Beach Date 06/12/2019 Procurement Service Department 100 East Boyton Beach Boulevard, P.O. Box 310,Boyton Beach,Florida, 33425 RTU 5A at Hester building. $18,500.00 $18,500.00 Scope of work: Removal and disposal of old RTU 5A in Hester building. Installation of a new RTU,will be an ICP,3 PH, 208/230 V. (Model RAS180HOCAOAAT) Installation of new curve adapter. Installation of new 16.5 KW electric heater (CRHEATER291 A00). Installation of new ICP Manual Dampers. This estimate doesn't include smoke detectors. Total $18,500.00 Page 82 of 1197 PRECISION.Air 4sterns,Inc. 11101 South Crown Way•Suite 2sWellington,FL 33414 Phone (561)791-3980•Fax(561)795-1693 May 22,2019 City of Boynton Beach 100E Boynton Beach Blvd Boynton Beach,FL 33435 ®Rgglace PaLkageIt #3806U23880 oa °om Ezell Hester Center Per your request,Precision Air Systems, Inc.is pleased to submit the proposal below for your consideration. PROPOSAL Precision Air Systems, Inc.will furnish all labor and materials to perform the following service: • Disconnect existing package unit • Set up crane • Remove and dispose of existing t per EPA guideline • Supply and install new package unit • Make all necessary connections • Tie down unit • Start unit and check operation • Clean work area Total 'c : $19,125.00 This proposal is based on all work being performed during the normal working hours of Monday through Friday from 8:00 AM—4:30 P .This quote is valid for thirty days. Sincerely, Approved : Joe Brown Service Manager Date: P , Page 83 of 1197 tate Luca No. PROPOSAL14251 CMC1260275 2001 Seventh Avenue North, Lake Worth, FL 33461 ( 61)585-2691 TF 5/23/201 UBMrrTED TO JEIE DESCM ON City of Boynton Beachl 15 Ton RTU DDRESS JOB LOCATION 1901 N Seacrest BW Ezell Hester RTU TM WONE EMAIL Gall Mootz 561-742-6223oo -fl. hereby submit We proposal to perform the following work as outlined below: Remove and properly dispose of 1 y Carrier RTU - 1 1YA Provide install (1) new CaCarrier RTU M-50TM-016 - Disconnect and reconnect ti tirl ductwork nd electrical Provide new drain and roof supports Provide or rye to install RTU ande curb adapter Properly po or adapter curb to existing curb and anchor unlit to curb adapter per englneering - Perform start up Confirm proper operation and return to service Permit and inspection included r rro oLtdlo :woLk beyond above stated s tectros lif oaf t of any kind, fightni[Ig protection, roofi 11 paintln or iriatchinqcontrols, wiring, t r t oto tiengineer r i a We herb propose to furnish teal rt labor in complete accordance IFI above de tort fir rl the ef. Twentv Three Thousand inl Hundred l_ t and xx11 00................ Dolla. Payment to be made as follows: 100% due Il completion All material is guaranteed to be as specIlled. All work to be completed In a wodunanlike manner according to standard practices.Any akeraflon or deviation from the above description Involving extra cants will be executed only upon written orders,and will become an extra charge over and above the esurnale.All agreements contingent upon strikes,accidents or delays beyond our control. Owner tea carryfire,hurricane and other necessary Insurance.Our workers are covered by Workman's Compensation Insurance. Otho e:Slgn Signature: � :This proposal be withdrawnff nota tad within a Acceptanceof Proposal-The above prices,description and conditions are satisfactory ioh milli - Service Manager and are hereby accepted.You are authorizedto do the work as specified Payment vdlll be evade as outlined above. Signature: Print ldarn Itle: Date ofAcooptance- FOR OfFISE JjSE PNLY PEN SIGNED DRIED Page 84 of 1197 PURCHASE ORDER CITY OF BOYNTON FLORIDA BEACH, PROCUREMENT VIC EAT E T 3301 Ouantum Blvd, Suite 101 P.O. 191211 BOYNTON BEACH, F I A 33425-0310 DATE: 07/03/19 VENDOR ° 16769 SHIP O: TO: GT DISTRIBUTORS, INC. - AUSTIN City of Boynton Beach 2545 BROCKTON D , STE 100 WAREHOUSE AUSTIN, TX 78758 222 NE 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO. 74176 ORDERING DEPARTMENT: POLICE � aF� DATE NEEDED: BID NO: COMMISSION APPROVED: EXTENDED LINE# QUANTI'T'Y UOM ITEM NO. AND DESCRIPTION UNIT COST COST 35.00 EA GLOCK 19 GEN 5 SIMM AMGLO BOLD 428.5000 14997.50 5.5LB VENDOR ITEM NO.- GLOCK-PA1950302AB 2 35.00-EA GLOCK GEN4 G22 W/ 6NS, $OX, .?NE.3 256.5000 8977.50- MAGS *FREE SI :PPI1J OF EW7S TO' TfiE AGENQ AGE''U' ;RESPON81BT ;:.F0R SHIPA9 NT flF T-p-Am GTST INC FIENT O IT.W NO GUS ''RADE I Tk',�baARKS - GUN :TRADE FOP EW ZliNS: Q[]OTE '#Q I`E 6161",. 81 IIIA':NOT MARL P.O -P.;D WELL -SEND. TO VENIO *CHIS PO RkPLAGES :PO. #19n86.8:* ** ***PLEASE NOTE :THAT. THE'SHIP: 'TO ADIBR.EH,q ,..TQ THE CI'T'Y'S.WAREHOUSE CLOSES, AT. .3-:'-60PM. EVEi� I3AY* w w w w w PROCUREMENT ShR�IOES: P.O.107AI: 6020.00 ACCOUNT NO. PROJECT 001-2111-521.52-50 PURCHASING Page 85 of 1197 Al CITY OF BOYNTON BEACH tREQUEST FOR PURCHASE OVER $109000 7/8/2019 Requesting Department: Police Contact Person'. i r Rao#74176- trade for 35 New ! k 19 Guns. Trading used look 40 Cal for 35 new fog 19 for Detectives Req #74198-$4,540- 10 Replacement Simmunition Gunsr training. Replacing old, riot working, SIMSns to be used for training. mended Vendor GT Distributors INA-lar Amount of Purchase $10,560.00 r. materials); Three Written Quotations =X GSA State Contra PRIDE/RESPECT SNAPS Sole Source Piggy-Back Budgeted!tern Emergency urch r Contract r» NOTE: pri pro e!far purchaae must be prawnled In the same datell contmined wINn the con d. r Purchase: 001-2111-521-62-60-$6,020. 00 1-2111-521-52-51 -$4,540. rpt ® - Dep a e t ¢ t Purchasing est VZ- t Asst City n r ®� - at City na r Date Pewifted 02101/02 Page 86 of 1197 m m : z H W W I H I UHH0 0 0 I Ln 0 W r, N 04 H.1 Cal I LA (A O P4 W, P4 co 0 M 0 0 M- W �4 Duu IN, HH H H M;7.1 I P�A r4 0 0 I E4 M P4 I ril I Hx cfl � 0 z H E, mI r0 LD W'If M t-r,fn I Z kv Ln 0 n E-4 1 a 0 C) C)to L� Ln 0 d® C� U H u I z x 61 n C13 Cy% 0 0 B00c) Ig. to m HW 0 C) 000 rl H 01 U ,60 a Q 000 0 Ln Ln 0 Ln 0 H p w 1p 0 0 H I clq Ln H NJam I B N ONM I 0 www 14 H 0 EA Ot ril M I H Ei 0 riE-4 W z z 0 N in W 911, 99 0 Ix 0 N 2 C� f4 0 (n H Ot m H z �j E, cl, 14 M Z M 0 0 ril F-I El RU o W I ri p 0 z 0 H E-4 H U) r3l m H CY > W H H W g 4 11 104 mmm 124 M m C4 134 N ta W P4 rxl a,W H H'I) ")H E-4 E 4 H N ZM P44 En 004 6.0 0 M g ;D I Z:DzrD omm P x w ul b 01% 104 rx w w h 0 0 m W P,�WZ Iz,:H� .004 0 0 H 0! m2co W z w Du F1 01 lw u cz H 0 zmu 1:4 u 0 MHH H Ln In D4 CN N Lnso0 cxcp N CD M Ln Ln �4mm N�IzrjwN r-I H >4 z z U Peal rq m 0 N P4P4Z Fq Ln Ln 0 0�4m "P40E-1>4n 1-1 H H I opo ZHW PO - -1 O M U) B Irl, 1. E-4 0 PE�OH 0 ol C,4 H 912-4 Lei 0 0 H H (01 w W luq H z u 0 0 14 U � UH UNZOER C3 0 H 0 w ! 00 Of4w 0 HUM 0 E, oum N�0 Of 0 1 pq C4 P4 H m W w to AZ Page 87 of 1197 CA a% P4 CIQ alCh C3 V OD LD 0 0 V4 W C3 0 1 M E- I (D 0 W Ln M C) I a16 NOC) Ori E�u I r� r^ O I 0 0 Z x I Ch I- N B li -1 m (h 0 co LD 0 lb 0 CD� Hm 0 0 n 0 :' D 0 �\ 0 U Ln Ln E-4 11 0 H rq Ln El 0 H En CA U) N tD I H I E. : 0 L) CY pi rwN l w ; Vt4 z >0 0 0 C> H IX r-� 1 0 C) W I Z H 0114 M 1 H U P4 I 111 6n I wHr 11 p z01 I E, P a P M 0 W W rn 0 H ri RI W W U) PON M OMW 91,rh OWN mw I QIWnIW M 0 H H F-I 17 H 01.4 C40 1 w4u)4 H 04 QHP4 1 P4 P4 9D a,w 44N ODIN tD z Y:)0 w N 14 W HWHM 0 Ix ^ix H E-4 MOW 0P4 rl N Ni i OP4 0 �P4 Cal . E C) 11 U H 0 E U Q u CD C) 0 1 G%H H H F-I Ln M 00 �D 1,4 cq CN Mao Noo 1 Ul$ M W N NW04 1-4 'A Z z 0 1 LN cq CQ 0 z w I Ln Ln z 0 W-40 d0>4 Q po ZHc 0 11 1 MF-11 N H Z 1 ri rq N I rqm an N CN H : oo UH H H 0 W wzu MROU ul u : In r.-I 6 9 H 0 00 E- w oum Oum M 04 ° Page 88 of 1197 7, OTE OT Distributors tin P.O.Box 16080 Austin 78761 (512)4514298 ExL 0000 fl t Boynton Beach,City of( Boynton Beach,City of(FL) Accounts I Boynton Beach PO Box 1 Boynton Beach FL 33435 Boynton o FL 33425 HSPD hw GLOCK 010543 JL T 1 1,920.20 . Quaffdkk 35 GLOCK-PAIOS0302AB Glock 19 Gen 5 r $14,997. 35 GUN TRADE-1 Glock GeM G2 1 S,bob n ma tach f ) ($8.977.50) 1 NOTES* Notes. $0.00 WOO Free Shipping of Now Guns to the Agency. s sible for shipment of Trade Guns to G T Dist,Inc. II returns,must be authorized by GIT Diatelbuturs. Interest chargesn 0 .00 e Invoices at the MOXIMUMrate allowedm Your saleeparson Is Jeff Ludvvig.Thank You. .00 50.001 Page 89 of 1197 F. W-1mog Request for Taxpayer Give Form to the Identification Number and Cert1fleatlon requester.Do net send to the IRS. da ==062111-alq 10,Go to wwmrJALVov1F*mWV for Instruallone and the latest larforlmallon. of as=at, — INams,(n shown on wurliamm,lox rotU4 Harm Is roctuh�nwd own is G G T DISIr or, T DistrWors.Inc 2 Bue namardheartarded entry nams,It al rs a owe 0 Check appropriate box torte ta classification of the person whose name Is entered an It 1.Check only son of the 4 Exemptlism(codes apply only ID ItellcuAng seven bum. o onlkW%not Individuals;sw Instructions an page 4 1ulrome proppletur sp 0 0 ommatian D s coponalon 0 partnership -ramummak, slogla-menibar LLQ [3 UNM Hablity company.Enter the in classification 03-0 camoration,5-8 arponclon,I'mPartnecaho)b, Noac Check the apprupr1ses box h the the abon ft the tax classification of oil single-mombor Owner.Do not check lNempt Wm pAlrA reporting LLC Ifho LLC hi civmmftd as a alngisquornbarLI.C that Is disregarded from,the awnerunew Me owner or the LLC h anether LLC he,Is net efforaggrdod bom Q,@ own"Ior U.8,Want, ar p peo.CkgpnrW.,a LLC last rude Is dlemagarded both the oww shouIda heck the opproprees box for the to classification of Is owner. 0 Mar low Instructions)P, W—N XffiW~ftahft N*wu 6 Addrm InumW,'aftot,star apt,or nuke no.)See Inn a, name WA IddrOW(a ansa 2545 Brockton or Ste 100 a aly utmis,and ZJ— Austin TX 7058 7 Uvi ra numoarto hare(aptionij 11 2-1 Id �n "ad Match arms"'em.an TON r UMbW I A the �M to - Wait�m itkan r- n m a N p y r SM kst.�. ON& MHW U bar ram I u istrybu I ;h I T� Shier N 1 0 p backup 'I ng.F asl pre .6 1 mmuddeol hm r a imragpl�d "11Y, am."Inuall! ..for M I. M a at You, p I M her entitle d Mom u bar you do, h va rnbetr,mem to germ later. or NOW IfftfiCCOUrd Is in more than one name,see Me Instructions for line 1.Also sea Whatnd Been ideafitimbor Number To Give the Requester for guldellnes on whose number to enter, 7 2 3 3 9 6 2 B Certification Under penalflem of patfury,I cariffy that kVayw 1.The numbershown on this form Is MY correct tIdentillogdon number(or I OM waiting form number to be Issued tom and 2,I am not subject to backup withholding because:W I am exempt from backup withhold irrg.or(b)I have not been notified by the internal Revenue Service(IRS)that I am subfilat to backup withholding as a result ofa failure to report all interact or div idende,or(c)Me IRS has pooled me that I am no longer KMM to backup withholding;and 3.1 ams U.S.oftizen or other U.S.person(defined below):and 4.The FATCA code[4 entered an this term Of any)Indicating that I am exempt fnern FATCA reporting is correct, COrNMOOft InStfuctl0m.VOU Must CMM out It 2 above If you have been notified by the IRS that you am currently subisat to backup withholoing becasma you haws failed 10 roW 211 interest and clividends an your tax retum.For rest estate transactions,Rom 2 does not apply.For Mortgage Intlared paid. �fiftbw acqulaffion or obardoesmitnt of secured property.cancellation of deM,Contributions to in Individual mfirement arrangement UPA,and generally,payments other than InWM and dividenris.you we not required to 4n the carlification,but you m provide your correct T1111%Us the Inns for pan 11,IsW, Date 1, Sig" re 1000-OIV(dividends,including Itme frbm stock&or mutual "O General Ins U0 !on 1.1 relerances,=M-tintiernal Rover.Died.u.1 oted. rM I 000-MISC(warlouB types of Income,prizes,awards,or gross Future developments,For the latest Information about developme proceeds) 1113 a Form I nelOWN(Nnalk or mutual fund sales and cartain other aled to Form W-9 and to Instructions,much ase annoted after they were published,go to rrwwh-,pV1F0rMVM. transectlons by brokaro ,Form 1009-8 Voceeds firm real estate transactions) Purpose of Fonn 6 Form IM-K(morchant card and the party network trap s) An individual or entity(Form W-9 requotdon who le;required to file an ®Form 1098(home mortgage Interest),1098-S(studerd loan Interest In return with the IRS must obtain your correct taxpayer 1 098-T Oultion) Identification number(TIN which may be Your social security number -Form 1080-0[canceled debt) (SSN),individual taxpayer Identification number(MR).ad fon taxpayer Jdantification number(ATII*,or employer Identificallon number a Form 1 089-A(acquisition or abandonment of secured properM (8M.to report on an Information return the amount paid to you,or other Use Form W-9 only If you we a U.S.person(Including a resident amount reportable an an information return Examples of Information 811180,to Provide your carrect TIN. returns Include,but am not limited to,ths 1kAIovAn& ffyou do rW return Fbffn W-9 to Me requestar wtM a7W.you migAt Form I C1904NT#nterest earned or paid) be subject he backup whhhoWng.69@ What Is backup withholding, lfffttr Cat Nm t 1 Form F*v-10-RD11a Page 90 of 1197 9B Mote 0-4717 Imalm",lie Bali Police SUPPI,us vk1jana S. Modilled 2PAW19 245 EW Morrid Island CM 321-4524640 146"In Island,Fl.32982 =t!hrk1"w- m Wald ter OD days pa: Shipping:None BOYNTON MCH POUCE DEPARTMENT Cantaot GhIpphWAddress SS011 N.CONGRESS AVENUE BOYTON BEACH,FL$3426 SWI N.CONGRESS AVENUE us ROYTON BEACH,FL33M us ........... limiia—coft son MY Total GILIGGENSAM0 BLOCK 10 GENU#PA1950302AR 9MM,C.3 MAGS,AMERIGLO , S sm.50 35 $14997.W 801LONIGHTSIG S POLJOETRADE GL OCK 22 GEN 4,#PG22N7,GILOCK NIGHT SIGHTS.408&W,4.5% $250.00 *am.co 9 MAGS,BOX SHIP NO SHIPPING IF PICKED UP IN STORE SOM $0.00 Total CHY Sublotal SOPA7.50 Tax $020 Pqp I Soneture Total 7® Page 91 of 1197 r Lou's Police Distributors, Inc. t d Quotation 7815 West 4th Ave cLDATE Febrijary ,2019 Hialeah, FL 33014 Quotation0 1 Phone ) 1 Fax(305)824-9205 MARI SPOLICE.COM Ell o: Quatedon POLICE 'l I �` 7a Agency u not ftern Number Description r MAGAZINES ' ExtensionUnit35AND 3 W E4 78-0:0 TRADE IN VALUE z L L PISTOLS 35 $ 280.00 (9,800.00) .0 'Signed Purchase Order andlor Purchase Letter required for ordering along with FL Consumers Certificate of Exemption,where applicable. *Each type of firearm or ammunition Oust as written on the quote)must be listed on the PO to process. 'Government ency prices do not Include FL Consumers Cedifficalle of Exemption.Certificate must be provided. 'Signed a su Federal Excise Tax Certificate will be sent to be filled out for each manufacturer that requires the form. "For name of manuflacturer,please name the firearm or ammunition manufacturer.It ran be good for up to 8 years. 7 1 a Page 92 of 1197 PURCHASE ORDER CITY OF BOYNTON FLORIDA BEACH, PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 191235 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/12/19 VENDOR 16769 SHIP TO: TO: GT DISTRIBUTORS, INC. - AUSTIN City of Boynton Beach 2545 BROCKTON DR, STE 100 POLICE DEPARTMENT AUSTIN, TX 78758 2045 HIGH RIDGE RD. BOYNTON BEACH, FL 33426 MDATEWNEEDEM 2!]ESI'DENO; C DEPARTMENT: POLICE ® YI , -COMMISSION APPROVED: LINE## QUAN'T'ITY UOM ITEM NO. AND DESCRIPTION UNIT COST EXCOSTED 1 10. 00 EA CLOCK 17T GEN 4 FIXED SIGHTS 454.0000 4540.00 VENDOR ITEM NO. - CLOCK UG15502 2 1.00 FREE SHIPPING:>: ;:>::,, ':< :" ,: ~'. a :.<:.:: .: 0001 . 00 REQ REP7,A1a,`IlENT` am- S.I.KtUNI'T'ION GUNS FOR 1C< QU.0 QT0102912 ISO N MAIL PO ? D WILL :117D TOi. A<; r OCUREI ENT SERVICES; P.S.TOTAL; 4540.00COUNT No. PROJEC:>'.'01-2111-521.52-51 PURCHASING Page 93 of 1197 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $109000 7/8/2019 RequesUng tt Police Contactapt in Zeller Explanation r qtr Req 7417 m$6,020- Gun trade for 35 New Glockns. Trading aed Glock 40 Cal for 35 new Glock19 for Detectives Req 741 4 - 10 Replacementi Ii n r training, Replacing old, not working, ( to be used for training. Distributors Dollar Amount of Purchase $10,560.00 Source lbr Purchase(check and affach backup materials): Three Written Quotations K] GSA State Contract PRIDURESPECT SNAPS Sole Soume Piggy-Back u ted Itarn Emergency u er Contract rr NOTE: Pricing pmpmel for purchase must be presented In the some detail contained within the contract. Fund Source r . 001-2111-521-52-50-$6,02 . 001-2111-521-52-51 -$4,540. Approvals: r? Department Head Date Purchasing Agnt Date Asst City Manager Date City na r Date Porm ReAsed=1102 Page 94 of 1197 Wb z m H H Vp') I v 9" , D. 0 w In U H D3 W RB U H N 0 x cl to W® EEE OD m .to coo I 0 9 0 H 9 9 0 H H U) 0 El El H w o m Ln H v v q En H CA C OI u pq E. z H H IX 0 E-4 H H 0 to E E : 0 B p E- w I se 03 M Uu B W wD2 P pq H H E- dl 0 InI 6e F4 N ra 41 M 1-1 E4 Pb Id w 41 H 29910, rn Ul a 0 H P.H W 0i ra z�z u pq lb H�W Wu ril H 0t)" $LS NO pq 14 4, H ra LS HP,H N DQ M M Ln Ln H H N N H w= Ln LO 5 m uj W o A A OJ M 0 F rH H m N L) ri Id q E. 0 H ED 0 0 H H 4J a) U CS m 41 5 U9,q Q) �4 H 0 0 H w Page 95 of 1197 m.... ................ #Pa a Ee 1 I tri ti P.O. Box 16080 �m, .,.. Austin TX 78761 (512)451-8298 ExL 0000 Bill i cynt n Beach, City of(FL) Boynton Beach, City of( ) Attn:Accounts Payable 100 E Boyntonc v PO Box 310 BoyntonL 33435 DO NOT USE ADDRESS Boynton Beach FL 33425 BBPD GlTr !02199 010543 JL NET 15 0000 L ,847 10 GLOCK-UG15502 Glock 17T Gen 4 Fixed Sights 51b. EA 54.00 $4,540.00 1 NOTES* Notes- $0.00 Free Shipping All romms must be authorized by GT DInterest er s 4 0.00 e invoices e the maximumto allowed by law, $0.00 Your salesperson Is Sandi White.ThankYou. smoo Staley,Scott<daleys@bbfl.us> $0.00, Toull Page 96 of 1197 Lou's Police - Quotation 7815 st 4th Avey 2,2019 Hialeah, FL 33014 Quotation# 050219-MM Phone( 41 Fax( 5) 0 ill To. Quotation validfor., 30 Days oTBEACH POLICE a MARI N:SCOSTE ad n urchase Quote Item Number Description �Price per In Unit Per .0GL `r 17T GEN P T I I PISTOL 1 0 TOTAL 4,540,00 *Signed Purchase Order anddor Purchase Letter required for ordering along w th FL Consumers Certificate of Exemption, `Each type of firearm or ammunition(just as written on the quote)must he listed on the PO to process. *Government Agency prices do not include FL Consumers ertica Exemption.Certificate must be provided. `Signed Dept of Treasury Federal Excise Tax Certificate will be sent to be fined out for each manufacturer that requires the *For name of manufacturer,please name the firearm or ammunition manufacturer.it can be good for up to 3 years. 1 Of 1 Page 97 of 1197 9B Quote Q-4773 ;659H allmall Cre&Md&2VMlg B&H Pages supply LIC YW&ft S. Modified 52"19 245 Eak MorrM Island Cawy 321-452-4640 Valid lor 3D days Morrill IBland,FL 39952 saiw@bhpollclesuppykwu�PIY.COM �I www.bbpo .com PO- Shipping:None BOYNTON BEACH POLICE DEPARTANENT Contact Shipping Address 3501 N-CONGRESS AVENUE BOYTON EACH,FIL 33426 3501 N.CONGRESS AVENUE US BOYTON BEACH,FL 03420 us Product Code orlpilon sell c4y Total GL17TG4 GLOCK 17T GEN 4 SIMMUNITION GUN-USA MADE $454.00 10 $4640.00 SHIP SHIPPING&INSURANCE-ALL PACKAGES MUST BEI PECTED $30.00 1 $30.00 &COMPARED TO PACKING SLIP.ALL SHORTAGES OR DISCREPANCIES MUST BE REPORTED WITHIN 10 DAYS OF INVOICE DATE.ALL BOXM&PACKING MATERIAL MUST BE RETAINED FOR CLAIMS. Total Oly 11 Subtotal $4570.00 Tax $0.00 Page I sig tuts Total $4970m Page 98 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SE VICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. #: 191226 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/12/19 VENDOR 16864 SHIP TO: TO: STEP CG, LLC City of Boynton Beach 525 W. FIFTH ST. POLICE DEPARTMENT SUITE 332 2045 HIGH RIDGE RD, COVINGTON, KY 41011 BOYNTON BEACH, FL 33426 REQUISITION NO. '74199 ORDERING DEPARTMENT- POLICE DATENEEDED: OIC NO: COMMISSION APPROVED; ., EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1.00 EA X590-24X-1Q-2C BASE SYSTEM 7239.0000 7239.00 G—PART VENDOR ITEM NO:— 1$790 2 1. 00 EA EW NBD AHR 16'x'90 a-PA.RT 802 .7800 802,78 VENDOR I:TFM NO. 9704th sI:679Q:: 3 4. 00 EA FAN MOt)U1 . N ,TO BACK I 179.9500 719.80 AIRFLOW VENVMSTEM N0 EXTREME 17115 4 2.00 RA7'7pK AC P:O?'GPER :SUPPLY,".F.RONT-_T. . 42-71.6100 855.22 ' BAO'.L�' AIRP"1JOW VENDOR ITEM NO .EXTREME:1T0'960 5 2.00 EA POWER CORDIOA: NEMA S ..L5P 10.: .9800 21.96 I8020-C1:3 VENDOR ITEM NO: EXTREME 10061 . 6 10.00 EA 7 0 GIGABIT ETHBRNErT SF'P+ PASSIVE 11:8 950.0 1189.50 CABLE ASSEM,BLYr. 3.:: VENDOR 'ITEM :NO-...- EXTREME 10 3:0 5 REMARKS.: NETWOAZt SWITCH RIG GYBACK. STATE -CON TRAOT' 44322000()-WSCA.'14-ACS EXP ;`:`>;js ,f2:� QUO'T`E #Q': 05 1 DO NST ;MAIL 1?(? R...B W L 08N� TO:.vENDOR PR CUJI:EM:ENT SERVICES: R0. TOTAL: 10828.26 ................. ACCOUNT NO. PROJECT 001-2112-521.64-15 PURCHASING Page 99 of 1197 CITY OF BOYNTON BEACH t REQUEST FOR PURCHASE OVER $1%000 7/2/2018 Requesting t: POUCE Contact Person: RICHARDS/ZELLER Explanation This is for the purchase of a network switch. This switch has 10 GB ports which are required to connects to storage in the new Police building. n T [66iiii Ai7nount of Purchase10,828.26 :Sourcematerials): Three Written Quotations GSA State Contract PRIDEIRESPECT SNAPS Sole Source Piggy-Back Budgeted Item Emergency Purchase Other Contract Number: 0 - sc -1 -acs (VOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Account number 1-2112-521-6 -1 Approvals: Department to 9 Purchasing int dna r' a�. Date r Asst City Manager Date City Manager Date he It Fc- scd 02101!02 Page 100 of 1197 WI H . ry 1� � Cq a . ru 14 W FQ pq A r.5 16 ffi. U M P4 k rIl c� 1� m 14 Ln0 a 0 ri m 90 Ln E4 9 N 0 0 14 H 'N El co o ra In E4 0 H am 10 W0 rr pq �4 P E4 0 vi H IVrw E,0 k Dt M MP pq M m E4 ul DH �3 �3 A -.H 0� C,x PQ N M F4 .1 F4 m Pe 0 H HM IHI 10,W. tpDl P., N pp"; 0 W W D3 M U] W pq H W H pq D4 H rml o pq 0a 0 0 N D3' -'0 W 0 pq w W W aaaaaaa _ _ w ta P 0 Z02 PAU MAU MUEU ul A,U P�m U ta a. M,4 a,4 m �3 :,4 1.m 4 8 g UO 14 t3 1 8 g 0 w W� 9 E fx 0 a}N m 9 La Ul W C7 U r4 pq . W M H P� t) P, H H H N D4 9 IV P�,8 C,j w w 1p w w o U 08 Nab 8 ci P 0 8 H H m 0 20 119 0 n N m P4 b.In A 121 n E.D"Q C4 Hp C4 P o 0 H A 'A U .'8 HU U. Q a o : O)SO z -ww 9 ra ul 0 m ol w mem S�0 rn ul lum 00 8 rpA rdm In Page 101 of 1197 H >4 W a El El H pp IW 14 0 U il r) 0 a O o E- o EO vJ 10 KQ -0 Ea H 0 V, P,s w W In m GI M N pi 03 H ro H tD Ol Cel ri I.d ID M m u u C, G7 N m 0 0 E4 P, H I t4 In V I 0 'ri 0 U) I H 0 El WI E) f3 P try d Cd rd cd Page 102 of 1197 AW~ STEP CG,LLC Quote Quote Date;S 07/01/2019 7 Tmum"N"ry PC' 525 W.Fift Street,Suite 332 Valid TUI:07/25/2019 Covington,KY 41011 Quote Number;Q-6051 BELL TO: SHIP TO: Boynton Beach police Department Boynton Beach Police Department 2045 High Ridge as Boynton Beach,Fl,33426 FL CMIZact Narn@rWg R Quote SlAgP: of ered S.No. Fioduct et is 9ty List Price Discount TOW L G-PART 1 $12,065-00 $4,826.00 $7,239.00 16799 X590-24X-10-2C Base System 2. G-PART 1 $902.00 $99.22 $802.78 97004-16790 EW NBD AHR 16796 This Year Term: 365 Days 3. Extreme 17119 4 $295.00 $460.20 $719.80 Fan Module, Front to Back Airflow 4. Extreme 10960 2 $701.00 $546.78 $855.22 770W AC Power Supply, Front to Back Airflow S. Extreme 10061 2 $18.00 $14.04 $21.96 Power Card 16A N134A 5-15P IEC320-C13 6. ExVeme 10305 10 $195.00 $760.50 $1,189.50 10 Gigabit Ethernet SFP+ pagsive cable assembly, 3m length. Sub Total $10, .26 Tax $0.00 Grand ToW $10,628.26 Terins and(":ondiflons ——–---------- State Contract Information Florida – 43229000-wsca-14-acs Page 103 of 1197 Data Communications Products and Services/Alternate Contract Source/State Contracts... Page I of 2 Department of Management Services L10—rida Deoartrnent of�lanaclement Services > —Business operations > State Purchasing > State Contracts 2!R4_A9E99MQnLs > alternate—Contract Source > Data Comunieations Products and Se Ices << Return Data Communications Products and Services43220000-WSCA-14-ACS Contract Details Effective Period 09/08/2014 through 05/31/2020 Contract Type Alternate Contract Source LQontractors Contract aiL:Lng Information tHLow to Use This Contract Ccsratractors b Product Cate or' (oA 121.01 KB) ContractI�rticilratinr addenda DoCuments M Contract * —c—hr—I s_t UaL-N—u—n n-_e i Y o 850-488-8367 Administrations christia.nunner Z)drns,rYjyflpL!g!g=cam 4322 43211512, 4. 211600, Commodity 4321 43222600, 43222600, Codes 43:23 42260, 43232900, 43233000, 4:323 Additional Information State agencies and state universities requiring data communications products and services that are available through 5UNCOM should contact the Division of State Technolo r3ST for assistance. Description This alternate contract source is for the purchase or lease (as permitted by state and local requirements) of data communications products and services; this contract is only available for products and services that are not available on state term contracts. Please refer to "Contractors by Product Category" in the Contract Information section above for a complete list of products and services that are available from this alternate contract source. Document reader download link ® fkA,dobe PDF Reader https://www.dms.myflorida.com/business—operations/state_purch,asing/state—contracts—and—... 7/4/2019 Page 104 of 1197 Data Communications products and Services Alternate Contract source/ to Contracts p , age 2 of 2. Ter dC 0 22-S a. .... Qnma G,-5 1 FrJmq.CY---9tqt mient I ccgf,5L bAi—t'L20.LeUn—e,-0-t I Copyright @2019 Department of Management Services - State of Florida https://www.dms-myflorida.com/businessLoperations/state_purchasing/state—contracts—and—... 7/4/2019 Page 105 of 1197 Contractors/Data Communications Products and Services/Alternate Contract Source/ age 1 o f I t Department of Management Services Florida C!e�a me tt ref i"iar7a� ent Services > EVL5ira ss O_ eradons > State Purchasing > State Contracts and A reernents > Alternate Contract Source > C�ata �orrirrrtanications Products ar�d ices Contractors Data Communications Products and Services43220000-WSCA-14-ACS Contractors Contractor List Florida Name Climate Recycled Utilizes Coverage CBE Code Friendly Products Authorized Preferred Resellers Products nava Inc. - Non- Miriority No No des Statewide Gena Communications A - Non- Inc, Mir7ority No No No Statewide disco Systems Inc - Non- _ Mirnorit No No Yes Statewide ____]Dell Marketing, LF ` Nora- No Minority No Yes Statewide ECSC Lor oration - Non- Ye Minority- No No s _!L—i 0 - Hispanic, Extreme Networks Inc, on Certified]No o yes Statewide F I�et�vorks Inc. - Non- Minority ]No No Yes Statewide Fu`itsu Network JA- Nora- o.m. unications, Inc. Ntinority No o No Statewide Hewlet PPackard A- N?On- Er7t 2ngies Minont o No yes Statewide Jsjrfi er i gjworks Inc. A- Non- No Minority No 'des Statewide_ J __j J_ I f�itet_ Lrsiness - Non- SS�starrrs, Irat. Mirsor'r No No des Statewide Palo Alta networks Inc. - Non- j___j_No No Minority Yes Statewide Non- Ruckus Wireless Inc. Nora- No�A- inority i No des Statewide https:// s. yorid .co sines ope tions/s te_p c i s to contracts ... 7/10/2019 Page 106 of 1197 Contractors/Data Communications Products and Services/Alternate Contract Source/S... Paof2. lrrn. sandradi MMS: I I Amc� =r llai[uty taterr e t I Copyright Q201 epartment of Management SerOces - State of Florida https:// s. y ori .co usi ess o erations/state_p i g/state contracts d... 7/10/2019 Page 107 of 1197 EStep 'Reesources :> . Contact Information Vendor in aName- Contact Person - c Dannv Pniradf ter Regional Sales Executive 7 Viae St Suite 210 Address: Cincinnati OH 45202 .99 Number. 281-989-787 X19Free Number: 844-478-3724 .Numharm .. it281-989-7878 i:. d index Orderin Information . . trait dirk Danny Poindexter 407 Vire St Suits 210 Mailing Address: Cincinnati OH 45202 281-989-7878 til wa d Kira tart u t �q.GOM 7 Viae t Suite t Romft Address., incin ati OH 45202 Page 108 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BFLORIDA X 310 P.O. #: 190829 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 02/27/19 VENDOR 17284 SHIP TO: TO: AT TIC SOUTHERN PAVING & SEA City of Boynton Beach PO BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE BOY TON BEACH, FL 33435 SMON NCa T70RDIE'RHN111G DEPARTMENT� ...................... 1-R-E71y......——----------------—-- ......... —--- �"&A S NEEDE51: MD NO: COMMISSON APPROVEM L..... ——----------------- ------------- EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST CHANGE #: CHANGE ORDER DATE CHG: . 07/18/1-9 20 19314.50 DL CHANGE ..QRt)ER 1. INSTALL A: 1.0000 19314.50 CONCRETE. 'PAD UN`DER:<.... NEW AMPHITHEATER.; REMARKS.- SADA SIMS: PARK RENOVATIONS AR BID 010-2.512-18/IT ::COMMISSION APPPQVM::8/7/18 ; .: TASK ORDER ASPS-12-021519 7/18/19:;.CHANGE ORDER 1 INCREASE PO ,d 9, 14.5 0 PROCUREMENT SERVICES P.0,10TAL; 19314.50 ACCOUNT NO. PROJECT SEE BELOW PURCHASING Page 109 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P�O. BOX 310 P.O. #: 190829 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 02/27/19 VENDOR 17284 SHIP TO: TO: ATLANTIC SOUTHERN PAVING & SEA City of Boynton Beach PO BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 ,9EQUMI'r ION NO. ORDERING DEPARTMENT: DATE NEEDEM BID NO; COMMISSION APPROVED EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST CHANGE #- 1, CHANGE ORDER DATE CHG: 07/18/19 ACCOUNTING INFORMAT.T6X ONLY.— DO:NOt S91,M THIS :PAGE TO THE VENDOR* ---------------- ------------------------------------------------ REQ/ACCT I)ATE :REQ:. BY PROJECT AMOUNT ------------- LL------- --------- 73169 0/07/179 s:i RP1820 19314.50 3034218572630:5 ------------ ---------------------- sm PROCUREMENT SERVICEP,0.1-OTAL ACCOUNT NO. PROJECT PURCHASING Page 110 of 1197 Krasnoff. Leah From: Greco-Arencibia,Adrianna Sent: Friday,July 12,2019 10:32 AM ® Krasnoff, Leah Subject: Atlantic Southern - PO#190829 Change Order Attachments: SKM_C36819071211090.pdf Hi Leah, Per our discussion,attached is the over$10,000 form you needed for the change order. Thank you Adrianna Greco-Arencibia Assistant to Director Public Works f Solid Waste Mailing Address: P.O. Box 310 IBoynton Beach, Florida 33425 Physical Address:222 N.E.9th Ave. I Boynton Beach, Florida 33135 561-742-6596 N 561-742-6211 Greco-ArencibiaA b l.0 `" boynton-beach.org/ Please be advised that Florida has a broad public records later and all correspondence to me via email may be subject to disclosure.Under Florida records lave,email addresses are public records.Therefore,your e-mail communication and your e-mail address may be subject to public disclosure. From:Bizhub<bizhub@bb .us> Sent: Friday,July 12,2019 12:10 P To: Greco-Arencibia, Adrianna<Greco-Arencibi @bb .us> Subject:Message from _C368 CI q OPROVALS City mulager D�iDat�� n ..,.... e Page 111 of 1197 a s 1N," 1`311, 1„k1 ag A . r 7112/2019 Requesting in rirtContact Person: GaryDnrnverE Explanation for , ,,..mu,. ,..m,. it , . -- - Tinstalla concreteunder thenewamphitheater. T e amphitheater a just installed nee tf dsfao for ea entertainers. Otherwise as ori be installed beneath thestructure.ere pads fort i tin bleachers(nexto the basketball ds, The existingpa not planned replaced, ho rieoliti , they removed e t them in da halt edunstable. Top fort nai testing required for the installation o t pa nieti needed o ensure the pathway a property installed. Recommended r Atlantic Southern'Paving &Sealcoatin n------ a. ... . A .a ..... . : liar ntof Purchase $19,314.50 ,Source for Purchase (check and attach backup materials): Three Written QuotationsGSA �a. State Contract PFI SPECT SNAPS Sola Source a Piggy-Back ud et d Iters a Emergency Purchase Other Contract Number: g proposal for purcha a must bepresenteddithWWWW NOTE: PrPclnn esame detail cantalned wfthln the nd Source forPurchase: 303-4218-572 63-05, Proglect#RPI 820 f 07 tiw�Ws'-i partment ead "/i/ t t r4. Purchasing Agent � Er- Date i _. e t ;Asst pity Manager Date pity anar � Date Form:Rendeed 02101/ Page 112 of 1197 �A' -1 ` L, C� L"1 ; 'ft'-� , " '3 d 1 V 4Z I kp onal Base Rock Proposal Chage nowder I City Of Boynton Beach (Public Works-Engineering) Gary Dunmyer Project: Sara Sims Park I Change Order 1 209 NW 9th Ct Boynton each,R 33435 A, PAV&20"�IICSQUTHERN AND AL ATI Rich Atzert Account Man Page 113 of 1197 1"; R#;a'V e M rti,t I.C.'-!",o n t ri:, c t c>r Cotyq,jani,y Infe Contact Persorn, ATUMICSOUTHERN PAVIMa AN SEALCOATING Rich Atzert Atlantic Southern Paving and Sealcoating Account Manager 6301 West SunriseBlvd Rich�r;-atlantiogoullie-m�e—Vif�l-'4 ROM Sunrise,Florida, 33313 Call.954-2-09-6114 Ofte 954-681-5805 Pb 954-581-5805 F:954-581-0465 hft.-,/Avww.atlenlicsoutherpL,.pyin,,.com About Us We Solve Problems and Make Complicated Simple! We understand that as a manager, owner or investor of properties all over the United States,you need a partner to develop a strategic plan that will preserve your investment fort long to for the least amount of money. Atlantic Southern Paving &Sealcoating provides pavement design, maintenance&construction services to the residential, commercial, recreational and industrial markets throughout the United States. Please find the enclosed proposal and do not hesitate to call us with any questions. Watch a Video About Us:CLICK HERE FDOT Certified Contractor Page 2 Page 114 of 1197 OUT ERN rProPosal., Sara Sims Park I Change Order I v���oxo st�aro�r��� Amphitheater Slab 1. "concrete slab with 12"thickened edge and one#5 rebar throughout. Item 91 -1,383 sqft.@$7.75 per sqR, 10.718.25 2. 6 sidewalk from asphalt walkpath. Item 91-135 sqft, 7.75 per sqfl. 1 M625 Total price for this item,$11,764.50 Basketball Bleacher Slabs 1. concrete bleacher slabs at basketball courts. Item -456 sqft.0$12.50 per sqft. 5, .0 Total Price for this Item:$5,700.00 LBR testing 1. Item 1 -74 @$25.00 each. Total prig for this item:$1,850.00 Page,? Page 115 of 1197 ATLM110CUMERN Price Breakdown: Sara Sims Park / Change Order I PAVINE AND SEANDATInG Please find the following breakdown of all services we have provided In this proposal.This proposal originated on July 11, 2019. Item Description Cost 1 Amphitheater Slab $11,70 2 Basketball Bleacher Slabs $5,700.00 3 LBR testing $1,850.00 Total. $19,314.50 Authorization to Proceed & Contract The above prices,specifications and conditions are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined. When signed,this document becomes a contract. E&CE We understand that if any additional work is required dfferent than at Is stated in this proposeVoontract,it must be in a new contract or added to this contract. Teases all attachments for special conditions that may pertain to aspects of this project. This proposal is good for a period of up to 90 days from the date of the proposal. Payment Terms We agree to pay the total sum or balance in full upon completion of this project. 40%deposit upon contract. (A signed proposal and deposit are required prior to scheduling of the work) Date: GM Dunmyer I City Engineer Rich Atmit I Account Manager City Of Boynton each(Public Works-Engineering) Atlantic Southern Paving and Sealcoating 3301 Quantum Blvd. it 101 6301 West Sunrise Blvd Boynton each, FL,33426 Sunrise,Florida,33313 E.-Rich uatlanficsouthem=avin,i.com Dunmyern5-bbilm G:9 -2 114 C:561-945-9394 P:9 561- 0 0:561-742-6231 F:954-581-0465 htt-.�.-/Avww.atlanticsouthe.Mlvin:!.com Page 4 Page 116 of 1197 �f r@'�rf�fY FAVIAttachments NG N��EWI{�hl�N�m PIGOSe Mick any of the links below to view and Print all documents, Company Aftachments AboutUs Page 5 Page 117 of 1197 PU RCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 190829 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 02/27/19 VENDOR 17284 SHIP TO: TO: ATLANTIC SOUTHERN PAVING & SEA City of Boynton Beach PO BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE BO TON BEACH, FL 33435 .....................- .. .................................................................................----­­­.................... FZ�0'_NN'0'.................... ORDERNG DEPAR-IrMEN"T: --------------------------------- ...........___.............­­­­_ r........................................ DATE"'aT`r:.'7::. I 8,H), NO; . APPROVED . � ---------------------------- .................. ..m•. ........ EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 21855. 00 DL ASPHALT WALKWAY 1.0000 21855.00 Commission approved 08/07/18 Bid No. 010- :5Z2 IfT Task Order . No.... ASPS-:12-:021519 : 2 13135.00 DL PAVEMENT RESTORATION: 1.0000 13135.00 3 6855.00 DL KILL AND RESURFACE :1.0000 6855.00 4 26913 . 00 DL ASPHALT RECLAMATION. L.0000 26913.00 5 28994. 00 DL ASPHALT PAVEMENT 7:35%- 1.0.000 28994.00 6 53846. 00 DL ASPHALT PAVEMENT 65% 14-00:00 53846.00 7 41871.31 DL 4" THICK CONCRETE SIDEWALK 25% 41871.31 8 125613 . 94 DL : :4-::: THICK 'CONCRETE:,:SIDEWALK 75!l; :.1 0000 125613F94 9 12937,50 THICK SIDEWALK:. 12937.50 10 15000 00 DL ADA CURB RAMPS 1 oboo 15000.00 11 33180.00 DL SIDEWALK REMOVAL: :-: I. 33180.00 12 12285. 00 DL VALLEY GUTTER 1A 000 12285. 00 13 9400. 00 DL TYPE F 1.0000 9400.00 14 19500 .00 DL TYPE: D: 1.0000 19500.00 15 735.00 DL REGULATORY. SIGNS :SARA..SIMS 1.0000 735 .00 16 1365.00 DL REGULATORY:: SIGNS.. ROADWORX" . ... 1.0000 1365.00 17 1310. 50 DL THERMOPLASTIC S,TR_TPI'NG' SARA SIMS 1.0000 1310.50 18 3931.50 DL THERMOPT-AST-IC' STRIPING 1.0000 3931.50 ROAT)WORK ITPROCL)REIMENT SFRVI ,'j P.O. TOTAI..-: ACCOUNT NO. PROJECT SEE BELOW PURCHASING Page 118 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 190829 BOYNTON EACH, FLORIDA 33425-0310 DATE: 02/27/19 VENDOR 17284 SHIP TO: TO: ATLANTIC SOUTHERN PAVING & SEA City of Boynton each PO BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE BOY ON BEACH, FL 33435 r ...........-.-.--w_ ........... .......... .......... RECIUSI-19ON NO, ORDERING DEPARIMENT� --------------—11,-----—------- T ........r-------- ......................... i DATE NEEDED� 1 81D NO� COMPOISSION APPROVED� —------------ EXTENDED LTNR# QUANTITY -!-,l ITEM NO. AND DESCRIPTION UNIT COST COST 19 3816. !.Ia-, DL MOT 3 816-0 ------------ ------------------- ------- -------------- ----------- 7—5i PR0CUREMENTSER'M'%',,',ES: 543 — P,O 432 ................ 7t Z�4 -- - - A ------------ k7t ACCOUNT NO, PROJECT SEE BELOW ---------------------------—------------- —------------------ -—-------- ....... PURCHASING Page 119 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 190829 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 02/27/19 VENDOR 17284 SHIP TO; TO: ATLANTIC SOUTHERN PAVING & SEA City of Boynton Beach PO BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 --—------------------- -------...... ........ .. ---......... REQUISP-�ON NO� 1 ORDERING DEPARTMENIF: --------—-— -----------...... —-------..............................r-1............—M......-.._........ DATE NEEDED� BID NO: C'01 MM'S S 10)N A P P R()V E D): LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST EXTCOSENDEDT ACCOUNTING INFORMATION ONLY DO NOT SEND THIS PAGE TO THE VENDOR* ------------- ---------- - z�.- -.. . 7 ------------------------ REQ/ACCT DATE R:�Q By PROJECT AMOUNT -------- ---- r --------- --- .7 ------------------- 0000073169 02/07/1-9 ENG-TNAERI. xG/A(3wGD RP1820 94765.81 30342185726305 0000073169 02/01/19. EMGINEERING/AGGA/bDdP0.2 6 G 184226.50 30349055806308 0000073169 02/Q7/"` ;9.:.:: ENGINEERING ALGA/GIS CP.6.2 63 153551.44 30349045416324: ------------- ----------- --------------- ................ ............ ........ ------------ ..........- ---------- PROCUREMENIT SERVICES: �O� 0'rAL: A ................. ........................... ACCOUNT NO, PROJECT ..........--.............................. PURCHASING Page 120 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 0 P.O. #: 191254 BOYNTON P.O.BEACH,BOX FLORID31A 33425-0310 DATE. 07/18/19 VENDOR 17284 SHIP TO: TO: ATLANTIC SOUTHERN PAVING & SEA City of Boynton Beach PO BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE 130YNTON BEACH, FL 33435 RCOUVOSMON NO, ORDERNG DEPAR FMENT. MTE NrEEDED. 30NO u 'OMMISMON APPROVED: CO M, LINE# EXTENDED QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1536. 00 DL MOT 1.0000 1536. 00 COMMISSION APPROVED 08/07/18 BID NO. 010-2512-�l 9 TASK NO, 'AS Rs 19:-D 2119 ITEM. :3 (2 6 OURS 1,9.00 PER HOUR 1;520.Ot ITEM! 7 TYPE 11 BARRICADES. 4 0 2 6180 , 00 DL. ROA)D REPAIRS 1.:0000 6180.00 :.ITEM 53. SAWCT-IT AND REMOVE 1.511 ASPHALT 153 .8 Y 4. $20. 00 PER SY $3,06 0.00 `'ITEM 38 S-11-T 0-10 TON ASSIGNMENTS 7 8 TNS 0 $390..0:0 PER TON =. $3,120.00 3 23069.80 DL MILL AND PAVE 1.0000 23069.80 MILLING..1 2,561. $Y @ �1.80 PER SY 4.609..80 .ITEM 42 PAVING 1-, 51- 1'50 150 TON A$$TGNMENT - 142 TONS;( $130.00 PER TON $19,' 4,60.00 4 2700- 00 DL CONCRETE. STD8WALK 1.0000 2700.00 ITEM 93 - 4.1.1 OIDNALK REMOVE: AND REPLACE - @ $7 .50 PER 8F = $2/ 700.00 5 690. 00 DL STRIPING AND SIGNAGE 1. 0000 690. 00 ITEM 77 - RPMS - 8 @ $10.00 EACH $80. 00 PROCUREMENI r!sERWCE'S ROTOTAL.: ACCOUNT NO, PROJECT SEE BELOW PURCHASING Page 121 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P. BOX 310 P.O. #: 191254 BOYNTON BEACH, , FLORIDA 33425-0310 DATE: 07/18/19 VENDOR 17284 SHIP TO: TO: ATLANTIC SOUTHERN PAVING & SF-k City of Boynton Beach PO BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE BOY ON BEACH, FL 33435 .............----------- REQUISMON O. ORDEMNG DEP AR T MENT: ...........----------------- ----------------- DATE NEEDED: BID NO: -0MMMS110N APPROVED: ..................................... '—-------------........... E t):mm�-,�s .................... EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST ITEM 70 - SINGLE POST SIGN 2 $175.00 EACH $250. 00 ITEM 6.6 THERMO 241.1 WHITE 48 LF '- @ $5::..0:0 PER. LF :. $:240, 00 .TEM .57: THERMO 6t'. YELLOW 160 UFss $.75 PER LF $120.00 . REMARKS: MILL & OVERLAY SIDEWALK ON SW 22 ST. BID .#010-2512-18/t T; COMM APPRV 8/7/18 :TASY, ORDERJfASPS-19-062119 ...... PROCUREMENTSERVICE: r x P.O. TOTAL 34175.80 ACCOUNT NO. PROJECT SEE BELOW PURCHASING Page 122 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 191254 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/18/19 VENDOR 17284 SHIP TO: TO: ATLANTIC SOUTHERN PAVING & SEA City of Boynton Beach PO BOX 15591 PUBLIC WORKS DEPARTMENT FT LAUDERDALE, FL 33318-5591 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 TENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST EXCOST ACCOUNTING INFORMATION ONLY DO NOT SEND THIS PAGE TO THE VENDOR* ------------------------ 7:7 ------------------------------ REQ/ACCT DATE REQ.. BY PROJECT AMOUNT ----------------------- .. . 0000074133 06/26/19 : ENG INEER INGAAGGA G /---..M--. -. --C-P-0-2-6-G---- --- -------- 31475.80 30349055806308 0000074133 06/2.6/1.9. : ENGINEERING/ALGA/GI)/PM CP0.2 6 3 2700.00 30349045416324 ---------------- ------------------ -------- ---------- ACCOUNT NO PROJECT ------------ PURCHASING Page 123 of 1197 )' 4 s � d '' e , �. G 7/11/2019 Requesting Department: PW-Enpineering Contact Person: Galv.Q $ Explanation Road repairs that need to be Oompleted on SW 22nd Stmet fbr rehabliftation that Include paving and a Commission approved 08/07118for asphalt and sidewalktion, bid no. 010. commended Vendo Dollar Amount of Purchase ,. Sou Purmchissums k and attach backup materfew).- Three Writien Quotations GSA State Contract PRIDEMESPECT SNAPS Sale Source Piggy-BackBudgeted Item Emergency Purchase Other ED Contract Number 1 r rjmhm must be pmwitW M the own*dabil n Mij 'Fund Source 303-4904--541-83-24 project#C700 Depaftent Head .� ate ,Purchasing Agent Date ._M ASW Oty Manager D&W CRY Managar Date Page 124 of 1197 0, e 14 14 w , W r m O n m F*7 Ow ® ar 0 Ln 44, e t H w w H O 0 O d 5 M0 ' m ® � Cb � 0 a . ', C"',mv M N 0 O 0 ❑e 0 ep 0 Da a F F US CfJ H V3 H H O �' G u 0 b ro U ® O F JJ tai ;2, 1 }' a O -4 g O H C) 14 41 p H is rp Re' C1] m H W y+ f7 O jj O UWvcaGAD 4)m3%Od 0)41 v�l H p W hkD N N4N PN gAN'L7N H O Og >4 �' O04sO.uo.4aO-HO1s tr] O p E H CY RFi12 P U}z u] 0iDo H V N U z • U cn u1 eR m vi HO Pa Wen u3Wcnwux Asn H O W W W W p F >F�F E,>w a MIX wwNw wa P XP F vMP `b0 OHOHOHOWOH U m ®� u]FulHmE U)FCC[C[�nEF E wWaP4 04AWawW F E+ H F �G HMHWHMHMHM Qy W V M E-� H H a w 009m M m w ` m �H Cr1 Fq A (D 0C3 N O m F m Ch H m M m M M =• O H r� l0 l0 l0 W l0 Q O t O WUS w m w m Z p Hm o g to cn uy {n E+0 MsnOH OHc7 0 6'4 O N Ii1 P H ® w N O Um m M rr mm Hr-IX ca H l". C13 P4V)-O F!;M M lTB M m O r-1 F W Fcw Uu3 H O 6 w Rs mit H CHto co I] C8 W Ul H LO •. H N f�') sN In H r-1 i a Ol p C.9 Page 125 of 1197 0, o. H H P4 N cv to w W a a s. o Q w H a la a Ha ® a a a . m avI m m In Ln m CD 4 rr N x M °w H a a O o O ® E Q Ul W W r, 7 p 7 r r-1 ri Q a Q A q O094 a H d C° m o O co ® p M o Qy O Ln LD O N `�`Tw Cal Al Cfj ll !sa W Ln C3 w pa Cf3 a U m h7 U Rr Aa fit Cn Q'i 1 w , r 4 Ln D4 w E O O a RW W U O LO U} ® Q Q fa COLn U} Wri a U� Q Ep Wp HOED EU -U3- ri Cx O N H U1 a a II th a �3 d a va rat u] a GP tas p ar 00 m �1 t 680 ri e$o Off.cid x dN �o E.c:) �O Hy+ a0y o E V4 PC u w ® U W oNux C`T H Ilu ®UR," 0 x a E N m H 'aQ PI c, ri rl OD ko FA .1 [� tPFVS a .i [4 a CV W Ch IEqX G7 H o H FC I � rsr �w a � to O N H n 0 3 W a H UQQ Off+ Hi 'ZUp w CDMUN �q a NOR: b4rq UQ H ` W O O Pe fV V} o W UHI US 0 H a H 0 H �3:M FTJ H Cri US a a S+ z Z rr. < ® P4 a Nr17 H >Omw W c Aew � 'Z W W RI O JX C4 W ri,X.. .. a H `-4 m ® O g z ri G 54Q H Pa y*p a.. .. HH C G: .... a U) E E ® i o r H® FC ' i 04E.0 I o i Hpo r aF® r r HH ul O Q fAmO moq Qc5m vrH W H rq a O w ; ' e��a N®BOO any® e+p000 mm va W��00 HhR ®o �o tin a a � m aw ww ur' H s® u u a W a " Oo wwo� w wCho � `a O zw Z aW Wrn w W U W E Htn HV'3. ®E EMUCIJ HEtl F+OUcIa OE UM (-r[ H[V E RjN@} Hmc& Hrrr HF UHO trill Hul- H II H H W a W aim r1 d Ln Page 126 of 1197 Paving and Concrete Repair Proposal Yof y_ Project:City Of Boynton Beach (Public works-Engineering) Gary Dunmyer SIN 22nd Street Rehabilitaion SW 22nd St. Boynton Beach, F13 26 ATLANTICSOUTHERN Rich Atzert Account Manager Page 127 of 1197 Your Pavement Contractor Company Info Contact Person A rAT Richtz Atlantic Southern Paving and Seelcoating Accounert t AManager 6301 West Sunrise Blvd Rich P_atia nticsouthernpaytg.2M Sunrise,Florida,33313 Cell: 954-299-6114 P:954-581-5805 Office 954-581-5805 F:954-581-0465 hgE-'—'Vllww About Us We Solve Problems and Make Complicated Simple! We understand that as a manager, owner or investor of properties all over the United States, you need a partner to develop a strategic plan that will preserve your investment for the long term for the least amount of money. Atlantic Southern Paving & Sealcoating provides pavement design, maintenance&ODnstrUGtion services to the residential, commercial, recreational and industrial markets throughout the United States. Please find the enclosed proposal and do not hesitate to call us with any questions. Watch a Video About Us:CMK HERE FDOT Cendflffc,�,d' 921cr ffact(',�,r Page 128 of 1197 Proposal: SW 22nd Street Rehabilitaton ATLANUCSOUTHERN POP%AND HAICURN6 MOT 1. Item 3-Flagmen(2)80 hours @$19.00 per hour. $1,520.00 2. Item 7-Type 11 Barricades-40 @ .40 each. $16.00 Total Price for this item:$1,536.00 Road Repairs 1. Item 53-Sawcut and remove 1.5"asphalt-153 SY @$20.00 per Sy. $3,060.00 2. Item 38-1"S-111 0-10 ton assignments-8tons.@$390.00 per ton. $3,120.00 Total Price for this item:$6,180.00 Mill and Pave 1. Item 50-Milling 17-2,561 SY @$1.80 per SY. $4,609.80 2. Item 42-Paving 1"51-150 ton assignment-142 tons @$130.00 per ton. $18,460.00 Total Price for this item:$23,069.80 Concrete Sidewalk 1. Item 93-4"sidewalk remove and replace-360 SF @$7.50 per SF Total Price for this item:$2,700.00 P v,e,3 Page 129 of 1197 Proposal., SW 22nd Street Rehabilitalon AnAMCSOUTHERN PAWN AND SEAROAMEM, Striping and Signage 1. Item 77-RPMs-8 @$10-00 each. $80.00 2. Item 79-single post sign-2 @$175.00 each. $250.00 3. Item 66-Thermo 24"white-48 LF @$5.00 per LF $240.00 4. Item 57-Thermo 6"yellow-160 LF @ .75 per LF $120.00 Total Price for this item:$690.00 Page 130 of 1197 Price Breakdown: SW 22nd Street Rehabilitalon ATLANTICSOUTHERi FARK4 OTO StALCOATIN Please find the following breakdown of all services we have provided in this proposal.This proposal originated on June 21, 2019. It Description Cost I MOT $1,536.00 2 Road Repairs $6,180.00 3 Mill and Pave $23,069.80 4 Concrete Sidewalk $2,700.00 5 Striping and Signage $690.00 Total: $34,175.80 Authorization to Proceed & Contract The above prices,specifications and conditions are hereby accepted. you are authorized to do the or as specified. Payment will be made as outlined. When signed,this document becomes a contract. E&OE We understand that if any additional work is required different than what is stated in this proposallcontract,it must be in a new contract or added to this contract. Please see all attachments for special conditions that may pertain to aspects of this project. This proposal is good fora period of up to 90 days from the date of the proposal. Payment Terms We agree to pay the total sum or balance in full upon completion of this project. 40%deposit upon contract. (A signed proposal and deposit are required prior to scheduling of the work) Date: Gary Dunmyer I City Engineer Rich Atzert I Account Manager City Of Boynton Beach(Public Works-Engineering) Atlantic Southern Paving and Sealcoating 3301 Quantum Blvd,Suite 101 6301 West Sunrise Blvd Boynton Beach, FL,33426 Sunrise,Florida,33313 DunrnyerP@-bbfi-us — E.- Rich(ld.)atlanticsouthern avi C:561-945-9394 C:954-299-6114 0:561-742-6231 : 5 -581-5805 F:954-581-0465 b Page 131 of 1197 Attachments ATLANNSOUTNE RN FAY MIG 13,14 Please click any of the links below to view and print all documents. Company Aftachments AboutUs COI 2019 Page 132 of 1197 .r -�gs'3�15 llfrk ,k�c' t � ui 5t�544 n k III 3 4�}t {z_{ � � 5i�5t4i5i�' {E5}� `�t�i it . 5515 (,art t5 rt�3i1�1� i v '4" t i. t5i t5 (t[ �i D 11 5s 4 !tait1 � k s)t)1I4t "y1 rtS I; r - .. . �ZtYtt 14 55 Alto iMM h i5 5 A U t Me 7 tN 5 t� Lam. ,✓' 1 A f f n s 5 s 3� oZ, � ;� 51+wn ,;� II f \t 51 t' vJ t .� 5 s i t 5 i 5a Run lt€�5; T t � � U i titlac s �r I ti=•i��r �.,, �.nom. m�.,. ,. � 31 U) r - am y .� kI SNA et 4, fill" t1r �5`'i1i��s�stti Am «..,. .,, , " 5 5t?'t5,t`9k iiti q rep,: L Ir a Page 133 of 1197 F L (�cq Tits O 5 a1S;n f.5., °.. 111 1 al'!0 1� hi IV i 11 r� i= 1 � t IJ n �a lEhs7; k r ' S t+r G. X 3T u) Oil s11 v t�A 1 l ',. a I„ off,«.r fi rt ! vy � i I } , ,e..... Or �s r 11- �th+qo w" " , rt ! It ""V 14 .11 t��ut �f �, 1 111}�����Poll� � , �S11�4Y) 4 prim 00 t �I aS 01 fi E -MbGf ,. Lai � L s l l ?j f ! Sr a ! lSdit Rill"Ls i tsl1, � 1 z t i Page 134 & 1197 V {. vi It + +' a'L5..,,., 15 7 -YIN ...' k + �;3 4 tFt�g k, .f� `�'. + �qG t 11 i tl) u l �i + s a PM-49 . e � € Still AS? y a'M "'p�,T x 1........ ir q f t k � a�1pJ ` p �ss j I f + THm sd' a 171 Ma wool % d FS, 27 l Jlh Al 5 ,. z ,{ �!1 f+CCttit T; ..�Sr Giflt� 'iir t � 17 Page 135 of 1197 ,3 01 r MIT AV I`I,A r 0QV'11W A3 GWAYI k t ✓ g i LL hT5 0 ` � _ .,.. 8r 1 lot `k , od R-- - " - �I g p �r 1"c w 1 010) i 91,z l Ng I }t XCY rn CIV 1 was 4H � , 5 Ott- it Vln IOtt ,' _ } ' s i otcn C'W >3 i: [L it_Lf) � ax .n h v fps.,,J Page 136 of 1197 Coversheet Pagel Of 7.C. BiDS AND PURCHASES OVER$100,000 8/72018 CITY OF BOYNTON BEACH REQUESTAGENDA ITEM COMMISSION MEETING DATE: 81712018 REQUESTED ACTION BY COMMISSION: Award Bid No.010-2512-18AT to the two(2)lowest responsive and responsible bidders,Atlantic Southern Paving and Sealociating,LLC of Sunrise, Florida as Primary Vendor and M&M Asphalt Maintenance Inc.d/b/a All County Paving of Delray Beach,Florida as Secondary Vendor,forAsphalt and Sidewalk Restoration,in the estimated annual amount of$3,000,000.00_The initial contract period starts on the date of award and terminates one year from that date contingent upon receipt and approval of insurance and applicable payment and performance guaranties. . . ................................................„... EXPLANATION OF REQUEST: Initial Bid Term:August 0,2018-August 7,2019 The purpose of this contract is to provide asphalt and sidewalk rehabilitation and associated work on an as needed basis per the specifications and requirements as defined within the bid documents. It is intent of the City to place order with the lowest priced bidder, designated as the Primary Vendor,the next low bidder will be designated as the Secondary Vendor.Purchase Orders issued under the Secondary award will be issued when the Primary Vendor voluntarily defers the Work,when the Primary Vendor is unable to perform or when the City determines that the Primary Vendor's maximum service capacity has Ifeen reached(based upon outstanding City Purchase Orders)and additional service capacity is still needed by the City to meet City's service timeframes. In the next 12 months,it is anticipated That Public Works Engineering,Utilities,and Facilities will use this contract for approximately$3 million worth of road and sidewalk rehabilitationlrepairs,parking lot sealcoating and parking lot construction. On June 15,2018,the City opened a total of six(6)submittals to this Bid.The submittal from Florida Blacktop,Inc.was deemed non-responsive for not meeting the minimum licensing requirements of the Bid. The submittal from Janice M. Riley, Inc. dba The Paving Lady was deemed non- responsive for failure to return Addendum No.1 as required by the Bid. In accordance with the terms and conditions of the Bid,the City reserves the right to make multiple awards for this Bid and to award to the vendor(s) whose bid represents the most advantageous bid to the City,prim and other factors considered.Awards may be made to a maximum of two(2) responsive,responsible bidders on an item-by-item basis or for all items,whichever is in the City's best interest. In order to establish the lowest responsive and responsible bidders for award of this Bid,Public Works Engineering staff took what they estimated to be a typical project for the City and entered each vendors unit price into a quantity take off for that project.The results showed that Atlantic Southern Paving and Sealcoating was the low responsive bidder(primary)and M&M Asphalt Maintenance, Inc.dba All County Paving was the second low responsive bidder(secondary). HOW WILL THiS AFFECT CITY PROGRAMS OR SERVICES? Many of the City's roads are over 20 years old and have exceeded their service life expectancy. As these roads age, they are requiring more maintenance(i.e.pothole and crack repairs). The award of this bid will allow staff to begin the process of rehabilitating the City's roads and thus add 15+ years to the road's service life and reducing maintenance costs. With less maintenance, staff time can be directed towards other facility maintenance projects. FISCAL IMPACT: Each requirement processed against this open-end contract will be funded by the appropriate funding source at the time of release. ALTERNATIVES: Reject all bids received.Resolicit the requirement.Require staff to perform these services in-house. STRATEGIC PLAN, 1 STRATEGIC PLAN APPLICATION: ` ) mlo -Ico l-� ) 00 CUMATE ACTION: No A CLI�TE ACTIO DISCUSSION: r Is this a grant? G ntmount: https://boyntonbeach.novusagenda.com/AgendaPublic/CoverSheet.aspx?ltemID=4400&M... 8/27/2018 Page 137 of 1197 The City of eeeeeeeeeeeeeeeeeeeeeee. r FtraaraeefProcurement Services P.O. an 310 Bay Lara Beach,Florida 33425-0310 Telephone Na: (561)742-6310 FAX (561)742-6316 August 15,207 Michael Curry,President Atlantic Southern Paving&Sealcoating LLC 301 W. Sunrise Iv . Sri , L 33313 VIA E-MAIL Tmjamescurry@atlanticsouthernpaving.00m REF:AWARD OF BID NO. 010-2512-1 /I —ASPHALT AND SIDEWALK REHABILITATION (ANNUAL CONTRACT) Dear Mr.Curry At the meeting of August 7, 2018,City Commission awarded the subject Bid to your firm.The initial term of the Contract will be from August 8,2018 thru August 7,2019. link to the approved en a item and associated backup may be obtained at the following link: h s:// oy onb ch. ov s en a.co /a ndaint nett over heet.aspx?item! = 00 eetin l =197 Please submit your company's Certificate of Insurance, in full accordance with the terms and conditions the Bid to my aftention at your soonest convenience. Please ensure that the City of Boynton Beach is listed on the Certificate a an additional insured. In addition, please submit Performance and Payment Bonds in the amount of$350,000. Upon receipt of the Performance/Payment Bonds, properly recorded in Palm Beach County records and Certificate of Insurance, we will provide you with a purchase order. The Contract Manager for this Contract is Garyun yer, City Engineer, Telephone: (561)742-6231 and e-mail:dunmyerg@hbfi.us. We would like to thank you for responding to this Invitation to Bid and we look forward to working with Atlantic Southern Paving&Sealooating on this requirement. Sincerely, Ilyse Triestman,CPPO, CPP Purchasing a r cc: Gary Dunmyer, MBA, P.E.,CityEngineer Central File File America's Gateway to the Gulf Strear Page 138 of 1197 E A� �9 m J. a Q S* e � 2 � E 21 E isgas �z It � a w m _Z LLLLI w N ° w m IS w me < M®a ®W ® 1.- vzw o anm a n� W� e OU z:) zw U3 ro yj C, LLI m�� o m S n i s -3h owl z� Page 139 of 1197 red r rteAddanna From: Dunmyer,Gary Sent- Friday,June 21,2019 1.13 P To. Greco-Arencibia,Adrianna ® Mendoza, Paola Subject: ASPS-1 -062119 Attachments: Proposal.pdf Adrianna, Please see the next item for Atlantic. Can you start processing it for a P . Paola, Adrianna is also working on a PO for MLK. Gary Gary Dunmyer, MBA, P.E, City Engineer Prablic Works, Engineering Flailing Address: P.0, Box 310 Boynton Beach, Florida 3342S Physical Address:3301 Quantum Blvd,, Suite 101 j Boynton Beach, Florida 33426 561-77-Ei 1. DunrnyerG@bbfl,raS ,t, boyntori-beach.org/ � 31, Please be advised that Florida has a broad public records law and all correspondence to me via email may be subject to disclos€a,e.Under Florida records law, email addresses are public records.'I herefore,youre-mailcommunication and your e-rnaii address may be subject to public disclosure. N i Page 140 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 191255 BOYNTON EACH, FLORIDA 33425-0310 DATE: 07/18/19 VENDOR 10777 SHIP TO: TO: SHI City of Boynton Beach 33 KNIGHTS BRIDGE RD ITS DEPARTMENT PISCATAWAY, NJ 08854 3301 QUANTUM BLVD. SUITE 101 BOYNTON BEACH, FL 33426 REOUISITdON NO. 74278 ORDERING DEPARTMENTIII's DATE NEEDED. BID NO: LOMMISSIONAPPROVE_D: ........................... ...... ................. EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 915. 00 EA ANNUAL SUBSCRIPTION LICENSE TO CB 20.8100 19041. 15 DEFENSE WITH cloud management console per Windows '..th desktop/latrop/servers servers w i i� premium.m . enance support. Includes Cb ljefi-,nse cloud..:. Volume. Tier::.. 100. 4 999. VEN1)QR' ITEM NO. - NG-WIN-PRM-1Y_T1 2 1. 00 EA ONBOARDING ASSISTANCE FOR No.: MORE 3163.'4100 3163.41 THAN 1 0®0 CB .D.e :ense licenses. Maximum :.of 16 urs of ::effort to beconsuMed no later :than 6 months ...t- .6m the .date <?f..Purchase. ..VENDOR ITEM NOW NG-PS-QS-IK 3 1. 00 EA ACCESS FOR ,ONE INDIVIDUAL TO THE 0001 00 CH DEFENSE Trning.vide. library VEa OR ITEM Na. - NG-VIDEO 4 1. 00 EA :CB DEFENSE ADMINISTRATION -:0 01 ' 00 TRAINING COURSE:, ACCESS to Cb .Defense deployment library and VIRTUAL; PUBLIC. seminars for 1 ::att6ndee for .: 90 days from date:. Of purchase. No. prereq.tasite course VENDOR IT No.. - ::NG-TRN-ADMIN . REMARKS: CB DEFENSE ANTI-VIRUS PIGGYBACK STATE CONTRACT ............... PROCUREMENT SERV1111 -----------m.--,..,. ACCOUNT NO. PROJECT 303-4101-580.64-14 IT1810 PURCHASING Page 141 of 1197 PURCHASE ORDER CITY OF BOYNTON FLORIDA BEACH, PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. #: 191255 BOYNTON EACH, ®ORIDA 33425-0310 DAT : 07/18/19 VENDOR 10777 SHIP TO: TO: SISI City of Boynton Boesch 33 KNIGHTS BRIDGE RD ITS DEPARTMENT PISCA,TAWAY, NJ 08854 3301 QUANTUM BLVD. SUITE 101 BOYNTON BEACH, FL 33426 _................u _._.. ___________ ______.__ REOCV F� O NO. 7i� "r ORDERING IDEPARTMENIF:: ITS DA-rE I EEDED: 8R0 NO: COMMISSION PPI[IOVE,U: _..m..._._______M_..ww� EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST #43230000-NASPO-I6-ACS; EXP. 4/7/20 QUOTE #17409630 TERM: ONE YEAR DO NOT MAILVO XTS W1:111, SEND TO VENDOR PROCUREMENT SEWCE& TRO,TOTAI: ACCOUNT NO. PROJECT 303-43.01-580.64-14 IT1810 PURCHASING Page 142 of 1197 CITY OF BOYNTON BEACH ® 4 Date, 7/16/2019 Requesting i Explanatioii The ITS Department is replacingt 'santi-virus i r Black ) Defense, a next-next- generation antivirus an int detection and response to stopmalware n- l r attacks. f s uses advanced ici models to analyzecomplete endpoft data uncover malicious behavior to stopI types of attacks before a systemis compromised. i s malware, ransomware, and non-malwareattacks. Prevents attacks automatically, II t Blocks emerging, c s that solutions may miss. I Dollar Amount of Purchase , Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy-Back Budgeted Item Emergency Purchase ter Contract Number: - - - NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source r 303-4101-580.64-14 Pje IT1 1 Approvals: Department Head _ t j Purchasing Agent Asst City Manager Date iyr Form e+rised 62101/02 Page 143 of 1197 W rd �0 W rd m 11 m 9 0 H �vr it, ev 0 0 9m E. 0 2 al w 0 F,U e4 4-J u 41 E r= 01 0) L) u 0 0 E4 ed w Id N4 P, oi 4) 0 a as LO Ix t4 [a In -3 m m E� Ix -4 z 114 v b... 0 C) 0 0 E-4 0-4 0 El 1�LA E� E. m to 14 W a H N 2 pq OI O W cl E. El E4 im 0 li 9z 0 WM I O (n w 4— El-al 0 0 � w pq k 4 u 0 cg k u M 0 L) E EQ 44 I U E4 m 0.'i 44 Q) W z z E� 40, 0 D3 H V m 4 M w A PZ H L; 00 0 :j 01 lul of I E® P, ImX IS 01 V. H4 F�d,d)'MH pn4 5Omlg 2 m 0 R.1.4 t M 0 A 113 Pl r W 9 11 El ril 14 0 w bi�n u a) to. H 0 L9 0 rj ri M X U) H M t4� Id �4 me M A 0 CHI W rpl� p 0 k—�w wl M cQ 0 11 w Idj 2 E IW4 P�41 v 1 1411 1" 0' 'a r_i N J=r H 0,r H U 110 0 ID .1 v 80 114,110, 00 Ell.0 0.0. Om u.0 mpg a_ M pl.,q P H 0 H D+I 0 H E� to H OF H 2 tn E,2 Lu�4 v E. .0 1 0 0 rl -H 00 r. u 000 ri hl 4-�Olu MID- 10 +W{, ra m 0 9�) 0' W R-8 R Mz (D.�4 A)I UU td4 0 (0 m 0 (pA H ri v 11 4 0 41 fa u ED on u v R4 H qy, ery W co Page 144 of 1197 O H Cd pq E. m m H E t RJ W pq �D o Id 4p 0 H E� Id I c2 H H Da uH 0 E� o a D El F Flo �Or= Id ra 91, wAo m uIm a.Ir Page 145 of 1197 Pricing Proposal Quotation#: 17409630 `V Created On: 7/10/2019 z Valid Until: 7/31/2019 City of Boynton Beach Inside coun Manager Charles t li Koo ki FL 290 Davidson Ave United States Somerset,NJ,08873 Phone: Phone:800-543-0432 Fax: Fax: 732-86 055 Email: StevensC@bbff.us Emat Kelsi—Komoroski@shi.com CII ere to order this quote All Prices are in US Dollar(USD) Product Qly Your Price Total 1 Annual subscription license to Cb Defense with cloud management console per 915 $20.81 $19,041,15 Windows desktopAaptop/servers with premium maintenance&support.Includes Cb Collective Defense Cloud.Volume Tier 100-999 Carbon Black-Part#:NG-WIN-PRM-1 Y-T1 Contract Name:NASPO Software VAR Contract P ADSP016-130651 Subcontract#:43230000-NASPO-I6-ACS-Software VAR Note:SHI Cost:$20.25+2%NASPO Markup,+,7%State Fee=$20.81 2 Onboarding assistance for no more than 1,000 Cb Defense licenses.Maximum of 16 1 $3,163.41 $3,163.41 hours of effort to be consumed no later than 6 months from the date of purchase. Carbon Black-Part#:NG-PS-QS-1 K Contract Name.NASPO Software VAR Contract M ADSP0I6-130651 Subcontract M 43230000-NASPO-16 ACS-Software VAR Note:SHI Cost:$3,078.00+2%NASPO Markup,+.7%State Fee=$3,163.41 3 Access for one individual to the Cb Defense Training video library 1 $0.00 $0.00 Carbon Black-Part#.NGAADEO Contract Name: NASPO Software VAR Contract#:ADSP0I6-130651 Subcontract M 43230000-NASPO-I6-ACS-Software VAR 4 Cb Defense Administration training course,access to Cb Defense deployment library 1 $0.00 $0.00 and VIRTUAL,PUBLIC seminars for I attendee for 90 days from date of purchase. No prerequisite course Carbon Black-Part#:NG-TRNADMIN Contract Name:NASPO Software VAR Contract#:ADSPO16-130651 Subcontract*43230000-NASPO-16 ACS-Software VAR Total $22,204.56 The products offered under this proposal are resold in accordance with the terms and conditions of the Contract referenced under that applicable line item. Page 146 of 1197 ---------------. �.M .. �. .... .._. _......."_." -- ........................................................ � ......M..s__.. -------------------- Contract n t Amendment Siale of Arizona 1,31ste Prcxurernerd Office ---....................................--- ..__mm---------T.................... Contract No—, DS 16-130851 1t1 N,15M Avenue,Suite 402 PAGE I Phoenk,AZ 85007 &n ndrnent No,: Three( ) t CONT TOR: 1 STATE AGENCY. S II Int rrM tlnn l Corp. AZ' P rlment of f I "tion 0 DavWson Ave. I State Procurement Offiicp Somermet, NJ 08873 1 100 N 150''Avenue,Suge 40 Pb. en „ , 85D07 CONTACT:Afton Tu ." O1 "t' u' Eric dell PHONE 425-974-5997 PHONE: (502)542-tt1 EMAIL:,dison fume i.corn Software Value Added Reseller ; . Pursuant to State of Arizona UniformTerms andConditions, Paragraph 5,Contract Changes,5.1 Amendments,the above referenced Contract shall be amended as follows. 1. The term of this contract is hereby extended through April 7,2020. . All other Terms,Conditions,and Pricing remain the same. P mitis Contract vi n e€�t I not bindinggainat^ " ttte Sito f Arizona unless signed an of the Contractor and(hen accepted in wriflng Ixy ars auftrlzed representative Dotard State" I Cr ntr ter heraby a kn des num-1pt wnd understandirr of The above room ed c n c t amendment is her�Vit: I the above rn ndmant, l execuQ d tar`s date by the State. AAAIA� 1/30119 ._. .. U%L!L fi d "x4'A' Msfina Mann ------------------ F'dn%—d+'`yp9 'Nome and inti " i Rinte yp Num anti".E� Page 147 of 1197 NASPO ValuePolnt PARTICIPATING ADDENDUM Software Value Added Reseller(SVAR) Administered by the State of Atizona(hereinafter"Lead State) Participating Addendum No: 43230000-NASPO-16-ACS-Software VAR SHI International,Corp. Master Agreement No:ADSPO 16-130651 (hereinafter'Contractor") And Florida Department of Management Services (hereinafter"Participating StatelEntity) Page 1 of 18 I. MASTER AGREEMENT TERMS AND CONDITIONS: a. Sco2e: This Participating Addendum covers the Software Value Added Reseller contract led by the State of Arizona for use by state agencies and other entities located in the Participating State authorized by that state's statutes to utilize State contracts with the prior approval of the state's chief procurement official. b. : Use of specific NASPO ValuePoint cooperative contracts by agencies, political subdivisions and other entities(including cooperatives)authorized by an individual state's statutes to use State contracts are subject to the prior approval of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the State Chief Procurement Official. IL PARTICIPATING STATE MODIFICATIONS OR ADDITIONS TO MASTER AGREEMENT: These modifications or additions apply only to actions and relationships within the Participating State. The following changes are modifying or supplementing the Master Agreement terms and conditions. a. Participating Addendum:As used in this document, "Participating Addendum" (whether or not capitalized) shall, unless the context requires otherwise, include this document and all incorporated Exhibits,which set forth the entire understanding of the Parties and supersedes all prior agreements. All modifications to this Participating Addendum must be in writing and signed by all Parties. All Exhibits attached and listed below are incorporated in their entirety into, and form part of this Participating Addendum. The Participating Addendum Exhibits shall have priority in the order listed: 1) Exhibit A: Contract Conditions, Florida General 2) Exhibit B: Contract Conditions, Florida Special 3) Exhibit C: NASPO ValuePoint Master Agreement Number If a conflict exists among any of the Participating Addendum documents, the documents shall have priority in the order listed below: 1) The Addendum 2) Florida Special Contract Conditions, Exhibit B 3) Florida General Contract Conditions, Exhibit A 4) NASPO ValuePoint Master Agreement Number, Exhibit C Page 148 of 1197 Page 2 of t b. pkgaorw.All contractors, dealers,and resellersauthortzert in the Participating State, as shown on the dedicated nntr nr(cooperative t e$am approved to provide salad and service support to participants in the NASPO ValuePoint Master Agreement. if resellers/partnors are tii Floridasty least one ride based business. The contractor's dealer participation YAH be in accordance with the terms conditions forth In o aforementioned Master Agreement. c. Orders: n execution of this Participating Addendum, customers in the Participating y purchase products ande n r the Master Agreement using this&ate of Florida alternate contractsource number 43230000-NASPO-16-ACS-Software VAR. Any order placed y a customer in the Participating ftte for a product and/or service available from e Master Agreement shall be deemed sale under(and governedthe prices and ether terms and conditions)of the Master Agreement unless the parties to the order agree in writing that another contract or agreement appliesto such order. d. Amendments: I modifications to this Parlilcipating Addendum are permitted.All W6e-ffi6id6d95to this Participating Addendumin writing and signed by both parties. NoWthstanding the order listed in section ii(b),amendments exe after the Parficipating Addendum is executed may expressly chan e the provisions of the ParticipatingAddendum.If they do so expressly, the most recent amendment vAll take precedenceover any1hing that is part of the Participating Addendum. IN WITNESS MiEREOF, the partiles have executed thisParticipating Adden rn as of the date of execution by both parties below. gnsturf sic, Ay :y �,J" xet a, �'�v��ik es s rN i ,, Via. of m$ F � r $ f sFPs Page 149 of 1197 Page 3 of 18 EXHIBIT A FLORIDA GENERAL CONTRACT CONDITIONS Table of Contents SECTION 1. DEFINITIONS. ................................................................ 3 SECTION 2. CONTRACT TERM AND TERMINATION......................—........ ...........................3 SECTION 3. PAYMENT AND FEES.............................--........ ..............................................4 SECTION 4. CONTRACT MANAGEMENT.............-................................—.............. ..........5 SECTION 5. COMPLIANCE WITH LAWS..............----.............--.—....................................7 SECTION 6. MISCELLANEOUS,......---.......... ...----...............................................®,...........8 SECTION 7. WORKERS' COMPENSATION AND GENERAL LIABILITY INSURANCE, AND INDEMNIFICATION................-.......... .................... ........................................... 9 SECTION 8. PUBLIC RECORDS , TRADE SECRETS, DOCUMENT MANAGEMENT AND INTELLECTUAL PROPERTY........--.............................................o --... ........--................-10 SECTION9. DATA SECURITY AND SERVICES,.... ....--...............................---..........,-..12 SECTION 10. GRATUITIES AND LOBBYING......................................—..............................-13 SECTION 11. CONTRACT MONITORING...........----.....--.......... ...... ...............-.............13 SECTION 12. CONTRACT AUDITS........... .......—...--........--.,...............................®,.....14 SECTION 13. BACKGROUND SCREENING AND SECURITY.......................... .......... ......15 These General Contract Conditions supersede and replace in their entirety all General Contract Conditions, Form PUR 1000,which is incorporated by reference in Rule 60A-1.002, Florida Administrative Code(F.A.C.) SECTION 1. DEFINITIONS. The following definition applies in addition to the definitions in Chapter 287, Florida Statutes, (F.S.) and Rule Chapter 60A-1, F.A.C.: 1.1 Customer. The agency or eligible user that purchases commodities or contractual services pursuant to the Contract. SECTION 2. CONTRACT TERM AND TERMINATION. 2.1 Initial Term. The initial term will begin on the date set forth in the Master Agreement or on the date the Participating Addendum is signed by all Parties,whichever is later. 2.2 Renewal. Upon written agreement,the Department and the Contractor may renew the Participating Addendum in whole or in part only as set forth in the Contract, and in accordance with section 287.057(13), F.S., and Rule 60A-1.048, F.A.C. Page 150 of 1197 Page 4 of 18 2.3 Suspension of Work and Termination. 2.3.1 Suspension of Work. The Department may, at its sole discretion,suspend any or all activities under the Contract, at any time, when it is in the best interest of the State of Florida to do so. A Customer may, at its sole discretion, suspend a resulting contract or purchase order, at any time, when in the best interest of the Customer to do so. The Department or Customer will provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor must comply with the notice and will cease the activities associated with any resulting contract or purchase order. Within 90 days, or any longer period agreed to by the Contractor, the Department or Customer will either(1) issue a notice authorizing resumption of work, at which time activity will resume, or(2)terminate the Contract or a resulting contract or purchase order. Suspension of work will not entitle the Contractor to any additional compensation. 2.3.2 Termination for Convenience. The Contract may be terminated by the Department in whole or in part at any time, in the best interest of the State of Florida. If the Contract is terminated before performance is completed, the Contractor will be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed an amount which is the same percentage of the Contract price as the amount of work satisfactorily performed.All work in progress will become the property of the Customer and will be turned over promptly by the Contractor. 2.3.3 Termination for Cause. If the Department determines that the performance of the contractor is not satisfactory,the Department may, at its sole discretion, (a) immediately terminate the Contract, (b)notify the Contractor of the deficiency with a requirement that the deficiency be corrected within a specified time, otherwise the Contract Will terminate at the end of such time, or(c)take other action deemed appropriate by the Department. SEC71ON 3. PAYMENT AND FEES. 3.1 Pricing. The Contractor will not exceed the pricing set forth in the Contract. 3.2 is Decreases. The following price decrease terms will apply to the Contract: (a)Quantity Discounts. Contractor may offer additional discounts for one-time delivery of large single orders. (b) Preferred Pricing. Consistent with the goals of section 216.0113, F.S., Contractor acknowledges and recognizes that the Department wants to take advantage of any improvements in pricing over the course of the Contract period.To that end, the pricing indicated in this Contract is a maximum guarantee under the terms of this clause. Contractor's pricing will not exceed, on an aggregate basis, the pricing offered under comparable contracts for public entities. Comparable contracts are those which are similar in size, scope and terms. The Contractor shall submit to the Department a completed Preferred Pricing affidavit form annually. (c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor must submit documentation identifying Page 151 of 1197 Page 5 of 18 the proposed (1)starting and ending dates of the promotion, (2) commodities or contractual services involved, and (3) promotional prices compared to then-authorized prices. 3.3 Payment Invoicing. The Contractor will be paid upon submission of properly certified invoices to the Customer after delivery and acceptance of commodities or contractual services is confirmed by the Customer. Invoices must contain detail sufficient for an audit and contain the Contract Number and the Contractor's Federal Employer Identification Number. 3.4 Purchase Order. A Customer may use purchase orders to buy commodities or contractual services pursuant to the Contract.The Contractor must provide commodities or contractual services pursuant to purchase orders. The purchase order period of performance survives the expiration of the Contract. The duration of purchase orders must not exceed the expiration of the Contract by more than 12 months. 3.5 Travel. Travel expenses are not reimbursable unless specifically authorized by the Customer in writing, and may be reimbursed only in accordance with section 112.061, F.S. 3.6 Annual Appropriation. Pursuant to section 287.0582, F.S., if the Contract binds the State of Florida or an agency for the purchase of services or tangible personal property for a period in excess of one fiscal year, the State of Florida's performance and obligation to pay under the Contract is contingent upon an annual appropriation by the Legislature. 3.7 Transaction Fees. The State of Florida,through the Department of Management Services, has instituted MyFloridaMarketPlace, a statewide eProcurement system pursuant to section 287.057(22), Florida Statutes.All payments issued by Customers to registered Vendors for purchases of commodities or contractual services will be assessed Transaction Fees as prescribed by rule 60A-1.031, Florida Administrative Code, or as may otherwise be established by law. Vendors must pay the Transaction Fees and agree to automatic deduction of the Transaction Fees, when automatic deduction becomes available. Vendors will submit any monthly reports required pursuant to the rule.All such reports and payments will be subject to audit. Failure to comply with the payment of the Transaction Fees or reporting of transactions will constitute grounds for declaring the Vendor in default and subject the Vendor to exclusion from business with the State of Florida. 3.8 Taxes. The State of Florida is not required to pay any taxes, including customs and tariffs, on commodities or contractual services purchased under the Contract. 3.9 Return of Funds. Contractor will return any overpayments due to unearned funds or funds disallowed pursuant to the terms of the Contract that were disbursed to the Contractor by the Department or Customer. The Contractor must return any overpayment within 40 calendar days after either discovery by the Contractor, its independent auditor, or notification by the Department or Customer of the overpayment. SECTION 4. CONTRACT MANAGEMENT. 4.1 Composition and Priority. The Contractor agrees to provide commodities or contractual services to the Customer within the manner and at the location specified in the Contract and any attachments to the Contract. Additionally, the terms of the Contract supersede the terms of any and all prior or contemporaneous agreements between the Parties. Page 152 of 1197 Page 6 of 18 4.2 Notices. All notices required under the Contract must be delivered to the designated Contract Manager by certified mail, return receipt requested, by reputable air courier service, email, or by personal delivery, or as otherwise identified by the Department. 4.3 Department's Contract Manager. The Department's Contract Manager, is primarily responsible for the Department's oversight of the Contract. In the event that the Department changes the Contract Manager, the Department will notify the Contractor. Such a change does not require an amendment to the Contract. 4.4 Contractor's Contract Manager. The Contractor's Contract Manager is primarily responsible for the Contractors oversight of the Contract performance. In the event that the Contractor changes its Contract Manager, the Contractor will notify the Department. Such a change does not require an amendment to the Contract. 4.5 Diversity Reporting. The State of Florida supports its diverse business community by creating opportunities for woman-, veteran-, and minority-owned small business enterprises to participate in procurements and contracts. The Department encourages supplier diversity through certification of woman-, veteran-, and minority- owned small business enterprises, and provides advocacy, outreach, and networking through regional business events. For additional information, please contact the Office of Supplier Diversity (OSD)at osdinfo@dms.myflorida.com. Upon request,the Contractor will report to the Department its spend with business enterprises certified by the OSD. These reports must include the time period covered, the name and Federal Employer Identification Number of each business enterprise utilized during the period, commodities and contractual services provided by the business enterprise, and the amount paid to the business enterprise on behalf of each Customer purchasing under the Contract. 4.6 RESPECT. Subject to the agency determination provided for in Section 413.036, F.S.,the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES THAT ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACTS ALL BE PURCHASED FROM A NONPROFIT AGENCY FOR THE BLIND OR FOR THE SEVERELY HANDICAPPED THAT IS QUALIFIED PURSUANT TO CHAPTER 413, FLORIDA STATUTES, IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 1)AND (2), FLORIDA STATUTES; AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESSE Tl CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THE STATE AGENCY INSOFAR AS DEALINGS WITH SUCH QUALIFIED NONPROFIT AGENCY ARE CONCERNED. Additional information about the designated nonprofit agency and the commodities or contractual services it offers is available at hftp://www.reVectofflorida.oLg. 4.7 PRIDE. Subject to the agency determination provided for in Sections 946.515 and 287.042(1), F.S., the following statement applies: IT IS EXPRESSLY UNDERSTOOD AND AGREED THAT ANY ARTICLES WHICH ARE THE SUBJECT OF, OR REQUIRED TO CARRY OUT, THIS CONTRACT SHALL BE PURCHASED FROM THE CORPORATION IDENTIFIED UNDER CHAPTER 946, F.S., IN THE SAME MANNER AND UNDER THE SAME PROCEDURES SET FORTH IN SECTION 946.515(2)AND (4), F.S.;AND FOR PURPOSES OF THIS CONTRACT THE PERSON, FIRM, OR OTHER BUSINESE ITY Page 153 of 1197 Page 7 of 18 CARRYING OUT THE PROVISIONS OF THIS CONTRACT SHALL BE DEEMED TO BE SUBSTITUTED FOR THIS AGENCY INSOFAR AS DEALINGS WITH SUCH CORPORATION ARE CONCERNED. Additional information out PRIDE and the commodities or contractual services it offers is available at hituLl/www.pride--enterprises.oM. SECTION ® COMPLIANCE WITH LAWS. 5.1 Conduct of Business. The Contractor must comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, state, and local agencies having jurisdiction and authority. For example,the Contractor must comply with Section 274A of the Immigration and Nationality Act,the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran's status. Pursuant to subsection 287.058(1), F.S., the provisions of subparagraphs 287.058(1)(a)-(c), F.S., are hereby incorporated by reference, to the extent applicable. 5.2 Governing Law and Venue. The laws of the State of Florida govern the Contract. The Parties submit to the jurisdiction of the courts of the State of Florida exclusively for any legal action related to the Contract. Further,the Contractor hereby waives any and all privileges and rights relating to venue it may have under Chapter 47, F.S., and any and all such venue privileges and rights it may have under any other statute, rule, or case law, including, but not limited to those based on convenience. The Contractor hereby submits to venue in the county chosen by the Department. 5.3 Department of State Registration. The Contractor and any subcontractors that assert corporate status must provide the Department with conclusive evidence, per section 607.0127, F.S., of a certificate of status, not subject to qualification, if a Florida business entity, or of a certificate of authorization if a foreign business entity and maintain such status or authorization through the life of the Contract and any resulting contract or purchase order. 5.4 Convicted and Discriminatory Vendor Lists. In accordance with sections 287.133 and 287.134, F.S., an entity or affiliate who is on the Convicted Vendor List or the Discriminatory Vendor List may not perform work as a contractor, supplier, subcontractor, or consultant under the Contract. The Contractor must notify the Department if it or any of its suppliers, subcontractors or consultants have been placed on the Convicted Vendor List or the Discriminatory Vendor List during the term of the Contract. 5.5 Contractor Certification. If the Contract exceeds $1,000,000.00 in total, not including renewal years, Contractor certifies that it is not listed on either the Scrutinized Companies with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to sections 215.473, F.S. and 215.4725 F.S, respectively. Pursuant to section 287.135(5), F.S., and 287.135(3), F.S., Contractor agrees the Department may immediately terminate the Contract for cause if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel during the term of the Contract. Page 154 of 1197 Page 8 of 18 5.6 Cooperation with Inspector General. Pursuant to subsection 20.055(5), F.S., Contractor, and any subcontractor to the Contractor, understand and will comply with their duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing. Upon request of the Inspector General or any other authorized State official,the Contractor must provide any type of information the Inspector General deems relevant to the Contractor's integrity or responsibility. Such information may include, but will not be limited to, the Contractors business or financial records, documents, or files of any type or form that refer to or relate to the Contract.The Contractor will retain such records for five years after the expiration of the Contract, or the period required by the General Records Schedules maintained by the Florida Department of State (available at: hftg:fldos.mvflorida.com/libra!)L-archives/records- manggementtgeneral-records-schedulesA,whichever is longer.The Contractor agrees to reimburse the State of Florida for the reasonable costs of investigation incurred by the Inspector General or other authorized State of Florida official for investigations of the Contractors compliance with the terms of this or any other agreement between the Contractor and the State of Florida which results in the suspension or debarment of the Contractor. Such costs will include, but will not be limited to:salaries of investigators, including overtime;travel and lodging expenses', and expert witness and documentary fees. 5.7 Inspection. Section 215.422, F.S., provides that agencies have five working days to inspect and approve commodities or contractual services. Items may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at the Contractor's expense. SEC'nON 6. MISCELLANEOUS. 6.1 Notice of Legal Actions. The Contractor must notify the Department of any legal actions filed against it for a violation of any laws, rules, codes, ordinances or licensing requirements within 30 days of the action in filed. The Contractor must notify the Department of any legal actions filed against it for a breach of a contract of similar size and scope to this Contract within 30 days of the action being filed. Failure to notify the Department of a legal action within 30 days of the action will be grounds for termination for cause of the Contract. 6.2 Subcontractors. The Contractor will not subcontract any work under the Contract without prior written consent of the Department.The Contractor is fully responsible for satisfactory completion of all subcontracted work. The Department supports diversity in its procurements and contracts, and requests that Contractor offer subcontracting opportunities to certified woman-, veteran-, and minorityrowned small businesses. The Contractor may contact the OSD at osdhelp&oms.mAlorida.com for information on certified small business enterprises available for subcontracting opportunities. 6.3 Assignment. The Contractor will not sell, assign or transfer any of its rights, duties or obligations under the Contract without the prior written consent of the Department. In the event of any assignment,the Contractor remains secondarily liable for performance of the Contract. The Department may assign the Contract to another state agency. 6.4 Independent Contractor. The Contractor and its employees, agents, representatives, and subcontractors are not employees or agents of the Department and are not entitled to the benefits of State of Florida employees. The Department will not be bound by any acts or conduct of the Contractor or its employees, agents, representatives, or subcontractors. The Contractor agrees to include this provision in all of its subcontracts under the Contract. Page 155 of 1197 6.5 Risk of Loss. Page 9 of 18 Until acceptance, risk of loss or damage will remain with the Contractor. The Contractor will be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims,the Customer will: record any evidence of visible damage on all copies of the delivering carrier's Bill of Lading; report damages to the carrier and the Contractor, and provide the Contractor with a copy of the carrier's Bill of Lading and damage inspection report. When a Customer or the Department rejects a commodity, Contractor will remove the commodity from the premises within 10 days after notification of rejection, and the risk of loss will remain with the Contractor. Commodities not removed by the Contractor within 10 days will be deemed abandoned by the Contractor and the Customer or the Department will have the right to dispose of it as its own property. Contractor will reimburse the Customer or the Department for costs and expenses incurred in storing or effecting removal or disposition of rejected commodities. 6.6 Safety Standards. All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State of Florida inspector. Acceptability customarily requires, at a minimum, an identification marking of the appropriate safety standard organization,where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels;the Underwriters Laboratories, and National Electrical Manufacture Association for electrically operated assemblies; and the American I I rs' Gas Association for gas-operated assemblies. In addition, all items furnished must meet all applicable requirements of the Occupational Safety and Health Act and State of Florida and federal requirements relating to clean air and water. 6.7 Ombudsman. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this office are found in section 215.422, F.S.,which include disseminating information relative to prompt payment and assisting contractors in receiving their paymentsi from y manner n a timely f m Customer. The Vendor Ombudsman may be contacted at(850)413-5516. a 6.8 Time is of the Essence. Time is of the essence regarding each and every obligation of the Contractor. Each obligation is deemed material, and a breach of any such obligation (including a breach resulting from untimely performance) is a material breach. 6.9 Waiver. The delay or failure by the Department or Customer to exercise or enforce any rights under the Contract will not constitute Waiver of such rights. 6.10 Modification and Severability. The Contract may only be modified by written agreement between the Department and the Contractor. Should a court determine any provision of the Contract is invalid, the remaining provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Contract did not contain the provision held invalid. SECTION 7. WORKERS, COMPENSATION AND GENERAL LIABILITY INSURANCE, AND INDEMNIFICATION 7.1 Workers' Compensation Insurance. To the extent required by law, the Contractor must be self-insured against, or must secure and maintain during the life of the contract,Worker's Compensation Insurance for all its employees connected with the work of this project, and in case any work is subcontracted,the Contractor must require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees engaged in work under the resulting contract are covered by the Page 156 of 1197 Page 10 of 18 Contractor's insurance program. Seit-insurance or insurance coverage must comply with the Florida Workers Compensation law. In the event hazardous work is in performed by the Contractor under the resulting contract or purchase order and any class of employees performing the hazardous work is not Protected under Worker's Compensation statutes, the Contractor must provide, and cause each subcontractor to provide adequate insurance satisfactory to the Department for the protection of employees not otherwise protected. 7.2 General Liability Insurance The Contractor must secure and maintain Commercial General Liability Insurance including bodily injury, Property damage, prod uct-liability, personal&advertising injury and completed operations. This insurance must provide coverage for all claims that may arise from the services, and operations completed under the Contract and any resulting contract or purchase order,whether such services or operations are by the Contractor or anyone directly or indirectly employed by them. Such insurance must include a Hold Harmless Agreement in favor of the State of Florida and also include the State of Florida as an Additional Named Insured for the entire length of the Contract and any resulting contract or purchase order. The Contractor is responsible for determining the minimum limits of liability necessary to provide reasonable financial protections to the Contractor and the State of Florida under the Contract and any resulting contract or purchase order. All insurance policies must be with insurers licensed or eligible to transact business in the State of Florida. The insurance must not be canceled for any reason except after thirty(30)days written notice to the Department's Contract Manager. The Contractors must submit insurance certificates evidencing such insurance coverage prior to execution of a contract with the Department. The Contractor must require its insurance carrier to add the Department to the insurance policies as an additional insured, as provided below: Florida Department of Management Services c/o Division of State Purchasing 4050 Esplanade Way, Suite 36060 Tallahassee, Florida 32399-0950 7.3 Indemnification. The terms and conditions of Section 14, Indemnification, of the Master Agreement shall govern for purchases made under the Participating Addendum. SECTION 8. PUBLIC RECORDS, TRADE SECRETS, DOCUMENT MANAGEMENT AND INTELLECTUAL PROPERTY. 8.1 Public Records. The Department may unilaterally cancel this Contract for refusal by the Contractor to comply with this section by not allowing public access to all documents, papers, letters or other material made or received by the Contractor in conjunction with the Contract, unless the records are exempt from section 24(a)of Article I of the State Constitution and section 11 9.07(l), F.S. Solely for the purposes of this section, the contract manager is thea ency custodian of public records, unless another is designated per(e), below. If, under a resulting contract or purchase order, the Contractor is providing services and is acting on behalf of a public agency, as provided by section 119.0701, Florida Statutes. The Contractor shall: (a) Keep and maintain public records required by the public agency to perform the service; Page 157 of 1197 Page•11 of 1 ( ) Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within reasonable time 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 are not disclosed except as authorized by law for the duration of the contract term and following the completion of the contract if the contractor does not trans r the records to the public agency; O Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the contractor transfers all public records to the public agency upon completion of the contract, the contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract,the contractor shall meet all applicable requirements for retaining public records.All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency; and (e) OF THE CONTRACTOR HAS QUESTIONSI I I ON OF CHAPTER 119, FLI CONTRACTOR'S To PROVIDE PUBLIC RECORDS RELATINGI T THE CUSTODIAN PUBLIC RECORDS AT THE TELEPHONE NUMBER, EMAILII NG ADDRESS PROVIDED IN THE RESULTING ORDER. 8.2 Protection of Trade Secrets or Confidential Information. If the Contractor considers any portion of materials made or received in the course of performing the Contract("contract-related materials")to be trade secret under section 812.081, F.S., or otherwise confidential under Florida or federal law, the Contractor must clearly designate that portion of the materials as"confidential"when submitted to the Department. If the Department receives a public records request for contract-related materials designated by the Contractor as "confidential,"the Department will provide only the portions of the contract-related materials not designated as"confidential."If the requester asserts a right to examine contract-related materials designated as "confidential,"the Department will nolffy the Contractor. The Contractor will e responsible for responding to and resolving all claims for access to contract-related materials it has designated"confidential." If the Department is served with a request for discovery of contract-related materials designated "confidential,"the Department will promptly notify the Contractor about the request. The Contractor will be responsible for filing the appropriate motion or objection in response to the request for discovery. The Department will provide materials designated"confidential"only if the Contractor fails to take appropriate action, within timeframes established by statute and court rule, to protect the materials designated s"confidential"from disclosure. The Contractor will protect, defend, and indemnify the Department for claims, costs, fines, and attorney's fees arising from or relating to its designation of contract-resat materials as"confidential." 8.3 Document Management. The Contractor must retain sufficient documentation to substantiate claims for payment under the Contract and all other records, electronic files, papers and documents that were made in relation to this Contract. Contractor must retain all documents related to the Contract for five years after expiration of the Contract, or, if longer, the period required by the General Records Schedules Page 158 of 1197 Page 12 of 18 maintained by the Florida Department of State available at:Ll�"fldos�-moridacom�/llbra 8.4 Intellectual Property. Unless specifically addressed in the Contract, intellectual property rights to all property created or otherwise developed by the Contractor for the Department will be owned by the State of Florida through the Department at the completion of the Contract. Any inventions or discoveries developed in the course of or as a result of services performed under the Contract which are patentable pursuant to 35 U.S.C. §101 are the sole property of the state of Florida. Contractor must inform the Department of any inventions or discoveries developed or made in connection with the Contract and will be referred to the Florida Department of State fora determination on whether patent protection will be sought for the invention or discovery. The State of Florida will be the sole owner of any and all patents resulting from any invention or discovery made in connection with this contract. Contractor must notify the Department of State of any publications, artwork, or other copyrightable works developed in connection with the Contract. All copyrights created or developed in connection with the Contract are the sole property of the State of Florida. SECTION 9. DATA SECURITY AND SERVICES. 9.1 Duty to Provide Secure Data. The Contractor will maintain the security of State of Florida Data including, but not limited to, a secure area around any display of such Data or Data that is otherwise visible. The Contractor will also comply with all NIP AA requirements and any other state and federal rules and regulations regarding security of information as applicable. 9.2 Warranty of Security. Unless otherwise agreed in writing, the Contractor and its subcontractors will not perform any of its value added services from outside of the United States, and the Contractor will not allow any State of Florida Data to be sent by any medium, transmitted or accessed outside of the United States. Notwithstanding any provision of this Contract to the contrary,the Contractor must notify the Department as soon as possible, in accordance with the requirements of section 501.171, F.S., and in all events within one (1) business day in the event Contractor discovers any Data is breached, any unauthorized access of Data occurs(even by persons or companies with authorized access for other purposes), any unauthorized transmission of Data or any credible allegation or suspicion of a material violation of the above.This notification is required whether the event affects one agency/customer or the entire population. The notification must be clear and conspicuous and include a description of the following: (a)The incident in general terms. (b)The type of information that was subject to the unauthorized access and acquisition. (c)The type and number of entities who were, or potentially have been affected by the breach, (d)The actions taken by the Contractor to protect the Data from further unauthorized access. However, the description of those actions in the written notice may be general so as not to further increase the risk or severity of the breach. 9.3 Remedial Measures. Upon becoming aware of an alleged security breach, Contractor's Contract Manager must set up a conference call with the Department's Contract Manager. The conference call invitation must contain a brief description of the nature of the event.When possible, a 30-minute notice will be given to allow Department personnel to be available for the call. If the designated time is not practical for the Page 159 of 1197 Page 13 of 18 Department, an alternate time for the call will be scheduled.All available information must be shared on the call. The Contractor must answer all questions based on the information known at that time and- answer additional questions as additional information becomes known. The Contractor must provide the Department with final documentation of the incident including all actions that took place. If the Contractor becomes aware of a security breach or security incident outside of normal business hours, the Contractor must notify the Department's Contract Manager and in all events,within one business day. 9.4 Indemnification (Breach of Warranty of Security). of Florida, its officers, directors, and emps pat The Contractor agrees to defend, indemnify and hold harmless the Department, Customer, theState loyeefor any claims, suits or roceedings relate breach of the Warranty of Security. The Contractor will includecredit monitoring services d to a i cost for those individuals affected or potentially affected b at its own period of time following the breach. y a breach of this warranty for a two year 9.5 Annual iflcation. The Contractor is required to submit an annual certification demonstrating compliance with the Warranty of Security to the Department by December 31 of each Contract year. SECTION 10. GRATUITIES AND LOBBYING. 10.1 Gratuities. The Contractor will not, in connection with this Contract, directly or indirectly(1)offer, give, or agree to give anything of value to anyone as consideration for any State of Florida officer or employee's decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or(2) offer, give, or agree to give to anyone anything of value for the benefit of, or at the direction or request of, any State of Florida officer or employee. 10.2 Lobbying. In accordance with sections 11.062 and 216.347, F.S., Contract funds are not for the purpose of lobbying the Legislature, the judicial branch, or the Department. Pursuant to subsection 237-058(6), F.S.,the Contract does not prohibit the Contractor from lobbying the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding the Contract, after the Contract execution and during the Contract's term. SECTION 11. CONTRACT MONITORING. 11.1 Performance Standards. The Contractor agrees to perform all tasks and provide deliverables as set forth in the Statement of Work and attachments to the Contract. The Department and the Customer will be entitled at all times, upon request, to be advised as to the status of work being done by the Contractor and of the details thereof. Coordination must be maintained by the Contractor with representatives of the Customer, the Department, or of other agencies involved in the Contract on behalf of the Department. 11.2 Performance Deficiency. The Department or Customer may, in its sole discretion, notify the Contractor of the deficiency to be corrected,which correction must be made within a time-frame specified by the Department or Customer. The Contractor must provide the Department or Customer with a corrective action plan describing how the Contractor will address all issues of contract non-performance, unacceptable performance, and failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. 11.3 Financial Consequences of Non-Performance. If the corrective action plan is unacceptable to the Department or Customer, or fails to remedy the performance deficiencies, the Contractor will be assessed a non-performance retainage equivalent to Page 160 of 1197 Page 14 of 1 10% of the total invoice amount or as specified in the Contract. The retainage will be applied to the invoice for the then-current billing period. The retainage will be withheld until the Contractor resolves the deficiency. If the deficiency is subsequently resolved,the Contractor may invoice the Customer for the retained amount during the next billing period. If the Contractor is unable to resolve the deficiency, the funds retained will be forfeited. 11.4 Liquidated s. The Contractor will promptly notify the Department or Customer upon becoming aware of any circumstances that may reasonably be expected to jeopardize the timely and successful completion (or delivery) of any commodity or contractual service. The Contractor will use commercially reasonable efforts to avoid or minimize any delays in performance and will inform the Department or Customer of the steps the Contractor is taking or will take to do so, and the projected actual completion (or delivery)time. If the Contractor believes a delay in performance y the Department or Customer has caused or will cause the Contractor to be unable to perform its obligations on time,the Contractor will promptly so notify the Department or Customer and use commercially reasonable efforts to perform its obligations on time notwithstanding the Department or Customers delay. The Contractor acknowledges that untimely performance or other material noncompliance will damage the Department or Customer, but by their nature such damages may be difficult to ascertain. Accordingly, any liquidated damages provisions stated in the solicitation will apply to this Contract. Liquidated damages are not intended to be a penalty and are solely intended to compensate for damages. 11.5 Force Majeure, Notice of Delay,and No Damages for Delay. The Contractor will not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes,fires, floods, or other similar cause wholly beyond the Contractor's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor will notify the Department or Customer in writing of the delay or potential delay and describe the cause of the delay either(1)within 10 days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or(2)if delay is not reasonably foreseeable,within five days after the date the Contractor first had reason to believe that a delay could result. The foregoing will constitute the Contractor's sole remedy or excuse with respect to delay. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages will be asserted by the Contractor. The Contractor will not be entitled to an increase in the Contract price or payment of any kind from the Department or Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor will perform at no increased cost, unless the Department or Customer determines, in its sole discretion,that the delay will significantly impair the value of the Contract to the State of Florida or to Customers, in which case the Department or Customer may(1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to commodities or contractual services subjected to allocation, or(2) purchase from other sources(without recourse to and by the Contractor for the related costs and expenses)to replace all or part of the commodity or contractual services that are the subject of the delay, which purchases may be deducted from the Contract quantity, or(3)terminate the Contract in whole or in part. SECTION 12. CONTRACT AUDITS. 12.1 Performancer Compliance Audits. Page 161 of 1197 Page 15 of 18 The Department may conduct, or cause to have conducted, either or both performance and compliance audits of the Contractor and subcontractors as determined by the Department. The Department may conduct an audit and review all the Contractor's and subcontractor's data and records that directly relate to the Contract. To the extent necessary to verify the Contractor's claims for payment under the Contract, the Contractor's agreements or contracts with subcontractors, partners or agents of the Contractor, pertaining to this Contract, may be inspected by the Department upon 15 days' notice, during normal working hours and in accordance with the Contractor's facility access procedures where facility access is required. Release statements from its subcontractors, partners or agents are not required for the Department or its designee to conduct compliance and performance audits on any of the Contractor's contracts relating to this Contract. The State of Florida's Chief Financial Officer and the Office of the Auditor General also have authority to perform audits and inspections. 12.2 Payment Audit. Records of costs incurred under terms of the Contract will be maintained. Records of costs incurred will include the Contractor's general accounting records, together with supporting documents and records of the Contractor and all subcontractors performing work, and all other records of the Contractor and subcontractors considered necessary by the Department, State of Florida's Chief Financial Officer or the Office of the Auditor General for audit. SECTION 13. BACKGROUND SCREENINGSECURITY. 13.1 Background Check. The Department may require the Contractor and its employees, agents, representatives and subcontractors to provide fingerprints and be subject to such background checks as directed by the Department. The cost of the background checks will be borne by the Contractor. The Department may require the Contractor to exclude the Contractor's employees, agents, representatives or subcontractors based on the background check results. In addition,the Contractor must ensure that all persons have a responsibility to self-report to the Contractor within three calendar days any arrest for any Disqualifying Offense. The Contractor must notify the Contract Manager within 24 hours of all details concerning any reported arrest. The Contractor will ensure that all background screening will be refreshed upon the request of the Department for each person during the term of the Contract. 13.2 E-Verify. In accordance with Executive Order 11-116,the Contractor agrees to utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired during the term of the Contract for the services specified in the Contract. The Contractor must also include a requirement in subcontracts that the subcontractor must utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. In order to implement this provision, the Contractor must provide a copy of its DHS Memorandum of Understanding (MOU)to the Contract Manager within five days of Contract execution. if the Contractor is not enrolled in DHS -Verify System, it will do so within five days of notice of Contract award, and provide the Contract Manager a copy of its MOU within five days of Contract execution. The link to -Verify is provided below. htt .# .uscis..goy/e-verify. Upon each Contractor or subcontractor new hire, the Contractor must provide a statement within five days to the Contract Manager identifying the new hire with its E-Verify case number. 13.3 Disqualifying Offenses. If at any time it is determined that a person has a criminal misdemeanor or felony record regardless of adjudication (e.g., adjudication withheld, a plea of guilty or nolo contendere, or a guilty verdict)within the last six years from the date of the court's determination for the crimes listed below, or their equivalent in any jurisdiction, the Contractor is required to immediately remove that person from any position with access to State of Florida Data or directly performing services under the Contract. The disqualifying offenses are as follows: Page 162 of 1197 (a) Computer related or information technology crimes Page 16 of 18 (b) Fraudulent Practices, false Pretenses and frauds, and credit card crimes (c) Forgery and counterfeiting (d) Violations involving checks and drafts (e) Misuse of medical or personnel records (0 Felony the 13.4 Corn rn u nication-s and Confidentiality. The Contractor agrees that it will make no statements, Press releases, or publicity releases concerning the Contract Or its subject matter or otherwise disclose or permit to be disclosed any of the data or other information obtained or furnished in compliance with the Contract, or any particulars thereof, The Contractor must Department designated contact Person and securing prior written consent. act during the period of the Contract,without first notifying the Department's Contr Manager or the maintain confidentiality of all confidential data, files, and records related to the services and commodities provided Pursuant to the Contract and must comply with all state and federal laws, including, but not limited to sections 381-004, 384.29, 392.65, and 456.057, F.S,The Contractor's confidentiality Procedures must be consistent with the most recent version of theDepart ent security Policies, protocols and Procedures. The Contractor must also comply with any applicable professional standards with respect to confidentiality of information. Page 163 of 1197 Page 17 of 18 ExHiprr s FLORIDA SPECIAL CONTRACT CONDITIONS This Exhibit contains the Special Contract Conditions. If a conflict exists between the Special Contract n Conditions and the General Contract Conditions,the Special Contract Conditions shall take Precedence over the General Contract Conditions unless the conflict Conditions is required by Florida law, in which case the General Con conflicting term in the General Contract precedence. tract Conditions term will take Special Contract Conditions are as follows: Section 1 Scope All products and services offered under this addendum must be in compliance with the Master Agreement scope. Failure to adhere to Master Agreement scope, may result in addendumtermination and the reimbursement of reprocurement costs in accordance to 60A-1.006 F.A.C.. I Section 2 Information Technology(17)Standards Pursuant to sections 282.0051 and 282.318, F.S., the Agency for State Technology(AST)has established information technology standards for security, project management and oversight. State agencies shall ensure compliance with AST standards as established in Rule Chapter 74-1 and 74-2, F.A.C, as applicable. Section 3 Delays and Complaints Delivery delays and service complaints will be monitored on a continual basis. Documented inability to perform under the conditions of the contract, via the established Complaint to Vendor process(PUR 7017 form), may result in default proceedings and cancellation. Section 4 Monthly Transaction Fee Report The Contractor is required to submit monthly Transaction Fee Reports electronically through MFMP VIP. All such reports and Payments shall be subject to audit. Failure to comply with the Payment of the Transaction Fees or reporting of transactions shall constitute grounds for declaring the Contractor in default and subject the Contractor to exclusion from business with the State of Florida. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and Vendor training presentations available online through MFMP U on the MyFloridaMarketPlace website(located at httn:// ms.mvflori .com/mfol.o lillr�rl!:: rj 1 1 -mvflorida.com/m available from the MyFloridaMarketPlace Customer Service a----fmP-1- Assistance is also Desk at feeprocessing@mytloridamarketplace.com or 866-F - PO (866-352-3776) between the hours of 8'00 AM to 6:00 PM, Eastern Time. Section 5 Quarterly Sales Reports Each Contractor shall submit a sales report to the Department on a Quarterly basis. Contract Sales Reports must include the Contractor's name, the dates of Quarter covered, each Customer's name, services provided, and the amount paid by the Customer. Initiation and submission of the Contract Sales Reports are to be the responsibility of the Contractor. The Contractor will submit the completed Sales Report forms by email to the Department Contract Manager no later than the due date indicated in Section 10. Submission of these reports is considered a material requirement of this Contract and the Contractor. Page 164 of 1197 Page 18 of Failure to provide quarterly sales reports, including those indicating no sales, within thirty(30)calendar18 days following the end of each quarter(January,April, July and October) is considered as Non- Performance by the Contractor. Exceptions may be made if a delay in submitting reports is attributable to circumstances that are clearly beyond the control of the Contractor. The burden of proof of unavoidable delay shall rest with the Contractor and shall be supplied in a written form and submitted to the Department. The Department reserves the right to request additional sales information as needed. Section 6 Quarterly Reporting Timeframes Quarterly reporting timeframes coincide with the State Fiscal Year as follows: Quarter I -(July-September)—Due by October 10 Quarter 2-(October-December)—Due by January 10 Quarter 3-(January_ arch)—Due by April 10 Quarter 4-(April-June)—Due by July 10 Section 7 Business Review Meetings The Department reserves the right to schedule business review meetings as frequently as necessary. The Department will provide the format for the Contractor's agenda. Prior to the meeting, the Contractor shall submit the completed agenda to the Department for review and acceptance. The Contractor shall address the agenda items and any of the Department's additional concerns at the meeting. Failure to comply with this section may result in the Contractor being found in default and contract termination. Section s Contract Revisions Notwithstanding General Contract Conditions the following types of revisions can be made to the Contract upon written authorization by the Department: a. Contractor's Information and Contacts b. Contract Manager c. Contract Report Forms Only the above-listed provisions can be made without a formal Contract amendment. Florida General Contract Conditions, section 6.10, applies to all other modifications to the Contract. T Ai P Tl-II PA IS l TENTI ALLY LEFT LAND, Page 165 of 1197 ATTACHMENT C - COST PROPOSAL The Cost Proposal will be evaluated independent of other sections of the OfferOT's response. The cost PMPOsal is to be submitted as a Separate document. Do not embed cost proposal in the technical propo I response.Any narrative explanat,, sa COST PROPOSAL. Offeror shall on Of the Pricing Sheet forms is to be submitted as pan of Anachm t C Provide pricing that includes en and related services,including but all costs associated with the responsibilities expenses,transaction fees,overhen]lot limited to, freight and delivery, cost Of materials and product,travel erec " d,PrefIts, and other costs or expenses incidental to the Offeror's Labelyour response ­14YTjCHMEATC COSTPROPOSAL C ompanYname SHI Romponse. SHI is Pleased to offer NPO ValuePoint an aggressive pricwhich will in advantageous pricing for all NASPO ValuePoint members. Thiscost-plus pricing ing modelmodel Will stand the testresult of time because pricing is aggressive for our entire range of current software offerings, as well as for all future offerings. Our markups are maximum or"not to exceed"markups, and there may be times when we are able to reduce the markups further. As instructed, the markups proposed within Our Cost Proposal are inclusive of the 0.25% NASPO ValuePoint Administrative Fee. In order to offer each Participating State the best Possible pricing, we did not incorporate any State-Specific Administrative Fee(including the State of Arizona 1.0% fee)into the pricing model proposed within Attachment C1. Any State Administrative Fees will be added to the markups in Attachment C1 to arrive at that State's pricing model: we do understand that the fees may not be charged in the form of a separate line item, We would be happy to provide separate markup schedules per State and inclusive of any applicable Administrative Fees upon request. Additionally, in order to offer each contract user the best Possible pricing, we did not incorporate credit card fees into the pricing model proposed within Attachment C1. For customers who wish to use credit cards, the credit card transaction cost will be added to the markups in Attachment C1 to arrive at that custom er's markup for the credit card transaction. With regard to Services, as detailed throughout our RFP`response, SHI is pleased to offer a substantial amount of value-added services at no cost to NASpo ValuePoint customers, We also have the resources available to provide fee-based in-scope services for those customers who require additional assistancebeyon SHVs free service offerings. Those fee-based services are described w4hin Attachment C2. d As mentioned In our Proposal, SHI's offering to NASPO valuspoirit consists Of thousands Of Software Publishers for whom we are already authorized (and currently Providing to NASPO ValuePoint customers),that somas e well as additional Publishers requested by NASPO ValuePoint customers in the future. Plea se, nate publishers or service Providers will require additional Paperwork to be signed in order for contract users to access the most advantageous pricing and licensing options. When that is the case, SHI will work with the contract users to advise them of the publisher's Paperwork requirements and walk them through the Process to COMPIete the documentation. Our goal is to provide a comprehensive software offering, so that this contract is valuable and easy to use for all Participating States and contract users, throughout the contract term. Page 166 of 1197 ATTACHMENT C1 - PRICING SUBMISSION SHEET NASPO VALUEPOINT 30FTWARE VALUE-ADDED RESELLER(8VAR) PUBLISHERS MARKUP/DOWN Proposer must be certifiedThe price to Authorized Purchaser Note:All markups include& as a direct reseller for all Key Itemized ValuePoint calculated(Ais using the O.2S%NASD Publishers. Direct reseller certification is preferred for Other Itemized follow inP)g formula:"Reseller Cost,, Administrative Fee. Any publishers +{"Reseller Cost,-x additional State W. "Markup/down") Administrative Fees will be added to these markups. PROPOSER INSTRUCTIONS. 0 75% LL Enter a percentage markup of 'E markdown for each line in t VRE ........ column D. This is the Al SQUARED markup/down at which AIRWAT'CI MOBILE DEVICE MA im T VMWARE- 100% proposer is offering to NAG I the ALLIANCE ENTERPRISES 1.00% provide the stated Publishers' s' Percents b APPLE ISO% titles. Percentages may be TlACFiI -5 ma listed Z' 100% provide to two decimal points. MICROFOCUS AUTODESK 1-00% AUTONOMY-HP 150% BAKBONE DELL1.00% BARRACUDA 1.50% BONIGAR RFMOTE SOFTWARE 100% CIA TECHNOLOGIES 100% CISE6 1.50% COMPUTRONLk USA 150% COMPUWARE 100% CORE L 1.50% POUBLETAKE 100% EMC 1.00% .EEOC! OACE 1.50% ESET 1,00% ESI 1-00% FREEDOM SCIENTIFiC 1.00% GUARDIAN EDGE-5y MA' NTEC 1,00% C_W MICRO O.SD% IBM 1.00% ICM CONVERSIONS 1,50% INFOR 1.00% INTERMEDIX EMSYSTEMS 1.00% HP 1.5DY. HUMANWARE 1.00% INFORMATION BUILDERS 1,00% KRONOs SOM AtARE 1Z0% LANDESK 1.50% LASERASCHE 1.501 UQUIDWARE STATOSPHERE 1.00% MICROFOCUS INC 1.00% 150% Page 167 of 1197 ATTACHMENT Cl � PRICING SUBMISSIOEI SHEET NASPO VALUEPOINT SOFTWARE VALUE-ADDED RESELLER(SVAR) MINJET mps 1.00 _ . SO:MQARE bi. _ . :....., s BARE NCIRCLE 4 r 100% 15 001.,5 % EJToi NUANCE 1.0 ORACLE 2 501 . SAM 1.59 PASSPORT 1.50% PAT HLINK, I,GD 6 p11 €p1T 1,00 RSA SECURITY REFERENCIA S�' T S 1,Sb SAP AM Ri A -- .. f ,.... 100% SAS _. �� _._.._.._ 150% SOicTJO �NSSOFTWXRE x.5b v. . ,STASEEKER fV �{�;l FRASTRU T MONITORING 150% ST€LLE T g . ' "' .. .0ar� SI NGU RCs 150% SY ASE 100% T€CHS IT9i LOO TREND MICRO 1.00% f. `CRUS ARE 15 ULTRARAO 1.50 V R 'fETM 1-00% WEOSENS _ 1.00% MY other non-3ist d pubtrsh1,50% 2.00% Page 168 of 1197 -ATTACHMENT C2-PRICING SUBMISSION SHEET-SERVICES NASPO VAWEPOINT 3ervice being Offered as aSOFTWARE VALUE-ADDED RESELLER (SVAR) Solderete Charge Sr.services prvid__ m_Scope _ — - ere services Rafttlrmlt Services Provider-In-scope software Services 220.00 Hourly Sr.Project manager-.qnfh.are $ 182.00 Hourly Project manager-SO re 220,00 Hourly Sr.Engagement Manager-software $ $ 182.00 Hourly As established by the software publish 220.00 Hourly 'r,depending upon services required. services Performed by a So L the involvement o ftwar@ Publisher may require f an SH,Project Manager. Final Services pricing Publisher Provided�In.Scope wil be supplied by sHI,and will be inclusive of contract TBD(maybe hourly,annually, Software services diministrative fees and any applicable Project As seta ase y t Management fees. Per project,or other according eT , Party ervices Prove er, epening 10 Publisher's rings) Third Party Provided-In-Scopesuliaray 11Y.annually, Seftware Services Or according rty As detailed throughout our RFP response,SHI IS pie vider's customers- We also have the n a amount Of value-added services at no cost to resources available to Provide fee-based in-scope services for those customers who NASPO ValuePoint beyond Slips free service Offerings Those fee-based services are described above. require additional assistance Inshuc-dons- I-Under Column A.Service being Offered as a Separate Charge 2. Under Column 13.indicate Rate State the name of the Service and Provide a description1 3. Linder Column C.indicate Unit Of Measure(e-g.Per Hour,Per Project,Per Month,etc.) of heService. Page 169 of 1197 Sow e Value Added Reseller(SVAR)/Alternate Contrar 't Source/State Contracts and... Page I of 2. Skil Q_Majt!_Qnttt t DepartMent Of Managernent Services of Mana Pm2fl— rvicgs t ur TM 'LlLckgo-q > state >AL 0115 > tq!LQ2j-_C' 'OaL t ELL— tate << &q-LLLrn > Software value AddedReseller(s_VA�j) SOftware Value Added Reselter (SVAR)43230000-IYASPO-:L6-ACS-SVAR ContraCt Details Effective Period 12/06/2016 through 04/07/2020 Contract TVpe Alternate contract Source * -Contractors Contract Information o ELIc-inq How t C h use e Tis'- This 0 n tract (r 235.35 KB) contract (F' 106.94 KB) Contract DOCuments 'a s terLAree m�en t. Partici atin Addenda P Contract 0 Zoe Seale Administration * i50-0-1214 zoe.. lie �dms. r da !�ea -con'l f'o i L Please r Us ase re e to -How�t ,.i t". Commodity Codes Please refer to -How to Use�Thkjjs Contra section above Contract I f the C��,� Additional information _......c in. Customers interested in LarahS01t Products Please use ACS 252-GSA, GSA Schedule 70 - Information Technology Equipment, Software&Services, specifically GS-3517-0119y, Description This Alternate contract Source includes commercial off-the-shelf software, Software maintenance support, basic installation/De-installation, training, value-added services, and mainframe-related & services. The awarded vendors will also honor existing volume and enterprise license agreements. Maintenance and support Packages will be Offered On licenses already owned by agencies or Other users. Benefits • Wide variety Of software and services • Best In class pricing • Statewide coverage I Pre-Sale Advisement services Provided at no charge Document reader download link htt'p'://Www-dm'-MYflorida.COM/bUsiiiess operations/state Purchasng/state contracts and... 7/15/2019 Page 170 of 1197 Q= rts �ati - fir' ` Y int Key Iternized Adobe Any OtherNon-Listed PublisWer i Citrix 1.2% 2,7 Microsoft 1.45% r' Novell( icro Focus) 0. S rrrantac .2 ware 1. . 5 Other Itemized Ai Squared Air atch .7 Alliance Enterprises 1.7 tj AI 2.2 Attachrnat (Micro Focus) �7 Autodesk 1.7 Autonomy(SP) 2.2 A7 Rakbone(Deli Quest) Barracuda 2..2 7 orSar 1. e CA Technologies Cisco .2 , 4 omputronix 2.2 COrnPuware 1.7 1 Corel 2.2 Double-Take .7 EMC 1.7 enChoice 2. ESET 1e EI 1.7 Freedoms Scientific 1.7 Guardian Edge(Syrriant c) .7 GW micro 1. IBM . ICM ocurnent Solutioris .2 Infor .7% Intermedix EMSyterns 1,7 HP 2.2 Flurnanware .7 Information Builders 1.7 itronos 1.7 LANDESK Yvantil 2.2 Laserfiche 2. Liquiar 107 1. Page 171 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 . BOX : 191256 BOYNTON BEACOH, FLORIDA 33425-0310 DATE:#07/18/19 VENDOR 6039 SHIP TO: TO: C & N ENVIRONMENTAL CONSULTANT City of Boynton Beach 5942 CENTER ST. RECREATION ADMINISTRATION JUPITER, FL 33458 3301 QUANTUM BLVD. SUITE 101 BOYNTON BEACH, FL 33426 p syr REQUISITION NO 74305 ORDERING DEPARTMENT. RECREATION & PARKS i DATE NEEDED: COMMISSION APPROVED: BID NO: v .. LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION EXTENDED UNIT COST COST 1 11990 . 00 DL EXOTIC VEGATATION ERADICATION 1 . 0000 11990.00 INCLUDING CUT/HERBI Gide treatment and. removal of biomass. All exotic plant spec.Zes .listed by :the Florida Exoti<c. Plant Council Category I & II addressed in the Galaxy: Scrub Preserve & Buffer Per the June: '201. 2019. Revised City of Bo ..nton Beach Scope of [fork (SOW w;zthh Specifications attached. Appropriate manual & herbicide treatment will be applied to all 'exotic and .native nuisance vegetation within the understory: Work will be directed by. a state licensed Natural Areas Herbicide Applicator: Biomass/cut debris will be taken to the swale on. NW 8th Ave on the north side of the property for disposal: Reproductive plants will be bagged . before disposal off, the property.. Job estimated to take 8 days. with: Fl Licensed Herbicide .Applicator, 64 hours. Eradication Crew 64. hours. REMARKS: GALAXY SCRUB PARK ENHANCEMENT PHASE II QUOTE/JOB #19-022 PROCUREMENT SERVICES: 3 -7 P 0 TOTAL: 11990 00 ro. ACCOUNT NO. PROJECT 141-2730-572 .63-12 i r PURCHASING Page 172 of 1197 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $101,000 Date: 7/17/2019 Requesting Department: Recreation and Parks Contact Person: Wally Majors Explanation for Purchase: Exotic vegetation eradication including cut/herbicide treatment and removal of biomass. All exotic plant species listed by the Florida Exotic Plant Council Category I & II addressed in the Galaxy Scrub Preserve & Buffer Per the June 20, 2019 Revised City of Boynton Beach Scope of Work (SOW) with Specifications attached. Appropriate manual & herbicide treatment will be applied to all exotic and native nuisance vegetation within the understory. Work will be directed by a state licensed Natural Areas Herbicide Applicator. Biomass/cut ut.�s will be taken to the swale on NW 8th Ave. Job estimated to take 8 days. Recommended Vendor C &N Environmental Dollar Amount of Purchase 11,990 Source for Purchase(check and attach backup materials): Three Written Quotations F GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy-Back Budgeted Item Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Approvals: - Department Head Date Purchasing Agent � ,° �/� Date `7,4�1�7 Asst City Manager Date City Manager ,_��� � ®.�. ... Date Form Revised 02/01/02 - - Page 173 of 1197 D, m r-I M a p [� r uA]ZU i zF-q Oi o 0 Z W W a ( , m' 0rn I a ' zoo ri ri PFJ q i W Q1 E' ' I I OE4£ Pi z Id HZO A Wz� wz(34 HW i ( • 1 �>V 1 � I Ml C7 I zUWA a® a oM A no OnH i o Wto U WO , o C�CD ( •1 H a U i m o I a% I I W HW i a% 0) WI W I "`1 p Z O ; F I M w Z HO i 0 fl 01 0Oo i Z a ro � d W W H O c o o , O FC O U Z I H O EI O O O I H >w-I CD ' O H r-I N N I a' V O W U I H 15 H 01 H W �+ x M I U) (Yi " El I fx 04 I--( fJ.' I 7'-I f1( wi Q a I Q I O W Z z-, fY) I W I ZI Ir3LI FD w rx W O rx O W4fx E�-I o ' > I z Ix a H W COf� Ell+ i O i W H >� Q W I Ea z o H w • E+ H w w w al -I a w w� > w z z R'i A I I ul I H Q I W W HU �U 0 41 0i Oda A u]Z ul W-qsJ 3rA-r C4-I � I O H CA0 CW7 WO0X rA0O O>, vU U Z x X-1 -4 Di�-Q>C U 14 1J-i O a 0 W � E- rd o rt N N •-i Sa T9 rd, l H (do�� 4J 3-IfdONE0, iU H rAUONa4 r-A (do3ater♦a 4 O a w I U r-I-ri N 1 rN 1J 41 W O m4j�' 17 cd Q W(d p z m W H U' Oci (d SJ UUQ,ANN I A Zi •X 4J N 4-1-r-I O (d-r-14 Z') H W F4 0�4 41 C r-1.1J 0 0,Q r-I Iq AA •�) am r-0) LL ri>1Q, 4A OU •9O (d N-10 0 W044Q -0 F,)- mL. a I-4 E ro ;J Q,W v sJ �KZU O•ri'bh U 4-1 r-I P, a H m I Z-r-1 4 N U 04-1 3 d1 N C O-r•1>,Q)0 O I '•�"' I H A 0 W W U)R(,'Q, 4--)PO 0 3 1-I`�',Sy U , Zi I r-I W4 Q,f:U-r1.k'47 4 U I WQ H H ZGad)1JN ,11. •(d OU(dT)WU�)dWZ R, I 00 ki U rO -r- 4-r-1 4 J-ri.LJ Q,U)tD P:O I E, A I H QMS40WN1J-.-',Q rA0OW �H I � H r-I A T)N d)4 A cdb S4 4) (d S4 q 3 CO E, P cnW (d 4J(d 134 M U U (1),Q 4 r-I Q,0 W A g R' > (d-i Q)Q)x N Q, U S4Z E'I I O O I H O>+H S4 Q N,A= r-I ti d)-ri U fX W , HN1J 104 rj 0 -riW Wr-iONa 4Ub H04 E EI ESQN 44u(d 3>H(d-r1 r�>jJ r 'W K� Ff'i I �4 ro Is 44 C, d)3 •rl r-i 0 W> I W W W 0) �:J>r W U W-ri l4 U 4J 4-I rs-ri A U U I r04JHMOC.0U^:4W404-I 4JHIZ w W ZoEQ PUONq -ri�JQO ••(du) N O(d-ri>"d -i E rd r i ka Ci .Q U(9]A h: (X I H ri,t.1 44 4J U W S-((d�C.'O I--i 1-1-H Q W , I Ei„ o 0 0(d(d-ri o s4 pq O Z , 4 N d)N 4>rri S-1 C fd -Q)o �4I Ln H O I 04jufdW-H-ri�N>.ZQU�W>04 M W> A o Z E-1 H I W(dNUNUUd)>``I UIS •- Ird •E+o HO O < E I >v Q, �i �TS•ra OTS�rG-I CS WHA Cl) H r) P, I S4 W r1 R,r0 Q,ri J-I J-J W W (d S4 Q X I r Ei O H I U 41 •.-I N ,L COCA U(d W W i W�00 10 0 I OU-1-1 H I-a W 1 H 4J U.Q W -r♦I.�4 r W 4 J O}4 O A U ' L) IV H O u ( E(oCCQ•riQA WQ)E0DQ,Oa),��na H O'd fd::1 N>4-)S4 ro Tf U O CO 4a•s! O A E+CY AU W i >q•r(r1 o U N-ri W q q 1-ri 3-r1 U U u) (d'I+ w W W U Q, U)fx 3,O(d r-I M z T)A 1J tD x Z a I ri W I-7 z I a I Page 174 of 1197 Recreation & Parks Department PURCHASE REQUEST DATE 7/17/19 SECTION: Recreation and Parks PURPOSE/JUSTIFICATION/PROJECT: Ga-laxy Sc.rub Park Enhancement Project Phase 11 ITEMS: (if more than 4 items, attach company's order form which will be sent w/p.o.) qqsc- ion Item# Quantit Price each 1. SEE ATTACHED 11,990.00 2. 3. 4. PURCHASING $ 0-$499 no quotes required-use credit card if vendor accepts GUIDELINES: $ 500-$11999 SVR L QUOTES(contact name&phone number required) $ 2,000-$24,999 3 WRITTEN QUOTES (items over $10,000, must complete and attach the Reqcrest for Purchases over$10,000 form) $ 25,000&Up FORMAL SEALED BIDS BY PURCHASING Purchase of a single item over$750 must be made using a capital account(60 series) PRICE QUOTES (check one): VERBAL: L� ITTEN: = (attach quotes) COMPANY NAME PHONE# REPRESENTATIVE AMOUNT 1. C& N Environmental Consultants Inc 561-744-7420 Cheryl Carpenter 11,990.00 2. Environmental Quality Inc 561-575-6778 Katharine Murray 12,500.00 3. DGC Environmental Services Inc 772-467-9224 12,000.00 1---L Check here for return of purchase order; return to VENDOR NAME: C & N Environmental Consultants Inc VENDOR# 6039 ADDRESS: 5942 CenStreet (if vendor not in system,a completed w®9 must be attached) ter PHONE#: 561-744-7420 Jupiter FIL 33458 Remember to use the Inventory Tracking Form,if appropriate,when you receive your items. Refer to department APM policy"Inventory Control"for details. ACCOUNT NUMBER: 14127305726312 PROJECT M (if applicable) SIGNATURE: APPROVED BY: SARecreation&Parks\Shared Files\Forms\Purchase Request Form.doc,Revised 5/1/15 Page 175 of 1197 C& N ENVIRONMENTAL CONSULTANTS, INC. 5942 Center Street Jupiter, Florida 33458 (561)744-7420 JOB : 19-022 (561)744-2887 FAX PROPOSAL To: Rebecca Harvey Phone: 561-742-6494 Sustainability Coordinator Fax: Boynton Beach Utilities Email: HarveyR(u�bbfi.us City of Boynton Beach 124 E.Woolbright Rd. Boynton Beach, Florida33435 From: Cheryl M.Carpenter, President Project Mgr: Merri Southwell, Principal Env.Scientist Date: June 28,2019 Project: Galaxy Scrub Enhancement Phase 2 in Association cope of Work: Exotic vegetation eradication includin cut/herbicide treatment and removal of biomass. All exotic plant species listed by the Florida Exotic Pest Plant Council CategRg I & II will be addressed in the Galaxy Scrub Preserve& buffer Per the June 20,2019 Revised City of Boynton Beach Scope of Work(SOW)with Specifications attached. Appropriate manual& herbicide treatment will be applied to all exotic acid native nuisance vegetation within the un erstory. Work will be directed-by a state licensed atural Areas Herbicide App ictor. Units Rate Price Totals_ Task 1 Preserve area exotic vegetation eradication&removal. All biomass/cut debris will be taken to the designated swale on NW 8th Ave, on the north side of the property for disposal. Reproductive plants will be bagged before disposal off the property. This job is estimated to take eight(8)days with: FL Licensed Herbicide Applicator 64 hours Eradication Crew(3) 64 hrs. Herbicide TASK 1 GRAND TOTAL LUMP SUM AMOUNT 1 00 1. C&N agrees to provide the services outlined above and, City of Boynton Beach,Florida agrees to compensate C& N for those services rendered on a lump sum task completion basis. Above referenced company/property owner further agrees to pay C&N's invoice upon above referenced company/property owner's receipt of C&N's invoice for services rendered under this agreement. 2. NOTE: REIMBURSABLE EXPENSES - In addition to the payments provided for in this proposal,the City of Boynton Beach, Florida,shall pay the actual cost of all Reimbursable Expenses incurred by C&N ENVIRONMENTAL CONSULTANTS, INC. in connection with all Basis or Additional Services. Reimbursable Expenses mean the actual expenses incurred by CONSULTANT and CONSULTANT'S independent professional associates and consultants,directly or indirectly, in connection with This Part of the Project,such as expenses for;out-of-town transportation and subsistence incidental thereto;obtaining bids, proposals or quotations from contractor(s);providing and maintaining field office facilities including furnishings and utilities;toll telephone calls,cell phone calls and telegrams;reproduction of reports. Plotting and copies of drawings,field supplies including flagging tape,aerial photographs,4 wheel drive vehicles,mileage @ 36.0 cents Der mile.and similar Proiect-related items in addition to those reouired by this nroDosal.Reimbursables are included in Pagel Page 176 of 1197 Environmental i ,Inc. Environmental Science&Planning Environmental Quality, Inc. 212 US Highway 1,Suite 1 Tequesta, FL 33469 Phone: (561)575-6778 June 24,2019 Rebecca Harvey Sustainability Coordinator Boynton Beach Utilities City of Boynton Beach 124 E.Woolbright Road Boynton Beach, FL 33435 Sent via Email this date to: Rebecca Harvey @ HarveyRC5)bbfl.us RE: Proposal to conduct exotic invasive plant species treatment-Galaxy Scrub Park Enhancement Site in Boynton Beach, FL—Phase II Dear Ms. Harvey, It is my pleasure to respond to your request for a quote to conduct exotic invasive plant treatment on the 5.93-acre Galaxy Scrub Site in Boynton Beach, FL. After review of your request, Statement of Work and a participating in a site reconnaissance, I am confident Environmental Quality, Inc. (EQI) is both interested and quite capable of providing an excellent work product to meet your project goals of Galaxy Scrub Park Enhancement Site—Phase II. Please consider this letter as an indication of EQI's strong interest in conducting all work necessary to complete this work. We propose the following Work Plan: • Remove non-native ground cover and vine species listed in Category I or lion the Florida Exotic Pest Plant Council(FLEPPC)Invasive Plant List, 2019 with a primary focus on the following species: o Sansevieria(mother-in-law's tongue or snake plant) o Asparagus aethiopicus (Asparagus fern) o Urochloa maxima (guinea grass) o Melinis repens (natal grass) o Abrus precatorius (rosary pea) Target Species Scientific Name Common Name Treatment Method Sansevieria Snake plant Cut and treat with an appropriate herbicide (Garlon 4); small plants maybe hand pulled Asparagus aethiopicus Asparagus fern Remove by digging and/or pulling of roots Urochloa maxima/ Guinea grass Remove either by digging or by mowing coupled Megathyrsus maximus with herbicide treatment Page 177 of 1197 Rebecca Harvey Page 3 of 4 June 24,2019 Work Authorization: The City Boynton Beach, Florida, by its authorized representative's signature below, authorizes Environmental Quality Inc. (EQI) to proceed with the necessary work to treat invasive plant species in the Galaxy Scrub Park Enhancement site in the City of Boynton Beach, FL in accordance with specifications for a total compensation not to exceed$12,500.00 without prior approval. City Of Boynton Beach, FL Date Authorized Representative Page 178 of 1197 Lol Special Service Agreement SERVICES,INC. REVOO 7-10-19 853 S. King's Highway Fort Pierce, FL 34945 OFFICE (772) 467-9224 c, FAX (772)467-9226 E-mail: office( dcenvironmental.com Page 179 of 1197 Proposed To: Rebecca Harvey Sustainability Coordinator Boynton Beach Utilities City of Boynton Beach 124 E. Woolbright Rd. Boynton Beach,FL 33435 (561)-742-6494 HarveyR@bbfl.us Project/Site Description: Galaxy Sand Pine Scrub Preserve located at Galaxy Park(approximately 8 acres total) Revenue needed to perform the following services: DGC shall remove nonnative ground cover and vine species listed in Category I or II on the Florida Exotic Pest Plant Council(FLEPPQ Invasive Plant List, 2019 with a primary focus on the following species: o Sansevieria(mother-in-law's tongue or snake plant) o Asparagus aethiopicus(Asparagus fern) o Urochloa maxima (guinea grass) o Melinis repens(natal grass) o Abrus precatorius(rosary pea) All work will be done under the supervision of a licensed applicator and will be done to the specifications provided by the City.Removal will consist of the entire areas with the exception of a 10' buffer and all debris will be placed on the north side of the lot for disposal by the city.All labor, equipment, and materials are included and will be for the time needed to complete the scope. TOTAL: $12,000.00 853 S. King's Highwayt, Fort Pierce, FL 34945 OFFICE (772) 467-9224 e FAX (772) 467-9226 E-mail: officeQ,dgcenvironmental.com Page 180 of 1197 1, C. C Special Service Agreement ENVIRONMENTAL�a��"6 y� REvoo 1 �A '[j�'p EMNIFICATION Payment: Monthly invoices are issued the first week of the month for the prior month's service. These invoices are due upon receipt. Insurance: DGC Environmental Services,Inc.maintains general liability,worker's compensation,and automobile insurance. General Conditions: Either party may cancel this agreement with just cause during the term of this agreement upon thirty(30)days written notice. Just cause is defined as the failure to comply with terms of this agreement. If agreement is terminated before the full contract term,this agreement will automatically revert to a pay-as performed basis. Customer Printed Name Customer Signature Date _ _ mm._._.- _m.a _ _�...�.. _. . m .,,, ... � _.... Company Rep. Printed Name Company Rep. Signature Date 853 S. King's Highway , Fort Pierce, FL 34945 OFFICE (772)467-9224 c FAX (772) 467-9226 E-mail: office�'i�,d Lcenvironmental.com Page 181 of 1197 14 CITY OF- BOY, NTO N Scope of Services: Galaxy Scrub Park Enhancement Project Phase II June 20, 2019 1. PURPOSE The City of Boynton Beach is seeking a qualified contractor to remove nonnative ground cover and vines from the Galaxy Sand Pine Scrub Preserve, located at the City's Galaxy Park,to the north of Galaxy E3 Elementary School at 550 NW 4th Ave, Boynton Beach,FL 33435. This scope of services is for the second phase of a comprehensive park enhancement project. Later phases may include planting of native scrub species and/or construction of an outdoor classroom. 2. BACKGROUND The City of Boynton Beach and the School District of Palm Beach County signed an interlocal agreement on March 28, 2012 to improve and manage the Galaxy Sand Pine Scrub Preservation Property, with the following mission: "The parties' mission is to utilize the Preservation Property and Improvements to further environmental education, environmental stewardship, environmental research and environmental curricula serving all ages and educational levels." The size of the conservation area on the property is 5.93 acres according the interlocal agreement (see attached map and aerial photo). The goals of the City and its partners (Sierra Club, School District of Palm Beach County, Florida Fish and Wildlife Conservation Service, community partners) are to improve and increase habitat for gopher tortoises (Gopherous polyphemus) on the property, enhance the existing nature trail, and provide outdoor educational opportunities for the students of Galaxy Elementary. In 2018,the City and stakeholders organized five volunteer exotic removal work outings. The team recognizes that in order to meet the above mission, commercial clearing by professionals is necessary. In March through May,2019, Aquagenix(a division of DBI Services, Inc.) completed Phase I of the park enhancement which entailed removing all nonnative woody canopy species and woody shrubs from the property. 3. SCOPE OF SERVICES The City is requesting proposed cost estimates for the Galaxy Scrub Enhancement Project Phase II to include the following scope of services. Cost proposals shall not exceed $13,500,the amount the City has budgeted for the project. ® The contractor shall remove nonnative ground cover and vine species listed in Category I or II on the Florida Exotic Pest Plant Council(FLEPPQ Invasive Plant List, 2019 with a primary focus on the following species: o Sansevieria (mother-in-law's tongue or snake plant) o Asparagus aethiopicus (Asparagus fern) 1 Page 182 of 1197 * Urochloa maxima(guinea grass) * Melinis repens (natal grass) * Abrusprecatorius (rosary pea) • Sansevieria shall be cut and treated with an appropriate herbicide; small plants may be hand pulled when possible.Asparagus aethippicus shall be removed by digging and/or pulling of roots. M�gathyrsus maximus shall be removed either by digging or by mowing coupled with herbicide treatment. The contractor shall determine best methods to remove other target species. • When in close vicinity to native vegetation,-all target species shall be removed via hand pulling, • The project area encompasses all land within the preserve as specified during the contractor site visit(see below). The contractor may leave an approximately 10-foot buffer around the perimeter of the property untreated. • The contractor shall follow Best Management Practices and University of Florida WAS treatment methods for each species in accordance with the MSDS and herbicide label instructions. • Reproductive plants (q.g., rosary pea seed pods,natal grass heads) shall be bagged prior to disposal to help reduce their spread. • The contractor shall remove the biomass tothe swale on NW P Ave, on the north side of the property, to avoid build up and inadvertent spreading of biomass in the preserve. The City will dispose of the debris. • The work shall be conducted using only manual and small low impact equipment. • The contractor shall not harm the herbaceous native scrub plants and gopher tortoise burrows that are flagged for protection. • The work shall be supervised by a Florida licensed herbicide applicator and experienced personnel. The cost proposal shall include all supervision, labor, transportation, planning, equipment, and stacking of material for removal by the City. The work shall be conducted in accordance with local, state and federal requirements. 3. CONTRACTOR SITE VISIT' The City and partners will coordinate a mandatory site visit for proposing contractors to walk through the preserve before developing and submitting their cost proposal. The specific size of the treatment area will be delineated during the site visit. 4. CONTRACTOR RESPONSIBILITIES The contractor must be licensed and insured and provide a Certificate of Insurance to the City. Work is to be performed during normal business hours, Monday through Friday,unless special permission to work on weekends is obtained from the City. During the summer,the contractor may access the preservation property from the no gate(NW 81h Ave) or south gate(parking lot on NW 4d .Ave), If the project continues after school is in session(beginning August 12, 2019) the contract must notify Galaxy E3 Elementary School and thereafter may only access the property from the north gate on NW 8h Ave. The contractor is not to disturb the athletic facilities adjacent to the preservation property. Tire contractor shall use existing trails on the property to access the site and remove vegetation. The perimeter chain link fence may be rolled back, and 2 Page 183 of 1197 fence supports may be removed if needed, to facilitate hauling of vegetation to the road. Any damage to the existing perimeter fence must be repaired or replaced to the City's satisfaction. The City's Park Ranger will monitor the property and be available to respond to the contractor as needed during the project. The contractor will receive payment after the City conducts a final site visit and approves that the work has been completed as specified in this Scope of Services. 5. CITY CONTACT Rebecca Harvey, Sustainability Coordinator Boynton Beach Utilities 124 E. Woolbright Rd. Boynton Beach, FL 33435 Phone: (561) 742-6494 Email: Harve,�R' bbfl.us 3 Page 184 of 1197 NOMNOMWMT C ER OF trAEWOM MANORS P.R. 24, PG. V& P.B.Qt WESM .•� ,,8.4, Y OF THE�ktSFt 1H-�a UNE OF RID MA AN16M I /9 dt C 01 SEC 21-45-43 K* Xm- r SCALE; 17-30W V S 30L43' P:(3.B/ l4 a LEGEND: p BLVD. BOULEVARDACCASEy i,€7.4),T. ORIbA DEPARTMENT OFT SF ATION m N 1 L. LICENSED INFSS 33' R PER P„®' OAT RE OS K o Rs. 2226, PC 1037, PAC-R. PALM H COUNTY RECORDS AGE P.0.e. POINT OF BEGINNING JAR Rf1W POINT HT OF. yMENCEhtQ�JT SEEC. SECRO. P.O.G. S.R. STATE ROAD S CORNER U.E. "LITY EASEMENT SEC 21-45-4.3 CENTERLINE v SEC110N CORNER 2 21 .® 20 S 28 $ NSr”2 992.72' (BEARING BASIS) �°-"- -SWTW LINE Sic 21_-.45--03 ANAL CENURLW S.R. 804 BOYS IDN MACH OLVD, (RIW PER FD-0,'t. 5ECTON 93.220-2412 SHUT 3A OF 17) Ap PAX 9 13 10 Prl!12 I1PDA . CONSERVATION Arr 4 Page 185 of 1197 i l 0too � i l � ri Almr My �.. 3 r. k ( �t rOW 1� „v 0, t s r 17, t +r 1 , S.1W jr �i�� fr_- y� ov iAwl ' tt t t x 4r \ 1"TiiN _ zcd x ' ION e llu Ot r via 1 \ 7Ar .117*0 _%ter ji t t r rllip, } All a IVl(: }\ r ��t l JI fi ik ,s r t14 i t .. r us st ' I t s n ' r z a t I ; C, S h rig' t' E,' lt� r i 11 to Vol '.�£ ' i S rt !t� r stra r� IM i f � t 'i r � r il Ap tools A {0 ru w r, o »^ f f 1 $ 1 4 a v'r 1,��zjtYr44 5 Page 186 W 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 191263 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/22/19 VENDOR 17766 SHIP TO: TO: CORAL SPRINGS REGIONAL INSTITU City of Boynton Beach PUBLIC SAFETY FIRE STATION NO, 5 CITY OF CORAL SPRINGS 2080 HIGH RIDGE ROAD 4180 NW 120 AVE CORAL SPRINGS, FL 33065 BOYNTON BEACH, FL 33426 REQUISITION N0. � 74309 ORDERING DEPARTMENT: � OUIDA/ FIRE r ` •r DATE NEEDED CI BID NO: COMMISSION APPROVED: _._..- __ EXTENDED LINE# QUANTITY UOM ITEM NO, AND DESCRIPTION UNIT COST COST 1 20476. 00 DL FIRE CAPTAIN PROMOTIONAL EXAM; 1 . 0000 20476. 00 COST OF ADMINISTRATION FOR A MAXIMUM OF 20 CANDIDATES. PRICE WILL DECREASE BASED ON TOTAL ' NUMBER OF CANDIDATES & HOURS REQUIRED TO FACILITATE THE ASSESSMENT. *WRITTEN TESTING DEVELOP; VALIDATE: AND ADMINISTER A WRITTEN ASSESSMENT.. *PRACTICAL.'TESTING THREE COMPONENTS: 1. LIVE ACTION FIRE GROUND TACTICALSCENARIO. „COMMAND.BASED!' 2. AN .ORAL PRESENTATION EXERCISE. 3'. A CITIZEN COMPLAINT/ EMPLOYEE COUNSEL. Recruit and Training suitable experienced Assessors to assess the Candidate' s Video Presentations in :the exercise. Per proposal dated July 10, 2019 . .VENDOR ITEM NO.- TESTING PROCESS REMARKS: ' PROMOTIONAL CAPTAINS TE,S'T'ING PROCUREMENT SERVICES. � � ��= �°,r- ) ��"� P.O. TOTAL: 20476. 00 f ACCOUNT NO. PROJECT 001-2210-522 .49-17 PURCHASING Page 187 of 1197 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $105,000 Date: 7/18/2019 Requesting e a ent: Fire Rescue ContactPerson: Ouida/ Chief Clemons Explanation forPurchase: Promotional Testing (Captains) Recommended Vendor CORAL SPRINGS REGIONAL INSTITUTE OF PUBLIC SAFETY 'Dollar Amount of Purchase x,20476.o0 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sale Source Piggy-Back Budgeted Item Emergency Purchase Other Contract Number: NOTE:4Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 001-2210-522-49-17 Approvals: Department Head Date Purchasing AgentDate `� J `'4 Asst City Manager Date City Manager Date Form Revised 02/01/02 Page 188 of 1197 Ql ®1 1 1 1 r-I H I I I \ \ (1y I I I 11 N (� I r r p I v] I W 1 z l [r] I L7 I F o o U W0 0 F I O 1 a 1 W W ox 1 a a 0 k w F F r.4 1 04 OU r r 01 1 I U z I 1W �I Q Q (� H I 0 0 0 I Z W I N N 'J-1 Q H F • I (1U Q I F I I� I u) I �i w l W I UIF 1 W > I F 1 co g 1 U x H H H U U W H W U] 1 q WMVl 0'r$Em. 1 I W 0117 H 0 1 i� z Q z H I I W I Q QF1 p o 0 a cul 1 0 0 1 1 \o ra Z H 0 i %D ; 1 00 al in O X 1 r r I H F H W 1 [r CN I I to U O O F r4 N N U] 1 4 W I U] V] O ce H z FF 1 0 O F O I O a a I Z H H 000 • ��• .� �I t M LL C4 r-) I O F O 000 l 000 O Ul O H H W r U F H o0o y O a I h H M O to I F o w z m o o r a ) o \ O N O H io 1n M o w-9 U � HInH 1 z I H CY W F ko ; H a x W F z W W r O I W H i 0 U F zF F r-I ",.7 W F., 17 W C 7 i e_ W a >+ I o I i z p; a H r.G F I o 1 04 p cl Uz •• H 1 1 H U H H O fx E. z I H I 1 Iii w F 0 x a of x W a ; ; F F W Z > z z Oi H Pi H 01 Q ID W W Cl) .. .. F I O H x '1:0 O w i a ; U z U F UI C7 W I Hw ; °x 4' U1 F AS N cn x m 0 1 zs o > H a w u a NV W H w ord �> 5 ; 01 rd �j � H O cn w ; U a o O U N- U]U] ZU O U ; Px x� > U M FA H P4 El W Z H>H O'd •W�> a z a� r \ I WUO V-rqNr.sr,I(14 1 02 Ln I U 0i a r-vo m r,y W I U O O UIW01 Qr-rimU! U W O i aW W vu 4w>-1 ; xx tai F F rd O H F ri (1)f4 F I [, HOF ul 4(L)fs,Ce, 00 41 H FHz s.l < i \ V] I UFH tri dlyHm I E p EaC�P .-1 O A WWi FF m1JHQj i p 1D H QWX r-im0QW � N O r., W w O Id m-ri U z a) 014 0 1 UI W U S-I fd w H 1 al U] z rQ04z FOC�W ; N H 0 4 O 0 1 aN ��•�>+A Fo W U 5 z I- H 1 Q H td m J-1 F O HO J.l O KC F 1 ZF S 1dHz N H U Q 1 OH 4J0411::)X � F0 H 1 U -A m X00 UO,-i U ro•�N ? H a fk 1 z ;j m N X U 1 U o z �4.1'. -{ U] U 1 O r.4 ?Id)COX M pO w 0 � H0 U] 1 U OmvOp 1 � F W Omk4UVI 1 F m�0 w 01 Q i I;C N M P~<04 1 y H V 17 0, 110 u x z rx 1 a ; W H m m al rd VI H W rd 0 P4 rd H H az I a w �roU a a a3� x 0 Page 189 of 1197 The City tBeach Deputy Chief Latosha Clemons Boynton Beach Fire Rescue Department 2080 High Ridge Road ' t Boynton Beach,Florida 33426 ' Phone: (561) 742-6342 FAX.- (561) 742-6334 E-mail:clemonsl@bbfl.us July 11$ 2019 Attention: Finance C/O: Ms. Fredrickson Reference: it a in Promotional Attached are separate o s Is from several n rs for the Firei re oion l Exam. s the projectlead for this ssess nts Operations is recommending that Coral Springs Regional Institute of Public Safety providethe Promotional Process for the Rank o Fire a in, Over the pastseven years Coral Springs have becomeone of the leading promotional testing iti s in the region. The staff are firefighters who have gone through and understandthe process of promotional testing. Thy provide true assessment benchmarks based on the agencies need is allows for a stronger pool of candidates ready to assume their new responsibilities. Coral Springs hosted a promotional process for Boynton Beach FireRescue for the rank o Fire i u na t and Fire Captainlast year February 2018at led to the promotion of 12 Fire Lieutenants and Four ( ) Fire Captains. Candidates were tested basedon live scenarios that provided learning opportunity for real er nci s, When an emergencyoccurs, timing is everything, a rapid response could save lives, fire officers could be faced it serious situations on their first day of live action. Additionally, Coral Springs is the onlylocal agency that develops Live Action Scenarios. The content selected ill reflect the important s cs of the referenced text most relevant to actual job or nc . All content will be basedupon referencedand sourced material while following i lin s of the CollectiveBargaining r ent (CBA). Additionally, al Beach t t submitted a proposal is clearly shows them s the lowest BID, however, many of our internal Fire DepartmentMembers are employedy the college whichcould have an impact on' the promotionalroc ss. AlthoughT s n internal BoyntonAffiliates, external connections are used s evaluators and could have an impact on the process. Coral Springs Public Safety Institute r independent of anyInternal o stitu ts. Please contact my office i questions, Deputy Chief Clemons America's Gateway to the Gulfstream Page 190 of 1197 REGIONAL INSTITUTE OF PUBLIC S,,^ FE7rY "CammitrnpRt to_Exce#ence" July 10, 2019 Latosha Clemons, Deputy Chief Boynton Beach Fire Rescue 2080 High Ridge Rd. Boynton Beach, Florida 33426 Re: Captain Promotional Exam Chief Clemons, This Letter of Understanding is intended to summarize the agreement between the City of Coral.Springs (hereinafter"Springs") dba the Coral Springs Regional Institute of Public Safety (hereinafter"CSRIPS") and Boynton Beach Fire Rescue (hereinafter"Boynton") As a testing center we facilitate promotional testing in a series of steps that are crucial to a successful process for the agency and the candidate. Initial Meeting A meeting with CSRIPS promotional lead instructor and Boynton shall be scheduled to determine the outline, parameters and overall objectives for the test. The lead proctor will draft his proposal of concept and testing based on the information from the meeting. He will maintain constant communication with the representative designated by Boynton throughout the testing process. Candidate Orientation CSRIPS shall meet with your candidates prior to the administration of the written exam to outline the process and scope of for both the written and assessment centers. The orientation will take place on a date and time agreed by both agencies. Written Testing CSRIPS agrees to develop, validate and administer a written assessment that encompasses the resources approved by Boynton. Boynton will determine percentage of questions from each of the resources. Per Article 29 of the CBA the total number of questions will equal one hundred ten (1 10) however, the extra ten (10) questions will be predetermined as alternates and utilized in scoring only if a primary question is removed. The assessment can be made up of multiple choice, true or false and fill-in style questions.A copy of the exam will be emailed for review 30 days prior to the testing date and the final copy 10 days prior sighting references, pages and correct answers. Boynton will provide CSRIPS with all reference materials, books, cd's and documents required to develop the written test.The written will be given electronically using our web based platform. The written test will take place on a date, time and location that is agreed upon by both agencies. If held in Boynton the location must provide adequate Wi-Fi access. VFZ CORAL SPRINGS REGIONAL INSTITUTE OF PUBLIC SAFETY ® CITY OF CORAL SPRINGS,FLORIDA 4180 NW 120 Ave• Coral Springs,FL 33065• Phone 954-346-1774 • Fax 954-340-4351 or 954-340-4423 CSRIPS.ORG [,I/CSRIPScoz�@CSRIPS Page 191 of 1197 REGIONAL INSTITUTE OF PUBLIC S,oOkFET-Y Written Review "Commitment to Excglience The review for the written will take place immediately after the candidate(s) complete the test. Each candidate will receive a challenge form prior to the test and may use that to note any concerns they may have. Additionally, they can flag a question in the system.The questions noted on the challenge form will be the only questions reviewed.The challenge must have validity behind it such as conflicting SOP'S, not liking the question is not a challenge. Practical Testing The three (3) components of the practical test will be agreed upon CSRIPS and Boynton consisting of: I. Live Action Fire ground Tactical Scenario "Command Based" 2. Citizen Complaint/Employee Counsel 3. Presentation Based on the components listed and the amount of potential candidates, up to four (4) days will be required for the assessment.The dates of are to be determined and agreed upon by both agencies. All candidates will be scheduled in coordination with Boynton.The rank of the evaluators shall be a minimum of Captain. Environment/Weather Delays or Cancellations CSRIPS will take all measures possible to ensure the sterility of the testing site, however cannot control all elements.Candidates will be advised thoroughly on what area pertains to their assessment via the proctor. Due to the practical portion of the assessment being held outdoors it is possible to experience delays. CSRIPS will delay for a maximum time of two (2) hours, if unable to resume the determination will be made by both agencies on the appropriate action. Boynton will be responsible for any additional costs in rescheduling or anything over a ten (10) hour work day per instructor, per hour at the rate of$50.00. Appeals Process Boynton Fire Rescue, the Town of Boynton and Union will be responsible to facilitate any and all appeals of the candidates. Grading Final grades based on the predetermined weight of each assessment will be compiled and sent to a pre-determined member of Boynton administration or Human Resources for posting. Cost of Administration for a maximum of 20 Candidates: $20,476.00 This is based on all 20 candidates attempting and participating in every aspect outlined in this agreement, price will decrease based on total number of candidates and hours required to facilitate the assessment. uLL F& CORAL SPRINGS REGIONAL INSTITUTE OF PUBLIC SAFETY • CITY OF CORAL SPRINGS, FLORIDA • 4180 NW 120 Ave • Coral Springs,FL 33065® Phone 954-346-1774 • Fax 954-340-4351 or 954-340-4423 _ CSIPS. [,I/CSRIPS V@CSRIPS Page 192 of 1197 C(DR^L SPRINC3S REGIONAL INSTITUTE OF PUBLIC SoCkFE—rY "Commitment to Exceflence" All waiver and release forms will be provided to each participant that must be signed by each participant, Springs has the right to disallow any participant to operate during the training if they choose not to sign prior,to the start of the promotional process. CSRIPS and Boynton agree and represent they are qualified self-insurers in the State of Florida,and as such, meet all requirements pursuant to the statutes in the State of Florida. Nothing contained herein is intended nor shall be construed to waive Coral Springs or Boynton's rights and immunities under the common law or Section 768.28,Florida Statutes,as amended from time to time. The provisions of this paragraphshall survive the execution,delivery and performance of this Letter of Understanding. Concurrence with this Letter of Understanding will be indicated byyour signature below. Wewill coordinate withiloyn erns ton onflnal detaftsfor the scenario. Please then return true signed copy to my attention atyour very earliest convenience, For City of Boynton: I agree with the contents of the Letter of'Understanding of,as outlined above. Ll 0� b 3 Glenn Joseph,Fire Chief Date Boynton Fire Rescue Robert McGilloway,Division Chief Date Coral Springs Fire Department Coral Springs Regional Institute of Public Safety OR CORAL SPRINGS REGIONAL INSTITUTE OF PUBLIC SAFETY - CITY OF CORAL SPRINGS, FLORIDA 4180 NW 120 Ave• Coral Springs,FL 33065- Phone 954-346-1774 - Fax 954-340-4351 or 954-340-4423 CSR .CO CSRIPS.ORG LI/ IPS j#'@CSRIPS Page 193 of 1197 The 1 � association , inc . 2515 55th Avenue East Bradenton, Florida 34203, USA (941)753-4870 Fax(941)755-3557 E-mail<jtsfire@tampabay.rr.com> www.ThejTSAssociation.com Pro Dosal To Develo Administer, and Score a Promotional Process for Catain - Boynton Beach Fire Rescue This proposal generally outlines the key elements in developing, administering, scoring, and documenting a promotional process assessment for Captain. It is anticipated that the process will be scheduled well in advance including the necessary posting period of sixty (60) days. Qualifications of The JTS Association Unique Attributes of the JTS Association Experience of Personnel of JTS Proposed Scope of Services Scheduling Pricing QUALIFICATIONS OF THE JTS ASSOCIATION Included in this section of this proposal is information regarding references and the experience and training of the key personnel of the firm. References - The number of clients to which services have been provided during the past several years is extensive. As a result, a number of clients are listed without the specific information requested. A total of four references are provided in detail and represent a range of size, and ranks addressed. Palm Harbor Fire Rescue,FL Wilson Fire Rescue Services,NC Melbourne Fire Department, FL Longwood Fire Rescue,FL Osceola County Fire,Rescue, & EMS,FL Deltona Fire Department,FL Raleigh Fire Department,NC Lealan Fire Rescue District, FL Iona McGregor Fire Rescue,FL Sunrise Fire Rescue, FL Specific client references for which the firm has provided services include the following fire rescue agencies. Greater Naples Fire Rescue District City of Pompano Beach Fire Rescue 14575 Collier Boulevard 100 West Atlantic Boulevard Naples,FL 34219 Pompano Beach,FL 33060 Kingman Schuldt, Fire Chief Chad Brocato, Division Chief kschuldt@gnfire.org Chad.Brocato@copbfl.co 239.774.7111 954.786.4510 Rank of Captain & Lieutenant Ranks of Battalion Chief, Captain, and Lieutenant Lake County Fire Rescue Port Orange Fire Rescue 315 W. Main Street 1090 City Center Boulevard Tavares,FL 32778 Port Orange,FL 33129 Chris Sievert,Deputy Chief Kenneth Fustin,Fire Chief csievert@lakecountyfl.gov kenf@port-orange.org Training,Organizational, and Managerial Services for the Emergency Service Community Page 194 of 1197 Promotional Process Captain.Boynton Beach Fire Rescue.Florida 352.343.9458 386.506.5900 Rank of Lieutenant Ranks of Lieutenant& Battalion Chief UNItUE ATTRIBUTES, THE JTS ASSOCIATION, INC. During the past several years we have been asked to submit justification for considering our firm (The JTS Association, Inc.) as a sole source provider of public safety promotional processes. Specifically, our organization has four (4) distinct features, which to our knowledge, are not offered or included by any other firm developing and facilitating public safety promotional processes. 1. Actively participate in the International Congress Task Force on Assessment Center Methods. The principals of the firm (James T. Steffens, Chairman, and Lisa Hart, Chief Executive Officer), as well as other members of the organization have attended the Congress' meetings for the past fifteen years (2001 — 2016). These meetings have been held in Atlanta GA. Las Vegas, NV, London, England, Washington, DC, Singapore, St. Petersburg, FL, Stellenbosch, South Africa, and San Diego, CA. The importance of attending these congresses is the review and refinement of the Guidelines and Ethical Considerations for Assessment„Center Olerations as well as sessions on new research, insights, best practices, and emerging trends and approaches for developing and delivering assessment centers throughout the USA and other countries around the world. No other firm from the US that develops and delivers public safety promotional assessments regularly attends these International Congress meetings. 2. Closely adheres to the Guidelines and Ethical Considerations for Assessment Center Operations as published by the International Task Force on Assessment Center Guidelines. We develop and administer assessment centers that adhere, in their entirety, to these guidelines and ethical considerations. The JTS Association has been intimately involved in the development and refinement of these guidelines during the past decade. The guidelines have been refined and re-issued several times, the most recent is the 6th edition that was issued in 2014. No .other firm from the US that develops and delivers public safety promotional assessments has been a participant and voting member of the task force for adopting the guidelines and ethical considerations. 3. Incorporates the development of a Job Task Analysis into the assessment process. The validity of any promotional process and specifically an assessment process is dependent upon the elements of the process being directly linked to the position for which the process is evaluating candidates. Our organization either conducts a summary Job Task Analysis (JTA) based on the agency's job description or JTA, or develops a JTA utilizing a DACUM, which is an acronym for Developing A CUrriculuM. The JTS firm has three senior members trained as DACUM facilitators. No other organization in the southeast that develops and facilitates assessment centers for public safety agencies has this dual capability. The JTS Association,Inc. Pae 2 Page 195 of 1197 Promotional Process-Cagrtain, Boy nton Beach Fire Rescue Florida 4. Certifies Assessors throughout the southeastern section of the country with over 950 fire officers certified. The certification is achieved by successfully completing an on-line training program as well as attending an assessor briefing that is provided as a part of an assessment process. The on-line assessor training requires about two (2) hours to complete and is measured by submission of a final examination that is completed via The JTS Association's web site (www.jtsassociation.com). The program includes elements such as: What is an assessment center? What are the guidelines that must be followed in order to ensure it is a valid process? The dimensions that are being evaluated in the assessment, and the scoring system being utilized. The on-site briefing the day of the assessment focuses on the specifics of the promotional process being conducted at that time. No other organization has an established assessor training program that includes both an on-line element as well as an on-site briefing for assessors. EXPERIENCE OF PERSONNEL OF JTS While the final selection of personnel will, to some extent, be dependent on the specifics of the assessment exercise designs, the following are several key personnel who would be expected to participate in the development and/or administration of the promotional process. James T. Steffens, FIFireE, EFO, SHRM, Chairman - Chief Steffens formed the firm in 1988 and, after his retirement in 1992, expanded its operations to a full time endeavor. His experience in the fire and emergency service field totals nearly 45 years in both the volunteer and career components. Prior to assuming a career position in the fire service Chief Steffens was an urban planning and development consultant to various units of government throughout the country. Jim served as the Chief of the Southern Manatee Fire & Rescue District (initially named the Oneco-Tallevast Fire Control District) from 1982 until his retirement in 1992. During his fire service career, he has served at all ranks from fire fighter to Fire Chief. While serving as Fire Chief, Jim was active with the International Association of Fire Chiefs (IAFC) and represented the organization on the NFPA Fire Department Apparatus Committee. During the past twenty plus years, Jim has worked with a variety of fire service organizations including developing and delivering educational programs for VFIS during the mid and late 1990's. He has also served as an active adjunct instructor for the National Fire Academy in the Executive Fire Officer and Management Science Programs from 1990 until 2010. In 1994, he initiated the development and delivery of several management programs for both the New Zealand Fire Service and the Australasian Fire Authorities Council (AFAC), located in Melbourne, Australia. Jim maintains an active role in the firm's activities ranging from corporate development to the delivery of a variety of technical and managerial services to fire, law enforcement, The JTS Association,Inc. Page 3 Page 196 of 1197 Promotional Process-Captain, Boynton Beach Fire Rescue.Florida and human resource departments and agencies. However he has delegated all field activities to either Ms. Hart or Chief(Ret.) Dyal. Lisa Hart—Chief Executive Officer- With 25 years of fire service experience, Lisa has been affiliated with the firm since 2002 starting as an associate, senior associate and in early 2006, being designated the Chief Administrative Officer of the organization. In 2014, Lisa was elected to the position of Chief Executive Officer and majority owner of JTS. Before joining JTS, Lisa was active in the fire service with both a large rural county as well as the Gainesville Fire Rescue Department until her retirement in 2002. During the latter part of her fire service career, she served as the Logistics Officer for the department and was involved in all aspects of supplies, and equipment. Prior to starting her fire service career Lisa was trained and participated in childhood education and development activities and worked with a number of schools in this capacity. She continued her educational efforts after joining the fire service through the delivery of public education programs; including teaching fire and life safety education through the art of clowning. Since joining the organization, Mrs. Hart has been involved in all aspects of the firm's activities including the development and delivery of a wide variety of employing and promotional processes and analytical studies, as well as directing the firm's administrative functions. Chief (Ret.) David Dyal - Director of Field Operations - Dave started his fire service career in 1976 when he joined the West Palm Beach Fire Rescue Department. He rose through the ranks after becoming a paramedic in 1979 to hold the positions of EMS Captain and EMS Division Chief. He retired from West Palm Beach in 2004 after an extraordinary career of 28 years. He served as an outside sales representative for an EMS supply company between 2004 and 2006. He returned to the active fire service in 2006 and served as the Assistant Fire Chief for the City of Stuart Fire Rescue Department. Upon retirement of the fire chief, Dave was appointed the Fire Chief in 2012 and served in that capacity until early 2018. Chief Dyal holds both an Associate of Science degree as well as a Bachelor of Science degree in Professional Management. Dave joined The JTS Association in 2018 and is serving as the Director of Field Operations for the firm. Herb Smith — Senior Associate - Herb started his fire service career in 1992 with the Southern Manatee Fire Rescue District in Manatee County, Florida and currently serves as a Battalion Chief for the department. Throughout his career, Herb has completed numerous incident command classes and brings an extensive experience in emergency operations and incident management to the firm. Herb became affiliated with the firm in 2008 and has participated in a variety of fire promotional assessments serving as a role player, operational scenario facilitator, and assessor. The JTS Association,Inc. Page 4 Page 197 of 1197 Promotional Process-Ca ptain..Bo\nton Beach Fire Rescue,Florida Cindy Carbonell - Senior Associate - Cindy began her career in 1982 as a volunteer firefighter with the Longwood Department. Her commitment to a compassion for others, integrity, and a yearning for a challenge, led to her joining as a career firefighter with the Longwood Fire Rescue Department that is in Seminole County, Florida. What followed was a 32-year career with Longwood where, during her tenure she proceeded to hold the ranks of Firefighter, Engineer, Lieutenant, and Battalion Chief. During this period, she also served as the union president for IAFF Local 3163 for several years. Cindy obtained her Associates Degree in Emergency Medicine as a Paramedic as well as achieving her Fire Officer Certification. Since her retirement, Cindy continues her professional endeavors via participation as a Paramedic on a Federal Disaster Assistance Team. She has also taken an active role as a health care advocate for others. She became affiliated with JTS in 2016 and has participated in a variety of promotional assessments as a role player and candidate shepherd. Cindy is also qualified as a certified assessor with the firm. The combination of extensive promotional testing and assessment experience, in depth knowledge of the firm's principals, and the varied range of experience of the associates of the firm provide any potential client with the highest level of service possible. Specifically, the principals and associates are actively involved with the fire and emergency service community and maintain a currency with trends and happenings in the profession. While JTS has a range of personnel available for various promotional processes, the key personnel of the firm have developed and administered over 100 assessment simulations. PROPOSED SCOPE Q# SERVICES The following sets forth the proposed scope of work to develop, administer, score, and if necessary defend a promotional process for Lieutenant. A total of seven (7) elements are identified. One or more of these may already be determined and / or in place by the department or organization but should be accomplished in order to insure a valid process capable of scrutiny by human resource specialists and/or the courts. The elements include: 1. Determination of Job Tasks and Responsibilities A job task analysis is a required element for conducting a justifiable and defensible assessment process. One of the key elements which emerges from the job task analysis is the identification of the job behaviors (dimensions) integral to the position. These dimensions are the backbone of the scoring process in the actual assessment process and should be based on behaviors identified as a component of the job. The JTS Association,Inc. Page 5 Page 198 of 1197 Promotional Process-Captaim Boynton Beach Fire Rescue,Florida If a job task analysis and current job description based on that analysis are not available, we can conduct the necessary work to obtain both items - job task analysis and job description. We utilize a DACUM process that involves personnel from the department (personnel in the position, personnel who supervise the position and personnel who report to the position) to develop the pertinent tasks, including their criticality and frequency. From this task analysis, a valid job description can be prepared. This approach is NOT included in the pricing provided. If the agency determines that a full-fledged job analysis is not necessary or a current job description is valid, a summary job analysis can be prepared. This approach is included in the pricing provided. 2. Initial Meeting to Determine the Primary Assessment Elements We custom design the promotional process to fit the department and the position. While we have many different component designs in our file, we believe that the process should reflect the culture and values of the organization with which we are working. Usually three or possibly four exercises or components are included. Examples of the types of assessment exercises may include: - Operational Scenario (Two facilitators) - Personnel Counseling or Conflict Resolution Activity(Role Player) or - Citizen Interaction Session (Role Player) - Written Element or Component(May be a stand alone activity or attached to another exercise) - Presentation Exercise 3. Presentation of a Candidate Informational Seminar A candidate informational seminar is strongly recommended and is included in this scope of work. Typically, the candidate seminar consists of a two to two and one-half hour program designed to inform the candidates about assessment centers, including their characteristics and history, typical exercises, assessor training requirements, and scoring procedures. Finally, the seminar outlines the specific schedule, components and process of the assessment for which the candidates are preparing to participate in. If possible, it is preferable to conduct the candidate information seminar at the same time as the initial meeting described in item 2 above. 4. Pre)aration and Administration of a Written Examination A draft examination consisting of approximately 110 multiple choice questions drawn from reference sources specified by the department is prepared for review. If desired,the department may review the proposed examination. After that review, any inappropriate questions are eliminated and substitute questions are provided in order that an examination of 110 questions is finalized(100+ 10 potential substitute questions). The examination is administered by two (2) JTS staff members on the date and at the time specified by the department. After the examination is administered it is scored and an appeal process established as set forth in Article 29 of the CBA. The JTS Association,Inc. Page 6 Page 199 of 1197 Promotional Process-Captain,Boynton Beach Fire Rescue, Florida Documentation of the written examination portion of the promotional process will include: • Written Exam Master(Includes correct answer and specific reference for each question) • Written Examination • Answer Sheet • Answer Key • Item Analysis Worksheet 5. Facilitation of the Assessment Process An important aspect of designing and operating an effective assessment process is to ensure that the various logistical arrangements are determined and identified. Typically, JTS utilizes a team of five (5) to seven (7) associates to facilitate the assessment. Assistance is provided in the areas of- - Determination and location of suitable physical facilities - Identification of and confirmation of an adequate number of assessors - Design of the exercise requirements and assignment of activities to the physical facilities - Scheduling of all activities and exercises for all participants, both candidates and assessors - Preparation of all associated paperwork including candidate instructions, scoring sheets, evaluation forms, and related items - Obtainment, in cooperation with the agency, of all necessary audio/visual equipment - Provision and training of any required role players On the day(s) of the assessment all necessary personnel are provided, including but not limited to, operational facilitators, role player(s), and candidate shepherd, and project manager. 6. Scoring- and Evaluation of the Results Prompt scoring and the presentation of the results is a characteristic of promotional processes operated by our organization. We typically have completed and returned to the department all results and documentation of the promotional process within 7 to 10 calendar days of the conduct of the last element of the promotional process. In addition, exit evaluations are obtained from both the candidates and assessors or evaluators who participated in the process. These evaluations become valuable if a process is challenged or grieved. Finally, we provide an opportunity for individual feedback and counseling with candidates. A date and time is established when representatives from JTS are available to review the results of the process with each candidate. This process is voluntary for the candidates but a worthy percentage of individuals take advantage of this educational opportunity. 7. Delive m of a Documented Process The JTS Association,Inc. Page 7 Page 200 of 1197 Promotional Process-_CaL)tain,Boynton Beach Fire Rescue,Florida A documented and defensible promotional process is provided with a program designed and facilitated by The JTS Association. With the process based on a summary job task analysis, a process that is consistent with the 'riternational Assessment Task Force Guidelines and Ethical Considerations, and all paperwork retained; the department receives an overall process that is well documented and defensible against attack. The process documentation includes; • Master notebook with a copy of all documents utilized in the promotional process • A memorandum summarizing the candidate and assessor evaluations, including the completed evaluation forms • Individual candidate envelopes that include all documentation for each candidate • A results/ranking memorandum that lists the candidate scores SCHEDULING The proposed schedule for late September or October is acceptable to JTS. As soon as the dates are identified it is recommended that JTS be contacted to ensure that there are no scheduling conflicts. The dates that need to be determined are: Candidate Seminar/Initial SME Meeting Written Examination Assessment Process Follow-up Briefing with Individual Candidates PRICING The number of candidates starting in the process, typically for the written examination element, does not impact the pricing of the project. It is significant to note however, that the number of candidates participating in the assessment element does impact the pricing. Up to eight (8) candidates can be processed on the first day of the assessment. There is a required assessor briefing on the first morning that takes until approximately 1000 hours. On all subsequent days, up to 10 - 12 candidates can be processed. The pricing that follows reflects this scheduling. Any additional numbers on a day can result in assessor burnout. Written Examination $3,000.00 Assessment Fee-Up to 8 candidates ($8,000.00) Assessment Fee up to 20 candidates $10,750.00 TOTAL Professional Fee $13,750.00 Invoicing occurs after the completion of all assistance provided in the promotional process and the submission of an invoice. The JTS Association,Inc. Page 8 Page 201 of 1197 ERGOMETRICS & APPLIED PERSONNEL RESEARCH, INC. 33RD AVENUE WEST LYNNWOOD, WA 98037 7/8/2019 Dear Chief Clemons, Thank you for your interest in working with Ergometrics. Below I have provided a price quote for a upcoming Captain's promotional process,and includes a written test and assessment center (tactical scenario, presentation, and citizen complaint/employee counseling).The quote is based on an estimated 20 candidates.Travel will be billed at cost. Fire Officer Principles and Practice, 3rd Edition,2015(70),Standard Operating Guideline's(20), Learning Leadership(The Written Test(100 question, 10 Five Fundamentals of Becoming an Exemplary alternate) Leader)(10�'.� $2,980.00 Materials and Scoring, Materials and scorn of written exam. $100.00 On-site administration of written exam by an Administration Ergometrics consultant. $500.00 .._ ®..w.. -----... Remote review of candidate exam challenges. Ergometrics staff will conduct conference call and provide scoring recommendations to Protest Review(Remote) challenged items. $500.00 Estimated travel for test administration sessions billed at Federal Mileage rate Written Test-Travel (.58/mile). $120.00 2019 Fire Captain's Written Exam Estimated Total $ 4,200.00 TEL 425. 774. 5700 FAx 425. 774. 0829 ERGOMETRICS.ORG 3 Page 202 of 1197 . ^ ' . ERGOMETRICS &cAPPLIED PERSONNEL RESEARCH. INC. 33"" AvsmoE nYaoT LYwmvv000. WA 98087 Please feel free tocontact mewith any questions youmayhavefo|bwinQthereviewofthis document. Sincerely, Daniel King Consultant 42S'741-01U3'ex. 10S danie|k@er8umetrics.or8 TEL 425. 774 5700 FAx 425. 774. 0839 sxsomsre/cS.000 2 Page 203 Of 1 197 ERGOMETRICS & APPLIED PERSONNEL RESEARCH, INC. 33A11 AVENUE WEST LYNNWOOD, WA 98037 7/2/2019 Dear Chief Clemons, Thank you for your interest in working with Ergometrics. Below I have provided a price quote for an assessment center for your upcoming Captain's promotional process.The quote is based on an estimated 20 candidates.Travel will be billed at cost. I Development of a simulated Fire Tactical Tactical Scenario(Command Scenario Exercise,including exercise Based development and materials $2,500.00 Development of presentation assessment center exercise, includes exercise Presentation development and materials. $2,000.00 Development of a citizen complaint/employee Citizen Complaint/Employee counseling assessment center exercise, Counseling includes exercise development and materials. $2,000.00 On-site administration of assessment center by two Ergometrics consultants.Estimate is for approximately 20 candidates. Cost includes ' materials,scoring,and candidate feedback On Site Administration(2 days),,",, reports. $3,000.00 Development and electronic delivery of a candidate handout that includes general process information, preparation tips and Candidate Handout department-specific information. $500.00 Assessment Center Travel- Estimated flight cost for 2 Ergometrics Flight consultants. $700.00 Assessment Center Travel- Estimated lodging for 2 Ergometrics Lodging consultants for 2 nights, $480.00 Assessment Center Travel—Car Rental Estimated rental car $200.00 Assessment Center Travel—Per Estimated per diem for 2 Ergometrics diem consultants. $450.00_ w.. _ _ ....._........ ... 2019 Fire Captain's Assessment Center Estimated Total $ 11,830.00 Please feel free to contact me with any questions you may have following the review of this document. Sincerely, TEL 425, 774, 5700 FAx 425. 774. 0829 ERGOMETRICS.ORG 1 Page 204 of 1197 ERGOMETRICS & APPLIED PERSONNEL RESEARCH, INC. 33ftD AVENUE WEST LYNNWOOD, WA 98037 m Daniel King Consultant 425-741-0103,ex. 105 danielk@ergometrics.org TEL 425. 774. 5700 FAx 425. 774. 0829 ERGOMETRICS.ORG 2 Page 205 of 1197 RK Palm Beach State College V it Advanced Training PALM BEACH STATE COLLEGE Department not Customer- Renton Beach Fire Rescue Contact: Kerry Weiss ............. Contact: Chief Latosha Clemons 561-868-3833 2660 Fligh Ridge Rd. ....... Address: _Poy_qtonBe.a...c.h......, FL. 334eska-palm beach state.ed u Date of Request: I0Jul2019 Project Name: BBFR Captain Promotional Service Description: Palm Beach State College will provide the venue and Subject Matter Experts to facilitate a Captains promotional evaluation for the City of Boynton Beach Fire Rescue, PBSC will create a 110-question written evaluation,a Tactical scenario, a Presentation, and a Citizen Complaint or Employee Counseling scenario. The evaluation will be videotaped to be viewed later for grading purposes.There will be no role players involved.The SME's will provide quer for the Tactical scenario. Boynton Beach Fire Rescue will have all the participants apply at PBSC using a non-degree seeking application (no cost).This will enable the participates access to the written exam.All participants from BBFR will be covered under the City of Boynton Beach's workers compensation insurance, Location: Palm Beach State Fire Academy, Lake Worth campus. Dates: TBA The City of Boynton each Fire Rescue will provide, on letterhead, written approval for the evaluation, and agree to pay Palm Beach State College$5,500.00 to provide and oversee the evaluation (third party pay) upon invoice at the completion of the test. Page 206 of 1197 PURCHASE ORDER - CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quaritum Blvd. Suite 101 P,O. BOX 310 191268 BOYNTON BEACH, FLORIDA 334-25-0310 DATE: 07/24/19 VENDOR 17254 SHIP TO: TO: WEST ARCHITECTURE 4. DESIGN, LL City of Boynton Beach 820 N. 4TH STREET PUBLIC WORKS DEPARTMENT LANTANA, FL 33462 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REQUISITION NO. 74320 ORDERING DEPARTMENT: ADMIN/AGGA/AM DATE NEEDED: BID NO: COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 5740. 00 DL TASK 1-PROGRAMMING SVS 1. 0000 5740. 00 PROGRAMMING / CONCEPTUAL DESIGN OF NEW ACCESS ROAD ON THE SFWMD,.CZNAL ROW COMMIS ON "-PROVED F� CJ TIS C3: R18' 03 T .K NO. UT- -3;E-02 2 13080 . 00 DL : CONCEPTUAL DESIGN SERVICMIR 1.0;000 13080.00 REMARKS. AACHITECTU'RAL� & ENGINEERING SERVICES F P AD OR_... IN M 7: P; COMM ARPRV 8/7/18. RI:8-103 TASK ORDER :UT 3E' .0:2 , NtS..-'Y PROLTECer:NG.': !:Ai9-029. .WEST CONTRACTNO::. A19-029-01 PROCUREMENT SERVICES: P.O. TOTAL: 18820500 ACCOUNT NO, PROJECT 303-411G-580.49-17 OG1842 PURCHASING Page 207 of 1197 r CITY OF BOYNTON BEACHREQUEST FOR PURCHASE OVER S 000 F(r Date: 7/19/2019 Requesting - Admin ContactrAndrew Mack Explanation r Purchase: Conceptual sit 0 layout for a Public Works Admin building, Sanitation Staff Building, Pl et Maintenanceull in e Parks Maintenance Building, Car Wash, fueling station and parking. Commission approved solution No. R18-103, Task No. UT-3E-02 [��ecommended Vendor West Architecture - Design, LLC - Iiount of Purchase18, Source r Purchase (check_ _ backupt l Three Written Quotations OSA State Contract PRIDERESPECT SNAPS Sole Source Piggy-Back Budgeted Item Emergency Purchase Other ED Contract u r® RFQ No. 046-2821-17/TP NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source r -303-4116-580-49-17, roject#GG1842 - zfzApprovals: - Department Head Date Purchasing Agrpt f Date t , Asst It Manager Date City Manager _ _....... Date l 7,7i it Form revised 02/01/02 Page 208 of 1197 Ol Ol I I H ri I I \ I , W W H H I I O-W OD N t` O OD Q Q ' In M 00 1 I W , , , � r I , Z C7 H o 0 Q m o 0 0 rG W 1 o O o ate Q0 0 1 0 0 0 0 0 Q. CL + I 00 N H H I C` O OD (4 WI U) M CD I fj j tj7 o a H H li w o m E0 E, I W U I q q rail H 0 0 .. i Z u e m, O H O O a q G N C7 x o o r.40 M Z U I O O E, , r, rH C4 00 rl rip [� P4 F:4I ri ri E-' I H rd Cd -G, C) W ' p '� H v Lt; AMOC D O w Ey I Z 1 QI 121 0 1 Fr I I „4 O H W 1 H I m Dl U I1 . W V' , Ul 1 PS Ct1 PQ Z a x r- A a t o U N A N-rI E-1 �a H i Q W 1 C� F3WAQM Q W O O W 0 0 i Z rx f4OP40D4 a E1 w E .. 0 0 H 040 C7 U H 04 fX I O O , ul FC W O r m GQ H E- Q O a ax w Ln � H H W M > I Z Z 04 Q 04 H F:4Q W W I I O ' ul rc U)Z u) � O H U F m0 ul i U Z )4 F:40 1 m I U O P4 U)i a uoi U< 3 H U a a ul Q Vl UI H CY EAw Zi W Ga I U'1�7 r) PW'. F:4 1 ' O 0W CZ7W i zIUIB�ZU Ep x WW'Wg H U wui 14 1 azafx z �c N I Q U) OD QU U I UODUO UZ FC � A w5 mw> axxrx a a a Cx-w UNw ; WWWW vC W H a' FC \ Ow HOM E-IE-IE1P U O U 3 UZ Q W W M cg ,aa 0000 OD Q W :. I >Ea 0 o H O H E- 6 E�H H H 04 \ U I UlP4W \ H NN WUU \ Z H W q I w W ulW W [� H a I O U a W H o E1 pEi F, I o a x X CQ I ZZQ,° 'J I H NHH Q ':) I H OZ O H P: O x x U'r'Z.°.'�°. , H .-i O W M g w H (y' Pa I U r•C pi N , pBULY� H pU;N I 61 O� •• O E-I O g Ei \ a U W oN o W �C FC ' cr w Ul \ H Ei E� I w I r , W q 4 1 �j M o 0 E, q 1 Q I OD 00O I U'U' E 1O H .. .. .. .. I If) Ln W > rI H N x H OZ3 Z eP Z '17P'Q aalQ Eito w x O H Qx O p C4 Z E� W�H Cte 0 0 O Ea 0 r�H O ,-i , £ a N 1 H O OI 04xco H H •H� 'aH� 1 Br-I r-IVL4 GO H 0 g ul pOQx HQx Ow �f OU W N O M Ga pO H ul O :D ZOO WOO UM M pG Z q o H a x H Z a £U W2U 1 UO o Cf) x0El x O `.4:Em uxm FI M M O Z d Z O x W O H 0 1 ul 0 L 01 Ul Ul 0 x z 0 17 I H 0 O 0 U x O F FCP.Z O Lv W FCUVI OUrn W 0.1 i HC40 N R: R H U ; W cn U2 Z a Z E- H IX H x H N 'z H N a W O N W O m r w U Ix a H U 3 O Page 209 of 1197 a% Ol I � � I \ I m O 1 \ \ I 1 I I W W I I Q Q I I P I Qq' I I H I a I w I Q I I I 1 a I I H Lh I H Q U1 aC W I Q i �$ I a + I o a 4y I vI U I W I ca 1 O H I N 0 x rI z U d H Ix CX FC O W o W p O z En O H W O 0 3 z W I W Ln W N z a z �a O 0f P WF H al U L]$ H �E Q H H z W WU 5 W W I Uj H I �O W I W m04 w p w I U2 W H I xaQ awa O H I �W u 1 H H W I aQU maz� apzH-I I onW�4 I r•C F rx \ x 1%H4 � Q I � H � U pzx HIH-1 i .-HH�O A� ��wF I V] "OH El F4 H O I W wv]QC7 H I � az Z HH H U U HUZrQW H z �qWG, U] O aaU H O H a H z w a vi wMZW4 C4 H M r) UHZ3 V] I OI zXHo: W Oq 4 1% U� U Page 210 of 1197 Standard Form of Agreement eteen Owner And Architect e - - MMM Project No. A19-029 Contract No. Al9-029-01 Title New Facility for Issue Date Boynton Beach Public Works 06-07-19 Address 515 NW 14th Ct Subject: 1 Architectural and Engineering Services I City,State,Zip Boynton Beach, FL - - Contact Peter Ganci,Assoc.AIA,LEED AP BD+C Contact Andrew Mack, P.E.,CBO,LEED AP Title Principal Title Director of Public Works& Engineering Company West Architecture+ Design, LLC Company City of Boynton Beach Public Works/Engineering l Mailing P.O. Box 310, Address 820 N 41h St Address: Boynton Beach Florida, 33425 Physical 100 E. Boynton Beach Blvd. Address: Boynton Beach, Florida 33435 1111 City,State,Zip Lantana, Florida 33462 City,State,Zip See above Phone 561-588-2027 Phone 561-742-6201 Email pganci(a)west-arch.com Email MackA(Ldbbfl.us @ � a v® eii iiii 9 111 i- -1,11111, MEMO=. 1. SCOPE OF WORK 2. CLIENT'S RESPONSIBILITIES 3. COPYRIGHTS AND LICENSES 4. COMPENSATION 5. SCOPE OF THE AGREEMENT V%fest Architecture+ Design, L.L.C. 820 N 41'St.,Lantana, Florida 33462/Phone:561-588-2027/Fax:561-582-9419 License No.AA26001503/www.west-arch.com Initial- -j-Page 1 of 8 Page 211 of 1197 This project addresses the Client's need for the development of a new Public Works Facility on the existing Rolling Green site, located at 515 NW 14th Ct. Boynton Beach, FL. The project involves(3)tasks to determine the feasibility of the project. A. Task 1 -Programming and Conceptual Design of New Access Road on the SFWMD Canal R.O.W. B. Task 2-Programming and Conceptual design of the New Public Works Facility. C. Task 3-Schematic Design (30%)of New Access Road and New Public Works Facility Key tasks to the development include the following: Task 1 —Prpgramming,/Conceptual Design of New Access Road on the SFWMD Canal R.O.W: 1. PROGRAMMING SERVICES A. Coordinate with the Client to finalize the program requirements. B. Research Zoning and Land Development Codes for site requirements. C. Review the feasibility of tying into Seacrest Blvd., stabilizing the bank and installing a pre-cast barrier wall between the new road and the existing residential homes. D. Review the feasibility of providing site lighting for the new access road. E. Attend (2) meetings with South Florida Water Management District (SFWMD) and (2) meetings with the City of Boynton Beach to review the feasibility of the new access road. F. Coordinate with other applicable regulatory government agencies. 2. CONCEPTUAL DESIGN SERVICES A. Coordinate with the Client to finalize site design elements. B. Develop a conceptual Site Plan locating the access road, include the Site Data information on plans 1) Create a conceptual site plan of the new access road from N. Seacrest Blvd to existing Rolling Green site. Based on the Survey provided by the client. 2) Create a cross section including the canal, new road, site drainage, landscape buffer and sidewalk. Based on the Survey provided by the client. C. Provide a colored conceptual Site Plan for presentation purposes. Task 2—Programming/Conceptual Design of New Public Works Facility Based on the outcome of the Task 1, the following steps will be provided. 1. PROGRAMMING SERVICES A. Coordinate with the Client to finalize the site and building program requirements. 1) Develop a master program for the site. 2) Develop the space programming for each individual buildings. B. Research Zoning, Land Development Codes, Building and Fire Codes for site and building requirements. 2. CONCEPTUAL DESIGN SERVICES A. Develop a conceptual Master Site Plan locating the buildings, driveways, parking, sidewalks and landscape areas, include the Site Data information on plans, based on the programming of the site. B. Provide parking tabulations C. Develop conceptual Floor Plans comprising the agreed upon programming spaces. D. Provide a colored conceptual Site Plan and colored Floor Plans for presentation purposes. VV st Architecture+ Design, LLC. 820 N 4th St.,Lantana,Florida 33462/Phone:561-588-2027/Fax:561-582-9419 License No.AA26001503/wwwwe_st-arch,.com Initial. / Page 2 of 8 Page 212 of 1197 Task 3—Schematic Desi n 30% of New Access Road and New Public Works Facilit 1. SCHEMATIC DESIGN SERVICES(New Access Road) A. Project Coordination. 1) Coordinate with the Client and Consultants to finalize site design elements. 2) Attend(2)design meetings with client. B.Site/Civil Plan 1) Site plan of the project showing location of all roads and landscape buffers/areas. 2) Clear delineation of the project limit lines 3) Preliminary spot elevations 4) Existing utilities noted 5) Proposed utilities noted 6) Site drainage, storm water removal or detention noted 7) Identify code/zoning requirements 8) Conformance to zoning restrictions for easements and setbacks, etc. 9) Preliminary Geotechnical soils and boring surveys. (BY OTHERS) 10) If required, environmental impact study. (BY OTHERS) 11) Provide information/details for stabilizing the canal bank, if required. 2. SCHEMATIC DESIGN SERVICES(New Public Works Facility) A. Project Coordination. 1) Coordinate with the Client and Consultants to finalize building design elements. 2) Attend(2)design meetings with client. B.Site/Civil Plan 1) Site plan of the project showing location of all buildings, roads, parking and landscape buffers/ areas. 2) Clear delineation of the project limit lines 3) Preliminary spot elevations 4) Existing utilities noted 5) Proposed utilities noted 6) Site drainage, storm water removal or detention noted 7) Identify number of parking spaces and code/zoning requirements 8) Provisions for trash disposal and removal by truck. 9) Conformance to zoning restrictions for easements and setbacks, etc. 10) Preliminary Geotechnical soils and boring surveys. (BY OTHERS) 11) If required, environmental impact study(BY OTHERS) C. Conceptual Building Floor Plans 1) Plans of all floors showing structural grid,vertical circulation elements, core elements, vertical shafts, interior partitions, door and window locations, floor elevations 2) Key dimensions, bay sizes and overall dimensions 3) Plan indicating major extent of materials and any special conditions or equipment 4) Room names 5) Area summary 6) Accessibility routes D. Roof Plan 1) Structural grid 2) Roof material 3) Preliminary drains and slope ir-4si Architecture + Design, LLC. 820 N 4"'St., Lantana,Florida 33462/Phone:561-588-20271 Fax:561-582-9419 License No.AA26001503/www.west-arch.com Initial. / Page 3 of 8 Page 213 of 1197 E. Conceptual it a Sections 1) Major sections through building to show relevant conditions 2) structural grid 3} Building to grade relationship ) Floor to floor and floor to ceiling heights 5) Material designations F. Conceptual uil ire levations 1) Coordinate with the Client to finalize exterior architectural design features. ) Research the existing neighborhood for existing architectural styles and the City code for the required Architectural guidelines. 3) Develop the Exterior Elevations detailing the architectural elements based on the previous approved site Pian and Floor Plans frorn the Programming/Conceptual design phase of the project. 4) Provide a colored Exterior Elevations for presentation purposes. 5) Major elevations with extent of doors, glazing indicated 6) Major materials identified 7) Floor lines, roof line and top of parapets indicated with dimensions 3) Finished grades clearly shown . CONCEPTUAL COST ESTIMATE A. Coordinate with the Client to finalize budget related items. B. Research the existing building types and current cost data for similar buildings. C. Develop a Conceptual Cost Estimate based on the previous approved site Flan, Floor Flans and Exterior Elevations of the Programming, Conceptual and schematic Design phases of the project. D. Provide a final Conceptual Cost Estimate for presentation purposes. PROVIDEDITEMS 1. Unless stated otherwise, the Client shall provide copies of all tests, inspections, and reports required to complete the services, such as environmental surveys,or hazardous materials and/ter ether existing conditions reports. 2. The Client shall provide the Architect with a geotechnical analysis(soils report)and certified engineer's recommendation for use in the design of the structure. 3. The Client shall provide the Architect with percolation tests and analysis for use in the design (by others)of the drainage requirements, as required by code. . The client shall provide the Architect a boundary survey including information regarding the existing topography, utilities, easements, trees and structures on the site. 5. The Client shall provide the Architect with a set of documents representative of the existing conditions to e used as a basis of the services required. . The Architect shall be entitled to rely on the accuracy and completeness of the information provided by the Client,without independent verification of same. Vvct Architecture • in, LLC. 320 N 4t'3t.,Lantana, Florida 33462/Phone:561-566-2027/Fax:561-562-9419 License No.AA26001503/www.west-arch.com Initial. Page 4 of Page 214 of 1197 2.1 Unless otherwise provided for under this Agreement,the Client shall provide information in a timely manner regarding requirements for and limitations on the Project, including a written program which shall set forth the Client's objectives, schedule, constraints and criteria, including space requirements and relationships, flexibility, expandability, special equipment, systems and site requirements. 2.2 The Client shall identify a representative authorized to act on the Client's behalf with respect to the Project. The Client shall render decisions and approve the Architect's submittals in a timely manner in order to avoid unreasonable delay in the orderly and sequential progress of the Architect's services. 2.3 The Client shall coordinate the services of its own consultants with those services-provided by the Architect. Upon the Architect's request,the Client shall furnish copies of the scope of consulting services in the contracts between the Client and the Client's consultants. The Client shall furnish the services of consultants other than those designated in this Agreement, or authorize the Architect to furnish them as an Additional Service, when the Architect requests such services and demonstrates that they are reasonably required by the scope of the Project. The Client shall require that its consultants maintain professional liability insurance as appropriate to the services provided. 2.4 The Client shall provide prompt written notice to the Architect if the Client becomes aware of any fault or defect in the Project, including errors, omissions or inconsistencies in the Architect's Instruments of Service. 3.1 The Architect and the Owner warrant that in transmitting Instruments of Service,or any other information, the transmitting party is the copyright owner of such information or has permission from the copyright owner to transmit such information for its use on the Project. If the Owner and Architect intend to transmit Instruments of Service or any other information or documentation in digital form,they shall endeavor to establish necessary protocols governing such transmissions. 3.2 The Architect and the Architect's consultants shall be deemed the authors and owners of their respective Instruments of Service, including the Drawings and Specifications(as included on the Drawings), and shall retain all common law, statutory and other reserved rights, including copyrights. Submission or distribution of Instruments of Service to meet official regulatory requirements or for similar purposes in connection with the Project is not to be construed as publication in derogation of the reserved rights of the Architect and the Architect's consultants. 3.3 Upon execution of this Agreement,the Architect grants to the Owner a nonexclusive license to use the Architect's Instruments of Service solely and exclusively for the Project, provided that the Owner substantially performs its obligations, including prompt payment of all sums when due, under this Agreement.The Architect shall obtain similar nonexclusive licenses from the Architect's consultants consistent with this Agreement.The license granted under this section permits the Owner to authorize the Contractor, Subcontractors, Sub- subcontractors, and material or equipment suppliers, as well as the Owner's consultants and separate contractors, to reproduce applicable portions of the Instruments of Service solely and exclusively for use in performing services for the Project. If the Architect rightfully terminates this Agreement,the license granted in this Section shall terminate. 3.3.1 In the event the Owner uses the Instruments of Service without retaining the author of the Instruments of Service,the Owner releases the Architect and Architect's consultant(s)from all claims and causes of action arising from such uses. The Owner, to the extent permitted by law, further agrees to indemnify and hold harmless the Architect and its consultants from all costs and expenses,including the cost of defense, related to claims and causes, if action asserted by any third person or entity to the extent such costs and expenses arise from the Owner's use of the instruments of Service under this Section. �Yest Architecture + Design, LLC. 820 N 4"'St.,Lantana,Florida 33462/Phone:561-588-2027/Fax:561-582-9419 License No.AA26001503/www.west-arch,.com Initial. / Page 5 of 8 Page 215 of 1197 3.4 Except for the licenses granted in this Article, no other license or right shall be deemed granted or implied under this Agreement.The Owner shall not assign, delegate, sublicense, pledge or otherwise transfer any license granted herein to another party without the prior written agreement of the Architect.Any unauthorized use of the Instruments of Service shall be at the Owner's sole risk and without liability to the Architect and the Architect's consultants. 4.1 For the Architect's Scope of Work described under Article 1,the Client shall compensate the Architect as follows: Compensation to be as follows: Task 1 —Programming./Conceptual Desi n of New Access Road on the SFWMD Canal R.O.W: Phase Sub-Total A. Programming Services $ 5,740 B. Conce tualDesi n Services 13,080 $ 18,820 Task 2—Proqramminq/Conce tual Design of New Public Works Facilit Phase Sub-Total A. Programming Services $ 6,480 B. Conceptual Design Services 22,150 $ 28,630 Task 3—Schematic Design 30% of New Access Road and New Public Works Facilit Phase Sub-Total A. Schematic Design (New Access Road) $ 6,400 B. Schematic Design (New Public Works Facility) $26,190 C. Conceptual Cost Estimate S 6,000 $ 38,590 Total $ 86,040 Retainer(to start work) $ 9,500 4.1.1 Hourly billing rates for services are set forth below. The rates shall be adjusted in accordance with the consultant's normal review practices. Architecture Firm: Principal Architect: $180/hr.; Project Manager$130/hr.; Senior Architect$120/hr.,Architect$100/hr.; Architectural CADD/Technician $80/hr.;Clerical/Administrative$50.00/hr.; Civil Engineer: Principal$200.00/hr., Principal's attendance at Public Meetings$250.00/hr., Senior Professional Engineer $125.00/hr., Project Manager$110.00/hr., Engineer Intern $110.00/hr., CADD Operator$100.00/hr., Technician $100.00/hr., Field Inspector$100.00/hr.,Administrative Assistant$65.00/hr. 4.2 ADDITIONAL SERVICES: 4.2.1 Additional Services are not included in Basis Services but may be required for the Project. Such Additional Services may include budget analysis,financial feasibility studies, environmental studies, land surveying, civil engineering, land planning services, landscape design,telecommunications/data,security, measure drawings of existing conditions,coordination of separate contractors or independent consultants, V%tr:st Architecture+ Design, LLC. 820 N 4t'St., Lantana,Florida 334621 Phone:561-588-2027/Fax:561-582-9419 License No.AA26001503/www.west alrch.com Initial. / Page 6 of 8 Page 216 of 1197 coordination of construction or project managers,detailed cost estimates, on-site project representation, value analysis,quantity surveys, interior design, planning of tenant or rental spaces, inventories of materials or equipment, preparation of record drawings, commissioning,environmentally responsible design beyond Basis Services, LEEDo Certification,fast—track design services, obtaining liquor licenses,obtaining business licenses and any other services riot otherwise include in this agreement. 4.2.2 Additional Services may be provided after execution of this agreement,without invalidating the Agreement. Any Additional Services provide in accordance with this Section shall entitle the Architect to compensation pursuant to Section 4.1.1. 4.2.3 The Architect shall review and evaluate Contractor's proposals, and if necessary, prepare Drawings and other documentation and data, and provide any other services made necessary by Change Orders and Construction Change Directives. These documents and date prepared by the Architect shall be an Additional Service. 4.3 REIMBURSABLE EXPENSES Reimbursable Expenses are in addition to compensation for the Architect's professional services and include expenses incurred by the Architect and the Architect's consultants directly related to the Project, as follows: 1. Additional 24x36 prints @$1.50 per sheet. 2. Transportation and authorized out-of-town travel and subsistence; 3. Long distance services, dedicated data and communication services,teleconferences, Project Web sites,and extranets; 4. Fees paid for securing approval of authorities having jurisdiction over the Project; 5. Minting, reproductions, plots, standard forryi documents; 6. Postage, handling and delivery; 7. Expense of overtime work requiring higher than regular rates, if authorized in advance by the Client; 8. Renderings, models, mock-ups, professional photography, and presentation materials requested by the Client; 9. Architect's Consultant's expense of professional liability insurance dedicated exclusively to this Project, or the expense of additional insurance coverage or limits if the Client requests such insurance in excess of that normally carried by the Architect's consultants; 10. All taxes levied on professional services and on reimbursable expenses; 11. Site office expenses; and 12. Other similar Project-related expenditures. 4.3.1 For Reimbursable Expenses the compensation shall be the expenses incurred by the Architect and the Architect's consultants plus an administrative fee of ten percent(10%)of the expenses incurred. 4.4 COMPENSATION FOR USE OF ARCHITECT'S INSTRUMENTS OF SERVICE If the Client terminates the Architect for its convenience or the Architect terminates this Agreement, the Client shall pay a licensing fee as compensation for the Client's continued use of the Architect's Instruments of Service solely for purposes of the Project. 4.5 PAYMENTS TO THE ARCHITECT 4.5.1 An initial retainer payment(as stated in section 4.1, Compensation)shall be made upon execution of this Agreement and is the minimum payment under this Agreement. It shall be credited to the Client's account in the final invoice. West Architecture + Design, LLC. 820 N 01St.,Lantana,Florida 33462/Phone:561-588-2027/Fax:561-582-9419 License No.AA26001503/www.west-arch.com trot p. Page 7 of 8 Page 217 of 1197 4.5.2 Unless otherwise agreed,payments for services shall be made monthly in proportion to services performed. Payments are due and payable upon presentation of the Architect's invoice.Amounts unpaid (30)Days after the invoice date shall bear interest at the rate of one point five percent(1.5%)per month. 4.5.3 The Client shall not withhold amounts from the Architect's compensation to impose a penalty or liquidated damages on the Architect, or to offset sums requested by or paid to contractors for the cost of changes in the Work unless the Architect agrees or has been found liable for the amounts in a binding dispute resolution proceeding, 4.5.4 Records of Reimbursable Expenses and services performed on the basis of hourly rates shall be available to the Client at mutually convenient times. 5.1 This Agreement represents the entire and integrated agreement between the Client and the Architect and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both Client and Architect. This Agreement entered into as of the day and year first written above, Client: Architect: City of Boynton Beach West Architecture + Design, LLC Public Works/Engineering Andrew Mack, PE., CBO, LEED AP Peter Ganci,Assoc.AIA, LEER AP BD+C Director of Public Works/Engineering Principal Si nature _.�.� ................ .. ( g ) (Date) (Signature) (Date) Architecture+ Design, LLC. 820 N 4t'St., Lantana, Florida 33462/Phone:561-588-2027/Fax:561-582-9419 License No.AA26001503/www.west_arch.com Initial._/ Page 8 of 8 Page 218 of 1197 "R rOf W� ?p`UR 's ® of r =w x @ Up zuJY� � i U® raz€rmxCO a a a •rh. ,i j5�, i 1` pppppp or AIN r ,� r• 4 6 a ,�. a� .S K, xe N / 1 x n - 510, POW 1 121 v� ,rI7C4, AA 711 41 �vx .k �.....� IN �,x y ct Page 219 of 1197 i ca Ca M LL N m xU O O O (1)m a) O m o aca o Y m 6 0 U O N '.E d 00 0000 O O O z mN a) _ C eDp{ OV 1 0) (00 c070 COO N -M C L C f- cq V�� �� N O C c an a, a) tiros E ca T � LO LO v co C V Q V d W N H 69 03,601 69 69 69 V9 63 69 69 Cfl 69 H 63 69 N N 000000 p prj 0 0 0 0 0 0 p 0 0 0 0 0 0 p a) O tno CD so C=; , , C F' C4 NOME 0 O y J Y 7a LL W N w IL U U) f• H 69 60 64 W 69 69 63 6-p EA CH fA 69 CA w a m C0 Co 0 00 0 p 0 0 0 00 0 p 0) C °� w vi o L6 jai o L6 N0 w O r C 000 C N- W Oj A H C Y W)N N N- - ti O CO 0 W Q m m r y F 40 69 69 69 69 69 69 69 69 w 69 69 69 6B 69 us O O OOOOO OOO O mm p 000 M 000 M O 00M Cl)00 Cl ) 00 a• a0 w +O+ L 69 69 69 619 69 69 603-64 EA 69 IV 000000 CO CO 0000'.. O o0 00 00 00 O O Yi O000000 000000 O OO OO OO OO O CO CID Z m 000000 000000 C� 00 00 000 N CO 1l- V Cl) Cl) O C w •LO � W 00 Cr►toin M 7 g N 00 0 0 0 0 O O O O O C O 0 0 O O O O O O O O O O Q 0 0 0 0 O O O O O C O 0 0 0 0 0 0 0 0 O O O 0 0 0 0 Q 0 0 C7 0 0 0 0 O N m It co CO O cc O0 -Il- co a W 69 H w y 69 r 69 fA 69 r CQ N 0 tO T .W OC4 UT wi M r N N �' Y � toilC Oto ® 0 0 0 0-O 0 0 0 0 0 0 0 O O 0 O O O O O O O O 0 0 0 0 0 0 0 C O O O O O O Y N C O to O O O O O O O O O 0a W) W) OOOO 0700000 ',O m co co (pm oO OO O O cN W y O O m 69 4A,6&ao n N !9 69 69 ON mL r r O Ln w NO 0. ao H T O �"Mc ° o — A V 3a mooar¢ x' 0)'0 a: crnvj." roy m `mOMaa) = MC) m as m e Ln Do 0 o :� E E '� m _ m am same L am a m _ r u,LL.i oo o E (0 0 = E m � m � m U) �0 M L) m O Z a) N Ui LL M N 0 LL VJ as C m r Ca d C C8 LL @ R C M � 4� c (Dw0; mca rn W rn m ? w ® o- � aid E 0 ® aOc0Xcc ai O cvid o ° cL o + aa)) C a) my 0) m m Q. r4 .2 3 a) Q - U d 0) U m • C c W 00_+CL LL-1 3'. C C C C L Q - O O O O 0 O m yr ..�.. O m'N .3. C7 d 0 d •w d •O d 0 d d U CD LO a) N U 'ti a) a) a) C_ ® d ® V CD 0 C a) p O O v C O0 U C as v E a U O U O U O U Q w Q' .O d E h m H L o E E o L U D U O m o O o ® Q an 0 an ars r 3 CL v rn rn v Page 220 of 1197 Greco-Arencibia, Adrianna From: Pratt, Taralyn Sent: Friday,July 19, 2019 10:15 AM To: Greco-Arencibia,Adrianna Subject: FW: Conceptual Plan for Public Works Facility at Rolling Green Site - SCOPE E Taralyn Pratt - Contract Coordinator Boynton Beach Utilities e�� � City of Boynton Beach 124 F.Woolbright Rd, Boynton Beach, Florida 33435 g 561-742-6447 prattt@bbfl.us http://www.boynton-beach.org/ � ay7 + : 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. From: Pratt,Taralyn Sent:Wednesday,April 24, 2019 1:58 PM To: Mack, Andrew<MackA@bbfl.us> Cc: Dunmyer,Gary<DunmyerG@bbfl.us>; Ramsey, Kevin <RamseyK@bbfl.us> Subject: RE:Conceptual Plan for Public Works Facility at Rolling Green Site-SCOPE E Good Afternoon Andrew, Below is the contact information for West Architecture + Desai n, LLC the next Consultant in rotation for RFQ 046-2821- 17/TP General Consultin Services 5co / g _ e E_ Architectural and Landscaive Des..,n Services_. The task order for this scope of work Task rder UT-3E-02.,, use this task order in your description when completing the requisition for the PO, as well as on the Consultant's Quote. Once you are issued the PO, please forward me the PO#and amount, so I may continue to track the expenditures and rotation of the RFQ. West Architecture + Design, LLC 820 N. 4th Street Lantana, FL 33462 PH: (561) 588-2027 FAX: (561) 582-9419 1 Page 221 of 1197 Martha A. Morgan ma E@Rl���structioninc.net � ��urveyon P|easeuse for VVG�VVan1manGroup onthe pooposa[ requ��ionand PO for Surveying the Public VVorksFauUitVatRoUingGreen Site. 2035 Vista Parkway West Palm Beach, FL 33411 Eric Mathews Project Manager 561-687-2220 Let me know if you should need any of the consultant contract rates, or any other questions you may have. Regards, Tara\yn From: Mack,Andrew > Sent:Wednesday,April 24,2D191J:S2PM To: Pnatt,Tara|yn > Cc: Dunnmyer, Gary<0unml�[��1bb��s> Su��ect: Conceptual Plan fnrPub||cWorks Facility atRolling Green Site Tura|yn: I need the next firm under Consulting Services Scope "E" and next Survey firm in rotation as well. P/| Wewill order aboundary survey separate from consultant. Scope for consultant°E" will include: Conceptual site plan layout for a Public Works Admin building,Sanitation Staff building, Fleet Maintenance Building, Parks Maintenance Building,Car wash,fueling station and parking. Thanks. 2 Page 222Of1197 Andrew Mack, P.E., CBO, LEED AP Director of Public Works & Engineering Public Works Mailing Address: P.O. Box 310 ! Boynton Beach, Florida 33425 Physical Address: 100 E. Boynton Beach Blvd. Boynton Beach, Florida 33435 561-742-6201 561-742-6211 Maci(A@bbfl.us I .r boynton-beac.h.org/ LWJ 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 late, email addresses are public records. Therefore, your e-mail communication and your e-mail address may be subject to public disclosure 3 Page 223 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 191269 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/24/19 VENDOR 7084 SHIP TO: TO: WANTMAN GROUP INC. City of Boynton Beach ENGINEERING/SURVEYING ETC PUBLIC WORKS DEPARTMENT 2035 VISTA PARKWAY 222 N.E. 9TH AVENUE WEST PALM BEACH, FL 33411 BOYNTON BEACH, FL 33435 REQUISITION NO. 74324 ORDERING DEPARTMENT: PWADMIN/AGGA/AM r `� DATE NEEDED: BID NO: COMMISSION APPROVED: EXTENDED LINE## QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 12604 . 00 DL TOPOGRAPHIC SURVEY OF SFWMD CANAL 1.0000 12604. 00 FOR ACCESS RD Commission approved :03/2.1./17 RFQ No. .0.67 282`1 16:/TP Task :No U=A 0:5 Resolution No. R.,7=028 2 12349. 00 DL BOUNb Y & TOPOGRAPHIC SURVEY Off' 1.:;0000 12349. 00 PW >~1C T L I'C'Y . . 12EMARKS. PR.OFESSION.AL SURVEY SERVICES FOR- ROLLING GREEN PW FACILITY. RFQ 067 2821 16/TP'; R!7-,028COMM APPRV 3/2:1./17 TASK ORDER U P;7-05 *NOT TO .EXCEED $_25, 0:00 WGI. #2:634 . 00 :. PROCUREMENT SERVICES: P.O. TOTAL: 24953 00 w ACCOUNT NO. PROJECT 303-4116-580.49-17 GG1842 PURCHASING Page 224 of 1197 CITY OF BOYNTON BEACH k, REQUEST FOR PURCHASE OVER $10,000 Date: 7/19/2019 Requesting Department: PW - Admin Contact Person: Andrew Mack Explanation for Purchase: Topographic survey of SFWMD canal for access road, boundary and topographic survey of Publis Works Facility at Rolling Green. The survey is for planning and design purposes of the SFWMD canal and church property lying north of the edge of water and lying west of N Seacrest Blvd. Commission approved 03/21/17, Task No. U-A-03, Resolution No. R17-028 Recommended Vendor Wantman Group Inc Dollar Amount of Purchase $24,953 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy-Back Budgeted Item Emergency Purchase Other Contract Number: RFQ No. 067-2821-16/1-P NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 303-4116-580-49-17, Project #GG1842 Approvals: Department Head 4Date lo Purchasing Agent Date � l J Asst City Manager Date City Manager Date 7 ?w 1 Form Revised 02/01/02 Page 225 of 1197 m Ol \ \ al I r-I CN I ' O 0 0 E"" I WW a ' O da% r� A A a I o I �10 m M m Ol >+ O I ri N a W I ' I ' H I ' a I ' w I ' A I ' I ' 1 I , I , I , H , 6, 1 E+ a N U AHi o ' 0 0 W O I o o \0 0 0 O O E U I of (n O o SCo er u) -1 ra 04 ri m I N d' I to z z W H H N W U] N N 0 I I \ \ N '�,'CD 1-4 H O I O '� �,. O I Z1 O aU H ; x. o HG w C 0 0 rd rt >� 00 a Ei W W a O a ' rn wU 0 o z I Ei x x W I V m a ril O PO > o2 ' a a i O UN-rI CN-A E �j z am r p A A o1 W�r r1 d az z �> A i a W Orw1 qm q W o z D!0 a4 04 a a U E+ i o o 040 U' p ul FCU) .O I O Ol I H U HI-1 Z A N M ' El W W W O W Q1 i _4 a Aa iz H HF-I CCCul ' O H I U HU) 0 a p o U E4 i U) >4U e_� H 04 a M I W C� I U a FC rx5 H U a a W U] H ' FC U I mul b y 00 AyUp.; WAU U�UFC�A a Eire a�H� a FCW 134 r4 UEAU E' WW GaWW I z g 4-)as Oaa I 11 0Wz04 1 ra U X14 >HQ1.1 i azaz rd Art zH >zH r E\ Oa UOaaaaa W UU a i w (v c &H 4 a)E+,< I W w W W FC I xxxx O I cn\ EE'HH rt H U o0 oFz xaz o00o r o � 0. �. H I 10 10 I W LL M— , \ n A a 5-m 'i r z>H z - 15 ami '11' N Q.I R�I I >S0-I N In aO> OO> 1 14 r \ U A 04 00 o •3� azU � a' H co 1 41 m 0 N OPIM 00.1U 0 0 El rd a m W O 0 I H C'. l0 �' z •• •• E+ •• •• ' Ln Ln 00 N w > ri r xo o p oNo �No W L° .� a -tip Z HU E-i W-� -rl H x >I H I r•-I ri cN p •.'.-s{ O pp; U 04 N O 3 4 H O H I w O z 000 COO Urn m t I z zS o F-I U 0-1 'Zi ri�U AXU UO O 11O eq I w E Of m IQO A OA FC r1 mHO O o A G o W Q, A i EAU a H �Uu] AOUen i H -'i . -1 Cd O a H Gr] W H •ri l0Z r-1 J -t* V] H W I H N I H HCN N a E O< W UI H N a z; 4tiW' u0 a H a UO O Page 226 of 1197 z _ 1 WC �F tl1 a June 28,2019 Mr.Andrew Mack,P.E.,CBO,LEED AP Director of Public Works&Engineering Public Works City of Boynton Beach 100 E.Boynton Beach Blvd Boynton Beach,FL 33435 Mac o bbfl.us RE: Professional Survey Services for Rolling Green Public Works Facility Boynton Beach,FL Task Work Order U-A-05 WGI#2634.00 Dear Mr.Mack, Wantman Group,Inc. (WGI) is pleased to provide this proposal to City of Boynton Beach(CLIENT) for additional survey services.Our scope of services and corresponding fees are detailed below. In addition,it is agreed that WGI's services will be performed pursuant to WGI's Agreement Provisions, associated with the original contract between WGI and CLIENT,dated March 27,2017. Project Understanding: WGI will perform a Boundary and Topographic Survey for planning and design purposes of PCN #'s 08434521340020000 and 08434521340010000, including that part of the SFWMD Canal and church property lying north of the edge of water, and lying west of N. Seacrest Blvd. Also includes a portion of N. Seacrest Blvd lying between NW 141 Ave and NW l3`l`Ave,located in the City of Boynton Beach. The scope of services are as follows: TASK 1—Touograohic Survey of SFWMD canal for access road Lump Sum $12,604 a) Prepare survey calc file and field package information. b) Research public records for deeds,plats,R/W maps,and survey control. C) Locate,check and reference project horizontal and vertical control. d) Locate,check and reference monumentation for right-of-way establishment. e) Perform cross-sections at 500 foot intervals within the SFWMD Canal right-of-way from edge of water to right-of-way line. f) Locate visible improvements within the SFWMD Canal right-of-way. g) Locate visible improvements within the right-of-way of N. Seacrest Blvd and perform cross- sections at 100 foot intervals for future turn lane. h) Process, check and review field information. i) Right-of-way determination by Professional Surveyor and Mapper. D Prepare Topographic Survey and project deliverables. k) Final review and signature by Professional Surveyor and Mapper. TASK 2—Boundary and To o ra hic Survev of Public Works Facility Lump Sum $12,349 a) Prepare survey calc file and field package information. b) Research public records for deeds,plats,R/W maps,and survey control. t ..4i` k _ .`' r f: 7.. t Inc Page 227 of 1197 City of Boynton Beach June 28,2019 Page 3 of 3 CLIENT'S CORPORATE ATTESTATION: If signing this Proposal on behalf of a corporate entity, I hereby affirm that such entity is correctly identified above,and is legally valid,active,and duly licensed and authorized to conduct business in the State of Florida. I also affirm that I am duly authorized and have legal capacity to execute this Proposal and bind the corporate entity. AUTHORIZATION FOR CREDIT CHECK: By signing this Proposal, I hereby authorize WGI to conduct a credit check or obtain a credit report with respect to CLIENT(as identified in this Proposal)for purposes of WGI providing services to CLIENT, Corporate Representative: Name(Printed) This Proposal accepted this day of 2019 By Name'(Signature) City of Boynton Beach InciUGI& WGInc Page 228 of 1197 p¢$# 00000S '800 $ 00 , S8 001 eni Eno'~ N e rom m °�i n m Nom °1.Oi NN-iN NN NO NN-N N NO NNONNNNO NNN�®N O�Mg m O C Er h0 3 p N N O V N __ 0 A_ R u N O O O O T � O d W _— O O i y O I � O u N .m 6 N N U O nm n .0-I N ° O d 0 C d O � p LL A C NI, 1 It p L 5 N i 21 o j m � 2 N f N 'O O O O O O O N ~ C Y% CL N O O -... O p c a t m _ O N C n U p r O n W 7 Q V1 N,N Y'"'T1 N'. 9 N Yf NYf N 0 O O O O O 00 O E Z v �N d N l 1 9 d t a w a c d Z — v _ P PI m, _ o po > c E 1% p 3 3 c n v 3 I°- W>ao .5 ' y E c a. c x j4u...c ro w �...5 E o A c ° t' ar =.� w — ...E m IN W 1E 0 c m O p = ro N"0 O O a'. ICJ w V u 3 w u N m E Ekia LY Page 229 of 1197 Greco-Arencibia, i From: Pratt, Taralyn Sent: Friday,July 19, 2019 10:15 AM Greco-Arencibia,Adrianna Subject: FW:Conceptual Plan for Public Works Facility at Rolling Green Site - SCOPE E Taralyn Pratt Contract Coordinator Boynton Beach Utilities City of Boynton Beach 124 E. Woolbright Rd. Boynton Beach, Florida 33435 u 561-742-6447 3 prattt@bbfl.us j, http://www.boynton-beach.org/ P 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. From: Pratt,Taralyn Sent:Wednesday,April 24,2019 1:58 PM To: Mack,Andrew<MackA@bbfl.us> Cc: Dunmyer,Gary<DunmyerG@bbfl.us>; Ramsey, Kevin<RamseyK@bbfl.us> Subject: RE:Conceptual Plan for Public Works Facility at Rolling Green Site-SCOPE E Good Afternoon Andrew, Below is the contact information for West Architecture+Design, LLC the next Consultant in rotation for RFQ 046-2821- 17/TP General Consulting Services Scope E-Architectural and Landscape Design Services. The task order for this scope of work Task Order# UT-3E-02 , use this task order in your description when completing the requisition for the PO, as well as on the Consultant's Quote. Once you are issued the PO, please forward me the PO#and amount, so I may continue to track the expenditures and rotation of the RFQ. West Architecture + Design, LLC 820 N. 4th Street Lantana, FL 33462 PH: (561) 588-2027 FAX: (561) 582-9419 1 Page 230 of 1197 Andrew Mack, P.E., CBO, LEED AP Director of Public Works & Engineering Public Works Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 100 E. Boynton Beach Blvd. I Boynton Beach, Florida 33435 561-742-6201 1 fEj 561-742-6211 Macl<A@bbfl.us I boynton-beach.org/ 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. s Page 231 of 1197 Coversheet Pagel of2. 6.6. CONSENT AGENDA r 3/21/2017 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FOR COMMISSION MEETING DATE: 3/21/2017 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO.R17-028-Authorize the City Manager to sign individual agreements with four(4)firms as a result of RFQ No.:067-2821-16/TP for Professional Survey and Mapping Services,individual task orders for projects will be issued and submitted to the Commission for approval in accordance with the City's Purchasing policies and procedures. EXPLANATION OF REQUEST: Term of agreement: APRIL 1,2017 THROUGH MARCH 31,2020 On January 17, 2017, the City Commission approved the list of top-ranked proposers identified by the Evaluation Committee from the responses received from RFQ No.: 067-2821-16/TP for Professional Survey and Mapping Services, who authorized staff to conduct negotiations with the firms as follows: Wantman Group, Inc. Avirom&Associates,Inc. Whidden Surveying and Mapping,Inc. Engenuity Group,Inc. The RFQ was advertised and submittals were opened on October 14, 2016. The City received thirteen (13) proposals whereby the top four(4) proposers were submitted to City Commission on January 17, 2017 for approval and authorization to move forward with negotiations to establish contract agreements for ongoing services in accordance with Florida Statute 287.055,Consultants'Competitive Negotiations Act. Emphasis was placed on the Schedule of Professional Fees to solidify hourly rates for the initial contract period. Based on comparisons of the submittals by each of the firms,negotiation sessions were deemed unnecessary.Firms that showed higher rates were contacted for discussions.As a result, the Schedule of Professional Fees as attached will be fixed and firm for at least the initial three (3) year period. The Agreement may be renewed for an additional two(2)one-year terms with the same terms and conditions. Individual task orders will be generated at the time specific projects are realized utilizing the Schedule of Professional Fees as the basis for the overall cost of the each task. Task orders will be submitted to the Commission for approval in accordance with the City's Purchasing Policies and Procedures. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This agreements will provide for the issuance of task orders in connection with projects for on-going capital improvements to enhance City-wide operations. Individual task orders in excess of$25,000 will be brought back to Commission for approval in accordance with the Purchasing Policies and Procedures. FISCAL IMPACT: Budgeted The costs of the individual task orders will be paid from approved CIP budgets or other budget sources within the City's adopted budget. ALTERNATIVES: Not approve the contract and re-issue the RFQ. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: https://boyntonbeach.novusagenda.corn/AgendaPublic/CoverShect.aspx?ItemlD=2145 M...P901✓923fl9Df 1197 The City of Boynton Beach "f Procurement Services �. 100 F.Boynton Beach Boulevard P.O.Box 310 Boynton Beach,Florida 33425-0310 Telephone No: (561)742-6310 FAX: (561)742-6316 March 22, 2017 WGI—Wantman Group, Inc. 2035 Vista Parkway West Palm Beach, FL 33411 ATTN: Patrick Meeds, PSM, Project Manager RE: RFQ FOR PROFESSIONAL SURVEY AND MAPPING SERVICES RFQ No.: 067-2821-161TP TERM OF AGREEMENT: April 1, 2017 to March 31, 2020 Dear Mr. Meeds: At the City Commission meeting of March 21, 2017, City Commission authorized the City Manager to sign individual agreements with the Evaluation Committee's recommendation of WGI —Wantman Group, Inc., Avirom & Associates, Inc., Whidden Surveying and Engenuity Group, Inc. for Professional Survey & Mapping Services for the City of Boynton Beach. We have enclosed the original Consultant Agreement for your signature. As stipulated within the RFQ requirements, your Company's original Certificate of Insurance, naming the City of Boynton Beach as additional insured is to be provided. Please return the original signed contract and Certificate of Insurance to me at your earliest convenience. Also enclosed is a copy of the executed Resolution for your records. We would like to thank you for responding to this Request for Qualifications and look forward to working with The Wantman Group. If you have any questions, please do not hesitate to contact me. Sincerely, � , -,- ARA4 Tim W. Howard Assistant City Manager Encl: Original Consultant Agreement and Authorizing Resolution c: Angela Prymas, PE—Utilities Department Central File File America's Gateway to the Gulfstream Page 233 of 1197 m AGREEMENT FOR PROFESSIONAL SURVEY AND MAPPING SERVICES THIS AGREEMENT is entered into between the CITY of Boynton Beach, hereinafter referred to as TITYu, and ° T OUP, INC. - la GI", hereinafter referred to s "CONSULTANT", in consideration of the mutual benefits. terms, and conditions hereinafter specified. WHEREAS, u unt to Section 287.055, Florida Statutes, the CITY o Boynton Beach solicited proposals for a non-exclusive Contract to perform professional services with an surveying firm for required services, and WHEREAS, THE CITY issued a Request for Qualifications for PROFESSIONAL SURVEY AND MAPPING SERVICES, RFQ No. 067-2821-16/TP, and WHEREAS, RFQ No. 067-2821-16frP defined Scope of Services as developing a listing of Professional Surveying and Mapping Finns licensed in the State of Florida to POMORn a v8dety of surveying and mapping services for the City on an "as needed basis"through individual task orders1purchase orders based on negotiated rates. WHEREAS, the CITY determined that CONSULTANT was qualified for appointment to perform the scope of services set forth in the Request for Qualifications; and WHEREAS, the CITY Commission on January 17, 2017, determined that CONSULTANTS were qualified for appointment to perform the scope of services set forth in the Request for Qualifications; and WHEREAS, the CITY Manager, through her administrative staff, has successfully negotiated an Agreement with CONSULTANT defining terms and conditions for the performance of consulting and surveying services within the scope of the Request for Q ualifictions. NOW, THERFO E, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLEf CONSULTANT agre to perform Professional Surveying 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. 1 Page 234 of 1197 The CI 's Representative during the performance of this Contract shall be TarqlK rtL-9-0—ntract C00[dA_n_4t_0_rtelephone (5 1) 742-6447 ARTICLE 2 -TERM The contract to is three years — APRIL 1, 2017 through MARCH 31, 2020 with the same terms, conditions and negotiated rates for the three year term. The contract may be renewed for two additional one-year terms with the same terms and conditions. The CONSUILTANT(S) shall be available to commence services APRIL 1,2017. ARTICLE 3 -TIME OR- „ 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. CONSULTANT shall perform all services and provide all work product required pursuant to this Agreement and the specific task order, unless anextension of time is granted in writing by the CITY. ARTICLE 4 -E&WENT The CONSULTANT shall be paid by the CITY for completed work and for services rendered under this agreement as follows: a. Payment for the work provided by CONSULTANT shall be made as provided on Exhibit 'A" attached hereto. b. The CONSULTANT may submit vouchers to the CITY once per of during the progress of the Work for partial payment for project completed to date. Such vouchers will be checked by the CITY, and upon approval thereof, payment will be made to the CONSULTANT in the amount approved. c. 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. d. 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. 2 Page 235 of 1197 ARTICLE 5 - OWNERSHIP AND USE OF DOC' All documents, drawings, specifications and other materials produced by the CONSULTANT 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 CONSULTANT shall be permifted 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 Agreement, Without the written consent of CONSULTANT, shall be at the CITY's sole risk. ARTICLE 6 - FUNgiNg This Agreement shall remain in full for and effect only as long as the expenditures provided in the Agreement have been appropriated by the CITY in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack 6f funding. ARTICLE 7 - WARMNTJUAMDr REp� &gSEMTATkON CONSULTANT represents and warrants to the MY that it is competent to engage in the scope of seivices contemplated under this Agreement and that it will retain and assign qualified professionals to all assigned projects during the tenn of this Agreement. CONSULTANT's services shall meet a standard of care for professional surveying and mapping and related services equal to or exceeding the standard of care for surveying professionals practicing under similar conditions. In submifting its response to the RFQ, CONSULTANT has represented to CITY that certain individuals employed by CONSULTANT shall provide services to CITY pursaunt to this Agreement. 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 may be wfthheld in the sole and absolute discretion of the CITY, ARTICLE 8 - CONSULTANT shall, in performi employees, or damage to Property occasioned by a negligent act, omission Or failure of the CONSULTANT. Neither party to this Agreement shall be liable to any third party claiming directly or through the other respective party, for any special, incidental, indirect or consequential damages af any kind, including but not limited to lost profits or use that my result from this Agreement or out of the services or goods furnished hereunder. ARTICLE 10 -!IN NSURANC;E 10.1 During . the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide originals or certified copies of all policies, 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. 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 or es 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 any. 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 7, "Indemnification" of this Agreement. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from the performance of this Agreement. CONSULTANT shall maintain a minimum coverage of $1,000,00o 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. 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 minimum amount Of $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims 4 Page 237 of 1197 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 occurrence. 10.2 It shall be the resppnsibilfty of the CONSULTANT to ensure that all sub- contractors comply with the same insurance requirements referenced above, 10.3 In the judgment of the IT , prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves ttie right to require the provision by CONSULTANT of an amount of coverage different from the amounts or in previously required and Shall afford wrftten notioe ofsuch change in requirements thirty (30) days prior to the date on is the requirements shall take effect, Should the CONSULTANT it or refuse to satisfY the requirement of chang-ed coverage within the thirty (30) days following the MYs written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said ter mination. taking effect on the date that the required change in policy coverage of otherwise take effect. 10.4 CONSULTANT shall, fora period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above for Comprehensive Liability Insurance on a claims-made policy only ARTICLE 11 - I CONTRACTOR 111 The CONSULTANT and the CITY agree that the CONSULTANT' is an independent CONSULTANT 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 CONSULTANT nor any employee of CONSULTANT 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 othelwise deducting federal in 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 anye ploys of CONSULTANT, Page 238 of 1197 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). LT 's obligation includes, but is not limited'to ULT T's obligation to preserve public records and make public records available to third parties in addition to the CITY, ARTICLE 112 - COVENANT AINS CQ ,— Aq­­T _RIWGEq The CONSULTANT warrants that he has not employed or retained any company or person, other than a bons ride employee working solely for the CONSULTANT, to solicit orsecure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bona ride 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 Agreement. For breach or violation of this warranty, the CITY shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 –TRUTH-IN-N k Eq0TIATI0N !qER11flCkTg 13.1 Execution of this Agreement 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 Agreement is accurate, complete, and current as of the date of the 'Agreement and no higher than those charged the CONSULTANT's most favored customer for the same or substantially similar service. 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 CONSULTANT& The CITY shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - DISC RIMINA)1014 PROHIBITED The CONSULTANT, 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. 6 Page 239 of 1197 ARTICLE 15 -ASSIGNMENT The CONSULTANT shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY ARTICLE 16 - NON-WAIVER A waiver by either CITY or CONSULTANT of any breach of this Agreement 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 subsequenIt or breach. ARTICLE 17—TERMINATION 17.1Termination n en n e, A e ent m re m This g' day s 0' ce le c T' Or Co v 'TY for con4enen ' u 0 n "0 may be terminated by the rt n a t t for c t of written notice by the te Mina i gp to he 0 her pa r su h to in COSULTs 11 s om !nation in which event the f rN tiTAN ha be paid it a pensatlon or services performed to m ate, incl clu i 9 rvi 8 r aso a 1v re ina on date, n d n services reasonably related to termination. In the event that the CONSULTANT abandons the Agreement or causes it to be terrninated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. 17.2 Termination foor Default. In addition to all other remedies available to the _p _ CITY, this Agreement shall be subject to cancellation by the CITY for cause, should the CONSULTANT neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, W such neglect or failure continue fora period of thirty (30) days after receipt by CONSULTANT of written notice of such neglect or failure. ARTICLE 18 - DISPUIE4 Any dispute arising out of the terms or conditions of this Agreement shall be adjudicated within the courts of Florida. Further, this Agreement shall be construed under Florida Law. ARTICLE 19— UNCQ _NIRQ��PLE FORCES 19.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Agreement 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 to "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this 7 Page 240 of 1197 Agreement 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, Not, civil disturbance, sabotage, and governmental actions. 119-2 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 Agreement. ARTICLE 20 - NOTICES Notices to the CITY of Boynton Beach shall be sent to the following address: ITY FC ­'of7 ionBeachi ­ (-6L6r0iLTaVerriqre, [jKqton Beach Blvd Bo�ynton Eeach, FL 33435 Notices to CONSULTANT shall be sent to the follovAng address., an an Group, Inc. d /a)�y 1'� _6_35 Vista Par� ' West Palm Beach, FL 33411 LA P' Patrick Meeds w.ARTICLE 21 -lNTEGWTEP_AC_?REgW1 ENT This Agreement, together with the RFRFP 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 Agreement may be amended only by written instrument signed by both CITY and CONSULTANT 8 Page 241 of 1197 ARTICLE 22 -§9V�EREIPh[Lik 22.1 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 Agreement, 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 to and provision contained in the Agreement, 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. 22.2 In connection with any litigation or other proceeding arising out of the Agreement, 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, ore CITY's liability beyond the limits established in Section 768.28, Florida Stalutes, as amended. 1. Claims, disputes or other matters in question between the parties to this Agreement arising out of or relating to this Agreement shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Agreement. 2. The parties agree that any action arising out of this Agreement shall take place in Palm each County, Florida. THE REMAINDER OF THIS PAGE IS LEFT INTENTIONALLY BLANK 9 Page 242 of 1197 IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of is shall be considered an original on the following dates: DATED this-j91 � day of 2017 CITY OF BOYNTON BEACH: CONSULTANT: E–od—LaVerriere, City Manager Attest/Authenticated: V'P Name/Tftle Vf" '51 -4 (Corporate Seal) y' I , Ju P�I C Ci, Clerk C 00,11- Approved as toPdlffi- Aftest/Authenticated: 1 -V Jams A. Cherqf,Rity Attorney cretary 10 Page 243 of 1197 EXHIBIT 'A' CONSULTANT'S RATES 11 Page 244 of 1197 EXHI-EIT 'A' CONSULTANT'S RATES Page 245 of 1197 EXHIBIT ` , Group, Inc. Consultant's Rates Hourly Rates Employees d Project Director(Principal) $190.00 �m w '7R b Robin Petzold Client Manager NIA N/A Project Manager 1 •00 tick Meeds Senior Professional Surveyor/Mapper 1 Samuel Hall Professional Surveyor/Mapper 425. EricMatthews Survey Technician Jason Alvarez 5.00 arc Stotler Brian hr Seniorea Fieldere ntativ -- ( fessional) N/A NZA Survey Crew(1 Man) N/A _._. PI/ Survey Crew(2 Men) 130.0 Survey Crew(3 ) $160.00 12 Page 246 of 1197 EXHISIT 'A' i—Wantman Group, Consultant's Clasgification Hourly R fes' GIS caali Kaleigh Nabb CADD Technician Michael Gregory Gareth Santos 1 Man Scanner/Laser Survey Crew I l Laser Survey Crew GFPS Equipment /A NIA Aerial Photosgramrnetry $140.00 Eric Aneiin Computer System Analysis . .. /A A Instrumentation and Control Services a cquisition and ntrol Servicesf�f / _. _ . Direct s —Mark-up % Office, Reproduction, Mailing, etc. 10% NIA Direct Cost ark u % Sub-consultants % I 13 Page 247 of 1197 EXHISIT 'A' Brown illi , l — , Inc. Consultant'sSub—Contractor's s Rates Classification rIdentified Project ire r(Principal) / NIA llent Service Manager— I / Project Manager / N/ Senior Professional Surveyor/Mapper N/A NIA ProFesional John E. Phillips, III, PLS Surveyor/Mapper $130.00 Anthonyr L E Survey Technician $90.00 Senior Field Representative (Professional) NIA NIA Survey Crew(1 Alan) A /A Survey C (2 Men) 120.00 I Survey Crew(3 Men) $150.00 I 1 Page 248 of 1197 WhIdden SurveyingMapping,_ r WIGI—Wantman r , Inc. Consultant's Sub-Contractor's Rates classificatk ployeez, Identified Project Director(Principal) IA NIA Client Service Manager N/A IIIA Project Manager f IVIG N/A Senior Professional I 145, To i Surveyor/Mapper John Smith Chris Lindstedt Professional Tom Whidden Surveyor/Mapper $120.00Jahn Smith _.. . _... ... ,.. ._ _ m._�..� Chris Lidstdt Survey Technician 85.00 Cheryl Montegeaudo Senior Field Representative (Professional) 1 /A Survey Crew(1 n) NIA NIR ....__._ Brad o eliu Survey Crew( en) a Wright 1 .0 Brad lius,J Jpnearson Brad Cornelius Dan Wright Survey Crew(3 n) Brad Comelius, J $158-00 Jeff Rynearson Nathan Cox Dominic Dubbs 1 Page 249 of 1197 EXHISIT'A' Whidden Surveyingi , Inc.for WGI—Wantman Group, l . Consultant's r t r' dlas-sification Hourly � .. it m1 LGIS Sci list Christina Lally CADD Technician $85CA • I of u o 1 an Scanner/Laser Survey Crew NIA JohnSmith Laser u r GPS Equipment Aerial Photogrammetry 2 0.00 27 NIA N/A Computer System lysis A /A Ins men tion an Control Services N/A WA Data Acquisition and wN Control Services /A NIA Direct o s— ark-u % Se Reproduction, 1 d% Mailing, etc. I Direct of—Mark up % u Haul nts % round Hound F i6 Page 250 of 1197 1 TRANSMITTAL LETTER VIA: UPS TRANSMITTING: Documents TMr. Tim W.Howard _. DATE.. 28,2017 Assistant i City of Boynton Beach 100 E Boynton Beach Blvd. Boynton Beach., PROJE CT a Profession Surrey d Services _ .PROJECT NO: RFQ e #067-2821-16/TP WGI . SUBJECT: Agreement for professional Sury _.mei d er `ces THESE ARE TRANSAUrrED: As Requested P TI 1 3/28/17 Signed Agreement for Professionala Se ` 1 3/28/17 Certificate of filsurance COMMENTS: Wantman Group,Inc. 2035 Vista Parkway West Palm Beach, L 33411 :\2016 City of Phone:561.687.2220 :561. 7.1110 \ o ton FILE: Beach www.wantmangroup.com Y a n ,� `strative Assistant Page 251 of 1197 . . Greco-Arencibia, From: Javier,Andrea Sent: Friday,July 13, 2D189:O4AK4 To: Greco-Anendbia, Adhanna Cc: Miller, Key|a Subject: RE:VVantmanGroup C(]| Attachments: VVantnnmnGroup, Inc. -GL.PDF Good morning Adrienna, � VVedohave aCC)| that meets City requirements onfile; hovveve� the COI expires onA/1/201O� Considering the vendor already meets City requirements and lists the City as additional insured, the insurance company may be sending one closer to the time it expires so I'll keep my eye on the mail and request an updated copy if we have not received it by the time it expires. For purposes of this requisition,the attached COI will suffice as proof of insurance. Andrea Javier, |PK4A'[P Benefits Coordinator Human Resources and Risk Management City nfBoynton Beach 100 E. Boynton Beach Blvd. | Boynton Beach, Florida 33435 � 56I'742-6044 pD ]avien4@bbfl.us http://www.boynton-beach.org/ America's Gateway to the GQtfstreaR0 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 besubject topublic disclosure. From:Gneco,4nendbia,Adrianna Sent: Friday,July 13, 3D107:88AK4 To:Javier,Andrea «JavierA@bbU.us>; Miller, KeY|a<WMO|erK@bbfl.us> Subject:VVantnoanGroup'COI Importance: High Good morning, Domehave a COI onfile for the above vendor? Utilities has used them recently and |did not want torequest it again. The company name isVVantnnanGroup orVVG|. Please advise, | have mrequisition pending for processing. Thankypu � Page 252 Of 1 197 Client#:25411 WANTGROU ACORDCERTIFICATE OF LIABILITY INSURANCE ATE TMMIDD T. 7/19/2018 THIS CERTIFICATE IS ISSUED AS A—MATTER—OF'iNF-0"RMATION 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:Ithe certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). IAC PRODUCER N CONME� ' Katie Kresner Greyling Ins. Brokerage/EPIC PHONE 770.552.4225 ..... AiC,No,Exti: WC,No): 866-550,408=2 3780 Mansell Road,Suite 370 E-MAIL M Alpharetta,GA 30022 ADDRESS: Katie-Kresner@greyling.com INSURERIS)AFFORDING COVERAGE NAIC .............. ......... ................................... ["!NSURFRA':National Union Fire Ins.Co. 11411 INSURED INSURER B:The Continental Insurance Company 35289 Wantiman Group,Inc. INSURER C:New Hampshire Ins.Co. 23841 2035 Vista Parkway Insurance Company 19437 �NsuaERo:LexingtonSuite 100West Palm Beach,FL 33411 NSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 18-19 REVISION NUMBER: IS 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 CONTRACTOR OTHER DOCUMENT WTH RESPECT TO W1ICH 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. I Sit-,..............­­........... ADD UBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE R -­­­ POLICY NUMBER MMIDD/YYYY� MM1DD1YYYY)­ LIMITS WVD A COMMERCIAL GENERAL LIABILITY 4613985 08/01/2018 08/01/2019,'EACH OCCURRENCE $1,000,000 I DAMAGE TO RENTED CLAIMS-MADE FX1 OCCUR PREMISES IEa 1 1$500,000 MED EXP tAny one person,, l$25,000 PERSONAL&ADV INJURY $1,000,000 GEN L AGGREGATE LIMIT APPLIES PER: GENERAIL,AGGREGATE POLICY F X1 Pi JECT LOC PRODUCTS-COMPJOPAGG s2,000,000 _HER- $ A AUTOMOBILE LIABILITY 9775972 08/oli2ol8loB/01/20,qCOMBINED SINGLE LIMIT ................. 9-00p--.. X ANY AUTO BODILY INJURY(Per person) $ SCHEDULED OWNED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS XHIRED NON-OWNED PR6Fff DAMAGE AUTOS ONLY X AUTOS ONLY F IPer accident $ B X UMBRELLA LIAR A I OCCUR 6049958687 08101/2018 &8/011201d EACH OCCURRENCE $5 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 RETENTION$10,000 IPER $ .............. C WORKERS COMPENSATION 11569886 08/01/2018 0810112019_X AND EMPLOYERS'LIABILITY YIN 1.-ATLd- ...........­­­............. ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000POOD OFFICERIMEMBER EXCLUDED? ® NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,0A0 ­ Ifyes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT _$1,000,000 D Professional Liab 027015040 08/0112018 08/01/2019 Per Claim$5,000,000 Inc] Pollution Aggregate$5,000,000 Lia bili DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD ID1,Additional Remarks Schedule,may be attached it more space is required) City of Boynton Beach is named as an Additional Insured on the above referenced liability policies with the exception ofworkers compensation&professional liability where required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Boynton Beach THE EXPIRATION DATE THEREOF, NO-nCE WILL BE DELIVERED IN Procurement Services ACCORDANCE WITH THE POLICY PROVISIONS. 100 E Boynton Beach Blvd PO Box 310 AUTHORIZED REPRESENTATIVE Boynton Beach,FL 33425-0310 ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of The ACORD name and logo are registered marks of ACORD #S1143380/M1140858 KKREIPage 253 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. ##: 191277 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/25/19 VENDOR 17252 SHIP TO: TO: ALEXIS KNIGHT ARCHITECT, INC. City of Boynton Beach STEVEN W. KNIGHT PUBLIC WORKS DEPARTMENT 100 NE 6TH ST. , STE. 102 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 BOYNTON BEACH, FL 33435 REQUISITION NO. 74329 ORDERING DEPARTMENT: FACILITIES/AGGA/KR • ' "® DATE NEEDED: BID NO: COMMISSION APPROVED: LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST EXCOSDED 1 1. 00 HR ARCH SVS-DUE DILLIGENCE & FIELD 135. 0000 135.00 WK-PRINCIPAL COMMISSION APPROVED 0:8/0.7/2018 TASK ORDER NO':: 'UT :2iE. 0 BID NO 0;4;6 6:21 17/T7' RESOLUTION: NO. R-1.8 103 2 3 . 00 HR ARCHZ SSS-DUE DILLIGENCE & FIELD 285. 00 WK PRFJJ MGR 3 2 . 00 HR ARCH' :S IVS;-SCHEMATIC' 135 :p:000 270. 00 DESIGN-.PRINCIPAL 4 2 . 00 HR ARCHI SVS-SCHEMATIC . 95,Od>QO 190. 00 DES:IGN-PROJECT MGR 5 4 . 00 HR ARCH SVSSCHEMATIC DESIGN-:CARD 75 �D'00. 300.00 TECHNICIAN 6 2 . 00 HR ARCH: SVS=OPINION 0FPROBABLE. CO8TS 135 00:0:0: 270. 00 OF :CONSTRUCTION PRINCIPAL. 7 4 . 00 HR :AR , CH OF PROBABLE COST ',95 0000 380.00 OF C€3hTSTRUCTTON PROJECT MANAGER 8 2 . 00 HR STRUCTUAL ENGINEERS-DUE ' 20'D :0000 400. 00 DILLIGENCE & F,IELD :WK PRINCTP AL: .ENGTNEER , 9 4 . 00 HR STRUCTUAL ENGINEERS: DUE 175 .0000 700.00 DILLIGENCE. & FZ:ELD WK" PROJECT MANAGER. 10 2 . 00 HR STRUCTUAL ENGINEERS-DUE 145.0000 290 . 00 DILLIGENCE & FIELD WK PROJECT ENGINEER PROCUREMENT SERVICES: rrf ACCOUNT NO. PROJECT 303-4211-572.62-01 RP1862 PURCHASING Page 254 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 191277 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/25/19 VENDOR 17252 SHIP TO: TO: ALEXIS KNIGHT ARCHITECT, INC. City of Boynton Beach STEVEN W. KNIGHT PUBLIC WORKS DEPARTMENT 100 NE 6TH ST. , STE. 102 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 BOYNTON BEACH, FL 33435 REQUISITION NO. 7432_9 ORDERING DEPARTMENT: FACILITIES/AGGA/KR 0 DATE NEEDED- BID NO: COMMISSION APPROVED: EXTENDED LINE# QUANTITY UOM ITEM NO, AND DESCRIPTION UNIT COST COST 11 1. 00 HR STRUCTUAL ENGINEERS-SCHEMATIC 200 . 0000 200.00 DESIGN-PRINCIPAL DING 12 2 . 00 HR STRUCTUAL EINGlNEEPI'S.�S.0 .KAT.I:C175. 0000 350. 00 DESIGN PROUE.CZ, M09 . 13 2 . 00 HR STRUCTUAL.: Fjiqd!. S C'HEMAT 14 5. a a 0 0 290.00 DES KGNPROL' ENGIN 14 8 . 00 HR 9,T R UIC T.UAL' ENGINEERS7SCHEMATIC 0 0 0 0 720. 00 DESIGND TECH is 2 . 00 HR '5.TR.0C- TUA1j ENGIN28k_OPINV ON ,0:000 350.00 " OF PRO-BARLE, COSTS :OF CONS.RUCTION PROJE1. TER MANAG 16 2 . 00 HR ENVikbNmENT .01 0 AL ENGINERING-DUE _0 412.00 DILLIGENCE &: EzELD :WK PRINCIPAL - Y� 17 2 . 00 HR 89VIROWNGDU NMENTA-L ENGINE - . . . . . . . . . 146:_0 9 D 0 292.00 I)ILLIGENCE berk IR LD WK - P _QJECT:.MANAGER R 18 8. 00 Hp ENV-IRONM.P-XNG- NERING-DUE 127.:'0000 1016.00 � - FIELD.�-WK - DILL IGENO E. & S2N ROLTECTAGER 19 16. 00 HR :ENVIRONMENTAL- ENGIRT ER RING=DUE 106.0000 1680.00 DILLI.QEN.dE...'& FIELD WK: PROJECT BIOLOGIST 20 3 .00 HR ENVIRO 206.0000 618. 00 ENGIN 8RING''.-SCHEM ATIDE$IG., PRINCIPAL - 21 3 . 00 HR ENVIRONMENTA!j� 146. 0000 438.00 ENGINERING-SCHEMATIC" DESIGN PROJECT MANAGER PROCUREMENT SERVICES: P.O. TOTAL: ACCOUNT NO, PROJECT 303-4211-572.62-01 RP1862 PURCHASING Page 255 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 191277 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/25/19 VENDOR 17252 SHIP TO: TO: ALEXIS KNIGHT ARCHITECT, INC. City of Boynton Beach STEVEN W. KNIGHT PUBLIC WORKS DEPARTMENT 100 NE 6TH ST. , STE. 102 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 BOYNTON BEACH, FL 33435 REQUISITION NO. 74329 ORDERING DEPARTMENT: FACILITIES/AGGA/KR DATE NEEDED: BID NO: COMMISSION APPROVED: r EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 22 24. 00 HR ENVIRONMENTAL 127.0000 3048 . 00 ENGINERING-SCHEMATIC DESIGN SEN PROJECT MANAGER 23 56.00 HR ENVIRONMENTAL,.. 105.0000 5880 . 00 ENGINER110:-SCHE'MAT1C DESIGN PROJECT BIOLOGIST 24 3 . 00 HR ENVIR.CNMENTAL ENGINERING-OPINION. 146.0000 43$. 00 PROBABLE COSTS OF: CONSTRUCTION -' PROJECT MANAGER 25 4. 00 HR SITE: ;SURVEY ING-SENT OR ENGIN'E:ER 3;30.`0000 520. 00 26 10. 00 HR SITE SURVEYING-:SURVEYOR/MAPPER: 120 00:0.0 1200. 00 27 3 . 00 HR S17E :SURVEYING" CLERICAL7�a 00;00 225. 00 28 2 . 00 HR ?REPARATION OF: THE... SURVEY 1.20 0;0:0 0 240.00 DRAW ING=SENIOR:';ENG'INEER 29 20 . 00 HR PREPARATION OF THE* SURVEY :'8s..0 0:0,0 1700 . 00 DR�IWTNG=CAD TECH 30 1. 00 HR PREPARATION OF " HE, SURVEY 13 0 0.0.:0:0 130 . 00 DRAT+. ING:-SR ENGINEER REMARKS: ALTERP;TIQNS TO THE EXISITNG MARINA Q. :OYER BOAT PARK BID #-0.46 282117/Tl?'; RI8-103 .,COM. APPRV 8/7/18 TASK ORDER.. NO:.: UT 2E=03. " [ 00PROCUREMENT SERVICES: j c t OTAL: 22967P ACCOUNT NO. PROJECT 303-4211-572 .62-01 RP1862 PURCHASING Page 256 of 1197 i 4 !t CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10�000 Date: 7/12/2019 Requesting - acilties Contact Person: Kevin Ramsey Explanation rPurchase: Services is for the preparation oft e construction documents for the additions and alterations to the existing marina facilities located in the Oyer Boat Club Park, They will rework the existing four(4) oat ramps as required to improve their functionality from the standpoint of surface material possibly ramp slope. Replace the existing five ( ) floating docks located in the marina area. Rework & repair the driveway surfaces int e immediate areas located at the turn-around & the paved areae directly adjacent to the boat ramps. This will include the replacement of curbing wplkway that may be damaged during the modification. Vendor Alexis Knight Architects Sou r for Purchase (check and attach backupmaterials): Three Written Quotations GSA State Contract PRIDE/ PT APS Sole Source Piggy-Back Budgeted Item Emergency PurchaseL—JOther Contract Number: Bid No. 046-2821-17/TP (VOTE. Pricing proposal for purchase must be presented in the same de.tall contained within the contract. SourceFund r Purchase: 303-4211-572-62-01ro ject# _ z�) Approvals: '/Lf e art ntea Date Purchasing Agent ' ,.;. Date® Z of F' ,Asst City Manager _ Date City Manager x �� Date , Form Revised 02/01102 Page 257 of 1197 Ql (n I I M [r W I I N N fYl I I r h pI I Ho o o 0 o o 0 I I n0 0 0 0 0 0 0 W W wH i 00 0 0 0 o r N O N eN O M 1D Q Q W 1 lf7 HN N N � H 6t a I I N O I N z I � a WI I W I I I H I I a I 1 W 1 I Q I I I I I � I I Q I 1 O 1Z i i \ ®140 a O O O O O 0 ! ,yWl U Z El O O O O 0 0 0 O W WO I o 0 0 0 0 0 U H H U I 0 o O (D 0 0 a I i JJ 4J 4J 4J -U 4-1 T Uzi a E 6 E 5 EF� f � U H H I Z ZH H O ' o Oi eNa v�1 of uNi Oi rx O m H I I H5+ 7 I O H '�y' I I (d 04 w b m b a O x W rx a O W ,flfla,. I I I I I L ry I I x x x x x x m W I I �4 �4 S4 W S4 S4 H r xi N I l a m of 0 0 fd w Gd x H 177 I I H ad a04 01 M N rt Q, .0 W N I 1 0 UN N N N N N H r^`I �i H r1 r�J 1 I rxl FD CO(L)CO Q)00 Q)00 Q)W Q)W Q) O H,1,H'>"A,>—i r•Twrl'Jvr1 r>, a k H WZ co H i 7-1 waoaoc�oao04 rxox° � H 104 HO (2', N i H U m K4 o I W w rC Q x CY W WM w C), H H a Q Hat 1 1 z H H C0 El W W m h H X m Z w O U HU) U' U Z Ix tD HW � i U O H 04 m tx m � KC m m m m m m H 1 1 H H H H H m I I W W W W W W � W W W W W O O O O O O a Q4 a -nal w P4 IX � I \ I 1 ZZiZZZ!74ZZZ'Z'ZZ aaaaaaaaaaaa m a i I HHHHHHHHHHHH W H 0 I I 'D�D�)Q tD Q Q.7 �D�D r-I i— H I 1 WWPQWWl�1PQWWfACg0.1 O tte H U I I N 1 0 'D I I O O O O O O W O W M �+ Q+ I I N N N N N N •• O H O I W 1d w w w w m W \ H I I N N N N N N H Q Nh I r h h h h W O Z m In H I H H 0 1 I H H ri H r-( r-I H X 0 Q H a Z H H I I H ri H H H H O < H I I NN N N N N H U 04 I 1 OIV d' d1 VI cN UU W O N O H O H I I UM M co M M M Z < Z Z H a f 1 I U O O O O O O mu I I a'M M M M M M H O m I O W O O a H Q I H m a H W Imi rma O O 4 a a m O 1-1Z I I aN N N N N M W O Q W Page 258 of 1197 (!1 Cri I I M V1 W I I N N P1 I I \ \ I h h I 1 I H 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 O O O O O O O O O O O O O O O O O W W (x I I Om O O O O O O O O O O O O O N N w O [C1 m W O CC) m ["Q m O h O O O 61 O rn m N m H m H w H M V1 w M M N M <N h N N M N h M N O w w V1 O O V1 r H M ldl I I yH O I W AI I z I I w > I I I H I I a I I w I 1 A I I I I I I x I I PI I I H I I U I I O z PQ H I I CL i i o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 7W+ U zE- i "0 0 0 0 0 0 0 0 O o O o 0 0 0 0 0 0 0 O o 0 0 O W W O I o o O o 0 0 0 o O o 0 0 0 0 0 0 o O o 0 0 0 0 H H U I O o O o 0 0 0 0 o O O o 0 o O (D 0 0 0 0 0 o O xw H H H ri H H H H H H H ri H H H H H -a ZUU + 4J 4..) J-) 4 a J -W s-) �L) 4J 4J 4J 4J aJ V Q i-) i- 4-) 4J J.) E E E E E E E E E E E E E E E E E E E E 6 E E H 7A fA U7 U] W to Vl N [R rn W U1 U] 711 W [dl 711 7A Ul N W 7q W ",S.' 1 I to 7A to N W fk U] fQ 711 UI Ul U1 Ul U! W W U1 Ol Ul U1 0] 7R W Ol C7 H HU) I I Ul UJ 7A UI W U1 W N u9 U1 [R U1 fQ U7 UI fn U1 in Ul 7Q (1] U1 U1 N z O I O 7n en m m 7n w rn rn m en 7n w cn rn m m rn w 7n 7n 7n m H U i H FC 4 FC g aC FC 4 4 4 g 4 g FC FC Ft� 4 FC FC FC 4 g 4 KC Q4 PI 114 W 4 4 A+ A4 W P c2 ra PI 4 4 W W W ¢ W a o Cl) H i El E E E E E E E E E E 8 E E E 6 E E E E E E E E o H >C I I rid cd rtl � � cd rd c6 rtS b 77f N b ctl Itl Id cd r7s 7d rt Itf 7d Itl o >C w a a x x a a a rx a P; P4 P: a rx rx a rX a a Qr P4 x O W a I I I 1 1 I 1 I I I I I I I I I I I I I I I I o FC x aC X a x aC x aC �C 4 s X k sG W �4 �4 �4 �4 S4 14 k �7 P �4 �4 S4 �4 �4 �4 64 �I F4 }4 �I S4 �4 S4 rx H CNi i i «f rd b (d b (YJ rt(d Z 7d 7d 70 rd Z (d (d (d 7d rrd Id rd of 7d H a PL N a a P, a a PI a a a N a a PI 41 P1 a a1 Pa P, N W N I 0 U N N N N N N N N N N N N N N N N N N N N N N N Z aO h O I Wto�4W�4W�4Wklkv�4WSIkDk4LD�4WPWS4WtoI.DSAWNW14WWiD�4WS4W�4W�7Wk4WkWS4I,o�-a H H p W O r0-I>—ii>4H0>,HH>Ir4>1H>1r07>+m>Ir�-r7>.�>,,1���I,1>.,A>l�>+i>,�>I�>"A>,r-q>.i>,r-A���I 0 0ca >1 1 1 zPlNONOaOaOaOaOaOaOaONOMOaOt34OaoaOPlOa0040NOaONOaOaO H f)4Z H I I PI CV' Cx rx rx PS P: rx Ix Cx rx P4 rx P4 P4 P4 W a P4 fx rx w W a H 010 H I I H H PI H P: H I I cn FC H O H q I I Ol PH7 W W � I H W WH Ix Aa FC p .D W W AO W O Hw E U H H H H H H H H H H H H H H H H H H H H H H H z z Z z Z z z z z z z Z Z z Z Z Z z z z z z z W W W W W W W W W W W W W W W W W W W W W W W I I W W W W W W W W W W W W W W W W W W W W W W W 1 I 0 O O O O O O O O O O O O O O O O O O O 0 O O 04 W. P4 Px P4 rx 0L 04 P4 rx 04 rx Q: P: P� rx 04 w f4 04 P4 Ix P4 I W P, W W W N M N N N PI W PI PI PI M N N 04 N W 01 N x H H H H H H H H H H H H H H H H H H H H H H H U'L7 C7 C7 C7 C7 C7 U' U'C.7 C7 C7 C7 C7 t7Ul C7 C7 U1 C7 L7 U1 C7 C7 C7 U1 C7 C7 C7 C7 C7 C7 U1 U' U1 U1 U1 C7 U1 U' UI U'U' C7 LJ C7 zzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzzz FZ4 CA 1 I H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H AAAAAAggAAAqpqAAApqAAAAAAqAAqqAqAAApppAAAAAAAA \ x 1 I aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa U] (x 1 I H H H H H H H H H H H H H H H H H W H H H H H H H H H H H H H H H H H H H H H H H H H H H H AAaApAgAAbbAO`aA::) 7D ApApgbAbAAbAbpAAADpAAApAgA H 3 I I 0.1 CQPQ(Y'IWCQP1mmPQmwMmpQPQPQC000QQCQrY1PammPQPFOCQmPQm6'PmmrQP1mmroCQmCQmPQm H I 1 H U 1 I a H I I H a I I U W H H H H H H H H H H H H r1 H H H H rI H H H r H FC tD I I O O C7 O 0 O 0 O 0 0 0 0 0 0 O O O O 0 0 0 0 0 Cal Pa I N N N N N N N N N N N N N N N N N N N N N N N I I N N N N N N N N N N N N N N N N N N N N N N N W O Z 1 M M M In M M M In Ln rn 1n In Ln In In In Ln 7n Ln Ln In rn rn H O 1 H r-I r-I H H H H ri H H H H H r-I H H H H H r1 H H r4 i z H H I 1 H H H H r-I H H H H H H r-I ri H r-I rl H H H H r-I H r-I O < H I I 604 N N N N N N N N N N N N N N N N N N N N N N H U P+ I 0 141 1;11 [T V1 V V' V1 V1 ,r W eN V' d1 cp V1 V1 eN W V V d' eN V H OH 1 U M M M M M M M M M M Mm M M M Mm M M M M M M H a rx 1 1 U0 0 0 o O o o 0 0 0 o O o o o o o 0 0 0 0 o o C/] U I I M M M M M M M M M M M M M M M M M M M M M M M H O r I I 1) H W I I a A I W 124 I (Yi H W I I W M Z 04 I I z N M V° to w h O m O r-I N M h m m O H N M V1 U] H PQ I I H H H H H H H H H H rl N N N N N az 1 I a I 1 Page 259 of 1197 dl U'1 I M ea+ W 1 \ \ X. I 1 ' H , B® I 1 01n Q Q PI I I M I H a I I p Q I I I W 1 W > I I 1 H I ' a 1 ' W I ' Q I I I , I , x I , a I , I , P 1 4 u I O z I I I , WP qH O o o O o o O O o o o OUW WO i o 0 0 0 0 0 0 0 0 0 Hp U o0 o m o o U) o o O r o v 00 M N O N dl O M 10 I rl 00 c3' ul N N N h 1-1 Ol 1 ZU ; M U) H ri N I 11 H 1 N ' S H I ro x I 0 HH o 0 0 0 0 0 0 o O G% C7 H H CO I o O 0 0 0 0 0 0 O a m N z W WO I O O O O O O O O O a' O V! M HU I o 0 0 0 0 o O Co o H I r.G d H p H h H Ul h In 10 O O !1 O In O O Vl H I N O M N h N CDM H 1 P O H }C'i 1 H H rl H H H ri 'z 1 (ef O W I O o W a 1 0 H W X N H Sa fx Pa 1-�H P; ' 'D I O U N PI R Z FC H h-1 1 x x x x x x x x G a W tb S4 W w hm N O 0Cl) > I o o O o 0 0 0 0 0 i Z WN0 H rxZ H I o 0 0 0 0 0 0 0 0 1 PJW� H a O JDi P I q. �D M dl O M N O H I H H 9 H Oq N In H N I Of P,w W Ol l H W WP a Qa I ' z �G q F* W W CL i q E W 0 ril C70 W i � W U Pen 0 E-4 fZs I U t Hw� pu P m PS mCI H z7 Cz7 Wl W U H i Ul fx W C7 I I O H W W � W ' W Q L*a Q Ga O Cw R4 fs, Ga W N q [_ W W I H O 0 pO m O I O U zPi u 0PI wO ZO4 ZO z6M �zO zaON H a a 0PI CD 04 uw 6ua 60 P, fY, I H H H H Z H H H H ',"t.,H zHZH 1 x U] U) O UJ Ul co U] I HU) H Ul H en H \ I W Ul W Ul H Py fat M p;W U] f0'W Vl W M �it w m 3 W w z W Ul 1 Ul KC W QW W QW Z W Q W W n N wQW QW dQw d,QW d1Qw Ur U1 C7 I x U x U Ho U W V PI U U f� U fx U [� U U 1 U 04 H U Q�H N g 'H 'z Pi H P1 a H P;H q P;H Q(X H Q,'" H H P U) `� xa �' xa ° xa Axa xa axa >+xa >Ixa >+xa Q W a C7 HW L7 PW ORM Z P W \Hw0HW WHw wHW wPF4 HH H �j H 'a HP�� wcb� 0L� F-I0 P: H QQ1 04PS�� W W I H a HH PS HH P UHP IX PP >,PH PS PP QPHP qHP H U W 0 W U WWUU 0VU WUU WUU VIUU enUU VlUU H a HWPH H PH HOP El ZPPfxHP UPH WHP WHH WHH 1 U m [J()'HH OPHH 0P HH w H H t17 HH HH XHH MF-iH MHH I H q zxx Zenxx ZP1xx en xx en.7' xx Pxx P- !X PxM I o W W I W UU W H 0 U W U IUV IUU UV U U UU 1 N I Pi Pi (7 ,(l�a p,aa (7 Pi u u Pe(4 N 0a Qui G4 Psi 44 p4 I 1G •• •• 1 a �� aoFy FGA a ^4 F`4 Zg� zz�i di C)gg O, � 0�^4 I N If.." H H H I P1 O Z I PH .. .. E p .. .. Hp .. .. >{ .. .. >, .. .. y .. .. Z .. .. Z .. .. z .. .. n H 0 I ZU>- 'ZiH>+Q ZH>1Q W>+Q W>1Q W>1Q O>+q 0>Q 0>+q Z H HI wMPO WME-0 WCHHO >HO ✓PO >P0 HPO HPO HPO BH O U W i XhHE E HE .c.UHE 04 HE P;HE R4.HE PHS HHE PHE I WN ZOQE ZPQE H ox QQE q0E QQE QE QE. QE ON H O H OP 00 0000 OP 00 v100 MOO moo 00 P 00 P 00 UM H a a I rxa u xwEu P;HEu Eu Eu EU Eu 9Eu <xu I Uo Ul U I H EM Ht S.m HMEM WEW WEpq WEW P Ep0 MRM PI ECq FGM H O U21 zOQ ✓OOq �zOp HOQ HOb P0D WOQ WOQ WOQ 1 O H W WUUI 1z.Piu Vl zoum HUUI HUm HUUI P:V Vl P;UUl PSUU7 w a q w en w PI mu Ul Ul Ul Pa a a 1 a H w ' x Z 124 1 N M d in Lo r o 0) o i Z H Ul a Z ' N N N N N N N N M 1 H 1 , a Page 260 of 1197 m (7) 1 � � I \ \ a 1 M d1 W 1 N N pq I Zi 1 W W p� I A Q 1 a1 >+ O 1 W AI z1 x w1 14 > H p� I w A I I x I p4 I H 1 O z pq H I I a - W P Q E-+ I o 0 0 0 0 o O o 0 0 0 O W WO i o 0 0 0 0 0 o O o o O H p 1 O O O O O N N l0 O O 00 U1 M N U) 14 m r-I OD H M x W I N M N r- M d N O w l4 cy z a H � 1 I X x 0 HP I O O O O O O O O O O O Z7 H HM I O O O O O O O O O O O N ZI 7-1 no O O O O O O O O0 O 0 M H x U I O O O O O O O O O O O �r H [� H M I O Ln In O Ln l0 lD Ln 10 lD O M HI O t` c}+ 0) [- O N O O ep C)o H W ' N H r-I H N H ri H N H O W ,- O < W I x N a H In asN E 1 a a a a a a a a a a a zz A� r- 0 i x x x x x x x x x x x O OT >+ I 0 0 0 0 0 0 0 o O o O H p!Z P I O O O O O O O O O O O H 1040 H 1 M aG H O H 1 1-4 N N OD N N N OD lD M M ri a 04 W 01 1 W WH > uwi A a H W a cH7 3 rx� u7 zC U) 0 z W Q A Q A U H 0 0 x W x O a a a a a rJ KC 0 RI H P W T H H H H Q H W Q H U U H H Ga w rX4 w Pu Ma T U W W M H p 0 Q O Ilb z 0 U' Zi a a a w W W W H H P4 a a u W U U u U M T z z z z W W z w z w z r-4 z w M r-4 W w w p4 w r-4 W pu Q p�1 Q w 0 O 0 0 0 0 0 O < o 0 0 0 0 0 O 0 O o O 1 H'Z.Ia H'Za HI2,<a H'Z D. PQ za H za H a H za H "Z Wa U 'zia U 'Zia 1 M L7 PI COO P4 M C7 pL M 00.1 o 0 P4 �l 0 p4 1-1 6 W a C7 PL 4 O P4 H C7 W H C7 04 a W H W HW H W H a H 1-q H I-7 H 1-a H 1-q H H H H H x QM - QM , QM � QM - P4 co H T - H T - H m - H M T - co - \ wT W wU] Wm pi T4 Q WM Q WM A WM Q WT WM WM FC UQW UQW UAW U Q W p4W0W AW QW QW AW W QW W QW C7 H U H U H U H U 00 U W U W U W U W U x U x U U P a H HIx PaH PaH <aa `r' a 7 aaU a H 1D H PyH .7 H tH u H H r4 > gw> 0w> z W� A W> Q W5 Q W> Q Wr m W> T W> xa xa xa xa O W. xa 1 xa xa 1 xa I xa 1 xa M a I WPW WPW WPW wpm H PW 0 HW UI PW C7 HW 0 PW 0 HW 0 HW WO I zow xOW mom wow z om Z Om z Om z om z Om z Om z Om H 1,{ I U La U Ib U 0 U 0 H H S H 1.8 H Ilv H Ilb H Ills H Lb H Ila P THP MPH MHE-H MPP P4UHH a HP a HP a PP a PH a HH a HP H U UU I UU I UU 1 UU 0 W U U W UU W UU W UU W UU W UU W UU a H WWW MWW UlWW MwW 117WW z WW Z WW zIII WW Z WW Z WW z WW H .a 1 aPH aPH aPH aHE-I 040HP H PP H HP HWHF H PP H HH H PH U 0.l 1 WHH WHH WH" WH" waHH Ch HH ['J HH OO"H OE.HH x,17 HH 0 HH Wxx Wxx Wxx Wxx WWxxz x z x Z<WM zMxx z z z xx 04 zuu zuu zuu zuu z uu w uu wauu W uu WHUU w uu Wauu 1 H a a Haa Ha Haa H 1 as Wa as 0(4 Waa a0� a aha ae��C�C > z z z z z zz 644 KC <11 W O z i W .. .. W .. .. W .. .. W .. .. F4 .. .. P P . .. HyP .. .. Ei0 .. .. E+ P H 0 1 >HQ >+A 'HQ >HQ H.SIQ Z 1"HQ "Zi >-IQ zU>HQ IZH,-Q z >HQ Zi YIQ ZO E. Hi 14PO aH0 9Eo aPo aPPO WaPO W PO wwHO WMPO WaEo W HO H 0 pLl DQE DQE 0� DQE 9�AE z�QE ZHAE M21E zPQE zaox zEQx H O H I POO POO POO Hoo Pa00 OHOO ouoo Oa00 0000 OHOO 0000 H a a1 UMU UXU UXU UEU UPXU aUXU aWXU aP4XU (14WXU xUXU aWXU T U I QXW nXM ::)X 1 1'7X. .'"')MEW H7-EM HI-DEM H xm HFDEM "ZXM Hh�G Cq H O T I aOQ aOQ a0b a0A az OA ✓HOQ 500A >zOQ 00.17) .'�H01) >0M A P w 1 PUM HUT PUm PUM E-+OUm ZaUM ZP:UM zWUM aUM zaum zaum W Q Q i M to M M M0 w04 WP4 WM WP4 wP4 W 0 a H W x "Zi a I H N M d Lf) lD t` m Ol O H M a Z i H r1 r I ri H ri ri H H N N Page 261 of 1197 01 Ol I H r-1 I M d W 1 N N at 1 \ \ I Z I A q a I >1 O Pq Q 1 Z � (x W 1 W > I I H 1 a 1 W Q I 1 x I I P � o z M H I W H QP I O O O O O O O O O O O w wO i O O O O O O O O O O H HU 1 0 Ln o o O o 0 0 0 0 (� H rki I m 00 t- Ol O r- CO O O 0) Z I H 1 Ix E- 6 6 x 1 HH I o 0 0 0 0 0 0 0 0 0 Ol L7 H HM I O O O O O O O O O O N Z, O O O O O O O O O O O M H x U I O O O O O O O O O O d+ P L` H M I L11 Ln 1f1 Lf) Ln L(1 U) O to to O M H cel at !+1 m r, M ON O O H O W a 1 O FC w I x N I rx H Ln 1 Pq N 1 rx a a a rx a a a a a Z 4H� � i x x x x x x x x x x O Om > I O 0 0 0 0 0 O 0 0 0 H 0.4zH I O O O O O O O O O O H N H1 M N FZ4 H O P H M N N d° N P9 z R1 W WP r OI W Qa r.y Q I W W m P z b0 W i O O 04 p 0W 0 � a LL p p 3 3 Z a ma M I a tD E F N Q Q Q H M M a a a 1 Z1 0 H O Q H H H H U r=1 rr f11 I P4 a c7 H a w 1 w a rT4 E rw Z w r24 rT4 w w 11 w 18 w Q1 w O x O FG O O X60 O O O O 0 O 0 X zrx 3zrx a6rx Hzrx uzx Z04 zrx w zrx w zrx w 6Pe 3 004 004 Hz7a uc7a Wc7a m c7a H (9a U C7a U 004 U e7a W. 1 H n UH WH PH P H M Hrte., H Zi H Z H x q M aM - ZM - hm - m - M M - O M - w M • W M - w M - \ ao Wm mwm HWM Owm QWM O wm U Wm 0 Wm u' wM U' WM 6 FC WH Qw HOW rxQW rxQW QQW U QW QW H n H QW H QW 1 HO U CI U a U a u 0 u U W u a U au au U 1 G+N rxH p',H 1 txH I DxH Cf P!H W rxH a rxH -7 IX a rxH a (xH FC M I \ Wer 1.8W✓ ZW> ZW> I W> a W> paqq W✓ H W> H w> H W> \ x : 1.8t` xa xa uwa c7xa' Zxa pq xa FC xrx Q MW4 Q mg Q mIx M fxO HW WPW HPW HHW OHW re PW M PW HW HW HW w O W\ N Om UOM MOM MOM H 0 M w OM O Om W Om w Ow w Ow H -3 I U 00 O a M Lg z Is W Q1 W Q1 M 1.8 O 1.8 Ix cg tn Qj 'r7 a Q H I ZO I H OPH WHP QPH rx H QPP WHP H a HH 0 PP Q HH p HH H u 1 W w \ H u u o u u u u U U Q U U a U U U U I U U I U U I U U a H (ryQ N r- 1 WW HwG] U W w UWW WW N WW G+ WW M WW m WW M Ww H a 1 HW I ri wHP aPH HHH HP E1 UPH O PH O HH ax a:PE-H rx PP W HH u M 1 a> H 1 H H H a H H H H H P H H H H H H H H H W W H H w H H w H" Q a0 5 H txx]CH'.I1r',I,1 xZ X HxGC Z xx z Gqx WWxx w xx w04xWx rx1 a 1 HP' N UU QUU rl)uru�ru� �uu O u OaStut��u z z U U zrxuu zwuu Q0 O N oFCFC WFC FC x�� x4 F444 Z FC FC Zc§FC4 o0<� L9hlz� 0 z 4 WFC Z I z rD u U x H HFC ZZ Z Z M O z 1 p 110 .. .. p .. .. M .. .. M .. .. U .. .. p a w W .. .. W WO .. .. H 0 1 Qz a4 �t1 Z>1Q 1 ",r+Q 1 >+Q 1 >{Q m>+Q O >+p 0 >+Q >H Q z>1Q Z H H1 10 W o OHO MPO MPO MPO ' PO IaPO HO aaPo aO a1-�WPO O FG P : MH 0 HHE >HE >HE >H2 MHE mr�HE M HE 99HE Q', HE KG Hx H U a1 >m P4 • PQE MQE MOE MQE >>QE >aQE >PpE �aQE pFOE pHQE H O a MH O O p00 00 00 00 MOO MHOO WU00 HHOO H000 PU00 Z OXU HEU HEU HEU Eu UEU WEU uuxu UWEu UWEU w u 1 xE x OEM xEM xEW XXM xEW MZZM xI-)XM QZXM p17EW phEW H 0 M I UE M Q MOIp UOp UO b UOQ UOQ UHOp UOOp fxHOp rx0op PGOOQ :D H W 1 O FC H wum rxuw UM p;Um VM a:rxUM rxaum PW.UM PO4um HrxUm a a Q i r$u H Pq Pd r.4 ga Ott P4 In P4 ma Ma P4 H W 1 t4 Z Pd I H N M to l0 00 0\ O M aZ1 H I Page 262 of 1197 i LEXIS KNIGHTARCHITEcTS Sustainable Design+Innovative Solutions June 26, 2019 Mr. Kevin Ramsey Senior Project Manager Public Works Engineering P.O. Box 310 Boynton Beach, FL 33435 ramsevk(o)bbfl.us RE: Professional Services for: Phase I: Schematic Design Phase Repairs and Alternation to Oyer Boat Club Park 2010 N. Federal Highway Boynton Beach, FL 33435 AKA No. 19.0034 Mr. Ramsey; Alexis Knight Architect, Inc. (AKArchitects) is pleased to provide this proposal for professional services. These services include the tasks defined in this proposal and will result in the preparation of the construction documents for the additions and alterations to the existing marina facilities located in the Oyer Boat Club Park,at 2010 N. Federal Highway, in Boynton Beach, Florida. Please review the enclosed Architectural Services Agreement including Attachment A:Scope of Services, Attachment B. Professional Fees, Attachment C.• Standard Hourly Rates and Attachment D.• General Conditions,and if acceptable,sign and return this agreement. AKArchitects will begin this project within five(5) business days of receiving written acceptance and execution of this agreement services. This written proposal will be valid for thirty (30) days from the date of this proposed agreement. Sincerely; K fight Architect I NMI #t Steven W. Knight, R.A., President '` .. cc: Project File ....... ALExes KNIGHT ARCHITECTS 100 NE 6m Street,Suite 102 Boynton Beach,FL 33435 561 374 9242 sknight@akarchitectsinc.com 1 Page 263 of 1197 Architectural Service Agreement June 26,2019 Professional Services for: Phase I: Schematic Design Phase Repairs and Alternation to Oyer Boat Club Park 2010 N. Federal Highway Boynton Beach, FL 33435 AKA No. 19.0034 This proposal is hereby issued this 26th day of June, 2019 and shall become the agreement between The City of Boynton Beach, subsequently referred to as the "Client, and Alexis Knight Architect, Inc. (AKArchitects), subsequently referred to as the"Architect." These services are being offered under our current General Consulting Services Agreement dated August 22,2018. By joining in this Agreement,the Client retains Alexis Knight Architects, Inc. to provide services in connection with the preparation of the construction documents for the additions and alterations to the existing marina facilities located in the Oyer Boat Club Park in Boynton Beach,Florida,subsequently referred to as"Project." By this Agreement, the scope of Alexis Knight Architect's services for this Project is limited to that described in Attachment A:Scope of Services. Client agrees to compensate Alexis Knight Architects for providing the above services in the manner described in Attachment B.•Professional Fees. Client agrees to compensate Alexis Knight Architects for services in the manner described in Attachment C.• Standard Hourly Rates as described in our General Consulting Services Agreement dated August 22,2018. Client agrees to the contractual conditions as described in our General Consulting Services Agreement dated August 22,2018. Alexis Knight Architect,Inc. By: Steven W. Kn*t Title: President '` Date: June 26,2019 Client: Mr.Kevin Ramsey By: Date: ALEXIS KNIGHT ARCHITECTS 100 NE 61h Street,Suite 102 Boynton Beach,FL 33435 561 374 9242 sknight@akarchitectsinc.com 2 Page 264 of 1197 Architectural Service Agreement Attachment A: Scope of Services June 26,2019 Professional Services for: Phase I: Schematic Design Phase Repairs and Alternation to Oyer Boat Club Park 2010 N. Federal Highway Boynton Beach, FL 33435 AKA No. 19.0034 Project Description: This project includes the repairs ands alterations to the existing marina located at the Oyer Boat Club in Boynton Beach, Florida. The City of Boynton Beach would like to modify the existing boat ramps and floating docks located within this facility. The boating community and the users of this facility have stated that the existing four (4) boat ramps have become difficult to use, due to the current surface conditions. These conditions include both the surface materials and the slope of each ramp. The existing floating docks are functional, but are in an extreme state of disrepair. If the project budget is able to tolerate the expenditure associated with the upgrading of the float docks, the City of Boynton would like to replace each of the five(5)floating docks. The estimated project budget,as disclosed by the City of Boynton Beach,is$250,000.00. The project scope shall be as follows: • Rework the existing four(4) boat ramps as required to improve their functionality from the standpoint of surface material and possibly ramp slope. • Replace the existing five(5)floating docks located in the marina area. • Rework and repair the driveway surfaces in the immediate areas located at the turn-around and the paved areas directly adjacent to the boat ramps. This will include the replacement of curbing and walkway that may be damaged during the modification described herein. The scope of work is as discussed during our on meeting which took place on May 9,2019. ^LEXIS KNI13HTARCHITECTS 100 NE 6�1 Street,Suite 102 Boynton Beach,FL 33435 561 374 9242 sknight@akarchitectsinc.com 3 Page 265 of 1197 Phase I: Scope of Basic Services: AKArchitects is hereby offering the basic professional services as defined in this proposal. These services shall include limited architectural, structural engineering design and drawing preparation, environmental permitting, assistance in funding acquisition and general permitting and bidding assistance services. The following services will be provided by these firms: Alexis Knight Architects,Inc...................................................................................Architectural Services MUEngineering, Inc.............................................................................Structural Engineering Services Engenuity Group,Inc.................................................................................... Site Surveying Services The Chappell Group.......................................................................Environmental Engineering Services AKArchitects will hire, hold the contracts for services and oversee these firms as part of their services to be provided by AKArchitects under this agreement. The following basic services will be provided: • Due Diligence and Field Work • Site Surveying Services • Schematic Design Services • Opinion of the Probable Cost for Construction Upon issuance of an Authorization to Proceed by the Client,AKArchitects shall provide the following services: Due Diligence and Field Work: AKArchitects and their Consultants will provide the field work for this project. The scope of the project field work will include the following: • The Architect and their Consultants will meet with the Boynton Beach Public Works Engineering Department to establish the parameters of the site development. • The Architect and their Consultants will visit the property and observe the conditions of the existing marina facility. The Architect and their Consultants measure, record and photograph the conditions as required to prepare the basis for the project program and establish the final work scope. • The Architect and their Consultants will contact each regulatory and environmental agency to determine the detailed scope of this the permitting work task. • The Architect and their Consultants shall prepare summary report of findings. • The Architect and their Consultants will establish and prepare a written schedule for this project. Site Surveying AKArchitects will retain the services of a land surveyor to prepare a survey of the surrounding pavement areas and the other areas adjacent to the marina ramps and docks. These areas shall be defined as those essential to the project, but outside the scope and boundaries of the benthic survey as included in the basis services of this proposal. _... _----. ./� ALEXIS KNIGHTARCHITECTS 100 NE 61h Street,Suite 102 Boynton Beach,FL 33435 561 374 9242 sknight@akarchitectsinc.com 4 Page 266 of 1197 Schematic Design: AKArchitects and their consultants will prepare the schematic design for each this project. The schematic design will be based on the field work and programming completed during the initial phases of these services. The conceptual design services will include the following; • The Architect and their Consultants will prepare a schematic design illustrating the layout of the project areas, including new improvements to the boat ramp, floating docks and other areas adjacent to the marina. • The Architect and their Consultants will provide a benthic survey of the submerged bottoms to locate any benthic resources within the footprint of the proposed boat ramp improvements.The benthic survey must be performed from June 1 — September 30 as required by regulatory agencies for permitting. Surveys conducted outside of the acknowledged seagrass growing season may be subject to agency review and verification at the start of the next growing season. The design team will work carefully to illustrate the best layout, based on the Clients needs. In an effort to best satisfy the requirements of the Client,the designers will make revisions to the concept, until Client approves the concept. If this process becomes extensive, laborious and excessive changes persist,AKArchitects will ask the Client for fees required to compensate the design team for additional time required to complete this phase of the project services. Preparation of an Opinion of the Probable Cost for Construction AKArchitects will prepare an Opinion of the Probable Cost for Construction. • This will be based on historic data,area take offs and cost of labor and materials as offered in the current construction market. • This deliverable will include a line item cost presentation and a lump sum value. Phase II: Services The design team will provide he following services as part of the upcoming Phase II portion of this project. These Phase II services will authorized under a separate agreement. • Environmental Permitting Services • Construction Documentation Phase Services • Bidding Assistance Services • Grant(FIND)Application Services The services required for preparing and filing the application for the FIND grant must be provided in order to complete and submit the FIND application on or before March of 2020. ..... ..... ... ALEXIS KNIGHT ARr-HITECTS 100 NE 60,Street,Suite 102 Boynton Beach,FL 33435 561 374 9242 sknight@akarchitectsinc.com 5 Page 267 of 1197 The AKArchitectural Team will assist the City of Boynton Beach in pursuing funding through the Florida International Navigation District (FIND) which is offered through the Waterway Assistance Program Grant for local governments. Qualifications and Exclusions: Please note that this fee proposal is based on our understanding of the project scope and the information that is presently available. This fee proposal is presented in accordance with the following Qualifications and Exclusions: Qualifications: • The Structural Engineer will provide the engineering and design for the piles associated with the new floating dock. The floating docks will be engineered and designed by the dock supplier. • The Architect and Engineer will not provide Value Engineering Services for this project. These services would include those required to redesign and change the design and drawings as required to conform to the Client's budget as referenced in this proposal. The Client shall provide the following: • Survey of existing boat ramp docks and basin including bathymetry. Exclusions: AKArchitects will not provide the following services: • Civil engineering services • Geotechnical testing and soils reporting • Dock, basin and bathymetry surveying • Engineering and design of the floating docks • Services for landscape architectural design • Value engineering—Making design and plan changes to reduce cost • Construction and material testing • Services for obtaining any variances, change in use permits or special approvals required by the building department for the physical installation of any portion of this project • Services for making client or contractors requested plan and design revisions which occur after final acceptance of the documents(100%completion levels)and during construction. • Services for additional building or site design beyond those necessary to support the scope of work defined in this proposal • Detailed cost estimating services Project Schedule: Please note that this schedule is based on our understanding of the project scope and the information that is presently available. The schedule and the time required to complete each task will be a direct function of AKArchitects ability to receive information required to complete the project. The Architect and the Client will meet to establish the final building schedule. ALEXIS KNIGHTARCHITECTS 100 NE 61h Street,Suite 102 Boynton Beach,FL 33435 561 374 9242 sknight@akarchitectsinc.com 6 Page 268 of 1197 Architectural Service Agreement Attachment B: Professional Fees June 26,2019 Professional Services for: Phase I: Schematic Design Phase Repairs and Alternation to Oyer Boat Club Park 2010 N. Federal Highway Boynton Beach, FL 33435 AKA No. 19.0034 Basis of Charges: The Construction Document Preparation Services shall be provided by our firm and will be made on the basis of a lump sum fee as shown below,excludin expenses for printing costs,permit and application fees. • Due Diligence and Field Work $ 5,210.00 • Site Surveying $ 4,015.00 • Schematic Design Services $12,304.00 • Preparation of an Opinion of the Probable Costs 1,438.00 Total $22,967.00 The additional services defined in this proposal will be provided on an hourly basis. A Not To Exceed fee, excluding expenses,will be negotiated for each additional task. ALEXIS KN ir.HT ARCH ITECTB 100 NE 61h Street,Suite 102 Boynton Beach,FL 33435 561 374 9242 sknight@akarchitectsinc.com 7 Page 269 of 1197 Architectural Service Agreement Attachment C: Standard Hourly Rates June 26,2019 Professional Services for: Phase I: Schematic Design Phase Repairs and Alternation to Oyer Boat Club Park 2010 N. Federal Highway Boynton Beach, FL 33435 AKA No. 19.0034 ALEXIs KNirmHTARCHITECTS , INC Standard Hourly Rates Effective January 2019 Hourly Rates are as included in our general agreement Charges for additional professional services performed by our firm for all services listed in the Scope of Additional Services or as otherwise requested by the Client will be performed on the basis of an Hourly Fee excluding expenses. Billings will be issued at least monthly and will be based on the estimated percentage of the total scope of services that has been completed. ALEXIS KNIGMTARrHITECTS 100 NE 61h Street,Suite 102 Boynton Beach,FL 33435 561 374 9242 sknight@aka rchitectsinc.com 8 Page 270 of 1197 mN3 •�' „ _ i" O mO Qo n0�0ID� OooMM'. yo0Oo ENc 7 LL OOOC5 0LL � Cli m uj WMD ......... m m mjc I d m 0 0 0 0 0 0 o 0 o to m€o 0 0 o 0b o�o x 06 0 0 o x 0 0 0 0 -b 0 0 °;0 x�0 0 0 w_N�NN _oM w » �a>a N wNNN ,0 wf<nsNla__ p m IG O O 0 C j ofo 0 0 '0 m o o v 0 C m o m 0 0 0 n OD N :LL HED�...N�N LL h N coM LL I-•M O,M _. _r r_.. _.., ro C j U � m 0 n E• 6 0 00_ ¢ �bb 0..0 _..b�o• 0_o o0 � 0io 0O QN 000c 0 00 M o�fM A0 U oN N N 0 0 U U { O m 0 m 0 O m O O O B 0g!0 g je,0 v 0 A m w mc 2 176 m O L O Q uta O ( 0o O O O O o O f C C yj O O O b O 10 0 0 0 O O n O O OI O O 0 O Ci C.m co'0 0 0• o o o c, o m �'.b..a+o, 'toi Q ',Q a R 0'..c f N X910 O O efifV(V O( V aou fn N'N N O iC%H U dY O N C;Nti C CI � � � ro ro ro 0,.. ro O P2 O 0^O O O O Q. 0 0 OO"s O r 0 0 0-O'O W 0 0 0 O O .- B O O.O O r. Q 0 0 0 O r N N O N EL N M N Q= W N'. d 67 Q N'(V EDN .a NrN C)CD EG N ',.M N ry , m C � � c c W O C m o{ o m of t o m o ' w o1 0 o .0 ao d o a �....M,c o o O A o o Oa 0 0', 00000 0'0 ' a O o 0 0.. •C 0 0.0 O N O O o 0 0 � N O 0 0 ICL N N N N N d N N; O, Cl M a N tV C)O, NMI V)N V' ( 1 z a ` i f a 3 I G e e O � O c i �O U u Z is 2i2 2 O c c m m m o o c c c to � i gp U Ot W� w 'mO a p( git•6 p „ fd U L t d H IL m� •C IL m l F a LL d ( V1 U U m c m U c ak d •O C y° m otm o m dtm,., u m na 5c m a me d(•_�a o c s N (! m Q N COEIem m dmQ Emimp'° mdo m ° dmo d o d w e a cpO. YLL ®W a =pa U.m e6 m®d Hum.f�7 a O(wLL t a p d m u o .ac s m d C. 0 I ro Y ® `u m m v,o. ro Y m o E' m u ro x m v d m o;ro Y � y +p+ OZme ro �_ dc ��— � c �w � vs ihmmaeaw �_ de ~ � i ° � 2 hw C o, m o '°h ro h t w o ' d m m ro €' e, r �••i 0 y e O e _® d...e o U O ,� `® d cf o h m p p=V/ d o h N d; d ua( d w el t a m a M H o d t•_. a 'E d >m m g n o o m o,c c ro m, 2 Vi 2 0 U) IVJ h h W SJ®t0® (�h W V1 h Z Vi a!p h z ro _., S � F Page 271 of 1197 Ra s vi TAULN+' g AY 02,2019 2.41 PM ", TUNICT: ALFYIT VNIGUT II ( Kai,)-CONTACT DWORMATION- - - Good Afternoon Kevin, I have attached the executed contract and hourly rates. Below you will find the firm's contact information. Alexis Knight Architects (AKA) 100 NE 6th Street Suite 102 Boynton Beach, FL 33435 PH: (561) 374-9242 Steven W. Knight, R.A., A.I.A skni ritfwakarchitectsinc.com Taralyn Taralyn Pratt Contract Coordinator Boynton Beach Utilities City of Boynton Beach 124 E. Woolbright Rd. I Boynton Beach, Florida 33435 561-742-6447 prattt@bbfl.iss I http://4 w� ,,,.boynton-beach.org/ America's Gateway to the Gulfstream Please be advised that Florida has a broad public records law and all correspondence to nye®iia email may be subject to disclosure.Under Florida records later, email addresses are public records.Therefore,your e-mail communication and your e-mail address may be subject to public disclosure. 1 Page 272 of 1197 Coversheet Pagel of 2 61. CONSENT AGENDA ► 8f7/2018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 8/7/2018 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO.R18-103-Authorize the City Manager to sign multiple agreements as a result of RFQ No.:046-2821-17ffP for General Consulting Services for five(5)Scope Categories to be executed based on individual task orders in compliance with the purchasing policies and procedures. EXPLANATION OF REQUEST: Term of agreement:two(2)years from execution of agreements with three(3)additional one(1)year renewal periods. Explanation of Request: On March 6,2018,the City Commission approved the list of top ranked proposers identified by the Evaluation Committees from the responses received from RFQ No.:046-2821-17ffP for General Consulting Services,who authorized staff to conduct negotiations with the firms as follows: SCOPE CATEGORY A Water Plant Modifications„Ca 9aClt and Operation Evaluation Carollo En�'lneers,lnc. CHWHill En ineers, Inc. Globaltech,Inc. SCOPE CATEGORY B Infrastructure Im rovements and Evaluations Carollo En ineers,Inc. Arcadis U.S.,Inc. AECOM Technical Services,Inca CDM Smith,Inc. SCOPE CATEGORY C Ancillary Studies and Services Carollo Enineers,lnc. _ CDM Smith Inc. Globaltech, Inc.. SCOPE CATEGORY D Transl2ortation Services '7 Kimley-Horn and Associates, Inc. Calvin,Giordano&Assoc., Inc. Mathews Consultin SCOPE CATEGORY E Architectural and Landsca a Desion Services Gentile Glas Holloway O'Mahoney&Assoc.,Inc. Alexis Knight Architects,Inc. West Architecture+Desi n, LLC The RFQ was advertised and submittals were opened on September 26,2017. The City received sixty-five(65)proposals whereby the top ranked proposers per scope(2 or 3,depending upon scope)were submitted to City Commission on March 6,2018 for approval and authorization to move forward with negotiations to establish contract agreements for ongoing services in accordance with Florida Statute 287.055,Consultants'Competitive Negotiation Act. Emphasis was placed on the Schedule of Professional Fees to solidify hourly rates for the initial contract period. Based on comparisons of the submittals by each of the firms,negotiation sessions with all the firms were deemed unnecessary.Only firms that showed significantly higher rates were contacted for discussions.Comparisons were done on the basis of averages among all three(3)or four(4)firms for Scope Categories D and E only.On July 2 and July 19,2018,the Purchasing Manager and the City Engineer conducted negotiations with the firms.As a result,the Schedule of Professional Fees as attached will be fixed and firm for at least the initial two(2)year period. Individual task orders will be generated at the time specific projects are realized utilizing the Schedule of Professional Fees as the basis for the overall cost of the each task. Task orders will be submitted to the Commission for approval in accordance with the City's Purchasing Policies and Procedures. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? https://boyntonbeach.novusagenda.com/AgendaPublic/CoverSheet.aspx?ItemlD=4382& ..P 32YOS)f 1197 Greco- rci iAdrianna From: Javier,Andrea Sent: Thursday,June 27, 2019 11:19 AM To: Greco-Arencibia,Adrianna Cc: Miller, Keyla Subject: RE:COI &W9 Request Attachments: Certificate.pdf The attached meets City requirements. Andrea Javier, IFMA-CP Benefits Administrator ' Human Resources and Risk Management Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address:3301 Quantum Blvd., Suite 101 Boynton Beach, Florida 33426 ..... � 561-742-6044 JavierA@bbfl.us boynton-beach.org/ s I � 411 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. From:Greco-Arencibia,Adrianna Sent:Thursday,June 27, 2019 11:04 AM To:Certificate of Insurance<COI@bbfl.us>;Javier,Andrea<JavierA@bbfl.us>; Miller, Keyla<MillerK@bbfl.us> Subject: FW:COI &W9 Request Good morning, Could you please review the attached COI to make sure they meet City requirements, thank you. Adrianna Greco-Arencibia Assistant to Director Public Works/Solid Waste Mailing Address: P.O. Box 310 d Boynton Beach, Florida 33425 Physical Address: 222 N.E. 9th Ave. ; Boynton Beach, Florida 33435 ® yw; 561-742-6596 561-742-6211 Greco-ArencibiaA@bbf1.us i s boynton-beach.org/ i Page 274 of 1197 AdhannaGreco`4rencibia Assistant to Director Public Works/Solid Waste Mailing Address: P.D. Box 310 | Boynton Beach, Florida 33425 Physical Address: 222 N.E. 9th Ave. | Boynton Beach, Florida 33435 � 561-742-6S96 551-742-6211 � Greco'ArencibiaA@bb0.us baynton-beach.org/ Please be advised that Florida has 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 rnmi/ eddressmaybesubjecttopub|icdiac|osu/e. J Page 275 Of 1 197 C 0 DATE(MMIDDmYY) CERTIFICATE F LIABILITY INSURANCE 6/27/2019 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 NAME:. Natalia M.Fraser Keyes Coverage Insurance PHONE Fax -- 5900 Hiatus Road LAC W,,kasl'954-724-7000 iAIC Nos:95.4-724-7024 Tamarac FL 33321 ADDRESS: nfraserikeyescoverage.com INSURERyS)AFFORDING COVERAGE NAIC# INSURER A:Hartford Casualty Insurance Co 29424 INSURED 12012 INsuRER B:Twin CiCy Fire Insurance Co 235 Alexis Knight Architects, Inc. & -_ Alexis Knight Architects, LLC INSURER c 100 N.E.('7th Street INSURER D: Suite 102 INSURER E: .... ..... _. Boynton Beach FL 33435 INSURER F COVERAGES CERTIFICATE NUMBER:865179947 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR-. TYPE OF INSURANCE ---- ADDL 5UBR' POLICY E00 POLICY EXP --- --_- LIMITS... ......... __... LTR POLICY NUMBER MM/DDIYYYYI MM/DDIYYYYI A X -COMMERCIAL GENERAL LIABILITY Y Y 21 SBM ZI5734 9/20/2018 9/2012019 EACH OCCURRENCE $1,000,000 CLAIMS-MADE ®OCCUR DAMAGETO RENTED- ' --- PREMISES(Ea occurrence $300,000 . MED EXP(Any one person) $10,000 _- PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY® PRO LOC PRODUCTS-COMP/OP AGG $2,000,°00 .... JECT _...... ......... ..... OTHER: $ A AUTOMOBILE LIABILITY Y 21 SBM ZI5734 9/20/2018 9/20/2019 COMBINED SINGLE LIMIT _ LEa accident $1,000 000 ANY AUTO _ - BODILY INJURY(Per person) $ ALL OWNED j _SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ .7 X HIRED AUTOS X NON-OWNED _ PROPERTY DAMAGE $ -- .._.; AUTOS _IPeraccidentt A X UMBRELLA LIAB X !OCCUR 21 SBM Z15734 9/20/2018 9/20/2019 I EACH OCCURRENCE ,$2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,00D 'DED _X RETENTION$ }.. ._. ....- $... B WORKERS COMPENSATION .21 WEC ZT0586 12/311018 _ 12/3/2019 X SPER TATUTE ERH ''.AND EMPLOYERS'LIABILITY Y/N -STATUTE __._..... ........ ---... ... ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,D00 OFFICERIMEMBER EXCLUDED? ❑INIA ------..- -..-..- (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE!$1,000,000 If yes,describe under __.. -_- _....... -- DESCRIPTION OF OPERATIONS below - E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE: The City of Boynton Beach,it's officers,employees and agents are included as additional insured where required by written contract. CERTIFICATE HOLDER CANCELLATION`30 Days Notice/10 Days NonPa SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Boynton Beach 100 East Boynton Beach Boulevard Boynton Beach FL 33435 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD Page 276 of 1197 A CERTIFICATE LIABILITY INSURANCE DATE(MMIDD/YYYY, lil.� r 06/27/2019 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 have ADDITIONAL INSURED provisions or 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 NAME T Phyllis Constantino MEDALLION INSURANCE SERVICES PHONE (704)256-6000 (704 WC.No..Ext/ A/C )256-6001 Nor: 8145 Ardrey Kell Rd E- AlL ADDRESS: Phyllis@medallioninsurance.com Suite 203 INSURER(S)AFFORDING COVERAGE NAIC# Charlotte NC 28277 INSURERA: Liberty Insurance Underwriters 19917 INSURED _.... ,.... .....�._�....r..s,,...... INSURER B: Alexis Knight Architects,Inc. INSURER C: 100 NE 6th St INSURER D: Ste 10 INSURER E, Boynton Beach FL 33435 INSURER F: COVERAGES CERTIFICATE NUMBER: CL1792004460 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. �'mPOLICY EFF POLICY EXP ILTR TYPE OF INSURANCE INS. WVD POLICY NUMBER.. MMLD/YYYY IDDIYYYYJ LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE OCCUR PREMISES(Ea occurrence) $ - ...,.......,.� $ ..�i ........,..... PERSONAL&ADV INJURY @$ GEN'L AGGREGATE LIMIT APPLIES PER: -GENERAL AGGREGATE POLICY ECT ❑LOC "PRODUCTS COMP/OPAGG $ OTHER: $ .... -...,... .,..,�,.R...- AUTOMOBILE LIABILITY '. COMBINED SINGLE LIMIT $ - (Ea accidents _ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED i id Per accent AUTOS ONLY AUTOS BODILY INJURY( ) $ ..._.__.. HIRED NON-OWNED ,PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY -rPer accidegt' , UMBRELLA LIAB OCCUR EACH OCCURRENCE $ _ EXCESS LIAB CLAIMS-MADE AGGREGATE ,$ DED RETENTION$ C $ WORKERS COMPENSATION PER - OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETORIPARTNERIEXECUTIVE 1E.L.EACHACCIDENT $ OFFICERIMEMBER EXCLUDED? ElNIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Each Claim $1,000,000 A Professional Liability AEXNYAB16A0001 09/20/2017 09/20/2019 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN The City of Boynton Beach ACCORDANCE WITH THE POLICY PROVISIONS. 100 E Boynton Beach Blvd AUTHORIZED REPRESENTATIVE Boynton Beach FL 44435 @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Page 277 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. #: 191283 BOYNTON BEACH,FLORIDA 33425-0310 DATE: 07/30/19 VENDOR 17789 SHIP TO: TO: US PUBLIC SAFETY GROUP, INC. City of Boynton Beach WWW.EPOLICESUPPLY.COM POLICE DEPARTMENT 766 FALMOUTH RD. 2045 HIGH RIDGE RD. SUITE BOYNTON BEACH, FL 33426 MASHPEE, MA 02649 REQUISITION N0, 74322 ORDERING DEPARTMENT: POLICE ® DATE NEEDED: BID NO: COMMISSION APPROVED: .® EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 155 . 00 EA PRIVATE LABEL CUSTOM ANNIVERSARY 90.0000 13950. 00 BADGE PER ART 2 1.00-EA VOLUME DISCOUNT _' 3950 . 0000 3950. 00- 3 1. 00 EA CUSTOMS DIS CHARCE.. ,FOR MOLD (4NS 500 . 0000 500.00 TIME -SETZ7P FEE) REMARKS 14.0tai ANNI VAERSZY BADGES FOR P D.: 88TIMATE 41528 Df) NOT MAIL PO P.I):. WILL SEND TO VENDOR. PROCUREMENT SERVICES: .... r ___7P.O. TOTAL: 10500. 00 � d r ACCOUNT NO. PROJECT 691-5000-590.04-22 I PURCHASING Page 278 of 1197 t4Y Tib t� Y'I��t411 d1}{ L LCUTY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10�000 Date: 7/23/2019 Requesting Department: Police Contact Person: Zeller Explanation for Purchase: The Boynton Beach Police Department is planning a number of activities in celebration of the City's 100th anniversary. One of the ways we are honoring the City's Centennial is by having sworn officers wear an anniversary badge on their uniforms. This badge will spark conversations with the community about our City's history and this momentous celebration. Recommended Vendor US Public Safety Group, Inc. Dollar Amount of Purchase 10,500.00 Source for Purchase (check and attach backup materials): Three Written Quotations FX I GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy-Back Budgeted Item Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Federal Forfeits-Justice 691-5000-590-04-22 10 Approvals: Department Heard - Date Purchasing Agn rv2 w Date 47/261" - Asst City Manager Date City Manager � Date 12A Form Revised 02/01/02 Page 279 of 1197 r-I H I I I H N W I a 1 \ \ I H a r I a 1 ' I - �D I PO 0 0 0 ' I a P u] 1 1 �o O o 0 .. I I Q W W � O - Oo 0 0 0 !x a in In o 0 c u; I o) ui Ln to Q Q W 0 w W > chi] P t ( I U] 1 v) W 1 i H�U1 I S Q SOW WaPgz ���rr 1 I al r-� 1 z�ala o Z QF o 0 o O j i o 0 0 z al I o 0 0 o I ow . WO0 0 0 J FU 1 00 0 0 0 0 0 U SC n In o 0 H Zi W 1 Ol G) II) Ln H I M M O I r- r-I I W 1 P4 P Q 04 FF o 0 0 a c coo N 0 HUl O O O 000 1 z C N O I O O O M to 'J-I U I O O O O H O Ln N i o a' F W r- Ul W 1 0 0 o F H o w 1n , o W Gil Ill O H O 0-,d' I F 0 1 m In a O Q ul ' M O H O O 14 1 F[' O rf H '� r-I r-I r-I 1 o Pq U H a Z v] H P-1 H 04 Q04 , �. 1 H 1 P z 11W a 0 1 W W W O i i 0 U F z �w ul 1 1 w I I �I U O O> � S 1 0 0 0 i i Z P4 a H a'zH F 1 O O O 1 1 P. rD 1:0 �4 R.' H rri i i H U 04 In i o II1 (� H Q H ID Fx z of F P Ol 04 W 0 > °' ; z z .+.. Q0Q i H .. . H w 1 U]'T� En I w ' O H FA L) H°W a w ; u z FA a Ell r4 w a' FC, H P CH' H W F I ul ul Ul En N �. Q4 w U? i F�FPh Sa ul 1 m I U) I Ol C�> ✓ r4 1 pvlpulpul W N 1 QRS 0; £a' 1 El FHF1-1FH a WWW WW HUlW I H H H U W U W U W tiaa P4 waa UlIXulaUlD �ai<woHw HOHOHU (� wXrI:E 41 m I ulab D4 --ap 1 I I 1 W04 a� mP4 =9> ' Hx� x`� o�`� � wwwwww � 1 Fa PH ZPH-1 i EnQUIQ vlQ W W i Hot Hol 0 0 ; awawaw La W U U OwW 44 I Q;j W a ac4aU au Dau ; , rr •(NW TJ OO 'aHH HH HH 1 t'd (y ly a auxa Fraxa Q FAQ ao ao ao o ,a o ul < P w w z wwa w oa Uwa �, ,ca z w emu PQ o zaQ �+< H O 1 7+Q U] Z F HI FO HPO QFO p O m z041 O a° F I H X Q H HX , H U a l W Q Z Q x W Q E I tf1 kfi Ain OU R:9 W-N H O a i FOO Woo X00U,ry 'H WFo4-IW FC U ZzU Oxux E-4 �qq UQ a Z >P0S4W H O m 1 HOS a0W a)07 O Hgorul C9 P A aUW OUM pUal U 1 H WHr1x w H W ' al P v)-rd X Z i% H NM Z 1-1 N M ':) ji�%N Ul V) H W 1 a a 0 0 W Id aI Z H 1 t t Page 280 of 1197 S PUBLIC SAFETY GROUP, INC. 766 Falmouth Rd aAwkSuite 810 Phone:(800)789-0000 Mash'pee, MA 02649-3347 Fax:(617)773-0000 MAT113MAL 1 �j u�[>>p[y BADGE [� ;cls: p ly COMPANYli Boynton Beach Police Department Attn Stephanie Slater 2045 High Ridge Rd Boynton Beach,FL 33426-8713 0 r s l a s QTY PRODUCT DESCRIPTION UNIT COST AMOUNT 155 Private Label Custom Anniversary Badge Per Art 90.00 13,950.00 Volume Discount -3,950.00 -3,950.00 Subtotal 10,000.00 1 Custom Die Charge for Mold(One Time Set Up Fee) 500.00 500.00 Estimate 1258(Mutually Agreed) Preproduction Samples(Block&Roman Numbers)No Charge Payment not due until after all 155 badges are received All Data(Rank&Badge Number must be on a Spreadsheet) MA Sales Tax (6.25%) $0.00 Invoice Total $109500.00 Payments/Credits $0.00 alance Due $10,500.00 e Page 281 of 1197 ,s ` r e o Chief Michael OrePIO Slatei TO: Gregory FROMi, �.. FROM.,REF. 100th Anniversary Badge DATE: June 13,2019 ZL— Attached please find three quotes for 155 badges to be worn by sworn Boynton Beach Police Officers from January 1, 2020 until 11:59 p.m. on Dec. 31, 2020 in honor of the department's 1001h Anniversary. The total cost is $10,500. Page 282 of 1197 US Public Safety Group Inc Estimate 766 Falmouth Rd Estimate No: 1528 Suite B10 Date: 06/13/2019 Mashpee,MA 02649 EIN Number:04-3537400 alan@epolicesupplycom Toll Free Phone:800-789-0000 Toll Free Fax:617-773-0000 robin@epolicesupply.com Www.e pol icesupply.com For: Stephanie Slater Ship To: Boynton Beach Police Department Tracking No slaters@bbFl.us Ship Via Boynton Beach Police Department FOB Description Quantity Rate Amount Private Label(Non-US)1 Time Die Charge 1 $500.00 $500.00` Private Label Custom Anniversary Badge.Eagle Top,Star In Circle,Tri-Tone Finish,2 Sided American Flag, 155 $90.00 $13,950.00" Florida Great Seal,Roman Font,Pin&Safety Catch Attachment. Die Struck Panel 1:1920(Blue) Die Struck Panel 2:2020(Blue) Die Struck Panel 3:BOYNTON BEACH POLICE DEPARTMENT(Black) Engraved Panel 1:Rank(Black) Die Struck Panel 4:FL(Black) Engraved Panel 2:Badge Number(Black) Die Struck Panel 5:CENTENNIAL(Blue) Volume Discount(Badges) 1 -$3,950.00" $3,950.00 Complimentary UPS Ground Shipping. 'Indicates non-taxable item Subtotal $10,500.00 Shipping $0.00 Total $10,500.00 Total $10,500.00 1/2 Page 283 of 1197 , � Date:06/1212019 ' Reset Fnrm al -t Man This form valid for 30 days from the date listed above. 0 201$SymbolArts,LLC.All rights reserved Customer accepts this work subject to,and any redistribution or preproduction is gowned by,SymbolArts"Copyright Terms& Conditions accessible at w .symbolarts.wm/legal fi V Keychains+$1.00 Keyfobs+$iso ' Lapel Pins starting at$2.00 `. *Additional molds may apply , ]y Customer# ' BOY012 briW, Contact hl - F Stephanie Slater Phone# It �t1 Qty Price Mold Total 1 155 $67.00 $0.00 $10,385.00 $0.00 $0.00 „ $0.00 $o.00 4 �{ SUBTOTAL $10,385.00 Tax ,� _ $0.00 P15 Freight $311.55 cel o -- GRAND TOTAL $10,696.55 Event Date PaymentTerins 04-100%Deposit Payment Type Choose from Dropdown f S =` Number ri (Exp) (CVV) V°ix'ia hitt\rtttr, Deposit Notes $67 price is good for initial order and any badges ordered within 6 months The rights to this artwork may be purchased High esolution.JIG-$200 E SNector Files-$750 *Ask your sales representative for further details It is customers responsibility to carefullly inspect this proof for errors andlor omissions in spelling,design,size,color,and any other !41fing Address: details.Once approved,client accepts responsibility for content and copy.Molds will be made on final approval of Address Line 1 Address Line 2 artwork.Any corrections made after the molds or product are made are subject to additional cost and new die service --�--- charges.Colors on this proof may not appear true to specific pantone or Tung Li colors and differ on computer C°ty State I ip monitors.For a true representation of specified colors,please refer to a pantone color chart or Tung Lt color card.Do Shippin r Address: LI, not assume a color is inY �our coin if it is not in the color legend.To show metallic reflection,some areas may appear AddreciLine l Address Line 2 white in color.3D effects are an artists rendition only,actual 3D image may vary upon product.Please provide valid Billing and Shipping addresses. tY State Zip - - Shim,ing Method: x Date UPS GROUND •Symbdnr�s uses UPS fw mon ahlprrcn�s bu based amefr ami mutsalmms Yredsmrybauud. Page 284 of 1197 Lawmen's & Shooters' Supply, Inc. Quote for Quandt 51071 1910 82nd Ave,Suite 102 y iUJ FnS Vero Beach, FL 32966 Pricing valid for quantity as quoted Customer OTERS'SUPPLY Ph# 772-569-8700 &for 30 days after 5/31/2019 63BOYPD Fax# 772-569-2955 Fmai STEPHANIE SLATER www.lawmens.net SLATERS@BBFL.US 561-436-4806 Fax Bill to Ship to CITY OF BOYNTON BEACH FINANCIAL SERVICES DEPT BOYNTON BEACH WAREHOUSE PO BOX 310 ATTN: STEPHANIE SLATER BOYNTON BEACH, FL 33425-0310 222 NE 9TH AVENUE BOYNTON BEACH, FL 33435 Agreement for Payment of Partial Shipments on File Required to Separate P.O.'s per Vendor Tax Exemptions on File: Terms Net 30 FOB Destination Rep MS Email MSHEPHERD@LAWMENS.NET ._....... .. MfgPart# Description Unit Price Qty Quoted Total BBPD CUSTOM BLACKINTON BADGE, BOYNTON BEACH 72.55 15511,245.25 POLICE DEPARTMENT ANNIVERSARY BADGE,2-5/16"W X 3"H, TWO-TONE FINISH (GOLD BACKGROUND, SILVER PANELS INSIDE THE CIRCLE AND SHAPE OF FLORIDA), BLACK ROMAN LETTERING, FULL COLOR GREAT SEAL OF FLORIDA SEAL, SAFETY CATCH ATTACHMENT S&H SHIPPING&HANDLING CHARGES ARE 0.00 1 0.00 INCLUDED IN THE PRICING Thank you for your business.All returns are subject to restocking fee as charged by the manufacturer Subtotal $11,245.25 Sales Tax (0.0%) $0.00 Total $11,245.25 Page 285 of 1197 C a, , y i G fr� Page 286 of 1197 14 1 Guide to Equitable Sharing B.Use of Shared Funds Except as noted in this Guide, equitably shared funds shall be used by law enforcement agencies for law enforcement purposes only. The uses outlined below are examples of permissible and impermissible expenditures, If an agency is unsure whether a proposed expenditure is permissible,it should email mlars,ESPrograin@u.sdoj.gov for Department of justice fund expenditures or treas.aca@treasury.gov for Department of the Treasury fund expenditures. Shared funds may be used for any permissible agency expenditure and may be used by both sworn and non-sworn law enforcement personnel. The fact that shared property was forfeited by a particular unit or as a result of a particular federal violation does not limit its use to purchases only for that unit or to further investigations only for that particular federal violation, If an agency wishes to supporta multi- agency expenditure,such as a new payroll system or city municipal building,with a non-law enforcement agency,the law enforcement agency's costs based on its use may be calculated on a pro-rata basis. 1.Permissibly U Os a. Law enforcement operations and investigations—Support of investigations and operations that further the law enforcement goals or missions. Examples include reward money(annual dues paid to a crime tip organization or payment for a specific reward for information in a specific case), recruitment and advertisement costs, agency accreditation or agency membership dues (but individual dues are impermissible),equitable sharing account maintenance fees,reimbursement to the jurisdiction for payments to informants,purchase of evidence,buy-back programs,and"buy"money. b. Law enforcement training and education—Training of investigators,prosecutors,and sworn and non-sworn law enforcement personnel in any area necessary to perform official law enforcement duties, such as canine handler,narcotics,defensive tactics,criminal justice, language, constitutional law,accounting/finance, or forensics—provided that the employees' regular duties require knowledge of these topics. Examples include training and conference registration fees,tuition,speaker fees, or costs to produce training curricula. This provision does not permit donations or transfers of funds to associations or organizations providing training, c. Law enforcement,public safety;and detention facilities—Costs associated with the purchase,lease, construction,expansion,improvement, or operation of law enforcement, public safety, or detention facilities used or managed by the recipient agency. Examples include the costs of leasing, operating, and furnishing an off-site undercover narcotics facility. Improvements should not be made on leased property or space since the law enfbrcement agency will not benefit from the improvements upon termination of the lease. Agencies must contact MLARS prior to using Department of Justice equitable sharing funds for all improvement and expansion projects, For example,the construction of new facility or minor renovations including drywall,electrical,HVAC replacements,and internal modifications to an existing facility. Expenditures such as lease payments or utilities do not require consultation. Page 287 of 1197 Guide to Equitable Sharing 115 d. Law enforcement equipment—Costs associated with the purchase,lease,maintenance (including repairs or service agreements),or operation of law enforcement equipment for use by law enforcement personnel that supports law enforcement activities. Examples include furniture, file cabinets, office supplies, telecommunications equipment, copiers, safes,fitness equipment, computers, computer accessories and software,body armor, uniforms,firearms, radios, cellular telephones, electronic surveillance equipment,vehicles (e.g.,patrol and unmarked vehicles), and animals and animal-related expenses. e. Joint law enforcement/public safety operations—Costs associated with the purchase of multi-use equipment and operations used by both law enforcement and non-law enforcement personnel. Examples include 911 call center equipment, defibrillators, search and rescue boats, aircraft, and diving equipment. These expenditures are exempt from the pro-rata calculation. This provision does not include equipment to be used solely by non-law enforcement personnel, such as fire and EMS vehicles. f. Contracts for services—Costs associated with a contract for a specific service that supports or enhances law enforcement is permitted. Examples include translation and language assistance services, staffing and feasibility studies, auditor to perform an audit of equitable sharing funds, subject matter expert,grant writer,or software developer. Employment-related contracts or contracts involving inherently law enforcement functions are prohibited. Examples include hiring an attorney,investigator,or civilian personnel to perform tasks typically or previously performed by agency or jurisdiction personnel. Under no circumstances should a contract for service be entered into where the payment of that service is based on a percentage of the seizures and forfeitures of the law enforcement agency. g. Law enforcement travel and per diem—Costs associated with travel and transportation to perform or in support of law enforcement duties and activities. All related costs must be in accordance with the jurisdiction's per diem policy and must not create the appearance of extravagance or impropriety. 1 . W gjIf9rccMpnt a Ards and memorials-Costs associated with the purchase of plaques, certificates, and challenge coins for law enforcement personnel in recognition of a law enforcement achievement,activity,or training. Shared funds may not be used to pay awards in the form of cash or cash equivalents or stored value cards. Shared funds may be used to pay the costs for commemorative plaques, displays,or memorials on law enforcement property that serve to recognize or memorialize a law enforcement officer's contributions, such as a memorial plaque or stone in honor of an agency's officers killed in the line of duty. The plaque, display,or memorial must not create the appearance of extravagance. i. Drug,gang,and other prevention or awareness programs—Costs associated with conducting law enforcement agency awareness programs. Examples include public service announcements,meeting costs, motivational speakers,and items used or distributed by the agency such as child identification kits and anti-crime items,literature,or software. See Section V.B.l.k for supporting non-law enforcement agency community-based programs. Page 288 of 1197 16 Guide to Equitable Sharing j. Matching grants—Costs associated with paying a state or local law enforcement agency's matching contribution or share in a state or federal grant program for items other than salaries,provided that the grant funds are used for a permissible law enforcement purpose in accordance with this Guide and the grant provision permits matching with federal funds. See Section V.B.3 for information regarding the use of equitable sharing funds to match federal salary grants. k. Support of community-based organizations—Transfers of shared funds from a state or local law enforcement agency to community based non-profit organizations (501(c)(3) or (4)) whose stated missions are supportive of and consistent with a law enforcement effort,policy, and/or initiative. An agency may expend up to a total of$25,000 annually to transfer to such organizations. Examples include a drug treatment facility,job skills program,or a youth program with drug and crime prevention education. The following requirements apply: 1. Law enforcement agency head must approve the transfer and must ensure the recipient is a qualified entity; 2. Agency must ensure that all transferred funds are spent permissibly in accordance with this Guide; and 3. Agency's jurisdiction must perform applicable sub-recipient monitoring requirements pursuant to the OMB Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. This community-based organization provision does not apply to Department of the Treasury equitable sharing funds;therefore agencies may not use Department of the Treasury funds to support community-based organizations. 2.Impermissible Uses a. Use of forfeited property by non-law enforcement personnel—Personnel from non-law enforcement agencies are not permitted to use shared vehicles,forfeited property,or items retained for official use or purchased with shared funds unless the property is purchased for Joint law enforcement/public safety use. See Sections V.B.I.c and e for joint public safety facilities and equipment. b. Creation of endowments or scholarships—Shared funds may not be used to create or establish endowments or scholarships. c. Uses contrary to state or local laws—Shared funds and property may not be used for any purpose that would constitute an illegal or improper use of state or local law enforcement funds or property under the laws, rules, regulations, and orders of the state or local Jurisdiction of which the agency is a part. Compliance with state or local legislation addressing federal equitable sharing is the responsibility of the Program participant. The Department of Justice and the Department of the Treasury reserve the right to suspend agencies where compliance with both state and local laws and Program guidelines is not possible. Page 289 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. #: 191284 BOYNTON BEACH,FLLORIDA 33425-0310 DATE: 07/30/19 VENDOR 17787 SHIP TO: TO: GENERAL PLUMBING & AIR CONDITI City of Boynton Beach E.C. STOKES MECH. CONTRAC PUBLIC WORKS DEPARTMENT 2001 7TH AVE. N. 222 N.E. 9TH AVENUE LAKE WORTH, FL 33461 BOYNTON BEACH, FL 33435 REQUISITION NO. 74340 ORDERING DEPARTMENT: FAC/GM/JL ATE NEEDED I BID NO: J�COM�MISSIONAPPROVED: d LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST EXCOOSSTDED 1 12150. 00 DL REPLACE 6 TON RTU UNIT 6 1.0000 12150 .00 -Remove and properly dispose of (1) Carrier RTU model - 50HJ007V521. -Provide .and install new. Ca rr i e r: .RTO`,:rnd 1. 50HJQ.Q:7 - -DiseQnnct and` reeonnect to era stzzzg dic.twork.'and . : e1i e' c..-'ri.call=P ovlde;`new :drainwitl% xsaof supports cane 'to lnst:all RT.t7' Pxaperly 'anchor new unit eta Ming.,':curb For:form. start .iap: Confirm;proper'...operation and return to: servi .ce rPe:rfnit .and: in pec : on 'included T'iEMARK5 REPLACE 6TON R'IU UNIT 6, AI . HESTER CENTER PROCUREMENT SERVICES: t 17 } P.O. TOTAL: 12150. 00 ACCOUNT NO. PROJECT 303-4209-572.64-18 GG1845 PURCHASING Page 290 of 1197 -%1TY OF BOYNTON BEACH ¢ REQUEST FOR PURCHASE OVER $10�000 Date: 23-Jul Requesting Department: Facilities Contact Person: Gail Mootz Explanation for Purchase: Replace 6 ton RTU unit 6 at Ezell Hester Center with new model 50HJ007 Recommended Vendor General Plumbing and Air Conditioning Dollar Amount of Purchase $12,150 Source for Purchase(check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy-Back Budgeted Item Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Acct#: 303-4209-572-64-18 Project #: GG 1845 Approvals: Department Head Z1 -7-Te" Date Purchasing Agent Date ..W Asst City Manager Date City Manager Date Form Revised 02/01/02 - - Page 291 of 1197 01 Ch , H r-I I I I \ \ f# I I I N N [A I U \ \ 1 z U z aFI I U a W 00 0 aLn Lr) CN CN A Q i � EHzs o zoo) at Q Z UHx W > xa� H ' i WCOAz W i ; Xa0 ; v3 Q ' t r HCA 1 I EO, I H ' I Z U) CL4 fl' F I W H I I fYi Ol O c0 F Q I O M lD 01 1 s z z QLnrn�o I W o I ZOILOm U U 1 I w rA (x IX Z w I o 0 i n� 1 0 H 1-4 NU i o 0 1 0 m X fl Ln r W W H r-1 I T N N a z -' H m 1 w a H H N O w 000 a HCA 1 O a a 000 z �r F (34 O I o a i o H O 000 1O U �7 OH H CL W o py F H p o Ln 1 o F W I H Ln Ln Ln I H e® 0 y FA Z-' 1 O H NNM 1 � U a ro o H a H H,-.q FC i52I � � � H P H m i H [1 i W W [L X I a W I Q 0 U LO WWF H z o Q z rx w w Doom W O OCH P1 o i > iz a0x H W l0 H 1 O I Q I H U H W a H I O W I Ico 1:4U q rG � F W U x I I W F H W wW > a H 1 a x Qw w z z ri) 1 H I rd m 0 H xo w I H -I x� ; U z Q) H , w 4< Ui x � - C7 'ti 00 > U F 0H a uFi a w0 E 4J 04 Q 0) w H :UJ 4 m , N a H I H OU O i W Q U GO tr G p w W w rx a �4 : Q 1 S4 -r(1.1 •r1 a) I H 1 0 U 0) N �vW H u Di a) 3 0oH0 0:JH i qq cA i p G 1''�a,1-) 'd U> i w z x H 0 rx m cam)'C r-I-II� O•H(wA z cxi x a 0 -r-I H Q) (do •r-( 0 C F:) 1 F -- 3V:J 1.100H \ I H £ U 1 �. r-I O G$ 5-1-,A Q H U c7 H ��r-i 1-11-1 U -�a) Q)-W H Q , \ a �4 N ro a)m C Q1 U a f1. I U W Q(DLn1.1 WO QL0a)'aH 0 134 Q;Or- '0y O S4mZz 1 � z010 rtOr.U�4p,0UU I 1D CQ 0 O h rS Nrd a RS 24 , N CQ o z • Fbx4-) i Pd(rd. LO� H 0 1 C O rd U r-I U m QX>H Q 1 H m z F H 1 io rd Ln a)rd >4 rt H 0 I p O F 1 N gva)715 wz N H a a i U y ­1 0 ka-r-I a)0-r1•r100 Um 0-Iy0U1.1> Q4tI44EZU U0 a)W-DWUOO4X �m O (UA PO0.1 a)rC7 S4 x-H N}4 Sa a)O a)0 W I x H wI waoaOQ-,wawUMUM CY Q I r4 1 5 1 Ln I a) I I I I I W W ' Q: H w ' W, zxI H Vl H P7 1 ' Z r-I a z 1 H I a 1 Page 292 of 1197 REQUEST FOR OFFICE ASSISTANCE FROM: -6-�Ic--KA601 Z- Date: J'K%-'4 3 2.017 • PRIORITY/DATE NEEDED BY: E] Request for 121/Direct Pay Req. for the attached-Vendor or Person to be reimbursed: Account Number: Project No.: K(Request for Requisition -Vendor: .— VbA KA/P MCI Account Number: Project No.: --61�eW List Items w/Quantities & Unit Costs on the back of this request. El Verbal Quotes ($500 to $1,999): Vendor: Cost: Date: Person Spoke With: Phone Number: Vendor- Cost: Date: Person Spoke With: Phone Number: Vendor: Cost: Date: Person Spoke With: Phone Number: E) Written Quotes($2,000 to $9,999.99)–Attached. E:1 Written Quotes ($10,000 to $24,999)w%Purchases over$10,000 Form–Attached. El Bid/City(Over$25,000): Bid# 0 Bid/Other Entity(Over$25,000): Bid#, Bid Eff. Dates, & Bid Quotes–Attached. 0 File As: El OTHER: Special Instructions: A//' Request complet i�d bDate completed: '7 ALI- Please sign and ret this form to the Office Staffs Inbox; feel free to make any comments below. Page 293 of 1197 PROPOSAL State License No. CFC1426154 CMC1250275 2001 Seventh Avenue North, Lake Worth, FL 33461 (5 1)585-2591 - 2019 U@NAITTED TO JOB DESCRIPTION City f Boynton Beach Replace 6 Ton RTU 14 to , ADDRESS JOB LOCATION 1 N Seacrestl II Hester ATTIV - Gail Mootz e hereby submit this proposal to perform the following work as out in-d bellow: Remove n properly i (1) CaCarrier RTU model - r vi install (1) new CaCarrier RTU model - 50HJ007Disconnect and rc of to existingductwork l ric l- r vi drain it r ------ - Provide r - to install RTU Properly anchor unit t existingcur - Perform - startu - Confirm proper operation and return t _is Permit and inspection included - - ,,,,,__Qrk to be DerforEXCLUSIONs'Woine r -_ tt r cr ctr life intinq orat ching, nr Is wirin t r o is building_gutomation, engineer drawings e hereby ropose to furnish material and labor in co tete accordance with above descriptionkor the sum of- Twelve ThousandOne-Hundred iv lir12,150.00 Payment to be made as follows: 100% due upon completion All material is guaranteed to be as specified. All work to be completed in aworkmanlike manner according to standard practices.Any alteration or deviation from the above description involving extra costs will be executed only upon written orders,and will become an extra charge over and above the estimate.All agreements contingent upon strikes,accidents or delays beyond our control. Owner to carry fire,hurricane and other necessary insurance.Our workers are covered by Workman's Compensation insurance. Authorized Ignature: NOT : This progosal may be withdrawn if not accepted,within 3 a s. Acceptance of proposal--The above prices,description and conditions are satisfactory Michael Camilli - AC ServiceManager and are hereby accepted.You are authorized to do the work as specified.payment will be made as outlined above. Signature: print Name/Title: Date of A -ptance: FOR OFFICE USE ONLY PenitilNc slcnlEo COMPLETED BILLED Page 294 of 1197 A-1 Air Solutions, LLC Business Number: CAC1819092 849sw 20th av Okeechobee, FL,34974 M: 8636236203 a1 airsolutionsokee@gmaii.com ` www.a1 airsolutionsfl.com Bill To Estimate EST0095 City Of Boyton Beach Date 06/12/2019 Procurement Service Department 100 East Boyton Beach Boulevard, P.O. Box 310, Boyton Beach, Florida, 33425 Mm- NEWMEMEN, RTU 6 at Hester building,6 ton. $12,750.00 $12,750.00 Scope of work: Removal and disposal of old RTU 6 in Hester building. Installation of a new RTU,will be an ICP,3 PH, 208/230 V. (Model RAS072HOCAOAAT) Installation of new curve adapter. Installation of new 10.5 KW electric heater (CRHEATER1041300). Installation of new ICP Manual Dampers. Smoke detectors not included. Total $12,750.00 Page 295 of 1197 M' PRECISIQN Air Sj-este s, Inc. 11101 South Crown Way•Suite 2•Wellington,FL 33414 Phone (561)791-3980*Fax(561)795-1693 May 22, 2019 City of Boynton Beach 100 E Boynton Beach Blvd Boynton Beach, FL 33435 Re:_Relace Package Unit#4. Serial#1001 G21149 Location:Ezell Hester Center Per your request, Precision Air Systems, Inc. is pleased to submit the proposal below for your consideration. PROPOSAL Precision Air Systems, Inc. will furnish all labor and materials to perform the following service: • Disconnect existing package unit • Set up crane • Remove and dispose of existing unit per EPA guideline • Supply and install new package unit • Make all necessary connections • Tie down unit • Start unit and check operation • Clean work area Total Price: $13,055.00 This proposal is based on all work being performed during the normal working hours of Monday through Friday from 8:00 AM—4:30 PM.This quote is valid for thirty days. Sincerely, Approved By: Joe Brown Service Manager Date: PO#: Page 296 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 P.O. BOX 310 P.O. #: 191291 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/31/19 VENDOR 13698 SHIP TO: TO: PRECISION AIR SYSTEMS INC City of Boynton Beach 11101 SOUTH CROWN WAY PUBLIC WORKS DEPARTMENT SUITE 2 222 N.E. 9TH AVENUE WELLINGTON, FL 33414 BOYNTON BEACH, FL 33435 R LOU ISITION.NO, 74338 ' ORDERING DEPARTMENT: FAC/GM/JL DATE NEEDED: BID NO: FMISSION APPROVED:COM EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 13100. 00 DL REPLACE PACKAGE UNIT RTU3 NE 1.0000 13100.00 EZELL HESTER CENTER Precision Air, SysteMs., . Inc. will furnish all, J.abor.' ' and materials. t' 0 Per arn -the. following Sexv-ice4 -D IS c onhe'C' 'emq t'i.ng t—a— 1 cre, .uni:t packa C. n .-Remov. and d ' gat aPg ., u per. EPA -nit U .1i. and ih tall,. n0w, , - ,pack e-a_ nec e spary con e ons Tlec down, unit . Start uhit and.. chep,k :operation e : .liar.. work art RE KAR RS REPLACE. RTU3 ,UNIT.AT FESTER CENTER PROCUREMENT SERVICES: P.O. TOTAL: 13100. 00 ACCOUNT NO. PROJECT 303-4209-572.64-18 001848 PURCHASING Page 297 of 1197 REQUEST FOR PURCHASE OVER $101,000 6 Date: 7/23/2019 Requesting Department: Facilities Contact Person: Gail Mootz Explanation for Purchase: Replace Package Unit RTU3 Serial number 3407G20677 Location: Ezell Hester Center - Recommended Vendor Precision Air Systems Inc ...Dollar Amount of Purchase $13,100 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy-Back Budgeted Item Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Acct#: 303-4209-572-64-18 Project #: GG 1848 Approvals: Department HeadDate �74 -- Purchasing Agent '` ' - Date Z Asst City Manager Date City Manager Date or Form Revised 02/01/02 Page 298 of 1197 ri r•( I , A , \ \ rz , M d O N N I 1 U I I H H I E-IO 0 ) I O O 1 rn a , W W ' £aft I Oo O FC FC i W o O ' 1 >4z O >' WOZ 1 a1 ' H H I W H4.1 F� H zmw a 0 w Hp,a H Kf 1 � Z P4 0 I , , rxcc)o 00-,m U I TM10 H , O O I > I O RS H o 0 Z W o 0 0 W F H o H U m M I _ Cx CSA i r-1 rM-I U)W ymM 45 W �a I EI , 1 o 0, 000 1 Z Ix o M z 0 a 000 1 M a O I o [�-I p 00 0 o i 0, -Ui O H , �....� -_. W UI ri E+ EI o o u) I y rA- O N H 1 H O u1 ri I O E' PRS I H 0 r-1 r-1 r-I O U)aC w , H C9 q I H W 1 H tx rn H Cq NP lb r D 1 0 1 0 U co a) E1 z rx M Q �wh00zIw oiz E W H 1 o r1 No , CDH a0wa HH (� I O , W i '-' U e U) CLI W O , o W EI 1 H W U q b 'D4 Z H w za > WiZ z ix HW , U] H W � W 1 p ' � , I CYi.� 0MZ CO I M cd H H m CW7 H r-I U Z Z0 ' � E�W � U rH-I', a i U z H W V)C4 c (d S4 W FC W H I P4 U)W �4 ' 04 04 H E-1 O) (1) 1 H .a I U)•r(b-I ¢, WCC Wa ".c'i�•1-ri 4-1 1-1 I � -ri •r1 , ,144 rp-I s� O rq C i n z HO M-44-4 C C STC O W H 3 H fd O HU 1 [� (1)a) 4-1 ,'4-ri J-) H , F4 z x M C 4 X R.a) a) w a I 'rJ H U U a) r..� 04 C)2 z I (x a o EI s4(d 3 q p O -I h 3 Ix O a 4-( a)O OH , \ I fA 4,4 O L:U -L4 Z El 1 U I EI r�I b•I U H U I C7 H , HHz a)a)C: a) r-q>, a) EI"D U 0.1 p m¢`.0 O ai(d U b Ei o0 M - ¢I 4-)U) (d U)U) , H Cz a 1 W Cn 4J-ri CA 0 01 rd a)'Zi Zr 1 Ch x •ri r m 4J r.S4 0 0 I l0 z �.r4 V)v r'O ra U-,A Cd rd U U ; r oa o U4ro4J(db zsC7S+-)x .. .. , In HUC C -,Is4y0 1 EA fo z H ar- S4O� aH U(d �(dr,>',OEl0 go 06 I Oa)C C ri�CgHZN H U , i J-I C 04 a)-ri>,(d O A: 0"4. rd H O W•r � HM i UMMOrr-I rd4JZOO I U FC--18 U O U RIm S4(dXU Uo x U) I a U w J-)5 b Rei a)(d a)x[n , �'M k4 H 0 , W(1)rC$-r1 a)(U-,I;j M•ri-U r-I 0rr i p �:) H W�4 gAWfx;Jw E1u�Uufn 3 W a , Di a1(d I I I b1 I I Ix x I z H a) , r-I a U 1 , Page 299 of 1197 REQUEST FOR OFFICE ASSISTANCE FROM: _6.'Nrl.. oCr-1 -L_ Date: '�ILA�­A 31 2� PRIORITY/DATE NEEDED BY: M Request for 121/Direct Pay Req. for the attached -Vendor or Person to be reimbursed: Account Number: __ - . 7_ Project No.: C�Request for Requisition -Vendor: PMiL±0?'j....... Account Number: 4 2-oq- '5'7Z Project No.: 6(4184V List Items w/Quantities & Unit Costs on the back of this request. El Verbal Quotes ($500 to $1,999): Vendor: Cost: Date: Person Spoke With: Phone Number: Vendor: Cost: Date: Person Spoke With: Phone Number:_ Vendor: Cost: Date: Person Spoke With: Phone Number: 0 Written Quotes($2,000 to$9,999.99)—Attached. El Written Quotes ($10,000 to $24,999)w/Purchases over$10,000 Form —Attached. 13 Bid/City(Over$25,b00): Bid # 0 Bid/Other Entity(Over$25,000): Bid #, Bid Eff. Dates, & Bid Quotes—Attached. E:l File As: E:1 OTHER: Special Instructions: Cvz 4,e, Z_d 6 4_1 Request completed by: Date completed: Please sign and retr n.th4 form to e Officetaff's Inbox; feel free to make any comments below. Page 300 of 1197 RECISION Air este s, Inc. 11101 South Crown Way®Suite 2•Wellington,FL 33414 Phone (561)791-3980*Fax(561)795-1693 May 22, 2019 City of Boynton Beach 100 E Boynton Beach Blvd Boynton Beach, FL 33435 Re.Re dace Packaa Unit . 4. Serial#340 7G206 77 Location:Ezell Hester Center Per your request, Precision Air Systems, Inc. is pleased to submit the proposal below for your consideration. PROPOSAL Precision Air Systems, Inc. will furnish all labor and materials to perform the following service: • Disconnect existing package unit • Set up crane • Remove and dispose of existing unit per EPA guideline • Supply and install new package unit • Make all necessary connections • Tie down unit • Start unit and check operation • Clean work area Total Price: $13,100.00 This proposal is based on all work being performed during the normal working hours of Monday through Friday from 8:00 AM—4:30 PM. This quote is valid for thirty days. Sincerely, Approved By: Joe Brown Service Manager Date: PO#: Page 301 of 1197 E A-1 Solutions, LLC Business Number: CAC1819092 849sw 20th av Okeechobee,FL,34974 M:8636236203 al airsolutionsokee@gmail.com � -, www.al airsolutionsfl.com III To Estimate EST0094 City Of Boyton Beach Date 06/12/2019 Procurement Service Department 100 East Boyton Beach Boulevard, P.O. Box 310, Boyton Beach, Florida, 33425 ..... ; _j RTU 3 at Hester building,8.5 ton. $13,750.00 $13,750.00 Scope of work: Removal and disposal of old RTU 3 in Hester building. Installation of a new RTU,will be an ICP,3 PH, 208/230 V. (Model RAS102HOCAOAAT) Installation of new curve adapter. Installation of new 16 KW electric heater (CRHEATER291 A00). Installation of new ICP Manual Dampers. Smoke detectors not included in this estimate Total $13,750.00 Page 302 of 1197 PROPOSAL ate License StCFC1426154 0 CMC1250275 �+ E 8 ti QED CARPET S E R V I C 2001 Seventh Avenue North, Lake Worth, FL 33461 (561)585-2591 DATE 5/23/2019 SUBMITTED TO JOB DESCRIPTION City of Boynton Beach Replace 8.5 Ton RTU - ADDRESS JOB LOCATION 1901 N Seacrest Blvd Ezell Hester E== PHONE EMAIL 561-742-6223 Mootzgbbfl.us - 71 We hereby submit this proposal to perform the following work as outlined below: - Remove and properly dispose of(1) Carrier m-50TM009V501 Provide and install (1) new Carrier m-50TM-009 - Disconnect and reconnect to existing ductwork and electrical Provide new drain line and roof supports - Provide crane to install RTU - - Properly anchor new unit to existing curb per engineering - - Perform start up - Confirm proper operation and return to service - Permit and inspection included 1r�dDjsAo be,performed during the ho-urs of 8:0 am - 4:30pm Monday throu h Friday EXCLUSIONS:Work beyond above stated sco e. Upgrades to electrical duct works smoke detectros life safety of any kind, rig htnin rotection roofin aintin or atchin controls wiring, thermostats [building automation, engineer drawings We heE2byproposejo furnish material and labor in com tete accordance with above descri tion,for the sum of: Fourteen Thousand Two Hundred Fifteen and xx/100 .............. Dollars $ 14,215.00 Payment to be made as follows: 100% due upon completion All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices.Any alteration or deviation from the above description involving extra costs will be executed only upon written orders,and will become an extra charge over and above the estimate.All agreements contingent upon strikes,accidents or delays beyond our control. Owner to carry fire,hurricane and other necessary insurance.Our workers are covered by Workman's Compensation insurance. Authorized Signature: NOTE: This proposal may be withdrawn if not accepted within 30, @Ys. -- Acceptance of Proposal--The above prices,description and conditions are satisfactory Michael Camilli -AC Service Mana er and are hereby accepted.You are authorized to do the work as specified.Payment will. g be made as outlined above. Signature: Print Name/Title: Date of Acceptance: FOR OFFICE USE ONLY PENDING S61NED COMPLETED BILLED Page 303 of 1197 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 3301 Quantum Blvd. Suite 101 p 0 #; 191292 P.O. BOX 31 Q BOYNTON BEACH, FLORIDA 33425-0310 DATE: 07/31/19 VENDOR 17790 SHIP TO: TO: JC MECHANICAL OF FLORIDA LLC City of Boynton Beach JOHN L CIACCI PUBLIC WORKS DEPARTMENT 3470 ROCKPORT ST. SW 222 N.E. 9TH AVENUE VERO BEACH, FL 32968 BOYNTON BEACH, FL 33435 REQUISITION N0. 74370 ORDERING DEPARTMENT: FAC/GM/SKBROWN ® d DATE NEEDED: BID NO: COMMISSION APPROVED: n EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 14580 . 00 DL 5 TON TRANE CHILL WATER FAC/COIL 1.0000 14580. 00 REPLACEMENT To replace the EOC. IT. room fan/coil unit ##5 sha_lb ... include :. NeW: Trane. UCCA$.'06C : chilled w�;te� ai,x handler New galvanized aur drain,` pan. an3 f boat. ... swaEtchRemoval cif old e.quipThe t., Reconnect existng control system, ductwork dra.ln:s:, water Eines 'and life safety equapmeiit. ns.ulate;:all exposed chilled water 11:ries at: the. `, air:. handler. Wall ;prov:ide a' .star;t-up sheet with. readings <from tieriew ei Uipment [mill protect any building finishes, drives grid any surrounding equipment that: may come- an contact .with deris. REN�A.RKS -.. REPL-ACE THE: EOC IT ROOM: 'FAN/ COIL UhIIT AT FIRE QUOTE ; 0 2 4: PROCUREMENT SERVICES: —} il �POTOTAL: 14880. 00 ACCOUNT NO. II PROJECT 303-4101-58.0.64-18 GG1004 PURCHASING Page 304 of 1197 .. f OaL 7/30/201 Requesting a e t: FacIlItles Contact Person: Gall Mootz Explanation for Purchase: .. To replace the EOC IT room fan/coil unit at Firetion . Project GG 1004 o nor J ni I of Fio ' a LLC N r u 1 0.00 Source for Purchase(check andbackup ri I ): Three WrItIon Qu Ions GSA E:3 State Contract PRIDE SNAPS RESPECT Piggy-Back le Source Emergency Pumhase Other Contract Number. NOM Pricing propoed for punahme must be presented In the eme deld contained within to oor&aaL Fund Source for Purchase: 303-4101-580-64-18 APProvais: .w p nt Head t Date 1&be)� urcaiAgent _... Datev � Asst City na r Date CRY Manager Da � € p ed OWIM ..; Page 305 of 1197 M (n ' I H I H rP 1 F 0) C3 W I I a Q I u I i o 0 F E 1 e 04 1 00 0 P4 I Ln Ln rx Nola o- 0 I P o z 1 H ea Q ' H 0 I W > ! V H I 0 1 1 1 P4 ! I I r4 M + 1 U Wr�af I 1 z1=304 1 ! I ! a� I 1 U 0) 1 W I W r7 0 z W W 0 ! o P A. . I C1 N (J F U 1 C3 L`, 1 ! CZ H N W I Ln Ln 6 1 �{ 1 1 �-0 ® W04 I F F I C9 o 000 C7 H H M 1 Cb 000 r). r- C.1 M o I F a COC} 1 1 I o 0 0 H F E+ C) En ctl Ln opt cs F 0 H LnW > ¢� H U I H D ea ea li 1 U 1-D CY H m e tl" W ?C r z i W �C0J� F C07a P4 0 F i � i CW e G3 H U W I LIIZ F4 1 f 04 Q q i P cWrl 7 H .. .. p -i �4 I i M z til t rd JJ 4} .0 1 0 t•A F CY, I W�4 0 (d to Q)Uw + t7 F HH �ea ea is a) F W Ln cd 44 as O lU m C C4i Cd3 C7'l 1 W-� U w CJ1'rl I z H ! �; F�"C3 Q7 etl Q7 Id�'CS•� 1 I W41Q30�ris4-HH: P H I U rl 4..)00_,q rd 'O-H Cs' H 1 ad Cbldr-q�4ed::jCU ! 1 c-d 3�lUP0-,WQ .0 1 C U) N wl G4•a a) H(1)14 91-gyp S4 9 U) g�� 1 Ura0 .-'44UId'CS, F I Ura-H" •s}-a 0 O)X UN I HII-rq z o o-u �t sJ 1,0 pr I 1 0$114pat��34r 00 140 I >4FA FA I C,)(dUO JJ a)Ed 4J Q)�4- 1 C.) UX-H�P4WQ3O�lq iola Wro 4 w;j0°0•ri Q34 p U3�Hel 1 H� w M i fsaootcty 0r�eQ a, z 4 W 114 1 gy 4S �a >,4J 0 H 1uix 0 P S4d 4),--1 r!C)H U I H M I W U 4)10 db "s ea rd cd p ix ! `w. 1 FMM F sUs--aa N r-i J--)> 4 I-rY 4J H W t X U 1 Pey H b®,^rl 0 IQ jJ 46.W "o M Q x1 C H `✓,Q3 aJ N r�o lz` r U Q}Id 4-I m zd rd •rd U O 0 I U M I 0 00.d'O Pd34J4J Ur) 1co °W r 1 4M rd r e rl m Ql 0 m Cza W I H i4 Rfe-t 0 'd 41 QY-rte °• I WFb)cdS4(D0)0F�- HU w I U 4 �-4J 44 e-5 QrH 414 4 �+ u�3tU0•a-qQr-H� 4 r OD pq 0 I W Q3 Qs 5 Clea-rl°z3C uI H 0 i 4)�e`moi CU U 4-H9 (4;6 I F H 1 U dx IOU>W m F0 C El o EIP ^• En f°w Cbl`eavN 1 N H dk P F- HS!rd'd�r s Qb M M F 0 H I w -ri W 04873,.E500 1 UCS} a h4 P I z47�r6Uurnnm rim U 1 Uo Ul U 1 0 S4 ea'tl 1i M W o-1 -a.0 pQ o-1 0 W 1 E+ U0lq-�9 Q)c:rdU� I F W 1 0 0'rd�x-H y°v 14-r$4 U Cfl P 01 Ln F•rd,O W 0)ea Qb dJ 44 1J I °� 1 's.' Z sx I ea ' W cll ra� I 1 Zi I Page 306 of 1197 QUOTE JC Mechanical of Florida LLC CAC1819895 3470 Rockport Street sw J C Vero Beach FL 32968 MECHANICAL United States OF I John Ciacci ` 18008071460 7729255951 WWW J C E C}-! I L L. jciacci@jcmechanicalfl.com vdww.jcmechanicalfi.com FOR City of Boynton Beach Quote No.. 024 2080 High Ridge Rd Issue date: Jul 5,2019 Boynton Beach FL 33425 Valid until: Aug 5,2019 United States DESCRIPTION QTY, UNIT PRICE( AMOUNT($) , 5 ton Trane chill water fan/coil replacement 1 flat 14580.00 14,580.00 The above quote to replace the EOC IT room fan/coil unit 45 TOTAL(USD): $14,580.00 shall include: New Trane UCCAB06C Chilled water air handler New galvanized aux drain pan and float switch Removal of old equipment Reconnect existing control system,ductwork, drains, water lines and life safety equipment. Insulate all exposed chilled water lines at the air handler We will provide a start-up sheet with readings from the new equipment We will protect any building finishes, drives and any surrounding equipment that may come in contact with debris. Issued by,signature: i . � • r Page 307 of 1197 PROPOSAL State License No. CFC1426154 CMC1250275 L RED CARPET mnl= R V I Mr- c 2001 Seventh Avenue North, Lake Worth, FL 33461 (561)585-2591 -- DATE 6/6/2019 SUBMITTED TO JOB DESCRIPTION City of Boynton Beach Fire Station 5 Replace AHU 5 DDRESS JOB LOCATION 2080 High Ridge Rd Boynton Beach Hallway Above Drop Ceiling TTN -- — PHONE EMAIL Gail Mootz 561-307-2185 Mootzg@bbfl.us We hereby submit this proposal to perform the following work as outlined below: - Shut down chilled water valves and drain system for Trane AhU 5 model - LPCAA06 - Lock out tag out all electrical for AHU 5 - Properly remove and dispose of(1) Trane Ahu 5 model- LPCAA06 - Provide and install (1) new Trane AHU model- UCCAB06C - Disconnect and reconnect to existing ductwork, drain line,condensate pump and water lines Provide and install a new galvanized drain pan with float switch - Insulate the chilled water lines were the insulation had been removed - Provide start up, confirm proper operation and return system to service - Provide equipment lift to remove and install equipment Drop ceiling to be removed by other Work t e or ed d rin th hours of 8: Oar l -4:30 Mona h u h Fria - EXCLUSIONS:Work be and above stated sco e.0 r-ades to i in e n_q ineerin controls dro ceilin re air Drop ceilina removal life safety of any kind smoke detectors drives coatin s s rinkler i in removal tie hereb ro ose to furnish material and labor in com tete accordance with above descri tion,for the sum of: Fifteen Thousand Nine Hundred Eighty Six and xx/100...... ........ Dollars $ 15,986.00 Payment to be made as follows: 100% Due Upon Completion All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices.Any alteration or deviation from the above description involving extra costs will be executed only upon written orders,and will become an extra charge over and above the estimate.All agreements contingent upon strikes,accidents or delays beyond our control. Owner to carry fire,hurricane and other necessary insurance.Our workers are covered by Workman's Compensation insurance. Authorized Signature: NOTE: This Proposal may be withdrawn-if not accepted within 30 da s. Acceptance of Proposal--The above prices,description and conditions are satisfactory Michael Camilll -AC Service Manager and are hereby accepted.You are authorized to do the work as specified.Payment will be made as outlined above. Signature: Print Name/Title: Date of Acceptance: FOR OFFIG�USE ONLY. - 1"EI+dC3dh7C SIGNED COMPLETED: -BILLED Page 308 of 1197 A-1 Air LLC Solutions, Business Number:CAC1819092 849sw 20th av Okeechobee,FL,34974 M: 8636236203 a1airsolutionsokee@gmai1.com www.a1 airsolutionsfl.com III To Estimate EST0103 City Of Boyton Beach Procurement Service Department Date 07/08/2019 100 East Boyton Beach Boulevard, P.O. Box 310, Boyton Beach, Florida, 33425 �,a?u9444' l 2 }1 - i' r)il. +? •__: �'r iI \ i-,`, +1�. _ .;� ; "S `C" _ e�=. � i t � � F ?�:.z:. +tk ?`+ 'r ', _ ��as� -���t, fl ,�, }E�,�',i� t?1, „��.,, .,�-1`�. z! .R����fYS,q,.. :€ - �,fi�.• �j..r � if, ?�f 'f. .�! ��� Replacement of EOC IT fan coil unit#5 $16,430.00 $16,430.00 Scope of work: Installation of new Trane(UCABB06C) chilled water air handler. Installation of secondary pan and safety switches. Removal and disposal of old equipment. Secure system, reconnect existing wiring and insulate chilled water line close to air handler as needed. Start up. Everything will be done to meet or exceed regulations. Total $16,430.00 Page 309 of 1197 A� � !DATE(MM/DDYYYY)19 09/CERTIrICPE OF LIABILITY INSURANCE / 2019 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(les)must have ADDITIONAL INSURED provisions or 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 ERI11 C HEITNER NAME: Solid Insurance ProvidersPHONE 407-234-7918 FAx 407-386-7918 13506 SUMMERPORT VILLAGE PKWY #777 E-MAIL ADDRESS: eric@solidins.com INSURER(S)AFFORDING COVERAGE NAIL WINDERMERE FL 34786-7366 INsuRER a: Clear Blue Insurance Company p INSURED _..... ......... .... ..._.—.. ..... ........_._ -___. ......... INSURER B: ".."" --....._ JC MECHANICAL OF FLORIDA LLC INSURER C 3470 Rockport St SW INSURER D: INSURER E: __.. ____. ._... ......... _....... -- Vero Beach FL 32968-7862 J INSURERF: _.. 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. INSR....... ....._ _.._.. ____. ..._ AbDL SUBR ......... POLICY EFF ' POLICY EXP ..._.... ....--._-__. LTR TYPE OF INSURANCE POLICY NUMBER - MMlDD/YYYY MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY ' EACH OCCURRENCE_ $ 1,000,000 �....._ CLAIMS-MADE ®OCCUR DFIdAGEY RENTED 100,000 -- - ( ,,,,PREMISES(Ea oaurrence) $ X( Blanket Al MED EXP(Any one person) $ 5,000 A x BIFL14036800 03/14/2019 03/14/2020 1,000,000 -- --- - PERSONAL&ADV INJURY $ GEN'LAGGREGATE LIMIT APPLIES PER: I I GENERAL AGGREGATE ($ 2,000,000 PRO- ............. X, POLICY❑JECT LOC - PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT _$ i..tEa eccidenli ANY AUTO BODILY INJURY(Per person) $ OWNED - -SCHEDULED - - - AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ - . HIRED 'i NON-OWNED ! PIR OPERTYDAMAGE I - ._ AUTOS ONLY AUTOS ONLY L.„Per accident $ UMBRELLA LIAB ( OCCUR I EACH OCCURRENCE �$ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED�__. RETENTION$ ... ......... $....... .... ..._ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ( �,_S_-ATUTL5 a ;_ERH- ANYPROPRIETOR/PARTNER/EXECUTIVE •OFFICER/MEMBEREXCLUDED? NIA' - (_E.L. EACH ACCIDENT !$ Mandatory in NH) I E.L.DISEASE-EA EMPLOYEE $ f yes,describe under ”— .___... ..... DESCRIPTION OF OPERATIONS below_ E.L.DISEASE-POLICY LIMIT $ I I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) City of Boynton Beach is additional insured with respect to General Liability when required by written contract per project#GG1004 CERTIFICATE HOLDER CANCELLATION City of Boynton Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE PO Box 310 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Boynton Beach FL 33425-0310 AUTHORIZED REPRESENTATIVE ERIC HEITNER I �2LC'i CL?J'LQ/L ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 310 of 1197 1 ME 40ANY pi; STATE OF FLORIDA DIMPARMENT OF FINAWMAL SERVICES DIVMM OF WORKERSO COMPENSATION CERTvWATE OF ELECTION TO 8E ExEmpr Fwm FLORIDA WORKEW COMPMAIM L1W- Mw hist the si listed bobw has 9WW to be @X9mpt from FWWa{N9rit W Caypol law, EXPIRAMON DATE: 311912021 N .CIAGCiI L: OMOHEE37OGMAILCOM - .<; tI i z, ti PL 32 V i t IIi'-f`S 1 ril{;tit a) ni 1 n1ift3 � Tch + it 1.F«,�+b.an giMar W wiw�1ecq Irani Mills ctllwa by r ' 2LF3. lobe to Chal 440Z(1%.Vs yr rfl� QI #ar ppsi E� pT i 1 at 40 ti, S»t l�aY,ulrz i i I � ��'g^��` � y��`rt�`'tij�t�}���'r�fi�t�i�, '�S�k 1.�,•{t�l��'�t�A1 tit�;,�(!lid,�ll}4 ��tSSSihI�`"n�4h$tt Sz�'4��tis2Ys ac�«�,, ,�,,, �i s,,, {i "llif Jill di"fit V t r�t �I U nl+ REQUEST FOR OFFICE ASSISTANCE 6 FROM: & 06!-L- -61 Date: PRIORITY/DATE NEEDED BY: E] Request for 121/Direct Pay Req. for the attached-Vendor or Person to be reimbursed: Account Number: Project No.: ;L Request for Requisition -Vendor: Ckon, cc,- / C)f' f-L LL C Account Number: _. 6-L Project No.: 044 List Items w/Quantities & Unit Costs on the back of this request. El Verbal Quotes ($500 to $1,999): Vendor: Cost: Date: Person Spoke With: Phone Number: Vendor: Cost:— Date: Person Spoke With: Phone Number: Vendor: Cost: Date: Person Spoke With: Phone Number: — 0 Written Quotes ($2,000 to$9,999.99)-Attached. El Written Quotes ($10,000 to $24,999)w/Purchases over$10,000 Form-Attached. El Bid/City (Over$25,000): Bid# 0 Bid/Other Entity(Over$25,000): Bid #, Bid Eff. Dates, & Bid Quotes-Attached. E:1 File As: 0 OTHER: Special Instructions: AJ -�004e CCI < Request completed Date completed: Q-3 Please sign and returftthis/form to the"C(ffice Staff's Inbox; feel free to make any comments below. Page 312 of 1197 6.C. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: To approve recommendation of the Evaluation Committee and authorize staff to conduct negotiations with the first ranked firm, Kimley-Horn, and establish a contract for RFQ#035-2413-19/MFD for SE 1st Street Sidewalk Improvements Design and Consulting Services. EXPLANATION OF REQUEST: On June 20, 2019, Procurement Services received and tabulated two (2) proposals in response to the RFQ. The two proposals received were from Beta-Jones and Kimley-Horn. An Evaluation Committee consisting of Andrew Mack, Director of Public Works, Gary Dunmyer, City Engineer and Paola Mendoza, Associate Engineer reviewed and ranked the two proposals. The City of Boynton Beach received an award for the Palm Beach Transportation Planning Agency's Transportation Alternative Program Grant. The grant is intended to support the installation of a 10 ft multiuse path on the west side of SE 1St St in Boynton Beach, from Woolbright Road to SE 2nd St. The terms of the grant require the plan to be designed in 2020 and constructed in 2022. To support the application the City hired W GI to provide the design survey and Kimley-Horn and Associates to provide 30% civil engineering design plans. The purpose of the RFQ is to seek a qualified CONSULTING SERVICES to assist with the development of the Kimley-Horn Design plans into Final Engineering Design for the SE 1St Street Sidewalk Improvement project. The work will include designing the plan in 2020 and construction beginning in 2022. Engineering plans and construction improvements include but are not limited to the following: • 60%, 90% and 100% design plan submittals. Please note that the City would like to use reclaimed asphalt for the roadway and path and crushed concrete for the base. • Engineer's estimate of cost, updated with each submittal. • Geotechnical Report with exfiltration percolation rates and recommendations for roadway and pathway design. • Additional survey as needed. • Attendance at up to three public meetings and preparations of multi-color display foam boards illustrating the design features of the project. • Permitting • Construction Engineering Inspection • The SE 12th Avenue intersection improvements, less the 10ft multiuse path are intended to be constructed in advance of the 2022 grant funding for the construction of the SE 1St St multiuse path. The scope of the improvements will extend eastwardly beyond the limits of the 30% KHA plans. • Improvements to SE 12th Ave will include what is shown on KHA plans plus the extension of a two-lane section from the 201+00 base line on the KHA plan eastward to Federal Highway. Parallel parking shall be provided on both sides of the road. • At 208 SE 1St St, the Consultant shall provide up to three draft sketches showing the layout of the parking and potential layouts of the site's driveway and it's on-site parking configurations. One sketch will be further developed into a more detailed sketch. These sketches will be used by the City to Page 313 of 1197 determine the final alignment of SE 12th Avenue. • SE 12th Ave plans will be required to permitted by the railway authorities as applicable. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Approval of this request will allow City staff to begin negotiations with the top ranked firm to develop final engineering design for SE 1st Street Sidewalk Improvements. FISCAL IMPACT: Budgeted There is no fiscal impact as a result of this approval until a contract has been negotiated with the Consulting Services firm, and will be submitted to the Commission for approval ALTERNATIVES: To not approve recommendation. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Addendum Tabulation Sheet D Addendum 30% dans D Addendum imley®Horn Submittal Page 314 of 1197 rl- m 0 LO (Y) ¢ 2 co o lo n � ! « _ f - \ kCd § � 2\\ (9 2 k\(}k , 2 D o z —o R { \! f - Z : _o E! \ ! m - w ! ! � ] § - o2 Ed 10 w r ) § E ± Z E > ; >- « ( i _\__ 2 , ; ; � ! k - \ , : § ° \/ j - » 2 § %, ! � k§ § } \ § - - \ �\ a § / : { / \ - / _ - ) \ /r § _ _ _ b - - - m -LL, - - - §/ - § § _ _ _� \� 2 / - ee/ � ` @ zzz { ) { ) ( \ \ () () )\ \ ( ) } ) ) ) \( AB 31tl0 Srgi5in3a 61-1-£ �' 5 VOItl0�35 HDV39 NO1Nh09 , 'Z99 n 3d HOH�9 NOlNJ.09 ZIO 1.110 d�arvI�3I�II�,1-11 and adavddad I — 133HS AW S1NANDA03dWI 56��oz H�9dw UJOH<((A,31LUIN oa,3�,a„a, oda NIVM301S � 133u1S 1S 6 3S i�3roae v Q ^W2 op Q - U OQ�IWM 'n0 Q W accsit m it p x N ¢ Ljj W �Oz�.�9t Il U LLzj Z w>>waWpOLL O � � K � � K IL r O n d p O � O ^ Q N U � n� �e ti ti z tiJ P�� z Cr Z3 r Ummit z oa rs "•$ 0 Q°° a -- §- - + oma oQ rn W z a-£b-a O z U 3-Zb-a � I W I a 3 1aLLn 3-Zb-a I �1 m O I I �W a ti ti ti c - a _ - 4- W oil O M� p O c A m Q 2 2. a a 'n o W U v ° O a w ¢ `- ry � U a - O ¢ ago Q v - J z 2 z - U Ln o z w ¢Q¢z °-Q c ¢ R Q w `""woz (j `c° = oil EL Q Q c rc�' Ln ° y la'o�- m` cc O _ cc cc t ti z W U ° vaid " .�!: ^ v ez w 2 ,_= Ag /dad , _ . NOLo]S]vo@ SIN]W]AMMNI !a % I ` A]vM]OR ! § i]]CJIS is AS / * / !) I \ y1 . \ 2 \ & ¥ e \ Li \ \ � R / A ® `\ / \ \ e Ljj Li-i u \ c: / \ / 2z :\ - \ a3 . -_- :� - \ � © _ vaid " .�!: ^ v ez w 2 ,_= Ag /dad , _ . NOLo]S]vo@ SIN]W]AMMNI !n % I ` A]vM]OR ! i]]CJIS is AS - w \ + m Q & Q & - - � \ \ tf \ \ Li § ® Li-iu IL LL % K :\ - \ a3 . -_- :� - \ � © _ vaid " .�!: ^ v ez w 2 ,_= Ag /dad , _ . NOLo]S]vo@ SIN]W]AMMNI !- % I ` A]vM]OR ! i]]CJIS is AS « - - \ LLJ m Lu_ QQ2 ^ I\ \ $ � � \ \\ % / / & rNLo o LLJ { / q � e © \ - / / 2z \ a3 . -_- :� - \ © _ vaid " .�!: ^ v ez w 2 ,_= Ag /dad , _ . NOLo]S]vo@ SIN]W]AMMNI !_ % I ` A]vM]OR ! i]]CJIS is AS + a § \ / \/> Q & mR -- � % -- - -- - w V) poem § e \ (z) �\ \ ( \ e ^ % \ \ / \ / \ c: ya » _ m � c ® \ a3 . -_- :� - \ � © _ 5z,,,E , AB 31tl0 Srgi5in3a 6l olJ£�1�' 5 VOItl03HDV39 NO1Nh09 uz99 n 3d HOH�9 NOlNJ.09 AO 1.110 3 �3���3 and aaavdaad I'1 oa,3no,a„a, � S31ON —MA3N30 S1NEIVOA MNI =� 707 HO9Vw UJON<K431LUDI �da A-lVM3aIS °�"£°° 133?JlS 1S L 3S i�3roae v O) O N N O) (6 d z 0 0 Q o �w do 0 0 C) C) p pOp �Qz '�02 ¢Ox vm�^,eho^N "i iovi'?i`? aUzp �'O O Y D W ctF- w ❑zz V Z Q a 0U W tt z Q a 0 m a= W U o w x w Q ❑Zp zxF p� C7 ka z O cc '�'� d p z p W X02 l'J W O pw l7 W U" m p m z W z O� l7 2 z p0 `a W W pm m W U gig Jin Yom...ZmpO z� z m Q`�> z x U W m w z Z w 0 z W z m C� O Y p¢U O >p¢W pW m J w O Z Z K m W W �mCw 2¢O O Y Jin z O Wp` p LL OmU s~� �^`n= �'�U inUkginp m�pp00 p QQz p `-inp Og ¢ zpQQ z z p zmp vQ� OF- p ¢Q Q �w W O`!O v,�¢ Hz m `��U h0 1- O Q z y�zl, �C� tiZ m❑� O �O z LLyOZ W m ZO..W m �[tiU Q zti �p w mmYj V-�m0 Uw W p0 2 ¢1,¢ m ti0 ¢z z z W z �mj yFW-z O�p a pz UOj O¢Zp O� ti��- Iz`-�W W O z ¢Oti OUz ti z a °QQ =zo =off ��w;`o°°Oo,,mwa xwo�� =mow tD Q''� ti�x ti�❑ Z QQUUUU Oz amen w mUU�n Q ti�m U gU tip ¢o .,. N rvi o ui to ro m .-. AB 31tl0 Srgi5in3a bud £ v� - �s VOItl0�35 HDV39 NO1Nh09 , uZ99 n 3d HOH�19 NOlNJ.09 AO 1.110 aoA aaavddad 091339 X193 ������� Nb'-Id kVMaVMJ S1N3 W 3/�OlJd W I =� °6�oz`HO9Vw UJOH<((AOIWDI �da A�VAA3aIS °�"`°° 1332J1S 1S6 3S i�3roae v SZ SZ 00'0b+£OI 'V15 3N17 P31M 9 +tinrr i act xuiR-. "ti �IiSOsd 3nN3nv H1tiI 35 �w s »J U i t 4 ' ati �6 tt-s.�, i�F(n i t, ti P} » t a a �al�h�>� „re �,� la�t�����. v t. , I� sf„ but t�g 16� w o t { 4 it { +�{�Ilk la til �1p2? 1tr ,, �i£ !ss iii .s it `o `�1�tA�sli ,{ � U A\ ! Al i, w v sn n{.1sln r lasWlu Fa £k s 4k�1 Iss`ss, r 9��1 i£t �, z u a { o s z ��� Citi Ht )p'aAAis s 1161 £s k„ _ a= ¢ui „ a lk 1 :��}}� IN ))ttill�\ Qs.. .... C,�y... N5• .in)s.. 1 'r 00 Oa-F001d15 1Dd N 89"17'37 E �wl)�a£stis4a 1s��S�stV+lsliSis�tal}tis"t�sl} It ab 021 1H9Ih871/Vr£ t wo a�s'lstvs<is ti i s s 1 - -f�l✓r� •,a7n to an .. ta7?�1�9 6 F ou t{i i, /r 4s ti9s 6l glati£a S£u_aL £14ra«r h. ul ` W u � � tis�s'�+ �. 1 O U�� W tis pW � Vs z Wz o0 �cccc ( zW 0- '{, Z:zc 0 n a t�il �l d w a va W CO oa n. � s .s tl1i �IO1sa4s+ i sl^c z,,,E AB 31tl0 Srgi5in3a bud £ v� - �s VOItl03 HDV39 NO1Nh09 , uZ99 n 3d HOH�9 NOlNJ.09 AO 1.110 ° � � aoA aaavdaad IN'Ili kVMVM:J S oa�3�,a,ia, b1N3W3/ O d WI6�ozHO9VwUJOH<((AOIWl)l AlVAA3aIS =o� 13 ]2Jls 1S6 3S i�3roae v SZ SZ 00'09+L0I VIS 3NJ7 P31M rA $�s}„}}1\ }��\ �ritr rqr � r itl at 7 t �y 1r s r�,r t�i�rz V7 i r V"h Il 4", 4"1 � 1l ssl �srs1} { bxrr,S 4"1 a \t ttit} iirrag'tid �I r {r, vg i i{ 9 asrs�� j(1 .2rrNt s ! w ➢l r�� -�,� tia - ��tt �” 14Sr r SVS rsr r, a t f s\s9rrii s1( 1 -t�� ,rfyss 1t tir 3MV21W Hlc! 35 ISS j4�H1 ss- (arh �,�}})ts ��it>♦cfl __ {� ( �I� �� a �?9�� > t ��{j}t S t#" pp (7 k+f+i+�kjE+kJ+r { -- rf r1v�1� soi ti Vyi Ij rA sA{1}llloi y.,�4�'1{iu },s,>r 715 ity ,A 7r r r,= sf;S���s �, s,11u, ,� �,ti�r��t,.�) r�ssi tt,v� srir{s1�j?sr{ri, f rid P v tlr� l r ?n 'sssSytSt �4}i s i s i}t1 fis'_�r i1J)�}� (s�sr�� v, rfst }}\ i [ a �31r(fyftylw 4�wN ,,j tya n x w w 1��fst'U � o, r \. w ti w 1tibt' 1 w � o a s Niit� 11,11'11ri., ��lit. � 1211} i rr14t yts{t Ir' t ' t I 1 I 1 V��i V r ;n�{isri��it , i�1i111�41�$�4��f }�} 1r. �`y � � 1f, r Lu Il 52rltr 15, srv�s 1 OO Ob+£0I VIS 3NJ� HD-LVN 1 � SZ T SZ I AB 31tl0 Srgi5in3a bud in£JNv� - �s vaidol3 HDV38 NO1Nh09 , wigs n 3d HOH�19 NOlN),09 AO 1.110 a��G aoA aaavdaad oa�3�,a,ia, � NV-Id kVMaVMJ S1NANDA MNI =rn °6�o `H3HVw UJOH<((AOIWDI �da A�VAA3aIS °�"`°° 13 ]2Jls 1S6 3S i�3roae v 1 Q `4 �,, t'1}l J }1 t 1i stt z Lu t h - s s t ty i I�tl I { SQA 41 G V0871 Lu—fl Q z w t t ry£ !"' o r t t� ttttr tttzti 2t' kill ��' 0z CF)) w { $� 1 - — — ls�t,,�si 'Lu cu a w� tiw sr I 1 ( k 1� W ���� x ii�t{)tttt�i�"'t �� ������ � `}t, ❑ F_ F-ft� +a, '� � / � � 4— ��£ lLl is r £ s 3`t� g z 4� �y s'I �i - t m¢ i s t 5 1 � );}i�����is� t ! 'U C5� \tt ' � s ) !rt!})!� )�£��t�s �, t�,i � �wi ltltii `� r 4!no 11 ll l � � t4) 'S5 N "h\ a u + +rr £t i �f ti ae s i'6 r 11" z it AB 31tl0 Srgi5in3a bud £ v� - �s vaido 3 HDV39 NO1Nh09 , uZ99 n 3d HOH�9 NOlN),09 AO 1.110 � aoA aaavdaad 091339 X193 NbtMb0 � SN' Ili °61N3W3AM M W I o �ozHO9Vw A-lVM3aISU.ON<((AaIUl}l LZ09C`°° 1.­1 v 1 EI2Jls 1S6 3S SZ SZ 00Ob+911 VIS 3N17 P31M -� as ,' 1A r Fmll,; d„ ��._.;4,77,rc-,, IN, t»'`11 1'}� i{ t%,` $ ttq,., j4 rlrtl`, i ilt'•?�'� �v eir`h»,n _ itt t\i t. �s. X 1 ,')f'�r , �� �f - rrr..{t4 }s ,. al r c i �r t 9Mi N�hIR K��t�lt�� �a)hi,m,,,17:,� aJ"%�}11�Siirt tcz C1t,�l » �4#t# #�i, ss��, ���1��}s i#��,•� t»� ! sr�,, sx�, � �,, 1 j 1'�"'�����S���s�r�'��,t s?'Ij {��`i1{dt({}t)�r F1ri)� � ���� st�� irr x moil t'§t�j� t�t' t�; 'r yt2 tf j�k tS�� �� is rt �yta i la, � �� � �ast6j ��sJ'j}��# 1 `" �s ,s�I(N All •t � is s. �rats � u 5 gnfv V f{lU 1 is #�fflr��i tFj ttg s 1 rl)11,V), {r: t",r t , Vl� l'i t r,1 il�� 1;A tS�{tAu s44,.it��G}}y}��s 411 41, r i, r 4 } U) 0 � Sh N ss 54' n C (i��rs ,i'(r ))')j}� I 4 `. 9t; a i# CC . sir r ' 55 �t rr'�sf sty t S I� Oi?J � Ulur r i ti� xr l�f{tik>uut�hlw ��tiU#U" ,}is#0f 4bs r, V( t -,a, 0 y A(1 ti w $F r w t z a ti a w ti + t� �ittris� sty aw ti ;w + � 3NN3J1v H111 3S p w jr{1, ,t:a s 00'Ob+111 VIS 3N1I "DIVN sz sz AB 31tl0 Srgi5in3a bud £ v� - s valdo 35 HDV38 NO1Nh09 , wigs n 3d HOH�19 NOlNJ.09 AO 1.110 aoA aaavdaad 71- IN `H3HVw UJOH<((AOIWl)l �da A-lb'M3aIS °�"`°° 1 EI2Jls 1S6 3S i�3roae v SZ SZ 0009+H71 'V15 3N17 P31M u t rt,ai, t- �� u— 7(ti(r tars. ..gas t- Zdrs t 9� W222 ?F�t sr tUz" flit �S?iiYS�£ ' 3 t}����{��t$'It � � ttritt� � •ruts. .., .. .tarp - Mrd slj�; {S�,ftrlt3(f £�' 3(1N3Ilb' H18 35 "Tars" is tf�� itt} �r}� ttl t '�t.i'221��,:AS t 71lJfsttii}r jt�t tt�l) v i�,�re,' ��. � t 41— t t- �( t rte' T i t o- ll 1k"Oklsd�C}rrit�}�{{{{it 7rtL��t. !�„i itrtw tSt rlt��), t1: IF � sj t, t111 � ry�� t � s ti tf a �t�i } CF 'tirzPF aj{rP S m .s, e Hlf i tnF {��r1 t41�'tS reit) {i5t �S �attlr ?,ttlll tlt�f$V ,tf"g t, az ',gym lr�tt dbt�)ts}s rsi�tmtt t ��t ti 11 tai ri t tis 1 zu `w w 1fi 1 2 4.s ti tib: Z a Z � i;l�r svt; t t i,_, tllrit, { tyy tc tt s V t�` 7 1�,Itf Hl& 9S St 3ONRAY Filo 35 ti �r) f�r1J �s 1)�r rf�l�frry}}f r� t � ti t111 �i � " s t r �rC 4}r r »,irr r It gii� IR s, � S ,17� 1 RtS�i }i t t ���� I rt,C�.. r� ary�, ,� F_�� '�t ('�”1 ��!it3• r tr�.�,� ,, tf OO Ob+911 VIS 3N1l H31M sz 1 sz z it AB 31tl0 Srgi5in3a bud £ v� - s VOItl03 HDV39 NO1N109 , 'Z99'3d e HOH�B NOlNJ 09 ZjO 1.110 d�arvI�,s„„�,10 11 a ,s a3 �3 aoA a3avd3ad m ""�°� l3�3a.1a3 NVId XVMCVCN S1NBAMON A! =� oa O61OZ tH3PVW I oda A]VM3aIS W(t is phis 1S6 3S i�3roae v SZ SZ 00'08+9ZL V15 3N17 P31VW ..a"a 15 \ „ft t rats v r� 1 > .., t X \ 4 3t1N3 16 N19 35 3fi]N311t1 1419 35 �ytu -All 1l �{ z as)s If „�)t4 << t.Fliii 7 ,,1y1 1r. ff � � 1 V r Iva t 77 z{ Sty t + S p t4a)� N ti1i t�ttttt ism A My �` e� �1 � 'tl "X')� w� q ,� sa�lttl x 111,t F'1 z t,r ,,.. r 'ii`t to sc n } �1t aJ� 3V iE{a7d 7 1 1�Sam r s)1 �� i5.tati )S)),.,« it tan,- rut ur t i'n£11t�t?))£ i �� t 1 F, A �:, . .•t �t�` 14 Ft t MI Ur titl � a� I. s.�,5 , S 41”, '��I,`' t1 t. �.tsf{6F o s It uc� I' I 1 �)t �)�t ,Flit SStti 5 � � r7i £�oil J Ito All L sw s3J 7}i t tsS � ult 'n� 5t 7117 i> 1 a U 00¢ tltl ,$Ntt t ,tthttF; �ats- II,�����}��1� N�ysj � r7 1 11�V1 J�'t)£7 pawl t� IF?•, r <s f)I { F4� il��!)ttFtta s'> t U t Ft SS)t�SFt A�5����£ !� Malmo ttt�� '� AtF It , 11 �,Ft.F rFFt„ ,..a ,: �sF£i Jim w mui 1'(1tf&b!�1/�� 4411}) i +M F IRS N \4��4{t �ti yfiit lt, � � s ,n; I !!, ft �� ��� bi �� �7 u �i{�E�}i ;tt ,. � I_ 7r�laF fr��1� (1 �?{�S�1 _o tf5)lr t .)�t ���t 1s�� ��t �sstSt)� o-l4 } t }})� t t£i tj t`ns � w_i o atFs 711tt 4�4 t S1tl n� 1 F}} v iIi ) t t,,, ,,F t m 1 V '2����� F t 7 �)`" ,� � �— �� i I{t S( ,^ k �1S),took 'rtt '7 t) IV, FF1�11ti� � Fs �� }n t a4��ts ttt �t,ll]7 11 �� S 00 09+1L71 b'15 3N17 H31VW sz sz z it AB 31tl0 Srgi5in3a bud £ v� - s VOItl03 HDV38 NO1Nh09 , wigs n 3d HOH�19 NOlNJ.09 AO 1.110 aoA aaavdaad Ddonoiaolat ������� NV-ld kVMaVMJ S1NEINDA MNI =� °6�oz`H3HVw UJOH<((AOIWl)l �da ��bM3als 1 EI2Jls 1S6 �lS i�3roae v SZ SZ 00'00+ZEI 'V15 3N17 H31M S �s}$1 f'j llz'tt }j rfll� s ?!n t 11 1 t = r s \��i, y tl�i�`�S` it,�t �':)t �tft f r Ik,tIllt{ ( tq ` { ;t2}' it��.,rly N q-'(�t�� 441 t �4yyF t''§? u' ar, : "io"{t int�� a• y s14t{yyi}1i r �S 2st {� �r Yi,tl (}�s \ t iyyf�4lfF ir'r St t»rhti,,',y 11wfi}ltgex' *��.y,} 4 ,2' }},s y 5 i+✓rr. 'K sr?}{ss4t cs y{%l f,� ,'j�{ 'r{;.t �;•t' i ? ��} {f}�.. Do asp { �6�V i 10S s�i 407' ,3nN3nV H19 � {}s)�,' LLj ( 4 y� Y 1� ljs t�r w 0) Ifw 11,4 Z � o qLLj Ol U't 4 "` �'!� �w >na,.rHsrrrrx,<sir,t t»att,.aeui srrmns oo „t W SL 4.1 ` w f a c6 d } t 5l s t t ff x . , s Rd u,,'r {i4 iv.,dt1 �6s&. l vt i ,4t,`shri/�f i }!{(.4jt�11} r,r ££.7 jtp Pts 1�ts�::ltiIfi,itri t yJ, s >t r + }l,t, } �j } t ?-�`V%il t „rt h?p4J }1tin. J ����j�r�)}��j111��y r y} 4 ,} i it iJJ I i t +k y l) ill_ "S '1!j{ ji���}} o F )jp{(7{ifs�)sf, a 44ti}I )t,u,{!t I { i tt )iflSsi ii lilt 1 t ,141{ t ��11�f}41N ( 41 44 C]i OLl 1 z+! 4t 15 tr ¢l ly,t{ y k : i} is r rt3{ it � r t it j tr I. I } s 1 11 01 0008+9ZI b'15 3N1l H71VN sz sz I'll 1 111 z it AB 31tla Srgi5in3a bud in£JNv� - s vaido 3 HDV38 NO1Nh09 , wigs n3d HOH�19 NOlNJ.09 AO 1.110 ae ,s a—G3 aoA a3avd3ad m ""�'° oalnoiaoia3 NV—ld kVMaVM J S1NEINDAM MNI =� °6�oz`H3HVw <(t I oda A-lVM3aIS °g"`°° 1332�1S 1S6 3S i�3roae v sZ sZ 00'OZ+L£I 'd15 3N17 P31M r r r r s s ttS tr # r r s t Ir c £ J r t Fy}sts lip t c y it; r7 -# i} 1 ��� .,t', �ms•.� �.',,, �y t tj 1w" i x t r t�� � t'i\sj}} tr�rus yr t trit viii} r , { ,s\}}t4+t\r{ h at?UIL'�i� K w — � + ' � p i V a t nm C1� ��,: �>.,Si t 4"'Thil,;��t�l) iS Z er.t-t y}4r 1s [ern ods ,.,�t r .�tmllt�ll,�S tos)a 'trhRl� +mrrt i.P, ir» ylA L t 1.6J{SS6���, w s i vu, U} 3 ku r ;tt f} ti 7171 r ti l t, r r t �— t6tlrftitjt}t;g r u I � £ CF) �y 3?t ���v f>�1 y,�.. f stt t�+° ��� � t}� s£ts�} � r{�, s � �l} t��t 6�� b y r Uzrl S,� rlt „„ g U<Ptr N101 tAtrtl i}t � }t iso} ti}#s �� t r�;i"I'll-{��t{l N,dl a o,� 3nNgAV H1tr 35 F����5����5`;�i�'t�i•, (���r ti � ar+V� ������hUi��sr ���n) t�l� i�rl�1����H £}Stt�1�,:� uls 4 .�r_ASri!ilR, uii is 1{, if �1t �,£ra �f,tt\, s,Bill ,tS tt���rtl)� r "�S „ire z t'%Idlits.}�� }jj 1�[��� ii =s z c, s � i kiit rl r c a L a sr ,t w sr ., r iris tr w w w r , , ju gout o �i,�lllGr A �l�rytS)}ir} stsz z� s t _ t i!,F q Ct� 9 D .r Q❑ \l1 1}A i lLu � i.; (r 2r~4#j}.2{ifs P,)Lt}21t7}§. ri(tdR1�,:.,rs �� `,,. �tft s 124-i #'d}r}���r,• ,' eF s;, CJS {)tf<rif,'tr`i'.,ttrt z La rNA N 00500+ZEI VIS 3N1l H71M sz sz s z it AB 31tl0 Srgi5in3a bud £ v� - vaido 3 HDV38 N01Nh09 , wigs n 3d HOH�19 NOlNJ.O9 AO 1.110 ���� aoA aaavdaad oa�3no,a,ia, NV—lkVMVMJ S1EINDAM MI°6LoH3H =� 1 EI2Jls 1S6 3S i�3roae v az 1 az 00'Ob+Zbl 'V-LS 3NJl N3-LVPI p l�L v.t�'� - ;, rtSf`� t{s� 9 s r i sfsf l "�its�t4 ,os}il}t Al{" star c 5i�1i{Ji is z ••i J 1t sis���i fit){S ,.�� fI �11fit, ti �, 0 9 s 1, cc ( ��41 t,r zn z �� x 'f�4��jt,fill }�s�kv t �i it k. silt"! stf llrl (r a s S} rsi'i� �r F�`-',t7�p��'t���;r Jl}� s {fit-t"• t ti i i, titi} ��t��tit3� fifi t tt u-)a w �r , i)fy�i i> t N, lr � ti)}(} ,•st i 11'' i" s AI{ ilst t4 1S1 si� 1� l s }. --� f•-LL! 1�1,�Jj s`';�tF: �'�% -�M:•t?Jil a u� s {����1 li t s�t� i,s�4�,_ tI �)ii tl4s" r t11 `��#sy' z) s j h s t J{i it S{t k 11 l�1 k..�� �i11 tS) st {s trail z' sija�s i i�1\S s Aa �a s zls rl)in•-••.) }1hA41 s r1 s,�rii pr hila l�.f1}�;1s�i Jil Q f}��sts{�!}�S tifV 1 ts5 q + )1 s}l�Ijs{sr s� AAlIt 2atJf t�tst.`1{ifq)t lsUtstis�.r"sit"?;atl,7 it ul`��y p s� l,�ii)>ij } " it�4�iit}f3��r std �,r.A1•t i tYf, �yh1Ct,�� ,tts,' ti�ff+��t))ti}jet}"rA� a}>����st4i7 II�,a 1sa fS�•' � ��� i sl ss,i r(\)! sy)S tix 1• � 'a Si 1 6�{ � seri?y �i�""�i� � { i\��it{}7{li • 7�.�,.� d_ tY i{r{! ��ft t4 5��1�. `�` } � S i i f i,� 111 y;sn� i�i* s i)-` Ais�iii si,r},��y}� � _^ r,{i�} �� ��� t�Sys Vit,•.," rl(t� { ����}��}It"),,. i V(S �� �� � 4r� ��t��(}z•"i r\si}" ,a• „Q �i$�St c,t ,!'.' Ap4 •cif }Ilt t}ry!;tri.;tta.,r, i 1}Si}I{in •ssus, k— it s}�i t} ¢ ti s• t{ ��f)IS {4s,s=ic' It lssi ss�sy s 1 '6� � t.. f CD id [ { "'t,SCT, U ���," � ���lsr�-,-� a'':. s�S 44 i• tis a �A���}�e�1S����� �S r?j� ��{iJ} ���ti} s }4S t i tit�li z� tlniti. 1 i� (}tc; 7� ,� > rafi tsf,�nsut ;,r is s J !J s .rx rt Jai s { w op i- O C) t tS�J rt S�s�ifil���flt t;{}li�lty}; t}�(,,( ti ai,�,,; ��! t��1t•'�� 1i• � 1� M� �}��,< U1i �„ �l�q„}1 t rtr��"sst�r^•" -4 sls4si� 1 LLj vv, l$; 4) it- t s^ s ' ul C�r w s1t s f si�lt�i s!l fsltq )is t{is{4J�i1 {i f res \ st4r ,11}l� 'ts i s i• t+'} 3 1N3AV—CMZ 35-30 o ' -- r iti Eit 307r�ih. t," ��2. ' gyut 31 2 34"F' s'�1 ,311N3AV ONZ 35 t } �� gra �- � i�,a• i r'�t�u t s�•- �rms- r�is".: �i��iaSSr£jt� f a u tt 'It i) ,a 1 1 r�a s i ss tr 1) �• r + t•,CiSA �+ ,t( 2{' V� s y `}i r 1 • .w `�j tiit, "tit{�ytyl/ y��tyy, tS� t�{���lhiti" , t(�1�i ,,,, �, t�11! • 2si��}�'•:Iiy-, `� 'h tii`, }� {3` ti �/��4�� 4 )�� >'j,�i � "uly4z l sr yt1,.i'1� `'•' 4$fr"�1 � z ��i�,'�`;;�i ,;a' w �'}' 3 f} t r tt t,,, s 5i\ l tl r�•-1�\��11r � 'S,t t`" � 1 s sPi 1,S,i„�' �'s i5 ur H; +ii.,,, s �s} � � 5(trt l ,y st sl)s t„ -t ss �t snta�l,Z3�S., 7,,.�s. 'I lS 4�rlh t s. it���, ?T, sSGs r s r„ !' •;,A1 sr. 3 � sr ?ts i'ti.{�_.?! ?ss ijls,R it st,,,,,{� } ttif�tr 11�„ 't;4}”��siil���� l {1��S3��Sr�(�fi � { 1 rt`s'ui a sn • ! ii}SS• (li ?) � i t }� s s z�� iS t Js r I s 3 j . Ji@i ti�C �1�}4t,,,;?t�U){y1}i•4}'i s S s � �'iF{ �0 ii){ % t} s u ihj -s,;,1�:��t\is s 1� yiN tl ft���s }������i{;��s s4 `',?�• t�� sti ss � s 1i 'ts 'Ssisr'{7>' � ! ,1�6' - �fitt iS �`�t\ ii S)• ' L}f S} ,�, r t (t,�1,, "ti,,, ��� 7 „�� { rid' s ; ,114"<•t �,. J r1,,"r„ I �{ S�I�i�h,,� s 4 {,,1 i�)s'++{ t s tl f sis),, t l,Ns«,. s�.is i +i it sir'„l{ s}�}{ s, �h 4y�i1s r(�•�( •4ilsrltt i � , s(}i it i� l�;r q! ,I)){ N,i, 'S•r `) 1 ",.� (tt j w7}Sl.. �i3„'(i ".u” �r��?,7,iS �ils, I tifi�r, �r`-U"'l r����C ;sz„ ti• ,� 1 }) S < ,l"l i, -.w i< �tll„ .r, s isi�i{,at>}} ,..I i 1 :l s'- ? ��� _� r,r � � �)�, �ij.. sit� ,l 31 t(s •�ii,.. s a„�Yl,b •ti ,,`''\ ,'V' :.�a,•` s � ��. �� t�, s,�,„�� �. �_.. I I I „sl s,('" .: I s 1R >'1,,.,� �) 2 !4��...� 4„,s ��� . ill) , ri�s "., ? �i i s.. � �}},._' s\,4 ti �..r�S is`s•s a, � ) ,'4t` `'u` i�tp, �,�,� c,. rt,•t i �, ;� �SS �� ,t��i � �t•�� t i r,,:,tr:ttl�ti�,£,.. � ti�",�_ " ,f, � ��1 q�it 1 r1 ,t��j,� S fits ” �,••" i '�t,� { > ! �l S ,�r_ i 1.,� • �1 s4 7 •�a. "ts +i '�.+�t r 17� �.,.s C� � k s z r}r, r. ii s} r3',.�r, ±s 1fas, '%', i sr a �, �1• ,, ifs _( [i 1 r i � � f .ai,��,i '{�r�r i`��s�=����i3}�s�tk t�rtr!�i!t S�Suf.,,}r�lf”"s•J,irs"��„r ts4�,,sYs.,,{f;.,.EEt-):s(rA1Aa(Y(i(t{}tjt{rFrr St�ry}"�7sw r}�r1l?�;usu.�s�tiYS„'kst"[1.;2sS1i},ss+t,;t"�1,1s?i�lr�}r,as�41a�i.�({si:5l,{.7;r.,?,,ir}i�"�vsa,4k}t•s},(t s�JCi s7 t�s142si�r 2�'�s�3t��a�tl11il1�r��t{5zrirr",,Jr,,�”.}v,,S��a,,i'S11S�s(}d££E>#s�is1�lfdii#"tta.rs,s� rt,.• a x��i_': `rt4ilr>trt��rt�ti{ii,S�s,-.�.�.�':_ 5,si��n�•is. {��S1 t.•.atl€..tn V��h"•s�is;St"s`i.it_;,.a,b,f fi����i1�tij ��I�F{r+�y!..}t�i��_i i��-1,srlti!s�s�st,,#,,1,4,1_��r4(i�4,,1 ta(��}�kYs S�--!-.ii��.4�1�s�tt1Si}t�yr:i:��,�11Ial t�r�,t y s ii%zrI a, t,mi(t„ti�s,f';�f"t,.•�''�'a;,d+�•�StC)�i�t s���i4�^7r.,�,��•.,-,3 ���,,� ,t {l !6 .t �1 'l , { tt tail" ,a h�gi5p 7i ir t:. 1s ,+ 5 ?�t � rt, an 11 i t b) � 1� s f ss ' p tl\lts},c`i���t11�i�SA s t}1��r�st�}��i 1}S s s i I s411S tlls}f lSt>>t �l4 � }�J•_} s l �i „J Ot s}} i}ts S�s�fd(til�lsc i 1r }} :s Jif 1V- rj k 'et tr 1\sS s j�" i1 s pis y �: dl{ s "Y�l st}s � lyi i' 1 S1 X&`; II t Sc 4il,ri ssssi,. s f}tsi uts\'s1SJ,IjrS SSt rii}r\�iEir� i{tl1lS\in''r t t'?, k it 00'OZ+LE'1 'b'1S 3N17 H31VA sz sz AB 31tl0 Srgi5in3a bud £ v� - s vaido 35 HDV39 NO1N109 , 'Z99'3d HOH�B NOlNJ 09 ZjO 1.110 d�arvIN 31N>,,10 11 moA aaavddad oal3�3a�1a3 ������� NVId XVMCVCN S1NBAMON M O61OZ`HiD 1VW U.ION<(</�a�Ull}l �da A]VM3aIS is phis 1S6 3S i�3roae v OZ OZ 0009+L6I VIS 3N17 H31M GE.t `rl'?i. r WOO"", Ell ArY � 4}rl) t, ro{, q 1SEt j sr Sr t { s t r r } t E on) �} 73j�! m a1 w fl ! Eg � no-pug W ilk } 2= <fr E 4 tl ttt l E }��}�11{1E�� r c I c r s E r) } 't}5r "[Lf 5, i22t4E E W, OV, t EE}SEAS r fr i t11tq �» ifs{ E�ttE} t, y EI`E 1P}Ut El�jttii}3E$}F � }!r t � � rili�rE� yril E ae > + ` IE4 �l}�E if�llHtt{��1ll�l E- S IIS" � ,t j`� 111 t ( 1t 6 S I W 1 Zi S I �ESEEi trA+1b 1l Et il(S{(�}l,E S EEt r t r WWW 11}}?tt 1 .. �r (!f7 11Y>ir2 h}1S 1lE),�� 11 EEf'S4s ,EE!El{lisp tt}, } 1� 3': Ef4Eit,{�11�i rE n,�,,jl,.• tI }, m�,� ,',Er 1,.} it r.'i i tE�11��1SP p lr�}itifl�„a its',`1 Ss; 0-1 ;Er "�t+ft${ ts,i>,t1 h ql'�r` E(t' � r 1 s�';�r1E 3TN3tlh 3 .mrn m,� imEp g. .. r_E� .�—rar d rtt Ftt si i � r44 t 2l 1 Ij fh�s711 �. 1} �atE s ESE �'4''1t``i� w E1� E SEt t.�s t, ? +rvs Ei �„e��, +-,s � 4�j--INV MW 2Jim- E ��}11s��! � a E` E iE itisSS 7{�EjE i�'ti �� r �R u1 )IS 7��}� }'� fE� ttt,;t4ij} EEt'� llrErFts }ttll f El{r t 'xrE�,,., o iyEr 44, > .{tc ,E{�+Ess `t�. SES N Vit) ��5}r�ttSl Ei E E rlf SEE ,T Wit 4E i (E,� S1 t r)i t Z i II� sr E,����f(i+j, (1 F E?i Er(StJ t{ r r w i r.' !a7 a r a E. :,, tkEtl NOW +II�"a„l,'' -�' )tEEE�E�tt t E �� �t r{E s w 1}Iytt .F E r(}ti)E, � 'S1�����{i{`5�., ���5� � r� s �c�� gtr l it {ti t iE jAt} { -tst sInvf �� � � � i E�` `, a ��})}jib ri i t�i�}�E tt, i � E E ��11 � ) _T +��} 111 S�' )t� `� 1`�`it � t (� ry t;° t In' r ie7 �t i� 11����E�iE ��� lr2EElt JEt �) t E Ir t t;, ,i"W u E t E l l E rri A i r w.. 1 Er It E' t)�? sow 1 E)s., i f {i tll���i�E rr{j �GE; �5S1t rt rr , ,} i o>Es Up A, 14j�1i{Elft 1\111 yr'}1��} �# u Ss i slE �i c 7, � f'♦~S.M rs�'2sr m t � r ' E EEIrs4� w, is tr S E ajj�{}{3�S1 S { Q�; i �}t E 5f l �� tE}���'E r i }��f,12}E '( tt(Si'l4jSt\rt E rE, 4, ,'E�}l tls`ri.) SE!-, ait }})�,r��f,,, s,:¢ sn `�.„ �� ,,. - ,E}l�� � E�,,,r•��tt�E)jt���rt�r�)i„tiE t�is����S��t,A�1113)„sit I��\q t{i�ji{_)s Si)�����I; r } r J E � f' m a� W°, i1 t 5 G7 E 40 1 ,r i k' r VI + t1tyj,( Ei r t -�, r ty it t ! i I k ¢ +.,. uE } 4 l r l z r,a� � ��E,�, ;tE +i� � ,� �- +r, Pyr '�3!§E1�5 E t "1 E t E l�ii{t1 W p ur w-- —uraEed.n�v�-� �tius.ars. ..va r,ex _ i}E r tIS�1��}k btssS�l�El2Ql�ufk r( �} r { � y�(� ° CE)0( ✓olr nm .{a3nEd^l ---- 7t E Ell 7 OT q 000b+ZhI VIS 3NII H71VW az az AB 31tl0 Srgi5in3a bud £ v� - s vaidol3 HDV39 NO1Nh09 , uz99 n 3d HOH�19 NOlNJ.09 zJO 1.110 iix .r�e ww e�ennx 3sx»n voieo,� 3e �.e uarni�rsa `doH]Amvj3ad m °N'1-1-111 oaono,a,ia, NV-1d kVMaVM J S1NEINDAM MNI °6toz`H39Vw WK I oda A�VM3aIS °�"`°° 1332�1S 1S6 3S i�3roae v t �` �S l 1) 4(17t 4 f{ 1 n } ♦t 1011 (( ir1\l��ll i� V �• I. t v6 Y UAM1Ga --� ialnr. ._ � o,rmlw -. ... ICs �(JtS ; (b08-Hs) C]HvA/ non H3V39 N01NAO9 w m is p 4 _ �' (b08 N51 aNV/133/109 za€+zsr' s�oe HDV39 NO1NA08 w' ui s 1 }listlk moi. t �-'� n.. ���t zs_ a sinr t >• z..{ bui i cm i ✓M#i-,�57 ,,,tnti i]le die+ �,,._ n "" irti114t1 }ly(� � rI � h_L td`I �l ai`-w t l t 111�{+ ( { n r�l,ki �C 51+1 �t}r� 11�tt �l}ti(l rt ttd2 �'sis}t �'Sj�'ztl S)' zW W is i r pr 7 r v f cc z 1 �� �/ � Q 0 r ci w i��t���'j,{i cj) , �.�nx}}z a`n vl—i ccs" 11Ybd311't�a.1.,n to 4 w uw r t i3 \ilhit Oat it, 3 hs t ... z- a �f .. S rr 1 sf7s" n�i}i{t ! v'k N 1 t, rat, L jt. ti w s i ,'z z t t ,isa�ax r tb }1: 'jy4z }} 0 p41flr4�i�1 11SI s hi I t n✓r k �r lC 1 1- J t�s� t{ll�Tt��t},}r 1i C��i �: f4�T� o t " (n i � 3N� /1V h[�� s t itis 1, t 1 �s vts ems doi rms. �y{{si�)1 51y4�t s'{ r t �4 I t�Jt 3nN34V ISI 3N 1 IIw ls} Rlak kt ', lttat,r.r `` Asti +r 4 I's y}r�} ts,t« 1�}jt 1t��Ul)t?,fitd ����� �r`s�'�} >r {tit P r �Ii 4 t;;)i\4t�t 1�ij .{2"N 1� w� tt� l�y' V,a: r(I{t{ }f�di, t .i i Na i{ .� si� 1� ���}'{�lt,�>?�f;Gs[� a",•t w w, w LL w � }y t{ r ) �i l}i S 1)++z'�w 1. eS e It'd 11n w�; Ww w' a:a ��}1{+,} id �1 t - �l i}I,r A�, si}s{, \SVt C } { ii���4 r� ';i } i � „�, } '1 ,�1, j ,s {i1 c� ,{SJ1t li��a�•, ''� _�q��i�����1;1 � ti 1t i,,,� �A 171 zll 00'09+LbI 'VIS 3NII H71VW cz 1 cz AB 31tl0 Srgi5in3a bud £ v� - s VOItl0�35 HDV38 NO1N09 , uz9s n 3d HOH�]9 NOlNJ 09 Z10 1110 d�ar,�� aoA aaavdaad Ddinoaa,�a, NV At�Mab'02� S1N3W�/�O�IdWI =00 °6toz`H3Hdw UJOWK(A01Wl}� �da A]dnn3ais i�3roae v pis phis is L As 4 4 rS}i7}}� s ,{j'J }1S+�I� I r Ali {) t1�tS�l'£ u A tal}��}}j #tillt� 4r,��hiSy4SISl ""i,i bfis s t jibsq,` � itil},�, J�ir-�11�ti n fi F 4 1 r SSS i s- i ) 1. i y� a ��� rIWO j} �i,t liiIixi't�} ,'£s 111 trtf£i.ttt, f7'x ,ia` woo ll I ' 4 t+}1 hit }l sit,. hMpg" '; }}i� tls= tri\�ti a i ii r � t y} w aWt: stlt- s'r at 1jri �''�<x KIM t �}tlii tS3 i l r i ri� M4s i ' { Q r r tl e+113f{ Vl VA +tS a0 t" — l��I+is rjlV'4+i , lot Mayd 1}, �,�,, CN l�}�}+1}1�7£r s,t� ,SF 4} r; x t�ilyi £rtti »i i '`+�' ,yt) {t+ rr i 9a £"+f "+ r,4 s z ¢ } w }1 rtt{11 t}�tSS}��i w — Q woq Ot/087lb'b' J� �ii}}Si}11Si}!4)£t4s 44{t�rl t x a I- a� i - �4 t� } } I S1- a! !r str t�a is 5} r?�'� „r'�c' rtIE�S xN S r; utv ' }I yt. }a }` t { w° z o u.1 i 7 a},,lit'? a z A 9, rt, w ��! ua v v �U �, ' .r5 r }1� ; 5�`S a : w i +s 4 f t" lyt It t,�\t�y EYt££} 5 1111 t U� I l i4f�t ?(i'I}✓tla t, I3 �V}� ws_`� i z �u�i �1\� '� �� � +r } tr wx t it+t 1 4 r }a tri` tli4�15}}��}};t,II}f �i >'} _�IV� {{(((�}� t t f _„` ,' -stS t} !. l \ tS •,? L,'. IN 'No: I� a f 0008+LOb b'1S 3NIl H31VW ss ss ^ .�!: ^ mvl]O SeNSVA w ez w - ~ �ggmmm,d ° 1 m IN3A3AVd SINE]ADAM] W1 )� 4 | (INV 9eN9G A]vM]OR ! ___, .�§ i]]RCIS IS AS ` \_\ \ � \ \ � 2 _ w I 7 2 : °mm »z » a9v _ - 7>! _ \ = - t \ : ^ � . z^ % ,x z: , -L;wv ! g w} ~ ^ \/ y / cu CL ,z a�Z G% \3 mLo \ _ \% \/ ^� � © � sc »w %9%9 ,I I }\\ /\I \ ^ F7 � y \ I � r p n r° - Y ra W - 0 tib w 3 {(r f dtt i� viz S�i r �1t sSS 1� ! ��bzt it i s d t 1� • ����r Itii� t }�i�t iY s����-l��A��1s�}�y��$ 4r s\ I 4r 1 it .......r �b 7 + �...... ar r { y r t � E ti 3 � t • m � t Table of Contents a,"y,..p Gay - 5,b Letterof Interest....eeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee 1 Firm's Qualifications............................................................................................2 Qualifications of Project Team and Availability of Specialty Resources....................... 3 Current and Projected Workload ........................................................................... Demonstrated Knowledge ....................................................................................5 Approach to the Scope of Work ............................................................................6 References — Past Performance .............eeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeeee 7 General Information and Procurement Forms and Documents .................................. 8 Ki m I eay,))) H o r n Page 336 of 1197 now quil WE ANNUM June 20, 2019 City of Boynton Beach Kimley))) Horn Procurement Services 3301 Quantum Boulevard,Suite 101 Boynton Beach, FL 33426 - - ! - SE list Street Sidewalk Improvements Design Dear Members of the Selection Committee: iria -Horn is pleased to present our qualifications and approach to serve as the City of Boynton Beach's consultant for the SE 1st Street Sidewalk Improvements Design project.The City has identified the need to partner with an experienced and well-qualified engineering consulting firm to complete the design plan in anticipation of construction to begin in 2022.Given Kimley-Horn's familiarity with this project,adjoining roadway design experience,as well as FDOT design and Local Agency Program(LAP) process experience and established relationships with FDOT LAP staff,we are proud of the progress we have made in an effort to serve the City of Boynton Beach. Coordination.Agency As your consultant,we will serve as an integral partner and trusted advisor to help you through the FDOT LAP process as we have completed several LAP projects in Palm Beach County with the same FDOT District.We have provided such services to the Cities of West Palm Beach, Boynton Beach,Lake Worth, Delray Beach and others. Kimley-Horn has extensive experience developing and administering LAP projects per FDOT/FHWA requirements.We will provide you with early notice of tasks and LAP forms that must be completed by City staff and officials to meet project schedule. Availability to Serve . Clear communication is a critical step in the partnering required for a successful project.We intend to promptly return phone calls,attend staff meetings and work sessions on short notice,and be held accountable to quickly meet your requests and follow up on your concerns.We make every effort to turn around even same day notice needs in order to meet client deadlines and have the resources to do so. I, tar an Mufleh,P.E.,will be immediately receptive and accountable to you and will ensure that the City receives the resources necessary for a well-coordinated plan of action.Serving as client services manager, I will strive to deliver not only team excellence, but timely service and practical,money-saving solutions. I make a firm commitment to deliver results consistent with the scope,schedule,and budget,while also helping the City be successful in the eyes of your constituents. City.Experience and Familiarity with the Our local offices and staff have designed hundreds of roadway projects in Palm Beach County and South Florida.Our project team is thoroughly accustomed to working with Boynton Beach, having had the opportunity to serve the City on various projects including roadway and complete streets design, stormwater planning and design, landscape architecture, traffic calming, utility improvements, site parking,traffic signage, permitting,and public involvement.Our recent experience includes providing the City with 30%civil engineering design plans for this very project,as well as nearby connecting Boynton Beach City Town Center, Boynton Beach Boulevard,and similar planning and design improvements to Seacrest Boulevard. Commitment.Team Partnership and Our teaming partner, WGI,will serve as a cohesive working unit to continue the surveying and mapping services they started on this project. In addition, GC E, Inc.will provide the geotechnical services,and Southeastern Archaeological Research, Inc. (SEARCH)will provide cultural resources assessments.The team presented here has the depth and availability to continue working immediately on this contract.You have our personal commitment that we will proactively manage this contract in an efficient manner that minimizes the City's required level of oversight. Kimley®Horn is very proud of the team that we have assembled to assist the City with its mission and are confident in our ability to respond to all requests. Sincerely, . . Eric Reguehro,RE., ENV SP Client Service Manager Assistant Project Manager d ' °IVf y IJ' ® 4fi 14 uj'n A�111 �II Ii�Y hi d it ®®(o .•uB®�lm�'i II • ® ® rl I� ® i�d ®® iiVl'11II(I�di�'III I,�y4 i. ! o itl I ;Pi'I I Ih I iII II �II•i•,.III�� TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd Page 337 of 1197 w rx PROPOSER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Check One Submitted By: Corporation X Kimley-Horn and Associates, Inc. Name: Partnership Address: 1920 Wekiva Way, Suite 200 Individual CITY, State, Zip: West Palm Beach, FL 33411-2410 Other Telephone No.: 561.845.0665 Fax No.: 561.863.8175 1. State the true, exact, correct and complete name of the partnership, corporation,trade or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: Kimley-Horn and Associates, Inc. The address of the principal place of business is: 421 Fayetteville Street, Suite 600, Raleigh, NC 27601 2. If Proposer is a corporation, answer the following: a. Date of Incorporation: 1967 b. State of Incorporation: North Carolina G. President's name: Steve Lefton Barry Barber,Steve Blakley, Paul Danielson,William Dvorak Jr.,James Hall, d. Vice President's name: Emmeline Montanye, Brent Mutti, Brooks Peed, Michael Schiller, Bradbury Tribble e. Secretary's name: Richard Cook f. Treasurer's name: David McEntee Marwan Mufleh, P.E. g. Name and address of Resident Agent: 1920 Wekiva Way, Suite 200, West Palm Beach, FL 33411-2410 2 Page 998 of7 3. If Proposer is an individual or a partnership, answer the following: N/A a. Date of organization: b. Name, address and ownership units of all partners: c. State whether general or limited partnership: 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N/A 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A 6. How many years has your organization been in business under its present business name? 52 Under what other former names has your organization operated? N/A 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. See Section 8 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES = NO 9. Have you ever failed to complete any work awarded to you? If so, state when,where and why: No sPage 999 of7 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) See Section 3 11. State the name of the individual who will have personal supervision of the work: Marwan Mufleh, P.E. 12. State the name and address of attorney, if any, for the business of the Proposer: Richard Cook 421 Fayetteville Street, Suite 600 Raleigh, NC 27601 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: Kimley-Horn is a privately held, employee-owned corporation with ownership shared among 238 employees. Our employee owners are the sole stockholders of the company and are the pro essiona s who directly serve our c lents. a operations o the firm are not influenced by non- employee owners whose interests may conflict with client service. Since ownershi is spread rest of the firm, the company is positioned for long-term stability. 14. State the names,addresses,and the type of business of all firms that are partially or wholly owned by Proposer: N/A 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: N/A aPage 948 of7 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number a. Government Related Work 10 b. Non-Governmental Related Work 10 Total Work(a +b): 20 Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone Wells Fargo 150 Fayetteville Street, Suite 600 919.881.7022 18. Provide description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). See Section 6 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): See Section 6 5Page 941 of 11497 20. Is the financial statement submitted with your proposal (if applicable) for the identical organization named on page one? YES [T—] NO 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). N/A 22. What will be your turnaround time for written responses to City inquires? 24 Hours via email responses 23. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description,the disposition of each such petition. None 24. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. See attached Litigation Report 25. List and describe all criminal proceedings or hearings concerning business related offenses to which the Proposer, its principals or officers or predecessors'organization(s)were defendants. None sPage 942 of7 26. Has the Proposer, its principals, officers or predecessors'organization(s)been convicted of a Public Entity Crime, debarred or suspended from bidding by any government during the last five(5)years? If so, provide details. No The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposer's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. (Signed) Senior Vice President (Title) Subscribed and sworn to before me June This 0 day of 2019 — "2� _Vt ,yn► Notary Public State of Florida C/Notary Public(Signature) Jeanne M.Doucet a My Commission GG 208431 Expires 08/12/2022 My Commission Expires: OS/1 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 7 now quil WE ANNUM LITIGATION REPORT Kimley-Horn and its subsidiaries have provided services in all fifty states and numerous countries. Because of the many and varied projects we have completed,we are subject to various legal proceedings from time to time and in the ordinary course of business. It is not practical to provide a complete list as part of this proposal. None of the pending matters, if decided against Kimley-Horn,would have a material impact on our financial statements or impair in any way our ability to serve our clients. Generally,these matters are covered by insurance,and we consider them to be without merit. If you would like to discuss our legal matters in more detail, please contact Kimley-Horn's General Counsel, Richard Cook,at 919.677.2058. Litigation cases filed in Florida in the last five years are as follows: Renee Borak and Fred Borak v.Simon Property Group, Inc., et al: 15th Judicial Circuit Court, Palm Beach County; Case No. 16-CA-1148; filed 2016; personal injury claim; settled; closed 2016. Mark E. Callahan and Marisa Callahan v. Gator Delray, LC, et al: 15th Judicial Circuit Court, Palm Beach County; Case No. 2015CA00230; filed 2015; personal injury claim; Kimley-Horn dismissed; closed 2016. Chalks Airline, Inc.v. Linden Airport Services Corp, et al: United States District Court for the Southern District of Florida; Case No. 1 5-CV-24322-UNGARO/OTAZO-REYES; filed 2015; alleged economic loss; case dismissed; closed 2016. Community Asphalt Corporation v.Wantman Group, Inc., et al:-Florida Department of Transportation; 11 th Judicial Circuit Court, Miami-Dade County, FL; Cause No. 2018-029816-CA-01; filed 2018; alleged economic loss; pending Kathleen Conti v.Simon Property Group, Inc., et al: 15th Judicial Circuit Court Palm Beach County; Case No. 502017CA008616XXXXMB Division:AE; filed 2017; personal injury claim; settled; closed 2019. Walter Ford and Grace Ford v. EC Manatee LLC, D/B/A Manatee Island Bar&Grill, et.al.: 19th Judicial Circuit Court, Martin County; Case No. 13 1536CA; filed 2014; personal injury claim; settled; closed 2015. Solange Keogh v.The Home Depot USA Inc et al: United States District Court for the Southern District of Florida; Case No. 13-CV-61492; filed 2014; personal injury claim; Kimley-Horn dismissed; closed 2014. Lunacon Engineering Group, Corp d/b/a Lunacon Construction Group, Corp v. City of Homestead v. Kimley-Horn and Associates, Inc., et al: 11 th Judicial Circuit Court Miami-Dade County, Case No. 2017-000561-CA-01; filed 2017; alleged economic loss; settled; closed 2018. Sema Construction, Inc.v. City of Altamonte Springs: 18th Judicial Circuit Court, Seminole County; Case No. 2015-CA- 002951-15-W; filed 2016; alleged economic loss; pending. Prime Properties International, LLC v. Kimley-Horn and Associates, Inc.: 10th Judicial Circuit Court, Polk County; Case No. 201 7CA-0021 27; filed 2017; alleged economic loss: settled,closed 2017. Stacey Vasquez, a/k/a Stacey Leigh Gimson, as Personal Representative of the Estate of Frank Vasquez, III,v. Matthew J. West, et al: 13th Judicial Circuit Court, Hillsborough County; Case no. 15-CA-006839; filed 2015; traffic accident,wrongful death claim; settled; closed 2017. Joan Weinstein v.Simon Property Group LP and The Town Center at Boca Raton Trust: 15th Judicial Circuit, Palm Beach County; Case No. 502016CA003199XXXXMB AG; filed 2016; personal injury claim; settled; closed 2017. Deontra Williams v. Florida Department of Transportation., et al: 17th Judicial Circuit Court, Broward County; Case No. CACE-13-009427(05); filed 2015; bicycle accident, personal injuries claimed; settled; closed 2017. } TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd $ Pa e 344 of 1197 now quil WE ANNUM Section 2 Firm Overview Kimley-Horn is a full-service engineering, planning,and environmental consulting firm specializing in roadway design and multimodal development projects.We have the depth of leadership and technical resources to support you on this project, including more than 700 professionals in Florida. Kimley-Horn provides an integrated spectrum of services designed to best meet your immediate needs,as well as your big picture priorities.We have extensive experience serving municipalities,counties,and governmental agencies. FOOT recognizes Kimley®Horn's expertise in roadway design and LAP process and always welcomes our involvement on behalf of municipalities. No matter the project's size, Kimley-Horn's core values propel us to concentrate on 80+ Offloces Nationwide the exceptional client service we pledge on , every project.We take pride in our staff's responsiveness and willingness to fulfill the high expectations our firm requires and our clients 'tr' ``" } X1111, �s�1ft 1 ���' �11��git1111111\�\�;_,� ®5 'N 'd® expect.These core values make Kimley-Horn the � � r =r, j�j� s�,,�,�r r � ���I���l���t� « most dependable choice for the City of Boynton nton Employees p Nationwide A in Florida '3 Beach.This project will require attention to detail, LAP coordination experience,ADA expertise, understandingof constructabili controls and til �' �r1 �3({{' Is ...wwk� prr _ f context-sensitive design. Our previous experience res working with the City has helped us develop cost- effective solutions that fit within federal funding constraints,and Kimley-Horn understands these constraints because we have successfully delivered similar roadway, sidewalk,and local improvement projects dozens of times in Florida. Our team will build on its past relevant experience to successfully deliver this project on time and within budget. We are proud to have worked on projects in Boynton Beach and throughout South Florida for more than 50 years, and our knowledge and understanding of the area has grown significantly with our decades of service in the community. Professional Kimley-Horn has successfully represented the interests of pedestrians and bicyclists on many planning level studies and design projects throughout Florida.We have provided sidewalk, shared use path,and trail designs throughout the state of Florida. Safe pedestrian crossing of roadways is a key component safe pedestrian mobility and accessibility.We are completing several sidewalk projects on local streets for the City of Delray Beach for Ms. Begona Krane,which include swales and driveways in addition to sidewalks.The City has standard sidewalk and driveway construction detail that are preferred on City streets.We have also prepared plans for miles of sidewalks for local municipalities, counties and FDOT. For example,just three of our firm's projects(Federal Highway,SR 5, and South Shore Blvd) included 40,000 square yards of sidewalk which equates to 13 miles linear feet of 5' sidewalk. When considering the hundreds of projects completed over the recent years it amounts to several miles of sidewalks and hundreds of driveways. Our sidewalk and driveway designs have varied in material and configuration based on the location. For example, the Town of Palm Beach preferred use of decorative tabby concrete sidewalks while Delray Beach CRA preferred brick pavers and concrete. Design of driveway geometry is affected by the elevations of adjacent property relative to the roadway. It is extremely important to identify these parameters early on to avoid the need for easements or to coordinate it with private property owners. Drawing on expertise from around the state,we have recently helped the Miami-Dade County MPO, Cities of Boca Raton, Boynton Beach, Lake Worth and Miami Beach,Town of Miami Lakes,Town of Bay Harbor Islands, City of South Miami,Village of Palmetto Bay,and many others complete their bicycle and pedestrian plans and improvements. Beyond systems planning,we continue to partner with local officials to implement those improvements targeted during the visioning process. Our team of traffic engineers and transportation planners, roadway designers, landscape architects,and environmental scientists work together with agency staff to understand the local issues and prepare feasible design concept plans, typical cross sections,and construction cost estimates to reinforce the presence of bicycles and pedestrians along the travel corridor. In addition, we are experienced in successfully permitting many private sector projects(driveway connection and/or drainage connections). TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 9 Pa e 345 of 1197 now quil WE ANNUM Roadway 611 In Our local office's vast roadway design experience has allowed us to complete numerous roadway and streetscape designs under contracts with Palm Beach County, FDOT within Palm Beach County,other local municipalities and/or their Community Redevelopment Agencies including the cities of Delray Beach,West Palm Beach, Lake Worth, Boca Raton, Boynton Beach, Lantana,Wellington, the towns of Jupiter and Palm Beach,as well as Florida Atlantic University. From small intersection improvements to local street rehabilitation to miles of rural and urban road sections,to interstate freeways, Kimley-Horn has partnered successfully with all levels of government to improve their roadways within Palm Beach County and the South Florida area. For example,we designed over hundreds of roadway projects in South Florida in the past 10 years. Our Palm Beach County roadway design clients include: Delray Beach, Boca Raton, Boynton Beach, Lake Worth, Greenacres, Lantana, West Palm Beach,Wellington, Riviera Beach, Royal Palm Beach,Jupiter,Town of Palm Beach, Palm Beach County, FDOT District 4 and others.We also serve similar municipalities in adjacent counties. Bicycle and Pedestrian Facilities Throughout Florida,there has been a noticeable increase in demand for pedestrian and bicycle facilities.Whether opting for a healthier lifestyle or doing their part as environmentally conscious citizens,our communities are taking to bike paths and sidewalks with renewed vigor.Kimley-Horn understands the emphasis that needs to be placed on the safety and longevity of these amenities to keep pace with the demands of nonmotorized transportation alternatives. Locally,we have been involved with multimodal planning and design in many Florida communities and are familiar with all of the intertwined mobility issues related to pedestrians and bicycles. Beyond the systems planning phase, we continue to partner with local officials to implement those improvements targeted during the visioning process. Our team of planners, landscape architects, engineers, and environmental scientists work together with agency staff to understand the local issues and prepare feasible design concept plans, typical cross sections, and construction cost estimates reinforce the presence of bicycles and pedestrians along the travel corridor. Kimley-Horn has developed plans for projects that involve substantial pedestrian elements, using innovative, peer reviewed travel demand modeling that relies on zonal- based population projections to forecast zone-to-zone bicycle trips.This tool, along with extensive use of GIS data and mapping, will aid greatly in the decision-making process. ILAP Projects' Kimley-Horn has assisted many clients with obtaining LAP certification and approval. Kimley-Horn has extensive experience administering LAP-qualified projects(more than 40 projects throughout Florida including projects for Delray Beach, Boynton Beach, Lake Worth and West Palm Beach), including checklists and other FDOT/FHWA requirements.We already have a headstart with the LAP process for this project as we have been tasked to produce up to 30% phase design and plans We understand the extent of coordination necessary to successfully deliver these types of assignments and satisfy the associated funding requirements. Kimley- Horn's experience includes numerous LAP projects for cities and counties, such as sidewalk improvements, landscape enhancements, hardscape enhancements,and roadway reconstruction. Permitting The firm's engineers, scientists, and planners maintain regular contact with virtually all key regulatory agencies and their decision makers throughout the state of Florida.This rich network of interpersonal relationships enables us to provide expeditious services relative to agency reviews and approvals. Our staff members make it a habit to stay informed about the latest changes and status of rules affecting the permitting process. Our staff not only understands agency procedures, but also their expectations, enabling us to minimize delays and rework of our clients' submittals. At the inception of a project,once the existing conditions are evaluated,we hold early pre-application meetings to discuss the project's intent and to gain early feedback from the agencies to tailor the project to meet the relevant agencies' criteria. Our first approach is to always seek an exemption or noticed permit for smaller projects. For larger projects,an early meeting with the agency Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 10 Pa e 346 of 1197 now quil WE ANNUM will determine the appropriate permit type,while making them part of the design decision, prior to effort being expended. Meetings are then followed up through the use of meeting minutes to ensure clear understanding of all parties involved.The construction documents and permit packages then become the fruition of early coordination efforts which ultimately reduce permitting timeframes and minimize expended effort. Multimodall Desigin Kimley-Horn routinely conducts services related to pedestrian mobility,accessibility, recreational enhancements, multimodal evaluation, streetscape enhancement recommendations,comprehensive planning,and roadway cross-section modification strategies. We understand the crucial aspects of multimodal analysis and public involvement for a successful trail system design. In planning and designing a bicycle and pedestrian project,we give careful consideration to sidewalk widths, streetscaping, crosswalk design elements,accessibility,and relation to transit, lighting, cross-sections,and drainage. Kimley-Horn is experienced with projects that involve planning and programming, policy making, design and final plans, specifications, and project construction cost estimates. Often,these plans have included recommendations for beginning or expanding existing pedestrian and bicycle safety education programs. Our diverse experience in pedestrian and bikeway planning and design includes developing safe routes to schools and other public facilities with the development of wayfinding signing packages. Completetreats Kimley-Horn makes the most of its vast array of services, knowledge, and ��� T � ��b�t experience to better serve our clients with their roadway design projects and, :+{�,<< ; in particular,complete street projects.We know that providing complete street design services involves the integration of all aspects of mobility, including vehicular, bicycle, pedestrian,and transit modes. Our multidisciplinary approach goes well beyond simply providing plans, specifications,and ! estimates, but also includes an appreciation for how the project fits within the ,�s�,t t�, r�1� functionality of the mobility network.This understanding allows Kimley-Horn i' , u���tj�� o�,, ��' r',K7 t to provide our clients with reasonable and practical design solutions that � � "�� . ;; `` ` will not detract from the functionality of the roadway network.This includes design guideline assistance, project identification,as well as design. Related i U 4 � to design guidance, Kimley-Horn has recently developed the Palm Beach TPA �� Complete Streets Design Guidelines Miami-Dade County Complete Street`` Design Guidelines,the Broward Complete Street Design Guidelines,and the Polk County Complete Street Handbook. Construction Engineering Inspection II Kimley-Horn has provided CEI services on hundreds of miles of urban and rural roadways for projects ranging from limited-access arterials to collector facilities for counties, cities,and state departments of transportation throughout the U.S. Our full-service consulting includes comprehensive construction administration services with experienced inspection staff in all types of construction. In addition to receiving the benefit of our inspectors' experience,our construction phase personnel can attend pre-construction conferences and regular project meetings, and provide review and approval of pay estimates,and all other activities required to achieve well-coordinated construction of proposed improvements. Our construction phase services include providing a full-time or part-time construction observation representative, evaluating equipment delivered as compared to shop drawings,and coordinating punch list observations and materials testing. Public Involvement A strong partnership with the community is critical to the success of infrastructure improvement projects and other enhancements that the City intends to build.The people who ultimately use the facilities can provide valuable insight into possible design enhancements. Our team brings experience from a wide variety of public and private projects, including roadway planning studies, traffic studies, Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd Pa e 347 of 1197 now quil WE ANNUM and infrastructure improvement projects located throughout the state. Due to the significance of the public involvement process and the fact that building public support is vital to the success of any project,we have assembled a team of our most experienced staff to ensure this process goes smoothly.They have many years of experience developing positive public support for infrastructure improvement projects and will prove to be a significant asset for this contract. We understand that many projects require community involvement and acceptance, and we have developed effective methods of bringing the community into the process. Our team is committed to conducting public participation programs that educate, inform, and build consensus for a particular solution. Because each project is different in terms of the stakeholders and the critical issues involved, we tailor each public involvement program to specifically address the needs of your individual project.We are known for developing innovative approaches to projects that involve public participation. Subconsultants Kimley-Horn's emphasis on dynamic teamwork and quality performance serve as the foundation from which we select our subconsultants for each distinct project effort.We work diligently to pursue firms who are revered and accomplished in their respective fields and demonstrate enthusiasm to be a part of our team.We have a responsibility to provide the best possible customer service to each of our clients and expect the same level of commitment from each of our subconsultants.These team members essentially operate as a seamless addition to our staff, providing superior technical skills with a balanced focus on client needs, goals, and concerns.We are proud to recognize the following firms as commendable partners on this contract. WGI ,- Survey and Mapping. WGI is a full-service, multidisciplinary consulting firm founded in 1972 to provide a comprehensive range of infrastructure services. With 18 offices in six states, serving an active client base in over 30 states,WGI is one of the most successful and fastest growing consulting firms in the nation. It is also recognized as one of the nation's top 25"Best Firms to Work For."The firm is comprised of nearly 600 experienced professionals with a strong reputation for innovative and implementable high quality structural engineering, land development/municipal engineering, subsurface utility engineering,traffic and transportation planning and engineering, land planning, landscape architecture, MEP engineering, environmental sciences, geospatial services,architecture, parking planning and design,and creative services.WGI's corporate office is located in West Palm Beach, FL with branch offices across the state in Fort Lauderdale,Jacksonville, Miami, Orlando, Port St. Lucie,Tallahassee,and Tampa. GCME, Inc.,— Geotechnical. GCME, Inc. is a full-service State/FDOT certified (SBE/DBE) geotechnical engineering company, established in Florida since 2001. GCME's project experience ranges from parking lots to high-rise buildings, interstate highways and bridges including bascule bridges over ICWW, encompassing industrial facilities, shopping malls, hotels and motels, residence and office buildings, educational and religious facilities,fast food and restaurant facilities, drainage systems, pipelines, recreation facilities,communication towers and various other structures. Sotitheastern kchaeologicalr, t Inc. ,— Cultural Resources Assessment SEARCH is the largest archaeology and cultural resources management company in the world,and SEARCH2O is the largest underwater archaeology program.SEARCH specializes in the full spectrum of cultural services related to Archaeology,Maritime Archaeology, Architectural History, History,Archives,Collections Management,Museum Services,GIS,Documentary Media,and Public Affairs.Since 1993,SEARCH has completed more than 3,500 projects across 44 US States and 36 countries,spanning five continents and three oceans.SEARCH's staff of 200 employees work from 23 US and Guam offices to conduct 250 projects per year and deploy 20 or more field teams per week.Commercial and government customers in the Energy&Power,Defense, Federal,Transportation,and Development markets have selected SEARCH for more than$300M in Prime contracts and$2.313 in Team contracts. Off Ice Location As noted in the Proposer's Qualification Statement, Kimley-Horn's West Palm Beach office will serve as the primary office responsible for the management and production of the work related to this project in order to provide a strong local presence and maximize our local staff. Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 12 Pa e 348 of 1197 now quil WE ANNUM Section 3 Qualifications Team The professionals who serve you are responsible for the successful completion of your project.We know the importance of providing personnel and services that will satisfy your requirements and expectations.The Kimley-Horn team will provide the flexibility and commitment necessary to foster a unified working relationship and the requisite qualifications to bring this project to a favorable conclusion. Our most senior staff will and have always been available and responsive.We will agree upfront on goals, communication and the decision-making process, identify activities with potential for risk and present contingencies,conduct meetings and document minutes with action items and follow up,and provide you with progress updates that can be relayed to officials. Marwan Wfieh, RE.— Client Service Manager Marwan has 30+years of highway and streetscape design experience in South Florida. His principal areas of practice include project management, roadway design, streetscape design, drainage design, pavement marking, maintenance of traffic, and construction administration. Marwan has worked extensively on municipal roadway and Complete Streets projects throughout South Florida and has directed numerous projects for Boynton Beach, including Boynton Beach Boulevard and Seacrest Boulevard,as well as several area municipalities and CRAB.Specific projects in the area include Delray Beach's largest roadway and streetscape project, the Federal Highway/US 1 Complete Streets Design and Road Diet. Eric eir t RE.,ENV SIP—Assistant Project Manager Eric has more than 14 years of experience in civil engineering for roadway and land development projects. His technical skill set allows him to support a wide range of projects,from local roadway improvements to major interchange, grade separation, and regional transportation projects. Eric's emphasis has been on street improvement design, pavement condition analysis, grading and drainage, stormwater management, and sewer and water system design. Most recently, he has served as project manager on the 30% design plans for the SE 1 st Street Sidewalk Improvements in Boynton Beach. Brandon Kern, E.I.— RoadwaylCivil Engineering Brandon serves as a member of the firm's roadway design division. He provides support to senior engineers on projects that involve roadway and drainage design. His project experience in Palm Beach County includes the 30% Design Phase for SE 1 st Street, Boynton Beach Boulevard Design from East of 1-95 to US 1, Delray Beach Sidewalk Design Services,SE Neighborhood Street,and Lowson Boulevard. His responsibilities include preliminary roadway and drainage design, developing roadway profiles, cutting cross-sections, performing calculations, coordinating plan preparation,and assisting on project reports. Erin ons I — Transportation/Complete tr tsl u ity Outreach Erin has 14 years of experience as a transportation and long range community planning analyst with a specialty focus in GIS and field surveying. She has experience in long range multimodal transportation and community planning, environmental reviews, including GIS administration, hazards planning, and support. Recent projects include the 30% Design Phase for SE 1 st Street, Miami-Dade MPO Automated Bicycle Rental System and Parking Plan Study,the MetroOrlando Long Range Transportation Plan,and the St. Lucie County and Martin County Long Range Transportation Plans along with several bicycle and pedestrian master plans around the state. Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 13 Pa e 349 of 1197 t 1 tll 011 CY) r t� 4— AO — , LO rr�3r co lir r � 1 T� Jt'1i Ss to 5\fr �,�rfr � 11 °'r�II�Q ltr� fr r�; r i rtr� t ty Nao,�i t "'o rk S� co >Ct ;" rr; c� o5�, Grp cn 755 c � M _C3 p ( `r; a a nre t� co ; } 4 L6 co t a F? co c o o D now quil WE ANNUM Resumes Resumes for Kimley-Horn's key project team members are provided at the end of this section for your review. Subconsultants Kimley-Horn emphasizes the value of building structured working relationships to obtain the greatest combination of skills and professionalism to offer dependable, quality service to our clients. Our subconsultants are selected based on their proven abilities to follow through, superiority in their fields of expertise, and strong commitment to teamwork. Overviews and Key Personnel Dios WGI ,- Survey and Mapping Eric Matthews,PSM - 24 yrs. experience. Eric's experience covers all aspects of surveying, ranging from the field to the office. He has more than two decades of experience in land development, with clients in both the private and public sector, including numerous federal, state,and local agencies. Eric has successfully served as Senior Project Manager on many large scale projects including major highway design and construction surveys, energy pipelines, railway corridors, major canal and drainage systems, hydrographic surveys, boundary surveys,topographic surveys,ALTA Surveys, laser scanning (LiDAR), photogrammetric surveys, platting, right-of- way retracement,and much more. In addition to his professional surveying experience, Eric is the past president and active member of the Indian River Chapter of the Florida Surveying and Mapping Society. Phillip a,PLS- 33 yrs. experience. Phil has more than three decades of experience in land surveying and has served as a project surveyor and survey technician on a variety of projects for the Florida Department of Transportation and other municipalities and agencies across Florida. His project experience includes boundary,topographic cadastral,construction layout,and energy pipeline surveys. Marc t l r,CST IIIIII - 35 yrs. experience. Marc has more than three decades of survey experience, including 19 years as a crew chief and six years as a survey crew supervisor. His responsibilities include supervision of field crews and the accurate processing of field data. Marc trains field crew personnel on equipment, including total stations, data collection,and GPS. Marc is familiar with EFB, CAiCE, and MicroStation and helps in the preparation of right-of-way maps and design surveys. GCME, Inc.,— Geotechnical Partha Ghosh,RE. has 27+years of comprehensive experience working with the Florida's Turnpike Enterprise(FTE)and FDOT Districts (specifically District IV&VI) in the field of Geotechnical and Materials Engineering.He has served as the Senior Engineer/Project Manager and Geotechnical Engineer of Record for major FDOT/FTE projects in South Florida.He has extensive experience in performing field and in-house investigation for roadway and bridge foundations,quality control/assurance of Construction Engineering Inspection and utilizing the Standard Index System,and prepared the geotechnical reports for major FTE/FDOT Highway and Bridge projects. Zhijun Pan,RE. has earned two(2) MS degrees in Geotechnical Engineering and 13+years of analysis and design experience in the field of Geotechnical and Materials Engineering. He has conducted a wide range of geotechnical engineering analysis which encompasses combining the measured physical parameters of the subsoils with the design intent to predict the soil structure interaction and recommending specific foundation type, depth and size for existing subsoils. Specifically,this involves the use of classical soil mechanics theory and foundation engineering. Sontheastern kchaeologicalr° , Inc. ,— Cultural Resources Assessment Mechelle Kerns,PhD,RPA, has more than 20 years of experience as an archaeologist and historian specializing in cultural resource management.She joined SEARCH in 2018 as Principal Investigator with the Transportation group in the Hollywood, Florida office. Dr.Kerns has extensive experience with artifact identification,analysis,data collection,and preparation for curation, research design development, report writing, public outreach,and education programs,as well as supervisory experience managing staff for projects in both terrestrial and underwater archaeology,fieldwork,and laboratory processing of artifacts. Dr.Kerns has directed archaeological fieldwork for all phases of investigation on historic,maritime,and prehistoric sites in Florida,Washington DC,Maryland,West Virginia, Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 15 Pa e 351 of 1197 now quil WE ANNUM Delaware,Virginia,Wisconsin,and Mississippi,and she worked on underwater sites in Maryland, Florida,and New York for both private and public sector clients.She has experience and training in Sections 106 and 110 of the National Historic Preservation Act(NHPA)and the National Environmental Policy Act(NEPA).Dr. Kerns is listed on the Register of Professional Archaeologists(RPA),and she exceeds the qualifications set forth by the Secretary of the Interior's Standards and Guidelines for Archeology and Historic Preservation(48 FR 44716). Jason F.Newton, MA, , has more than nine years of experience with architectural history and cultural resource management, and joined SEARCH in 2019 as an Architectural Historian. Mr. Newton has experience conducting historic resource evaluation, National Register of Historic Places (NRHP) nominations, Section 106 Review, and architectural survey throughout Florida, particularly south Florida. Mr. Newton received his bachelor's degree in History in 2004 from Tarleton State University, his master's degree in History in 2007 from Texas State University, and his master's degree in Library and Information Studies in 2015 from the University of South Florida. His qualifications meet those set forth by the Secretary of the Interior's Standards and Guidelines for Architectural History and History(36 CFR Part 61). Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 16 Pa e 352 of 1197 Marwan MOO, RE. ClierIt Service MarIager SE lst Street % Plans, Boynton Beach, — As part of the on- call general consulting engineering services contract with the City, Kimley-Horn ; provided the conceptual engineering design services for the SE 1 st Street Sidewalk ����,�� Improvements Project.The project used the information prepared during the Grant Application and Conceptual Engineering phase and the topographic field survey � �5 and right-of-way survey provided by the City to advance the design up to the 30% ���>>, preliminary plans.Services included base mapping, typical section development, SE 12tligh Avenue and at-grade crossing modifications, review of vertical alignment oversight of horizontal alignment analysis, redesign of intersection geometryat and cross sections analysis, preliminary drainage review, utility coordination,and neighborhood traffic calming study. Boynton Beach Boulevard Design from East of 1-95 to US 1, Boynton Beach, FL— Project manager providing design services for this •• multi-stage project in the City of Boynton Beach.The design improvements to the -- project area(east of 1-95 to US-1) include landscape architecture enhancements and ® - Complete Streets features. Design features include narrowed lanes and expanded sidewalks to encourage pedestrian mobility and landscape/hardscape upgrades within ® ®.the corridor. Our services include roadway and landscape design; signing and marking; signal plans; lighting; traffic analysis; utility coordination; permitting assistance; and public involvement services. Seacrest rImprovements, ®- Project manager.This project includes the redevelopment of Seacrest Boulevardfrom the Boynton Canal to Boynton Beach Boulevard. Provided streetscape design, ` •+ - • « - « permitting procurement and creation of construction documents for the CRA of Boynton Beach. Provided coordination with the CRA, Palm Beach County Streetscape Division, and the City of Boynton Beach. Provided coordination with Kimley-Horn roadway team,civil engineer,and lighting engineer.Special attention to beautify this �- blighted part of Seacrest Boulevard which had no trees within the public right of way ®- - - ° + ° •+ by incorporating canopy and palm trees,a new sidewalk design, landscaped medians, decorative crosswalks, and street lighting. Federal r® ® + + + +• ® ®, a-° Beach CRA, Delray Project manager.This multi-phased project included a study and conceptual design,temporary implementation of the design for ° ' •' a trial period and final design of the permanent improvements.This project included two miles of the US 1 one-way pair in each direction in Delray Beach.The City and its Community Redevelopment Agency(CRA)adopted the Downtown Delray Beach Master Plan,which has as one of its key elements a reconfiguration of the two one- ® « way segments of US 1 from three lanes to two lanes.Accordingly, Kimley-Horn was retained to evaluate potential changes to the lane configuration along southbound (NE/ • •®• •+® - « , - - ° « SE 5th Avenue)and northbound (NE/SE 6th Avenue) segments of US 1 from north of Linton Boulevard (SE 10th Street)to George Bush Boulevard. Kimley-Horn developed alternatives,forecasted future traffic volumes for review with the City and the CRA, and led several public involvement workshops at which detailed traffic engineering and design data were presented.The design provided two lanes each way with on- street parking for both avenues, City residents and visitors will soon enjoy the benefits of on-street, buffered parking; slower speeds and a safer, more pedestrian-friendly environment; landscaping beautification and decorative, environmentally sensitive street lighting; bicycle lanes; and a new sense of continuity with the Downtown area. TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services 17 Marwan MOO, RE. RelevarIt ExperierIce CorIfirIued Boynton Beach Sidewalk Inventory, Boynton Beach, FL— Project engineer for a sidewalk inventory of the entire Boynton Beach CRA limits.Services included base mapping of street right of ways within the CRA extents, preparation of a conceptual sidewalk inventory map,and preparation of a final sidewalk inventory map. Kimley-Horn utilized Google Earth aerials in combination with Palm Beach County aerials to complete the study and verified the accuracy of the aerials by a field visit to a sample of streets. 24th and25th Street r , West Palm Beach, Project manager for the Kimley-Horn team retained by the City of West Palm Beach to provide streetscape improvements in the Northwood neighborhood area.This project is a joint effort between the City of West Palm Beach and the West Palm Beach Community Redevelopment Agency(CRA)to reconstruct each of the two-lane roadways with on-street parallel parking on both sides,thus creating a main street through the District.The project is envisioned as an impetus to spur redevelopment of that District.As such, it required an intensive public involvement program that included residents, merchants,the CRAAdvisory Board,and the CRA Board,which is the City Commission.The project included extensive landscape and hardscape plans, renderings,decorative street lights,drainage, signing and marking,and traffic control plans; 24th and 25th Streets were also designated as SR 5 and are owned and maintained by the Florida Department of Transportation (FDOT).Therefore, permitting and close coordination with FDOT were necessary.Due to local agency participation,funding was provided by state and federal governments. Lowson Boulevard r r Project manager. Kimley-Horn was selected by the City of Delray Beach to provide professional engineering services to assist with the initial design of the roadway improvements to Lowson Boulevard between Military Trail and S.E. 6th Avenue.The project includes bicycle lands and other improvements to a 3.5-mile segment of the roadway.The project is partially funded through the FDOT LAP program. In addition, the project included both preliminary and final engineering, intensive public involvement,coordination with TPA and FDOT, shared-use paths, drainage, signing and pavement marking,two railroad crossings, signal modifications, and lighting improvements. SE Neighborhood rReconstruction, Project engineer for the design of the reconstruction of portions of SE 5th Street,SE 7th Avenue and SE 7th Street. Kimley-Horn's services include coordinating site surveying,attendance at public meetings, pavement design, establishing new profiles to fix existing drainage issues, analyzing adjacent landscaping to determine needs for relocation, utility coordination, permit coordination, development of typical cross sections, preparing final design plans for the improvements, incorporating City of Delray Beach complete streets principles and providing opinions of probable costs. Delray Beach Sidewalk Design i r Project engineer for the design of missing sidewalk segments for several areas along SW 3rd Street, NW 8th Avenue, NW 6th Avenue, SW 6th Avenue and SW 5th Avenue. Kimley-Horn's services include coordinating site surveying, attendance at public meetings, review of profiles and edge of pavement elevations, analyzing adjacent landscaping to determine needs for relocation, utility coordination, permit coordination, development of typical cross sections, preparing final design plans for the improvements,and providing opinions of probable costs. 415 and 425 NE 4th Street i i Project engineer. Kimley-Horn was retained by the Boynton Beach Community Redevelopment Agency(CRA) in February 2015 to provide parking consulting services for a proposed parking garage to be located at 415 and 425 NE 4th Street in Boynton Beach.The proposed project site is bound by NE 4th Avenue to the north, NE 4th Street to the east(adjacent to Veterans Park), Boynton Beach Boulevard to the south, and FEC rail to the west. Kimley-Horn scope of work consisted of site research,functional alternatives,and order of magnitude cost estimates. Avenue riTrail ri at 5th Avenue , Lake Worth, FL— Project manager. Kimley-Horn provided services to improve pedestrian and bicycle access for a multiuse path on 5th Avenue South and striping bike lanes on B and E streets between Lake Avenue South and 6th Avenue South. Our scope included final engineering design for paving, grading, landscape, hardscape, irrigation, signage,and striping for the project.The project was LAP funded by FDOT and followed LAP guidelines. Quadrille rd Streetscape Improvements, West Palm Beach, Project engineer.The City of West Palm Beach tasked Kimley-Horn to provide engineering and landscape architectural design services to implement streetscape improvements for Quadrille Boulevard from Okeechobee Boulevard to Datura Street. Improvements included new sidewalks along the west side of Quadrille, street trees, landscaping,site furnishings, irrigation,street lighting,and decorative crosswalks.Landscaping for the corridor features a low-water use perennial peanut groundcover in lieu of turf grasses and large Live Oak shade trees that will overhang the sidewalk and provide shade to pedestrians.The project was funded with a Metropolitan Planning Organization grant administered by FDOT under the Local Agency Program (LAP). TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services 18 Page 354 of 1197 Eric Regue'lro, RE., ENV SP AssistarIt Project MarIager SE lst Street % Plans, Project Manager.As part of the on-call general consulting engineering services contract with the City, Kimley-Horn provided the conceptual engineering design services for the SE 1 st Street Sidewalk Improvements Project.The project used the information prepared during the Grant Application and Conceptual Engineering phase and the topographic field survey and right-of-way survey provided by the City to advance the design up to the 30% preliminary plans.Services included base mapping, typical section development, oversight of horizontal alignment analysis, redesign of intersection geometry at SE 12th Avenue and at-grade crossing modifications, review of vertical alignment _ and cross sections analysis, preliminary drainage review, utility coordination,and neighborhood traffic calming study.Lowson ' i Boulevard r Project Engineer. Kimley-Horn was selected by the City of Delray Beach to provide professional engineering services to assist with the initial design of the roadway improvements to Lowson Boulevard between Military Trail and S.E. 6th Avenue.The project includes bicycle lands and other improvements to a 3.5-mile ` ` • ®® segment of the roadway.The project is partially funded through the FDOT LAP program. In addition,the project included both preliminary and final engineering, ® - . + • !- - intensive public involvement, coordination with TPA and FDOT, shared-use paths, drainage, signing and pavement marking,two railroad crossings, signal modifications, and lighting improvements. - i + - - �- ®•Neighborhood - Lake Worth r Project manager on the team that provided the City of Lake Worth with civil engineering services consisting of design and roadway construction drawings for year ' 4 projects assisting the City with its pavement rehabilitation program for 19 different "' • '® streets totaling approximately 12,000 linear feet.The effort focused mainly on plans, specifications,and construction inspection services for pavement rehabilitation on roadways with the lowest pavement condition index.Tasks include data collection, - utility coordination, development of construction documents, bidding assistance,and i- observation during construction. OCTA, 17th Street Grade Separation r f Santa 9 CA Project Engineer. Responsible for roadway, site civil, sanitary sewer, water, and +• e + +®• +•® • +e miscellaneous dry utility design. He designed and coordinated with other design disciplines and worked closely with the Project Manager to meet tight deadlines. Eric designed roadway elements to depress 17th Street and Lincoln Avenue, requiring extensive evaluation of access points(driveways)and adjacent site modifications. In this capacity, he was responsible for maintaining City standards within the design. In addition, he coordinated the work of other disciplines, participated in stakeholder coordination, and oversaw the design team. UPRRJACE Fullerton Road Grade ration, City of Industry, Project Engineer. Responsible for the design that realigned roadways, provided enhanced pedestrian circulation, and contained extensive utility work.The civil design work entailed roadway, site civil, sanitary sewer,water, recycle water,and miscellaneous dry utility design. Eric designed and coordinated with other design disciplines and worked closely with the structural manager to meet tight deadlines. Eric managed a production team to ensure design plans were completed on time, within budget, and of high quality.The team is currently providing construction support services for the project. TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services 19 Eric Regueiro, RE., ENV SP RelevarIt ExperierIce CorIfirIued Expo Metro ine Construction Authority, Design ), Los Angeles, Project Engineer.Eric was responsible for the roadway and station site civil design.The Expo Phase 2 project extended a new light rail line for approximately 6.6 miles from the Phase 1 project at Venice/Robertson Boulevards in Culver City,to the new end of line station at 4th Street and Colorado Avenue in Santa Monica.Eric provided detailed designs for constrained roadway segments that involved challenging horizontal and vertical geometrics to remain within the project footprint(i.e.ADA ramps,access points,catch basins,wet and dry utility features,etc.).He also participated in intra-and inter- disciplinary coordination on a large team with many design disciplines. Ocean Park rd Complete Green StreetProject, , Project Engineer. Eric was responsible for design of the roadway, site civil,and coordination with other design disciplines to meet tight deadlines.The roadway elements required extensive evaluation of ADA,access points(driveways), enhanced bike lanes, and site modifications to incorporate architectural features through the corridor.The Project transformed the existing street into a multimodal facility by calming traffic, adding a bikeway and enhancing pedestrian safety. It also implemented multiple water quality features to help reduce pollutants for urban runoff while reducing the overall volume of stormwater runoff reaching Santa Monica Bay. Mission ri Riverside Project Engineer. Responsible for roadway design.The project is within the cities of Riverside and Jurupa Valley,and will replace an existing 1,100-foot long,4-lane bridge requiring roadway modifications along the approaches on each side. Primary responsibilities encompass roadway design, drainage, utilities,traffic and right-of-way acquisitions.Some of the key design challenges associated with these disciplines are geometric design for the roadway with curves on each side of the bridge(super elevation along the structure), determination of low impact development(LID) devices for water treatment of runoff, and project phasing with associated traffic management during construction. UPRRISunset Avenue road Grade Separation, , Project Engineer.Assisted design team with 35% Design concepts for UPRR shoofly tracks. Looked into design criteria and potential routes to minimize construction impacts. Kimley-Horn completed preliminary engineering/environmental studies,final design,and provided construction support for the UPRR railroad grade separation project adjacent to the 1-10/Sunset Avenue interchange in the City of Banning.The project included raising the mainline tracks and a set-out track by three feet, double shoofly tracks, UPRR railroad bridge,and modification of the freeway interchange ramps to accommodate the lowered Sunset Avenue. HarborlLambert IntersectionWidening, La Habra, Project Engineer. Responsible for producing the final design PS&E package for the Intersection Improvements.This project involved the intersection widening at Harbor Boulevard/Lambert Road to provide additional traffic lanes on all approaches to the intersection.This project constructed dual left-turn lanes on all approaches and right turn lanes on the northbound and southbound approaches.The project also involved traffic signal modifications, signing and striping,catch basin relocations, storm water quality features, power pole relocations,construction of sidewalk access ramps,constructing and removing driveways,and utility manhole and valve adjustments. Eric transitioned from Project Engineer to encompassing the overall management of the project to finalize the design and assist the City with bidding and construction support. SR 11rd Entrance Ramp Modifications, , Project Engineer. Responsible for Caltrans fact sheets and stormwater data reports.Eric's contributions helped the project get through the Caltrans permitting process. Kimley-Horn was responsible for the final design PS&E to widen the northbound Beach Boulevard to eastbound SR 91 entrance ramp.The intent of the project is to increase vehicular storage along the ramp to eliminate backup and resulting congestion along northbound Beach Boulevard. Primary documents prepared to Caltrans District 12 requirements included: PEER, ISA checklist,environmental memo, noise study,traffic analysis,fact sheets, preliminary and final design plans,specifications and cost estimate(PS&E). SR 11rd Exit Ramp Modifications, Park, Project Engineer. Responsible for Caltrans fact sheets and stormwater data reports. Eric's contributions helped the project get through the Caltrans permitting process. Kimley- Horn was responsible for the final design PS&E to widen the westbound SR 91 exit ramp.The intent of the project is to increase vehicular storage along the ramp to eliminate backup and resulting congestion along the SR-91 mainline. Primary documents prepared to Caltrans District 12 requirements included: PEER, ISA checklist, environmental memo, noise study,traffic analysis, fact sheets, preliminary and final design plans, specifications and cost estimate (PS&E). TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services 20 Page 356 of 1197 y 1, Brandon Kern, E.I. Roadway/Civil ErIgirIeerhg SE lst Street % Plans, Project Analyst.As part of the on-call general consulting engineering services contract with the City, Kimley-Horn provided the conceptual engineering design services for the SE 1 st Street Sidewalk Improvements Project.The project used the information prepared during the Grant Application and Conceptual Engineering phase and the topographic field survey and right-of-way survey provided by the City to advance the design up to the 30% preliminary plans.Services included base mapping, typical section development, oversight of horizontal alignment analysis, redesign of intersection geometry at SE 12th Avenue and at-grade crossing modifications, review of vertical alignment ' and cross sections analysis, preliminary drainage review, utility coordination,and neighborhood traffic calming study. Lowson Boulevard r + +- Project Analyst. Kimley-Horn was selected by the City of Delray Beach to provide «- professional engineering services to assist with the initial design of the roadway •• . improvements to Lowson Boulevard between Military Trail and S.E. 6th Avenue. The project includes bicycle lands and other improvements to a 3.5-mile segment " of the roadway.The project is partially funded through the FDOT LAP program. In - addition,the project included both preliminary and final engineering, intensive public involvement, coordination with TPA and FDOT, shared-use paths, drainage, signingand pavement marking, two railroad crossings, signal modifications,and lighting - improvements. Boynton Beach Boulevard rom East of 1-95 to US 1, Boynton Beach, FL— Project analyst providing design services for this multi- stage project in the City of Boynton Beach.The design improvements to the projectarea (east of 1-95 to US-1) include landscape architecture enhancements and ®" Complete Streets features. Design features include narrowed lanes and expanded sidewalks to encourage pedestrian mobility and landscape/hardscape upgrades within the corridor. Our services include roadway and landscape design; signing and marking; signal plans; lighting; traffic analysis; utility coordination; permitting assistance; and public involvement services. Delray ►dewalk Design Services, Delray Beach, FL Project analyst for the design of missing sidewalk segments for several areas along SW 3rd Street, NW 8th Avenue, NW 6th Avenue,SW 6th Avenue and SW 5th Avenue. Kimley-Horn's services include coordinating site surveying,attendance at public meetings, review of profiles and edge of pavement elevations, analyzing adjacent landscaping to determine needs for relocation, utility coordination, permit coordination, development of typical cross sections, preparing final design plans for the improvements,and providing opinions of probable costs. Lake Worth Neighborhood Road Program 1, Year , and Year Project analyst on the team that provided the City of Lake Worth with civil engineering services consisting of roadway design and drainage design.The effort focused mainly on pavement rehabilitation on roadways with the lowest pavement condition index. In addition to pavement rehabilitation, Kimley-Horn designed new catch basins,additional traffic calming measures,and ADA compliant sidewalk routes to provide continuity in the neighborhood.Tasks include data collection, utility coordination, development of construction documents, bidding assistance, and observation during construction. Lake Worth Neighborhood Road Program Year 3 is still in design. TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services 21 Brandon Kern, E.I. RelevarIt ExperierIce CorIfirIued SE Neighborhood rReconstruction, Delray Project analyst for the design of the reconstruction of portions of SE 5th Street,SE 7th Avenue and SE 7th Street. Kimley-Horn's services include coordinating site surveying,attendance at public meetings, pavement design, establishing new profiles to fix existing drainage issues, analyzing adjacent landscaping to determine needs for relocation, utility coordination, permit coordination, development of typical cross sections, preparing final design plans for the improvements, incorporating City of Delray Beach complete streets principles and providing opinions of probable costs. SR A 1A Complete Streets , Project analyst of the Kimley-Horn team serving the City of Hollywood to help reduce the travel lanes widths and incorporate Complete Streets elements within the corridor between Hollywood Boulevard and Sheridan Street.The concept plans will include a reduction of speed, improving safety for vehicles, pedestrians,and bicyclists; wider sidewalks, bicycle lanes, and designated loading zones; and improved street furniture, landscaping, and signage.The team will also provide traffic signal/roundabout analysis, driveway access review, emergency vehicle access review, meetings and coordination,and permitting services. Las 01as Boulevard i Traffic l i , Fort Lauderdale, Project analyst.Kimley-Horn assisted the City with preliminary designs for the reconfiguration of Las Olas Boulevard,which resulted in the City implementing a pilot project for temporary lane elimination and buffered bike lanes.Our services also addressed traffic circulation, safety, multimodal mobility,and quality-of-life issues along the Las Olas Boulevard corridor(from just west of the Himmarshee Canal to the Intracoastal Waterway Bridge).The project also included a traffic calming study for the Colee Hammock neighborhood. Improvements included enhanced crosswalks, raised intersection,and warning lights for improved safety. For Colee Hammock,our team provided plans for roadway design,signing and pavement markings, lighting improvements,and permitting application preparation.Kimley-Horn also provided post-design construction services. Congress venue Extension from Northlake Boulevard1A, Palm Beach Gardens, Project analyst for Palm Beach County to provide professional engineering services to create a new alignment of Congress Avenue between Northlake Boulevard and Alternate Al A.The mission of the project is to alleviate the existing traffic congestion at the intersection of Northlake Boulevard and Alternate Al A.The new alignment will impact an existing water treatment plant,active and vacated mobile home communities,and businesses. Our team faces the challenge of developing a roadway geometry that will minimize these impacts while accommodating for varying area topography and the FEC railroad tracks adjacent to Alternate Al A. Wiles rom Riverside Drive to Rock Island Road, BrowardProject analyst for complete contract plans for the widening of Wiles Road to a 6-lane divided urban arterial from Riverside Drive to Rock Island Road. One of the major accomplishments of this segment's design was to work with all stakeholders to avoid issues related to private property impacts given the narrow corridor and proximity of private features.Another major accomplishment was an innovative drainage solution that added new outfalls through City owned property to an existing undersized drainage system to avoid reconstructing the entire Wiles Road system.We coordinated closely with the County to tackle issues related to the narrow areas of the corridor, including a balance between traffic lane, sidewalk and bike lane widths.This segment had grant funding from FDOT and the improvements included roadway design, Complete Streets design, drainage, lighting, landscaping, irrigation, bicycle lanes, signalization, utility coordination, permitting coordination with the City of Coral Springs and detailed traffic control plans.The project required extensive landscape plans and coordination to resolve issues related to private landscape encroachments into County right of way. Our team provided tree mitigation permit services and coordinated with both County and City forester.We incorporated the Broward Complete Streets guidelines on this project(also prepared by Kimley-Horn),which were endorsed by the Broward MPO. Wiles r 7), Coral Springs, Project analyst on the Kimley-Horn team selected by the Broward County Engineering Division to prepare complete contract plans for the reconstruction and widening of Wiles Road as a six-lane divided urban arterial from Rock Island Road to US 441 (SR 7). Broward County and FDOT are sharing in the cost of improvements which include drainage, lighting, landscaping, irrigation, bicycle lanes, signalization, utility coordination,and detailed traffic control plans. Design-Build ri ri r Broward MPO Regional Complete StreetsInitiatives, District r Project analyst for the development of five design-build criteria packages for the following locations in Broward County: Hammondville Road from Powerline Road to W.of 1-95; NW 31 st Avenue from Commercial Blvd to McNab Road; Powerline Road from Oakland Park Blvd to Commercial Blvd.; Lauderdale Lakes Greenway from NW 31 st Ave to NW 29th Ave.; and Riverland Road from SR-7/US-441 to SR-842/Broward Blvd.The MPO requested the construction of new bicycle and pedestrian facilities in the existing right-of-way to improve safety and access for Broward's residents and provide more transportation alternatives. Design services also include milling and resurfacing, utility coordination, signing and pavement marking, signal improvements, landscaping, and public involvement. TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services 22 Page 358 of 1197 TrausportatiorI/Con"plete Streets/Con"in"iurdty Outreach, rs �f Grant lication and Conceptual Engineering Design Services r SE 1st StreetImprovements, Boynton Beach, FL1_ Project analyst. Led the grant application process for the City and participated in public involvement efforts and the TPA presentation. Boynton Beach Boulevard i r 1-95 to US 1, Boynton Beach, — GIS specialist providing design services for this multi- stage ulti- sta (project in the City of Boynton Beach.The design improvements to the project area east of 1-95 to US-1 include landscape it architecture enhancements and Complete Streets features. Design features include narrowed lanes and expanded sidewalks to encourage pedestrian mobility and landscape/hardscape upgrades within the corridor. Our services include roadway and landscape design; signing and marking; signal plans; lighting; traffic analysis; utility coordination; permitting assistance; and public involvement services. 415 and 425 NE 4th Street r iFeasibility Beach, FL— Project analyst. Kimley-Horn was retained by the Boynton Beach Community Redevelopment Agency(CRA) in February 2015 to provide parking consulting services for a proposed parking garage to be located at 415 and 425 NE 4th Street in Boynton Beach.The proposed project site is bound by NE 4th Avenue to the north, NE 4th Street to the east(adjacent to Veterans Park), Boynton Beach Boulevard to the south,and FEC rail to the west. Kimley-Horn scope of work consisted of site research,functional alternatives,and order of magnitude cost estimates.General ��- Palm Beach TPA 1 County, FL— GIS specialist. Kimley-Horn has served the Palm Beach Transportation Planning Agency(TPA) as General Planning Consultant(GPC) since 2016. Our services on this work order based contract include urban transportation planning,transit planning, complete streets, multimodal corridor studies, safety studies, GIS mapping, and regional coordination.Specific projects completed on this - contract include Complete Streets Policy,Transit Development Plan (TDP) Phase 1, Bicycle and Pedestrian Safety Study, Bicycle Suitability Map, Complete Streets Design Guidelines, US-1 Multimodal Corridor Study,and Safe Streets Summit support. Palm Beach TPA US 1 Multimodal Corridor Study, West Palm Beach, FL— Project analyst for this study that developed a comprehensive plan ° to implement continuous multimodal facilities that connect the communities along the corridor, including upgrading the existing limited stop service to Corridor-Based Bus Rapid Transit(BRT) and expanding this service north of West Palm Beach to Indiantown Road in Jupiter.This study was inspired by numerous previous initiatives and studies within the US-1 corridor, which now will serve as resources for this project including the Palm Beach MPO Complete Streets Policy, Palm Tran Transit Development Plan (TDP) Major Update, FDOT Complete Streets Implementation plan, and many local municipal studies and plans.There is a need to better connect the communities along US-1 with multimodal transportation services.This project corridor is approximately 42-miles long. Bicycle and Pedestrian !Ped)Mobility Plan, Miami Gardens, Project analyst. Kimley-Horn prepared a bicycle and pedestrian mobility plan for the City of Miami Gardens.The project included recommendations for short-and long-tern mobility improvements based on the literature review,transportation mobility analysis, identification of goals and objects, and input from the Steering Committee. We analyzed existing transportation mobility conditions and community features in TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services 23 Erin Emmons, GISP RelevarIt ExperierIce CorIfirIued Miami Gardens through the use of geographic information systems(GIS)and prepared a series of maps that illustrate the background conditions for improving the City's bicycle and pedestrian mobility.The Kimley-Horn team used the methodologies established in the 2009 FDOT Quality/Level of Service Handbook to assess the bicycle and pedestrian level of service of the major roadways with the City and mapped the results with GIS. Black Bear Scenic Byway Master Plan, , Project analyst. Kimley-Horn developed the Black Bear Scenic Byway Master Plan.The development of the master plan included regular meetings with the Corridor Management Entity(CME) and comprehensive public involvement using stakeholder interviews, surveys,and public workshops. Data collection included an assessment of land uses along the corridor and an evaluation of the transportation features of the corridor.The master plan resulted in revised byway graphics, including a new byway logo,a byway video, site plans for specific areas and intrinsic features along the corridor, a signage plan, an interpretation plan, kiosk designs,and an educational brochure about black bears. Largo lLargo, Project analyst.The City of Largo's Multimodal Plan addressed implementation initiatives outlined in the City's Strategic Plan. Kimley-Horn created the plan that developed recommendations that encourage pedestrians, bicyclists, and recreational uses, in addition to supporting automobile and transit use within specific multimodal corridors.The plan outlines a 25-year work program designed to guide funding and scheduling of multimodal improvements along the designated multimodal network of streets and trails.The plan identifies both near-and long-term planning horizons for projects and funding, requiring collaboration and partnerships with multiple stakeholders and agencies, including the Pinellas County Metropolitan Planning Organization, Pinellas County Public Works, Pinellas County Department of Health, and the Florida Department of Transportation. Statewide ! rian Facilities Study, FDOT Centrali 1 , Statewide, Project analyst on the Kimley-Horn team that conducted an assessment of the status of bicycle and pedestrian facilities on SHS and SIS roadways across the state and putting the information in a geographic information systems(GIS) database.Working with the FDOT Central Office, Kimley-Horn developed a report detailing a series of recommendations for improvements that is provided to the state legislature and the governor. Venice Downtown Mobility Assistant project manager for the Kimley-Horn team recently selected to develop a Downtown Mobility Plan focused on improving mobility on transportation corridors in and around the Venice downtown area.The study includes the assessment of existing parking conditions,the design and placement of wayfinding signage to direct residents and visitors to points of interest within Venice,as well as recommended improvements to address walking, biking, and transit use.The results will help to identify the city's needs associated with all modes of transportation to accommodate pedestrians, bicycles,transit,and automobiles. Professional i r , Kimley-Horn was selected to perform professional engineering services(Transportation)to include design, planning, permitting and review in accordance with the City of Longwood's 5-Year Transportation Capital Improvement Plan.This project includes multimodal improvements,a bicycle and pedestrian master plan, public involvement(meetings,workshops, newsletters), sidewalk, re-construction of curb ramps and installing crosswalks to meet ADA standards, safe routes to schools, connections to the regional Sun Rail station, on-street parking plans, bicycle lanes and all related signing, signaling, path, milling and widening associated with each project.The following is a list of recent projects performed for the City of Longwood: Downtown Core ing Demand and Utilization Study, DelrayGIS specialist. Kimley-Horn was retained by the Delray Beach Community Redevelopment Agency to conduct an analysis of the parking demand utilization during peak and off-peak season for the Downtown area in Delray Beach in order to determine the potential need for an additional parking garage. The study area included eight off-street parking facilities and seven on-street block faces along Atlantic Avenue.The analysis showed that during both peak and off-peak season specific facilities and the on-street areas operate at capacity, but the entire system has available capacity.The study also assessed the turnover and average parking duration for the on-street areas. Recommendations were provided to address short and long-term parking demand and supply solutions.The City of Delray Beach recently approached Kimley- Horn to provide an update to the Downtown Core Parking Demand and Utilization Study and to conduct an assessment to improve the parking conditions,access and marketing of a Downtown parking facility. Kimley-Horn also previously conducted a Downtown Comprehensive Parking Study for the City. TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services 24 Page 360 of 1197 now quil WE ANNUM Section 4 Current and Projected Workload f the Proposer Our current workload projections for our Florida offices indicate continued growth yet show sufficient capacity to handle this contract for the City of Boynton Beach.All individuals previously identified on the organization chart are full-time employees who are available and committed to fulfilling their assigned roles for this contract.We will provide a strong local presence, local staff, and experts with technical support to ensure all aspects of the project are covered. Based on current staffing levels and current workload being performed or expected annually, Kimley-Horn is immediately available to begin serving the City. Our core team members, including our subconsultants, are all located locally in South Florida.We are available by phone at any time and can be at City Hall within minutes. When you call us, Kimley-Horn will be ready. Kimley-Horn team members assigned to the SE 1 st Street Sidewalk Improvements project have the qualifications, resources,time, willingness and are committed to meet the budgets and schedules as required for any task assigned through this contract. Our subconsultant team members WGI, GCME, Inc., and SEARCH have also informed us that their assigned team members are fully available to provide services to the City of Boynton Beach as required by this contract. Kimley-Horn maintains an effective and accurate accounting of projected staff hours for up to a six-month period through a system we call"Cast-Aheads." We know our availability at any given moment, and becausev cc to the resources f 15 officesin Floridathan 85 officesc the firm), we assureyou we havethe required ff and tools to meet critical deadlines for any task, t any time. Based on a review of our cast-aheads,we can assure you that the staff members selected for this team are available immediately to serve the City of Boynton Beach,and we are in an excellent position to handle the workload for this project. Current Pro,]I ect Work and Commitments Because services for this project would be performed from our West Palm Beach office,we have included a listing of current projects still underway for that office.We are committed to the success of all your projects,and we are well-equipped to provide team members and the technical resources to ensure this success in a timely manner. Dixie Highway l way Improves ents 80% Lowson Boulevard final resign 50% Wiles Inca 10% Gateway Boulevard and Military gall Intersection 5% Congress Avenue1A1A 10% Hollywood 11313 At A Corridor 10% Boynton Beach Boulevard Improvements 5% Seacrest Boulevard 5% } TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 25 Pa e 361 of 1197 now quil WE ANNUM In addition, the table below illustrates the projected availability of our key project members to serve the City on this contract at notice to proceed: Marwan M a leh, P.E. Client Service Manager 70% Eric Re ueirc, P.E., ENV 113P Assistant Project Manager 75% Brandon Kern, E.I. Roadway/Civil Engineer 70% Erie Emmons, GIST Transportation/Complete Streets/ 70% Community Outreach Typicall Workload of Pro ect Managers Project management is both an art and a science at Kimley-Horn.We employ a structured approach to all of our projects integrating resource, schedule, and budget management for each project in which we are involved.We know that each and every project is an important part of your community's development,and we provide the pool of resources necessary to support each project manager who is driven to deliver the highest quality products and services.The number of projects handled by Kimley-Horn project managers at any given time varies according to their area of practice and the size of projects. Marwan fufta ,RE.typically manages between five and ten projects at once. By virtue of conducting regular project coordination meetings and utilizing key project staff to lead and oversee production of specific deliverables on a given project, Marwan is able to manage multiple projects while maintaining the quality of work and proactively communicating with clients. Marwan will devote the time required to effectively oversee and manage City assignments awarded under this contract.We are committed to the success of your project,and we are well-equipped to provide team members and the technical resources to ensure this success in a timely manner. Pro]I ec' 6 r lf ,]I ect ManagementActivities Kimley-Horn recognizes that both a strong project manager and experienced management team are necessary to successfully serve the City and exceed your expectations for each assignment. Our project manager, Marwan f ufta ,RE. will direct each assignment that arises from this contract. He will have complete authority to allocate Kimley-Horn resources and will be fully accessible to the City of Boynton Beach. Our standard management practices require that project managers prepare a detailed work plan and management plan for each assignment.The work plan includes all project elements such as staffing, schedule, project requirements, and implementation strategies. Our approach to project management is characterized by the following philosophies and policies, which are ingrained in Kimley-Horn's culture: • Our project management plan will promote efficiency, clarify communication protocols,and provide project direction • Our project management plan will clearly identify the staffing requirements, schedule, budget,and plan for effective quality control and independent reviews, producing a result that exceeds expectations • We will view the project from your perspective,examine issues in a strategic context,and provide you with tactical solutions In short,Kimely-Horn has a no-nonsense,team-oriented, results-driven management approach that is saturated with top-quality, highly motivated professionals who consistently produce superior results.We have the depth of resources, local experience,and diversity of expertise to meet any needs that arise under Boynton Beach's SE 1 st Street Sidewalk Improvements Design Consulting Services Contract. Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 26 Pa e 362 of 1197 now qo-,-WE ANNUM Subconsultaints Providingr them Hive f the Work We estimate that the following subconsultants will provide more than 5%of the work for this project: GCME, Inc.,— Geotechnical. Partha Ghosh, P.E. has 50%availability and Zhijun Pan, P.E. has 80%availability to work on this project as needed. Sotitheastern kchaeologicalr, t Inc. ,— Cultural Resources Assessment The SEARCH Transportation Group is led by Beth Chambless, MS, RPA,who is supported by a team of 25 archaeologists, architectural historians, historians, GIS specialists,and support personnel,who are able to utilize the expertise and resources of the entire company. Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 27 Pa e 363 of 1197 now quil WE ANNUM Section 5 Demonstrated Federall Highway (US 'l) Enhancements Delray Beacli, FL After the completion of 1-95 and Florida's Turnpike in the late 1980s, there was a greatly diminished need for six north-south travel lanes on US 1 through Delray Beach.This wide corridor through the Downtown area encouraged high speeds and last-minute Zane changes near Atlantic Avenue, resulting in a high rate of crashes.There was a desire to put US 1 on a"road diet" by reducing the through lanes from three to two in each direction.This would also allow the transformation of the corridor into a - pedestrian- and bicycle-friendly urban street with on-street parking, wider �� �� sidewalks, and streetscape improvements. In 2002,the City included the project in the Downtown Master Plan. Kimley-Horn embarked on a traffic study and coordinated with FDOT to get approval for the proposed road diet.However,US 1 between George Bush Boulevard and SE 10th Street had existed as six lanes for many years.Some were concerned that reducing the number of lanes would result in increased traffic in the Downtown area. Computer modeling and extensive research by Kimley-Horn staff, however, suggested otherwise. Prior to implementing a permanent reduction of travel lanes on US 1,the City and CRA asked Kimley-Horn to develop an approach that would effectively narrow the travel ways to two lanes,allowing follow-up studies to verify the findings of the earlier studies. Key elements of this design were that it needed to mimic the operation of the ultimate design to require drivers to use only two lanes, narrow the cross walk width at intersections,avoid adverse impact to existing drainage,maintain pedestrian mobility,and have the ability to obtain an FDOT permit for the work. Most challenging was the requirement that the measures taken to reduce the number of lanes needed to be easily reversed should the City and CRA determine they didn't want to proceed with implementing permanent improvements. Kimley-Horn developed a plan that used linking short segments of a high-strength plastic curb system that could be temporarily anchored to the pavement to create the narrowed roadways and received permit approval from FDOT.Temporary improvements were installed to study the real-world effects of fewer and narrower lanes and new signal timing plans on peak- and off-season traffic, driver operating speeds, and accident rates. The changes were in place for a year to allow sufficient time to gather seasonal and off-peak data.The results were even better than expected.Traffic levels did not increase, and average driver operating speeds and accident rates were reduced. In 2010, the CRA asked Kimley-Horn to move forward with designs for permanent improvements. By reducing north- and southbound US 1 (NE 6th Ave. and NE 5th Ave.) to two lanes each way and providing parking on the east and west sides of both avenues, City residents and visitors will soon enjoy the benefits of on-street, buffered parking; slower speeds and a safer, more pedestrian-friendly environment; landscaping ■r �' � beautification and decorative, environmentally sensitive street lighting; bicycle lanes; and a new sense of continuity with the Downtown area. In order to incorporate pedestrian friendly design features,Kimley-Horn was successful in applying for and receiving approval from FDOT for the Transportation Design for Livable Communities(TDLC)designation.This designation allowed the use of more flexible design criteria that considered the community environment,goals,and values. Kimley-Horn was also successful in obtaining approvals from FDOT for a number of design variations including reduction of the offset distance from curb to trees and light poles to provide for better sidewalk design.Kimley-Horn was successful in bringing together stakeholders including City,CRA, residents, retail business owners, FDOT and County from the planning phase to the final design of this important project.This was a local agency program(LAP)funded project. estimate/ActualInitial cost : $14 million/$14 million (construction) Marwan Mufleh, P.E.—Project Manager, 1920 Wekiva Way, Suite 200,West Palm Beach, FL 33411, Ph: 561.845.0665; Lynn Kiefer—Environmental Scientist,445 24th Street,Suite 200,Vero Beach, FL 32960, Ph: 772.794.4100 } TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 28 Pa e 364 of 1197 now quil WE ANNUM Section 6 Approach to Scope of Work KnowIledge and Understandling Kimley-Horn is proud of our effort in helping the City of Boynton Beach win a$1.0 million grant award from the Palm Beach County Transportation Planning Agency(TPA)for this project.We enjoyed the close coordination with City staff, FDOT,and TPA in applying for the grant, presenting the project to the TPA,conducting public meetings,and collaborating on the concept design.This background information and the fact that we developed approximately 30% phase plans for the project will allow us to streamline the final design phase of the project with no learning curve.Our ability to manage the design moving forward will reduce demands on City staff and ensure continuity with all stakeholders.An important component of Local Agency Program(LAP) projects, such as this one, is the relationships with the grant/jurisdictional agencies and experience with LAP funded projects.Our firm has completed more than 40 LAP projects in the last ten years and our project manager has been working with FDOT District Four on a number of LAP projects including Federal Highway and most recently a similar project on Lowson Boulevard, both in Delray Beach. Furthermore, he has recently completed the design of similar multiuse path additions to two City streets in Pompano Beach working with FDOT District Four, Broward MPO,and the City.This recent experience will guide the City's project through the involved LAP process and ensure the grant funding is not jeopardized.Kimley-Horn is also working with the City on the Town Square redevelopment.Our team will ensure that all work on SE 1 st Avenue is well coordinated.Our design will ensure that the proposed work is in accordance with the original scope to be eligible for the grant funding,as we demonstrated in our recent meeting with FDOT,where we helped convince FDOT to pay for the roadway improvements, not just the shared-use/ multipurpose path. Based on the results of the public meeting and the passionate comments from the business community along the east side of the road,we developed a design that accommodated all users of the corridor.The proposed Shared-Use Path(SUP) provides an active transportation connection for pedestrians and bicyclists along SE 1 st Street from Woolbright Road to SE 2nd Avenue,while removing confilicts with existing commercial uses. It was important for businesses to maintain easy access, including loading zones,while avoiding conflicts with pedestrians and bicyclists. Since SE 1 st St is a City street, FDOT requires the design to meet Florida Greenbook criteria,similar to the criteria we used on all other municipal LAP projects.This means,typical sections,SUP,sidewalks, horizontal and vertical geometry,sight distance,ADA accessibility, traffic calming, horizontal clearances to obstacles,drainage,etc.must meet that criteria. During past meetings and with the pending coordination for the first phase of the project,our staff have established a solid understanding of the project requirements and the respective FDOT staff expectations. This puts our team in a strong positron to assist the City and take the project to completion in an expeditious manner and further reducing the learning curve need to complete the project The key items needed to receive Transportation Alternative Program (TAP)funding through FDOT are to ensure the project can be constructed within existing City right-of-way,obtain environmental clearance related to hazardous materials,and provide protection of historical structures.One of our first and most critical tasks is to design the roadway profile and driveway connections to ensure that all work can be done within existing road right-of-way. It is vitally important to avoid or keep temporary harmonization construction easements to an absolute minimum and to inform and involve the FDOT Right-of-Way Office staff early in the process.Given that this project is a LAP project,there are specific submittal requirements and checklists necessary to achieve project approval through FDOT for funding.The following are the anticipated submittal requirements: rd Preliminary Phase Submittal—Because of our previous work on the project,we will be able to make this submittal as soon as our team receives notice to proceed(NTP)which includes a project location map and description of scope of work. rd Environmental —This can be started immediately once NTP is received.Our staff will prepare the Categorical Exclusion environmental documents,and our specialty consultants will prepare the required Cultural Resource Assessment Study.This is a crucial step in the development of the project to complete early and will be tracked all the way through the project as it will require final approval from FDOT's Central Office in Tallahassee. rd Initial i —The majority of this work has already been completed with our current 30%design plans.Adjustments may be necessary depending on the Environmental Documents findings and road profile fine tuning.Once the Environmental Documents have been completed and submitted,we can complete this phase approximately two months after NTP. rd Constructabillity Phase Submittal—This phase is equivalent to 80%-90%complete design plans.We anticipate approximately three months of effort once we have received all comments from FDOT on the initial phase documents. rd Production i —This submittal is considered the 100%signed and sealed phase and will require having completed and cleared all right-of-way related issues,utility conflict resolution, permits,and funding agreements. Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 29 Pa e 365 of 1197 now quil WE ANNUM We understand the City wants the first task in the design to be the improvements to the intersection at SE 1 st Street.For SE 12th Avenue, we anticipate preparing a separate set of construction drawings to bid separately prior to SE 1 st Street.We propose to build on our innovative conceptual design for the intersection,which the City approved,and move ahead to prepare the 60%design level.We will then submit for permitting with the railroad company and proceed to the 90%and final design levels.We have recently coordinated with FEC railroad for the Lowson Boulevard LAP project crossing and will be dealing with the same FEC staff on this project. 'TypIIC II S ctilonS We prepared a number of typical section alternatives that were discussed at the public meeting. Based on the feedback from the public, a Shared-Use Path along the westside became the preferred alternative.The east side of SE 1 st Street has many driveway connections, private parking,and loading zones that the typical section accommodates. Traffic Callmling and BlIcycWPedestrilan MobI11111ty As part of our initial task for developing the concept plans for this project,we prepared a traffic calming study and reviewed the existing conditions of the neighborhood.As the public expressed safety concerns with the alignment of the SE 12th Avenue intersection,the City asked us to look for solutions.The need for the realignment of the SE 12th Avenue intersection presented an opportunity for a roundabout intersection solution that would address the alignment issue while contributing to the desired traffic calming.This alternative was well received by City staff.The property at the SE corner of the SE 12th Avenue intersection encroaches into the street right-of-way.We will provide alternative designs to improve safe access for it. U IIIiC Outreach Our goal with public outreach will be to conduct an open and transparent project forum for the residents and business owners.We will build upon the information received from the first public meeting Kimley-Horn led and continue to evolve the project through design.The communication team who previously participated in the first public meeting will be responsible for conducting additional meetings,offering the community consistency and credibility with the design staff.We will invite adjacent business owners,as well as neighborhood and home owners into small groups,to a public meeting to better manage and explain the project and solicit input. Dralinage and Permlitfing There are drainage issues on the corridor and the City has plans to improve it.We will coordinate with the City's Utilities Department to incorporate drainage improvements in the design of this project and take advantage of the construction by upgrading existing water main and services as needed. Our approach with SFWMD will be to obtain an exemption for sidewalk and bike lane/shoulder improvements. If granted, no water quantity and quality provisions will be required.However, based on field conditions, budgets,and coordination with the City,stormwater provisions including exfiltration trenches will be provided to alleviate flooding. n iin rgS Estilmates, Speclificatilons, and BlIddling LAP projects require a special cost estimate form to be accepted by FDOT This form separates quantities for items covered under the grant and those that are not.Care must be taken in setting up the estimate to maximize the grant funds.We will prepare the project manual based on the City's latest boilerplate document and include the schedule of bid items in accordance with FDOT LAP requirements. We will coordinate closely with the City's Project Manager and the Purchasing Office to ensure the most current document meets their expectations.We have always been and will continue to be very responsive to any request for information(RFI)from bidders and expeditiously prepare any needed addenda.We will provide bid review services,tabulation,and recommendation for award. M111111ty Coordlinatilon The FDOT LAP process requires the City,through their consultant,to submit certification and documentation to show that all utility coordination is completed and potential conflicts resolved.We will provide the utility coordination on the project and will provide the City and FDOT with the required information and the certification letter.We coordinated closely and individually with utility owners,giving them numerous reminders to ensure they are actively addressing the conflicts. FPL owns many of the existing power poles that can be in conflict with proposed construction.These poles are often jointly used with cable television and telephone. FPL has a system to enter the location of poles in conflict which communicates updates to the other utility owners to allow progress in the removal of all utilities.We will work closely to help FPL with the pole locations to expedite the process.We will also prepare relocation schedule commitment documents for utility owners signatures,as we do on projects for other clients.This document elevates the utility owner's commitment and lets them schedule the project in their system for design, procurement,and construction. Post Deslign Support UFIIn Con tructII9n We understand the LAP process requires the City to have a consultant other than the designer to provide construction administration services.Our role as the designer of record will be to assist the City with Post Design Services.Under these services,we will be very responsive,as we have demonstrated in the past,while reviewing contractor's shop drawings, responding to contractor's requests for information,attending any required meetings,and making any plan revisions. Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 30 Pa e 366 of 1197 s sir � � __ now quil WE Section 7 References — Past Performance Kimley-Horn's most valued asset is our ability to maintain lasting relationships with our respective clients.We gauge our success by the longevity of our partnerships with esteemed clients.Kimley-Horn has a reputation for helping our clients achieve success.We listen to their needs, meet their schedules,accomplish their missions,deliver results,and exceed expectations.Our employees are taught to respect and appreciate their clients and put forth the extra effort to guarantee those clients return to us at the next opportunity.We invite you to �, contact our references to acquire firsthand testimonials regarding the outstanding quality of service we routinely provide. Name of Agency: City of Boynton Beach CRA Address: 710 N Federal Hwy, Boynton Beach, FL 33435 Contact Name:Thuy Shutt „> _ Phone: 561.600.9098 r t Name of Agency: City of West Palm Beach Address: 401 Clematis Street,West Palm Beach, FL 33401 Contact Name: Khanh Uyen Dang, P.E. 4 Phone: 561.494.1116 ,r��r�• Name of Agency: City of Lake Worth _Address: - 7 North Dixie Highway, Lake Worth, FL 33460 Contact Name: Brian Shields, P.E. Phone: 561.586.1675 p; hb a Kimle t �s� i > i i T�� � IIIIIIIiii } r� �/ TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 31 Pa e 367 of 1197 y, A PROPOSER ACKNOWLEDGEMENT Submit RFQ's To: PROCUREMENT SERVICES CITY OF BOYNTON BEACH 3301 Quantum Boulevard, Suite 101 Boynton Beach, FL 33426 Boynton Beach, Florida 33425-0310 Telephone: (561)742-6322 RFQ Title: "SE 1ST STREET SIDEWALK IMPROVEMENTS DESIGN CONSULTING SERVICES" RFQ Number: 035-2413-19/MFD RFQ Due On: June 20, 2019,at 3:00 P.M. (LOCAL TIME) RFQ's will be publicly opened and recorded for acknowledgement of receipt in Procurement Services, unless specified otherwise,on: June 20,2019,at 3:00 P.M.(LOCAL TIME)and may not be withdrawn within ninety (90)days after such date and time. Name of Vendor: Kimely-Horn and Associates, Inc. Federal I.D. Number: 56-0885615 North Carolina A Corporation of the State of: Area Code: 561 Telephone Number: 845.0665 863.8175 Area Code: 561 FAX Number: Mailing Address: 1920 Wekiva Way, Suite 200 CITY/State/Zip: West Palm Beach, FL 33411-2410 Email Address: marwan.mufleh@kimley-horn.com Authorized Sigifature Marwan Mufleh, P.E, Senior Vice President Name Typed THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 32 7 w rx PROPOSER'S QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 3301 Quantum Boulevard, Suite 101 Boynton Beach, Florida 33426 Check One Submitted By: Corporation X Kimley-Horn and Associates, Inc. Name: Partnership Address: 1920 Wekiva Way, Suite 200 Individual CITY, State, Zip: West Palm Beach, FL 33411-2410 Other Telephone No.: 561.845.0665 Fax No.: 561.863.8175 1. State the true, exact, correct and complete name of the partnership, corporation,trade or fictitious name under which you do business and the address of the place of business. The correct name of the Proposer is: Kimley-Horn and Associates, Inc. The address of the principal place of business is: 421 Fayetteville Street, Suite 600, Raleigh, NC 27601 2. If Proposer is a corporation, answer the following: a. Date of Incorporation: 1967 b. State of Incorporation: North Carolina G. President's name: Steve Lefton Barry Barber,Steve Blakley, Paul Danielson,William Dvorak Jr.,James Hall, d. Vice President's name: Emmeline Montanye, Brent Mutti, Brooks Peed, Michael Schiller, Bradbury Tribble e. Secretary's name: Richard Cook f. Treasurer's name: David McEntee Marwan Mufleh, P.E. g. Name and address of Resident Agent: 1920 Wekiva Way, Suite 200, West Palm Beach, FL 33411-2410 33 7 3. If Proposer is an individual or a partnership, answer the following: N/A a. Date of organization: b. Name, address and ownership units of all partners: c. State whether general or limited partnership: 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N/A 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A 6. How many years has your organization been in business under its present business name? 52 Under what other former names has your organization operated? N/A 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Bid. Please attach certificate of competency and/or state registration. See Section 8 8. Did you attend the Pre-Proposal Conference if any such conference was held? YES = NO 9. Have you ever failed to complete any work awarded to you? If so, state when,where and why: No 34 7 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) See Section 3 11. State the name of the individual who will have personal supervision of the work: Marwan Mufleh, P.E. 12. State the name and address of attorney, if any, for the business of the Proposer: Richard Cook 421 Fayetteville Street, Suite 600 Raleigh, NC 27601 13. State the names and addresses of all businesses and/or individuals who own an interest of more than five percent (5%) of the Proposer's business and indicate the percentage owned of each such business and/or individual: Kimley-Horn is a privately held, employee-owned corporation with ownership shared among 238 employees. Our employee owners are the sole stockholders of the company and are the pro essiona s who directly serve our c lents. a operations o the firm are not influenced by non- employee owners whose interests may conflict with client service. Since ownershi is spread rest of the firm, the company is positioned for long-term stability. 14. State the names,addresses,and the type of business of all firms that are partially or wholly owned by Proposer: N/A 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: N/A 35 7 16. Annual Average Revenue of the Proposer for the last three years as follows: Revenue Index Number a. Government Related Work 10 b. Non-Governmental Related Work 10 Total Work(a +b): 20 Revenue Index Number 1. Less than $100,000 2. $100,000 to less than $250,000 3. $250,000 to less than $500,000 4. $500,000 to less than $1 million 5. $1 million to less than $2 million 6. $2 million to less than $5 million 7. $5 million to less than $10 million 8. $10 million to less than $25 million 9. $25 million to less than $50 million 10. $50 million or greater 17. Bank References: Bank Address Telephone Wells Fargo 150 Fayetteville Street, Suite 600 919.881.7022 18. Provide description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, if necessary). See Section 6 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): See Section 6 36 7 20. Is the financial statement submitted with your proposal (if applicable) for the identical organization named on page one? YES [T—] NO 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary). N/A 22. What will be your turnaround time for written responses to City inquires? 24 Hours via email responses 23. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Proposer, its parent or subsidiaries or predecessor organizations during the past five (5) years. Include in the description,the disposition of each such petition. None 24. List all claims, arbitrations, administrative hearings and lawsuits brought by or against the Proposer or its predecessor organization(s) during the last five (5) years. The list shall include all case names, case arbitration or hearing identification numbers, the name of the project which the dispute arose, and a description of the subject matter of the dispute. See attached Litigation Report 25. List and describe all criminal proceedings or hearings concerning business related offenses to which the Proposer, its principals or officers or predecessors'organization(s)were defendants. None 37 7 26. Has the Proposer, its principals, officers or predecessors'organization(s)been convicted of a Public Entity Crime, debarred or suspended from bidding by any government during the last five(5)years? If so, provide details. No The Proposer acknowledges and understands that the information contained in response to this Qualification Statement shall be relied upon by owner in awarding the contract and such information is warranted by Proposer to be true. The discovery of any omission or misstatement that materially affects the Proposer's qualifications to perform under the contract shall cause the owner to reject the proposal, and if after the award, to cancel and terminate the award and/or contract. (Signed) Senior Vice President (Title) Subscribed and sworn to before me June This 0 day of 2019 — "2� _Vt ,yn► Notary Public State of Florida C/Notary Public(Signature) Jeanne M.Doucet a My Commission GG 208431 Expires 08/12/2022 My Commission Expires: OS/1 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 38 7 A D D E N D A CITY OF BOYNTON BEACH FLORIDA RFQ No. 035-2413-19/MFD - "SE 1ST STREET SIDEWALK IMPROVEMENTS DESIGN CONSULTING SERVICES" PROPOSER: Kimley-Horn and Associates, Inc. DATE SUBMITTED: 6/19/2019 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, construction, coordination, labor and services necessary to complete/provide the work specified by the Contract documents. Having studied the documents prepared by: CITY OF BOYNTON BEACH ADDENDUM NO. DATE ADDENDUM No. DATE 1 5/20/2019 ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 39 7 The City of Boynton Beach Finance/Procurement Services P. O. Box 310 k� Boynton Beach,Florida 33425-0310 ` Telephone: (561)742-6310 FAX: (561)742-6316 a ADDENDUM No. 1 DATE: May 20, 2019 BID TITLE: SE 1sT STREET SIDEWALK IMPROVEMENT DESIGN CONSULTING SERVICES BID NO.: 035-2413-19/MFD 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 s#F+kethFeugh-type are deletions from existing text. Words in bold, underlined type are additions to existing text. 1. The bid opening date remains as June 20, 2019 at 3:00 PM. The location remains unchanged. 2. On page 10 under Tab 5 (Demonstrated Knowledge) please strike One (1) eernpleted and add One 1 complete project submission relating to municipal roadway design, permitting and construction. 3. On page 10, Tab 5 (Demonstrated Knowledge) please strike des and add Max. 1 page. Sincerely, (\`//.` • R ,�/!•i '.fit Tim W. Howard Assistant City Manager -Administration cc: Finance/Procurement 40 Page 376 of 1197 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 SE 1ST STREET SIDEWALK IMPROVEMENT DESIGN CONSULTING SERVICES BID NO.:035-2413-19/MFD 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. Marwan H. Mufleh, P.E. PRINT NAME OF REPRESENTATIVE SIGNATURE OF REPRESENTATIVE Kimley-Horn and Associates, Inc. June 18, 2019 NAME OF COMPANY DATE 41 Page 377 of 1197 K 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 integrator or by an officer of the corporation. By: A.-- 4, NAME- SIGNATURE Sworn and subscribed before me this 10th day of June 20 19 Printed Information: Marwan Mufleh, P.E. NAME Senior Vice President TITLE NCITARY PUBLIC, State of Florida at Large Kimley-Horn and Associates, Inc. COMPANY aNotary Public State of Florida Jeanne M.Doucet My Commission GG 208431 Expires 08/12/2022 "OFFICIAL NOTARY SEAL"STAMP THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 42 7 i I NON-COLLUSION AFFIDAVIT OF RESPONDENT I State of Florida � County of Orange i Marwan Mufleh, P.E. being first duly sworn, deposes and says that: Senior Vice President Kimley-Horn and Associates, Inc. 1) He is of the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached RFQ: I 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFQ is genuine and is not a collusive or sham RFQ; 4) Further, the said proposer 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 proposer, integrator or person to submit a collusive or sham RFQ in connection with the Contract for which the attached RFQ has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other proposer, integrator or person to fix the price or prices in the attached RFQ or of any other proposer, or to fix any overhead, profit or cost element of the RFQ price or the RFQ price of any other proposer, 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 proposer or any of i agents, representatives, owners, employees, or parties in interest, inclugling this affia (Signed) /�� Senior Vice President (Title) Subscribed and sworn to before me This 10th _day of June 20 19 g V P� Notary Public state of Florida Jeanne M.Doucet My commission GG 208431 N ry Public(Sighature) Explres 081212022 My Commission Expires: e_ / I THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 43 7 'W 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 to make it an official part of with your RFQ responses. 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 (specify) ( ) 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 MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 44 7 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 Marwan Mufleh, P.E., Senior Vice President on behalf of Kimley-Horn and Associates, Inc. certify Print Name and Title Company Name Kimley-Horn and Associates, Inc. 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 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, 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 En gy Sector List. Kimley-Horn and Associates, Inc. COMPANY NAME IGNATURE Marwan Mufleh, P.E. Senior Vice President PRINT NAME TITLE 45 Page 981 -e�j CONFIRMATION OF DRUG-FREE WORKPLACE IDENTICAL TIE SUBMITTALS Preference shall be given to businesses with drug-free workplace programs. Whenever two or more submittals which are equal with respect to price, quality, and service are received by the City of Boynton Beach or by any political subdivision for the procurement of commodities or contractual services, a submittal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie submittals will be followed if none of the tied vendors have a drug- free workplace program. In order to have a drug-free workplace program, a business shall: 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. 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. Give each employee engaged in providing the commodities or contractual services that are under submittal a copy of the statement specified in subsection (1). 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. 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. 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 integrator complies fully with the above requirements. Vendor's Signature: Marwan Mufleh, P.E., Senior Vice President THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 46 7 52 c0 2 / gm / 3 ƒ « § / \ w E / 0 « J m :3 / E � � 0 a LU % 5 u / k a @\ § V c i i i § ® k o @o e e e o 5 o k / I � ƒ � K \ « � � 0 o a o LU Go E £ w \ / / $ § a . .R U G f U G c c o / LU a c o f c ■ R R w f0 � O g m \ \ co _0 CO 2 W § g 0 0 o c 00 LU \ \ z Cl)\ co ƒ C14 C14 E � 0 a $ G R cn C/) LL � \ \ \ Cl)\ \ /7 0 �o \ /o \ . o o Cl) CL (o f / ■ L6 O \ o \ v \ .0o 2 7 w E E7 \_ / 2 2 U) LL G m o z / f k = m a L V) c k f � Lu ® CO � 3f � he Q- # ° 0 2 p � � f /o � W \ 3R ) = e = o w 223 0 / % I oma£ ■ / f / ° 0 \ / \ \ � ' /\ \ / CO / / / � k / 7- 2 E2 \ « � Co E= m 0 o 0 0 \ kku 0 § 7 \ 6 \ k \ / 2@ / = J mho LU / Co / § �5 ° m � ° § (n k c \ \ / F \ ocs / J § / e \ CO /R \ \ = 6 = 30 w �2 2 J Cr } 2 \ f 13 \ 2 @ 12 \ « \ ¢@ f » E 2 0 mak \ /\ / \cl,/ \ § \\ k 5e -0E 552CL / E % 2 § co f / / ° \$ ) E e c ° 0 2 c ± 0:= o / \ \ \ g 2 % / R f / \ = ƒ \ E / R m E b p D e c . ......... PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT REQ NO.: 035-2413-19/MFD "SE 1ST STREET SIDEWALK IMPROVEMENTS DESIGN CONSULTING SERVICES" The Consultant 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 Consultant and its subcontractors and lower tier subcontractors. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Consultant 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. Kimley-Horn and Associates, Inc. FIRM NAME Marwan Mufleh, P.E. /49-- A#1 By Senior Vice President Title: 6/10/2019 Date: THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 48 7 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, the of (Name of officer of company) (Title of officer of company) , located at (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: Kimley-Horn and Associates, Inc. NAME OF BUSINESS: Is the business located within the City limits of Boynton YES NO Number of Years: Beach, Florida? Does the business have a business tax receipt issued in YES NO Business License the current year? Number: Is the business registered with the Florida Division of YES NO 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 t City in writing should it cease to qualify as a local business. Marwan Mufleh, P.E., Senior Vice President Print Name: Signature ***FOR PURCHASING USE ONLY*** Business License ❑ Year Established: ❑ Active: Verified by: Date: 49 Page 886-e� Licenses and Certifications F BPE Ow STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS rr,�� (i �r THE ENGINEERING BI IxIkSFt1'VP.1N IS.AU'FPORIZED UNDER THE PROVISIQtN1EII!#} „ U'5"O 9 ATUTES u� , r k1h i � tft�s } 41 1iEIL4E71,EfT } �LICEN$fN� U °CA6 6 EXPIRATION DATE:FEBRUARY 28,2D21 Always verify licenses online at MyFI,mdalicense.com Do not alter this document in any form. (]`r This is your license.It is unlawful for anyone other than the licensee to use this document. RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHI-TECTUREY ;Y 3I LCC000219 The LANDSCAPE ARCHITECT BUSINESS # Named below HAS REGISTERED .M. e ,,✓ Under the provisions of Chapter 481 FS Expiration date: NOV 30,2019 KIMLEY-HORN AND ASSOCIATES:INC' 421 FAYETTEVILLE STREET SUITE 600 RALEIGH NC 24601 e ISSUED: 11/06/2017 DISPLAY AS REQUIRED BY LAW seon L1711060001566 Florlde Department of Agriculture and Consumer Sen ices Dl'iswn of Consumer Services I is Ise No.LB696 �y Board of Professional Surveyors and Mappers E phHt—Date Fefar-ly28,2021 2005 Apalachee Pl.way Tallahassee,Florida 32399-6500 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida SLdntes KLMLEY-HORN AND ASSOCIATES,INC. Q 421 FAYETTEVILLE ST STE 600 I Y�r RALEIGH,NC 27601-7777 CI NICOLE"NIKKI"FRIED COMMISSIONER OF AGRICULTURE, 0at —y"He' JONATHAN—MSECIR-Yd rt, r 000W.. STATE OF FLORIDA DEPARTMENT OFBUSINESSA PPRQFESSIONALREGULATION BOARDF ",rJONAL�lEOOGISTS THEGEOLOGYBUSINES/ I,�i IN IS, I&r):7NDERTHE PROVIS(9Ni SfOF HAFT 49kiSTAUTES a i1r }tit L i /J4� kl\ 1 KIMLEI( �## C-LEE IF S INC s 14 4 °PS ` u: 1LL� �fi�� �11P, U. §E 7 EXPIRATION:Q��E;,JIIL+Y 31,2020 Always verify licenses online at MyFloridaLi....e.com OO Do not alter this document in any form. 0: This is your license.It is unlawful for anyone other than the licensee to use this document. TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 50 Pa e 386 of 1197 now quil WE ANNUM ,� Ron oesa�cs cbver�or FBPE _ FLORIDA BOARD OF PNOF6StONALEM1YMtF%S STATE OF FLORIDA BOARD OF PROFE �SIONAL ENGINEERS THE PROFESSIONAtfG�LJRT 151NSED UNDER THE PROVISIONS p CH1 FL / STATUTES It'i st jlrs g 0� 41t� i E�`���AN ' urB ' t � _ . LI�EtIk IUIIBR SES f29 EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. I This is your license.It is unlawful for anyone other than the licensee to use this document. RICK SCOTT,GOVERNOR JONATHAN—HEM,SECRETARY can db2pr hronwgcrv' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN JIS LICENSED UNDER THE PROVISIONS OF CHARTER 471,FLORIDA STATUTES REGUEIRQ,ERIC 211 S ALICE WAY ANAHEIM CA 92846 LICENSE NUMBE� � R PE86211 EXPIRATION DATE: FEBRUARY 28,2021 Always verify licenses online at MyFloriciaLicense.com Do not alter this document in any form. ■ This is your license.It is unlawful for anyone other than the licensee to use this document. Kimle TRED30015.19-1st Street Sidewalk Improvements Design Consulting Services.indd 51 Pa e 387 of 1197 ATTACHMENT "A" 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) 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 $ 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 $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Pro pe rty Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost ------------------------------------------------------------------------------------------------------------------------------------------- Other- As Risk Identified to be determined ------------------------------------------------------------------------------------------------------------------------------------------- INSURANCEADVISORYFORM05 Revised 11/2012 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 52 Page Client#: 25320 KIMLHORN DATE(MM/DD/YYYY) ACORDT. CERTIFICATE OF LIABILITY INSURANCE 3/26/2019 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 have ADDITIONAL INSURED provisions or 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Jerry Noyola Greyling Ins. Brokerage/EPICPHONE 770-552-4225 FAX 866-550-4082 A/C,No,Ext): (A/C,No): 3780 Mansell Road,Suite 370 E-MAIL no ola re Iln ADDRESS: er ry• Y @g Y g•com Alpharetta, GA 30022 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: National Union Fire Ins.Co. 19445 INSURED INSURER B:Aspen American Insurance Company 43460 Kimley-Horn and Associates, Inc. INSURER C: New Hampshire Ins.Co. 23841 421 Fayetteville Street,Suite 600 INSURER D: Lloyds of London 085202 Raleigh, NC 27601 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 19-20 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY 5268169 04/01/2019 04/01/2020 EACH OCCURRENCE $1,000,000 CLAIMS-MADE [*OCCUR PREMISESOEaoccurDr.nce $500,000 X Contractual Llab. MED EXP(Any one person) $25,000 PERSONAL&ADV INJURY $1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY 1 JECT X LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 4489663 04/01/2019 04/01/202 CEa OMaccidentBINED SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ B UMBRELLA LIAB X OCCUR CX005FT19 04/01/2019 04/01/2020 EACH OCCURRENCE $5 000 000 X EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DED I X RETENTION$O $ C WORKERS COMPENSATION 015893685 AOS 04/01/2019 04/01/202 X PER OTH- AND EMPLOYERS'LIABILITY (AOS) STATUTE ER A ANY PROPRIETOR/PARTNER/EXECUTIVE 015893686(CA) 04/01/2019 04/01/202 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$1,000,000 D Professional Liab B0146LDUSA1904949 04/01/2019 04/01/2020 Per Claim$2,000,000 Aggregate$2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Proof of Insurance CERTIFICATE HOLDER CANCELLATION Sample Certificate SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE p THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD Page 389 of 1197 #S 1529122/M1513917 J N OY1 6.D. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Accept the Fiscal Year 2018-2019 Budget Status Report of the General Fund and the Utilities Fund for the nine (9) month period ended June 30, 2019. EXPLANATION OF REQUEST: This report summarizes the adopted funding sources and expenditure budgets for the City's General Fund and Utility Fund for the nine (9) month period ended June 30, 2019 (75% 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: The annual budget and results to date for the General Fund and Utility Fund. GENERALFUND FY 2018-19 FY 2017-18 FY 2019 vs. 2018 Annual Actual to Date Annual Actual to Date Budget Actual Budget Amount % Budget Amount % % % Revenues $ 91,124 $ 79,023 87% $ 87,487 $ 73,851 84% 4.2% 7.0% &Transfers Expenditures $(91,124) $(69,364) 76% $(87,487) $(65,733) 75% 4.2% 5.5% Excess (Deficit) $- $ 9,659 $ $ 8,118 The General Fund chart above reflects revenue in excess of expenditures (dollars in thousand) yielding a $9.6M surplus for the period ending June 30, 2019. Revenues & Transfers (Exhibit A) — Budgeted Funding Sources: Property taxes and other revenues provide funding sources of $75.2M or 82% of our total $91.1M General Fund budget estimate for FY 2018- 19. Transfers from other funds (non-revenues) provide $15.9M or 18% of the total funding sources to balance our $91.1 M General Fund budgeted expenditures. These three major estimated funding sources are summarized as follows: 1. 40% - $ 36.3M —Property taxes less Tax Increment Financing to the CRA 2. 42% - $ 38.9M —All other revenues plus General Fund Balance 3. 18% - $ 15.9M —Transfers from other funds 100% - $ 91.1 M —Total funding sources Page 390 of 1197 The property tax rate for FY 2018-19 is 7.9000 mills, no change from the prior year; the net property taxes of $36.3M in FY 2018-19 represent an 6.55% increase in property tax revenue or an increase of $2.2M from FY 2017-18. To balance the budget in FY 2018-19, it required transfers from other funds of $15.9M representing 18% of all funding sources. Actual Funding Sources Realized: At the end of the ninth month in FY 2018-19, revenues and transfers realized are approximately $79.OM or 87% of the budget estimate compared to $73.8M or 84% realized to date in FY 2017-18. Ad Valorem Taxes, net of discounts and TIF taxes to the CRA, received to date was $35AM or 97% of $36.3M as compared to $32.9M or 97% of$34.OM for FY 2017-18, as noted on Exhibit A. Expenditures (Exhibit B) Budgeted Expenditures: Overall, appropriations increased approximately 4.16% from $87AM to $911.11M. 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 ninth month period ending June 30 (75% of the fiscal year) are $69.3M that is 76% of the $91.1 M expenditure appropriation for FY 2018-19. 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$69.3M or 76% of the FY 2018-19 budget. At this point in the fiscal year, FY2018-19 spending levels are $3.6M ahead of the $65.7M or 75% expended in FY 2017-18 for this same period, mainly due to Town Square costs. The chart below shows the monthly flow of sources and uses. Note: the month of October mainly reflects the payment of pension liabilities; December shows the highest collection of Ad Valorem Taxes and May shows mostly Town Square expenses. Boynton Beach General Fund Monthly Comparison of Revenues&Expenditures from October 2018 to June 2029 $350001000 $2 a P-- $15'ODO,000 � t G $5,QM,QW _ OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG STEP UTILITY FUND Page 391 of 1197 The FY 2018-19 annual expenditure budget of $48.7M represents a $2.11M increase from the FY 2017-18 budget of $46.5M. The operational forecast reflects an estimated decrease of $1.OM of the fund balance for FY 2017-18, see Exhibit C. FY 2018-19 FY 2017-18 FY 2019 vs. 2018 Annual Actual to Date Annual Actual to Date Budget Actual Budget Amount % Budget Amount % % % Revenues $48,708 $ 37,164 76% $46,544 $ 35,643 77% 4.6% 4.3% &Transfers Expenditures $ (48,708) $ (35,169) 72% $ (46,544) $ (32,760) 70% 4.6% 7.4% Excess (Deficit) $ - $ 1,995 $ - $ 2,883 For the ninth month period in FY 2018-19, • Revenues realized are $37.1 M (68%) of the annual budget estimate. • Expenditures incurred are $35.1 M (65%) of the annual appropriated budget. This resulted in revenues in excess expenditures which yielded a surplus of approximately $1.9M. Expenditures (Exhibit D) — Utility Fund FY 2018-19 expenditures to date are $35.1 M or 72% of the annual appropriation compared to expenditures of $32.7M or 70% 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: Page 392 of 1197 ATTACHMENTS: Type Description D Addendum GIF Statement of Revenues thru June 30, 2019 D Addendum GF Statement of Expenditures thru June 30, 2019 D Addendum OF Statement of Revenues thru June 30, 2019 D Addendum OF Statement of Expenditures thru June 30, 2019 Page 393 of 1197 EXHIBIT A CITY OF BOYNTON BEACH, FLORIDA GENERAL FUND ANALYSIS STATEMENT OF REVENUES-COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended June 30,2019(75%of Fiscal Year) REVENUES FY 2018-19 FY 2018-19 TO DATE FY 2017-18 FY 2017-18 TO DATE ACCOUNTS BUDGET REVENUE % BUDGET REVENUE % APPROVED REALIZED REALIZED APPROVED REALIZED REALIZED AD VALOREM TAXES,net $ 37,926,421 $ 37,063,027 98% $ 35,595,758 34,513,587 97% LESS TIF TAXES TO CRA 1,595,746 (1,645,767) 103% 1,498,231 (1,522,048) 102% NET TAXES TO THE CITY 36,330,675 35,417,260 97% 34,097,527 32,991,539 97% LICENSES AND PERMITS BUSINESS TAXES 1,750,000 1,703,623 97% 1,731,000 1,723,280 100% BUILDING PERMITS 2,965,000 3,215,708 108% 2,712,000 2,207,849 81% FRANCHISE FEES 4,915,000 3,309,909 67% 4,865,000 3,200,621 66% OTHR LICENSES,FEES&PER 222,000 172,336 78% 222,000 199,600 90% INTERGOVERNMENTAL REVENUES OTHER FEDERAL REVENUE 75,000 18,303 24% 85,000 34,948 41% STATE SHARED REVENUES 8,852,000 6,750,011 76% 8,677,000 6,584,153 76% SHRD REV FROM OTHR LCL 335,000 256,797 77% 335,000 139,887 42% CHARGES FOR SERVICES PYMTS IN LIEU OF TAXES 124,663 151,981 122% 121,300 137,657 113% CHRGS-GENERAL GOVT 508,688 364,275 72% 507,800 392,004 77% PUBLIC SAFETY 6,981,200 7,285,877 104% 6,086,500 5,569,619 92% PHYSICAL ENVIRONMENT 20,000 14,591 73% 20,000 18,839 94% CULTURE/RECREATION 411,500 317,706 77% 428,700 329,321 77% INTEREST&MISC REVENUE LIBRARY FINES 30,000 9,464 32% 30,000 14,721 49% VIOLATIONS LOCAL ORD. 393,000 354,388 90% 643,000 162,823 25% INTEREST EARNINGS 65,000 233,278 359% 65,000 34,719 53% RENTS AND ROYALTIES 363,800 345,950 95% 368,800 361,390 98% SPECIAL ASSESSMENTS 6,589,000 6,587,312 100% 6,589,000 6,613,991 100% SALE OF SURPLUS MATERIAL 1,500 8,537 569% 1,500 1,968 131% OTHER MISC.REVENUE 4,264,000 560,289 13% 4,715,145 1,742,932 37% INTERNAL FUND TRANSFERS TRANSFERS 15,927,000 11,945,250 75% 15,067,850 11,300,888 75% FUND BALANCE APPROPRIATED - - 0% 118,100 88,575 75% Total Revenues $ 91,124,026 $ 79,022,844 87% $ 87,487,222 73,851,324 84% $100,000 Two Year Cumulative Revenue Comparison and CFY $91,124 $90,000 -Budget-($in thousands) - - $80,000 $70,000 r $60,000 $50,000 " $40,000 - �������� 30,000 - ' s $10,000 $0 _ ........... ...�........... .... .......:m ...mf .....m.... .... Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep li„10N,Cu m u la ive 2017-18 Act ua I Cumulative 2018-19 Actual 2018-19 Budget ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ S:\Finance\Financial Reports\Monthly Financial Reports\FY2018-2019\FY1819 Budget Review-GF-thru June 19 Summarized001 Revenue Summary Revised Page 394,of 1197 EXHIBIT B CITY OF BOYNTON BEACH, FLORIDA GENERAL FUND ANALYSIS STATEMENT OF EXPENDITURES-COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended June 30,2019(75%of Fiscal Year) EXPENDITURES FY 2018-19 FY 2018-19 TO DATE FY 2017-18 FY 2017-18 TO DATE ACCOUNTS BUDGET EXPENDED % BUDGET EXPENDED % APPROVED EXPENDED APPROVED EXPENDED GENERAL GOVERNMENT CITY COMMISSION $ 276,642 $ 203,914 74% $ 267,301 $ 202,206 76% CITY MANAGER 745,932 602,442 81% 746,362 561,659 75% CITY HALL/GEN.ADMIN. 3,837,051 2,050,952 53% 6,230,163 4,394,388 71% MARKETING/COMMUNICATIONS 464,668 317,602 68% 333,846 234,232 70% SPECIAL EVENTS 251,714 86,277 34% 0 0 0% TOWN SQUARE 5,630,454 4,011,872 71% 1,500,000 541,612 36% CITY CLERK 763,171 526,860 69% 569,241 427,764 75% CITY ATTORNEY 574,761 382,293 67% 724,916 513,317 71% FINANCIAL SERVICES 1,348,593 1,052,742 78% 1,184,980 895,278 76% ITS 2,439,074 1,765,928 72% 2,143,805 1,580,466 74% HUMAN RESOURCES 815,343 593,757 73% 824,823 562,797 68% PUBLIC SAFETY UNIFORM SERVICES 17,307,392 13,830,545 80% 17,039,645 13,487,155 79% ADMINISTRATIVE SERVICES 3,452,639 2,379,844 69% 3,266,135 2,441,989 75% SUPPORT SERVICES 10,381,854 8,168,452 79% 9,953,470 7,778,650 78% FIRE 24,018,134 19,842,374 83% 24,270,971 19,082,134 79% COMMUNITY STANDARDS 2,219,335 1,520,047 68% 2,066,791 1,595,361 77% EMERGENCY MANAGEMENT 28,775 4,034 14% 22,320 8,699 39% BUILDING&DEVELOPMENT DEVELOPMENT 1,172,208 962,667 82% 1,136,941 871,261 77% BUILDING 1,487,060 1,143,457 77% 1,502,497 1,034,640 69% ENGINEERING 659,397 478,332 73% 622,155 438,768 71% PLANNING&ZONING 713,629 499,229 70% 756,125 546,729 72% ECONOMIC DEVELOPMENT 463,475 331,317 71% 412,318 245,982 60% PUBLIC WORKS PUBLIC WORKS 152,825 120,626 79% 245,550 210,411 86% FACILITIES MANAGEMENT 1,915,028 1,317,711 69% 2,023,598 1,251,874 62% STREETS MAINTENANCE 1,200,324 832,318 69% 1,127,135 747,919 66% LEISURE SERVICES LIBRARY 2,336,700 1,621,541 69% 2,315,127 1,758,295 76% SCHOOLHOUSE MUSEUM SERV 322,094 292,316 91% 254,971 174,392 68% RECREATION 3,011,935 2,211,425 73% 3,005,874 2,215,275 74% PARKS&GROUNDS 3,133,819 2,203,560 70% 2,940,162 1,912,062 65% CRA REIMBURSABLE&RESERVES - 9,094 0% - 18,059 0% Total Expenditures $ 91,124,026 $ 69,363,528 76% �$-- 87 487 222 $ 65,733,374 75% $100,000 Two Year Cumulative Expenditure Comparison and $91,124 $90,000 3 CFY Budget-($in thousands) 41 4M. $80,000 3 0a � tF $70,000 3 y \ •_ $60,000 $50,000 1 $40,000 3 a ° CS Cx1 G] $30,000 I Uyhb yup` $20,000 3 $10,000 Sg$0 1--------- ------- z--------- ----r---------- ----r---- ---? ------- --T-------- T-------- T-------- ------ -----?--- --------- Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Cumulative 2017-18 Actual Cumulative 2018-19 Actual 2018-19 Budget S:Tinan Tinancial Reports\Monthly Financial Reports\FY2018-2019TY1819 Budget Review-GF-auu June 19 Summarized001 Expenditure SummaryRevised Page 39&,of 1197 EXHIBIT C CITY OF BOYNTON BEACH, FLORIDA UTILITY FUND ANALYSIS STATEMENT OF REVENUES-COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended June 30,2019(75%of Fiscal Year) REVENUES FY 2018-19 FY 2018-19 TO DATE FY 2017-18 FY 2017-18 TO DATE ACCOUNTS BUDGET REVENUE % BUDGET REVENUE APPROVED REALIZED REALIZED APPROVED REALIZED REALIZED WATER SALES $ 22,542,000 $ 17,140,791 76% $ 21,675,000 $ 16,550,883 76 WATER CONNECTION FEE 150,000 52,650 35% 150,000 38,005 25 WATER SERVICE CHARGE 850,000 688,755 81% 850,000 704,940 83 WTR-BACKFLOW PREVNTR TEST 14,000 9,915 71% 10,000 20,196 202 RECLAIMED WATER SALES 310,000 389,001 125% 64,000 246,607 385 SEWER SERVICE 19,635,000 14,725,226 75% 18,870,000 14,372,518 76 STORMWATER UTILITY FEE 4,100,000 3,016,202 74% 3,800,000 2,901,929 76 TELEVISE SEWER LINES 10,000 10,642 106% 5,000 8,574 171 FEES 20,000 45,809 229% 20,000 12,031 60 INTEREST INCOME 35,000 227,057 649% 35,000 (10,066) -29% SALE OF SURPLUS MATERIAL 2,000 - 0% 2,000 - 0 OCEAN RGE UT TAX ADM CHG 800 736 92% 800 681 85 MISCELLANEOUS INCOME - 78,254 0% - 466 0% FUND BALANCE DECREASE(INCREASE) 1,039,304 779,478 75% 1,061,993 796,495 75 TOTAL REVENUES $ 48,708,104 $ 37,164,516 76% $ 46,543,793 $ 35,643,259 77% ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- $60,000 _ Two Year Cumulative Revenues Comparison and CFY Budget-($in thousands) $50,000 y ,,any $48,705 b� �p3 I 3g ' $40,000 5 � $30,000 o, y yyc,tio ti titi �� y $20,000 y ti y� I I $10,000 �tiy �ti c, 1 ',. $0 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep .. ._Cumulative 2017-18 Actual VFWK Cumulative 2018-19 Actual 2018-19 Budget ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- S:\Finance\Financial Reports\Monthly Financial Reports\FY2018-2019\FY1819 Budget Review-OF-thru June 19 Summari-d401 Rev Sum Page 396 of 1197 EXHIBIT D CITY OF BOYNTON BEACH, FLORIDA UTILITY FUND ANALYSIS STATEMENT OF EXPENDITURES-COMPARATIVE BUDGET TO ACTUAL Fiscal Year Period Ended June 30,2019(75%of Fiscal Year) EXPENDITURES FY 2018-19 FY 2018-19 TO DATE FY 2017-18 FY 2017-18 TO DATE ACCOUNTS BUDGET EXPENDED % BUDGET EXPENDED APPROVED EXPENDED APPROVED EXPENDED WATER DISTRIBUTION $ 1,958,189 $ 1,335,542 68% $ 1,946,158 $ 1,362,160 70% PUBLIC WATER TREATMENT 6,683,780 4,668,183 70% 6,009,493 3,838,240 64% METER READING&SERVICES 1,324,231 944,432 71% 1,284,678 915,287 71% WASTEWATER COLLECTION 1,620,043 1,161,476 72% 1,674,357 1,106,348 66% WASTEWATER PUMPING STATNS 2,861,825 1,878,854 66% 2,810,391 1,848,397 66% SEWAGE TREATMENT 4,856,000 3,335,248 69% 4,550,000 2,786,804 61% WATER QUALITY 644,646 426,431 66% 642,397 462,703 72% UTILITY ADMINISTRATION 17,818,261 12,952,396 73% 17,046,237 12,609,950 74% UTILITES ENGINEERING 1,523,222 1,118,813 73% 1,478,276 1,116,060 75% STORMWATER MAINTENANCE 1,255,446 817,333 65% 1,148,994 789,743 69% CUSTOMER RELATIONS 1,175,261 911,460 78% 1,226,307 877,987 72% DEBT SERVICE 6,987,200 5,619,033 80% 6,726,505 5,046,143 75% Total Expenditures $ 48,708,104 $ 35,169,201 72% $ 46,543,793 $ 32,759,822 70% ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- $60,000 Two Year Cumulative Expenditures Comparison and CFY Budget-($in thousands) $50,000 $48,708 hti 3 $40,000 X41 a $30,000 4ti $20,000 $10,000 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep =Cumulative 2017-18Actual MISS Cumulative 2018-19 Actual 2018-19 Budget S:\Finance\Financial Reports\Monthly Financial Reports\FY2018-2019\FY1819 Budget Review-OF-thru June 19 Summari-d401 Exp Sum Page 397 of 1197 6.E. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve revisions to and addition of project(s) to the Fiscal Year 18-19 approved surtax projects. EXPLANATION OF REQUEST: The City Commission approved a list of projects for FY 18/19 to be paid with Government Surtax funds in September 2018. In 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 that 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 added and/or changed since the initial inspection of the City facilities. Therefore, it is necessary to add projects as they occur 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 project requests throughout the course of the year. In fact, these adjustments may occur on each future Commission meeting. Attached please find modifications to existing and additional projects with proposed budget dollars. All additional projects will be funded by making budget adjustments with existing Surtax dollar projects. Based the overall savings and the estimated budget for the new project there is no need for a budget amendment rather adjustments to currently approved projects and the addition of four projects in the FY 18/19 budget. 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 entire Surtax Capital Budget will always be neutral unless changed through a formal budget amendment process. ALTERNATIVES: None STRATEGIC PLAN: Page 398 of 1197 STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Attachment CIPAmen dment Page 399 of 1197 I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Lo C3 C3 C3 C3 C3 C3 C3 C-i m 0 0 0 0 0 0 0 rl 0 0 0 0 0 cyi ce Lri Lri ci cyi -1 (Y) c� LLJ D LL U 4, 0 0 0 0 0 0 0 0 0 .g� C 0 0O 6 6 6 6 6 6 6 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 E d F ce Lri ori d d d & > 0 CL CL L 4-- 0 41 Y Y Y Ln Y Y Ln Y Ln Y Ln 0 u 0 41 Il 00 Il rl rl rl rl rl rl (D Ln Ln Ln Ln Ln Ln Ln Ln Ln 0) 0 0 1 U > u O O 0 0 E 0 0 0 0 0 0 0 0 fa oa X co cn Ob 0 > 0 0 E Vf 0 X _fa0 0 a) 0 Er o vi a) 06 a_ 0 x 0 C: bD LU 0 C: bD Q) Q) Q) — i� � S� C: Q) Q) Q) Q) 0 x -p LU CN :3 :3 OA U :3 :3 :3 7 :3 t0 (3) 00 (3) u Q) Q) Q) 0) Q) Q) u Q) _0 LL 0 u u u u W < Q) Q) Q) V) Q) Q) EE 0 Q) EE 41 0 LL1 u > I Q) 0 U (3) m u 0 E 0 0 Q) 41 u 0 u u Q) _0 Q) Q) -0 Q) (u Q) Q) _0 Q) Q) 0- Q) 2 u CL a- = CA- u CA- u CA- 0 CA- = rL = rL CL cr) 0 'T 'T x 'T m r1l 0 0 Ln x u 00 00 00 00 00 cr) 00 &A Ll (D Cl. Cl. Cl. C7 a w w L L O m ca 00 O w O O N 0 ci L(t w 00 00 O 0 w ai rl Li m r r 7i ori Ci r Lo 7 O 00 u7 O N (n N d (n -1 rr m r (n r rr 00 r r r N Lo d O (r) (n (n N O O O O O O O O O - (to O O O O O O O O � O a m Ln Ln Ln (D Il Ln Ln O -0 Ln w > O O 0 w Ln Ln Ln Ln Ln Ln O O O O O O O O O d0 O N N N N N N N N O L 00 �fl �fl �fl �fl ill ill �fl �fl �fl n7 a O m N N O O 0 N m m N -i O N m m m m h m m m m m m m m m O O O O O O O O O m m m m m m m m m a0 m 0 oA O Q + � p c J t10 Q Q + + Vj E O O 00 o a) N a1 U � of N N � 0 0 ++ ++ f0 0 m J JO JO O t10 N V 0.0 0A 0A U m C: c c c io E o a) c V) 0 Qi Qi a Qi c v a Qi a Qi - Qi O Q, Qi + d 0 0 J ,Q 0 •Q •Q a) ,Q L •Q L •Q C: •Q m 0A L 0 L L W L f0 L f0 LL L � L L c �, a a _ JO O (p O (p O d O 0to O O (O O O + O O a1 O a1 O O O O 7 O d Q .0 w C CL CC0C ,C 0! 0! Q! L Q! J Q! J Q! f0 Q! a-+ Q! Q! D O o O O d 0 N O N O O a 0 v 0 - h h ate+ h h h h J h L h h 00 O O O (o O o O O O O O O +, +, a 3 u c 0 0 u U u v u a) u a) u +-� u v u v u Qi o Qi v u Qi Qi E Qi c Qi U Qi - Qi o U 2- 2'o > m o F. 4o o U o o Y a0 a c CA- ,° a a s a s m a a s a s w N N Il w w 00X 00 00 00 00 00 00 00 00 x 00 a a a a a a a af C7 to Ln O O 0 h C� q L, C� 0 ko m 00 LU 0q0qLr N Ln 0 m h ®8 .� m N 00 +1 O O O O w e o 0 0 0 0 30 0 0 0 2 a O O O O a= � Q � Lr m v CL 3 LU O O m Kl- Kl- v 'i o O O O _0 N O o � � � I-q i 4' O N N O d 00 00 Ln Ln Ln Ln > O l0 l0 l0 o Q Q O O O O m m m m a ! a 00 c Q a- 0 o v v >. N N L __Y�Y Q y p c v Q a) > bA LL C LU L \CC _0 C Q W N p N p`p N V) CWC N C N U ro C � a -p o v Q x -Q N Q � v Q) Q Q) Q) o a o E o 0 o 0 ,c mU N Y N �; N N �n N EE u L J N EE 0 C3 41 W 'O N C N (p N •v N f0 •1 �. •1 L' •1 •1 a = a m I a l a a s N O m b�0 W O41 NO 00-i 0) 000 Qa (D a C7 0 0 0 0 0 0 fel LVLVIR N Li 0 Ci Ci Ci ll� Ili N M 00 LU U +, Y.7 W C i i i tIl) i O a E � a p oo ti CL 0') 0 U � yrus 0 0 41 u u u 0 U w L .. a a N w p 6 (6 p Q .. a L 0 CL p, U- CL Q Q41 p LU 41 a o ° 41p v � � v °o � Y � o U � •O � � O � O p 3 0 � v O N 0 Q) L U In > O 3 v V c O -Y v O v c °U' ° > c o 0 0 v v a o o a m t v o E ° v ° a a, U J •CZ U L U �, ai •_� le ++ U N t�,, I " ,h Y In X a N N N u 30 a o _ o a, o _ oro c c 'o � � � a (3) Z 0 3 o m a s w v v a3i v a w � � z 6.F. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve an increase to Johnstone Supply for HVAC parts and supplies under the Broward County contract#18-029R effective until June 30, 2020 from$24,000 to $32,000 with an estimated annual expenditure of$40,000 for the extent of the contract which expires on June 30, 2020. EXPLANATION OF REQUEST: Johnstone Supply provides HVAC parts and supplies for all City facilities. We are requesting an increase in the amount of$8,000 with our blanket PO#190102 for a total of$32,000 to cover expenses for miscellaneous material for preventative maintenance for the rest of this fiscal year and to the end of the contract with an annual estimated expenditure of$40,000. Approving this increase will cover pending invoices and supply us with an additional $8,000 for any unforeseen maintenance needed. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Johnstone Supply will be able to repair any a/c issue or perform maintenance so that City buildings can remain in an air conditioned environment, especially for any programs that are being performed. FISCAL IMPACT: Budgeted Budgeted funded in the Facilities Management Account#001-2511-519-52-24 ALTERNATIVES: To wait for the new blanket to be issued in the FY19/20 and possibly have no air conditioning in City buildings until that time. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 404 of 1197 CONTRACTS VENDOR NAME: Johnson Supply START DATE: 7/1/2017 END DATE: 6/30/2020 CONTRACT VALUE: MINORITYOWNED CONTRACTOR?: No EXTENSION AVAILABLE?: No EXTENSION EXPLANATION: ATTACHMENTS: Type Description D Contract Johnstone Supply ®Awarded Contract D Other Johnstone Supply ®Auth Letter Page 405 of 1197 ® PROCUREMENT & WAREHOUSING SERVICES ® 7720 WEST OAKLAND PARK BOULEVARD,SUITE 323, SUNRISE, FL 33351 • PH:754-321-0505 EMAIL: PurchasingHelpDesk(7BrowardSchools.com www.broward.k12.fl.us/supply/ CONTRACT AWARD DETAILS Contract Number: 18-029R (Previous Contract Number. 15-001R) Contract Title: HVAC-R and Cooling Tower Equipment Contract Value: $8,000,000 Contract Start Date: July 1, 2017 Contract Expiration Date: June 30, 2020 Purchasing Agent: Al Shelton E-mail Address: asheIton@browardschools.com Telephone Number: 754-321-0520 Purchasing Technician: Juan Perez E-mail Address: juan.perez@browardschools.com Telephone Number: 754-321-0513 Background: The HVAC-R and Cooling Tower Equipment bid is used to replace major pieces of HVAC equipment across the District when repair of such equipment is no longer economically feasible or possible. Items included in this bid are: air and water-cooled chillers, cooling towers, packaged and direct-expansion systems, heat pumps, and other major HVAC components. This demand is originated in PPO. Method of Award (MOA): Bid shall be awarded by ITEM to a primary and alternate responsive and responsible Bidders meeting all specifications, terms and conditions offering the GREATEST SINGLE-FIXED PERCENTAGE DISCOUNT from manufacturer's suggested retail pricelist (MSRP). Offering a percentage mark-up, instead of a discount, shall result in disqualification of bid item. Multiple discounts offered shall be disqualified. SBBC reserves the right to procure goods from the second and third highest discount% Bidders if: a)the highest discount % Bidder cannot comply with delivery requirements or specifications; b) the highest discount % Bidder is not in compliance with delivery requirements or specifications on current or previous orders; c) in cases of emergency; or d) if it is in the best interest of SBBC. When a bid has both a primary and alternate Awardee, and the primary Awardee is unable to perform during the term of the contract, SBBC shall negotiate with the alternate Awardee for the same or lower unit prices as those submitted by the primary Awardee. Percentage discounts listed under"Additional Information" for each bid item is for informational purposes only and is not part of the award process. Percentage discount offered must be stated in the spaces provided on the Bid Summary Sheet. Percentage discount offered must remain firm throughout the contract period. SBBC reserves the right to release new bids for any items that are included in catalogs submitted. This bid does not preclude individual schools and/or departments from making purchases from other vendors, per total purchase order, in an amount up to $5,000, pursuant to Policy 3320.. Broward County School Board End Users and Point of Contact Information End User Name&Address Point of Contact Eloy Quesada 3810 NW 10 Ave Supervisor I, HVAC Oakland Park FL, 33309 Broward County Public Schools Office (754) 321-4651 Physical Plant Operations Division Fax(754) 321-4778 Eloy.Quesada@browardschools.com This document is not designed to provide a detailed overview of individual contracts or considered an in depth comprehensive set of instructions.Refer to the Bid Solicitation/Invitation to Bid for contractual terms and conditions.Additional supporting documentation will be supplied upon request. Re-,P& h06 of 1197 ® PROCUREMENT & WAREHOUSING SERVICES ® 7720 WEST OAKLAND PARK BOULEVARD,SUITE 323, SUNRISE, FL 33351 • PH:754-321-0505 EMAIL: PurchasingHelpDesk(7BrowardSchools.com www.broward.k12.fl.us/supply/ Awarded Vendor and Contract Pricing Awarded Vendor's Information Items Awarded *AccuAir, Inc. Luis Rinzivillo Engineered Products Sales Engineer (C) 786.779.0544 SECONDARY: 7 (F) 407.814.4862 luis@accuaironline.com www.accuaironline.com *Allied Controls, Inc. PRIMARY: 5, 8, 15, 32, 34, 36, 44,AND 48 Mike Johnson SECONDARY: 12, 13, 14,AND 16 alliedcontrols1 Ocfl.rr.com B&D Industrial, LLC, d/b/a B&D Technologies & Bearings & Drives Inc. Gerald Bernard Sr. Applications Engineer-Technical Lead-Drives P: 954-271-7128 PRIMARY: 1 C: 954-868-8821 F: 954-332-7143 3400 SW 26th Terrace I Unit A-1 Fort Lauderdale, FL 33312 Carrier Corporation Fausto R. Frias Jr. BSME Applied Sales Engineer UTC Building & Industrial Systems PRIMARY: 12, 13, 14,AND 16 5440 NW 33rd Ave. I Suite 108 SECONDARY: 15 Fort Lauderdale, FL 33309 Mobile: 954.594.0384 1 Fax: 860.998.9211 1 Fausto.Friasp_carrier.utc.com Daikin Applied Americas, Inc. Jessica Cavaliere Sales Coordinator—South Florida PRIMARY: 23 954.862.8500 x. 254 (Office) 1954.486.4822 (Fax) Jessica.Cavaliere@daikinapplied.com www.DaikinApplied.com Design Controls, Inc., d/b/a/ DCI Systems Group, Inc. Richard Liotta PRIMARY: 35, 38, 43,AND 45 Office 954-566-1440 Ext 203 SECONDARY: 5, 8, 34, 36, 44,AND 48 Cell 954-937-5212 Fax 954-566-2633 relio a& ci-syste s.co This document is not designed to provide a detailed overview of individual contracts or considered an in depth comprehensive set of instructions.Refer to the Bid Solicitation/Invitation to Bid for contractual terms and conditions.Additional supporting documentation will be supplied upon request. Resp hp7 of 1197 ® PROCUREMENT & WAREHOUSING SERVICES ® 7720 WEST OAKLAND PARK BOULEVARD,SUITE 323, SUNRISE, FL 33351 • PH:754-321-0505 EMAIL: PurchasingHelpDesk(7BrowardSchools.com www.broward.k12.fl.us/supply/ Integrated Cooling Solutions, LLC Jacqueline Gomez Integrated Cooling Solutions 10405 NW 37th Terr PRIMARY: 22 AND 26 Doral, FL 33178 Office: (305)406-9758 Fax: (305)406-9759 iaomezCa_integratedcooling.com Jascko Corp. Nelson Hernandez PRIMARY: 51 Cell 305-815-2091 nhernandezp.iascko.com Johnson Controls, Inc. John P Brandt Systems &Service North America Owner Direct Sales Executive 954-644-3914 Cell SECONDARY: 35 954-538-7902 Fax iohn.p.brandtflici.com http://www.iohnsoncontrols.com/ JCI 24hr SERVICE: (866)-825-8860 The Ware Group LLC, d/b/a Johnstone Supply Brian Nichols I Regional Manager PRIMARY: 6, 7, 10, 11, 18, 19, 20, 25, 28, T: (954) 318-7678 29, 30, 31, 33, 39,AND 55 F: (954) 970-8018 SECONDARY: 22, 23,AND 32 Brian.Nicholsp_iohnstonewaregroup.com Delivery Requirements Awardees shall provide inside and/or on-site delivery of HVAC and cooling tower equipment within the timeframe agreed upon between the District HVAC Supervisor assigned after receipt of the purchase order (ARO). Material shall be delivered to the location(s) designated to receive the HVAC and cooling tower equipment. Awardee shall provide 48 hours advance notification prior to shipment of HVAC-R and cooling tower equipment in order to allow for SBBC personnel to arrange for crane scheduling, where necessary. Awardee will be required to contact the District HVAC Supervisor at (754) 321-4651 or (754) 321-4642. SBBC may request that deliveries be made on a Saturday in order to avoid disruption of the normal daily operations of schools, departments and centers. This document is not designed to provide a detailed overview of individual contracts or considered an in depth comprehensive set of instructions.Refer to the Bid Solicitation/Invitation to Bid for contractual terms and conditions.Additional supporting documentation will be supplied upon request. Resp hpg of 1197 ® PROCUREMENT & WAREHOUSING SERVICES ® 7720 WEST OAKLAND PARK BOULEVARD,SUITE 323, SUNRISE, FL 33351 • PH:754-321-0505 EMAIL: PurchasingHelpDesk(7BrowardSchools.com www.broward.k12.fl.us/supply/ Contract Addendum and Contract Change Log The primary purpose of the log is to record/track each procurement action from the date of initial award (this includes amendments, modifications, addition/deletion of award items, transfer of funds between agreements, contract modifications, contract renewals, pre-qualification and/or MWBE certification of vendors, vendor information changes, etc. This log eliminates the requirement to issue separate award sheet addendum. The following amendments/changes have been implemented subsequent to the award of this contract. Event No. Date Issued Description Purchasing Agent Event# Date PA Name Event# Date PA Nalnc Event# Date PA Name Event# Date PA Name Event# Date PA Name This document is not designed to provide a detailed overview of individual contracts or considered an in depth comprehensive set of instructions.Refer to the Bid Solicitation/Invitation to Bid for contractual terms and conditions.Additional supporting documentation will be supplied upon request. Resp hb9 of 1197 The School Board of Broward County, Florida Procurement& Warehousing Services ITB/RFP No.: 18-029R Tentative Board Meeting Date*: JUNE 13,2017 Description: HVAC-R AND COOLING TOWER EQUIPMENT Notified: 524 Downloaded: 36 ITB/RFP Rec'd: 13 No.Bids: 0 For: PHYSICAL PLANT OPERATIONS ITB/RFP Opening: MAY 8,2017 Fund: TBD Advertised Date: APRIL 20,2017 POSTING OF ITB/RFP RECOMMENDATION/TABULATION: ITB/RFP Recommendations and Tabulations will be posted in the Procurement &Warehousing Services and www.Demandstar.com on MAY 9,2017(a)3:00 pm and will remain posted for 72 hours. Any person who is adversely affected by the decision or intended decision shall file a notice of protest,in writing,within 72 hours after the posting of the notice of decision or intended decision. The formal written protest shall be filed within ten(10)days after the date the notice of protest is filed. Failure to file a notice of protest or failure to file a formal written protest shall constitute a waiver of proceedings under this chapter. Section 120.57(3)(b),Florida Statutes,states that"The formal written protest shall state with particularity the facts and law upon which the protest is based."Saturdays,Sundays,state holidays and days during which the District is closed shall be excluded in the computation of the 72-hour time period provided. Filings shall be at the office of the Director of Procurement&Warehousing Services,7720 West Oakland Park Boulevard,Suite 323,Sunrise,Florida 33351.Any person who files an action protesting an intended decision shall post with the School Board,at the time of filing the formal written protest,a bond,payable to The School Board of Broward County,Florida,(SBBC),in an amount equal to one percent(I%)of the estimated value of the contract.Failure to post the bond required by SBBC Policy 3320,Part VIII,Purchasing Policies,Section N,within the time allowed for filing a bond shall constitute a waiver of the right to protest. (*)The Cone of Silence,as stated in the ITB/RFP,is in effect until this ITB/RFP is approved by SBBC. The Board meeting date stated above is tentative. Confirm with the Purchasing Agent of record for the actual date the Cone of Silence has concluded. RECOMMENDATION TABULATION VENDOR NAME(s) ITEMS)AWARDED *ACCUAIR,INC SECONDARY: 7 *ALLIED CONTROLS,INC. PRIMARY: 5,8,15,32,34,36,44,AND 48 SECONDARY: 12,13,14,AND 16 B&D INDUSTRIAL,LLC,DBA B&D TECHNOLOGIES PRIMARY: 1 &BEARINGS&DRIVES INC. CARRIER CORPORATION. PRIMARY: 12,13,14,AND 16 SECONDARY: 15 DAIKIN APPLIED AMERICAS INC. PRIMARY:23 DESIGN CONTROLS,INC.,DBA DCI SYSTEMS GROUP INC. PRIMARY: 35,38,43,AND 45 SECONDARY: 5,8,34,36,44,AND 48 INTEGRATED COOLING SOLUTIONS,LLC PRIMARY:22 AND 26 JACKSO CORP. PRIMARY: 51 JOHNSON CONTROLS,INC. SECONDARY: 35 THE WARE GROUP LLC,DBA JOHNSTONE SUPPLY PRIMARY: 6,7,10,11,18,19,20,25,28,29,30,31,33,39,AND 55 SECONDARY:22,23,AND 32 IN ORDER TO MEET THE NEEDS OF THE SCHOOL SYSTEM AND IN THE BEST INTEREST OF THE SCHOOL BOARD,THE ABOVE ITEMS ARE RECOMMENDED TO BE AWARDED TO THE BIDDER LISTED. The School Board of Broward County,Florida,prohibits any policy or procedure which results in discrimination on the basis of age,color,disability,gender expression, national origin,marital status,race,religion,sex or sexual orientation. Individuals who wish to file a discrimination complaint,may call the Executive Director,Benefits&EEO Compliance at 754-321-2150 or Teletype Machine(TTY)at 754-321-2158. Individuals with disabilities requesting accommodations under the Americans with Disabilities Act(ADA)may call the Equal Educational Opportunities (EEO)at 754-321-2150 or Teletype Machine(TTY)at 754-321-2158. REVISED:3/10/2016 Page 1 of 8 Page 410 of 1197 ITEMS 2,3,4,9,17,21,24,27,37,40,41,42,46,47,49,50,52,53,AND 54:NO BIDS RECEIVED.ITEMS WILL BE REBID AT A LATER DATE TO CO-TERM WITH THIS BID. IT IS RECOMMENDED THAT,FOR THE REASON(S)STATED ON THE ATTACHED BID REJECTION SHEET,THE BIDS RECEIVED, EITHERIN THEIR ENTIRETY,OR FOR THE PARTICULAR ITEMS LISTED BE REJECTED FOR NOT COMPLYING WITH BID REQUIREMENTS. *CERTIFIED MINORITY/WOMEN BUSINESS ENTERPRISE CONTRACT PERIOD:JULY 1,2017,THROUGH JUNE 30,2020 AG s&on By: Date: MAY 9,2017 Al Shelton The School Board of Broward County,Florida,prohibits any policy or procedure which results in discrimination on the basis of age,color,disability,gender expression, national origin,marital status,race,religion,sex or sexual orientation. Individuals who wish to file a discrimination complaint,may call the Executive Director,Benefits&EEO Compliance at 754-321-2150 or Teletype Machine(TTY)at 754-321-2158. Individuals with disabilities requesting accommodations under the Americans with Disabilities Act(ADA)may call the Equal Educational Opportunities (EEO)at 754-321-2150 or Teletype Machine(TTY)at 754-321-2158. REVISED:3/10/2016 Page 2 of 8 Page 411 of 1197 BID 18-029R HVAC-R and Cooling Tower Equipment Bid Rejection and Information Sheet Reject entire Bid from P.E.C.O. Enterprises, Inc. As per Section 4, Special Condition 13, "ALL BIDDERS MUST COMPLETE AND SUBMIT SECTION 7, ATTACHMENT 4 TO BE CONSIDERED FOR AWARD. The State of Florida provides a Bidder's preference for Bidders whose principal place of business is within the State of Florida for the purchase of personal property. The local preference is five (5) percent. Bidders whose principal place of business is outside the State of Florida must have an Attorney, licensed to practice law in the out-of-state jurisdiction, as required by Florida Statute 287.084(2), execute the "Opinion of Out-of-State Bidder's Attorney on Bidding Preferences" form, Section 7, Attachment 4, and must submit this form with submitted bid. Such opinion should permit SBBC's reliance on such attorney's opinion for purposes of complying with Florida Statute 287.084.Florida Bidders are not required to have an Attorney render an opinion but the Florida Bidder must complete its portion of this form. Failure to submit and execute this form, with bid, shall result in bid being considered "non-responsive" and bid rejected." Reject entire Bid from Trane U.S. Inc. As per Section 4, Special Condition 13, "ALL BIDDERS MUST COMPLETE AND SUBMIT SECTION 7,ATTACHMENT 4 TO BE CONSIDERED FOR AWARD.The State of Florida provides a Bidder's preference for Bidders whose principal place of business is within the State of Florida for the purchase of personal property. The local preference is five (5) percent. Bidders whose principal place of business is outside the State of Florida must have an Attorney,licensed to practice law in the out-of-state jurisdiction,as required by Florida Statute 287.084(2),execute the "Opinion of Out- of-State Bidder's Attorney on Bidding Preferences" form, Section 7, Attachment 4, and must submit this form with submitted bid. Such opinion should permit SBBC's reliance on such attorney's opinion for purposes of complying with Florida Statute 287.084. Florida Bidders are not required to have an Attorney render an opinion but the Florida Bidder must complete its portion of this form. Failure to submit and execute this form,with bid, shall result in bid being considered"non-responsive"and bid rejected." Tie Bids were received for Item 44—Robertshaw from Design Controls, Inc., d/b/a/DCI Systems Group Inc. and Johnstone Supply, Inc. As per Section 3, General Conditions 48 Tie Bid Procedures were applied to determine the Awarded Vendor. Design Controls, Inc., d/b/a/DCI Systems Group Inc. was determined to be awarded as they are a Broward County vendor, other than a Minority/Women Business Enterprise vendor. Tie Bids were received for Item 48—Siebe from Design Controls,Inc.,d/b/a/DCI Systems Group Inc. and Johnstone Supply, Inc. As per Section 3, General Conditions 48 Tie Bid Procedures were applied to determine the Awarded Vendor. Design Controls, Inc., d/b/a/DCI Systems Group Inc. was determined to be awarded as they are a Broward County vendor, other than a Minority/Women Business Enterprise vendor. Page 3 of 8 Page 412 Of 1197 Bid 18-029R HVAC-R and Cooling Tower Equipment jAccuAir, Inc. www.accuaironline.com Apopka Florida Allied Controls, Inc. WWW.ALLIEDCONTROLS.COM Apopka Florida B&D Industrial, LLC, DBA B&D Technologies& Bearings& Drives Inc. www.bdindustrial.com Ft. Lauderdale Florida Carrier Corporation www.Carrier.com Fort Lauderdale Florida Daikin Applied Americas Inc. www.daikinapplied.com Davie Florida Design Controls, Inc., d/b/a/DCI Systems Group Inc. www.dci-systems.com Oakland Park Florida 'Energy Control Technologies, Inc. www.EneEgyControl.com Davie Florida Integrated Cooling Solutions, LLC www.integratedcooling.com Doral Florida Jascko Corp www.jascko.com Pompano Beach Florida Johnson Controls, Inc. www.johnsoncontrols.com Miramar Florida The Ware Group LLC, dba Johnstone Supply www.johnstonesupply.com Ft Lauderdale Florida Page 4 of 8 Page 413 of 1197 m I a IaI- v a -a I -a I-a i a I a i a i 10 i oloiaI alo 0 as i 2i a aIa aI alaialaiO aiOI—O I—� Cc a a -a 0 0 0(C i�I I C i 0 0 .E E 0 alo 1 0 1.i 0 (O i v[ WIO a 0 0 i E c- 0 010 a <Im v[ a v[ i v[ i 0 0 i 0(E i 0 CI oo oo oo lu i Ci C lu oo C C it i� 'ou C CIE - U I'ou C lu CIC C C I C U C�U I ju oo I w. w. w.I-o i P 1 -2 1� = -2 -2�3 u u 3 w. -2 -2 1-2 w! I= -2 1- -2 1-2 -2 1-2 -2 1 �U o o o 0 . . -I- I�-i 0 .i 0 I�iw o o o 0 Z I I �ol ol 0 oi 0 010 1 ol oIoiojoi Oi jui 'ol o o"o' o' �i� O:oo �10 0:0 o 0: wIoiwIwit o o o o o lo o lolilo, lo,� mjtimjmjw cy) 4— rn 0 o 0 0 0o' AL 0 O 0 00 (n 0 o0 0 P" IL ac CL ol 0 0 0 p pa 19 -tr o 0 1-D t M:m E oo E E -u m m v>� r. i a m- W I . I u u 0 ba : .—I.E :� u��o 2 u 0 :- oz, 'o i u u F-- i co U M M omO 1 -5:a : C, '0 o:-2 E o 1� -�! 0 o cr: u 'o o':-2 0 u u :U U:� OjE E u :U ou u:w X: :u u:3: -:0 0: > 0:0o -o 0 -C:C C: - 8:.- o o - .0:. co �:o E -2:-2 L L E:� 0: U u u u l< coo u Um U U U:u U 0 w w = U, 0� o � N MN�:w �,: : rn:v :w r,:.o cn:o N rn: m:w r,: co cn: N rn: m:w r— a-IM:M M M:M M: 0 aar ar ar iP i-5 12 iar ar 5 in a'o o o I(D I(D a' a' a' 'a 0 1 i i 0 0 0 0 U 0 0 0 E 0- 0- 0-1 i 0 1 E i c- c- 0 c- 0x, 0 i c- c- 0-10 i o iia;�u 10 ow wo u wo 0 -Iwo wo wo I Cc 0 u 0 i lu i lu i lo i o o 0 0 0 0 VJ LO o 6 LL AL ty 00 0 0 0 0 CL ac CL Ci ZZ 0 0 E m 21 . i > 0 0� 0 U 0 0 0 u u u 0 E > - 3: :t �� E: 0� .0 cn:o N rn::.* w �:.o (nio C11 mrn rn: . 41* Bid 18-029R HVAC-R and Cooling Tower Equipment Allied Controls 8 15% B&D Industrial 1 2% Carrier 4 7% Daikin Applied 1 2% DCI Systems Group 4 7% ICS 2 4% Jascko Corp 1 2% Johnstone Supply 15 27% No Response 19 35% Grand Total 55 100% Page 7 of 8 Page 416 Of 1197 Bid 18-029R HVAC-R and Cooling Tower Equipment Danfoss 20.0% Data Aire 10.0% Eaton-Cuttler Hammer Variable Frequency Drives 20.0% Envi ro-Tec 20.0% First Company 10.0% GEA-Kelvion Heat Exchangers 35.0% Interanational Environmental Fan Coils (IEC) 20.0% Invensys -Schneider Electric 65.0% Johnstone Supply Catalog 50.0%. LG Mini-Split&VRF 25.0% Magic Aire 10.0% Magnetek 20.0% Mesan USA 20.0% PACO/Grundfos Pumps 35.0% Patterson 20.0% Petra 10.0% Quantech 10.0% Schneider Electric 65.0% Siemens. 66.0% T.A.C. -Schneider Electric 65.0% Page 8 of 8 Page 417 Of 1197 08/17/2018 City of Boynton Beach RE: Broward Schools HVAC Bids This letter is to confirm that the City of Boynton Beach is authorized to piggy back on Broward School Board HVAC Equipment and Cooling Tower Bid 18-029R as well as HVAC Parts and Supplies Bid 19-061 . 1 -029R Contract expires 06/30/2020 19-06IR Contract expires 06/30/2021 Regards, a rian Nichols The Ware Group Page 418 of 1197 6.G. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve Bid award of Annual Supply of PVC Schedule 40 & 80 Irrigation Supplies Bid#039-1412-19/MFD to the following three (3) companies: Fortiline, Ferguson and SiteOne on a primary, secondary and third basis to the lowest, most responsive bidders who met all specifications with an estimated annual amount of$25,000. EXPLANATION OF REQUEST: Contract Term: September 6, 2019 thru September 5, 2020 On August 20, 2019, Procurement Services opened and tabulated four (4) bids for PVC Schedule 40 and 80 Irrigation Supplies. All bids were reviewed by the Manager of Materials and Distribution. It was determined to recommend this award on a primary, secondary and third basis to three (3) companies. The award is based on the number of awarded items each vendor accumulated. Fortiline Primary Vendor Item(s) 68 out of 183 Ferguson Secondary Vendor Item(s) 65 out of 183 SiteOne Third Vendor Item(s) 46 out of 183 Core and Main Deemed non-responsive Core and Main issued a letter stating that they will give 30 days notice, at any point, for price adjustments due to tariffs. The bid states "The Vendor may submit a request for price adjustments ninety (90) days prior to the end of the annual bid term if base commodity prices have fluctuated from the base commodity amount for Chemicals and Allied Products in accordance with the Producer Price Index(PPI)." In addition, the following vendors included a discount for all items not listed on the bid. Ferguson 20% Discount The bid will allow for three (3) additional one (1) year extensions at the same terms and conditions subject to vendor acceptance, satisfactory performance and determination that the renewal is in the best interest of the City. Page 419 of 1197 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The purpose of this bid is to secure a source of supply for the purchase of irrigation supplies. All orders are on an "AS NEEDED BASIS". FISCAL IMPACT: Budgeted Funds are budgeted and available for account 502-0000-141-0100 for the estimated amount of$25,000. The increase for FY18/19 was due to CIP Projects. FY17/18 expenditures were $18,245.26 FY18/19 expenditures to date are $31,599.22 ALTERNATIVES: Obtain quotes on an "as needed basis" which would not be cost effective. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type Description Addendum Tabulation Sheet D Addendum Fortiline Proposal D Addendum Ferguson Proposal D Addendum SiteOne Proposal D Addendum Core and Main Proposal Page 420 of 1197 ANNUAL SUPPLY OF PVC SCHEDULE 40&80 IRRIGATION SUPPLIES BID DUE DATE:August 20,2019 OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS BID DUE TIME:10 AM RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME. ALL OTHER BID#039-1412-19/MFD OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY ARE HEREBY REJECTED AS LATE." Core and Main LP 832 Pike Rd West Palm Beach,FL.33411 Contact:Susan Reed Phone:(561)640-2941 Email:susan.reed@coreandmain.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# 1 1/2"Female Adapter 658-005-00001 435-005 $0.160 2 1/2"Male Adapter 658-005-00002 436-005 $0.130 3 3/4"Male Adapter 658-005-00003 436-007 $0.140 4 3/4"Female Adapter 658-005-00004 435-007 $0.200 51 1"Male Adapter 658-005-00005 436-010 $0.260 6 1"Female Adapter 658-005-00006 435-010 $0.240 7 1 1/2"Female Adapter 658-005-00007 435-015 $0.420 8 1 1/2"Male Adapter 658-005-00008 436-015 $0.420 9 2"Male Adapter 658-005-00009 436-020 $0.550 10 1 1/2"Slip Cap 658-005-00010 447-015 $0.360 11 1 1/4"Slip Cap 658-005-00024 447-012 $0.330 12 1"Slip Cap 658-005-00011 447-010 $0.240 13 3/4"Slip Cap 658-005-00012 447-007 $0.150 14 1/2"Slip Cap 658-005-00023 447-005 $0.130 15 1"Threaded Cap 658-005-00014 448-010 $0.470 16 3/4"Threaded Cap 658-005-00015 448-007 $0.310 17 1/2"Threaded Cap 658-005-00016 448-005 $0.270 18 1/2"Slip 45 Elbow 658-005-00017 417-005 $0.240 19 3/4"Slip 45 Elbow 658-005-00018 417-007 $0.360 20 1"Slip 45 Elbow 658-005-00019 417-010 $0.440 21 1 1/4"Slip 45 Elbow 658-005-00021 417-012 $0.610 22 1 1/2"Slip 45 Elbow 658-005-00022 417-015 $0.760 23 1/2"Slip Coupling 658-018-00001 429-005 $0.090 24 3/4"Slip Coupling 658-018-00002 429-007 $0.130 25 1"Slip Coupling 658-018-00003 429-010 $0.230 261 1 1/4"Slip Coupling 658-018-00004 429-012 $0.310 27 1 1/2"Slip Coupling 658-018-00005 429-015 $0.330 28 2"Slip Coupling 658-018-00006 429-020 $0.510 29 2 1/2"Slip Coupling 658-018-00007 429-025 $1.120 30 3"Slip Coupling 658-018-00008 429-030 $1.760 31 4"Slip Coupling 658-018-00009 429-040 $2.550 32 3/8"Funny Coupling 658-018-00010 SBECPLG $0.200 33 1"Slip 90 Elbow 658-022-00001 406-010 $0.290 34 1/2"Slip 90 Elbow 658-022-00002 406-005 $0.140 35 3/4"Slip 90 Elbow 658-022-00003 406-007 $0.160 36 1 1/4"Slip 90 Elbow 658-022-00004 406-012 $0.500 37 1 1/2"Slip 90 Elbow 658-022-00005 406-015 $0.540 38 2"Slip 90 Elbow 658-022-00006 406-020 $0.850 39 1/2"Slip x Thread 90 Elbow 658-022-00007 407-005 $0.180 40 3/4"Slip x Thread 90 Elbow 658-022-00008 407-007 $0.200 41 1"Slip x Thread 90 Elbow 658-022-00009 407-010 $0.380 42 1"Threaded 90 Elbow 658-022-00010 408-010 $1.090 43 ABS Hunter Head Non-Pop up 658-031-00001 PROS00 $0.490 44 2"Pop-up wfWiper Seal 658-031-00002 PROS-002 $1.630 45 3"Pop-up wfWiper Seal 658-031-00003 PROS-003 $1.630 46 4"Pop-up wfWiper Seal 658-031-00004 PROS-004 $0.960 47 6"Spray Body Assembly 658-031-00005 PROS-006 $2.250 48 12"Pop-up wfWiper Seal 658-031-00006 PROS-12 $6.320 49 Adjustable Hunter Head 658-031-00007 PGP-04 $7.090 50 1-40 Adjustable Hunter Head 658-031-00010 140-04-SS $49.700 51 1-25 Adjustable Hunter Head 658-031-00011 125-04 $25.960 52 Full Circle Hunter Heads 658-031-00012 5004PLPC $5.900 53 1/2"20 ft Pipe 658-035-00001 4005SWB $3.000 54 3/4"20 ft Pipe 658-035-00002 4007SWB $3.800 55 1"20 ft Pipe 658-035-00003 40010SWB $5.800 56 1 1/4"20 ft Pipe 658-035-00004 4012SWB $8.000 57 1 1/2"20 ft Pipe 658-035-00005 4015SWB $8.800 58 2"20 ft Pipe 658-035-00006 4020SWB $12.200 59 3"20 ft Pipe 658-035-00007 4030SWB $24.200 60 4"20 ft Pipe 658-035-00008 4040SWB $34.600 61 3/4"Slip Tee 658-050-00001 401-007 $0.200 R! 1"Slip Tee 658-050-00002 407-010 $0.440 63 2"Slip Tee 658-050-00003 407-020 $1.120 64 3/4"x 1/2"Slip Bushing 1 658-050-00004 1 437-101 1 $0.150 Page 421 of 1197 Core and Main LP 832 Pike Rd West Palm Beach,FL.33411 Contact:Susan Reed Phone:(561)640-2941 Email:susan.reed@coreandmain.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QUANTITY 65 2"Slip Cap 658-050-00005 447-020 $0.440 66 6"Slip Tee 658-050-00006 401-060 $27.710 67 2"Slip X Slip X 1/2"Thread Tee 658-050-00007 402-247 $1.760 68 1 1/2"Slip X Slip X 1/2"Thread Tee 658-050-00008 402-209 $1.400 69 1 1/4"Slip X Slip X 1/2"Thread Tee 658-050-00009 402-166 $1.120 70 1"Slip x Slip X 1/2"Thread Tee 658-050-00010 402-130 $0.470 71 3/4"Slip X Slip X 1/2"Thread Tee 658-050-00011 402-101 $0.310 72 1/2"Slip X Slip X 1/2"Thread Tee 658-050-00012 402-005 $0.240 73 1/2"Funny Elbows 658-058-00001 SBE050 $0.130 74 3/4"Funny Elbows 658-058-00002 SBE075 $0.140 75 1/2"Male Funny Adapters 658-058-00003 SBA050 $0.190 76 3/4"Male Funny Adapters 658-058-00004 SBA075 $0.150 771 Funny Adapters Tees 658-058-00005 SBTEE $0.250 78 1"Slip Fix 658-060-00002 118-010 $2.250 79 1/2"Slip Fix 658-060-00003 118-005 $1.790 80 3/4"Slip Fix 658-060-00004 118-007 $1.950 81 1 1/4"Slip Fix 658-060-00005 118-012 $4.310 82 1 1/2"Slip Fix 658-060-00006 118-015 $4.560 83 2"Slip Fix(KBI ONLY) 658-060-00001 118-020 $7.000 84 2 1/2"Slip Fix(KBI ONLY) 658-060-00009 118-025 $10.650 85 3"Slip Fix(KBI ONLY) 658-060-00007 118-030 $13.560 86 4"Slip Fix(KBI ONLY) 658-060-00008 118-040 $23.600 87 PVC Cement(Clear) 658-034-00002 $5.630 88 PVC Glue(Grey) 658-034-00003 $7.000 89 PVC Glue(Blue) 658-034-00004 $7.470 90 PVC Cleaner 658-034-00005 $4.540 91 1"Hardie Valve 658-074-00001 1100P1 $50.720 92 1 1/2"Hardie Valve 658-074-00002 i100P15 $68.100 93 2"Hardie Valve 658-074-00003 1100P20 $98.820 94 10"Circular Valve Box W/Green Cover 658-077-00001 PVB10 $6.580 95 Rectangular Valve Box W/Green Cover 658-077-00002 PVB12 $13.800 96 Flags(red) 658-080-00001 FLAGRED $5.900 97 Funny Pipe/Soft Flex Tube 658-080-00003 SP100 $14.800 98 3/4"Teflon Tape 658-080-00002 7SW520 $0.950 99 12"PVC Reed Saw 658-046-00002 65LHNSF12 $19.500 100 3/4"PVC Ball Valve 658-091-00011 BM18604 $1.130 101 1"PVC Ball Valve 658-091-00012 BM18606 $1.600 102 1 1/4"PVC Ball Valve 658-091-00013 BM18607 $1.850 103 1 1/2"PVC Ball Valve 658-091-00014 BM1808 $2.030 104 2"PVC Ball Valve 658-091-000015 BM1809 $3.880 105 1/2"Female Adapters 659-006-00001 835-005 $1.240 106 1/2"Male Adapters 659-006-00002 836-005 $1.590 107 3/4"Male Adapters 659-006-00003 836-007 $1.750 108 3/4" Female Adapters 659-006-00004 835-007 $1.890 109 1"Male Adapters 659-006-00005 836-010 $3.030 110 1"Female Adapters 659-006-00006 835-010 $2.790 111 1 1/4"Male Adapters 659-006-00007 836-012 $3.540 1121 1 1/4"Female Adapters 659-006-00008 835-012 $4.510 113 1 1/2"Male Adapters 659-006-00009 836-015 $5.090 114 1 1/2"Female Adapters 659-006-00010 835-015 $5.530 115 2"Male Adapters 659-006-00011 836-020 $7.360 116 2"Female Adapters 659-006-00012 835-020 $9.650 117 3"Male Adapters 659-006-00013 836-030 $9.290 118 3"Female Adapters 659-006-00014 835-030 $17.150 119 4"Male Adapters 659-006-00015 836-040 $16.530 120 4"Female Adapters 659-006-00016 835-040 $29.480 121 1/2"Slip Tees 659-017-00001 801-005 $2.120 122 3/4"Slip Tees 659-017-00002 801-007 $2.210 123 1"Slip Tees 659-017-00003 801-010 $2.770 124 11/4"Slip Tees 659-017-00004 801-012 $7.630 1251 11/2"Slip Tees 659-017-00005 801-015 $7.630 126 2"Slip Tees 659-017-00006 801-020 $9.350 127 3"Slip Tees 659-017-00007 801-030 $12.960 128 4"Slip Tees 659-017-00008 801-040 $15.010 129 1/2"Slip 90 Elbows 659-024-00001 806-005 $0.850 130 1/2"Threaded 90 Elbows 659-024-00002 808-005 $1.740 131 3/4"Slip 90 Elbows 659-024-00003 806-007 $0.960 132 1"Slip 90 Elbows 659-024-00004 806-010 $1.550 13311 1 1/4"Slip 90 Elbows 659-024-00005 806-012 $2.070 134 1 1/2"Slip 90 Elbows 659-024-00006 806-015 $2.220 135 2"Slip 90 Elbows 659-024-00007 806-020 $2.680 Page 422 of 1197 Core and Main LP 832 Pike Rd West Palm Beach,FL.33411 Contact:Susan Reed Phone:(561)640-2941 Email:Susan.reed @coreandmain.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QUANTITY 136 3"Slip 90 Elbows 659-024-00008 806-030 $7.040 137 4"Slip 90 Elbows 659-024-00009 806-040 $10.710 138 1/2"Slip Couplings 659-041-00001 829-005 $1.360 139 3/4"Slip Couplings 659-041-00002 829-007 $1.840 140 1"Slip Couplings 659-041-00003 829-010 $1.890 141 1 1/4"Slip Couplings 659-041-00008 829-012 $2.880 1421 1 1/2"Slip Couplings 659-041-00004 829-015 $3.100 143 2"Slip Couplings 659-041-00005 829-020 $3.330 144 3"Slip Couplings 659-041-00006 829-030 $9.420 145 4"Slip Couplings 659-041-00007 829-040 $11.800 146 1 1/2"x 12"Nipples 659-030-00001 886-120 $1.890 147 2"x 12"Nipples 659-030-00002 887-120 $2.450 148 3"x 12"Nipples 659-030-00003 889-120 $7.480 149 4"x 12"Nipples 659-030-00004 890-120 $9.720 150 1/2"Slip 45 Elbows 659-027-00001 817-005 $1.410 151 3/4"Slip 45 Elbows 659-027-00002 817-007 $2.160 152 1"Slip 45 Elbows 659-027-00003 817-010 $3.240 153 1 1/4"Slip 45 Elbows 659-027-00004 817-012 $4.120 154 1 1/2"Slip 45 Elbows 659-027-00005 817-015 $4.870 155 2"Slip 45 Elbows 659-027-00006 817-020 $6.320 156 3"Slip 45 Elbows 659-027-00007 817-030 $16.150 157 4"Slip 45 Elbows 659-027-00008 817-040 $29.080 1581 2 1/2"Slip 45 Elbows 659-027-00009 817-025 $13.270 159 6"Slip 45 Elbows 659-027-00010 817-060 $36.630 160 3/4"x 1/2"Slip x Slip Bushing 659-033-00001 837-101 $0.440 161 1"x 3/4"Slip x Slip Bushing 659-033-00002 837-131 $1.250 162 1 1/4"x 1"Slip x Slip Bushing 659-033-00003 837-168 $1.960 163 1 1/2"x 1 1/4"Slip x Slip Bushing 659-033-00004 837-212 $2.680 164 2"x 1 1/2"Slip x Slip Bushing 659-033-00005 837-251 $3.820 165 3"x 2"Slip x Slip Bushing 659-033-00006 837-338 $10.520 166 4"x 3"Slip x Slip Bushing 659-033-00007 837-422 $14.530 167 3/4"x 1/2" Slip x Thread Bushing 659-036-00001 838-101 $0.790 168 1"x 3/4"Slip x Thread Bushing 659-036-00002 838-131 $1.250 169 1 1/4"x 1"Slip x Thread Bushing 659-036-00003 838-168 $2.550 170 1 1/2"x 1 1/4"Slip x Thread Bushing 659-036-00004 838-212 $3.190 171 2"x 1 1/2"Slip x Thread Bushing 659-036-00005 838-251 $3.900 172 3"x 2"Slip x Thread Bushing 659-036-00006 838-338 $15.290 173 4"x 3"Slip x Thread Bushing 659-036-00007 838-422 $23.490 174 1/2"Pipe-20 ft.piece 659-040-00001 500580 $5.200 175 3/4"Pipe-20 ft.piece 659-040-00002 500780 $6.800 176 1"Pipe-20 ft.piece 659-040-00003 501080 $10.190 177 1 1/4"Pipe-20 ft.piece 659-040-00004 501280 $13.500 178 1 1/2"Pipe-20 ft.piece 659-040-00005 501580 $15.400 179 2"Pipe-20 ft.piece 659-040-00006 502580 $21.200 180 2 1/2"Slip Cap 659-042-00001 847-025 $12.110 181 3"Slip Cap 659-042-00002 847-030 $14.170 182 4"Slip Cap 659-042-00003 847-040 $23.900 183 6"Slip Cap 659-042-00004 847-060 $59.430 Page 423 of 1197 Core and Main LP 832 Pike Rd COMMENT:Submitted letter stating right to adjust prices within 30 days West Palm Beach,FL.33411 notice Contact:Susan Reed Phone:(561)640-2941 Email:susan.reed@coreandmain.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS YES NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES PALM BEACH COUNTY INSPECTOR GENERAL YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 80% LOCAL BUSINESS SUBMITTED NOT A LOCAL BUSINESS ADDENDUM NA SCRUTINIZED COMPANIES YES Page 424 of 1197 ANNUAL SUPPLY OF PVC SCHEDULE 40&80 IRRIGATION SUPPLIES BID DUE DATE:August 20,2019 OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS BID DUE TIME:10 AM RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME. ALL OTHER BID#039-1412-19/MFD OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY ARE HEREBY REJECTED AS LATE." Ferguson Enterprises 3097 Interstate Pk Rd South Riviera Beach,FL.33404 Contact:Drew Petonick Phone:(561)718-1037 Email:drew.petonick@ferguson.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# 1JW110kldE ;IuT1t`CtUAtIT1T 1 1/2"Female Adapter 658-005-00001 P40SFAD $0.140 2 1/2"Male Adapter 658-005-00002 P40SMAD $0.120 3 3/4"Male Adapter 658-005-00003 P40SMAF $0.130 4 3/4"Female Adapter 658-005-00004 P40SFAF $0.190 5 1"Male Adapter 658-005-00005 P40SMAG $0.240 6 1"Female Adapter 658-005-00006 P40SFAG $0.220 7 1 1/2"Female Adapter 658-005-00007 P40SFAJ $0.390 8 1 1/2"Male Adapter 658-005-00008 P40SMAJ $0.390 9 2"Male Adapter 658-005-00009 P40SMAK $0.530 10 1 1/2"Slip Cap 658-005-00010 P40SCAPJ $0.390 11 1 1/4"Slip Cap 658-005-00024 P40SCAPH $0.320 12 1"Slip Cap 658-005-00011 P40SCAPG $0.220 13 3/4"Slip Cap 658-005-00012 P40SCAPF $0.140 14 1/2"Slip Cap 658-005-00023 P40SCAPD $0.120 15 1"Threaded Cap 658-005-00014 P40TCAPG $0.450 16 3/4"Threaded Cap 658-005-00015 P40TCAPF $0.290 17 1/2"Threaded Cap 658-005-00016 P40TCAPD $0.250 18 1/2"Slip 45 Elbow 658-005-00017 P40S4D $0.220 19 3/4"Slip 45 Elbow 658-005-00018 P40S4F $0.340 20 1"Slip 45 Elbow 658-005-00019 P40S4G $0.420 21 1 1/4"Slip 45 Elbow 658-005-00021 P40S4H $0.590 22 1 1/2"Slip 45 Elbow 658-005-00022 P40S4J $0.730 23 1/2"Slip Coupling 658-018-00001 P40SCD $0.090 24 3/4"Slip Coupling 658-018-00002 P40SCF $0.120 25 1"Slip Coupling 658-018-00003 P40SCG $0.220 26 1 1/4"Slip Coupling 658-018-00004 P40SCH $0.290 27 1 1/2"Slip Coupling 658-018-00005 P40SCJ $0.320 28 2"Slip Coupling 658-018-00006 P40SCK $0.490 29 2 1/2"Slip Coupling 658-018-00007 P40SCC $1.070 30 3"Slip Coupling 658-018-00008 P40SCM $1.700 31 4"Slip Coupling 658-018-00009 P40SCP $2.400 32 3/8"Funny Coupling 658-018-00010 NO BID 33 1"Slip 90 Elbow 658-022-00001 P40S9G $0.270 34 1/2"Slip 90 Elbow 658-022-00002 P40S9D $0.130 35 3/4"Slip 90 Elbow 658-022-00003 P40S9F $0.140 36 1 1/4"Slip 90 Elbow 658-022-00004 P40S9H $0.480 37 1 1/2"Slip 90 Elbow 658-022-00005 P40S9J $0.520 38 2"Slip 90 Elbow 658-022-00006 P40S9K $0.830 39 1/2"Slip x Thread 90 Elbow 658-022-00007 P40SF9D $0.170 40 3/4"Slip x Thread 90 Elbow 658-022-00008 P90SF9F $0.190 41 1"Slip x Thread 90 Elbow 658-022-00009 P40SF9G $0.370 42 1"Threaded 90 Elbow 658-022-00010 P40FF9G $1.030 43 ABS Hunter Head Non-Pop up 658-031-00001 NO BID 44 2"Pop-up wfWiper Seal 658-031-00002 NO BID 45 3"Pop-up wfWiper Seal 658-031-00003 NO BID 46 4"Pop-up wfWiper Seal 658-031-00004 NO BID 47 6"Spray Body Assembly 658-031-00005 NO BID 48 12"Pop-up wfWiper Seal 658-031-00006 NO BID 49 Adjustable Hunter Head 658-031-00007 NO BID 50 1-40 Adjustable Hunter Head 658-031-00010 NO BID 51 1-25 Adjustable Hunter Head 658-031-00011 NO BID 52 Full Circle Hunter Heads 658-031-00012 NO BID 53 1/2"20 ft Pipe 658-035-00001 P40BEPD20 $3.400 54 3/4"20 ft Pipe 658-035-00002 P40BEPF20 $4.000 55 1"20 ft Pipe 658-035-00003 P40BEPG20 $7.800 56 1 1/4"20 ft Pipe 658-035-00004 P40BEPH2O $8.400 57 1 1/2'20 ft Pipe 658-035-00005 P40BEPJ20 $12.900 58 2"20 ft Pipe 658-035-00006 P40BEPK20 $16.500 59 3"20 ft Pipe 658-035-00007 P40BEPM20 $22.000 60 4"20 ft Pipe 658-035-00008 P40BEPP20 $32.000 61 3/4"Slip Tee 658-050-00001 P40STF $0.180 62 1"Slip Tee 658-050-00002 P40STG $0.340 63 2"Slip Tee 658-050-00003 P40STK $0.920 64 3/4"x 1/2"Slip Bushing 658-050-00004 P40SBFD $0.140 Page 425 of 1197 Ferguson Enterprises 3097 Interstate Pk Rd South Riviera Beach,FL.33404 Contact:Drew Petonick Phone:(561)844-3222/Fax:(561)848-7001 Email:drew.petonick@ferguson.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QUANTITY 65 2"Slip Cap 658-050-00005 P40SCAPK $0.390 66 6"Slip Tee 658-050-00006 P40STU $25.000 50 67 2"Slip X Slip X 1/2"Thread Tee 658-050-00007 P40SFTKKD $2.140 68 1 1/2"Slip X Slip X 1/2"Thread Tee 658-050-00008 P40SFTJJG $1.500 69 1 1/4"Slip X Slip X 1/2"Thread Tee 658-050-00009 P40SFTHHD $1.150 70 1"Slip x Slip X 1/2"Thread Tee 658-050-00010 P40SFTGGD $0.430 71 3/4"Slip X Slip X 1/2"Thread Tee 658-050-00011 P40SFTFFD $0.280 72 1/2"Slip X Slip X 1/2"Thread Tee 658-050-00012 P40SFTD $0.230 73 1/2"Funny Elbows 658-058-00001 NO BID 74 3/4"Funny Elbows 658-058-00002 NO BID 75 1/2"Male Funny Adapters 658-058-00003 NO BID 76 3/4"Male Funny Adapters 658-058-00004 NO BID 77 Funny Adapters Tees 658-058-00005 NO BID 78 1"Slip Fix 658-060-00002 SS11010 NO BID 79 1/2"Slip Fix 658-060-00003 SS11005 NO BID 80 3/4"Slip Fix 658-060-00004 SS11007 NO BID 81 1 1/4"Slip Fix 658-060-00005 SS11012 NO BID 82 1 1/2"Slip Fix 658-060-00006 SS11015 NO BID 83 2"Slip Fix(KBI ONLY) 658-060-00001 SS11020 NO BID 84 2 1/2"Slip Fix(KBI ONLY) 658-060-00009 NO BID 85 3"Slip Fix(KBI ONLY) 658-060-00007 NO BID 86 4"Slip Fix(KBI ONLY) 658-060-00008 NO BID 871 PVC Cement(Clear) 658-034-00002 031008 $8.000 4 88 PVC Glue(Grey) 658-034-00003 031105 $10.600 4 89 PVC Glue(Blue) 658-034-00004 030894 $11.000 4 90 PVC Cleaner 658-034-00005 030805 $6.750 4 91 1"Hardie Valve 658-074-00001 NO BID 92 1 1/2"Hardie Valve 658-074-00002 NO BID 93 2"Hardie Valve 658-074-00003 NO BID 94 10"Circular Valve Box W/Green Cover 658-077-00001 NO BID 95 Rectangular Valve Box W/Green Cover 658-077-00002 NO BID 96 Flags(red) 658-080-00001 NO BID 97 Funny Pipe/Soft Flex Tube 658-080-00003 NO BID 98 3/4"Teflon Tape 658-080-00002 PSTTF520 $0.700 99 12"PVC Reed Saw 658-046-00002 REE04512 $15.500 100 3/4"PVC Ball Valve 658-091-00011 NO BID 101 1"PVC Ball Valve 658-091-00012 NO BID 102 1 1/4"PVC Ball Valve 658-091-00013 NO BID 103 1 1/2"PVC Ball Valve 658-091-00014 NO BID 104 2"PVC Ball Valve 658-091-000015 NO BID 105 1/2"Female Adapters 659-006-00001 P80SFAD $1.000 106 1/2"Male Adapters 659-006-00002 P80SMAD $1.250 107 3/4"Male Adapters 659-006-00003 P80SMAF $1.530 108 3/4" Female Adapters 659-006-00004 P80SFAF $1.500 109 1"Male Adapters 659-006-00005 P80SMAG $2.450 110 1"Female Adapters 659-006-00006 P80SFAG $2.200 111 1 1/4"Male Adapters 659-006-00007 P80SMAH $2.780 112 1 1/4"Female Adapters 659-006-00008 P80SFAH $3.550 113 1 1/2"Male Adapters 659-006-00009 P80SMAJ $4.000 114 1 1/2"Female Adapters 659-006-00010 P80SFAJ $4.350 115 2"Male Adapters 659-006-00011 P80SMAK $5.820 116 2"Female Adapters 659-006-00012 P80SFAK $7.590 117 3"Male Adapters 659-006-00013 P80SMAM $7.300 118 3"Female Adapters 659-006-00014 P80SFAM $13.500 119 4"Male Adapters 659-006-00015 P80SMAP $13.000 120 4"Female Adapters 659-006-00016 P80SFAP $23.170 121 1/2"Slip Tees 659-017-00001 P80STD $1.660 122 3/4"Slip Tees 659-017-00002 P80STF $1.750 123 1"Slip Tees 659-017-00003 P80STG $2.180 124 1 1/4"Slip Tees 659-017-00004 P80STH $6.000 125 1 1/2"Slip Tees 659-017-00005 P80STJ $6.000 126 2"Slip Tees 659-017-00006 P80STK $7.500 127 3"Slip Tees 659-017-00007 P80STM $10.200 128 4"Slip Tees 659-017-00008 P80STP $11.870 129 1/2"Slip 90 Elbows 659-024-00001 P80S9D $0.590 130 1/2"Threaded 90 Elbows 659-024-00002 P80T9D $1.350 131 3/4"Slip 90 Elbows 659-024-00003 P80S9F $0.690 132 1"Slip 90 Elbows 659-024-00004 P80S9G $1.100 133 1 1/4"Slip 90 Elbows 659-024-00005 P80S9H $1.500 134 1 1/2"Slip 90 Elbows 659-024-00006 P80S9J $1.750 of 1197 135 2"Slip 90 Elbows I 659-024-00007 P80S9K $2.110 Page 427 of 1197 Ferguson Enterprises 3097 Interstate Pk Rd South Riviera Beach,FL.33404 Contact:Drew Petonick Phone:(561)844-3222/Fax:(561)848-7001 Email:drew.petonick@ferguson.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QUANTITY 136 3"Slip 90 Elbows 659-024-00008 P80S9M $5.530 137 4"Slip 90 Elbows 659-024-00009 P80S9P $8.420 138 1/2"Slip Couplings 659-041-00001 P80SCD $1.070 139 3/4"Slip Couplings 659-041-00002 P80SCF $1.460 140 1"Slip Couplings 659-041-00003 P80SCG $1.490 141 1 1/4"Slip Couplings 659-041-00008 P80SCH $2.260 142 1 1/2"Slip Couplings 659-041-00004 P80SGJ $2.440 143 2"Slip Couplings 659-041-00005 P80SCK $2.640 144 3"Slip Couplings 659-041-00006 P80SCM $7.410 145 4"Slip Couplings 659-041-00007 P80ACP $9.280 146 1 1/2"x 12"Nipples 659-030-00001 P80NJ12 $2.630 147 2"x 12"Nipples 659-030-00002 P80NK12 $3.490 148 3"x 12"Nipples 659-030-00003 P80NM12 $7.150 149 4"x 12"Nipples 659-030-00004 P80NP12 $9.880 150 1/2"Slip 45 Elbows 659-027-00001 P80S4D $1.110 151 3/4"Slip 45 Elbows 659-027-00002 P80S4F $1.690 152 1"Slip 45 Elbows 659-027-00003 P80S4G $2.550 153 1 1/4"Slip 45 Elbows 659-027-00004 P80S4H $3.240 154 1 1/2"Slip 45 Elbows 659-027-00005 P80S4J $3.830 155 2"Slip 45 Elbows 659-027-00006 P80S4K $4.950 156 3"Slip 45 Elbows 659-027-00007 P80S4M $12.700 157 4"Slip 45 Elbows 659-027-00008 P80S4P $22.870 158 2 1/2"Slip 45 Elbows 659-027-00009 P80A4L $10.430 159 6"Slip 45 Elbows 659-027-00010 P80S41J $28.800 160 3/4"x 1/2"Slip x Slip Bushing 659-033-00001 P90SBFD $0.340 161 1"x 3/4"Slip x Slip Bushing 659-033-00002 P80SBGF $0.990 162 1 1/4"x 1"Slip x Slip Bushing 659-033-00003 P80SBHG $1.550 163 1 1/2"x 1 1/4"Slip x Slip Bushing 659-033-00004 P80SBJH $2.100 164 2"x 1 1/2"Slip x Slip Bushing 659-033-00005 P80SBKJ $3.000 165 3"x 2"Slip x Slip Bushing 659-033-00006 P80SBMK $8.270 166 4"x 3"Slip x Slip Bushing 659-033-00007 P80SBPM $18.500 167 3/4"x 1/2" Slip x Thread Bushing 659-036-00001 P80SFBFD $0.630 168 1"x 3/4"Slip x Thread Bushing 659-036-00002 P80SFBGF $0.990 169 1 1/4"x 1"Slip x Thread Bushing 659-036-00003 P80SFBHG $2.000 170 1 1/2"x 1 1/4"Slip x Thread Bushing 659-036-00004 P80SFBJH $2.500 171 2"x 1 1/2"Slip x Thread Bushing 659-036-00005 P80SFBKJ $3.050 172 3"x 2"Slip x Thread Bushing 659-036-00006 P80SFBMK $12.000 173 4"x 3"Slip x Thread Bushing 659-036-00007 P80SFBPM $18.500 174 1/2"Pipe-20 ft.piece 659-040-00001 P80BD $5.750 175 3/4"Pipe-20 ft.piece 659-040-00002 P80BF $6.600 176 1"Pipe-20 ft.piece 659-040-00003 P80BG $9.200 177 1 1/4"Pipe-20 ft.piece 659-040-00004 P80BH $16.400 178 1 1/2"Pipe-20 ft.piece 659-040-00005 P80BJ $16.000 179 2"Pipe-20 ft.piece 659-040-00006 P80BK $22.400 180 2 1/2"Slip Cap 659-042-00001 P80SCAPL $9.500 181 3"Slip Cap 659-042-00002P80SCAPM $11.150 182 4"Slip Cap 659-042-00003 P80SCAPP $18.800 183 6"Slip Cap 659-042-00004 P80SCAPU $46.750 Page 428 of 1197 Ferguson Enterprises 3097 Interstate Pk Rd South Riviera Beach,FL.33404 Contact:Drew Petonick Phone:(561)844-3222/Fax:(561)848-7001 Email:drew.petonick@ferguson.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS YES NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES PALM BEACH COUNTY INSPECTOR GENERAL YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 20% LOCAL BUSINESS YES NOT A LOCAL BUSINESS ADDENDUM NA SCRUTINIZED COMPANIES YES Page 429 of 1197 ANNUAL SUPPLY OF PVC SCHEDULE 40&80 IRRIGATION SUPPLIES BID DUE DATE:August 20,2019 OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS BID DUE TIME:10 AM RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME. ALL OTHER BID#039-1412-19/MFD OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY ARE HEREBY REJECTED AS LATE." Fortiline,Inc. 7025 Northwinds Drive,NW Concord,NC 28027 Contact:Sheri Smith Phone(704)788-9859 Email:sheri.smith@fortiline.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UN1T r��ic� � ; `h�lY���at�iT1Y 1 1/2"Female Adapter 658-005-00001 435-005 $0.180 20 2 1/2"Male Adapter 658-005-00002 436-005 $0.150 20 3 3/4"Male Adapter 658-005-00003 436-007 $0.180 50 4 3/4"Female Adapter 658-005-00004 435-007 $0.240 50 5 1"Male Adapter 658-005-00005 436-010 $0.300 50 6 1"Female Adapter 658-005-00006 435-010 $0.250 20 71 1 1/2"Female Adapter 658-005-00007 435-015 $0.450 20 8 1 1/2"Male Adapter 658-005-00008 436-015 $0.450 20 9 2"Male Adapter 658-005-00009 436-020 $0.600 20 10 1 1/2"Slip Cap 658-005-00010 447-015 $0.380 20 11 1 1/4"Slip Cap 658-005-00024 447-012 $0.370 20 12 1"Slip Cap 658-005-00011 447-010 $0.250 30 13 3/4"Slip Cap 658-005-00012 447-007 $0.160 30 14 1/2"Slip Cap 658-005-00023 447-005 $0.130 20 15 1"Threaded Cap 658-005-00014 448-010 $0.500 20 16 3/4"Threaded Cap 658-005-00015 448-007 $0.340 20 17 1/2"Threaded Cap 658-005-00016 448-005 $0.280 20 18 1/2"Slip 45 Elbow 658-005-00017 417-005 $0.250 20 19 3/4"Slip 45 Elbow 658-005-00018 417-007 $0.380 20 20 1"Slip 45 Elbow 658-005-00019 417-010 $0.450 20 21 1 1/4"Slip 45 Elbow 658-005-00021 417-012 $0.670 20 22 1 1/2"Slip 45 Elbow 658-005-00022 417-015 $0.850 20 23 1/2"Slip Coupling 658-018-00001 429-005 $0.120 100 24 3/4"Slip Coupling 658-018-00002 429-007 $0.140 50 25 1"Slip Coupling 658-018-00003 429-010 $0.250 50 26 1 1/4"Slip Coupling 658-018-00004 429-012 $0.350 25 27 1 1/2"Slip Coupling 658-018-00005 429-015 $0.360 25 28 2"Slip Coupling 658-018-00006 429-020 $0.550 25 29 2 1/2"Slip Coupling 658-018-00007 429-025 $1.220 10 30 3"Slip Coupling 658-018-00008 429-030 $1.880 10 31 4"Slip Coupling 658-018-00009 429-040 $2.750 5 32 3/8"Funny Coupling 658-018-00010 SBC P/G NO BID 33 1"Slip 90 Elbow 658-022-00001 406-010 $0.320 50 34 1/2"Slip 90 Elbow 658-022-00002 406-005 $0.150 20 35 3/4"Slip 90 Elbow 658-022-00003 406-007 $0.180 40 36 1 1/4"Slip 90 Elbow 658-022-00004 406-012 $0.550 20 37 1 1/2"Slip 90 Elbow 658-022-00005 406-015 $0.600 20 38 2"Slip 90 Elbow 658-022-00006 406-020 $0.920 20 39 1/2"Slip x Thread 90 Elbow 658-022-00007 407-005 $0.190 20 40 3/4"Slip x Thread 90 Elbow 658-022-00008 407-007 $0.210 20 41 1"Slip x Thread 90 Elbow 658-022-00009 407-010 $0.420 20 42 1"Threaded 90 Elbow 658-022-00010 408-010 $1.160 20 43 ABS Hunter Head Non-Pop up 658-031-00001 PROS-00 NO BID 44 2"Pop-up wANiper Seal 658-031-00002 PROS-02 NO BID 45 3"Pop-up wANiper Seal 658-031-00003 PROS-03 NO BID 46 4"Pop-up wANiper Seal 658-031-00004 PROS-04 NO BID 47 6"Spray Body Assembly 658-031-00005 PROS-06 NO BID 48 12"Pop-up wANiper Seal 658-031-00006 PROS-12 NO BID 49 Adjustable Hunter Head 658-031-00007 PGP-04 NO BID 50 1-40 Adjustable Hunter Head 658-031-00010 140-04-SS NO BID 51 1-25 Adjustable Hunter Head 658-031-00011 125-04 NO BID 52 Full Circle Hunter Heads 658-031-00012 5004PLPC NO BID 53 1/2"20 ft Pipe 658-035-00001 12540 $3.620 1 54 3/4"20 ft Pipe 658-035-00002 34540 $5.000 1 55 1"20 ft Pipe 658-035-00003 1S40 $6.000 1 56 1 1/4"20 ft Pipe 658-035-00004 114540 $10.000 1 57 1 1/2"20 ft Pipe 658-035-00005 112540 $11.000 1 58 2"20 ft Pipe 658-035-00006 2540 $13.000 1 59 3"20 ft Pipe 658-035-00007 3540 $27.000 1 60 4"20 ft Pipe 658-035-00008 4540 $35.000 1 61 3/4"Slip Tee 658-050-00001 401-007 $0.230 20 62 1"Slip Tee 658-050-00002 401-010 $0.420 20 63 2"Slip Tee 658-050-00003 401-020 $1.120 30 64 3/4"x 1/2"Slip Bushing 658-050-00004 437-101 $0.160 20 Page 430 of 1197 Fortiline,Inc. 7025 Northwinds Drive,NW Concord,NC 28027 Contact:Sheri Smith Phone(704)788-9859 Email:sheri.smith@_fortiline.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QUANTITY 65 2"Slip Cap 658-050-00005 447-020 $0.480 20 66 6"Slip Tee 658-050-00006 401-060 $0.300 1 67 2"Slip X Slip X 1/2"Thread Tee 658-050-00007 402-247 $1.850 10 68 1 1/2"Slip X Slip X 1/2"Thread Tee 658-050-00008 402-209 $1.500 20 69 1 1/4"Slip X Slip X 1/2"Thread Tee 658-050-00009 402-166 $1.210 20 70 1"Slip x Slip X 1/2"Thread Tee 658-050-00010 402-130 $0.520 20 71 3/4"Slip X Slip X 1/2"Thread Tee 658-050-00011 402-101 $0.350 20 72 1/2"Slip X Slip X 1/2"Thread Tee 658-050-00012 402-005 $0.250 20 73 1/2"Funny Elbows 658-058-00001 SBE050 NO BID 74 3/4"Funny Elbows 658-058-00002 SBE075 NO BID 75 1/2"Male Funny Adapters 658-058-00003 SBA050 NO BID 76 3/4"Male Funny Adapters 658-058-00004 ST-R-750 NO BID 77 Funny Adapters Tees 658-058-00005 SBTEE NO BID 78 1"Slip Fix 658-060-00002 118-010 $4.470 5 79 1/2"Slip Fix 658-060-00003 118-005 $3.410 5 80 3/4"Slip Fix 658-060-00004 118-007 $3.880 5 81 1 1/4"Slip Fix 658-060-00005 118-012 $8.500 5 82 1 1/2"Slip Fix 658-060-00006 118-015 $9.250 5 83 2"Slip Fix(KBI ONLY) 658-060-00001 118-020 $14.000 10 84 2 1/2"Slip Fix(KBI ONLY) 658-060-00009 118-025 $22.000 5 85 3"Slip Fix(KBI ONLY) 658-060-00007 118-030 $25.000 5 86 4"Slip Fix(KBI ONLY) 658-060-00008 118-040 $45.000 2 87 PVC Cement Clear 658-034-00002 $14.500 4 88 PVC Glue(Grey) 658-034-00003 $15.000 4 89 PVC Glue Blue 658-034-00004 $20.000 4 90 PVC Cleaner 658-034-00005 $12.500 4 91 1"Hardie Valve 658-074-00001 NO BID 92 1 1/2"Hardie Valve 658-074-00002 NO BID 93 2"Hardie Valve 658-074-00003 NO BID 94 10"Circular Valve Box W/Green Cover 658-077-00001 $15.000 5 95 Rectangular Valve Box W/Green Cover 658-077-00002 $19.500 5 96 Flags red 658-080-00001 NO BID 97 Funny Pipe/Soft Flex Tube 658-080-00003 NO BID 98 3/4"Teflon Tae 658-080-00002 $4.000 10 99 12"PVC Reed Saw 658-046-00002 NO BID 100 3/4"PVC Ball Valve 658-091-00011 400-0075 $2.500 5 101 1"PVC Ball Valve 658-091-00012 400-0105 $3.200 5 102 1 1/4"PVC Ball Valve 658-091-00013 400-0125 $4.200 5 103 1 1/2"PVC Ball Valve 658-091-00014 400-015 $5.500 5 104 2"PVC Ball Valve 658-091-000015 400-020 $7.800 5 105 1/2"Female Adapters 659-006-00001 835-005 $0.950 25 106 1/2"Male Adapters 659-006-00002 836-005 $1.200 25 107 3/4"Male Adapters 659-006-00003 836-007 $1.300 25 108 3/4" Female Adapters 659-006-00004 835-007 $1.400 25 109 1"Male Adapters 659-006-00005 836-010 $2.250 25 110 1"Female Adapters 659-006-00006 835-010 $2.050 25 111 1 1/4"Male Adapters 659-006-00007 836-012 $2.600 10 112 1 1/4"Female Adapters 659-006-00008 835-012 $3.300 10 113 1 1/2"Male Adapters 659-006-00009 836-015 $3.750 10 114 1 1/2"Female Adapters 659-006-00010 835-015 $4.100 10 115 2"Male Adapters 659-006-00011 836-020 $5.400 10 116 2"Female Adapters 659-006-00012 835-020 $7.100 10 117 3"Male Adapters 659-006-00013 836-030 $6.900 1 118 3"Female Adapters 659-006-00014 835-030 $12.750 1 119 4"Male Adapters 659-006-00015 836-040 $12.750 1 120 4"Female Adapters 659-006-00016 835-040 $21.000 1 121 1/2"Slip Tees 659-017-00001 801-005 $1.550 25 122 3/4"Slip Tees 659-017-00002 801-007 $1.650 25 123 1"Slip Tees 659-017-00003 801-010 $2.100 25 124 1 1/4"Slip Tees 659-017-00004 801-012 $5.670 10 125 1 1/2"Slip Tees 659-017-00005 801-015 $5.500 10 126 2"Slip Tees 659-017-00006 801-020 $7.100 10 127 3"Slip Tees 659-017-00007 801-030 $9.600 1 128 4"Slip Tees 659-017-00008 801-040 $10.500 1 129 1/2"Slip 90 Elbows 659-024-00001 806-005 $0.520 25 130 1/2"Threaded 90 Elbows 659-024-00002 808-005 $1.200 25 131 3/4"Slip 90 Elbows 659-024-00003 806-007 $0.650 25 132 1"Slip 90 Elbows 659-024-00004 806-010 $1.100 25 133 1 1/4"Slip 90 Elbows 659-024-00005 806-012 $1.440 10 134 1 1/2"Slip 90 Elbows 659-024-00006 806-015 $1.540 10 135 2"Slip 90 Elbows 659-024-00007 806-020 $1.800 10 Page 431 of 1197 Fortiline,Inc. 7025 Northwinds Drive,NW Concord,NC 28027 Contact:Sheri Smith Phone(704)788-9859 Email:sheri.smith@_fortiline.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QUANTITY 136 3"Slip 90 Elbows 659-024-00008 806-030 $4.900 1 137 4"Slip 90 Elbows 659-024-00009 806-040 $7.500 1 138 1/2"Slip Couplings 659-041-00001 829-005 $1.000 25 139 3/4"Slip Couplings 659-041-00002 829-007 $1.360 25 140 1"Slip Couplings 659-041-00003 829-010 $1.400 25 141 1 1/4"Slip Couplings 659-041-00008 829-012 $2.130 10 142 1 1/2"Slip Couplings 659-041-00004 829-015 $2.310 10 143 2"Slip Couplings 659-041-00005 829-020 $2.470 10 144 3"Slip Couplings 659-041-00006 829-030 $7.000 1 145 4"Slip Couplings 659-041-00007 829-040 $8.230 1 146 1 1/2"x 12"Nipples 659-030-00001 886-120 $2.050 25 147 2"x 12"Nipples 659-030-00002 887-120 $2.880 15 148 3"x 12"Nipples 659-030-00003 889-120 $8.500 5 149 4"x 12"Nipples 659-030-00004 890-120 $11.250 5 150 1/2"Slip 45 Elbows 659-027-00001 817-005 $1.050 25 151 3/4"Slip 45 Elbows 659-027-00002 817-007 $1.600 25 152 1"Slip 45 Elbows 659-027-00003 817-010 $2.400 25 153 1 1/4"Slip 45 Elbows 659-027-00004 817-012 $3.000 10 154 1 1/2"Slip 45 Elbows 659-027-00005 817-015 $3.620 10 155 2"Slip 45 Elbows 659-027-00006 817-020 $4.700 10 156 3"Slip 45 Elbows 659-027-00007 817-030 $11.500 1 157 4"Slip 45 Elbows 659-027-00008 817-040 $21.950 1 158 2 1/2"Slip 45 Elbows 659-027-00009 817-025 $9.500 1 159 6"Slip 45 Elbows 659-027-00010 817-060 $27.210 1 160 3/4"x 1/2"Slip x Slip Bushing 659-033-00001 837-101 $0.350 25 161 1"x 3/4"Slip x Slip Bushing 659-033-00002 837-131 $0.880 25 162 1 1/4"x 1"Slip x Slip Bushing 659-033-00003 837-168 $1.350 10 163 1 1/2"x 1 1/4"Slip x Slip Bushing 659-033-00004 837-212 $1.850 10 164 2"x 1 1/2"Slip x Slip Bushing 659-033-00005 837-251 $2.650 10 165 3"x 2"Slip x Slip Bushing 659-033-00006 837-338 $7.400 1 166 4"x 3"Slip x Slip Bushing 659-033-00007 837-422 $10.150 1 167 3/4"x 1/2" Slip x Thread Bushing 659-036-00001 838-101 $0.600 25 168 1"x 3/4"Slip x Thread Bushing 659-036-00002 838-131 $0.880 25 169 1 1/4"x 1"Slip x Thread Bushing 659-036-00003 838-168 $1.780 10 170 1 1/2"x 1 1/4"Slip x Thread Bushing 659-036-00004 838-212 $2.350 10 171 2"x 1 1/2"Slip x Thread Bushing 659-036-00005 838-251 $2.900 10 172 3"x 2"Slip x Thread Bushing 659-036-00006 838-338 $11.100 1 173 4"x 3"Slip x Thread Bushing 659-036-00007 838-422 $15.500 1 174 1/2"Pipe-20 ft.piece 659-040-00001 500580 NO BID 175 3/4"Pipe-20 ft.piece 659-040-00002 500780 NO BID 176 1"Pipe-20 ft.piece 659-040-00003 501080 NO BID 177 1 1/4"Pipe-20 ft.piece 659-040-00004 501280 NO BID 178 1 1/2"Pipe-20 ft.piece 659-040-00005 501580 NO BID Eli 2"Pipe-20 ft.piece 659-040-00006 502080 NO BID 2 1/2"Slip Cap 659-042-00001 847-025 $8.450 1 3"Slip Cap 659-042-00002 847-030 $9.900 1 4"Slip Cap 659-042-00003 847-040 $16.500 1 6"Slip Cap 659-042-00004 847-060 $44.000 1 Page 432 of 1197 Fortiline,Inc. 7025 Northwinds Drive,NW Concord,NC 28027 Contact:Sheri Smith Phone(704)788-9859 Email:sheri.smith@fortiline.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS YES NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES PALM BEACH COUNTY INSPECTOR GENERAL YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID NONE LOCAL BUSINESS YES NOTA LOCAL BUSINESS ADDENDUM NA SCRUTINIZED COMPANIES YES Page 433 of 1197 ANNUAL SUPPLY OF PVC SCHEDULE 40&80 IRRIGATION SUPPLIES BID DUE DATE:Augusy 20,2019 OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS BID DUE TIME:10 AM RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME. ALL OTHER BIC#039-1412-18/MFD OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY ARE HEREBY REJECTED AS LATE." SiteOne Landscape Supply 1385 East 36th Street Cleveland,OH.44114 Contact:Keith McGinty Phone:(216)706-9250 Ext 2 Email:bids@siteone.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# 41NIT F�Fd1�E `s>, NEIN GtllA1X TY 1 1/2"Female Adapter 658-005-00001 435-005 $0.160 2 12"Male Adapter 658-005-00002 436-005 $0.130 3 3/4"Male Adapter 658-005-00003 436-007 $0.150 4 3/4"Female Adapter 658-005-00004 435-007 $0.210 5 1"Male Adapter 658-005-00005 436-010 $0.260 6 1"Female Adapter 658-005-00006 435-010 $0.240 7 1 12"Female Adapter 658-005-00007 435-015 $0.420 8 1 12"Male Adapter 658-005-00008 436-015 $0.420 91 2"Male Adapter 658-005-00009 436-020 $0.560 10 1 12"Slip Cap 658-005-00010 447-015 $0.370 11 1 1/4"Slip Cap 658-005-00024 447-012 $0.340 12 1"Slip Cap 658-005-00011 447-010 $0.240 13 3/4"Slip Cap 658-005-00012 447-uut $0.150 14 12"Slip Cap 658-005-00023 447-005 $0.130 15 1"Threaded Cap 658-005-00014 448-010 $0.480 16 3/4"Threaded Cap 658-005-00015 448-007 $0.320 17 12"Threaded Cap 658-005-00016 448-005 $0.280 18 12"Slip 45 Elbow 658-005-00017 417-005 $0.240 19 3/4"Slip 45 Elbow 658-005-00018 417-007 $0.370 20 1"Slip 45 Elbow 658-005-00019 417-010 $0.450 21 1 1/4"Slip 45 Elbow 658-005-00021 417-012 $0.620 22 1 12"Slip 45 Elbow 658-005-00022 417-015 $0.780 23 12"Slip Coupling 658-018-00001 429-005 $0.090 24 3/4"Slip Coupling 658-018-00002 429-007 $0.130 25 1"Slip Coupling 658-018-00003 429-010 $0.230 26 1 1/4"Slip Coupling 658-018-00004 429-012 $0.320 271 1 12"Slip Coupling 658-018-00005 429-015 $0.340 28 2"Slip Coupling 658-018-00006 429-020 $0.520 29 2 12"Slip Coupling 658-018-00007 429-025 $0.520 30 3"Slip Coupling 658-018-00008 429-030 $1.800 31 4"Slip Coupling 658-018-00009 429-040 $2.600 32 3/8"Funny Coupling 658-018-00010 RB-SBCPLG-SPEC $0.180 33 1"Slip 90 Elbow 658-022-00001 406-010 $0.290 34 12"Slip 90 Elbow 658-022-00002 406-005 $0.150 35 3/4"Slip 90 Elbow 658-022-00003 406-007 $0.160 361 1 1/4"Slip 90 Elbow 658-022-00004 406-012 $0.520 37 1 12"Slip 90 Elbow 658-022-00005 406-015 $0.560 38 2"Slip 90 Elbow 658-022-00006 406-020 $0.870 39 12"Slip x Thread 90 Elbow 658-022-00007 407-005 $0.180 40 3/4"Slip x Thread 90 Elbow 658-022-00008 407-007 $0.210 41 1"Slip x Thread 90 Elbow 658-022-00009 407-010 $0.390 42 1"Threaded 90 Elbow 658-022-00010 408-010 $1.110 43 ABS Hunter Head Non-Pop up 658-031-00001 PROS00 $0.230 44 2"Pop-up wNViper Seal 658-031-00002 PROS03 $1.650 45 3"Pop-up wNViper Seal 658-031-00003 PROS03 $1.650 46 4"Pop-up wNViper Seal 658-031-00004 PROSO4 $0.930 47 6"Spray Body Assembly 658-031-00005 PROS06NS1 $2.420 48 12"Pop-up wNViper Seal 658-031-00006 PROS12NS1 $6.330 49 Adjustable Hunter Head 658-031-00007 H15A $0.530 50 1-40 Adjustable Hunter Head 658-031-00010 140-04-SS $49.840 51 1-25 Adjustable Hunter Head 658-031-00011 125-04 $25.980 52 Full Circle Hunter Heads 658-031-00012 5004+PC $7.750 53 12"20 ft Pipe 658-035-00001 50PVCBE $2.980 54 3/4"20 ft Pipe 658-035-00002 75PVCBE $3.560 55 1"20 ft Pipe 658-035-00003 1 PVCBE $5.480 56 1 1/4"20 ft Pipe 658-035-00004 125PVCBE $7.280 57 1 1/2"20 ft Pipe 658-035-00005 150PVCBE $8.020 58 2"20 ft Pipe 658-035-00006 2PVCBE $10.880 59 3"20 ft Pipe 658-035-00007 3PVCBE $22.080 60 4"20 ft Pipe 658-035-00008 4PVCBE $1.630 61 3/4"Slip Tee 658-050-00001 401-007 $0.210 62 1"Slip Tee 658-050-00002 401-010 $0.390 63 2"Slip Tee 658-050-00003 401-020 $1.070 64 3/4"x 12"Slip Bushing 658-050-00004 437-101 $0.150 Page 434 of 1197 SiteOne Landscape Supply 1385 East 36th Street Cleveland,OR 44114 Contact:Keith McGinty Phone:(216)706-9250 Ext 2 Email:bids@siteone.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QUANTITY 65 2"Slip Cap 658-050-00005 447-020 $0.450 66 6"Slip Tee 658-050-00006 401-060 $28.290 67 2"Slip X Slip X 12"Thread Tee 658-050-00007 402-247 $1.790 68 1 1/2"Slip X Slip X 12"Thread Tee 658-050-00008 402-209 $1.420 69 1 1/4"Slip X Slip X 12"Thread Tee 658-050-00009 402-1616 $1.150 70 1"Slip x Slip X 12"Thread Tee 658-050-00010 402-130 $0.480 71 3/4"Slip X Slip X 12"Thread Tee 658-050-00011 402-101 $0.320 72 12"Slip X Slip X 12"Thread Tee 658-050-00012 402-005 $0.240 73 12"Funny Elbows 658-058-00001 RB-SBE050-SPEC $0.120 74 3/4"Funny Elbows 658-058-00002 RB-SBE075-SPEC $0.140 75 12"Male Funny Adapters 658-058-00003 RB-SBA050-SPEC $0.180 76 3/4"Male Funny Adapters 658-058-00004 RB-SBA075-SPEC $0.110 77 Funny Adapters Tees 658-058-00005 SBTEE $0.240 78 1"Slip Fix 658-060-00002 S118-10 $3.330 79 12"Slip Fix 658-060-00003 S118-05 $2.640 80 3/4"Slip Fix 658-060-00004 S118-07 $2.960 81 1 1/4"Slip Fix 658-060-00005 S118-12 $6.480 82 1 1/2"Slip Fix 658-060-00006 S118-15 $7.020 83 2"Slip Fix(KBI ONLY) 658-060-00001 S118-20 $10.930 84 2 1/2"Slip Fix(KBI ONLY) 658-060-00009 S118-25 $16.380 85 3"Slip Fix(KBI ONLY) 658-060-00007 S118-30 $18.260 86 4"Slip Fix(KBI ONLY) 658-060-00008 S118-40 $30.950 87 PVC Cement(Clear) 658-034-00002 PVCO2C-030 $9.000 88 PVC Glue(Grey) 658-034-00003 PVC05GO30 $10.930 89 PVC Glue(Blue) 658-034-00004 PVC25B-030 $11.970 901 PVC Cleaner 658-034-00005 CLEAN65-030 $8.140 91 1"Hardie Valve 658-074-00001 100P1 $51.120 92 1 12"Hardie Valve 658-074-00002 10OP15 $68.750 93 2"Hardie Valve 658-074-00003 100P2 $99.610 94 10"Circular Valve Box W/Green Cover 658-077-00001 111 BC $6.680 95 Rectangular Valve Box W/Green Cover 658-077-00002 113BC $14.930 96 Flags(red) 658-080-00001 REDGLOGLAG $7.200 97 Funny Pipe/Soft Flex Tube 658-080-00003 EHF1295-010-D $15.200 98 3/4"Teflon Tape 658-080-00002 86021 $0.630 99 12"PVC Reed Saw 658-046-00002 20985HSF12 $20.230 100 3/4"PVC Ball Valve 658-091-00011 770SO4N $0.970 101 1"PVC Ball Valve 658-091-00012 770S05N $1.270 102 1 1/4"PVC Ball Valve 658-091-00013 770S06N $1.790 103 1 12"PVC Ball Valve 658-091-00014 770S07N $2.550 104 2"PVC Ball Valve 658-091-000015 770S08N $3.990 105 12"Female Adapters 659-006-00001 835-005 $1.180 106 12"Male Adapters 659-006-00002 836-005 $1.480 107 3/4"Male Adapters 659-006-00003 836-007 1.630 108 3/4" Female Adapters 659-006-00004 835-007 $1.760 109 1"Male Adapters 659-006-00005 836-010 $2.820 110 1"Female Adapters 659-006-00006 835-010 $2.590 111 1 1/4"Male Adapters 659-006-00007 836-012 $3.290 112 11/4"Female Adapters 659-006-00008 835-012 $4.190 113 11/2"Male Adapters 659-006-00009 836-015 $4.730 114 1 12"Female Adapters 659-006-00010 835-015 $5.140 115 2"Male Adapters 659-006-00011 836-020 $6.840 116 2"Female Adapters 659-006-00012 835-020 $8.970 117 3"Male Adapters 659-006-00013 836-030 $8.630 118 3"Female Adapters 659-006-00014 835-030 $15.930 119 4"Male Adapters 659-006-00015 836-040 $15.360 120 4"Female Adapters 659-006-00016 835-040 $27.390 121 12"Slip Tees 659-017-00001 801-005 $1.970 122 3/4"Slip Tees 659-017-00002 801-007 $2.060 123 1"Slip Tees 659-017-00003 801-010 $2.580 124 1 1/4"Slip Tees 659-017-00004 801-012 $7.090 125 1 1/2"Slip Tees 659-017-00005 801-015 $7.090 126 2"Slip Tees 659-017-00006 801-020 $8.860 127 3"Slip Tees 659-017-00007 801-030 $12.040 128 4"Slip Tees 659-017-00008 801-040 $13.950 129 12"Slip 90 Elbows 659-024-00001 806-005 $0.700 130 12"Threaded 90 Elbows 659-024-00002 808-005 $1.610 131 3/4"Slip 90 Elbows 659-024-00003 806-007 $0.890 132 1"Slip 90 Elbows 659-024-00004 806-010 $1.440 13311 1 1/4"Slip 90 Elbows 659-024-00005 806-012 $1.920 1341 1 1/2"Slip 90 Elbows 1 659-024-00006 806-015 $2.060 135 2"Slip 90 Elbows 659-024-00007 806-020 $2.490 Page 435 of 1197 SiteOne Landscape Supply 1385 East 36th Street Cleveland,OH.44114 Contact:Keith McGinty Phone:(216)706-9250 Ext 2 Email:bids@siteone.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QUANTITY 136 3"Slip 90 Elbows 659-024-00008 806-030 $6.550 137 4"Slip 90 Elbows 659-024-00009 806-040 $9.950 138 12"Slip Couplings 659-041-00001 829-005 $1.260 139 3/4"Slip Couplings 659-041-00002 829-007 $1.710 140 1"Slip Couplings 659-041-00003 829-010 $1.760 141 1 1/4"Slip Couplings 659-041-00008 829-012 $2.670 142 1 1/2"Slip Couplings 659-041-00004 829-015 $2.880 143 2"Slip Couplings 659-041-00005 829-020 $3.100 144 3"Slip Couplings 659-041-00006 829-030 $8.750 145 4"Slip Couplings 659-041-00007 829-040 $10.960 146 1 1/2"x 12"Nipples 659-030-00001 15012PVCN $1.680 147 2"x 12"Nipples 659-030-00002 212PVCN $2.370 148 3"x 12"Nipples 659-030-00003 312PVCN $7.740 149 4"x 12"Nipples 659-030-00004 412PVCN $10.520 150 12"Slip 45 Elbows 659-027-00001 817-005 $1.310 151 3/4"Slip 45 Elbows 659-027-00002 817-007 $2.010 152 1"Slip 45 Elbows 659-027-00003 817-010 $3.010 153 1 1/4"Slip 45 Elbows 659-027-00004 817-012 $3.830 154 1 1/2"Slip 45 Elbows 659-027-00005 817-015 $4.530 155 2"Slip 45 Elbows 659-027-00006 817-020 $5.870 156 3"Slip 45 Elbows 659-027-00007 817-030 $15.010 157 4"Slip 45 Elbows 659-027-00008 817-040 $27.020 158 2 1/2"Slip 45 Elbows 659-027-00009 817-025 $12.330 159 6"Slip 45 Elbows 659-027-00010 817-060 $34.030 160 3/4"x 12"Slip x Slip Bushing 659-033-00001 837-101 $0.410 161 1"x 3/4"Slip x Slip Bushing 659-033-00002 837-131 $1.170 162 1 1/4"x 1"Slip x Slip Bushing 659-033-00003 837-168 $1.830 163 1 12"x 1 1/4"Slip x Slip Bushing 659-033-00004 837-212 $2.490 164 2"x 1 12"Slip x Slip Bushing 659-033-00005 837-251 $3.550 165 3"x 2"Slip x Slip Bushing 659-033-00006 837-338 $9.770 166 4"x 3"Slip x Slip Bushing 659-033-00007 837-422 $13.530 167 3/4"x 12"Slip x Thread Bushing 659-036-00001 838-101 $0.740 168 1"x 3/4"Slip x Thread Bushing 659-036-00002 838-131 $1.170 169 1 1/4"x 1"Slip x Thread Bushing 659-036-00003 838-168 $2.370 170 1 1/2"x 1 1/4"Slip x Thread Bushing 659-036-00004 838-212 $2.960 171 2"x 1 12"Slip x Thread Bushing 659-036-00005 838-251 $3.620 172 3"x 2"Slip x Thread Bushing 659-036-00006 838-338 $14.210 173 4"x 3"Slip x Thread Bushing 659-036-00007 838-422 $21.830 174 12"Pipe-20 ft.piece 659-040-00001 50PVC80PE $6.840 175 3/4"Pipe-20 ft.piece 659-040-00002 75PVC80PE $7.140 176 1"Pipe-20 ft.piece 659-040-00003 1 PVC80PE $8.540 1771 1 1/4"Pipe-20 ft.piece 659-040-00004 125PVC80PE $16.620 178 1 12"Pipe-20 ft.piece 659-040-00005 150PVC80PE $13.940 179 2"Pipe-20 ft.piece 659-040-00006 2PVC80PE $22.860 180 2 12"Slip Cap 1H 9-042-00001 847-025 $11.250 181 3"Slip Cap 659-042-00002847-030 $13.170 182 4"Slip Cap 659-042-00003 847-040 $22.200 183 6"Slip Cap 659-042-00004 847-060 $55.220 Page 436 of 1197 SiteOne Landscape Supply 1385 East 36th Street Cleveland,OR 44114 Contact:Keith McGinty Phone:(216)706-9250 Ext 2 Email:bids@siteone.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFF I DAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS YES NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES PALM BEACH COUNTY INSPECTOR GENERAL YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 0% LOCAL BUSINESS YES NOTA LOCAL BUSINESS ADDENDUM NA SCRUTINIZED COMPANIES YES Page 437 of 1197 'E[HjDEkA6KN0WLECFGEMENT ;Submit§169 To: Pkb6URtM'J=-NT- .5IEKVlQES ,3301 QfjJntumf.BoUl,61jafd `Boynton Beach, Florida 33426. T,0lpphQne: 01i).T42:631-16 -Bid'TIt1e!,. �IANNUAILSUPPILY OF PVC-SCHIEDULE40 &80-IRRIGATION Bid Number: ',0324412-197MFD wM0,'- AOGU$T-X0,,26.0j NO-tOER-T-14AN,10:60 A.K,,{LOCAL TIME) ,will, be unless speq1fJq0'6thprwise.'Bid receiving d6te,and: �M' ejs.scheduled A" guit- -'I'' later Min 10.1 00.AAM. (I.pcol-t.I.me) and Ingy not I be' -for u 2k.20. 0; nb. -WtN&4Wn Withinn (90),daysa fter'A0ch daki.-:afid tiffi6:v Alf awards.made s.41 rAqqlt-qf'' ilso -ph01,conform - 1i-1i able sections:of -66de-s,oflhe-Cityi ,Npme of Vendor: Fortilne Inc. FedeW I.D.,Numbet! 57-0819190 A C'Qrppraiion of-fhe:Staia of Area Gdde '704 T&l6p1!one.NiU-'nb&n MT9859 Area Code; 704 FAKNurribor, 768-9696, IVlailing.Address-. 7025 Nbrthwiftds Drive„M -Ulty/8tote7zip: Concord, NO Vendor Mailsng`Date; 81191'[9 :l;-Mai[Addre§§-. 6herl.�M-1th@fbMlin'e-.c6rn -Auftrlked-819n.a.We Shed'Smith NOM&Typed THIS PAGE 10 -:PE SUPMITTE b-ALONG WITH,PAO00SAL '- ,P6Rz.p"1D,tb-bff.GoNtIlit RED COMPLETE A Nb.-A'CCEPTABLEE Page 438 of 119 FOR IANNUAL�6UPPLYQF PVCSCHEDULE.40:&-80,.IRRii3ATION SUPPLIES"' B1D'NoA394.14:12-191MFD, SCOPE OR Eib The; ftUtpose ,of tfiilsbld_k'W establish gl6vthe p"Ye .6f varlqus:_PVCY piping, -and fittings ,(sctfedule •40' :&: .:Bq) "tobe Oidd: in le'rigiMl6h In, I:14i-.61rep to derod on an"AS WORD;.541jl§�-I--and stocked in thq. 0o .10 girp; Ms.w t1l ordered 41CV?si Watblf&jsek.The- WIW�6h.b;(1)Year Mid nnhy IJO ;renewed; ..-PAw pticesi -terraq;,aqq qqicfloonst ��rqq (3) addjfjon4i :one�-YP r upon �acceptance apit, upon i�44ictor y p6rf0rm4;!0Q, 004 or ,qqtermInM(qn1k4t_-L`tPq r9gewalmill be:',In...th the City's best-146rests. BVjWbffiftf1ffrj a-L0613dsif--th&,.§ud66s4df 151-d"der, and,specificaition's., A) A11 818'prices are,'RCYR City:Cfn*136yntori Bdach MrehbUd6.,22TN.E.Ark Aven ppi.ppyntop 9 . , , B), 8Idd0:ffiLfdt,0U&dht6&'all Oridds-'f& year.: -fho .re- 1 beo minimum iMuM dollar ampqpf pprbrd6r. . 1)) Bldd&should zst_a&.tRe. tffaddl1pdrU:numbers;6f all;items aril aiccessc rtes specified!n4hls-.b1d. E�. Bilddbf-ffiu§t_1E 0,. able 10-jjuthroughout O Adh'bf,60 or.W66 ft&tV'066� iftf6 ` I dUr" gh Bid.,All_&dirs mustbe41611V&eff.Wthlh 45Jdays.frorh,,d6t6vdf the Olufta-§b,bfddf.. Backorders exceeding the [5; peripd:are subiiect,`t6cana61lE&om :F) All. qWintiWd Ihdidstast in ATTACHMENT -0ftb_'0Q$A4 bWJE'T.152 '&bdd f&thd ­hd'(j)96­06ti6d. TW6 is:represeht zippf6mma n o ar no guarantee: J made:or illed1hif: q,P 1 or jr1p ty:)Mll fulfill such pumhases, of Aj)=,AM n gi estimated Op ntffjes� ,invQ-066dule o OhdifurOorthe et�'timafi5d q08 4016n,&Z' O is: 2 4M(L", A) Awod_!s anticipated on An item by.1-tem ba4ls;;however; aware[to multiple Wdors 0iw1dr-- ot basis may be'considereo Ys THIS PAGE.TO SE SUBMITTED ALONG;WITFf.:PROPOS-AL FOK:BID,TO BE-o'CONSIDERED.COMPLETE-A NO'-ACCEPTABLE Page 439 of 1191 11 The percenk`dlscotanf aaplies'tothe`Commotlity. — - Ppah , P. ad Fifngs In=tli1dJhstaiide,PVC Pipe Abd Fittfhdg _encorripa$s�any' d all sirriilai`,�nd_like items a's individually listed: .J};TheClty reserves the 'ightta;purchase an_iiie open t�nalkst-shouid id market prices prevail at i+i'hiah tirrie,tha`succ ssful bid er shall have thd#tian of :meeting theIower price;.or�rellevirig the City:of:an:obligatioh,..' revlously understnad_ 1<) IF`THE BID SHEETS'ARE NOT LEGIBLE, THE.BID�°ILL.BE REJECTED:, BI LEGIBILITY WILL DETERMINED"BY STAFF. L)° All Attings and accessories listed ari ttie;,Sid pages must lie:pf.= Aamestic manufadurwand meet,all.crlteriaeset fartY%bythe A W A S tM.,and the.trade In'. ustrq. IVM).ATTAtFIlIifENT"B" PRQPC35AL;SFiEE1 S (Exce(formaf}must be submEtted wiftyeur proposal. Youir-Signature Is dquir ,d,for,ea4 page c f'Attaclimeint; 413*. N}Please pfovide an;emai!'address to sul;tnit the Cify's drderS:.Th'e G{ty y also orderVia fax and telephone., Einail-is thb tity's preferred rriethod. ,Ernaif,- buUlett 6fq tilirje,dt in tG THIS.:PAGE TO BE SUQU!"El)"ALONGWITI-17PROPOSAL FORBID TO BE CONSIDERED.COMPLETE AND ACCEPTABLE Page 440 of 1197 NON C0LLU6l0N.,AFFiDAV1T-_,6F P"FWE' blEiDE-K StAte of PAecklei*urg-Cabar 'Sheri faith 'being first duty:sworn, deposes and says. - ,that;, 11 He Is Regional 81d"Coordiantor. r6r. Fbr1.fhneJnc. (Name of Qor Qrqti9npr.Firm ,(Title) .--,.p ) the,bidder that fhas':,suhfitted.t[i&gttbc'he&bld:. 14pjp of'a U! e, i6'd ff ..,_y1jpfp.rmed respecfingh ­ .1­- pFqp@rafion and contents of the attach6d bid'5 p6rtlherit circumstances paspejotinq sop -3 . 'Said Widis genuine:and:is MIA 6611dsfvd&'S­h;kM-b1d,, IFUrffhier; the said bidder nor an Pf,i10pffirprsi partners, owners; agglts, ;representatives,. 'interest;:i00dihg-this akrt, has in any way.-collud&d, conspired connived or agreedi-d1rectlV,a_r1fidir6ct19-Affith 66y .other biddijr,'firm'or p%rsdn to submit ar collvsiV@ pr sham,Pfo'lpponnec!jgnyoth�the'Contract::forwhi 'ch the Attildh6d.bid lids b6en subdftea orW reka1h fro annectibn T bidding in c� -with g�pch.Co6tracf, or-,has in any Mqr)pqrj directly br. 1hd1r6ct1y,, !soug'ft by,agreement or collusionor communications-ons'or;qqnfer_ence: with any other biddet-i*m' 6-r'per'son.tb_-fix thi,#Ide oCpddes-1h.-,thd Aftacfiddbld-or,of-.Any oiherbidder; orlp,jjk1any-,oyqrheq :c of PF ....­qj,prpfitor-or -element- the-bid icb.&thbUdPrjce6f- h 'a o e or Uniam6l' -y,other Wder, or to., secure through any conspiracy, connivance or any, porson:interedt�a :agreement tiny.ddijaritagie Idairist theCity Of 136yiii �Ariilia' Pf9ppped,Contract.:and- -he price- -a talhted,by an ft-or prices quoted in the��Ita.chedlbid',.r6 fi�jr�,@Dj proper and are!not Y ort of z611uM6n,-,dohsblraMyj b6JnnjVbhce br,uhileiWful agm6m'dnton the,p .'b - pr pr,any,,of its agents; repr ersimtitiv' es, dWfidtd, employees;or.paftW�,,In ldjer6st,.IWO, this a7fiabt, -AA, .S6sor[bedfand­;$W 0, Prn,,'t. hefore me- 1p) Reglofial 0-ordight6f This- -IR day:-6f. :August 20);�jq My ccommission4,9. Or f. 00 U31 % 574, 000 jr-p F �p`6.9,3, r-OF Z. COU 0 THISPAGE`TOBE,.S.UBMITTED'.A.LONGWITH PROPPSAL , FORBID TUFF PONMPERED-C QMPLETE ANP ACCi*PTABI.� T9; Page 441 of 1197 STAT QF I#LbMb`- M C.0UNTY'0FPALM::BEACH j 1 the-Uhd�rilgrfed'h'brebYduiy.-Elwo.r.n,depps'e.and'say, -gtn.g.pprtlqn- pf the sum:herein°bid ruill gi r. ffin&by an offld&r-bf'the:c6fp6rbti6h. 4i directly indirectly me or any of my Wr hi .ama NAME—SIGNATURE $Mrn and subscribed before,me JWT9___ :'d Ay bif- August` P ril 6 tei d n&t Mafl 6h; Obpri Smith NAME: Reglonal Bid'Cbordiantor -'TITLE' ,NOTARY PUBLIC!,State`bf 1-464da.- Eit Large Fdrtillhe, Ihd. O(YOPANY' S w >1 x S. "OFFICIAL.NOTAR-Y-'SEAL:;.STAMP C=S03 1. I G, 7, -0- J�iG0 2 S�G'OU��k�4�: THl$PAGE Tp Pg;$UBMITTEOL.A,L6Wd;vjiYff,;OkoP6SAL,,'P'b,Fi.bib, TO,rBECC)NSIIIER:E'D'CQMPLk�kAk'o' 6E'PT.­AB`L­E.' 12 Page 442 of 1197 fJNf=1RMi4T1aN O N11N.-QR1TY OWN D BUSINESS r. TRS' .ls_a reggqpted form fo be made a pq!t,6f our f((es�for-future use and=infofffiatlon.:Pfease fill, :out an dicate 1r1 the appropnate spaces provided which category,best descr�bes;your company: Return th(s form w(th your:hid'propnsal stjeet rrRalting.il ah-offic(9 part 01 your;15(d response. .ls.;your:campany a.Niiror(ty Owned pus(_riess`? '�, . Yes 11(0 ItYes,:please'lndicate by an 4X"in the appropriate box:, ( ) AMERICAIA.AbiAN ( ) A 16 (. ) BLACK, ') HISPANIC: (specify} { _) NOT APPLICABLE- Do you possess-wCert hrgj n qualiNing,ypgr#sines as a.Minority Owned Business? 11E5 - NQ. ,IfY1=S, Name the;0.rgon(zatlon=frorn7mi iqh this cert(faationwas obtained and date, N/A 1.ssging Organization for,Certification NIA _ Date of:CerUflcatlbn THIS PAGE TO BE SUBMITTED ALONG-.WITH.PROPOSAL FOR;BID'TO BE:CONSID�RED COMPLET�!Af4PACGEPTAS.:E 2Q Page 443 of 119 ,CONPIRMATiON''OF DRUG-FREE.11VORKPG4CE i PFcifererroe shall;be given to;bdslhds"se's With°,drug-free workplace;programs 1Nheriever two-or. more;bds w>�icft are equal with respect:fo price,:giiality,:arid seri)ice;;are feceived by:#fielty-of �oyrton 8eacll or by eny.politieaj subdlv5lon`for.the procurement of ca[pmodities or contractual ,services, a bid rac6lved. from a:;business that "certifies that if'hasmlmplarrtetlted a drug-free .workplace program shall be given preferehoe`in tfie award proddt5. Fstahlishad procedures,ror pr©cesgjng tie bids will be followed If none, of the•tied vendors hai.6-a drug-free sWdrkplaeb. program rin orcter:to.ifave a drug-free warkface pragram,'a,µbusirless shalt: -1) Publish a 'staterrient notifying e"rnployees that the; unlawful: manufacture, distripution,, di'spensing, possession ,u`orkpiace and specifying the.ao(lonsthat1Mil be ti*qrj against emptoyees�for.violations of such prohibition. -2) Inform employees abbut4he Mangers of dug,ause;i e 6rkace,:the 60 'Is; spolicy of maintaining:, ai drug-,free workplace,; ariy availabl& drug counseling, rehabllltatiort, -and empioyee assistance programs, and t}ie panaltiesAhat;rriay be'lrnposed:ePon-employees f it drug abuse violatto_ns: 3). Giveieach,employee.=engaged lh -°r vlding the d6ffrriodlties 6 ti cbritractilal:de.Nices thaVafe under bid a.copy of the statement sp pifledIn subsection (iy. F) In the; statement specifies in subsection`(T}, notify the employee`that, a s.1a=,condition of working on thecommodities or°confractual 'setvicei ttfiff 6fe.undO.-bid -the_employee,Will abide'by the terns of#hestatement<apd v�illl notify#fie employer ofxany conviction of,.:nr plea of guilty or niA,'.. oriteridere to,:any°violation of'Chapter 893 prof any controlled substance 16W--of-fhe Uh1f d S#ales or ,any"state;;for a violation occiaering'iMthe Workplace no'later than Tve(5 days-after-such conviction°, 5) Ira►OFse a sanction,on, or require the_5atisfacfwparticipation in:a drug abuse '­ re sQr refiabilit"s'tion-prograM if such Js-available.in`ttYe employee's community by;;arty omployea •Who.ls so convicted: .6} Make a good 'faith.. effort -to co fl rtue to v6Ini a drug=free workplace: through implemeritatiori's�f this;seetlon. ,A's.:thq person-authorized-to sign thefstyterneriif, l certify,thi t thfs firm•comptles%fuliy-w1th- �theah'iive requirements. QQ a , Vendor's.slgnature 'TN;S'PAdi TO BE SUBMITTED-ALONG;WITH PROPOSAL'- FOR BID'TO=BE=GONgfbEREb COMPETE ANON ACCEPTABLE Page 444 of 119 i PALM BEACH CO'UNT1f NSPECTOR'GENERAL. ACKNOWLEDGMENT The=Contractor is aware;that tfie..InspedtovGeneral ofPalmT Beach:County has the authority to itivestigate.and;aueit'matters relating-Ao the negotiation and performance of this contract, and in furtherance-thereof may.demand and obtain records-,and testimony from the Goritrgctor and-its sp4pi tractors and lower-tier Stilaconfractors, The contractor urrderstands and;agrees tl�at;in additlon'to all,'othorremedies and;con.sequencos provdedy law;.the failure'of the_Cotitractor or'its'sucontractors-or`:louver.:tier sulcorltractors to fully cooperate.° Wilk the Inspector--General wi en reglaested. may 6e deemed by. th'e 1 municipality :to 6e a Mi teriat hr`each 'of' this, =contract justifying its termination. �Fortiline;.lnc; . 'CONTRAOTOR-NAM gyL Sheri:Sheri ................. Tttler, Regfona(Oiri:Cpprdfantor Q8119119: Date:.. ° ... _ .._.. ,.... ,"I§ PAGE TO B SLIHMITTgi);ALONG WITH.PRP..POSAL AOR°I311D TD;I3 CONSIf]ERED GOMPI;ETI=:;ANPGEPTABL 2.2 Page 445 of 1197 A Q A -CtTy �)(WT ON BEACH FLORIDA WO Noi; '6094411'�j,81F-D BIDDERI Foirtillne, Inc; ,bA,YE'8Q'BMjTTr=[):... 'UClepropose and:6&6b, ifthid subm[ttdllls-hdddpt6d, t6 dbfitir6dtWith th6 City Beath., 16:T010 all,material;--equipment,. machinery, tools;,appar6fus; means,of ltandpdirtMoh and; : .ocument's., ;servlces pece§sary-tp'(pVld.&the,comm led I' th0�'61dA 'We rapose."to pravl&lM 6iffirrf6ditles.66thhed in thisf bid:6d6oFdin0jdjhe Bid'd6bUffiWebgrid thp,fpll&ving addenda Wfildhve have received:. AIj6ltNDIJM NO, DATE" ADDENDUM No:. DATE. O&A T 06A.'2- oc ADDENDUM wA8,-REcr=!VED IN'CONNECTION WITH THIS BID TH IT"P -ROPOSAL ',FOR-ljlD-T0 BE.-.PONSIDEREP-(jd�Mf'L-Ett,4i4t).ACIOEO*-ABLE Page 446 of 1191 CITY-0f.BQY'NT6K BEACH LOCAL'SUSINF-99 tTATU9,CERTIFICATION VA, the of "(Na'MO.Lof officer of wropany) (Title of officer of,pprnmy) 16dat6d at.! "Na."I e- ,of ComorationiOqmpgi ny) (Business Address), -Odffify,th,eit-ram,ahe ifuthbrLied.reptesentaflVe of th-e tausines5 and,,,oq,behalf of the 'O.up'he a �pj,-�eqpestth tit be deemed to be;a.local"business f6fp#6s66�df;the City'& BbVfitbh Beach-Local Preference Program.-Answering yes to question 11,and Gtuetion.2 .bofQW Will qualify the bqslness as alp Pali business. lnt:opp6rt,6f..;thit:re4uest,,I�di§rkify,thb 461loWift0o,be trUe"drid,wriect" .. ......... NAMEOF`SUSINESS, Foitiline; Inca 1. Is the business Ionated With1h,the"0! �LES NO; NUMber.of Years: ,of Boynton Beiadh-,�,Florida? .v .2 Does business-1( sih6§s-Mvb; a� YES NO. Busin" U oss� cense repplp ue m ;i�s -d In the-currehtyear? Number: 73, is the bifisiness registered i th ES, NO, D.lvlsion'bf--CaTO6r6tldnsT flO.00Q404477 Vdfiddrstdhd-that rfiWe_pfesentafjaWijf aoyjatit; In-connection with;this rqqqest4pqy,.bqf.qause st: 1.'alwagreo that the.business;1s7r6qUirpo.to -for removal frdr�vthd certified iodal JJU40655"� 11 nOtlfY4haQiy in, alify.a,§a.lobafbdsifiest W(.1-tipgrshould it cease'to qu Pint Name: .Sheri:smlth A4*FOR"PUFtCHA9jNG USE=ONLY *k 8qstnqs§Uponso Year Established:. AOIVw Veri6e .M T H I S P&O g'TO tE­',S_U­B­M­'lT'T_E'D AL 0 N'G'- _W_ 1 T-H PROPOSAL FOR PIPTQ RE I`CONPk6E`REb__`CO` MP, .ET.EAiql:�AQGE.RTABLE -_24 _ _ Page 447 of 1197 r a CERTIFICATION PURSUANT TO FLORIDA STATM!1-28117.1116- 11, TE_';§-287:1351l, SherFSiriith, Rein 'Bld, Cdsd., on:',bbh4If'of;. Fortilinei lnc: .. certify.. Print Namearid Title Conpaiiy Name :that:. •Fdrtillri0j'1ho: 'd'oes.n0t;, :Coriipaily"Name I.Participafe,iii:a boycnft-&Isri el; and 2; ls�not"on'the Scrytinized Campanlbs.thMt,'Bdycot 1'srael List and -;a-.-Cs:,nal nri fhe S:,cruflnized Companies w[th Aetiv�ties:'Cn'Sudan LlM and 4. is_ lot on fl a Scrcifinized COM panEes _.th A-ctivltiea;ln the'I,t n Petroleum- Energy°Sector List,:and Has not;engaged.in;business operations in Syria. ;Submitt'ing.a false ce&ricationrshali be deerYted.a materiaCbreach,of abntracl.The City'AAll ;provide notice, h wnfingi,A6 the"Contraetvr of':tfie;City's:tletarM!nation,coheOe ring ti.le Nse_ :certification.Tile-Contraotlor;shall have.ninety(90)days following_�_recelpt-of the notice to reMond in:wrltipg'arld demonstrate that th`e.determiriatroh�dffalse c6rtifitctitlon,was,rt title in; error: If_the-Contractpr does not de hstrate'that_fha:City's"determ neflort of false certification! •Was:made 1n•error then the;Clty:shMl have the rightta tefmih6tethe contract and',seek 40 rerriedies'pursuant tri FlaridaStafiato§x$7;195. :Section 287 35; FlaridaFS#titrates;proiiiliits tfie City from 1y ontraetjifh cor.npanie.s for goods•of serVldes:l'n dny amount if at the time of binding orl;submitting;a`.proposal for; or entering into owreneWirig a contrast if-the:cortipany Wdh'the Scrutinized Companfos that .:boycott 18rad] List;.6e9t6 pursuant:to Suction 21 :4725, ;S;or is engaged in a boygatt of 'Israel;and 2) "Contracting wib'cot>2papi. for goads;:or servcces over$1..,000;000 00 that are cn•eithdtlhe ScrutintzedCompphles-with activities MAN Iran Petrgleurri Energy:Sector list,.. 'r at I`pursuant; +ta s 215::473, Qr`Ar6 Raged in,brusifie s operatib is'ln Syne:. WrYdtfAkE NOT SUBMI'I`TING`A-UM,VL'UASU COMP.LWIZ R?OU i ANDRE TURNTO PROC[I.TU MENT'SI_Y-ICES `2S Page 448 of 1197 1 As the person auti7orized to sigh on bliaif of'th. ;Contractor,,;•1 tteCebY certjfy thatthe Qarnpany iiieritii~red aIa"ove iri'the section entitled " ontractaT Nameu does not=participate in any boycott of Israel;is not.fsted on the Scrutinized Companie's that Boycott tsTael List, is:not`kiod.on either "the;Scrutinized Coiliparl[e"s w{h'activrtios`tn the I t, I?etrole�tm energy Sector List; and is not A in business operations in SyriaJ'understand'Wdt Odrstiant`tfl section zg7.� 5,.:i=lorida` 'Statutes, the WSffi sib of-a false"certification may sobtcckitf.e company•to ".jj,penalties,-. Ott0rhO 'S-fees andler costs, I:further understand that any:confract-with the�Ctty.�for goods or, vices may be termliiated at_the:nptiorr=of..the-City if the company is found to have submitted ser `a NE a OerfjflcOon or has,lieen-placed on the Scrutinlied`Compariies mAt:h•:Activities"in Sudan= ;list orthe Scrut�njzeci:Catnpanies with Activities irttlie Iran Ntfoleuth F.r7ergy;Sector List. A I wl .Fortillne,_Inc.. COMPANY NAME ;SIG NATURE Shari&hith, Regjonal!Bid'CoardIahtot PRINTNAM� TITLE' i i "IF`Yd[1"riR�N07'.�UIiINI�"�'ING A BiA..,;Y'1?] :�L'�{]MPL�TR FOR�VL AND:RETURN:`TQ PRCf URE1rdFNTSERVICI,;$ _ 26; Page 449 of 1197' STATEMENT OF ND B1D 'if;yau-.are 'not: 614-dmg `thls servlcelco, Mpdity; Iease complete acid 'fettTro this. form to: PFiQCLIREi11lENT;SERViCO, ieity of;8oynton;.beach, X301 Quantum '81Vd , Boynton'Beach,. Florida 33426:. Falliir+r`to respond may.rosult:.In lelel Iori'pf vendor's jpMq from,the.quallfl'ed blddef's list;forlhe C4.of-adgkoh aeach. COMPANY°NAME: ADDRESS: VA �`--t EE0HONE ;SIGNATURE: '>7ATE -WE, ihe_undersigned Piave declined to�iiid on::yoiir Bi i,Na; Q3;ii='1 '[2-191MFD far ANNLl4L SUPPLY OF PVC_ S HPOULE 4a &80 IRRIGATION S_UPPLIES;because ofthe°fbilowIi g `rea�i;ns .$pq*6ti0ns= too "tight1.�.; ;geared towdM' brand or maiaufactQrer only -(explain�be[ow) Insuftrcient'time.to;.Cesporid to:the Invitatibn`:to.Bid W014o fiat offpr:�his.prpftgt,or n•equivalent� Our product schedule`would'riatpermit:us to'perfarfri e.)nakie;to:mee#speeifcatans: � Unakle;to:meet'liana requirements E - Sjiecifiicatloris-�iriale-ar-(explain beipuu} Other(spec[fy beiow) R9MAWK IL?'Y4FI)'::Alt�N[3T`SUT3i1i1T�"I1V��Ai_�Il];PI��AS�reoMrLET�;�'aF € AND::RR'Ci1RN'TOTRUCUREMENT SERYJQJ�i S 27 Page 450 of 11971 Please see Attachmen # Proposal Sheets to SU- bmit your proposal . O O 0 O O O O O O O O O O O O Co N N u7 u1 u7 N N N N N N CO Cl) N N d O C W O co tt O u7 u7 u7 O m N u7 (D m O r r r Cl! M N v v CD P) M N r r Iq 0 p O O C3 C� O C) C� O C7 O O O O O m Fs7 (s7 EA EH CA V% CA U) CH CA CA UT (R ER 03. p m co m � N � m y a m 0 O O O O O O O O O O O C? Q Q N C m N N ao u] to N N N N N N M M N N E a � y w y i L r La 0. W ` 1-r o (n u� ti s• o o Lo LO o L N O f 'p OO O O r r — — N O O a o 0 0 0 0 0 0 0 0 0 0 0 0 o a N a 0 to to LO CD ui W) (D CD co LO r v v � 't a IT H � LU c� = w a cnLL � � E 000 a m aJ d U) 00 N p 4o m W LO O p LL acx °7 m a w Q- a m �1 0 n m m m v CL U U a m cl m U U z Z w a Q a v o v o Q o m o < o Q o ¢ o m a o C3 m o U o U o -0 o W v a v Q v v b v ¢ v a� v v v Q-v av U v v v m v C m R s m x m x a x Q x x ms °7x Qx inx inx as Q'Z - xs m E U m U m U U U m U m U U 2 U - U - U' U U U (o U GU - t- `` fn m N m - = a-- N M t' a a z z a "-fig S i 4 T PIO uCa Y M/'Y. Rif w� o a ,�-... aa• ac ao co.. 'oc.:� oa.a as �" na ` .'«," �•- ai _vo � (n 0 z w m� I o N M v )n I �1 - N M O (D h O m Y �" L O O O O O O O O O O LO Lf) U') O O LO }� N N N N N N N O W) w N N N r r F G7 Q � 0 C_ � 03 st co to co Il] h X19 N U'j to co W) N Go W) m M N N M 'V• [O GO Y Y N M M O N GD h V O O O O O O O O O O O O O Nco 'C NT EH f/3 6% qaA 6% E9 EH 68 04 Hi 6% EH b9 59 fR O O. d i4 coto Ccm O O O 4 O' Q O CD W W Cl O O C (9 N u) N N N GV N a � ti a L 4-- r- �h LO - LO h O N O LO h O Nin O LO O O O 'tl O O O O O O N Nm Nr O O O O O O O O O O O O O O O O O m m m h t+ ti h ti_ Q7 O) 0) GA 0) 0) 6 6 6 LO r r r T r N N N N N N N N N Ir tt v "t It v v Nr v tt IT csa 0 LL C N M CI m CL c 0 3 0 0 o c c c C 0 0 0 C _ a0 U U n o u! W a 06 c 7 7 c 3 c c o o W o 0 0 0 0 o Z) 0 0 0 0 0 0 0 0 0 0 0 0 CD v ma 'T u) d• � v v v v V v 0 v 0 v U U v o v U v o v o v U w COz m = � z = � Y aY _aY r r UY ar YU2 YUZUz m U U._ U .- U U U U aU aU U U '- U V — U U U p W u) U W •- W CO.u7 W W F u) {n W •_ v) w u) 0) W ._ w fn •- fn •- (n . fn _ _ fp fp fq fn [L N N N mr P) r r r [V r M co m N C7 rn s G as 0 —• C4 na x ar as ar ;oc co eq a> ar ocx 8a m rn � 1 E -" S M X1'1 <D h W O O r N T r N tV N N N N N N N N M M M a O O O O O O O O m 1Y] N It N N N N N N N a `m C3 Q c_ � rn N T OD m O N O r N O O O M 4] (O C 117N 'c! V O O O O O O O O O - ap Hi iH (A CO d9 (a (PJ 49 63 6 F7 a m is 0 a° rno O a o a o 0 o a o a a o o a o t6 (O N vN NN N N NN N N N0 N N Q 0 a O O CL C- N O R7 C) O O O C O q O O O O O m (D (o (o to to to 1-- fi- h m LO O d O O O O O O O O 0 .0 m m m w w a m 0 U- cu U) C CL a) ( m rn m a CL 0 3 0 0 0_ 0_ o a W t2 c W - U) m U IL !!.I 0 rn O O w O y m m N m ,a W O W O W a a 0 0 0 a V O 'O O O O O O Z D Q i O O p� Q� m -'r ca 'tT sF of 'V b 0 w rn T °� 2 °� T Z Z 0) Z L 2 L 2 ` S m 2 Cto L) O 3 3 3 0 asex U ._ U ._ U '— U '— U U U U t U o U T vi fA fA fA N wwK U] X 0 H fn `m m _ Q. x t CL a o a o m o r Cd) `� fn z a a a Q fn i14 c) v co `n # tom10 ' C 1,13 2`E 'N NIR M M 1-0� I M I M I I M I I M I 'T I C T I t I I�I I V T L-1- a N N N N N `m . O NN N N N N N [OV O eg ¢ O O O O: O N N to 0 d7 m O O O N N C-4 C-4 [r! 17 O G O O Q, f�D O O O O O O G d�! �i O O ti U') m m Lti 6 — N M is cl ID m O Il O O O O O O O O O O O O C y N N M N M M 07 N N N N m N N a � ti rn m IL O O N O N m N N Ir � � � 4 O O O O LO N It N N N w 0 O O M sf M LU m LL 0 E .m _ m co cc m (n a m Z s Ca CL cn c acSl Sl m CL mo mmto LO O cl m m m m m mQ¢ 5 nc o 0 0 o m cl o m o m o m o m o �, 3 Svzo c � v � vavV -rvir %r v,o v OL vl- vl- v .rx_ vUv $A x m 0 m N Z O S O S S N S N S ,�+ 2 �+ 2 ,�+ _ .� 2 ._ x ._ m (� m 2 N U N U N C-) C-) U N U N U N U U V (q U N U - U U � 7 7 L CL O IV _ U CV U] U co - U - ^ co m FN iV x Q N LL p M Ll I I I I I I . . . LL. I Ll. I I L. J vs Jim EwlE m 0 O r N P7 7 %D LO LO m m W N M 1[l It 4] IL] O {IJ Y7 1[] lC1 �[1 1[] 1[1 (D tp ID f0 fD r rCD CD N N N CD N N O O O O to O to O N m d V . O e g w O O O r N O O W O O O O O O m M m O N O M N 7 V m O N O O O O V O O O O � M M m a7 aT N O O pp 49 t9 d9 W. CO b9 Vy M. EA e% (14 N V p a. :» CA v). vs m i� 7 10 C C C o C o p p , p p p C C C o 0 0 C to N N N N N N N N N C O O .-- r r .-- O O N a � ti a L 4— C3 h rn tD O r O O m m v o m m v C C O N N 7 7 i O (D m cq LO `> O O O O O O O V V V V (5 uaJ u� ja ji� < I w w w w 1.� w a m S C 0 LL .E m .c m c m ra m (D m m a F- H F b v �- rn k2 'a 'a ca m1 41 J J Z J J O L } H _ Z O Z Z x x x x O O O a dC ~ CNC N 0 c) c) 4! W Q ¢ m LL C3 LL aLLc) C' Ocl� p — pmp — p — p H - N 'tTr' -T � N � � � � C C Y � m � m _ zrrxzxr� zXxXS C C _ yyysnyu) zYy xZ � YYz x CL U a L) U U v NU _ U _ U = U = U xUiiU x U x U U3 C,co U) ej) •- FA IL li m N Q W N fA17 f) -V Zo wz 0) U7 u. co iz U EtoC X XU) U3 d7 U m - - m m c ._ cn g a; X x X x N � N co U) .LML_ fA f4 .— ._ ._ N U- FV r Cl) N . LV c 2 N M r T '� Sac ca Ir. us an an ;errvt +r: u+ vt .r E .mi [D O CA O r N M tl' O (Dco lt-J cv to Ird 1;J ' n [;z ti r t- r ti m m m m m m m v �r n v in Lo a C) IL 4m Q 'E . O c 0 0 00 C:, 0 0 o m o o Un o L v V e[) G " Oi m a fa Ea itr o m m N m C am N O O U.) c4 Un N to o LO � ti � rn a o � O c I` LO N +� ,, z z z z ¢¢ a ¢ U - U U U U u� iuQ W W Q O O lL (6 a x M a m c 0 v LL t tn W C m ca z 0 zU U o o = [ "� ca a V C7 LLA c �vH� Q:iuE= �r D m H > > > m _ � �m _ O m m O LL. LD A � C7(� CJC7C7 V C! Y = V�Y my d � L U U U > 2U _ 2U ,� g> > �" IL CL CM . CO u? r NLL C) C)o o V m 0 U Y r O Kz Cho 0 o Q o a c cs c c !�" oo ao ac `aa wac cc aG `a'a m ti 1_1 O W 1-1 (n a] /D 11 W m co OD m 01 O] co 0I 1-1 111 1 m � m Lo m a � $ ) ■ o q q B @ E N Q a K % E a e m gm U') n � ■ CY) t o 0 0, m o4- k / j \ $ § 7 $ ■ 0 0 ¢ \ 2 ' e LL o . . m � • k (n 0 CDcmCL c 2 i : I 2 7# c» oso] o / o kms / m o o m 13 Im/ n¢ m\ =L} m . » c� J NM kc a 7 k § § C3 ` . • \ �- W to t() to (o to O O O O O O Y .--• r 0 to 0 O W N N N N N N N N N IL CD Q 'O G O to O O O 47 u7 O O tt"J O O O O to LD O LC1 tp O T+ p`J y cq N C7 v N O (O M n 11: W r-: N O to (D r (O V Q r r N N N M Cl) -T Ln W N NN to (10 (9 (9 fA ER EH (A (R K? d9 UT CO d9 H} fA (A H3 d9 (A E9 (A O a � ca r A i9 m O O O O O v O co O O O OO o O 0 aM N N N N N N N N N N N NN W N N N N N N Loa O Ul) to ti O O N N trn 47 O O O co O O Lo r~ O N O '[S O O 4 O .--• r r r N N M M V O O C O O O O O 4 4 O O O O O O O O O O O O O m t(7 (D (DIn (O t[7 (D in (D to to tai (D to (D to Lo co M. M M M Mm M co M M Mm co co M O O O co co W W W Co W W ap W W W W W 00 CD co co co m m Nal< ' w w m iE U- :E CD a m 2 a 2 N N d N m .m.. S CL m CL ca ED C3 to co < coo � m a W ¢ CO a0oQa�oQw ycooQccoo mmv co � � Q aGoo � ccoo < coo� cook coo� a�a~_ CO U) mrmT4DS � SQTmTmTmT � STc2aZmT ¢ x mTQSmz� Sa2ELM �2 m S° U — U — U O 00-@ () mU EU (tiU EU mUiaU mU iu U m U m V(!) UfA V= V_ U �tn � cn ern � cniuw cn � cn mcn �cn mcn m(n Etn � U mE w mw ern = (D cn VCU U. LL u r M - LL LL LL M r r r r N M 'e! Y A iA. �TM'PI Q m Y " t! C] !� •> �3 -CS '.C] C7 � C7 C' 4 cox 4' Jk,vn .v�:. -tn +n - •Y3. '!n w 'W s�0 L'J kC lr2 :�. ...::. . . ... ._ .....moi - 117 (D N W I 61 O r 1�1 IVI � toOO W r YNNJ�IN- r r r to O O r r N N N N O O O N N CW +! O O O r 0. m . 0 C Q� O O O O N O (() O O O O O (O O 0 I- C) W� r m W Ui N (O (n W 0� (n O M 'q: (`� t O N (O f` m O O 0 T r r- b9 to f9 r E!4 EH 49 �R d9 64 (Pr � � fA (A tf3 4N9 � � � O m R _ • n R m O O O O O O O O O O O O O O O 'C N N N W N N N N Nr N (1) (C) )fl N N 0 N N N N (f) N Q � m r m � 0. 0 U7 O O O u7 (() ti O N U•) 0 O O (L) )� 0 N Lo O O O 0 'DN (h et O O O r N M -KrO O r r m b O O 4 O O O O O O O o d O O O O O p p b O 7 coO O O O O O O O O O O O N N N N N N N N W W m m m m 47 co ao m lco I co W m m m co co 100 103 W g JiL 6 ji� 6 iL � 0 m Q a M m rn R a 3 y 3 Z 3.y 0 0 rn rn w A tm tm N C C U) m (n EL to y N L p O 0 O C C C � — C C C m m m o a LU lu a a a > � m0103mm °1aooW � Q1 � waopWcooOc000ccooWmWmWm0m30 o CO O -' o — o 0 u H H o v o 0 oao am 0m ) W 0 CO 0 CO :3 C3 ayi �2 2 2 Srn7: m2 rn2m 202 atm 2� Sm202UZU2 V 2U = U =U 2 0 _ U- U - U= V UroU U U •- U •- U U U UaU V U_ U —I U U U U G N 91 � (n � (7 � U) � W � U) " U) U) U) U) U) Cq 4 CII.4 U]Q w = (n= U) ., U) UI UI UI (n _ U)-.Cl— CO .Cl _ V) N N7 _ Cn U) U) = Cl) W U) U) y _ 7t N _ _ _ T N _ _ *' Cl Z r r --- N cl v N M - - r iV r 6(E' C F.. M, , p., s4 f. k W� . F r� f-� -� u1 �i `[.1 L1 Ct G1 GZ Ct- G"n ,G1 ~a LT O1 Cl G� G1 C. IR. +n' w n u1 v� n n en rs w v) rs yrn vs vi h E 47 KEE N P7 (D ! W D1 O rNli d M M co M M M M [�) ZE c}' r r r r Y r r L N W LO N N N O O O r r N N O O O 0. O Q 9 0 C_ O SCJ co O In to O O O N O O 47 O r In W InIn Ln O m cmy Oa tq N O rD 't O W M1 � QI en cV V` co li Iq W L7 N N c0 r CV C7 C7 Y 01 h O O N rl- O pp FR c9 di � V3 d9 FH fH EN fH rfA � fA NVi d9 tl4 V? fR !A fA ref! O Q1 iV f6 y O O toN O O o O O O O O O O Q O O N N N N N N N N N N O N N r N st N N m a � ti a L 0 O O O O O lL) 1- O N LO CD O O 4") O W _N W N N N N N o 0 o O ON O O N W O I''7 aD Ul I'7 N N N (7 ui o 0 o ti r` � ti t� 4 rl r 4 4 t` r` is ti t4. rz. r- Cfl N cnq r r r Y 0 0 M C7 M M N N N N oo W W W W W W co p p co coW coW coW W co co x 0 U_ t C 'G O_ EL m rn m rx a En m C C N C CI bl Uf N N L L LO N. h C C C Q7 N 3 N N > 7 � m N 1!f Gl N N .0 .00 Q — -0 a O O o m m , m LnL m m O' Z O O O RCL cl L coo OA W C) C) OH O � Ow O = O (- O — O — OCL cx La NO V5O Q.Cl QO V - co IL co .2 Go R W in COO in °D W coo'n co Ln 'o W W W W tll co to co ld co a co fn W Co W X CL W (n co = W= co N2 _ Z - Z - = vxIt = W = � S � ZMStoS W 7- 10 XT XT X = � = XS (n SSS d r (i C) NUNU fl.0 a0a aU_ C) Ito It LUItU •- U U _ UU - U xU xU O x (n CO XU XN � (I MawFO0to0 vl ._ (n ._ U) Fnto 'Ll(D (ACl) U) U) U) U) (0 sto U) (n it [V (n W fn cV (/1 Cl) N x x X X N YC ch �r (7 r N }� CV M V' � Nis cri d' E h � - A � Q` 5;,7 .kc N.. ip � .tel- CS C1 O o C� � O 4 � O G .+4 b O � � [Z Q � N L O 6 © CS�e O Q . O Q, faICU, O u 7 20 rr NL' a N to r7 ry N N cst rn � a rn a �_ t0 ua v�33. h ", n °v} vs �n �x vy us ur �n vti n n n �a a io �o o w m v� is w is ` e s ` fp N W Ql O N m Ln ul tD t• W O O Y Iq 0 w w W t17 - LL7 ll'1 - 1n [D aD �D t0 W (D r r r r r r L' LC) Lf) O O O N N N }Q F 41 O 0 C_ W O co W M) O O O W O 4 O U] ca h M C) LQ V; C� U7 O r V O O N N LC) W O) W m 'v 64 W d3 69 4a 69 6% d4 64 p a IV v C to O O p O O W N O p O O0 W N r a ? N N N N N NN N N N N N m r a W 4- Oas N aD N LE) O p p O 13 O M c0 �t7 W N N C9 'V CD co w co a0 00 CQ � N !� 1� 1�. (C) M Cl) M Cl) a7 M m v �r V' V W co co W W W co W W W a0 r C_ 0 O LL .0 E U) •c m U 17 C a` m En Cd C O C t C C — N N 7 m j L L d V C m m m V m j j N w U LD m U d to CLapo opo co '- apo opo dmO apo Oapi apopW Wim LI,WU W (j W V coo V) X r 1- 2 X T X X r F- = F- S N m N Z N S N S N= N S (q T.a T Q � a0 x0 () = U aU XU XU � U 0) U � 0 -v 0 U - UNUNU � U E c U N N ,N _ m _ N L- (� N m a U o.. r co m sh f!J= Cl) ED a+ �, U) r N C9 fA iV a N a N v r X X X X �- X X = l j r CV V 2ME zi r - 6 co mi W�ta,'�� G;" Rm -oacew3 .�...« h W 61 O r N M h F1 I' W fD h W O O N ['7 w W fD CD h h h h hl Il h h h h W W W W r r r r r a-- BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum Boulevard Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title: "ANNUAL SUPPLY OF PVC SCHEDULE 40 &80 IRRIGATION SUPPLIES" Bid Number: 039-11412-19IMFD Bid Due: AUGUST 20, 2019; NO LATER THAN 10.00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for August 20, 2019; no later than 10:00 A.M. (local time) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: ��� �11�01s '�%L Federal I.D. Number: �� `m\11 1 A Corporation of the State of: \Rn Area Code: 5\bk Telephone Number: Area Code: __.._.__ FAX Number: Mailing Address: City/State/Zip: Vendor Mailing Date: E-Mail Address.�Q,�W .��� '���[� 5A w. c6m A orized Signature Name Typed 17 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 463 of 1197 SPECIFICATIONS FOR "ANNUAL SUPPLY OF PVC SCHEDULE 40 & 80 IRRIGATION SUPPLIES" BID No. 039-1412-191MFD SCOPE OF BID: The purpose of this bid is to establish pricing for the purchase of various PVC piping and fittings (schedule 40 & 80) to be used in irrigation installation/repairs. Items will be ordered on an "AS NEEDED BASIS" and stocked in the City's Warehouse. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By_submitting a proposal the successful bidder shall provide services in accordance with the following conditions and specifications: A) All Bid prices are F.O.B. City of Boynton Beach Warehouse, 222 N.E. 9TH Avenue, Boynton Beach, Florida. B) Bidder must guarantee all prices for one (1) year. C) There will be no minimum dollar amount per order. D) Bidder should state the model/part numbers of all items and accessories specified in this bid. E) Bidder must be able to guarantee all deliveries, throughout the duration of the Bid_ All orders must be delivered within 15 days from date of the purchase order. Back orders exceeding the 15 day period are subject to cancellation. F) All quantities indicated in ATTACHMENT "B" — PROPOSAL SHEETS represent approximate needs for the one (1) year period. There is no guarantee made or implied that the City will fulfill such purchases. G) Annual estimated expenditure for the estimated quantities of PVC Schedule 40 and 80 is $25,000. H) Award is anticipated on an item by item basis; however, award to multiple vendors on a lot by lot basis may be considered. I5 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 464 of 1197 1) The percent discount applies to the Commodity Bid—PVC Pipe and Fittings. In this instance, PVC Pipe and Fittings encompass any and all similar and like items as individually listed. J) The City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of an obligation previously understood. K) IF THE BID SHEETS ARE NOT LEGIBLE, THE BID WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED BY STAFF. L) All fittings and accessories listed on the Bid pages must be of domestic manufacture and meet all criteria set forth by the A.W.W.A., A.S.T.M. and the trade industry. M)ATTACHMENT"B"--PROPOSAL SHEETS (Excel format) must be submitted with your proposal. Your Signature is required for each page of Attachment s,Blo N) Please provide an email address to submit the City's orders. The City may also order via fax and telephone. Email is the City's preferred method. Email: mi �t1rM 16 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 465 of 1197 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State ofLO,t ounty of ►�T�-��2 � ) !"E 70f-) i i— being first duly sworn, deposes and says that: 1) He is "S'Mik of (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any 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 in est, including this affiant. (Signed) Subscribed and sworn to before me (Title) This day of , 2014 NICOLE L KUSHMA My commission expi es - = N)y.:.0i NjjSSjc)N#FF963037 EXPIRES February 21.2020 (.iC7i3S9 53 fiondaHo:a75esvice.ca�' THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE is Page 466 of 1197 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: NAME - SIGNATURE Sworn and subscribed before m this day of ,20 Printed Information: IL%_- . NAME S&%_4 TITLE O RY PUBLIC, State of Florida nn at Large �U� `"`P1�� �� wu COMPANY .►""'� NICOLE L KUSHMA i n. MY COMMISSION It FF963037 �Spr r EXPIRES February 21,2020 I:SFr:'•::J`C'53 I'laridaNaarySewire.ccn- "OFFICIAL NOTARY SEAL" STAMP THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 19 Page 467 of 1197 CONFIRMATION OF MINORITY OWNED BUSINESS This is 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 (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES NO V 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 PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 20 Page 468 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that t firm complies fully with the above requirements. ndor's Signature THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 2I Page 469 of 1197 r PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT 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 By '16 n NN C3 t1 I<t Title: \" G\ Date: THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 22 Page 470 of 1197 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID No.: 039--1412-191MFD BIDDER: Ok-� DATE SUBMITTED: l 1 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, and services necessary to provide the commodities specified in the bid documents. We propose to provide the commodities outlined in this bid according to the Bid documents and the following addenda which we have received: ADDENDUM NO. DATE ADDENDUM No. DATE ZOADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 23 Page 471 of 1197 7 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION , the 5ALU of (Name of officerofcompany) (Title of offc�icer of company) �_U' located at VAV19VA-KYtb (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: 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 sho Id it cease to qualify as a local bus!n ss. �w �� �� Print Name: � Signature: ***FOR PURCHASING USE ONLY*** Business License ❑ Year Established: ❑ Active: Verified by: Date: THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 24 Page 472 of 1197 r f CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 \'h , on behalf of 7 kAW '7v01 " certify Print Name and Title Company Name that T�A6As*s T.-tir Ull 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. IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES 25 Page 473 of 1197 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, 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. V��V�����NT LLL COMPANY NAME SIGNA URE ,Ok PRINT NAME TITLE IF YOU ARE NOT SUBMITTING A BTI],PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES 26 Page 474 of 1197 m a a a c 0 st N M N CNS[ � li � � VN N It N LO Q V O O O O O O O O O O O O O O O m a rn m to C m a 0 tm 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m G to N N m LD In N N N N N N 0 0 N N In 16 as u W m � a a o LL LL C7 � Y a a- a d a m 0 J b t¢i lai l¢i L¢i U U U U < U p ti a d fn to to U to to U 0 a 0 to to 0 0 0 0 0 0 0 o a a o 0 0 0 0 a > v v v v v v v v v v � v v v v a a a s a a a. a Io- a a s a a a N ZO w u� a w s °J lu J aILw o � m 00 O c+ O O N O LUG. r�i O m .� p = a Lu CO Nco C () Z Z W R Q 0 a o a 0 Q o m 0 a o ¢ o 0 0 U o U o o 00 V 0 '0 0 W m y ¢ v Q v m v 'D v Q v m v a v v a� av U v Qv v m v 0 rn c Z m Z m S 0 2 ¢ 2 2 � 2 2 ¢ S fn Z Z Q Z ._ 2 _ S a T d F m U N U m U U °� U m U E U C0 U ! U - U - U N U (0 U U U ` U O U pO E , cn g to rn � w cn E toLL to N U U N co v cn U M of N co cn Q m - N - ;r. _ CV N r a I- aa tn a z U Q J J CD N 4 m C LU C O fn LLL -co O ,O o O Q q O, O O: O- O O O O O' 'N O. O CD O o o O o o'. 4 0 0: O p Q N P G O. O O O O O O Q Q O. 0 0 0 0 ,G vi v� h h kn eA n :n RA vi v. vn I h N CD • Q o 0 0 0 0 0 o Q Q 0 C. Q. o Q O o 0 o a o O O a o: o 0 0' o 0 0 0 L 00 00 00 00 ` 06 00 00 00 00 00: 00'. 00' 1 00- 00 00. Dl Z lC :n In tn` v� v� h :n In h, vl yr In tY 7 \D b iD '._o, In, In %D Y ❑ - - ____ _ _ ___ __ __ Z w m O N W 7 r I- T V u C ti IJ � d m a Cr2 � 0 6i �] N It N O M O N N 01 N h Il v N N N M 'd U� h O r N N M (�� O N V O O O O O O O O 0 0 O p d1 1 r .� a a Cc 0 07 O O Co O O O O O O O O O O O OO a ? N tt7 N N N N N w tot0 M U") rl- CIA CL LL o Q Q Q a C7 = D LL (7 T Y -j a Cfl U U U v v tr v U U U U U U U U U ca G H HH CO U U U U (D U) co co 0 (0 N N d o 0 o O o 0 0 o a O O o 0 0 0 0 v v v IT v vT IT v a v v v v v v v CL a a a a a a a a a a a a a a a U) . � •�w u� u� � u� � � u� u� ual u� u� u� � u� w u� � j J N m rn m a c m ro rn CD o U U n n o n n 5 - c -a .a n I!J W a fl �• a) O p�j 0 � O W O rU O O ,n O = O Z3 O 3 0 0 0 0 0 D O o 0 C O OL O .0 N 0 � '� V I V' '�T V 'V' U v O U �' U v O -r U 'W O '� O v U r = = z v z QT p.T Z T U X az T U T = U = U z U U .._ U LL L) QU ' U . U E•U aU U U U aU '- U U aU a � w � w � rn � cn •- cn � cn coca � cn ern - co co Asn - w � v� - cn - cn � cn - cn - to - cn vs u_ Cl) C14 M '�" Y N M N N. 4 , O O O O O - O O O O O O. O O O O; O O O O O O Cl O O O N - b o Cl 0 'O O O O- O 0- O O O. O O,- o O a) 3 ^y� O O O O o 'O Q' O. O O O'. j 0 O O O : O O' j 3 -E V1 vi 4'] Vl l%] In Vj 00, 00: 00 W ' 00, 00 00 00 -00 00 O- O - O� O O. O O O O Q O O 'O O. O O .O O O Q Q O O O O i. D0. 00 00 oo 00 00 00 00 oo cp 06 00, 00 00 oo 00' 00 h' Am W) to h v,. v) vl to Vl v1'. h vl U1' h 6-) FO �D �D ID %D. v. G N CO 1+ 0D O O N M v N O N O cm O N '�-' N N N N N N N N N N M (+1 M d IL m C! . O E d N (o 'OV IN W r C7 O V O O O O O O O O r- a m ;, v G) 0 0 0 0 0 o a a o 0 0 0 000 0 0 m w N V' N N N N N N N N N N N N N � r IG 4-- IL () O C7 ❑ LL T X m cn m rn N m m (D m O) O) LL LL LL LL to to to to CO U] to to to Lt- C3 L0 0 o a o a a 0 0 (ll OD t li u 1. L�i w L IL w w ¢ Q ¢ t li u�l L�L W< W< v� m m as —4 M IL CLC o n $ Om af°i ami °� 0 3 0 0 o o w 1 wU) U)W N a n n W W 0) 0) o w d CD m N n a LU a W o W o 0 0 0 o W o v o v o .0 o 0 z o Q ij 0 v O v O v a, v 0 v a v v v v o Lo 0 z O1 z °1 z z z a, r L L Z m Z y Z y p 3 3 3 0 CD C) .- C) ._ U - - � � o L) v C) _ o as Q to - to in C/) 0 co rn a > > O E � - �t N cn x Q x v � > Q i N V C O O O O co "' s a a a a N r T to CN co v (O r M a I C-5 o 0 0 0 0of o a o, C 'C - C I o o. o C O' c5: O o a'o..b ! 0 b O O o I N O" O O O: Oy ", I (D. 0 O O toOG: (V1ilN 0 N N tN N C C CO .N Qcl 1 00, 00 loo ! (d 1 i E CD - co M m co m M co co co oV TV N� V V m V -t] co >~ a0 M coM M co V O N N N N N N N N Ov c_ O V V co V 07 Q N M c �W CN r M GI M 1- 00 N (S7 U r r O O O O O L a C! CD 00 0 0 0 0 0 0 0 0 o 0 o O o aN N N Nm (h N Cl 0N N N Nm N N 07 r d N N N N N N N N Y ❑ w 0 Z -) Y :R a ❑ a O o a m a a a a a aa C7 x a ¢ o w w w w w w w w k- I- F- m 00 c m m m mm m m m un to w v) cn ❑ I` m o o 0 0 0 0 0 0 0 0 0 o a v v v v v v v v v v v v v a a a a a a a a a a a a a N U) w u� u� u� u� u� u� u� u�l u� u� w j a v caa� m a U .0 d rn c c v = a m am CL CLd) m a w a� w °' y U Q G Q j � � :: U 0. o f1 o o a o a o 0 o p o o a) C:) (D o m o W o U � = v = o c # v v' a v = v v v a- v o- v a v v I— v 1— v _gm v U v to Z a °Y o 2 N S Cl T a T = o T o = v Z V z x - m ._ Z ._ S Ul m .L-Z °) d (� o - N U N U o U N U CV U a U o U o U U U fA U (A U - U U # # O N CO fn [VCO flj N CO CV fn Cl) (n CO _ (n N CO N co LV U)E It M r M x a a. Q o to li T M yE n:.• �0;. .=�- N` -i i:N ,M. v ,n. -y b C) 3 0:. �:. -:-E, ti O O O. O ;O; O o. OiO O O 03, :0. O - O- o+a,, o .o o. o o o - oV ' - 0 0 0 -'o., o. N O' �:;0O- Q O i0. - :O' d O d - d . 7 rv. :O. O' d O' t O O G. ca c%;:. .M t cn�, m ..m._ :c+t rn M M ' t rn "rn. rh _V) En wl: h.. >n 0 0 C. :k o 0 0. o. o 0 0.. o a o 0 0 � .c'o. :;oo oo a0- 'W� 00 w op :'co aC op' x'00' . as op .s oo. Zs 86 66 6b fn E N O7 O r N M v� to r.[) LO mICI lC1 to LO rn (p (D (p to CO (fl y o L LO . 0 N r r LO Cl) N N U N O O O IL L.! Cu Gl = f0)6 N NNNN NOO O O p O O N Cl G N N J a � ti rn � r- a o a Y z 0 � 0 rn 0 0 0 0 0 00 ❑ R a a a Q as (D 0) Nuw w w w w w w w w w w w w w w w w w w w a fy G cc a 0 H L L -31 m w N z 0 z z d a� F - r r a 10 1 x x x x _ Q- d 0 - O O N P P N O N O ¢ ¢ x O LL O O O O O m O O O D O LLI LlJ �' t! 'd art aet �-rt m et Y rt 7] V[A rt Q-z z XZXT �- TXTxT c c � � � •- TAT yT � 2 � 2x T x Tx Tx T vj U X UCL U U x UU U,c c LL LL v (n U _ U _ U ' U ' U x C) U x U x U n N U) rn � � ._ � '�� 'a� li ti m as ¢ U) U) cn � co `�_ co if (b U)� U� U) yX x 0 X X cV f9 N C r C. N d O.. X a CL M j (h Y N \O'.: ^ [�' W p1, o 'N .cV .i'%i V -Vt (V cfl, ;'�!T \D �,` n o' - o, : o 'O .O. d. ,dO O O. 'O o o f0 O " o '.O O.- f O 'O O' d! -O O• O .O Cs' O` O. 'O: 'O .0' O' t O Q O, d:' `d Nd'.'- dI- o 'd o 4 o. . "o: 4 '9 4 o 0 0 '4 d. o: "d d o- �'d Cil }{ 0,.. O. - O O O: .O O'. O. -b - . 'd :b ..O o:- 'o 'o: oo oo -`00 oo o0 0' o �o" o •o o o ', b �;o Vl' Vl: -Y1 ,M' I I •O � :�D �O'. �O ;�D �D'. ID �O" 'L O 4 -O O'. O. O 'Q O. R. 0.. O O O ° oo' ao eo oo' co' 'too; o0 w 0o do., oa oc oo. oo, oo', o0 00 0o ro a 00 Vl 'V"� �r �.vl t!1' l(] 'Vl' Vl h Vi° V1' 'n �1 1/) ''h' .',vl'. v'i :h h Vl - Vl i c'1Vco h �rd h h h h h h ap o0 co - 00 co cc IL m Q � c O w to in m u co a. o LO a 'i R tr7 O N O O Ln Lo in Co O LO O O m Y ti ti N LO as Ice ti rn co m M Liz �_ d O N O N �y N V p T 00 LL L co C O 0 Ir'. O 10 O d 4 4 4 4 4 (A s U U U U W W W LLJ W Q W a N z a Z Z C) n Oc c N J -i 0 ami c C m O m O 3 a p1 m m F- C9 (9 o aa) ¢ v) CL U C7 m c m w ?r` o U, F- 0 o m m x o o c ci m m am m as m m m `o z m o �- o o m U m a m' m m m rn v) 2 U C�(j C� (9 C3 U d m se 0 m Y m s ° H U U SU - zV N m L- 0- CL 3 m U � a _ CLLO 7 Y N a7 LL 0 0.o 0 V r O r O U Y CDCD C, O' O" i 'O o N M, . C�l CD y^� O' O O' ..O O. O O fir- ff] M M M l� [� h lam.' 00. W: 00 ►. '0' 00 '00; 00 00 '00 'o oo 00 � '.00 ', oo, 00', 3 w ti oP � O 1.- W O 61 m d] 07 O] OI m a m ct 7E 0 d �L CL m m ctmLO LO LO LO [n Il( as � ti rn 0. 4- 0 0 13 0 co m 'IT N J 2 m m m c m 7 7 �, a j > j m mv � vmvmv � � A j � CJcij � u � � U rA d 4 � E N O^ O O 2. co E o N v a, a o 0 0 0 L V � 0 C N M Lr) V' NN LO LO � M ONO a) M � 01 N (mo LO W cD a) CV V N N c7 N a + O O O O O O O O O O O O en LO N N O O O O a = N N N N N N N N N N N N N N N- N r- V r a) a ❑ ❑ LL LL O LLo 2:1 c� _ LL LL LL LL LL LL LL H F- F- N - c (n (n (n 0 0 (n (n (n (n 0 to (n (n (n CO CO (n (n (n (n Gl co CD o 0 0 0 0 Co Co o 0 o 0 0 0 0 0 0 a 0 a o > co co m m m m m m co co m m co W co co m m m co LL LL a a. IiL a. in. a a a. a a a a (L C. a a a a (D w w w w w a ¢ ¢ ¢ ¢co aw i i 401 a r r� o m 0o a) cn a V `y L N N u) _ N W a5 Q a1 a1 n Q Q a) •O. 'D m N 'D N 10 -O w 'b f9 w d co N N � dl 040 4 0 ¢ o � o a0 ao ¢ 0 "a C) ¢ o ,� o 00 � o a o o 00 � or o c) C:)amaao Q m � m -om ¢ m am vm am � m -0, co am am ¢ m a mam �W Qm � W W a) 2 m 2 ro2 ¢ S a) S 412 nf2 � 2 NS ¢ 2 a12 ¢ 2 a) = ¢ = a) = _ Y _ Y 43: X n EU) Cl) N N (D 0 -20 UUi ECD W N (n � (nn N (UO IV (n E (n mcq E cVn ca (Un E Nt CO - V)i (n V)i (n E LL _ LL a) - LL - LL ww li i � co N C'7 V r Y ems- N (V P7 V M -� c-l•" �tV cn 7 -� � DO Q\. o, _ - Oy, fy •!n b '" N l rn' .Q" C;:, o o' 'Q-..�Q E Q' "Q Q' O' o. Q� Q ,'q" .:o. o o 0. °� o ;-O O' C, O- a;C] 'o o: C) 0 o O. .G ;'O- o- o o o , o. o `1 O O O o € OA o O O O o O O O C, E O` o- G < co O O Q O 'O '.O O. o o.". O cD, O O o Q D o ,'0 0 0 "[7 'O o 0 0 0' o o. N- 7 O\ Ol + T Ot .CN, 'U d� : Oi 05- CN, O\ Ot ON �Ol -O+_. 41i Qt Q+ T ° Q•n -� ,� �n, h-. �n. v� �n �n f va. vi, vii vi w, vi. vi O O O O CN N N N N � r c- d 0. C! ° . o CO U� N h QD U') o r) r M N h o Q7 [O "i" r CO d h p m Lq e7 W C a V N V O O cV LO a0 CV IN SV h Ol CL c, 0 0 0 0 0 0 0 0 0 v 0 v 0 0 0 C 10 N N LO N N N N V (N 4) to LO N N M N N N N LO N l a � J ti rn t: vv r- a. 4— F F F F F (3) F a) C) 0) CID rn 0) U U U U U U U Uco cn cn cn cn cn F cn cn cn in cn cn cn w cn cn cn cn cn w cn n co m o 0 0 0 0 0 0 0 I. 0 0 0 I. 0 0 0 o a a o 0 d d o0 0. 0. 0. 0. 4 Q- 0. II0. 0. n. d oo. d d d n. N v U) t m C Ul s� y O O N N y - N13, N N y N co w W W O -0 -0 O O O C S •[l C C 2- F o a) m m o -0 W W n n a u — > > - N O p� O p� o c 3 o .5 o W o - O O o - o - o - o 0 o 0 v o O o 0 Q Q.v n. o O 'v gm �... 90F. mF. mam � m OmWm � m � m W mW mW m 000 000 Om VmU m = m � m = m S n2 S Srn2 v2 rnS a2 S SaSaSa = USUS S 2 S 0S 0 2 0S Cq rn Q q o 0 rn V V U V _ U = U = U = UrL C) U U _U _ U U U UgUg0 0 ..- U U U U o Vw � � cn � U � U � U cul .2X co Qrn (1) CL cn ` Ucncnco U C-v� au) .CL— cn E N ['7 ,C En lV fnEn 0) - - U)iii: V [V (n fn fn � Gi... . o: -:o o o o. '.:a: 0 0 0 0 o, o o o - o. o o o- b _z o o' 0 0. o o. o, ','o', o o' o C. 0 0 - o o' o: o 0 0 0 0• o t o, o' o O' C7 C. C - O 'o 'C O' In C t o o. ;, C' o, C'^ 'N ,O, 'O o O' o C] iO O O -o.,; 0 0 0 'o. o,;, i G 'o' o' '.O ; O O •--�'' ,--t .-r N 'N, N' N: N , N :N N' V"t, 4 � V. O O t O O C O O O O O O O O O O O C7 O O In 01 Ok .O� 'CT 'a. - U Cr' ate" Cn cT dt ,R d, TOOL. T W' �i Ul Y'] 1n iry V'St l'N h N ,b V1- .N in n . h �'in vl Vl- z V'1' Vl b ' m. lot a)O' b .b 'b -b �O b b x x�O �D b bb: .b SOI , ELo hN H CC - hm `ct G1 CL L Or . 0 E co of ltJ a0r a0 v D) � cry h u7 cD v c9 �[7 N m m m ITC'] C y � C`I N m V OD N M h N Cl) C) •r N O N O O co N EL m ato 0LO cq a j 0 0 0 0 O o N0 0 0 0 o 0 0 N 04 N C4 C14 C14 04N J � r ctl _ M N N N N ❑ LL (D z Y a 0 o Y Y n ❑ LL. 0 ]C CL -j Z) k 0 = Y a a v v v v v v v v v m m m m m in m z z z z to to to 0) to 0 m (j) w 0 0 N 0 to (A (A co a co m 0 0 0 o 0 o 0 o a o 0 0 0 0 0 0 0 0 0 0 a a a � a a � Q m a a m co a Q a a m a a a N .0w w w w w w w w w w w w w w w w w www w �� a Y Q d rn rn a a} tm C � C � a m C C Ul N N N N 3 3 N � N N m C .0 .0 LL a ai ai ami o a 0 cn n o 0 o m p0 m m m m Q a a - a � � W LLI n n IL n Q a - - Z0 n.0 O Q.O W O W 0ze0 O O O O O O O 0 = 0 �/j0 x 550 ¢•4 t1O _ ao — W — co — cn ao co W W � mV) ao W 0 W W Wao .nco WO � wU5OD ao cc) 0 - 0= CO N N = z = Z = Z = v = V = 'n = om = v = L _ LDS 'n = `r= 'n = X = X = X = = = XT T x T Q r U CV U N C) N U Q U Q C.) 'T U 2'U •-- U " U V, U "' U •—U � U CLU U •— U � U •Q U x U x 0 0 x � r � r � r — (D _ a� tp to n a] 9(A .a(A ._ (n cn(n oL(n of (n = cn i V Y r Y r Y 0 0 0 0 0 0 O N N N N (N (N IL (�7 v O cr) O) N LO cn N LO W co N V co V UD LO W LO d W O� N W h 6 6 W N 6 W V O O M LO — N c- W IL °m o 0 0 0 0 0 0 0 0 0 0 (6 N N N N N W N N N N N N N W W N ¢ a V r a ❑ LL 0 = � IL n 4- " LL 0 S -� Y d 0. 0. 0.. 0.. O� O O m m in m in m in Q Q Q Q LL LL LL LL LL LL LL ❑ LL (D ULO (n U (n (n (n (n (n (n m m m m m m cn (n (n (n n 0 co m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 co c0 W co co eo W OO W W co co co co co co co a a a a a a a a a a n a Q a a (D a a¢ a ¢ a aa aa ¢¢ aa 44 ¢ 0) a uJ W W W W W W 6 6 u� W W W W W a J CD m mcn = m c rn c c CA Z z a m 'O en In en a 1.) N Ql (D a.2 w m U co a m m O7CL CL Q1 Q ¢ L o a r a o L o o o o o o 0 C:) 0 o n o U o ro o m o ro o W = CO co X W co W W O co O co CO N CO N CO co Q W U W U W U co U) XZ � S X m Z X m m -f rNZ � SN2 S ! SNS (n2 QS CL La-a: Q CL XU U = UCL U XU XU OU QyU ! U OfU nU Ux U �/jU � U � U m Q(n m U w U OL— U — COCL co U) N (n d (n fn co N (0 U e W (n N CV r CV ClJ d d V' N d N X X X r X X [h - r CV YC M V' Ch N Y �' d ' •: 4 _ °t;; C O o o ! oa o' O 0 0 l 0 0 o o: o oO O O d. 'O OO C.- O O' O O- � O ,O .'O N O O N< <Ict. .N ' N N n' to i'O� !'R_ ,O' O :O O• O O O. -O I-O- O 4 E ICA' am a, �' �,� N �v-, u� u-� !rni_ !.n' '�.n h W d1 O N ('7 � W W � k-d d W W W ti t\ ti f` ti ti {` N W W a0 W 0 Y Y Y r C N b � W O �, O N 00 � � N 7 v a d x a) CD .n w 60 N T V W CL ca N 0 O 47- 0. a � c O cai N =a ae 0)cc (u c C� U A O L ns ^W a W W N `~ Q � 0 N C ❑ N d) w v a LL m m a� co 1 :SECRETARIAL►'CERT-1 'IGA7' AUTHRI OZA7`Ipi�(. E'fff Ilie=und�rsigriclAssistari ' ecrehry of Yergasonntetpriscs,,LLC, Virginia limited liulility comiiany(tlr�}'ConipAtij+'�,lyeteG�,certifcs t��t�i)cci,tatn,of the Cbm��ny's facilities in '£ltlnd are dgittg business asergw�on 1NaterwtirlCs,and ii) rew Yetonick_is 1�uictpal Salniaiti "iri'r dridA ted iit}that tExe resolutions adopted iiy`the Company's Board of-.- *tdrs eff`eclive h i 1� r I� 3'}, O1$, du[y-aiiifiorize certaui a#'�the Compiy's..olcers,,incltidii�g tie-Assstant:Secrtary;,to, • • 61710-0 01 acid I iici by, q: Sol, esignutp. qrw-?etdnid. �s: sn'mu ortzed rcpreset�tativc otf e Cnm any to ctfor Fifid nn bF.R.of_.qT impany;to'pi�epnt 'andsutiiidit ids ariit pra sals to;tlie ��tii ,�Y°s cu-stomers,�a,entcr mto cai�f i�lcts,;e�reemenls n�;4th��dacuitierils,r�t�d to exdcu[e si�irli � ciacumedts and uncleirtake 1 such arts a§;rijay`be deemed in therliest interest t�f the comp"asiy; urrrlu ing"the execution► af_bor ds end�iri atn sa, t�i':rontn�ctuulEy,btncl the C�mpttny. UnIiss wiitidrawn sooner,airs c90.0rization sh0fbov,66tiveyunt Tv1y,31�2 20 i FRGiTSON' NTERPRISIJS,°SGC:' Idle LIJ . ! - Wesie�, E.7t�ce,Assisttint Secretary MIMI y Ifllfi111�� ' �CommoiiLvcaltl;�if Vi.tgiriia�-),: ,r Sworn to su.N ibed'and aeknativ2W&e'me thisi i3 y of May,2 1 ;by'Wes ej► °� 1Zt�c,.persoti�ily �to�n to mtr, itihtstc�pae�tty�as''AsAsts��nt�ccretiuy aF�'crguson_�tilnir}i�"is�s; � I;LG,a�Vj!0hia Campany;;cirt f:eiiaif of succi Campan i - r My,eommssioa exptres:-ftily 3 t;2U�2 G Y ,aw - - - .`►ter r.'O•r A��'.';��3 i Page 487 of 1197 BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum Boulevard Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title. "ANNUAL SUPPLY OF PVC SCHEDULE 40 & 80 IRRIGATION SUPPLIES" Bid Number: 039-1412-19/MFD Bid Due: AUGUST 20, 2019; NO LATER THAN 10:00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for August 20, 2019; no later than 10:00 A.M. (local time) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: SiteOne Landscape Suppty Federal I.D. Number: u— q`tO 5-S-5-0 A Corporation of the State of: bF, Area Code: aj^ Telephone Number: Q �- Area Code: o? t{� FAX Number: ,5-$i—�733 Mailing Address: I -- SitOne L-andscape SUP Ly City/State/Zip: 1385 East 36th Street Cieveiand, Ohio 44114 Vendor Mailing Date: E-Mail Address: MCWSiteOnGOCOM orizednMCGInty ture Keit Name Typed 17 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 488 of 1197 2imoura rvugzcgbG ?rZb a A Page 489 of 1197 SPECIFICATIONS FOR "ANNUAL SUPPLY OF PVC SCHEDULE 40 & 60 IRRIGATION SUPPLIES" BID No. 039-1412-191MFD SCOPE OF BID: The purpose of this bid is to establish pricing for the purchase of various PVC piping and fittings (schedule 40 & 80) to be used in irrigation instal lationlrepairs. Items will be ordered on an "AS NEEDED BASIS" and stocked in the City's Warehouse. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By submittina a proposal the successful bidder shall provide services in accordance with the following conditions and specifications: A) All Bid prices are F.O.B. City of Boynton Beach Warehouse, 222 N.E. 9T" Avenue, Boynton Beach, Florida. B) Bidder must guarantee all prices for one (1) year. C) There will be no minimum dollar amount per order. D) Bidder should state the model/part numbers of all items and accessories specified in this bid. E) Bidder must be able to guarantee all deliveries, throughout the duration of the Bid. All orders must be delivered within 15 days from date of the purchase order. Back orders exceeding the 15 day period are subject to cancellation. F) All quantities indicated in ATTACHMENT "B" -- PROPOSAL SHEETS represent approximate needs for the one (1) year period. There is no guarantee made or implied that the City will fulfill such purchases. G) Annual estimated expenditure for the estimated quantities of PVC Schedule 40 and 80 is $25,000. H) Award is anticipated on an item by item basis; however, award to multiple vendors on a lot by lot basis may be considered. 15 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 490 of 1197 1) The percent discount applies to the Commodity Bid —PVC Pipe and Fittings. In this instance, PVC Pipe and Fittings encompass any and all similar and like items as individually listed. J) The City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of an obligation previously understood. K) IF THE BID SHEETS ARE NOT LEGIBLE, THE BID WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED BY STAFF. L) All fittings and accessories listed on the Bid pages must be of domestic manufacture and meet all criteria set forth by the A.W.W.A., A.S.T.M. and the trade industry. M) ATTACHMENT"B"— PROPOSAL SHEETS (Excel format) must be submitted with your proposal. Your Signature is required for each page of Attachment Ii�11. N) Please provide an email address to submit the City's orders. The City may also order via fax and telephone. Email is the City's preferred method. Email: bfds@SlteOneocom 16 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 491 of 1197 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of Of V( o County of MIA McG * , being first duly sworn, deposes and says that: of h is SiteOne landscape Supply , (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any 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. (Signed) Subscribed and sworn to before me (Title) This day of mL , 20V ROSALtN SANTIAGO My c gmission expires �ry Public-State of Ohio ��s«+t rrgry++ Reco In Guyanaga ccum My Commission ExpiresJ2-a 0—1°I • • • AA • -I .• •... 4.,q�'�� Q�,,.•` THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL pit ti«+<<`' FOR TO BE CONSIDERED COMPLETE AND ACCEPTABLE 18 Page 492 of 1197 „y;ttytuu��'.rrtrrrr r a`+`d7,i�be�_ `ar ��� p•f r,�r wh{'Ox.Ilt p210J E”blm + "r'itrieitt ' y,t tfmtgiR i!1 CrASU085 {go[9ih bnai?w •21910 01 Opp wavrim zv uiveo 246OU6 rsugacgbe 2nbb[A Page 493 of 1197 ANTI-KICKBACK AFFIDAVIT 1 c D STATE OF FL8R ) SS COUNTY OF ) 6 I the undersi9 Y Y ne hereb dul 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: MENATURE Sworn and ubscribed befor me L this day of ,20 Z q Prink"W' NAME �1 re or TITLE r NOTARY PUBLIC,.SWte SiteOne Landscape Supply at Lar �em P(���/r,' COMPANY ROSAUN SANTIAGO ~• ;*= Notary Public-State of Ohio Recorded in Cuyahoga County My Commission Expires /Z- tT .� •; "OFF C' , , ,TA' Y SEAL" STAMP THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 19 Page 494 of 1197 \,'y+SSNi1f 11 r1 of llir� 2!wspus rqug2c9bG 2nbbfA Page 495 of 1197 CONFIRMATION OF MINORITY OWNED BUSINESS This is 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. 4 / 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 (specify) ( ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? 1 / YES NO V 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 PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 20 Page 496 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vend Signature THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 21 Page 497 of 1197 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT 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. SiteOne Landscape Supply CONTRACTOR NAME By t inty Title: Date: THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 22 Page 498 of 1197 vrsouG rgugzcgbs 2nbbiN Page 499 of 1197 r- A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID No.: 039-1412-191MFD SiteOne Landscape Supply BIDDER: q DATE SUBMITTED: We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, and services necessary to provide the commodities specified in the bid documents. We propose to provide the commodities outlined in this bid according to the Bid documents and the following addenda which we have received: ADDENDUM NO. DATE ADDENDUM No. DATE KNODDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 23 Page 500 of 1197 ,�lc:���� •3 t;ta�cbft6J sn0�1l2 Page 501 of 1197 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION Keith McGinty the 6r�r of (Name of officer of company) (Title of officer of company) SiteOne Landscape SupP1Y SiteOne Landscape Supply , located at '&-k5 �1 . 1385 Eat 36th Street (Name of CorporationlCompany) (Business Address) eieve"ind' Ohio 44114 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: SiteOne Landscape Supply NAME OF BUSINESS: 1. Is the business located within the City limits YES NO Number of Years: OT Boynton Beach, Florida? 1805 (L"Wj Ave,-0 3 Aftpix 2. Does thb business have a business tax ES 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_ Keith MCGinty Signature: ***FOR PURCHASING USE O LY*** Business License r� Year Established: F] Active: Verified by: Date: THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 24 Page 502 of 1197 vmm rqUq2C9br, 2nbb,ff".. 246()uc- F-5;uq2csbc, 2nbbf?., Cf"-'AGfUljq" NOOK r4 Page 503 of 1197 CERTIFICATION PURSUANT TO FLORIDA Keith McGinty STATUTE$�e0ne Landscape Supply I, , on behalf of certify Print Name and Title Company Name that SiteOne Landscape Supkbes 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. IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES 25 Page 504 of 1197 `flgqu2 9gf3a�bnf;J -3nOWR Page 505 of 1197 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, 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. SiteOne Landscape Supply COMPANY NAME 4GNAI� E Keith McGinty N Y � PRINT NAME TITLE IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES 26 Page 506 of 1197 �JggU2 'Bgaa2bnsi srO-3V2 Page 507 of 1197 STATEMENT OF NO BID If you are not bidding this service/commodity, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Boynton Beach, Florida 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 bid on your Bid No.: 039-1412-191MFD for ANNUAL SUPPLY OF PVC SCHEDULE 40 & 80 IRRIGATION SUPPLIES 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 to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear(explain below) Other(specify below) REMARKS: IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES 27 Page 508 of 1197 Please see Attachment " 6 " Proposal , Sheets to submit your proposal . `m a m 40' C_ '-3.- � 9 n rn a O 0 0 57 O o d � O Q Q Q q co a rr lQ 01 O O O O O O O O O O O O O O O qI C y fV N O LD LO N N N N N N M M N N IZI E a � w R � cl J Lo ZD N p u� ua1 u� ual u� u� u� w r� W Q W w � ceQ94w u CNm ZE co cid CL Olt UJ 0 c J a = a woo 0 tJ Z Z w fl ¢ o v o -0 o Q o o 'D o a o Q o o U o U o . Lj o co o o LU f- L n a v a v v o v a v m y v v a.v q.v U v v v w v ag D m z m z 0 z m z ¢ z m x gas m = ¢ = inz viz az az � z m z 42 V is U m U ID C) ca U E C) 10 o U - U - U U N U C) m C) C V m N LL u� g v� E U v� LLcn ww to co _ m co T co g w co U) �, U) U) LL N CL F- �. a J n u z z a � to a Nm ��•• Cn w .0 Go a o Q �--. N M O p O O O o O O O N N C ' O O C'a Q O O G OCD cm O O O Q C yy C O O O Q O9 1? C� O- O ''O O . O O 7 C 0 C .f1 V1 Yl �n vl Vi V1. h 4'1 Yi h h Vl V'i l0 O O O O O O O. O O O O Q O O O C ` O a O o 0 4 0 0 o q O o 0 a 00 00 m 00 m 00 00 00 00 e7 00 0o m a0 00 zb +n �n to vi +n .n O D l EZ w0)LETJ1.1O kd N M+' IJ IJ 1-� r ti rn 4- 0 Ln (1) c� a c ry a) -0 r,. Cr V, i1r a CD do C_ [^6 00 CC) coo M cZs c,5 �- r r m k l0 O O ty.O p O O O O O O !LO (00 (p O V V Q MLO LO Ot G m N LO N N N N N �J ao l LO 0 + a u N Q1 O1 m C C CE cm 3: cm cn 01 O) C C C C O U VCL A O a .0C C C _a C — _C G 7 9 W W Fu :3 O O O O O O O O O O O C• O D O d O m O O p W 0 U 0 O O O Q Q Q Q O Q U Q O Q 3 v U Q Q to Q ,n NT L,) Q Q Q Q Q U Q V O U U o 0 0 y m e m = v 2 2 r Y QS a2 2 S U S C_ cx T U S CL S U S U S m a V U a U ._ U n U �U �U .aU _�U n U U - U a U - U p U U fA fA U) fA fn U - - fA N fl1 �� fV to tV (n fA LL a W. ,n n 00 O+ ♦p too CD o _' N N O O O O O O' O O O O O O C. Q O O O. O o y O 00 o :. p- O' O O. O. O O O O 4 O y p O O O O O O .. b O 00 � 00 c 0 � oqo no�.�� 00 0o iC a O c 4 0 4 0 4 4 `? o 0 0 o O 9 o' 4 o rn 00 cc m 00 00 00 00 00 00 eo 00 co 00 00 00. 00 co �/'1 V1 Vl V•f- �/RN v1 V1 YI V1 V1 Yl Vl Vl h kD CGGr O 00 O� N N [h Q t0 [O 1� OD Q� O N m a C9 c O 1 C OI O O O O O O 6 O O O O O O C) O O C � (O N � N N N N N N NN N N N N N Q � I dd a b `o r i r r r t t t t Q `=� 0 0 O o 4 0 � � oZ p� c� > 1 a � S Q D LO N � � m mIn a 41 C D CD tmm a CL CL C o a 0 'Q O 607 C)i o W O m m m y CL N Q w o W o to o CL 0 0 0 o w o o v d o � o z Q y Q Q v o v v Q v a m v a v a 2 > H rn = o z rn s n = a s rn = S S m s m s O 3 3 3 0 m U ._ U aOL U U U U L U r U t U v U z p[ [0 OL G fA N U N to N (A � - w X (A X N (A to [� a5 o > > Cl) x m N N iv in fn n P ' a° Q a a U) - S - It r N M (O N M co �OgOm PvpryQmo= � �p O opO0MP4�p0 ppP0rO� M1f 007 OOOOY1 '-- •Nn Q VOD � Vl �o.po o, tn' In n. i - xD M f�7 M C�1 f'7 ('7 L'7 TV I ., V V V `m IL C! O c CL 7 (m C:, O O G O O O o O O O N O O O O O C co r N N Cl) N Cl) 0 N M [7 N N N C7 N N �y Q M a Vi - n !. 0 0 LO Ncu r- ab W W c� CD ca ILU cm ]C 2 a s O = ' Q; T d 07 Gl G, n N d d m N N 3 �. ¢ 'ten a m v v 2. v v SL 0 v n v ~ v 1� v H v CL Q v U v p m O N �CL C T C3 S T O Z O T z Y S = 2 0. = a S UA S aS T 0. pp N Z N U N V O U V N U O V O U o U U U (n U 66 V - U V V U' to # G> - f!) - to N V v U N N N U N y N U) N e (A fA N N N ` a N Y r N Cl) V M Zt N X LV - Q Q r) qN LL 0 o �. o n ao o c a N am 0 o 40. oio ; o - o oo 0 0 0,., .p 0 0 kn r7 0 4knc Am00 Do co 00 00 00 00 cn 00 . 10 (O N O =, Lj Ln m m m In 1p CD CO `m 0. CY 0 O cv RS O 4 4 d 4cy m " 3O O O O O O C (06 N N N N N N N O O O O O O N N N N r QS- o ` 4- V cao vo 000 0 q LO I'D V) V3 LO u CL CD m m m d ayi }� z J d d r r 2s t 3 3 �' x x Q- mO� O � Or (D ONONO W W ¢ ¢ m LL O LL O k OLCL rL L OLL O � OYOL3] Om0 •� F Q N 7 r Qr V NQ � Q � Q C C .-. Q V QQ Q Q Q L) r c c - U) cAZxx x2Y 2Y 2 m - 2 `- 2XSXZ � 2XSXZ C C to - 2 (g3: S yUXU U nUX V U [1U j LL LL UU _ U _ U � UNU XUiLU x U X U _ fA fA CA fA U) co — N LL LL N Gl Q � In Ul to� VJ T d7 1i � ._ li � LL M d d m O X X X COCL X X M 2 a fn iv fn fn Sn fA • CIL rL •— LL [V r fn Q co M N [V Mr t _ , r, q +15F` tz -� 'i"°+ j s k "c�•`yam r� s t x'y� � z.+��x',- rr a1 4p t Q, r oa b o O .-. .Ny M1 O A 0o0a b 'O Orr'n' o O O b O O G o >uS'.• O O 06 -973 o O O Od o b a o O O A O O O O O o O p ., b o a 4 � o 0 00 4 o C?, b w ao.. oa�� co r>. V'1 Vr 4- r+l Vi Vl VI V'f co � Oo � g4 q o � q 4 b gc7:-0c �? a__= �7 `?. C? r . r •. h �^' 00 Invaoi vmi. s Go:, w veoi h vii vii=s.'. fA ,c o .off o$ n m e o g n .:. .a a �o e, . fOD m co to ti ti A ti r IJ ti a0o m cNv aMo m a0o co a CD O c 5 CD 14 y i C 01 O N O OLO to m O O O O O O C H h h Ln Q � , Oa °o r C� t� oo 0 p Y L N 6 < v v U u41 u�l u� u� a it w w Q� m rn } J } } y d 0 0 p O ZU U p c c as c_ J J N 3 ~ c m p 2! � 007 U' o ~ m m a y0.�' � 7� o q_xy U d CL r�� mr m 7X'X .LD2 7 x x d o r m L! I N Md N is 61 N a O m �- O O Q � C70C9a amY2Y @Y m � � m V U U a SUi= gU = U 'tea 0 d v �� z > a m U �! 04 c� CV r+ > d m e-• _ m m Lo C Nm d d U 2 C 0 0 U cu to.. N rel rn :.i N M •^+ N" •--� t+1 N N' :7 C O.. O O G?. oO O O O Q O o `a O - o O O 4 O O.' G? O O O O O P O O O O 10 'r �rPk, 7 M ' ± w 00 co 00 00 00 00 Co. 00 w 0o 00, 00 Ln. xn ---.ncc u� kn �n Ln v� vs �n-.. +n +o .n Do To T N m OJ W m m m rn m m w 0 m m m (L d � 0 a rc; a' uo U") U-) LO 04 ti � a2222 � a h d QI lG G O ; m l6 Q j V m r -T.N -ia �m =� z0r0x mz G 7coUN > N > [U UN > a 0. > f7 r 1 m - N. �. N .r-. o O o O N oco 4 Q O V O O O 4 OO OD OO � O6 �. W h of �A 7 C1 O O O O O r r d CL L 6� 0 0 0 o a o 0 0 0 0 0 0 a 0 0 0 0 C N N N N N N N N N N N N W W N N N N N N �' G � t tr oo � � ��. rod o o o d g o o t 1 f 11 � J" 1 is 4— v —17 3 fi m � � m c� n] cuc) o fl`oQ 0 00 o' GQ (7a00 Do C o D 4�0 ¢ao o'� bo ¢�0 ¢6o QC�o �' LO ul W ua1 W uaJ w W W W u3 r li u� t�i uJ u i ul u� Jw ul u¢J a 00 m = a y Ef) y E2 w � v �2 L N N U) .`O.i w n N N N 63 N y p ( °: C n a M n m a� n C n m 6i y ami w m -(El) n 9 'O (6 n d Q M O r O � a N O V O (1) CL QODvC GQ W � QmQ � mm ¢ W d) co Co ODova0o Q °° o °° a °° Q°° Q°° � `° a°° m Q Q m ¢ as m Q = mm w 2QZ y2 _ S _ = M L) Z 7 Z M r d� Y N T _ 2 l6 Z fn d f6V PU D U t6U NU � U �6U EU V EV a� U l6 V NV lO U a� U � U (nUfA V = U _ U v E [n '� c0 t6 rA Ern mto L) a� � � N arto min Eve mcn E � mc) EU) _ N N= LL _ CV C,> COLL LL LL 'd W W � 1 tl) N M 'C.- O .r N:" M i .�-� -_ ,�. O 4 O Q �. O O O O ,J O O O O O O' o- o f- Q o P O O d 11,10 O CD O 0' o 0 0 0 0 0 0 0 o c. o 0 0 O C O O b Q C O O 61 0 v 91 `? m e v a rn a. o a v v a e tq vs Y h ' �O � 'b .� � '.'. . �L7 b 10. � �C .� �O �D �D �C •D �O �D ~O �D �O � .:. pp O7 O N C? T LL7 W r W N N N N N y1 p O O O O 7 T r T r Y T Y m IL d O ° c O 04 q p Od N CL Do �"� o Q C3— OQ 4 ro d0 0 0 C. o O o 0 0 0 0 0 o O o C' y N N N N N N U) L O N N M N N N N LO N N b4 ti o �y 0 O rn �' O o Oo. � o0 00 00 00 00 J� coo coo bo t` b° 04 t� oQI LO tmro 0. to y c Ui O O to O y N y N W tm N tm Q. Q1 C C O N Uf J1 O W P O 'Q O P O C c p, C C C O y 0 y 0 ' o W O pOj O W O O W O W O � O 'Q O � O ,j O j 0 0 0 0 0 O a 0 ^ O a 0 _ 00 W mg00 C" CO omW m � wC3w coW ap aco Pm 0 CO 0 CO cO ,om o m 0 U) 2 2 S aT o� T m z rn 2 S QS nT 2 � T Z U 2 U 2 U 2 T n 2 U 2 U T U T m U = U — U = U aU 'o U ci =,: Cr, _ U U U U rx nU U — U — U U U U U ryU) U) U � fq U) ayrnNU N .4 G7 Q-fA afA � UN (n _ �!? (nN U N — u) _ntn E N [� V) U N fA fn f!) m V r N Cl) V M M r ifl I '•P n +7O •� N M v1 i 1~ oo OA N n1 00 tf �n CD �' C? a 0 =-. O O �a C 4 o C 4 t 0 O o 4 b b o o 4 4 o o o '= o r of b o� o o 4 0�. o` o o c� o o , o G c t. ++s8 •--�A N N N N N N N 'cr �' ? C s O 4=1 o o q q o o c? 4 rn p� ' a v ` O d a a a rn O o+ vi �n vo �n vi - v-, vr, ar, v� in vn vi vi ELo [D N m O O M V tri fD r--1m m O ON N N NM C'1 M M M M M M 1--� r r r i La C) a a9 O C_ � ccs °a C19 tri CT W 0 00 0 0 0 0 0 0 o C y N N U) N N N N N N N N N r N v N N M r N _ c>o rn 2 2 O (6 to O In M J. 7 e) Q p w y r- 0 O c6 co oo pp 6010010.0 a0 b1c, c>O hyo D 00 6- 1 pc Do cb LO N ca r m C C C M tMto C N y y y 0 a o C C W N yy Ts N y y N N y N -i O D O m m d m 3 7 a m a n � a W w n° n a W - p •n - m m a Z ao o cl, w wo — o 0 o — a — o 0 0 - 0 � 0 _ 0 � o xocn csa ao - co - m m mW minmtnmtilm W c0 MCaD w m www xco Qco X00Nm � 00 •y clam =? z? Sz S v = vTmS `rT � Z u� Zu] S LOX m u� Z x2 x z 0.2 = 2 Z x2 y( 2 m r 0 N 0 N U N U aU aU `T U aU 2-f_) � U ^ U � U _ U ,_ U — U � U � U U U d x cn X to x N % (n CO N ._r•c0 U) to (A to co _S W ._ (o fA N .a CO to CO m to to - (n m to -vJ y cA N - - sY [V - y CV M N V r CN M t! w .�-• X r CV M r M N x r X X x X N x M V N mM O O Cb b ` O O. Q O O. O- O b - O O'er o O O O Q O - O P o- O O-•. P P O.?� Oh ' O Ql' O .d ^w o0 P P€ Ori O•- O i, pkv b O O O O O O O b O - C", f'1 [7 e•1 M - N N N N N- N - N - N N N M`�� e T KI Q C o b 4 b 0 4 4Z? 4 0 ,. o q b o rn O% V•i �„,� t0•r- �p �p X.i.�. �G �0. �G-- tD �D : �D.� �O �P-'#z. iIy j, b.. �0. ',D. \G 4D n'� +,0 tO � , fD 1-[1-1 1-� I- V N M O N M c0O �t1 to �!'! u7 q'1 tin f0 [O [O 1p (O (O (O r r r r r r r d a CYO c m y- [� •� C<) �- 00 (fit 1�., of) r } m 0 O O O O O O O O O pLr) LO or C m N N N N N N N N N N N N N V CIn a � ti 00 r6 _ as C� W oW. W W O O a rn inKi IL Cd M 'Zr- O Va Q ao o O o a� f t t % 1 t c] Dqp V l t t o 0 > do � Csv Oo Oo DOO N a Q ¢¢ QQ Q aa aa ¢ ¢¢ aa a ¢¢ aa ¢¢ ¢¢ QQ LO O a ul W W W W �l uJ uJ W W W ul uJ uJ W W a m rn CD a oy c c CD C c S C t 7 L C C G :3 0 7to :3N N m a m v m ED � 2 a_ 0. 0 -Dm v m m en a� 0. NCL ;0 y ca m 1° a v rL [L Q m a CL a CL U_ dO L 0 � 0 � O � O � O `� O 0 OOOpO OUO � O co O � O �- cot W O OD CO W W O00 OD ONONW co fl.OUo7 (J oOUcD o ~ F T ~ T X T ~ T 2 N T N Z N T � Z S O S 2 nT CLT n.Z d XU X V x U qU X Uro ~ C) C) U U rLb mUNU - UU 0 =000 CL U) a U) n N to = co rL X U) X cn "o rn m to .a cn ._ rn v cn c� to = N = m _ cn E u� v� co .- n a a w N r r N y (V z N N N X .- r N M r r X x X x X X N _X C7 � M N d N N M t v1 �0 1� --' N t•] +n O N M �.... o 0 0 0 0 0 o a o 0 0 0 0 0 0 o. o o o o 0 o v o 0 0 o o y o ' Ca - o CD o 0 CD 0 o-- •o - o o-- o 0 0 0 0 0 0 0 o q o 0 o o 0 0 d = b �p O o O O N N N C-4 L6 �'1 M Cl � �r �r 7 " a `7 C 0 0 :: o 0 o T o . o o o o c? o rn o"s. o a, a da a d. tn U)3 � % In r r r CT" L Cd G mm CL Q VJ M \ r Men 0 w c cc o O N N 3 N LO O N w � A +�+ N CD L) cri m a+ a N r- 0 O w C O 7 O V ^' N W co (� c C 0 N Lw tu N d CL m i C O 'o O y Cl) O Q C N E d v L O LL d [TI 3 C BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum Boulevard Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title: "ANNUAL SUPPLY OF PVC SCHEDULE 40 & 80 IRRIGATION SUPPLIES" Bid Number: 039-1412-191MFD Bid Due: AUGUST 20, 2019; NO LATER THAN 10:00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for August 20, 2019; no later than 10:00 A.M. (local time) and may not be withdrawn within ninety(90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Core & Main LP Federal I.D. Number: 03-0550887 A Corporation of the State of: Florida (Ltd. Partnership) Area Code: 561 Telephone Number: 640-2941 Area Code: 561 FAX Number: 616-0659 Mailing Address: 832 Pike Rd City/State/Zip: West Palm Beach FL 33411 Vendor Mailing Date: 8119119 n E-Mail Address: susan.reed@coreandmain.com Saw l{w Authorized Signature The Qualification of Core & Main LP is attached hereto and incorporated by reference as though fully set Susan Reed forth herein. Name Typed Initial 0A Date August 16, 2019 17 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 523 of 1197 SPECIFICATIONS FOR "ANNUAL SUPPLY OF PVC SCHEDULE 40 &80 IRRIGATION SUPPLIES" BID No. 039-9412-19IMFD SCOPE OF BID: The purpose of this bid is to establish pricing for the purchase of various PVC piping and fittings (schedule 40 & 80) to be used in irrigation instal lationfrepairs. Items will be ordered on an "AS NEEDED BASIS" and stocked in the City's Warehouse. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By submitting a proposal the successful bidder shall Provide services in accordance with the following conditions ands ecifications: A) All Bid prices are F.O.B. City of Boynton Beach Warehouse, 222 N.E. 9TH Avenue, Boynton Beach, Florida. B) Bidder must guarantee all prices for one (1) year. C) There will be no minimum dollar amount per order. D) Bidder should state the model/part numbers of all items and accessories specified in this bid. E) Bidder must be able to guarantee all deliveries, throughout the duration of the Bid. All orders must be delivered within 15 days from date of the purchase order. Back orders exceeding the 15 day period are subject to cancellation. F) All quantities indicated in ATTACHMENT "B" — PROPOSAL SHEETS represent approximate needs for the one (1) year period. There is no guarantee made or implied that the City will fulfill such purchases. G) Annual estimated expenditure for the estimated quantities of PVC Schedule 40 and 80 is 25,000. H) Award is anticipated on an item by item basis; however, award to multiple vendors on a lot by lot basis may be considered. 15 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 524 of 1197 1) The percent discount applies to the Commodity Bid—PVC Pipe and Fittings. In this instance, PVC Pipe and Fittings encompass any and all similar and like items as individually listed. J) The City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of an obligation previously understood. K) IF THE BID SHEETS ARE NOT LEGIBLE, THE BID WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED BY STAFF. L) All fittings and accessories listed on the Bid pages must be of ,domestic manufacture and meet all criteria set forth by the A.W.W.A., A.S.T.M, and the trade industry. M)ATTACHMENT"B"— PROPOSAL SHEETS (Excel format) must be submitted with your proposal. Your Signature is required for each page of Attachment «B», N) Please provide an email address to submit the City's orders. The City may also order via fax and telephone. Email is the City's preferred method. Email: Mo.Rezakhani@coreandmain.com 16 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 525 of 1197 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of Florida County of Brevard County. that: Susan Reed , being first duly sworn, deposes and says 1)SHe is u 'c' a Co diiatorof Cgre & Main LEr -�- (Title) (Name of Corporation or Firm) ; the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in. connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such.Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference ! with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful I agreement any advantage against the City of Boynton Beach or any person interested in the ` proposed Contract; and t 5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any f` collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) cfadwoY lew i i Subscribed and sworn to before me (Title) Municipal Sales Coordinator This 16th day of August , 2011 i My commission expires May 1 2020 j BENJAMIN STRASSER e s `' Commission&FF 987529 = My Commission Expires I May 01, 2020 H S PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 18 Page 526 of 1197 ANTI-KICKBACK AFFIDAVIT STATE OF FLORIDA ) SS COUNTY OF PALM BEACH ) r 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: VC(ts' NAME-SIGNATURE r Sworn and subscribed before me € this 16th day of Auciust ,20 19 Printed Information: I Susan Reed NAME Municipal Sales Coordinator TITLE �y r � NOTARY PUBLIC, State of Florida at Large Core& Main LP COMPANY BENJAMIN STRASS1rR .��r ree4 commission 0 FF 987529 ei — My commission Expires �+a t 11 s May 01. 2020 "OFFICIAL NOTARY SEAL"STAMP i THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 19 Page 527 of 1197 CONFIRMATION OF MINORITY OWNED BUSINESS This is 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. Retum,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 ( ) OTHER (specify) ( } 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 ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 20 Page 528 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Yash► Aj&�d Vendor's Signature THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 21 Page 529 of 1197 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT . 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. ' Core & Main LP CONTRACTOR NAME By Title: Municipal Sales Coordinator Date:,_ August 16, 2019 THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 22 Page 530 of 1197 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID No.: 039-1412-191MFD BIDDER: Core & Main LP DATE SUBMITTED: August 16, 2019 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, to furnish all material, equipment, machinery, tools, apparatus, means of transRortation, and services necessary to provide the commodities specified in the bid documents. We propose to provide the commodities outlined in this bid according to the Bid documents and the following addenda which we have received: ADDENDUM NO. DATE ADDENDUM No. DATE Q NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE-CONSIDERED COMPLETE AND ACCEPTABLE 23 Page 531 of 1197 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, , the of (Name of officer of company) - (Title of officer of company) located at , (Nam\trueand ation/Company) (Business Address) Certifan authorized representative of the business and, on behalf of the Busint that it be deemed to be a local business for purposes of the City of Boynto I Preference Program. Answering yes to Question 1 and Question 2 below the b 'ness as a local business. In support of this request, I certify the followue and cor ct: NAME OF BUSINESS: 1. Is the business located within t City limits YES NO Number of Years: of Boynton Beach, Florida? 2. Does the business have a business ax YES NO Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida YE NO Division of Corporations? I understand that misrepresentation of any facts in connection wi this request may be cause for removal from the certified local business list. I also agree that a 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: ❑ Active: Verified by: Date: THIS PAGE TO BE SUBMITTED ALONG WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE 24 Page 532 of 1197 CERTIFICATION PURSUANT TO FLORIDA Susan Reed, STATUTE § 287.135 1, Municipal Sales Coordinator, on behalf of Core & Main LP certify Print Name and Title Company Name that Core & Main LP 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. IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES 25 Page 533 of 1197 As the person authorized to sign on behalf of the Contractor, 1 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, attorney's fees, and/or costs. 1 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. Core& Main LP cfamo' lemd COMPANY NAME SIGNATURE Susan Reed Municipal Sales Coordinator PRINT NAME TITLE IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES 26 Page 534 of 1197 STATEMENT OF NO BID If you are not bidding this service/commodity, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Boynton Beach, Florida 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: NIA ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No.: 039-1412-191MFD for ANNUAL SUPPLY OF PVC SCHEDULE 40 &80 IRRIGATION SUPPLIES 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 to Bid We do not offer this product or an equivalent Our product schedule would not�permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other(specify below) REMARKS: IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM AND RETURN TO PROCUREMENT SERVICES 27 Page 535 of 1197 Qualification to Bid of Core&Main LP Submitted to the City of Boynton Beach Request for Bid#039-1412-19/MFD Annual Supply of PVC Schedule 40 and 80 Irrigation Supplies Core&Main LP ("Core &Main") hereby qualifies its bid as follows. It is the express intention of the parties that, to the extent of the terms of this Qualification only, this Qualification shall supersede and control over the terms of the Invitation for Bid, Contract Documents and Specifications and any prior addenda thereto. Acceptance of any Agreement by Seller is made expressly conditioned on assent by the City,of Boynton Beach(the "City") to the following additional or different terms: 1. In the event of circumstances beyond the control of Core &Main, including but not limited to,government regulations, tariffs, and events of force majeure, Core&Main reserves the right to adjust prices upon thirty(30) calendar days' notice. Dated this 16th day of August,2019. CORE&MAIN LP Lfus� Deed By: Susan Reed Municipal Sales Coordinator Page 1 of 1 Page 536 of 1197 m IL c�o` S f0 CO) v O ID v N N to ID M CD T T r N N N N lq M M N r r 7 u O O O O O O O C3 Q O t7 O O C C a vs w e» 40 v) t» va 03 bs W, to Vs EA 60 4H CD a. cc IT 1 a = mm o 0 0 o a o 0 0 0 o O o 0 CD 0 m N N m N w N N N N N N M M N N E ODa LU ul m m � w 4 m O J 0 O O O CO O O � 0 N O h to G. 0 0 0 0 0 0 o q o o c� 0 4 o a IL LO to to co th to m co r` r` ti r` t: m LO n M CO m M M M M M 'It at tF It v v v v v v v 4 a v (D OCA 662 w w uQi w w w w w w w w w w w a w F- Q luW CA m LL LU OfA2w CO osCL .1 i 00 A z b LU d '� 0 0 a Ch ca W m Q 0 Z ' .. O rn m V H z o m r a; � a a� n nOL ca Vl z G 0 Im m m CL CL v m Q a a U U a O to im U U Z w Q o ti o ,0 o Q o tv o o a o to o a a too (� o U o -0 o �J I m v a v Q v m y v ¢ Q .2y ¢ "t vv Nr nv Uv v v m q N COx m s m x m s a s m = W x m x ¢ x m s cn x ?-s x — x -0 Z CL CL cl CL ra U I U m U F U m U to U EU U RU U U (nU U U m a IL Z m � rn rn fA LL fJJ fA m rn LL Cq N VJ fA N fA fA rn tlJ iv fA VJ C U c N ` s N T M T r ca J " a as J a z z a Qc a J C � .. L _ ... 4" - d d O O O O C: p' O O O C, O.. C=) P O O 0 0O- O. _ 4 0 o c- 0 4 c o � O 9 o c h- kn N V'i N h v1 V1 V1 In V1 V% P P O O O OZ Cl O O O': O d O Q O G O 91 P O O O O O 4 O O O O d0 - 00 00 00 00 OG 00 00 00 00 00 00 00 0�0 00 z 113:. h n H wt In h In h W) h u1 m Q 7 a zE rn > m N M U Ip U O O Q r r M r tp IA `a CL CJ v . O e g hV O [O O r CO M N CO 4O 0 y M N N (9 [O h O N M M kq Fl: O N 6.f O O O O O O O O O O 0 O 0 N G "C 6i7 69! H} Efl V39 w 49 to t9 w tf! H) to to to IL r W R M O O O O 0 0 Cl � � C. O O O O O U.) 1C � C (6 N to N N N N N r r r 10 V Nr V' M � to 4— IL � � O 1- 4] Its h O N Lo U-) h O N In P In O Oa O co 'D O O O O r O O r r r N N co d (`) r- O o O O O O O O 9 O- O a a O O O U W m co 1-� 1z. h h N 6 O CF) W in cm m CD d, w LO V V- NN N N N N N N N m .Y V V- Vr Vr V' d Rr a 'tIr a -T � Q (4 V Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q 11.E 0 111JJ w w w w 1I11JJ w w w llLill w LLLL1l LLIIJJ w w w lit ai = N m m � 7 U � 0. m c4 ?� C C C C U U .Q .OQ O O �_ G 'Q " CCL CL _ � G_ C C •O' _0 O _0 O w O_w O O w O w 0 � 0 = O r 0 0 0 0 0 0 0 0 p O D d _0 v -0 a:In In � v v LO v v U v o IT (a v U v v (� v a v o U VJ S 2 2 S S S q2 e,2 2 S U S n2 n aU CL rL U U U IML U U 0, U rL U H In to co 10 - co ( (0) N 0) fA to M N N fA M U N f!) M CD a) ll r" (zf) N CV d R N N rm+ :g N N t.. r r r N r ih `W f'7 �- r M r m r r N th r4 M V' Vl �O f� 00 lV N O.. O O O O Cl Cl P' - P. 0" - P. O- C " O O O. O O O' O O O. - P P P P 6 O O O O Q O P O> O O =' O. O O c7 P 9 4 O` O O O O O O O Q O O E A A W A � A -n - W] 'n W .00 - 00 00 00 00 00: 00 00' 00 �i O CD O 0- O' O , O O t O':. O O O O� O. O' O O O' m 00 00� 00 : 00 - 00 6V 00 �' W W' 00. 00 00 ao 00 00' .�., n .n v, n nv, v, n v� v, w v,, In v, �n r �n m n o o to \0c % b %0 .o. NO .o 'o %o 0, co E d O h W 01 O Fi; 4ACflN N N N N N C7 C'J t L d IL . d S N I O IO O O tt0 m O M M to Ili N 17 � r N M O Nt CD (D O N Cmi O p G6 O O O O O O r p M 10 (� co fA 63 6'3 d? fA 64 &). 69 69 f!3 64 69 fA E9 IL m m O O O Q O O O O O O O p O O l0 SD N •V' N N N NN N N N N N N N N rn Io 4- CL C14 ce) Nr co p O O IO l.- N In O LO N O O O O O O O N Q •O O O — r N O O r — O � i i C o 0 0 C. o O o 0 0 Cl wO O O O O O lf) > 0 0 o a a o 0 0 o a 0. a x � x OC v v v v a v v v � 0. Ia. Ia. 0. a 0. a w L�i uai ul u� w w m m m w m m m U) M m of m cl0. m -0 $ o o in m `m W a o o w LTU w d m w m E c o n n n o rnrn p W o 4 UJ O w0 w O � O Q 0 � 0 'O O -0 0 m O O d Z 0 Q LO) EL v0 vavmqutr Tsvmvvo rnva, v v In � x °� xb17C _ z x0) z 2X 8x mx mx Lr) 3 v 3 G — uj cam» cq a 0 x N cnn � ro c z IX CL CL cl CL m E Q N w x x X m `m cn ae !n M in Q G� -J m T 7 0 0 0 0 0, o c.. 4 0 o r; o g o,.;.. o N i. N N N!, N N N.... N N N N - N N N N Cl N rl M t/i �- M Nl- 0 O O O, c� O a _` O O .. W 'Ob 00 w': 00 �0 00 OS 00,- oo 00 oo. oo 00 -[fl N 'n to V7 to %n V1 V'f Vi h V'1 - .V) C E _ .0.. M 1_� 1_1 J_j t+ 00 Oi O N M in tD 1� a0 m a d� c O O O (O O b O O O O O O O O N Lo V m O h O W W Nt O W N N (D N Y"; v ti 6) Lc) Ln Nl m W) CO W Nv O O r O O ' d4 r Cj % Ef) EI'3 G9 fA GH A A 69 fA M. 00 G9 LL s 47 UO O 00 O O O Q O O O N O O O O O N N M N M M .N M M N N N c7 N N O � # � r �f 4- m a m m m m m m O CY d o ucAi O N o a o 4 �' o p Lo�! U O' O o d N m O O 4 M ro a w w L�i w u� w LU u�1 uw u� uaJ u� w w w w w a v m m a M v m m m CL m m m a01 = z " .a = O = m w 2 0 m m m _a N u� `m cl � a o a o a o a o a o m o n o a o Id o a) O a) O °� o m Cl c Q v � vav � v � vbvn 'q v vvi- v ._ vUv a N 2 p Oi d W Cl. O 2 O 2 2 N 2 N 2 2 S 2 — S ._ S.a Z fn m 2 a N O N S S N U N U O U U U O U O U O D U Uv U : U (00n LUL UJ N N U) .� w N Co N to N (o N U) U) co . U) N M (V U) .% It 7 4t 3 V d N M N L7 �V Cl)[ ?C m v Q Q = o r- v Q Yo N LL o M a m O O. O• O j"", OO d' O - O O '• O d b b. O O O O O. b b d O O:: d- p O d O l 0 d o o G b o' b Q O " O O O O i o O c� o o o d d b Q b: o VT Vl vl In h Vl 5!1 ? v1 - P Q O' O - O. N1 Vl Vi '!)W. : a p m O O O O O O d O O O b O O 4 C DO OO. OD `00 00. 00' 00 00' "OO. 00 ;; 4'' OQ 06' o0 OO.,.p 00 OO zA, Vl Vl'.. V] h' V1 V� V1 1l1. V1 to Vn Yl ul ul.. yl Vi r C E O 1_� N M en W h W W O N N v W W W W W W W 1!] Lf7 W W CO C¢ CO 0 a � m � v c r to O N A Lr) m LO LO 117 0) Ln r (o 0 11) (o O N N t+ � f7 to O q �f) W (1 A r O O O O O O O C N 'C N EA FA 69 w U) fR t9 6% 03- H960 49 f/9 69 O [7 N CL iA isr (fi m C y N N N N N N N N N O N O O O p O Q p In W N m ti r � W r- e- 'L _ ro O a 0 o A m to O in 0 0 p LO O• u) A N U O U 0 CD- ,a (o v o (n (h o o V) A Ln A W c 0 N N - i - 0 0 0 0 0 W O O O O O O C'4 O O ro � o 0 O O 0 0 p m m m m C~4 — W W — — — — CO °D � e v v � � v v CO 0 0 w w r r r er- r r U N NW< 16 L<Lj p L L w a to C3 N N L10 N N Vl J O H F R m � �' Z O_ Z Z _ F- H o 0 v v �- x x x x CL o ~o o N o. O[`t o N o W W 4 Q x p 4l. O L L O O LL p O p m 0 0 0 0 o d Q Qr•'V N �r� r � It w4r N ._SrxxxxTrT 2 S c c G —T - 2—SUTU2Y'T XTY TYT �xU v �x �xUxU � fn cl LL ti UV U U U U xULL V x U x U) a) U) — U( U ._,UIL [L m m Q CO WEU _Uli U) U) rm. U x x (A x x j .- (� x a CL x (A iv fn N _ _ a N r- MCM � N r � r Y m o, r ao rn ori (v;as cy rn s c x may" Na a o + o 0 0 a o a s o 0 0 0- �('a 0 0 0 a o a a o o n (} o o ca+S+ o ++ o, o o' p oo m m m;� o Vl t/1 �/1 h_�_s: b �D m 0 0 a Q q, o , o 0 0} o o - o o; o q o 0 o a o o c 00 00 oa m oo :: c0 00 ao '. oo m -' o0 00` m o0 00 - oo : 'oo 00 m o0: oa` V3 Vt -' h h H Vl V) ^[ v1 Vl h V's:-. 'o 'o �/t to %n Ln to qn kn" . ao +O - �O �O (0 r b tiD'.. b ,: �D �o b r' 10 do -:' �o b. ID 3 (o co (o W A l• A A A A A A iti A m m W co W W m a . 4 C_ M O 1- N O N O O O O LO O fD O Nt N O Lq W M QO W U� f.3 U') t- 1+ 0 O 00 O � 1O Q W Gf3 fA Vi. b9 iL � to � H} GF) 69 R Cp N OM1 4n U'y LD C) N O U') Q1 N rn � _ N 0 ` W O L N C d ON O r C7 o z p LO j o o a j j g r 11 LL LL fp � ( N -a ) U V U U l¢LI W W Q C1 O ro v m m cD M m a z J U U z z O O O = m J J J m m 3 O o w � � �� � y � C� o m m � m 0. LL m v - C � -- m � >�m �7� x o o = y c mmmmmm � �cm , m_ o c O m umi � :31 , a � ��@ :m m V) � 2 a CS C7 C! C7 �'�.1 m m as m U r a a -g � mNcg LL � ? a iv p CO to m to c c C) a a m u' O O O G d O P aO: O O C. a Q- - O Oa a: iN Q. P.. O a.:. P O O O d O - Q d' o. . D. n n en M en M n n n 00 00 001, g 0 O. O O. C� ".O O 00 00" 00 00 06. ;'00 00' 00 � 90. Wob Ob;,; Fib. JE 100 a00 tl01 GA ONi ,- I ILL, O W I � a IL . O c m o uo m ao dl (D t0 4 03 V r r N M 'C !H KT EH EA fA a m m rn 0 Ln w uo to as e m N IL `- m O `0 0 0 o co rn is (Y) V coo 0 amo m co i 2 —2 LO CO Ica im m m IN w Lai V CD m C N 1- co tm co IL m 7 O !O @ W CL O Q7 O [C O O .0 q rm ca -'r l; v YJ mA m >wwwa. W? a V L) ° a °' a a V C',_ m Y I O O o C oo w.. ., vl;:3 to _ bl m 0 O O O 1-� d a m O � c O �r (n in W Cl) O It 0] M to m lf) M O N_ h M m N 1CJ h 00 O h lq O to as tP N Iq It N h [O V 0 CV M u? w I- 01 01 h w 01 N N CV h 63 69 w d4 W. Uf if> to EA w 69 N N3 69 fA fR r l0 m O C. 0 0 O 0 O 0 O O O O O O O O C Iq N N N N N N N N N N N N N N N N N N m rn Go 0. O L d O U] U'j h h o O N C� Un to O 0 0 0 0 0 W) h O N O � T1 0 o b 0 N N M M V v O O — T a o o O 9 0 0 4 Q o o 9 0 0 o a o 0 0 0 LO Un m (b 0 m iii o m 6 O to LO w in m in �! M M M M f7 CO C.) �j M f7 M M M MM M O O O O OD CO 00 co CO CO CO OD 00 O m 00 00 co co 00 O M CO 100 ya w w w w w w w w w w w w w w w w w w w w a ro ami o! c m N M0M CIO co W m tm = a vs ani L � N 1 N E m E2 E2 E2 ` .. d- ¢ o o o Q o o n o b Q o o Q o m o p o o o o n o d o m o H o co ¢ co a ao m ao a4 Q m a ao m co a co m m v 00 a m m a co co¢ co as a ao 00 as m °fz m= � � Ya� mY s m��x mxax mxax m xax m �-2,:E— = ax x m(D� ((n c yU)rota E(ml w 0(a2cn dN �N E � NW ((D mCO-t50) U)1 Ua� uUi � LL m ICD a �-y d (D m N g tL � N e LLL a LL U- T M a+ N M V re r N N M Cl) T M 1 1 o c ., o 0 0 0 0 o 0 o g o . o 0 0' o 0 0 0 o 0 0 0.. .'o o 0 0, ' o 0 0 0 V!r P. 4 Q:°. P' O O o - O P P a P C: o - P 0 9 A O O o q o 0 0 o P . q o 0 0 ; © o o P P n n n 0 O O O: O O. O O ` O, O- 4 G O. O O OL .�. O q o n o _ n o n o 0 o q n n. c P - q' o q m w ' rn rn rn rn a v rn c �: d rn o c a o o. a o+ a m m vi v� vs ' wi v� vo, w vi• V) en' w v +nto vi wo ,n In vi E LO t4 h 0p W O r N M V N <D h IVI ITI O T N MO b O O O T T T r r .-- �-- ,- N N N N 1��l T T T T T T T T T T T T T T T T T T Y Y m CL d � c 0 0 ' O co Ln a co Ln h N co It to a (7) aD O_ m N o (D M O� O CO h CA In O CJ O O h Cl) c0 c0 GO M V co CD n cm N !n c; O N N N h 0 N Cr) M of r C EA 69 69 b9 W F!3 EA to W, b9 E9 d3 E9 tH E9 ER 03, C q 0 O O N O O O O O O O N O O N O O OLO N �tl N NLD O ch N O N N N N c! tN N N N r � rn ro a p L q O O O O O O h O N O O O O O h O N O O O O LO 77 N m -T o 0 o N m v o o r N co v c 4 0 4 0 0 0 0 0 o a o 0 0 0 0 0 0 o a Q c? U C) e�- r cp OD 0 (p cc cP to to m 01 CA M m ¢1 N N 0 ) LOO O O O O O d O O O O O d N N N N a� CN CO CD O co CD O co co CD co CD O CO CO CO co c0 CO. m m m (u Q Q Q Q Q Q Q Q Q Q Q w u�l w w www u� w w u� w 13 m G N 7 m 0I ca N2 a �l �1 N N 0 N -0 Q Q C C . N C C N y - N Cl LU gyp, m N O .0 W W E 7 7 C C C Hd and m0 Q�Owdo, d W d—o O O— O— o— O DO DO d qd q 0 n0 O O ` wF.w�.w�... COO m GO mW m0CD0 COW COW COW co m 000 7m co m coDD CD 5CO v _ o rn rn q U U o 0 0 m S S 2 2Cn2 yS rnSO2 2 =020202 2U2 2 S = 2 2 Z m _ Coa rn Coo U a U U U U'-U=U= U U'd0 U U_ U •- V V U UaV V UAV —. U U U U 0 cn 0)U)CA CA Cl)03 - co N co co_9 U)U W U to Q'N a co L_—U) co U._ W V U co UJ._ U ._ U .— U co ;� cV 7) CO CO r r H N co v r (V M r r cn v� ,D r oo N M w rr Co M N' rn oo 0 P' O C P O O P b .d l - C C O C C C C" O O P O O d O CC) P O P 4 O. P C o C7 p G cm P C O P O y. O O. O O - O O O w O O O O- O O 6 O O O O .O O O Q O. GO O'' O O O O O P C7 O P O C) CJ C- Q, O O Q1 'O _ = .:' r �. V ,'.fit -.� ...� .N.. - N N N - N, V'. 7 V , Ochi o 9 .1r. 0 0 0 o ca CN Ch °Ga , Cti. C713a" v a, d rn.:: 'C. Ci, o a a,. d o, d, os ��. ..: 1 kO .c rc . n a c ,ta. I %D ,o .o o ,c %Dm ,o ,o .o co E O o h o Q1 1-1 N (� 1n W hD? � � 11]NN N N N co M CO m [h M m m v a eT '7 r Y r r r r r r r r r r r r r r r r m EL . O t fA W V Nt fA N CO N t� N 1[] m ti m f0 [D CD N N M NIt N. T M M r o N W N O) O lcq U7 Ui V N N fA N Mtf f0 Co 8) Cry CO O N m O_ � ff) f/9 to ft? fR 03. b9 FA 6p. fR EN9 fA !A , 44 d9 tR fA d9 W � .a o 0 0 0 0 0 o O o 0 o O o 0 0 N N N N N N N N N N N r N a N N M N � O � CL `— O O O O O O M N O N 1n O O O l[5 0 r <b N r m N (O W N N N N Q O N M Q N CD O M (o r LO m N r r .- r r o O 0 0 0 0 0 O c? o r r r N N m q fn N 6 t` m O N !� r` r` ti � fnLO 7 CD O O O r M M' CO CO M 0 m m m c0 co f0 a0 O O O 00 O co W co co CO co w m OD co A (D 0) a s a a a ¢ a a a a s a ¢ Q a s a w w w u� w w w W w u1 W ual uQ1 w w W W LLf w w a fu � o � m U) 37 m N N rL a m a A �_ -0 o °° m CO _ °° m' m' a aZoQt TCD rL0 OW [u- C5 �owo o o -oho Xayo no ao t7 W ZaOZOZ aOOOOtnW COOWOW w w- W fA Il.iW 4JO CLl fA Go co m co cO = O= CO N Z _ Y = S_ S v 2 v 2 O m 2 S O S O 2 O 2 2 X 2 X 2 X S d X x 2 2 N 2 TUNUNUN U a•U Ci0qtU 2'U_U�U ' U � (� U L) S-10 U _ Uwa _ 0 xU xU G X (J) (1) V7 r CO _ fA� 0)0-co (j)Cp N._0 .9 co ._w Fn(A a W (q W=[A to to � W fn co CL � co [V X X X (A LA fAN co 9) CO CO iV fA CV r `r N fA fI) �,•� r N C7 N r r N M d' r CO r M x r N ('] r N X - x X r X X r N M �!1 1G Iti oCl O N In O O Q Q Q Q O a O.. O O O O O O o Q Q (d P: o -- P Q O I C, � o C]" C? O O � O ��O O: o Q O O O o N, o o. o 0 0. o o a c C? a o 0 0 0. o o. o. - .0'' c o O•. O O O O - O O O O;' O: O C7.< o O: - O - O O O b O ;C O O' O O n l� N" f� ice'- [�. I� h F1 r i~ - In M A m � Rf M: m 2 M', N-' N N N fV r N N N, N N 11' M eel M M' m M O. O O - O O O O O m �? 4 - C,:. N Vm1 Vl V�1' V�'f Vl Vol G'S Vpt.1: 17,kn- h " 4.1. Y�1 W) V�1' all V � V3' �D- - tp tp 67 cD y 1-1 0 ccm O W v Q D 1-1 CD r r r r r T r r a` Q O ° z O g Cl) u) U) rn o M 0) 0 0 0) 0 0 0 _ h o m C7 h N � a) N "t N O eO ct N q 1� C.1 O " M co) Ll) C7 L) (D O m LC) m m 61-7 fA 6-9 fR tPr d4 � d4 To !9 � fJq 63 W. 6tH a , Co P O P P P N O O 0 O Co P N r co = W N N N N N N N N N N N r_ 0 a 0 a 0 0a `n CY) OD co co ro 00 co CD t O O rl O N N N C7 O O O O P P P 4— Lo P Lf) to to Lo Lr) O L O r r CD N r M N [n P P O m C o Cl) W N N M N o 0 0 0 ❑ C M M 00 co M m m m m m m Lo CD CO 00 fn O CO co co CO CO co y N 0) N a w w w w w w w w w w w w w w w V m r Wr m rncm a y t w C C m ' m L L U U in N C)P? 7 7 m c v fY1 -a y 'a co m m m m 0a tC m l0 L 2 v a � �% 'p. f9 0. p, CL d CO o o�000ao� �aroUWcoIUm ,C CO CO X00 CO Lm L900m000 CONCH U to XSXS -ES �2N2N2N= � 2 � 2N2uj2a= 42 a2 C pU XU U = U QU XU XU WU a)U U mU mU U. Urn V5U � fA Q fA - N U CO ul _co _cl fn fn a Co 43 fA .9 fA.9 fA n en(n. i fA � (A E e N FLQ caN X X X r X X r m et r N X C7 � m N y N N <ry ..� o r'. .-y N l+l yr vi ' N M 7 O.- v: d %r o v v C, O O-- v.:- O v .."O, o:. C. m o 0 0 0 o, o 0 0 .: o o' o 0 I. 0' o o c ..b G �n +o In.- e V3.. m �: R - 6' ' d R R. d N N::.. N O V a. b CT Ch C+ - 11 C% CA Q,' ...CT?. CTR Ln.- ck CA a k' tC +D tD \O \o ,.- b �D-.- %D In Y 0) E h CO Co P r N Cry V' I- CO h CO P [a r N C7 fD <O f0 h h h h h h r-- h ti h 00 CO CD CO r r r r r r r r r r r r �-- r r r r L C p� O � � W w CL r 0 4- V p Im c co W n LO ro 0) w _ m 3 � a -J d a m }— m s Q v v LLCL ,- D m y z a o c LL LL a 0 o O v H a 61 G ate. 0 O V ` CD o7 A z V L a N U O I O U. m m C _LM ti ANfog M. GAN'NON* P.Or.,Efox:3553,West Palm-Beath;FL 33402-3353 **LOCATED.AT— L CONSTITU710NItU TAX C01:�J;Mg www.pbctax.com'Te[.`(SM)SU-.2264 P-41m Hi�adt catiny 832 PIKE RD Servingyou. WEST PALM-BEACH, FL-33411 TYPPOFRUSINESS =T_ OWNER! CERMFICATION# nEctiadiEWTE AMT PAID B$LL 0 t01i5&AAJN'LPr [_ 4 M1$9MERq1!fMct�E�;�- I Thig AoOurdehr Is valid Only When fecilpted by life.Tax QoIlecw'S offirce, &ATIE-61FFLORMA.., PALM BEACH COUNTY B3-47 2019[201S LOCAL-BUSINESS-TAX:RECEIPT 'CORE&MAIN LID' LBTR Number:1 206716-3- 4.0 COkE,k-MAIN Ui- EXPIRES:-SEPTEMBER 30,.g019 PO 130k;80600 INIDIANAPOUS.'IN 46280: This mceiptgrants'thp-pnvi I lebe cflqnq�qging jo of managing any business profession bk'6rmplaflbn ifithInIts jurisdiction and M-ST be-conspicuously displayed.at th�place of lbudlnim�pnd.In succi ti rnahinbr a:slm.bauplan'to(h'avJ2'w-oltfie-pu1J3c, Page 549 of 1197 ±� Page 1 of 3 A`_ D® CERTIFICATE OF LIABILITY INSURANCE 7/23//20 er' 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(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement an this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT Willis Towers Watson Certificate Center Willis of New York, inc. NAMPHONE FAX c/o 26 Century Blvd 1-877-945-73780 po. 1-888-467-2376 P.O. Sox 305191 ADDRESS: Certificates@willis.cam Nashville, TN 372305191 USA INSURERS AFFORDING COVERAGE NAIC# INSURERA• National Union Fire Insurance Company of P 19445 INSURED Core S Main LP INSURERB• Markel American Insurance Company 28932 1830 Craig park Court INSURERC: New Hampahir@ Insurance Company 23841 Saint Louis, MD 63146 INSURERD• American Home Assurance Company 19360 INSURERE; Illinois National Insurance Company 23817 INSURER F: COVERAGES CERTIFICATE NUMBER:N6958698 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. 1NSR ADDLSUBR POLICY EFF POUCYEXP LTR TYPE OF INSURANCE POLICY NUMBER MMJDD MMIDD LIMITS X COMMERCIAL GENERALLIABILrrY EACH OCCURRENCE $ 1,000,000 CLAWS-MADE OCCUR PREMISES Eao=rrence S 1,000,000 A X SIR: $500,000+ MED EXP Anyone person) $ 15,000 GL 4786836 08/01/2018 08/01/2019 p@RSONALSADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIESPER GENERAL AGGREGATE $ 2,000,000 POLICY❑PRO LOCJECT PRODUCTS-COMPlOPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT E, BINen, S 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ A AUTOSDONLY AUTOS CA 7742356 (AOS) 08/01/2018 08/01/2019 BODILYINJURY(PeraWdeM) S RED NON-OWNED AIUTOSONLY AUTOS ONLYY PROPERTY DAMAGE $ Per accident $ S X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESSLIAB CLAIMS-MADE Mt¢M6W700D0052 08/01/2018 08/01/2019 AGGREGATE $ 5,000,000 DED I X I RETENTIONS 10,000 $ WORKERS COMPENSATIONPER OTH- AND EMPLOYERS'LIABILiTY YIN X STATUTE ER C ANYPROPRIETORIPARTNERIEX.—TIVE E.L.EACH ACCIDENT $ '1,000,000 OFFICERIMEMBEREXCLUDED? NIA WC 018177182 08/01/2018 08/01/2019 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE 1,000,000 If yyees,describe under DESCRIPTIONOFOPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Workers Compensation WC 018177235 (NA, WI) 08/01/2018 08/01/2019 EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each $1,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS!VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) * General Liability: The $1,000,000 per Occurrence and $2,000,000 Aggregate limits displayed is a combination of $500,000 Self-Insured Retention and $500,000 Per Occurrence /$1,500,000 Aggregate limits of liability provided by the carrier noted above, SEE ATTACHED CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL HE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORLZEO REPRESENTATIVE Evidence of Insurance A/4 ©1986-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD =o: 16481037 aArca: 797731 Page 550 of 1197 AGENCY CUSTOMER ID: _ LOC#: AC<?RV ADDITIONAL REMARKS SCHEDULE Page 2. of 3 AGENCY NAMED INSURED Willis of New York, Inc. Cora & Main LP 1830 Craig Park Court POLICY NUMBER Saint Louis, MO 63146 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1EFFECTIVE DATE:See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance INSURER AFFORDING COVERAGE: New Hampshire Insurance Company MAIC#: 23841 POLICY NUMBER: WC018177237 (IL,KY,NC,UT) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: New Hampshire Insurance Company MAIC#: 23841 POLICY NUMBER: WC 018177236 (ME) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: New Hampshire Insurance Company NAIC#: 23841 POLICY NUMBER: WC 018177234 (NJ, PA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: American Home Assurance Company NAIC#: 19380 POLICY NUMBER: WC 018177232 (CA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 ACORD 909 (2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 16481037 ��: 797731 cam., W6958698 Page 551 of 1197 • AGENCY CUSTOMER ID: _ LOC#: ACCPRV® ADDITIONAL REMARKS SCHEDULE Page 3 of 3 AGENCY NAMED INSURED Willis of New York, Inc. Core S Main LP1830 Craig Park Court POUCY NUMBER Saint Louis, MO 63146 See Page 1 CARRIER NAIC CODE See Page I See Page 1 EFFECTIVE DATE:See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance INSURER AFFORDING COVERAGE: Illinois National Insurance Company NAIC$: 23817 POLICY NUMBER: WC 018177233 (FL) EFF DATE: 08/01/2018 MW DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: New Hampshire Insurance Company NAIC#: 23841 POLICY NUMBER: WC 031467785 (AR, AZ, VA) EPP DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employera' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: National Union Fire Insurance Company of Pittsburgh NAIC$: 19445 POLICY NUMBER: CA 9581298 (MA) • EFF DATE: 08/01/2018 EXP DATE: 08/01%2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Auto Liability Combined Single Limit $2,000,000 Any Auto INSURER AFFORDING COVERAGE: National Union Fire Insurance Company of Pittsbuzgh NAIC$: 19445 POLICY NUMBER: CA 9581297 (VA) EPP DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Auto Liability Any Auto Combined Single Limit $2,000,000 ACORD 101(2003/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are re Istered marks of ACORD SR ID: 16481037 anxca: 7731 W6958698 Page 552 of 1197 6.H. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 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 September 05, 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 AMOUNT SOLICITATION NUMBER TERM SUNSET SOD. CITY OF BOYNTON 033-2730-18/IT OCTOBER 1, Annual Estimate INC. BEACH IS LEAD 2019 THRU $5,000 AGENCY FOR SOD SEPTEMBER ODUM'S SOD, AND SOD 30, 2020 1 NC. INSTALLATION (SOUTHEAST MULLINGS FLORIDA ENGINEERING GOVERNMENTAL SERVICES, INC. PURCHASING COOPERATIVE AGREEMENT). ADVANCED DIESEL/PROPANE 066-2821-15/J MA OCTOBER 06, $130,000.00 GENERATOR GENERATORAND 2019 THRU ANNUALLY SALES & BY-PASS PUMP OCTOBER 05, SERVICE MAINTENANCE AND 2020 REPAIR HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This renewal report will be used for those solicitations, contracts/agreements and piggy-backs that renewed/extended with the same terms and conditions and pricing as the initial award. FISCAL IMPACT: Budgeted Budgeted 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 553 of 1197 STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Addendum Executed Renewal Advanced Generator D Addendum Signed Renewal Interest Letter- Sunset Sod D Addendum Signed Renewal Interest Letter- Odums D Addendum Signed Renewal Interest Letter- Mullings Engineering Services, Inc. copy D Addendum REQUESTS FORBID EXTENSIONS AND PIGGY AGK eptember 05, 2019 Page 554 of 1197 The City of Boynton Beach Finance/Procurement Services P.O. Box 310 Boynton Beach,Florida 33425-0310 Telephone No: (561) 742-6310 FAX: (561)742-6316 August 21, 2019 Richard L. Cordis, President Advanced Generator Sales & Service 12351 59t' Street North Royal Palm Beach, FL 33411 VIA EMAIL TRANSMITTAL TO: advancggpp_att_n t REF: BID NO, 066-2821-15/JMA DIESEUPROPANE GENERATOR AND BY-PASS PUMP MAINTENANCE AND REPAIR CURRENT BID TERM: October 6, 2015 thru October 5, 2019 Dear Mr. Cordis: The current bid term for"DIESEUPROPANE GENERATOR AND BY-PASS PUMP MAINTENANCE AND REPAIR" awarded to Advanced Generator Sales & Service expires October 5, 2019. We have been very happy with Advanced Generator's service. The bid documents allow for one (1) additional one-year extension and we would like to extend the bid for an additional one-year period with the same terms, conditions and pricing. Please indicate your response on the following page and return it to Procurement Services via email to marmere@bbfl.us at your soonest convenience. If you should have any questions, please do not hesitate to call Eric Marmer, Buyer at(561) 742-6318. Sincerely, Tim We Howard Assistant City Manager-Administration cc: Tremaine Johnson, Manager, Field Operations, Boynton Beach Utilities Melissa Roberts, Administrative Assistant, Boynton Beach Utilities File America's Gateway to the Gulf Stream Page 555 of 1197 The City of Boynton Beach Finance/Procurement Services P.O. Box 310 Boynton Beach,Florida 33425-0310 Telephone No: (561)742-6310 0 FAX: (561)742-6316 August 21, 2019 REF: BID NO. 066-2821-151JMA DIESEUPROPANE GENERATOR AND BY-PASS PLUMP MAINTENANCE AND REPAIR Agreement between the City of Boynton Beach and Advanced Generator Sales & Service: PROPOSAL RENEWAL TERM: October 6, 2019 thru October 5, 2020 _Z' Yes, I agree to renew the existing bid 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) Advanced Generator Sales 8E Service //' / // NAME OF COMPANY SIGNATURE NAME OF REPRESENTATIVE TITLE (please print) `;��'I// g S-6 f._ 7 9 � 7-6 DATE (AREA CODE) TELEPHONE NUMBER 4J VP'rjCt21_g-;-7 j�j I E-MAIL America's Gateway to the Gulf Stream Page 556 of 1197 The City o Boynton Beach FinancelPracurement Services R Q, Bax 310 7 " Boynton Beach, Flrarido 3342.5-0310 Telephone No (661) 742-6310 FAX: (561)742-6316 August 16, 2019 Kathleen Hernandez, President Sunset Sod, )nc. P.O. Box 160744. Miami, Florida 03116 VIA EMAIL TRANSMITTAL TO: sod ate e net REF BID NO. 033-27301-181IT—SOD AND SOD INSTALLATION (ANNUAL CONTRACT) CURRENT 131D TERM!: OCTOBER fa 20118 thru SEPTEMBER 30, 2019. Gear Ms. Hernandez: The current bid term for the "SOD AND SCID INSTALLATION (SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE AGREEMENT)" awarded to Sunset Sod, Inc. expires September 30, 2019. We have been very happy with Sunset Sod's service, The bid document allow for three (3) additional one-year extensions and we would like to extend the bid for an additional one-year period with the same terms, conditions and pricing, Please indicate your response on the following page and return it to Procurement Services via email to marmereftbfl.us at your soonest convenience, If you should have any questions, please do not hesitate to call Eric Marmer, Buyer at (561) 742-6316. Sincerely, Tim W. Howard Assistant City Manager-Administration cc: Andrew Mack, Director of Public Works & Engineering, Public Works Klatt Coyle, Project Manager/Landscape Architect File America's Gateway to the Gulf Stream Page 557 of 1197 e i +Q Boynton Beach „ FinancelProcurerment Services P.O� Box 320 Boynton Beach, Florida 33425-0310 Telephone No: (562) 742-6310 FAX: (661)742-6316 August 16, 2019 REF., BID NO. 033-2730-181]T—SOD AND SOI:] INSTALLATION (ANNUAL CONTRACT) Agreement between the City of Boynton Beach and Sunset Sod, Inc.: PROPOSAL RENEWAL TERM: OCTOBER 1, 2019 thru SEPTEMBER 30, 202?. Yes, I agree to renew the existing bid 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) Sunset Sod, Inc. )I AME OF COMPANY SIQNKTURE I-A– I 1 4— Lyj NAME OF REPRESENTATIVE TITLE (please print) - DATE (AREA CODE) TELEPHONE NUMBER E-MAIL America's Gateway to the Gulf Stream Page 558 of 1197 The Ciftj of Finance/Procurement Services P.O. Box 310 4= Boynton Beach,Florida 33425-0310 01 Telephone No: (561)742-6310 FAX: (561)742-6316 August 16, 2019 REF: DID NO.. 033-2730-18/IT—SOD AND SOD INSTALLATION (ANNUAL.CONTRACT) Agreement between the City of Boynton Beach and (3dum's Sod, Inc.: PROPOSAL RENEWAL TERM: OCTOBER 1, 2019 thru SEPTEMBER 30, 2020. Yes, I agree to renew the existing bid 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) Odum's Sod, Inc. NAME OF COMPANY SIG IA- I IRE -__ LE DIANE cREPRaSENI�TA�I TITLE (please print) 1 ' DATE SEA CO TEER n ka), ccw--, ,,In S_ __ A� (26 4a-MAIL n ko America's Gateway to the Gulf Stream Page 559 of 1197 The City of Boynton Beach Finance/Procurement Services P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 9 FAX (561) 742-6316 August 16, 2019 Sheldon Mullings, President Mullings Engineering Services, Inc. 6289 W. Sunrise Boulevard, #122 Sunrise, Florida 33313 VIA EMAIL TRANSMITTAL TO: mullingseng&hotmail.com REF: BID NO. 033-2730-18/IT—SOD AND SOD INSTALLATION (ANNUAL CONTRACT) CURRENT BID TERM: OCTOBER 1, 2018 thru SEPTEMBER 30, 2019. Dear Mr. Mullings: The current bid term for the "SOD AND SOD INSTALLATION (SOUTHEAST FLORIDA GOVERNMENTAL PURCHASING COOPERATIVE AGREEMENT)" awarded to Mullings Engineering Services, Inc. expires September 30, 2019. We have been very happy with Mullings Engineering Services service. The bid document allow for three (3) additional one-year extensions and we would like to extend the bid for an additional one-year period with the same terms, conditions and pricing. Please indicate your response on the following page and return it to Procurement Services via email to marmere(@bbfl.us at your soonest convenience. If you should have any questions, please do not hesitate to call Eric Marmer, Buyer at (561) 742-6318. Sincerely, Tim W. Howard Assistant City Manager-Administration cc: Andrew Mack, Director of Public Works & Engineering, Public Works Matt Doyle, Project Manager/Landscape Architect File America's Gateway to the Gulf Stream Page 560 of 1197 The City of Boynton Beach Finance/Procurement Services P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 9 FAX (561) 742-6316 August 16, 2019 REF: BID NO. 033-2730-18/IT—SOD AND SOD INSTALLATION (ANNUAL CONTRACT) Agreement between the City of Boynton Beach and Mullings Engineering Services, Inc.: PROPOSAL RENEWAL TERM: OCTOBER 1, 2019 thru SEPTEMBER 30, 2020. X Yes, I agree to renew the existing bid 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) Mullings Engineering Services, Inc. NAME OF COMPANY SIGNATLAE Sheldon Mullings President NAME OF REPRESENTATIVE TITLE (please print) August 19, 2019 954-583-2441 DATE (AREA CODE) TELEPHONE NUMBER mullingseng@hotmail.com E-MAIL America's Gateway to the Gulf Stream Page 561 of 1197 CITY OF BOYNTON BEACH REQUESTS FOR BID EXTENSIONS AND PIGGY-BACKS September 05, 2019 REQUESTING DEPARTMENT. UTILITIES DEPARTMENT CONTACT.MICHAEL LOW TERM: October 6,2019 thru October 5,2020 SOURCE FOR PURCHASE:City Bid No.066-2821-151JMA ACCOUNT NUMBESR:401-2811-536.46-20&401-2816-536.46-20 VENDOR(S):Advanced Generator Sales&Service, Inc. ANNUAL ESTIMATED EXPENDITURE:$130,000 DESCRIPTION: On October 6, 2015, City Commission approved a two-year contract with Advance Generator Sales and Service, Inc.for diesel/propane generator and by-pass pump maintenance and repair services. The Contract allows for three(3)additional one-year renewal options with the same prices, terms and conditions. On October 3, 2017, City Commission authorized the first one-year renewal term. On September 20, 2018, City Commission authorized the second one-year renewal term. The vendor has agreed to renew the Contract for the third one-year renewal option thru October 05, 2020. REQUESTING DEPARTMENT.FINANCE/PURCHASING DEPARTMENT CONTACT.Randy Wood TERM: October 01,2019 thru September 30,2020 SOURCE FOR PURCHASE:Bid No. Bid No.:033-2730-18/IT ACCOUNT NUMBER: Various-Citywide VENDOR(S):MULLINGS ENGINEERING SERVICES, INC.;SUNSET SOD INC.;ODUMS SOD, INC. ANNUAL ESTIMATED EXPENDITURE:Annual Estimate$5,000 DESCRIPTION: In September 20, 2018, City Commission authorized Award Bid No.:033-2730-18/IT, "Sod and Sod Installation"to three(3) contractors as primary and secondary suppliers. This is a Southeast Florida Governmental Purchasing Cooperative Bid for approximately forty-five(45)municipalities, with the City of Boynton Beach acting as the Lead Agency. The initial term of the contract is for one-year with the option to renew the contract for three(3)additional one(1)year terms. The estimated expenditure for the City of Boynton Beach for the one-year period is$5,000.00. The vendors have agreed to renew the Contract for the first one-d one-year renewal option thru October 05, 2020. Page 562 7 6.1. CONSENTAGENDA 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve the minutes from City Commission Budget Workshop held on July 16, 2019 and the City Commission meeting on August 20, 2019. EXPLANATION OF REQUEST: The City Commission met on July 16, 2019 and on August 20, 2019 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? Grant Amount: ATTACHMENTS: Type Description D Addendum Minutes 7-16-19 D Addendum Minutes 8-20-19 Page 563 of 1197 Minutes of the Boynton Beach Budget Workshop Held on Tuesday, July 16, 2019, at 10:00 a.m. at the Intracoastal Park Clubhouse 2240 N. Federal Highway, Boynton Beach, Florida Present: Justin Katz, Vice Mayor Lori LaVerriere, City Manager Mack McCray, Commissioner Jim Cherof, City Attorney Christina Romelus, Commissioner Queenester Nieves, Deputy City Clerk Ty Penserga, Commissioner Absent: Steven B. Grant, Mayor Welcome and call to order Vice Mayor Katz called the meeting to order at 10:01 a.m. and welcomed all to the Budget Workshop. Pledge of Allegiance Commissioner McCray led the Pledge of Allegiance to the Flag. Roll Call Deputy City Clerk Nieves called the roll. A quorum was present. Public Comments Vice Mayor Katz opened the floor to public comments. Dr. Stephanie Hayden-Adeyemo was interested in the budget for the Police Department. She thought there could be some type of incentive with marketing for new hires concerning public service and homeownership. She understood the current salaries were not in keeping with neighboring cities and thought the disparity could be offset with some type of housing, especially with the new Town Square. Dr. Hayden-Adeyemo is a teacher. She purchased her home through the Bank of America Good Neighbor program for public servants and officers. She thought it would be a progressive promotion for the City. Page 564 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 Commissioner McCray thought it would be discriminatory and if done, it must be done across the board for all employees. Dr. Hayden-Adeyemo responded does not necessarily exclude anyone. There is loan forgiveness for public servants such as nurses and doctors all over the nation. There are programs and services offered to individuals who go above and beyond the call of duty. Commissioner McCray advised everyone who works for city government is a public servant. Susan Oyer, 140 SE 27th Way, commented there were ramp problems at Oyer Park and asked if repairs were included in this year's budget. Andrew Mack, Director, Public Works, explained there is money in this fiscal year's Capital Improvement Budget allocated for the design. The City has to go through permitting the ramps, so construction would start in two and a half years. Staff also discovered a grant to help supplement the funds. Ms. Oyer asked about the status of park cleanups. She was aware Boynton Care's and Kevin Homer clean parks regularly. She asked if there was a way to stay more on top of the litter or if the City would continue to rely on volunteers to keep parks clean. Wally Majors, Recreation and Parks Director, explained the Department appreciates the Adopt-a-Park volunteers and other dedicated groups that clean the beach, but staff is assigned to clean parks on a regular basis. Currently, the crew works Monday through Friday from 6:30 a.m. to 3:30 p.m. Part-timers work on the weekend. Mr. Mack advised they will adjust the hours of the workers and he was considering adding park workers in the evenings during the week and on the weekends when most of the trash accumulates. He noted there are 29 parks and current staff cannot get to all the parks each day. Ms. Oyer noted Mr. Mack had mentioned he had stopped using Cemetery Funds for Parks and Grounds. She understood the Cemetery Fund was a dedicated fund to be used for perpetual care and asked if the City would replace the funds taken out to cover the park manager and crew supervisor salaries. Mr. Mack explained he moved the expenditures out of the Cemetery Budget to have less of a budget impact and allocated funds the way they should have been in the parks budget. The park manager and crew supervisor work at the cemetery. The change improves the Cemetery Fund. Commissioner McCray noted State law requires perpetual care. He asked if the expenditures were within the parameters of the law. Later in the meeting, Attorney Cherof explained municipal cemeteries are not licensed by the State and State regulations do not apply. Ms. Oyer also asked if the City replaces the bronze vases at the cemetery because her aunt's was stolen and learned the City does not. Dr. Hayden-Adeyemo asked about the strategic overview analysis software. She thought each department can share their strategic plan framework, goals, plans and objectives, with the City Manager on a quarterly basis to present to the Commission and the issue would be handled in-house. She noted the software would need to be upgraded and the expenditure was too much money when someone could handle it in the department. Lori LaVerriere, City Manager, explained there was a $1,500 start-up cost including the first year of maintenance and a recurring cost of $8,500 annually, which will then allow 2 Page 565 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 the City to phase out the consultant and bring it in-house. The software aggregates the data from all the departments. Commissioner Penserga asked how much the consultant is paid and how long to recoup the expenditure. Ms. LaVerriere explained the City spends $15K to $18K a year on the strategic plan and other initiatives the consultant handled over the past few years. The goal is for the consultant to get the City on its feet and managing everything. The City made changes to how the City approaches Strategic Planning from an intense process to one that is more manageable. There will a recurring cost of the software, but the City will manage all of the City programs and will save the difference between the price of the software and the consultant. The City will recoup the cost of the software in just a few years. Commissioner McCray asked if the City checked to get the best price and learned they had. The City has specific procurement processes. Ms. LaVerriere explained the accompanying presentations were to be posted on the website, but they were not ADA compliant accessible documents. The City is training multiple employees to produce accessible documents. Anyone interested in receiving a hard copy of the presentations should leave their name with Eleanor Krusell, Public Communications and Marketing Director. Golf Course Ron Tapper, Golf Course Manager, announced he will retire next year and the golf course administrative budget had a 4% increase from last year. There is a $15K increase going into the general fund as payments for the loan for the greens were made. Staff added funds for employee salary increases and a $4,700 increase for building maintenance repairs. The maintenance budget increased 14% from last year and included new greens on the Family Course, which were last replaced in 2010, and leasing mowers, as the mowers are used every day and will help the Championship Course. The City Commission viewed images since the new greens were installed. Revenue should hit $1.6 million in cart and greens fees, which has not been reached in years. The chart reflected 80% of the budget is cart and green fees, and the rounds played on the Championship and Family Courses. The Golf Course was under a lot of stress for years. Good and bad weather days were also reviewed. Each year, the course is in better condition and the average rounds played are increasing on good weather days. Commissioner McCray queried what was occurring with the concession and learned it is still operating. He asked if the City was looking at repairs on the concession stand. Mr. Tapper explained a consultant study for the new Clubhouse is included in the Capital Improvements Budget for the following year. Currently, they resurfaced the cart paths and future repairs to the cart barn are planned. Commissioner McCray thanked him for his years of service. Mr. Tapper advised the Golf Course is on solid ground and moving in the right violation. He thanked staff, Ms. LaVerriere and former Assistant City Manager Carisse LeJeune. Solid Waste and Fleet 3 Page 566 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 Andrew Mack, Director of Public Works, reviewed the Solid Waste budget, and advised there was a 2.8% increase from last year. Changes were increases in wages, pension and benefits costs, budget allocations and salaries for the employee career path. He moved the street sweeper operation from the Streets Division to Solid Waste including the salaries, the prefunding and maintenance of the vehicle. The commercial front loaders replacement cycle was changed from a six-year replacement cycle to a five-year cycle. There was an increase in vehicle insurance, prefunding and workers comp. The Department increased their waste disposal fees. Successes implemented was a change in the commercial fee structure and the payment procedure. Last year, they billed roll- offs in arrears. This was changed to require upfront payment. The Department is implementing the career path enabling all equipment operators in Solid Waste, based on the type of vehicle they operate, years of service, certification and training, to follow a defined career path, allowing an equipment operator trainee to advance to an Equipment Operator 4. Commissioner McCray asked how much money was lost by requiring payment for the roll-offs in arrears. Mr. Mack expressed it was about $300K, dating back to the early 2000's. Commissioner McCray asked if the Department indicated they would ask for an increase in fees from citizens and learned in September of last year, there was a $1 rate increase for this fiscal year and 50 cents the next fiscal year and 50 cents the next fiscal year. Commercial fees were reorganized. Commissioner McCray requested the citizens be informed. Mr. Mack agreed and advised the purpose of moving to a fee resolution process was so staff can evaluate operations and costs, and set or reduce fees each year. Lake Worth charged $20 for single-family home usage and reduced it to $19.40. It is typical to look at fees every year. Utilities set the benchmark through software to help forecast costs and future fee structures, which has been a challenge for staff. Mr. Mack wanted to use similar software to do the same thing. Illegal dumping and littering is a significant challenge. Commissioner McCray noted District II is impacted and asked if they are working with Community Standards. Mr. Mack explained they do and they used to have an in-house officer who would fine individuals for early trash set out or dumping. When Community Standards was placed under the Fire Department, the position was moved. The department does fine individuals and work with the drivers or when there is a complaint. They notify Community Standards and they will start a case. Depending on what the pile is, they will clean it up and charge the party. Sometimes the piles are so large, they must be removed right away and staff has to determine how to charge them later. Mr. Mack intended to review the Ordinance to see how they could hold individuals accountable for early set-outs. He wanted to issue a straight fine, so the City could pick it up and not have to go through Community Standards. Commissioner McCray suggested including a warning because people move all the time and they may not know the rules. The Department should also educate the public about what they will do. There is an issue with loose garbage that staff picks up manually and it is time intensive. Commissioner McCray noted people drive by and throw out trash. Mr. Mack agreed the issue is everywhere. The Department will see what the industry is doing and will think outside the 4 Page 567 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 box. Salt Lake City has no trash problems, and there is a reason why. He announced he would try to learn best practices. Commissioner Penserga asked how often someone was observed littering. Miner Road is a problem and no one usually sees the dumping occur. Commissioner McCray noted the litter on Miner Road is from out of towners. Mr. Mack explained the fines he mentioned pertained to residential property owners. The Police Department can issue citations for littering. There are residents who volunteer with Adopt-a-Park, but it has to be the community not tolerating the litter and leading by example. Fleet Maintenance Mr. Mack advised the Fleet Maintenance budget is $10.5 Million, which is a 14% decrease. Funds were allocated for a career path for Fleet Mechanics, as competition for private sector mechanics is very high. The allocation will allow the Department to attract and retain talent. Funds in the budget included adding two fleet mechanic trainees and working with the industry. The City's recruitment efforts included South Tech Academy as they have an automotive program. The City could recruit right out of high school, start from the bottom and grow them through the program to a Master Mechanic. A Fleet Mechanic Supervisor and Master Fleet Mechanic for EMT and Fire vehicles were also planned. It was important to have trained personnel to ensure the work is done on fire vehicles. The Fleet Administrator was reclassified to a Fleet Manager. New line items were established to capture outsourced commercial repairs. Currently, they use a clearing account and staff wanted to ensure they are transparent by showing what commercial repairs are outsourced. Staff will use capital improvement funds for the new duty shop. Park operations are being moved to the Rolling Greens site, which doubled the size of the fleet shop, which created the light duty side of the fleet shop. It will be a place where the new employees could work. Fuel and oil costs increased. Funds were budgeted to review or replace outdated fleet management software. The vehicle purchases decreased $2.4 million based on the replacement cycle. Staff completed a comprehensive fleet analysis from an outside consultant. The software staff uses is outdated. It is too expensive to replace the entire enterprise software, but it is feasible to replace it individually. There is competition for labor from the private sector for diesel heavy truck mechanics. The Department has to have service level agreements with all user departments, so they will know what level of service they could expect from the Fleet Division. There are some Administrative Policy Manual guidelines for the department that are vague. Staff wants to rewrite them and have each division/department adopt them formally. Commissioner McCray commented there are blue and white City trucks with different logos. Mr. Mack explained last year, the Department began phasing in the new logo with the new vehicles. It was too costly to repaint the entire fleet. The new trucks will be branded with the new blue color in solid waste and other divisions. Light duty fleet trucks 5 Page 568 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 will stay white, but the big commercial trucks for Solid Waste are being rebranded blue. If a truck is damaged in an accident, it will be painted and it will take a few years to cycle in all the new vehicles. Cemetery Fund Mr. Mack reviewed the 18/19 fiscal year Cemetery Budget was over$300K this year. Staff anticipated $253,000 in expenditures. Any expenditures taken out of the fund will help with the long-term health of the Cemetery Fund, which was why he removed the salaries for the Parks Manager and Crew Supervisor from the Cemetery Budget to the Parks Budget. Mr. Mack noted that was 22.5% decrease. The Mausoleum budget was $23 K in FY 18/19. Staff proposed $23,774 for 19/20, which was a $500 or 1.7% increase. There was a vehicle/equipment cost, which changed the maintenance cost. Staff was also looking to purchase vault trays for the Mausoleum. Commissioner McCray asked if staff sells the vault trays to the family after they purchase at the Mausoleum and asked how many graves were available. Mr. Mack agreed to provide him the information. Successes and challenges included changing an entry feature at the Cemetery. Staff took out a section of curbing that trucks kept damaging and they repaved the road from the front entrance from the sidewalk up to the island, correcting a dip in the asphalt. In the median, staff removed the existing landscaping, installed new trees, upgraded the irrigation and relocated some of the Palm Trees from the Town Square to the site. It was a dramatic improvement to the entryway. There were two cemetery employees: the Cemetery Sexton, and a Parks Maintenance Worker who were challenged with mowing the entire cemetery by themselves. Mr. Mack reallocated staff and sent two workers to help them on Mondays so the Cemetery workers can ensure the head stones are maintained. Challenges included complaints about items people leave on the gravesite. It is fine if someone leaves something graveside and maintains it, but if not, the items are removed. Staff will be improving that process. There is a balance between grieving and enforcing the rules. Mr. Mack anticipated replacing the perimeter fence next fiscal year. Landscaping and irrigation upgrades are a future project. Staff will try to enforce adherence to the Cemetery Rules by funeral homes and directors. There were instances when funeral processions showed up early interfering with ongoing funerals. Mr. Mack will review the policies and procedures and publish the rules upfront so people visiting loved ones know what is expected. Human Resources/Risk Management Julie Oldbury, Human Resources Director, explained staff anticipated an 8.9% increase or about $500K, in the Risk Management Budget. The primary driver is in Workers Comp as the City is self-insured. With the enactment of State Legislation for first responders, there have been other opportunities for first responders to seek claims through the Workers Comp system. The City has to be cognizant of those mandates, which included 6 Page 569 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 the Cancer Bill and Post Traumatic Stress Disorder (PTSD). The Cancer bill for First Responders provides for an option to go through Worker's Compensation and taking lump sum payouts and continuation of health insurance coverages of that nature, but the City needs a place to fund for it. Risk Management and Self-Insurance is where the funds would be allocated. The Cancer Bill becomes effective July 1, 2019, and October 1, 2018, was when the PTSD Bill took effect. The City wants to maintain a fund that can support such claims, as the City had very serious incidents that were very costly. Ms. Oldbury advised the City is about 70% funded from its goal, and this increase would get them to about 80%. Public Art Debby Coles-Dobay, Public Art Manager, advised the increase in the Art in Public Places budget was due to the Town Square Public Art projects. Seven projects were already approved and are now in fabrication. The other part of the budget is the Avenue of the Arts year-long rotating exhibition. She advised public art requires maintenance and each year the pieces are inspected and maintenance scheduled as needed. The City has accumulated about $400K from the 30% and 70% of the 1% public art fee. The program originally received a loan from the City to institute the Exhibit, which was paid back. Commissioner Penserga asked what the future for public art was and learned their role is to guide the developer through the development process as it pertains to art. They advise what is good for the community and the project. The City has a Strategic Plan, which is updated every few years and is focused on kinetic, eco and glass art. The goal is to distinguish and brand the City through those art forms, which was also why they hold the International Kinetic Art Exhibit and Symposium biennially. The City tries to keep the exhibit fresh with new art as well as help market and publish the art and projects from various development communities. Vice Mayor Katz praised the program, particularly with the garage in the new Town Square. He thought it would be a driver for people to come to the Town Square. All of the Town Square Public Art projects can be viewed on line at Boynton Beach Public Art. Capital Improvements Commissioner McCray asked how long Seacrest Boulevard was going to be torn up. Mr. Mack explained the Town Square has phases of the project. They are currently connecting electric and recently poured the sidewalks and curbing. He thought the barricades would be removed in 30 to 60 days, but in the future, work will be done periodically. Mr. Mack explained the Penny Sales Tax (303 Fund) became effective January 1, 2017 and will sunset on December 31, 2026. The City has projected construction costs of $7, 060,000 for 91 projects. The General Fund (302 Fund) CIP has projected construction costs of $1.2M to fund eight projects. 7 Page 570 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 The Boynton Beach Extension project included Pete's Pond around Casa Costa. The City-wide Park entry signs was $75K; general government projects were $290K; the Pistol Range ADA and Public Works Compound projects were $297K; the Town Square allocation for temporary site demobilization and salvage was $185K; and Citywide sustainability upgrades were $25K which totaled $1.3M. Commissioner McCray asked about the CRA and the Boynton Beach extension expense and learned the project was funded in cooperation with the CRA, but the amount reflected was strictly from the City's budget. Vice Mayor Katz clarified the CRA funds for the Boynton Beach Boulevard project was for the entire redoing of the streetscape, which was a separate item. Mr. Mack explained the Boynton Beach Boulevard extension was south from Federal Highway to the Intracoastal encompassing the pond and landscaping around the pond. Eighty-nine thousand dollars was budgeted for Heating Ventilation and Air Conditioning replacement at the Hester Center, the Senior Center and Fire Station No. 4. The Hester Center will be re-roofed at a cost of $250K, which is currently out to bid. Recreation projects at the Hester Center was budgeted for $628K; Intracoastal Park was budgeted for $20K; Jaycee Park at $10K; Kiwanis/Sierra Park at $2K; Laurel Hills Park at $28K; and Meadows Park at $327K. Oceanfront Park recreational programs were budgeted for $120K; Oyer Park for$40K; Palmetto Greens Linear Park at$12K; Pence Park was $75K: Pioneer Canal Park at $65K; Senior Center at $750K; the Tennis Center for $83K; and Veterans Park for $2,500. Recreation projects totaled $2.1 M. Fire/rescue projects were $288K; Information Technology totaled $40K annually for Personal Computer replacement, and ITS projects totaled $1.4M. Transportation/roadway included sidewalk repairs of $350K; street projects were $950K; bridge maintenance and improvements were $50K; and the Florida East Coast Railroad crossing was $80K. All in the projects totaled $7,060,000. Improvements by Casa Costa included demolition of the existing planters, landscaping and sidewalks, adding new landscaped islands and sidewalks, adding on-street parking, walkways around the pond, irrigation and security upgrades. Whenever a project is undertaken, security upgrades will be included. Town Square will have a Real Time Crime Center and walkway lighting that is motion activated. General Government Projects included carpet replacement, electrical, roofing, fencing, painting, and HVAC repairs totaling $290K in different trades. Staff was seeking annual service contracts and just awarded a painting service contract. Mr. Mack hoped to implement painting projects before the end of the fiscal year and was issuing an annual service contract for fencing and HVAC. Public Works Compound Mr. Mack had $125K for the creation of a combined warehouse/public works administration and lobby. It was important to have a secure lobby and Mr. Mack sought 8 Page 571 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 to incorporate what was done at Utilities, having a secure lobby and central point to check in. The building entrance and parking will have ADA upgrades. Replacement of the existing automated gate will cost $45K and a back-up automatic gate will be added to the back of the fleet area. There have been instances when the front gate is down, and police still need access to the fuel in the evenings. Seventy-five thousand dollars was allocated for conception and preliminary design for the new Public Works facility. Commissioner McCray asked how many of the City's buildings were not ADA compliant. Mr. Mack agreed to check, but explained it is more than buildings as it includes improvements to infrastructure as well. Staff has made progress since the City conducted a study in 2015. Several of the items were associated with City Hall, the Library, and Police Department. When the City builds the new facilities, many of those issues will be addressed. Sometimes they have to remove items to return the facility to the landlord in original condition. With some improvements, the City salvaged a generator and the switchgear from the Library and will use it with the new Police Department. There is $20K programed for each facility to ensure the facility can be usable for the next tenant. Hester Center Mr. Mack explained staff decided to set the irrigation aside and make overall site improvements instead. The $177K is funding for the final design. Conceptual drawings were approved by the Recreation and Parks Advisory Board and staff will implement the final design phase. Other maintenance at Hester Center included building repairs, mold removal from the windows in the game room, exterior door replacement and some remaining windows that are not hurricane impact windows. Interior renovations included other interior doors, bathrooms, the locker room and upgrading the security system for $215K. Meadows Park Improvements at Meadows Park encompassed the playground, the fitness center and overall site improvements for $165K. Part of that project included additional parking, drainage, walkway lighting and security upgrades. Some projects are being reprogramed that if not completed this fiscal year, they will be reprogrammed for the next fiscal year. Tennis court fencing would be added this year, as would playground equipment, ADA upgrades, restrooms and asphalt pathway repairs. Oceanfront Park Mr. Mack advised next year, staff programmed $40K to make repairs to the maintenance building. Fifteen thousand dollars was spent on new stairways adjacent to the pavilions on the lower level. There is a grading issue and the City wants to install new retaining walls to ensure the earth will not wash onto the Pavilions, a new masonry grill, replacement of trashcans, benches and tables, and $35K for new asphalt repairs. 9 Page 572 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 Senior Center Mr. Mack explained staff would replace some landscaping, irrigation, lighting and security. The City was discussing constructing a pedestrian bridge from the Senior Center to the Woman's Club with the CRA. If so, the City could move the Senior Center to the Woman's Club, demolish the Senior Center and create a brand new parking lot to help facilitate use of the Woman's Club, as there is very little parking. If the City cannot, they will renovate all existing drainage, landscaping, lighting and parking at the facility. Fire/Rescue Mr. Mack commented after the Town Square project started, the vendors were unable to get to the Fire Station No 1 Vehicle Exhaust System project so it will be done after the building receives its Certificate of Occupancy. Fire Station No. 2 needs interior painting; Fire Station 3 was budgeted $95K for kitchen and parking lot improvements. Fire Station No 4 was budgeted $75K for a kitchen renovation, apparatus, and painting and parking lot seal coating, and $45K for Fire Station 5 exterior pressure washing, waterproofing and interior painting. Information Technology Mr. Mack indicated $130K was budgeted for Automatic Vehicle Location (AVL) Systems for the Police Department, and $186K was budgeted for some Town Square projects and network improvements for the new Police Headquarters. Two hundred thousand dollars was budgeted for the Real Time Crime Center in the Police Station; and $132K for the Library's Radio Frequency Identification (RFID) Inventory System, which will be used in concert with an $84K grant the Library received. Commissioner McCray asked if the Police Department would receive shot spotters and learned they cost about $250K, but the item was delayed due to funds. The Real Time Crime Center will be installed and IT has needs for the Town Square. It will be addressed next year. About $300K was budgeted for fiber optic cable connecting from City Hall to the north tower at the Rolling Green's site, providing connectivity to the Town Square and Fire Station. Commissioner Penserga asked how AVLs are used. Michael Gregory, Police Chief, explained the Department does not have an AVL system and the Department is looking at various systems that would tie into the City's existing system. It is primarily used for Officer Safety. If the Officer is incapacitated and cannot report on the radio where they are, the GPS coordinates are sent to dispatch, which is a closed system so only dispatch and the police will know where the officers are. It will be very secure. Commissioner McCray asked if the equipment would help the department alleviate three or four vehicles sitting in one spot. Chief Gregory responded it would increase awareness of where the cars are at all times and the Supervisor could take action as appropriate. Mr. Mack explained AVLs would also provide metrics and real time data on the performance on the vehicle indicating when maintenance is needed. Four hundred seventeen thousand 10 Page 573 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 dollars is for the Network Infrastructure for the new Library, City Hall, Fire Station, High School and open areas of the amphitheater and the park. Sidewalk Projects Mr. Mack commented $300K was budgeted for repairs and replacement and ADA ramp upgrades. The City completed Phase I of the ADA evaluation of ramps and will implement construction over the next few years. Street Projects Seven Hundred thousand dollars was included for asphalt repair and resurfacing. Engineering staff is in the final stages of finishing their analysis of pavement conditions, and a report will be given indicating the priority projects. Staff will approach the projects in the most economical way. The final design for the Complete Streets Program was budgeted for $250K. He noted the City received a $1 M award from the Palm Beach County TPA for the project. General Fund (302 Monies) Mr. Mack explained this fund included audit fees, the Schoolhouse Children's Museum painting, which is being closed out, general government HVAC repairs, miscellaneous small projects and $51K for Pence Park, which was a rollover to add an ADA parking space for the facility. General fund monies will pay for a $371 K citywide public safety radio system, which was the lease payment on the upgrades to the Police Communications Systems installed two years ago. The City was received a grant from the Solid Waste Authority last year to replace the gate at Rolling Green for about $40K. This year, staff will install an eight-foot concrete masonrywall around the site and the$40K was the City's proportionate share of that grant. The project was about $300K. Mr. Mack hoped the City would receive $200K from the Solid Waste Authority as the City has been successful with obtaining grants from them for the last three years. There is a lease payment on the Police CAD management software and the Development Department is opening bids for the electronic Plan Review system. This is the payment for acquisition of the software. The Golf Course will have design fees for its clubhouse. Two hundred and twenty thousand was allocated towards the cart barn and there are miscellaneous items for the golf course. Eighty thousand dollars will be the new design of the clubhouse, $220K for the Cart Barn, $75K was allocated to the Family Course, and the remaining $133K will be used for milling and the parking lot overlay. The cost for the eight-foot precast masonry wall for Rolling Green was $100K. Commissioner McCray asked about the yellow benches at Jaycee Park and learned it was a Suicide Prevention Awareness Project as part of the National Suicide Awareness Day coming in September. It was donated to the City by a local non-profit organization. The benches are being installed throughout the County and in several schools. 11 Page 574 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 Ms. LaVerriere explained the recording of yesterday's workshop was on YouTube. Colin Groff, Assistant City Manager and Utilities Director, commented there was discussion yesterday about a Japanese Delegation that came to observe the City's technology, and he is fortunate to be asked to speak about Utilities across the country as Boynton Beach Utilities is one of the best run in the Country and it is all due to staff. When Mr. Groff came to Boynton Beach five years ago, former Commissioner Joe Casello was upset about a utility write-off. The write-off was large, and he challenged staff to solve the problem. At that time, the Utilities Department had $4M to $5M in past due bills. The Commission and Ms. LaVerriere allowed Utilities to install in new systems and financial systems and the Department runs less than $30K past due past 30 days during most months. Boynton Beach is collecting what is due in a kind way by enacting different policies to assist customers in financial trouble. Boynton Beach has one of the best collection rate in the nation, which makes Utilities sustainable and the Department moved to a different type of financial management. Most utilities hire a consultant every five years for about $1M to determine what rates the Department has to charge for needed projects. When the consultants leave, the plan is no good because changes occur each day. The City now has an automated management system. The system receives new customer data, new capital projects and other date and identifies operating costs including Consumer Price Indices. Boynton Beach is the first utility in the national to write algorithms to determine future rates. They know when they bring the budget how much to collect to keep Utilities sustainable, how much to keep reserves at the right level and the projects needed in water, wastewater, storm water, reuse and chill water. There is no annual residual fee and staff can run models to find the optimum way to pay for them. Commissioner Romelus asked how the City assisting other utilities could be monetized. Mr. Groff responded generally, government does not do that, but utilities is run as a business. He hoped there was a way and they have partnered with a smaller consulting firm to help them do so, and through the partnership, it may be able to be monetized. Attorney Cherof advised it could be accomplished through Interlocal Agreement having cost recovery for personnel time. Mr. Groff explained a Japanese delegation come in to look at the plant and see how they run water treatment. This is the fourth or fifth international delegation has done so. The program increases quality of service and lowers costs. Commissioner McCray commented the East Water Treatment Plant generator is an eyesore. Mr. Groff advised they have a contract with a design consultant. The issue is in the middle of the project, the main generator failed. The one there is a temporary generator, and they have had it for two years. When generating power, they want to maintain a curtailed rate, which provides inexpensive electric rates for the plant. They have to run it instead of FPL giving power, the exhaust from the generator has to meet high exhaust standards. The generator is now in place and when done with the project, 12 Page 575 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 it will be removed. It cost about $12K a month to rent the generator and it is a $2.5M construction project. Commissioner Romelus asked about the lighting on the water tower and learned the lighting system was struck by lightning. Staff will get backup parks for it. The red light on the top is working, but the tower has to be lit. Utilities Joe Paterniti, Utility Director, explained the budget has four components: operating cost, rehabilitation and replacement(R&R), government transfers, and the capital improvement program, which was $26M. The total operating budget was $2.2M above last year's budget. There was an increase in additional expenditures, an increase in dividends to the general fund, increase in the debt payment for the construction of the district energy facility, planned growth, new customers to take care of and additional operating costs for the system. Revenue projections matched the total cost and expenditures. Utilities had increased water and sewer revenues and chilled water sales. They also increased the general fund direct overhead, general fund dividend, R&R transfers were the same and debt service liability increased due to the $11 M bond last year for the energy facility. A fund breakdown showing changes was viewed. Utilities would hire two new equipment operator trainees to reduce dependence on US Water. One initiative was to try to hire young individuals in high school and trade schools. They partner with Pathways to Prosperity (P2P) to recruit young individuals into the organization and give them a career path to grow. The Department also sought to reclassify two contract coordinators who have degrees that need to match the existing pay scale in the City as well as the market. Completed projects included the Model Block, which is now ready for homes to be constructed. The Central Seacrest Corridor Improvements were $12 million and was ongoing. The Department was having some difficulty managing the contractor, but the issues are nearly resolved. Utilities contracted with an outside third-party public relations firm to handle the citizen complaints and concerns as opposed to the contractor's public relations firm. Commissioner McCray inquired how far into the project when staff realized it was not working. Mr. Paterniti advised it was about 10 months. The Department had a contract to use them for the Phase I, and they are now in Phase 2. The Department made plans when they realized the contractor was not working well and they issued an RFP. The local public relations firm would help the Department. The contractor was not relaying the information to Utilities timely, so they could help address the issues. The firm was trying to address them on their own and the public was not satisfied with some of the responses. Utilities has another eight to nine months on the project and they are trying to improve performance. Last year, Utilities spent $4 million on a water system. Staff updated equipment and replaced pipes. Utilities replaced a storm water and sewer system in Leisureville and was improving swales for better storm water management in those areas. The Department is upgrading utilities in the Town Square area and building the District Energy Plant. Photos of the completed Model Block was viewed as were of the Central Seacrest Corridor, which involved swale improvements, roadways, sidewalks 13 Page 576 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 and some water main replacements. The District Energy system was beginning with pipe installation. Capital projects are developed using four drivers. Staff looks at capacity requirements and reviews hydraulic models of the infrastructure and water distribution and wastewater collection systems. Staff reviewed the condition assessments of equipment, as contained in the meeting backup. Enterprise Asset Management software is used for both water treatment plants and staff is expanding it to include external pumping stations, using data as opposed to institutional knowledge to improve infrastructure. There is an agreement to take over their water system in Hypoluxo. There will be improvements needed to serve that community. The City already provides water to the Town of Ocean Ridge, Briny Breezes, Village of Golf and others. Approximately 76K City residents are served and 115K customers in the service area. Vice Mayor Katz asked about the situation with the Ocean Ridge pipes and how it affected the City's ability to service them. Mr. Groff responded a workshop was held with Ocean Ridge. They appointed a committee to review their utility system. Ocean Ridge is moving forward and Mr. Groff suggested the City take ownership of the water lines. Most are in good shape, but some are bad which Ocean Ridge will have to fix. Ocean Ridge also proposed the City sewer the whole island. It would be good for the City and for Ocean Ridge. It will be 15-year phased project. One workshop a month will be held for the next few months. A new interlocal agreement is needed as the existing one is terrible and ends in 2020. There will be sewer expansion projects paid for by the new customers, not existing customers. Staff is working on new interlocal agreements with Hypoluxo and other smaller areas out west who give the City its sewer. Staff works with those entities and bring them in as customer. Each customer added pays the base fee, which pays for the infrastructure. The City has a 30-square mile service boundary. Commissioner Romelus asked about anticipated revenue for bringing in Hypoluxo and learned the City serves all their customers with wastewater, which is not new revenue. Boynton Beach served about a third of their water customers, which is 500 to 600 new customers. It was about $300K to $350K a year as additional revenue as a base rate. There is still work to be done. Commissioner McCray queried when the City would receive revenue from the chiller. Mr. Groff responded revenues would be received next year and it would be about $375K next year. The project shows within two years, it will be running in the black and in three years, the revenues will have paid anything back that was borrowed. It will pay for itself and then the City can adjust rates or take a dividend out of it. Mr. Paterniti explained all the capital projects are funded through debt service and capital reserves. Upcoming projects included membrane replacement at the West Water Treatment Plant; improve wastewater Master Lift Station bypass, Lake Drive and Potter Road in District II will be improved through a reimbursable grant of$800K, and a new lab. The City needs to double the size of the reclaimed water system to a higher level and 14 Page 577 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 highly disinfected product to distribute to golf courses on the southern part of the service area that needs to be expanded in the next five years. This year, $2M was allocated for the project. He reviewed the 19/20 Capital improvement projects and rate development using utility management automation. Staff shifts projects year to year depending on the priority of the projects Operating costs use Consumer Price Indices to adjust costs, wages, salaries and energy costs to develop operating costs for the upcoming year. Commissioner McCray noted overtime went down by $20K. Mr. Paterniti responded it was due to better management of employees. They enter the data into their program and different factors to run scenarios for each operating division and they can set the rates for each unit. The programs can calculate how much to set the rates for each unit to match the operating budget/expenditures. This year, Utilities is recommending one rate to decrease and others for increases. Staff was attempting to have each utility pay for itself, but reuse will never pay for itself. Commissioner McCray asked why some municipalities have lower rates. Mr. Groff explained the difference between a base rate and consumptive rate. Customers are not paying their fair share. The city puts more emphasis on the base rate. The consumptive rate is just the cost to cover the water. Loxahatchee charges differently. Mr. Groff advised the City's rates are very competitive in the county. Mr. Paterniti said the City was increasing the water rates by 2%, decreasing wastewater rates by 1%, increasing the reclaimed rate 1.2% and the stormwater fee would increase by 50 cents. In addition, the City Commission will have to vote on the rates at the second City Commission meeting in August. Vice Mayor Katz recessed the meeting for a 20-minute break at 12:11 p.m. Vice Mayor Katz reconvened the meeting at 12:35 p.m. Ms. Oyer read the water quality report and commented there was an issue with Diane Lane. Vice Mayor Katz suggested staff contact Ms. Oyer about the matter, as it was not budget related. Harry Woodward, 685 NE 15th Place, asked if there was any money in the budget for benches and trashcans at the major bus stops on the major routes. He thought it was embarrassing for the City when entering Boynton Beach from the north. Commissioner Penserga asked how the $60K allocated to Water Plant Security under Capital Improvements was spent and if the City was doing enough to secure the water plants. Mike Lowe, Deputy Director explained they are required to repeatedly study and report any security issues to the EPA. It is a new initiative the City will respond to next year. The $60K makes improvements to camera systems, access control and automated gates. Much equipment was installed with expert advice about five years ago which is constantly upgraded and maintained depending on how the operation is functioning. 15 Page 578 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 There is another program for water security pertaining to fire hydrants, which are being replaced. Mr. Paterniti commented the Department has to reevaluate their risk. Tim Howard, Assistant City Manager, explained one resolution would set a proposed millage rate. A resolution was prepared for 7.9 mils. Mr. Howard advised the City Commission will readopt a final millage rate in September. Based on what is approved if the Commission later wants to increase the millage rate, the City will have to send a first class notice to all property owners. If a lower millage rate is adopted, the notice is not needed. The second resolution is adoption of a preliminary fire assessment. Legal has both Resolution which must be read for the record. Attorney Cherof read the following regarding the Millage Rate: R19-077, a Resolution of the City of Boynton Beach, Florida adopting a proposed municipal millage rate for the General Operating Budget purposes for Fiscal Year 2019/2020 stating the roll back rate and setting forth the date, time and place of the First Public Hearing. In the body of the Resolution, it states the proposed millage rate is 7.900, which is computed for the operating budget, the roll back rate is 7.5418. The Public Hearing is September 5, 2019, at 6:30 p.m.at Intracoastal Park, 2240 N. Federal Highway, Boynton Beach, Florida Motion Commissioner McCray moved to approve R19-077. Commissioner Penserga seconded the motion to maintain the millage rate. Deputy City Clerk Nieves called the roll. The vote was 4-0. Attorney Cherof read Resolution R19-076 as follows: Resolution R19-076, A resolution of the City of Boynton Beach, Florida relating to the provision of Fire/Rescue Service Facilities and programs in the City of Boynton Beach. It describes the method of assessing Fire Assessment Costs against Assessed property located within the City of Boynton Beach directing the preparation of an assessment role, authorizing a public hearing and directing the provision of notice thereof and providing and effective date. The Resolution maintains the residential rate of $120 and varying rates regarding non-residential property as follows: o Commercial - 27 cents o Industrial Warehouse - six cents o Institutional — 30 cents o Nursing Home — 30 cents 16 Page 579 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 The Hearing will be at 6 p.m. on September 10, 2019, at Intracoastal Park, 2240 N Federal Highway, Boynton Beach, Florida Motion Commissioner McCray moved to approve for discussion. Commissioner Romelus seconded the motion. Commissioner McCray asked if the hardship program was still in effect and learned it was and the City will advertise it. Ms. LaVerriere explained there was an increase in applications received last year. A hardship application is available to anyone who meets the income guidelines established by the Department of Health and Human Services. The City follows what the County has as far as income per household and number of inhabitants. Applicants submit the one page application along with the required submittal forms of three months' worth of bank statements and income tax returns, which the City verifies. If approved, the $120 assessment is waived for residential owners. There is a period of time they advertise the program. The City cannot issue the application until the City approves the Resolution and then the deadline is usually October 15, or October 18. The City notifies the State and County to remove the assessment from the tax role. Commissioner McCray asked if the City refused any applications and learned one application that was denied because they did not supply the required data. Vote Deputy City Clerk Nieves called the roll. The vote was 4-0. Commissioner Romelus asked about the part-time ADA Coordinator Assistant and learned it was a new position for a sign language interpreter. Debby Majors, ADA Coordinator, responded the cost varies depending on how often the City's uses them. On average, the City spends $8,000 to $12,000 a year, and the interpreters are paid from the parking fines collected by individuals who park illegally in designated handicapped parking spaces. Ms. Majors anticipated the amount would increase. The City received great feedback from a meeting held with the deaf community and the Police Department and sign language interpreters is a service the City has to provide. Commissioner Romelus wanted to employ a Sign Language Interpreter for an ADA Assistant and incorporate the salary in the budget. Ms. LaVerriere advised the City would be growing the program. Commissioner Romelus inquired how much money the City would receive per person from the Census. Ms. Krusell explained they City would receive $1,600 per person over 10 years. Much of the advertising for the Census was gratis. The City only allocated $3,910 for advertising and would also utilize billboard advertising. Commissioner Romelus asked how the City would reallocate the $5M rent paid for the temporary City Hall, Library and Police Station locations once the permanent locations 17 Page 580 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 are finished. Mr. Howard explained the rental payment to Community Facilities Partners for $4.4M will stay in the future. In next year's budget, the amount the City will pay would decrease from $5.3M to $4.4M. Depending on needs and requests, the $900K would be re-appropriated across the City. Mr. Howard only budgeted 10 months of payments with the assumption the City will move into its permanent location by August 2020. Commissioner Romelus asked about the cost the City will have to pay the County if they are managing the Election as it pertained to the $70K allocation for elections in District II and IV. Queenester Nieves, Deputy City Clerk, advised they will pay the poll workers between $70K and $80K. The County will pick up most of the cost, but if there is a run- off, the City will incur much more, perhaps an additional $50K. Commissioner Romelus noted there was $70K budgeted for the Election and $30K for the runoff. She assumed the runoff should stay and suggested if the City did not have to pay for the Election, the $70K should be reallocated to the Fire Explorer program or used for the Census line item. Ms. LaVerriere explained there would be a discussion later on about the program. Commissioner Romelus asked Chief Gregory, how many support services employees were full time and if the staffing levels were adequate for Dispatch. She queried how much overtime was paid. Chief Gregory advised there are six vacancies and Dispatch is short an Assistant Communications Manager. A search is underway and the challenge is in that there is a lot of turnover in the department. They need an active recruitment list. There is a strict background investigation and several months of training for new employees. Ms. LaVerriere advised last year, the Department was overhauled to address salary issues and reclassifications occurred. Commissioner Romelus requested an update over the next few months. Commissioner Romelus also wanted more consistency among departments on how individuals are listed on detailed expenditures. Some departments name the employee, and others just name the positions. She favored listing employee names for singular positions. Motion Commissioner Romelus moved to adjourn. Commissioner Penserga seconded the motion. The motion unanimously passed. The meeting was adjourned at 1:01 p.m. (Continued on next page) 18 Page 581 of 1197 Budget Workshop City Commission Boynton Beach, Florida July 16, 2019 CITY OF BOYNTON BEACH Mayor - Steven B. Grant Vice Mayor— Justin Katz Commissioner - Mack McCray Commissioner— Christina Romelus Commissioner— Ty Penserga ATTEST Crystal Gibson, MMC City Clerk Catherine Cherry Minutes Specialist 19 Page 582 of 1197 MINUTES OF THE CITY COMMISSION MEETING HELD AT THE INTRACOASTAL PARK CLUBHOUSE 2240 N. FEDERAL HIGHWAY, BOYNTON BEACH, FLORIDA ON TUESDAY, AUGUST 20, 2019, AT 6:30 P.M. PRESENT: Steven B. Grant, Mayor Lori LaVerriere, City Manager Justin Katz, Vice Mayor James Cherof, City Attorney Mack McCray, Commissioner Crystal Gibson, City Clerk Christina Romelus, Commissioner Ty Penserga, Commissioner 1. OPENINGS A. Call to Order - Mayor Steven B. Grant Mayor Grant called the meeting to order at 6:32 p.m. Invocation by Commissioner McCray Pledge of Allegiance to the Flag led by Commissioner Christina Romelus Roll Call City Clerk Gibson called the roll. A quorum was present. Agenda Approval: 1. Additions, Deletions, Corrections Commissioner Romelus indicated she had a citation she wanted heard under announcements. Mayor Grant asked for additional information regarding the citation. Mayor Grant stated the Commission does not have a citation protocol and he does not know the nexus between the recipient and the City of Boynton Beach. Commissioner Romelus stated there were family members in the audience and she did not want them to wait until New Business. Mayor Grant indicated the citation would be item E and the introduction of the Deputy Parks and Recreation Director as item F. 2. Adoption Motion Commissioner McCray moved to approve. Commissioner Penserga seconded the motion that unanimously passed. Page 583 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 2. OTHER A. Informational items by Members of the City Commission Vice Mayor Katz, Commissioner McCray, Commissioner Romelus and Commissioner Penserga did not have any disclosures. Mayor Grant noted that on August 7th he attended the Lord's Place for their grand opening of the new Mann Place; this local nonprofit received a $1 M grant to renovate thirty residential units for men newly released from incarceration and homelessness. He attended the Community Caring Center seminar and learned about the Gig economy. On August 8th, he attended the YMCA summer day camp extravaganza. On August 14th, he attended DJ Day and the Florida League of Mayor round table discussion in Orlando. August 15th He attended the Florida League of Mayors business meeting and Florida League of Cities Transportation and Intergovernmental Relations meeting, which approved language regarding affordable homes and transportation funding. In addition, he attended the National League of Cities seminar, and REAL-Race, Equity and Leadership, building racial equity in the City. August 16th Mayor Grant attended a few other seminars including Smart City-What is your strategy. In General Session, he heard from Governor Desantis and Mark McQueen, Panama City, City Manager. Getting most from your of the lobbyist and improving the local economy. August 17th he attended the Gold Coast Breakfast. August 19th he attended Palm Beach Housing Authority (PBHA) meeting. It was determined the PBHA had some significant deficiencies and material weaknesses. The PBHA has a meeting scheduled on August 30th with the CRA and City staff to help build some public housing in Boynton Beach; also, he attended the Transportation Planning Agency transition steering committee meeting. August 20th he attended the Board of County Commission meeting and there was a 4-3 vote for the Palm Springs CRA. He met with the Director and Deputy Director of the Treasure Coast Regional Planning Council. 3. ANNOUNCEMENTS, COMMUNITY AND SPECIAL EVENTS AND PRESENTATIONS. A. Present a Certificate of Achievement to three recent Career Online High School (CONS) graduates that earned their high school diplomas from the Library's online program. Post Session Update to be presented by Representative Mike Caruso. Mayor Grant presented a certificate of achievement to the recent online high school graduates. Jennie Taylor, Assistant Library director, congratulated the recipients and provided an overview of the requirements to get into the program. B. Valerie Mathieu, President and Founder of Chariots of Love, invites the City Commission and the public, to the Ezell Hester Jr. Community Center on August 2 Page 584 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 25th, at 12 noon, to celebrate the 99th and 100th recipients receiving their new wheelchairs. Debbie Major,ADA Coordinated introduced Valerie Mathieu Founder of Chariots of Love, also a member of the City inclusion support team. Valerie Mathieu, founders of Chariots of Love, which provides free wheelchairs for needy disable children under the age of 21. She explained these children might be uninsured, under-insured, Medicaid denied, or have not received the correct mobility equipment for their unique condition. Chariots of love will be presenting their 101 wheelchairs. C. Debbie Majors, ADA & Grants Coordinator, will introduce Lisa Pugliese, Founder & CEO of Love Serving Autism, who will announce the start of the Love Serving Autism Program at the City's Tennis Center, beginning on Saturday, September 7, from 10 A.M. - 11 A.M. Stephanie Soplop, Recreation and Assessment Specialist, provided Love Serving Autism's mission statement. Debbie Mayor encouraged all to check out the movie Peanut Butter Falcon. A local resident, Zack Gottsagen, was being featured. D. Announced the following September 2019 meetings: September 3rd Commission Meeting moved to Thursday, September 5th at 6:30pm at Intracoastal Park Clubhouse to hold 1 st Public Budget Workshop for FY 19/20 budget. Special Commission meeting on Tuesday, September 10, 2019 at 6:OOpm at Intracoastal Park Clubhouse to adopt Final Fire Assessment for FY 19/20. This meeting will be held immediately before the CRA meeting. Regular Commission Meeting on Tuesday, September 17, 2019 at 6:30pm at Intracoastal Park Clubhouse. E. Citation for Lt. Raymond Cassagnol, one of the first Haitian men to attend training at the Tuskegee Army Air Field in Alabama and become a Tuskegee Airman. Mayor Grant pointed out there was not a policy in place regarding citations; he has given citations to those turning 100 years old or have a nexus to the City of Boynton Beach. Mayor Grant requested an explanation of why the citation was being given. 3 Page 585 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 The Commission had discussion regarding recommendation forfuture agenda items such as citations or proclamations. These items should be listed under the Future Agenda Items section of the agenda as a notice for the next meeting. Commissioner Romelus read the Citation and Mayor Grant presented to family members. F. Introduction of Kacy Young, Assistant Recreation and Parks Director. Ms. LaVerriere introduced Kacy Young as the new Assistant Recreation and Parks Director. He has a Master's Degree in athletic administration, a Bachelor's in sports administration, is a certified Parks and Recreation Professional, and a member of the National Parks and Recreation Association. Kacy Young, Assistant Recreation and Parks Director, thanked all for the opportunity to be a part of the Boynton Beach family. Commissioner McCray welcomed Mr. Young and asked about the University he attended. Mr. Young responded he received his Bachelor's degree from Morgan State University, and Master's Degree from Nova Southeastern. G. Proclamation for Women's Equality Day Mayor Grant read the proclamation into the record. 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) Woodrow Hay, 427 NW 5 Avenue, announced he would be running for District 2 Commission seat. Lynne Levertt, St. John Missionary Baptist Church, wanted to acknowledge the donation from Commissioner McCray and presented a love gift to all on the dais. Commissioner McCray noted he was unable to attend the event. He heard only positive things. Austin Sekel, 9498 South Military, serves as the director of a grassroots group called the US Term Limits. The group supports term limits at all levels. He stated he heard Boynton Beach was considering changing the term limits rule. Mr. Sekel stated he supports term limits and fiscal policy. 4 Page 586 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Dedra Clayton, 632 NW 5 Street, implored the Commission to remove the chickens and roosters. This is the City not the Country. She thanked everyone on the dais; she lives in a community where there are many retired people. Commissioner McCray requested that Community Standards Director Adam Temple speak to Ms. Clayton regarding code issues. Mayor Grant agreed there should be something done about the roosters. Michael Shramko, 433 SW 2nd Avenue, presented some photos of garbage on the streets and sidewalk in his area. The Code Enforcement department does nothing to clean up the area; the children must walk in the street because of the trash. Linda Millcarek, 438 SW 2nd Avenue, expressed her concern regarding garbage on the sidewalk. Her concerns were for the children being forced to walk into the street to get on the bus. Indicated she loves Boynton Beach, but when she comes home at night, she locks her door and does not go out again. She said that East of 1-95, we feel neglected. Mayor Grant stated he appreciates when citizens come out and staff would do whatever is needed to help. No one else coming forward, Public Audience was closed. 5. ADMINISTRATIVE A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. Mayor Grant read the vacant openings. There were no applicants. B. Three City Commissioners will be traveling to the National League of Cities conference on Tuesday, November 19, 2019. This is a Commission meeting day. The Commission can either reschedule the meeting or cancel it. Monday, November 18, 2019 is a possibility. Mayor Grant stated the Commission could either reschedule the meeting or cancel it. Motion Commissioner McCray moved to cancel the November 19, 2019 Commission meeting. Vice Mayor Katz seconded the motion that unanimously passed. 5 Page 587 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 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 Mayor Grant pulled Item C. Commissioner McCray pulled Items A, D, G and I. A. PROPOSED RESOLUTION NO. R19-084 -Authorize the City Manager to sign an agreement utilizing BSO (Broward Sheriff's Office) agreement # 12- 29077/JHJ with Express Radio for the purchase of Motorola products with an estimated annual expenditure of $50,000. Commissioner McCray requested clarification when the expenditure would end. Tim Howard, Assistant City Manager, replied this agreement allows the warehouse to purchase products for citywide use. Indicated Utilities is one of the main users with the low frequency radio system. The City has expended $38,000 as of August 2019. Motion Commissioner McCray moved to approve. Vice Mayor Katz seconded the motion that unanimously passed. B. PROPOSED RESOLUTION NO. R19-085 - Approve the First Amendment to the ILA between the City of Boynton Beach and Boynton Beach CRA for funding certain portions of the Sara Sims Park Improvements and amend the FY 2019-2020 budget, which will adjust budgeted appropriations and revenue sources and provide spending authority for the Capital Improvement Fund (302) as it relates to the amended ILA. C. 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 August 20, 2019- "Request for Extensions and/or Piggybacks." Matthew Forest, Lobbyist, Ballard Partners, explained this was a renewal of an existing contract. Mr. Forest pointed out this was the seventh session collaborating with the City of Boynton Beach. Provided information on the lobbying session. He has been successful in prior years with obtaining funds for the City. He was there to fight for home rule and there are about a 100 rules which have been filed. Mr. Forrest stated he is a voice for the City of Boynton Beach. Mayor Grant asked about the session timelines. 6 Page 588 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Mr. Forest responded the committee week would begin the week of September 16, 2019, two weeks in October, two committee weeks in November, and one in December. The session begins the second week in January 2020 and runs for 60 days. Indicted they would be done with the 2020 session by early March 2020. Motion Commissioner McCray moved to approve. Vice Mayor Katz seconded the motion that unanimously passed. D. Approve an increase of $15,000 with PRIDE, for Tire-Recapping, utilizing the State of Florida Contract # 94131608-16-P. This will bring the total approved expenditure to $65,000. Commissioner McCray requested clarification on the cost of recapping also, what vehicles would use these recapped tires. Mr. Howard replied the recaps used mainly for the solid waste department vehicles. The City have spent $50,000 on tires. Commissioner McCray asked about the cost savings. Mr. Howard responded a new tire would cost $549 the cost of a recapped is $129. Commissioner McCray asked how often the tires needs replacement. Andrew Mack, Public Works Director, responded a tire is replaced three time before a new tire must be purchased. He explained the recap tire has the same life span as a new tire. Motion Commissioner McCray moved to approve. Vice Mayor Katz seconded the motion that unanimously passed. E. Approve Task Order UT-2C-04 with CDM Smith in the sum of $49,680 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category C executed on August 22, 2018 for the Evaluation and update of the utility's 10-year water supply plan. F. Approve the addition of a vendor to Bid "ANNUAL SUPPLY OF ORIGINAL EQUIPMENT MANUFACTURER (OEM) SERVICE AND PARTS FOR MEDIUM/LARGE AND HEAVY DUTY VEHICLES AND EQUIPMENT" Bid # 029-1412-19/MFD. To add Southern Sewer to Lot # 10. G. Approve increase of Blanket Purchase Order PO # 190335 -Acct. #401-2824- 536-46-98 for$10,000 issued to Vincent and Sons Landscaping, Inc. for annual landscape maintenance for Utility Stormwater Ponds Landscape Maintenance Services. With the proposed increase, the new total will be $91,719. Commissioner McCray requested clarification, whether this was for the median landscaping. 7 Page 589 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Joseph Paterniti, Utility Director, replied this contract was for the stormwater facility maintenance contract. This increase was for work not originally budgeted. Commissioner McCray asked if there were any other items not budgeted. Andrew Mack, Public Works Director, explained Venus is a Landscape maintenance contractor, which does landscape maintenance for Public Works as well as Utilities. The City terminated a contract with a landscaper and the work had to be reallocated to different vendors. Mr. Mack explained he would be coming to the commission in the next few weeks with an agenda item. Motion Commissioner McCray moved to approve. Commissioner Penserga seconded the motion that unanimously passed. H. Accept third quarter report on operations of the Schoolhouse Children's Museum and Learning Center for FY18/19. I. Approve utilizing the National JPA Cooperative Contract No. 062117-JCS with Tropicars Golf and Utility Vehicles an authorized Jacobsen distributor for north- central Florida, for the purchase of (1) JacobsenTruckster XD Diesel 4WD; (2) Jacobsen ZT600 60" mowers; (1) Turfco Widespin 1550 Tow-behind Top Dresser; (1) Ryan HD 18" Sod Cutter; and (1) Lely Broadcast Spreader HR for a total purchase price of $52,928.20. Commissioner McCray inquired when the last time these vehicles were replaced. Ron Tapper Golf Club Manager responded that presently the City owns a residential mower. Provided a listing of equipment replaced or purchased. Mayor Grant noted he toured the warehouse where the items are stored, asked if the old parts are being discarded. Mr. Tapper replied some of the equipment replaced belongs to the Superintendent. He explained the old equipment would be jobbed out. Motion Commissioner McCray moved to approve. Commissioner Penserga seconded the motion that unanimously passed. J. Approve the minutes from City Commission meeting held on August 6, 2019. Motion Commissioner Penserga moved to approve the remainder of the Consent Agenda. Commissioner McCray seconded the motion that unanimously passed. 8 Page 590 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 7. CONSENT BIDS AND PURCHASES OVER $100,000 A. PROPOSED RESOLUTION NO. R19-086 - Approve utilizing the City of Tamarac Contract # 19-12R for office supplies, awarded to Office Depot; with an estimated annual expenditure of $120,000 and authorize the City Manager to sign a piggy-back Agreement. B. Approve the employee group medical insurance renewal and recommended employer subsidies for Fiscal Year 2019-2020 and authorize City Manager to execute any required documents. C. Approve Task Order UT-1A-02 with Carollo Engineering in the sum of$143,000 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category A awarded by Commission on August 7, 2018. Services include the design, permitting and services during construction to implement electrical and standby power improvements to western wellfield, wells 4, 5, 7 and 8. Motion Vice Mayor Katz moved to approve. Commissioner McCray seconded the motion that unanimously passed. 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 ORDIANCE NO. 19-027 - FIRST READING -Approve proposed code language implementing Sustainable Development Standards recommended by the Climate Action Plan and CRA Redevelopment Plan (CDRV 19-005) - Amending the LAND DEVELOPMENT REGULATIONS: Chapter 4. Site Development Standards. Applicant: City-initiated. Attorney Cherof read Ordinance No. 19-027 into the record by title only on first reading. Commissioner McCray indicated the City need to be cognizant of what is going on in the world. Rebecca Harvey, Sustainably Coordinator noted the City has a sustainable development standards process. She stated development has its benefits, but overdevelopment has challenges. Noted more concrete means a hotter city. The City of Boynton Beach created a sustainability committee consisting of staff. The LDR's were reviewed that addressed 9 Page 591 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 sustainability, such as lighting, urban heat island, environmental preservation, landscape design, transportation, parking, water conservation, and storm water management. The sustainable development standards includes applicability. The Exemptions would include interior renovations to existing buildings and structures. Construction of single family or duplex swelling unit on an individually platted lot within a single family or two family residential districts. Buildings exempt from local building permits or governmental review pursuant to State or Federal Statutes. Applicability of application for approval of new site plan modification by 500 square of more, exemption include exiting buildings. Ms. Harvey pointed out in 2030 an estimated 20% of new vehicles would be EVs. Florida will have 800,000 EVs and require 12,900 public charging stations. Palm Beach County EVs increased from 1,253 to 4,525. The cost of a level 2 equipment is approximately $800- $2,500, Installation $800-$4,000. Mr. Harvey provided options such as third-party ownership: free equipment, installation, maintenance, and signage. She expressed there are some companies which offer free equipment, then charge a fee to those who use their equipment. Sustainable Development Standards has a tiered Point System. There are deferent options, Energy, Recycling and waste Reduction, Water, Urban Nature, Transportation, and other. The total points in all categories are 127. Commissioner McCray asked how many Electric vehicles does the City own. Ms. Harvey responded one. Commissioner Penserga noted Ms. Harvey mentioned concrete and how it regulates the temperature. He inquired about flooding and different types of concrete helping to mitigate flooding. Ms. Harvey responded staff was looking into different types of pavements. There is a robust section, which addresses water conservation and stormwater management. She pointed out in the sustainable development options, there was the option for reuse water, Rain gardens (bio-swale or Bio-retention systems), rainwater reuse, permeable parking surfaces, permeable sidewalk surfaces, the City is actively learning about different types of concrete. Commissioner Penserga asked about the possibility for reduction of insurance premiums. Mr. Colin Groff, Assistant City Manager, responded the different types of concrete would affect storm water treatment on site. It provides more greenspace. It does not reduce flooding. He explained this was a big basin issue. There would not be a reduction in insurance premiums. Ms. Harvey pointed out the sustainable advisory team approved these categories. She stated over the past several months they provided input. Indicated there was passion on the sustainable advisory team and knowledge. Increasing the tree canopy and reducing heat island, increasing greenspace, and EV's, including porous surfaces. The sustainable advisory team are a great resource of community input and support. Mayor Grant asked if this would be mandatory. Inquired if a developer build on more than a non-residential or 50 units of residential, then 25 points needed. Ms. Harvey responded as long as they meet the applicability criteria. Mayor Grant inquired it the single-family 10 Page 592 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 residential homes apply. Ms. Harvey responded single family, duplex, and minor site plan modification under 5000 square feet of addition would not meet the criteria. Mayor Grant stated this was a great thing for Boynton Beach for all the new development. Mayor Grant inquired of the City Attorney when this would take effect. Attorney Cherof indicated any new site plans, which come in after the adoption. Motion Commissioner McCray moved to approve. Commissioner Penserga seconded the motion that unanimously passed. Vote City Clerk Gibson called the role. The vote was 5-0. 9. CITY MANAGER'S REPORT A. Chief Gregory will discuss security as it relates to our Town Square project. Police Chief Gregory Town Square is a 16-acre site in downtown Boynton Beach, which will encompass City Hall and new library, residential and retail spaces, hotel, playground Amphitheater, Open spaces and parking garages, a Fire station. Chief Gregory provided some updates on critical public assets, structural design, lighting fencing, locks, environmental design, digital camera surveillance, automated license plate readers, emergency call boxes has two functions, the emergency call boxes send a message, creates a sense of comfort and safety. Commissioner Penserga inquired if the emergency call boxes were audio as well as video. Chief Gregory responded they were both. The video provides an overview of the area, looking for threats around the person, not the actually person. Chief Gregory indicated access control, security personnel were the key issues. Commitment to security strategy, which includes application of physical protection systems, includes the functions of deterrence, detection, delay and response. The best practices for physical security involves the use of multiple layers of interdependent systems such as physical barriers, digital camera surveillance and sensors, security staff, access control, lighting, environmental design, layered physical security includes concentric circles of protection such as perimeter fence, building exterior, department door, office doors. Good security requires a balanced approach, operational measures, electronic systems, and site and build features. A citywide security system key element homogenous security approach, into a single system. This was a citywide initiative. Ms. LaVerriere indicated these systems would reintegrated into the parks systems. Commissioner McCray indicated all parks should have a security system. 11 Page 593 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Chief Gregory indicated intergradation for security measure and emergency responders, centralized management by the police department, distributed access and monitoring. Commissioner McCray asked how the police would deal with the homeless population. Chief Gregory responded he was looking at restructuring the downtown areas, as the building get off the ground, there would be an increase in security. There would be additional visibility of uniformed officers. The City staff would offer resources to the homeless population. Commissioner McCray indicated he did not want to forget about the rest of the City and only focusing on the Town Square property. Chief Gregory responded that all areas would be monitored. Commissioner Romelus thanked the Chief for the report. Chief Gregory stated there is a perception of fear and crime. Commissioner McCray indicated he was happy that the police station is where it is supposed to be. Mayor Grant thanked the Chief for the new standards of safety in Boynton Beach. B. Review and discussion of the attached staff report concerning options for the Sara Sims amphitheater. Ms. LaVerriere indicated at the last Commission meeting there was discussion/request to provide options for the Sara Sims amphitheaters or performance pavilion. Mayor Grant indicated no one has used this park, no one knows what will happen to the park. Indicated there was a lot of perception based on assumptions. He does not want to create problems for the future. The City could always add on to the park in the future. Vice Mayor Katz agreed with the Mayor Grant. He reviewed the back up from staff, which provided three quotes. Of the three proposals, one cost $30,000, the mid-range proposal was $100,000 and the highest was $1 M. Vice Mayor Katz indicated between the CRA and City has spent $1.7M on Sara Sims Park. He explained no other park has received this much funding. This park was a jewel into the heart of Boynton. Many of the residents have spoken stating they did not want this to turn into an events space. This was exactly what was promised, plus the upgrade of the canopy and the performance pavilion. Last year $1.7M allocated to the park, we should look forward to the ribbon cutting and the opening the park. Vice Mayor Katz stated this park rehabilitation has been in the works for many years. Commission McCray echoed Vice Mayor Katz and Mayor Grant thoughts. The first thing, which needed was to open the park, and find out the usage of the park. Commissioner McCray stated the citizens are unaware what is allowed at the park, everyone must recognize Sara Sims Park is a passive park. 12 Page 594 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Commissioner Romelus stated, no one has stated they want to give the park back, and the belittling of what people have said was unacceptable. The fact that individual have been asking for the amphitheater, all that was received was the pavilion. The residents were told they were going to receive the entire amphitheater. The residents are not content, the standard were disappointing. If expectation were set this would not be a problem. She felt this was offensive to the residents of the community. When individuals come out to speak against what is happening they are being ridiculed. She wanted to see what is possible and as time move forward and members of the local community come forth and present what they need the Commission must listen. Vice Mayor Katz indicated he stands by everything that he said. He means no offense to anyone. He is objective and to the point. He has faith in the Commissioner who represent District 2. Commissioner McCray pointed out once the park opens then a determination can be made as to what should be done. He will represents District 2, until March 2020. He felt offended by the remarks of the people. We are citizens of Boynton; this park was the entire city of Boynton Beach. Sara Sims is for the entire City of Boynton Beach Florida. 10. UNFINISHED BUSINESS - None 11. NEW BUSINESS A. Approve the request of Mayor Grant to distribute $400.00 of his Community Support Funds to Dani's Dream Scholarship Fund. Motion Commissioner McCray moved to approve. Vice Mayor Katz seconded the motion that unanimously passed. Stacy Smith thanked the City of Boynton Beach for supporting Dani's Dream. Dani's Dream provides targeted financial support to promising nursing students while advancing best practices in the nursing profession via the Danielle Dunkley RN Memorial Nursing Scholarship Fund. Our goal is to inspire and equip aspiring nursing students, from under- served communities, with the tools to succeed. 12. LEGAL - None A. PROPOSED ORDINANCE NO. 19-028 - FIRST READING - Approve amendments to Chapter 26 by adding a new "Article IX - Chilled Water." This Addition will provide for the operation of District Energy Plants that produce and supply chilled water for use by customers for the provision of centralized air conditioning management. 13 Page 595 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Attorney Cherof read the proposed Ordinance No. 19-028 into the record on first reading by title only. Motion Commissioner Romelus moved to approve. Commissioner McCray seconded the motion that unanimously passed. Commissioner Romelus asked how many Chilled Water plants are in the State. Mr. Groff responded there are 100's of Chilled Water Plants in the state, but there are only seven utilities owned by Public utilities. Vote City Clerk Gibson called the role. The vote was 5-0. B. PROPOSED ORDINANCE NO. 19-022 - SECOND READING - Adopting amendments to the City's Land Development Regulations, Chapter 2, Article II, Section 4.F pursuant to the Voluntary Compliance and Conciliation Agreement with the Department of Housing and Urban Development (HUD). Attorney Cherof read the proposed Ordinance No. 19-022 into the record on second reading by title only. Motion Commissioner McCray moved to approve. Commissioner Penserga seconded the motion that unanimously passed. Vote City Clerk Gibson called the role. The vote was 5-0. C. PROPOSED ORDINANCE NO. 19-023 - SECOND READING - Approve proposed amendments to the City's Code of Ordinances, Chapter 2, Administration, Section 2-24 - Non-Discrimination Policy for consistency with the City's administrative Non-Discrimination Policy pursuant to Resolution No. R19-071, which Commission approved on July 2, 2019. Attorney Cherof read the proposed Ordinance No. 19-023 into the record on second reading by title only. 14 Page 596 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Motion Commissioner McCray moved to approve. Vice Mayor Katz seconded the motion that unanimously passed. Vote City Clerk Gibson called the role. The vote was 5-0. D. PROPOSED ORDINANCE NO. 19-024 - SECOND READING - Adopting amendments to the City's Land Development Regulations, Chapter 3. Zoning, Article IV, Section 3.13.2 clarifying the ability for an accessory use to be conducted outside a building within abutting road and canal rights-of-way. Attorney Cherof read the proposed Ordinance No. 19-024 into the record on second reading by title only. Motion Commissioner Penserga moved to approve. Commissioner McCray seconded the motion that unanimously passed. Vote City Clerk Gibson called the role. The vote was 5-0. E. PROPOSED ORDINANCE NO. 19-025 - SECOND READING - Approving amendments to the Land Development Regulations, Chapter 2. Article I, Section 4. Expedited Development Review Program, inserting additional eligible projects and benefits, and eliminating redundant verbiage and requirements. Attorney Cherof read the proposed Ordinance No. 19-025 into the record on second reading by title only. Motion Commissioner Penserga moved to approve. Commissioner McCray seconded the motion that unanimously passed. Mayor Grant asked about the limitations on the expedited process on certain mixed-use sizes. Inquired if the City was retaining the 5-acre rule. 15 Page 597 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Mike Rumpf, Development Director, responded the paragraph, which stated the minimum acreage, has been eliminated. There must be a minimum of 10 acres to do a SMU Zoning District in the City of Boynton Beach Mayor Grant inquired if someone has a five acre, and was part of a 10-acre master plan, asked if that would qualify. Mr. Rumpf responded this was correct. Vote City Clerk Gibson called the role. The vote was 5-0. F. PROPOSED ORDINANCE NO. 19-026 - SECOND READING - Approval of Ordinance modifying the original powers and responsibilities of the Quantum Park Overlay Dependent District but reserving the District's authority to manage outstanding debt. Attorney Cherof read the proposed Ordinance No. 19-026 into the record on second reading by title only. Attorney Cherof stated there are two Ordinance in the back up. There was one from first reading, there were discussion regarding the amendment, those amendments shown in green starting at line 58-96 of the revised Ordinance. Attorney Cherof pointed out the changes in the ordinances. Terms of office and the election by the landowners are deleted. If the Commission accepts these changes this needs to address when the motion approved. The next change is at line 203-207, which indicates the Mayor would be the chair of the board and the Vice Mayor would be the vice chair of the board. This would be resolved at the appointment of the Commission. A motion is needed. Attorney Cherof explained the revisions and pointed out the changes in the ordinance. Fees for service have been deleted, the Mayor would be the Chair and the Vice Mayor would be the Vice Chair. Changes have been stricken out. Underlined items are for added information. Noted there is a pending budget board meeting scheduled for August 27, 2019 @ 2pm. If the Ordinance adopted would become effective tonight, the Commission would become the Board. The Commission would need to conduct the scheduled budget meeting or reschedule the meeting and announce the meeting. Commissioner Romelus asked if the Commission would be adding an item on the agenda to address the Quantum Park Overlay Dependent District (QPODD). Attorney Cherof responded there would be another agenda line or call a separate meeting. Attorney Cherof pointed out line 117-120 is a provision regarding the supervisor of the board, were previously entitled to compensation, and has been deleted. Pointed out section 5, which begins at line 47, noted what was done in the amendment, from the effective date of the ordinance it shall be the sole purpose. He deleted the word "sole". In addition, the purpose of the Quantum Park Overlay Dependent District would be to retire the outstanding debt of the District, transfer and dispose of any assets of real property 16 Page 598 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 interest to the City. Attorney Cherof noted if there were excess funds after all debts were paid those funds would rollover to the City to be used for activity for the Quantum Park Overlay Dependent District, until they are expended or re-budgeted. If the Commission wants to take over its activities now, the Commission would need to change section 5 of the ordinance. Attorney Cherof stated he believed there was discussion at the Quantum Park Overlay Dependent District meeting regarding any funds carried over would be redistributed or refunded to the property owners within the park. This would not give any funds to the City to inherit and to continue the maintenance obligation of the park. If the current board members sit through to conclude the budget, the commission would not have any control. There is a benefit for the Commission taking control of the board tonight by passing the ordinance as amended. Mayor Grant asked whatever they had was a recommendation. Attorney Cherof responded the concept was to wine down the activity of the Quantum Park Overlay Dependent District board, so there are not two levels of government operating within the Park. Staff has indicated they could take over the responsibilities maintenance responsibilities of the drainage system, ponds and parks and they could have lower cost Mayor Grant indicated this district would sunset 2020 September. Attorney Cherof responded the Quantum Park Overlay Dependent District is to sunset September 2020. His understanding was the debt could be retired as early as September 2019. Vice Mayor Katz, was in favor of taking over the Quantum Park Overlay Dependent District immediately and carrying out the intended plan of retiring the debt. This body acting as the new Quantum Park Overlay Dependent District board, and discussing a timeline for the ultimate fate of the district and the assessments. There were three issues regarding the district. The Lawsuit which most had been dealt with, the debt which could be retired as early as September 2019, and lastly the park. Vice Mayor Grant stated it was imperative that there be seed money for the Park and some maintenance fund for the park for a period. If the Commission dissolved the district outright the Eco Park, he believed would never be built. This park was promised to the homeowners for decades. The City has not put one penny into this park. If the Commission wine down the district in a responsible manner no money, need to be expended for the Eco Park. He believed this could be done based on reducing the current assessment, once the debt is paid to a more nominal amount per property owners for a limited amount of time, to put the money away for the Eco Park. The City would never find the money necessary for this park. The City cannot come up with $100,000. His recommendation was to take over the board tonight carry out their plans to retire the debt in approximately one month and as a board deliberate on the appropriate wind down period, accumulation of finances to seed the park. 17 Page 599 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Mayor Grant asked if there needed to be a date for the sunset for the District. Attorney Cherof responded they could leave the date as stated September 30, 2020. The Commissioner could always come back and extend that date if needed by further amendment. In regards to the park, in the purpose section they may need additional language. The purpose is limited to retiring the outstanding debt, lowering the ad valorem necessary to retire the debt. The Commission may want to add a provision and provide seed money for the park. One of the remaining functions of the district would be with dealing with the park planning, development and maintenance. Vice Mayor Katz wanted to make that recommendation if that was the will of the board. Commissioner Romelus stated she was ambivalent about adding that discretion, the resident of that area, if they so choose to have a levy raised for funding the park, they can express that. She believed the City should give the residents the courtesy of seeing where they stand on this issue. At this point, they know what the tax or levy is for, they were not notified that this levy would be for a park. The City has a duty to inform the residents the levy or tax would be for the park. Commissioner McCray responded from the inception of the Quantum Park Overlay Dependent District, the residents were aware of the Eco Park and the City has promised this park and the City needs to deliver. Commissioner Penserga stated the residents are aware of the Eco Park; this park has been in the works for some time. He was in support of the Vice Mayor and added when the time come to determine whether to continue to levy those taxes for the Eco Park that conversation would be had with the residents of the Quantum Park Overlay Dependent District. Vice Mayor Katz responded he has attended the Quantum Park Overlay Dependent District meetings and the Property Owners Association meetings throughout the past three years. The park has been promise since the inception. He indicated he has no problem once they get to the point, to notice the residents. The residents are well aware of the Park. Commissioner Penserga asked if there were any assets after the debts have been satisfied the City could dispose of for a profit and reimburse to compensate the residents. Mr. Groff replied this question was asked by the QPODD board. The only assets, which are left, are the storm water and the remaining Sandy Pines preserves, which is required under the regulations. The other preserve has already been disposed. There is no land assets of any value. Mr. Groff noted the value is the open and green space. Commissioner Penserga asked about compensation. Ms. LaVerriere pointed out this would cost the City money. Mayor Grant replied the Eco Park was always part of the QPODD. We need to have the conversation about having the park included in the ordinance and a date certain. The 18 Page 600 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 assessment has an end date; he would like to have it at September 30, 2022. The residents would know that they would not be taxes after this date. Vice Mayor Katz agreed, if the direction was to wine down the fees and get some seed money, this would allow the flexibility to reduce the period for sunset. Mayor Grant asked if there needed to be a motion to amend. Attorney Cherof indicated a motion to adopt on second reading as amendment with the inclusion in the in section 5 of the language, the duty to take action for the future development and maintenance of park area. On line 51-52, the authority of the board would be to take necessary action to fully sunset the district on a date on or before September 30, 2022. Motion Vice Mayor Katz moved to approve the ordinance as amended. Commissioner Penserga seconded the motion that unanimously passed. Mayor Grant opened to Public Comment. Charles Geragi, 2400 High ridge Road, represents the Property Owners Association, He requested to shut down the QPODD. He inquired who voted for the park. Vice Mayor Katz stated the QPODD has spent a large sum of money for plans regarding the park. That land is earmarked for a park. Mr. Geragi stated he had spoken to residents of Parkside and Canterbury. He noted there were many residents, which did not want the park, he explained many of the residents were retired and preferred the extra money. Please do not force residents to accept the park. He asked for a referendum regarding the park. Attorney Cherof indicated the subject matter before the Commission was not the assessment. The City Commission until they take action on the ordinance has no authority over the budget or the activities of the plans of the district. Mayor Grant pointed out the determination was to remove the current board of directors of Quantum Board of Director and place the Commission as the Board. Mr. Geragi stated the Commission wants to sunset the QPODD in 2022. Mayor Grant replied the Commission has the ability to do so. Mayor Grant noted Mr. Geragi was the only person in attendance tonight. There have been multiple speakers over the years in favor of the park. 19 Page 601 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Mr. Geragi asked if it would to helpful to invite the current QPODD directors to the meeting, so that you could hear what they have to say. The people within their community duly elected the current directors. Mayor Grant asked how these directors were elected. Mr. Geragi replied it was a declaratory action, which states one vote per acre. Attorney Cherof indicated this concept is commonly referred to as the voting rights accounts. Mayor Grant stated the Commission represents the residents and the businesses. We give one vote per person, not one vote per acre. Mr. Geragi believes the Commission should listen to the current board and get a full understanding of the history of the Eco Park. He continued to say, at least go out to the public, get a referendum, and get a vote. Ask the public if they want a park. Mr. Geragi asked when the last time the people of this district were polled. Mayor Grant indicated they do not have an answer. Vice Mayor Katz stated the Commission was an elected body who represents residents and does not engage in direct democracy on every decision. They will consult the Quantum Park Overlay Dependent District current directors, when this body becomes the board. He explained this was a promise; this would be travesty if the City deny the intended purpose of the land. Mr. Geragi asked how long ago has it been since anyone spoke with the residents. Commissioner Romelus asked as a point of clarification, if the assessment was intended for the Park. Attorney Cherof responded he did not know the answer. Mr. Geragi responded no, the assessment was to receive higher level of services for the community. Commissioner Romelus pointed out as Mr. Geragi stated the assessment was not for the park. She was not in disagreement with the park, she would prefer to have an open line of communication and if the residence agree with continuing with the assessment, then proceed with the assessments. Commissioner Penserga pointed out if the commission was the board,the City needs to gauge what are the current sentiments of the current residents. The City needs to have a community input meeting. Mr. Geragi stated QPODD has an outstanding FEMA claim. Attorney Cherof indicated not to discuss the claim. Mr. Geragi stated he would suggest polling the board, it has been 9 years, and this was the sentiment of the community at that time. Vice Mayor Katz stated if anyone in this room, listened to a resident of Parkside, and cite the original intent of that land. If they are speaking about the original intent of the entire ordinance, there was never supposed to be the residential, commercial, it was supposed to be entirely industrial. We have not polled the residents on a single issue for the past three plus years, because there has not been a ballot question; it is a fact the park has 20 Page 602 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 been planned. The original Quantum Park Overlay District has been deviated, and to deny it was an attempt deny the rights of the residents. The Quantum Park Overlay Dependent District board has voted on this item many times. The Commission would become the Quantum Park Overlay Dependent District board if this ordinance passes. He noted the Commission was voting tonight for the Commission to become the board. Vice Mayor Katz noted there have been charrettes in the past regarding the Eco Park. Commissioner McCray was in agreement with Vice Mayor Katz, indicated they have always, spoke about the Eco Park. Commissioner McCray pointed out originally this area was planned for an industrial park. This is not new and he was aware of the history. Commissioner Romelus stated she wanted to see proof. If the original assessment included the building of the park, she would like to hear from the residents. She would like to say they listened to residents. She stated she was not opposed to the ending QPODD, she was opposed to the amendment to continue to assessments. Commissioner Penserga stated it was not clear that assessment must continue. He wants to move forward. The first step was gaining control, pay the outstanding debt. He said as much as he wants the park, right now it was not certain the assessments must continue. Commissioner Romelus requested clarification of the amendment. Attorney Cherof responded the amendment as stated is the second ordinance, which was as provided in the agenda package, the changes were in addition to what shown to section 5 to add the clause and to the powers to take actions as required with regard to future development of the park and the date in line 52, change from September 30, 2020 to September 30, 2022. Commissioner Romelus inquired if this does not include anything about the park or continuing to assessments for purposes of building the park. Attorney Cherof replied the issues regarding what happens to the park and what is done could be taken up at a future Commission meeting. This was only to transfer the authority of the board to the members of the City Commission. As the board with the Commission acting as the board in the future, including the adoption of the budget, which would provide the vehicle for the property owners to provide their input. Motion Vice Mayor Katz motion to approve the ordinance as amend the ordinance as stated from date and, transfer from Quantum Park Overlay Dependent District to the City. Commissioner Penserga seconded motion. 21 Page 603 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Vote City Clerk Gibson called the role. The vote was 5-0. G. Request for a private attorney-client session of the City Commission to discuss pending litigation in the following case: OLEN PROPERTIES CORP. SECURED HOLDINGS INC, QUANTUM LAKE VILLAS II CORP., ET AL, Plaintiff, vs. CANTERBURY AT QUANTUM VILLAGE, PARKSIDE TOWNHOMES, BOYNTON BEACH FLOWERS, ET AL, Defendants — Palm Beach County Circuit Court Case No. 502013CA007694XXXXMB Approve the request of Mayor Grant to distribute $400.00 of his Community Support Funds to Dani's Dream Scholarship Fund. Attorney Cherof requested a private attorney-client session to discuss pending litigation. Attorney Cherof indicated the court has established date for the next status conference in this litigation. Motion Commissioner Romelus moved to approve Attorney Client session before the Commission meeting October 1, 2019 @ 5:30 pm. Commissioner Penserga seconded the motion that unanimously passed. Mayor Grant wanted to place some items on Future agenda. Workforce Housing Ordinance. He indicated there was a Master Plan modification from Boynton Beach Mall, and was not in the Workforce Housing Ordinance. He wants to have the Sara Sims events restrictions reviewed. He received some resolutions from Miami Beach and he would like to bring to the board for review. FPL notified the City they are installing underground wiring. He pointed out he learned at the Florida League of Cities seminar that certain cities use what FPL was going to spend as a credit so that the City could do more. He would like to have a discussion regarding underground wires. Based on Attorney Cherof he can wait until October. Vice Mayor Katz requested additional information regarding the resolutions from Miami Beach. Mayor Grant responded two were regarding the environment and electricity and the other was on reproductive health care. Mayor Grant noted he would like to have this as a process. Any items should go onto the Future Agenda; staff could review and make recommendations. Vice Mayor Katz asked if there was a mechanism in place to review resolutions prior to placement on the agenda. Asked if the Mayor could provide a copy of the resolutions. Mayor Grant asked if that would violate the Florida Sunshine rule. Attorney Cherof indicated the Mayor could distribute to the commission by hardcopy of email; the Commission was urged not to respond. He could inquire at the next meeting whether to place on the agenda. 22 Page 604 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 Vice Mayor Katz asked if the City were to do anything to the Workforce Housing Ordinance, would whatever the Boynton Beach Mall has submitted be grandfathered in under the existing language. Attorney Cherof responded yes. Mayor Grant inquired if any site plan was approved after any Master Plan. Attorney Cherof explained if the City changed the Code during permit pendency, the permit would be grandfathered in. Mayor Grant asked if they wanted to be part of the new Workforce housing for increased density and height, if this was something, which they could do. Attorney Cherof indicated this was correct. Ms. LaVerriere indicated she would bring back a use policy to the Commission. 13. FUTURE AGENDA ITEMS A. Amendment to DROP provisions in City's three pension plans (Ordinance) - September 5, 2019 B. Staff will present some options for use of our innovation space at the new city hall (1600 sf). September 5, 2019 C. Staff to present updated Social Media Policy - September 17, 2019. D. Department to give brief presentation of their operations Library- September 2019 E. Quarterly Census updates by Laura Lansburgh, Marketing Manager: September 17, 2019 December 17, 2019 March 17, 2020 14. ADJOURNMENT Motion Commissioner McCray moved to adjourn; Commissioner Romelus seconded the motion that unanimously passed. The meeting adjourned at 9:17 p.m. (continued on next page) 23 Page 605 of 1197 Meeting Minutes City Commission Boynton Beach, Florida August 20, 2019 CITY OF BOYNTON BEACH Mayor - Steven B. Grant Vice Mayor— Justin Katz Commissioner - Mack McCray Commissioner— Christina Romelus Commissioner—Ty Penserga ATTEST Crystal Gibson, MMC City Clerk Queenester Nieves Deputy City Clerk 24 Page 606 of 1197 7.A. CONSENT BIDS AND PURCHASES OVER$100,000 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-090-Approve purchase orders to Kompan Inc utilizing the US Communities contract#2017001135 for Meadows Park fitness zone installation in the amount of$23,500 and for Boynton Lakes Park playground installation in the amount of$90,000.02 for a total estimated expenditure of$113,500.02 and authorize the City Manager to sign a piggy-back Contract with Kompan, Inc. US Communities contract satisfies the City's procurement requirements. EXPLANATION OF REQUEST: The playground at Boynton Lakes Park and fitness equipment at Meadows Park are past its life expectancy and is scheduled for replacement this fiscal year. Staff are requesting approval to purchase and install fitness equipment in the amount of$23,500 for Meadows Park and $90,000.02 for playground equipment at Boynton Lakes park for a total of$113,500.02 to Kompan Let's Play piggybacking the US Communities contract#2017001135. The U.S. Communities contract satisfies the City's procurement requirements. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The renovations at Meadows Park and Boynton Lakes will provide more accessible programs and amenities to all members of the community. FISCAL IMPACT: Budgeted This project is budgeted in the Capital Improvement Budget with the use of surtax dollars (303 Fund). ALTERNATIVES: None. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Page 607 of 1197 Grant Amount: CONTRACTS VENDOR NAME: Kompan Inc START DATE: 7/11/20117 END DATE: 6/30/2022 CONTRACT VALUE: MINORITYOWNED CONTRACTOR?: No EXTENSION AVAILABLE?: Yes EXTENSION EXPLANATION: Option for two additional two (2) year extensions ATTACHMENTS: Type Description D Resolution Resolution authorizing piggy-back of Charlotte Agreement with Kempen D Agreement Piggy-back Agreement with Kempen D Contract Agenda Attachment- Kempen Contract D Quotes Agenda Attachment- Kempen Sales Quote for Meadows Park D Drawings Agenda Attachment- Meadows Park 2D Layout D Quotes Agenda Attachment- Kempen Sales Quote for Boynton Lakes D Drawings Agenda Attachment- Boynton Lakes Park 2D Site Plan- Playground Layout Page 608 of 1197 I RESOLUTION NO. R19- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 4 APPROVING UTILIZING THE CITY OF CHARLOTTE, NORTH 5 CAROLINA CONTRACT WITH KOMPAN, INC., CONTRACT NO. 6 2017001135 FOR PLAYGROUND AND FITNESS EQUIPMENT AT 7 BOYNTON LAKES PARK AND MEADOWS PARK FOR A TOTAL 8 ESTIMATED EXPENDITURE OF $113,500.02; AUTHORIZING THE 9 CITY MANAGER TO SIGN AN AGREEMENT WITH KOMPAN, 10 INC; AND PROVIDING AN EFFECTIVE DATE. 11 12 13 WHEREAS,the playground equipment at Boynton Lakes Park and fitness equipment 14 at Meadows Park are past its life expectancy and is scheduled for replacement this fiscal year; 15 and 16 WHEREAS, the City of Charlotte awarded Contract No. 2017001135 to Contractor 17 effective July 1, 2017 for a period of five (5) years with two (2) additional two-year terms; 18 and 19 WHEREAS, the City is granted permission to utilize this Contract by being a member 20 of the US Communities for Meadows Park Fitness zone installation in the amount of$23,500 21 and for Boynton Lakes Park playground installation in the amount of$90,000.02 for a total 22 estimated expenditure of $113,500.02 with pricing based on the City of Charlotte, North 23 Carolina Contract No. 2017001135. 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 25 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 26 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being 27 true and correct and are hereby made a specific part of this Resolution upon adoption hereof. 28 Section 2. The City Commission of the City of Boynton Beach hereby approves 29 and authorizes the City Manager to sign a Piggy-Back Contract with Kompan, Inc., a copy of 30 which is attached hereto as Exhibit "A", for the purchase of playground and fitness zone C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\B9B748E1-9EA8-475C-AEEB-14A1332DF9CC\Boynton Beach.17957.1.Piggy-back -_City of Charlotte with Kompan_(Playground_equipment) - Reso.docx Page 609 of 1197 31 equipment and installation with a total estimated expenditure of$113,500.02 at prices based 32 on City of Charlotte Contract No. 2017001135. 33 Section 3. That this Resolution shall become effective immediately upon passage. 34 PASSED AND ADOPTED this day of , 2019. 35 CITY OF BOYNTON BEACH, FLORIDA 36 37 YES NO 38 39 Mayor— Steven B. Grant 40 41 Vice Mayor—Justin Katz 42 43 Commissioner—Mack McCray 44 45 Commissioner—Christina L. Romelus 46 47 Commissioner—Ty Penserga 48 49 VOTE 5o ATTEST: 51 52 53 54 Crystal Gibson, MMC 55 City Clerk 56 57 58 (Corporate Seal) 59 C:AProgram Files(x86)Aneevia.com\docConverterProAtemp\NVDC\B9B748E1-9EA8-475C-AEEB-14A1332DF9CC\Boynton Beach.17957.1.Piggy-back -_City of Charlotte with Kompan_(Playground_equipment) - Reso.docx Page 610 of 1197 PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT CONTRACT This Contract is made as of this day of ,2019 by and between KOMPAN, INC., a Foreign Corporation authorized to do business in the State of Florida,with principal offices located at 605 W. Howard Lane, Ste. 101, Austin, TX 78753 ("Contractor"), 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, the playground equipment at Boynton Lakes Park and fitness equipment at Meadows Park are past its life expectancy and is scheduled for replacement this fiscal year; and WHEREAS, the City of Charlotte awarded Contract No. 2017001135 to Contractor effective July 1, 2017 for a period of five (5) years with two (2) additional two-year terms; and WHEREAS, the City is granted permission to utilize this Contract by being a member of the US Communities for Meadows Park Fitness zone installation in the amount of$23,500 and for Boynton Lakes Park playground installation in the amount of$90,000.02 for a total estimated expenditure of$113,500.02 with pricing based on the City of Charlotte, North Carolina Contract No. 2017001135. 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: CONTRACT Section 1. The foregoing recitals are true and correct and are hereby incorporated in this Contract. Section 2. The City and CONTRACTOR agree that CONTRACTOR shall provide Meadows Park Fitness zone installation in the amount of $23,500 and for Boynton Lakes Park playground installation in the amount of $90,000.02 for a total estimated expenditure of $113,500.02 with pricing based on the City of Charlotte,North Carolina Contract No. 2017001135, a copy of which is attached hereto as Exhibit"A", except as hereinafter provided: A. All references to City of Charlotte,North Carolina, shall be deemed as references to the City of Boynton Beach. Section 43.3, Governing Law and Jurisdiction shall be amended to state that Venue for any litigation, interpretation or enforcement arising under this Contract must be in a court of competent jurisdiction in Palm Beach County, Florida. Page 1 C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\355F49AD-6421-4FF1-BE76-4368C95EF665\Boynton Beach.17956.1.Piggyback (Charlotte)_Kompan_(Playground)_-_Agmt.Doc x Page 611 of 1197 B. Section 39, Notices. All Notices to the City shall be sent to: 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 Contract: Scrutinized Companies By execution of this Contract, 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. D. Records shall be deleted in it's entirety and replaced with the following: Page 2 C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\355F49AD-6421-4FF1-BE76-4368C95EF665\Boynton Beach.17956.1.Piggyback (Charlotte)_Kompan_(Playground)_-_Agmt.Doc x Page 612 of 1197 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: 1) Keep and maintain public records required by the CITY to perform the service; 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, Fla. Stat. or as otherwise provided by law; 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 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 4) 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. 5) 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, FL, 33435. 561-742-6061. CITYCLERK@BBFL.US E. Section 9, Billing, is amended to state: The City of Boynton Beach is tax exempt. Section 3. In the event that the City of Charlotte, North Carolina Contract is amended, or terminated, CONTRACTOR shall notify the City within ten (10) days. In the event the City of Charlotte, North Carolina 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 3 C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\355F49AD-6421-4FF1-BE76-4368C95EF665\Boynton Beach.17956.1.Piggyback (Charlotte)_Kompan_(Playground)_-_Agmt.Doc x Page 613 of 1197 Section 4. CONTRACTOR 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 Charlotte, North Carolina 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. CITY OF BOYNTON BEACH, FLORIDA ATTEST: By: Lori LaVerriere, City Manager Crystal Gibson, MMC, City Clerk APPROVED AS TO FORM: James A. Cherof, City Attorney KOMPAN, INC. WITNESSES: BY: Print Name: Title: ATTEST: SECRETARY Page 4 C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\355F49AD-6421-4FF1-BE76-4368C95EF665\Boynton Beach.17956.1.Piggyback (Charlotte)_Kompan_(Playground)_-_Agmt.Doc x Page 614 of 1197 EXHIBIT A CONTRACT BETWEEN CITY OF CHARLOTTE, NORTH CAROLINA AND KOMPAN, INC. Page 5 C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\355F49AD-6421-4FF1-BE76-4368C95EF665\Boynton Beach.17956.1.Piggyback (Charlotte)_Kompan_(Playground)_-_Agmt.Doc x Page 615 Of 1197 K.OMIDANY ORCOROCORD eneral s ions® • Pricing is based on all equipment beim direct delivery tot e project address identified in KOMPANs Sales Proposal(SP). + Placement of order into fabrication is contingent with deposit beingreceived by KOMPAN as agreed to during the pricing phase. • If cost proposal is to be considered as Tax-Exempt a current tax exemption form must be provided or on file at KOMPAN main office. r Customer shall provide a lay down area for deliveries of materials within proximity of final installation site. Site access must be clear and unobstructed with at least ten(10')foot wide access to allow delivery of materials. Any size restrictions contributing to additional handling or downsizing deliver trucks shall be addressed as a change of conditions and will be invoiced as additional costs to the customer. ® Installation site must be level to no more than one (1") inch in then (10')feet slope or change in elevation over the full length and width of the playground area. • Price assumes NO overhead obstructions within thirteen feet,six inches (13'-6")or lower and NO underground utilities or obstructions within the playground footprint. • Soils are to be suitable for the installation of all playground equipment and surfacing and compacted to 95%compaction prior to installation crews arriving ori-site. • All underground utilities, boulders, rock ledge or other obstructions not visible without subsurface investigation shall be considered"unforeseen conditions",all costs shall be invoiced to the customer as a change order to the contract. • All spoils generated during the excavation of footings shall be disposed of on site at no cost to KOMPAN, • Customer to provide at no additional costs a 120 V(15 amp)power source and standard hose bib connection for water supply within one hundred (100')feet from work site. • Customer shall have removed all existing equipment orobstacles from playground area prior to the arrival of the installation crews. • Time is of the essence in the installation of all materials delivered to project site. KOMPAN shall have delivered all equipment and materials as scheduled to project site. If delays tot e installation schedule accrue outside KOMPANs control equipment shall be delivered to project site as scheduled and equipment and materials invoiced at the time of deliverym Unless additional storage arrangements are made in writing between Customer and KOMPAN, additional costs may apply. Unloading of equipment and materials shall be performed by the installation crews at the time of installation. If site is not ready for installation by cause outside of KOMPAN, it will be the responsibility oft e Customer to off lead and store equipment and materials at the project site. KOMPAN shall not be held liable for offloading coasts,storage fees or equipment a a e. Page 616 of 1197 If site requires installation of a drainage system within the proposed playground area, playground equipment footing shall be installed prior to the installation ofthe drainage system and playground footing locations shall take precedence over drainage system requirements. Site layout and dimensions shall be based of KOMPANs 2D drawing or CAD drawings. Customer to provide site"bench mark"to be used for layout and final elevation calculations. Unless otherwise noted on KOMPAN's SP, proposal assumes that there are no Prevailing Wages requirement on the project. Any additional costs which maybe incurred during installation shall be negotiated between Customer and KOMPAN in writing prior to the start of additional work, If written approval is not received during the time the installation crews are on-site,additional mobilization costs will apply. Exclusions,LQnless Expficitly Sq tate in KOMPAN SaIps ro ossa a • Stamped engineered drawings/calculations or costs to secure permits are not included, if required these costs will be added as a change order payable to Kompan. • Demolition and off-site disposal of any existing equipment or site amenities. • Any sitework, including but not limited to grading, excavation outside playground equipment footing and soils compaction and testing. • Concrete work outside of play equipment footing requirements, • Relocation of any existing equipment, ® Any required drainage system for playground area. • Third party testing of materials and playground installation. • Site landscaping or trimming of vegetation encroaching within the play equipment and safety zones. • Play area surfacing and base materials if not noted in KOMPAN proposal, • Installation of Poured in Place surfacing does not include the use of aliphatic binder, solid or custom colors, • Site security during Poured in Place surfacing cure time and any vandalism which may accrue during surfacing cure time. ® Borders for play area surfacing containment. • Any required retaining walls for proposed play area. ® Site storage for equipment. • Site safety fencing beyond standard four(4')foot orange construction fencing. • Utilities site location services and/or relocation of any underground utilities, • On site clumpster for disposal of shipping containers and general construction debris. • If applicable, primary electrical service, such as connection of primary power to Ko AAs ICON server box. Primary power is to be terminated within ICON server box by a licensed electrician. Page 617 of 1197 .......F__ _. ............... .. _,_..... ..,.,..........,.. _.........., _....,____.....,...... ... ..,.. t l cv. �4 j jql SS3N I Id)48Vd SMO(IV3W f gal zj l a! , 0 _ . J r ! 3: Q Q + a a 1 i1LLd C) C'l � w � w ZO L) I �> w � w �- u�'i (1 AWB t— � w i 1 � ' _ I � a w IL r (� 67 Q I w 0 CN rwV lr � ®.... E N O w I _ _. Page 618 of 1197 Contract No.2017001135 Vendor No.303668 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG CONTRACT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT,SITE ACCESSORIES, SURFACING,AND RELATED PRODUCTS AND SERVICES This Contract (the "Contract") is entered into as of this I st day of July 2017 (the "Effective Date'), by and between Kompan, Inc. a corporation doing business in North Carolina (the "Company"), and the City of Charlotte, a North Carolina municipal corporation(the"City"). RECITALS WHEREAS, the City issued a Request For Proposals (RFP #269-2017-028) for Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services dated January 25, 2017, This Request for Proposals together with all attachments and addenda, is referred to herein as the"RFP"; and WHEREAS, the Company submitted a Proposal in response to RFP #269-2017-028 on March 16, 2017. This Proposal, together with all attachments and separately sealed confidential trade secrets,is referred to herein as the"Proposal"and incorporated into this contract by reference. WHEREAS,the City awarded this Contract on May 8, 2017 to Company to provide Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services to the City all in accordance with the terms and conditions set forth herein. WHEREAS, the City of Charlotte, on behalf of itself and all states, local governments, school districts,and higher education institutions in the United States of America, and other government agencies and nonprofit organizations (herein "Participating Public Agencies"), competitively solicited and awarded the Contract to the Company. The City has designated U.S. Communities as the administrative and marketing conduit for the distribution of the Contract to Participating Public Agencies. The City is acting as the"Contracting Agent" for the Participating Public Agencies, and shall not be liable or responsible for any costs, damages, liability or other obligations incurred by the Participating Public Agencies. The Company (including its subsidiaries) shall deal directly with each Participating Public Agency concerning the placement of orders, issuance of purchase orders,contractual disputes,invoicing,payment and all other matters relating or referring to such Participating Public Agency's access to the Contract. Each Participating Public Agency enters into a Master Intergovernmental Cooperative Purchasing Agreement (N41CPA) outlining the terms and conditions that allow access to the Lead Public Agencies' Master Agreements. Under the terms of the MICPA, the procurement by the Participating Public Agency shall be construed to be in accordance with, and governed by, the laws of the state in which the Participating Public Agency resides. NOW,THEREFORE,for good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged,and in further consideration of the covenants and representations contained herein,the parties agree as follows: CONTRACT i. EXHIBITS. Page 619 of 1197 Contract No.2017001135 Vendor No.303668 The Exhibits below are hereby incorporated into and made a part of this Contract. in interpreting this Contract and resolving any ambiguities, the main body of this Contract will take precedence over the Exhibits, and any inconsistency between the Exhibits will be resolved in the order in which the Exhibits appear below. Each reference to Kompan in the Exhibits and Appendices shall be deemed to mean the Company. EXHIBIT A: Discount Schedule and Price Lists EXHIBIT B: Installation Fees EXHIBIT C: National Network of Distributors and Installers EXHIBIT D-. Freight to Schedules EXHIBIT E: Product Warranties EXHIBIT F: Scope of Services EXHIBIT G. U.S. Communities Administrative Agreement EXHIBIT H: Confidentiality Terms 2. DEFINITIONS. As used in this Contract,the following terms shall have the meanings set forth belowe Acceptance: Refers to receipt and approval by the City of a Deliverable or Service in accordance with the acceptance process and criteria in this Contract. Affiliates: Refers to all departments or units of the City and all other governmental units, boards, committees or municipalities for which the City processes data or performs Services, Biodegradable: Refers to the ability of an it to be decomposed by bacteria or other living organisms. Charlotte Business Refers to the,Charlotte Business Inclusion office of the City Inclusion (CB1): of Charlotte. Charlotte Combined Refers to the Charlotte-Gastonia-Salisbury Combined Statistical Area(CSA).- Statistical Area consisting of; (a) the North Carolina counties of Anson, Cabarrus, Cleveland, Gaston, hedell, Lincoln, Mecklenburg, Rowan, Stanly, and. Union; and (b) the South Carolina counties of Chester, Lancaster, and York; a criteria used by Charlotte Business INClusion to determine eligibility to participate in the program. City: Refers to the City of Charlotte,North Carolina. Company: Refers to a company that has been selected by the City to provide the Products and Services of this Contract, Company Project Refers to a specified Company employee representing the Manager: best interests of the Company for this Project. Contract: Refers to a written agreement executed by the City and Company for all or part of the Services. 2 Page 620 of 1197 Contract No.2017001135 Vendor No.303668 Deliverables: Refers to all tasks,reports,information,designs,plans,and other items that the Company is required to deliver to the City in connection with the Contract. Documentation: Refers to all written, electronic, or recorded works that describe the use, functions, features, or purpose of the Deliverables or Services or any component thereof, and which are provided to the City by the Company or its subcontractors, including without limitation all end user manuals, training manuals, guides, program listings,data models,flow charts,and logic diagrams. Environmentally Refers to Products that have a lesser or reduced effect on Preferable Products: human health and the environment when compared with competing Products that serves the same purpose. This comparison may consider raw materials acquisition, production, manufacturing, packaging, distribution, reuse, operation, maintenance,or disposal of the product. Lead Public Agency: Refers to the City of Charlotte,North Carolina. Master Agreement: Refers to the. Agreement that is made available by the Lead Public Agency after the successful completion of the competitive solicitation and selection process, wherein Participating Public Agencies may utilize the agreement to purchase Products and Services. Minority Business Enterprise/MBE: Refers to a business enterprise that: (a)is certified by the State of North Carolina as a Historically Underutilized Business (HUB) within the meaning of N.C. Gen. Stat. § 143-128.4;(b)is at least fifty-one percent (51%) owned by one or more persons who are members of one of the following groups: African American or Black, Hispanic, Asian, Native American or American Indian; and (c) is headquartered in the Charlotte Combined Statistical Area. MWSBE: Refers to SBEs,MBEs and WBEs,collectively. Participating Public school districts, and Agency: Refers to all states, local governments, higher education institutions in the United States of American, and other governmental agencies and nonprofit organizations that elect to purchase Products and Services under the Master Agreement. Products: Refers to all Products that the Company agrees to provide to the City as part this Contract. Services: Refers to the Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services as requested in this RFP. 3 Page 621 of 1197 Contract No.201700 13 Vendor No.303668 Specifications and Refers to all definitions,descriptions,requirements,criteria, Requirements: warranties, and performance standards relating to the Deliverables and Services that are set forth or referenced in- (i) this RFP. including any addenda; (ii) the Documentation; and (iii) any functionaland/or technical specifications that are published or provided by the Company or its licensors or supplier's from time to time with respect to all or any kart of the Deliverables or Services, 3. TERM. The initial terin of this Contract will be for five (5) years from the Effective Date with an option to renew for two( )additional two-year terms.This Contract may be extended only by a written amendment to the contract signed by both parties. 4. AGREEMENT TO PROVIDE PRODUCTS AND SERVICES. 4.1 The Company shalt provide the Products and Services in accordance with the terms and conditions set forth in this Contract and the attached Fxhi its when ordered fro time to time by the City, Except as set forth in Exhibit ,4., the prices set forth in Exhibit A constitute all charges payable by the City for the products and Services, and all labor, materials, equipment, transportation, facilities, storage, information technology,permits, and licenses necessary for the Company pany to provide the Products and Services, The Company shall perform y Services for the City on site at the City's facilities in Charlotte, North Carolina, except as otherwise stated in this Contract or agreed in writing by the City° 4. Placement of Orders. All orders will be placed by personnel designated by the City on an as needed basis for the quantity required at the time during the term of tlae Contract. ° OPTIONAL PRODUCTS AND SERVICES. The City may in its discretion purchase from the Company optional Products and Services beyond what is called for in the Specifications, provided that such purchase does not create unfairness so as to defeat the purpose of the Proposal statutes,and provided the City is authorized by law to make such purchases without a formal Proposal process, b DOCUMENTATION. I'he Company will provide for all Products purchased under this Contract written or electronic documentation that is complete arid accurate, and sufficient to enable City employees with ordinary shills and experience to utilize such Products for the purpose for which the City is acquiring thein. 7. COMPENSATION. The City shall Pay the Company for the Products and Services delivered in compliance with the specifications at the prices set forth in Exhibit A. This Duret constitutes the maximum fees and charges payable to the company in the aggregate under this contract and will not be increased except by a written amendment duly executed by both parties in compliance with the price adjustment provisions set forth in Exhibit A. The Company shall not be entitled to chane the City any prices,fees or other amounts that are not listed in Exhibit A. ® PRICE ADJUSTMENTS. .1 The price(s) stated in this Contract shall not increase for the entire five-yeas® term of e Contract. The prices shall also not increase during the two (2), two-year renewal 4 Page 622 of 1197 Contract No.2017001135 Vendor No.30 668 option terms unless the City approves a price adjustment in writing in accordance with the following terms: 8.1.1 Price increases shall only be allowed when justified in the City's sole discretion based on legitimate, bona fide increases in the cost of material and in the crest of labor for Installation Services as set forth in Section 8.1.3 of this Contract. No adjustment shall be made for compensate the Company for inefficiency in operation, increase in labor assts associated with the manufacture of the Products, or for additional profit. 8.1.2 To obtain approval for a price increase, the Company shall submit a written request to the Procurement Management Division n r res tative, at the address listed below, together with written documentation sufficient to demonstrate that the increase is necessary based on a legitimate increase in the cost of materials and Installation Services. The request must state and fully justify the proposed price increase per unit or per installation over the price originally proposed. City of Charlotte PS Finance Office/Procurement Management 600 East Fourth Street Charlotte, C 28202 8.1.3 Except as provided below, no proposed price increase shall be valid unless accepted by the City in writing. The City may approve such price increase for the remaining term of the Contract or for a shorter specified period,in the City's sole discretion. If the City rejects such price increase, the Company shall continue performance of the Contract. Price adjustments, including increases and decreases,shall be made for Installation Services in accordance With the percentage change in the U.S. Department of Labor Producer Price Index (PPT), Industry Croup Construction ® Item Code 238 1-Foundation, Structure, and Building Exterior Contractors if such percentage exceeds two percent(2%).The percentage difference between the PPI issued for October, 2017, and the PPI issued for each October of the year of requested adjustment will determine the maximum allowable adjustment of the original Contract prices for Installation Services, 8.1.4 If the City approves a price increase pursuant to this Section and the market factors justifying the increase shift so that the increase is no longer justified, the City shall have the right to terminate the price increase and revert back to the prices that were in effect immediately prior to the increase. The Company shall notify the City in writing if the market factors on which the City granted the increase change such that the City's reasons for granting the increase longer apply. 8.2 If°the Company's unit prices for any Productsand/or Services should decrease_, the Company shall pro,6de the affected Products and/or Services at the lower discounted price.The Company will provide the City with prompt written notice of all decreases in unit prices. 8.3 If a Product becomes unavailable, or if a new Product becomes available, the Company promptly will send the City a proposed revised version of Exhibit . The City reserves the right to add or delete items to this Contract if particular items should become discontinued or an upgraded itern becomes available to the industry 5 Page 623 of 1197 Contract No.2017001135 Vendor No.3 3668 market. Any new or replacement items added may be subject to Proposal statute requirements. At no additional cost to the City, the Company may substitute any Product or Service to be provided by the Company, if the substitute meets or exceeds the Specifications, is compatible with the City's operating environment and is of equivalent or better quality to the City. Any substitution will be reflected in a written signed change order. . BILLING, Each invoice sent by the Company shall include all reports, information and data required by this Contract (including the Exhibits) necessary to entitle the Company to the requested payment. The Company shall send one (1) copy only of each invoice using one of the following options: Option 1 —E-mail one copy of each invoice to coca d)charlottenc jor,. Company shall not mail invoices that have been sent via e-mail. Option 2—Mail one copy of each invoice to: City of Charlotte Accounts Payable PO Box 37979 Charlotte,NC". 28237-7979 Atte. (Insert Department) The City is not tax exempt from sales tax. The Company shall include all applicable State and County sales taxes on the invoice and not combined with the cast of the goods. Payment of invoices shall be due within thirty (30) days after the City has received all of the following. (a) an accurate,properly submitted invoice, ( ) all reports due for the month covered by the invoices and (c) any other information reasonably requested by the City to verify the charges contained in the invoice. Invoices must include state and local sales tax. 0. CONTRACT MONITORING. The City shall have the right to audit the Company's compliance ith the terms and conditions of the Contract at such times as the City deans appropriate. Unless the City elects to terminate the Contract, the Company shall develop a written action plan to correct any Contract deficiency identified during these compliance audits, and shall submit such plan to the City within thirty(30) days of notification of non- compliance. on- com lianc . 1. REPORTING. The Company shall provide such written reports of purchasing and expenditures as may be requested by the City from time to time, including without limitation any reports described in the Specifications, 11 AUDIT.. u ° g the term of the Contract and for a period of three (3) years after termination or expiration of this Contract for any reason, the City shall have the right to audit, either itself or through a third party, all books and records (including but not limited to the technical records) and facilities of the Company necessary to evaluate Company's compliance with the terms and conditions of the Contract or the City's payment obligations. The City shall pay its own expenses,relating to such audits,but shall not have to pay any expenses or additional costs of the Company. However, if non-compliance is found that would have dost the City in excess of$5,000 but for the audit,them the Company pany shall be required to reimburse the City for the cost of the audit. 13. GENERAL WARRANTIES. Company represents and warrants that: 13.1 It is a corporation duly incorporated, validly existing and in good standing under the laws of the state of Washington,and is qualified to do business in North Carolina; 6 Page 624 of 1197 Contract No.2017001135 Vendor No.303668 13.2 It has all the requisite corporate power and authority to execute, deliver and perform its obligations under this Contract; 13.3 The execution, delivery, and performance of this Contract have been duly authorized by Company; 13.4 No approval, authorization or consent of any governmental or regulatory authority is required to be obtained or made by it in order for it to enter into and perform its obligations under this Contract; 13.5 In connection with its obligations under this Contract, it shall comply with all applicable federal, state and local laws and regulations and shall obtain all applicable permits and licenses;and 13.6 The Company shall not violate any agreement with any third party by entering into or performing this Contract. 14, ADDITIONAL REPRESENTATIONS AND WARRANTIES. Company represents warrants and covenants that: 14.1 The Products and Services shall comply with all requirements set forth in this Contract,including but not limited to the attached Exhibits; 14.2 All work performed by the Company and/or its subcontractors pursuant to this Contract shall meet industry accepted standards, and shall be performed in a professional and workmanlike manner by staff with the necessary skills, experience and knowledge; 14.3 Neither the Services,nor any Products provided by the Company under this Contract will infringe or misappropriate any patent, copyright, trademark or trade secret rights of any third party;and 14.4 The Company and each of its subcontractors have complied and shall comply in all material respects with all applicable federal, state and local laws, regulations and guidelines relating to the performance of this Contract or to the Products and Services delivered hereunder, including but not limited to E-Verify, and shall obtain all applicable verifications,permits,and licenses. 15. COMEPLLANCE WITH LAWS. All Products and Services delivered under this Contract shall be in compliance with all applicable federal, state and local laws, regulations and ordinances. In performing the Contract,the Company shall obtain and maintain all licenses and permits,and comply with all federal,state and local laws,regulations and ordinances. 16. DELIVERY TIME. When delivery time is requested in the RFP, (whether in the form of a specific delivery date or maximum number of days for delivery) time is of the essence. The Company's Proposal shall be deemed a binding commitment of the Company to meet the delivery time stated herein unless the Proposal specifically takes exception. If such delivery time is not met,the City shall be entitled to terminate the Contract immediately for default and/or exercise any other remedies available at law or in equity. 17. QUALITY. Unless.this Contract specifically states otherwise for a particular item, all components used to manufacture or construct any supplies, materials or equipment or Products provided under this Contract shall be: (a)new; (b)the latest model; (c)of the best quality and high-grade workmanship; and (d) in compliance with all applicable federal, state and local laws, regulations and requirements. By"new",the City means that the item has been recently produced and has not been previously sold or used. 7 Page 625 of 1197 Contract ct 'oa.201700113 Vendor No.303660 Whenever this Contract states that a Product or Service shall be in accordance with laws, ordinances, building codes, underwriter's codes, applicable .S.T.M. regulations or similar expressions, the requirements of such laws, ordinances, etc., shall be construed to be minimum requirements that are in addition to any ether requirements that may be stated in this Contract. 18. DESIGN AND/ORU ' CT U PT. All Products and Services shall meet the Specifications set forth in Section 4 of the RFP. 1% INSPECTION AT Y'S SITE. The City reserves the right to inspect the equipment, plant, store or other facilities of the Company during the Contract term from time to time as the City deems necessary to confirm that such equipment, plant, store or Cather facilities conform with the Specifications and are adequate and suitable for proper and effective performance of the Contract, Such inspections shall be conducted during normal business hours and upon at least three ( )days' notice to the Company (except that a stare may be inspected at any time during regular store hours without notice). 20. PREPARATION FOR DELIVERY 20.1 Condition and Packaging. All containers/packaging shall be suitable for handling, storage or shipment, without damage to the contents. The Company pany shall make shipments using the minimum number of containers consistent with the requirements of safe transit, available mode of transportation routing. The Company will be responsible for confirming that packing is sufficient to assure that all the materials arrive at the correct destination in an undamaged condition ready for their intended use. 20.2 Marking. All cartons shall be clearly identified with the City purchase carder number and the name of the department making the purchase. Packing lists must be affixed to each carton identifying all contents included in the carton. if more than one carton is shipped, each carton must be numbered and must state the n xi er of that carton in relation to the total number of cartons shipped(i.e. 1 of 4,2 of 4,etc), 20.3 Shipping. The Company shall follow all shipping instructions included in the RFP, the City's purchase order or in the Contract. 21. ACCEPTANCE U T'S/S C° S. The Products delivered sander this Contract shall remain the property of the Company until the City phy=sically inspects, actually oases and accepts the Products. In the event Products provided to the City do not comply with the Contract, the City shall be entitled to terminate the Contract capon written notice to the Company and return such Products (and any related goods) to the Company at the Company's expense, In the event the Services provided under this Contract do not comply with the Contract, the City reserves the right to cancel the Service and rescind any related purchase of Products upon written notice to the Company. The remedies stated in this Section are in addition to and without limitation of any other remedies that the Coity may have under the Contract,at law or in equity. 22. GUARANTEE. Unless other-wise specified by the City, the Company guarantees the materials and workmanship on all Products and Services for the guarantee period associated with a specific product or services, as specified in Company documentation and quotation. If, within the guarantee period any defects occur dare to a faulty Product or Services (including without limitation a failure to comply with the Specifications), the Company para at its expense, shall repair or adjust the condition, or replace the Product and/or Services to the complete satisfaction of the City. These repairs, replacements or 8 Page 626 of 1197 Contract No.201.7001135 Vendor Na.303668 adjustments shall be made only at such time as will be designated by the City to ensure the bast impact to the operation of City business. 2 . No LIENS. All Products shall be delivered and shall remain free and clear of all liens and encumbrances. 24. MANUFACTURER OR DEALER ADVERTISEMENT. No manufacturer or dealer shall advertise on products delivered to the City without prior approval by the City° 25. RIGHT TO l f the Company fails to comply with any term or condition of the Contract or the Corn y's response to the P, the City may take any of the following actions with or without tenninating the Contract, and in addition to and without limiting any other remedies it may have: (A) Employ such means as it may deem advisable and appropriate to obtain the applicable Products and/or Services(car reasonable substitutes)from a third party, d (I ) Recover from the Company the difference between what the City paid for such Products arid/or Services on the open market and the price of such products and/or Services under the Contract or the Company's response to the RFP. 26. RIGHT TO WITHHOLDPAYMENT. If Company breaches any provision of the Contract the City shall have the right to withhold all payments related to the breach due to the Company until such breach has been fully cured. 7® OTHER REMEDIES. Upon breach of the Contract,ct, each party may seek all legal and equitable remedies to which it is entitled. Tbc remedies set forth herein shall be deemed cumulative and not exclusive and may be exercised successively or concurrently, in addition to any other available remedy. 2 . TERMINATIOM 28.1 TERMINATION WITHOUT CAUSE. The City may terminate this Contract at any time without cause by giving sixty ( 0) clays written notice to the Company. The Company may terminate this Contract at arty time without cause by giving one hundred d eighty(180)slays written notice to the City. 28.2 TERMWATION FOR DEFAULT BY EITHER PARTY.By giving written notice to the Cather party, either party may terminate this Contract upon the occurrence of one or more of the following events: 28.2.1 'Tine other party violates or fails to perform any covenant, provision, obligation, term or condition contained in this Contract, provided that, unless otherwise stated in this Contract, such failure or violation shall not b cause for termination if both of the following conditions are satisfied. (i) such default is reasonably susceptible to curet and(ii) the other party cures such default within thirty (30) days of receipt of written notice of default from the non-defaulting party; or 28,2.2 The other party attempts to assign, terminate or cancel this Contract contrary to the terms hereof; or 28.2..3 The other party ceases to do business as a going cones , makes an assignment for the benefit of creditors, admits in writing its inability to pay debts as they become due, files a petition in bankruptcy or has an involuntary bankruptcy petition filed against it (except in connection with a reorganization under which the business of such party is continued and Page 627 of 1197 Contract No.2017001135 Vendor No.303668 performance of all its obligations under this Contract shall continue), or if a receiver, trustee or liquidator is appointed for it or any substantial part of other party's assets or properties. Any notice of default pursuant to this Section shall identify and state the party's intent to terminate this Contract if the default is not cured within the specified period. 28.3 ADDITIONAL GROUNDS FOR DEFAULT TERMINATION BY THE CITY. By giving written notice to the Company,the City may also terminate this Contract upon the occurrence of one or more of the following events (which shall each constitute grounds for termination without a cure period and without the occurrence of any of the other events of default previously listed): 28.3.1 The Company makes or allows to be made any material written misrepresentation or provides any materially misleading written information in connection with this Contract, Company's Proposal, or any covenant, agreement,obligation,term or condition contained in this Contract; or 28.3.2 The Company takes or fails to take any action which constitutes grounds for immediate termination under the terms of this Contract, including but not limited to failure to obtain or maintain the insurance policies and endorsements as required by this Contract, or failure to provide the proof of insurance as required by this Contract. 28A NO EFFECT ON TAXES, FEES, CHARGES, OR REPORTS. Any termination of the Contract shall not relieve the Company of the obligation to pay any fees,taxes or other charges then due to the City, nor relieve the Company of the obligation to file any daily,monthly,quarterly or annual reports covering the period to termination nor relieve the Company from any claim for damages previously accrued or then accruing against the Company. 28.5 OBLIGATIONS UPON EXPIRATION OR TERMINATION. Upon expiration or termination of this Contract, the Company shall promptly (a) return to the City all computer programs, files, documentation, data,media,related material and any other recording devices, information, or compact discs that are owned by the City; (b) provide the City with sufficient data necessary to migrate to a new vendor, or allow the City or a new vendor access to the systems, software,infrastructure, or processes of the Company that are necessary to migrate to a new vendor; and (c) refund to the City all pre-paid sums for Products or Services that have been cancelled and will not be delivered. 28.6 NO SUSPENSION. In the event that the City disputes in good faith an allegation of default by the Company, notwithstanding anything to the contrary in this Contract, the Company agrees that it will not terminate this Contract or suspend or limit the delivery of Products or Services or any warranties or repossess, disable or render unusable any Software supplied by the Company, unless (i) the parties agree in writing,or(ii)an order of a court of competent jurisdiction determines otherwise. 28.7 AUTHORITY TO TERMINATE. The City Manager or their designee is authorized to terminate this Contract on behalf of the City. 28.8 TRANSITION SERVICES UPON TERMINATION. Upon termination or expiration of this Contract,the Company shall cooperate with the City to assist with the orderly transfer of the Products, Services,functions and operations provided by the Company 10 Page 628 of 1197 Contract No.2017001135 Vendor No.303668 hereunder to another provider or to the City as determined by the City in its sole discretion. The transition services that the Company shall perform if requested by the City include but are not limited to: 28.8.1 Working with the City to jointly develop a mutually agreed upon transition services plan to facilitate the termination of the Services; and 28.8.2 Notifying all affected vendors and subcontractors of the Company of transition activities; 28.8-3 Performing the transition service plan activities; 28.8.4 Answering questions regarding the Products and Services on an as-needed basis;and 2S° °5 Providing such other reasonable Services needed to effectuate an orderly transition to a new systema. 29. NO DELAY DAMAGES. Under no circumstances shall the City be liable to the Company for any damages arising from delay in performance for reasons other than a Force Majeure Event. X MULTIPLE CONTRACT AWARDS. This Contract is not exclusive, The City reserves the right to award multiple contracts for the Products and Services required by this Contract if the City deems multiple Contracts to be in the City's best interest. 31. PJ,LATIODSII ILP OF THE PARTIES. `The relationship of the parties established by this Contract is solely that of independent contractors, and nothing contained in this Contract shall be construed to (i) give arty party the power to direct or control the day-to-day activities of the other; (ii) constitute such parties aspartners,joint ventures, co-owners or otherwise as participants in a joint or common undertaking; (iii)make either party an agent of the other for any purpose whatsoever, or (iv) give either party the authority to act for, bind, or otherwise create or assume any obligation on behalf of the other. Nothing herein shall be deemed to eliminate any fiduciary duty on the part of the Company to the City that may arise under law or under the terms of this Contract. 31 INDEMNIFICATION. To the fullest extent permitted by law, the Company shall indemnify, defend and hold harmless each of the "Indemnitees" (as defined below) from and against any and all "Charges" (as defined below) paid or incurred any of them as a result of any claims, demands, lawsuits, actions, or proceedings: (i) alleging violation, misappropriation or infringement of any copyright, trademark,patent, trade secret or other proprietary rights with respect to the Work or any Products or deliverables provided to the City pursuant to this Contract ("Infringement Claims"); (ii) seeking payment for labor or materials purchased or supplied by the Company or its subcontractors in connection with this Contract; or (iii) arising from the Company's failure to perform its obligations under this Contract, or from any act of negligence or willful misconduct by the Company or any of its agents, employees or subcontractors relating to this Contract, including but not limited to any liability caused by an accident or other occurrence resulting in bodily injury, death,sickness or disease to any person(s) or damage or destruction to any property,real or personal, tangible or intangible; or (iv) arising from a violation of any federal, state or local law, -regulation or ordinance by the Company or any its subcontractors (including without limitation E-Verify or other immigration laws); or (v) arising from any claim that the Company or an employee or subcontractor of the Company is an employee of the City, including but riot limited to claims relating to worker's compensation, failure to withhold taxes and the like. For purposes of this Section- (a)the term "Indemnitees"means the City I I Page 629 of 1197 Contract No.2017001135 Vendor No.303668 and each of the City's officers, officials, employees, agents and independent contractors (excluding the Company); and (b) the term "Charges" means any and all losses, damages, costs, expenses (including reasonable attorneys' fees), obligations, duties, fines, penalties, royalties, interest charges and other liabilities (including settlement amounts) or any other legal theory or principle,in connection with an Infringement Claim. 33. INSURANCE. Throughout the term of the Contract, the Company shall comply with the insurance requirements described in this Section. In the event the Company fails to procure and maintain each type of insurance required by this Section, or in the event the Company fails to provide the City with the required certificates of insurance,the City shall be entitled to terminate the Contract immediately upon written notice to the Company. The Company agrees to purchase and maintain the following insurance coverage during the life of the Contract with an insurance company acceptable to the City of Charlotte, authorized to do business in the State of North Carolina: (A) Automobile Liability: Bodily injury and property damage liability covering all owned, non-owned, and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident; and, $1,000,000 property damage, or $1,000,000 combined single limit each occurrence/aggregate. (B) Commercial General Liability: Bodily injury and property damage liability as shall protect the Company and any subcontractor performing work under the Contract from claims of bodily injury or property damage which arise from performance of the Contract, whether such work is performed by the Company, any subcontractor or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate or$1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. 'Phis insurance shall include coverage for Products, Services, completed operations, personal injury liability and contractual liability assumed under the indemnity provision of the Contract. (C) Workers' Compensation: Meeting the statutory requirements of the State of North Carolina and Employers Liability - $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit, providing coverage for employees and owners. The City shall be named as additional insured under the commercial general liability insurance for operations or Services rendered under this Contract. The Company's insurance shall be primary of any self-funding and/or insurance otherwise carred by the City for all loss or damages arising from the Consultant's operations under this agreement. The Company and each of its subcontractors shall and does waive all rights of subrogation against the City and each of the Indemnitees,as defined in Section 32, The Company shall not commence any work in connection with the Contract until it has obtained all of the types of insurance set forth in this Form, and such insurance has been approved by the City. The Company shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. All insurance policies shall be with insurers qualified and doing business in North Carolina recognized by the Secretary of State and the Insurance Commissioner's Office. The Company shall furnish the City with proof of insurance coverage by certificates of insurance accompanying the Contract. 12 Page 630 of 1197 Contract No.20170 113 Vendor No.303668 All insurance certificates must include the City of Charlotte's contract number in the description field. The City shall be exempt from, and in no way liable for any sums of money that may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Company and/or subcontractor providing such insurance. 34. COMMERCIAL NON-DISCRIMINATION. ,s a condition of entering into this Contract, the Company represents and warrants that it ill fully comply with the City's Commercial Non-Discrimination policy, as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by thea and of any arbitration conducted thereunder. As part of such compliance, the Company shall not discriminate on the basis of race, gender, religion, national origin, ethnicity, age or disability in the solicitation, selection, hiring, or treatment of subcontractors, vendors or suppliers in connection with a City contract or contract solicitation process, nor shall the Company retaliate against any person or entity for reporting instances of such discrimination. The Company shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its subcontracting and supply opportunities on City contracts, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace. The Company understands and agrees that a violation of this clause shalt be considered a material breach of this Contract and may result in termination of this Contract, disqualification of the Company from participating City contracts or other sanctions. As a condition of entering into this Contract,the Company agrees to: (a)promptly provide to the City in a fonnat specified by the City all information and documentation that may be requested by the City from time to time regarding the solicitation, selection.,treatment and payment of subcontractors in connection with this Contract; and(b)if requested,provide to the City within sixty(60)days after the request a truthful and complete list of the names of all subcontractors, vendors, and suppliers that the Company has used on City contracts in the past five ( ) years, including the total dollar amount paid by the Company on each subcontract or supply contract. The Company further agrees to fully cooperate in any investigation conducted by the City pursuant to the City's Non-Discrimination Policy, to provide any documents relevant to such investigation that are requested by the City, and to be bound by the ward of any arbitration conducted under such Policy. The Company agrees to provide to the City from time to time on the City's request, payment affidavits detailing the amounts paid by the Company to subcontractors and suppliers in connection with this Contract within a certain in period of time. Such affidavits shall be in the formal specified by the City from time to time The Company understands and agrees that violation of this Commercial Non- Discrimination provision shall be considered a material breach of this Contract and may result in contract termination, disqualification of the Company from participating in City contracts and other sanctions. 35. COMPANY WILLNOT SELL OR DISCLOSEDATA. e Company will treat as confidential information all data provided by the City in connection with this agreement. City data processed by the Company shall remain the exclusive property of the City. The Company will not reproduce, copy, duplicate, disclose, or in any way treat the data supplied by the City in any manner except that contemplated by this agreement. 1 Page 631 of 1197 Contract No.2017001135 Vendor 0.303668 36. WORK ON CITY'S PREMISES, The Company will ensure that its employees and agents shall,whenever on the City's premises,obey all instructions and directions issued by the City's project manager with respect to work on the City's premises. The Company agrees that its personnel and the personnel of its subcontractors will comply with all rules, regulations and security procedures of the City when on the City's premises, 37. BACKGROUND CHECKS. The Company agrees that it has conducted or will conduct background checks on all personnel who will be working at the Charlotte service facility or delivering Products or Services under the Contract. The Company will conduct such background checks prior to the personnel commencing work hereunder, whether asp of the Company's standard pre-employment screening practices or otherwise. The Company will complete a background check on artannual basis for each person working at the Charlotte facility. Background check will include at a minimum: a. Criminal records search, b. Identification verification;and C. Proof of authorization to work in the United States. The Company agrees if any personnel does not meet the background qualifications, he/she shall not be assigned to perform Services under this Contract. The Company will notify the City immediately if a background check reveals any conviction(s). If there is any question as to whether any personnel meets the background qualifications, prior to assignment of any Services under this Contract,the Company shall contact the City immediately. 38. DRUG-FRE E WORKPLACE. The City is a drug-free workplace employer. The Company hereby certifies that it has or it will within thirty(30) days after execution of this Contract: 38,1 Notify employees that the unlawful manufacture, distribution, dispensation, possession, or use of controlled substance is prohibited in the workplace and specifying actions that will be taken for violations of such prohibition; 38.2 Establish a drug-free awareness program to inform employees about (i) the dangers of drug abuse in the workplace, (ii)the Company's policy of maintaining a drug-free workplace, (iii) any available drug counseling, rehabilitation, and employee assistance programs, and (iv) the penalties that may beimposed upon employees for drug abuse violations-, 38.3 Notify each employee that as a condition of employment, the employee will (i) aProposale by the terms of the prohibition outlined above, mid (ii) notify the Company of any criminal drug statute conviction for a violation occurring in the workplace not later than five days after such conviction; 38.E Impose a sanction on, or requiring the satisfactory participation in a drug counseling, rehabilitation or abuse program by an employee convicted of a drug crime; 38.5 Make a good faith effort to continue to maintain a drug-free workplace for employees; and 38.6 Require any party to which it subcontracts any portion of the work under the contract to comply with the provisions of this Section, A false certification or the failure to comply with the above drug-free workplace requirements during the performance of this Contract shall be ground for suspension, termination or debarment. 14 Page 632 of 1197 Contract No.2017001135 Vendor No.303668 . NOTICES. Any notice, consent or other communication required or contemplated by this Contract shall be in writing, and shall be delivered in person, by U.S. mail, by overnight courier, by electronic mail or by telefax to the intended recipient at the address set forth below. Notice shall be effective upon the date of receipt by the intended recipient; provided that any notice which is sent by telefax or electronic mail shall also be simultaneously seat by mail deposited with the U.S. Postal Service or by overnight courier. Each party may change its address for notification purposes by giving the Cather party written notice of the new address and the date upon which it shall become ef'f'ective. Communications that relate to any breach, default, termination, delay in performance, prevention of performance, modification, extension, amendment, or waiver of any provision of this Contract shall be sent to: tnr e o any: e atl _ . _ - m Kerrin Smith s Karen Eva ICoxn , .0 , proc e - t anna em nit Division �.._._. 21 Grand Avenue Parkway ( 600 East Fourth Street pfl r le.,_IX 75660 �._._. ........ .. arlott a C 2 202 _.. _ __ , Phone: 588,579,5223 Thorne 704 336,2992 -579.8224-- . 8_ _ �� � : 555,579 5224 _ fax 704.632 5254 l -rrnanl:kennr korntaarn conn -marl ke�vnrn4t;carlattrnc uu. _ ..' ith Co,y r cr irndy Whits Senior Assistant Cit, s ttorue 600 East Fourth Street Charlotte, [C"25202 ., W............. Phone: 704-336-3012 Fax: 704-336-8854 - and cwlnnte �.ci Chari€}tte rne.us All other notices shall be sent to the gather party's project Manager at the most recent address provided in writing by the other party. 40. SUBCONTRACTING. e Company small not subcontract any of its obligations under this Contract without the City's prier written consent. In the event the City does consent in writing to a subcontracting arrangement, Company shall be the prime contractor and small remain fully responsible for performance of all obligations which it is required to perform der this Contract. Any subcontract entered into by Company shall name the City as a third party beneficiary. 4 . FORCE MAJEURE. Neither party shall be liable for any failure or delay in the performance of its obligations pursuant to the Contract, and such failure or delay shall not be deemed a default of the Contract or grounds fear termination hereunder if all of the following conditions are satisfied. If such failure delay: A. Could not have been prevented by reasonable precaution; B. Cannot reasonably be circumvented by the non-performing party through the use o alternate sources,work-around plans,or other means;and C. If,and to the extent,such failure or delay is caused,directly or indirectly,by fixe,flood, earthquake, hurricane, elements of nature or acts of Clod, acts of war, terrorism, riots, civil disorders,rebellions or revolutions or court order. 15 Page 633 of 1197 Contract No.2017001135 Vender No.303668 An event that satisfies all of the conditions set forth above shall be referred to as a "Force Majeure Event."Upon the occurrence of Force Majeure Event,the affected party shall be excused from any further performance of those of its obligations which are affected by the Farce Majeure Event for as long as (a) such Force Majeure went continues and ( ) the affected party continues to use reasonable efforts to recommence performance whenever and to whatever extent possible without delay. Upon the occurrence of a Force Majeure went, the affected party shall promptly notify the other by telephone (to be confirmed by written notice within five (5) days of the inception of the failure or delay) of the occurrence of a Force Majeure, went and shall describe in reasonable detail the nature of the Farce Majeure went. If any Farce Majeure Event prevents the Company from perfonning its obligations for more than fifteen (1 5) days, the City shall have the right to tenninate the Contract by written notice to the Company, Notwithstanding anything contained herein to the contrary, strikes, slow-downs, walkouts, lockouts, and industrial disputes of the Company or its subcontractors shall not constitute "Force Majeure Events"and are not excused under this provision.Nothing in the preceding Force Majeure provisions shall relieve the successful Company of any obligation it may have regarding disaster recovery,whether under the Contract or at law. 42. CONFIDENTIALITY. Each party shalt adhere to the Confidentiality Terms stated in Exhibit FI of this Contract. 3. MISCELLANEOUS. 43.1 ENTIRE AGREEMENT. This Contract, including all Exhibits and Attaclunents constitute the entire agreement between the parties with respect to the subject rnatter- herein. There are no other representations, understandings, or agreements between the parties with respect to such subject matter. This Contract supersedes all prior agreements, negotiations, representations and proposals, written or ural. Notwithstanding the forgoing, the parties agree that the IFP and the Proposal are relevant in resolving any ambiguities that may exist with respect to the language of this Contract 43.2 AMENDMENT. No amendment or change to this Contract shall be valid unless in writing and signed y the party against whom enforcement is sought. Amendments at involve or increase in theamounts payable by the City may require execution by a Department Director, the City Manager, or , Assistant CityManager; depending on theamount. Some increases may also require approval by City Council. 43.3 GOVERNINGLAW AND JURISDICTION. North Carolina law shall govern the interpretation and enforcement of this Contract, and any other matters relating to this Contract (all without regard to North Carolina conflicts of law principles). All legal actions or other proceedings relating to this Contract shall be brought in a state or federal court sitting in Mecldenburg County, North Carolina. By execration of this Contract, the parties submit to the jurisdiction of such courts and hereby irrevocably waive any and all objections which they may have with respect to venue in any court sitting in Mecklenburg County,North Carolina. 43.4 BINDING NATURE AND ASSIGNMENT. This Contract shall bind the parties and their successors and permitted assigns. Neither party may assign this Contract without the prior written consent of the other. Any assignment attempted without the written consent of the other party shall be void. For purposes of this Section, a Change in Control,as defined in Section 43.5 constitutes an assignment. 16 Page 634 of 1197 Contract No.2017001135 Vendor No4 303668 415 SEVERABELITY. The invalidity of one or more of the phrases,sentences,clauses or sections contained in this Contract or the Exhibits shall not affect the validity of the remaining portion of this Contract or Exhibits so long as the material purposes of this Contract can be determined and effectuated. If any provision of this Contract or Exhibit is held to be unenforceable, thea both parties shall be relieved of all obligations arising under such provision, but only to the extent that such provision is unenforceable, and this Contract shall be deemed amended by modifying such provision to the extent necessary to make it enforceable while preserving its intent. 43,6 NO p MCI . No advertising, sales promotion or other materials of the Company or its agents is oar representations may identify or reference this Contract or the City in any manner without the prior written consent of the City. Notwithstanding the forgoing,the parties agree Haat the Company may list the City as a reference in responses to requests for proposals, and may identify the City as a customer in presentations to potential customers. 43.7 WAIVER. No delay or omission by either party to exercise any right or power it has tinder this Contract shall impair or be construed as a waiver of such right or power, waiver by either party of any covenant or breach of this Contract shall riot constitute or operate as a waiver of any succeeding breach of that covenant or of any other covenant. No waiver of any provision of this Contract shall be effective unless in writing and signed by the party waiving the rights. 418 CHANGE IN CONTROL. In the event of a change in"Control"of the Company pany(as defined below), tine City shall have the option of tenninating this Contract by written notice to tine Company. The Company pany, shall notify the City within tern (10) days of the occurrence of a change in control. As used in this Contract, the t "Control" " shall mean the possession, direct or indirect, of either(i) the ownership of or ability to direct the voting of, as the case may be fifty-one percent (51%) or more of the equity interests, value or voting power in the Company or (ii) the power to direct or cause the direction of the management and policies of the Company whether through the ownership of voting securities,by contract or otherwise. 43.9 NO BRIBERY. The Company certifies that neither it, any of its affiliates or subcontractors, nor any employees of any of the forgoing has bribed or attempted to bribe an officer or employee of the City in connection with this Contract. 43,10 FAMILIARITY D COMPLIANCE NCE 'I'TH LAWS AND ORDINANCES. T° e Company agrees to snake itself aware of and comply with all local, state and federal ordinances, statutes, laws, miles and regulations applicable to the Services. The Company further aees that it will at all times during the term of this Contract be in compliance with all applicable federal,state and/or local laws regarding employment practices. Such laws will include,beat shall not be limited to workers" compensation, the pair Labor Standards Act (FLSA), the Americans with. Disabilities Act (ADA), the Family and Medical Leave Act (k LA) and all OSHA regulations applicable to the work. 43.11 TAXES. The Company shall pay all applicable federal, state and local taxes which maybe chargeable against the Products and/or Services. 17 Page 635 of 1197 Contract No.2017001135 Vendor No.303658 43.12 SURVIVAL OF PROVISIONS: Those Sections of the Contract and the Exhibits, which by their nature would reasonably be expected to continue after the termination of the Contract shall survive the termination of the Contract,including but not limited to the following: Section 3 "Term" Section 12 "Audit" Section 13 "General Warranties" Section 14 "Additional Representations and Warranties" Section 22 "Guarantee" Section 27 "Other Remedies" Section 28 "Termination" Section 32 "Indemnification" Section 33 "Insurance" Section 39 "Notices" Section 42 "Confidentiality" Section 43 "Miscellaneous" 43.13 NON-APPROPRIATION OF FUNDS. If City Council does not appropriate the funding needed by the City to make payments under this Contract for a given fiscal year, the City will not be obligated to pay amounts due beyond the end of the last fiscal year for which funds were appropriated. In such event,the City will promptly notify the Company of the non-appropriation and this Contract will be terminated at the end of.the last fiscal year for which funds were appropriated. No act or omission by the City, which is attributable to non-appropriation of funds shall constitute a breach of or default under this Contract. 43.14 E-VERIFY. Company shall comply with the requirements of Article 2 of Chapter 64 of the North Carolina General Statutes, and shall require each of its subcontractors to do so as well. 43.15 IRAN DIVESTMENT ACT. Company certifies that: (i) it is not identified on the Final Divestment List or any other list of prohibited investments created by the NC State Treasurer pursuant to N.C.G.S. 147-86.58; (ii) it will not take any action causing it to appear on any such list during the term of this Contract;and(iii)it will not utilize any subcontractor that is identified on any such list to provide goods or Services hereunder. 43.16 PRE-AUDIT. No pre-audit certificate is required under N.C. Gen. Stat. 159-28(a) because this Contract is for an indefinite quantity with no minimum purchase requirement. Notwithstanding anything contained herein to the contrary, this Contract does not require the City to purchase a single Product or service, and a decision by the City to not make any purchase hereunder will violate neither this Contract nor any implied duty of good faith and fair dealing. The City has no 18 Page 636 of 1197 Contract No.2017001135 Vendor No.303668 financial obligation under this Contract absent the City's execution of a valid and binding purchase order or contract addendum containing a pre-audit certificate." 43.17 UNIFORM ADMINISTRATIVE REQUIREMENTS By entering into this Contract,the Company agrees to comply with all applicable provisions of Title 2, Subtitle A, Chapter A Part 200—Uniform Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards contained in Title 2 C.F. R.§200 et seq. 43.18 COUNTERPARTS. This Contract may be executed in any number of counterparts,all of which taken together shall constitute one single agreement between the parties. [Signature Page Follows] 19 Page 637 of 1197 Contrael No.2017001135 Vender No.303668 IN WITNESS WITEREOF, and in acknowledgment that the parties hereto have read and understood each and every provision hereof. the parties have caused this Contract to be executed on the date first written above. COMPANY: BY: F PRINT NAME: r- p TITLE. l�- f DATE: 26 J CITY OF CHARLOTTE CITY OF CHARLOTTE CITY MANAGER'S GFFI ,,U: RISK MANAGEMENT DIVISION: q � .s. v BY . . dye. _ .rJ. .. �c:� BY- . PRINT NAME: r�Y `� � rrrr s Zd� 4 PRINT NAME:, TITLE: E�f TITLE: ... DATE: DATE. 20 ... _ . .. .. .................._ ._._. _ __..._. . .. _ .______Pag--S38 of-1.197- Musical Pieces Price List FRN-CADENCE 13 Note Tenor marimba In Ground $3,790.170' FRN-CONTRABASSCHIMES 7 Aluminum Chimes In Groan $5,678.00 18 Note Resonated FRN-DUET °ISI one/Marimba In Groqund $3,726.{10 - -....., FRN-IMBARIM A 2 Noe Resonated Marimba Ira Ground $4,682.00 F FS-LILYPADCYM ALS 10 Note Aluminum iscs In Ground $2,800.00 FRN ANTARAY 36 Note Metallophone i In Ground or Surface Mount $4,695.00 FRN-PAGODABELL5 8 Stainless Steel Bells In Ground $3,718.00 FRN-PEGASUS - 23 Note Resonated Metallophone in Ground — $4,549.00 FRN-SWIRL 26 Note Resonated Metallophone In Ground $5865100 IFRN-TUN DDRLI 5 Set of 5 PVC Flan_ Drums-Normal In round $3,218.00 FRWT00 TL7h1EDDRUM ISdt of 5 PVC ....and Drums-To filer In Ground ®609.00 FRN-YAN EE 1 ass Note Resonatedet llo I In Ground - „ $4,30&00_ m., F WARIA 9 Note Ikon-resonated Xylophone in Ground $1.,938.00 FRN-GRIFFIN 11 Note Resonated Metallophone lin Groan $3,252.00 11 Note Resonated Metailophone FRN-JACK on molded plastic frac ,,In Ground $2,585,00 FRNAU 11 Note Resonated Marimba In Ground $2,585.00 FRN-MELODY 9 ote Resonated Ioaane In Ground $1,783.00 FRN-MERRY 1.1 Note Resonated etallo hone In round $2,619.00 FRN-RHYTHM 9 Note Resonated Marimba In Ground $1,783.00. III Note Resonated Marimba, jFRN-PIPER fiberglass keys ;InGround $2,602.00 ENSEMBLES _ _. :FRN- EENOT S ... Griffin, er 8a Piper 3 Weenotes $7,702.00' Duet,CrsYantzee $10,175.00 FRN-STARTER t AR FRN-DELUXEIrrabarirraba,Swirl,Yant2ee,Drums 4 Instruments $15,922.00' Contrabass Chimes, I barimba, FRN-PREMIUM Swirl, Pegasus,Churns 5 Instruments $21,194.00 Contrabass Chimes,Lil pa Cymbals,Manta Ray,Swirl,Pagoda FRN-SCULPTURAL Bells&Aria 6Instruments 1. $21,896.06 Prices do not include freight or installation 3/8/2017 1 of 1 Page 639 of 1197 Shelter Price DamPAO- ;Steel Frame,8000 Series,Double Tier Hexagonal,with SII-81332D-h11R29 Metal Roof and Tongue&Groove Roof Decking 32' I $27,272 S11-8516Pittsburgh,8500 Series,Octagonal Shelter,All Steel with 24 6' wage Pre-Cut Metal Roof $9,997 Pittsburgh,8500 Series,Octagonal Shelter,All Steel with 2 SII-95241? Guage gyre-Cut Metal Roof, 24' $16,363 Steel Frame,8500 Series,Octagonal Shelter with Fiberglass 511-8516-FS Shingles&Tongue&Groove Roof Decking 16' $10,139 Steel Frame,8500 Series,Octagonal Shelter with Fiberglass 51l®85244Shingles&Tongue&Groove Roof Decking 24' $17,191 Steel Frame,8500 Series,Octagonal Shelter with Metal Sl1-8516- R29 Roof and Tongue&Groove Roof necking 11.6' $10,935 Steel Frame,8500 Series,Octagonal Shelter with Metal SII-8524- R29 Roof and Tonguero ov Roof Decking 24' $18,226 Pittsburgh,8500 Series,Octagonal Shelter,All Steel with 24 SII- 524DP Guage Pre-Cut Metal Roof 24° $18,592 Pittsburgh,8500 Series,Octagonal Shelter,All Steel with 24 Sl1-8532DP Guage pre-Cut Metal Roof 32° $28,164. Steel Frame,8500 Series, Double Tier Octagonal w 511-8524 -FS Fiberglass Shingles&Tongue&Groove Rauf Decking 24° $17,168 Steel Frame,8500 Series,Double Tier Octagonal w 511-853213-FS Fiberglass Shingles Tongue Groove Roof necking 132' $29,285 r Steel Frame,8500 Series,Double Tier Octagonal,with Sll-85241)-M 11 R29 Metal Roof and Tongue&Groove Roof necking 24° $20,055 Steel Frame,8SOO Series, Double Tier Octagonal,with S€1-8532t3 x°1 29 1 Metal Roof and Tongue&Groove Roof necking 32® $32,040 Prices do not include freight,installation or engineered drawings 3/812017 4 OF 4 Page 640 of 1197 Park Furniture Installation Price List STAT . ' DIES pTIOIN YE'. — � INSTALLATION Installation of Park Benches $270.00 INSTALLATION Installation of Picnic Tables $310.00 INSTALLATION Installation of Litter Receptacles $230.00 INSTALLATION Installation of Bike Racks $425.00 INSTALLATION Installation of Swing Benches $540.00 INSTALLATION linstallation of Planters $310.00 Rates are a maximum allowable percentage rate under the contract. Minimum Installation Fee of$5,000.00 Installation rates do not include Prevailing Wages.Please ask for a quote with Prevailing Wage Rates,if applicable. Unless othervrise noted in the quote,the installation charge includes the below: Receiving shipment on site and off-loading equipment Layout and excavation of footing holes for equipment provided by KOMPAN Assembly of equipment provided by KOMPAN Concrete footings(where applicable) Below is a list of services that are not automatically included in the quote for product installation,but may be available for an extra charge Please inquire with your local KOMPAN sales associate for details: Off-site disposal of packaging from delivered equipment Removal of excavated soil from site Additional site excavation not involving equipment footings Permits Storage of Equipment Site Fence—Security Installation in stages Non-standard working hours(i.e.nights,weekends,holidays) Unless otherwise noted,the quoted installation charge assumes the following site conditions: Adequate access to the site for vehicles and equipment A flat,level site(less than 11Y*grade)with no existing surfacing, drain rock,or other landscaping material Clear markings of play site borders and finished grade height Good soil conditions for excavation(i.e.no large rocks, tree roots,underground structures,etc.) All underground utilities marked clearly by customer prior to installation crew arriving on site and without those utilities interfering With necessary footing holes If products are ordered as"surface mount"and will be anchored to an existing concrete slab,that the slab meets the thickness and strength requirements associated with the equipment. If any of the above site conditions are not met,this may result in an inability to complete the installation and/or may result in additional installation charges. 318!2017 1 OF 1 Page 641 of 1197 Contract No.2017001135 Vendor No.303668 EXHIBIT B INSTALLATION FEES The following Installation Fees are an Exhibit to and are incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment,Surfacing,Site Accessories and Related Products and Services(the"Contract")between the City of Charlotte and Kompan,Inc. 22 Page 642 of 1197 Contract No.2017001135 Vendor No.303668 EXHIBIT C NATIONAL NETWORK OF DISTRIBUTORS AND INSTALLERS The following National Network of Distributors and Installers is an Exhibit to and are incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment, Surfacing,Site Accessories and Related Products and Services(the"Contract") between the City of Charlotte and Kompan,Inc. 23 Page 643 of 1197 ` U.S. Communities Supplier Information Section 7 (continued) • By partnering with best in class suppliers of site amenities,surfacing and other associated f playground products, KOMPAN ensures that we always offer the best duality and highest technologically advanced products in their class to the market. 77- Qualifications, Experience and Project Mana ernent Cal, abilities 1. Identify your company's authorized distributors and inJallers by U.S. state: KOi1 PAW1,Authorized Distrib tors by V;S state _ Ii�tribrrr r (Agency Rartned, Territory by Stale u ABC Playgrounds Arkansas , ' All Play{ Pennsylvania k American Athletix Ohio, Michigan Creative Recreational Design, Inc. New Mexico Custom Playground Solutions... Missouri...... _...� _..... Highwire Washington, Hawaii,Alaska ........... __ .. Imagine Nation Illinois Iowa -__......__. _ K2 RecreationIdaho,Washington N . _.._ i Latta s West Virginia Meaning 2 Play _. _ ........ v South Carolina F # Playspace Design Utah, Idaho, Montana, Nevada [ Practice Sports Nebraska ... .� ........... . .,.,.,.— .....w..... ::..... ... Recreation Insights i Kentucky,Indiana Recreation Republic California Summit Recreation Colorado,Wyoming 3 F Ultimate Playgrounds Wisconsin,-Minnesota, North Dakota,South Dakota _.. _ ........ c. r , Versa Sport Kansas t a r 4 a } ^, `a.e tmu-�€ �w^3'z'"4tiy- — ¢9hr:R2n`.'.v - .�Ati3+ft�.'--," „s •.1��mt1 a¢9r �.–......S aAa.:r „4 . ... ' .. 4h_�_. _ "WRR.x:z� `-nnx r....�' l".�^.^w 's.�f✓J,JC.1'.IS3 v tar Scope of Services Section 4 All equipment must be IPEMA Certified. Certification must be included with your proposal submission. IPEMA certificates for the sample playgrounds are attached, labeled Exhibit 28 4.7 Installation. ., All Products provided under this Contract that require assembly and installation should be performed by the awarded manufacturers'certified installers. Company must provide the names and addresses of each certified installer/subcontractor by geographical area. ,.. 1NEST-ZONE installer Name Installer Address ( 1.747 Colgate Dr.Thousand Oaks,California PSI 91360 4265 Park ale Lane, sante Maria,California f Central Coast Playgrounds 93455 1372 East Valencia Drive, Fullerton,California Cicero Engineering " 92831 s §,� _ ... — . I' Who Built Creative P.O. Box 5207, Petaluma,California 94955 G ®..m . Zasuetta Contracting Inc. Po Box 866, Spring Valley,California 91976 . - ..,--.� 1310 Sierra Oaks Lane,Colfax,California Recreation Science 95713 i .::. �„„_ ._........-•--... ..._. —�®.....�.. -. ,�.-..amu s _ 2328 N. Batavia Street,Orange County, TJ Janca Construction Inc. California 92865-2026 980 Memorex Dr.Santa Clara,California Playgrounds Unlimited95050 � + 4347 TyIrnan Street,Temecula,California ."o, Perpetual Parks and Playgrounds 95292 PO Box 80784, Rancho Santa Margarita, Creative Contractors California 92688 ' (list continued next page...) I� S 446 � = a _ �F w & ,,,, Scope of Services Section 4 (continued) ' Zoxs ` itt llt✓r blame Ilnstatler r- 55 �f 3203 California Ave, Carmichael,Californiaf Creekmore Recreation Specialists 95608 .....� , >a.,. -moi. 4' ,ssd.... >.mw ,�,.uu., 7227 N Philadelphia 5t#403, Portland, Oregon K2 Recreation Inc. 97203 Takamine Construction 851 Leilani Street, Hilo, Hawaii 96720 1266 Bay Loop Southwest,Tumwater, Cascade Mini Excavating Inc. Washington 98512 21510 NW Farm Park Cir. Hillsboro,Oregon Cascadian Landscaping 97124 t Community Playgrounds 200 Commercial, Vallejo,California 94589 10536 S.W. 25th Avenue,Portland, Oregon C.R. Morgan Construction 97219 �J-, t 42-273 Old Kalanianaole Hwy, Kailua,Hawaii Goto Construction Inc. 96734 704 Cayo Grande Court, Newbury Park, Jayne's Brothers California 91320 P.O. Box 8236, Bonney Lake,Washington R&R Construction Inc. 98390 155 South 6a�Street, Lakewood, Playco Park Builders Inc. Colorado 94954 Progressive Playgrounds 12784 N. 3rd Street, Parker,Colorado 80134 E I ff � Quality Time Recreation PO Box 471, Clearfield, !Utah 84089 1 (list continued next page...) j _ 97 t Scope of Services Section 4 (continued} ` B 1 arne yr iter dr Midwest Playground Contractors 500 N. Pine St Suite 104, Chaska,Minnesota 55318 PG Playgrounds 5615 E. Huffman Drive, Kechl, Kansas 67067 gra sr Pro Installation Plus 5807 Hibiscus Trail,Crystal Lake, Illinois 60012 j , Vela Construction 124830 Outer Mir. Lincoln® ici8 an 48146 ._ ..... Versasport 2705 N. Pepper-Ridge,Wichita,Kansas 67205 = ,Ya -------- S RN zi6i Installer Nariie Installer Address Avon Corporation 5621 Viae Street,Alexandria,Virginia 22310 500 S Whitehorse Rd,Phoenixville,Pennsylvania Buzz Burger Inc. 19428 Custom Park Services 8019 E.Old Jessup Road,Jessup,Maryland 20794 Gassner Contracting 122 Markle Road, Belle Vernon, Pennsylvania 15012 t Green Acres Landscape&Construction Co. Inc. 21 MaEbone Street, Lakeville,Massachusetts 02347 F Level Ground 6251 80th Street, Middle Village,New York 11379 Meaning 2 Play 106 Casco Bay Rd,Irmo, South Carolina 29063 �t F Lawn Landscaping Inc. P.O. Box 104, Harwington,Connecticut 06791 —.: (list continued next page...) , a.�„,� ,� _nn ,.. .., - __, grad __..�_.����• .:; µ � .,,, , �....�� _.�,��...,. ,;W, �._. ,�,�..',�f���}�r'�`�}��lyh�sj'�li{ �c�sa�:;, .:iwp 04, L')'ei`vl' -es 5`C'ctiol'l 4 I1�U- nbl sued) EASTERN20NE a. 1ft II@C 1811E llns#afler 5 617 Tim Hill Rd (P.O Box 222) Marathon New York P&P Installations 13803 ' Pat Corsetti Inc. 610 Fenimore Ave, Mamaroneck, New York 10543 r Playtime Installs LLC 501 Maplewood Ave., Mohnton, Pennsylvania 19540 __ - - -------- Probuilt P.O. Box 991, Marshfield, Massachusetts 02050 " .............. _ .,,,,.< a _... ®.... - i Reale Associates Inc. PO Box 2316,Ocean Bluff,Massachusetts 02065 Reese Construction 3720 Lucky Dr. Apex, North Carolina 27539 } Rich Picerno Builders 500 Hoiles Drive, Kenilworth, New Jersey 07033 UA Construction ! 71 West 23rd Street, New York, New York 10010 i .- ......... Dicarlo Home Improvements 9974 Blackberry Lane,Great Falls,Virginia 22066 a .o MULTIPLE ZONE ,1A$t fer NaMe 1�nstaff r Ad r ss i Evans Recreation P.O. Box 42607, Las Vegas,Nevada 89116 Playgrounds of the Rockies 3295 South Fairplay St,Aurora, Colorado 80014 t Green Apex Roofing&Construction LLC j' 5333 Richmond Ave#l15, Houston,Texas 77056 s" t JP and Sons Contracting Inc. 18937 E Via Del Verde, Queen Creek,Arizona 85142 Michigan Recreational Construction Inc (MRC) P.O. Box 2127, Brighton, Michigan 48116 _ e 6440 Southpoint Parkway, Floor 3,Jacksonville, Co. Precision Playgrounds Holdings Florida 32216 ; I The Playground Guys Inc. 5600 SE Lamay Drive,Stuart, Florida 34997 a , Contract No.2017001135 Vendor No.303668 EXHIBIT D FREIGHT RATE SCHEDULES The following Freight to Schedules are an Exhibit to and are incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services(the"Contract")between the City of Charlotte and Kompan,Inc. All freight charges are prepaid to the carrier by KOMPAN and added to the invoice as a separate line item to the customer. Page 649 of 1197 Contract No.2017001135 Vendor No.303668 EXHIBIT E PRODUCT WARRANTIES The following Product Warranties are an Exhibit to and are incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment,Surfacing,Site Accessories and Related Products and Services(the"Contract")between the City of Charlotte and Kompan,Inc. 25 Page 650 of 1197 i R r f „ , Scope of Services Section 4 (continued) A, 4.12 Warranty. Proposals should address each of the following: 1. Applicable warranty and/or guarantees of equipment and installations including any conditions and l response time for repair and/or replacement of any components during the warranty period. } = t Warranty documents for all proposed products attached. ..Warrarity RespoOr tome Prflduct Resportse'Pime KOMPAN Playground Equipment 4 g business days* utd.�� ,-.. �� gC PAPS 000r Fitness Equipment g business days „µn EngineeredWWood Fiber busyness day s 1 business days Pour In Place obbei _ _ .. .....ems_... 5 business days t Pu er ulch Artificial Turf5-10 business days �—_ gubber°Tiles— 5-10 business days 6 Site Amenities 5-1 business days business days Shelters " Shades J 5-10 business days Installation Services 1® business days f *For customized or discontinued products additional time may be required, l .Warranty period start date.The City desires the warranty start at the time of substantial co pl tiom KOMPAN's Warranty period start date will be at time of substantial completion. " .Availability of replacement parts. Replacement parts will at the minimum, be available for the duration of the warranty period. . life expectancy of equipment under normal use. KOMPAN has been producing playground equipment since the 1970's and we still have Jerrie equipment in the r field from that time period, Local climate conditions, maintenance, and usage can affect the life expectancy of equipment. Equipment is Built to last through several generations, and can last over 20 years if properly t� maintained. The life expectancy of surfacing products is based can the climate> environment, proper drainage, usage and maintenance.The minimum life expectancy matches the number of years the product is under warranty.Site amenities have varied life expectancy basest upon the type of materials and the care and maintenance of the product.The rrtinirnurn life expectancy matches the number of years the product is under warranty. . Detailed information as to proposed return policy on all equipment. Except as agreed to in writing, all items of Product returned will be subject to inspection and approval by Ko 11PAi prior to acceptance and will result in a restocking charge for all costs associated with the return, but not less than 0%of the full list price of such returned KOMPAN items or 75%for customs or third party items r� , w,�.�^�h rMEN i miiiiii 450 � Contract No.2017001135 Vendor No.303668 EXHIBIT F SCOPE OF SERVICES The following Scope of Work is an Exhibit to and incorporated into the Contract to provide Playground Equipment,Outdoor Fitness Equipment,Surfacing,Site Accessories and Related Products and Services(the"Contract")between the City of Charlotte and Kompan, Inc. 4. SCOPE OF SERVICES. 4.1 General Scope. The Company shall provide various Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services that meets or exceeds the following requirements to the City and Participating Public Agencies nationwide. Participating Public Agencies may have additional specific requirements that might not be a requirement of the Lead Public Agency. The Company agrees to provide additional information or documentation to Participating Public Agencies as may be required per the Master Intergovernmental Cooperative Purchasing Agreement (between the Lead Public Agency and the Participating Public Agency). 4.2 Product Standards and Guidelines. It is essential that all Playground Equipment, Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services be in compliance with all current and applicable Consumer Product Safety Commission (CPSC), Americans with Disabilities Act (ADA) and ADA Accessibility Guidelines (ADAAG), and ASTM Standards and other applicable laws and regulations in the state of North Carolina or in accordance with the laws and applicable purchasing policies of the State and locality where the Participating Public Agencies exists. Manufacturers must be a member of the International Play Equipment Manufacturers Association (IPEMA) and ISO 9001 and 14001 certified. All equipment must be IPEMA Certified and meet all current American Society of Testing and Materials (ASTM),Consumer Product Safety Commission(CPSC),and IPEMA standards. 4.2.1 American Society for Testing and Materials(ASTM): ASTM-F1487- 11 Standard Consumer Safety Performance Specification for Playground Equipment for Public use. ASTM-F1292-13 Standard Specification for Impact Attenuation of Surface Systems within the Use Zone of Playground Equipment. ASTM 1951-09 Standard Specifications for Determination. of Surface Systems Under and Around Playground Equipment. 26 Page 652 of 1197 Contract No.2017001135 Vendor No.303668 ASTM F2049-11 Fences/Barriers for Public, Commercial, and Multifamily Residential Use outdoor Play Areas. ASTM.F2075 Standard Specifications for Engineered Wood Fiber for Use as a Playground Safety Surface and Around Playground Equipment. 4.2.2 Printed Handbook for Public Playground Safety(CPSC) Equipment must meet all guidelines stated in the "Handbook for Public Safety" published by the Consumer Product Safety Commission. Copies of publication No. 325 may be obtained from U.S. Consumer Product Safety Commission,Washington,DC 20207. 4.2.3 International Play Equipment Manufacturers Association(IPEMA) IPEMA provides third-party Product Certification services for U.S. and Canadian public play equipment and U.S. public play surfacing materials. The services provide for the validation of a participant's certification of conformance to the standards referenced above. Both certifications are administered by Detroit Testing Laboratory, Inc. For more information on certification and membership,visit IPEMA's website at: www,.i mmai!QrP- All equipment must be IPEMA Certified. Certification must be included with your proposal submission. 4.3 Environmental Purchasing Requirements. The Company must provide documentation of their environmental sustainability policies,measures,and initiatives with their Proposal response per Section 2.6.15 and Section 7-U.S. Communities Requirements of this RFP. 4.4 New Products and Services. New Products and Services may be added to the resulting Contract(s) during the term of the Contract by written amendment,to the extent that those Products and Services are within the scope of this RFP and include, but will not be limited to, new Product added to the Manufacturer's listing offerings, and services which reflect new technology and improved functionality. All requests are subject to review and approval of the City of Charlotte. 4.5 Replacement Parts. The Company must stock replacement parts for a minimum of 15 years on all play systems and provide parts within two (2) weeks (14 calendar days) from the time an order is placed by the Participating Public Agency. Some parts may take longer than two weeks,and that will be communicated at the time the order is placed. 4.6 Surfacing Material. Surfacing Material must meet all guidelines stated in the Handbook for Public Playground Safety, and most current versions of ASTM-F1292-13,F2075-15,F3012- 14, and all other applicable ASTM standards and guidelines as certified by an independent laboratory conforming to IPEMA safety standards as identified for the playground industry. 27 Page 653 of 1197 Contract No.2017001135 Vendor No.303668 4.7 Installation. All Products provided under this Contract that require assembly and installation should be performed by the awarded manufacturers' certified installers. Company must provide the names and addresses of each certified installer/subcontractor by geographical area. All work must be performed according to the standards established by the terms, specifications, drawings, and construction notes for each project, and meet manufacturer's specifications and industry standards. It shall be the obligation of the Installer to obtain clarification from the Project Coordinator concerning questions or conflicts in the specifications, drawings and construction notes in a timely manner as to not delay the progress of the work. 4.8 Design. The Company must have the capability to recommend and design appropriate play systems/structures to fit the need of the site for age groups to be determined by Participating Public Agency. Company must provide drawings (plan and elevation) of all pertinent aspects of the play equipment and its method of connection to the work. Final playground layout drawings shall be to scale and legible and must show location of play equipment and dimensions of use zones. All designs shall indicate ADA accessible routes,and percentage of ADA accessible components. 4.9 Project Management. The Company must have the ability to provide project management services to help Participating Agencies complete their projects on-time and within budget. 4.10 Safety. The Company and installers or subcontractors performing services for Charlotte- Mecklenburg are required and shall comply with all Occupational Safety and Health Administration(OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. The Company and subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. 4.11 Literature and Catalogs. The Company will be required to furnish and/or update all price lists, listings, color charts and other literature as requested within fifteen (15) days after notification of award.All catalogs may be electronic versions. 4.12 Warranty. The Company should address each of the following: 1. Applicable warranty and/or guarantees of equipment and installations including any conditions and response time for repair and/or replacement of any components during the warranty period. 2. Warranty period start date. The City desires the warranty start at the time of substantial completion. 3. Availability of replacement parts. 4. Life expectancy of equipment under normal use. 5. Detailed information as to proposed return policy on all equipment. 4.13 Lead Time and Delivery. 28 Page 654 of 1197 Contract No.2017001135 Vendor No.303668 1, Company must provide a four (4) week lead time on limited number of configurations, with no up charge. Participating Public Agencies should consult with their local Sales Representative for Lead times for specific products as times vary based upon type of product. a. Most of the Company's bestselling Products are stocked in our Middletown, Pennsylvania storage facility and can be shipped for immediate delivery— one to seven days, dependent upon the delivery location. . 64% of the Company's Products will be stripped for delivery from the east coast within five weeks, c. 26% of the Company's Products will be shipped for delivery from the east coast within eight weeks. d. The remaining 10% of theCompany's Products have delivery tires that are dependent on the custornizations, color and material selections as these Products are highly specialized and a result of project collaboration with the customer, . Deliveries may be made typically between the hours of 8:30 a,m, and 3:30 ., local time, on regular business days unless other arrangements have been made. Delivery location shall be stated on each purchase order issued by Participating Agencies. 3. The Company will ensnare that all items are delivered fully assembled or assembled by vendor or its designated subcontractor on site as may be designated by the Participating Public Agency. The Company will assure that all items are packed in accordance with prevailing commercial practices and delivered and assembled and installed in the first class condition. . When the purchase order calls for delivery to a specific location (rather than door delivery) the vendor will deliver in accordance with the delivery instructions provided by the Participating Public ,agency and shall perform inside delivery, assero ly, set in place in prayer location, make ready for use and remove all debris. 5, The Company shall authorize immediate replacement of any item that has been damaged in transit. 6. If deliveries are required in the evenings or weekends, or designated holidays, special installation charges will be negotiated. It is expected that the pricing will be fair and reasonable based upon specific requirements. 4.14 optional Work. Company will be required to provide quotations on a case-by-case basis for optional related work such as,but not limited to, removal and/or reinstallation of Playgroup Fitness Equipment, timbers, and fencing as may be required to provide a full turnkey solvation to Participating Public Agencies, 4.15 Material Speeftations. Equipment aterial specifications may vary between cities, counties, schools and states, Each Participating Entity will provide required specifications to include, but not be limited to, acceptable at `al, finish, diameters, thickness, gage, and angles of all components wben placing orders or as necessary. 2 Page 655 of 1197 Contract No,2017001135 Vendor No.303668 4.16 Additional Requirements. The Company may be required and agrees to comply with additional state, or local laws and policies of the individual Participating Public Agencies. 4.17 Performance Bond. The Company may be required to provide a performance bond as required by Participating Public Agencies for each project as required by local or state laws and policies. 4.18 Reports. The Company must maintain all records in compliance with federal and state regulations. A statistical report and an annual tabulated report must be submitted electronically to the Lead Public Agency upon request. 4.19 Pricing. The Company must submit a cost proposal fully supported by data adequate to establish the reasonableness of the proposed fee. One r'1 firm fixes{ ercentae discount off of a verifiable list price for each category (defined in Section 1.3): 1) Playground Equipment (including components, replacement parts); 2) Outdoor Fitness Equipment: 3) Site Accessories; 4) Surfacing Materials; 5) all other related Products (Shade Structures, Skate Parks, and other categorized Products); and 6) Services offered by the Company,for the life of the contract is preferred. Prices must include manufacturer mark up,profit,item cost and storage to allow each customer the ability to calculate and verify discount. All manufacturer price lists must be identified in the Proposal response. Proposals must include an itemized list of any Products and Services that the Company intends to include in the Master Agreement and assume responsibility for as prime contractor,but are offered by the individual authorized distributors and not included in the Company's catalog. The list must identify the distributors name and location that offers each product and service included, The Company shall be the prime contractor and remain solely responsible for contractual performance, and reporting,per Section 2.6.7 of this RFP for any Products and Services offered by the authorized distributor. Proposals shall not include Products and Services the Company does not intend to offer,or take responsibility for,as prime contractor. 4.19.1 Volume Discounts: Please include any volume discounts offered to the Lead Public Agency and Participating Public Agencies. 4.19.2 Rebates: Please include any rebates offered to Lead Public Agency and Participating Public Agencies.. 4.19.3 Product,Design and Price Comparison. For comparison purposes only, the Company must provide the following information for the three (3) sample plUgLound designs included in Section 6,Form 4: 1. Cost breakdown of all components using proposed discounts and list prices; 2. Manufacturer Price List ID 30 Page 656 of 1197 Contract No.2017001135 Vendor No.303668 3. Three dimensional drawings 4. Number of kids that can use the playground; 5. Total number of play components: ® Number of ground level components ® Number of accessible ground level components * Number of elevated components * Number of accessible elevated components 6. Play Structure Size 7. Deck Sizes 8. Diameter of Uprights 9. Color options lo. minimum time needed from date of design to delivery of equipment. 4.20 Installation. Company response must include a defined installation fee program.If a percentage of total dollar amounts of each order are proposed, the Company must submit one (1) fixed percentage for all installation services for all Participating Public Agencies, regardless of location,for the life of the contract. 4.21 Shipping and Delivery. Company must include a defined shipping program with their Proposal responses. If shipping is charged separately, only the actual cost of the freight may be added to an invoice. Shipping charges calculated as a percentage of the product price cannot be used. 1. Unless specifically stated otherwise in the "Shipping Program" included in the Company's Proposal response, all prices quoted must be F.O.B. destination with freight prepaid by the Company. 2. Additional costs for expedited deliveries may be added. 3. Selection of a carrier for shipment will be the option of the Participating Public Agency paying for said shipping. 4.22 Price Adjustments. All proposed pricing shall remain firm for the first year of price subsequent Contract (through June 30, 2018). Company may request price increases for consideration at least sixty (60) days prior to each anniversary of the Contract effective date. All requests must be submitted in writing to City of Charlotte Procurement Management along with documentation of bona fide materials and labor increases for the cost of Products. No adjustments shall be made to compensate a Company for inefficiency in operation or for additional profit. Price decreases shall be accepted at any time during the term of the contract. 4.23 References. Proposals must include a minimum of five (5) customer references (see Section 6, Form 7)that Company has provided products and services similar to those outlined in this RFP. 4.24 Prevailing Wages. Company must comply with the prevailing wage requirements of each state. Please include any exceptions to this requirement in your proposal response, per Section 2.6.12 of the RFP. 31 Page 657 of 1197 Contract No.2017001135 Vendor No.303668 EXHIBIT CONFIDENTIALITY TERMS This Exhibit H is an exhibit to the Contract to Provide Playground Equipment, Outdoor Fitness Equipment, Surfacing, Site Accessories and Related Products and Services (the "Contract") between the City of Charlotte, a North Carolina municipal corporation (the "City") and Kompan.Inc., a corporation doing business in North Carolina(the"Company"). Unless otherwise stated in this Exhibit, the defined terms stated herein shall have the same meanings ascribed to them in the main body of the Contract. I. CONFIDENTIAL INFORMATION. "Confidential Information"means any information,in any medium(whether written,oral or electronic),obtained from the City or the Company or any of their respective suppliers,contractors or licensors which falls within any of the following general categories: 1.1. Trade secrets. For purposes of this Contract,trade secrets consist of information of the City or the Company or any of their respective suppliers,contractors or licensors: (a) that derives value from being secret; and(b)that the owner has taken reasonable steps to keep confidential. Examples of trade secrets include information relating to proprietary software,new technology,new products or services,flow charts or diagrams that show how things work,manuals that tell how things work and business processes and procedures. 1.2. Information marked"Confidential"or "Proprietary. " 1.3. Information relating to criminal investigations conducted by the City, and records of criminal intelligence information compiled by the City. 1.4. Any attorney/client privileged information disclosed by either parry, 1.5. Information contained in the City's personnel files, as defined by N.C. Gen. Stat. 16OA- 168. This consists of all information gathered by the City about employees, except for that information which is a matter of public record under North Carolina law. 1.6. Personal identifying information about individuals that the City is prohibited from disclosing by law,including: (a) Social security or employer taxpayer identification numbers. (b) Drivers license(drivers license numbers are not included if the number appears on law enforcement records), State identification card,or passport numbers. (c) Checking account numbers. (d) Savings account numbers. (c) Credit card numbers. (f) Debit card numbers. (g) Personal identification(PIN) Code as defined in G.S. 14-113.8(6). (h) Digital signatures. (i) Any other numbers or information that can be used to access a person's financial resources. 6) Biometric data. (k) Fingerprints. (1) Passwords. 1.7. The security features of the City's electronic data processing systems,information technology systems, telecommunications networks, and electronic security systems, 33 Page 658 of 1197 Contract No.2017001135 Vendor No.303668 including passwords,security standards,security logs,procedures,processes, configuration&software and codes. 1. . Local tax records of the City that contain information about a taxpayer's income or receipts. 1. . Ar y plata collected from a person applyin for financial or anther types of assistance, including but not limited to their-income, bank;accounts,savings aceounts, etc. 1.10. Building plans of`City-owned buildings or structures, as well as specific details of public security plans. 1.11. Billing information caf`eustomers compiled and maintained in connection with the City providing utility services. - 1.1 . Flares to prevent or respond to terrorist activity,including vulnerability and risk assessments,potential targets,specific tactics or specific security or emergency procedures,the disclosure of which would jeopardize the safety of government personnel or the general public or the security of any governmental facility,Structure or information storage syste.m(s). 1.13. other information that is exempifrom disclosure under the Alorth Carolina public records lawns. The information described in Sections 1.1 through 1.3.3 is a subcategory of Confidential Information called "Highly Restricted Information." Highly Restricted information is subject to all requirements applicable to Confidential Information, but is also subject to additional restrictions as set forth in this Exhibit H. The parties acknowledge that Confidential Information includes information disclosed prior to execution of this Contract as well as information disclosed after execution. Notwithstanding the above, contracts between the Company and the City are not Confidential Information and will be considered public records, except for attached exhibits that: (a) meet the legal requirements fort de secrets;and )are clearly identified as such. 2. RESTRICTIONS AND REQUIREMENTS. Each party shall comply with the following restrictions and requirements regarding Confidential Information: .1. Neither party shall copy,modify,enhance,compile or assemble(or reverse compile or disassemble),or reverse engineer Confidential Information,except as authorized y written agreement o the parties or by the written consent of the other party. 2.2. Neither party shall,directly or indirectly,disclose,divulge,reveal,report or transfer Confidential Information of the other to any tbird party,other than an agent, subcontractor or vendor of the City or the Company who: (a)has a need to know such Confidential Information for purposes contemplated by this Contract,and(b)has executed a confidentiality agreement incorporating substantially the form of this Exhibit II. Notwithstanding the foregoing,Company shall not directly or indirectly,disclose, divulge,reveal,report or transfer Highly Restricted of the other to any third party without the City's prior written consent. 3 Page 659 of 1197 Contract No.2017001135 Vendor No.303668 2.3. Neither party shall use any Confidential Information of the other for its own benefit or for the benefit of a third party,except to the extent such use is authorized by this Contract or other written agreements between the parties hereto,or is for the purpose for which such Confidential Information is being disclosed. 2.4. Neither party shall remove any proprietary legends or notices,including copyright notices,appearing on or in the Confidential Information of the other. 2.5. Each party shall use reasonable efforts to prohibit its employees,vendors,agents and subcontractors from using or disclosing the Confidential ' formation in a manner not permitted by this Contract. 2.6. In the event that any demand is;Wade in litigation,arbitration or any other proceeding for disclosure of Confidential Information,the party upon which the demand is made shall notify the other party of the demand,and shall cooperate with and reasonably assist the other party in seeking a protective order or other appropriate relief to prevent or restrict and protect any disclosure of Confidential Information. 2.7. All materials which constitute,reveal or derive from Confidential Information shall be kept confidential to the extent disclosure of such materials would reveal Confidential Information. 2.8. Each party shall restrict employee access to the Confidential Information of the other party to those employees having a need to know for purposes of carrying out the business relationships contemplated by this Contract. 2.9. The Company shall comply with the City's Restricted Data Policy,a copy of which is posted on the City's website,and with any instructions or procedures issued by City key business units from time to time with respect to protecting specific types of Confidential Information. 2.10. Each party shall take reasonable measures to prevent the use or disclosure of Confidential Information by its employees in a manner not permitted by this Exhibit H. The Company shall have each of its employees who will have access to the Confidential Information sign a confidentiality agreement which provides the City and its vendors, licensors,subcontractors,employees and taxpayers the same level of protection as provided by this Exhibit H,including compliance with the City's Restricted Data Policy. 2.11. The Company shall further ensure that each person who obtains access to Confidential Information through the Company(including but not limited to Company's employees and subcontractors)has undergone training sufficient to understand his or her responsibilities with respect to this Exhibit H and the City's Restricted Data Policy, 3. EXCEPTIONS. The disclosing party to this Contract agrees that the receiving party ("Recipient")shall have no obligation with respect to any Confidential Information that the Recipient can establish: 3.1. was already known to Recipient prior to being disclosed by the disclosing party; 3.2. was or becomes publicly known through no wrongful act of Recipient; 35 Page 660 of 1197 Contract �2017001135 Vendor No.303668 3.3. was rightfully obtained by Recipient from third party without similar restriction and without breach hereof; 3.4. was used or disclosed by Recipient with the prior written authorization of the other party; 3.5. was disclosed pursuant to the requirement or request of a governmental agency,which disclosure cannot be made in confidence,provided that,in such.instance,Recipient shall first give to the other party notice of such requirement or request; 3.6. was disclosed pursuant to the order of a court of competent jurisdiction or a lawfully issued subpoena,provided that the Recipient shall tale reasonable steps to obtain an agreement or protective order providing that this Contract will be applicable to all disclosures under the court order or subpoena. 4, DATA.The Company will treat as Confidential Information all data provided by the City or processed for the City or for citizens under this Contract(including eta ata). Such data shall remain the exclusive property of the City. The Company will not reproduce,copy,duplicate, disclose, or in any way treat the data supplied by the City in any manner except that contemplated by this Contract. 5. PUBLIC RECORDS.Notwithstanding anything contained herein to the contrary,the parties recognize and acknowledge that the City is a subdivision of the State of North Carolina and is,therefore,subject to the North Carolina Public Records.pct(the"Act")at N.C. Olen. Stat. 132-1 of seal.The parties further acknowledge that any Confidential Information that is a public record under North Carolina law may be released and disclosed by tyre City pursuant to the Act,and that any such release or disclosure shall not in any way constitute a breach of this Contract,nor shall the City be liable to the Company for such release or disclosure. In the event the City receives a request for disclosure of Confidential Information which.the Company has specifically marked "Confidential" or "Proprietary" the City shall give the Company written notice of such request(the"Notice of bequest for Disclosure").e"). In the event the Company has a reasonable basis for contending that the disclosure of such Confidential Information n is not required by the Act,the Company shall within ten(1 0)days after receipt of the Notice of Request for Disclosure notify the City in writing of its objection to disclosure d the basis therefor. The Company shall indemnify, defend and hold ha less the City from and against all losses, damages, liabilities, costs, obligations and expenses (including reasonable attorneys' fees) incurred by the City In connection with any refusal by the City to disclose Confidential Information after receiving an abjection to disclosure from the Company, If the City receives no written objection from the Company within ten (10) days after the Company's receipt of a Notice of Request for Disclosure, the City shall disclose the Confidential Inforination referenced. e Notice of Request for Disclosure. Notwithstanding the foregoing, the parties agree that the computer to ase information that the City is required to disclose under N.C. Caen. Stat. §132-6.1 shall not be deemed Confidential Information, and that the City shall be entitled to disclose such information without notice to the Company. y. 6. REMEDIES. Each party acknowledges that the unauthorized disclosure of the Confidential Information of the other will diminish the value of the proprietary interests therein. Accordingly,it is agreed that if a party breaches its obligations hereunder,the other party 6 Page 661 of 1197 Contract No.2017001135 Vendor No.303668 shall be entitled to equitable relief to protect its interests,including but not limited to injunctive relief,as well as monetary damages. Nothing in this Contract shall be deemed to eliminate or lessen any obligation either party may have at law with respect to protecting the confidentiality of Confidential Information, except as the provisions of this Contract expressly authorize the release of Confidential Information, 37 Page 662 of 1197 Co :2017001135 Amendment#:5 Vendor#:303688 STATE OF NORTH CAROLINA COUNTYOF MECKLENBURG FIFTH AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FtrNESS EQUIPMENT,SITE AACC ACINq'AND RELATED PRODUCTS AND SERVICES THIS FIFTH AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES (this"First Amendment')is made and entered into this 15e day of May 2019, by and between Kompan. Inc., a corporation doing business in North Carolina(the"Company"), and the City of Charlotte, a North Carolina municipal oorporAon(the" "CW). %ftment of Backgn2und and.latent A City of Charlotte and the Company entered into an Agreement dated July 1, 2017 (the -Cordrad) pursuant to which the Company agreed to provide Playground and Outdoor Fitness Equipment, Site Accessaies, Surfacing, and Related Products and Services for the City of Charlotte, B. The City of Charlotte and the Company agreed to amend the contract on January 1, 2016 to incorporate unit price adjustments and frelgW rate adjustments. C. The Crty of Charlotte and the Company agreed to amend the contract on September 1, 2018 to incorporate federal contract terms and conditions. D. The City of Charlotte and the Company agreed to amend the con an January 1, 2019 to unit price adjustments. E. The parties now desire to amend the Contrad to incorporate certain other changes. THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby agree to the following: AGREE ENT 1. The terms of the Contrad are restated by and incorporated into this Fourth Amendment by reference. 2. Defined terms used in this Fifth Amendment shall have the same meaning as are assigned to such terms in the ContracL 3. This Fifth Amendment incorporates Third Party Products and Price List as specified in Exhibit A (attached). 4. Except to the extent specifically provided above, this amendment shall not be interpreted or construed as waiving any rights, obligations, remedies, or claims the partes may otherwAse have under the Contrail. 5. In all other respects and except as mo(ftW herein,the terms of the Contract shall remain in force and effiad [Signature Page Follows] KOMPAN,OVC, May 15,2519 2Vl?Wl135.5 Page 663 of 1197 COntracW.2017001135 Ame Mt#:5 Vendor#:303668 IN MTNESS 1VHEREOF,and in 801010wledgement that the Parties hereto have read and understood each and every provision hereof,the parties have caused this Second Amendment to be executed as of the date first written above. �q KO1ilIP ING. CITY OF CHARLOTTE: BY: BY: ( ' natwre) PRINT E: ` ' ''� �[ PRINT r. TITLE: 4, TITLE [TATE: DATE: CITY OF CHARLOTTE: INSURANCE AND RISK MANAGEMENT BY: ( " nature' PRINT NAME: TITLE: DATE: KOWAN,MC. 201=1135$ May 15,2010 Page 664 of 1197 Contract#:2017001135 Amendment#:4 Vendor#:303668 STATE OF NORTH CAROLINA COUNTY OF MECKLENURG FOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT,SITE ACCESSORIES,SURFACING,AND RELATED PRODUCTS AND SERVICES THIS FOURTH AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES(this"First Amendment") is made and entered into this 1s1 day of January 2019, by and between Kompan, Inc., a corporation doing business in North Carolina (the "Company'), and the City of Charlotte, a North Carolina municipal corporation (the"City°°). Statement of Back round and Intent A. The City of Charlotte and the Company entered into an Agreement dated July 1, 2017 (the "Contract") pursuant to which the Company agreed to provide Playground and Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services for the City of Charlotte. B_ The City of Charlotte and the Company agreed to amend the contract on January 1, 2018 to incorporate unit price adjustments and freight rate adjustments. C. The City of Charlotte and the Company agreed to amend the contract on September 1, 2018 to incorporate federal contract terms and conditions_ D. The parties now desire to amend the Contract to make adjustments to unit pricing and to incorporate certain other changes. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby agree to the following_ AGRE EMENT 1_ The terms of the Contract are restated by and incorporated into this Fourth Amendment by reference. 2. Defined terms used in this Fourth Amendment shall have the same meaning as are assigned to such terms in the Contract. 3. This Fourth Amendment incorporates unit price adjustments as specified in Exhibit A (attached). The aggregate increase of 4.4 percent (4.4%) as specified in Exhibit A and shall become effective on January 1,2019, 4. Except to the extent specifically provided above, this amendment shall not be interpreted or construed as waiving any rights, obligations, remedies, or claims the parties may otherwise have under the Contract. 5_ In all other respects and except as modified herein, the terms of the Contract shall remain in force and effect. ['Signature Page Follows] January 1,2019 KOMPAN, INC. 20 f 7001135.4 Page 665 of 1197 contrail`•:2017001 t 35 Amendment#:a Vendor#:8®3668 IN WITNESS WHEREOF,and in acknowledgement that the parties hereto have read and understood each and every provision hereof,the partles have caused this Second Amendment to be executed as of the date first written above. KOMPAN,INC. f N j CITY OF CHARLOTTE; (' BY: - m BY: (signAfdre) � (sfgnafure) PRINT PRINT NAME: . .. ..w � TI'T'LE: (.7ti x� = - _. .�_�_ TITLE: DATE ..?_. PATE: ,,....,.._ 91 _..._ uw_ CITY OF CHARLOTTE: INSURANCE A9DIR1811 MANAGEMENT .J BY; 1 -- (signaf e-) _a PRINT NAME: 1� TITLE. t ` DATE ) , KOMPAtA INC. 2017001135.4 January i.2095 Page 666 of 1197 Contracl#:2017001135 Amendment#:4 Vendor#:303668 Exhibit 2019 Price Adjustments i I E January 4,2049 KOMPAN, INC. 2017001435-4 Page 667 of 1197 I Contrai;W2017001135 Amendment#:3 Vendor#:303668 STATE OF FORTH CAROLINA COUNTY OF MECKLENaURG THIRD AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERvICES i THIS THIRD AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESIORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES (this "First Amendment") is mgde and entered into this 1$' day of September 2018, by and between Kompan, Inc., a corporation doin�'9 business in North Carolina (the "Company'), and the City of Charlotte,a North Carolina municipal corporation(the"City"). statement of ga g&round and Inter�it A. The City of Charlotte and the Company entered into an Agreement dated July 1, 2017 (the "Contract") pursuant to which the!Company agreed to provide Playground and Outdoor Fitness Equipment, Site Accessories, Su,facing, and Related Products and Services for the City of Charlotte. B. The City of Charlotte and the Company agreed to amend the contract on January 1, 2018 to incorporate unit price adjustments and freight rate adjustments. i C. The parties now desire to amend the Contract to make adjustments to unit pricing and to incorporate certain other changes. NOW, THEREFORE, in consideration of;the mutual covenants and agreements contained herein, the parties hereby agree to the following: AGREEIWENT 1. The terms of the Contract are rastated by and incorporated into this Second Amendment by reference. 2. Defined terms used in this Seconij Amendment shall have the same meaning as are assigned to such terms in the Contract. 3. This Third Amendment incorporates Federal Contract Terms and Conditions as Exhibit I and attached hereto, due to new laws abd requirements,effective July 1, 2016- 4. Except to the extent specifically :provided above, this amendment shall not be interpreted or construed as waiving any rights, obligations, remedies, or claims the parties may otherwise have under the Contract. 5. In all other respects and except as,modified herein, the terms of the Contract shall remain in force and effect. [Zlignature Page Follows] 1 s 3 1 KOMPAN,fNr Septw"r 1,2018 2017W11.3&3 P 1 Page 668 of 1197 ContracW20170M 135 Amendment#:3 Vendor#:303668 IN WITNESS WHEREOF,and in acknowledgement that the parties hereto have read and understood each and every provision hereof,the parties have caused this Second Amendment to be executed as of the date first written above. KOPAN,11 CITY OF CHARLOTTE: y BY: Y: (Signa (signature) t PRINT NAME: PRINT NAME: CM ._ TITLE: e TITLE: „ ° r t ech go m , DATE: G a m a DATE:F . ., CITY OF CHARLOTTE: INSURANCE AN: IT.MANAGEMENT I BY: (siynatr�re) PRINT NAME: �u t TITLE: DATE: x I , KOMPAN,INC. September 1,2048 201700143" Page 669 of 1197 3 I Contract#:2017001135 Amendment#:3 Vendor*303568 Exhibit H Federal Contract Terms and Conditions I This Exhibit is attached and incorporated into the Agreement to Provide Playground and Outdoor Fitness Equipment, Site Accessories', Surfacing, and Related Products and Services (the "Contract") between the City of Chadotto and Kompan, Inc. Capitalized terms not defined in this Exhibit shall have the meanings assigned to such terms in the Contract. In the event of a conflict between this Exhibit and the terms of the main body of the Contract or any other-exhibit or appendix,the terms of this Exhibit shall govern- 1. overn_1. Debarment and Suspension. The,Company represents and warrants that, as of the Effective Date of the Contract, neither the Company nor any subcontractor or subconsultant performing work under this Contract(at any tier) is included on the federally debarred bidder's list listed on the government wide exclusions in .khe System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR1 130 that implement Executive Orders 12549 (3 CFR part 1986 Camp., p. 139) and 1268q (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." If at any point durino the Contract term the Company or any subcontractor or subconsultant performing work at any tier is included on the federally debarred bidder's list,the Company shall notify the City immediately. 2. Record Retention. The Company certifies that it will comply with the record retention requirements detailed in 2 CFR §1200.333. The Company further certifies that vendor will retain all records as required by 2 6FR § 200.333 for a period of three years after it receives City notice that the City has submitted final expenditure reports or quarterly or annual financial reports,as applicable, and all other'pending matters are closed. 3. Procurement of Recovered Materials. The Company represents and warrants that in its performance under the Contract, the Company shall comply with section 6002 of the Solid Waste Disposal Act, as amended;by the Resource Conservation and Recovery Act. The requirements of Section 6002 incl de procuring only items designated in guidelines of the Environmental Protection Agency I (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manrjer that maximizes energy and resource recovery; and establishing an affirmative procurbment program for procurement of recovered materials identified in the EPA guidelines. 4. Clean Air Act and Federal Water Oollution Control Act. Company agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Watef Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the';Federal awarding agency and the Regional Office of the Environmental Protection Agency (LPA) 5. Energy Efficiency. The Company certifies that the Company will be in compliance with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-153, 89 Stat. 371). a KDMPAN,11VC September 1,2018 2017WI135-3 Page 670 of 1197 0 ContractiP.2017001135 Arnendment#.- Vendor#:303668 6. Byrd rnti yi rid U.S.C. )m Company certifies that: a. No federal appropriated funds$havie been paidor will be paid, by or on behalf of the Company, to any person for influencing or attempting to influence n officer or employee of an agency, a Memberof Congress, an officer or ernployee of Congress, or an employee of Member of Congress in connebtion with the awardingof anyFederal contract,the making of any Federal grant, the makino of any Federal Loan, the entering into, of any cooperative agreement, and the extension, 'continuation, renewal, amendmerd, or modification of and Federal contract, grant, loan, or'pooperative agreement. b. If any funds other than federal ra ri funs have been paid or will be paidany person for making lobbying n a s to an officer or employee of an agency, a Member of Congress, an officer or employee o on s, or an employee of a Member of Congress in connection this feder,41 contract, grant, loan,. or cooperative agreement, the Company shall complete and 6ubmit Standard Form—LLL, "Disclosure Form to Report Lobbying,"in accordance withi instructions as amended by"Government wide Guidance for New Restrictions on Lobbying,"61 Fed. Reg. 1413(1/19196). oa The o a ray shall require t language is certification be included in the award documents fr all subawards 0 all tiers (including subcontracts, subgrants, and contracts under rants, loans, and oozy tive agreements) and that all subrecipients shall certify and discloseaccordingly. r 7 Contract Work Hoursand Safety3701-3708). if the Contract is In excess of $100,000 and involve,, he employment of mechanics or laborers, the Company must comply . 370earl 3704, .as supplemented art en of Labor regulations a ). Unde U.& . 370 of the , t o ray is required to compute es of every naeohahio and laborer on the basis of a standard work weekof 40 hours. Work in excess of the stanlard worka is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours workedin excess of 40 hours in Ilie work week. Theserequirements do not apply to the purchases of supplies or matedalq or articles ordinarily available on the open market, or purchases of transportation or transmission ission of intelligence. 8 6, Right to Inventions. If the federal!award is a 'funding agreemerif under 37 CFR 401.2and the City wishestoe ter into a co�,tract with a small business firm or nonprofit organization regarding substitution of 0ortles, as, i nent of performanceor experimental, developniental or research work treunder, the City mustcomply ith 37 GFR Part 401, "Rights to Inventions Made by InprofitOrganizations an all BusinessFirms Under Government Grants, Contracts nd Cooperative Agreements," and any implementing regulations issued by the awarding Ogeno . 9, Davis—Bacon Act, as amended s(40 U.S.C. 3141-3148). In its performance under the Contract, the Companyshall corni,Iy withe Davis-Bacon . 3141-3144, and 3146-3148) as supplemented by b;pa ent of La-bor regulations ( 9 CFR Part 5, 'Labor Standards o isions Applicable t ontr cts Covering FederallyIan nAssisted Construction"). In accordance with s the statute, th mpa is required to paywages 10 laborers and mechanicsat a rate !not less than the prevailing a es specified in a wage determination made by the SecretAry of Labor. In addition, the Company is required o pay wages not less than once a week. 10. Copeland "Anti-Kickback" Act(40 U.&C. 3145). In its performance under the Contract t he Company shall comply with the Copeland "Anti-Kickbacko (oft U.S.C. 3145), as KOMPAN,WC September 1,2018 2017WI135-3 Page 671 of 1197 i F ContraCt#_2017001135 Amendment*3 Vendor#:303668 i supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building pr Public Work Financed in Whole or in Part by Loans or Grants from the United States"). jThe Act provides that the Company is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work,to give up any part of tt a compensation to which he or she is otherwise entitled. 11. E Equal Employment q p yment Oppartunity.: In its performance under the Contract, Company shall comply with the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal E*loyment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as arr ended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Emoloyment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." i i I i t i P I I KOMPAN,INC. 2017001135-3 September 1,2018 l 4 Page 672 of 1197 Contract#:2017001135 Amendment#:2 Vendor#:303668 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG SECOND AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, D RELATED PRODUCTS AND SERVICES THIS SECOND AMENDMENT TO THE AGREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATED PRODUCTS AND SERVICES (this "First Amendment') is made and entered into this 1St day of May 2018, by and between Kompan, Inc., a corporation doing business in North Carolina(the "Company"), and the City of Charlotte, a North Carolina municipal corporation(the"City"). _cement of Backfifa.. ani Intent, A. The City of Charlotte and the Company entered into an Agreement dated July 1, 2017 (the "Contract") pursuant to which the Company agreed to provide Playground and Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services for the City of Charlotte. B. The City of Charlotte and the Company agreed 10 amend the contract on January 1, 2018 to incorporate unit price adjustments and freight rate adjustments. C. The parties now desire to amend the Contract to make adjustments to unit pricing and to incorporate certain other changes, NOW, THEREFORE, in Consideration of the mutual covenants and agreements contained herein, the parties hereby agree to the following: A RMEIN T 1. The terms of the Contract are restated by and incorporated into this Second Amendment by reference. 2. Defined terms used in this Second Amendment shall have the same meaning as are assigned to such terms in the Contract. 3. This Second Amendment incorporates new products and unit price adjustments as specified in Exhibit A and becomes effective on May 1, 2018. 4. Section 5 of the Contract("Optional Products and Services")is hereby appended as follows: 5, The City and Participating Public Agencies may elect to request quotations for additional products and services not specifically listed in the Company's proposal or this Agreement. The Company shall provide quotations for optional products and services as requested, to provide a full turnkey solution. C. Except to the extent specifically provided above, this amendment shall not be interpreted or construed as waiving any rights, obligations, remedies, or claims the parties may otherwise have under the Contract. 7. In all other respects and except as modified herein, the terms of the Contract shall remain in force and effect. (Signature Page Follows) KOMPAN,INC May 1, 2078 2017001135-2 Page 673 of 1197 Contract#:2017001135 Amendment#:2 Vendor#:303666 IN WITNESS WHEREOF,and in acknowledgement that the parties hereto have read and understood each and every provision hereof,the parties have caused this Second Amendment to be executed as of the date first written above. KOMPAN, INC. CITY OF CHARLOTTE: ' r ' BY: BY:, (sl not (sign atu j m PRIMA NAME: �G� r" PRINT NAME; TfTLE:_FJ/-19"yce Axe-67nof TITLE: Lr G DATE: lO,� IS DATE:® ...� ? CITY OF CHARLO° E: INSURANCE IS MANAGEMENT BY: (signatu MINT NAM E \ � _ f • TITLE: DATE KOMPAN,/NC. May 1,tots 2017001135-2 Page 674 of 1197 Contract#.2 17001135 AmendmenW. 1 Vendor 303668 STATS OF NORTH CAROLINA COUNTY OF MECKLENBURG FIRST AMENDMENTT THE T TO PROVIDE PLAYGROUND AND OUTDOORIT 1 T, SITE ACCESSORIES, SURFACING, RELATEDAND ` I THIS FIRST AMENDMENT TO THE AdREEMENT TO PROVIDE PLAYGROUND AND OUTDOOR FITNESS EQUIPMENT, SITE ACCESSORIES, SURFACING, AND RELATEDPRODUCTS SERVICES(this 'First Amendment")is made and entered into this 1�day of January 2018, by and between Kampen, Inc., a corporation doing business in forth Carolina (the "Company"), and the City of Charlotte, a North Carolina municipal corporation(the"City"), $tats errt f ao er un and Intent A. The City of Charlotte and the Company entered into an Agreement dated July 1, 2017 (the "Contract") pursuant to which the Company agreed to provide Playground and Outdoor Fitness Equipment, Site Accessories, Surfacing, and Related Products and Services for the City of Charlotte. B. The parties now desire to amend the Contract to make adjustments to unit pricing and to incorporate certain other changes. NOW, THEREFORE, in consideration of the mutual covenants and agreements contained herein, the parties hereby agree to the follo `ng: AGRkEMENT 1. The terms of the Contract are restated by and incorporated into this First Amendment by reference. 2. Defined teras used in this Fiat Amendment shall have the same meaning as are assigned to such terms in the Contract. 3, This First Amendment incorporates unit price adjustments as specified in Exhibit A and becomes effective on January 1,2018. 4. Except to the extent specifically provided above, this amendment shall not be interpreted or construed as waiving any rights, obligations, remedies, or claims the parties may otherwise have under the Contract. 5. In all ether respects and except as modified herein, the terms of the Contract shall remain in force and effect. [Signature Page Follows] KOMPAN,INC Jan. 1.2016 2017001935-1 Page 675 of 1197 Contract#:2017001135 Amendment#: 1 Vendor#: 30388$ IN WITNESS WHEREOF,and in acknowledgement that the parties hereto have read and understood each and every provision hereof,the parties have caused this First Amendment to be executed as of the date first written above. KOMPAN, INC. CITY OF CHARLOTTE: BY: - 8Y: (si. nature) (signature) PRINT NAME �'��r S I 4 PRINT NAME: 0 1Z r TITLE: TITLE: �. `7 DATE 1 0' DATE: CITY OF CHARLOTTE: INSURANCE AN RISK MANAGEMENT BY: (signature PRINT N 4E: � TITLE: DATE: .IIS. !t=.,1.. KOMPAN,INC. Jan. 1,2018 2017004135-1 . ........... ._._..... Pag--676-af._1197... Kompan Inc. I OMNIA Pers Pagel of 5 ) 643-3131 Contact Us OMNIN PUVc Sector M=EN P A R T N E R 8 [_!EGIS,�TER CL an Inca Playground Solutions KOM ,,PAN ,. Let's, play REQUEST INFORMATION Overview Contract Documentation ......... a.... Page 677 of 1197 1,+�. n.//tgn8,a>mm�ios�orhreArc rntr/ruthlincartnt/t°.nnfr9is'fic�C71T5i1,1P.1-(`C911$YACt��C(lYllll813-1110 7/31/2019 Kompan Inc. OMNIA Partners Page 2 of 5 Playground ltion Sport & Fitness . __................ What's New at K OMPAN I; .s Pricing and Shipping Resources o. _-,_. m_nn................. . ............ —----—_________ New Products Pricin OMNIA Partners participants can purchase KOMPAN playground products at the following discounts: Category Discount Playground Equipment Price List (including components) 10% . 0 Surfacing Materials Price List 10% iSite Furnishings Price List 12.5% , ....5 Services Price List K - Related Products Price List 50 i Price of KOMPAN Additional Volume Discount I 1$1001000-$1991000 ::�112% $200,000-$499,999 5% https://www.omniapartners.com/publiesector/contracts/supplier-contracts/kompan-ine Pagp3q72%%1197 Kompan Inc. I OMNIA Partners Page 3 of 5 !$500,000 and over 10% Volume discounts will be applied to the net contract price. For example, an order that includes $210,000 will be calculated by first applying the 10% contract discount for a discounted price of$189,000 and next the volume discount will be applied to that discounted contract price: Ex: $189,000 x .95 = $179,550 Shipping All shipments shall be F.0.13 destination with freight charges prepaid and listed separately. Actual freight charges shall be added at the time of invoicing as determined and supported by the carrier's freight bill. Selection of the freight carrier shall be the option of the customer. Estimated freight charges shall be provided at the time of quotation. Additional cost for expedited delivery may be added. r 1" C XOMPARr Innovative & Inspired Westminster Schools in Atlanta, GA turned to KOPAN to help them design a playground that complemented the school's rigorous academic standards with rigorous play time. KOPAN collaborated with students and teachers during the design process to makes sure their new playground reflected fun 'play with a purpose'. Pane I674919of 1197 b f, v-/ %nxn%r r%,, ms-nPrtni-rc rnm/n„hNcccctor/contracts/suDnlrer-contracts/komp TTI -inc Kompan Inc. I OMNIA Partners Page 4 of 5 The Westminster Sc... Contact Information Email: uscommunities@kompan.com Phone: 800-426-9788 Fax: 866-943-6254 SUPPLIER WE S�ITE UP f 16 n you @ 11219 Get in Touch 840 Crescent Centre Drive Suite 600 Franklin, TN 37067 866-875-3299 A https://www.onmiapartners.com/publicsector/contracts/supplier-contracts/kompan-inc Paqq Pq&Iq1 1197 - , ��t5 { S {������}�4 rtts}Jeu���t{s< £t t,;`—=s.".t'�' i4 a�';J, t,,it i� r,;l'it ,sh1 s,���`, t hS(,, >5�i�� "_..._li�� � �f �" � - �_ £`4 ,,� 4s•"',P�'"s ,,-fit �'� �Z S{s�;tsvN I�> ,t;�> r •t t s t t ,�' } � i, d a �} ,� is � � ' ' zsSa rr t � 4'yp , n„� A0�,_.,: � 4�t�v, •.rs �£ \�� �. , ,Y,�Y�I7-ren ,aar,,a;' rias a1„� �stt ����t,�11 s5 zg�\F-i� t; k1, � -�J�.� rG"`�” �.:. 1��`"€i .r ;mow �s �rty4 ,,;::,n}`°; t,1E0 u, t ,r4 M `` lr ss,� iffi jp J4 JJ 1- r 4 7 ifS rt i4f7}}# si�rstt���� �\3£Vs�lsft�l'N �jl - � 1 ,, s Gr' tlt'lty}}} ,..,r�,)�i5� ��£tl2 x�, �1 b£ t is��it, .,sft��1sS s1 t4`\ r sl "ItS, •ll AD, t ia�� � �. ,,,y (s t�i✓flrrlt£irS,,� ,,-.��;I�{{int-' S��;�tr r lgv sE H E �a}rf{2 s ��rN., -�'_, rn_ --- ,� € �� � t� .�" - 'tl,z PRODUCT ,(' �£t'�I_. t�i,tltf 15} t !.� s br ti4s,� Zdaz ,r 'r-' iY i��l� /1111 �9 j r `�,Y __ - , `��w' -�a�if � YJ� t'+•_— - 5-r145it, _- 1 u r s� st' e INFORMATION nuffdw MEMM01 MUGA W471M 8" 28.100 " FFNMS 4MW `.- FAZ102 €m- 1:1 PARIDII AUMSAR TffM4T iy r 08 RAI Upset lam FBNM mmimobay"I 2 AW OXYM "waft lam FWMD FAZ101 GP nv(Wa r 16.E ate; n 1 im jA 103 K=3 17Y`�' 1 RLIMIA Curad Bmmh W 1• 92M Fvmw Bumh 1.41p 1 - FMM CRY Me 82M ME= SWR2WM70 03 COMM 2 low FAM BMIk 1IWW 11� LP { 81 of 1197 STREET k fitness with mom Street out- door ut&CaR nim Is a i icer adivlgr OM symbdum fivedom of mummwft and emmrages socla➢zfng.The pment Is based on bora of dKerent sizes,p and hsights td amommodaft all e t l from pull ups to the human. � j 21` i t d' Z T 109 r, a° a= Al' t" t tU i d'it'ty FaW100 off 14,6 t � ,� aYGt FDW161 FBY1�01 PRODUCT INFORMATION nano Ap Fd w Use LIN mm nLmr&r h h1 =11 s' VIA" 08" fff) Ma xn&vd ;' { i"'tt U PWOR Comm x 1Tr 71W 2V2 ZWX251, 0."10.06 e b ¢ 15+ 't 7110' 440 arxw0.,110.19 srm 7 1 1s+ M Tim 2U2 *7v x 17r OVO.05bol & Bars ) 7 W sw =5 low x SW L1400.0S 1441 ,1 , Page 682 of 1197 c�dr t -r— '1v��i 110, +;7tltft 4i 1r` to .p" MIN ����� �F i� •� � � � ,. a r�� ,., k- ,�„ .� ,«�; � C, I I Y G 'a u U µ t 1 i 01 S;• � �tr nd C,MD 11 FAM 41 Am, =3 OV.24 In 8WR 32 In R6In IS in FAZW FAM pRooucT IId TIIQ Taid Ilw Usm hom bode OVEWcov - .-s ., .i�..-t �r. t8D r,b; gRiY1 lRBW (1�7 (fWnxnBW arD.rr s a s C."r FAUN W eke 19+ IaZT 5 11 14wd EPA 18* ®" 1i0.9 G'10°xa'1D" x2110.12 i i 1,1aD FAZW ship,b1nIMP iS+ � ib+ IT 18 tims gv,xww a,71i012 1 114 110 FAMM sop."IN 5 110 1.iTa PAZWO GWA 24 In I= 19+ 1110' Y17 ins vivxrifr 02110.17 1 1._ 19+ 77' 7'7' 110A 5°i�x®'1V as1 f012 �--—, 1,1'0 N Page3 of 1197 G P101APAI 4- ,34 �f pct „'rih ttytti rt r��(��t�W�,ll � �t�(G{�5t I���ti 1� �tli� i{ F tt�1U�I}ttS.i �U t}tt1W C; �, ���� ��t=�, 'h�' � � ,n��1(, M,l�`i��1 �, �� f �tI r , �, ,fir ' cif J'n 4i1 ti �,I `fit s„ t4. r i,t+ �It f�t�i tlttjl S st up Wndt ►r a ,� m up s 71 OvarhW Ladchr Pal Up 60ftn Mynd pug fto Puri Up PRODUCT INFORMATION Am FAN Tm U how MW I, = - Inrts6�on sane 13+ a- z 124.9 171'x 12`1" 0721 Q09 790 7.370 FWAtW2r it,_.., 18+ _. 27 s 19E°`x 469" 03410 2 1n 1,400 2 2'1' re 110.2 1!`1`118`1` 0.1310 2 Im 1.010 FSWM mrsprm rv, •+. 0.0710.08 119 1,530 136 x 147 01510.07 3 271 Pd Up 1 7110` 1151 14`Y x 147 D.111 0.04 3 116 1, Powsm How Fag MI 13m 7'67"10' m 12Wx1210' 011104b 3 mm 2M PuNUp 134 44' 47 287 1wrx168 0.1410.05 2 172 1.15D Page 684 of 1197 ' a . 1Kwnpan Inc.t s77 ■E w e r s abFiC *&Asomi.TMIiFL , Iwo INIMINYA NIP - r Wk play _._ .. OMM PAMM PYN Pigrprriifidlgppfws� Pb5MWgd&MMMA PAr Lte2(tndyft RbWN whaft Now so KOWM [eta Awft-.-tw pftcLm lift FAft_ t tdr LIU r0AftI%Z,"WffMIDKOAMm to hop MmI. t f Repo-wow tlrroheoflrdyorac m1c _. smmda*UM ftm4--PLY l_ 1 ma afft Ihd hdatm VMOAW va be cambaw by rem no MOO=so -- v ' ■ d Sioux9 !, $la x M-SIMM n bs F . d sibmift mildiftu0mg ardagmw byft MI.ankDmn d Wft d IbirappaoS dshopy mq c ,a 197 � "�?". `�?'�{i y �r!r}r,r ,r aA;r A r ,..stir 4+>® vt 'r4, phi.�,: r� {J;`�-:,"W ; ;�",}}{•: i^ ."-44�(, -�� :r ry it n2�„:�{ ,..i._,rr�: ,1 ' 'y }b ;„�r,,, t >�^.~\, t;�21�222�i i i ;�,4 $•, � y,sat 1 r'i i 4 lS Im V i},�I ic�`�iFl f t,tt` } �.': _• t, i 4s`, f�� � n r... k a ?s rr > i k °i a titb f ii SFr 'ir 'v , ,t i. Q0tib Irl �i 6 m4 e - �' gt i -Mat v- rt 5 n'a h± 4.a J ; �„........,. AIt"iiia,.is t I i t a � �2 �i ;.5�,' 2 t w R ,Ws. t�� 1 v!i . Dk i1�t fit��i �E N ° m pP �`�i � S ,N v ftl yii ave i 1 v. i!{I rot i� i ' "�� i � N i, Jt7S4lIi'�ssPO tw i is N, jrpJfSsi ��s.; i 1 P Ai; till i14, iSt2iX}t� t�i ., rS f iy i',. CI `r!! y!i Ifj sl t }tlr�""E ow it,,•,, ,ii t;f t i 11 C i s:l i,) iil(i „v ra 7 ,,}t;rS9{ �1�1 i ,�s 1i1,'t ass 3},r7VA4 i rS i krS�s1 l ,�� i��{i�i11,��ip lll� 1)ti,. Fir �t,,,.�,1 $1},t�{,r�)( �`•-�t7��., �,�ftk.�.�t1'1}?n�f?" � A��,5 ,,fS€�j``i, �, i}l tCs :,§'�,it�ii ,i;iil)t ;, �i(.,il it.tri,,i �} ��.�Ss`s i -.} � -” ,Jnr:'_. -_� kt"s '�i�' �' ��'t�'�a��1���,it.is ���� ��� t,,, �� ��t r•} ill`��� � t�l�,i 4�,<<�� �� s 11� r� � i it\ 3.. t 3 ,:211.,o,r 177i � s•h, 2�s.R y)11�s-a��l �,1 Vi,� 21 s is. i, .r ;,,; ,SiZ` ---��p t:, ti,t'4 sa, u.. ...,..�,,,a,,,2+ «s ,. s,..lnkus,n,�al ,a.,.a n.F',r•-.1l�t Ns44il�4s��2t� i'.a.w,�,t �^.23� �(!iztiYit�li til i,.t;sS�.�:ii.3'"��,- :. PRODUCT INFORMATION (USD) commum Eqmmr DNAMW 9MMS) WAAW TRW 7,114 a apt 1,740 OVA*% SAM I I EUNUCH SAmerNmOlm 1jeo Page 686 of 1197 •kms: � K My rlf + tt,ij� ,lrr' lipw ''14W ,, ��v1� '� ,£son yr � 1tti� 11011 oll ry I�i Ina vs,laN � ,� r'"vv !q �' l� �).�, �t��i�� £ i ... y.-u Q a� ' to .. vSi�ti XE nt Pts it ' 1t � ..........� pfs}££ti[(` Not; p„i i l' $ `s�, �'� i d.1r )�} }„i � >>�ls�iv �<�It,itS � -;��3ryj "�' t° p S it , Iit j£a�i1 a� \ �,�1�`. it ' be gel t i�dNi r` �t�h��� ' ''� �- i�ei`Gq 9Vry t�� Ff axr,�� M rye ,i�Qa,.��„ •4. � i iR3�r i r�,ai t +', tt S iiltryw ii vfj{4'irp ��r�t' )�� ti ,,.t t iy r 1 fE „t to esatS i t �, itbh, r rh tv�A,iP i�'.w",l •? -`������,��' ,}� }l i ' i ` t,::'1 �1r wv �'+, ,a��r tiYY�v, `��.,a iii ,�i��,t, ��n. �s,.E -�?�'�"Sis< �,�, ,t�`�, � ,, � � ;�;;, tlta � l�Jo if}s� ��, a �i t�•���n`` �� fr�� �E�_ � ��- � rs�=,h y W"S � Ir ;� �F�,3 V, Ili, >�., �V� }� ��:����.1 S $��.if1� �,,rrn`t4.,t ,� r} ��`S�a,,ws i, ) a� i SS, �� _.��� .', -� `` -`_.5 � �tJ ,eit. � �IF�S�".. v+vy St „ 1)} i t .£ �i£,_i �� •°,luv_. ,, i v v r( r s i fir 2 f, ii ,. AWN`;vs � �) 41s�� 1— .s .. � ,. .» r�+� nmumntbw WOW a y Conan A—- man Comob SWAft Ilan y": P1077 F 4810POMIG4 PCM102 870 h b1i7 OMM Keil Umaw 'i - MSD(x OZAMM TIA QrD=J wNh Top 4, ep'f Page 687 of 1197 n�j°°+°�ts, c,, q » , r ,o,,,,Aii€� rF,y,vss,'�Yo� +€r A t,-f��s t .rut �,�s�F�'>'E�s�\�t o ,�rhh{"n r'�€,, • » q gra - . A p nth' -Lef" piny i _ s4omuft mw'w � uP j G t "Lm $ ✓ s �,— ---- FN W Wg"ZAO,70chwh In rL sm mm„ a I MVWFmduck sm,... o f v wdw !lMXB4w"q FA y- ID - . M JIDDA=ffc - 9 o 000 bo FAM w u t? be mm" r-� } - — 1197 KOMRAWW , SALES PROPOSAL INC.*SOS W Howard Lane Ste 101,Austin.TX 78753-Tel 1 1 n. com Dab 07117/19 Expiration Date Proposal No. SP65382 GOVERNMENT PURCHASINO ALLIANCE Project wom Ship I L -� - Customer Service Representaftv Shannon Ruiz Sales Representative Katharine E305 4 1 all nue 33436 r 1............. I_ _ s City of Boynton Beach Park&Rec Fmt eadows Park 10 n 430Congress ynton Beach, 3Boynton ,F 33438 L Glanda nked States Unked States I QtyItemNo. Descriptionnit Price Retail Price Disc. U.S. un #2017001135 Equipment 1 2 100 01 PARALLEL BARS.Orange IG 1,660.00 1,080.00 10-00 1,494.00 1 FAZ30100-0900 STEP 20 CM,Orange1,100.00 1.100.00 10.00 990.00 1 FAZ30200-0900 STEPCM,Orange IG 1,120.00 1,1 1 1,00 . 0 1 3 0 0 STEP 60 CM,Orange IG 1,170.00 1,170.00 10.00 1,0 3.00 1 FSWI0100-0900 COM1311, n ,10 3,180.00 3.180.00 10,00 2,862.00 1 0 01 PUSH UP BARS,Orange 10 111 ,1 10.00 1,035.00 0 I 4.41 13.23 100.00 1 T INCInc 891.10 891.10 891.10 1 CUSTOMINSTALL Installation of Kompon Equipment 51188.38 ,1 1 Install up to 40 stons10,264.38 10,264.38 10-00 9,237.94 and PIP .5"(81all),rolled over Continued npage 2........................................... Page 689 of 1197 Continued from page I 1................. r...................................................... 23,500.00 50%back/50%standard colo Customer Is responsible for all drainage securityfencing and dumpater. *Pricing Is dependent on on both projecia; Meadows Park and Boynton Lakes Park being awarded at the some time. ................ T 23.51)0.00 ® Please read attached General Assumptions and Exclusion document for information on Instaftitework. Plesse allow 9-11 weeks 1br product delivery upon order placement. Stimmary: Subtotal-KOMPAN Producta Reftli Pdca Discount Not Price Subtotal-Other Products 9,393.23 951.23 8.442.00 Subtotal-Surrecing 0.00 0.00 0.00 Subbtal-Installation&Other Servlces 10,284.38 I.M.44 9,237.94 Subtotal-Freight 5.188-30 259.42 4.928.96 Subtotsl 891.10 0.00 891.10 25,737-09 Z237.09 23,500.00 (AWksible sales tax will be added unless a vaNd tax enrnpoon cormcgN is Estimated Twc Rift provided.This amount Is onlyan safffuds of yourtax llsblfliy�) .......... O.DD 23,1M. ....... Your emplance of this proposal conaftan a it order request and KOMPAN Authortind Signature: inrJudes acceptance of Wnns and conditions wrilained vA#dn Me Muw ArgosmeM which Is hereby ackwwWgiod.Acceptance of tb WqxSel by Accepted By(signature): KOMPAN Is acftwkKW by Issuenn of an War confiffnation tw on oulhofted KOWAN revesentudive.Pdoes.in Oft quolodon are good for CID Accepted By(pleaso print): days. This proposal my be withdrawn N not awspind by COMB110. Daft: KOMPAN PmdLCW are'Buy Arnerloon'qualified.and omplient wNh the Buy American Act of IIW and the MW AmsdoarfproAslon of the ARRA of 2009. Page 690 of 1197 o w C) w O N � DCS = N �/ o � � CCD Wo \\ n cI D � � mm ON D o rn n � � \� � m mD �� �\ 3 w m / --jD N m \ W O W CO N W O N N W D -� -,a U) 1 4 4 D D M W a U U O A _ H §Ag� s O M iC, T ` MEADOWS PARK FITNESS + N A a a Z a K 0,Mi PA N SALES PROPOSAL OCOROCORD Date 07/17/19 Expiration US Proposal No. SPBOO14 GMERNMONT PURCHASINO ALLIANCE L 33436 _.W - Ord Customer Sondes Representative Shannon Rulz Location: Sales Representative Katharine Mofffft Sib 41]400218 Payment TermsBoynton Lakes Park 300 E.Boynton Lakes . Boynton ,33436 United involce-to: m Cky of Perk&Roe. Boynton Lakes Park 100 E.Boynton Beach Blvd. 300 E.Boynton United Boynton Beach Lakes Burton L Beachr FL 33436 United States Gly, Item No. Description ........... Unit Price Retail Price Disc.% t Price U.S.Communities Contract#2017001135 Playground Equipmerit 1 GXY801421-3417 SPICA .IG 1,870.00 11 1 1, 683.00 1 ELE400024-3017BL SPINNER BOWL,BLUE,IG 1.190.00 1,1 10-W 1,071.00 ELE400024-3717LG SPINNERL,GREEN,IG 1,100.00 1,1 1 11071.00 i CUSTOMINSTALL Installation of KOMPAN Equipment Includes 27.827.647, supply and Instal!of GXY9020IM417 Enlf,t 1 FRT-TX Frobht Austin TX .7 505.75 505.75 Playground Area u cing 2,760 !T I n l .7 to prop r Prhne Turf 1 CUSTOMNSTALL Supply and I , 4N.95 10.00 43.049.05up to 2780af. 1 SITEWORK Supply and Install up to 201 It wooden log 8,186.77 ,1 7,77 .83 Continued .......................................................................... 88,246.18 s Page 692 of 1197 Continued from page 88,240.18 I........................................................................ 1 SITEWORK Supply and Instal Security Fencing 1, 1,753.84 dependent'PrbhV Is on both projects Meadam Park and Boynton Lakes awarded at the same am. Total Comments: Piesse allow -1 r General product delvery upon order placement Pleass read attached Assumptions and Exclusion document for . Subtotal KOMPAN Products Retail Price Discount Not Price Subtotal-Other Products ®250.00 00 ' 826.00 Subtotal Surfacing 0.00 0.00 0-00 Subtotal-to ,T T A9 86,669-27 Subtotal-F .75 0.00 505.76 ii�.61 (AMICOWD WISSwill be added unlessa validis EsUrnated Tamount11. .. .only an estimate of W ta II It .) 0.00 _._. _ .. Your acceptance of this wwasw constitubsltd orked n . Includes 80001PIAnce of larms and mridiffans cafthaid wwdn the Mister Argesment which Is herebyacknoww9ed.Acceptance of ft prolposel byAccepted Y KOMPAN Is acknowledged by issuance of an order conntmadw by an In this Quotation we good for eo Accepted By (please t). This 90MIl may be wBhdmm if not axepud by 0WIsm9. : ........._ KOMPAN Products are 1304 en® . and MR011"wfth the Buy American Act of 1 'BuyAmericag-proyiWon of go ARRA of 2WO. _.... _._ t Page 693 of 119 k o w AA i CJ J 3 ' Em \ m\ ------- F m / 1 "( I \ 1 \ / 1 1 • c I I I I \ 1 \ 1 Gl \ \ 1 1 \ r < 1 \ m I 1 / O N Cn � 3 - n.m a� y m II A A N Q Boynton Lakes Park + 5-12 Area t a o N 5/22/2019 r as i! 4 A N - Katie Moffitt �l a S 0 Page 6,94 of 1197 « Z 7.B. CONSENT BIDS AND PURCHASES OVER$100,000 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve the purchase of Water Meters and Equipment with Sensus USA as an awarded vendor for the maintenance and replacement of water equipment for the City's Utility Metering System. The City is currently using Sensus'sAdvance Metering Infrastructure (AMI). Items will be ordered on an "as needed" basis for the estimated annual expenditure of$400,000. EXPLANATION OF REQUEST: Contract Term: May 2, 2017 thru May 1, 2022 On November 7, 2017, Commission approved a five (5) year renewal agreement with Sensus USA for Advance Metering Infrastructure (AMI) in order to maintain the standardized meter reading equipment efficiency. As part of this agreement, the City will purchase new meters and their components from Sensus to add to the system, as well as any replacements the may be needed. The AMI transition obtained substantial completion in the Summer of 2014. The Utility has been using AMI fully across the service area since 2014. Sensus provides a quote which locks their prices for a period of time. The current quote expires December 31, 2019. We will receive another quote once this one expires. This request is for annual purchases until the end of this agreement. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The purpose of this purchase is to secure a source of supply for the equipment for Sensus AMI. The equipment will be ordered on an "as needed" basis and stocked within the City's Warehouse. FISCAL IMPACT: Budgeted Funds are budgeted and available for account 502-0000-141-0100 for the estimated amount of$400,000. FY 15/16 expenditures were $167,058.66 FY 16/17 expenditures were $161,106.43 FY 18/19 expenditures to date are $266,867.17 (Increase was approved by Commission on 6-18-19) ALTERNATIVES: Not to proceed with the purchasing meters and components from Sensus USA. This is not recommended since the system requires Sensus products. Page 695 of 1197 STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Addendum Quote D Addendum Signed Agreement Page 696 of 1197 Page 1 12-1.1§91MM 450 North Gallatin Avenue 1-800-Meterll mommm P.O. Box 487 1-800-638-3748 QUOTATION Uniontown,PA 16224 USA www.sensus.com Your Quote Number: 28286 Reference: SEACOAST 5Ensus Bill to Customer: 084060 Ship to Customer: ATTENTION CHARLES CASIMIR BOYNTON BEACH CITY OF BOYNTON BEACH CITY OF PURCHASING DEPARTMENT PO BOX 310 PO BOX 310 PURCHASING DEPARTMENT BOYNTON BEACH FL 33425-0310 USA BOYNTON BEACH FL 33425-0310 Salesman: HERRON BROCK Effective Date: 2/02/17 Terms : NET 30 DAYS Expiration Date: 12/31/19 US Dollar Line Description Quantity U/M Unit Price 1 Part# : I5S1GDXX 1 EA 109 .270 METER 5/8 X 3/4" IPERL 10 GALLON, 6 WHEEL 3A W/6 ' 2 WIRE TRPL CABLE SMART MODE W/7-1/2" LL 2 Part# : I2S1GDXX 1 EA 109 .380 METER 3/4"S IPERL 10 GALLON, 6 WHEEL 3A W/6 ' 2 WIRE TRPL CABLE SMART MODE W/7 .5" LL 3 Part# : I4S1GDXX 1 EA 154 .550 METER 1" IPERL 10 GALLON, 6 WHEEL 3A W/6 ' 2 WIRE TRPL CABLE SMART MODE 4 Part# : 5396353752201MI 1 EA 140 .420 M520M TRANSCEIVER UNIT PIT SET, SINGLE PORT TOUCHCOUPLER, LEAK DETECTION, HOURLY READ & INTERVAL DATA 5 Part# : 5396353752203MI 1 EA 143 .220 M520M TRANSCEIVER UNIT PIT SET, DUAL PORT TOUCHCOUPLER, LEAK DETECTION HOURLY READ & INTERVAL DATA This Quotalion is an offer to sell which includes and is subject to the 3ensus Metering Systems Terns of Sale available for viewing and downloading at hllp;lr4YAW.Sei1SLI5.CUlllllc Please contact Customer Service at 1-800-638-3748 if you are unable to access this site and require a printed copy of the Terms of Sale. Page 697 of 1197 Page 2 12-1.1§91MM 450 North Gallatin Avenue 1-800-Meterll mommm P.O. Box 487 1-800-638-3748 Uniontown,PA 16224 USA www.sensus.com your Quote Number: 28286 5 E n su s US Dollar Line Description Quantity U/M Unit Price 6 Part# : C1 1 EA 1, 048 . 170 METER 1-1/2" OMNI C2 COMPOUND 7 Part# : C2 1 EA 1, 209 .430 METER 2" OMNI C2 COMPOUND 8 Part# : C3 1 EA 1, 531 . 940 METER 3" OMNI C2 COMPOUND 9 Part# : C4 1 EA 2, 660 . 740 METER 4" OMNI C2 COMPOUND 10 Part# : C6 1 EA 4, 595 . 820 METER 6" OMNI C2 COMPOUND 11 Part# : T1 1 EA 717 .300 METER 1-1/2" OMNI T2 TURBO 12 Part# : T2 1 EA 850 . 850 METER 2" OMNI T2 TURBO 13 Part# : T3 1 EA 1, 060 .250 METER 3" OMNI T2 TURBO 14 Part# : T4 1 EA 2, 064 . 160 METER 4" OMNI T2 TURBO 15 Part# : T6 1 EA 3, 716 . 170 METER 6" OMNI T2 TURBO 16 Part# : T61RTXXGlAAXX 1 EA 4, 002 .580 MTR 6 OMNI T2 MNCS/T NDK P/10 8WHL1A 10G AMR 20 ' T-RSR 17 Part# : F6CXXXXGlAAOX 1 EA 8, 061 .260 MTR 6 OMNI F2 20 ' P/10 8WHL1A 10G AMR ID=SN This Quotalion is an offer to sell which includes and is subject to the 3ensus Metering Systems Terns of Sale available for viewing and downloading at hllp;lr4YAW.Sei1SLI5.CUlllltc Please contact Customer Service at 1-800-638-3748 if you are unable to access this site and require a printed copy of the Terms of Sale. Page 698 of 1197 Page 3 12-1.1§91MM 450 North Gallatin Avenue 1-800-Meterll mommm P.O. Box 487 1-800-638-3748 MWAZUkM Uniontown,PA 16224 USA www.sensus.com Your Quote Number: 28286 5 E n su s US Dollar Line Description Quantity U/M Unit Price 18 Part# : R1IXXXXG8BAXX 1 EA 432 . 820 METER 1-1/2" OMNI R2 10 GALLON, 7 WHEEL 2A, AMR MAIN CASE 13" LL 19 Part# : R2IXXXXG8BAXX 1 EA 607 .280 METER 2" OMNI R2 10 GALLON, 7 WHEEL 2A, AMR MAIN CASE 17" LL 20 Part# : SX2R338P1GDXS0D 1 EA 124 . 070 MTR 5/8-3/4SRII ER+ TRPL 61NDK 6WHL3A 10G LHP BTM/B ID=SN SMART DP/P 21 Part# : SX2X338P1GDXS0D 1 EA 116 . 700 MTR 5/8-3/4SRII ER+ TRPL 6 ' 6WHL3A 10G LHP BTM/B ID=SN SMART DP/P 22 Part# : ES2XX38XXGDXSXD 1 EA 53 .470 E-REG+ 5/8-3/4SRII TRPL 6 ' 6WHL3A 10G SMART 23 Part# : ES5XX38XXGDXSXD 1 EA 53 .470 E-REG+ 1 SRII TRPL 6 ' 6WHL3A 10G SMART 24 Part# : 031 1 EA 53 . 090 SR/SRII TR/PL CONVERSION KIT REGISTER ONLY, L/HOUSING 25 Part# : 5380220000014 1 EA 18 . 120 SPANNER WRENCH ILL 26 26 Part# : 0001000101268 5, 000 EA . 160 GEL CAP ILL 55 AMR ACCESSORIES 517-0010784 This Quotalion is an offer to sell which includes and is subject to the 3ensus Metering Systems Terns of Sale available for viewing and downloading at hltp;lr4YAW.Sei1SLI5.CUlllltc Please contact Customer Service at 1-800-638-3748 if you are unable to access this site and require a printed copy of the Terms of Sale. Page 699 of 1197 Page 4 12-1.1§91MM 450 North Gallatin Avenue 1-800-Meterll mommm P.O. Box 487 1-800-638-3748 Uniontown,PA 16224 USA www.sensus.com Your Quote Number: 28286 5 E n su s US Dollar Line Description Quantity U/M Unit Price 27 Part# : PM M50/M100 WAR 1 EA 1, 609 . 000 WARNTY METRO M50/M100 1-YR EXTENDED MAINTENANCE 28 Part# : 5396353704404 1 EA 410 .420 SMART POINT COMMAND LINK 910-0015825 29 Part# : SM50546439001 1 EA 12 . 670 RETAINER AY CBL CMPLT 61TRPL IPERL/ALLY 61TRPL (2-WIRE) PASSIVE Y1 30 Part# : SM50546439002 1 EA 15 . 050 RETAINER AY CBL CMPLT 251TRPL IPERL/ALLY 251TRPL (2-WIRE) PASSIVE Y2 31 Part# : R1IRXXXG8BAXX 1 EA 438 . 820 MTR 1 .5 OMNI R2 13"LL NDK 7WHL2A 10G AMR 20 ' 32 Part# : R2IRXXXG8BAXX 1 EA 613 .280 MTR 2 OMNI R2 17"LL NDK 7WHL2A 10G AMR 20 ' 33 Part# : MISC. 1 EA . 000 SEE BELOW * ADD ON TO METER PRICES FOR OMNI T2 TO T6 RECLAIM EA. $67 .56 PARTS NOT QUOTED TO BE DISCOUNTED 24% FROM CURRENT PARTS PRICING BOOKLETS . casimirc@bbfl .us FULL FREIGHT ALLOWED. FOB SHIPPING POINT. CASE - 00472464 This Quotalion is an offer to sell which includes and is subject to the 3ensus Metering Systems Terns of Sale available for viewing and downloading at hltp;lr4YAW.Sei1SLI5.CUlllltc Please contact Customer Service at 1-800-638-3748 if you are unable to access this site and require a printed copy of the Terms of Sale. Page 700 of 1197 Page 5 12-1.1§91MM 450 North Gallatin Avenue 1-800-Meterll mommm P.O. Box 487 1-800-638-3748 Uniontown,PA 16224 USA www.sensus.com Your Quote Number: 28286 5 E n su s US Dollar Line Description Quantity U/M Unit Price **** THIS PAGE INTENTIONALLY LEFT BLANK **** IF MODIFICATIONS IN METER MATERIALS OR PROCESSING ARE REQUIRED TO MEET NEW REGULATIONS, THE PRICING SUBMITTED IS SUBJECT TO IMMEDIATE CHANGE Thank you for your interest in quality products by Sensus . Current as of : 2/05/19 Correspondence: Purchase Orders: SENSUS SENSUS 207 WINDMERE DRIVE PO BOX 487 BOWLING GREEN, KY 42103 UNIONTOWN, PA 15401 sensus .orders@sensus .com PHONE: 800-METER-IT 800-638-3748 ROBERT WHITTAKER Regional Sales Manager This Quotalion is an offer to sell which includes and is subject to the 3ensus Metering Systems Terns of Sale available for viewing and downloading at hllp;lr4YAW.Sei1SLI5.CUlllllc Please contact Customer Service at 1-800-638-3748 if you are unable to access this site and require a printed copy of the Terms of Sale. Page 701 of 1197 MEN= SEnsus MEN= Amended and Restated Advanced Metering Infrastructure(AMI)Agreement between City of Boynton Beach ("Customer") and Sensus USA Inc. ("Sensus") WHEREAS, Customer and Sensus previously entered into an Advance Metering Infrastructure (AMI) Base Terms Agreement dated May 21,2012(the"Previous Agreement"),and WHEREAS,the Previous Agreement ended on May 21,2017:and WHEREAS, the parties wish to ratify the continuation of the Previous Agreement through the Effective Date of this Agreement,and WHEREAS,the parties wish to amend and restate the Previous Agreement by entering into this Amended and Restated AMI Agreement (the "Agreement"), and the terms and conditions of this Agreement shall control the relationship between the parties.. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed by their duly authorized representatives as of the day and year written below.The date of the last party to sign is the"Effective Date." This Agreement shall commence on the Effective Bate which is the date of the last signature below and continue for five(5) Years ("nin r. Tgrm"). At the end of the Initial Terra, this Agreement shall automatically renew for an additional term of 5 years("Renewal Term"). The"Terra"shall refer to both the Initial Term and the Renewal Term. Sensus USA Inc. k Customer: Cift of Boynton B+eatch By: -� + By: Name: `6£ lam. Name: Lore LaVerrze e Title: Ili` SO.�5_ Nov j'e.te__ Title: City Manager Date. Date: November 17, 2017 Pricing remains firm until 4/30/2018("Trigger Date") contents of this Agreement All purchase orders shall be sent to the address provided AMI Agreement l� P Exhibit A Software by Sensus. Sensus may change this address upon Exhibit B Technical Support notice to Customer. Exhibit C Pricing Exhibit D Statement of Work Exhibit E Product Warranties Exhibit F Propagation Analysis Exhibit C through I are Intentionally omitted Customer order acknowledgements shall be seat to: [insert email address or fax number] Sensus shall send all invoices to:[Insert mailing address, email address,fax number,as applicable) /00 E_A- Nuc u 4&CA 64141 aft&ZftAd ' O ro ct1Y A7TORNitve (00204479,1306-9001821) i Page 1 of 21 Page 702 of 1197 SEnsus MEN= AMI Agreement 1 Equipment A, Purchase of Equipment I, Equipment Customer shall purchase from Sensus the quantities and types of Field Devices,RF Field Equipment,and other goods(cokdv*. EgIiiiMn )set forth in Exhibit C at the prices set forth In Exhibit C. Id. Delivery. Customer shall pay for delivery of the Equipment from Sensus'or Senses'contracted nianufacturers!factory to Customer=s warehouse. All Equipment Is shipped Ex Works shipping point prepay freight and add. Tille to,and property In,the Equipment shaq pass to Customer upon shipment Risk of loss of the Equipment shall also pass to Customer upon shipment. III, Project Number. Customer shall Include the Sensus project number an all Purchase Orders Orders submitted to Sensus may not be canceled or amended,or deliveries deferred,by Customer except with Sensus!prior written consent W Warmirilly.The Equipment purchased directly from Sensus is warranted as set forth In this subsection(iv), (a) Sensus warrants its water metering equipment and SmartPoint Modules according to the terms and conditions(including ell limitations and exclusions)in the Sensus G-500 warranty,attached hereto as Exhibit E, To the extent the farms of the G-506 Warranty oonflict with the terms In this Agreement the terms of this Agreement shall control, (b) Sensus warrants all other goods,software,and services,except for the water metering equipment according to the temrs and conditions (including all limitations and exclusions)in the Sensus Limited Warranty,attached hereto as Exhibit E. To the extent the terms of the General Limited Warranty corft with the term In this Agreement,the temns of this Agreement she#control. (c) Extended Warranty of RF Field Equipment Notwithstanding the foregoing,for each year that Customer pays for an extended basestation warranty, Sensus shall extend the warranty period of RF Field Equipment by twelve(12)months(the*Extended Warranty'). Following the expiration of the standard warranty period described In the General Limited Warranty,Customer shall pay for the Extended Warranty each year on an annual basis. If Customer ceases to purchase the Extended Warranty upon expiration of the previous warranty term.Customer shall not be entitled to purchase the Extended Warranty again, All of the limitations and exclusions of the General Limited Warranty shall apply during any extended warranty terra. For clarity,batteries,labor,and other parts or services not provided by the General Limited Warranty are not covered by the Extended Warranty and such expenses shall be Customer's cost and responsibility. B Limitations and Exclusions.THE WARRANTIES IN THIS SECTION 1,THE G-500 WARRANTY,AND THE GENERAL LIMITED WARRANTY ARE THE ONLY WARRANTIES GIVEN WITH RESPECT TO THE GOODS,SOFTWARE LICENSES,AND SERVICES SOLD OR OTHERWISE PROVIDED BY SENSUS. SENSUS EXPRESSLY DISCLAIMS ANY AND ALL OTHER REPRESENTATIONS,WARRANTIES ANDIOR CONDITIONS,EXPRESSED, IMPLIED,STATUTORY OR OTHERWISE,REGARDING ANY MATTER IN CONNECTION WITH THIS AGREEMENT,INCLUDING WITHOUT LIMITATION, WARRANTIES AS TO FITNESS FOR A PARTICULAR PURPOSE,MERCHANTABILITY,NON-INFRINGEMENT AND TITLE. C. Ongoing Maintenance of Equipment 1. Field Devices. Customer shall be responsible for the ongoing maintenance of the Field Devices,Customer shall pmvlde the field services labor to visit a problem Field Device and perform diagnostics and repair or replacement For electricity products,Customer shall first test and oonfirm that each socket to which a Field Device will bels connected Is In safe operating orrlidifion,is fully functional,is not corroded,does not contain Improperly Installed jaws or other deficlernis,comptles;with ANSI standards,and Is not"hat",damaged,or otherwise In need of maintenance or repair. II. RIF Field Equipment, Except as otherwise provided herein,Customer shall be responsible for the ongoing maintenance of the RF Field Equipment Customer shalt be responsible for the ongoing monthly operations and expenses related to the RIF Field Equipment Including any leasing costs, construction costs,taxes and costs of WAN Backhaul.Customer shall pay for electric power to the RIF Field Equipment. 2. Services, A. Installation of Equipment 1. Generally.The parties shall have their respective obligations for the deployment and operation of the AMI System as set forth in the Statement of Work attached as Exhibit D.The Statement of Work does not apply I Customer is purchasing Equipment from Sensus'authorized distributor. H. Field Devices. Customer shall Install the Field Devices at its End Users`premises,or other location as appficable.For electricity producW.Customer "first test and confirm that each socket to which a Network Device wig be colinected is in safe operabirg condition,Is fully functional and is not'hof, damaged or otherwise in need of maintenance or repair. III, RF Field Equipment Sensus shall perforin the propagation analysis in the Service Tem"to determine where to locate the RF Field Equipment For the prices set forth In Exhibit C,Sensus,or its subcontractor,shall perform Sensus'obligations In Exhibit D with regards to the RF Field Equipment Installation. Customer shall perlorm Customer's obligations In Exhibit D with regards to the RF Field Equipment Installation.The propagation analysis is attached hereto as Exhibit F, B. Software Implementation.Sensus shall Install and configure the Software and shall Instalt the Software an the Server I-lardware. C, tT Systems Integration Services. integration of the Software Into Customer's new or existing internal IT systems Is not included in this AgreerneftL Any Integration work shall be subject to a separate agreement which desaribes the scope and pricing for such work. 0, Technical Support Sensus shall provide Customer the technical support set forth In Exhibit B. E. PmJW Management Project managerrient of the AMI System Is not Included In this Agreement Any project management shall be subject to a separate agreement which describes the scope and pricing for such work. F. Training.Training on the use of the AMI System Is not included In this Agreement Any training shall be subject to a separate agreement which describes the scope and pricing for such work. 3. Software. A. Software as a Service(SaaS).Sensus shall provide Customer with Software as a Service,as defined In Exhibit A,only so long as Customer Is current In its payments for such services. B. UCITA.To the maximum extent permitted by taw,the Parties agree that the Uniform Computer Information Transaction Act as enacted by any state shalt not apply,in whole or in part,to this Agreement 4. Spectrum A, Spectrum Lease. The parties previously entered Into a spectrum manager lease on May 21,2012(the"g21gaM1fl1W),which is hereby specifically Incorporated by reference. To the extent the Spectrum Lease may be Interpreted to have expired In May 2017,the parties hereby ratify the extension of the Spectrum Lease to continue unchanged and unaffected from May 21,2012 through the end of the Term of this Agreement subject to the terms and conditions of the Spectrum Lease. (00204479,1 306-9001821) 1 Page 2 of 21 Page 703 of 1197 Emu= OEM= sEnsus MEN= 5. General Temps and Conditlons. A. Payment All payment and pricing is subject to the terms In Exhibit C. B. Limitation of Liability. I. Sensus'aggregate liability In any and all causes of action arising under,out of or in relation to this Agreement Us negotiation,Performance,breach or lennination(collectively'Causes 2f_Action)Shag not exceed the greater of,(a)the total amount paid by Cuslomer dirty to Sensus under this Agreement or(b)ten thousand US dollars(USD 10,0K00). This is so whether the Causes of Action are in ton,including,without limitation,negligence or strict liability,In contract under statute or otherwise. As separate and Independent limitations on liability,Sensus'liability shall be limited to direct damages. Senses shall not be liable for,(I)any indirect incidental,special or consequential damages;nor(!I)any revenue or profits W by Customer or Its Affiliates from any End User(s),Irrespective whether such lost revenue or profils Is categorized as direct damages or otherwise;nor(61)any WOW Costs;nor(1y)manual meter read costs and expenses;nor(y)claims made by a third party;nor(vi)damages arising from maincase or bottom plate breakage caused by freezing temperatures,water hammer conditions,of excessive water pressure.The limitations on liability set forth In this Agreement are fundamental Inducements to Sensus entering into this Agreement They apply unconditionally and in all respects. They are to be Interpreted broadly so as to give Sensus the maximum pialection permitted under law, R. To the maximum extent permitted by law,no Cause of Action may be Instituted by Customer against Sensus more than TWELVE(12)MONTHS after the Cause olActionfirst arose, in the calcutationof any damages In any Cause of Action,no damages Incurred more than TWELVE(12)MONTHS prior to the Ming of the Cause of Acton shall be mcoverable. C. Termination, Either party may terminate this Agreement earlier if the other party commits a material breach of this Agreement and such material breach Is not cured within forty-five(45)days of written notice by the other party.Upon any expiration or termination of this Agreement,Sensus'and Customers obligations hereunder shall cease and the software as a service and Spectrum Lease shall Immediately OWN. D. Force Majeure. It either party becomes unable,either wholly or In part by an event of Force Majeure,to fulfill its obligations under this Agreement the obligations affected by the event of Force Majeure will be suspended during the continuance of that inability. The party affected by the force majeure will take reasonable step to mitigate the Force Majeure. E. Intellectual Property. No Intellectual Property Is assigned to Customer hereunder.Sensus shall ow or continue to own all Intellectual Property used, created,and/or derived in the course of performing this Agreement To the extent,If any,that any ownership Interest In and to such intellectual Property does not automatically west In Sensus,by virtue of this,Agreement or otherwise,and Instead vests In Customer,Customer agrees to grant and assign and hereby does grant and assign to Sensus all right,ON,and interest that Customer may have In and to such Intellectual Property.Customer agrees not to reverse engineer any Equipment purchased or provided hereunder. F. Confidentiality. Both parties shall(and shall cause their employees and contractors(o)keep all Confidential Information strictly confidential and shall not disclose ll to any third party,except to the extent reasonably required to perform and enforce M Agreement or as required under applicable law,court order or regulation, The Confidential Information may be transmitted orally,in writing,electronically or otherwise observed by either party. Notwithstanding the foregoing,*Confidential Information'shall not Include;(I)any Information that Is In the public domain other than due to Recipient's breach of this Agreement(11) any Information In the possession of the Recipient without restriction prior to disclosure by the Discloser,or(iii)any Information independently developed by the Recipient without reliance an the Information disclosed hereunder by the Discloser.'D_kQ0Lr'means either party that discloses Confidential Information and'EIQmans either party that receives if. Notwithstanding the foregoing,Customer shall be allowed to release any Information Dot Is a Public Record under Florida Law, G. Compliance with Laws, Customer shall comply with all applicable county,federal,state,and local laws and regulations,as set forth at the time of acceptance and as may be amended,changed,or supplemented. Customer shall not take any action,or permit the taking of any action by a third party,which may render Sensus bible for a violation of applicable laws. 1. Export Control Uws. Customer shall;(I)comply with all applicable U.S.and local laws and regulations governing the use,export,Import,re-export, and transfer of products,technology,and services;and(ii)obtain all required authorizations,permits,and licenses.Customer shall Immediately notify Sensus,and Immediately cease all activities with regards to the applicable transaction,9 the Customer knows or has a reasonable suspicion that the equipment software,or services provided hereunder may be directed to countries In violation of any export control laws.By ordering equipment software or services,Customer certifies that it is not on any U.S,government export exclusion list L And-Corruptor Laws.Customer shall comply with the United States Foreign Corrupt Prddkm3 Act(FCPA),15 U S.C.H 78dd-1,at seq.;laws and regulations Implamentirg the 0ECD's Convention on Combating Bribery of Foreign Public Officials In Intemational Business Transactions;the UK Convention Against Corruptlon;the Inter-American Convention Against Corruption;and any Our applicable laws and regulations relating to anti- corruption In the Customer's county or any country where performance of this Agreement or delivery or use of equipment software or services at occur, H. Non-Waiver of Rights. A waiver by either party of any breach of this Agreement or the failure or delay of either party to enforce any of the articles or other provisions of this Agreement will not in any way affect limit or waive that party's Ohl to enforce and compel strict compliance with the same or other articles or provisions. I. Assignment and Sub-contracting. Either party may assign,transfer or delegate this Agreement without requiring the other party's consent(I)to an Affiliate; (ii)as pad of a merger,of @)to a purchaser of all or substantially all of Its assets. Apart from the foregoing,neither party may assign,transfer or delegate this Agreement without the prior written consent of the other,which consent shag not be unreasonably withheld, Furthermore,Customer acknowledges Sensus may use subcontractors to perform RF Field Equipment installation,the systems integration work(I applicable),or pmoct management(it applicable),without requiring Customer's consent, J. Amendments, No alteration,amendment or other modification shall be binding unless In writing and signed by both Customer and by a vice president(or higher)of Sensus. K. Governing Law and Disputa Resolution.This Agreement shall be governed by,construed and enforced In accordance with the Laws of the State of Florida. Any and all disputes arising under,out of.or in relation to this AgreemenL its negotiation,performance or termination{'Q' )shall first be resolved by the Parties attempting mediation in Florida.If the Dispute is not resolved within sixty(60)days of the commencement of the mediation,It shall be litigated In the state or federal courts located In Florida. TO THE MAXIMUM EXTENT PERMITTED BY LAW,THE PARTIES AGREE TO A BENCH TRIAL AND THAT THERE SHALL BE NO JURY IN ANY DISPUTES. L. Survival. The provisions of M Agreement that am applicable to circumstances arising after its termination or expiration shelf survive such termination or expiration, M. Severability. In the event any provision of this Agreement is held to be void,unlawful or otherwise unenforceable,that provision will te severed from the remainder of the Agreement and replaced automatically by a provision containing laimns as nearly like ft void,un6-At or unenforceable provision as possible;and the Agreement as so modified,will continue to be in full tome and effect. N. Four Comers, This written Agreement,Including all of Its exhibits,and the Spectrum Lem represents to entire understanding between and obligations of the parties and supersedes all prior undersiandings,agreements,negotiations,and proposals,whether wdt*n or oral,formal or Informal between the parfies. (0020"72.1Safi-900MI) Pape 3 of 21 Page 704 of 1197 Room ONE= sEnsus aimum Any additional writings shall not modify any limitations or remedies provided in the Agreement There are no other terms or conditions,oral,written,electronic or otherwise, Them are no Implied obligations. All obligations are specifically set forth in this Agreement Further,them are no representations that Induced this Agreement that are not included In It The ONLY operative provisions are set forth in writing In this Agreement Without limiting the generality of the foregoing,no pumirwe order placed by or on behalf of Customer shall after any of the terms of this Agreement The parties agree that such documents are for administrative purposes only,even 9 they have term and conditions printed on thern,and even 9 arid when they am accepted andlor processed by Sensors. Any goods,software of services delivered or provided in anticipation of this Agreement(for e.g.,as part of a pilot or bemuse this Agreernerit has not yet been signed but the parties have begun the deployment)under purchase orders placed prior to the execution of this Agreement are governed by this Agreement upon Its execution and it replaces and supersedes any such purchase orders, O. Counterparts,This Agreement may be executed in any number of counterparts,each of which shall be deemed an original,but all of which together shall oonsitilute one and the same instrument, Additionally,this Agreement may be executed by facsimile or electronic copies,all of which shall be considered an original for all purposes. 6. Definitions.As used In this Agreement the following terms shall have the following meanings: A. 'Affifialia*of a party means airy other entity controlling,controlled by,or under common control with such party,where'control'of an entity means the ownershi, directly or Indirectly,of 50%or more of edw,@ the sham or other equity In such entity;or®r the voting rights in such artily, B. -AMI System"Identifies the Sensus FtuNet Advanced Meier Infrastnicture System comprised of the SmartPW Modules,RF Plaid Equipment Smer Hardware, software licenses,FCC licenses,and other equipment provided to Customer hereunder. The AMI System only Includes the foregoing,as provided by Sensus The AMI System don not Include goods,equipment,software,licenses or rights provided by a third party or parties to this Agreement C. "Avalfab$v Meter"means an Installed Sensus FlexNel meter(with a SmartPoint Module installed)of a$emus SmartPoint Module which has been Installed an a third party meter,and which,in either can,is not an Unavailable Meter(or on an Unavailable Wier In the case of SmanPoint Modules on third party meters) and which satisfies all of the following criteria:@ it functions property,and is not a"ad or failed meter,(Ii Intentionally Omitted(6)it Is serviced by RF Field Equipment that has not been subjected to a power failure greater then eight(8)total hours;(iv)neither it nor the RF Field Equipment that serves that meter has been affected by a Force Majeure event(v)jamming of the radio spectrum Is not preventing or Interfering with radio communication to or from the meter;(vi)it is installed In the Service Territory., Oil)it has not been reported to Customer under Sensus`or CusbmWs preventative maintenance;(vii)Its functioning or performance has not been adversely affected by a failure of Customer to perform its obligations or tasks for Mich it Is responsible under this Agreement(ix)is functioning or performance has not been adversely affected by a failure or Insuffidency of the back haul telecommunications network of Customer for conirnunications among the components of the Sensus AMI System; and(x)it has been installed in camlAance with the procedures and specifications approved by Customer and Sows. D. 'Billing WbdW for a meter means the four day period comimendrig one day prior to the re•levant billing day for such mater and ending two days after such biting day, The Billing Window for testing purposes shall be agreed by Customer and Sows. E. 'ComIlarentlat Informallorf means any and at non-public information of either party,all technical information about either party's products or services,pricing Wormalon,marketing and marketing plans,Customers End Users'data,AMI System performance,AMI System architecture and design,AMI System software,other business and financial Information of either party,and all bade secrets of either party. F. *Echo Transcefte Identifies the Sams standalone,mounted relay device that takes the radio frequency readings from the SmartPoint Modules and relays them by radio frequency to The relevant FlexNet Base Station. G. "End user'means any end user ofelectrifly,water,andlor gas(as applicable)that pays Customer for the consumption of electricity,water,andlof gas,as applicable. H. 'Escalefor(s)'means the fdo�il i For Software as aService Sensus Analytics Applications:three percent(3%). 6, for Software as a Service Logic Applications:two and a haff percent(2,5%) fit, For Water Meters: (a) For bronze and low lead water metering products:the percentage change,for the relevant period,of the average of;(a)the United States Bureau of Labor Statistics Producer Price Index,Commodities,Group:Metals and metal products,item:Copper and copper-base alloy castings(excl,die-castings), series ID:WIDW0211070113,not seasonally adjusted;and(b)the United States Bureau of Labor Statistics Producer Nice Index,Industry Data,Industry and Product Plastics material and resins mfg.,series ID PCU 325211326211.not seasonally adjusted.# (b) For plastic main case metem the percentage change,for the relevant period,of the United States Bureau of Labor Statistics Producer Nice Index, Industry Data,Industry and Product Plastics material and resins mfg.,Wes IM PCU 325211325211,not seasonally adjusted. (c) For Omni meters:the percentage change,for the relevant period,of the United States Bureau of Labor Statistics Producer Price Index,Commodities, Group:Metals and metal products,Item:other gray and ductile iron castings,other,series IM WPU101MM,not seasonally adjusted. iv. For all other goods and services:the percentage change,W the relevant period,of the United States Bureau of Law Statistics Consumer Price Index for All titian Consumers,(CPI-U)'All items Less Food and Energy'for the U.S,City Average for Al hems,1982-84=10D,rot seasonally adjusted,or substantially similar succeeding index. v. Any Escalator Increases called forth in this Agreement shall be calculated to the third decimal point(e.g.2.576%) I. 'Field Dovkoe means the meters and Sma"Point Modules. J. 'Flaxililet Bass Stader"Identities the Sensus manufactured device consisting of one transceiver,to be located on a lower that receives readings from the SmartPoint Modules(either directly or via an Echo Transceiver)by radio frequency and passes those readings to the RNI by TCPAP backhaul communication.For clarity,RexNet Me Stations include Matra Base Stations. K 'Force Ma*W means an event beyond a party's reasonable control,including,without"tion,acts of God,hurricane,flood,volcano,tsunami,tornado,storm, tempest,mudslide,vandalism,Mega)or unauthorized ndlo frequency Interference,strikes,lockouts,or other Industrial disturbances,unavailatilly of component parts of any goods provided hereunder,act of pubsc enemies,wars,blockades,insurrections,nuts,epidemics,earthquakes,fires,restraints or prohibitions by any court board, department commission or agency of 11he United States or any States,any arrests and restraints,cM disturbances and explosim. L. "Heated Soffivam'means those,Items listed as an Application In Exhibit A. M. 1WOut Costa'mum any costs and expenses Incurred by Customer In transporting goods between its warehouse and Its End Users premises and any costs and expenses Incurred by Customer In installing,uninstalling and removing goods. N. 'Intellectual Pmpany means patents and patent applications,Inventions(whether patentable or not),trademarks,service marks,trade dress,copyrights,trade secrets, knv*huw,data rights,specifications,drawings,designs,maskwork rights,moral rights,author's lights,and other intellectual property rights,Including any derivations and/or dr rival5va works,as may exist now of hereafter cam Into existence,and all renewals and extensions thereof,regardless of whether any of such rights arise under the laws of the United States or of a"other state,country or jurisdiction,any registratiom or applications thereof,and all goodwill pertinent thereto. O. 'Licensed Sottwom'means the Sensus proprietary software that Sensus expressly licenses to Customer as specifically set forth In this Agreement P. 'LCAT identifies the bad control modules. Q, 'Ongoing Fee"meam the annual or monthly fees,as applicable,to be paid by Customer during the Term of this Agreement R. 'Patches'mean patches or other mainteniunce releases of the Software That conect processing errors and other W&and defects found previous versions of the Software.For clarity,Patches are not Updates or Upgrades. S. 'Permitted Use"means only for reading and analyzing data from Customer's Field Devices in the Service Territory. The Permitted Use does not include reading third party meters or reading meters outside the Service Territory. T. 'Release'means both Updates and Upgrades. U. 'Rernafe Transceiver'identifies the Sensus standalone,mounted relay device that takes the radio frequency readings from the SmartPoint Modules and relays them directly to the RNI by TCPAP backhaul communication. V. "RF Field Equiprowif means,colleciJively,FlexNet Bass Stations,Echo Transceivers arid Remote Transceivers, (00204479.1306-9001821) Page 4 of 21 Page 705 of 1197 INN= ME= SEnsus moo= W. 'RNr Identities the regional network Interfaces consisting of hardware and software used to gather,store,and report data collected by The Flextiet Base Stations from the SmartPoInt Wdules.The RNI:hardware specilloallons will be provided by Sensus upon written request from Custom X. 'RNI SohmW Identifies the Sensus proprietary software used in the RNI and any Patches,Updates,and Upgrades that are provided to Custom pursuant to the terms of this Agreement Y. 'Service Teaftair identities the geographic area Mere Custom provides electricity,water,and/or gas(as applicable)services to End Users as of the Effective Date. This area will be described on the propagatim study in the pantos'Spectrum Lease"with the FCC Z. 'SeiverHarcWtV means the RNI hardware. AA. 'SmartPolallm Moda)W Identities the Seasus transmission devices installed an devices such as meters,distribution automation equipment and dernarld/res4mse devices located at Customer's End Users'premises that take the readings of the meters and transmit those readings by radio frequency to the relevant FlexNet Base Station,Remote Transceiver or Echo Transceiver, B8. 'SaftaW means all the Sensus proprietary software provided pursuant to this Agreement and any Patches,Updates,and Upgrades that are provided to Custom pursuant to the terms of this Agreement The Software does not include any third party software. CC. 'TwchCcwp)er Unif Identifies an inductive coupler connection from a water register to the SmartPoint Module, M. 'Unavailable Melets"include meters with sockets with power cut at the pole,meters that are booted on the line side,sockets that are not provided power due to a power delivery system failure,meters,with tamper,thaft or other human induced failures that tender the meter or Sma0cint Module incapable of providing a read,a Force 1614eum event induced failures of the power delivery system,socket of meter,andlor any system or meter mainteimnce issue OW precludes the meter from transmitting Its message to the network Examples of Unavailable Meters kMe: @Intentiollally Omitted; (0)Intentionafly Omitted; @QIntenflonally Omitted; (ov)Intentionally Omitted;(y)Broken TouchCoupler unit the TouchCoupler unit is damaged by intentional or unintentional acts;(vQ Broken Clip: the clip that holds the TouchCoupleF unit Into the radio package housing is broken and the unit cannot complete the Inductive electrical connection;(vul Improper Installation of the TmxhCoupW unit:the To uchCoupler unh is not pushed all the way Into the housing clip causing the unit to not be able to complete the inductive electrical connection; (yru)Unit not Installed through the ph Ild:the unit Is not Installed with the antenna positioned through the pit fid and property secured with the retaining nut The radio unit must also be securely attached to the antenna section;#x)Radio unit not securely attached to the Antenna unit The walff-proof SMOrtPoint Module housing Is not property installed and secured to the antenna unit(x)Damaged antenna:the unirs antenna Is damaged by Inlentimal or unintentional acts;(xi)Damaged radio package: the units water-prod radio package is damaged by Intendwal or unintention al acts;(41 Data Base errors:the unit is removed from the system but not updated in the database.Still shown as in the system Men in fact has been removed;(xp Phantom Units:the unit is removed from the system but Is still transmitting and being heard by the system;and(xiv)Other Installation Defect:the unit Is otherwise installed Imprtgerty so that it does not communicate with the FlexNet Base Station. EE. 'UpdalW mews releases of the Software that Owz1hute a minor improvement In functionally. FF. 'UpgmM means releases of the Software which constitute a significant knprovement In functiortality,or architecture of the Software, GG. *WAN ElOckitaisr means the communication Ink between FlexNet Base Stations and Remo*Transceivers;and RNI. (0020"79.1 306.90018211 Page 5 of 21 Page 706 of 1197 NEI= MEN= sensus INS= Exhibit A Software Software as a Service 1. Description of Services This exhibit contains the details of the Software as a Service that Sensus shall provide to Customer I bath„@ pricing for the application of Software as a Service has been provided to the Customer,and(it)the Customer Is current in Its payments for such application of Software as a Service. A. Software as a Service Generally. Software as a Service Is a managed service In which Sensus will be responsible for the day-today monitoring,maintenance,management and supporting of Customer's software applications. In a Software as a Service solution, Sensus owns all components of the solution (server hardware, storage, network equipment Sensus software,and all third-party software)required to run and operate the application,These software applications consist of the following{each an" li "): o Regional Network Interface(RNI)Software * Sensus Analyfics o Enhanced Package The managed application systems consist of the hardware,Sensus Software,and other third-party software that Is required to operate the software applications. Each Application will have a production,and Disaster Recovery(as described below)environment Test environments are not provided unless otherwise specifically agreed by Sensus in writing.Sensus will manage the Applications by providing 24 x 7 x 365 monitoring of the availability and performance of the Applicaficrrs. B. Usage License. Subject to all the terms and conditions of this Agreement Saftm hereby gives Customer a license under SensuV Intellectual property rights to use the Sensus Applications for the Permitted Use for so long as Customer Is current In Its payments for the Applications("UUM JkAnse"), This Usage License shall commence on the Effective Date and shall terminate upon the earlier of;@ the expiration or termination of this Agreement for any reason;(11)If Customer uses the Applications provided hereunder other than for the Permitted Use;and(III)the Application is terrrfmated as set forth below. C. Termination of Software as a Service. Customer shall have the option at any time after full deployment but before the end of the Term to terminate any Application by giving Sensus one hundred twenty(1120)days prim written notice. Such notice,once delivered to Sensus,is irrevocable Should Customer elect to terminate any Application,Customer acknowledges that(a)Customer shall pay all applicable fees,Including any unpaid Software as a Service fees;and(b) Software as a Service for such Application shall Immediately cease,If Customer elects to terminate the RNI Application in the Software as a Service environment but does not terminate the Agreement generally,then upon delivery of the notice to Sensus,Customer shall purchase the necessary(a)RNI hardware and(b) RNI software license,each at Sensus'then-cuffent pricing. No portion of the Software as a Service fees shall be applied to the purchase of the RNI hardware or software license. D. o1gilware as a service'"means on the following services: I. Sensus will provide the use of required hardware,located a(Sensus'or a third-party's data center facility(as determined by Sensus),that is necessary to operate the Appricatim iL Sensus wig provide production and disaster recovery environments for Application, fit, Sensus will pmvide patches,updates,and upgrades to latest Sensus Hosted Software release iv. Sensus will configure and manage tire equipmeril(server hardware,routers,switches,f4ewags,etc.)In the data centers: a. Network addresses and virtual private networks(VPN) b. Standard time source(NTP or GPS) c. Security access points d. Respond to relevant alarms and notifications Y, Capacity and performance management Sensus will: a. Monitor capacity and performance of the Application server and software applications 240 using KPI mebics,thresholds, and alerts to proactively identify any potential issues related to system capacity and/or performance(i.e.database,backspool,logs,message broker storage,etc.) b. If an issue is Identified to have a potential Impact to the system,Sensus will open an incident ticket and manage the ticket through resolution per Exhibit B,Technical Support. c. Manage and maintain the performance of the server and perform any change or configuration to the server,In accordance to standard configuration and change management policies and procedures. d. Manage and maintain the server storage capacity and performance of the Storage Area Network (SAN), in accordance to standard configuration and change management policies and procedures. a. Exception may occur to the system that require Sensus to take immediate action to maintain the system capacity and performance levels, and Sensus has authority to make changes without Customer approval as needed,In accordance to standard configuration and change management policies and procedures. vi. Database management. Sensus will: a, Define data retention on and policy. b. Monitor space and capacity requirements. c. Respond to database alarm and notifimlions. cl. Install database software upgrades and patches. e. Perforrn routine database maintenance and cleanup of database to Improve,capacity and performance,such as rebuilding Indexes,updating Indexes,consistency checks,run SOL querylagent jobs,air, wit. Incident and Problem Management Sensus Will: a. Proactively monitor managed systems(247465)for key events and thresholds to proactively detect and identify lnckJents. b. Respond to Incidents and problems that may occur to the Application(s), c. Maintain policies and procedures for responding to incidents and performing mot cause analysis for ongoing problems. d. Correlate Incidents and problems where applicable. a. Sensus personnel will use the Salesforce Self Service Portal to document and track incidents. f. In the event that a Sensus personnel is unable to resolve an Issue,the issue will be escalated to the appropriate Subject Matter Expert 100204479.1 306-9001021) Page 6 of 21 Page 707 of 1197 Room Mom= sensus 11111111011111M (SME), 9. Maintain responWft for managing incident and problems through resolution and will coordinate with Customer's personnel ancilor any required third-party vendor to resolve the Issue, h. Provide telephone support consistent with Exhibit B,Technical Support in the case of undetected events. viii. Security Management Sensus will: a. Monitor the physical and cyber security of the server and Application(s)247 to ensure system Is highly secure In accordance with NIST Security Standards. b. Perform active Intrusion prevention and detection of the data center network and firewalls,and monitor logs and alerts. c. Conduct period penetration testing of the network and data center facilities. d. Conduct monihV vulnerability scanning by both Internal staff and external vendors, e. Perform Anti-Virus and Matware patch management on all systems. L Install updates to virus protection software and related files(including Virus signature files and similar files)on all servers from the update being generally available from the antivirus software provider, g. Respond to any potential threat found on the system and work to eliminate Virus or Malware found. K Sensus adheres to and submits carit0cation to NERCICIP Cyber Security standards, 1. Sensus actively parficipailWrinonitors industry regulationtstanclards regarding security—NERC, FERC, NIST, OpenSG,etc.through the dedicated Sensus Security learn, J. Provide secure web portal access(881.)to the Appllcaticin(s). Ix, Backup and Disaster Recovery Management Sensus will: a. Perforin daily backups of data providing we(1)year of history for auditing and restoration purposes. b, Back-up and store data(on tapes or other storage media as appropriate)off-site to provide protection against disasters and to meet file recovery needs. c. Conduct incremental and full back-ups to capture data,and changes to data,on the Applicabon(s), d Sensus WI replicate the Application(s)environments to a geographically separated data center locafiDn to provide a full disaster recovery environment for the Application production system. a. Provide disaster nKxwery environment and perform fall-over to DR environment within forty-eight(46)hours of dedared event f. Generate a report following each and any disaster measuring performance against the disaster recovery plan and Identification of problem areas and plans for resolution. 9. Maintain a disaster recovery plan In the event of a disaster,Sensus shall provide the services in accordance with the disaster recovery plan. h In the case of a disaster and loss of access to or use of the Application,Sensus would use commercially reasonable efforts per the Recovery Time Objectives and Recovery Point Objectives specified herein to restore operations at the same location or at a backup location within forty-eight(48)hours. 1. The Application shall have a Recovery Time Objective(RTO)of forty-eight(48)hours, J. The Recovery Point Objective(RPO)shall be a full recovery of the Application(s),with an RPO of one(1)hours,using no more than a twenty- four(24)hour old backup. All meter-related data shall be pushed from each Base StatlonJTGB restoring the database to real-gine minus external Interfaced systems from the day prior. k. Data from external Interfaced systems shall be recreated within a forly-eight(48)hour period with the assistance of Customer personnel and staff,as needed, E. Customer Responsibilities: 1. Coordinate and schedule any changes submitted by Sensus to the system in a=rdance,with standard omfguratim and change management procedures. 11, Participate In all required configuration and change management procedures. III. Customer will 4 Incidents related to the managed Application with Sensus personnel via email,web portal ticket entry,or phone call. iv. Responsible for periodic processing of accounts or readings(i.e.billing files)for Cuslomees bdiling system for billing or other analysis purposes. Y. Responsible for any field labor to troubleshoot any SmartPoint modules or smart maters in the field In populations that have been previously deployed and accepted. vi. First response labor to troubleshoot FlexNell Base Station,Echo Transceivers,Remote Transceivers or other field network equipment vil. Responsible for local area network configuration,management and support. Wil, Identify and march problems with meter reads and meter read performance. ix. Create and manage user accounts. x. Customize application configurations. A. Support application users. xil. Investigate application operational Issues(e.g.meter reads,reports,alarms.etc.). xfll, Respond to alarms and notifications. MY. Perform firraware upgrades over-the-air,or delegate and monitor field personnel for on-site upgrades. F. "Sob9ne as a Service"does not Include any of the following services: I. Parts or labor required to repair damage to any red network equipment that is the result of a Force Maleure event 11, Any Integration between applications,such as He"MeterSew,would require a Professional Services contract agreement to be sooped,submitted, and agreed in a signed writing between Sensus and all the applicable parties, If an Item Is not listed In subparagraphs In hem(D)above,such Item Is excluded from the Software as a Service and Is subject to additional pricing. Further Agreements A. System Uptime Rate 1, Sensus(or its contractor)shall manage and maintain the Application(s)on computers owned or controlled by Sensus(or Its contractors)and shall provide Customer access to the managed Application(s)via Internet or point to point oDnnecthn(i.e.,Managed-Access use),aaxxding to the terms below.Sensus endeavors to maintain an average System Uptime Rate equal to ninety-nine(99.0)per Month(as defined below). The System Uptime Rate,cumulative across all Applications,shall be calculated as follows: System Uptime Rates 100 x ([MO—Total Non&W_M1_ed_DLw_nfh-ne minutes in the Montht NO (00204479A 306-90010211 Page 7 of 21 Page 708 of 1197 IVAN= MEN= sEnsus OEM= 1, Calculations a, "Targeted Wattles of Operndon"WTW means total minutes cumulative across all Applications in the applicable month("MI,nW) minus the Scheduled Downtime In the Month. K "Scheduled Downtime means the number of minutes during the Month,as measured by Sensus,In which access to any Application Is scheduled to be unavailable for use by Customer due to planned system maintenance. Sensus shall provide Customer notice(via email or otherwise)at least seven(7)days In advance of commancement of the Scheduled Downtime. c. "Mon-Scheduled Downtime"means the number of minutes during the Month,as measured by Sensus,In which access to any Application Is unavailable for use by Customer due to masons other than Scheduled Downtime or the Exceptions,as defined below(e.g.,due to a need for unplanned maintenance or repair). Ii. Exceptions."gg22pW mean the following events: a. Force Majeure; b. Emergency Work as defined below;and c. Lack of IntemetAvaRability,as described below. 1, Emergency Work. In the event that Force Majeure,emergencies,dangerous conditions or other exceptional circomstanoas arise or continue during TMO,Sensus shall be entitled to take any actions that Sensus,In good faith,determines is necessary or advisable to prevent remedy,mitigate,or otherwise address actual or potential harm,interruption,loss,threat,security or like concern to any of the Application(s)(I-Eme-wency Wort"). Such Emergency Work may include,but Is not limited to:analysis,testing,repair,maintenance,re-setting and other servicing of the hardware,cabling, networks,software and other devices,materials and systems through which access to andfor use of the Applicatiori(s)by the Customer is made available(the AManaqgLb11ems"),Sensus shall endeavor to provide advance notice of such Emergency Work to Customer when practicable and possible. R. Lack of Internet Availability.Sensus shat'not be responsible for any deterioration of performance a&WW*to latencies In the public Internet or point-to-point network connection operated by a third party.Customer expressly acknowledges and agrees that Sensus does not and cannot control the How of data to or from Sensus'networks and other portions of the Internet and that such flow depends in part on the performance of Internet services provided or controlled by third parties,and that at times,actions or inactions of such third parties can Impair or disrupt data transmitted through,and(Gr Customers connections to,the Internet or point-to-p*1 data connection(or portions thereof).Afthough Sensus will use commercially reasonable efforts to take actions Sensus may deem appropriate to mitigate the effects of any such events,Sensus cannot guarantee that such events will not occur.Accordingly,Sensus disclaims any and all liability resulting from or relating to such events. B. Data Center She-Security. Although Sensus may modify such security arrangements without consent or notice to Customer,Customer acknowl*es the following are the current arrangements regarding physical access to and support of the primary hardware cornIocirients of the Managed Systems: 1, The computer rooms)In which the hardware is Installed Is accessible only to authorized individuals. It. Power Infrastructure Includes one or more uninterruptible power supply(UPS)devices and diesel generators or other alternative power for back-up electrical power. Ili. Air-conditioning facilities(for humidity and temperature controls)are provided In or for such computer row(s)and can be monitored and adjusted for humidify and temperature settings and control.Such air systems are supported by redundant back-up andfor switch-over environmental units. Iv. Such electrical and A/C systems are monitored on an ongoing basis and personnel are available to respond to system emergencies(it any)In real time. V. Dry pipe pre-action fire detection and suppression system are provided. vi, Data circuits are available via multiple providers and diverse paths,giving access redundancy. C. Responsibilities of Customer 1, Customer shall promptly pay all Software as a Service fees, If. Customer may not(1)carelessly,knowingly,intentionally or maWously threaten,disrupt harm,abuse or Interfere with the Applicallim(s),Managed System or any of their functionality,performance,security or Integrity,nor attempt to do so,(h)Impersonate any person or entity,including,but not limited to,Sensus,a Sensus employee or another user,or(iii)forge,falsify,disguise or otherwise manipulate any Identification information associated with Customer's access to or use of the Application(s). ffit The provisioning, compatiNdy, operation, security, support,and maintenance of Customers hardware and software("Customers System")is exclusively the responsibility of Customer. Customer Is also responsible, in particular, for correctly configuring and maintaining (I)the desktop environment used by Customer to access the Application(s)managed by Sensus;and(if)Customers network router and firewall,it applicable,to allow data to flow between the Customers Systems and Sensus'Managed Systems In a secure manner via the public IntemaL W Upon receiving the system administrator account from Sensus,Customer shall create usememe and passwords for each of Customers authorized users and complete the applicable Sensus registration prices("A6r(h2fiMJ21W),Such usemames and passwords will allow Authorized Users to access the Application(s).Customer shall be solely responsible for maintaining the security and confidentiality of each user ID and password pair associated with Customers account and Sensus will not be liable for any loss,damage or liability arising from Customers account or any user ID and password pairs associated with Customer.Customer is fully responsible for all acts and omissions that occur through the use of Customer's account and any user 0 and password pairs.Customer agrees(I)not to allow anyone other than the Authorized Users to have any acmes to,or use of Customers account or any user ID and password pairs at any time;ffli to notify Sensus Immediately of any actual or suspected unauthorized use of Customers account or any of such user ID and password pairs,or any other breach or suspected breach of security,restricted use or confidentiality, and(Ili)to take the Sensus-recommended steps to log out from and otherwise exit the Application(s)and Managed Systems at the end of each session. Customer agrees that Sensus shall be entitled to rely,without inquiry,an the validity of the user accessing the Application(s)application through Custamer's account,account 10,usememes of passwords. t Customer shall be responsible for the day-to-day operations of the Applicalloals)and AMI System. This includes,without limitation,@ researching problems with meter reads and system performancri, @1 creating and managing user accounts,(EQ customizing application configurations,(iv) supporting application users,(v)Investigating application operational issues (vi)responding to alarms and notifications,and(vii)performing over-the-al commands(such as fimmare updates or configuration changes) 19, Sensus Analytics A. Essential Package. The Essential Package of the Sensus Analytics Application shall consist of the following modules: 1, Device Access a, Allows search for meter details by using data Imported from the Billing system or the Sensus Device ID or AMI ID. L Atiorm a view of the meter Interval or register reads r Meter data Is available to be copied,printed,or saved to certain user programs or file lonnals.specifically CSV,PDF,and Spreadsheet d, Allows the current and historical data to be viewed, e. Allows the current usage to be compared to historical distribution averages. 1. Allows the user to see the meter location on a map view, M20"79.1 VS-90018211 Page 8 of 21 Page 709 of 1197 SEnsus g. Allows notifications for an event on a single meter to be forwarded to a Customer employee. h. Allows details to be viewed about a malar—(dependent aro the data integrated from other systems). li Meter Insight(provides the following) a. #of active meters. b, #of orphaned meters with dnA down to the Int of meters. c. #of inactive meters with drrg down to the list of meters. d. #of state meters with drift down to the list of meters. a. #of almost stale meters with drill down to the fist of meters. L #of meters where no read Is available with drill down to the list of meters. g. #of meters with high threshold exceptions with drtti down to the list of meters. h. #o1 unknown radios with Of down to the list of meters. Iii. Report Access a. Allows the user to see meter alarms and moose a report from a list of standard reports, b. Master Route Register Reads_: Shows the latest reads for all meters within specified time window c. Meter Route Intervals Reads; Allows users to inspect intervals of a single meter over a period of time. d. Master Routh No Readings: List all meters that are active in the system but have not been sending reads within the specified time window. a. Consumption Report List meters'consumption based on rater readings within the specified time window. f, Zero Consumption for Period' List meters whose readings do not change over a period of time. g,. Negative Consumption- Shows the number of occurrences and readings of negative consumption for the last 24hr,48hr and 22hr from the entered roll up date, K High tow Exception Repot Displays meters whose reads exceed mfnknwn orland maximum threshold,within a lime range L Consumption vs Previous Reported Read, Compares latest reading(from RNf)with last known rears received from CIS. Consumption Exception 24 hour Report This report shirrs meters that satisfy these two oDndidons.(1)The daily average consumptions exceed entered"daily consumption threshold:"(2)The number of days when daily thresholds are exceeded are greater than the entered" exception per day threshold." k. Endpoint Details: Shows the current state of meters that are created within the specified time range. I. (Orphaned Meters: Last meters that are marked as'orphaned`,which are created as of entered"Created as of"parameter, m. Billing Request Mismat& Displays meters Ina billing request that have different AMR id with the ones sent by RNI.It also shows AMR id In billing request that have different meter id In the RNs. n. Users need to enter which bung request file prior to running the report. o. Alams Report List all alarms occurred during a time window.Users can select which alarm to show. iv, Billing Access a. Initiate the creation of billing export files formatted to the import needs of the billing system. b. Receive billing request files from the billing system to Identify what meters to include in the billing export file in the case where billing request file option is used, c. Provides a repository of past Idling fifes that were either used for billing preparation or actually send to the billing system. d. Will store created billing files for a pedod of three years unless otherwise denoted, a. The system will alloy creation of test files before export to the billing system, v, Billing Adaptor a. The underlying configurator and toots mapping the extraction of billing data to enable integration to the utility's billing system. vi, Data Store a. Alloys storage of meter reading data Including Intervals,Registers,and Alarms to be shared. b. Stored data is available online for reports and analysis. c. Data will be retained for 3 years.Additional duration can be purchased, B, Enhanced Package,The Enhanced Package shall consist of the modules listed above in the Essential Package,as well as the following additional modules: i. Alarm Dashboard a. Allows the user to summarize and filter alarms by a date range. b, Allows the user to review all alarm types on a single screen. c. The user can fitter out the alarms not wanted on the screen, it. Alarm totals can be visualized, e. Adds a view of trending alarms over time. I. Click to drill down on an alar to gain more information on specific events. g. Click to analyze a specific event on a particular device. it. Alarm Console a. Follow real time monitors of the alarms corning from Customer's meters. b. Provides a single view for all afamrs across the entire network. C. Allows the user to view trending of each alarm over lime. let. Alert Manager a. Allows creation of alert groups who will be notified when an alarm occurs. b, Users can manage alert gawps by adding and removing group nlernbers. c. Allows selection of notification method for hoax end users In the group will be notified;email or SMS(text ). d. Allows creation of an alert from the available system events from smart points and assign to a group. e. Monitors the systems meters for events. When an event is triggered,all users in the group will be notified. D. Integration of Sensus Analytics. Sensus shall provide integration support services to Customer only to the extent specifically provided below: 1, Sensus shall provide Customer with a simple flat file specification known as VFlex for the integration of the Customer's bads office system to the Sensus Analytics modules.This flat fife may be delimited or fused width.This specification allows Customer to transmit each day or as needed:the devices and end users in the system,end user Status,end user account Information,end user name,and other end user details. When sent to rime Sensus FTP servers,this file exchange will enable the system to become operational with the Customer's systems, Customer shall produce this file and transmit If to the FTP location designated by Sensus.Sensus will provide reasonable support to explain to Customer the required vs.optional fields that are in the specification,testing and validation of the file format and content a. In scope of the included Integration efforts is the mapping the Customer's fields to the VFlex specification. 100204479 13064001821) Page 9 of 21 Page 710 of 1197 RIME= SEnsus amom b, tlut of scope and subject to additional charges will be the transformation of data where business lo&including code must be written to rnodify the field content or format of the data to meet the Max specification. Ii. Sensus`integration services consists of four(d)hours of assistance(remote or on-site,as determined by Sensus), If additional time is needed to complete the Integration efforts,Sensus shall invoice Customer for additional fees on an actual time and materials basis. fit. It an tem is not listed In subparagraphs(1)or(11)above,such kern Is excluded from the Integration of Sensus Analytics Support and Is subject to additional pricing. E. Data Import. The Sensus Analytics Application contains adapters for the import of data from,(a)Customers FlexNet AMI System,andlor(b)AutoRead application for handheld and drive by systems,as applicable. F. Customer Acknowledgements. I. Customer acknowledges that the Sensus Analytics Application provides up to fifty(50)user logins for Cuskxner's use, IL Customer acknowledges and agrees the Sensus Analytics Application Is based upon the actual number of End Users within Customer's Service Territory. Pricing may increase if Customer's Service Territory or actual number of End Users expands, iii. Customer acknowledges that all data related to the Sensus Analytics Applications is geographically hosted within the United States of America, Customer accepts the geographic location of such hosting.and indemnifies Sensus for any claims resulting therefrom. Iv. Customer acknowledges and agrees that the Intellectual Property provisions of this Agreement apply In all respects to Customer's access to and use of the Sensus Analytics Applications. V. Customer is responsible for validating Me data anaWed by the Sensus Analytics Applications, Senses makes no promises of improving Customer's operations or saving Customer money,nor Is Sensus liable for any damages resulting from decisions made by Customer related'to Customer's use of Sensus Analytics, IV. Thud Party Software. A. RedHat Linux.it Sensus is providing Customer with a license to use RedHat Linux Software.Customer agrees to the following: By entering into this Agreement,Customer agrees to abkte by and to be legally bound by the terms and conditions of the Red Hat End User license Agreements identified below,each of which are incorporated Into this Agreement by reference and are available at the websites Identified below, Please read the Red Hat End User license Agreements and incorporated references carefully. Subscription: End User License Agreement Red Hat Enterprise Linux hdplAwm,redhalcomfiicenseslrhel_rha_eula.html Moss Enterprise Middleware http:lAvww.redhat,c om/riicenseslbass_eufa.html (00204474.1 306,9001621 t Page 10 or 21 Page 711 of 1197 MEN= am= ma" ME= SEnsus MEN= Exhibit B Technical Support 1. Introduction Sensus Technical Services provides utility customers with a single point of contact for Tier 1 support of technical issues as well as any coordination of additional resources required to resolve the Issue.Requests that require specialized skills are to be forwarded to a senior support engineer or Technical Advisor within the team for further analysis,It Technical Services has exhausted all troubleshooting efforts for the product type,the issue will escalate to the Engineering Support Team,Occasionally,on-site troubleshootingtanalysis may be required.The preferred order of on-site support is: a) The Customer(for assistance with the easiest and bwmi time-consuming activities such as power onipower off). b) The local distributor. c) Sensus employees or contracted personnel,If required to fulfill a contract commitment. 2, Support Categories 21, General questions regarding functionality,use of product how-to,and requests for assistance on Sensus AMR,AMI,RF Network Equipment Metering Products and Sensus.Lighting Control. 22 Pmacdve reporting and resolution of problems, 2.1 Reactive reporting to Isolate,document and solve reported hardwarelsoUam defects. 2.4. Responding to service requests and product changes, 25 Addressing customer Inquiries with printed or electronic documentation,examples,or additional explanatioWdartkatiori, 3. Support Hours 3.1, Standard Support Hours:Tott-free telephone support(1 ,3748 option#2)is available Monday thru Friday from 8WAM EST to B:DGPM EST.After- hours,holiday and weekend support for Severity I and Severity 2 issues is available by calling I-MO-638-3748,option 0. 4. Support Procedures 4A, Customer identifies an Issue or potential problem and calls Technical Services at 1-800-638-3748 Option 92.The Customer Service Associate or Technical Support Engineer will submit a Support ticket. 42 The Customer Service Associate or Technical Support Engineer will Identify the caller name and utility by the assigned software serial number,city,and state In which the call originated.The nature of the problem and severity levels will be agreed upon by both parties(either at the line the Issue Is entered or prior to upgrading or downgrading an existing issue)using the severity definitions below as a guideline.The severity level Is then captured Into a support ticket for creation and resolution processing.Any time during the processing of this fickel,I the severity level Is changed by Sensus,the customer will be updated. Severity Levels Descripbow Sevi Customer's production system is down.The system is unusable resulting in total disruption of work.No workaround is available and requires Immediate attention. Example:Network mass outage,all reading collection devices Inoperable,inoperable head end software(e,g.,RNI Software,Sensus MDM), Sev2 Major system featureffunctiori failure. Operabo"are severely restricted;them is a major disruption of work, no acceptable work-around is available,and failure requires Immediate attention. Examples:Network equipment failure(e.g.,FfexNet Echo,FlexNet Remote,Base Station transceiver,or VGS);inoperable reading devices jeg,, At 500,VXU,VGB,or Cormnandil-ink);head end software application has Important functionality not working and cannot create export file for billing system operations. Sev3 The system Is usable and the Issue doesn't affect critical overall operation. Example:Minor network equipment failure(e.g.,Echo/Remota false alarms or Base Station transceiver false alarms);head end software application operable but reports are not running property,modification of view or some non-aitical function of the software Is not running. Sevil Minor system Issues,questions,new features,or enhancement requests to be corrected In future versions, Examples:Minor system issues,general questions,and"How-To`questions. 43, The Customer Service Associate or Technical Support Engineer klerififies whether or not the customer Is on support If the customer is not on support,the customer Is advised of the service options as well as any applicable charges that may be billed. 4.4, Calls are placed In a queue from which they are accessible to Technical Support Engineers on a first-oorna-first-serve basis.A first level Customer Service Associate may assist the customer,depending on the difficulty of the call and the representative's technical knowledge.Technical Support Engineers(Tier I support)typically respond/resolve the majority of calls based on their product knowledge and experience.A call history for the particular account is researched to note any existing pattern or it the call is a new report.This research provides the representative a basis and understanding of the account as well as any associated problems and/or resolutions that have been communicated. a. Technical Services confirms that there is an issue or problem that needs further analysis to determine its cause.The following Information must be collected:a detaged description of the issue's symptoms,details on the sollwarethardware product and version,a description of the environment In which the issue arises,arid a list of any mirective action already takanL b, Technical Services will check the Internal database and product detect tracking system,to see 9 report of a similar problem exist and If any wDrkhV solutions were provided.If an existing resolution is found that will address the reported Issue,it shall be communicated to the custom.Once 4 Is confirmed that the Issue has been resolved,the ticket Is closed. G It there is no known defect or support that defines the behavior,Technical Services will work with the customer to reproduce the issue.If the Issue can be reproduced,either at the customer site or within support center fast lab,Technical Services will escalate the ticket for further Investigation I resolution. It the issue Involves units that are considered to be detective with no known mason,the representative will open a Special Investigation RMA through the Support system,If It Is determined that a sample Is required for further anaty-sis,the customer will be provided with Instructions that detail where to send the product sample(s)for a root cause analysis.Once it Is determined that the Issue cannot be resolved by Tier 1 resources,the ticket will be escalated to Tier 2 support for confirmation/workarounds IG resolve immediate Issue,Technical Services will immediately contact the customer to advise of the escalation.The response and escalation limes are listed in Section 5.At this time,screen shots,log files,configuration files,and database backups will be created and attached to the ticket (002044 70.1 306-0001821) Page 11 of 21 Page 712 of 1197 SEEM momm SEnsus OEM= 5, Response and Resolution Twgets. Sensus,Technical Support wil make every reasonable effort to meet the tolonving response and resolution targets: Swellity Standard Target Resse Standard Target Resolution Resolution(one or more of the followilng) pon Immediately assign trained and qualified * Satisfactory workaround is provided. Services Staff to correct the error on an & Program patch is provided, 1 30 Minutes expedited basis. Provide ongoing * Fix incorporated Into future release. communication on the status of a ® FN or workaround Incorporated Into the Support correction. Know Base, 9 Satisfactory workaround is provided. Assign trained and qualified Services 9 Program patch is provided, 2 4 hours Staff to conect the error. Provide - Fix incorporated into future release. communication as updates occur. - Fix or workaround incorporated into the Support Ke Base. * Answer to question is provided, - Satisfactory workaround Is provided. 3 1 Business Day 90 business days a Fix or workaround in into the Support Knowlecige Base. * Fix Inco ted into future release Answer to question is provided, 4 2 Business Days 12 months - Fix or woftround Incorporated into the Support Know a Base. 6, Problem Escalation Process. 61. If the normal support process does not produce the desired results,or 0 the severity has changed,the Issue may be escalated as follows to a higher level of authority. 6.1.1. Severity 1 issues are escalated by Sales or Technical Services to a Supervisor 9 not resolved within 2 hours;to the Manager level If not resolved within 4 hours;to the Director level If not resolved within the same business day;and to the VP level it not resolved within 24 hours, 6.1-2. A customer may escalate an issue by calling 14W-M-3748,Option 2.Please specify the Support ticket number and the reason why the issue Is being escalated. 6.1-3. In the event that a customer is not satisfied with the level of support or continual problem with their products,they may escalate a given Support ftet to Manager of Technical Services(1-8110-838-3748,Option 2). 7. General Support Provisions and Exclusions. 7.1. Sensus provides online documentation for Sensus products through the Sensus User Forum(hdp://myfiexnatsystem.cwmoduwusedLogin).Ali Sensus customers are provided access to this online database,which includes operation.configuration and technical manuals.Sensus atso hosts periodic user group teleconferences to familiars the Interchange of product Idea,product enhancements,and overall customer experiences.The customer shall provide names and email accounts to Sensus so Sensus may provide access to the Porlal. 7,2. Specialized support from Sensus is available on a fee basis to address support Issues outside the scope of this support plan or 9 not covered under another specAc maintenance contract For example,specialized systems integration services or out of warranty network equipment repair that Is not covered under a separate maintenance contract. 100204479 1 M01821) Page 12 of 21 Page 713 of 1197 mom mom= sensus MOM ExhtbttC Pricing '7 ...... Item Descripbori I Quantity Prim per unit Notes GDOCIS SEE EXHIBR'C"IQUOTATION AT PAGES 14 THROUGH 17 Sam= SEE EXHIBrT'C'IQUOTATION AT PAGES 14 THROUGH 17 of Fees SEE EXHIBIT'0701,110TATION AT PAGES 14 THROUGH 17 Annually . ..... 77 Escalation. Customer shall pay for all goods and services rendered by Sensus hereunder at the prices set forth in this Exhibit C(or in the Quote If one is referenced on the first paqa.N there is a Quote referenced on the first page,such Quote is Incorporated into this Exhibit C by reference). The pricing In Exhibit C shag remain Arm urd the Trigger Date (as deftned on Me first page of the Agreement).Starting on the Trigger Date,and an each anniversary of the Trigger Date thereafter,the pricing in WIN C shall automatically adjust to equal the summation of(i)the amount charged for such pricing component during the Immediately preceding year tease Amount");plus(i)the product of the Base Amount multiplied by the percentage rate of Increase In the Escalat s)during the Irnmedlately preceding year(which product shall not be less than zero.such that the pricing in Exhibit C cannot deo-ease under this section). The Escalalons)will be calculated utilizing the Escalator(s)published the month prior to the anniversary of the TdW Date compared to the equivalent month from one year earner to determine the escalation. For example,is the Trigger Date occurs In January 2415,the Escala"s)will be calculated by comparing December 2013 and December 2014 figures, Equipment Invoices for all Field Devices,RF Field Equipment,Server Hardware and any other goods sold by Sensus hereunder shall be delivered along with the relevant goods. Third Party Devices, In cases where Customer requests or requires Sensus to deliver SmartPoint Modules to a third party meter manufacturer(or any other third party),payment for W modules is due wift thirty(30)days of the Invoice date to such manufacturer or other third party,lm--pcdve of how long it takes such third party to deliver the SmarlPoint Modules to Customer, Services, Invoices for Ongoing Fees and services shelf be delivered annually or monthly,as applicable,in advance Invoices for other services shall be delivered upon completion of the applicable service. Invoices and Payment Customer shall pay all Invokes within thirty(30)days of the Customers receipt of the proper Invoice in accordance with the Florida Prompt Payment Act. Sensus reserves the right to establish credit limits for Customer and may require full or partial payment prior to shipment of any goods or commencement of any services Provided! hereunder, All payments shall be made via elec:tronlc payment to the account(s)indicated by Sensus from time to time,unless Sensus requests a change in payment methods in writing, Late Payments.Any invoices not disputed in good faith by Customer which Customer does not pay within the time provided In this Agreement stall bear interest at the lower of 01 one percent(i%)per month In accordance with the Florida Prompt Payment Actor(R the highest rate permitted by applicable law(collectively,Interest hate`). Disputed Invoices. Resolutions of disputed Invoices will be handled in accordance with Section 218 76,Florida Statutes of the Florida prompt Payment Act,as may he amended, Withholding, Customer may withhold payment on an invoice for detective goods and services. Payment by Customer of an involm shall deem Sensus to have fully complied with this Agreement for all goods and services represented In the Invoice and with all other terms and conditions of this Agreement prior to the date of such payment Taxes. All prices quoted are exclusive of federal,state and municipal taxes,Customer is exempt from taxation and no taxes will be Imposed on this Agreement or the goods, services,licenses andfor other rights provided to Customer.Unless and until Custornet provides Sensus with Its tax exempt certificate,Customer shall be liable for all sales,use and other taxes(whether local,state or fadenall irnposed on this Agreement or the goods,services,licenses,and/or other rights provided to Customer hereunder Delivery and Packaging. Customer shall pay for delivery of the Equipment from Sensus'or Sensus'conbracted manufacturers'factory to Customer's warehouse. Sensus reserves the right to select the manner In which Equipment Is packaged.Quoted prices include regular packing. Special requirements for packing*41 be subject to extra charges Shipping and completion dates quoted by Sensus are made in good tab but are not guaranteed. Address for Purchase Orders. All purchase orders shall be sent to the address listed below. Sensus may cirtange this address at any time,upon written notice to the Customer (such notice may be provided via arnall). Sensus USA Inc. PO Box 467 Uniontown,PA 15401 Alin Customer Service Fax;800-OW2403 Erna:lcon—support@wsm com (00204479.1 306-900M21) Page 13 of 21 Page 714 of 1197 snow son= W40M 111N= SEnsus Exhibit C Page 1 M� 450HOOCat NIR Awa® 1-000~1 P.O,0=4a? I-60"W3746 QUOTATION W10010" Unlonkwm,PA 15221 USA wNw."Mus.com Your Quote Number: 28578 Reference. SA ENHANCE &CP smsus Bill to Customer: 084060 Ship to Customer: ATTENTION WANEYA BRANT BOYNTON BEACH CITY OF BOYNTON REACH CITY OF PURCHASING DEPARTMENT PO BOX 310 PO BOX 310 PURCHASING DEPARTMENT BOYNTON BEACH FL 33425-0310 USA BOYNTON BEACH FL 33425-0310 Salesman: HERRON BROCK Effective Date- 5/04/17 Terms: NET 30 DAYS Expiration Date: 4/30/18 US Dollar Line Description Quantity U/M Unit Price I Part#: SSX46XXXXXXXXXX I EA 38,512.210 SAAS W/SFIWR RNI 3.X >35K WrR RNI 3.X >35K SERVICES WATER YEAR 1 2 Part#.- MS RNI SAAS 1 RA 39,667.580 ANNUAL RNI SAAS FEE YEAR 2 3 Part#.- MS RNI SAAS 1 EA 40,857.600 ANNUAL RNI SAAS FEE YEAR 3 4 Part#: MS RNI SAAS I EA 42,083.330 ANNUAL RNI SAAS FEE YEAR 4 5 Part#: MS RNI SAAS 1 EA 43,345.830 ANNUAL RNI SAAS FEE YEAR 5 6 Part#: MS SU RNI SAAS1 I EA .000 SETUP RNI SAAS FEE 0-34,999 WTR/GAS This Quo Is andWtoscHwhich Mod=wW is x4m to Senw Meksing Sytw=Tam ofSak nn&M;rw vkw4aw d%"100(ng it hVp;fM,%,w.wRm.rpwft Met can=CvsWw Sayke it 14OD43&3749!rymucum*to#c=ddzziicadowitte prumcopy orthoTams orsft (00204479A 3M.90016211 Page 14 of 21 Page 715 of 1197 Ems= MEEM SEnsus MEN= Page 2 151011111� 45014100hrAlkallmAvenue 11-90ID-l"til P.O.Boot 487 s-OPH38-3748 111111111191111111" Unilinkimm.PA 15221 USA WWW.SMUN.COM Your Quote Uumber- 28578 US Dollar smsus Line Description Quantity U/M Unit Price 7 Part : 5396383700535F 1 EA 32,335.310 SENSUS WTR ANALYTICS ENHANCED >35K ANNUAL FEE a Part#: 5396383700535F I EA 33,305.37'0 SENSUS WTR ANALYTICS ENHANCED >35K ANNUAL FEE 9 Part#: 5396383700535F 1 RA 34,304.530 SENSUS WTR ANALYTICS ENHANCED >35K ANNUAL FEE 10 Part#; 5396383700535F I EA 35,333.670 SENSUS WTR ANALYTICS ENHANCED >35K ANNUAL FEE 11 Part#: 5396383700535F 1 EA 36,393.680 SENSUS WTR ANALYTICS EMANCED >35K ANNUAL FEE 12 Part#i 5399383700521A 1 EA 2,0004000 SEN ANLYTCS- SYSTEM SETUP WATER <5K SENSUS RNI CUSTOMER 13 Part#-. PS SA CUSTOM 1 EA 5,000.000 SENSUS ANALYTICS CUSTCM BILLNG INTEGRATION FEE 14 Part#- SA WTR CP 1.5 1 EA 6,250.000 WTR CONSUMER PORTAL <1500 ANNL ANNUAL USE FEB 0-1500 YEAR I 15 Part#: SA WTR CP 1.5 1 EA 6,437.500 WTR CONSUMER PORTAL <1500 ANNL ANNUAL USE FEE 0-1500 YEAR 2 26 Part#- SA WTR CP 1.5 1 EA 6,630.630 WTR CONSUMER PORTAL <1500 ANNL ANNUAL USE FEB 0-,1500, This Qua Ism alter to sell which indwila and is subkA to the Sams Metering Sys wmTeim Df Seip wralbblc rm vtwk%vend I-M439-374girymere unkbktDupas this site anti eupkk Whiled tMofftTermi orFAw (00204479130€•9001821} Page IS of 21 Page 716 of 1197 SEnsus Page 3 450Nok1hGd1ai1nAmw 14bD 4010111th P.O.0=4117 1.04"30-3748 Unionlawn,PA 15221 USA www'lmum.com Your Quote Number: 28578 SEnsus US Dollar Lime Description Quantity U/M Unit Price YEAR 3 17 Part#: SA WTR CP 1.5 1 BA 6,829.540 WTR CONSUMER PORTAL <1500 ANNI, ANNUAL USE FEE 0-1.500 YEAR 4 18 Part#: SA WTR CP 1.5 1 BA 7,034.430 WTR CONSUMER PORTAL <1500 ANAL ANNUAL USE FEE 0-1500 YEAR 5 19 Part#: SA WTR CP OVRG 1 EA 2.400 WTR CONSUMER PORTL OVERAGE FEE 20 Part#: SA SU WTR CP 1 EA 5,000.400 WTR CONSUMER PORTAL SET UP FEE WITH SENSUS ANALYTICS 21 Pant#: PS SA CP CIS 1 EA 11.,000.000 SENSUS ANALYTICS CCNSUMER PORT CIS INTEGRATIO14 FEE 22 Part#: PS SA CP TRAIN 1 DSA 2,000.000 SENSUS ANALYTICS CONSUMR PORTL TRAINING BOYNTON BEACH HAS 35,319 SERVICES. BOYNTON BEACH TO INCLUDE P.O. NUMBERS FOR BILLING ON YEARS 2 - 5 FOR ANNUAL FEES THAT WILL BE BILLED AUTOMATICALLY WITH INCREASES YEARLY AS QUOTED. MOVING FROM LOGIC MDM TO SA ENHANCED. FULL FREIGHT ALLOWED. FOR SHIPPING POINT. CASE - 00507230 This Qootadon ism offv to scik which Wdudw and is sukk k to the!I mw Mekeist Syskms Two of3de milable kbr wkwwg shpt dmwaimdlrpg:i hum./Awew.arnsers.emnrtc Pkme ooaosck Castarw Sawlso n 1400*W3741 if you aro urmbk ko aesoss Ibis silt ands oto n prhrred�opy°otlfH Tants ofSslo. (00204479,1306-9001821) Page 16 of 21 Page 717 of 1197 OEM= sensus =10001 Page 4 0000ft 450 Nanh Galidin Avenue I-WpAftdl PO.Sw487 I-00"U-3746 UnWarm.PA 15221 USA www4ensus.cm Your Quote Number: 28578 SEnsus Us Dollar Line Description Quantity U/M Unit Price PROJECT CODE - WAKG IF MODIFICATIONS IN METER MATERIALS OR PROCESSING ARE REQUIRED TO MEET NEW REGULATIONS, THE PRICING SUBMITTED IS SUBJECT TO IMMEDIATE CHANGE Thank you for your interest in quality products by Sensus- Currant as of: 5/05/17 Correspondence: Purchase Orderst SENSUS SENSUS 207 WINDMERE DRIVE PO BOX 487 BOWLING GREEN, KY 42103 UNIONTOWN, PA 15401 sensus.orderaftensus.com PHONE: 800-METER-IT 800-638-3748 ROBERT WHITTAKER Regional Sales Manager This Qwuii m It an crm to sell which WW=wA is m44M 10 for.Sena*MeWbg Systau Tema ufSek wabble fix ykwiag OW Pkao mud C*sW=Sayke el W004W3741 iryou we unwc soarcs uta sik,ad rcqw:t a pturd OW ortkTam Pr3ale, (002D447SLI 3W-M021) Page 170(21 Page 718 of 1197 sensus Exhitiltlit Statement of Work L General Responsibilities. a. Sonsus will: 1. Conduct a propagation study to determim the locations best suited for installation of Dria FlexNet Base Stations and to ensure proper communications with end point transmitters and the RNI. Id. Cusiomerwill: t Provide a key point of contact to work with Sensus to help facilitate a timely Installation of the FlexNet system. 2, Provide Sensus a map of its Service Territory with latitude and longitude(lattlonj coordinates of Its Service Territory boundaries,a IW of meter locations,and a list of preferred Customer tam locations. 3. Work with Sensus to develop a shipping schedule to Include network and metering components for the Sensus AMI System.The shipping schedule will be updated at least quarterly,but may be updated on a more frequent basis as Implementation proceeds, The shipping schedule shall Identify each geographic area of the deployment the specific locations of meters(street addresses and/or latflon it available)In that area,and the estimated date of Installation in that area.The plan shall estimate the number of meters by Seasus pan number and form type to be Installed for each quarter of the project unto completion. 4. Be responsible for monthly fees associated with the network access for al$des where network access is needed. 6, ftide communicatims I*(nth speed OSL is"Wred)between the RNt and the FlexNel Base Station. One of the to"should be used to access these components.@ Cim VPN;("x)Open VPN Cormection;or(0i)SSH access via part 22 to Linux NC, 9 Customer is providing SSH mess,Port 22 on the firewall must be opened and redirected to the Internal F address of the Sensus RNL 6. Pun;hase any ranters,hubs,mmnWq equVrent un Ilio pow supply andla security equipment needed to connect the RNI to,Customers internal network. 7. Be responsible for the payment of any tun,renewal,regulaby or license fees associaled with the network hardware and software. B. Be responsible for applying for and purchasing any needed work permits. UL FlexNet Base Station Site Rasponsligiftles a. Sensus will: 1. Determine the correct FlexNet Base Station configuration for the project. FlexNet Base Stations are available In three configurations:indoor,outdoor and rack mounted, 2. Identify and hire a qualified installation learn to instal and commission The FlexNel Base Station equipment and make W end connections to the equipment for an agreed upon Installation fee. 3. Provide the FlaxNet Base Station and antennae suffideni to receive meter data and provide the meter data to the RNI via Custanier's provided network. 4. Provide the following equipment for the FlexNet Base Station installatlom(a)Antell 8CM7010 Orml DirecfiorW Antenna or approptiO pariel antenna as required,(b)up to 400 feet of 718'coaxial cable per FlexNet Base Station location,(c)NIF connectors for 718'coaxial cable required for antenna installation connection,id)jumpers required to attached antenna to coax and to FlexNet Base Station(length of Juniper to be determined by Individual site),(e)RF Potyphaser surge current arrestor,(1)grounding ft for 718'coaxial cable,(g)#6 alranded grounding wine for grounding FlexNet Base Station Cabinet,(h)antenna mount and standoff for antenna installation,@ hoisting grips to install curial cable and to support coax cable,M equipment required to pickup,transport and install FlexNet Base Station on Platform,and k)one(1)hoisting 96p per cm cable and hangers as needed. 5. Have access to a ground W(supplied by Customer)to properly ground the FlexNet Base Slabon and antenna equipment, 6 Mount the FlexNet Base Station ca6met(if needed)to the structure provided and Identified by Customer. 7. Make all data W power terminal,and antennae connections at the RuNel Base Station Cabinet This includes the connection from the power source(supplied by Customer)and connection of the CAT 5 data line(supplied by Customer)from the network access point at the site. B. Provide&I shopping hardware needed to run the data and power cables from the base of the FlexNet Base Station site to ft antenroo K needed, 9. install the antenna at an agreed-upon location on the antenna structure 10. Provide and instal Andrew 718'coaxial cable from each FlexNel Base Station location to antenna mount lombon Coax will be installed on the appropriate leg of lower or mounting structure, It Provide and Instal antenna mount with a 3 foot stand-off for the antenna Installation, 12, Mount the Sensus provided Antel BCD-87010 or appropriate panel antenna for Installation 13, install the Sensus provided RF Potyphaser and bond it to the ground buss entry location. 14 instal a 6 foot jumper from polyphaser entry part of FlexNet Base Station duptexer. 15. Ground the FlexNel Base Station to common ground with appropriate#6 ground wire and appropriate ground lugs. 16, "ram and commission the FlexNet Base Station for proper operation. 17. Sweep the antenna and cm fine to ensure conformance to Sensus'published specifications, 18, Perform drive-by testing to verify coverage, 19, Not be held responsibla lot damage to arty interiorlexterior coartings an water tanks that result from welding of antenna mounts to tanks.Parties will agree to a scope of wad prior to Installation. b, Custometwill, 1. Provide an area at the FlexNet Base Station site for Instt-lation I the FtexNet Base Station Is to be installed at a Customer provided site and prepare the site as frittows: Ai The site must have a network connection available for the FlexNet Base Station to communicate with RNI Suggested onnimunications methods are EthemK DSL,Vucirowave and wireless, The Ethernet connector on the FlexNet Base Station unit is an RJ-45 type,101101)auto signaling rate, Minimum WAN bandwidth requitrements;are 128 kbps with a redundant path. Any network equipment to Interface the FlexNet Base Station such as Juniper router I firewall,switches,etc will be Customer provided, V Customer will supply connectivity information to Ser sus(IP address,default gateway,sub-net mask,etc.), C. Provide suitable antenna mounting structure such as a tower,mono-pole,or budding that is capable of supporting the*eight of the antenna, cable, mounting hardware and wind loading, O. An Indoor site should have adequate room for the rack facilitating opening of both front and rear doors,and an available 120V grounded outlet within 10 (00204479A 306.900116211 I Page 18 of 21 Page 719 of 1197 SEnsus feet L An Outdoor she installation single phase 240 VAC 30 amp circuit from Meter bank to disconnect Panel on FlexNet Base Station, F. An Outdoor site shelf have Installation of FlexNet Sue Station concrete support pad or suitable steel support struchrre with a minimum loading capacity of MJ sq.IncK. G. An Indoor site should haw adequate environmental controlirventillation. Recommended environmental ranges am shown in Appendix A of the Tow Gateway Base Station Installation Manual. Although the unit is capable of operation In extreme temperatures,maintaining a moderate and constant temperature environment Will promote trouble-ft"service and long life. H. The site must have all RF and power connections property surge arrested to prevent damage In the event of a major lightning strike. A Hato type building ground installation With a tie available to conned to the rack ground bar is recommended:Motorola R-85 grounding specification preferred, t Customer to supply a cable bridge between the antenna mounting structure and the indoorloutdoor FlexNet Base Station site I and as needed J. For each outdoor basestation that Is required at your location,you are responsible to provide two(2)additional pods on your LAN and one(1)additional port for each Indoor basestatim Provide the necessary trenching of the power line,conduit,and cabling needed to supply power from the power source outlet to the base station cabinet.All electrical equipment will be installed in accordance with local codes. 3. Provide network access.at the site where N Re"Bass Slabon is to be Installed. Oislomer 0"consult with a Senses representative regarding the available options for nehuark connections between FlexNet Bass Station and RNI 4. Provide CAT 5 UV and weather resistant nelvm6 cable from the nelwork service provkW access link to the cabinet 5, Provide arty conduit or trenching needed to run the data cable to the FlexNet Base Station.Cusbw is responsible to assure that data cable is located within I foot of the"Location of the FlexNet Base Station. Provide padlocks at each FlexNet Base Station location for security purposes, 7. Instal grounding material at the location of the FlexNet Bass Station Installation,At a mirurmm,the material should consist of#4 or#2 stranded copper wire Which wit connect to the FlexNet Base Station. 8. Provide access to a proper grourid Feld at the FiexNet Bass Station site to an"Semas to property ground the FlexNel Base Station and antenna equipment- 9. Be responsible for getting accessipermission to any structure that Is not owned by Customer. IN, Echo Transceiver I Remote Transceiver Responsibilities a. Sensus;will: 1. Provide motarting brackets(or installation. 2. Me"the optimum location ID install it*Echo Trawweiftwto Transceiver and communicate thow locations to Ouslomer 3. Echo T T will be Identified only oto sufficient FlexNet Base Stalictmancl ax1points have bow installedl and I is apparent that additional Infrastructure in the form of Echo Transceiversfitemole Transceivers is required to optimize system performance, It. Custorner will: 1. Provide a 120 VAC power source and cable run,in conoiance with local code,to the point where each Echo Transceiverfi'emote Transceiver will be Installed to supply all necessary pow requirements.These boxes can be insalled an top of poles,buildings,etc.For such cable guns,18 AWG UV and weather resistant pow cable for runs less than 470 ft and 16 AWG for runs less than 750 IL are needed. 2. Install the Echo Transceiver/Remote Transceiver units and ancillary equipment necessary to a structure 3, initiate,coordnata,and acquire authorization for i'dtallabon crews to dift poles,bulklings and other structures necessary to safety affix cable runs as needed for the installation of the Echo Transceivers/Remote Transceivers, 4, Rrovide adequate electricity to the Echo TranscreverRanck Transceiver locations and be responsible.for any and at recurring 6ectricilry charges for Echo Transceiver/Remote TrarLwelver operations. 5. Be responsible-for ongoing maintenance and support of the equipment atter installation. IV. Endpoints&Field Installation ReepoWbilitles Cusixanorwit 1. Purchase Endpoints. 'En lin In this Exhibit onlyr,means a Sensus meter or a Sensus SmartPoint Module Installed on a third party meter, Z Customer is responsible for the sale installation of the Endpoints, For electricity products,Customer shall first test and Confirm that each socket to which a NeWork Device will belis connected is in safe operating condition,Is fully functional,is not corroded,does not contain Improperly installed Jews or other dekenciles,complies with ANSI standards,and Is not"hot,damaged,or otherwise In need of maintenance or repair. 1 Install or trin a qualified Installation cmrdctN to Install all Endpoints In be used in it*AMI System. 4. be responsible for quality assurance for their personnet andlor an Installation contractor as it relates to proper installation of Endpoints. 5. Visit and troubleshoot Endpoints that are not reporting Into the system.Investigate any nonfeltoft Endpoints lo Kan 11-0 there are no cut wires,knproper installations, improperprogramming and resolve all data entry errors in the system. 6, Assign an Internal aullor kistallation contractor auditor to awn Installation work is coned Sensus will train this individual to Mop*Wan*and coned:any known problem in the field.This Individual will be the primary corad it)boubleshool,Identify and correct non reporting Endpoints and Installation moors. 7. Once the Instft has completed troulbleshooling of Installabort issues,Sonsuswill rwsbg*the rear Endpoints to Identify and fix any ouverne woes- 8. Coorclinate with Serews ID establish the Encipcirt iristall"sdwd*,OWsent quantities,and overall protect limelme, 9. Be mspcmible to rent cc piduse,approved handbell prograrurft devices in suffiderd quantities to met the demands of the instagem 100204479.1 306-WO82i) Page 19 of 21 Page 720 of 1197 sensus Exhibit E Product Warranties (see attached) (40 79.1 -9001821) Napa M of 21 Page 721 of 1197 MEN= SEnsus Exh36R F Propsgatlon Analysis (See atlached) (00 78.1 306.96018211 Page 21 of 21 Page 722 of 1197 7.C. CONSENT BIDS AND PURCHASES OVER$100,000 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve an increase to the estimated expenditure with MacMillan Oil Company, LLC of Hialeah, FL from$1,000,000 to $1,200,000 per the City of Delray's Agreement ITB #2017-047 due to the fluctuating prices for the period of the contract which expires on June 6, 2020. EXPLANATION OF REQUEST: On September 20, 2018, Commission approved the utilization of piggybacking the City of Delray Contract ITB 2017-047 for the purchase of bulk gasoline and diesel fuel with an annual expenditure of$1,000,000. We are requesting an increase to the estimated expenditure with MacMillan Oil Company, LLC of Hialeah, FL from $1,000,000 to $1,200,000 per the City of Delray's Agreement ITB #2017-047 due to the fluctuating fuel prices for the period of the contract which expires on June 6, 2020. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The increase will allow us to purchase gasoline and diesel fuel in order to keep the vehicles operational and meet the service demands of our customer/residents in a timely manner for all Departments within the City. FISCAL IMPACT: Budgeted Budgeted funding is in the following account#'s: Fleet account#501-2516-519-52-10 $1,150,000 Utilities account#401-2811-536-46-40 $30,000 Golf Course account#411-2911-572-52-11 $20,000 ALTERNATIVES: None STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Page 723 of 1197 Grant Amount: CONTRACTS VENDOR NAME: MacMillan Oil Company START DATE: END DATE: CONTRACT VALUE: MINORITYOWNED CONTRACTOR?: No EXTENSION AVAILABLE?: No EXTENSION EXPLANATION: ATTACHMENTS: Type Description D Contract MacMillan Oil Company - City of Delray Awarded Contract Expires 06-07-20 D Other Macmillan Oil -Agenda Item 09-20-18 D Other Macmillan Oil -Authorization letter D Other City of Delray -Authorization to Piggyback Page 724 of 1197 l{�1i14� Ff � y r� 1 t CITY OF DELRAY BEACH 100 N.W.1 U ,DELRAY BEACH,FIL Award tic Solicitation .: ITB 2017-047 SolicitationTitle: Bulk GasolineDiesel Fuel Bid Openingril 1 Bid OpeningTime: Purchasing : lingholmr@mydeiraybeach.com Awarded Supplier: ill it Company, LLC, Primary Supplier Petroleum i lir Notes: Awarded by Commission on Jun ' 2017 Award Nadoe ITB 2017-M7 (PoMed June r,2017) Page 725 of 1197 Page 726 of 1197 AGREEMENT BETWEEN THE CITY OF DELRAY BEACH AND MACMILLAN OIL COMPANY, LLC FOR PURCHASE AND DELrVERY OF BULK GASOLINE AND DIESEL FUEL This is an Agreement ("Agreemenr), made and entered into by and between: Delray Beach, a municipal corporation of the State of Florida. hereinafter referred to as INCIty'll and Macmillan Oil Company, LLC, a Florida Limited Liability Corporation, hereinafter referred to as"Contractor," (coliectively referred to as the Parties). El SETH: In consideration of the mutual terms, conditions, promises, covenants, and payments hereinafter set forth, the Parties agree as follows: ARTICLE I DEFINIJIQtj ND IDENTIF196ILONM The following definitions apply unless the context in which the word or phrase is used requires a different definition: 1.1 Agreement - This Agreement Includes Articles 1 through 12, the exhibits and documents that are expressly Incorporated herein by reference. 1.2 Commission -T City Commission of Delray Beach, Florida. 1.3 Contract Administrator - The Delray Beach City Manager or designee. The primary responsibilities of the Contract Administrator are to coordinate and communicate with Contractor and to manage and supervise execution and compI etion of the Scope of Services and the terms and conditions of this Agreement as set forth herein. In the administration of this Agreement, as contrasted with matters of policy, all Parties may rely on the instructions or Purdwse ard Delivery of Bulk Gasoline and Diesel Fuel Agreement Page 727 of 1197 determinations made by the Contract Administrator; provided, however, that such instructions and determinations do not change the Scope of Services. 1.4 City Manager-The administrative head of City appointed by the Commission. 1.5 City Attorney-The chief legal counsel for City appointed by the Commission. 1.6 Project - The Pmject consists of the services described in Exhibit A, Scope of Services. ARTIC-11E I ............. SCOPE OE§LRVIQEgj 2.1 Contractor shall perform all work identified in this Agreement and Exhibit A, Scope of Services. The Scope of Services is a description of Contractor's obligations and responsibilities and is deemed to include preliminary considerations and prerequisites, and all labor, materials, equipment, and tasks which are such an inseparable part of the work described that exclusion would render performance by Contractor Impractical. 2.2 Contractor acknowledges that the Contract Administrator has no authority to make changes that would increase, decrease, or otherwise modify Exhibit A, Scope of Services to be provided under this Agreement. ART TE"'RIVI AL4.D.........LIME OF PERFORMANCE 3.1 This Agreement is in full force and effect upon full contract execution by the City of Delray Beach. The term of the Agreement shall be from June 7, 2017 through June ® 2020 with one, two-year option to renew. The continuation of this Agreement beyond the and of any fiscal year shall be subject to both the appropriation and the availability of funds in accordance with Florida law. ® In the event services are scheduled to end due to the expiration of this Agreement, the Contractor agrees that it shall continue service upon written request by City. The Contractor shall be compensated for the service at the rate in effect when the extension is invoked by the City upon the some terms and conditions as contained in this Agreement as amended. The Chief Purchasing Officer shall notify Contractor of an extension authorized herein by written notice delivered prior to the end of the term of the Agreement. 21 P a g Purdiase and Defivey of Bulk Gasoline and Diasal Fuel Agreement Page 728 of 1197 QgEPENSATION 4.1 it will pay Contractor, in the manner specified in Section 4.2, the total amount not to exceed Seven Hundred Sixty Thousand Dollars($760,000.00) per year for work actually peribrmed and completed pursuant to this Agreement,which amount shaII be accepted by Contractor as full compensation for all such services and in accordance with Exhibit D, Schedule of Pricing. Contractor acknowledges that this amount Is the maximum payable and constitutes a limitation upon City's obligation to compensate Contractor for Its services related to this Agreement. This maximum amount, however,does not constitute a limitation,of any sort, upon Contractor's obligation to perform all items of work required by or which can be reasonably inferred from the Scope of Services. 4.2 MET1j0Q OF BILLING AND PAYMENT 4.2.1 Contractor may submit Invoices for compensation no more often than on a monthI y basis, but only after the services for which the Invoices are submitted have been completed. An original invoice plus one copy are due within fifteen(15)days of the and of the month except the final invoice which must be received no later than sixty(60)days after this Agreement expires. Invoices shall designate the nature of the services performed. Contractor shall submit with each invoice a Certification of Payments to Subcontractors and Suppliers(Exhibit B).The certification shall be accompanied by a copy of the notification sent to each subcontractor and supplier listed in item 2 of the form, explaining the good cause why any such payment has not been made. City shall pay Contractor within thirty (30) calendar days of receipt of Contractor's proper invoice, or as required by Florida Law. To be deemed proper, all invoices must comply with the requirements set forth In this Agreement and must be submitted on the form and pursuant to instructions prescribed by the Contract Administrator. Payment may be withheld for failure of Contractor to comply with a term, condition, or requirement of this Agreement. 4.2.3 Contractor shall pay Its subcontractors and suppliers within thirty(30)days following receipt of payment from City for such subcontracted work or supplies. If Contractor withholds an amount from subcontractors or suppliers as retainage, such retainage shall be released and paid within thirty(30)days following receipt of payment of retained amounts from City. 4.3 Notwithstanding any provision of this Agreement to the contrary, City may withhold, in whole or In part, payment to the extent necessary to protect Itself from lose on account of Inadequate or defective work which has not been remedied or resolved 31 Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agreement Page 729 of 1197 in a manner satisfactory to the Contract Administrator or failure to comply with this ® The amount withheld shall not be subject to payment of interest by city. 4.4 Payment shall be made to Contractor at: Macmillan Oil Company, LLC 2955 East 1101 Avenue Hialeah, FL 33013 &8ILQJE 5 INDEMN 1--,,--11111-1.11"1 &T-IQN Contractor shall at all times hereafter indemnify, hold harmless and, at the City ® option, defend or pay for an attorney selected by the City Attorney to defend City, its officers, agents, servants, and employees from and against any and all causes of action, demands, claims, losses, liabilities and expenditures of any kind, Including attorney fees, court costs, and expenses, caused or alleged to be caused by any intentional,negligent,or reckless act of,or omission of,Contractor, its employees,agents, servants, or officers, or accruing, resulting from, or related to the subject matter of this Agreement including, without limitation, any and all claims, losses, liabilities, expenditures, demands or causes of action of any nature whatsoever resulting from injuries or damages sustained by any person or property. In the event any lawsuit or other proceeding is brought against City by reason of any such claim, cause of action, or demand, Contractor shall, upon written notice from City, resist and defend such lawsuit or proceeding by counsel satisfactory to City or, at Citys option, pay for an attorney seI ected by City Attorney to defend City. The obligations of this section shall survive the expiration or earlier termination of this Agreement. To the extent considered necessary by the Contract Administrator and the City Attorney, any sums due Contractor under this Agreement may be retained by City until all of City's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved. Any amount withheld shall not be subject to payment of interest by Clty. ARTICLE I 6.1 Contractor shall maintain at its sole expense, at all times during the term of this t( I ifferent time period is othervAse stated herein), at least the minimum insurance coverage designated in Exhibit C in accordance with the terms and conditions stated in this Article. 6.2 Such policies shall be issued by companies authorized to do business in the State of Florida, with a minimum AM Best financial rating of A-. Coverage shall be provided on forms no more restrictive then the latest edition of the applicable form filed by the Insurance Services Office. Contractor shall name City as an additional Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agreernwt 41P Page 730 of 1197 insured under the primary and non-cDntdbutory Commercial General Liability policy, Business Automobile Liability policy as well as on any Excess Liability policy. The official We of the Certificate Holder Is City of Delray Beach, Flodda. This official tifle shall be used in all Insurance documentation. ® Within fifteen (15) days of notification of award, Contractor shall provide to City proof fl In the form of Cartificate(s) of Insurance and applicable endorsements, Declaration pages, or insurance policies evidencing all insurance required by this Article. City reserves the right to obtain a certified copy of any poII cies required by the Ardde upon request. Coverage is not to cease and Is to remain in force until the City determines all performance required of Contractor is completed. For Professional Liability Insurance, coverage shall remain in force for two (2) years after the completion of services unless a different time period is stated In Exhibit C. City shall be notified of any restriction or cancellation of coverage within thirty(30)days. If any of the Insurance coverage will expire prior to the completion of the work, proof of insurance renewal shall be provided to CAty upon expiration. ® City reserves the right to review and revise any insurance requirements at the time of renewal or amendment of this Agreement, Including, but not limited to, deductibles, limb, coverage, and endorsements. 6.5 If Contractor uses a suboonsultant or subcontractor, Contractor shall ensure that each subconsultant or subcontractor names"City of Delray Beach, Florida" as an additional insured under the subconsultants or subcontractor's Commercial General Liability, Business Automobile Liability, and Excess/Umbrella policies. JERMLNATIO 7.1 This Agreement may be terminated for cause by the aggrieved party if the party in breach has not corrected the breach within ten (10) days after receipt of written notice from the aggrieved party Identifying the breach. This Agreement may also be terminated for convenience by the Commission. Terminabon for convenience by the Commission shall be effective on the termination date stated in written notice provided by City, which termination date shalI be not less than thirty(30)days after the date of such written notice. This Agreement may also be terminated by the City Manager upon such notice as the City Manager deems appropriate under the circumstances In the event the City Manager determines that termination is necessary to protect the public health, safety, or welfare. If City erroneously, improperly, or unjustifiably terminates ibr cause, such termination shall be deemed a termination for convenience, which 51 P age Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agreement Page 731 of 1197 shaII be effective thirty (30) days after such notice of termination for cause is provided. 7.2 This Agreement may be terminated for cause for reasons including, but not limited to, Contractor's repeated (whether negligent or intentional) submission for payment of false or incorrect bills or invoices, failure to suitably perform the work, or failure to continuously perform the work in a manner calculated to meet or accomplish the objectives as set forth in this Agreement.The Agreement may also be terminated for cause if the Contractor is placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List created pursuant to Section 215.473, Florida Statutes, or If the Contractor provides a Use certification submitted pursuant to Section 287.135, Florida Statutes. This Agreement may also be terminated by the Commission: 7.3 Notice of termination shall be provided in accordance with the NNOTICES"section of this Agreement except that notice of termination by the City Manager, which the City Manager deems necessary to protect the public health,safety, or welfare may be verbal notice that shall be promptly confirmed in writing in accordance with the "NOTICES" section of this Agreement. 7.4 In the event this Agreement is terminated fbr convenience,Contractor shall be paid for any services properly performed under the Agreement through the termination date specified In the wrlitten notice of termination. Contractor acknowledges that it has received good, valuable and sufficient consideration from City,the receipt and adequacy of which are, hereby acknowledged by Contractor, for City's right to terminate this Agreement for convenience. 7.5 Int event this Agreement is terminated for any reason, any amounts due Contractor shall be withhold by City until all documents are provided to City pursuant to Section 9.1 of Article 9. Aj RTICLE 8 NON-DISCSIMI IATION 8.1 No party to this Agreement may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of thisAgreement. Failure by Contractor to carry out any of these requirements shall constitute a material breach of this Agreement, which shall permit the City, to terminate this Agreement or to exercise any other remedy provided under this Agreement, or under the Delray Beach Code of Ordinances or under applicable I , with all of such remedies being cumulative. Contractor shall Include the foregoing or similar language in b contracts with any Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agmement Page 732 of 1197 subcontractors or subconsultants, except that any project, assisted by the U.S. Department of Transportation funds shall comply with the non-discrimination requirements In 49 C.F.R. Parts 23 and 26. Failure to comply with the foregoing requirements is a material breach of this Agreement,which may result in the termination of this Agreement or such other remedy as City deems appropriate. Contractor shall not unlawfully discriminate against any person in its operations and activities or In its use or expenditure of funds in fulfilling its obligations under this Agreement and shall not otherwise unlawfully discriminate in violation of any State or Federal law. Contractor shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act(ADA) in the course of providing any services funded by City, including Tifles I and 11 of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, Contractor shall take affirmative steps to prevent discrimination in employment against disabled persons. By execution of this Agreement, Contractor represents that it has not been placed on the discriminatory vendor list as provided In Section 287.134, Florida Statutes. City hereby materially relies on such representation In entering Into this Agreement. An untrue representation of the foregoing shall entite City to terminate this Agreement and recover from Contractor all monies paid by City pursuant to this Agreement, and may result in debarment from City's competitive procurement activities. MISCELLANEOUS ®1 BIQHTS IN DOC!JME_NIS AND K Any and all reports, photographs,surveys,and other date and documents provided or created in connection with this Agreement are and shall remain the property of City, and, If a copyright is claimed, Contractor grants to City a non-exclusive license to use the copyrighted item(s)indefinitely, to prepare derivative works, and to make and distribute copies to the public. In the event of termination of this ® any reports, photographs, surveys, and other data and documents prepared by Contractor, whether finished or unfinished, shall become the property of City and shall be delivered by Contractor to the Contract Administrator within eight(8)days of termination of this Agreement by either party. Any compensation due to Contractor shall be withheld until all documents are receivedas provided herein. flp g Purchase and Delivery of Bulk Gasoline wW Diesel Fuel Agreement Page 733 of 1197 9.2 PUBLIC RECORDS 2.1 IF THE CONTRACTOR HAS QUESTIONS REGARDING THE o APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S CLERK,RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT CITY OF DELRAY BEACH, CITY 100 ■ ® IST AVE., DELRAY BEACH FLORIDA. THE CITY CLERK MAY BE REACH VIA TELEPHONE AT 561-243-7060 OR BY EMAIL AT ® o 9.2.2 Contractor shall comply with public : L Keep and maintaini ired by the City to perform the service. ii. Upon request from the City'scustodian lic records, provide the City with a copy of the requested records or allowinspected copiedin a reasonable timet does not exceed the cost provided in Florida Statute or as otherwisei . iii. Ensure that publict or confidential and exempt from publici losure requirements aret disclosed authorizedl i completion f the Agreement if to the City. lv. Upon completionr,at no cost,to the CityI public records in possessiont i ipublic required by the Cityrm the service. If the Contractorr l lic records to the CityI shall destroy any duplicatepublic confidential exemptand from publicrequirements. keeps and maintains i the Agreement, the Contractor t all applicablei r retaining publ records.All records stored electronically i City, upon custodianrequest from the City's i , In r i compatible information technology syst it . V. If the Contractor does not complyi is section, the City shall onfbrce the contract provisions in accordance withthe contract and may unilaterally l this contract in accordance with state law. 9.3 I Purchase and f I Bulk lin k Page 734 of 1197 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 may demand and obtain records and testimony from Contractor and its sub licensees and lower der sub licensees. Contractor understands and agrees that in addition to all other remedies and consequences provided by law, the failure of Contractor or its sub licensee or lower der sub licensees to fully cooperate with the Inspector General when requested may be deemed by the City to be a material breach of this Agreement justifying its termination. 9.4 AU I TENTION OF Ltg QM City shall have the right to audit the books, records, and accounts of Contractor and its subcontractors that are related to this Project. Contractor and its subcontractors shall keep such books, mcords, and accounts as may be necessary in order to record complete and correct entries related to the Project. All books, records,and accounts of Contractor and its subcontractors shall be kept in written form, or in a form capable of conversion into wdftn form within a reasonabI e time, and upon request to do so, Contractor or its subcontractor, as applicable, shall make same available at no cost to City in written form. Contractor and fis, subcontractors shall preserve and make available, at reasonable times for examination and audit by City, all financial records, supportI ng documents, statistical records, and any other documents pertinent to thI s Agreement for the required retention period of the Florida Public Records Act, Chapter 119, Flodde Statutes, if applicable, r, ° the Florida Public Records Act is not applicable, for a minimum period of three (3) years after termination of this Agreement. If any audit has been initiated and audit findings have not been resolved at the end of the retention period or three(3)years, whichever is longer, the books, records, and accounts shall be retained until resolution of the audit findings. Any incomplete or incorrect entry in such books, records, and accounts shall be a basis for City's disallowance and recovery of any payment upon such entry. Contractor shall ensure that the requirements of this Section 9.3 are included in all agreements with its subcontractor(s). 9.5 TRUTH-IN-NEGOTIATION REPRESENTATICN Contractors compensation under this Agreement is based upon representations suppIE ed to City by Contractor, and Contractor certifies that the information supplied is accurate, complete, and current at the Ume of contracting. City shall be entitled to recover any damages it Incurs to the extent such representation is untrue. 9 1 Purchase mid Dellvery of Bulk Gasoline and Dissel Fuel Agreement Page 735 of 1197 ® E!UBILIC ENILTY&RA9 ACT Contractor represents that the execution of this Agreement will not violate the Public Entity Crime Act, Section 287.133, Florida Statutes, which essentially provides that a person or affiliate who is a contractor, consultant, or other provider and 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 City, may not submit a bid on a contract with My for the construction or repair of a public building or public work, may not submit bids on leases of real property to City, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with City, and may not transact any business with City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for category two purchases for a period of thirty-six(36) months from the date of being placed on the convicted vendor list. Violation of this section shalI result In termination of this Agreement and recovery of all manias paid by City pursuant to this Agreement, and may result in debarment from City's competitive procurement activities. In addition to the foregoing, Contractor further represents that there has been no determination, based on an audit, that it committed an act defined by Section 287.133, Florida Statutes, as a Opublic entity crime" and that it has not been formaII y charged with committing an act defined as a "public entity crime" regardI ess of the amount of money involved or whether Contractor has been placed on the convicted vendor list. 9.7 INDEPENDENT -CONTRACTOR Contractor is an independent contractor under this Agreement. Services provided by Contractor pursuant to this Agreement shall be subject to the supervision of Contractor. In providing such services, neither Contractor nor its agents shall act as officers, employees, or agents of City. No partnership, joint venture, or other Joint relationship is created hereby. City does not extend to Contractor or Contractor's agents any authority of any kind to bind City in any respect whatsoever. 9.8 THIRD PARTY BENEFF..",IARILS ................... Neither Contractor nor City intends to directly or substantially benefit a third party by this Agreement. Therefore, the Parties acknowledge that there are no third party beneficlefles to this Agreement and that no third party shall be entitled to assert a right or claim against either of them based upon this Agreement. 9.9 NgIlLEfi 101 Purchase and Delivery of BWk Gasoline and Diesel Fuel Agreement Page 736 of 1197 Whenever either Party desires to give notice to the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or sent by commercial express carder with acknowledgement of delivery,or by hand delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is Intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present,the Parries designata the following: For City: City of Delray Beach ATTN: City Manager 100 N.W. 1 st Avenue Delray Beach, Florida 33444 With Copy To: City of Delray Beach ATTN:City Attorney 200 N.W. I,'Ave. Delray Beach, FL 33444 For Contractor: Macmillan Oil Company, LLC ATTN: Daniel AJonso 2955 East I 1th Avenue Hialeah, FL 33013 9.10 ASSIQNME�,JT AND PERFORMANCE Neither this Agreement nor any right or interest herein shall be assigned, transferred, or encumbered without the written consent of the other Party. In addition, Contractor shall not subcontract any portion of the work required by this Agreement, except as may specifically provided for herein. Notwithstanding the Termination provision of this Agreement, it may terminate this Agreement, effective Immediately, if there is any assignment, or attempted assignment, transfer, or encumbrance, by Contractor of this Agreement or any right or interest herein without City's written consent. Contractor represents that each person who will render services pursuant to this Agreement is duly qualified to perform such services by all appropriate governmental authorities,where required,and that each such person is reasoriably 111ege Purchase and Delivery of Bulk Gasoline and Dlesal Fuel Agreement Page 737 of 1197 experienced and skilled in the area(s) for which he or she will render his or her services. Contractor shall perform its duties, obligations, and services under this Agreement in a skillful and respectable manner. The quality of Contractoes performance and all interim and final producgs)provided to or on behalf of City shall be comparable to the best local and national standards. 9.11 CONFLICTS Neither Contractor nor its employees shall have or hold any continuing or frequently recurring employment or contractual relationship that is substantially antagonistic or incompatible with Contractor's loyal and conscientious exercise of judgment and care related to its performance under this Agreement. None of Contractors officers or employees shall, during the term of this Agreement, serve as an expert witness against City in any legal or administrative proceeding in which he, she, or Contractor is not a party, unless compelled by court process. r® such persons shall not give sworn testimony or issue a report or writing, as an expression of his or her expert opinion, which is adverse or prejudicial to the interests of City in connection with any such pending or threatened legal or administrative proceeding unless compelled by court process. The limitations of this section shall not preclude Contractor or any persons in any way from representing themselves, including giving expert testimony in support thereof, in any action or in any administrative or legal proceeding. In the event Contractor is permitted pursuant to this Agreement to utilize subcontractors to perform any services required by this Agreement, Contractor shaII require such subcontractors, by written contract,to comply with the provisions of this section to the same extent as Contractor. 9.12 MATERIALITY AND 'WAIVER OF BREACH -,...............I.--- Each requirement, duty, and obligation set forth herein was bargained for at arm's- length and is agreed to by the Parties. Each requirement, duty, and obligation set forth herein is substantial and important to the formation of this Agreement, and each is, thereficre, a material term hereof. City's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 9.13 MMPLIANCE WITH LAWS Purchase and Delivery of Bulk Gesdins and Diesel Fuel Agreernent 12 1 P a Page 738 of 1197 Contractor shaI l comply with all applicable federal, state, and local laws, codes. ordinances, rules, and regulations In performing its duties, responsibilities, and obligations pursuant to this Agreement. 9.14 EVERANCE In the event a portion of this Agreement is found by a court of competent jurisdiction to be invalid, the remaining provisions shall continue to be effective unless City or Contractor elects to terminate this Agreement. An election to terminate this Agreement based upon this provision shall be made within seven (7)days of final court action, including all available appeals. 9.15 JOINJ ESEEA—RATION The Parties and their counsel have participated fully in the drafting of this Agreement and acknowledge that the preparation of this Agreement has been their joint effort. The language agreed to expresses their mutual intent and the resulting document shall not, solely as a matter of judicial construction, be construed more severeI y against one of the Parties than the other. The language in this Agreement shaI l be Interpreted as to its fair meaning and not strictly for or against any party. 9.16 1N!gRE8j;!6!1gA The headings contained in this Agreement are for reference purposes only and shalI not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall Include the other gander, and the singular shall include the plural, and vice versa, unless the context otherwAse requires. Terms such as "herein," "hereof," "hereunder," and nhereinafter," refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all of the subsections of such Section, unless the reference is made to a particular subsection or subparagraph of such Section or Article. 9.17 E!RIORITY OF P99YLa1-QN—S If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein,or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of Articles 1 through 9 of this Agreement, the term, statement, requirement, or provision contained In Articles I through 9 shall prevail and be given effect. 131 Pumhase and Delivay of Bulk Gasoline and Diesell Fuel Agreement Page 739 of 1197 9.18 LAW JURISDICTION, VENUE, WAIVER OF JURY TRIAL ........ ........................... ...... This Agreement shall be interpreted and construed in accordance with and governed by the laws of the state of Florida. All Parties agree and accept that jurisdiction of any controversies or legal problems arising out of this Agreement, and any action involving the enforcement or interpretation of any rights hereunder, shall be exclusively in the state courts of the Fifteenth Judicial Circuit in Palm Beach County, Florida, and venue for litigation arising out of this Agreement shall be exclusively in such state courts, forsaking any other jurisdiction which either party may claim by virtue of its residency or other jurisdictional device. BY ENTERING INTO THIS AGREEMENT, CONTRACTOR AND CITY HEREBY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO THIS AGREEMENT. IF A PARTY FAILS TO WITHDRAW A REQUEST FOR A JURY TRIAL IN A LAWSUIT ARISING OUT OF THIS AGREEMENT AFTER WRITTEN NOTICE BY THE OTHER PARTY OF VIOLATION OF THIS SECTION, THE PARTY MAKING THE REQUEST FOR JURY TRIAL SHALL BE LIABLE FOR THE REASONABLE ATTORNEYS' FEES AND COSTS OF THE OTHER PARTY IN CONTESTING THE REQUEST FOR JURY TRIAL, AND SUCH AMOUNTS SHALL BE AWARDED BY THE COURT IN ADJUDICATING THE MOTION. 9.19 AMENDMENTS I.............. The Parties may amend this Agreement to conform to changes in federal,state,or local laws, regulations, directives, and objectives. No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar flormality as this Agreement and executed by the Commission and Contractor or others delegated authority to or otherwise authorized to execute same on their behalf. 9.20 PRIOR AGREEidIENTS This document represents the final and complete understanding of the Parties and incorporates or supersedes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein. There is no commitment, agreement, or understanding concerning the subject matter of this Agreement that is not contained in this written document. Accordingly, no deviation from the terms hereof shall be predicated upon any prior representation or ® whether oral or written. 9.21 PAYABI-LINTERLST 9.21.1 Pavment of Interest. Except as required by the Prompt Payment 6 shall not be liable for interest for any reason, whether as Purdwe and Delivery of Bulk Gaadllne and Diesel FueAgmwent 14 1 P B Page 740 of 1197 prejudgment interest or for any other purpose, and in furtherance thereof Contractor waives, reject%disclaims and surrenders any and aII entitlement It has or may have to receive Interest in connection with a dispute or claim based on or related to this Agreement. 9.21.2 Rate of Interest. In any Instance where the prohibition or limitations of Section 9.21.1 are determined to be Invalid or unenforceable, the annual rate of interest payable by City under this Agreement, whether as prejudgment Interest or for any other purpose, shall be .025 percent simple interest(unoompounded). 9.22 INCORPORATION 9,3,Y REFERENCE .............. The truth and accuracy of each"Whereas"clause set forth above is acknowledged by the Parties. All Exhibits are incorporated into and made a part of this Agreement. 9.23 RizPRESENTATION OF AjjTHORITY ......—............................. Each individual execudng this Agreement on behalf of a party hereto hereby represents and warrants that he or she is, on the date he or she signs this Agreement,duly authorized by all necessary and appropriate action to execute this Agreement on behalf of such party and does so with full legal authority. 9.25 MULTIFILE-ORIGINALS Multiple copies of this Agreement may be executed by all Partles, each of which, bearing original signatures,shall have the force and effect of an original document. ARTICLE 10 PERFORMANCE AND PAYMEN BOND T Contractor will execute and deliver to the City, within ten business days after notification of award, a Cash i ® Perflormance Bond, or Unconditional Irrevocable Letter of Credit payable to the City, in total the amount of Fifty Thousand Dollars($60,000). If the bond Is on an annual coverage basis, renewal of each succeeding year shall be submitted to the City thirty (30) days prior to the termination date of the existing bond. A surety company of recognized standing, authorized to do business in the State of Florida, and having a resident agent must execute the Performance Bond. If a letter of credit is chosen, it must be In a form acceptable to the City, drawn on a bank acceptable to the City, and issued In favor of the City. The amount herein above set is not intended to be or shall be deemed to be in the nature of liquidated damages nor is it intended to limit the liability of the Contractor to the City in the event of a material breach of the Agreement by the Contractor. 151 P a g a Purchase and Wtmy of Bulk Gasoline and Dissal Fuel Agroornot Page 741 of 1197 The City shall monitor the performance of Contractor. If Contractor's performance fails to meet the requirements specified within this Agreement,the City may without cause and without prejudice to any other right or remedy, terminate this Agreement whenever the City determines that such termination Is in the beat interest of the City. ARTIQLL 11 ORDER Of""PRECEDENCE The documents listed below are a part of this Agreement and are hereby incorporated by reference. In the event of Inconsistency between the documents, unless otherwise provided herein, the terms of the following documents will govern in the following order of precedence: A. Terms and conditions as contained in this Agreement, 2017-047, Purchase and Delivery of Bulk Gasoline and Diesel Fuel, dated March 27, ® and all its addenda, C. Contractor's response to ITB. No. 2017-047, Purchase and Delivery of Bulk Gasoline and Diesel Fuel, and any subsequent information submitted by Contractor during the evaluation and negotiation process. ABTIQLE 12 CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS Ur,.iDER FE:DERAL AWARDS To the extent that the following provisions apply to this Agreement,the Contractor hereby assures the City that it will comply with the following Federal requirements: a) The Contractor will comply with Equal Employment Opportunity laws as provided under 41 CFR 6D-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964- 1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor' and as further set forth below 1. The Contractor will not discriminate against any employee or applicant for empI oyment because of race, color, religion,sex, sexual orientation,gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed,and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agreement 161P Page 742 of 1197 transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause. il® The Contractor will, in all solicitations or advancements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gander Identity, or national origin. M. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation Information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, In furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the ContractorJs legal duty to furnish information. iv. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency contracting officer, advising the labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order No. 11248 of September 24, 1965, and shall post copies of the notice in conspicuous pI aces available to employees and applicants for employment. ® The Contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. vi. The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations,and orders of the Secretary of Labor,or pursuant thereto, and wil I permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. i!® In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of such rules, regulations,or orders,this contract may be cancelled, terminated,or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Execuitive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies 171 P a g 0 Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agreement Page 743 of 1197 invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. iii® The Contractor illi the provisions of paragraphs (1)through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor.The Contractor will take such action with respect to any subcontract or purchase order as may be directed by the Secretary of Labor as a means of enibircing such provisions including sanctions for noncompliance.- Provided, however,that in the event the Contractor becomes Involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direcUon, the Contractor may request the United States to enter Into such litigation to protect the interests of the United States. [See. 202 amended by EO 11375 of Oct. 13, 1967, 32 FIR 14303, 3 CFR, 1966-1970 Comp., p. 684, EO 12086 of Oct. 5, 1978, 43 FIR 46501, 3 CFR, 1978 Comp., p. 230, EO 13665 of April 8, 2014, 79 FIR 20749, EO 13672 of July 21, 2014, 79 FIR 42971] b) Contractor will comply with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 314"148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Consbucdon"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. c) Contractor will comply with the the Copeland "Anti- Vickback" Act (40 U.S.C. 3145). as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors an Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subreciplent must be prohibited from inducing, by any means, any person employed In the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The City is required to report all suspected or reported violations to the Federal awarding agency. d) The Contractor will comply with the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non- Federal enft in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agreement 181 P Page 744 of 1197 of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours In the workweek. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or underworking conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. a) The Contractor will comply with the the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the City. The Contractor will comply with the Clean Air Act (42 U.S.C. 7401-7671q.)and the Federal Water Pollution Control Act (33U.S.C. 1251-1387), as amended. Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). g) The Contractor will comply with the Byrd Anti-Lobbying Amendment (31U.S.C. 1352) and file the required certification. Each ter certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an empI oyee of a member of Congress in connection with obtaining any Federal contract,grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. h) MINORITY/WOMEN'S / LABOR SURPLUS FIRMS PARTICIPATION: The City, in accordance with the requirements as stated in C.F.R. 200.321 encourages the active participation of minority businesses, women's business enterprises and labor surplus area firms as a part of this Agreement whenever possible. If subcontracts are to be let, through the Contractor, that Contractor is required to take the affirmative steps listed in items a through a below: a. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; b. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; ® Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises, 1111 P a go Purchase and Dellmy of Bulk Gawitne and 131aml Fuel Agreement Page 745 of 1197 d. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; a. Using the services and assistance,as appropriate,of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. (The remainder of this page is intentionally left blank.) Purchase and DeIWq of Bulk Gasoline and Diesel Fuel Agrearnen201 t - Page 746 of 1197 IN I , the Partiesi City its Commission, signing its r Vice-Mayor, authorized Commissionday of k rp_ 2017, and Contractor, signing i �. Wduly authorized to execute same. ATTEST: CITY OF t Y BEACH, FLORIDA dmf), City Zd li l ' w `1 APPRpVH,,"),7Ai" FORNY r-., r neya IPag Purchase and Delivery of Bulk Gwollne and Diesel Fuel Agreement Page 747 of 1197 AGREEMENT BETWEEN DELRAY BEACH, FLORIDA MACMILLANAND I 4 LLC WITNESS: (Signature) rR (Printed rye, I ) a d day of , . 2017 t (" rinted n I E, (Sigma �. (Printed n .-,) (SEAL) 22 Purchase and Delivery of um Gasoline and Diesel Fuel Agreement Page 748 of 1197 EXHIBIT A giregPlE QFS�VIM 1. DEFINITIONS: 1. Data Tiransmission Network (DTN) FastRacks Average Price — Fuel price published by Schneider Ek)Wc that will be used as the base price to calculate daily fueI charges. ii. Transport Truck Delivery — Delivery of fuel by Transport Truck with a minimum deII very of 8,000 gallons for gasoline, 7,200 gallons for diesel.and 7,200 gallons for a combination load of gasoline and diesel. Ill. Tank Wagon Delivery—Delivery of fuel by Tank Wagon where maximum capacity of the fuel tank does not most the minimum delivery of gallons specified for a Transport Truck. IV. Fuel —Any fuel type obtained through this Agreement. Fuel It shall Include, but not be limited to, Unleaded E10 Gasoline, Ultra Low Sulfur No. 2 Diesel, Ultra Low Suffijr No.2 Off-Road, Dyed Diesel,and Blodiesel. V. Surcharge— Dollar amount specified by Contractor to be added to DTN FastRacks Average Price to cover Contractoes costs and profits. A. Split Load—Delivery from a Transport Truck which contains multiple fuel types. 2. ® Contractor will provide all labor and equipment associated with providing and delivering fuel to the City's fuel tanks located throughout Delray Beach for normal daily operational requirements,as well as during emergency situation or event. An emergency can be declared by the City, at Its sole discretion, and may consist of natural and man-made disasters including, but not limited to,severe storms, hurricanes,wild fires,flooding,warfare, civil unrest,and terrorism. For purposes of this Agreement,Contractor shall be City's Primary Fuel Supplier. In the event that the Primary Fuel Supplier is unable to fulfill City's fuel order(s) for any reason, the Secondary Fuel Supplier may be utilized in order to fulfill City's WI order(s).- 3. ESTIMATED FUEL QUANTITIES: The City estimates approximately 240,000 gallons of gasoline and 102,500 gallons of diesel fuel will be purchased over the course of one year. Nearly 75%of fuel orders are estimated to utilize a Transport Truck, and the remaining 25% of fuel orders are estimated to utilize a Tank Wagon. 4. DELIVERY LOCATIONS AND STORAGE TANK CAPACITIES: I. Public Works Department 434 S. Swinton Avenue Delray Beach, FL 33444 (Entrance off of SW 4th Street) Two 5,000 gallon underground gasoline storage tanks One 5,000 gallon underground diesel storage tank II® Utility Maintenance Departntent 434 S. Swinton Avenue Delray Beach, FL 33444 (Entrance off of SW 4th Stoat) One 2,000 gallon above ground diesel tank One 3,000 gallon above ground diesel tank 23 1 P Purchase and Delhmry of Bulk Gasoline and Dleasl Fuel Agreement Page 749 of 1197 N. Water Treatment Plant 201 SW 7th Street Delray Beach, FL 33"4 One 1,000 gallon above ground diesel tank One 6,000 gallon above ground diesel tank ® Fire Station No. 113 651 W. Linton Blvd. Delray Beach, FIL 33444 One 2,000 gallon above ground diesel tank V. Delray Beach Police Department 300 W.Atlantic Ave. Delray Beach, FL 33444 One 10,000 gal Ion underground gasoline tank One 1,000 gallon underground gasoline tank One 2,000 gallon underground diesel tank 5. ® Contractor shall: I. Deliver fuel under normal circumstances to the City within forty-eight hours of request by the City. II® Deliver fuel under emergency conditions to the City within twenty4bur hours of request by the City. III® Provide emergency fuel to the City on a first-serve basis. For purposes of this Agreement,first-serve basis means Contractor will deliver fuel to City before delivering fuel to non-govemmental entities. iv. Use the closest appropriate terminal for obtaining fuel. V. Only provide fuel from Environmental Protection Agency(EPA)registered terminals. 6. FUEL SPECIFICATIONS: E. Gasoline fuel shall meet the fallowing specifications: 405-220-930-7800 Gasoline E10, Unleaded, 87 Octane, conforming to Florida Department of Agriculture and Consumer Services standards 5F-2.001 II® Diesel fuel shall most the following specifications: 4405-120-260-1030 Ukra Low Sulfur Diesel Fuel, grade no.2-D c mass%sulfur, minimum cotene index of 40) for use In over the mad diesel engines, per A.S.T.M. specificatI on D975, conforming to Florida Department of Agriculture and Consumer Services standards 5F-2.001 7. FAULT AND RESPONSIBILITY: Issues related to delivery of fuel may Include, but are not II mited to, incorrect orders, fuel spills, delivering wrong fuel, and crose-fusling. The party at fault will be responsible for all direct costs incurred to correct any such issue. 8. SCHEDULE AND ® Contractor agrees to pay any and all additional costs incurred by the City to procure fuel elsewhere if Contractor falls to deliver per the requirements of this Agreement,as well as reimburse the City for any out-of-pocket expenses the City directly or indirectly Incurs due to Contractor's failure to meet the requirements. Purchase and Delivery of Bulk Gesdine nt and Dlesel Fuel Agreenwe24 1 P a g a Page 750 of 1197 9. FEDERAL AND STATE STANDARDS: !® It Is the intent of the City that all specifications herein are in full and complete compliance with all federal and State laws and regulations applicable to the type and class of commodity being provided.This Includes, but is not limited to, Federal Motor Equipment Safety Standards (FMVSS), Occupational Safety and Health Administration(OSHA), and Environmental Protection Agency(EPA)Standards. li® In addition, any federal or State legislation that becomes effective during the term of the Agreement, including any renewals, that changes such applicable laws and reguIi ons shall immediately become a requirement of the Agreement. Contractor must meet or exceed any such laws or regulatory requirements. i!!® If an apparent conflict exists between the specifications and requirements contained herein and federal and State laws and regulations, the Contractor must contact the Contract Administrator Immediately.Delivery of non-confbrming product may be cause for termination of the Agreement and/or suspension of Contractor. (The remainder of this page is intentionally left blank.) 251 P a g , Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agreernsint Page 751 of 1197 EXHIBIT B QEERTI I E I CAT I ITB No. 2017-047 Project Title The undersigned CONTRACTOR hereby swears under penalty of perjury that: 1. CONTRACTOR has paid all subcontractors and suppliers all undisputed contract obligations for labor, services, or materials provided on this project in accordance with Section 4.2.3 of the Agreement, except as provided in paragraph 2 below. 2. The following subcontractors and suppliers have not been paid because of disputed contractual obligations; a copy of the notification sent to each, explaining in reasonably specific detail the good cause why payment has not been made, is attached to this form: Subcontractor or Supplier's name Date of disputed Amount in and address invoice dispute ...........11.................. 3. The undersigned is authorized to execute this Certification an behalf of CONTRACTOR. Dated 20 ....... .......................................... ...... .....--- Contractor By . .............. (Signature) By—------- itle ............ (Name and T ) Purchase and Delivery of Bulk Gasoline and Diesel Fuel Agmernent 261 Page 752 of 1197 CERTIFm.ICATION OF PAYMENTS TO SUBCONTRACTORS AND SUPPLIERS (Continued) STATE OF ) SS. COUNTY OF The foregoing instrument was acknowledged before me this day of is personally known to me or who has produced as identification and who did/did not take an oath. WITNESS my hand and official seal, this day of 20—. (NOTARY SEAL) ......... ----—_----- (Signature Of person toldng acknowledgment) ....................... (Name of officer taking acknowledgment) typed, printed, or stamped (t it 6 c r My commission expires: (Serial number, if any) 71 P a g e Purchase and Delivery of Bulk Gasoline end Diesel Fuel Agreernent Page 753 of 1197 EXHIBIT C 115URANQ wiagmgm Contractor shall carry the following minimum types of insurance.- A. Workers'Compensation:with the statutory limits. B. Employers' Liability insurance: with a limit of not less than one hundred thousand dollars ($100,000) for each accident, one hundred thousand dollars ($100,000) for each disease,and five hundred thousand dollars($500,000)for aggregate disease. C. Comprehensive General Liability Insurance. with limits of not less than one million doII ars ($1,000,000) per occurrence and two million dollars ($2,000,000) in the aggregate for Bodily Injury and Property Damage. The insurance policy must Include coverage that Is not more restrictive than the latest edition of the Comprehensive General Liability Policy, without restrictive endorsements, as filed by the Insurance Services ® and the policy must include coverage's for premises and/or operations, independent Bidders, products and/or completed operations for Bidders, contractuaI liability, broad forin contractual coverage, broad form property damage, products, completed operations, and personal Injury. Personal Injury coverage shall Include coverage that has the Employee and contractual Exclusions removed. D. Motor Vehicle Liability Insurance: covering all vehicles associated with Bidder's operations to Include all owned, non-owned and hired vehicles. The coverage will be written an an occurrence basis wfth limits of liability not less then one million dollars ($1,000,000-00)combined single limit per each occurrence. E. Umbrella Liability Insurance or Excess Liability Insumnee with limits of not less than one million($1,000,000)dollars may be used to reach the limits of liability required for the General Liability and the Business Automobile Policy. If applicable, the amounts specified as Contract specific will be an initial layer of coverage which will be applicable only to claims arising out of, or In connection with, the work performed or the use or occupancy of Authority promises In connection with this Contract and will not be reduced or diminished in any manner by claims resulting from other than the work performed rt use or occupancy of Authodty promises In connection with this Contract.The amounts specified as total limits will be the total minimum limits required, including the initial layer. All insurance policies shall be issued by companies that(a)are authorlized to do business in the State of Florida; (b) have agents upon whom service of process may be made in Palm Beach County, Florida; and (c) have a Best's rating of A-Vill or better.All Insurance policies shall name the City as an additional insured. Contractor agrees to notify the City within (5) business days of coverage cancellation, lapse or material modification. All renewal or repI acement certificates of insurance shall be forwarded to the City Purchasing Department. Purchase and Delivery of Bulk Gasdine and Dead Fuel Agreement 2131 P a g Page 754 of 1197 EXHIBIT II PRICE: I II r the DTNr each product at the time of delivery. No other charges outsidethe Fee Schedule, r than applicablefuel II be permitted. 1• Traneport Truck Dell " ITEM DESCRIP170NSURCHARGEAMOUNT Gasoline 4M220-930-7800 Gasoline E10, 1t1n d� 7 Octane -O.OE � ,� r allon ........ 0 r Diesel 4405-120-260-1030 Ultra Low Sulfur Diesel Fuel,grade no. 2 sulfur minimum celane i ...........eriIln li. Tank u._ Delivery ITEm DESCRIPnON SURCHARGE AMOUNT Gasoline Gasoline 1 Unleaded, ------------- iesel 4405-120-260-1030 Ultra Low Suffur Diesel Fuel,grade no. 1 sulfur minimum ostane i r c-allon Purchwe and Delheryi i I Agrownent Page 755 of 1197 Page 756 of 1197 Coversheet Page I of 2 7.C. BIDS AND PURCHASES OVER$100,000 91=0115 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 91=01 0 REQUESTED ACTION BY COMMISSION: Approve utilizing the city of Deiray's Agreemerrt based an ITB 02017-047 for the procurement of bulk gasoline and diesel fuel with MacMillan Oil Ompany,LLC of Hialeah,FL lbr the City%flee for the period of October 1,2018 thru June 8, 2020 to coincide with the sward period of Delray Beach. The estimated annual expentiltuns Is$1.W0.000. The City of Dalrays procuronwmt process satialies the City of Boynton Beach%competitive bid requirements. EXPLANATION OF REQ11JEST, Term: Cctdnr 1,2018-J 8,2WA DelrayffidTarm: June 7, 17—June 6,2a2O The Fleet Maintenance Division is requesting thea tion to pmure bulk diesel and gasoline throughout the length of the City of Delray's Contract ITS 2017-047,contract period is June 7,2017—Ju ns%2020 with one,two year option to renew. Attachments are as ficilows: • City of Delray—Contract ITS 2017-047 . City of Delray— • —• City of Delray—Email Authmization • MacMillan Oil Company—Authorization Letter Pmvious years expenditures: 17118-$906,297 to date 18117-$727,847 15118-$807.9" Macmillan will be the primary vendor for the purchase of diesel and unloaded fuel. HOW W11J_THIS AFFECT CITY PROGRAMS OR SERVICES? The Fleet Maintenance division will ensure gasoline and diesel are kept at optimum levels at all times. Fleet Maintenance orders and monkom fuel inventory. FISCALIMPACT: Budgeted FkM Maintenance estimates an annual expenditure of$1,500,000*om Float Maintenance account 9501-261"19-62- 10 per Iasi year. ALTERNA11VES: Not utilizing this agreement and either uIlliza another agreement or to City to Issue ICs MM bid. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CUMATE ACTION: No CUMATE ACTION DISCUSSION: Is this a grant? No GrordArnount: VENDOR NAME: MacMillan it Company START DATE: END DATE: CONTRACT VALUE: MINORITY OWNED CONTRACTOR?: No https://boyntonbeach.novusagenda.com/AgendaPublir./CoverShect.aspx?ltemlD=4597&M... Py&&I 8 of 1197 Coversheet Page 2 of 2 EXTENSION AVAILABLE?: Yes EXTENSION EXPLANATION: One,two year option to renew ATTACHMENTS: Type Description Agenda Attachment-MacMillan Oil Company-2019 Blanket Back Up-City of Delray Awarded Contract Expire@ 00-07-20 Agenda Attachment-Macmillan Oil-2019 Blanket Back Up- A Nodes Agenda AtIsicbmant-Macmillan it-2019 Blanket Back Up-CRY of Delray-Email AutWz&Wn .... Agenda Attachment-Macmillan Oil-2019 Blanket Back Up- Auftrlzdon letter hqs-//boyntonbmh.novusagenda.comagenda%blicJCoverSheaLaspx?ltemlD=4597&M...Pf 1197 AN MACMILLAN OIL COMPANY, LLC 29SSEAST IlmAVENUE, H|ALEAH' FLORIDA 33O13 PH: (3O5) 691'7814 FAX: (305) 693-188O August 2O, 2O18 AdhannaGrecco City ofBoynton Beach DearAdrianna' Considering the authorization by the City of Delray Beach to piggyback on their contract R142103 with us. We, Macmillan Oil Company, LLC will extend the same terms and conditions tothe City ofBoynton Beach asinthe above referenced contract. Please let meknow ifany additional information isneeded. Sincerely, Daniel A|onso President Greco-Arendbia, Adrianna From: Gardner-Young,Caryn < u Tray ech.c > Sent Monday,August ,2018 3:51 PM Greco-Arencibia,Adrianna Subject: RE: Macmillan it -2018 Blanketc - Email Authorization from Delray.pdf Adrianna The City of Delrayeach has no objections. Caryn Gardner-Young,ICIVIA-CIVI. I Assistant City Manager 561-243-700012 oun eiray ach. 1100 . 1st Avenue, Delray Beach, Florida 33444 CITY OF DELRAY BEACH FEMUC RECORDS NOTZ Fkwmk hiss a my broad pubhc records law • Most wimm commuracaums to or fiom local officials, t.Your e-mmil Greco-Arencibla,Adrianna<Greco-ArencibiaA@bbfl.us> Monday, Gardner-Young,Caryn< oun it c .c > Macmillan it-2018 Blanketc it Authorization from DeIray.pdf Importance., High Good rin st year you authorized the Cityof Boynton Beach to piggybackill I contract per the attachedII copy. We arebeginning our new fiscal budget year and wouldlike to piggybackMacMillan fuel contract again. Would you please respond viae ail authorizing the Cityo piggyback the fuel contract for fiscal year 2018-2029? If you have any questions, pleaselet me know. Thank you riah r - r nci i Assistant Director Public Works/Solid Waste Mailing dress: P.O. o 310 I Boynton Beach, Florida PhysicalAddress:222 N.E. 9th Ave. I Boynton Beach, Florida 33435 561-742-6596 f 13 561-742-6211 Greco-Arenclb!aA@bbfl.us I I oynton- a ch.or 1 Page 760 of 1197 7.D. CONSENT BIDS AND PURCHASES OVER$100,000 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve the purchase of replacement vehicle as anticipated in the FY 2019-20 fleet replacement budget in the estimated amount of$325,879.04 by utilizing the following contract: Sourcwell for one (1) Solid Waste split rear loader. EXPLANATION OF REQUEST: The Public Works Director and Fleet Administrator recommend the purchase of replacement rear load garbage truck for Solid Waste Division as anticipated in the fiscal year 2019-20 fleet replacement budget. Staff are requesting the early purchase of this vehicle to decrease the delivery time and improve efficiency on 95 gallon recycling route and garbage and vegetation routes. Attached is spreadsheet indicating vendor, number of units ordered, user department, bid/contract information and cost. Sourcewell Contract#RFP 112014 (Effective November 2014- December 16, 2109) The Fleet Maintenance Division intends to award the following vendor for purchase as follows (see attached quote) 1. Sunbelt Waste Equipment for one (1)Autocar with a split rear loader body for Solid Waste in the amount of$325,879.04. This unit utilizes the Sourcewell Contract#RFP 112014. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This replacement vehicle will be used throughout the City to provide services to our residents. FISCAL IMPACT: Budgeted The total budgeted amount for FY 2019-20 for all the replacement vehicles= $4,818,590,000. ALTERNATIVES: Be deferring purchases, departmental maintenance cost and equipment downtime would increase and Sanitation routes will not get collected as scheduled. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Page 761 of 1197 Grant Amount: CONTRACTS VENDOR NAME: Sunbelt Waste Equipment START DATE: END DATE: CONTRACT VALUE: MINORITYOWNED CONTRACTOR?: No EXTENSION AVAILABLE?: No EXTENSION EXPLANATION: ATTACHMENTS: Type Description D Attachment Fleet Vehicle Spreadsheet D Quotes PO Request& Sunbelt Waste Equipment Quote D Contract Source II Contract RFP 112014 Page 762 of 1197 i VA ti rn o (Y) Ir V- ti a� ft c� a I r , r r i I i PUBLIC WORKS DEPARTMENT QUEST FOR PURCIUSE ORDER 0 Dates 1 9/612019 _--l-Account ... --LO-1-3515-5911.64-31 ® sourcewell , aded BV. � E Mbion Head ' Fled ® # Vendor: Sunbelt dopi lumbEeltW, ®�EqupnicN. I No. contact Draw Wail Fed ED 0-0 Phone.- 561-274-8505 en" Dr,,wWefl@mnbelMwle.com i FN 0.1 : —L I ITEM N COLOR gid. V PRICE UNff DESCREPTION SIZE TOTAL AutoCar ` �. t rear 325,879.04 Each $325,379.04 loader Blue .... i I i I � Pdec..Q,�,Oft Vendor Name i Page 764 of 1197 QUOTATION BIDDERS Fladde Truck Deelor u Florida REFERENCE -j .DELIRY Lawn D SHIPPED OF C NIBER DATE FOR FROM RECEIFT VILA F013 POINT TERMS iNd 30 T 1J 1 1 1 1 MONTHS OF ORDER DEALERS AWAY D� , Loader wwAuto pTO-Up Grade to 80010 MAL SPLIT BODY 2 BODIES 26 CuYd Front Mount ftap Laft Hand Summer 20 lb.FIre Extinguisher FwW ftm FL PW* 12 Month Wsumnly AN Slardord Features1 yew warranty Total Body and Options $172,216M an Upgrob Body to DUAL Stmm 1110 $16AWAD Aukwmr Quote Per Unit Complete on Soumeweil/FSA $ s • 04THANK YOU FOR THE OPPORMNITY TO QUCrMI if you have any questions concerning this quotation,plena bel fte to Contact W. DAW I Sunbelt i Pompono Desch,FL 33M1 954444-IM Call Page 765 of 1197 City of Boynton Beach f Sourcewell Page 1 of 2 o u r(z e vv e 0% City of Boynton Beach I D#21407 100 E Boynton Bead Blvd Boynton Beach, EL 33435-3899 Is this o Great news—your organization is alreadya Sourcewell m rn' er! Using the I nuniN' er provided on this page, you can immediately utilize Sourcewell awarded contracts t by providing his number to the vendor you wish to purchase from. Update your organization's information atior Add a contact for your organization Need a help? Contact our dedicated Membership Tears at ember hips o r` ewell-r i .goy or 577--555-9706. f 11i n t Sourcewell for Vendors � Page 766 of 1197 https.//www.soureewell-mn.gov/node/424446 8/8/2019 Pt k National Joint NJP I` FOR SAL (herein for the procurement of _._OBILE REFUSE COLLECTION VEHICLES WITH RELATED EQMPME ._ AND SERVICES RFP QRLuing NOVEMBER 20, 2014 8.00 . Central Time At the offices oft e National Joint Powers Alliance 202 12r' Street Northeast, Staples, N4N 56479 RFP #112014 The National Joint Powers Alli cc ), on behalf of NJPA and its current and potential Member agencies which includes all governmental,higher education, -12 education,not-for-profit,tribal government,and all other public agencies located in all fifty states,Canada,and internationally,issues this Request For Proposal(RFP)to result in a national contract solution for the procurement of #112014 MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESS E VICES.Details of this RFP are available beginning OCTOBER 2,2014.Details may be obtained by letter of request to Jonathan ,NJPA,202 12th Street Northeast,P.O.Box 219,Staples,MN 56479, or by e-mail at jpacoop,or . Proposals will be received until NOVEMBER 1 , 2014 at 4:30 p.m. Central Time at the above address and opened NOVEMBER 2 ,2014 at 8:00 a.m. Central Time. F P Tim elin October ,2014 Publication of RFP in the print and online version of the Minneapolis apolis Star Tribune,in the print and online version of the USA Today, in the print:and online version of the Salt Lake.Neivs within the State:of Utah, in the print and online version of the Daily Journal of Commerce-orilhin the Stale of Oregon(note: Oil entities this pertains to: lett r` t .n rac )o r®org/orc a: �°�,rtisir� '1in the print and online version of the agitate within the State of South Carolina,the N.IPA website, MERX,Notice ebidders.eam,PablicParchase.com, IJiddingo and.Onvia,. November 10,2014 Pre-Proposal Conference (tire.webeas /confer ence call. The 1 a.m. Centrali connection information will be sent to all inquirers two business days before the conference) November ,2 Deadline for RFP questions NOVEMBER ,2 Deadline for Submission of Proposals. Late responses will be 4:30 a.m. Centrali returned unopened. NOVEMBER 20,2014 Public Opening of Proposals a.m. Central Time Direct questions regarding this RFP to:Jonathan Yahnat _ gra td r : am re.f �w' °q car(2'18)895-4114. 1 Page 767 of 1197 L. Shipping Requesting Pricing Changes A. Contract B. Currency C. Exclusive Vendor A. Proposal Evaluation Process D. FOB B. Proposer Responsiveness E. Hub Partner C. Proposal Evaluation Criteria F. Proposer D. Other Consideration G. Request for Proposal E. Cost Comparison H. Sourced Goods F. Marketing Plan L Time G. Certificate Of Insurance J. Total Cost of Acquisition H. Order Process and/or Funds Flow K. Vendor 1. Administrative Fees J. Value Added K. Waiver of Formalities < A. About NJPA A. Subsequent Agreements B. Joint Exercise of Powers Laws B. NJPA Member Sign-up Procedure C. by Respond to a National Cooperative C. Reporting of Sales Activity Procurement Contract D. Audits D. The Intent of This RFP E. Hub Partner E. Scope of This RFP F. Trade-Ins F. Expectations for Equipment/Products G. Out of Stock Notification and Services Being Proposed H. Termination of a Contract resulting from G. Solutions Based Solicitation this RFP 1 1 J A. Advertising a Contract Resulting From A. ,Inquiry Period This RFP B. Pre-Proposal Conference B. Applicable Law C. Identification of Key Personnel C. Assignment of Contract D List o Proposer's Exceptions to Ternis and D. f Proposers ConditiE. Captions,Headings,and Illustrations ons E. Proposal FormF. Data Practices at F. Questions&Answers About This RFP G. Entire Agreement G. Modification or Withdrawal of a H. Force Majeure Submitted Proposal I. Gratuities H. Proposal Opening Procedure J. Hazardous Substances I. NJ A's Rights Reserved K. Licenses L. Material Suppliers and Sub-Contractors M. Non-Wavier of Rights A Line-Item Pricing N. Protests of Awards Made BPercentage Discount From Catalog or 0. Suspension or Disbarment Status Category P. Affinnative Action and Immigration C. Cost is a Percentage of Cost Status Certification D. of List Pricing Q. Severability E. Ceiling Price R. Relationship of Parties F. Volume Price Discounts/ Additional Quantities G. Total Cost of Acquisition H� Sourced Equipment/Products/ Open Market Items 1. Price and Product Changes J. Payment Terms K. Sales Tax 2 Page 768 of 1197 "Contract" as used herein shall consist of. this RFP, pricing, fully executed forms C, D, F &P from the Proposer's response pursuant to this RFP, and a fully executed form ("Acceptance and Award") with final terms and conditions. Form E will be executed on or after award will provide final clarification of terms and conditions oft e award. gib.,.. All transactions are payable in U.S. dollars on U.S. sales. All administrative fees are to be paid in U.S. dollars. sale Vendor awarded in a product category.NJPA reserves the right to award to an Exclusive Vendor in the event that such an award is in the best interests of NJPA Members nationally. A Proposer that exhibits d demonstrates the ability to offer and execrate an outstanding overall program, demonstrates the ability and willingness to serve NJPA current and qualifying Members in all 50 states and comply with all other requirements of this RFP,is preferred. D" FOB FOB stands for"Freight On Board" and defines the point at which responsibility for loss and damage of product/equipment purchased is transferred from Seller to Buyer. "FOB estina ion"defines that transfer of responsibility for loss is transferred from eller to Buyer at theBuyer's designated delivery point.FOB does not identify who is responsible for the costs of shipping. e responsibility for the costs of shipping is addressed elsewhere in this document. 1-;, HL)B PARTNER An organization that a member requests to be served through with an Awarded Vendor for the purposes of complying with a Law,Regulation,or Rule to which that individual JPA Member deems to be applicable in their jurisdiction. F.PROPOSER A company, person,or entity delivering a timely response to this RFP. Herein referred to as RFP. 11. SOURCED GOODS A Sourced Good or Open Market Item is a product within the 's scope- generally deemed incidental o the total transaction or purchase of contract items - which a member wants to buy under contract from an Awarded Vendor that is not currently available under the Vendor's NJPA contract. Periods of time,stated as number of days,shall be in calendar days. ;1. ToTAL COS 01, ACQ�.IS1'1'1�r N The To Cast o Acquisition for the equipment/products d related services being proposed is the cost of the proposed equipment/products related services delivered and operational for its intended purpose int the end-user's location. K. VENDOR A Proposer whose response has been awarded a contract pursuant tot is RFP. 3 Page 769 of 1197 2=1 NJPA shall advertise this solicitation: 1)for two consecutive weeks in both the hard copy print and on- line editions of the MINNEAPOLIS STAR TRIBUNE, 2) once each in Oregon's Dev Journal of Commerce, South Carolina's The State and Utah's Salt Lake Tribune: )on JA's website;4)int e hard copy print and online editions of the USS Today; and 5)on other third-party websites deemed appropriate by NJPA. Oflier third party advertisers may include Onvia,PubliePurchase.com,MERX and Biddingo. 2.2 NJPA also notifies and provides solicitation documentation to each State level procurement departments for possible re-posting of the solicitation within their systems and at their option for future use and to meet specific state requirements. ,ABOUT NJPA 3.1 The National Joint.Powers Alliance A)is a public agency serving as a national municipal contracting agency established under the Service Cooperative statute by Minnesota Legislative Statute 13A. 1 with the authority to develop and offer,among other services,cooperative procurement services to its membership. Eligible membership and participation includes states, cities, counties, all government agencies, both public and non-public educational agencies, colleges, universities and non-profit organizations. 3.2 Under the authority of Minnesota state laws and enabling legislation,NJPA facilitates a competitive bidding and contracting process on behalf of the needs of itself and the needs of current and potential member agencies nationally. This process results in national procurement contracts with various Vendors of products/equipment and services which N A Member agencies desire to procure. These procurement contracts are created in compliance with applicable Minnesota Municipal Contracting Laws. A complete listing of NJPA cooperative procurement contracts can be found at °;swa�� cv mmtJ.. .3 NJPA is a public agency governed by publicly elected officials that serve as the NJPA Board o irectors. A's Board of Directors calls for all proposals,awards all Contracts,and hosts those resulting Contracts for the benefit of its own and its Members use. .3.1 Subject to Approval of the NJPA Board:NJPA contracts are awarded by the action of A Board of Directors. This action is based on the open and competitive bidding process facilitated by NJPA. The evaluation and resulting recommendation is presented to the Board of Directors by the NJPA Proposal Evaluation Committee. 3.4 NJPA currently serves over 50,000 member agencies nationally.Both membership and utilization o N A contracts continue to expand, due in part to the increasing acceptance of Cooperative Purchasing throughout the government and education communities nationally. B,Jt IN'll 1_x l._`RCIS 01` P . :ERS 1.,AWS 3.5 NJPA cooperatively shares those contracts with its Members nationwide through various Joint Exercise of Powers Laws or Cooperative Purchasing Statutes established in Minnesota, other States and Canadian rovinces.The Minnesota Joint Exercise of Powers Law is Minnesota Statute§471.59 which states"Two or more governmental units...may jointly or cooperatively exercise any power common to e contractingparties..." This Minnesota Statute allows NJPA to serve Member agencies located i all other states. Municipal agencies nationally have the ability to participate in cooperative purchasing activities as a result of specific laws of their own state. These laws can be found on our website at nipacoop.,o ati al-coo eratiy conte t sol tionsflegal-a t orit 1. Page 770 of 1197 C, WHY F SPONDTO A .fit TI()Tl JA 11,COODIERATIVIU PROCUMEMEN'l- 3.6 National Cooperative Procurement Contracts create value for Municipal and Public Agencies,as well as for Vendors of products/equipment and services in a variety of ways: 3.6.1 National cooperative contracts potentially save the time and effort of Municipal and Public Agencies who would have been otherwise charged with soliciting vendor responses to individual RFP's, resulting in individual contracts, to meet the procurement needs of their respective agencies. Considerable time and effort is also potentially saved by the Vendors who would have had to otherwise respond to each of those individual RFPs.A single, nationally advertised RFP, resulting in a single,national cooperative contract can potentially replace thousands of individual RFPs for the same equipment/products/services that might have been otherwise advertised by individual NJPA member agencies. 3.6.2 NJPA contracts offer our Members nationally leveraged volume purchasing discounts. Our contract terms and conditions offer the opportunity for Vendors to recognize individual member procurement volume commitment through additional volume based contract discounts. 3.7 State laws that permit or encourage cooperative purchasing contracts do so with the belief that cooperative efficiencies will result in lower prices,better overall value,and considerable time savings. 3.8 The collective purchasing power of thousands of NJPA Member agencies nationwide offers the opportunity for volume pricing discounts. Although nosales or sales volume is guaranteed by an NJPA Contract resulting from this RFP, substantial volume is anticipated and volume pricing is requested and justified. 3.9 NJPA and its Members desire the best value for their procurement dollar as well as a competitive price. Vendors have the opportunity to display and highlight value added attributes of their company, equipment/products and services without constraints of a typical individual proposal process. D. THE INTENT OF THIS RFP 3.10.National contract awarded by the NJPA Board of Directors: NJPA seeks the most responsive and responsible Vendor relationship(s)to reflect the best interests of N and its Member agencies. Through a competitive proposal and evaluation process,the N Proposal Evaluation Committee reviews and recommends vendors for to award a national contract by the action of the NJPA Board of Directors. NJPA's primary intent is to establish and provide a national cooperative procurement contract which offer opportunities for NJPA and our Member agencies to procure quality product/equipment and services as desired and needed. The contracts will be marketed nationally through a cooperative effort between the awarded vendor(s)and NJPA. Contracts are expected to offer price levels reflective of the potential and collective volume of N and the nationally established N membership base. 3.11 Beyond our primary intent,NJPA her desires to: 3.11.1 Award a four year to contract with a fifth year contract option resulting from this RFP; 3.11.2 Offer and apply any applicable technological advances throughout the to of a contract resulting from this RFP 3.11.3 Deliver "Value Added" aspects of the company, equipmentiproducts and services as defined in the"Proposer's Response"; 5 Page 771 of 1197 3.11.4 Deliver wide spectrums of solutions to meet the needs and requirement of NJPA and N Member agencies. 3.11.5 Award an exclusive contract to the most responsive and responsible vendor when it is deemed to be in the best interest of NJPA and the NJPA Member agencies 3.12 Exclusive or Multiple Awards: Based on the goals and scope of this RFP, NJPA is requesting responders to demonstrate their ability to serve the needs of NJA's national membership. It is NJPA's intent and desire to award a contract to a single exclusive Vendor to serve our membership's needs. To meet the goals of this RFP,N reserves the right to award a Contract to multiple Proposers where the result justifies a multiple award and multiple contracts are deemed to be in the best interests of NJPA Member agencies. 3.13 Non-Manufacturer Awards:NJPA reserves the right to make an award related to this invitation to a non-manufacturer or dealer/distributor if such action is in the best interests of NJPA and its Members. 3.14 Manufacturer as a Proposer:If the Proposer is a Manufacturer or wholesale distributor,the response received will be evaluated on the is of a response made in conjunction with that Manufacturer's authorized Dealer Network. Unless stated otherwise, a Manufacturer or wholesale distributor Proposer is assumed to have a documented relationship with their Dealer Network where that Dealer Network is informed of,and authorized to accept,purchase orders pursuant to any Contract resulting from this RFP on behalf of the Manufacturer or wholesale distributor Proposer. Any such dealer will be considered a sub- contractor of the ProposerNendor. The relationship between the Manufacturer and wholesale distributor Proposer ® its Dealer Network may be proposed at the time of the proposed submission if that fact is properly identified. 3.15 Dealer/Re-seller as 2 Proposer:If the Proposer is a dealer or re-seller of the products /or services being proposed, the response will be evaluated based on the Proposer's authorization to provide those products and services from their manufacturer. Where appropriate, Proposers must document their authority to offer those products and/or services. E. SCOPE OF THIS RFP L16 Scope: The scope of this RFP is to award a contract to a qualifying vendor defined as a manufacturer, provider, or dealerldistributor, established as a Proposer, and deemed responsive and responsible through our open and competitive proposal process. Vendors will be awarded contracts based on the proposal and responders demonstrated ability to meet the expectations of the RFP and demonstrate the overall highest valued solutions which meet and/or exceed the current and future needs and requirements of NJPA and its Member agencies nationally within the scope of MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES . 3.17 Additional Scope Definitions: For purposes of the scope of this solicitation: 3.17.1 In addition to MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES, AND SERVICES this solicitation should be read tainclude, but not limited to: 3.17.1.1 Front Loaders,Side Loaders,Rear Loaders,Multi-Compartment,Roll-Off,Heavy Truck Chassis, 3.17.2 NJPA reserves the right to limit the scope of this solicitation for NJPA and current and potential NJPA member agencies. 6 Page 772 of 1197 3.17.2.1 This solicitation shall NOT be construed to include: Knuckle Booms Loaders, Containers, Compactors,Leaf Vacuums,Vaccuums, Sweepers. 3.18 Overlap of Scope: When considering equipment/products/services, or groups of equipment/ products/services submitted as a part of your response, and whether inclusion of such will fall within a "Scope of Proposal,"please consider the validity of an inverse statement. 3.181 For example, pencils and post-it-notes can generally be classified as office supplies and office supplies generally include pencils and post-it-nates. 3.18.2 In contrast, computers (PCs and peripherals) can generally be considered office supplies; however, the scope of office supplies does not generally include computer servers and infrastructure. 3.18.3 In conclusion: With this in mind, individual products and services must be examined individually by NJPA, from time to time and in its sole discretion, to determine their compliance and fall within the original"Scope"as intended by NJPA. 3.19 Best and Most Responsive—Responsible Proposer: It is the intent of NJPA to award a Contract to the best and most responsible and responsive Proposer(s)offering the best overall quality and selection of equipment/products and services meeting the commonly requested specifications of the NJPA and NJPA Members, provided the Proposer's Response has been submitted in accordance with the requirements of this RFP. Qualifying Proposers who are able to anticipate the current and future needs and requirements of NJPA and NJPA member agencies; demonstrate the knowledge of any and all applicable industry standards, laws and regulations; and possess the willingness and ability to distribute,market to and service NJPA Members in all 50 states are preferred. NJPA requests proposers submit their entire product line as it applies and relates to the scope of this RFP. 3.20 Sealed Proposals: NJPA will receive sealed proposal responses to this RFP in accordance with accepted standards set forth in the Minnesota Procurement Code and Uniform Municipal Contracting Law. Awards may be made to responsible and responsive Proposers whose proposals are determined in writing to be the most advantageous to NJPA and its current or qualifying future NJPA Member agencies. 3.21 Use of Contract:Any Contract resulting from this solicitation shall be awarded with the understanding that it is for the sole convenience of NJPA and its Members. NJPA and/or its members reserve the right to obtain like equipment/products and services solely from this contract or from another contract source of their choice or from a contract resulting from their own procurement process. 3.22 Awarded Vendor's interest in a contract resulting from this RFP:Awarded Vendors will be able to offer to NJPA, and current and potential NJPA Members, only those products/equipment and services specifically awarded on their NJPA Awarded Contract(s). Awarded Vendors may not offer as "contract compliant,"products/equipment and services which are not specifically identified and priced in their NJPA Awarded Contract. 3.23 Sole Source of Responsibility-NJPA desires a"Sole Source of Responsibility"Vendor. This means the Vendor will take sole responsibility for the performance of delivered equipment/products/ services. NJPA also desires sole responsibility with regard to: 3.23.1 Scope of Equipment/Products/Services:NJPA desires a provider for the broadest possible scope of products/equipment and services being proposed over the largest possible geographic area and to the largest possible cross-section of NJPA current and potential Members. 3.23.2 Vendor use of sub-contractors in sourcing or delivering equipment/product/services: NJPA desires a single source of responsibility for equipment/products and services proposed. Proposers are assumed to have sub-contractor relationships with all organizations and individuals whom are external to 7 Page 773 of 1197 the Proposer and are involved in providing or delivering the equipment/products/services being proposed. Vendor assumes all responsibility for the equipment/products/services and actions of any such Sub- Contractor. Suggested Solutions Options include: 3.24.1 Multiple solutions to the needs of NJPA and NJPA Members are possible. Examples could include: 3.24.1.1 Equipment/Products Only Solution: Equipment/Products Only Solution may be appropriate for situations where NJPA or NJPA Members possess the ability,either in- house or through local third party contractors, to properly install and bring to operation those equipment/products being proposed. 3.24.1.2 Turn-Key Solutions: A Turn-Key Solution is a combination of equipment/products and services which provides a single price for equipment/products, delivery,and installation to a properly operating status.Generally this is the most desirable solution as NJPA and NJPA Members may not possess,or desire to engage,personnel with the necessary expertise to complete these tasks internally or through other independent contractors 3.24.1.3 Good, Better, Best: Where appropriate and properly identified, Proposers are invited to offer the CHOICE of good—better—best multiple grade solutions to NJPA and NJPA Members' needs. 3.24.1.4 Proven — Accepted — Leading Edge Technology: Where appropriate and properly identified,Proposers are invited to provide an appropriate identified spectrum of technology solutions to compliment or enhance the functionality of the proposed solutions to NJPA and NJPA Members' needs both now and into the future. 3.24.2 If applicable, Contracts will be awarded to Proposer(s) able to deliver a proposal meeting the entire needs of NJPA and its Members within the scope of this RFP. NJPA prefers Proposers submit their complete product line of products and services described in the scope of this RFP. NJPA reserves the right to reject individual, or groupings of specific equipment/products and services proposals as a part of the award. 3.25 Geographic Area to be Proposed: This RFP invites proposals to provide MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES to NJPA and NJPA Members throughout the entire United States and possibly internationally.Proposers will be expected to express willingness to explore service to NJPA Members located abroad;however the lack of ability to serve Members outside of the United States will not be cause for non-award. The ability and willingness to serve Canada,for instance,will be viewed as a value-added attribute. 326 Contract Term: At NJPA's option a contract resulting from this RFP will become effective either the date awarded by the NJPA Board of Directors or the day following the expiration date of an existing NJPA procurement contract for the same or similar product/equipment and services. 3.26.1 NJPA is seeking a Contract base term of four years as allowed by Minnesota Contracting Law. Full term is expected. However, one additional one-year renewal/extension may be offered by NJPA to Vendor beyond the original four year term if NJPA deems such action to be in the best interests of NJPA and its Members.NJPA reserves the right to conduct periodic business reviews throughout the term of the contract. 3.27 Minimum Contract Value: NJPA anticipates considerable activity resulting from this RFP and subsequent award; however, no commitment of any kind is made concerning actual quantities to be 8 Page 774 of 1197 acquired. NJPA does not guarantee usage. Usage will depend on the actual needs of the NJPA Members and the value of the awarded contract. 3.28 Estimated Contract Volume. Estimated quantities and sales volume are based on potential usage by NJPA and NJPA Member agencies nationally. 3.29'Contract Availability: This Contract must be available to all current and potential NJPA Members who choose to utilize this NJPA Contract to include all governmental and public agencies, public and private primary and secondary education agencies,and all non-profit organizations nationally. 3.30 Proposer's Commitment Period: In order to allow NJPA the opportunity to evaluate each proposal thoroughly,NJPA requires any response to this solicitation be valid and irrevocable for ninety (90) days after the date proposals were opened regarding this P. F. EXPECTATIONS FOR EQLJJPMEN11PPt:DUCTS AND SERVICES BEINGPROPOSr-D 3.31 Industry Standards: Except as contained herein, the specifications or solutions for this RFP shall be those accepted guidelines set forth by the MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES industry, as they are generally understood and accepted within that industry across the nation. Submitted products/equipment, related services, and their warranties and assurances are required to meet /or exceed all current, traditional and anticipated needs and requirements of N and its Members. 3.31.1 Deviations from industry standards must be identified by the Proposer and explained how, in their opinion, the equipment/products and services they propose will render equivalent functionality, coverage, performance,and/or related services. Failure to detail 0 such deviations may comprise sufficient grounds for rejection of the entire proposal. 3.31.2 Technical Descriptions/Specifications.Excessive technical descriptions and specifications which, in the opinion of NJPA unduly enlarge the proposal response may reduce evaluation points awarded on Form G. Proposers must supply sufficient information to: 3.31.2.1 demonstrate the Proposer's knowledge of industry standards; 3.31.2.2 identify the equipment/products and services being proposed;and 3.31.2.3 differentiate equipment/products and services from others. 3.32 New Current Model Equipment/Products: Proposals submitted shall be for new, current model equipment/products and services with the exception of certain close-out products allowed to be offered on the Proposer's"Hot List"described herein. 2.L3 Compliance with laws and standards: All items supplied on this Contract shall comply with any current applicable safety or regulatory standards or codes. 3.34 Delivered and operational: Products/equipment offered herein are to be proposed based upon being �e_fivered and operational at the NJPA Member's site. Exceptions to"delivered and operational"must be explicitly disclosed in the"Total Cost of Acquisition"section of your proposal response. 3.35 Warranty:The Proposer warrants that all products,equipment,supplies,and services delivered under this Contract shall be covered by the industry standard or better warranty. All products and equipment should carry a minimum industry standard manufacturer's warranty that includes materials and labor, The Proposer has the primary responsibility to submit product specific warranty as required and accepted by industry standards. Dealer/Distributors agree to assist the purchaser in reaching a solution in a dispute over warranty's terms with the manufacturer.Any manufacturer's warranty which is effective past the expiration 9 Page 775 of 1197 of the warranty will be passed on to the NJPA member. Failure to submit a minimum warranty may result in non-award. 3.36 Additional Warrants: The Proposer warrants all products/equipment and related services furnished hereunder will be free from liens and encumbrances; defects in design, materials, and workmanship; and will conforin in all respects to the terms of this RFP including any specifications or standards. In addition, ProposerNendor warrants the products/equipment and related services are suitable for and will perform in accordance with the ordinary use for which they are intended. G, SOJAJT1()NS BASED SOLICITATION 3.37 NJPA solicitations and contract process will not offer specific specifications for proposers to meet or base your response on. This RFP is a"Solutions Based Solicitation." This means the proposers are asked to understand and anticipate the current and future needs of NJPA and the nationally located NJPA membership base,within the scope of this RFP,and including specifications commonly desired or required by law or industry standards.Your proposal will be evaluated in part on your demonstrated ability to meet or exceed the needs and requirements of NJPA and our member agencies within the defined scope of this RFP. 3.38 NJPA does not typically provide product and service specifications; rather NJPA is requesting an industry standard or accepted specification for the requested product/equipment and services. Where specific line items are specified,those line items should he considered the minimum which can be expanded by thllIe Proposer to deliver the Proposer's"gg Solution"to NJPA and NJPA Members' needs. ,4 .......... A„ INC, LARY PERIOD 4.1 The inquiry period shall begin at the date of first advertisement and continue to the "Deadline for Requests." RFP packages shall be distributed to Potential Bidders during the inquiry period. The purpose for the defined "Inquiry Period" is to ensure proposers have enough time to complete and deliver the proposal to our office. B. lip E-PIZOPOSAL,(..,ONFERENCE 4.2 A non-mandatory pre-proposal conference will be held at the date and time specified in the time line on page one of this P.Conference call and web connection information will be sent to all Potential Proposers through the same means employed in their inquiry.The purpose oft is conference call is to allow Potential Proposers to ask questions regarding this RFP and hear answers to their own questions and the questions of other Potential Proposers.Only answers issued in writing by NJPA to questions asked before or during the Pre-proposal Conference shall be considered binding. CiD1 TIFICATION OFKEYPERSONNEL 4.3 Vendor will designate one senior staff individual who will represent the awarded Vendor to NJPA. This contact person will correspond with members for technical assistance,questions or problems that may arise including instructions regarding different contacts for different geographical areas as needed. 4.4 Individuals should also be identified (if applicable) as the primary contacts for the contents of this proposaL marketing, sales, and any other area deemed essential byte Proposer. D.PROPOSER'S EXCEPTIGNS TO TERMS AND C(-)NDITIONS 10 Page 776 of 1197 4.5 Any exceptions,deviations,or contingencies a Proposer may have to the terms and conditions contained herein must be documented on Form C. 1.6 Exceptions,deviations or contingencies stipulated in Proposer's Response, while possibly necessary in the view of the Proposer,may result in disqualification of a Proposal Response. 131K)POSAL F0F,1,AAT 4.7 It is the responsibility of all Proposers to examine the entire RFP package, to seek clarification of any item or requirement that may not be clear and to check all responses for accuracy before submitting a Proposal. Negligence in preparing a Proposal confers no right of withdrawal after the deadline for submission of proposals. A&All proposals must be properly labeled and sent to"The National Joint Powers Alliance ,202 12th ST NE Staples, MN 56479." 4.9 Format for proposal response; All proposals must be physically delivered to NJPA at the above ;ddress in the following form and with all required hard copy documents and signature forms/pages inserted as loose pages at the front of the Vendor's response: 4.9.1 Hard copy original signed,completed,and dated forms C,D,F and hard copy signed signature page only from forms A and P from this RFP; 4.9.2 Hard copies of all addenda issued for the RFP with original counter signed by the Proposer; 4.9.3 Hardy copy of Certificate of Insurance verifying the coverage identified in this RFP,- and 4.9.4 A complete copy of your response on a CD(Compact Disc)or flash drive. The copy shall contain completed Forms A, B, C, D, F & P, your statement of products and pricing (including apparent discount)together with all appropriate attachments. Everything you send with your hard copy should also be included in the electronic copy. As a public agency,NJPA proposals,responses and awarded contracts area matter of public record,except for that data included in the proposals, responses and awarded contracts that is classified as nonpublic; thus, pursuant to statute, NJPA policies and RFP temis and conditions, all documentation,except for that data which is nonpublic is available for review by the public through a public records request. If you wish to request that certain information that falls within Minnesota Statute §13.37 be redacted, such request must be made within thirty-days of award/non-award. 4.10 All Proposal forms must be submitted in English and be legible. All appropriate forms must be executed by an authorized signatory of the Proposer.Blue ink is preferred for signatures. L.11 Proposal submissions should be submitted using the electronic forms provided.If a Proposer chooses to use alternative documents for their response,the Proposer will be responsible for ensuring the content is effectively equal to the NJPA form and the document is in a format readable by A. 4.12i It is the responsibility oft e Proposer to be certain the proposal submittal is in the physical possession of N on or prior to the deadline for submission of proposals. 4.12.1 Proposals must be submitted in a sealed envelope or box properly addressed to NJPA and prominently identifying the proposal number, proposal category name, the message "Hold for Proposal Opening", and the deadline for proposal submission. N cannot be responsible for late receipt of proposals. Proposals received by the correct deadline for proposal submission will be opened and the name of each Proposer and other appropriate information will be publicly read. 11 Page 777 of 1197 4.13 Corrections,erasures,and interlineations on a oposer's Response must be initialed by the authorized signer in original ink on all copies to be considered. 4.14 Addenda to the P. The Proposer is responsible for ensuring receipt of all addendums to this iFTF 4.14. roposer's are responsible for checking directly with the NJPA website for addendurns to this P. .1 .2 Addendurns to this RFP can change terms and conditions of the RFP including the deadline for submission of proposals. F QLIESIHONS AND AS AB01T1J'1`1]JS) R. FT0 1.15 Upon examination of this RFP document, Proposer shall promptly notify NJPA of any ambiguity, inconsistency, or error they may discover. Interpretations, corrections and changes to this RFP will be made by N through addendum. Interpretations, corrections, or changes made in any other manner will not be binding and Proposer shall not rely upon such. 4.16 Submit all questions about this RFP, in writing, referencing MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES to Jonathan Yahn N 202 12th Street NE, Staples, MN 56479 or RFP@njpacoop.org. Those not having access to the Internet may call Jonathan Yahn at(218) 895-4144. Requests for additional information or interpretation of instructions to Proposers or technical specifications shall also be addressed to Jonathan Yahn. N urges Potential Proposers to communicate all concerns well in advance of the deadline to avoid misunderstandings. Questions received less than seven (7) days ending at 4:00 p.m. Central Time of the seventh (7"') calendar day prior to proposal due-date cannot be answered; however, communications permitted include: NJPA issued addenda or potential Vendor withdrawal of their response prior to RFP submission deadline. 4.17 If the answer to a question is deemed by NIA to have a material impact on other potential proposers or the RFP itself,the answer to the question will become an addendum to this RFP. 4.18 If the answer to a question is deemed by NJPA to be a clarification of existing terms and conditions and does not have a material impact on other potential proposers or the RFP itself,no further documentation of that question is required. 4.19 As used in this solicitation, clarification means communication with a Potential Proposer for the sole purpose of eliminating minor irregularities, informalities,or apparent clerical mistakes in the RFP. 4.20 Addenda are written instruments issued by NJPA that modify or interpret the P. All addenda issued by NJPA shall become a part of the P. Addenda will be delivered to all Potential Proposers using the same method of delivery of the original RFP material. NJPA accepts no liability in connection with the delivery of said materials. Copies of addenda will also be made available on the N website at www.niDacogp.org by clicking on "Current and Pending Solicitations" and from the NJPA offices. No questions will be accepted by N later than seven(7)days prior to the deadline for receipt of proposals, except Each Potential Proposer shall ascertain prior to submitting a Proposal that it has received all addenda issued, and the Proposer shall acknowledge their receipt in its Proposal Response. 4.21 An amendment to a submitted proposal must be in writing and delivered to N no later than the time specified for opening of all proposals. G.MODIFICATION OR W11111)RAWAL OF A SIJBMITTEII)PROPOSAL 4.22 A submitted proposal may not be modified,withdrawn or cancelled by the Proposer for a period of ninety (90) days following the date proposals were opened. Prior to the deadline for submission of proposals, any proposal submitted may be modified or withdrawn by notice to the N Contracts and 12 Page 778 of 1197 Compliance Manager. Such notice shall be submitted in writing and include the signature of the Proposer and shall be delivered to NJPA prior to the deadline for submission of proposals and it shall be so worded as not to reveal the content of the original proposal. However,the original proposal shall not be physically returned tothe Potential Proposer until after the official proposal opening. Withdrawn proposals may be resubmitted up to the time designated for the receipt of the proposals if they are then fully in conformance with the Instructions to Proposer. �L23 Examples of Value Added Attributes: Value-Added attributes, products and services are items offered in addition to the products and services being proposed which adds value to those items being proposed. The availability of a contract for maintenance or service after the initial sale, installation, and set-up may, for instance,be"Value Added Services" for products where a typical buyer may not have the ability to perform these functions. The opportimity to indicate value added dimensions and such advancements will be available in the Proposer's Questionnaire and oposer's product and service submittal. 4.24 Value added equipment/products and services and expanded services, as they relate to this RFP, will be given positive consideration in the award selection. Consideration will be given to an expanded selection of MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES and advances to provide equipment/products/services or supplies meeting and/or exceeding today's industry standards and expectations. A value add would include a program or service that further serves the members needs above and possibly beyond standard expectation and complements the equipment/products/services and training. Value added could include areas of equipment, product and service, sales, ordering, delivery, performance, maintenance, technology, and service that furthers the functionality and effectiveness of the procurement process while remaining within the scope of this P. 4.25 Minority, all Business, and Women Business Enterprise (WMBE) participation: It is the policy of some NJPA Members to involve Minority, all Business,and WMBE contractors in the process to purchase equipment/products and related services. Vendors should document WMBE status for their organization AND any such status of their affiliates (i.e. Supplier networks) involved in carrying out the activities invited. The ability of a Proposer to provide "Credits" to NJPA and NJPA Members in these subject areas, either individually or through related entities involved in the transaction, will be evaluated positively by NJPA and reflected in the "value added" area of the evaluation. NJPA is committed to facilitating the realization of such"Credits"through certain structuring techniques for transactions resulting from this P. 4.26 Environmentally Preferred Purchasing Opportunities: There is a growing trend among NJPA Members to consider the environmental impact of the equipment/products and related services they purchase. "Green" characteristics demonstrated by responding companies will be evaluated positively by NJPA and reflected in the"value added"area of the evaluation. Please identify any Green characteristics of the equipment/products and related services in your proposal and identify the sanctioning body determining that characteristic. Where appropriate, please indicate which products have been certified as "greerf'and by which certifying agency. 4.27 On-Line Requisitioning systems: When applicable,on-line requisitioning systems will be viewed as a value-added characteristic. Proposer shall include documentation about user interfaces that make on-line ordering easy for NJPA Members as well as the ability topunch-out from mainstream e-Proc urement or Enterprise Resource Planning(ERP)systems that NJPA Members may currently utilize. 4.28 Financing:The ability of the Proposer to provide financing options for the products and services being proposed will be viewed as a Value Added Attribute. 1-1, PROPOSAL OPENING III-'(XEDURE, 4.29 Sealed and properly identified Proposer's Responses for this RFP entitled MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES w'll be 13 Page 779 of 1197 received by Jonathan Yahn, Contracts and Compliance Manager, at NJPA Offices, 202 12th Street NE, Staples, M`N 56479 until the deadline for receipt of, and proposal opening identified on page one of this RFP. We document the receipt by using an atomic clock; an NJPA employee electronically time and date stamps all Proposals immediately upon receipt.The NJPA Director of Contracts and Marketing,or Representative from the NJPA Proposal Evaluation Committee,will then read the Proposer's names aloud. A summary of the responses to this RFP will be made available for public inspection in the NJPA office in Staples,MN.A letter or e-mafl request is required to receive a complete RFP package,Send or communicate all requests to the attention of Maureen Knight 202 12th Street Northeast Staples, NIN 56479 or RFP@njpacoop.org to receive a complete copy of this RFP. Method of delivery needs to be indicated in the request; an email address is required for electronic transmission. Oral, facsimile, telephone or telegraphic Proposal Submissions or requests for this RFP are invalid and will not receive consideration. All Proposal Responses must be submitted in a sealed package. The outside of the package shall plainly identify MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT ACCESSORIES,AND SERVICES. To avoid premature opening, it is the responsibility of the Proposer to label the Proposal Response properly. L NRIA'S RIGHTS RESERVED A.30.1 Reject any and all Proposals received in response to this RFP; A,.30.2 Disqualify any Proposer whose conduct or Proposal fails to conform to the requirements of this RFP; .3 .3 Have unlimited rights to duplicate all materials submitted for purposes of RFP evaluation, and duplicate all public information in response to data requests regarding the Proposal; 4.30.4 Consider a late modification of a Proposal if the Proposal itself was submitted on time and if the odifications were requested by NJPA and the modifications make the terms of the 'Proposal more favorable to NJPA,and accept such Proposal as modified; 4.30.5 At its sole discretion, reserve the right to waive any non-mateTial deviations from the requirements and procedures of this RFP; 4.30.6 Extend the Contract,in increments determined by NJPA,not to exceed a total contract term of five years; and 4.30.7 Cancel the Request for Proposal at any time and for any reason with no cost or penalty to NJPA, 4.30.8 Correct or amend the RFP at any time with no cost or penalty to NJPA. If NJPA should correct or amend any segment of the RFP after submission of Proposals and prior to announcement of the Awarded Vendor, all Proposers will be afforded ample opportunity to revise their Proposal to accommodate the RFP amendment and the dates for submission of revised Proposals announced at that time.NJPA will not be liable for any errors in the RFP or other responses related to the P. 4.30.9 Extend proposal due dates. Cl N LA NJPA requests Potential Proposers respond to this RFP only if they are able to offer a wide array of equipment/products and services and at prices lower and better value than what they would ordinarily offer to single government agency, larger school district,or regional cooperative. 5.2 RFP is an Indefinite Quantity Equip mentlProducts and Related Service Price and Program Request with potential national sales distribution and service. If Proposer's solution requires additional supporting documentation, describe where it can be found in your submission. If Proposer offers the solution in an 14 Page 780 of 1197 alternative fashion, describe your solution to be easily understood. All pricing must be copied on a CD or thumb drive along with of requested information as a part of a Proposer's Response. f.3 Regardless of the payment method selected by NJPA or NJPA Member,a total cost associated with any purchase option oft e equipment/products and services and being supplied must always be disclosed at the time of purchase. 5.4 All Proposers will be required to submit"Primary Pricing" in the form of either"Line-Item Pricing," or"Percentage Discount from Catalog Pricing,"or a combination of these pricing strategies. Proposers are also encouraged to offer OPTIONAL pricing strategies such as but not limited to of List," "Sourced Product/Equipment" and "Volume Discounts," as well as financing options such as leasing. All pricing documents should include an effective date, preferably in the top right comer of the first page of each pricing document. AUNE-ITENI PRICING �L.5 A pricing format where specific individual products and/or services are offered at specific individual Contract prices. Products/equipment and/or related services are individually priced and described by .characteristics such as manufacture name, stock or part number, size, or functionality. This method of pricing offers the least amount of confusion as products/equipment and prices are individually identified however, Proposers with a large number of products/equipment to propose may find this method cumbersome. In these situations,a percentage discount from catalog or category pricing model may make more sense and increase the clarity of the contract pricing format. 5.6 All Line-Item Pricing items must be numbered, organized, sectioned, including SKU's (when applicable)and easily understood by the Evaluation Committee and members. 5.7 Submit Line-Item Pricing items in an Excel spreadsheet format and include all appropriate identification information necessary to discern the line its from other line items in each Responder's proposal. 1.8 The purpose for a searchable excel spreadsheet format for Line-Item Pricing is to be able to quickly find any particular its of interest. For that reason,Proposers are responsible for providing the appropriate product and service identification information along with the pricing inforination which is typically found on an invoice or price quote for such products/equipment and related services. All products/equipment and related services typically appearing on an invoice or price quote must be individually priced and identified on the line-item price sheet,including any and all ancillary costs. �1.10 Proposers are asked to provide both a published"List"price as well as a"Proposed Contract Price"in their pricing matrix. Published List price will be the standard"quantity of one"price currently available to government and educational customers excluding cooperative and volume discounts. i In PPIWENTAGE DISCOUNT FROM C.,ATALOG OR CATEGORY j.11 A specific percentage discount from a Catalog or List price" defined as a published Manufacturer's Suggested Retail Price(MSRP)for the products/equipment or related services being proposed. 5.12 Individualized percentage discounts can be applied to any number of defined product groupings. 5.13 A Percentage Discount from MSRP may be applied to all elements identified in MSRP including all Manufacturer Options applicable to the equipment/products or related services. 5.14 When a Proposer elects to use "Percentage Discount from Catalog or Category," Proposer will be responsible for providing and maintaining current published MSRP with NJPA and must be included in their proposal and provided throughout the to of any Contract resulting from this P. 15 Page 781 of 1197 C. COS11"PLUS A PERCENTAGE OF COST �EJS Cost plus a percentage of cost as a primary pricing mechanism is not desirable. D.HOT UST PRICING &16 Where applicable, a Vendor may opt to offer a specific selection of products/services,defined as Hot List pricing at greater discounts or related advantages than those listed in the standard Contract pricing. All product/service pricing, including the of List Pricing,must be submitted electronically provided in Excel format. of List pricing must be submitted in a Line-Item format.Equipment/products and related services may be added or removed from the "Hot List" at any time through an NJPA Price and Product Change Form. 5.17 Hot List program and pricing when applicable may also be used to discount and liquidate close-out and discontinued equipment/products and related services as long as those close-out and discontinued items are clearly labeled as such. Current ordering process and administrative fees apply. This option must be published and made available to all NJPA Members. E. 1CFl1UFNG PRICE f.18 Proposal pricing is to be established as a ceiling price. At no time may the proposed equipment/products and related services be offered pursuant to this Contract at prices above this ceiling price without request and approval by NJPA. Contract prices may be reduced to allow for volume considerations and commitments and to meet the specific and unique needs of an NJPA Member. 5.19 Allowable specific needs may include competitive situations,certain purchase volume commitments or the creation of custom programs based on the individual needs of NJPA Members. F VOLUNIffi PRICE DISCOLDDI TI/ATIONAL QUANTITIFS f.20 Proposers are free to offer volume commitment discounts from the contract pricing documented in a Contract resulting from this P. Volume considerations shall be determined between the Vendor and individual NJPA Members on a case-by-case basis. L.21 Nothing in this Contract establishes a favored member relationship between the NJPA or any NJPA Member and the Vendor. The Vendor will,upon request by NJPA Member,extend this same reduced price offered or delivered to another NJPA Member provided the same or similar volume commitment, specific needs, terms, and conditions, a similar time frame, seasonal considerations, locations, competitively situations and provided the same manufacturer support is available to the Vendor. L.22 All price adjustments are to be offered equally to all NJPA Members exhibiting the same or substantially similar characteristics such as purchase volume commitments, and timing including the availability of special pricing from the Vendor's suppliers. 5.23 The contract awarded vendor will accept orders for additional quantities at the same prices,terms and conditions,providing the NJPA Member exercises the option before a specific date,mutually agreed upon between member and contract awarded vendor at time of original purchase order. Any extension(s) of pricing beyond the specific date shall be upon mutual consent between the NJPA Member and the contract awarded vendor. G. TOTAL COSTOF ACQUISITION 5.24 The Total Cost of Acquisition for the equipment/products and related services being proposed, including those payable by NJPA Members to either the Proposer or a third party is the cost of the proposed 16 Page 782 of 1197 equipment/products product/equipment and related services delivered doeperational for its intended purpose in the end-user's location. For example,if you are proposing equipment/products FOB Proposer's dock., your proposal should identify your deviation from the "Tot Cost of Acquisition" of contracted equipment/products. The Proposal should reflect that the "contract does not provide for delivery beyond Proposer's dock, nor any set-up activities or costs associated with those delivery or set-up activities." In contrast, proposed terms including all costs for product/equipment and services delivered and operational at to the end-user's location would require a disclosure of"None." H, as OURCEJ) Plt(')I)t,)('-]'/EQI,j)PMEN'I'/OPt-:�N MARK"F.-T ITEMS 5.25 A Sourced Good or an Open Market Item is a product ata member wants to buy under contract that is not currently available under the Vendor's NJPA contract. This method of procurement can be satisfied through a contract sourcing process. Sourcing options serve to provide a more complete contract solution to meet our members' needs. Sourced items are generally deemed incidental to the total transaction or purchase of contract items. 5.26i NJPA or NJPA Members may request product/equipment and/or related services that are within the related scope oft is RFP,which are not included in an awarded Vendor's line-item product/equipment and related service list or catalog.These items are known as Sourced Product/Equipment or Open Market Items, 5.27 An awarded Vendor resulting ftom this RFP may "Source" equipment/products and related services for NJPA or an NJPA Member to the extent they: L.27.1 Identify all such equipment, products and services as "Sourced Products/Equipment " or "Open Market Items" on any quotation issued in reference to an NJPA awarded contract, and provided to either NJPA or an NJPA Member;and 5.27.2 Follow all applicable acquisition regulations pertaining to the purchase of such equipment, products and services,as defined by NJPA or NJPA Member receiving quotation from Vendor;and 5.27.3 Ensure NJPA or the NJPA Member has determined the prices as quoted by the Vendor for such equipment,products and services are deemed to be fair and reasonable and are acceptable to the memberibuyer;and 5.27.4 Identify all product/equipment sourced as a part of an NJPA contract purchase with all required NJPA reporting and fees applying. �&28 Cost plus a percentage is an option in pricing of sourced goods. 1. PRODUcr&PRICE C11 Nttl L-29 Requests for equipment/products or service changes,additions or deletions will be allowed at any time throughout the awarded contract term. All requests must be made in written format by completing the NJPA Price and Product Change Request Form(located at the end of this RFP and on the NJPA website) and signature of an authorized Vendor employee. All changes are subject to review and approval by the NJPA Contracts & Compliance Manager, signed in acceptance by the NJPA Executive Director and acknowledged by the NJPA Contract Council. Submit request via email to your Contract Manager and PandP@njpacoop.org. 5.30 NJ 's due diligence in analyzing any request for change is to determine if approval of the request is: 1) within the scope of the original RFP and 2) in the "Best Interests of NJPA and NJPA Members." A signed Price and Product Change form will be returned to vendor contact via email. 5.31 Vendor must complete this change request form and individually list or attach all items or services subject to change,provide sufficiently detailed explanation and documentation for the change,and include 17 Page 783 of 1197 a compete restatement of pricing document in appropriate format(preferably Excel). The pricing document must identify all equipment/products and services being offered and must conform to the following NJPA product/price change naming convention: (Vendor Name)(NJPA Contract#)(effective pricing date); for example, "COMPANY 0 12411-CPY eff 02-12-2013." �E.32 New pricing restatement must include all equipment/products and services offered regardless of whether their prices have changed and include a new "effective date" on the pricing documents. This requirement reduces confusion by providing a single, current pricing sheet for each vendor and creates a historical record of pricing. 5.33 ADDITIONS. New equipment/products and related services may be added to a contract if such additions are within the scope of the RFP.New equipment/products and related services may be added to a Contract resulting from this RFP at any time during that Contract to the extent those equipment/products and related services are within the scope of this RFP. Those requests are subject to review and approval of NJPA. Allowable new equipment/products and related services generally include new updated models of equipment/products and related services and or enhanced services previously offered which could reflect new technology and improved functionality. 5.34 DELETIONS. New equipment/products and related services may be deleted from a contract if an item or service is no longer available and thus not relevant to the contract;for example, discontinued,improved, etc. 5.35 PRICE CHANGES: Request prices changes in general terms along with the justification by product category for the change; for example, a 3% increase in XYZ Product Line is due to a 3% increase in petroleum, or this list of SKUs/product descriptions is increasing X%due to X%increase in cost of raw materials. 5.35.1 Price decreases: NJPA expects Vendors to propose their very best prices and anticipates price reductions are due to advancement of technologies and market place efficiencies. 5.35.2 Price increases: Typical acceptable increase requests include increases to Vendor input costs such as petroleum or other applicable commodities, increases in product utility of new compared to old equipment/product or service,etc. Vendor must include reasonable documentation for the claims cited in their request along with detailed justification for why the increase is needed. Special details for price changes must be included with the request along with both current and proposed pricing. Appropriate documentation should be attached to this form, including letters from suppliers announcing price increases. Price increases will not exceed industry standard. 5.36 Submit the following documentation to request a pricing change: 5.36.1 Signed NJPA Price and Product Change Form 5.36.2 Single Statement of Pricing Excel spreadsheet identifying all equipment/products and services being offered and their pricing. Each complete pricing list will be identified by its "Effective Date." Each successive price listing identified by its "Effective Date" will create a "Product and Price History"for the Contract. Each subsequent pricing update will be saved using the naming convention of"(Vendor Name)pricing effective XX/XX/XXXX." 5.36.2.1 Include all equipment/products and services regardless of whether their prices have changed. By observing this convention we will: 5.36.2.1.1 Reduce confusion by providing a single, easy to find, current pricing sheet for each Vendor. 5.36.2.1.2 Create a historical record of pricing. 18 Page 784 of 1197 5.37 Int A,reserves the right to review additional catalogs being proposed as additions or replacements to determine if the represented products and services reflect and relate to the scope of this RFR Each new catalog received may have the effect of adding new product offerings and deleting products no longer carried by the Vendor. New catalogs shall apply to the Contract only upon approval of the IST .A. Non- approved use of catalogs may result in termination for convenience. New price lists or catalogs found to be offering non-contract items during the Contract may be grounds for terminating the Contract for convenience. L.38 Proposers representing multiple manufacturers, or carrying multiple related product lines may also request the addition of new manufacturers or product lines to their Contract to the extent they remain within the scope of this RFP. S.39 Proposers may use the multiple tabs available in an Excel workbook to separately list logical product groupings or to separately list product and service pricing as they see fit. �&40 All equipment/products and services together with their pricing, whether changed within the request or remaining unchanged, will be stated on each "Pricing" sheet created as a result of each request for product, service,or pricing change. 5.41 Each subsequent "Single Statement of Product and Pricing" will be archived by its effective date therefore creating a product and price history for any Contract resulting from this RFP. Proposers are required to create a historical record of pricing annually by submitting updated pricing referred to as a "Single Statement of Product/Equipment and Related Services Contract Price Update".This pricing update is required ata minimum of once per contract year. .1.PAYMENT TEBt-tvIS L42 Payment terms will be defined byte Proposer in the Proposer's Response.Proposers are encouraged to offer payment terms through P Card services if applicable. §.43 If applicable, identify any leasing programs available to NJ PA and NJPA Members as part of your proposal. Proposers should submit an example of the lease agreement to be used and should identify: 5.43.1 General leasing terms such as: 5.43.1.1 The percentage adjustment over/under an index rate used in calculating the internal rate of return for the lease;and 5.43.1.2 The index rate being adjusted; and 5.43.1.3 The"Purchase Option"at lease maturity($1,or fair market value); and 5.43.1.4 The available to in months of lease(s)available. 5.43.2 Leasing company information such as: 5.43.2.1 The name and address of the leasing company;and 5.43.2.2 Any ownership,common ownership,or control between the Proposer and the Leasing Company. K. SA1,FS '1'AX 19 Page 785 of 1197 5.44 Sales and other taxes shall not be included in the prices quoted. Vendor will charge state and local sales and other taxes on items for which a valid tax exemption certification has not been provided. Each NJ PA Member is responsible for providing verification oft exempt status to the Vendor.When ordering, NJPA Members must indicate that they are tax exempt entities. Except as set forth herein, no party shall be responsible for taxes imposed on another party as a result of or arising from the transactions contemplated by a Contract resulting from this RFP_ L. SHIPPING 5.45 NJPA desires an attractive freight program. A shipping program for material only proposals, or sections of proposals, must be defined as a part of the cost of equipment/products. If shipping is charged to NJPA or N Member,only the actual cost of delivery may be added to an invoice. Shipping charges calculated as a percentage of the product price may not be used, unless such charges are lower than actual delivery charges. COD orders will be accepted if both parties agree. It is desired that delivery be made within ninety-days(9 0)of receipt of the Purchase Order. 5.46 Selection of a carrier for shipment or expedited shipping will be the option of the party paying for said shipping. Use of another carrier will be at the expense of the party who requested. L.47 Proposers must define their shipping programs for Alaska and Hawaii and any location not served by conventional shipping services. Over-size and over-weight items and shipments may be subject to custom freight programs. ® All shipping and re-stocking fees must be identified in the price program.Certain industries providing made to order produci/equipment may not allow returns. Proposers will be evaluated based on the relative flexibility extended to N and NJPA Members relating to those subjects. 9 Proposer agrees shipping errors will be at the expense of the Vendor. gi.50 Delivery effectiveness is very important aspect of this Contract. If completed deliveries are not made at the time agreed, N or NJPA Member reserves the right to cancel and purchase elsewhere and hold Vendor accountable. If delivery dates cannot be met,Vendor agrees to advise N or NJPA Member of the earliest possible shipping date for acceptance by N or N Member. 5.51 Delivered products/equipment must be properly packaged. Damaged equipment/products will not be accepted, or if the damage is not readily apparent at the time of delivery,the equipment/products shall be returned at no cost to NJPA or N Member.NJPA and N Members reserve the right to inspect the equipment/products at a reasonable time subsequent to delivery where circumstances or conditions prevent effective inspection of the equipment/products at the time of delivery. 5.52 Vendor shall deliver Contract conforming products/equipment in each shipment and may not substitute products/equipment without approval from N or the N Member. ® N reserves the right to declare a breach of Contract if the Vendor intentionally delivers substandard or inferior equipment/products which are not under Contract and described in its paper or electronic price lists Or sourced upon request to any member under this Contract. In the event of the delivery of non- conforming equipment/products,NJPA Member will notify the Vendor as soon as possible and the Vendor will replace non-conforming equipment/products with conforming equipment/products acceptable to the N member. L.54 Throughout the term of the Contract, Proposer agrees to pay for return shipment on equipment/products that arrives in a defective or inoperable condition.Proposer must arrange for the return shipment ofd aged equipment/products. 20 Page 786 of 1197 5.55 Vendor may not substitute equipment/products unless agreed to by bath parties— Unless contrary to other parts of this solicitation, if the product/equipment or the tender of delivery fail in any respect to conform to this Contract,the purchasing member may: 1)reject the whole, ) accept e whole or )accept any commercial unit or units and reject the rest. A. PROPOSAL �FVALLjATJON APROCE'SS 6.1 The NJPA Proposal Evaluation Committee will evaluate proposals received based on a 1,000 point evaluation system. The Committee establishes both the evaluation criteria and designates the relative importance of those criteria by assigning possible scores for each category on Form of this RFP. 6.2 JPA shall use a final overall scoring system to include consideration for best price and cost evaluation. JPA reserves the right to assign any number of point awards or penalties it considers warranted if a Proposer stipulates exceptions, exclusions, or limitations of liabilities, Strong consideration will be given to the best price as it relates to the quality of the product and service. However,price is ultimately only one of the factors taken into consideration in the evaluation and award. fi.-3Responses will be evaluated first for responsiveness and thereafter for content. The NJPA Board of Directors will make awards to the selected Proposer(s) based on the recommendations of the Proposal Evaluation Committee. To qualify for the final evaluation, a Proposer must have been deemed responsive as a result of the criteria set forth under"ProposerResponsiveness." B, PROPOSER RESPONSIVENTE"SS All responses are evaluated for level one and level two responsiveness. If a response does not reasonably and substantially conform to all the terms and conditions in the solicitation or it requests unreasonable exceptions, it may be considered non-responsive. 5 All proposals must contain answers or responses to the information requested in the proposal fa s. The following items constitute the test for"Level OneResponsiveness"and are determined on the proposal opening date.If these are not received,your response may be disqualified as non-responsive. 6.6 Level One Responsiveness includes: 6.6J received prior to the deadline for submission or it will be returned unopened; properly addressed and identified as a sealed proposal with a specific opening date and time; pricin.g doc ent (with apparent discounts), sample certificate of liability insurance and all forms fully completed even if "not applicable"is theanswer; original signed,completed and dated RFP forms C,D, and F hard copy signed signature page Only from o s A and P from this RFP and if applicable,all counter signed addenda issued in relation to this FP; electronic copy(CD or flash drive)of the entire response; and falls within the scope as determined by the NJPAs Proposal Evaluation Committee. .7 "Level Two"responsiveness is determined through the evaluation of the remaining items listed under Proposal Evaluation Criteria below. These items are not arranged in order of importance and each item 21 Page 787 of 1197 may encompass multiple areas of information requested. Any questions not answered will result in a loss of points from relevant Form G criteria and may lead to non-award if too many areas are unanswered resulting in the inability for evaluation to toeffectively review your response. C. PROPOSAL EVALUATION CRITETUA 6.9 Evaluation Criteria:Forms A and P includes a series of questions encompassing,but not limited to,the following categories: 6.8.1 Company Information&Financial Strength 6.8.2 Industry Requirements& Marketplace Success 6.8.3 Ability to Sell&Deliver Service Nationwide Marketing Plan 6.8.5 her Cooperative Procurement Contracts 6.8.6 Value Added Attributes 6.8.7 Payment Terms&Financing Options Warranty 6.8.9 Equipment/Products/Services 6.8.10 Pricing&Delivery 6.8.11 Industry Specific Items 6.9 Evaluation of each Proposer's Response will take into consideration as a minimum response but not necessarily limited to these items. D. OTHER CONSIDERA.110N The Proposer is required to have extensive knowledge and at least three(3)years of experience with the related activities surrounding the selling of the equipment/products and/or related services. 6.11 NJPA reserves the right to accept or reject newly formed companies solely based on information provided in the proposal and/or its own investigation of the company. 6.12 If a manufacturer or supplier chooses not to produce or supply a full selection and representation of product/equipment and related services it has available which fall within the scope of this RFP,such action will be considered sufficient cause to reduce evaluation points. 6.13 NJPA reserves the right to request and test equipment/products and related services from the apparent successful Proposer. Prior to the award of the Contract, the apparent successful Proposer, if requested by NJPA, shall furnish current information and data regarding the Proposer's resources, personnel, and organization within three(3)days. §.14 Past performance information is relevant information regarding a Proposer's actions under previously awarded contracts to schools, local, state, and governmental agencies and non-profit agencies. It includes the Proposer's record of conforming to specifications and standards of good workmanship. The Proposer's history for reasonable and cooperative behavior and commitment to member satisfaction shall be under evaluation. Utimately, Past Performance Information can be defined as the Proposer's businesslike concern for the interests of the NJPA Member. 6.15 NJPA shall reserve the right to reject any or all proposals, 22 Page 788 of 1197 C 0 SI C 0 N,11"A 1Z I S 6.16 NJPA uses a variety of evaluation methodologies, including but not limited to a cost comparison of specific and deemed to be like equipment/products.N reserves the right to use this process in the event the Proposal Evaluation Committee feels it is necessary to make a final determination. �k.17 This process will be based on a point system with points being awarded for being low to high Proposer for each cost evaluation its selected. A "Market Basket" of identical (or substantially similar) equipment/products and related services may be selected by the N Evaluation Committee and the unit cost will be used as a is for determining the point value. The"Market Basket"will be selected by N from all product categories as determined appropriate by NJPA. F NIARKET'ING PLAN �Q$A key element of an NJPA awarded a contract will be based on your marketing response to this solicitation.An awarded Vendor's sales force will be the primary source of communication to the customers and NJPA members directly relating to the contract success. Success in marketing is dependent on delivery of messaging and communication relating to the contract value, knowledge of contract,proper use and the delivery of contracted equipment/products and related services to the end user. Much of the success and sales reward is a direct result of the commitment tote Contract byte vendor and sales teams. NJPA reserves the right to deem a proposer non- responsive or to not award based on an unacceptable or incomplete marketing plan 6.19 NJPA marketing expectations include: 6.1 9.1 Vendors ability to demonstrate the leveraging of a national sales force /or dealer network. Vendors must demonstrate the ability to sell, service and deliver products and equipment through acceptable distribution channels to customers and N members in all 50 states. Demonstrate fully the sales and service capabilities of your company through your response; outline Vendor's national sales force network in terms of numbers and geographic location and method of distribution of the equipment/products and related services. Service may be independent of the equipment/product sales pricing but is encouraged to be a part of your response and contract. 6.19.2 Vendor is invited to demonstrate the ability to successfully market, promote and communicate the opportunity of an NJPA contract to current and potential members nationwide. NJPA desires a marketing plan that communicates the value of the contract to members. 6.19.3 Vendor is expected to be receptive to NJPA sales trainings. Vendor shall provide a venue for appropriate personnel from both management and the sales force who will be trained. N commits to providing contract sales training and awareness regarding all aspects of communicating the value oft e contract itself including:the authority of NJPA to offer the contract to its Members, value and utility the contract delivers to NJPA Members,scope of N Membership,authority of NJPA Members to utilize NJPA procurement contracts,marketing and sales methods, and overall vertical strategies. L19.4 Vendor is expected to demonstrate the intent to a commit to full embracement of the NJPA contract. Identify the appropriate levels of sales management and sales force that will need to understand the value of and the internal procedures necessary,to deliver the NJPA contract solution and message to NJPA and N Members. NJPA shall provide a general schedule and a variety of methods surrounding when and how those individuals will be trained. 6.19.5 Vendor will outline their proposed involvement in the promotion of a contract resulting from this RFP through applicable industry trade show exhibits and related customer meetings. Proposers are encouraged to consider participation with NJPA at N embraced national trade shows. 23 Page 789 of 1197 6.19.6 Vendor must exhibit the willingness and ability to actively market and develop contract specific marketing materials including,but not limited to: 6.19.6.1 Complete Marketing Plan.Proposer shall submit a marketing plan outlining how the Vendor will launch the NJPA contract to current and potential NJPA Members. NJPA requires the Awarded Vendors toembrace and actively promote the Contract in cooperation with the NJPA. 6.19.6.2 Printed Marketing Materials. Proposer will initially produce and thereafter maintain full color print advertisements in camera ready electronic format including company logo and contact information to be used in the NJPA directory and other approved marketing publications. 6.19.6.3 Contract announcements and advertisements. Proposer will outline in the marketing plan their anticipated contract announcements, advertisements in industry periodicals and other direct or indirect marketing activities promoting the awarded NJPA contract. 6.19.6.4 Proposer's Website. Proposer will identify how an Awarded Contract will be displayed and linked on the Proposer's website.An on-line shopping experience for NJPA Members is desired when applicable. 6.19.7 An NJPA Vendor Contract Launch will be scheduled during a reasonable time frame after the award and held at the NJPA office in Staples, MN. �.20 Proposer shall identify their commitment to develop a sales/communication process to facilitate NJPA membership and establish status of current and potential agencies/members. Proposer should further express their commitment to capturing sufficient member information as is deemed necessary by NJPA. GCERTIFICATE OF TN'SURANCE 6.21 Vendors shall provide evidence of liability insurance coverage identified below in the form of a Certificate of Insurance or an ACCORD binder form with their proposal. Upon Award issued pursuant to this contract and prior to the execution of any commerce relating to such award,Vendor will be responsible for providing verification,in the form of a Certificate of Insurance identifying the coverage required below and identifying NJPA as a "Certificate Holder." Vendor will be responsible to maintain such insurance coverage at their own expense throughout the to of any contract resulting from this solicitation. k.22 Any exceptions and/or assumptions to the insurance requirements must be identified on Attachment C- Exceptions and/or assumptions will betaken into consideration asp of the evaluation process; however,vendors must be specific. If vendors do not specify any exceptions /or assumptions at time of proposal submission, NJPA will not consider any additional exceptions and/or assumptions during negotiations. Upon contract award, the successful vendor must provide the Certificate of Insurance identifying the coverage as specified. 6.23 Insurance Liability Limits: The awarded vendor must maintain,for the duration of its contract,$1.5 ,—Iiion in General Liability insurance coverage or General Liability insurance in conjunction with an Umbrella for a total combined coverage of$1.5 million. Work on the contract shall not begin until after the awarded vendor has submitted acceptable evidence of the required insurance coverage. Failure to maintain any required insurance coverage or acceptable alternative method of insurance will be deemed a breach of contract. 6.23.1 Minimum Scope and Limits of Insurance: Vendor shall provide coverage with limits of liability not less than those stated below. An excess liability policy or umbrella liability policy 24 Page 790 of 1197 may be used to meet the minimum liability requirements provided that the coverage is written on a"following form"basis. 6,23.1.1 Commercial General Liability—Occurrence Form Policy shall include bodily injury,property damage and broad form contractual liability and XCU coverage. 6.23.1.2 Each Occurrence $1,500,000 6.24 Insurance Requirements: The limits listed herein are minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract, NJPA in no way warrants that the minimum limits contained herein are sufficient to protect the Vendor from liabilities that might arise out of the performance of the work under this Contract by the Vendor,his agents, representatives, employees or subcontractors and Vendor is free to purchase additional insurance as may be determined necessary. 6.25 Acceptability of Insurers. Insurance is to be placed with insurers duly licensed or authorized to do business in the State of Minnesota and with an "A.M. Best" rating of not less than A- VII. NJPA in no way warrants that the above required minimum insurer rating is sufficient to protect the Vendor from potential insurer solvency. 6.26 Subcontractors: Vendors' certificate(s)shall include all subcontractors as additional insureds under its policies or Vendor shall furnish to NJPA separate certificates for each subcontractor. All coverage for subcontractors shall be subject to the minimum requirements identified above. H.ORDER PROCESS AND/OR FUNDS FLOW �.27 Please propose an order process and funds flow. The Business-to-Government order process and/or funds flow model involves NJPA Members issuing Purchase Orders directly to a Vendor and pursuant to a Contract resulting from this RFP. Administrative fees may also be used for purposes as allowed by Minnesota State Law and approved by the Board of Directors. 6.28 Additional Terms and Conditions can be added at the PO level if both Vendor and Member agree. 1, ADMINIS'MATIVE FEES L29 Proposer agrees to authorize and/or allow for an administrative fee payable to NJPA by an Awarded Vendor in exchange for its facilitation and marketing of a Contract resulting from this RFP to current and potential N Members.This Administration Fee shall be: 6.29.1 Calculated as a percentage of the dollar volume of all equipment/products and services provided to and purchased by N Members or calculated as reasonable and acceptable method applicable to the contracted transaction;and 6.29.2i Included in, and not added to,the pricing included iroposer's Response to the RFP;and 6.29.3 Designed tooffset the anticipated costs of NJPA's involvement in contract management, facilitating marketing efforts, Vendor training, and any order processing tasks relating to the Contract resulting from this RFP. Administrative fees may also be used for other purposes as allowed by Minnesota law.Administrative fees may also be used for other purposes as allowed by Minnesota law. 6.29.4 Typical administrative fees for a B-TO-G order process and funds flow is 1.5%. N does not mandate a specific fee percentage, we merely state that 1.5% is a typical fee across our contracts. The administrative fee percent varies among vendors,industries and responses. 25 Page 791 of 1197 6.29.5 NJPA awarded contract holder is responsible for the Administrative Fee and related reporting. 6.30 The opportunity to propose these factors and an appropriate administrative fee is available in the Proposer's Questionnaire Form P. 1 VALUF ADDED §.31 Examples of Value Added Attributes: Value-Added attributes, products and services are items offered in addition to the products and services being proposed which adds value to those items being proposed. The availability of a contract for maintenance or service after the initial sale, installation, and set-up may, for instance, be "Value Added Services" for products where a typical buyer may not have the ability to perform these functions. 6.32 Where to document Value Added Attributes: The opportunity to indicate value added dimensions and such advancements will be available in. the Proposer's Questionnaire and Proposer's product and service submittal. 6.33 Value added equipment/products and services and expanded services, as they relate to this RFP, will be given positive consideration in the award selection. Consideration will be given to an expanded selection of MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES and advances to provide products/services, supplies meeting and/or exceeding today's industry standards and expectations.A value add would include a program or service that further serves the members needs above and possibly beyond standard expectation and complements the equipment/products and services and training.Value added could include are of product and service, sales,ordering,delivery, performance, maintenance, technology, and service that furthers the functionality and effectiveness of the procurement process while remaining within the scope of this RFP. �34 Minority, Small Business, and Women Business Enterprise (WMBE) participation: It is the policy of some N Members to involve Minority, all Business,and YvMBE contractors in the process to purchase product/equipment and related services. Vendors should document WMBE status for their organization AND any such status of their affiliates (i.e. Supplier networks) involved in carrying out the activities invited. The ability of a Proposer to provide "Credits" to NJPA and NJPA Members in these subject areas, either individually orthrough related entities involved in the transaction, will be evaluated positively by N and reflected in the "value added" area of the evaluation. N is committed to facilitating the realization of such"Credits"through certain structuring techniques for transactions resulting from this P. 6.35 Environmentally Preferred Purchasing Opportunities: There is a growing trend among N Members to consider the environmental impact of the equipment/products and related services they purchase. "Green" characteristics demonstrated by responding companies will be evaluated positively by NJPA and reflected in the"value added"area of the evaluation. Please identify any Green characteristics of the product/equipment and related services in your proposal and identify the sanctioning body determining that characteristic. Where appropriate, please indicate which products have been certified as "green"and by which certifying agency. 6.36 On-Line Requisitioning systems: When applicable,on-line requisitioning systems will be viewed as a value-added characteristic. Proposer shall include documentation about user interfaces that make on-line ordering easy for NJPA Members as well as the ability to punch-out from mainstream e-Procurement or Enterprise Resource Planning(ERP)systems that NJPA Members may currently utilize. 6.37 Financing:The ability of the Proposer to provide financing options for the products and services being proposed will be viewed as a Value Added Attribute. 26 Page 792 of 1197 6.38 Technology: Technological advances, increased efficiencies, expanded service and other related improvements beyond today's NJPA member's needs and applicable standards. K. WAIVER OF FORMA LITIES 6.39 NJPA reserves the right to waive any minor formalities or irregularities in any proposal and to accept proposals,which, in its discretion and according to the law, may be in the best interest of its members. A. SUBSEQUENTAGREETAENTS 7.1 Purchase Order. Purchase Orders for equipment/products and/or related services may be executed between NJPA or NJPA Members (Purchaser) and awarded Vendor(s) or Vendor's sub-contractors pursuant to this invitation and any resulting Contract.NJPA Members are instructed to identify on the face of such Purchase Orders that "This purchase order is issued pursuant to NJPA procurement contract #XXXXXX." A Purchase Order is an offer to purchase product/equipment and related services at specified prices by NJPA or NJPA Members pursuant to a Contract resulting from this RFP. Purchase Order flow and procedure will be developed jointly between NJPA and an Awarded Vendor after an award is made 7.2 Governing Law. Purchase Orders shall be construed in accordance with,and governed by,the laws of a competent jurisdiction with respect to the purchaser. Each and every provision of law and clause required by law to be included in the Purchase Order shall be read and enforced as though it were included. If through mistake or otherwise any such provision is not included, or is not currently included, then upon application of either party the Contract shall be physically amended to make such inclusion or correction. The venue for any litigation arising out of disputes related to Purchase Order(s)shall be a court of competent jurisdiction to the Purchaser. 7.3 Additional Terms and Conditions. Additional terms and conditions to a Purchase Order may be proposed by NJPA,NJPA Members, or Vendors. Acceptance of these additional terms and conditions is OPTIONAL to all parties to the Purchase Order, The purpose of these additional terms and conditions is to formally introduce job or industry specific requirements of law such as prevailing wage legislation. Additional terms and conditions can include specific local policy requirements and standard business practices of the issuing Member. Said additional terms and conditions shall not interfere with the general purpose, intent or currently established terms and conditions contain in this RFP document. 1.4 Specialized Service Requirements. In the event service requirements or specialized performance requirements such as e-commerce specifications,specialized delivery requirements,or other specifications and requirements not addressed in the Contract resulting from this RFP,NJPA Member and Vendor may enter into a separate, standalone agreement,apart from a Contract resulting from this RFP. Any proposed service requirements or specialized performance requirements require pre-approval by Vendor. Any separate agreement developed to address these specialized service or performance requirements is exclusively between the NJPA Member and Vendor. NJPA, its agents,Members and employees shall not be made party to any claim for breach of such agreement. Product sourcing is not considered a service. NJPA Members will need to conduct procurements for any specialized services not identified as a part or within the scope of the awarded Contract. 7.5 Performance Bond. At the request of the member, a Vendor will provide all performance bonds typically and customarily required in their industry. These bonds will be issued pursuant to the requirements of Purchase Orders for product/equipment and related services. If a purchase order is cancelled for lack of a required performance bond by the member agency, it shall be the recommendation of NJPA that the current pending Purchase Order be canceled. Each member has the final decision on Purchase Order continuation. ANY PERFORMANCE BONDING REQUIRED BY THE MEMBER OR CUSTOMER STATE LAWS OR LOCAL POLICY IS TO BE MUTUALLY AGREED UPON AND SECURED BETWEEN THE VENDOR AND THE CUSTOMER/MEMBER. 27 Page 793 of 1197 B.1 J A MEMBE1 IG-N-UP PROCEDURE 7.6 Awarded Vendors will be responsible for familiarizing their sales and service forces with the various To—rms of NJPA Membership documentation and shall encourage and assist potential Members in establishing Membership with NJPA.NJPA membership is at no cost,obligation or liability to the Member or the Vendor. C.REPORTING OF SALES ACTIVITY 1.7 A report of the total gross dollar volume of all equipment/products and related services purchased by NJPA Members as it applies to this RFP and Contract will be provided quarterly to NJPA. The form and content of this reporting will provided by NJPA to include, but not limited to, name and address of purchasing agency,member number,amount of purchase, and a description of the items purchased. 7.7.1 Zero sales reports: Awarded Vendors are responsible for providing a quarterly sales report of contract sales every quarter regardless of the existence or amount of sales. D.AUDITS 7® No more than once per calendar year during the Contract term, Vendor may be required tomake available to NJPA the invoice reports and/or invoice documents from Vendor pertaining to all invoices sent by Vendor and all payments made by NJPA members for all equipment/products and related services purchased under the awarded Contract. NJPA must provide written notice of exercise of this requirement with no less than fourteen(14)business days' notice.NJPA may employ an independent auditor or NJPA may choose to conduct such audit on its own behalf. Upon approval and after the auditor has executed an appropriate confidentiality agreement, Vendor will permit the auditor to review the relevant Vendor documents. NJPA shall be responsible for paying the auditor's fees. The parties will make every reasonable effort to fairly and equitably resolve discrepancies to the satisfaction of both parties.Vendor agrees that the NJPA may audit their records with a reasonable notice to establish total compliance and to verify prices charged under of the Contract are being met. Vendor agrees to provide verifiable documentation and tracking in a timely manner. EBUB PARTN_ R 7.9 Hub Partner:NJPA Members may request to be served through a"Hub Partner"for the purposes of complying with a Law,Regulation,or Rule to which that individual NJPA Member deems to be applicable in their jurisdiction. Hub Partners may bring value to the proposed transactions through consultancy, Disadvantaged Business Entity Credits or other considerations. 7.10 Hub Partner Fees: Fees,costs,or expenses from this Hub Partner levied upon a transaction resulting from this contract, shall be payable by the NJPA Member. The fees, costs, or expenses levied by the Hub Vendor must be clearly itemized in the transaction; and to the extent that the Vendor stands in the chain of title during a transaction resulting from this RFP, the documentation shall be documented to show it is "Executed for the Benefit of[NJPA Member Name]." F TRADFANS 7.11 The value in US Dollars for Trade-ins will be negotiated between NJPA or an NJPA Member,and an Awarded Vendor. That identified"Trade-In"value shall be viewed as a down payment and credited in full against the NJPA purchase price identified in a purchase order issued pursuant to any Awarded NJPA procurement contract. The full value of the trade-in will be consideration. G, OUT OF STOCK NOTIFICATION 28 Page 794 of 1197 7.12 Vendor shall immediately notify NJPA members upon receipt of order(s)when an out-of-stock occurs. Vendor shall inforni the NJPA member regarding the anticipated date of availability forte out-of-stock its (s), and may suggest equivalent substitute(s). The ordering organization shall have the option of accepting the suggested equivalent substitute, or canceling the its from the order. Under no circumstance is Proposer permitted to make unauthorized substitutions.Unfilled or substituted its (s)shall be indicated on the packing list. 11. TERMINATION OF CONTRACT RES(-fj,,'jjN() FROM Ti-JS RFP 7.13 NJPA reserves the right to cancel the whole or any part of a resulting Contract due to failure by the Ten—dor to carry out any obligation, to or condition as described in the below procedure. Prior to any termination for cause, the NJPA will provide written notice to the Vendor, opportunity to respond and opportunity to cure. Some examples of material breach include,but are not limited to: 7.13.1 The Vendor provides products/equipment or related services that does not meet reasonable quality standards and is not remedied under the warranty; 7.13.2i The Vendor fails to ship the products/equipment or related services or provide the delivery and services within a reasonable amount of time; 7.13.3 NJPA has reason to believe the Vendor will not or cannot perform to the requirements or expectations of the Contract and issues a request for assurance and Vendor fails to respond; 7.13.4i The Vendor fails to observe any of the material terms and conditions of the Contract; 7.13.5 The Vendor fails to follow the established procedure for purchase orders,invoices and/or receipt of ftinds as established by the NJPA and the Vendor in the Contract. 7.13.6 The Vendor fails to report quarterly sales; 7. .7 The Vendor fails to actively market this Contract within the guidelines provided in this RFP and the expectations of NJPA defined in the NJPA Contract Launch. 7.1 3.8 In the event the contract has no measurable anddefining value or benefit to lit or the NJPA member. 7.14 Upon receipt of the written notice of concern,the Vendor shall have ten(10)business days to provide a satisfactory response to the NJ A. Failure on the part of the Vendor to reasonably address all issues of concern may result in Contract cancellation pursuant to this Section.If the issue is not resolved within sixty (60)days, contract will be terminated. 7.15 Any termination shall have no effect on purchases that are in progress at the time the cancellation is received by the NJPA. The NJPA reserves the right to cancel the Contract immediately for convenience, without penalty or recourse, in the event the Vendor is not responsive concerning the remedy, the performance,or the violation issue within the time frame, completely or in part. 7.16 NJPA reserves the right to cancel or suspend the use of any Contract resulting from this RFP if the Vendor files for bankruptcy protection or is acquired by an independent third party. Awarded Vendor will be responsible for disclosing to NJPA any litigation, bankruptcy or suspensions/disbarments that occur during the contract period. Failure to disclose may result in an immediate termination of the contract. 29 Page 795 of 1197 7.17 NJPA may execute Contract termination without cause with a required 60-day written notice of termination. Termination of Contract shall not relieve either party of financial, product or service obligations incurred or accrued prior to termination. 7.18 NJPA may cancel any Contract resulting from this solicitation without any her obligation if any N employee significantly involved in initiating,negotiating,securing,drafting or creating the Contract on behalf of the NJPA is found to be in collusion with any Proposer to this RFP for their personal gain. Such cancellation shall be effective upon written notice from the NJPA or a later date if so designated in the notice given. A terminated Contract shall not relieve either party of financial, product or service obligations due to participating member or A. 7.19 Events of Automatic termination to include, but not limited to: 7.1 9,1 Vendor's failure to remedy a material breach of a Contract resulting from this RFP within sixty (60) days of receipt of notice from N specifying in reasonable detail the nature of such breach;and/or, 7. .2 Receipt of written information from any authorized agency finding activities of Vendors engaged in pursuant to a Contract resulting from this RFP to be in violation of the law. 6,11',N I,"`4,`-A\,1,` it ti.i , N D t N tb U't N A.. ADVERT1 SING A comrRACT RESULUNG FROM 11 RTFP �L.l ProposerNendor shall not advertise or publish information concerning this Contract prior to the award being announced by the NJPA. Once the award is made, a Vendor is expected to advertise the awarded Contract to both current and potential N Members. B.APPLICABLL LAW 8.2 NJPA's interest in a contract resulting from this RFP: Not withstanding its own use, to the extent KJ—PA issues this RFP and any resulting contract for the use of its Members,NJPA's interests and liability for said use shall be limited to the competitive proposal process performed and terms and conditions relating to said contract and shall not extend to the products, services, or warranties of the Awarded Vendor or the intended or unintended effects of the product/equipment and services procured there from. 8.3 NJPA Compliance with Minnesota Procurement Law: NJPA will exhaust all avenues to comply with each unique state law or requirement whenever possible. It is the responsibility of each participating NJPA member to ensure to their satisfaction that NJPA contracting process falls within these laws and applicable laws are satisfied. An individual N member using these contracts is deemed by their own accord to be in compliance with their own requirements and procurement regulations. 8.4 Governing Law with respect to delivery and acceptance: All applicable portions of the Minnesota �Fniform Commercial Code, all other applicable Minnesota laws, and the applicable laws and rules of delivery and inspection of the Federal Acquisition Regulations (FAR) laws shall govern N contracts resulting from this solicitation. 8.5 Jurisdiction.,Any claims pertaining to this RFP and any resulting Contract that develop between N and any other party must be brought forth only in courts in Todd County in the State of Minnesota unless otherwise agreed to. 8.5.1 Purchase Orders issued pursuant to a contract resulting from this solicitation shall be construed in accordance with, and governed by, the laws of a competent jurisdiction with respect tote purchaser. 30 Page 796 of 1197 8.6 Vendor Compliance with applicable law:Vendor(s)shall comply with all federal,state,or local laws applicable to or pertaining to the transaction, acquisition, manufacturer, suppliers or the sale of the equipment/products and relating services resulting from this P. 8.7 Other Laws, whether or not herein contained, shall be included by this reference. It shall be Proposer'sNendor's responsibility to determine the applicability and requirements of any such laws and to abide by them. 8.8 Indemnity: Each party agrees it will be responsible for its own acts and the result thereof to the extent authorized by law and shall not be responsible for the acts of the other party and the results thereof NJPA's liability shall be governed by the provisions of the Minnesota Tort Claims Act;Minnesota Statutes,Section §3.736, and other applicable law. 8.9 Prevailing Wage: It shall be the responsibility of the Vendor to comply, when applicable, with prevailing wage legislation in effect in the jurisdiction of the purchaser(NJPA or NJPA Member). It shall be the responsibility of the Vendor to monitor the prevailing wage rates as established by the appropriate department of labor for any increase in rates during the to of this Contract and adjust wage rates accordingly. 8.10 Patent and Copyright Infringement: If an article sold and delivered to NJPA or NJPA Members hereunder shall be protected by any applicable patent or copyright, the Vendor agrees to indemnify and hold harmless NJPA and NJPA Members against any and all suits, claims,judgments,and costs instituted or recovered against it by any person on account of the use orsale of such articles by NJPA of NJPA Members in violation or right under such patent or copyright. C, ASSIGNMENT OF CONTRACT �.11 No right or interest in this Contract shall be assigned or transferred by the Vendor without prior written permission by the NJPA. No delegation of any duty of the Vendor shall be made without prior written permission of the NJPA. NJPA shall notify members by posting approved assignments on the NJPA website within 15 days of NJPA's approval. 1.12 If the original Vendor sells or transfers all assets or the entire portion of the assets used to perform this Contract, a successor in interest must guarantee to perform all obligations under this Contract. NJPA reserves the right to reject the acquiring person or entity as a Vendor. A change of name agreement will not change the contractual obligations of the Vendor. D.LIST OF PROPOSERS ® NJPA will not maintain or communicate to a list of proposers. All interested proposers must respond to the solicitation as a result of NJPA solicitation advertisements indicated. Because of the wide scope of the potential Members and qualified national Vendors,NJPA has determined this to be the best method of fairly soliciting proposals. E. CAPTIONS, HEADINGS.AND ILLUSTRATIONS A.14 The captions,illustrations,headings,and subheadings in this solicitation are for convenience and ease of understanding and in no way define or limit the scope or intent of this request. F. DATA PR.-kcriCES •f__5 All materials submitted in response to this RFP will become property of the NJPA and will become public record in accordance with Minnesota Statutes, section 13.591, after the evaluation process is completed. If the Responder submits information in response to this RFP that it believes to be nonpublic 31 Page 797 of 1197 information, as defined by the Minnesota Government Data Practices Act, Minnesota Statute § 13337, the Responder must: 8.15.1 make the request within thirty days of award/non-award, and include the appropriate statutory justification.Pricing is generally not redactable.The NJPA Legal Department shall review the statement to determine whether the information shall be withheld. If the NJPA determines to disclose the information,the Bids&Contracts department of the N shall inform the Proposer, in writing,of such determination; and 8.15.2 defend any action seeking release of the materials it believes to be nonpublic information, and indemnify and hold barmless the NJPA, its agents and employees, from any judgments or damages awarded against the NJPA in favor of the party requesting the materials, and any and all costs connected with that defense. 8.16 This indemnification survives the NJPA's award of a contract. In submitting a response to this RFP, the Responder agrees that this indemnification survives as long as the confidential information is in possession of the NJPA. When the situation warrants, Proposer may be able redact additional nonpublic information after the evaluation process if legal justification is provided and accepted by A. G.ENJ IRE AGME:EMENT 8.17 The Contract, as defined herein, shall constitute the entire understanding between the parties to that Contract. A Contract resulting from this RFP is formed when the NJPA Board of Directors approves and signs the applicable Contract Award&Acceptance document(Form E). H. FORCE MAJEURIE: L.18 Except for payments of sums due,neither party shall be liable to the other nor deemed in default under this Contract if and to the extent that such party's performance of this Contract is prevented due to force majeure. The to "force majeure" means an occurrence that is beyond the control of the party affected and occurs without its fault or negligence including,but not limited to,the following: acts of God, acts of the public enemy, war, riots, strikes, mobilization, labor disputes, civil disorders, fire, flood, snow, earthquakes, tornadoes or violent wind, tsunamis, wind shears, squalls, Chinooks, blizzards, hail storms, volcanic eruptions, meteor strikes, famine, sink holes, avalanches, lockouts, injunctions-intervention-acts, terrorist events or failures or refusals to act by government authority /or other similar occurrences where such party is unable to prevent by exercising reasonable diligence. The force majeure shall be deemed to commence when the party declaring force majeure notifies the other party of the existence of the force majeure and shall be deemed to continue as long as the results oreffects of the force majeure prevent the party from resuming performance in accordance with a Contract resulting from this RFP. Force majeure shall not include late deliveries of equipment/products and services caused by congestion at a manufacturer's plant or elsewhere, an oversold condition of the market, inefficiencies, or other similar occurrences. If either party is delayed at any time by force majeure,then the delayed party shall notify the other party of such delay within forty-eight(48)hours. 1. GRATUITIES 8.19 NJPA may cancel an awarded Contract by written notice if it is found that gratuities, in the form of entertainment,gifts or otherwise,were offered or given by the Vendor or any agent or representative of the Vendor,to any employee of the NJPA. J, HAZARDOUS SUBSTANCES 32 Page 798 of 1197 &20 Proper and applicable Material Safety Data Sheets(MSDS)that are in full compliance with OSHA's Hazard Communication Standard must be provided by the Vendor to NJPA or NJPA Member at the time of purchase. K, 1,1C1NSES &21 Proposer shall maintain a current status on all required federal, state, and local licenses, bonds and permits required for the operation of the business that is anticipated to be conducted with NJPA and NJPA members by the Proposer. L.22 All responding Proposers must be licensed (where required) and have the authority to sell and distribute offered equipment/products and related services to N and NJPA Members nationally. Documentation of required said licenses and authorities, if applicable, is requested to be included in the proposer's response. L.MATERIAL SUPPLIERS AND SUB-CONTIUCTORS 8.23 The awarded Vendor shall be required to supply the names and addresses of sourcing suppliers and sub-contractors as a part of the purchase order when requested by N or the NJPA member. M.NON-WAIVER OF RK3311"I'S 8.24 No failure of either party to exercise any power given to it hereunder, nor to insistence upon strict compliance by the other party with its obligations hereunder, and no custom or practice of the parties at variance with the terms hereof,nor any payment under a Contract resulting from this RFP shall constitute a waiver of either party's right to demand exact compliance with the terms hereof.Failure by N to take action or assert any right hereunder shall not be deemed as waiver of such right. N. PROTESTS OF AWARDS NIADE 8.25 Protests shall be filed with the 1`l A's Executive Director and shall be resolved in accordance with appropriate Minnesota state statutes. Protests will only be accepted from Proposers. A protest must be in writing and filed with NJPA. A protest of an award or proposed award must be filed within ten(10)calendar days after the public notice or announcement of the award. A protest must include: ,2 .1 The name,address and telephone number of the protester; 8.25.2 The original signature of the protester or its representative (you must document the authority of the Representative); 8.2 5.3 Identification of the solicitation by RFP number; 8.25.4 Identification of the statute or procedure that is alleged to have been violated; 8.25.5 A precise statement of the relevant facts; 8.25.6 Identification of the issues to be resolved; 8.2 5.7—The aggrieved party's argument and supporting documentation; 8.2 5.8 The aggrieved party's statement of potential financial damages;and 8.25.9 A protest bond in the name of NJPA and in the amount of 10% of the aggrieved parry's statement of potential financial damages. 33 Page 799 of 1197 0. SUSPENSION OR DISBAR MENTSTATINS 8.26 If within the past five(5)years,any firm,business,person or Proposer responding to NJPA solicitation and submitting a proposal has been lawfully terminated, suspended or precluded from participating in any public procurement activity with a federal,state or local government or education agency the Proposer must include a letter with its response setting forth the name and address of the public procurement it, the effective date of the suspension or debarment,the duration of the suspension or debarment and the relevant circumstances relating to the suspension or debarment. Any failure to supply such a letter or to disclose pertinent information may result in the cancellation of any Contract. By signing the proposal affidavit,the Proposer certifies that no current suspension or debarment exists. P AFFIRMATIVE ACT,(,.)-Nl AND MMMIGRATU."YN STATUS CERTIFICATION' 8.27 An Affirmative Action Plan, Certificate of Affirmative Action orother documentation regarding Affirmative Action may be required by NJPA or NJPA Members relating to a transaction from this P. Vendors shall comply with any such requirements or requests. 1.28 Immigration Status Certification may be required by N or NJPA Members relating to a transaction from this P.Vendors shall comply with any such requirements or requests. Q SEVERABILITY 8.29 In the event that any of the terms of a Contract resulting from this RFP are in conflict with any rule, law,statutory provision or are otherwise unenforceable under the laws or regulations of any government or subdivision thereof,such terms shall be deemed stricken from an awarded Contract resulting from this R.FP, but such invalidity or unenforceability shall not invalidate any of the other terms of an awarded Contract resulting from this P. R. RELATIONSHIP OF PARTIES 8.30 No Contract resulting from this RFP shall be considered a contract of employment, The relationship between NJPA and an Awarded Contractor is one of independent contractors each free to exercise judgment and discretion with regard to the conduct of their respective businesses. The parties do not intend the proposed Contract to create, or is to be construed as creating a partnership,joint venture, master-servant, principal—agent,or any other relationship. Except as provided elsewhere in this RFP,neither party may be held liable for acts of omission or commission of the other party and neither party is authorized or has the power to obligate the other party by contract, agreement, warranty, representation or otherwise in any manner whatsoever except as may be expressly provided herein. [THE REST OF THIS PAGE HAS BEEN LEFT INTENTIONALLY BLANK.] 34 Page 800 of 1197 Form A PROPOSER QUESTIONNAIRE- General Business Information ,C(e0__F.F_ (Products, Pricing, Sector Specific, Services, Terms and Warranty are addressed on Form P� Proposer Name: Questionnaire completed by: Please identify the person NJPA should correspond with from now through the Award process: Name: E-Mail address: Provide an answer to all questions directly below each question(do not leave blank,mark NA if not applicable)and address all requests made in this RFP.Please supply any applicable supporting information and documentation you feet appropriate in addition to answers entered to the Word document. All information must be typed, organized, and easily understood by evaluators. Please use the Microsoft Word document version of this questionnaire to respond to the questions contained herein. Compan v,Information& Financial Strengt 1) Why did you respond to this RFP? 2) What are your company's expectations in the event of an award? 3) Provide the full legal name, address, tax identifications number, and telephone number for your business. 4) Demonstrate your financial strength and stability. 5) Are you now, or have you ever been the subject of a bankruptcy action?Please explain. 6) Provide a brief history of your company that includes your company's core values and business philosophy. 7) How long has your company been in the MOBILE REFUSE COLLECTION VEHICLES WITH REALTED EQUIPMENT,ACCESSORIES,AND SERVICES industry? 8) Is your organization best described as a manufacturer or a distributor/dealer/re-seller for a manufacturer of the products/equipment and-related services being proposed? a) If the Proposer is best described as a re-seller, manufacturer aggregate, or distributor, please provide evidence of your authorization as a dealer/re-selter/manufacturer aggregate for the manufacturer of the products/equipment and related services you are proposing. b) If the Proposer is best described as a manufacturer, please describe your relationship with your sales/service force and/or Dealer Network in delivering the products/equipment and related services proposed. c) Are these individuals your employees,or the employees of a third party? d) If applicable,is the Dealer Network independent or company owned? 9) Please provide your bond rating, and/or a credit reference from your bank. 10) Provide a detailed explanation outlining the licenses and certifications that are both required to be held, and actually held by your organization in pursuit of the commerce and business contemplated by this RFP. 11) Provide a detailed explanation outlining licenses and certifications both required to be held, and actually held,by third parties and sub-contractors to your organization in pursuit of the commerce contemplated by this RFP.If not applicable, please respond with"Not Applicable." 12) Provide all"Suspension or Disbarment"information as defined and required herein. 13) In addition to the$1.5 million in General Liability and/or in conjunction with umbrella insurance coverage,what level of automobile and workers compensation insurance does your organization currently have?If none,please explain. 14) Within the RFP category there is potential to be several different sub-categories of solutions; list sub category title/s that best describe your equipment/products,services and supplies. ln#ustry Re-guirements&Ma_rketljlace Success 15) List and document recent industry awards and recognition. 16) Supply three references/testimonials from customers of like status to NJPA Members to include Government and Education agencies. Please include the customer's name, contact, and phone number. 35 Page 801 of 1197 17) Provide a list of your top 5 Government and/or Education customers(entity name is optional)including:entity type,the state the entity is located in, scope of the projects, size of transactions and dollar volumes from the past 3 fiscal years. 18) What percentages of your current (within the past three (3) fiscal years) national sales are to the government and education verticals?Indicate government and education verticals individually. Pra user's Abili�;� to Sell and DeliverKKSe_rvice Nationwide 19)Please describe your company sales force in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sale and services of the equipment/products contemplated in this RFP? 20) Please describe your dedicated dealer network and number of individual sales force within your dealer network in terms of numbers, geographic dispersion, and the proportion of their attention focused on the sales distribution and delivery of your equipment/products and related services contemplated in this RFP? 21) Please describe your dedicated company service force or dedicated network in terms of numbers,geographic dispersion, and the proportion of their attention focused on the sale of the equipment/products and related services contemplated in this RFP? 22) Please describe your dedicated dealer service force or network in terms of numbers geographic dispersion, and the proportion of their attention focused on the sale of the equipment/products and related services contemplated in this RFP? Additionally,please describe any applicable road service and do they offer the ability to service customers at the customer's location? 23)Describe in detail your customer service program regarding process and procedure. Please include,where appropriate, response time capabilities and commitments as a part of this RFP response and awarded contract. 24) Identify any geographic areas or NJPA market segments of the United States you will NOT be fully serving through the proposed contract. 25) Identify any of NJPA Member segments or defined NJPA verticals you will NOT be offering and promoting an awarded contract to?(Government,Education,Non-profit) 26) Define any specific requirements or restrictions as it applies to our members located off shores such as Hawaii and Alaska and the US islands.Address your off shore shipping program on the Pricing form P of this document. Marketing Plan 27) Describe your contract sales training program to your sales management, dealer network and/or direct sales teams relating to a NJPA awarded contract. 28) Describe how you would market/promote an NJPA Contract nationally to ensure success. 29) Describe your marketing material, and overall marketing ability, relating to promoting this type of partnership and contract opportunity. Please send a few representative samples of your marketing materials in electronic format. 30)Describe your use of technology and the internet to provide marketing and ensure national contract awareness. 31)Describe your perception of NJPA's role in marketing the contract and your contracted products/equipment and related services. 32)Describe in detail any unique marketing techniques and methods as a part of your proposal that would separate you from other companies in your industry. 33) Describe your company's Senior Management level commitment with regards to embracement,promoting, supporting and managing a resultant NJPA awarded contract 34) Do you view your products/equipment applicable to an E-procurement ordering process? Yes No a) If yes, describe examples of E-procurement system/s or electronic marketplace solutions that your products/equipment was available through. Demonstrate the success of government and educations customers to ordering through E-procurement. 35) Please describe how you will communicate your NJPA pricing and pricing strategy to your sales force nationally? Other Cooperative Procurement Contracts 36) Describe your level of experience with national, state and Iocal cooperative contracts. 37) What is the annual dollar sales volume generated through each of the contract(s)identified in your answer to the previous question. 38) Identify any GSA Contracts held or utilized by the Proposer. 36 Page 802 of 1197 39) What is the annual combined dollar sales volume for each of these contracts; 40) If you are awarded the NJPA contract, are there any market segments or verticals (e.g., higher education, K-12 local governments, non-profits etc.) or geographical markets where the NJPA contract will not be ,your primary y contract purchasing vehicle? If so, please identify those markets and which cooperative purchasing agreement will be your primary vehicle. 1)How would you leverage an NJPA awarded contract in your sales process? 4 ) Identify a proposed administrative fee payable to NJPA for facilitation, management and promotion of the NJpA contract, should you be awarded. This fee is typically calculated as a percentage of Contract sales and not a line item addition to the customers cost of goods. Valga Added 43) If applicable,describe any product/equipment training programs available as options for NJPA members. If applicable, do you offer equipment operator training as well as maintenance training? _ Yes No 44) Is this training standard as a part of a purchase or optional? 45) Describe current technological advances your proposed equipment/products and related services offer. 4 ) Describe your"Green" program as it relates to your company,your products/equipment, and,your recycling program, including a list of all green products accompanied by the certifying agency for each(if applicable). 47)Describe any Women or Minority Business Entity ( '11 ) or Small Business Entity (SBE) accreditations and the general minority and small business program of your organization as it relates to a Contract resulting from this RFP. 4 ) Identify any other unique or custom value added attributes of your company or your products/equipment or related services. 'khat makes your proposed solutions unique in your industry as it applies to NJPA members? 49) Other than what you have already demonstrated or described, what separates your company, your products/equipment and related services from your competition? 50) Identity and describe any service contract options included in the proposal, or offered as a proposed option, for the products/equipment beim offered. 5 l) Identify your ability and willingness to offer an awarded contract to qualifying member agencies in Canada specifically and internationally in general. 5 ) Describe any unique distribution /or delivery methods or options offered in your proposal. Questions regarding Pay t Terms,Warranty,Products/EquipmenVServices,Pricing and Delivery,and IndustrySpecific Items are addressed on Form Signature: Date: 37 Page 803 of 1197 Form B 0`11 PROPOSER INFORMATION Company Name: Address: City/State/Zip: Phone: Fax: Toll Free Number: E-mail: Web site: Voids sometimes exist between management (those who respond to RFPs) and sales staff (those who contact NJPA Members) that result in communication problems. Due to this fact, provide the names of your key sales people, phone numbers,and geographic territories for which they are responsible COMPANY PERSONNEL CONTACTS Authorized Signer for %our Manization*: Name: Email: Phone: * By executing Form F,the"Proposer's Assurance of Compliance,"you are certifying this person identified here has their authorization to sign on behalf of your organization: Author of °aur rro �osal response Name: Title: Email: Phone: Your Primary_Contact person regarding our proposal: Name: Title: Email: Phone: Other important contact information: Name: Title: Email: Phone: Name: Title: Email: Phone: 38 Page 804 of 1197 For C EXCEPTIONS TO PROPOSAL TERMS, CONDITIONS Company Name: ...... AND SOLUTIONS REQKEST 05 ........................ Note: Original must be ILne4 and inserted in the inside front cover pouch. Any exceptions to the Terms, Conditions, Specifications,or Proposal Forms contained herein shall be noted in writing and included with the proposal submittal. Proposer acknowledges that the exceptions listed may or may not be accepted by NJPA and may or may not be included in the final contract. NJPA may clarify exceptions listed here and document the results of those clarifications in the appropriate section below. — ——------------ Term, Condition,or NJPA ACCEPTS Section/oaae Specification Exce tion ............................ .............. ---- ------------------------------------------------------------------- L ..................... ——---- Proposer's Signature: ............ .......................... —— ---- ---------- Date: -------...... .................. ...... NJPA's clarification o tion/s listed above- RNACUR 39 Page 805 of 1197 Contract Award RFP 112014# FORM D ��(W PA}] Formal Offering of Pror-osal �`* + (To be completed Only by Proposer) MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES In compliance with the Request for Proposal(RFP)for MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES the undersigned warrants that I/we have examined this RFP and,being familiar with all of the instructions,terms and conditions,general specifications,expectations,technical specifications,service expectations and any special terms, do hereby propose, fully commit and agree to furnish the defined equipment/products and related services in full compliance with all terms, conditions of this RFP, any applicable amendments of this RFP, and all Proposer's Response documentation. Proposer further understands they accept the full responsibility as the sole source of responsibility of the proposed response herein and that the performance of any sub-contractors employed by the Proposer in fulfillment of this proposal is the sole responsibility of the Proposer. Company Name: Date: Company Address: City: State: Zip: Contact Person: Title: Authorized Signature(ink only): w _ ................... (Name printed or typed) 40 Page 806 of 1197 Form Contract Acceptance and Award ( a be completed only by NJPA) NJPA Proposer's full legal a e Your proposal is hereby accepted and awarded. As an awarded oposer, you are now bound to provide the defined product/equipment and services contained in your ropos l offering according to all terms,conditions,and pricing set forth in this RFP, y amendments to this RFP,your Response,and any exceptions accepted or rejected by NJPA on Form C. The effective start date of the Contract will be , 20 d continue for four years from the board award date. This contract has the consideration of a fifth year renewal option at the discretion of NJPA. National of Powers AllianceS (NJPA) NJPA Authorized signature: NJPA Executive Director e printed or typed) Awarded this ,r y day of 120 NJPA Contract Number 112014 NJPA Authorized signature: NJPA Board Member (Name printed or typed) Executed this day of au u u 20 NJPA Contract Number.112014 014# Proposer hereby accepts contract award including all accepted exceptions and NJPA clarifications identified on FORM C. Vendor Name Vendor Authorized signature: yww®w_ (Name printed or typed) Title: Executed this day of i20 NJPA Contract Number 1 A t1t 41 Page 807 of 1197 Form F PROPOSER ASSURANCE OF COMPLIANCE Proposal Affidavit Signature Page PROPOSER'S AFFIDAVIT The undersigned, representing the persons, firms and corporations joining in the submission of the foregoing proposal (such persons, firms and corporations hereinafter being referred to as the"Proposer"),being duly sworn on his/her oath, states to the best of his/her belief and knowledge: I. The undersigned certifies the Proposer is submitting their proposal under their true and correct name,the Proposer has been properly originated and legally exists in good standing in its state of residence, that the Proposer possesses, or will possess prior to the delivery of any equipment/products and related services, all applicable licenses necessary for such delivery to NJPA members agencies nationally, and that they are authorized to act on Behalf of,and encumber the"Proposer"in this Contract; and 2. To the best of my knowledge,no Proposer or Potential Proposer,nor any person duly representing the same,has directly or indirectly entered into any agreement or arrangement with any other Proposers, Potential Proposers, any official or employee of the NJPA, or any person, firm or corporation under contract with the NJPA in an effort to influence either the offering or non-offering of certain prices,terms, and conditions relating to this RFP which tends to, or does, lessen or destroy free competition of the Contract sought for by this RFP; and 3. The Proposer or any person on his/her behalf,has not agreed, connived or colluded to produce a deceptive show of competition in the manner of the proposal or award of the referenced contract;and 4. Neither the Proposer nor any officer, director, partner, member or associate of the Proposer, nor any of its employees directly involved in obtaining contracts with the NJPA or any subdivision of the NJPA, has been convicted of false pretenses,attempted false pretenses or conspiracy to commit false pretenses,bribery,attempted bribery or conspiracy to bribe under the laws of any state or federal government for acts or omissions after January 1, 1985;and 5. The Proposer has examined and understands the terms, conditions, scope, contract opportunity, specifications request and other documents of this solicitation and that any and all exceptions have been noted in writing and have been included with the proposal submittal; and 6. If awarded a contract, the Proposer will provide the equipment/products and/or services to qualifying members of the NJPA in accordance with the terms, conditions, scope of this RFP, Proposer offered specifications and other documents of this solicitation; and 7. The undersigned, being familiar with and understand the expectations requested and outlined in this RFP under consideration, hereby proposes to deliver through valid requests, Purchase Orders or other acceptable forms ordering and procurement by NJPA Members. Unless otherwise indicated, requested and agreed to on a valid purchase order per this RFP, only new, unused and first quality equipment/products and related services are to be transacted with NJPA Members relating to an awarded contract; and 8. The Proposer has carefully checked the accuracy of all proposed products/equipment and related services and listed total price per unit of purchase in this proposal to include shipping and delivery considerations. In addition, the Proposer accepts all general terms and conditions of this RFP, including all responsibilities of commitment as outlined and proposed; and 42 Page 808 of 1197 9. In submitting this proposal,it is understood that the right is reserved by the NJPA to reject any or all proposals and it is agreed by all parties that this proposal may not be withdrawn during a period of 90 days from the date proposals were opened regarding this RFP; and 10. The Proposer certifies that in performing this Contract they will comply with all applicable provisions of the federal, state, and local laws,regulations,rules, and orders; and 11. The Proposer understands that submitted proposals which are marked"confidential" in their entirety, or those in which a significant portion of the submitted proposal is marked "nonpublic" will not be accepted by NJPA. Pursuant to Minnesota Statute §13.37 only specific parts of the proposal may be labeled a "trade secret." All proposals are nonpublic until the contract is awarded; at which time, both successful and unsuccessful vendors' proposals become public information. 12. The Proposer understands and agrees that NJPA will not be responsible for any information contained within the proposal. 13. By signing below, the Proposer understands it is his or her responsibility as the Vendor to act in protection of labeled information and agree to defend and indemnify NJPA for honoring such designation. Proposer duty realizes failure to so act will constitute a complete waiver and all submitted information will become public information; additionally failure to label any information that is released by NJPA shall constitute a complete waiver of any and all claims for damages caused by the release of the information. [The rest of this page has been left intentionally blank. Signature page below] 43 Page 809 of 1197 By signing below, Proposer is acknowledging that he or she has read, understands and agrees to comply with the terms and conditions specified above. Company Name: Contact Person for Questions: Address: City/State/Zip: ........ Telephone Number: Fax Number: E-mail Address: Authorized Signature: Authorized Name(typed): Title: Date: Notarized Subscribed and sworn to before me this day of 20 Notary Public in and for the County of State of My commission expires: ................................ Signature: 44 Page 810 of 1197 I+'OI'IC! rr OVERALL EVALUATION AND CRITERIA For the Proposed Subject MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT, ACCESSORIES,AND SERVICES Con#armance to Terms& Conditions 50 Financial, Industry Requirements & Marketplace 75 (' Success Proposer's Ability to Sell and Deliver Service 100 Nationwide Proposer's Marketing Plan 50 Value Added Attributes 75 1 Warranty 50 ... .,..,,...,.......... FF. Equipment/Products and Related Services 200 Pricing 400 ® _. . .. . . r TOTAL POINTS 1000 Reviewed by. Its,n Its 45 Page 811 of 1197 Form P PROPOSERU STIO I Payment Terms, arranty, rca ucts a€quip east/Se ices$Pricing and Delivery, Industry Specific Proposer Name: Questionnaire completed by. avant Terms and Fl a ijp jrtious 1) Identify your payment terms if applicable. (Net 30, etc.) 2) Identify any applicable leasing or Cather financing options as defined herein. 3) Briefly describe your proposed carder process for this proposal and contract award. (Note: carder process may be modified or refined during an NJPA ember's final Contract phase process). a. Please specify if you will be including your dealer network in this proposal.If so,please specify how involved they will be. (For example, will he Dealer accept the P.O.?), and how are we to verify the specific dealer is part of your network? 4) Do you accept the P-card procurement and payment process? arrant 5) Describe, in detail, your Manufacture Warranty Program including conditions and requirements to duality, c:lairns procedure, and overall structure. 6) Ido all warranties cover all products/equipment parts and labor? 7) Do warranties impose usage limit restrictions? ) Do warranties cover the expense of technicians travel time and mileage to perform warranty repairs? ) Please list any other limitations or circumstances that would not be covered cinder your warranty. 10) Please list any geographic regions of the United States for which you cannot provide a certified technician to perform warranty repairs. How will NJPA Members in these regions be provided service for warranty repair? ui,trraent/ ro uct/Se lees Primp-,and liver 11)Provide a general narrative description of the equipment/products and related services YOU Bre, offering in your proposal. 1 )Provide a general narrative description of your pricing model identifying how the model works (line itemand/or published catalog percentage discount). 13) Please quantify the discount range presented in this response pricing as a percentage discount from MS /published list. 14) Provide an overall proposed statement of method of pricing for individual line items, percentage discount off published product/equipment catalogs and/or category pricing percentage discount with regard to all equipment/products and related services and being proposed.Provide a SKU number for each item being proposed. 15) Propose a strategy,process,and specific method of facilitating;"Sourced Equipment/Products and/or related Services" (AKA, "Open Market"items or"Non-Standard Options"). 16) Describe your NJPA customer volume rebate programs, as applicable. 17) Identify, any Total Cost of Acquisition(as defined herein) cost(s)which is NOT included`Pricing" submitted with your proposal response. Identify to whom these charges are payable to and their relationship to Proposer. 1 ) If freight,delivery or shipping is an additional east to the NJPA member,describe in detail the complete shipping and delivery program. 6 Page 812 of 1197 19) As an important part of the evaluation of your offer, indicate the level of pricing you are offering. Prices offered in this proposal are: —.—a.Pricing is the same as typically offered to an individual municipality,Higher Ed or school district. ......K Pricing is the same as typically offered to GPOs, cooperative procurement organizations or state purchasing departments. Better than typically offered to GPCIS, cooperative procurement organizations or state purchasing departments, d. Other;please describe. 20) Do you offer quantity or volume discounts? —YES NO Outline guidelines and program, 21)Describe in detail your proposed exchange and return program(s)and policy(s), 22) Specifically identify those shipping and delivery and exchange and returns programs as they relate to Alaska and Hawaii and any related off shore delivery of contracted products/equipment and related services 23) Please describe any self-audit process/program you plan to employ to verify compliance with your anticipated contract with NJPA.Please be as specific as possible. Industry SBecific Items 24)Do you bold any industry specific certifications such as ISO? 25)Are any of your facilities LEED certified? 26)Are you a single source provider of equipment,parts,and service? 27) What is your US market share for the solutions you are proposing in this response? 28) What is your Canadian market share for the solutions you are proposing in this response? 29) Is your warranty program handled direct, or does it require a pass through to another manufacturer? 30)For how many years have the models you are proposing in this response been available in the marketplace? 3 1) What is your parts order fill rate? 3 2) Do you provide preventative maintenance programs for the solutions you are proposing in this response? 3 3)Do you provide alternative fuel solutions in this response? Signature: 'Date: 47 Page 813 of 1197 Electronic Copy Check when Hard Copy Required Required-CD or Completed Contents of Your Bid Proposal Signed and Datd Flash Drive Form A: Proposer Questionnaire with all lquestions answered completely X - signature page nn _IX Form B: Proposer Information Form C:Exceptions to Proposal,Terms, Conditions,and Solutions Request X X Form D: Formal Offering of Proposal X X Form E. Contract Acceptance and Award X Form F: Proposers Assurance of Compliance X X Form P:Proposer Questionnaire with all questions answered completely X-signature page only ]X Certificate of insurance with$1.5 million covers ge9-X X Copy of all RFP Addendums issued by NJPA J�x Pricing for all Products/Equipment/Services within the RFP being proposed Entire Proposal submittal including signed documents and forms. All forms in the Hard Copy Required Signed and Dated should be inserted in the front of the submitted response, unbound. Package containing your proposal labeled and :sealed with the following language: :"Competitive Proposal Enclosed, Hold for Public Opening XX-XX-XXXX" Response Package mailed and delivered priorto deadline to: NJ PA, 20212th St NE,Staples, MN 56479 jf 48 Page 814 of 1197 ..... i i. NJPA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM Section 1. Instructions For Vendor Pursuant the NJPA RFP, renests for equipment/products or service changes,additions or deletions will e allowed at y time throughout the a e contract term. All requests must be made in written format by completing sections 2, 3 and 4 of the NJPA Price and Product Change Request Form and signature of an authorized Vendor eployee in section 5. All changes are subject to review and approval by the NJPA Contracts & Compliance Manager, signed in acceptance by the NJPA Executive Director and acknowledged by the NJPA Contract Council, Submit request viae ail to your Contract Manager AND: PandP@njpacoop.org. NJPA's due diligence in analyzing any request for change is to determine if approval of the request is: 1}within the scope f the origin d ) in the "Best Interests of NJPA and NJPA Members."A signed Price and Product Change form will be returned to vendor contact viae ail. Vendor must complete this change reuest form and individually list or attach all items or services subject to change,provide su iciently detailed exgreferably ation d oc etation for the change, include a compete restatement of pricing document i appropriate format Excel}. The pricing document .ust identify all equipment/products and services being offered and must conform to the followin NJPA producrice change n in convention: (Vendor Ne) A Contract )(e. ective pricing date); for example,`C A 01141 1-CP e . -201.3." NOTE. Newpricing restatement must include all equipment/products d services offered regardless of whether their prices have changed and include a new"effective date"on the pricing documents. This requirement reduces confusion by providing a single, current pricing sheet for each vendor and creates a historical record of pricing. ADDITIONS. New equipment/products and related services may be added to a contract if such additions are within the scope of the RFP. DELETIONS. New equipment/products and related services may be deleted from a contract if an item or service is no longer available and thus not relevant to the contract;for example,discontinued, improved,etc. PRICE CHANGES: Request prices changes in general terms aloe with the justification by product category for the change; for example, a 3% increase in XYZ Product Line is due to a 3/a increase in petroleum, or this list of SKUs/ product descriptions is increasing due to %increase in cost of raw materials. Price decreases: NJPA expects Vendors to propose their very best prices and anticipates price reductions are due to advancement of technologies and market place efficiencies. Price increases: Typical acceptable increase requests include increases to Vendor input costs such as petroleum or other a licble commodities, increases i product till o new comparedto old equipment/products or service, etc. a or must include reasonable documentation or the claims cited in their request along with detailed justification for why the increase is needed. Special details for price changes must be included with the request along with both current and proosed pricing. Appropriate documentation should be attached to is form,including letters from suppliers announcing price increases. Refer to section 4 of the RFP for complete"Pricing"details. Section 2.Vendor Name and Type of Change Request CHECKALL CHANGES THATAPPLY AWARDED ❑ Adding Equipment/Products VENDORNAME: /Services ........., ,� ❑ Deleting/Discontinuing Equipment/Products/Services El Price Increase NJPA ❑ Price Decrease CONTRACT NUMBER: 49 Page 815 of 1197 MBA NJPA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM Section 3. Detailed Explanation of Need for Changes List equipment/products and/or services that are changing, being added or deleted from previous contract price list along with the percentage change for each item or category. (Attach a separate,detailed document if more than 10 items.) Provide a general statement and documentation explaining the reasons for these price and/or equipment/product/service changes. SAMPLES: 1-All paper equipment/products and services increased 5%in price due to transportation and fuel costs (see attached documentation of raw materials increase). 2-The 6400 series floor polisher is added to the product list as anew model replacing the 5400 series. The 6400 series 3%increase reflects technological improvements made that improve the rate ofefficiency and useful life. The 5400 series is now included in the "Hot List"at a 20%discount from previous pricing until remaining inventory, is liquidated. Il"addin a u4iment/1�roducts/services, provide a general statement how these are in the scope If changing prices and/or adding equipment/products/services, provide a general statement that the pricing or eipment/products/services is consistent with exist"n NJPA contract pricing, 50 Page 816 of 1197 NdPA VENDOR PRICE AND PRODUCT CHANGE REQUEST FORM .......................... Section 4. Complete Restatement of Pricing Submitted A COMPLETE restatement of the pricing including all new and existing equipment/products and services is attached and/or has been emailed to PandP@njpacoop.org. ❑ Yes ❑ No Section 5.Signatures Vendor Authorized Signature Date Print Name and Title of Authorized Signer ........ NJPA Executive Director Signature Date 51 Page 817 of 1197 ¢,�Tetss4 aq, 1 u9 d Appendix A NJPA The National Joint Powers Alliance® (NJPA), on behalf of NJPA and its current and potential Member agencies to include all Government, Higher Education, K12 Education, Non-Profit, Tribal Government, and all other Public Agencies located nationally in all fifty states, Canada, and internationally, issues this Request For Proposal (RFP)to result in a national contract solution. For your reference,the links below include some,but not all, of the entities included in this proposal: �cnc [Lo aloverns n "sties t m :/' ces.ed.�ovh-,loballocator/ i s//Iarv.ester c us Lo /iu z /search/inde . sou htt //nccsweb uurban.or / ib / arclu,. p tti, //.... ,sN,.usa Yov/Gove __ ent/Tribal-Sates/index hl, 1 //r-v ,u�sa m�ov/ e i s/State and Territ ries shtinI htq:,!,,//www.nrcca. oo�,i/about-electric oola eratives/member-director ,,,. Care fig, _..... Hawaii ashin _ton 52 Page 818 of 1197 ADDENDUM ONE(1) s To that certain u, ' NJPA RFP#112014 Issued by National Joint Powers Alliance® For the procurement of MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES Consider the following to be part of the above titled RFP: 1) The time of submission was incorrectly stated at the bottom of the first page of the RFP to read 4:30 a.m.The correct time is stated below. RFP Timeline October 2,2014 Publication of RFP in the print and online version of the Minneapolis Star Tribune,in the print and online version of the USA Today,in the print and online version of the Soft fake News within the State of Utah,in the print and online version of the Daily Jornal of Comerce within the State of Oregon(note:OR entities this pertains to: littP://www.njpaccop.org/oregon- v ^rtising), in the print and online version of The State within the State of South Carolina,the NJPA website, MERX,Noticetobidders.com,PublicPurchase.corn,Biddingo and Onvia. November 10,2014 Pre-Proposal Conference(the webcast/conference call.The 10:00 a.m.Central Time connection information will be sent to all inquirers two business days before the conference) November 12,2014 Deadline for RFP questions NOVEMBER 19,2014 'Deadline for Submission of Proposals. Late responses will be 4:30 p.m.Central Time returned unopened. NOVEMBER 20,2014 Public Opening of Proposals 8:00 a.m.Central Time 2} Question 1. A respondent may offera product or technology that could be provided to NIPA members in different ways. For example,a product caul 1)supplied to an original equipment anu act rer(OEM)who may have a contract with NJPA, 2)upfitted into a turnkey solution that isoffered by a vendor with an NJPA contract,or ) made available for retrofitting directly to a member through an NJPA contract. Does NIPA favor any one of these approaches? Answer 1. NJPA seeks to provide our members with best-value solutions that address genuine needs.The best approach to providing solutions is fact intensive and may be different for each RFP category. Prospective vendors' business judgment will dictate whether they should consider one or more possible approaches. for example,a vendor may believe that it offers an indispensable product that can easily be retrofitted to a product that an NJPA member already uses (or can easily acquire through another contract pathway).Assuming that the vendor's proposal is responsive in all other respects, NJPA will certainly evaluate such a proposal on its merits. Keep in mind, however,that we also award points based on the depth and breadthof a vendor's offered line of solutions. JPA evaluates countless products (or services)that are innovative and helpful. But this does not guarantee that we will award a contract.A"narrower"solution would likely have to meet a substantive, articulated member need in order to meet the RFP criteria. Respondents that believe they can provide even a limited set of "c fete"or"turnkey"solutions should strongly consider such an approach.Some of our stronger responses in other categories have included bleu of"a la carte" menus as well as a suite of"standard"or"base"turnkey options. Please keep in mind that the breadth of a solution suite is an important evaluation criteria—but it is also only one of several evaluation criteria. Page 819 of 1197 Without suggesting a favored alternative, NJPA hopes to foster great solutions for our members—irrespective of which channel a vendor decides makes the most business sense.Vendors who align themselves with OEMs or turnkey solution providers may find an opportunity to enhance others'chances of getting a contract award while at the same time bolstering their own business. Question 2. A vendor makes refuse bodies.Should this vendor also propose a chassis solution as part of the RFP response? Answer 2. As with question 1, respondents will need to decide for themselves which approach makes the most sense. In some categories,we have seen body manufacturers propose solutions that include pricing commitments from one or more chassis OEMs. But we have also seen proposals that rely on our members purchasing the chassis and arranging delivery for upfitting.Any proposal strategy along this continuum could be a high-quality response that results in a contract award. NJPA looks for competitive,transparent pricing that makes our evaluation process more straightforward. But more important,we want make it easier for our members to know exactly what they are paying—and what they are getting. Ultimately, our members"vote with their checkbooks."They are not obligated to purchase off of an NJPA contract,so they will decide whether vendors are providing a best-value solution. Of course, NJPA seeks to award only those vendors who best meet our members' needs.So anything that a vendor can reasonably do to make total acquisition costs clearer will enhance the proposal. If a vendor of refuse bodies believes that it has a relationship with chassis OEMs that may result in competitive chassis pricing for NJPA members in providing a complete turnkey Mobile Refuse Collection Vehicle,articulating how that could work in the bid response would be a valuable component to add. We understand that itemizing each of a multitude of possible configurations could be an unnecessarily cumbersome process.This approach would not be necessary if a respondent offered a generalized model describing how products would be priced once final specifications have been identified. ACKNOWLEDGMENT OF ADDENDUM ONE(1)TO RFP DISTRIBUTED VIA EMAIL ON NOVEMBER 13,2014 COMPANY NAME: SIGNATURE: DATE: *Please include this signed Addendum with your bid response. Page 820 of 1197 Net PloposalResponse to NJPA RFP#112014 LU-MC. CompanyNarne: The He!]Go. Note: inserted in the inside front cover pouch. Any exceptions to the Terms,Conditions, Specifications,or Proposal Forms contained herein shall be noted in writing and included with the proposal submittal. Proposer acknowledges that the exceptions listed may or may not be accepted by NJPA and may or may not be included in the final contract. NJPA may clarify exceptions listed here and document the results of those clarifications in the appropriate section below ........... SectionlPage Term.Condition,orSpeceificalion Excep§an NJPAACCEPTS ............. ......... ------------ ........................ Proposer-'s Signature: Date: NJYIA'g cladfleation ou moftLaIlited above; Page 821 of 1197 Net?Prop osa?Respnse to NPA RFP#112014 Contract Award RFP 112014# EQUARLOffaiu MOBILE REFUSE COLLECTION VEHICLFS WITH RELATED EQUIPMENT,ACCESSORIES, AND SERVICES In compliance with the Request for Proposal(RFP)for MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES the undersigned warrants that Uwe have examined this RFP and,being familiar with all of the instructions,terms and conditions,general specifications,expectations,technical specifications,service expectations and any special terms,do hereby propose, fully commit and agree to furnish the defined equipment/products and related services in full compliance with all terms,conditions of this RFP,any applicable amendments of this RFP,and all Proposer's Response documentation-Proposer further understands they accept the full responsibility as the sole source of responsibility of the proposed response herein and that the performance of any sub- contractors employed by the Proposer in fulfillment aft °s proposal is the sole responsibility of the Proposer. Company Name: The it Co. Date: 11119/2014 Company Address: 2030 Hamilton Place Blvd, Suite 200 City: Chattanooga, TN 37421 Contact Person., Larry Angel Authorized Signature(ink only): ,_ ......—---------- ------- 0 (Name printed ort Page 22 of 35 @ 2014 Heil Environmental Page 822 of 1197 Contract Acceptance and Award e completed only by NJPA) NJPA 112014# MOBILE REFUSE COILECTIoN VEHICLES WffB RELATF EQUIPMENT,ACCESSORM, AND SERVICES The HellCo. Pr6ser' . name - Your proposal is hereby a=ptad and awarded. As an awarded Propow, you am now bound to provide the defined produWequipment and services contained in your prcpoW offaing according to all tanig,condihons, forth in this M,any amendramu to this ,Your s acccpted or rqected by NIPA an Fwm C. The effective start date of the Contract will be e for fiom f yem e a e. `s cons' Y an of National oft ! is ce signature: NIPA Executive Director ?RZ;`pt�ied or-"W) Awarded °s 10L day of - .20_L�__NJPA Co ntra et Numbe r jLZRLL-= NIPA Authorized signatwe.- Be rdMember - e printed or typed) Executed is A&day ofContract Proposer hereby accepts contract award including aH accept clarifications idwfified on FORM C. Ventlor Name Vendor Authorized si " ' d W l if c printed,o 1 8: r , Executed this_ - -day o .® 0 fNJPA Contract 41 Page 823 of 1197 Hell PtOPOW Reponse to NPA RFP 9112014 f t J Proposal vis Signature Page PROPOSER'S AFFIDAVIT The undersigned, representing the persons, firms and corporations joining the submission of the foregoing proposal (such persons, firms and corporations hereinafter being referred to as the "Proposer"),being duly sworn on his/her oath, states to the best of his/her belief andknowledge: 1. The undersigned certifies the Proposer is submitting their proposal under their true and correct name, the Proposeras been properly originated and legally exists in goodstanding in its state of residence, that the Proposer possesses, or will possess prior to the delivery of any equipment/products and related services, all applicable licenses necessary for such delivery to NJPA members agencies nationally, and that they are authorized to act on behalf o , and encumber the"Proposer"in this Contract;and 2. To the best of my knowledge, no Proposer or Potential Proposer, nor any person duly representing the same, has directly or indirectly t e to any agreement or arrangement with any other Proposers, Potential Proposers, any official are play of the NJPA, or any person, firm or corporation under contract with the NJPA in ane ort to influence either the offering or non-offering of certain prices, terms, and conditions relating to this RFP which tends to,or does,lessen or destroy free competition of the Contract sought for by this ;and 3. The Proposer or any person on his/her behalf,has not agreed,connived or colluded to produce a deceptive show of competition in the manner of the, proposal or award of the referenced contract;and 4. Neither the Proposer nor any officer, director, partner, member or associate aft e Proposer, nor any of its employees directly involved in obtaining contracts with the NJPA or any subdivision of the NJPA, has been convicted of false pretenses, attempted false pretenses o conspiracy to commit false pretenses,bribery, attempted bribery or conspiracy to bribe under the laws of any state or federal government for acts or omissions er January 1, 1985;an . The Proposer has examined and understands the terms, conditions, scope, contract opportunity, specifications request and other documents of this solicitation and that any and all exceptions have been noted in writing and have been included with the proposal sub l; and . If awarded a contract, the Proposer will provide the equipment/products or services to qualifying members of the NJPA in accordance with the terms, conditions, o e of this Proposer offered ecifications and other documents of this solicitation;and T The undersigned, eing familiar with and understand the expectations requested and outlined in this RFP under consideration, hereby proposes to deliver through valid requests, Purchase Orders or other acceptable forms ordering and procurement by NJPA Members. Unless otherwise indicated, requested and agreed to on a valid purchase order per this RFP, only new, unused and first quality equipment/products and related services are to be transacted Pay 7A of 35 0 2D14 Heil Environ sal Page 824 of 1197 Halt Proposal Response to NJPA RFP#112014 with NJPA Members relating to an awarded contract;and 8. The Proposer has carefully checked the accuracy of all proposed products/equipment and related services and listed total price per unit of purchase in this proposal to include shipping and delivery considerations. In addition, the Proposer accepts all general terms and conditions of this RFP, including all responsibilities of commitment as outlined and proposed;and 9. In submitting this proposal,it is understood that the right is reserved by the NJPA to reject any or all proposals and it is agreed by all parties that this proposal may not be withdrawn during a period of 90 days from the date proposals were opened regarding this RFP;and 10. The Proposer certifies that in performing this Contract they will comply with all applicable provisions of the federal,state,and local laws,regulations,rules,and orders;and 11. The Proposer understands that submitted proposals which are marked "confidential" in their entirety, or those in which a significant portion of the submitted proposal is marked Ccnonpublicl' will not be accepted by NJPA. Pursuant to Minnesota Statute §13.37 only specific parts of the proposal may be labeled a "trade secret." All proposals are nonpublic until the contract is awarded; at which time, both successful and unsuccessful vendors' proposals become public information. 12. The Proposer understands and agrees that NJPA will not be responsible for any information contained within the proposal. 13. By signing below, the Proposer understands it is his or her responsibility as the Vendor to act in protection of labeled information and agree to defend and indemnify NJPA for honoring such designation. Proposer duly realizes failure to so act will constitute a complete waiver and all submitted information will become public information; additionally failure to label any information that is released by NJPA shall constitute a complete waiver of any and all claims for damages caused by the release of the information. [The rest of this page has been left intentionally blank Signature page below] Page 25 of 35 Q 2014 Hel Environmenial Page 825 of 1197 He#Proposal Re4wse to AUPA RFP#112014 By signing below,Proposer is acknowledging that he or she has read,understands and agrees to comply with the terms and conditions specified above. Company Name: The it CO. Contact Person for Questions: Larry Angel . ........ �';12; 1:); I 11in q, Fual who is response"i tfus Froposer's'Response form Address: 2030 Hamilton Place Blvd, Suite 200 City/State/Zip: Chattanooga,TN 37421 Telephone Number: 423.242.2967 Fax Number: 423,855.6378___�'_ E-mail Address: langel&heil,com, ...... Authorized Signature: Authorized Name(typed): Larry Angel .................................... ............. Title: General Manager Ready Truck I NJPA Contract Manager, Date: 11/20/2014 Notarized A- Subscribed and sworn to before me this day of_&AmM ,20, ........... Notary Public in and for the County of jq A M L-M Al State of My commission expires: ............................ Signature. ..... STATE r OF TENNESSEE NOTARYV 0 PUBLIC 0 A OF Yk Page 216 of 35 P 2014 Heil Environmental Page 826 of 1197 Nell Prqwss11?05P0aSe IoNJPA RFP#112014 MO PO �ER,Q-UESTIONNAIRE- Payment Terms,Warranty, Products/Equipment/ Services, Pricing and Delivery Industry Speelfle Form P Proposer narne: The Heil Co. Questionnaire completed by: Larry Angel,NJPA Contract Manager EaYm=LTamunlLEaandaLQud= 1) Identify your payment terms if applicable.(Net 30,etc.) Neil's credittpayment terms are as follows: Standard Not 30 Days Extended(on orders lnvoMng extended delivery Net 45 Days or site preparation dela Ls) _— Early Payment Discount Terms 1% 10 Days,Not 30 Days Foreign(orders being shipped out of country) Cash in advance ora letter of credd Please see Appendix M for our Credil Terms, 2) Identify any applicable leasing or other financing options as defined herein. Hell Is pleased to offer two key programs to NJPA members under this contract to facilitate the addition of refuse equipment totheir solid waste and recycling programs:a Leasing and Financing Program and Equipment Rental Program, Leasing and 111nancl Hell o yrs customer financing and leasing options on out refuse collection and recycling equipment through our partnership with National Machine Tool Financial Corporation. in 1986,National Machine Tool Financial Corporation, an independent company based in the Chicago, Illinois area, has specialized in the structuring of leasing and financing programs for all types of new and used equipment purchased by small, medium, and large businesses and municipalities throughout the United States,Canada, and Mexico. In cooperation with Heil, National Machine Tool Financial Corporation would offer NJPA Members in North America tailored attention and a wide range of financing and leasing programs. All programs would be based on each NJPA Membees rating, needs, and requirements and rates would be adjusted differently depending on each entity. For example, sometimes rates are adjusted to the London Interbank Offered at (Libor);at other times,a municipality may be asked to fund an escrow account to hold 11he rate.When a municipality desires a lease, NMTF C can offer$1.00, 10%, and fair market values depending on the requirements of.the Member. Their terms for leasing and financing are from 12 months to 84 months, with monthly,quarterly,semiannual,or annual payments. Please see Appendix N for sample NMTFC credit applications and Appendix 0 for financing/leasing agreements, 1-11aft Reyts Program it is the exclusive provider of refuse rental equipment for Big Truck Rental (BTR)of Tampa, Florida and Canada's Big Truck Rental of Aurora Ontario Canada. BTR's rental pool is capable of accommodating the varying RCV needs of NJPA members. Their fleet consists of Front Loaders, Page 28 of 35 @ 2014 HO E ' W raTe827 of 1197 Heil Proposal Response to NJPA RFP#112014 Automated Front Loaders,Automated Side Loaders, Rear Loaders and Roll-Off hoists. Big Truck Rental is the only nationally recognized refuse truck rental company in the solid waste s They offer various rental contract options, ranging from one week to 12 months or more. By maintaining a rental offering of the newest, most productive collection vehicles, Big Truck Rental has the volume to meet multiple customer needs and can deliver rental units directly to customers quickly, in most cases Within 24 hours. Renting is a viable option for any haulers and es ti for municipalities. Renting enables customers to: Easily start a new collection route due to annexation without the typical upfront investment of purchasing, • Kick off a new route or relationship without the possible strain on cash flow. • Quickly replace a fleet unit that goes down unexpectedly or is in for service. • Manage an emergency storm cleanup or another sudden situation where time is of the essence and expansion of service may need to be temporary, such as seasonal leaf and brush collection. Tackle a brand-new route with a quality Heil unit,and determine whch model is best fort application. Please see Appendix P for Big Truck Rental rates, rental unit specifications, and sample rental documents. Please not that rental rates do not Include freight. Freight is calculated and quoted at time of order based on current per-mile rates for diesel-and CNG-fueled vehicles. 3) Briefly describe your proposed order process for this proposal and contract award. (Note: orde r process may be modified or refined during an NJPA member's final Contract phase process). a. Please specify if you wiH be including your dealer network in this proposal.If so,please specify how involved they wffl be. or example,will. he Dealer accept the P.O.?), and how are we to verify the specific dealer is part of your network? All orders for Heil products will be handled by each Member's local Heil Dealer, except for those sales territories where products are sold direct via our internal sales team. For those orders, the Member will work directly with the Heil Regional Manager for the territory who will handle the entire order process. The it webske ll m) can be accessed 24 hours per day, seven days per week. The site offers an interactive listing of authorized Heil dealers Members can use to find their local NJPA dealer/representative,who they will call directly to answer questions or to place an order. The Heil representative responsible for the territory of a NJPA member will work directly with the to iderift the member's equipment needs, Once all equipment requirements have been determined, the representative will accept a PO directly from the NJPA member, complete all necessary paperwork, and place the customer's order with Heil. 4) Do you accept the P-card procurement and payment process? Yes, we accept various methods of payment; & P-Car d(a 2%fee is accessed on P-Card transactions paying invoices 10 days beyond the invoice date) 0 Credit cards including Visa,MasterCard,and American Express(a 2%fee is accessed on credit card transections paying invoices 10 days beyond the invoice date) As well as the following the payment process: * Checks * Automated Clearing House-ACH Page 29 of 3.5 C 2014 Hell Environmental Page 828 of 1197 t-180 PrOPM1 ReWse to NJPA RFP#112014 Wire transfer Cash in advance Letters of credit Cash on delivery &-Mull 5) Describe,in detail,your Manufacture Warranty Program including conditions and requirements to quafify, claims procedure,and overall structure. A complete warranty structure including all warrantable conditions, claim submission procedures, and general process outlines are contained within the Warranty Policies and Procedures for each brand Within the Heil portfolio. Copies of each Warranty Policy are included with this proposal in Appendix L 6) Do all warranties cover aH products/equipment parts and labor? Standard warranty policy coverage for Heil does cover material and labor for a finite period ol' time. Extended warranty contract terms are available for our Heil for hydraulic cylinders and hydraulic component replacements.These contract terms cover materials but not labor. 7) Do warranties impose usage fimit restrictions? All standard warranty policy terms are based on 6-month/1000-hour or 12-month/2{700-hour increments, depending on the product. 8} Do warranties cover the expense of technicians travel time and mileage to perform warranty repairs? No. Mobile equipment warranty terms do not include travel time or mileage considerations. 9) Please list any other limitations or circumstances that would not be covered under your warranty. Heil does not assume any liability for warranty considerations due to any improper use, operation beyond rated equipmenticompone nt capscfty, substitution of parts that are not Heil-approved, or any alteration or repair by others in such a manner that affects the product operation or integrity. 10) Please Ust any geographic regionsate United States for which you cannot provide a certified technician to perform warranty repairs. How will NJPA Members in these regions be provided service for warranty repair? Our dealer network provides coverage for warranty repairs to all 50 states, as well as any locations throughout Canada.NJPA Members would be asked to contact their local Heil dealer representative to schedule warranty ors i work. 1 i I I111il ",.' "DI -duct/Ser *G---a I —n9,%A'lId2div= 11) Provide a general narrative description of the equipment/products and related services you are offering in your proposal. it offers the industry's broadest product line, with a mobile refuse Collection vehicle for every application-,residential, commercial and industrial. As a result, Heil can serve customers with a variety of needs,from the smallest municipality or independent operation to the largest national refuse hauling company. All Heil products are engineered to be the most productive, efficient and durable equipment. Our product offering specifically include- Paga 30 of 35 0 2014 it Er"'"99 829 of 1197 Heil ProposafRaspmw 0 NJPA RFP#972014 Equipment Refuse collection vehicles o Front loaders.Generally service commercial and industrial businesses using large waste containers with lids called clumpsters.Applications are: -Commercial routes with large bins for pick up(dumpster) -Residential routes with optional attachments -Sin le- rson operation -Low maintenance cost o Rear loaders. Have an opening at the rear called a hopper where a waste collector can throw waste bags or empty the contents of bins.Applications are: Can be used for both residential and commercial routes Require 2 to 3 men to work on the route Low maintenance cost Very densely populated areas(large cities) Areas where labor costs are low(export applications) Bulk pick-up o Side loaders. Are loaded from the side with the assistance of an automated lift. Lift-equipped trucks are ;7e-ferredto as automated side loaders.The refuse is then compacted towards the rear of the truck.An Automated Side Loader only needs one operator where as a traditional rear load garbage truck may require two or three people. Side Loaders can therefore be automated or manual. Applications are for Automated Side Loaders: -Any type of residential pick up with bins designed to be picked up by an ASL -Allows the fastest route operation -Single-person operation -Highest maintenance cost Applications are for Manual Side Loaders. Residential pick up Allows for mixed routes which contain both household refuse as well as bulk materials Can pick up bins with lifting device or manually load into hopper. Typically 1 to 2 people per unit Are specially designed to allow the collector to isolate different refuse stream.during route. The refuse streams are stored inseparate compartments within the unit to protect the integrity of each refuse stream. The types of units vary from Rear loader models to fully automated models to hybrid models. The common point with all of the models is the separate storage compartments for different refuse stro-ams, o Ready Trucks: Offer the possibility to order a refuse collection vehicle with a chassis that is well-matched for the specific body and collection application. o Boll-Off_Vehicles.Offer a unique solution for commercial waste haulers operating roll-off equipment. o Alternative Fu Vehicles.CNG-fueled unit that deliver the same productivity as diesel units.Our customers are not only saving money but also using clean, domestic and compressed natural as as fuel, Services Training and Demo programs Leasing programs Rental programs Page 31 of 35 012014 HeA Enntal Page 830 of 1197 Heil PrAwsal Respmw to AUPA RFP#112014 Material Recovery Facility system design and installation Warrantyservice Product delivery inspections * Equipment installation * Extended service agreements * Local dealer support * Site surveys * Onsite waste and recycling audits * Preventive maintenance programs System integration Chassis consignment program 12) Provide a general narrative description of your pricing model identifying how the model works(line item and/or published catalog percentage discount) Heil maintains individual MSRP Price Lists for each of our equipment product offerings and would use a "Percentage Discount from Catalog" model forpricing our products under this contract. For the 12,000 plus avallable parts offered, the pricing Is also a"Percentage Discount"model. We have included copies of our MS RP equipment(See Appendix J)and parts pricing(See Appendix K). 13) Please quantify the discount range presented in this response pricing as a percentage discount from MSRP/published list. If awarded a contract, we would offer NJPA Members a discount of 4% off MSRP for all products and services, with the exception of chassis. Heil offers over 200 consigned chassis specs as a pass through Without a price markup. See Append Ix H for Chassis Specs and Pricing. 14) Provide an overall proposed statement of method of pricing for individual Hue items, percentage discount off published product/equipment catalogs a category pricing percentage discount with regard to all equipment/products and related services and being proposed.Provide a SKU number for each item being proposed. We would offer NJPA Members a discount of 4% off MSRP for all products and services, with the exception of chassis. Because of the multiple configurations and options available for our products, we typically do not use SKU numbers as part of our ordering process for Heil products. We have included copies of our MSRP price books by brand in Appendix J for Refuse Bodies and Appendix K for Parts Central of this Proposal. 15) Propose a strategy,process,and specific method of facilitating"Sourced EquipmeuttProducts and/or related Services"(AKA,"Open Market"items or"Non- Standard Options"). Heil will use our standardized —Custom order process to address requests for goods and/or equipment/products and services wfthln the scope of RFP#112014 that are not included in our product catalog(aka our Goods). Please sea Appendix 0 of this Proposal for a sample of a Custom Order Form for our it brand, 16) Describe your NJPA customer volume rebate programs,as applicable. Heil does not offer volume rebate programs. Page 32 of 35 02014 Hall Eil PffdtV831 of 1197 Heil Pmposal Respmse to NJPA RFP#112014 17)Identify any Total Cost of Acquisition(as defined herein)cost(s)which is Noljncluded "Pricing"submitted with your proposal response.Identify to whom these charges are payable to and their relationship to Proposer. Total Cost of Acquisition costs are included in the pricing we have submitted with this Proposal 18) If freight,delivery ors i is an additional cost tote NJPA member,describe in detail the complete shipping and delivery program. Due to varying customer locations and shipping preferences,freight is an additional cost not included in the price guide submitted in Appendix J. Freight/delivery is included in the final pricing for every NJPA order, The current per mile cost for Heil arranged shipping is detailed in the "Heil Freight Rates" attachment submitted in Appendix R. For destinations not failing within the continental United States, the units will be delivered to the port of exit via a Heil or customer arranged delivery service and shipped via barge or ocean going vessel tothe destination. 19) As an important part of the evaluation of your offer,indicate the level of pricing you are offering.Prices offered in this proposal are: -a.Pricing is the same as typically offered to an individual municipality, Higher Ed or school district. Pricing is the same as typically offered to GPCis,cooperative procurement organizations or state purchasing departments. c.Better than typically offered to GPOs,cooperative procurement organizations or state purchasing departments. ,,,.-d.Other,please describe. 20)Do you offer quantity or volume discounts? >< YES NO Outline guidelines and program. Hall would handle requests for volume discounts on a case-by-case basis in accordance with state and local guidelines.Chassis purchases will also be subject to volume discounts based on the number of units needed and available,as well as market conditions at the time af purchase. 21)Describe in detail your proposed exchange and return program(s)and policy(s). We do not accept returns on Heil refuse collection vehicles and roll-off hoists. Parts Central charges a 20%restocking fee for returned items. 22) Specifically identify those shipping and delivery and exchange and returns programs as they relate to Alaska and Hawaii and any related off shore delivery of contracted products/equipment and related services Shipments to Member Agencies in Alaska and Hawaii would be handled by our Heil Export Sales Team who Is well-versed in economically coordinating these types of shipments. Shipping requirements vary by type of pro dua product dimensions,and weight. For example,a refuse collection vehide can be driven to the port of export, then shipped via container to its port of destination, and then driven to the local dealer who of perform the necessary inspections and facilitate delivery to the customer, For all product orders shipping to Alaska or Hawaii, all costs for shipping would be calculated and quoted to the customer at time of order. Returns are treated the same for Hawaii and Alaska as for the other 48 states. 23) Please describe any self-audit process/program you plan to employ to verify compliance with your anticipated contract with NJ.PA.Please be as specific as possible. Heil's self-audit process for all NJPA transactions will in as soon as an order is submitted. Orders Page 33 of 35 0 2014 HeR EpAirmenial Page 832 of 1197 Heil PmponlReVmse to NJPA RFP 112014 will be reviewed immediately by multiple departments to ensure all necessary documents are submitted, and complete. Prior to submitting quarterly fees to NJPA, the final invoice to each NJPA member will be reviewed to make certain the NJPA fee amount is in alignment with the final invoice to the NJPA member. In addition to Heil's Customer Care team retaining all documents submitted With the original order, Hall will retain a copy of the final customer invoice, other applicable documents and reports. 10111111 A- 24) Do you hold anyindustry specific certifications such as ISO? Yes,we do. Our production site in Fort Payne, Alabama is ISO-9001:2008 certified. 25) Are any of your facilities LEED certified? The office building at our Fort Payne,Alabama production facility is LEED certified to a Bronze level. 26)Are you a single source provider of equipment,parts,and service? Heil in combination with its broad authorized dealer network is a single source provider of mobile RCV's, parts and service. 27) What is your US market share for the solutions you are proposing in this response? Although it is the leader in the US,we do not publish market share numbers. 28) What is your Canadian marets are for the solutions you are proposing in this response? Heil does not publish market shares. 29) Is your warranty program handled dlrect,or does it require a pass through to another manufacturer? Warranty claims for it products are handled directly though the Heil Dealer network, 30) For how many years have the models you are proposing in this response been available in the marketplace? Heil has been manufacturing mobile refuse equipment for 100 years. The first welded, horse drawn Manual Side Loading RCV was built for the City of Milwaukee WI in 1914. it Manual and Automated Side Loaders, Front Loaders, Automated Front Loaders, Rear Loaders and Roll-Off Hoists are the most advanced available in the industry today. All RCV's presented In this bid response are engineered and manufactured with unmatched cutling-edge technology, and offer best-in ass operational and service friendly ergonomic designs with optimal Total Cost of Ownership (TCO). The chart Wow shows the length of time the Heil Mobile RCat's offered to NJPArne mbers have been in the marketplace. Please see following Chart. Page 34 of 35 0 2014 Hell EnvMg'833 of 1197 Half Proposal Response to NJPA RFP 9112014 2014-2015 Heil RCVs looms= HalflPack• PowerTrak°Commercial Dura Packo 4060 Spl it-Body Sin , Since Since! 2004 2000 PowerTraku Commercial Plus adf/PackeFreedom t Since Since 2008 on—mom, OdysseyHP DuraPack°Pvthun° Retriever SatelliteTm Since M 110 Since �� t� Since 2005 � � , 2W3 r' 1995 Odyssey HPF U berWm 2 � 008 1� 2003 MultlPack Km(ikUft STnGe Since 2W4 20117 PT1000"" Rapid Rail" LOWLEft A ' Since Sin s, ince 1�: 5 2 1974 2009 Im 5040 Sta rre Systern Duauft inceti- �a,l ' Sin Since - 31) What is your parts order fill rte'? % 3 e you provide preventative maintenanceprograms for the solutions you are proposing i this response? The servicing eil dealer will work with the NJPAmember as requested o customize a Preventative Maintenance program tailored to fit the member's specific needs. Pricing is determineds related t each customer's individual requirements. } Do you providealternative l solutions In i t Heil offers, oomplete turnkey alternative fuel system solutions for all products offered in this bid response. We offer in-house installation with the ability to refuel via an on-site alternative fuel fillip station, The differingIt n tiv fuel configurations offered include res natural gas (CNG) an hydraulic hybri s, 4-x,- Page 35 of 35 @ 2014Heti Enviromwiental Page 834 of 1197 Neil Proposal Re se to NJPA RFP#112014 Contract Award RFP 112014 Earmal Offering ofPrr► Deal MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES, AND SERVICES In compliance with the Request for Proposal(RFP)for MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES the undersigned warrants that Uwe have examined this RFP and,being familiar with all of the instructions,terms and conditions,general specifications,expectations,technical specifications,service expectations and any special terms, do hereby propose, fully commit and agree to tarnish the defined equipment/products and related services in full compliance with all terms,conditions of this RFP,any applicable amendments of this RFP,and all Proposer's Response documentation. Proposer farther understands they accept the full responsibility as the sole source of responsibility of the proposed response herein and that the performance of any sub- contractors employed by the Proposer in fulfillment of this proposal is the sole responsibility of the Proposer. Company Name: The Heil Co. Date: 1 111 91201 4 Company Address: 2030 Hamilton Place Blvd, Suite 200 City: Chattanooga,TN 37421 Contact Person: Larry Angel Authorized Signature(ink only): (Name printed or typed) Page 22 of 35 @ 2014 W1 Environmental Page 835 of 1197 MPA Contract Acceptance and Aw" (To be completed only by NJPA) NJPA1120149 EQUIPMENT,ACCESSORM, AND SERVICn The ell '—Ii6poserls Your sal ` ep awarded. awarded Proposer, you am now bound to prohde the defined product/eqLupmentand services contained in your proposal offering acmding to all torras,conditions,and pricingset forth in fts RFP,any ainwdinents t®this RFP,your Respouft,and any exceptions accepted or rejected by NIPA on Fom C. The effective start date of the Contract will ber ,2 a for#o y fromt o a is t s e considersto ffy o t ediscretion of NJPA. National Joint Powers Alliance* signature. , NIPA ,u• Director or Awarded this AL*—day 2f Contract r ) 1 WPAAuthorizedsignature: e r _® (Nameer printed R=uted this A&day of D , - lq_ NJPA Contracti j Proposer heaompts contracta including all amepted exceptionsclarifications iden4ified on FORM C. Vendor Name Vendor Authorized signamr. kd�AMA isle. printed' or . 640 ^ qA Executed is ,20 / NJPA Contract Number 41 Page 836 of 1197 DomSign Envelope ID:C530MU-118F116Dl3-8FFD-2935123EF882 Letter of Agreement To Wend the Contract Between The I Co. 2030 Hamilton r Chattanooga,TN 37421-6040 And Sourcewell, Formerly National ; r Alliance 202 120 Street Staples, IVIN 56479 Phone:(218)894-1930 The Vendor ad Source ell have entered into an Agreement(Contract#112014-THC)fort e procurement of Mobile Refuse Collection e icl s with Related Equipment,'Accessories an Services.This Agreement has ars expiration date of December 16, 2018, but the parties may extend the Agreement for one additional year by mutual consent. The parties acknowledge that extending the Agreement for another year benefits the Vendor, So rce ell and Source ell's members.The Vendor and Sourcewell therefore agree to extend the Agreement listed above for a fifth year.This existing Agreement will terminate on December 15,2019. All other terms and conditions o the Agreement remain In force. rl I IJi Ili c ( J . 7r�f Its: Director of o r i % l�r�eorerne�;t Name printed or typed: jergmy_ / j 4 PM CDT Date -. The Heil Co. - P �. By -_ -. — Its: r Name printed or typed: A a Date Z 0 �. Page 837 of 1197 National Joint Powers Alliance :: -Mobile RefusePage 1 of J q Home>[Nati6nal Caoperadve YCos uecL Solutions>Eaco no a Vendor>Current&Pending Solicitations -Mobile Refuse I' National Cooperative - Mobile Reffise C qContract Solutions The National Joint Powers#lliancedid(NJPA),can behalf of NJPA and Its current and potential Member agencies which Includes all governmental,higher education,K-12 education,noti-for-pluffit,dtbal government,and all other public agencies located in all Nair states,Canada,and internationally,issues#his Request For Proposal{RFP}to {, reach in a national contract solution for the procurement of#i 12014 MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES.Details of this RFP are available II beginning OCTOBER 2,2014.Details may be obtained by tetter of request to Jonathan Yahn,NJPA,202 12th Straist Northeast,P,O,Box 219,Staples,MIN 56479,or by e-mail at RFP@njpacoop.org.Proposals poll be reversed until NOVEMBER 19,2014 at 4:30 p.m.Central Tlrne at the above address and opened NOVEMBER t 206,2034 at 5:00 a.m.Cenbai'fime a t a: Pre-Proposal Conference:November 10,2O14 at 10,00 am CT Seated proposals due:November 14,2014 at 4:30 pen CT Proposals will be publicly opened.November 20,2014 at 8,00 am CT NJPA reserves the night to reject any and all proposals. To Obtain WE documents do one of the fotlry rug: 1. mail Pff,riJ wG a Jt t 2. Send a tetter of request to National Joint Powers Alliance: Bids and Contracts Department 2062 12th Street NE,Staples,MN 56479 or by a-mall at BEPt nirracoo2&M 3. Complete the REP Document Request Form below. F Document Request Form: 'Is a required field Vendor Marne Vendor Address Vendor City Vendor State Vendor Zip Code Contact Name Contact Email Vender Phone:Number' ..., _ ......... &ubmr$ ttp:/l .njpacoop,or ! atio l- oo r� ive-contr ct-sol ti sfb c� -vno lc t- me. P of 1197 National Joint Powers Alliance .-: - Mobile Refuse Page 2 of 3 +,'endor&Product FA, -------------_----_-_-____- isducok lo�!.tun icWton -------------------------- Facilitv&1"MO ---------------------------- OW 1en;Cpt,&"quipmenl ---------------- ------------- Food&Focd Ser,ke&,juiprnen4 .................. -------------- H&4thoary A Phrrmiwy-1olutions ----------- Hpa�w&Utll�ly RqOppmenx —,----------I--,,-,------------ Logi-Oc 4.r,jmr/Mafl Erg ipirKni ----...-...... ------------ Office A.CIOS,rmm Fk�hqjons&- Fqmpmew ---------------------------- 'redmology ter.ConumuJW"Hon ,;,Aufiorv� -----------I-------------- 713",msjwmmt34n ............... ---------------- ezjQC Con5it1wrl I� .......I----------------- -------- join NJI'A .............—----------------- Become a Vendrm Cc�to Know NJI'A Current&Pendinr,%hdtatiom Snow and ICU flmdfing k'quipmm',w%i ;rebitt-,d qervh3 5'Irw 5uppliff, -Indcor-Out&,or AAhlelic Surfacing wfth related equipmwmx prW-uas,:,ippks, installiflon and -Fadiffien Maintenance,Repair and C)perafig q,Sv Op k"s -hnO Lxnional and Leadership Trzm3 ng related to -I'mid Tlmvvcr�ami� VitAdbution end related plodudsAnd wrvxvs� Technnq'K,��,'&141110,15 hi?h related eouipment and lcx��mnie, E,ent with kplited Amvmwje� -Mobile Refuse "pel"Verce [.Inter to purdiale http://www.njpacoop.org/national-cooperative-contract-solutions/become-vendor/current-p...P4&MB of 1197 National Joint Powers/W|ianue :: - Mobile Refuse Page 3of3 ------------ Legal __Legal Authuriw --------'-''---'' FAQs ----------------....... — Affiliations apelae~mNp° - ------'----'— Trim --------'---- Cooperative Health '-'---------'-- mational Cooperadve Lea6ing -------------' of 1197 Notice To id era Page 1 of 4 t{{0iS'V14t1S S77t i C t c i i11t)� •"f ltltt "is r �l �{ Yui{ N 1541 r f ! r 1c 3t t3ilfhS)5 SS 11 I-if Welcome to NotieeTaBidders.com website.Please send all questions or comments to Jonathan fain at 218-895-41441i or jonathan.yahn(rr�jpacoopi MOBILE REFUSE COLLEC.nON VEHICLES WITH RELATED EQUIPMFNT,ACCESSORIES,AND SERVICES The National Joint Powers Alliance@(NJPA),on behalf of NJPA and its current and potential Member agencies which includes all governmental,higher education,K-12 education,not for-profit,tribal government,and all other public agencies located in all fifty states,Canada,and internationally,issues this Request For Proposal P)to result in a national contract solution for the procurement of#112014 MOBILE REFUSE COLLECTION VEFUCLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES.Retails of this REP are available beginning OCTOBER 2,2014.Details may be obtained by letter of request to Jonathan Yahn,NJPA,202 12th Street Northeast,P.O.Box 219,Staples,MN 56479, of by e-mail at @njpacoop.org,Proposals will be received until NOVEMBER 19,2014 at 4:30 p.tn.Central Time a at the above address and opened NOVEMBER 20,2014 at 8:00 a.m.Central"rime, � _............. .._.......... .....__._........... i-State of Ohio The National Joint Powers Alhai(NIPA)issues this Invitation To Bid(ITB)on behalf of,and to provide Iudefutite Quantity Construction Contracting Ili services to all current and potential NJPA Members including all government agencies,education agencies to include colleges and universities,and non profit agencies in the State of0i It is the intention o£NJPA to award contracts for light construction services and minor repairs to in each of these Zones.Each contract has an initial terns of one(1)year and bilateral option provisions for two(2)additional farms.The estimated annual value varies by contract.The total teats of the contract cannot exceed three(3)years. IQCC is a construction contracting procurement system that provides facility owners'access to competitively bid"on®call"general contractors to provide immediate construction services over an extended period of time. Intending bidders are requested to attend a pre-bid seminar which shall be conducted for the purpose ofdiscussing the IQCC procurement system,the contract documents, and bid fsms.Attendance at the Pre-bid sammar is htuhl rr ans, pet`formling®nde_r_this 4 ontraet. 10114/2014 1:30 YM£T Oldo Department of Transportation Central Office, 1980 W.Broad St.(U.S.40)Columbus,Off 43223 An electronic(CD)copy of the ITB Documents which include the instructions for submitting a bid and the bid documents may be obtained by letter of request to Matthew Peterson, NJPA,20212th Street NE Staples,MN 56479,or by visiting our website at,t t s, .w 4,t ,u.select desired bid documents from drop down list and complete the requested information.All requests must include;mailing address,email address,tontaet name,phone number.Bids are due by 4:30 p a CT on October 26,2614 and will be opened at 9:00 am CT on October 29,2014.ITB Documents will be available atntfl October 24,2014. ....., VENTSEAI'INA LA I)ACCE55C1 ES The National Joint Powers Allianc (NJPA),on behalf of NJPA and its current and potential Member agencies to include all Government,Higher Education,K 12 Education,Non-Profit,Tribal Government,and all other Public Agencies located nationally in all fifty states,Canada,and internationally,issues this Request For Proposal )to result in a national contract solution for the procurement of#100914 EVENT SEATING AND RELATED ACCESSORIES L Details of this RFP are available beginning AUGUST 29,2014 and continuing until OCTOBER 1,2014.Details may be obtained by letter of request to Maureen Knight,Ni 202 12th Street Northeast,PO.Box 219,Staples,MN 56479,or by e-mail at RFP@qjpacoop.oi Proposals will be received until OCTOBER 8,2014at 4:30 p.m.Central Time at the above address and opened OCTOBER 9,2014 at 8:00 A,M.Central Time. TECHNOLOGY LUTIONS WITH RELATED EQUIPMENT AND ACCESSORIES The National Joint Powers Alliatai(N.PA),on behalf of NJPA and its current and potential Member agencies to include all Government,Higher Education,K12 Education,Non Profit,Tribal Government,and all other Public Agencies located nationally in all fifty states,Canada,and internationally,issues this Request For Proposal p)to result in a national contract solution for the procurement of 9100614 tECHNOLOGY SOLUTIONS WITH RELATED EQUIPMENT AND ACCESSORIES.Details of this RFP are available beginning AUGUST 25,2014 and continuing until SEPTEAMER 29, 2014.Details may be obtained by letter of request to Maureen Ytinight,NJPA,202 12th Street Northeast,P.O.Box 219, Staples,MN 56479,or by ail at °P(lnjpacoop.org.Proposals will be received until OCTOBER 6,2014 at 4:30 p.m. Central Time at the above address and opened OCTOBER 7,2014 at 8:40 A.M.Central Time. OPIidI 9t" Y d flAIS t7 rd® _ A EDj t AL ,qbA-.. .�:0 ]V!Y The National Joint Powers Alliances(NJPA)'issues this Invitation For Bid(JFB)on bebab of,and to provide Irilefinite Quantity Construction Contracting(IQCC)services to all current and potential NJPA Members including all government agencies,education agencies to include colleges and ttaivarsities,and non-profit agencies un the Fresno County area in the State of California.It is the intention of NJPA to award multiple contracts for general coosnucturn services in the area. Each contract bas an estimated annual value of$2,000,000 and the maximum term of the contract is four years- hap://www.notiectobidders.com/ PugWM of 1197 Notice To Bidders Page 2 of 4 IQCC is a construction contracting procurement system that provides facility owners'access to competitively bid'on-call"general contractors to provide immediate construction services over an extended period oflime. Intending bidders are required to attend the pre-bid seminar for the purpose of discussing the IQCC procurement system,the contract documents,and bid forms, The mandatory pre-bid seminar will be held as follows; 09027/14 1:00 pmt. City of Fi usno-Airport Administration Office Conference Room,4995 E.Clinton Way,Fresno,CA 93727 Intending bidders can pre-register for the pre-bid seminar by visiting our website at on, > r in E­� J-_ L An clectrenic(CD)copy of the IFB Documents which include the instructions for submitting a bid and the bid documents may be obtained by least offeeluest to Matthew Peterson, NJPA,202 12th Street NE,Staples,MN 56479,or by visiting our website at selecting the desired bid documents from the drop down list and completing the requested information.AD requests must include;mailing address,email address,contact name,phone number.Bids are due by 4:30 put CT on September 9,2014 and will be opened ia:910 am on September 10,2014.IFB Documents will be available until September 5,2014. 1—-— -------- --- --- —------------------------------------ HNIA-KERN CQUNTY The National Joint Powers AflianceW(NJPA)issues this Invitation For Bid(IFB)on behalf of and to provide Indefinite Quantity Construction Connecting(IQCC)services to all current and potential NJPA Members including all government agencies,education agencies to include colleges and universities,and non-profit agencies in the Kern County area in the State ofCalifurnia.It is the intention of NJPA to award multiple contracts for general construction services in the area. Each contract has an estimated annual value of$2,000,000 and the maximum to=of the contract is four years. IQCC is a construction contracting procurement system that provides facility Owners,access to competitively bid"on-call"general contractors to provide immediate construction services over an extended period oftime. Intending bidders are required to attend the pre-bid seminar for the purpose of discussing the IQCC procurement system,the contract documents,and bid forms. The mandatory pre-bid seminar will be held as follows., 08/26/14 10:041 am, Double Tree Hotel,Sierra Room,3160 Camino Del Rio CDM Bakersfield,CA 93309 Intending bidders can pre-register for the pro-bid seminar by visiting our websito ,2�q;g'^,, U ,Zf-- An electronic(CD)ropy of the IFB Documents which include ft instructioss.for submitting a bid and the bid documents maybe obtained by letter ofmilaust to Matthew Peterson, NIPA,202 12th Street NE,Staples MN 56479,or by visiting our website mv. . . the.... a ants train drop down 5-j,4ag, �selecting the desired bid do an list and completing the requested information.All requests must include;mailing address,email address,contact name,phone number.Bids we due by 4:10 pin CT on September 9,2014 and will be opened at 9:00 am on September 10,20I4.IFB Documents will be available until September 5,2014. . ... .........-STATS ---------------- 4AMU RARIARASIMM The National Joint Powers Alliance(P(NJPA)issues this Invitation For Bid(IFB)on behalf of,and to provide Indefirite Quantity Construction Contracting(IQCC)scivives to all current and potential NIPA Members including all government agencies,education agencies to include colleges and universities,and non-profit agencies in the Santa Barbara County area in the State of California.it is the intention of NIPA to award multiple contracts for general,roofing,painting,floating and paving construction services in die area. Each contract has an estimated annual value between$500,000 and$1,000,000 and the maximum twin afthe contract is four years. IQCC is a construction contracting procurement system that provides facility owners'Recess to competitively bid"on-call"general contractors to provide immediate construction services over an extended period of time. Intending bidders are required to attend the pre-bid seminar for the purpose of discussing the IQCC procurement system,the contract documents,and bid forms. The mandatory pre-bid seminar will be held as follows: 08/26114 3:00 it m. Santa Barbara County Board of Supervisors Conference Room,Administration Deriding,41h Flom,105 E.Anaparmi St.,Santa Barbara,CA 93 101 Intending bidders can pre-register for the pre-bid seminar by visiting our website at w,,�,, An electronic(CD)copy of the IFB Documents which include the instructions for submitting a bid and the bid doonmentsmay be obtained by letter ufrequest ur Matthew PCIM014 NJPA,202 12th Street NF,Staples,MN 56479,or by visiting our website gua:wyjn­ :n, ,selecting the desired bid documents from the drop down r j,,jg,, sela g cars list and completing the requested infinDeritiOn.All requests anus[include;mailing address,email address,contact name,phone number.Bids are due by 4:30 pin CT on September 9,2014 and will be opened at 9:00 am on September 10,2014.IFB Documents will be available until September 5,2014. lotl rte a a t ity Construction Contracting(IQCC)-State of Tennessee. The National Joint Powers AllianvoW(NJPA)issues this Invitation For Bid(IFB)on behalf of,and to provide Indefinite Quantity Construction Contracting(IQCC)services to all current and potential NJPA Members including all gavvtitan unagencies,education agencies to include colleges and universities,and non-profit agencies in die metropolitan Nashville area in the State ofTemessce.It is the intention ofNJPA to award multiple contracts for general and mechanical constrinfirm services in the area, Each caariract has an es' aced annual value of$1,000,000 to S2,(W,000 and the maximum term of the contract is four years. IQCC is a construction contracting procurement system that provides facility ownerg'arcess to competitively bid"on-call"general contractors to provide immediate construction services over an extended period of time. Intending bidders are required to attend the pre-bid seminar for the purpose of discussing the IQCC procurement system,the contract documents,and bid farms. The mandatory pre-bid seminar will be held as follows; 0312I/14 2:00 p.m. Metropolitan Nashville Public Schools Board Room,2601 Brainford Ave.,Nashville,'1N 37204 Intending bidders can pre-register for tire pre-bid seminar by visiting our website at ts, j4gg,__ An electronic(CD)ropy of the IFB Documents which include the instructions for submitting a bid and The hid documents may be obtained by letter of request to Matthew Peterson, NIPA,202 12th Street NE,Staples,MN 56479,or by visiting our website at lcwselecting the desired bid documents firion the drop down list and completing the requested information.All requests must include;mailing address,email address,contact name,phone number.Bids are due by 4:30 pin CT on September 9,2414 and will be opened at 9:00 am on September 10,2014.IFB Documents will be available until September 5,2014. "I---------------- ," ............ FOOD PRODUCTS AND DISTRIBUTION��IiRlKiAftb PRODUCTS AND SERWCES The National Joint Powers AllianceV(NJPA),on behalf of NJPA and its current and potential Member agencies to include all Government,Higher Education,KI 2 Education,Non-Profit,Tribal Government,and all other Public Agencies located nationally in all filly states,Canada,said internationally,issues this Request For Proposal (RFP)to remit in a national contract solution for the procurement of FOOD PRODUCTS AND DISTRIBUTION AND RFLATED PRODUCTS AND SERVICES.Details of this RFP are available beginning JULY 25,2014 and continuing until AUGUST 29,2014.Details may be obtained by letter of request to Mourven Kn'girt,NJPA,202 http://www.noticetobidders.com/ POMOqJ2 of 1197 Notice To Bidders Page 3 of 4 12th Street Northeast,P.O.Box 219,Staples,MN 56479,or by e-mail at RFP@Ajpacoop.org.Proposals will be received until SEPTEMBER 4,2614 at 430 p.m.Central Time at the above address and opened SEPTEMBER 5,2014 at 9:00 A.M.Central Time. Ld.ka 11mr-11 L&ILiLmIp-iX 2 INSTRUCTIONAL AND LEADERSHIP TRAINING DEVELOP41ENT AS RELATED TO SYSTEMS SOLUTIONS The National Joint Powers Alliance&(NJPA),on behalf of NJPA and its current and potential Member agencies to include all Government,Higher Education,K 12 Education,Nco= Profit,Tribal Government,and all other Public Agencies located notionally in oil fifty states,Canada,and internationally,issues this Request For Proposal(REP)to result in a national contract solution for the procurement of INSTRUCTIONAL AND LEADERSHIP TRAINING DEVELOPMENT AS RELATED TO SYSTEMS SOLUTIONS.Details of this RFP are available begimmit;JULY 23,2014 and continuing until AUGUST 28.2014.Details may be obtained by letter of request to Maureen Knight,NJPA,202 12th Street Northeast, P.O.Box 219,Staples,MNI 56479,or by amnail at MIT I'lliD,,,,�,,if,.,,�f--I,,.I,r g.Proposals will be received until SEPTEMBER 3.2014 at 4:30 p.m.Central Time at the above address and opened SEPTEMBER 4.2014 at 8:00 A.M.Central Time. ------------------- .----- .......- MEDICAL CL41MS AND ADMINISTRATIVE SERVICES,SPECIFIC AND AGGREGATE STOP-LOSS COVERAGE,AND PRESCRIPTION DRUG CLAIMS ADMINISTRATION The National Joint Powers Alliance(l)(NJPA),on behalf of NJPA and its current and potential Member agencies to include all Government,Higher Education,K12 Education,Non- Profit Tribal Government,and all other Public Agencies located nationaily in all W states,Canada,and internationally,issues this Request For Proposal(RFP)to result in a national contract sammat for the procurement ofMEDICAL CLAIMS AND ADMINISTRATIVE SERVICES,SPECIFICAND AGGREGATE STOP-LOSS COVERAGE,ANT) PRESCRIPTION DRUG CLAIMS ADMINISTRATION.Details of this RFP are available beginning JULY 18,2014 and continuing until AUGUST 1,2014.Details may be obtained by letter of request to David Jessup,NJPA,202 12th Street NonheasL P.O,Box 219,Staples,MN 56479,or by e-mail at g.Proposals will be received until AUGUST 9,2014al 12:00 p.m.Central Time at the above address and opened AUGUST 8,2014 at 12:01 P.M.Central Time, NP 3 FAci "A ND_OPE RA'nNG SUPPLIES TheThe National Joint Powers Alliance*(NJPA),on behalf ofNJPA and its current and potential Member agencies to include all Government,Higher Education,KIZ Education,Non- Profit,Tribal Government,and all order Public Agencies located nationally in all fifty states,Canada,and internationally,issues this Request For Proposal(RFP)to result in a national Contract 90111tiOR for the procurement of FACILITIES MAINTENANCE,REPAIR AND OPERATING SUPPLIES.Detads ofthis RFP are available beginning JULY 10,2014 and continuing until SEPTEMBER 4,2014.Details may be obtained by letter of request to Maureen Knight,NJPA,202 12th Street Northeast,P.O.Box 219,Staples,MN 56479,or by e-mail atgg�Proposals will be received until SEPTEMBER 12,2014 at 4�30 p m Central Time at the above address and opened SEPTEMBER 15,2014 at 8:00 A.M.Central Time ------------ INDOOR-OUTDOOR ATHLETIC SURFACING WITH RELATED EQUIPMENT PRODUCTS,SUPPLIES,INSTALLATION AND SERVICES The National John Powers Alliance*(NJPA),on behalf of NJPA and its current and potential Member agencies to include,all Government,Higher Education,K12 Education,Non- Profit,Tribal Government,and all other Public Agencies located nationally in all fifty stat",Canada,and internationally,issues this Request For Proposal(RFP)to result in a national contract solution for the procurement of FNDOOR-OUTDOOR ATHLETIC SURFACING WITH RELATED EQUIPMENT PRODUCTS,SUPPLIES,INSTALLATION AND SERVICES,Details of this REP are available beginning JULY 7,2014 and continuing until AUGUST 13,2014.Details may be obtained by knee ofrequest to Maureen Knight, NJPA,202 12th Street Northeast,P.O.Box 219,Staples,MN 56474,or by e-mail at RFP@njpacoop.org.Proposals will be received until AUGUST 21,2014 at 4:30 P.m Central Time at the above address and opened AUGUST 22,2014 at 8:00 A.M.Central Time. ............. DURABLE MEDICAL GOODS,FIRST AID AND SAFETY RELATED SUPPLIES,EQUIPMENTAND SERVICES The National Joint Powers Alliance 0b NT PA),on behalf of NJPA and its current and potential Member agencies to include all Government,Higher Education,KIZ Education,Non- Profit,Tribal Gov eat,and all other Public Agencies located nationally in all fifty states,Canada,and interriationally,issues this Request For Proposal(RFP)to result in a national contract solution for the procurement of DURABLE MEDICAL GOODS,FIRST AID AND SAFETY RELATED SUPPLIES,EQUIPMENT AND SERVICES.Details of this RFP are available beginning JUNE 20,2014 and continuing until JULY 31,2014. Details may be obtained by letter of request to Maureen Knight,NJPA,202 12th Street Northeast,P.O. Box 219,Staples,MN 56479,or by e-mail at Proposals will be received until AUGUST 6,2014 at 4:30 pm.Central Standard Time at the above address and opened AUGUST 7,2014 at 8:00 A.M.Central Standard Time. 'd, k "I'd -nounv ------ ex-idu§iai;of 6-h-i-0 The National Joint Powers Alliance*(NJPA)issues this Invitation To Bid(IT13)on behalf of,and to provide Indefinite Quantity Construction Contracting(IQCC)services to all current and potential NJPA Members including all government agencies,education agencies to include colleges and universities,and non-profit agencies in the State of Ohio It is the intention of NJPA to award commas for light construction services and minor repairs to Minority Business Enterprise(MBE)Set Aside firms in each of these Zones.Each contract has an initial term of one(1)year and bilateral option provisions for two(2)additional terms.The estimated annual value varies by contract.The total term of the contact cannot exceed three(3)years. IQCC is a construction contracting procurement system that provides facility owners'access to competitively bid"on-eall"general contractors to provide immediate construction services over an extended period of time. Intending bidders are requested to attend a pre-bid seminar which shall be conducted for the purpose of discussing the I procurement system,the Contract discurintrits, and bid forms.Attendance at the Pre-bid seminar is hiP iv recommended and I AJIBIL19,Bitand.and understand h a of this Bid will-at excuse A Cosr­ from - Performing ruder this Contrast. 0711112014 1:30 PM Ohio Department of Transportation Central Office, 19110 W.Broad St.(U.S.40)Columbus,OH 41223 An electronic(CD)copy of the rTB Documents which include the instructions for submitting a bid and the bid documents may be obtained by letter of request to Matthew Peterson, NJPA,202 12th Street NE,Staples,MN 56479,or by visiting our website at Ewiv select desired bid documents from drop down list and complete the requested information.All requests must include;mailing address,email address,contact name,phone number.Bids are due by 4:30 pm CT on July 29,2014 and will be opened at 9:00 am on July 30,2014.ITB Documents will be available until July 28,2014. I'll,­­., -­__................. ............... SNOW AND iQ­U_1PMENT WITH-RELATED ACCE-S-S-0-RIES,SERVICES,AND SUPPLIES The Nations]Joint Powers AllianceS(NJPA),an behalf of NJPA and its cancer and potential Member agencies to include all Government,Higher Education,K12 Education,Non- Profit,Tribal Goverament,and all other Public Agencies located nationally in all fifty states,Canada,and internationally,issues this Request For Proposal(REP)to result in a national contract solution for the procurement of SNOW AND ICE HANDLING EQUIPMENT WITH RELATED ACCESSORIES,SERVICES,AND SUPPLIES.Details oftbis RFP we available beginning June 3,2014 and continuing until July 24,2014. Details may be obtained by letter of request to Maureen KmgK NJPA,202 12th Street Northeast,P.O.Box 219, Staples,MN 56479, an 2014tog:00A.M.Cen"IStambirdi a. Proposals will be received until July 31,2014 at 4:10 pm Central St dard Time attlic shave address and opened Aagust 1, A499RAMI Lduorn, ! Addariduu.E"­"4 ArRiondum.J., au http://www.noticetobidders.com/ F`604/8040f 1197 Notice To Bidders Page 4 of 4 http://www.noticetobidders.com/ P����4� of 1197 Public Purchase: Bid RFP 4112014 - MOBILE REFUSE COLLECTION VEHICLES WI... Page I of 2 [Go Back To Agency View] [Bid Board] Purd ................ ....... ........... ---------- Chat Help Logout Home Search Browse My Stuff Tools Bid RFP #112014 — MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT, 'P. A ACCESSORIES, AND SERVICES IN-4tional Joint Power,Allizime Bid Type RFP Bid Number 112014 Questions 0 Questions Title MOBILE REFUSE [View/Ask COLLECTION VEHICLES Questions] WITH RELATED EQUIPMENT, ACCESSORIES,AND SERVICES Start Date Nov 5, 2014 10:13:21 AN CST End Date Nov 19, 2014 12,00:00 AM CST Agency NJPA Bid Contact Ginger Line (218) 894-5483 iQ,4 ginger.line@njpacoop.org 202 12th Street NE P.O. Box 219 Staples, MN 56479-0219 Description The National Joint Powers Alliance@ (NJPA), on behalf of NJPA and its current and potential Member agencies which includes all governmental, higher education, K-12 education, not-for-profit, tribal government, and all other public agencies located in all fifty states, Canada, and internationally, issues this Request For Proposal (RFP) to result in a national contract solution for the procurement of#112014 MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES, AND SERVICES. Details of this RFP are available beginning OCTOBER 2, 2014. Details may be obtained by letter of request to Jonathan Yahn, NJPA, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479, or by e-mail at RFP@njpacoop.org. Proposals will be received until NOVEMBER 19, 2014 at 4:30 p.m. Central Time at http://www.publiepurchase.com/gemsibid/bidView?bidld=36891 Ptge/M of 1197 Public Purchase: Bid RFP#112014 -MOBILE REFUSE COLLECTION VEHICLES I... Page 2 of 2 the above address and opened NOVEMBER 20, 2014 at 8:00 a.m. Central Time. Delivery Information NJRA, 2012 12th Street Northeast, P.O. Box 219, Staples, MN 56479 G Pre-Bid Conference Crate Nov 10, 2014 10:00:00 AM CST Location WEBCAST/CONFERENCE CALL Notes CONNECTION ILL BE SENT TO ALL INQUIRERS We request that you please register with the agency before viewing the bid ? documents. This process takes only a couple of minutes. [Register with this agency] P t i t Documents No Documents for this bid Customer Support: vendorsupport pLibUCpltrchase.CDM i Copyright 1:<;9-2014 Q I Th= Public Group, LLC.All rights reserved. i �.Z1711° 3l `t111 ? http://www.publiepurchase.com/gems/bid/bidView?bidld=36891 fj?pF0q$6 of 1197 STATE OF MINNESOTA StarTribune COLINT"V OF HENNEPIN 425 Portland Avenue I Minneapolis,MN 155498 Karen Greenhoe,being duly sworn,on oath says she is and during all times herein stated has been an employee of Star Tribune Media Company LLC.,a Delaware limited liability company with offices at 425 Portland Avenue,Minneapolis,Minnesota 55488,publisher and printer of the Star Tribune newspaper(the"Newspaper"),publisbed 7 days a week,and has full knowledge of the facts herein stated as follows: I Jho Newspaper meets the following qualifications: (a) 'The Newspaper is printed in the English language in newspaper fannat and in column and sheet form equivalent in printed space to at least 1,000 square inches; (b) The Newspaper is printed daily and distributed at least five days each week; (c) In at least half of its issues each year,the Newspaper has no more than 75 percent ofirs printed space comprised of advertising material and paid public notices. In all of its issues each year,the Newspaper has not less than 25 percent of its news colunuis devoted to news of local interest to the community that it purports to serve. Not more than 25 percent of the Newspaper's runt-advertising column inches in any issue duplicates any other publication; (d) 'rhe Newspaper is circulated in the local public corporation which it purports to serve, and has at least 500 copies regularly delivered to paying subscribers; (e) The Newspaper has its known office of issue established in either the county in which if lim,in whole or in part,the local public corporation which the Newspaper purports to serve,or in an adjoining courity; (f) The Newspaper files a copy of each issue immediately with the state historical society; (g) The Newspaper is nu de available at single or subscription prices to any person, corporation,partnership,or other unincorporated association requesting the Newspaper and making the applicable payment; (h) The Newspaper has cornplied with all the foregoing conditions for at least one year immediately preceding the date of the notice publication which is the subject of the Affidavit;and (i) Between September I and December 31 of each year,the Newspaper publishes and submits to fire secretary of state,along with a filing fee of$25,a sworn United States Post Office periodical class statement of ownership and circulation. 2. The printed copy of the matter attached hereto(the"Notice")was copied from the columns of the Newspaper and was printed and published in the English language on the'following days and dates: Thursday.October 2r Thursdal.&L I Except as otherwise directed by a particular statute requiting publication of a public notice, the Notice was printed in a typeface no smaller than six point with a lowercase alphabet of 90 point, 4. The Newspaper's lowest classified rate paid by commercial users for space comparable to The space inwhich the Notice was published isjj0�00. I / c4/ Subscribed and sworn to before me on October 10,2014 YC _4 ale Page 847 of 1197 `;hurddaq,01.1es T,luta I C11 aSSMeCIS find itiall ime's �" dAaselld9i�sx r1Y "*} ! ,t,t; '"ta „' "✓ a as€AMINca cwu�% ti S� l�,�i m 1 a V �' •`" -.- .i xe�.mas,.e..n m.erre aq+ u wn...+9 tll°e "':�w�`� r-" ¢��b`mrv'rr,.:�. ta.an w,a. 0 1=01 4h�a�Htftuatla+_11:1 A4am 9 � s�6A'ar w�7bfo$n`r w3- - re� cwf w t w�aeiAn 5TsrknYk} _ 6gr.d°yo-: a..u. Qy b m C �0T .r tlaa ar{ra s° " pryp aw www ran"sa P31 t�i� itr m �t V '•�w �' �.ma]yg,ssmse as eny R.�+i �� '"'°'a��! d"*' i�,� vma ar xrxw ascan. ae+Mi+ a - � yy } aFef rML rt MILL 9 2a CLCr -!.°, en �g �w¢ •w-A t<< i MEW: '� .rI megw I r 4axm k i nM !1 m!! f �s«s�SS� '4 O /Ca.{ & _d -rd MI FRIYSY £ .rRre�rna,M e4 ytavW 4 �5+k_ SA amwauaau.tws C6 Y .............. - ! F Ikmx t fi xY rx i .bi ,& - 3xMw ae wr rc" . +' SA �_ aso-wrM a°alsanr 8SI �4^,m itu?=1� �. `t\ +' � x �• •w� C �j a ua - Aexw cbttmc,A vh+ na rM.1.aw waaw e...a �5, •0 3 ` b^ rvpWu�'m l isrf B k 'i SSJ-0!i C Fw�i can'• w.t:�, meluld°saim9 Lm la � C rr, lawvr 1�m�ar,�ro-z C O xr%r Ib ranpn r �wma+a°y� t7 "-5A ®Ig wa*maxlt s R, ar O {� y/ y � psg9 N P °a]m -SSS 4 36a x H I. 9+rN OL of i � sn1 a9 taa�A. 1 4.a&^x ----------------- --- ---- 1n ZR L,c tleT m° r !(n,. f ra�2k6* v 'u',tn SIadY6b -Wbt y crr .. b �� �SSS�SM+SI'T �y¢, C n Axa as w - _1141 us ce..O x�aceaan.e% conn rGs+sr. ® eaurae cex�3.r Ram a% wau°sv sHxaqa�,r5� �§ tWamml.5 - Y ..moi 9 gi �'Akls 6rb8a da'+wr&• AN%Bt'85a _ S Nye 4'L JawSA raues t 1� *.4aowdS A �`�� IaP � 1 6•Ma�& fid - . e— M e if ale PA0o r .. •Ft2efi�Y,i CL A mr s5 '"tl a'. as .Pda T&155 •EK.M R ORR, Q3 U W HD A+P46,.`" fs - a ,a �a,rssaee 5 QQ V1 ❑ •ate _. °'ri"sax�eam"a'w ,.rre n„ �x 51 m.. nceLw +uce wn ua! %xc mmr ru'~s "*`?Tt+ur<sa� ee as ld°%50-uxan+ �Erafi3t2A@@fle4Ar83- - ma»v�xx��i me.e, re�� ina� �:Pia ww esgr uanai,k ZS nA�S - - G�.�31,54 w45 sS vw. q�rtt 4 gi j § SN+'Ik+�3} i 'u'p t. R 5»•.�dP 4 �A�ss xx - Im•."aae"¢¢-- u ! m P'" mr a n am wuAwlo e - �,a c wr, ��256N6fl• 5•ITI� i" [[444 sGC Nwm ^'°} ` 6Kadsa4 tlfl 5RMB3fbi ar,4 a4a g5 ddn, :nn h5 'b iRtf�a Wkt t4W k3 at8• GR*t $ate xa3i1Nt8 c.5tzgi3ki�ai� -itree - C ]mMa a, Wren ss. sr#u m.'•k�"a. +,ream c.s a .xi•" vwsrmw ws Rea. CO to � xsda 1 r� - R fl ss11 rnwq keV p. Fxy. t�"h sV' Nl9ued%Y 0rH rem! i} M o a g5„sa �x xr"'yn �"°m•mr" am r €Ks�r;�za zr ce cfa-v,.w. i P$9ties ..,. .,� s 9fesnFA Vei%.aFd s;.�c �� ,p aKuefr�rE a+aat! s.n L®p Q O ew vw�a°re �.� Y 4 _ a tt ti-i}f ,ar 4 F as w ssR a O t1i �- Sol' gy�EYF,3 ¢ _ A6 va�mbpai�1 a P r , 5 Gmaz Ki l5 MW 'eT&33 1 �t Sv-We 6 ['� A vAwY1Pv9}6E� L F ae bN ixs he 41F midm 6ts xtl 4i Dila. La i+"t5 tldls wHftYwa� IM!PI w Eg4r. '.FXJd:(+s A. - G "I .m 'N lmrw �euxc, dam S �� L .�y Ih'Y tM t r4 �re iM1ww9t �tl tlrs b�0A 1ri-NB) F 10 C 7ti €ss riff Yv u ?ntR 55 {�sl w }ft ..arxer .y w"'S� ua € e�tma ceen°,.eau O �— aea .!'�p s v SYE BUR2 E 61RE § +w., T d°' ''° t w° e ae•, Z aanr- r;+d<wT ". f i z ey rea Z7 gAg��trCa}?+��2ay:Y¢g��o�RR,,te�d�5+q zsy�tp4��PP�4ggpg VJ W m�n§�ne sml:b�a �u' {{dY O lrtud ftnR b}�awt d%P�t tt X »n • L,s t. 1ad'S35HOFXOY n6Y ai Gf k 1� �" „ a 1i, §Casrf�`ra�x v I.rvsa+r �` ,ror tl I+a9iW r:.a ' dma 1van< � lnrrsw � user .' adr na °tae��,� % x n �L Where r a u5 -r+x ar g t a 1¢lwruu Laws r .,%t�.'g", r� �6 ¢ m,a- .�, a vmu 1 ivra ° 1 a�YY I' .x m those ,""""" - R,a,,`n •• a'° s in the know go. Classified Nn ° „ ro p�p� yg, h , sec® &n at£a Pasta h 0=1 1 fV _ w u�d., w paYf]aa as ❑ �' t a1 i 6w4 sA tvxfy- N 9 ''ggpp4 Yl PP a E3 Nh a2 S IRy 4®d 5 301KkM°IAtlAt§!h}EPA B tlPr£4M1 PM Ps L�+*w "" 'V"" way t84 d[urod lC499£a2&AM Mr+t .AwF ].Sai 0. d 6ui F:u n.E'+b advertise. ® r(il ( x mA �h NHv.g� -hF1 M-+�h ,�' tt` F xl,b 3 Y.tY Stl 1-:*T{4t yt w/�� akb 4.Lt Riff E n= e a7 �, x r � sy�EFLP ¢I h•i®ry,. 33`�t'�d"`F� �Y a R.a k ab � f= }.%h uinwro Sia 43nC%� 5WGa1 %F9 d s.&.tc�PA av gy[ The SMart�cwkes o� rnesw I waytosell N ° your stuf su t gd.,, M,g�- k@,, r Wt4a .m e°✓.aa 3si uEc..u53 xSl+t eb ✓Y t%% i. 3.eE eeJ :,ale t•,, Y®Nf fl4Y$.Y6ire aE� 112=21_1 1 Page 848 of 1197 Daily Journal of Commerce 1 of 1 Oregon's Building Connection 921 S.W. Washington St. Suite 210 Portland, OR 97205-2810 1 (503) 226-1311 www.djcoregon.com COPY FOR YOUR FILE ONLY NOT PROOF OF PUBLICATION Ginger Line NATIONAL JOINT POWERS National Joint Powers Alliance ALLIANCE+ PO Box 219 #112014 MOBILE REFUSE COLLECTION VEHICLES WITH Staples,MN 56479-0219 RELATED EQUIPMENT, ACCESSORIES,AND SERVICES Proposals due 4:30 pm,Nov.19 REQUEST FOR PROPOSALS TheNational Joint Powers Alliance& (NJPA), on behalf of NJPA and its Please Read Carefully current and potential Member agencies which Includes all governmental, higher education, K-12 education, nol4or-profft, Daily Journal of Commerce is not responsible tribal government, and all other public for errors or omissions after the First Run Date. agendas looted in all fifty states, Canada, and Internationally, issues this If any errors, contact 1 (503) 226-1311. Request For Proposal(RFP)to result in a national contract solution for the procure- ment of #112014 MOBILE REFUSE responsible for payment of same. COLLECTION VEHICLES WITH RELATED EQUIPMENT, ACCESSORIES, AND SERVICES. Details of this RFP are available beginning OCTOBER 2, 2014. Details PO# may be obtained by letter of request to Order# 106113929 Jonathan Yahn, NJPA, 202 12th Street Northeast, P.O. Box 219, Staples, MN Placement Daily Journal of Commerce 56479, or by e-mail at RFP@njpacoop, Bids org Proposals will be received until NOVEMBER 19, 2014 at 4:30 p.m. Goods and Services Central Time at the above address and Schedule 101312014-1 013!2014 opened NOVEMBER 20, 2014 at 6:00 #Ot Times 1 insertsa.m. Central Time. Please see who this pertains to here: hltp:/Avww,njpa000p. Base Charge 82.80 orgloregon-advertising Addt'I ChargeslDisc* 0.00 Published Oct.3,2014. 10616929 Payment Amount 0.00 AMOUNT DUE: 82.80 ORDER KEYWORDS: #E112014 MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT, ACCESSORIES&SERVICES Anchor Rate $82.80 Subsequent Rate, $0.00 *Changes to this order may result in pricing changes. Customer:10027759/National Joint Powers Alliance Order:10616929 Proof Printed: 12:26:33PM on 10/112014 by Joshua Coates Page 849 of 1197 11.0-13OX 704005 c-la, vet Ory WEST VALLEY('1"I Y- I f TAI 194170 FFD,IAX LD.#S7-0217603 ��� „>rFe ��� $a rR$8 a��$,�• CL r.4 =r r s� ss$!*,4 801-204-6910 PROOF OF PUBL1{;A111ON CUSTOMER'S COPT' n .�1 1tC^tlili4i#1711 T9,a�1E I ,v1 li 15 t - 11�t $ t 11, 1(lltlt.11. , 51 NATIONAL JOIN'!'POWERS ALLIANCE, 900149 S9ts2 10/2!2034 Maureen Knight PO BOX 219 STAPLES MN 55429 .................. „cAUt 7,� >g t fl e t tr h n -s, t s r� It, ill r it l\ st ! , y,,: } Ir ' -t S f ti}}\\} 4 Fs t3,o NATIONAL JOINT POWERS ALLIANCE, s fr. I t sr , t j {,, .. h': $sc,�•-ri�rr ri�;,���" t »�r+t}+?tt r`r,= � s � f ) �ti'r, �1' j�s�`''n >��''".., taa 21R$945453 00009R6429 / Ifc ktk r i�l t ,7(sp tsi t slilhI lr ti } `,4 r trt 4p Start 10102/2014 End 10/02/2014 Mobile Refuse Vehicles ' T" mmms tiS} I igt # iyKs},5" .', dl r ., slap F Jwl rt P4M1Wr7 ���.r. r M c' r 'r+;ice * ,v;:s ,5 ktl3w JPA3, at t�ehull' 1s ,ft st11""l- ,,} 1 t sn::ittt r 1,t 1„i7tr,� u, #1,(; I t,¢`r, { f< 3'f�t1 ,1 ,,,ti, 41 N1Pk 4m�„19S[4rrenl V �ts}l\11111,;>}tJ�ls ls3,,�ii} lttrt,4.`?,kr til{tStt..1,.1t}a?V111 sr.S1 f}}ti's�S lkrtrtl�?lY a ' �i '"', tit,tl,tt „��iit114'y ti� } l� F3tio1 lAember aRmt169, 6 krskd�f,{>]kgwrerrmn�n, tai, mum, ao"griw�, K-11. 4*mflap, fi fa[•proftF REQUEST FOR PROPOSALS The National Joint Powers Alliance(NJPA), on behalf of NJPA i ,.. . t4ttr,strr.li-bws lt� 1 ,,.ty w�• ,� r „t, , �� , jaeall: l l:Mly Alpis 11hutnrah a „aamIkns,P 1m, # c1 ra Po 4 TR9F racl �alwlatl,far lice�pr#wroa�d7 pI;#1 I2tit f av�ta R75E 35 Lines 1.00 COLUMNcot�maei acts wttH _ft t1, Yi''i,sts., .,SiVi -- s t 9, ,''s'tJj,a.,•�,+ r,. ,- At'�t $97N 'A4CESk,: Iz ttt' VRt,. rs tstf n)),',,.,y,. t S,� 1,-X115?, d?S SCa3tIE5 +41�! d t.a�'..v �1�.. fn,} r>_�,''�4 1ai4c ai NtH RFI�'are molohfe '0im Fng=0501 2.1014. tlEla11{'tn4Y by' r+4ea1,,, by 3 r� i`'2a0t'i� } �1 f t .„i ; t c E } s,+ St4'ks ddT9;w try!� lf� ' S +s r srrtq y ii,{�i i 1 ft• -r} '.,t A,a �1lYt r ;,,�S�}}kcliacal.esf %14111 isRY�#4SER 19�10t4 0 4:34p.m.cip t, 1 73nw 8x; boxc F kddr�s6 aR4 ed nFov r got a6r% f a ��t�s rrlftt 9816 UPAPs r. $4.95 AFFIDAVIT OF PUBLICATION AS NEI' 'SPAPER AGENCY COMPANY,LI-C dba MEDIAONE.OF UTAH LEGAL.BOOKER,I CERTIFY TIIAT THE ATTACiIED ADVI_RTi,Si-MENT 6)F R1P 11FS ,IFOR.YJI2OP 1J 5"['lay,\etionnl ,n n P4a!crs Il c..I �"�1 un behfkI f of\,1PA end its enrrent„ell g q 1 1 t�afl 1 ri la's rsltieh In luslcs 011 Q1rt nrncllta FOR NATIONAL JOINT P4117ERS ALLIAN RYAS PUBLISI iGf)13Y 1'J JE NEWSPAPER AGENCY i0117PANl',LLC dba 1vlEDIAON'i OF UTAH,AGENT FOR'I IJE SALT LAKL TRfBUNE AND DESERET NEWS,DAILY N1-WSPAPERS PRIM]ED IN THE ENGLI`S'H LANGUAGE WITH GF.NERAI. CIRCULATION IN UI'AI1,AND POBLISHFD IN SALT I.AKE CITY,SAi:I'I.AK F-.COI iNTY IN'flit=STATE OF UTAI1.NOTICE IS ALSO POSTED ON UTAHLEGAI.S.COM ON THE SAI+3F DAY AS T1 IE FIRST NEWSPAPER PUBI.ICAIION DATE AND REMAINS ON IITAIiLrMALii.COM 1NDEFINATELY. COMPLIES WITH UTAI I DIGITAL SICNATURF ACT UTAK CODF 46-2.101;46-3-104, Start 10/0212014 End 10/02/2014 V, „ ,, ' C ;` PUBLISHO)ON SIGN A"1IIRF c DATE 10/2/2014 1111.' I. 'f)'1'A S'f ",'hI1'NT 131)1'r1"I'1iU0F C7F PUBLICATION" PLEASE PAY FROM BILLINQ STAIrZIENT NOTARY SIGNATURE Page 850 of 1197 Q60TC$t, aa The State Media Company NEWSPAPER � DIGITAL ,e:. a —a&f... Customer Pftor CustornerRFP NATIONAL JOINT POWERS ALLIANCE NATIONAL JOINT POWERS ALLIANCE The National Jolyd Powers AAI (NJPA), on behelt of NJPA and its current and potential Customer Accout PaVorAso o n Member agencies which Includes 327 9 327D43 oil govemm at,N r etl lon, -12 education,trot tot-profit,tribal government, and all airier public Customer Address Payor Addresa agencies located to all ft slates. PO BOX 219 PO BOX 219 Canada,and Internationally,Issues this Request For Proposal(RFP)to STAPLES MN 56479 USA STAPLES MN 56479 USA result In a national contract solution for the procurement of #112014 BILE REFUSE COLLECTION VEHICLES WITH RELATED Customer Phone ?3far_Phoe EQUIPMENT, ACCESSORIES, 218-894-1930 218-894-1930 AND SERVICES. Debate of this RFP are available beginning TOO BER 2,2614. Details may be co- ftles Fteptwined by tetter of request to Jona- ibojko@charlotteobserver.com then Yahn.NJPA, 202 1121h Street Northeast,P.O. Box 219.St MN 56470,or by att at RFP rq rdr Taker .org. Proposals Will be re' acadenacharlotteobserver.corn calved until NOVEMBER 19,2014 at 4:30 p.m,central Time at the above a cess and opened NO- VEhR ER 20, 2014 at 6:00 am. PQ Number Payment Method Blind Box CentralTime. 1317291 Tear Sheets Proofs Affidavits 0 0 1 Net Amount Tax Amount Igkl A.Mgmin $202.12 KOO $202.12 Pam ent Amt Amount Cue 0. $20212 Ad NyMogr I Color 0001317291-01 1.0 X 39 Li < C E> PLgAmet Information, #InA Cost Place entiClasaification tin C9 Run_Uhgdule Invoice Text -------- ----- ---------- COL-The State: rint:COL-Full Run 1 $187.12 0300-Legls Classified 10/2120°14 RFP The National Joint Powers Alliance(NJPA),on behalf of NJPA at CCL-upsell.ST.00m:4O line: 7 $15.00 0300-Legals Classified 101212014, 101312014, 10/412014, 10/6/2014, 10/612014, 10/7/2014, 10/8/2014 P The National Joint Peers Alliance(NJPA),on behalf of NJPA at 10/11201411:51:40AM 1 Page 851 of 1197 R FP The Nattorial Joint Pmm AOlaW66 JNJPA] on n&O of NJPA aM its erg.. ...Y nlntt. r agendae,wMrh includes AN gpyeinnardal,hlghor THE STATE MEDIA CO., INC. e a al 1 agerofos in aY flay eta�ss, Columbia, South Carolina Canada,andintematlottaly.la this uest For (RFP}W, publisher of rnanat;onalt aaswAM for th8 pr urarr�tst or #112014 i MOFla SE COiJ EGT60N BILE VEHICLES WkTH REIdiTEP E01Ji ENr, ACGE55ORIES. AND SEIiVICL"-S [h1fiLt o! th1S Rfpare®vnllablebigl&q C' be ob' STATE OF SOUTH.CAROLINA Imn .z tt triK may COUNTY OF RICHLAND 14 ed hyrittarur moon then ygttn.N.lPA,242 12th Streelei . NoMnvaM.P.O.Bot gig, fin) MN-5x 678,*rby:o-mai!at . p WW be to Personally appeared before me, Emily Fernandez, Sales Operations Mz cep8c �^� �n t�, 7a at.a:3o pati.08nh&! nm at _ of THE STATE, and makes oath that the advertisement, a amt VEWER 20, 2414 'at 8:00 am • cajt�st Time.. RFP The National Joint Powers Aliiance(D(NJPA), on behalf of NJPA and its current ant Member agencies which includes all governmental, higher education, -12 education, no tribal government, and all other public agencies located in all fifty states, Canada, and internationally, issues this Request For Proposal(RFP)to result in a national contract Solt—,j ,Wm the procurement of#112014 MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES, AND SERVICES. Details of this RFP are available beginning OCTOBER 2, 2014. 1317291 was inserted in THE STATE, a daily newspaper of general circulation published in the City of Columbia, State and County aforesaid, in the issue(s) of October 2, 2914 N/ Emily Ferna de`. Sales Operations O ag, P.. Subscribe sworn to before me, Karen L. Book, on this day, October 2, 2974 z Inti � Notary Public .. ...... ---_..�. ... .. __- -- My commission expires September 25,2016_ "Er)-ors-the liability of(lie publisher on account of errors it, or oinissimu fr"oin arid'adver•tisemoral Will lar i7o i gay exceed the amount of the chargefor the space occupied b),the ilem in error, and their only for the first fneorrect inserlion." Page 852 of 1197 is I n N W O TW1 " - L co .� a e7W weLLJ -9 U (l3 p •O .+— • O O acz m O U C •U CZ U) -� JLij O C!i Q- r N U N U — cz "C CU N CO C d? � --- .� Cl C [n � O = +-� r � O CO o CU CU cz co O - -� -0 O LL v < N eU U LL- Z (ID LJJ r Cts LU Lli O +� CZ c cz ' CTS t� LU cz � aj i- LU IL � J �- LL. O - Q p � CO CD ® - U U) -Q O CSS cu r' (D C'O CD _ (� -� N c 6 N — N a o r O CA O CSS O Cn �— Q. s.. CD CD CZN Cl) O O cz O CTS iii CL 7C) . . w i CZ UL O �.- O O p - CCS O C .�..- cid C N ui cm co CD }- I— :t -- LLS N Cl) - TLO — +D Cl) � .�1 CO _N L- O '� U ccz U LLJ LU CSS C/) N cz C/) j -� O CTS 4--CCf) O o y= w— ' w z L) 0r E LU CLS Cd Q CSS ,Q c O r_ [a N Page 853 of 1197 P, �.. www.nipocoop.org National Joint Powers Alliance 202 12th Streei NE Proposal Opening Witness P.O. Box 219 Sioples, MN 56474 Date of opening: November 20,2014 The witnesses signed below hereby witness they were present on the above date and in witness of the public opening of all responses received to the Request For Proposal#112014 for the procurement of MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES by NJPA and NJPA Members. Proposals are evaluated first on responsiveness then on the other criteria included in the RFP. Responsiveness consists of the following criteria: 1. Was the response received prior to the deadline of submission? 2. Was the response properly packaged and addressed? 3. Did the response contain the proper bid bond? 4. Did the response include documents with original signatures that were required? Responses were received from the following: Crane Carrier Company-received 11/19/14 at 12:49p Bidder deemed responsive Labrie Enviroquipo Group—received 11/19/17 at 11:44am Bidder.deemed responsive cNeilus Companies—received 11/19/14 at 2:37p Bidder deemed responsive Pak-Mor Ltd.—received 11/19/14 at 11:45am Bidder deemed responsive Ro teware,Inc.—received 11/18/14 at 12:39pm Bidder deemed responsive Scranton Manufacturing Company,Inc./New Way—received 11/12/14 at 11:37am Bidder deemed responsive The Heil Company—received 11/19/14 at 11:44am Bidder deemed responsive WI1'� SS 11/20/14 Jonatha4 ahn-Cwntracts and Compliance Manager,NJPA 1112x114.... Gregg K116rhofer, CPPO. -�,�Contract Products+&Pricing Analyst,NJPA r .......11/20/14 r,- ............._ Gig it Llriuj.- PB, Sr. Contract Procurement Analyst,NJPA Page 854 of 1197 "I P-11 A www.nipacoop.org National Joint Powers Alliance® 202 l 2t4) Street NE P.0, Box 219 Sioples, MN 56479 t 4 �, a 11/20/14 ............ Tray Plinske,Contract Procurement Analyst,NJPA c '. .�', .. _ ...... �. _... .......e.. ., 11/20/14 41, Sheila,, :'hristoersen,Procurement Support Specialist,NJPA ., ........_ 11120/14 .� Kim Wudinich,Contract Management Specialist,NJPA ... ._._._ __.----._._. 1.1/20/14 Larry Angel, General Manager-Ready Trucks,The Heil Company Page 855 of 1197 LO o r`� � o r'o-.i'r, o ' CL ui (1) oo UI) c*i m O r et Nr CD R] et ;es7 U) V W ae c a•, o to u� M u� r; n' ca ry' V3 c v � � rte- c�rs,u`r'i m� jT �. MCLM1 cl u ®`w ►n u0 uy l 0 CO c ew ev Ci o Cs a N u� 0 cfl m eft M d d' CO w r h•. 13] m U a . Q -a -------------- C) C) uai NCDn o tir• o z �+ © to F� .= �i CO d ri co c_v w L- Ofz co R It M et M M et M 0 CL r z a � a0�. pn �W ' m N M LO P+: W* M, CS �S]. [rf r R CY V e*3 SO r•. M LO V- q co Y w � m E I 7, L9 o QLO N � I— ' Nt N o ra w m (61 em ev c°1n CO M N a o JC3 � •; c`a ui W z L C> Q ® no o to _ Z U C V �, o cin cm oo cA M � E0 co J Old �3 0 ® U m m ;rr t` ea sn r- kOa r LLJ -N c IL ,- r Id. �.�. W yy t as woo stnQy ate; § e= c w ti c00 wo c c c' ,. c c v is ro "a ® p o ® w D m w O O a 'm so ®y s re w. p� d, O C G3 #J L] dE. Ida CIi 2 7]Q , CAO a..i0 }— U Page 856 of 1197 A y r.,4�.wwoa 1eLa 1w.erul4unr � `rye' COMMENT AND REVIEW To the REQUEST FOR PROPOSAL(RFP)#112014 Entitled MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES The following advertisement was placed in the Minneapolis,MN Star Tribune on October 2,2014 and October 9, 2014,in Oregon's Daily Journal of Commerce on October 3, 2014, in South Carolina's The State on October 2, 2014, in Utah's The Salt Lake Tribune on October 2,2014, in USA Today on October 2,2014,and on the NJPA website www.nipacoop.orx,Onvia website www.onvia.com-_ Notice to Bidders website www.noticetobidders.com, PublicPurchase.com, Merx, and Biddingo: The National Joint Powers Alliance®(NJPA), on behalf of NJPA and its current and potential Member agencies which includes all governmental,higher education, K-12 education,not for-profit, tribal government, and all other public agencies located in all fifty states, Canada,and internationally,issues this Request For Proposal (RFP)to result in a national contract solution for the procurement of#112014 MOBILE REFUSE COLLECTION VEHICLES WITH RELATED EQUIPMENT,ACCESSORIES,AND SERVICES. Details of this RFP are available beginning OCTOBER 2,2014. Details may be obtained by letter of request to Jonathan Yahn, NJPA,20212th Street Northeast,P.O. Box 219,Staples, MN 56479 or-bye-mail at RFP@njpocoop;ora.-Proposals will be received until NOVEMBER 19,2014 at 4:30 p.m. Central Time at the above address and opened NOVEMBER 20,2014 at 8:00 a.m. Central Time, Addendum One(1)was emailed on November 13, 2014 to all those who had requested the RFP. RFPs were requested from and distributed to: County of Mecklenburg Wastequip, LLC Best Equipment Company Bridgeport Truck Manufacturing, Inc. City of Red Deer Cobalt Truck Equipment Downing Sales and Services East Manufacturing Corp. Geologic Computer Systems GSP Marketing The Heil Company IVS Inc.Angeltrax Crane Carrier Company Load Master Corp. Hol-Mac Carp./Pac-Mac Otto Environmental Systems(NC), LLC Labrie Enviroquip Group R.N.O.W., Inc. McNeilus Companies Routeware, Inc. Pak-Mor,Ltd, Scranton Manufacturing Company, Inc./New Way RK Chevrolet Superior Trailer Sales Co. Schaefer Systems International, Inc. 202 12-Street NE u P.O. Box 219 Staples, MN 56479 • www,njpacoop.org Page 857 of 1197 Proposals were opened can November 20, 2014 at the NJPA offices located at 2.02 12th Street Northeast in Staples, Minnesota 56479. Proposals were received from the following: Crane Carrier Company Labrie Envinequip Croup McNeflus Companies Pak-Mor Ltd. Routeware, Inc. Scranton Manufacturing Company, Inc./New Way The Heil Company Rids were reviewed by the Proposal Evaluation Committee: Ginger Line, CPPB, NJPA Senior Contract Procurement Analyst Gregg Meierhofer, CPPEI, NJPA Senior Contract Products and Price Analyst Tracy Plinske, NJPA Contract Procurement Analyst Keith Hanson,CPA, NJPA Accounting Manager Jonathan Ya n,JD, NJPA Contracts and Compliance Manager The findings of the Proposal Evaluation Committee are summarized as fellows: The Proposal Evaluation Committee used the established NJPA RFP evaluation criteria and determined that all bid responses met Level-One and Level-Two Responsiveness and were evaluated. The Feil Company offered a large sales and service farce, experience within the industry, and full turnkey mobile refuse collection vehicles with accessories including,.front loaders, rear leaders,and side loaders.They also offered rental equipment and alternative fuel solutions,which will serve our members' needs. McNeilus Companies offered refuse bodies, side,front, and rear loaders. They have experience within the industry and a large sales and service force. Labrie Enviroquip Group offered a broad spectrum of refuse collection body configurations with an assortment of chassis pairings. Labrie also has a strong presence in Canada to meet our members' needs in those areas. Scranton Manufacturing Company, Inc./New Way offered a large sales and service force with national coverage. They offered mobile refuse body options with an assortment of chassis. For these reasons the N)PA Proposal Review Committee recommends award of NJPA Contract#112011 to Labrie Enviroquip Group 112014-LESS Scranton Manufacturing Company, Inc./New Way 1 2014-N trY McNeilus Companies 112014-MCN The Heil Company 112014-THC Ginger Line, �j4 ,i, n€orfltract Procurement Analyst Hate rP s, Gregg rZeierhofer,t„l PO, Senior Contract Product&Price Analyst Date 202 12-Street NE ® P.O. Sox 219 • Staples, MN 56479 • www.njpacoop.org Page 858 of 1197 Tracy Plinse, Contract Procurement Analyst Date g Keith r on,CPA, NJPA Accounting Manager Date Jon Yahn,JD, Contracts and Compliance Manager Date 202 12.45treet NE ® P.O. Box 219 ® Staples, MN 56479 ® www.njpacoop.org Page 859 of 1197 Regular Meeting & Retreat Minutes of the NATIONAL JOINT POWERS ALLIANCE® Board of Directors Tuesday, December 16, 2014 Executive Conference Room Chair Wolden called the Regular Board meeting to order at 6:05 p.m. with the following members present: Brian Lehman, Mike Wilson, Wayne Wolden, Randy Pepin, Scott Veronen, and Mary Freeman. Also present were John Poston, Region 5 Development Commission Board; Colleen Seelen, Pierz School Board; Chad Coauette, Susan Nanik, Paul Drange, Diana Pihlaja, Misty Meyers, Mike Hajek, David Jessop, Michael Wegscheid, Jeremy Schwartz, Bart Graves, and Deb Cervantez, NJPA staff. Mr. Wilson moved, seconded by Ms. Freeman to accept the agenda as amended. Motion carried. Mr. Veronen moved, seconded by Mr. Pepin to accept the minutes of the Regular Board Meeting held on November 18, 2014. Motion carried. Mr. Wegscheid gave an in-service on the regional services currently being provided by the Technology Solutions department at NJPA. Ms. Pihlaja presented the monthly Financial Reports. Mr. Pepin moved, seconded by Mr. Wilson to approve the check register and Treasurer's Report of Cash, Revenues, and Expenditures and to pay all vendor disbursements #83338 to #83578. Motion carried. Mr. Pepin moved, seconded by Mr. Veronen to approve all Wire Transfers #142 to #170. Motion carried. Ms. Freeman moved, seconded by Mr. Wilson to accept the Consent Agenda as follows: o Updated Membership Agreements Members added November 1-30, 2014 o Approve Bid Evaluation Committee's Recommendation to Award RFP #100814 for Event Seating and Related Accessories to: • Dant Clayton Hussey Seating # Staging Concepts o Approve Bid Evaluation Committee's Recommendation to Award RFP #112014 for Mobile Refuse Collection Vehicles with Related Equipment, Accessories, and Services to: Scranton Manufacturing Co./New Way The Heil Co. Labrie Enviroquip Group McNeilus, Co. o Approve Bid Evaluation Committee's Recommendation to Award RFP #121614 for ezIQC State of Minnesota to: Nor-Son, Inc. MN01A-121614 Johnson-Laux Construction MN01B-121614 ® Nor-Son, Inc. MN02A-121614 Johnson-Laux Construction MN02B-121614 • VSI Construction, Inc. MN02C-121614 Johnson-Laux Construction MN03A-12161 age 860 of 1197 No Award MN03B-121614 o Approve Renewal of Agreements with: Havis, Inc. 090512 Husky International Trucks, Inc. 102811 Schetky NW Sales, Inc. 083110 Motion carried. Mr. Hajek reported on the Contract Purchasing and Marketing departments. Updates were given on the vendor newsletter, DC schools, and the Coalition. Mr. Drange reported on Regional Programs. Updates were given on regional GIANT training, College and Career Readiness Summit, Ramp Up for Readiness, and the Planning and Zoning position. Ms. Pihlaja and Mr. Jessop presented the minutes from the Risk Management Pool Executive Committee meeting held on December 3, 2014. Mr. Veronen moved, seconded by Mr. Wilson to deny the recommendation to develop a sub-committee to discuss the management options of the Region 5 pool and instead form a staff driven work group to be selected by the Executive Director. Motion carried. Mr. Jessop gave an update on the Region 5 pool and HITA. Mr. Wolden moved, seconded by Mr. Pepin to accept, with regrets, the resignation of Mike Domin from the NJPA Board of Directors. Motion carried. Mr. Veronen moved, seconded by Ms. Freeman to appoint Mike Wilson to replace Mike Domin as an ex-officio on the Risk Management Pool Executive Committee. Motion carried. Ms. Nanik gave an update on the Board of Director Nominations. Mr. Lehman moved, seconded by Mr. Veronen to approve the letter of intent to solicit bids for insurance for NJPA employees. Motion carried. Mr. Walden moved, seconded by Ms. Freeman to approve the evaluation instrument for use by the Executive Director's evaluation committee to be chaired by Ms. Freeman. Motion carried. Consensus was reached to cast the ballot for Mark Frank for the MREA Board of Directors Elections. Ms. Freeman moved, seconded by Mr. Pepin to approve the revision to the Board Policy Code of Ethics as presented. Motion carried. Mr. Lehman moved, seconded by Mr. Wilson to approve the University of Virginia Marketing Agreement. Motion carried. Dr. Coauette asked for a Board member to attend the MSBA conference and serve as moderator for the NJPA breakout session. Ms. Neprud will be contacted and Mr. Wilson will serve as backup. Mr. Wolden moved, seconded by Mr. Pepin to approve hiring Mike Domin, Membership Relations and Communications, effective December 1, 2014. Motion carried Page 861 of 1197 Mr. Lehman moved, seconded by Ms. Freeman to approve hiring Catherine Kraemer, Account Clerk IV; AP, Payroll, and CR, effective January 5, 2015. Motion carried. Mr. Lehman moved, seconded by Mr. Wolden to approve the amendment and restatement to the Senior Leadership Team Memorandum of Understanding. Motion carried. Mr. Lehman moved, seconded by Mr. Wilson to approve the amendment to Mike Hajek's Master Agreement. Motion carried. Ms. Nanik gave a staffing update. Dr. Coauette reported on the future building project and MSC. Mr. Wolden reported on the successful opening of the new wellness center in Wadena. Mr. Wilson moved, seconded by Mr. Pepin to adjourn the meeting at 8:13 p.m. Motion carried. Page 862 of 1197 112014-THC f SourcewelI Pagel of 3 Sourcewell The Heil Co. Waste & RecyclingCollection Vehicles #1-12014-THC Maturity Date: 12/16/2019 Contact Information Vendor ct Information To purchase off this contract or for questions regarding products and pricing, please contact: Burgess Lane Phone: 256-304-2218 Email- la n oeres ®co Sourcewell Contact Information For questions regarding contract documentation or the solicitation process, please contact: Page 863 of 1197 https://www.sourcewell-nm.gov/cooperative-purchasing/112014-thc S/8/2019 112014-THC 15o ce ell Page 2 of 3 Andy Campbell Phone: 218-895-4145 Email: andy.campbe[[@sourcewell-tnn.gov Karen Otremba Phone: 218-895-4179 Email: karen.otremba@sourcewell-mn.gov https://www.sourcewell-rym.gov/cooperative-purchasing/l 12014-thc PagESAMOO 1197 112014-THC I Soureewell Page 3 of 3 Become a Member Simply Complete the online application or contact the Membership bers ip "ear° at rnen-ibership@sourcowell-mn.gov or 877-585-9706. Search Vendors& Contracts General Contracts ezlQC Contracts Sourcewell's website may contain iinksto nongovernrment websites beim provided as a convenience and for informational purposes only. Source�oie€l neither endorses nor guarantees,in any way,the external organization's services,advice,or products included ded in these website links. Sourcewell bear,no responsibility for the accuracy, legality,or timeliness oe any con teat on the external site or for that of subsequent links,All questions related to content on external sits should be addressed directly to the host of that particular website, l nl Sourcewell for Vendors 4 Terms&Conditions Privacy Policy Sitemap Accessibility fl 2019 5ourcewell.All rights reserved. 1•4s://www.sourcewell-mn.gov/cooperative-purchasing/l 12014-thc Pag/909of 1197 7.E. CONSENT BIDS AND PURCHASES OVER$100,000 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve award of Annual Supply of Brass Fittings and Accessories Bid 040-1412-19/MFD to the following two (2) companies Ferguson Enterprises and Fortiline Inc. on a primary and secondary basis to the lowest, most responsive, reponsible bidders who met all specifications with an estimated annual expenditure of$150,000. EXPLANATION OF REQUEST: Contract Term: October 17, 2019 thru October 16, 2020 On August 26, 2019, Procurement Services opened and tabulated three (3) bids for Brass Fittings and Accessories. All bids were reviewed by the Manager of Materials and Distribution. It was determined to recommend this award by a primary and secondary vendor. The award is based on the number of low items each vendor accumulated. Fortiline Primary Vendor Item(s) 167 out of 263 Ferguson Secondary Vendor Item(s) 96 out of 263 Core and Main Deemed non-responsive Core and Main issued a letter stating that they will give 30 days notice, at any point, for price adjustments due to tariffs. The bid states "The Vendor may submit a request for price adjustments ninety (90) days prior to the end of the annual bid term if base commodity prices have fluctuated from the base commodity amount for Metals and Metal Products in accordance with the Producer Price Index(PPI)." In addition, the following vendors included a discount for all items not listed on the bid. Ferguson 10% Discount Fortiline 10% Discount The bid will allow for three (3) additional one (1) year extensions at the same terms and conditions subject to vendor acceptance, satisfactory performance and determination that the renewal is in the best interest of the City. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The purpose of this bid is to secure a source of supply for the purchase of brass fittings and accessories for Page 866 of 1197 the City's water system. All orders are on an "AS NEEDED" basis. FISCAL IMPACT: Budgeted Funds are budgeted and available for account 502-0000-141-0100 for the estimated amount of$150,000. Increase for FY 18/19 was due to Utility projects. We went to commission for an increase on 4-16-19. The City anticipates an expenditure of$150,000 due to normal usage and future Utility projects FY 16/17 expenditures were $82,200.75 FY 17/18 expenditures were $86,203.47 FY 18/19 expenditures to date are $135,226.11 ALTERNATIVES: Obtain quotes on an "as needed" basis which would not be cost effective. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type Description Addendum Tabulation Sheet D Addendum Core and Main Proposal D Addendum Ferguson Proposal D Addendum Fortiline Proposal Page 867 of 1197 ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS BID DUE DATE:August 26,2019 RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME. ALL BID DUE TIME: 10 AM OTHER OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION, IF ANY BID#040-1412-19/MFD ARE HEREBY REJECTED AS LATE." Core&Main, LP 1101 W. 17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed@coreandmain.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNIT PRICE MIN QTY 1 ELBOWS 45 BRASS 3/4" 670-001-00001 NL102-12 $9.75 2 ELBOWS 45 BRASS 1" 670-001-00002 NL102-16 $16.64 3 ELBOWS 45 BRASS 1 1/2" 670-001-00003 NL102-24 $33.26 4 ELBOWS 45 BRASS 2" 670-001-00004 NL102-32 $53.80 5 ELBOWS 90 BRASS 3/4" 670-001-00005 NL101-12 $7.48 6 ELBOWS 90 BRASS 1" 670-001-00006 NL101-16 $12.16 7 ELBOWS 90 BRASS 1 1/2" 670-001-00007 NL101-24 $24.31 8 ELBOWS 90 BRASS 2" 670-001-00008 NL101-32 $39.24 9 CAPS CLEANOUT BRASS 3" 670 002 00001 NO BID NO BID 10 CAPS CLEANOUT BRASS 4" 670 002 00002 NO BID NO BID 11 CAPS BRASS 3/4" 670 002 00003 N L116-12 $4.68 12 CAPS BRASS 1" 670 002 00004 NL116-16 $8.49 13 CAPS BRASS 1 1/2" 670 002 00006 NL116-24 $19.63 14 CAPS BRASS 2" 670 002 00007 N L116-32 $30.59 15 2 X 2 PACK JOINT COUPLING T444-777 670 003 00001 T444-777-NL $190.66 16 2X2X1 COMP PK JOINT COUP T444-774-AWT 670 003 00002 T444-774-NL $93.85 17 2"BALL VALVE B44-777 670 003 00003 B44-777-NL $250.52 18 NIPPLE BRASS 3/4"X 18" 670 004 00001 2012-1800 $15.25 19 NIPPLE BRASS 3/4"X 2" 670 004 00002 2012-200 $1.99 20 NIPPLE BRASS 3/4"X 4" 670 004 00003 2012-400 $3.46 21 NIPPLE BRASS 3/4"X 6" 670 004 00004 2012-600 $5.05 22 NIPPLE BRASS 1"X 2" 670 004 00005 2016-200 $2.86 23 NIPPLE BRASS 1"X 4" 670 004 00006 2016-400 $5.00 24 NIPPLE BRASS 1"X 6" 670 004 00007 2016-600 $7.38 25 NIPPLE BRASS 1 1/2"X 2" 670 004 00008 2024-200 $4.90 26 NIPPLE BRASS 1 1/2"X 4" 670 004 00009 2024-400 $8.79 27 NIPPLE BRASS 1 1/2"X 6" 670 004 00010 2024-600 $12.99 28 NIPPLE BRASS 2"X 2" 670 004 00011 2032-001 $8.94 29 NIPPLE BRASS 2"X 4" 670 004 00012 2032-400 $11.30 30 NIPPLE BRASS 2"X 6" 670 004 00013 2032-600 $15.17 31 COUPLING BRASS 3/4" 670 005 00001 NL111-12 $6.56 32 COUPLING BRASS I" 670 005 00002 NL111-16 $11.20 33 COUPLING BRASS 11/2" 670 005 00003 NL111-24 $24.31 34 COUPLING BRASS 2" 670 005 00004 NL111-32 $40.20 35 COUPLING REDUCER BRASS V X 3/4" 670 006 00001 N L112-1612 $12.68 36 COUPLING REDUCER BRASS 1 1/2"X 1" 670 006 00002 NL112-2416 $32.18 37 COUPLING REDUCER BRASS 2"X 1 1/2" 670 006 00003 NL112-3224 $52.13 38 COUPLING"L"BRASS 3/4" L04-34 670 009 00001 L04-34-NL $16.64 39 COUPLING"L"BRASS 1" L04-44 670 009 00002 L04-44-NL $24.68 40 COUPLING"L"BRASS 1 1/2" L84-68 670 009 00003 L84-66-NL $58.78 41 COUPLING"L"BRASS 2" L84-77 670 009 00004 L84-77-NL $84.25 42 COUPLING STRAIGHT BRASS 3/4"C44-33 670 010 00001 C44-33-NL $13.53 43 COUPLING STRAIGHT BRASS V C44-44 670 010 00002 C44-44-NL $15.48 44 COUPLING STRAIGHT BRASS 1 1/2"C44-66 670 010 00003 C44-66-NL $51.78 45 COUPLING STRAIGHT BRASS 2"C44-77 670 010 00004 C44-77-NL $69.91 46 BUSHING BRASS 1"X 3/4" 670 012 00001 NL114-1612 $6.85 47 BUSHING BRASS 1 1/4"X 1" 670 012 00002 NL114-2016 $11.68 48 BUSHING BRASS 1 1/2"X 1" 670 012 00003 NL114-2416 $16.59 49 BUSHING BRASS 2"X 3/4" 670 012 00004 N L114-3212 $20.48 50 BUSHING BRASS 2"X 1" 670 012 00005 N L114-3216 $20.48 Page 868 of 1197 Core&Main, LP 1101 W. 17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed@coreandmain.com irpnAA' C�:1$GI#CpI14tt1 'i3141NICL�YT IVId1G�d+r t116R 131IT'#I1•E'" ll�t, lT `' 51 BUSHING BRASS 2'X 1 1/2" 670 012 00006 N L114-3224 $20.48 52 TEE BRASS 3/4" 670 013 00001 N L106-12 $9.33 53 TEE BRASS 1" 670 013 00002 NL106-16 $16.84 54 TEE BRASS 1 1/2" 670 013 00003 NL106-24 $32.71 55 TEE BRASS 2" 670 013 00004 N L106-32 $54.23 56 PLUG BRASS IP 3/4" 670 015 00001 N L117-12 $4.68 57 PLUG BRASS IP 1" 670 015 00002 NL117-16 $7.48 58 PLUG BRASS IP 1 1/4" 670 015 00003 NL117-20 $10.49 59 PLUG BRASS IP 1 1/2" 670 015 00004 NL117-24 $13.09 60 PLUG BRASS IP 2" 670 015 00005 N L117-32 $21.48 61 PLUG BRASS CC 3/4" 670 015 00006 NO BID NO BID 62 PLUG BRASS CC 1" 670 015 00007 NO BID NO BID 63 PLUG BRASS CC 1 1/2" 670 015 00008 NO BID NO BID 64 PLUG BRASS CC 2" 670 015 00009 NO BID NO BID 65 VALVE BOX WITH LID 670-027-00001 670610145776 $99.05 66 BALL CORP 1"CC THREADED FB-1000 670 020 00001 FB1000-4-N L $47.15 67 BALL CORP 1 1/2"THREADED FB-1000 670 020 00002 FB1000-6-NL $105.66 68 2"MALE IRON PIPE X CTS `31100-7 670 020 00003 FB1100-7-N L $174.76 69 2"BALL CORP CC THREAD FFB10007 670 020 00004 FB1000-7-N L $174.76 70 1"BALL CORP MIP X CTS FF1100-4 670 020 00006 F1100-4-NL $36.65 71 BALL VALVES IP X IP 3/4" BL11-233W 670 052 00001 BL11-233W-NL $26.44 72 BALL VALVES IP X IP 3/4" B11-233W 670 052 00002 B11-233W-NL $24.99 73 BALL VALVES IP X IP 1" 3111-344W LONG 670 052 00003 BI-1 1-344-4-5-NL $50.09 74 BALL VALVES IP X IP 1" B11-444W 670 052 00004 B11-444W-NL $60.83 75 BALL VALVES IP X IP 1 1/2 311-666 670 052 00005 B11-666-NL $121.36 76 BALL VALVE IP X IP 2" 311-777 670 052 00006 B11-777-NL $177.50 77 GATE OPERATING NUT 2"#QT67 670 052 00007 QT67 $11.70 78 BALL VALVE COMP X FIP 3/4" B41-333W 670 052 00008 B41-333W-NL $44.65 79 BALL VALVE COMP X FIP 1" B41-444WG 670 052 00009 B41-444W-G-N L $67.73 80 BALL VALVE FIP X METER 3/4"B91-223W 670 052 00010 B91-223W-NL $26.70 81 BALL VALVE COMP X YOKE 3/4"B94-223W 670 052 00011 B94-223W-NL $32.51 82 BALL VALVE COMP X YOKE 1" B94-344W 670 052 00012 B94-344W-NL $57.73 83 GATE VALVES BRASS 1 1/2" 670 052 00013 NO BID NO BID 84 GATE VALVES BRASS 2" 670 052 00014 NO BID NO BID 85 BALL VALVE FIP X METER 1" 670 052 00016 B91-344W-NL $48.81 86 FLANGE PLATE BRASS 1 1/2" 670 053 00001 NO BID NO BID 87 FLANGE PLATE BRASS 2" 670 053 00002 NO BID NO BID 88 FLANGE PLATE BALL VALVES 1 1/2"COMP X FLANGE BF43-666W 670 053 00003 BF43-666W-NL $135.06 89 FLANGE PLATE BALL VALVES 2"COMP X FLANGE BF43-777W 670 053 00004 BF43-777W-N L $228.80 90 CUSTOM SETTER 1 1/2"VVB66-15BX13 670 054 00001 VBB76-15B-11-6 $708.06 91 CUSTOM SETTER 2" VVB77-15BX17 670 054 00002 VBB77-15B-11-7 $795.56 92 ADAPTER 2 1/2 X V FIRE HYDRANT 670 055 00002 FM25F10T $27.46 93 ADAPTER 2 1/2"X 2" HYDRANT ADAPTER 670 055 00003 $86.11 94 HYDRANT MARKERS SELF STICK-BLUE RAY9725/RREK 670 055 00004 NO BID NO BID 95 Y JOINT BRASS 1"X 3/4"X 3/4"Y44-243 670 056 00001 Y44-243-NL $28.00 96 Y JOINT BRASS 1 1/2"X 1"X 1"Y44-264 670 056 00002 Y44-264-NL $67.73 97 2"Y PACK JOINT Y44-274 670 056 00003 Y44-274-NL $78.28 98 CORP ADAPTERS 3/4"COPPER FL.X 1"COMP C04-33 670 060 00001 C04-33-NL $12.64 99 CORP.ADAPTER 1"COPPER FL.X 1"COMP C04-44 670 060 00002 C04-44-NL $18.58 100 ADAPTER 3/4"MIP X COMP.C84-33 670 060 00003 C84-33-NL $11.10 1011 ADAPTER 3/4"MIP X 1"COMP C84-34 670 060 00004 C84-34-NL $12.31 Page 869 of 1197 Core&Main, LP 1101 W. 17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed@coreandmain.com P��ikn�'� 'd�$�RIPTi�hl'` ;` �r��i�ttr7Y .,,,, Mdt�'�l1�A '1'tlttett lY Y1r pt�1E,: . : h9inl GISY 102 ADAPTER 1"MIP X COMP C84-44 670 060 00005 C84-44-NL $13.16 103 ADAPTER 1 1/2"MIP X COMP C84-66 670 060 00006 C84-66-NL $36.03 104 ADAPTER 2"MIP X COMP.C84-77 670 060 00007 C84-77-NL $52.51 105 ADAPTER 3/4"RIP X COMP.C14-33 670 060 00008 C14-33-NL $11.68 106 ADAPTER 3/4"RIP X 1"COM C14-34 670 060 00009 C14-34-NL $13.76 107 ADAPTER 1"RIP X COMP.C14-44 670 060 00010 C14-44-NL $15.85 108 ADAPTER 3/4"X 1" A24 670 060 00011 A24-NL $18.43 109 METER SPUD 3/4"X 2 1/2"C38-23-2.5 670 061 00001 C38-23-2-5-NL $7.22 110 METER SPUD 3/4"X 2 1/4"C38-23-2.25 670 061 00002 C38-23-2-25-NL $7.22 111 METER SPUD V X 2 5/8" C38-44-2.625 670 061 00003 C38-44-2-625-NL $11.10 112 RISER 3/4"X 7"V42-7W 670 061 00004 V42-7W-NL $74.72 113 RISER 3/4"X 12"V42-12W 670 061 00005 V42-12W-NL $78.31 114 RISER 3/4"X 15"V42-15W 670 061 00006 V42-15W-NL $81.60 115 RISER V X 10" V44-10W 670 061 00007 V44-10W-N L $142.67 116 RISER V X 12" V44-12W 670 061 00008 V44-12W-NL $146.06 117 RISER V X 18" V44-18W 670 061 00009 V44-18W-NL $174.35 118 EXPANSION NUTS 3/4" EC-23 670 062 00001 EC-23-NL $16.34 119 EXPANSION NUTS 1" EC-4 670 062 00002 EC-4-NL $27.45 120 TAIL PIECES 3/4"FOR YOKE C91-23 670 063 00001 C91-23-NL $6.73 121 TAIL PIECES 1"FOR YOKE C91-44 670 063 00002 C91-44-NL $11.14 122 YOKE 1" Y-504 670 082 00007 Y504 $16.71 123 YOKE 5/8"X 3/4" Y-502 670 082 00008 Y502 $9.26 124 1 1/2"DROP IN FLANGED GASKET 670-061-00015 NO BID NO BID 125 2"DROP IN FLANGED GASKET 670-061-00016 NO BID NO BID 126 1"LID(11"X 18")/EBAA/TOUCH READ HOLE IN CENTER 670-061-00034 MC1118-2TW $57.47 127 2"LID(17"X 30")EBAA/TOUCH READ HOLE IN UPPER LEFT 670-061-00036 MC1730-5TW $124.40 128 17"X 30"X 12"PLASTIC METER BOX BLACK 670-061-00037 17302500 $87.29 129 11"X 18"X 12"PLASTIC METER BOX BLACK 670-061-00044 11182500 $47.24 130 1"RUBBER GASKET FOR YOKE 670-061-00066 GT-123 $0.35 131 3/4"RUBBER GASKET FOR YOKE 670-061-00067 GT-118 $0.31 132 2"X 3/4"SADDLE CC THREAD 670-069-00001 31700025607000 $37.59 133 4"X 3/4"SADDLE CC THREAD 670-069-00002 31700051407000 $36.13 134 4"X 3/4"SADDLE IP THREAD 670-069-00003 31700051406000 $36.13 135 6"X 3/4"SADDLE CC THREAD 670-069-00004 31700076007000A $41.50 136 8"X 3/4"SADDLE CC THREAD 670-069-00005 31700101007000A $49.03 137 2"X 1"SADDLE CC THREAD 670-069-00006 31700025609000 $37.59 138 3"X 1"SADDLE CC THREAD 670-069-00007 31700035409000 $38.07 139 3"X 1"SADDLE CC THREAD 670-069-00008 31700041309000 $36.13 140 4"X 1"SADDLE IP THREAD 670-069-00009 31700051408000 $36.13 141 4"X 1"SADDLE CC THREAD 670-069-00010 31700048009000 $36.13 142 4"X 1"SADDLE CC THREAD 670-069-00011 31700051409000 $36.13 143 6"X 1"SADDLE CC THREAD 670-069-00012 31700076009000A $49.03 144 8"X 1"SADDLE CC THREAD 670-069-00013 31700101009000A $58.28 145 10"X 1"SADDLE CC THREAD 670-069-00014 31700121209000 $58.28 146 10"X 1"SADDLE CC THREAD 670-069-00015 31700121209000 $58.28 147 10"X 1"SADDLE CC THREAD 670-069-00016 31700143209000A $67.83 148 12"X 1"SADDLE CC THREAD 670-069-00017 31700143209000A $67.83 149 6"X 1 1/2"SADDLE IP THREAD 670-069-00018 31700076012000 $45.08 150 20"X 1 1/2"SADDLE IP THREAD 670-069-00019 31700216012000 $201.50 151 4"X 2"SADDLE IP THREAD 670-069-00020 3170004801400A $43.51 152 4"X 2"SADDLE IP THREAD 670-069-00021 31700051414000 $43.51 153 4"X 2"SADDLE IP THREAD 670-069-00022 31700066314000A $48.95 154 6"X 2"SADDLE IP THREAD 670-069-00023 31700066314000A $48.95 155 6"X 2"SADDLE IP THREAD 670-069-00024 31700076014000A $49.74 156 8"X 2"SADDLE IP THREAD 670-069-00025 31700101014000A $57.90 157 8"X 1"SADDLE IP THREAD 670-069-00026 31700101008000 $57.90 158 10"X 2"SADDLE IP THREAD 670-069-00027 31700121214000 $67.61 159 12"X 2"SADDLE IP THREAD 670-069-00028 31700143214000A $77.72 160 12"X 1"SADDLE IP THREAD 670-069-00029 31700143208000 $67.83 161 12"X 2"SADDLE CC THREAD 670-069-00030 31700143214000A $77.72 162 20"X 2"SADDLE IP THREAD 670-069-00031 31700216014000 $201.52 163 20"X 2"SADDLE CC THREAD 670-069-00032 31700216015000 $201.52 164 16"X 2"SADDLE IP THREAD 670-069-00033 31700188814000 $104.33 165 18"X 2"SADDLE IP THREAD 670-069-00034 31700195014000 $138.23 166 20"X 2"SADDLE IP THREAD 670-069-00035 $138.23 167 6"X 1"SADDLE IP THREAD 670-069-00036 31700076008000A $41.50 168 14"X 2"SADDLE IP THREAD 670-069-00037 31700172514000 $171. 1197 169 6"X 2"SADDLE CC THREAD 670-069-00038 31700069015000 $49.74 Core&Main, LP 1101 W. 17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed@coreandmain.com Pikn ,, d $ RIPTihl'` Mittr7Y ., ,, Mdt'Kl1�A1tlttett lY Y1r;plrE,: MYtYGlSY 170 8"X 2"SADDLE CC THREAD 670-069-00039 $57.90 171 16"X 2"SADDLE CC THREAD 670-069-00040 $104.33 172 10"X 2"SADDLE CC THREAD 670-069-00041 $67.61 173 1 1/2"HYMAX COUPLING 670-089-00075 860-56-0041-16 $93.64 174 2"HYMAX COUPLING 670-089-00076 860-56-0054-16 $98.73 175 3"HYMAX COUPLING 670-089-00077 860-56-0088-16 $130.24 176 4"HYMAX COUPLING 670-089-00071 860-56-0108-16C $161.19 177 6"HYMAX COUPLING 670-089-00059 860-56-0163-16 $221.01 178 8"HYMAX COUPLING 670-089-00072 860-56-0217-16 $249.53 179 10"HYMAX COUPLING 670-089-00073 860-56-0272-16 $321.01 180 12"HYMAX COUPLING 670-089-00074 860-56-0315-16 $378.89 181 1 1/2"HYMAX FLANGE ADAPTER 670-089-00066 874-56-01004112 $113.68 182 2"HYMAX FLANGE ADAPTER 670-089-00061 874-56-02005412 $121.65 183 3"HYMAX FALNGE ADAPTER 670-089-00062 874-56-03008812 $173.07 184 4"HYMAX FLANGE ADAPTER 670-089-00063 874-56-04010812 $222.07 185 6"HYMAX FLANGE ADAPTER 670-089-00064 874-56-06016312 $282.89 186 8"HYMAX FLANGE ADAPTER 670-089-00065 874-56-08021712 $385.64 187 1/2"SCH80 CPVC SLIP 90 ELBOW 659-044-00001 1806-005 $1.10 188 3/4"SCH80 CPVC SLIP 90 ELBOW 659-044-00002 1806-007 $1.40 189 1"SCH80 CPVC SLIP 90 ELBOW 659-044-00003 1806-010 $2.23 190 1 1/2"SCH80 CPVC SLIP 90 ELBOW 659-044-00004 1806-015 $5.38 191 2"SCH80 CPVC SLIP 90 ELBOW 659-044-00005 1806-020 $6.50 192 3"SCH80 CPVC SLIP 90 ELBOW 659-044-00006 1806-030 $16.93 193 1/2"SCH80 CPVC SLIP 45 ELBOW 659-044-00007 1817-005 $1.35 194 3/4"SCH80 CPVC SLIP 45 ELBOW 659-044-00008 1817-007 $1.95 195 1"SCH80 CPVC SLIP 45 ELBOW 659-044-00010 1817-010 $3.10 196 1 1/2"SCH80 CPVC SLIP 45 ELBOW 659-044-00011 1817-015 $6.23 197 2"SCH80 CPVC SLIP 45 ELBOW 659-044-00012 1817-020 $6.99 198 3"SCH80 CPVC SLIP 45 ELBOW 659-044-00013 1817-030 $18.38 199 1/2"SCH80 CPVC SLIP TEE 659-044-00014 1801-005 $2.59 200 3/4"SCH80 CPVC SLIP TEE 659-044-00015 1801-007 $2.63 201 1"SCH80 CPVC SLIP TEE 659-044-00016 1801-010 $3.21 202 1 1/2"SCH80 CPVC SLIP TEE 659-044-00017 1801-015 $7.78 203 2"SCH80 CPVC SLIP TEE 659-044-00018 1801-020 $8.66 204 3"SCH80 CPVC SLIP TEE 659-044-00019 1801-030 $21.89 205 1/2"SCH80 CPVC MALE ADAPTERS 659-044-00020 1836-005 $1.50 206 3/4"SCH80 CPVC MALE ADAPTERS 659-044-00021 1836-007 $1.84 207 1"SCH80 CPVC MALE ADAPTERS 659-044-00022 1836-010 $3.09 208 1 1/2"SCH80 CPVC MALE ADAPTERS 659-044-00023 1836-015 $6.15 209 2"SCH80 CPVC MALE ADAPTERS 659-044-00024 1836-020 $8.41 210 3"SCH80 CPVC MALE ADAPTERS 659-044-00025 1836-030 $30.69 211 1/2"SCH80 CPVC FEMALE ADAPTERS 659-044-00026 1835-005 $1.88 212 3/4"SCH80 CPVC FEMALE ADAPTERS 659-044-00027 1835-007 $1.99 213 1"SCH80 CPVC FEMALE ADAPTERS 659-044-00028 1835-010 $4.59 214 1 1/2"SCH80 CPVC FEMALE ADAPTERS 659-044-00029 1835-015 $5.48 215 2"SCH80 CPVC FEMALE ADAPTERS 659-044-00030 1835-020 $9.43 216 3"SCH80 CPVC FEMALE ADAPTERS 659-044-00031 1835-030 $37.04 217 1/2"SCH80 CPVC VITON TRUE UNION BALL VALVES 659-044-00035 U51 TB-V $31.60 218 3/4"SCH80 CPVC VITON TRUE UNION BALL VALVES 659-044-00036 U51 TB-V $39.76 219 1"SCH80 CPVC VITON TRUE UNION BALL VALVES 659-044-00037 U51 TB-V $47.70 220 1 1/2"SCH80 CPVC VITON TRUE UNION BALL VALVES 659-044-00038 U51 TB-V $75.99 221 2"SCH80 CPVC VITON TRUE UNION BALL VALVES 659-044-00039 U51 TB-V $104.73 222 3"SCH80 CPVC VITON TRUE UNION BALL VALVES 659-044-00040 S51 TB-V $311.85 223 1/2"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659-044-00041 U51 TB-E $28.71 224 3/4"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659-044-00042 U51 TB-E $36.09 225 1"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659-044-00043 U51 TB-E $42.95 226 1 1/2"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659-044-00044 U51 TB-E $68.70 227 2"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659-044-00045 U51 TB-E $95.30 228 3"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659-044-00046 S51 TB-E $280.70 229 1/2"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659-044-00047 U51 BC-V $68.31 230 3/4"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659-044-00048 U51 BC-V $81.31 231 1"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659-044-00049 U51 BC-V $96.56 232 1 1/2"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659-044-00050 U51 BC-V $165.56 233 2"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659-044-00051 U51 BC-V $223.00 234 3"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659-044-00052 S51 BC-V $601.88 235 1/2"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659-044-00053 U51 BC-E $61.39 236 3/4"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659-044-00054 U51 BC-E $73.56 237 1"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659-044-00055 U51 BC-E $86.69 238 1 1/2"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659-044-00056 U51 BC-E $150.31 239 2"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659-044-00057 U51 BC-E $zoo. 197 240 3"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 1 659-044-00058 1 S51 BC-E r $541.25 Core&Main, LP 1101 W. 17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reedCa coreandmain.com F •x Ike" I7mo"177` " IN TY" 241 1/2"X CLOSE SCH80 CPVC NIPPLE 659-044-00059 NO BID NO BID 242 3/4"X CLOSE SCH80 CPVC NIPPLE 659-044-00060 NO BID NO BID 243 1"X CLOSE SCH80 CPVC NIPPLE 659-044-00061 NO BID NO BID 244 2"X CLOSE SCH80 CPVC NIPPLE 659-044-00062 NO BID NO BID 245 3"X CLOSE SCH80 CPVC NIPPLE 659-044-00063 NO BID NO BID 246 1/2"X 6"SCH80 CPVC NIPPLE 659-044-00064 NO BID NO BID 247 3/4"X 6"SCH80 CPVC NIPPLE 659-044-00065 NO BID NO BID 248 1"X 6"SCH80 CPVC NIPPLE 659-044-00066 NO BID NO BID 249 2"X 6"SCH80 CPVC NIPPLE 659-044-00067 NO BID NO BID 250 1/2"X 12"SCH80 CPVC NIPPLE 659-044-00069 NO BID NO BID 251 3/4"X 12"SCH80 CPVC NIPPLE 659-044-00070 NO BID NO BID 252 1"X 12"SCH80 CPVC NIPPLE 659-044-00071 NO BID NO BID 253 2"X 12"SCH80 CPVC NIPPLE 659-044-00072 NO BID NO BID 254 3"X 12"SCH80 CPVC NIPPLE 659-044-00073 NO BID NO BID 255 1/2"SCH80 CPVC SLIP COUPLINGS 659-044-00074 1829-005 $1.16 256 3/4"SCH80 CPVC SLIP COUPLINGS 659-044-00075 1829-007 $1.63 257 1"SCH80 CPVC SLIP COUPLINGS 659-044-00076 1829-010 $2.19 258 1 1/2"SCH80 CPVC SLIP COUPLINGS 659-044-00077 1829-015 $4.13 259 2"SCH80 CPVC SLIP COUPLINGS 659-044-00078 1829-020 $4.79 260 1"X 1/2"SCH80 CPVC SLIP REDUCING BUSHING 659-044-00079 1839-130 $2.79 261 1"X 3/4"SCH80 CPVC SLIP REDUCING BUSHING 659-044-00080 1839-131 $2.79 262 1"X 2"SCH80 CPVC SLIP REDUCING BUSHING 659-044-00081 1839-249 $6.89 263 1/2"X 3/4"SCH80 CPVC SLIP REDUCING BUSHING 659-044-00082 1839-101 $1.66 Page 872 of 1197 Core&Main, LP 1101 W. 17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed@coreandmain.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 0% PALM BEACH COUNTY INSPECTOR GENERAL YES LOCAL BUSINESS SUBMITTED NOT A LOCAL BUSINESS SCRUTINIZED COMPANIES YES ADDENDUM NONE COMMENTS SUBMITTED LETTER STATING RIGHT TO ADJUST PRICES WITHIIN 30 DAYS NOTICE Page 873 of 1197 ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS BID DUE DATE:August 26,2019 RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME.ALL BID DUE TIME:10AM OTHER OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY BID#040-1412-18/MFD ARE HEREBY REJECTED AS LATE." Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonick Email:drew.petonick@ferguson.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNITPRICE MIN QTY 1 ELBOWS 45 BRASS 3/4" 670 0 01-00001 BRLF4F $8.60 2 ELBOWS 45 BRASS 670001-00002 BRLF4G $14.70 3 ELBOWS 45 BRASS 11/2 670001-00003 BRLF4J $29.37 4 ELBOWS 45 BRASS 2" 670 0 01-00004 BFLFZ $47.50 5 ELBOWS 90 BRASS 3/4" 670 0 01-00005 BRLF9F $6.60 6 ELBOWS 90 BRASS 670001-00006 BRLF9G $10.73 7 ELBOWS 90 BRASS 11/2 670001-00007 BRLF9J $21.47 8 ELBOWS 90 BRASS 2" 670001-00008 BRLF9K $34.65 91 CAPS CLEANOUT BRASS 3" 670 002 00001 1 NO BID NO BID 10 CAPS CLEANOUT BRASS4" 670 002 00002 NO BID NO BID 11 CAPS BRASS 3/4" 670 002 00003 BRLFCAPF $4.13 12 CAPS BRASS 670 002 00004 BRLFCAPG $7.49 13 CAPS BRASS 11/2 670 002 00006 BRLFCAPJ $17.33 14 CAPS BRASS 2" 670 002 00007 BRLFCAPK $29.71 15 2 X 2 PACK JOINT COUPLING T444-777 670 003 00001 FT444777NL $172.00 16 2X2X1 WMP PK JOINT COUP T444-774-AWL 670 003 00002 FT444774NL $85.00 17 2"BALL VALVE 844-777 670 003 00003 FB44777NL $224.40 18 NIPPLE BRASS 3/4"X18" 670 004 00001 GBRNF18 $14.00 19 NIPPLE BRASS 3/4"X2" 670 004 00002 GBRNFK $1.80 20 NIPPLE BRASS 3/4"X4" 670 004 00003 GBRNFP $3.15 21 NIPPLE BRASS 3/4"X6" 670 004 00004 GBRNFU $4.60 22 NIPPLE BRASS 1 R" 670 004 00005 GBRNGK $2.60 23 NIPPLE BRASS 1 D" 670 004 00006 GBRNGP $4.55 24 NIPPLE BRASS X6" 670 004 00007 GBRNGU $6.70 25 NIPPLE BRASS 112"X2" 670 004 00008 GBRNJK $4.50 26 NI PPLE BRASS I/2"X4" 670 004 00009 GBRNJP $8.00 27 NIPPLE BRASS 11/2 X6" 670 004 00010 GBRNJU $11.80 281 NIPPLEBRASS2"X2" 670 004 00011 GBRNKCL $6.30 29 NIPPLE BRASS 2"X4" 670 004 00012 GBRNKP $10.30 30 NIPPLEBRASS2"X6" 670 004 00013 GBRNKU $15.15 31 COUPLING BRASS 3/4" 670 005 00001 BRLFCF $5.80 32 COUPLING BRASS 670 005 00002 BRLFCG $9.90 33 COUPLING BRASS 11/2" 670 005 00003 BRLFCJ $21.50 34 COUPLING BRASS 2" 670 005 00004 BRLFCK $35.50 35 COUPLING REDUCER BRASS 1"X3/4" 670 006 00001 NO BID NO BID 36 COUPLING REDUCER BRASS 11/2"X1" 670 006 00002 NO BID NO BID 37 COUPLING REDUCER BRASS 2"X11/2" 670 006 00003 NO BID NO BID 381 COUPLING"L"BRASS 3/4" L04-34 670 009 00001 FL0434NL $15.00 39 COUPLING"L"BRASS 1" L04-44 670 009 00002 FL0444NL $22.30 40 COUPLING BRASS 11/2 L84-68 670 009 00003 FL8466NL $53.15 41 COUPLING BRASS 2" L84-77 670 009 00004 FL8477NL $76.17 42 COUPLING STRAIGHT BRASS 3/4"C44-33 670 010 00001 FC4433NL $12.25 43 COUPLING STRAIGHT BRASS 1"C44-44 670 010 00002 FC4444NL $14.00 44 COUPLING STRAIGHT BRASS 11/2 C44-66 670 010 00003 FC4466NL $46.80 45 COUPLING STRAIGHT BRASS 2"C44-77 670 010 00004 FC4477NL $63.20 46 BUSHING BRASS X3/4" 670 012 00001 BRLFBGF $6.05 47 BUSHING BRASS 1114"X1" 670 012 00002 BRLFBHG $10.31 48 BUSHING BRAGS 11/2"X1" 67001200003 BRLFBJG $14.65 49 BUSHING BRASS2"X3/4" 670 012 00004 BRLFBKF $18.00 501 BUSHING BRASS 2 X 1 1 670 012 00005 BRLFBKG $18.00 Page 874 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonick Email:drew.petonick@ferguson.com ( �1.kc", tlE'S2�RIPTI N cf frEbtlY�'£W;:", raarf4le;A .YIt2�Fkf llnll'E#HiC� ' 'Mf kT"N'=ti 3 51 BUSHING BRASS 2 X 11/2" 670 012 00006 BRLFBKJ $18.00 52 TEE BRASS 3/4" 670 013 00001 BRLFTF $8.25 53 TEE BRASS 670 013 00002 BRLFTG $14.85 54 TEE BRASS 11/2" 670 013 00003 BRLFTJ $28.90 55 TEE BRASS 2" 670 013 00004 BRLFTK $47.88 56 PLUG BRASS IP 3/4" 670 015 00001 BRLFCPLUGF $4.15 57 PLUG BRASS IP1 670 015 00002 BRLFCPLUGG $6.60 581 PLUG BRASS IP 11/4" 670 015 00003 BRLFCPLUGH $9.25 59 PLUG BRASS IP 11/2" 670 015 00004 BRLFCPLUGJ $11.56 60 PLUG BRASS IP 2" 670 015 00005 BRLFCPLUGK $19.00 61 PLUG BRASS CC 3/4" 670 015 00006 FCSP3ANL $5.15 62 PLUG BRASS CC 670 015 00007 FCSP4ANL $7.50 63 PLUG BRASS CC 11/2 670 015 00008 FCSP6ANL $20.30 64 PLUG BRASS CC 2" 670 015 00009 FCSP7ANL $34.80 65 VALVE BOXWITH LID 670-027-00001 NO BID NO BID 66 BALL CORP1 CC THREADED F&1000 670 020 00001 FFB10004NL $42.62 67 BALL CORP 11/2"THREADED F&1000 670 020 00002 FFB10006NL $95.53 68 2"MALEIRONPIPEXCTS FBI 1007 670 020 00003 FFB11007NL $158.00 69 2"BALL CORP CC THREAD FFB10007 670 020 00004 FFB10007NL $158.00 70 1"BALLCORP MIPXCTS FF11004 67002000006 FF11004NL $33.15 71 BALL VALVES IP X IP 3/4" BILL 1-233W 67005200001 FBL11233VVNL $23.90 72 BALL VALVES I P X I P 3/4" 811-233W 670 052 00002 FB 11233VVNL $22.60 73 BALL VALVES I P X I P 1 BL11-344W LONG 670 052 00003 FBL11344VVNL $45.50 74 BALL VALVES DRIP 1 311-444W 670 052 00004 FB11444VVNL $55.00 75 BALL VALVES DRIP I I/2811-666 67005200005 FB11666NL $110.00 76 BALLVALVEIPXIP2" 811-777 670 052 00006 FB11777NL $160.48 771 GATE OPERATING NUT 2"f QT67 670 052 00007 FQT67 $9.60 78 BALLVALVE COMPXFIP 3/4"841-333W 670 052 00008 FB41333VVNL $40.37 79 BALL VALVE COMPX FIR 1"841-444WG 67005200009 FB41444VVGNL $61.25 80 BALL VALVE FIR X METER 3/4"391-223W 67005200010 FB91223VVNL $24.14 81 BALL VALVE WMP XVOKE 3/4"B94-223W 670 052 00011 FB94223VVNL $29.39 82 BALL VALVE COMPXVOKE 1"B94344W 670 052 00012 FB94344VVNL $52.20 83 GATE VALVES BRASS 11/2" 670 052 00013 NO BID NO BID 84 GATE VALVES BRASS 2" 67005200014 NO BID NO BID 85 BALL VALVE FIPX METER 1" 670 052 00016 FB91344VVNL $42.60 86 FLANGE PLATE BRASS 11/2 670 053 00001 FCF3166NL $29.00 871 FLANGE PLATE BRASS 2" 670 053 00002 FCF3177NL $37.90 88 FLANGE PLATE BALL VALVES 11/2 COMP X FLANGE BF43-666W 670 053 00003 FBF43666VVNL $122.00 89 FLANGE PLATE BALL VALVES 2"COMP X FLANGE BF43-777W 670 053 00004 FBF43777VVNL $207.00 90 CUSTOM SETTER 11/2"VVB6615BX13 670 054 00001 FVBB7615131166 $675.00 91 CUSTOM SETTER 2" VVB77-15BX17 670 054 00002 FVBB7715131177 $753.00 92 ADAPTER 212 X 1" FIRE HYDRANT 670 055 00002 NO BID NO BID 93 ADAPTER 21/2X2"HYDRANT ADAPTER 670 055 00003 NO BID NO BID 94 HYDRANT MARKERS SELF STICKBLUERAY9725/RREK 670 055 00004 RAY9725 $93.60 95 YJOINT BRASS 1"X3/4"X3/4"Y44-243 670 056 00001 FY44243NL $25.30 96 YJOINT BRASS 11/2"X1"X1"Y44-264 670 056 00002 FY44264NL $61.25 97 2"Y PACK JOINT Y44-274 670 056 00003 FY44274NL $70.80 98 CORP ADAPTERS 3/4 COPPER FL.X 1"COMP C04-33 670 060 00001 FC0433NL $11.45 991 CORP.ADAPTER 1"COPPER FL.X1"COMP C04-44 670 060 00002 FC0444NL $16.80 1001 ADAPTER 3/4 MIR XGOMP.C84-33 670 060 00003 FC8433NL $10.00 1011 ADAPTER 3/4"MIR X1"GOAD C84-34 670 060 00004 FC8434NL $11.12 Page 875 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonick Email:drewetonick kr us ir`drm, t4�.9¢"FTt6N G3Mtd(`Y Y M' td1WD:KA'fil!#5f'€M' UNIT HfBc MiN'41TY y 102 ADAPTER1"MIPXCOMPC84-44 670 060 00005 FC8444NL $11.90 103 ADAPTER 11/2 MIPXCOMPC84-66 670 060 00006 FC8466NL $32.58 104 ADAPTERS"MIPXCOMP.C84-77 670 060 00007 FC8477NL $47.50 105 ADAPTER3/4"FIPXCOMP.C14-33 670 060 00008 FC14133NL $10.55 106 ADAPTER3/4"FIPX1"COMC14-34 670 060 00009 FC1434NL $12.45 107 ADAPTER1"FIPXCOMP.C14-44 670 060 00010 FC1444NL $14.33 108 ADAPTER 3/4"X1"A24 670 060 00011 FA24NL $16.65 1091 METERSPUD3/4"X21/2 C382325 670 061 00001 FC382325NL $6.53 110 METERS PUD3/4"X21/4"C3823-225 670 061 00002 FC3823225NL $6.53 111 METERSPUD1"X25/8" C3844-2625 670 061 00003 FC38442625 $10.00 112 RISER 3/4"X7"V42-7W 67006100004 FV427VVNL $60.15 113 RISER 3/4"X12"V4212W670 061 00005 FV4212VVNL $63.00 114 RISER 3/4"X15"V42-15W 670 061 00006 FV4215VVNL $65.70 115 RISER X10" V44HOW 670 061 00007 FV441OWN L $114.83 116 RISER X12" V4412W 670 061 00008 FV4412VVNL $117.60 117 RISER X18" V4418W 670 061 00009 FV4418VVNL $162.00 118 EXPANSION NUTS 3/4"EC23 670 062 00001 FEC23NL $13.45 119 EXPANSION NUTS ECK 670 062 00002 FEC4NL $22.55 120 TAIL PIECES 3/4"FOR YOKE C91-23 670 063 00001 FC9123NL $5.55 121 TAILPIECES1 FORYOKE 091-44 67006300002 FC9144NL $9.15 122 YOKE Y-504 670 082 00007 FY504 $14.50 123 YOKES/8"X3/4"Y-502 670 082 00008 FY502 $8.00 124 11/2 DROP IN FLANGED GASKET 670 0 61-00015 NO BID NO BID 125 2"DROP IN FLANGED GASKET 670 0 61-00016 NO BID NO BID 126 1"LID(11"X18")/EBAA/TOUCH READHOLEIN CENTER 670 0 61-00034 NO BID NO BID 127 2"LID(17"X30")EBAA/TOUCH READ HOLE IN UPPER LEFT 670 61-00036 NO BID NO BID 1281 17"X30"X12"PLASTIC METER BOX BLACK 670061-00037 017302500 $95.00 129 11"X18"X12"PLASTIC METER BOX BLACK 670061-00044 011182500 $51.00 130 1"RUBBER GASKET FOR YOKE 670 2 700 61-22266 0066 FG 123 $0.25 131 3/4"RUBBER GASKET FOR YOKE 67 00 61-0 0 0 67 FGT118 $0.22 132 2"X3/4"SADDLECCTHREAD 67006900001 R202N025031 $38.00 133 4"X3/4"SADDLE CCTHREAD 67006900002 R202N054031 $38.00 134 4"X3/4"SADDLEIPTHREAD 67006900003 R202N048032 $38.00 135 6"X3/4"SADDLECCTHREAD 67006900004 R202N076031 $44.00 136 8"X3/4"SADDLE CCTHREAD 67006900005 R202N098031 $52.00 137 2"X1"SADDLE CCTHREAD 67006900006 R202N025042 $38.00 138 3"X1"SADDLE CCTHREAD 67006900007 NO BID NO BID 139 3"X1"SADDLE CCTHREAD 67006&00008 NO BID NO BID 140 4"X1"SADDLE IPTHREAD 67006900009 R202N054042 $38.00 141 4"X1"SADDLE CCTHREAD 67006900010 R202N048041 $38.00 142 4"X1"SADDLE CCTHREAD 67006900011 R202N054041 $38.00 143 6"X1"SADDLE CCTHREAD 67006900012 R202N076041 $44.00 144 8"X1"SADDLE CCTHREAD 67006900013 R202N098041 $51.00 145 10"X1"SADDLE CCTHREAD 67006900014 R202N131241 $62.00 146 10"X1"SADDLE CCTHREAD 67006900015 R202N121241 $62.00 147 10"X1"SADDLE CC THREAD 67006900016 R202N143841 $62.00 148 12"X1"SADDLE CC THREAD 67006900017 R202N143841 $72.00 149 6"X11/2"SADDLE IPTHREAD 67006900018 R202N076062 $48.00 150 20"X11/2 SADDLE IP THREAD 67006900019 R202N211062 $144.00 151 4"X2"SADDLE IPTHREAD 67006900020 R202N048072 $42.00 152 4"X2"SADDLE IPTHREAD 67006900021 R202N054072 $42.00 153 4"X2"SADDLE IPTHREAD 67006900022 R202N066372 $48.00 154 6"X2"SADDLE IPTHREAD 67006900023 R202N069072 $48.00 155 6"X2"SADDLE IPTHREAD 67006900024 R202N076072 $48.00 156 8"X2"SADDLE IPTHREAD 67006900025 R202N098072 $55.00 157 8"X1"SADDLE IPTHREAD 67006900026 R202N098042 $51.00 158 10"X2"SADDLE IPTHREAD 67006900027 R202N121272 $67.00 159 12"X2"SADDLE IPTHREAD 67006900028 R202N143872 $77.00 160 12"X1"SADDLE IPTHREAD 67006900029 R202N143871 $72.00 161 12"X2"SADDLE CC THREAD 67006900030 R202N143871 $77.00 162 20"X2"SADDLE IPTHREAD 67006900031 NO BID NO BID 163 20"X2"SADDLE CC THREAD 67006900032 NO BID NO BID 164 16"X2"SADDLE IPTHREAD 67006900033 R202N189072 $106.00 1651 18"X2"SADDLE IPTHREAD 167006900034 NO BID NO BID 166 20"X2"SADDLE IPTHREAD 1 67006&00035 R202 227072 $162.00 167 6"' SADDLE IP THREAD 67006&00036 R202N076042 $44.00 168 14"X2"SADDLEIPTHREAD 67x06&00037 NO BID NO BID 1691 6"X2"SADDLE CCTTREAD 67006900038 R202N076071 $48.00 Page 876 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonick Email:drewetonick kr us ir`drm, t4�.9¢"FTt6N G3Mtd(`Y Y M' td1WD:KA'fil!#5f'€M' SJh11TH6'sic�` MYNw1TY y 170 8"X2"SADDLE CC THREAD 670 069 00039 R202N098071 $55.00 171 16"X2"SADDLECCTHREAD 67006900040 R202N189071 $105.00 172 10"X2"SADDLECCTHREAD 67006900041 R202N121271 $67.00 173 11/2"HVMAX COUPLING 67008900075 K86056004116 $88.00 174 2"HVMAX COUPLING 67008900076 K86956995416 $92.00 175 3"HVMAX COUPLING 67008900077 K8695600816 $122.00 176 4"HVMAX COUPLING 67008900071 K86056010816C $156.00 177 6"HVMAX COUPLING 67008900059 K860056016316 $207.00 178 8"HVMAX COUPLING 67008900072 K86056021716 $233.00 179 10"HVMAX COUPLING 67008900073 K86056027216 $300.00 180 12"HVMAX COUPLING 67008900074 K86056031516 $354.00 181 11/2"HVMAX FLANGE ADAPTER 670 089 00066 K8745601004112 $107.00 182 2"HVMAX FLANGE ADAPT ER 67008900061 K8745602005412 $114.00 183 3"HVMAX FALNGE ADAPTER 670-089-00062 K8745603008812 $162.00 184 4"HVMAX FLANGE ADAPTER 670-089-00063 K8745604010812 $207.00 185 6"HVMAX FLANGE ADAPTER 670-089-00064 K8745606016312 $264.00 186 8"HVMAX FLANGE ADAPTER 670-089-00065 K8745608021712 $360.00 187 1/2"SOH 80 CPVC SLIP 90 ELBOW 659044-00001 CP80S9D $1.00 188 3/4"SOH 80 CPVC SLIP 90 ELBOW 659044-00002 CP80S9F $1.30 189 1"SCH80 CPVC SLIP 90 ELBOW 659044-00003 CP80S9G $2.00 190 11/2 SCH80 CPVC SLIP 90 ELBOW 659044-00004 CP80S9J $4.75 191 2"SCH80 CPVC SLIP 90 ELBOW 659044-00005 CP80S9K $5.90 192 3"SCH80 CPVC SLIP 90 ELBOW 659044-00006 CP80S9M $15.30 193 1/2"SCH80 CPVC SLIP 45 ELBOW 659044-00007 CP80S4D $1.22 194 3/4"SCH80 CPVC SLIP 45 ELBOW 659044-00008 CP80S4F $1.75 195 1"SCH80 CPVC SLIP 45 ELBOW 659044-00010 CP80S4G $2.80 196 11/2 SCH80 CPVC SLIP 45 ELBOW 659044-00011 CP80S4J $5.60 1971 2"SCH80CPVC SLIP 45 ELBOW 659044-00012 CP80S4K $6.30 198 3"SCH 80 CPVC SLI P 45 ELBOW 659044-00013 CP80S4M $16.60 199 1/2 SCH80 CPVC SLIP TEE 659044-00014 CP80STD $2.33 200 3/4"SCH80 CPVC SLIP TEE 659044-00015 CP80STF $2.38 201 1"SCH80 CPVC SLIP TEE 659 044-00016 CP87TG $2.92 202 1 1/2"SCH80 CPVC SLIP TEE 659 044-00017 CP80STJ $7.00 203 2"SCH80 CPVC SLIP TEE 659 044-00018 CP80STK $7.80 204 3"SCH80 CPVC SLIP TEE 659 044-00019 CP80STM $21.30 205 1/2 SCH80 CPVC MALE ADAPTERS 659044-00020 CP80MAD $1.35 206 3/4"SCH80 CPVC MALE ADAPTERS 659 044-00021 CP80MAF $1.66 2071 1"SCH80 CPVC MALE ADAPTERS 659 044-00022 CP90MAG $2.76 208 1 1/2"SCH 80 CPVC MALE ADAPTERS 659 044-00023 1 CP80MAJ $5.56 209 2"SCH80 CPVC MALE ADAPTERS 659 044-00024 CP80MAK $7.55 210 3"SCH80 CPVC MALE ADAPTERS 659 044-00025 CP80MAM $27.60 211 1/2"SCH80 CPVC FEMALE ADAPTERS 659044-00026 CP80FAD $1.70 212 3/4"SCH80 CPVC FEMALE ADAPTERS 659044-00027 CP80FAF $1.53 213 1"SCH80 CPVC FEMALE ADAPTERS 659044-00028 CP80FAG $4.15 214 11/2 SCH80 CPVC FEMALE ADAPTERS 659044-00029 CP80FAJ $4.95 215 2"SCH80 CPVC FEMALE ADAPTERS 659044-00030 CP80FAK $8.52 216 3"SCH80 CPVC FEMALE ADAPTERS 659044-00031 CP80FAM $33.55 217 1/2 SCH80 CPVC VITON TRUE UNION BALL VALVES 659044-00035 NO BID NO BID 218 3/4"SCH80 CPVC VITON TRUE UNION BALL VALVES 659044-00036 NO BID NO BID 219 1"SCH80 CPVC VITON TRUE UNION BALL VALVES 659044-00037 NO BID NO BID 220 11/2 SCH 80 CPVC VI TO N TRU E U N IO N BALL VALVES 659044-00038 NO BID NO BID 221 2"SCH80 CPVC VITON TRUE UNION BALL VALVES 659044-00039 NO BID NO BID 222 3"SCH80 CPVC VITON TRUE UNION BALL VALVES 659044-00040 NO BID NO BID 223 1/2 SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00041 NO BID NO BID 224 3/4"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00042 NO BID NO BID 225 1"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00043 NO BID NO BID 226 11/2"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00044 NO BID NO BID 227 2"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00045 NO BID NO BID 228 3"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00046 NO BID NO BID 229 1/2 SCH80 CPVC VITON TRUE UNION CHECK VALVES 659044-00047 NO BID NO BID 230 3/4"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659044-00048 NO BID NO BID 231 1"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659044-00049 NO BID NO BID 232 11/2 SCH80 CPVC VITON TRUE UNION CHECK VALVES 659044-00050 NO BID NO BID 233 2"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659044-00051 NO BID NO BID 234 3"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659044-00052 NO BID NO BID 235 1/2 SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659044-00053 NO BID NO BID 236. CH80 CPVC EPDM TRUE UNION CHECK VALVES 659044-00054 NO BID NO BID 237 1"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 65&044-00055 NO BID NO BID 238 11/LSCL80 CPVC EPDM TRUE UNION CHECK VALVES 659044-00056 NO BID NO BID 239 2"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659044-00057 NO BID NO BID 2401 3"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659044-00058 NO BID NO BID Page 877 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonick Email:drew.etonick fer us on com M: ,: F R r. t` :", 241 1/2 X CLOSE SCH80 CPVC NIPPLE 659044-00059 NO BID NO BID 242 3/4"X CLOSE SCH80 CPVC NIPPLE 659044-00060 NO BID NO BID 243 1"X CLOSE SCH80 CPVC NIPPLE 659044-00061 NO BID NO BID 244 2"X CLOSE SCH80 CPVC NIPPLE 659044-00062 NO BID NO BID 245 3"X CLOSE SCH80 CPVC NIPPLE 659044-00063 NO BID NO BID 246 1/2"X6"SCH80 CPVC NIPPLE 659044-00064 NO BID NO BID 247 3/4"X6"SCH80CPVC NIPPLE 659044-00065 NO BID NO BID 248 1"X6"SCH80CPVCNIPPLE 659044-00066 NO BID NO BID 249 2"X6"SCH80 CPVC NIPPLE 659044-00067 NO BID NO BID 250 1/2 X12"SCH80CPVC NIPPLE 659044-00069 NO BID NO BID 251 3/4"X12"SCH80CPVC NIPPLE 65&044-00070 NO BID NO BID 252 1"X12"SCH80CPVC NIPPLE 65&0 4 4-0 0 0 71 NO BID NO BID 253 2"X12"SCH80 CPVC NIPPLE 659044-00072 NOBID NO BID 254 3"X12"SCH80 CPVC NIPPLE 659044-00073 NO BID NO BID 255 1/2"SCH80CPVC SLIP COUPLINGS 659044-00074 NO BID NO BID 256 3/4"SCH80CPVC SLIP COUPLINGS 659044-00075 NO BID NO BID 257 1"SCH80 CPVC SLIP COUPLINGS 1 659044-00076 NO BID NO BID 2581 11/2 SCH80 CPVC SLIP COUPLINGS 659044-00077 NO BID NO BID 259 2"SCH80 CPVC SLIP COUPLINGS 659044-00078 NO BID NO BID 260 1"X1/2"SCH80 CPVC SLIP REDUCING BUSHING 652044-00079 NO BID NO BID 261 1"X3/4"SCH80 CPVC SLIP REDUCING BUSHING 65&044-00080 NO BID NO BID 2621 1"X2SCH8o CPVCSUP REDUCING BUSHING65&044 0 0- 0 81 NO BID NO BID 263 1/2 X3/4"SCH80 CPVC SLIP REDUCING BUSHING 659044-00082 NO BID NO BID Page 878 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonick Email:drew.pelonick kr us BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 10h PALM BEACH COUNTY INSPECTOR GENERAL YES LOCAL BUSINESS SUBMITTED NOT A LOCAL BUSINESS SCRUTINIZED COMPANIES YES ADDENDUM NONE COMMENTS Page 879 of 1197 ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS BID DUE DATE:August 26,2019 RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME.ALL BID DUE TIME:10 AM OTHER OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY BID#040-1412-18/MFD ARE HEREBY REJECTED AS LATE" Fortiline.Inc. 6759 White Dr. Riviera Beach,FL.33407 Phone(561)253-9886/Fax(561)253-9887 Contact:Jeff Brouillette Email:'eff.brouillette fortiline.com ITEM# DESCRIPTION COMMODITY# MANUFACTURER# UNITPRICE MINQTY 1 ELBOWS 45 BRASS 3/4" 670001-00001 34b4dnl $8.25 5 2 ELBOWS 45 BRASS 670001-00002 1b4dnl $14.00 5 3 ELBOWS 45 BRASS 11/2" 670001-00003 112b4dnl $28.00 5 4 ELBOWS 45 BRASS 2" 670001-00004 2b4dnl $45.00 5 5 ELBOWS 90 BRASS 3/4" 670001-00005 34b9dnl $6.50 5 6 ELBOWS 90 BRASS 670001-00006 1b9dnl $10.50 5 7 ELBOWS 90 BRASS 11/2" 670001-00007 112b9dnl $20.50 5 8 ELBOWS 90 BRASS 2" 670001-00008 2b9dnl $33.00 5 91 CAPS CLEANOUT BRASS 3" 670 002 00001 1 cp300 $5.50 5 10 CAPS CLEANOUT BRASS 4" 670 002 00002 c 400 $8.80 5 11 CAPS BRASS 3/4" 670 002 00003 34BCAPDNL $4.00 5 12 CAPS BRASS 670 002 00004 ibcapdnl $7.20 5 13 CAPS BRASS 1/2" 670 002 00006 112bcapdnl $16.50 5 14 CAPS BRASS 2" 670 002 00007 2bcapdnl $28.00 5 15 2 X 2 PACK JOINT COUPLING T444-777 670 003 00001 5121-125 $175.23 1 16 2X2X1 COMP PK JOINT COUP T444-774-AWT 670 003 00002 NO BID NO BID 17 2"BALL VALVE 844-777 670 003 00003 5133-183 $228.09 1 18 NIPPLE BRASS 3/4"X18" 670 004 00001 3418bn $13.00 5 19 NIPPLE BRASS 3/4"X2" 670 004 00002 342bn $1.70 20 20 NIPPLE BRASS 3/4"X4" 670 004 00003 344bn $3.00 15 21 NIPPLE BRASS 3/4"X6" 670 004 00004 346bn $4.25 5 22 NIPPLE BRASS 1R" 670 004 00005 12bn $2.45 10 23 NIPPLE BRASS 1D" 670 004 00006 14bn $4.25 10 24 NIPPLE BRASS 1 X6 670 004 00007 16bn $6.25 5 25 NIPPLE BRASS I/2"X2" 670 004 00008 1122bn $4.12 5 26 NIPPLE BRASS 11/2 X4" 670 004 00009 1124bn $7.50 5 27 NIPPLE BRASS I/2"X6" 670 004 00010 1126bn $11.00 5 281 NIPPLE BRASS 2"X2" 670 004 00011 22bn $5.90 10 29 NIPPLE BRASS 2"X4" 670 004 00012 24bn $9.50 10 30 NIPPLE BRASS 2"X6" 670 004 00013 26bn $14.00 5 31 COUPLING BRASS 3/4" 670 005 00001 34bcdnl $5.60 10 32 COUPLING BRASS 670 005 00002 ibcdnl $9.40 10 33 COUPLING BRASS 11/2" 670 005 00003 112bcnl $20.50 10 34 COUPLING BRASS 2" 670 005 00004 2bcnl $34.00 10 35 COUPLING REDUCER BRASS 1"X3/4" 670 006 00001 134brnl $10.67 10 36 COUPLING REDUCER BRASS 11/2 X1" 670 006 00002 1121br $27.00 10 37 COUPLING REDUCER BRASS 2"X11/2" 670 006 00003 2112brnl $43.89 10 38 COUPLING BRASS 3/4" L04-34 670 009 00001 4140-105 $14.95 1 39 COUPLING BRASS 1" L04-44 670 009 00002 5141-126 $22.75 1 40 COUPLING BRASS 11/2" L84-68 670 009 00003 5142-1110 $54.03 1 41 COUPLING"L"BRASS 2" L84-77 670 009 00004 5142-111 $77.43 1 42 COUPLING STRAIGHT BRASS 3/4"C44-33 670 010 00001 5140-111 $12.45 1 43 COUPLING STRAIGHT BRASS 1"C44-44 670 010 00002 5141-134 $14.25 1 44 COUPLING STRAIGHT BRASS 11/2"C44-66 670 010 00003 5141-170 $47.59 1 45 COUPLING STRAIGHT BRASS 2"C44-77 670 010 00004 5141-183 $64.26 1 46 BUSHING BRASS 1"X3/4" 670 012 00001 134BHBDNL $5.80 10 47 BUSHING BRASS 1114"X 1" 67001200002 1141bhbnl $9.85 10 48 BUSHING BRASS 1/2 X1 67001200003 1121bhbnl $14.00 5 49 BUSHING BRASS 2"X3/4" 670 012 00004 234bhbdnl $17.50 5 501 BUSHING BRASS 2"X1" 670 012 00005 21bhbdnl $17.50 10 Page 880 of 1197 Fortiline.Inc. 6759 White Dr. Riviera Beach,FL.33407 Phone(561)253-9886/Fax(561)253-9887 Contact:Jeff Brouillette Email:Jeff.brouillette@fortiline.com (TCYiN,�", tlE'S2�RtpTiCdMYrttlttiGfYM :MAi4)E7Gf#Rf wiT FkHiG Ml 4`Ih` 51 BUSHING BRASS 2 X 11/2" 670 012 00006 2112bhbdnl $17.50 10 52 TEE BRASS 3/4" 670 013 00001 34btdnl $7.85 5 53 TEE BRASS 1" 670 013 00002 1 btdnl $14.50 10 54 TEE BRASS 1 1/2" 670 013 00003 112btdnl $27.50 5 55 TEE BRASS 2" 670 013 00004 2btdnl $46.00 10 56 PLUG BRASS IP 3/4" 670 015 00001 34bpdnl $4.00 5 57 PLUG BRASS IP1 670 015 00002 1b dnl $6.30 5 58 PLUG BRASS IP 11/4" 67001500003 1146 dnl $8.84 5 591 PLUG BRASS IP 11/2" 67001500004 1126 dnl $11.20 5 60 PLUG BRASS IP 2" 670 015 00005 26 dnl $18.00 5 61 PLUG BRASS CC 3/4" 670 015 00006 3473206 $10.75 2 62 PLUG BRASS CC 1 670 015 00007 173206 $11.00 2 63 PLUG BRASS CCI 1/2" 670 015 00008 11273206 $28.00 2 64 PLUG BRASS CC 2" 670 015 00009 273206 $35.00 2 65 VALVE BOX WITH LID 670-027-00001 145776/145325 $97.00 1 66 BALL CORP 1"CC THREADED F&1000 670 020 00001 5133-163 $43.32 1 67 BALL CORP 1 1/2"THREADED F&1000 670 020 00002 5133-457 $97.10 1 68 2"MALE IRON PIPE X CTS FBI 1007 670 020 00003 5133-440 $260.72 1 69 2"BALL CORP CC THREAD FFB10007 670 020 00004 5133-439 $160.62 1 70 1"BALLCORP MIPXCTS FF1100-4 670 020 00006 5133-164 $43.32 1 71 BALL VALVES IPXIP3/4" BL11-233W 670 052 00001 5132-154 $24.50 1 72 BALL VALVES IPX IP 3/4" Ell233W 670 052 00002 5132-128 $23.05 1 73 BALL VALVES DRIP 1 BL11-344W LONG 670 052 00003 5139-003 $63.07 1 74 BALLVALVESIPXIP 1 811-444W 67005200004 5139-113 $55.91 1 75 BALLVALVESIPXIP 112811-666 670 052 00005 5129-113 $111.54 1 76 BALLVALVEIPXIP 2" B11-777 670 052 00006 5129-119 $163.13 1 77 GATE OPERATING NUT 2"XQT67 670 052 00007 5132-186 $10.25 1 781 BALL VALVE COMPXFIP 3/4"B41333W 670 052 00008 5139-120 $41.25 1 79 BALL VALVE COMP XFIP 1"B41-444WG 670 052 00009 5139-117 $62.39 1 80 ALL VALVE FIR RAFTER 3/4"B91-223W 670 052 00010 5146-177 $24.87 1 81 BALL VALVE COMP X YOKE 3/4"B94-223W 670 052 00011 5146-180 $29.95 1 82 BALL VALVE COMP XYOKE 1"B94344W67005200012 5139-281 $52.95 1 83 GATE VALVES BRASS 11/2" 67005200013 11272035T $28.00 1 84 GATE VALVES BRASS 2" 670 052 00014 272035T $34.00 1 85 BALL VALVE FIR X METER 1" 670 052 00016 5139-279 $43.45 1 86 FLANGE PLATE BRASS 11/2" 670 053 00001 5133-124 $29.75 1 87 FLANGE PLATE BRASS 2" 670 053 00002 5133-125 $38.95 1 881 FLANGE PLATE BALL VALVES 11/2"COMP X FLANGE BF43666W 670 053 00003 5149-134 $124.11 1 89 FLANGE PLATE BALL VALVES 2"COMP X FLANGE BF43-777W 670 053 00004 5149-135 $210.27 1 90 CUSTOM SETTER 11/2"VVB6615BX13 670054 00001 5136-249 $650.01 1 91 CUSTOM SETTER 2" VVB77-15BX17 670054 00002 5136-252 $800.01 1 92 ADAPTER 21/2X1" FIRE HYDRANT 670 055 00002 21121 HA $25.00 1 93 ADAPTER 21/2"X2"HYDRANT ADAPTER 67005500003 2 122H $25.00 1 94 HYDRANT MARKERS SELF STICKBLUERAY9725/RREK 670055 WIT RAY9725 $240.00 1 95 YJOINT BRASS 1"X3/4"X3/4"Y44-243 670 056 00001 5140-121 $26.01 1 96 YJOINT BRASS 11/2"X1"X1"Y44-264 670 056 00002 5127-163 $62.40 1 97 2"Y PACK JOINT Y44-274 670 056 00003 5127-064 $71.94 1 981 CORP ADAPTERS 3/4 COPPER FL.X1"COMP C04-33 67006000001 5149-180 $12.01 1 99 CORP.ADAPTER 1"COPPER FIT X 1"COMP C04-44 670 060 00002 5142-154 $13.75 1 1001 ADAPTER 3/4 MIR X COMP.C84-33 670 060 00003 5140-106 $10.75 1 1Oil ADAPTER 3/4"MIP X1"COMP C84-34 670 060 00004 5141-144 $11.75 1 Page 881 of 1197 Fortiline.Inc. 6759 White Dr. Riviera Beach,FL.33407 Phone(561)253-9886/Fax(561)253-9887 Contact:Jeff Brouillette Email:Jeff.brouillette fortiline.com Fr`F'rk tai 9£ ASN ££19hu`S T,7 77RW7�7 7, 7,54,775R- 74574W, 102 ADAPTER 1"MIPXCOMPC84-44 670 060 00005 5141-129 $12.41 1 103 ADAPTER 1 1/2"MIPXCOMPC84-66 670 060 00006 5141-168 $33.25 1 104 ADAPTERS"MIPXCOMP.C84-77 670 060 00007 5141-181 $48.27 1 105 ADAPTER 3/4 FIR X COMP.C14-33 670 060 00008 5140-112 $11.01 1 106 ADAPTER 3/4 FIR X1"COM C14-34 670 060 00009 5121-002 $12.95 1 107 ADAPTER 1"FIR X COMP.C14-44 670 060 00010 5141-135 $14.95 1 108 ADAPTER 3/4"X 1"A24 670 060 00011 5137-099 $8.95 1 1091 METER SPUD 3/4"X21/2"C3823-25 670 061 00001 1 5124-110 $6.95 1 110 METER SPUD 3/4"X21/4"C3823225 670 061 00002 5124-077 $6.95 1 111 METERSPUD1"X25/8" C38-44-2.625 670 061 00003 5124-111 $10.61 1 112 RISER 3/4"X7"V42-7W 670 061 00004 5156-449 $61.13 1 113 RISER 3/4"X12"V42-12W 670 061 00005 5157-322 $64.07 1 114 RISER 3/4"X15"V42-15W 670 061 00006 5134-034 $66.75 1 115 RISER X10" V44HOW 670 061 00007 5157-142 $116.76 1 116 RISER X12" V4412W 670 061 00008 5156-463 $119.51 1 117 RISER X18" V4418W 670 061 00009 5157-271 $142.66 1 118 EXPANSION NUTS 3/4"EC23 670 062 00001 5139-035 $13.95 1 119 EXPANSION NUTS EC-4 670 062 00002 5139-274 $23.25 1 120 TAILPIECES3/4"FORYOKE C91-23 670 063 00001 5139-218 $5.95 1 121 TAIL PIECES FOR YOKE C91-44 670 063 00002 5139-286 $9.31 1 122 YOKE 1"Y504 670 082 00007 4139-271 $14.05 1 123 YOKE 5/8"X3/4"Y502 670 082 00008 4139-202 $7.95 1 124 1 1/2"DROP IN FLANGED GASKET 670 0 61-00015 MFD115R $0.95 10 125 2"DROP IN FLANGED GASKET 670 0 61-00016 MFD2R $1.00 10 126 1"LID(11"X18")/EBAA/TOUCH READ HOLE IN CENTER 670 0 61-00034 LC1118R-D $45.72 1 127 2"LID(17"X30")EBAA/TOUCH READ HOLE IN UPPER LEFT 670 0 61-00036 LC1730T-D $107.14 1 1281 17"X30"X12"PLASTIC METER BOX BLACK 670 0 61-00037 RMB173012NSVV $92.86 1 129 11"X18"X12"PLASTIC METER BOX BLACK 670 0 61-00044 RMB111812SVV $54.29 1 130 1"RUBBER GASKET FOR YOKE 670 0 61-00066 GT123 $190.00 1 131 3/4"RUBBER GASKET FOR YOKE 670 0 61-00067 GT118 $210.00 1 132 2"X3/4"SADDLECCTHREAD 67006900001 202NS2.50-3/4CC $37.00 1 133 4"X3/4"SADDLECCTHREAD 67006900002 202NS-54OX3/4CC $37.00 1 134 4"X3/4"SADDLEIPTHREAD 67006900003 202NS-54OX3/41P $37.00 1 135 6"X3/4"SADDLE CCTHREAD 670 069 00004 202NS-7.6Ox3/4CC $42.50 1 136 8"X3/4"SADDLECCTHREAD 67006900005 202NS-9.8OX3/4CC $50.00 1 137 2"X1"SADDLE CCTHREAD 67006900006 202NS-2.5OXiCC $37.00 1 138 3"X1"SADDLE CCTHREAD 67006900007 202NS-405XiCC $37.00 1 139 3"X1"SADDLE CCTHREAD 67006900008 202NS-45OXlCC $37.00 1 140 4"X1"SADDLE IPTHREAD 67006900009 202NS-540XTCC $37.00 1 141 4"X1"SADDLE CCTHREAD 67006900010 202NS-480XTCC $37.00 1 142 4"X1"SADDLE CCTHREAD 67006900011 202NS-54OXlCC $37.00 1 143 6"X1"SADDLE CCTHREAD 67006900012 202NS-76OXlCC $42.50 1 144 8"X1"SADDLE CCTHREAD 67006900013 202NS-980XTCC $49.50 1 145 10"X1"SADDLE CC THREAD 67006900014 202NS-1212X!CC $59.60 1 146 10"X1"SADDLE CC THREAD 67006900015 202NS-1212XiCC $59.60 1 147 10"X1"SADDLE CC THREAD 67006900016 202NS-1438XiCC $69.40 1 148 12"X1"SADDLE CC THREAD 67006900017 202NS-1438XiCC $69.40 1 149 6"X11/2 SADDLE IP THREAD 67006900018 202NS-760X11-2CC $46.00 1 150 20"X11/2"SADDLE IPTHREAD 67006900019 202NS-21.1 OX112CC $139.00 1 151 4"X2"SADDLE IPTHREAD 67006900020 202NS-48OX21P $40.50 1 152 4"X2"SADDLE IPTHREAD 670069 00021 202NS-54OX21P $40.50 1 153 4"X2"SADDLE IPTHREAD 67006900022 202NS-663X21P $46.00 1 154 6"X2"SADDLE IPTHREAD 67006900023 202NS-69OX21P $46.00 1 155 6"X2"SADDLE IPTHREAD 67006900024 202NS-76OX21P $46.00 1 1561 8"X2"SADDLE IPTHREAD 67006900025 1 202NS-98OX21P $53.00 1 157 8"X1"SADDLE IPTHREAD 67006900026 202NS-98OX21P $50.00 1 158 10"X2"SADDLE IPTHREAD 67006900027 202NS-1212X21P $64.50 1 159 12"X2"SADDLE IPTHREAD 67006900028 202NS-14.38X21P $74.50 1 160 12"X1"SADDLE IPTHREAD 67006900029 202NS-14.38X11P $69.50 1 161 12"X2"SADDLE CCTHREAD 67006900030 202NS-14.3832CC $74.50 1 162 20"X2"SADDLE IPTHREAD 67006900031 202NS-21.1 OX21P $140.00 1 163 20"X2"SADDLE CCTHREAD 67006900032 202NS-21.10X2CC $140.00 1 164 16"X2"SADDLE IPTHREAD 67006900033 202NS-18.9OX2CC $102.00 1 165 18"X2"SADDLE IPTHREAD 67006900034 202NS-21.10721P $139.00 1 1661 20"X2"SADDLE IPTHREAD 67006&00035 202NS-22.70X21P $155.00 1 167 6"X1"SADDLE IPTHREAD 67006&00036 202N S-760X11P $42.50 1 168 14"X2"SADDLEIPTHREAD 67006&00037 202NS-21.1 OX21P $139.00 1 169 6"X2"SADDLE CCTHREAD 67006900038 202NS-76OX21P $46.00 1 Page 882 of 1197 Fortiline.Inc. 6759 White Dr. Riviera Beach,FL.33407 Phone(561)253-9886/Fax(561)253-9887 Contact:Jeff Brouillette Email:Jeff.brouillette fortiline.com Fr`F'rk tai 9£ ASN ££19hu`S T,7 77RW7�7 7, 4141'55R- 74574W, 170 8"X2"SADDLE CC THREAD 670 069 00039 202NS-9.8OX2CC $53.00 1 171 16"X2"SADDLE CCTHREAD 670 069 00040 202NS-18.9OX2CC $102.00 1 172 10"X2"SADDLE CCTHREAD 67006900041 202NS-12.12X2CC+E38 $64.00 1 173 11/2 HVMAXCOUPLING 67008900075 86056004116 $83.31 1 174 2"HVMAXCOUPLING 670 089 00076 86054005416 $88.00 1 175 3"HVMAXCOUPLING 670 089 00077 86056008816 $115.00 1 176 4"HVMAXCOUPLING 670 089 00071 86054010816 $148.50 1 177 6"HVMAXCOUPLING 670.08&00059 86054016316 $196.64 1 178 8"HVMAX COUPLING 670.08&00072 86054021716 $222.00 1 179 10"HVMAXCOUPLING 670 089 00073 86054027216 $285.00 1 180 12"HVMAX COUPLING 67008900074 86054031516 $338.00 1 181 11/2 HVMAXFLANGE ADAPTER 670 089 00066 8745601004112 $101.15 1 182 2"HVMAXFLANGE ADAPTER 67008900061 8745602005412 $108.22 1 183 3"HVMAXFALNGE ADAPTER 670-089-00062 8745603008812 $154.00 1 184 4"HVMAXFLANGE ADAPTER 670-089-00063 8745404010812 $197.50 1 185 6"HVMAXFLANGE ADAPTER 670-089-00064 87454060106312 $251.69 1 186 8"HVMAXFLANGE ADAPTER 67008900065 874540821712 $344.00 1 187 1/2 SCH80 CPVC SLIP 90 ELBOW 659044-00001 cb05350 $2.45 10 188 3/4"SOH 80 CPVC SLIP 90 ELBOW 659 044-00002 cb05400 $3.15 10 189 1"SCH80 CPVC SLIP 90 ELBOW 659 044-00003 cb05450 $5.00 10 190 1 1/2"SCH80 CPVC SLIP 90 ELBOW 659 044-00004 cb05550 $12.00 10 191 2"SCH80 CPVC SLIP 90 ELBOW 659 044-00005 cb05600 $14.50 10 192 3"SCH80 CPVC SLIP 90 ELBOW 659 044-00006 cb05700 $38.00 10 193 1/2 SCH80 CPVC SLIP 45 ELBOW 659044-00007 cb03850 $3.00 10 194 3/4"SCH80 CPVC SLIP 45 ELBOW 659 044-00008 cb03900 $4.35 10 195 1"SCH80 CPVC SLIP 45 ELBOW 659 044-00010 cb03950 $7.00 10 196 1 1/2"SCH80 CPVC SLIP 45 ELBOW 659 044-00011 cbO4050 $14.00 10 1971 2"SCH80 CPVC SLIP 45 ELBOW 659 044-00012 cb04100 $15.50 10 198 3"SCH80 CPVC SLIP 45 ELBOW 659 044-00013 cbO4200 $41.00 10 199 1/2"S CH80CPVCSLIPTEE 659044-00014 cb06850 $5.75 10 200 3/4"SCH80CPVC SLIP TEE 659 044-00015 cb06900 $5.90 10 201 1"SCH80 CPVC SLIP TEE 659044-00016 cb07000 $7.20 10 202 11/2 SCH80 CPVC SLIP TEE 659044-00017 cb07200 $17.50 10 203 2"SCH80 CPVC SLIP TEE 659044-00018 cb07350 $19.25 10 204 3"SCH80 CPVC SLIP TEE 659044-00019 cb07650 $49.25 10 205 1/2"SCH80CPVC MALE ADAPTERS 659044-00020 cb03500 $3.40 10 206 3/4"SCH80CPVC MALE ADAPTERS 659 044-00021 cb03550 $4.10 10 207 1"SCH80 CPVC MALE ADAPTERS 659044-00022 cb03600 $6.90 10 208 11/2 SOH 80 CPVC MALE ADAPTERS 659044-00023 cb03700 $13.80 10 209 2"SCH80CPVC MALE ADAPTERS 659044-00024 cb03750 $18.70 10 210 3"SCH80CPVC MALE ADAPTERS 659044-00025 cb03754 $68.93 10 211 1/2 SCH80CPVC FEMALE ADAPTERS 659 044-00026 cb03O5O $4.20 10 212 3/4"SCH80CPVC FEMALE ADAPTERS 659 044-00027 cb03100 $4.45 10 213 1"SCH80CPVC FEMALE ADAPTERS 659 044-00028 cb03150 $10.30 10 214 1 1/2"SCH80 CPVC FEMALE ADAPTERS 659 044-00029 cb03250 $12.25 10 215 2"SCH80CPVC FEMALE ADAPTERS 659 044-00030 cb03300 $21.20 10 216 3"SCH80CPVC FEMALE ADAPTERS 659 044-00031 cb03400 $83.20 10 217 1/2"SCH80 CPVC VITON TRUE UNION BALL VALVES 659044-00035 mb930u6 $50.00 10 218 3/4"SCH80 CPVC VITON TRUE UNION BALL VALVES 659044-00036 mb960u8 $63.00 10 219 1"SCH80 CPVC VITON TRUE UNION BALL VALVES 659 044-00037 mb903ua $75.50 10 220 1 1/2"SCH80 CPVC VITON TRUE UNION BALL VALVES 659 044-00038 mb930uc $120.00 10 221 2"SCH80 CPVC VITON TRUE UNION BALL VALVES 659044-00039 mb930ud $165.00 10 222 3"SCH80 CPVC VITON TRUE UNION BALL VALVES 659 044-00040 mb599af $495.00 10 223 1/2"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00041 mb932u6 $45.56 10 224 3/4"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00042 mb932u8 $57.27 10 225 1"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00043 mb932ua $68.10 10 226 11/2 SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00044 mb930uc $109.00 10 2271 2"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00045 mb932ud $150.00 10 228 3"SCH80 CPVC EPDM TRUE UNION BALL VALVES 659044-00046 mb611 of $445.00 10 229 1/2"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659044-00047 mb801 u6 $60.50 10 230 3/4"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659044-00048 mb801 u8 $72.20 10 231 1"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659 044-00049 mb801 ua $85.80 10 232 1 1/2"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659 044-00050 mb801 uc $147.16 10 233 2"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659 044-00051 mb801 ud $198.00 10 234 3"SCH80 CPVC VITON TRUE UNION CHECK VALVES 659 044-00052 mb801 of $535.00 10 235 1/2"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659 044-00053 mb817u6 $54.56 10 236 3/4"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659 044-00054 mb817u8 $65.38 10 2371 1"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 65&044-00055 m6817ua $77.00 10 238 112"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659 44-00056 mb817uc $136.11 10 239 2"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659044-00057 m6817ud $177.00 10 2401 3"SCH80 CPVC EPDM TRUE UNION CHECK VALVES 659044-00058 mb817af $480.00 10 Page 883 of 1197 Fortiline.Inc. 6759 White Dr. Riviera Beach,FL.33407 Phone(561)253-9886/Fax(561)253-9887 Contact:Jeff Brouillette Email:Jeff.brouillette fortiline.com Tt N: DesempnoN COMKODITY4 'MMUFACTURBR# VNII 707 4 241 1/2"X CLOSE SCH80 CPVC NIPPLE 659044-00059 882-005C $5.00 10 242 3/4"X CLOSE SCH80 CPVC NIPPLE 659044-00060 883-005C $6.00 10 243 1"X CLOSE SCH80 CPVC NIPPLE 659044-00061 884-005C $10.00 10 244 2"X CLOSE SCH80 CPVC NIPPLE 659044-00062 887-005C $12.00 10 245 3"X CLOSE SCH80 CPVC NIPPLE 659044-00063 889-005C $16.00 10 246 1/2 X6"SCH80CPVCNIPPLE 659044-00064 882-060C $7.00 10 247 3/4"X6"SCH80CPVCNIPPLE 659044-00065 883-060C $8.00 10 248 1"X6"SCH80CPVC NIPPLE 659044-00066 884-060C $12.00 10 249 2"X6"SCH80 CPVC NIPPLE 659044-00067 887-060C $14.00 10 250 1/2"X12"SCH80CPVC NIPPLE 659044-00069 882-120C $9.00 10 251 3/4"X12"SCH80CPVC NIPPLE 659 44-00070 883-120C $10.00 10 252 1"X12"SCH80 CPVC NIPPLE 65&044-00071 884-120C $16.00 10 253 2"X12"SCH80 CPVC NIPPLE 659 044-00072 887-120C $20.00 10 254 3"X12"SCH80 CPVC NIPPLE 659 044-00073 889-120C $36.00 10 255 1/2 SCH80 CPVC SLIP COUPLINGS 659044-00074 CB00050 $2.60 10 256 3/4"SCH80 CPVC SLIP COUPLINGS 659044-00075 CB00100 $3.65 10 257 1"SCH80 CPVC SLIP COUPLINGS 659044-00076 CB00200 $4.90 10 258 11/2"SCH80 CPVC SLIP COUPLINGS 65&044-00077 CB00500 $9.30 10 259 2"SCH80 CPVC SLIP COUPLINGS 659044-00078 CB00750 $10.75 10 260 1"X1/2 SCH80 CPVC SLIP REDUCING BUSHING 659044-00079 CB10690 $4.32 10 261 1"X3/4"SCH80 CPVC SLIP REDUCING BUSHING 659044-00080 CB 690 $4.32 10 262 1"X2"SCH80 CPVC SLIP REDUCING BUSHING 65&U44 U 0 0 81 $4.50 10 263 1/2"X3/4"SCH80 CPVC SLIP REDUCING BUSHING 659044-00082 $4.10 10 Page 884 of 1197 Fortiline.Inc. 6759 White Dr. Riviera Beach,FL.33407 Phone(561)253-9886/Fax(561)253-9887 Contact:Jeff Brouillette Email:Jeff.brouillette fortiline.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 10h PALM BEACH COUNTY INSPECTOR GENERAL YES LOCAL BUSINESS SUBMITTED NOT A LOCAL BUSINESS SCRUTINIZED COMPANIES YES ADDENDUM NONE COMMENTS Page 885 of 1197 r BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum-Blvd. Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title: ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES Bid Number: 040-1412-19/MFD Bid Due: AUGUST 26, 2019; NO LATER THAN 10:00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for August 26, 2019; no later than 10:00 A.M. (local time) and may not be withdrawn within ninety(90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Core & Main LP Federal I.D. Number: 03-0550887 A Corporation of the State of: Florida (Limited Partnership) Area Code: 561 Telephone Number: 848-4396 Area Code: 561 FAX Number: 845-7267 Mailing Address: 1101 W. 17th Street City/State/Zip: Riviera Beach, FL 33404 Vendor Mailing Date: 8122119 E-Mail Address: susan.reed@coreandmain.com rfas'alf IfP.P.d Authorized Signature The Qualification of Core& Main LP is attached hereto and Susan Reed incorporated by reference as though fully set forth herein. pL Name Typed Initial: OA Date: 8/22119 17 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 886 of 1197 SPECIFICATIONS FOR THE "ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES" BID No. 040-1412-191MFD SCOPE OF BID: The purpose of this bid Is to secure pricing for a period of one (1) year for the purchase of brass supplies to stock in the City's Warehouse to provide availability for various City Departments as needed to complete tasks, make repairs, and provide services to the City of Boynton Beach. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By submitting a pr000sal the successful bidder shall provide services in accordance with the following conditions and specifications: A)All Bid prices are F.O.B. Boynton Beach, Warehouse, 222 N.E. 9T" Avenue, Boynton Beach, Florida. B) Bidder must guarantee all prices for one (1)year from date of award. C) Bidder should state the model numbers of all items and accessories specified in this proposal. D) Bidder must be able to guarantee all deliveries, through out the duration of the Bid.All orders must be delivered within 15 days from date of the purchase order. Back orders exceeding the 15 day period are subject to cancellation. E)All quantities indicated in the proposal represent approximate needs for the one (1) year period. There is no guarantee made or implied that the City will fulfill such purchases. F) Award is anticipated on an item by item basis; however, award to multiple vendors on a lot by lot basis may be considered G) Bidder agrees that all brass proposed in this bid are lead-free. H)Annual estimated expenditure for the estimated quantities of the supply of Brass Fittings and Accessories is $85,000. 15 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 887 of 1197 r 1)The percent discount applies to the Commodity Bid—Brass Fittings and Accessories. In this instance, Brass Fittings and Accessories encompass any and all similar and like items as individually listed. J)The City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of any obligation previously understood. K) Bidder agrees that all items proposed in this bid are domestically made. L) IF THE PROPOSAL SHEETS ARE NOT LEGIBLE, THE PROPOSAL WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED AT THE SOLE DISCRETION OF CITY STAFF. M)All brass fittings and accessories listed in the proposal form must be of domestic manufacturer and meet all criteria set forth by the A.W.W.A., A.S.T.M. and the trade industry. N)ATTACHMENT"B"—PROPOSAL SHEETS (Excel format) must be submitted with your proposal. Your Signature is required for each page of Attachment «B„, BIDDER MUST PROVIDE INFORMATION AS FOLLOWS: 1. Please provide an email address to submit the City's orders. The City may also order via fax and telephone. Email is the City's preferred method. Email: Javier.Rezakhanicoreandmain.com 16 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 888 of 1197 l NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of Florida ) County of Brevard Susan Reed being first duly sworn, deposes and says that: 1)SHe is Municipal Sales Coordinator of Core&Main LP (Title) (Name of Corporation or Firm) ; the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Boynton Beach or any person interested in the proposed Contract; and b) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Ad" Awd Subscribed and sworn to before me (Title) Municipal Sales Coordinator This 22nd day of August , 20 19 My commission expires May 1, 2020 *"Mrvo BENJAM4NSTRASSER Commission FF 967529 MY Commission Expires 16 P` May 01. 2020 TTED WITH PROPOSAL FOR BID M BE CONSIDERED COMPLETE AND ACCEPTABLE Page 889 of 1197 ANTI-IUCKBACK 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: suffir deed NAME-SIGNATURE Sworn and subscribed before me this 22nd day of August ,20 19 Printed Information: Susan Reed NAME Municipal Sales Coordinator TITLE r r NOTARYFPUBLIC,.State of Florida Core& Main LP at Large COMPANY ."% BEtJJAMIN STRASSER Commission#FF 987529 My Commission Expires May 01„ 2020 "OFFICIAL NOTARY SEAL" STAMP 17 THIS PAGE TO BE SUBMr1TED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 890 of 1197 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 ( ) OTHER (specify) ( ) 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 18 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 891 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. &Warr Aped Vendor's Signature 19 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 892 of 1197 .s Page 893 of 1197 i PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT 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. Core&Main LP CONTRACTOR NAME - Title: Municipal Sales Coordinator Date: August 22, 2019 20 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 894 of 1197 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES BID NUMBER: 040-1412-191MFD BIDDER: Core & Main LP DATE SUBMITTED: August 22 2019 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, labor and services necessary to provide the commodities specified by the Contract documents. Having examined the bid documents, we propose to perform the work of this bid according to the bid documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE ® NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID. 21 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 895 of 1197 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION \(Na the of fficer of company) (Title of officer of company) Iocated at , (Name of C\Prerence Company) (Business Address) certify that horized representative of the business and, on behalf of the Business,rt be deemed to be a local business for purposes of the City of Boynton Ber erence Program.Answering yes to Question 1 and Question 2 below will busine as a local business. In support of this request,I certify the following td'correct: NAME OF BUSINESS: 1. Is the business located within the Cit, i imits 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 YESNO Division of Corporations? I understand that misrepresentation of any facts in connection with this r uest may be cause for removal from the certified local business list. I also agree that the busines 's 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 Active: ❑ Year Established: Verified by: Date: IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 2 AND RETURN TO PROCUREMENT SERVICES Page 896 of 1197 CERTIFICATION PURSUANT TO FLORIDA Susan Reed, STATUTE § 287.135 1, Municipal Sales Coordinator, on behalf of Core & Main LP certify Print Name and Title Company Name that Core & Main LP 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. 1s 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. IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 23 AND RETURN To PROCUREMENT SERVICES Page 897 of 1197 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, 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. Core& Main LP Sewn AW COMPANY NAME SIGNATURE Susan Reed Municipal Sales Coordinator PRINT NAME TITLE IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 24 AND RETURN TO PROCUREMENT SERVICES Page 898 of 1197 STATEMENT OF NO BID If you are not bidding this service/commodity, 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 vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME: NIA ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No. 040-1412-191MFD for ANNUAL SUPPLY OF BRASS FITTING AND ACCESSORIES 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 to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear(explain below) Other (specify below) REMARKS: 1F YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 25 AND RETURN TO PROCUREMENT SERVICES Page 899 of 1197 J EXCEPTIONS TO THE SPECIFICATIONS Qualification to Bid of Core&Main LP Submitted to the City of Boynton Beach Request for Bid#040-1412-19/WD Annual Supply of Brass Fittings and Accessories Core&Main LP ("Core&Main")hereby qualifies its bid as follows. It is the express intention of the parties that, to the extent of the terms of this Qualification only, this Qualification shall supersede and control over the terms of the Invitation for Bid, Contract Documents and Specifications and any prior addenda thereto. Acceptance of any Agreement by Seller is made expressly conditioned on assent by the City of Boynton Beach (the "City") to the following additional or different terms: 1. In the event of circumstances beyond the control of Core &Main, including but not limited to, government regulations,tariffs, and events of force majeure, Core&Main reserves the right to adjust prices upon thirty(30) calendar days' notice. Dated this 22nd day of August,2019. CORE&MAIN LP c)uM lew By: Susan Reed Municipal Sales Coordinator Page 1 of 1 Page 900 of 1197 `m a �0 c Ln a � Z N COO 'mV. com N a CWO fm0 QI — Cl) L n N m m 00 m M LU z° z W O -a 0C) 00 O Nm � r o a � ca t rn CO) qa LU a 0 Q `o z N N CN N 0 N N � w � N n i0 � lu d O p O O O O cjb r.6 O ♦1 r r r r r t Q�. d J J J J .1 J z z lz z z z z z z lz z z I a WW m U W w G ual ul 6 1 16 9LU CU) OLL Z J LL p 0 Ch MaT4W IL z a r0 cis N � � � w cn' a X10O W , m LLI_ LL Z Z r rCD G ( r N m fn fn N 0 fA cn IL a- P4 u IL U m m tVO o O m O Im 0 O m a °1 cn M U rr) z L=Il Fa a E � � u� CO) � � a � m ~ a Q m _ m 0 m m m m p�p�, � U °ted W W J W W lj W Q Q U Z L w U a 0 Z m N LL Q (� n m J C LU Gl � 7 z 0 a w ` 0 � cc co uj m - P 04 O O O O !C - 7 F�-�• L..� ^� P O{ O P fifiea O I O O O 1 9 O C5- O q O N N lni - O�_,�r- OY q .O r O.• ^ O O 0 c O W O (O rO -O i_d (D C^p," fD .. fnD G w m N m v U m n c0 1 rn d lyl `m a m c O O N O Of tC cC1 CO lc:) co O O CA O Il� CO d 0 CCI p CO O M W n Oi M r tri C%! r4 CEJ C] In r- Cl) LD CV Cn ti It m CV CO r an 0 CA LOr N T F T 4 Ti m m T Cy d O O M M Or C5 0 M M N 0 O M N c a T a � N N 7 D) � Q � a 0 O z J { O c ti ti O N O d OCD O p O O O co N w O OO n h m p d O O O d O O O d O O N r r N N C!y O (� Q O O O O O p 4 d O Q. O O O -a J H N N N N N N. N N N N N N N z z a N d O O tD a m d cc n J1 J CA w ►n- w n o Q m X X X X C14 ZD X X X N X X X ?t X M m J .1 ? � U)CL CO 04 Cn C Z Z SA [!? lA T r r 0 0 (q fi 0 CO m Zvwv 9 co cin 11 C9 ❑ p m m m m m m m m m m Z z w w w m m m w w w a Q r a a 4 a CL a a a w -j aJ. a � a a 0 a ❑ a a a a z z z n- a a z z z O U w [ w z z z z z z U Q 0 CV 0LL r m m m MM 14: C?: O O - O d+ O O d 'O p:- O - O 'tiT.. -�.: M ,O m m Q. O O O �., O O O O O > 7 O:: O O O .d' O. O `O '.p d i o o a: o o_, O d d o o,. 0, m a<' 'a o p :O'. d p o 0 0' o h: 'h - h co ED co m co w m ID co cn, �: cp m m cn m m. cn 1 -11 tt O [p h a0 CA d r N N N N N N N N N N M M CN7 m a `m a 0 C M N O aM-- cO 00 Lf) M m co U i O ffi fD f- N It] n Ql cq f0 Iq v G cm N N O '-T M et C7 efj r M 0 e^ f0 N Q r M to N ID co r M fo �-• r a` rn m Im 0 O O O O O O O O O O O r0 C N N N It7 O O 7 fA M t"J N O r N Q � N N 3 7 � a r IL O N O NJ J J J J J J J N co fD C7 NfN W N Z Z .ZI Z Z1) 1 Z .Zi Z fro 0 ID PL N N' JJ J J J 7 V J J J z z z lz z -j -i � -J, (� v z z z a rn a JJ J J J J J fU C7 Z z z z Z Z fD Z z as O 0ao0 OMO O Oro R w M X w w waw w w wwwIL r J J •--I J Jx J J J J r r cV 0 9 ol 7 J 7 c 7 J 7 7 VVVVr j LuVVVVVV`y IL CV :rr rL' r2 x th m n r m C K x C r COco U) (4n M r r ti N U7 V¢j M ss m [L LC Q Q 29 U) CDr ¢U¢ a apa ¢ M IK n X r c m m m m z fA Z Z W Z Z m Z 1 Z m w fA fA 0. H m U) A OtnO OE- Om0 �-. O m U) m w w � ❑ `n ❑ � caQ ❑ � ❑ x ❑ ❑ _ ❑ � a ❑ a w ¢_ x ¢ a x a ¢ H ¢ a H ¢ z Z Z U z c� z ❑ z ❑ c7 ❑ zofno � of�n ❑ � ❑ w co w d' 4' z W m X U m I7 � ELLL zi = Jaa- D 0 j 0 _j A a- 0 J O � O Z O ?LL CL O m m m 0 p D m O M O M O M D M O M D M O M U U m m U fA m U c U W C) U U U) zy 7 r OTM�+ sANO �sr C, Orry pb.y p p y..p C, p O O O ;[7 O y O O O -O O 1 'p p:- G ,. O r - o 0 0 0 0 `o o a o its c .0 Q AOff.Ykp O O '.Q �, .0�: �O O ,z1 r0 O r r0 -Of r' N t t4 d' Q�;S ti �� .!',Q :O_ O , 051 O ➢ ',O n O O - ti t O p O O O 3 fo t ffa m m " o.d: n ti r• cfl z r�:: cc mcc E _ Wm 'CO) m M m v v a Efl VT.; Q v v `W n. O 'Wo c O It It �co Go OD M h N fW0 VO d co Q V O O O W f0 sT � I� O r N m m m m 001 `. N N N r ltd a 0 0 0 0 Z Z z z m R W O C m O m N O O O O O O O O O O O N r N Q ❑ N CV d O I 0 L h O r - N P N N N N N f0 N N `O N r 07 `ct Q O O - r h r C ❑ (1) z z z z z z z z z z z z m a V T co Z 1 N Q W ❑ cmH J W a 3 F O E404 a o r o N w m w N X r -cm A5 — N d a r r Q U r r U J '•-� C ct)al CO N cA � 0 co Vco) co N a o m xz uj �, m m �, m m z z w w w a c� ca c� CD . co _ ~ ~ a a J d J J d m J U) w m m a a a a. a z O O z F- LU m U Cf) Y 6, r`Mv1 o a ' o `o' A,do So '��gra r4 �e c» f �r' ,u1 w r w4 o o J� rf On'SYt O C7� O.A. sx —42", 0:� F -OS�r' Oaz O 5 O O sOrl '' O O �' P tl --0 O PH is :u1 o o o o o a o sc o 'o 0 o GE a 7 D a o: a Boa o o o E o r o f a o1a o of a or o 0 0 0 4 id O C N`' Nr N C7 dMR rx f' a C L6 N Ol n ti h co - El w I-NIQ LO - - CD m a v� . o c 41 CD 0 f0 10 RJ m O O Ln NI O (7 r fO 7� h (O V QJ O 113R q LQ 1� 10 1` �►� f� 00 V A Ln 10 GD O O n -At h co N ti co � CL It O h h co N N w 0 N h 't (O N C7 IC1 m m 7 m r O O O z z z r o 0 0 0 0 0 0 o p o o a o 0 o a o o p c o N C L'7 r r r N w m M O r 0 co Lf) r r N m N Q :3 N O1 a r- � J J J J J Z J Iq J J zl �] J J J I O L Z Z Z Z J 1 Z I Z J J Z C7 Z Z Z Z I 1 I I Z 1 1 1 I 1 ?1I I I 0 _ + c- h h I P7 ZI ZI 7 l4 0 I 1 Ina CID I C4 MF fV O O o o r r r co r c�] r .� 1 ❑ � CD m m m r J r Jr m LL m LL LL LL LL m m m m m m m a �o A cc Ll� Ll1 [i! Il! LLI W W W LLl W W LLf Cll W W �I W Lll W W L>1 Q) J J J J J J J J J J J J J J J J J J Z z z z z Z z Z Z . Z Z Z Z Z Z Z Z z m �0 �0 Oh0 O O OZO O O O 0�0000 03:0 O m co C>W 0 ' i��0 �� � Q' 7X0 W+�W Q. X Q' Mw�ix wNftmd' tY : d OWpWpWC LU w .1w LU-i W } W1DW W WMw WNWNwAW W (n O --JJ p„_l O J O J O J J I`9J J J D J h_] h J J J JNrJ J J J --JJ JNJ mJ� J J� J ^JOJ J JrJ 4m -j J J - pOWObWrWmWr WYE W [YLiI W LL w w1 W �WrWOWmw � W - WN LLmLLnmZ)LL� LLn � rQ3 QrQ QQQmQ '7QmQ _ Dm ! N m mr 2LLm � LL�J'2r�[? r2_ C LQL I W m m r m N m C14 t 1") r r N r p QQQQOQpQtn❑ Q- ❑ r ❑ CvH J J aa J F-J J J JQ :� Q Q ❑ V�U)0Q ❑ Qwmc J JJ J J J -J a JMa QWa �QAQmQQZa a Qw¢w w Q0XOOX0 a0a0MWJ a0WQ : m0 - 0a0z = a00L— - 0000m m wQ~QWQFQQ- QaQ� QXmXOXOZpQ Qr❑ QXQ� o � QFVOUdOOUmUXUUXUdUXO1L (L c CL a a aaawawa� aWa �' ...a0a0a- aoaOaa W a p o >-> m — J a d V V LL `O w > > Q O , QLYQ —QOQO❑ JO�Q W =50 § 0 00QwQwQLLwIQIIJQ > ❑ w f- 0 J Q i 0XwWJly1� 5X> a > > a > � J W W X>a > m JX> X 0'-!Z Q a x OOOOJO ._JO O OJO -1 OJO-�O -� O �O O O O-i C9 C9 > d JLL -j LLQLLIILJiLJLLa LLJLL¢LLaLL. LL> LL�LL �LLa LL >LL � J LLLL J w J w= W m W c W �W a w > w a W m W m W O W J W J W J W § WW J W co mrmmmmm 03 m m mJmJm Jm Jm m a m mFmF- FNF- F F FQ F- F F ! I-- <F- IFQFmF m F m m rn w co In V}m fn m [n cofn fn m CO) In m W (1) m Q 7 Q Q Q Q Q > > Q Q Q 7 Q a Q Q m CJ �; ¢ .:m: W - N C7 -.V liy cit h CO 67 O r N �7 � [O O Q c? .'O O O --O. O CCD cz, p. O O t- r Cl— oo o o >a o 0 o a c] CD o 0 o po 0 0.. v o o. ' O < O "O O -:O O.. O d O:'. O O O O O' O ..' O O O IO O C O. O O O' p ' N N N Ni N N N-- N N C,4':. N ' N N N N m '- _a r Q N- N .::N N:. N i0 HCl � m 11'1 to �' Y] -.: 1f) 1() 117 117 1n ...>n LO 11'1 O O O P i' Q m 0.,:. O O - O O O O ':�O '�0 q O O O b." 0. p.: co co w co m. m m CO .fD (D � w choCD E ID h CO tT O N f�] 7 1L3 fD h W O O r N i7 ip GO CO fO h h h h h h h h h h 00 c0 Op ap W c0 CO m a C7 O c m v co m co o co m W o r O W O lf7 I t}' O h N W fn 0o M 07 C- co Op 1l 0o CV 00 r CV a O C.) CV O 11 ti N W o N to N z z 40 b M N W O O O p C5 O O p C LO Ce) N Co N ,r W Q ❑ N y Z Z 5 O co n Q r (D n I r aZ Z r r O y I 1 r M co m m z z z (C) m r o M I z Z z Z ;� O CIO - I� LLn co M a O) m m N N N Nm LL M Cl) Jim m � LL � ) C) v a m Cl) C J mz �J J J t!] J J J JJ J J LL' z z z z z z Vz z z z w0m0 O O it fl coo �O oa- 0 0 O O N ncm m ZW Cww --w h � F H } N W N0.' 0.'�wNOf WAX � �w w w rw 111 w w w wMwW cn "awl JW Ww 3mCl iJJ� ❑ LU 1j } J JUJO.J•J �J4J _ w W•-w = waw w N x0 r❑❑ Q �� ❑ cy ❑X ❑ r❑ UUU� IZ2X2m2 2> H � � �X203 m w 0000 w. Ym t Xo } oWflao0 c. a m NZUzz 'zL` UQ c`� z Q Q0.ZIL000 � Q a Rs F rOi.10r0 NO : z �U XO ' 0 z Oa00.0XOX0 a a ora ar of = a ra ❑oa � ❑ aa0.❑ G ] rU CgCJ �U 0.UX N Jw rU U 0 UUUOU� U —U n m� W� w � W ��V X wa W W} J} } }r N fAv �} [A } V }m } r} M � a } .mi (7 JQ QQ �jQ WQN r fnQ (pQ Q Q Q Q >< Z Q • ] m m 0. a g � ❑ J o o w N U �❑ � ❑ a O ❑ l 0 w o LL J � -i it L W W mof mw } Irmlr�10 w ¢ OQOOO �OQ Fw- w zO z0 NOmLL o OQOEO w m LL LL LL m w w W �co W ❑ w wm � mUmaEd < < �m �m mampm m ¢m H H g H 1— H Q 1-- } F- 1-a H Q I— �— g rn a w w cn (n co 0)Q:n m cn > > a z o a aa.aa o a zg g } U LL 2 LL c ❑ O O x`. O O O q 3 O'� O �` O m p 4 O O O p 3 O O �.: O ir d.� O a o o r C3, a}e o o v o is r O= r u�i Ln LO ^ ��� � CO' � CD' con CV.;. CD m 0 0; o 0 of o v o 0 0 0 0. o`' W w o'it o 0 o Q o v v o o ;o 0 r• m. w ;t m cAn' w d�0 w . co (0 CD (D:` .W A W _ oo W 0-0 a� rn rn m rn o rn rn rn rn { } I i 1 s � 1 r f ' 1 I { j Page 907 of 1197 a m O'a . O c �D M CO fD )ry M N NO N O h CO If) m r O O (O h Op- t N N r h CO coco M O M V [7 CO CV C7 )l) OD {- n n r-CO r-- N CO fQ ` r Cl) IC) r r ar C w O N O O O N O O d r r p O O O O O C N r r r r e- O v �^' I1J lf7 O IA N N r N Q O N 7 GI C) 3 J ¢ J Z li z �i sc, 0 O J J J J J J. j) N cLO o -'•1 z Z }Z Z Z J Jco z J M (7 N Z ) ? Z J ZI ZI �! It (D i [h C'J � Z N N � � � � O N m M Z Z, Z ❑ ee�� I I I ! I I 1 1Ia I I N 4 �1 I v U) co 00 r a co M C 7 N N N tt C,) U m Q) II� `� > > > W w U 0 > � v_ 5, w u� u� u� LIl w W uJ W W tU W 6 W 1 6 6 v r r } } rh J J J J J J J J J J J J J J J J J J J J J cor z Z Z Z Z Z Z z Z Z z Z Z Z Z Z Z Z Z Z Z 0 0 0 O O 0 O 0 O 0 0 0 0 0 0 0 0 0 0 0 0 m W a co w w m x x S O W)1'1 O iY x w a' w x x j a W W h W M W i� W W W N W N W�W w W w W W W W W N W S W W W J J h J M J J J J J N J J J J J J .,J J J .-4 i J J J J J , J �J .�.J J JMJ �JN -j J J J J J JM J Jr JY J J ILOW W W rW �� W W NwNW W w W W W W WN W v WO W r W w w a V❑ 7�j U❑ r❑ a ❑ ap ❑ ob❑ ❑ ❑ ❑ ?y ❑ ❑ �? ❑U ❑U❑U ❑ O ❑ ❑ O2a22 ng� U� gM� M� ao � 2 - � -$dnN2oo �W C CL 232 ,�[I: D _ a � V �� ti r r- — max • W p m00nm'❑ � ❑ Uo � n _ ❑ = am of-GIN aN❑ ❑ ❑ ❑anm ❑0 ❑ Y ❑ � ❑ w OJU-iOJOJ J � �J TJ � J J � J �J � J >J4J J� JrJ J JOJ C fl. U¢ xQ(� QUQ 0a xQ Q�QapQ � >Q > >Q �Q � QM ¢(o< Q0} QOQ LL i Z Z Z Z " ZUZ ZNZ Z I= �[ N Oz � NZLO Z z ZUZ [-Z Z z }Z v x0a0)CO OxOXQ �OxO 0 O OrOrOp0i�10cpOF00000on 0 m ao ❑ a ❑0.❑ a❑ Q n "' o -_ px❑ N93 oxoxnr ❑.- ❑ rn0 ❑z[]LL ❑ O ❑ r❑ a 2U_ U -UL�U LLU -v c� 'qrU =UxO �O _ ID= C) U U C)ZO (3 U " v � ryN � �r2 � LL� lag M2C,) ZE ,m �2gg X�Xm X MZ �O2 �T' 2Y4 � � rr�r— � =yrs Fromm rrr M}M} rrrrri � � �, ��, } (n �o� w it rw- ¢Ma "' QLz ¢ a ¢ �a� a�awa [raLY¢ �Q� Q � ¢cnaz ¢WawQ} a W� ��W ��� a' � IIJ� ¢ � [].�a�a w�w W�W� W �Z � Uti ❑ wnFoW ❑ w ❑ I- ❑ ❑ ❑ (no (n❑ ca - ❑WAi-3 2i ❑ D ❑Q ❑ aowoW ❑ ❑ a � Frra �FaF � aa � ¢ MCYX �`�[>! ��a� �aararrrz � [�a [e - Le (LM ¢ 0 (L <0a0 a0ao Ow0 �0a0 O O O O O O Ot�i Op" OJO O ¢ LLQIi c pLLaLL LL � LLFLL W LL LL LL LL LL LL LL LL LL LLaLLL LL W¢W W Q W Q W w W WWW u W W W w W W W W W¢ W F W w m m m m m m m2in mgm m m m m m m m m in m FF F E- F I- F F F F F- (0 co co co (n co In W c (n U (n co co (a wN co U ❑ ❑ ❑ ❑ ❑ ❑ a ❑ ❑ ❑ ❑ 0 ❑ ❑ ❑ 7 ❑ ❑ > 2 :E Mg g Cc, p - o 0 o O t r o o :o o o - O d `- o o p m O O O O O P O O d O O O - p O O �. O O O O O p L :N O < O O P O : G p tl O. OI O O O - O O ; O O O O O-'�, O O 4 O O O .'i. O O ,.r.O 0;.- O'. O O '. O;. O O :. O O':r P to O C O O . O O -.` O O O r ' r r r N. N, M M N G r =o O O (O [O (U W to �O` (O. to iQ [D -,.CO [D to. cO (d (D (O=j 03 Q! P O O _ P i 0 O'. O i 0 O; 0:.. O O O O d : O O ; P (J� O O O O -:; O s 0 O OP - h t,. CO Co (D CO 0 SO' fO (4' (O - aD .`fa (O [O fp LO [O [D.I P N M IL) to I- 00 O) O N M J�j l(] CO00NO d O O O O O r r r N N Nr r r r r r r r 9L §0 S 0 ■ , q k k q m � \ § © § 6 6 z 2 a) ma § S 8 Cl @_ Co n LO 1 « � d _ \ / m ir 0 V [ [ I J e k n © 3 ' . R PE k 1 10 10 2 � ® u § \ U w 0 . � o e D co 0 §t ¥ k] m w 2 2 _ x x $ j C) ¥ §J §� � N{ e Lo Q)D « m m w Ly Q � j § o � �wE�o� aE�E � 2 oLo� 6 Cl) o C-i C%l �w©� { kms \ X X-.1 kk/§p8 j z � � o& xm -neo oLL LL 2 Ee 0 CL a- 2 w \3 § ) / §\ zd 04 ° §Mk § It § 9 :aE z w §k k ® k § � . �x x � # tG. \\ \ M ^ « M} § W,< §y \ §« CO© \ : oaf y o w c« 8 § off od 8§ . o' #« o © « o©, oe , 0» 9 a ] . o� wm . « _« ewe . CO ED + : (0 CD. ; tm \ \. co: Cl (D e . E« . - #/C » \ 6\ C20 \ .\.� 2 Ty- 3 § / § 2 § § § a c O I(1 co IM coM m O r M _M M M m w w M CO co O ♦- l7] mm O N N N t10 m O t<i 0 iC) CA h m w co to cD 0 c0 m CO A N 0 m co w M M M m coM M M m lw 47 0 CD w It JL N 7 ts0 m r y M C7 M M (�] M M co (D CD O N co Co tN., r w M m m 4 N O O 4 4 o p O O O 4 O O O 0 0 O O 0 O O O 4 O O 0 O O 4 O O p 0 O O O o O O 0 O m O h h 0 W M al 0 (D m Cb 0 N N O 4 O O 0 4 O O O O O r ¢ 7-- foto ¢ ¢ [D t M 7 O ¢ ¢ N N ¢ a fl O O O O O O C ' O O C 0 N N p OO rl tD LO p ` O 0 4 Oh Oh O O O O O O M im 4 O 0Oj m Cl 4 C) O O O O O 00 C) Oh n N h O O h N N r C) 0 CDPOh O r- M r- Cl) C 7 (+l r- p M [rl C�7 (7 M M P- 0 [h C�] �+'� (h m C O O r 4 r �- O ❑ !O+ f0+ O r f~ n h h 0) M JIM I M M c] M M (7 a z z = x s z z s z x s z z = z x x z x s z x F F F F F F F F- F F F F F W F F F F F F F F z z z z z z z z z z z z z z z z z z z z z z w w W W w W w w w w w w w w w w w w w w w w J J J J J J J J J J J J J J J J ¢ a a ¢ a ¢ a ¢ ¢ a a ¢ ¢ a ¢ a ¢ > > > > > > > 7 > > > > > > > > > > 7 > > > a sa a a a d a a a a a a a a ca a a a a a a w w w w w w w w w w w w w w w w w w w w w w a x w w x = LY w w a w w w it tY a = a LY w w IX O O O d O O O O O O O O ONO400000 OHO O O O �❑ M❑ N ❑ �❑ �❑ M❑ .a❑ MO ❑ M ❑ CD❑ O❑ 4❑ r❑ O❑ P][� M❑ �❑ �❑ ❑ ❑ ❑ N Cf NLY �� M !r �lr �� CDLY cDCL' rd' ��' ti � NQ' SLC `-� CV� P[� SLY a(Zh[C NCL' tiLYNwCID N O O � O O ONOc5O .40 040L60r.-O -OrO �-0 -0 - O � O O OtAO C tm LL LL LL LL LL LL LL LL O LL LL LL LL r LL LL LL LL LL LL u7 LL LL LL O LL r6 0 MW tiW w9W OW (oW hwtW tu (D W vW ()W w �W �W oW 4wImwNW W W W � LL Nm V'mh m6ma6m Mm4m hm tiM Nmhm qfA mfDmrmNmNm m to (p m m N m h m o�m [A WF WFC F WF LU J"- NF NF MF F "rF F0FaoF F +F VFVFwF F- vF F (nF' V( CA (9U) w Cn (9U) 0(A LUCO LLJW WUA WLn W U WCA WCA Wm LU CO Wm WU) WCA(�C4 WfA W(A WC WU) Z� � (7 ZZ: Z� U' � (7� (7� (r�� U' � C7� C7� C =) (( D ft MO0OnZDOa > > � z 2zmz� MZ2 2 mzm m 2 z2 2Un02 _❑ _❑ ❑ ❑ ❑ ❑ ❑ ❑ �❑ ❑ n ❑ �o ❑ ❑ ❑ ❑ �❑ ❑ ❑ ❑ ❑ G ❑W ❑W — Li1 ❑Waw w _w —w —W — W —LU —W —W —w W W —W ❑www —W .W W q F F F F F F ❑F n F F ❑ F ❑F F }- F F 0 F F F ❑F F F —F �oWotro owo �o �oawouo �o �o �o �o0o �oao � IS a ZUTU = UxV =CJLL'Utl'UQ'UaU LYUfi'U Q'UdrU �.U �rU �U mU2U xU �U �U LYV Z� =rs}} = � z� =}} x� z}} x� m>- z} F - s� s� 2>- (�X 0— F X C)XC FXL'xFX �' XFX FXF-XFXFXFX FXt1X FXF-xFXFx OO (� n OUdU000U0U0a00 809 0000 CL CL d Ll — LL Jl CLC)A I L) fl) —a. a L1 L) (-) �Ll O ll O CL O CL (�a �<l _LZ -CL —CL - CL Lu LU W —W W W —W —W —W —W —W —W — W —W _W `W —W W W LU W W W W —w —W —w J— J— J — JLLI— -1 W— W— W— W— W — W_ _ —_ — —_ ^J ❑LA []UJ ❑ CAaW0MJW JM JM -jU) JU)JV) WUJ JCA LJU� LJ(A �(A �(gp(A ❑U) JCAJCAJU) ❑CL ❑LL ❑ a ❑a ❑ ggqll 0 0 d ❑ tlga ❑n. ❑[l ❑ ❑cL gL1nlL ❑a ❑0. ❑(L <II �� va)ig aQgQa� QQda ❑¢ a�¢q� ¢� ❑� ❑ ❑� ❑4� ❑4�u)� �� aq� ¢q� Q� � a F _ F _ F (D (1)F CAF0FCQFLgF0co (1) �F �F �F �FryF - FUF mF- mco a — fA �m �U) �U) TlA �fnrCO c U)= (A _ U) = CA : w UJ = co)�UJ NCA Nm N(A = m (Yj J Ch ;-;r J M J N J XmXmX mot Xco MXMXMXMXMXMXMXMXMXa4XMXMXm ` mm mXm xm CVJ -VJ J (DJ co-1 J J J -) J J mJ 00-j 4J OJOJN J ' J - J J J J w w w w w W W W w W w W W —W r W —W r W m w 4 w W w W w W w w w w w W w W w W W W w W w W N W w W W F F- F F- F F F F F F F F F F F F F F F F- F F co U) U7 U) U) CA m Cn CA Co to CA CA U) CA m Cn Cn to co to CA U) (1) U) (1) U) Cn CA (1) Cn U) LA Ln U) U) 0 co co w co co 0 m m (1) co m co co U) (1) m U) C7 Cl) (D tq to m V) m CACA (A CO w w w w w w w w w w W w W w W W w w w L11 W w JJ J J J z Z z z z z z z z z z z z z z z z z z z z Z a ¢ ¢ ¢ a a ¢ ¢ a a ¢ ¢ ¢ ¢ a a ¢ ¢ ¢ ¢ ¢ ¢ rn o to N NM zIr In w r` c0 m O N M v to <co- rh to to 4 - N y 4 O O O O O O O O r r r r r N N N m C7 O O O 0 O O O O G -O O O O 0 O O O- O In "4 O. N C) OO' O 0 o C> O O Cl O O O O 4 "`o O O O 0 o' O o o G "o 0 0 0 . o 0 0 0 0 .9 o �c� 9 4 : o 0 0 0 0 0 0 O d) c6 db & di c6 c� � rn . rn ' m d> rn rn 05 9 9 to R d, tD o co m co w m (D co co . w to m co t8 to o co o co co ch 0 4 0 0 o Q n o 0 0' o 0 0 0 0 o 0 o 0 0 0 0 �. C) -O Q d- O O O O CD O O O O O O O a O p p p h h - h h h- h - h h h, h' [•' h- h h h :. n ' h h h h�- h i` . CD CD (D Ito w tD to CO lco W ' to- (D to co to.' tD (D. to cD (D ico� I(D O r N M (7 M M M M C V w LL7 CI] tri r- r r r I ' I I i t 3 7 Page 911 of 1197 a c O C) O O r N M N N N (7 M Cl) O h st O M r M W t` O O CD h m E` v 40 c1 n ti fN f� h m d 'cY 0 (D co h w h N � � m M � � � LO 0 (hD m Qm) 7 m cy (O M co M co M (D co M M M M 0 M M M co (D m N c a N 7 tm 000 q CO 'q LO OM a a a 0! N a N ¢ O O Oro O ¢ (r0 Oto a T- 4 d O r O co O CD (D m [C) O N Of IL O O O ¢O N o v O N N tD 4 4 h O (D co � O O O 4 O d O OOp O d G a o O d M O M O d ti O O d h N M M Cl) M M 1c, M ^ M M 4 p (4 O O O O O O O p (mf'1 ❑ _h C O M M M M co (y ico c a ax ¢x ¢z as a= a= x 4z as q= ¢x aax ¢z as Qz ¢a ¢x az ¢x ¢x Qz N S W W LL 11J W Ul � W LCI 11] W LL LL W W W W W W L! LLl F F F F F F }- F F F F F F z z z z z z z z z z z z z z z z z z z W W w W W W w w w w w w W w wW W W W w > > > > > > > > > > > > > > > > > > > O > > n > j M M > ❑ ❑ ❑ ❑ Q Q j ❑ ❑ C7 a O Cl CY d a O 9 a a C3 a 0 C7 a a o 0 W W w W W w W W W w w w W w W w w W W J w W 0 O O O O o O N 0 O LO 0 0 O 0 O O 0 O O o 4 0 s s ❑ ❑ o❑ ❑ o ❑ ''0000 ❑ VIQ �❑ (DOon0Dan ❑ ❑ a ❑ C�Qan 0 o CO0: �0.' �0.' �a N W SLY q IZsr x !Y .-0 p W QLD Nw �x 0.' Ir � W0.' Nx -w co- c T ,6O ,qoo0d0 Oro i o LL ONO NOWro 00 No o OLL00 -OLL -OW ('•>,: Mg m �W w ' W �jw0 wNW O W N W LO OwoW OW (qW W oW �W aoLL wdW OW N0 O m (� rn m c$m �m d m r; m m m N m - M N m "!m v,m N m N m m m "m h m . m ca m r LL (`� LL uiF (ol-- WFai}- � F VFr F ,N- F �h �F �F �F �F (oFoFc„yFMF ahF�r (� W o w Lumw(n mwm m m (nW w (nwm m m U) w(nom (ncowrnW(nWU) rmr m 0❑ O❑ wQ0❑ w ❑ w❑ w = 0 ❑ W❑ 0❑ w❑ waW❑ (go 0;❑ co❑ °°❑ C7❑ 0❑ WO(�i O ¢�Z+ Z� Z� z z z- z � Z � z� z sz- z- sZ� Z � a-2OQ2ZZ� 07 - wF Z LL o _w �LU w �W w �W w � I❑LL LuW W �[❑ w �w4p[QilwLCL LLW �L❑IJ �cw, 0 0 Q ❑F F _F QFC F �F � L^ � F -F ❑F '-F1F �FnF WF �Fq[F- F ❑F a aQ¢ aQ a a ❑ a ¢ na a ❑a ❑a ❑¢ aLxa a09 g za a s �� x} P ) LY} LX }}� �}} 0. Lr } OC �}} U}} U W 0.' IL FXFX =XFXZ CTXzXHXm HX =X ZX =Xm a. L) VXH Fm-XcLx � 2 >- >- F }- F F F _X _ CLO WO WOWOaOWOWOVOWOUOWOWO �OW0 0 0 O O OOmELLI 0. -CL -W -IL - 0. W - A 0. -0. 0. -n a-0_ -1L W W J0. UW V 0. �W �w _w —wZw _W � w - W �ILUW _w �w _W —WpWnw w w �wUF01 �� LJLI_ WUw W- W - � _ LU _ W� t ❑� � U) U V) W W w W W W Q- n Q W w Qa Qaoa ❑ao aoao aJ aOmJ(n -iU) J(n -i U) naa(n ¢U) aW _j -1(n n ❑ ❑ q ¢ ¢ ¢ n D 0. ❑0. n 0. ❑ ¢ N W W N 0. ¢0.a W Y o o F FU)FmFu) F (nFCA Fm FCnFUjFU)FmF (pFOFXFXF CA N_1 = U) r.U) c U) z U) cn _ (n U) e m = U) - W = U) _ U) _ U X CO -U) m CO N N x N J JcVJ _JN Jcm JN JNJ LVJ (VJ (VJ (vJr J �J �DJ -cpJNJ NJT (hN XmKmXmXmXmXmXmXmXcaa{mxmxm >Cen m *-m m m m mT (;I (di OV¢ll gip❑ (❑ = OOD ❑ = Q . ❑_ ❑ : ❑ _ n = ❑ _ ❑ _ ❑ t to (00 ❑ ❑ ❑ - 0 - 0 C5 c J J m J J J rCN J ...t r J ..J O J J J N J J J J J (D J O J co, d W W w W w W W W w N W w W W W w w W T W T w H W w W W W w W W W W w w W W w w W w W I- F F F F F F F F- U) co U) U) co U) m CO W (1) W W U) CO co 0 w co to ea U) m U) U) U) W U) (1) CO CO (n U) U) 0 w U) (1) U) co (n U) U) (1) U) co U) U) co 0 (" w V) co U) U) (1) U) U) J LU w w W W L) W W w W W w W W W W W W w J J _JJ J Z Z Z Z Z Z Z Z Z Z Z Z z Z Z Z z z z a ¢ a ¢ a ¢ a a a a ¢ ¢ a ¢ a a a ¢ ¢ w w c co w N M Ln CO h m to 1. O N co � LO - co h co 0) O r � CD . N N N N N N N (`7 c7 M M (+� M M M trj - M at a h h LD CD O O O O - d O O .'O O O O O O O O Cl O d. O O-- O « (11 O O O O' O - O O O O O t 0 O C7 O O O. (n O O 1:1 4 7 d O O Q O O O O O O O O - G O O O p O O O O� q1 O C) O O] m 01 T .. D] Q7 O CJS 07 O� �.' rn. 01 Q d m 4 co - Cfl CD (D (D CD ', to (p CD cD [O co CO 4 (D tri Go ch U) o 0 0 0 o O o n 5� 4 0 0 o O o o a' o ni o' o d o o a. o ? d ` o 0 0 0 ',o o . o , n h h h h h h h h - h h h h h h t~>` h (h0 GhD.. [D:. CD ' O ... to (O w co w m O w. m (D CO CD u U') ( (O1 (OD O (rD hr aro rn ot^ hrgr ir co r On Nh Mh ah r T S 1 I I � , s I _ I r` I a , ` 1 I I . I ' i Page 913 of 1197 m` a m car P . o e Lo N O LLM7cn to O 00D CCD O O OMO tD p` MO N [��[ ON7 M M r r N N c07 14 � M cH W N Co v N N Co 0 CD w 0 V �Ny a = N N �y � Q r RU N N N N_ f 4- to [D (D W co M h I O 0000 O m h O O o 0 0 o na m O O O O N M `-' N M v co co c0 0 0 0 0 4 � h w U7 0 W) Lo L to N CCD coOCoo co0CCD CCD � n � ti m Ico co co IGO 100 co Ico Ica ao Ica co a u5 J LU uj w J w � J o ay w w co O ro w wIR v m r m a T M01--00ippUpmQoW`9w �w",' LU w W va c 4LL Cd' Tw O)Nr a'�Q." r• �N �O � O�O � O � O � d LL m LL LL LL Cp w O wM W CW w �NTNDNTNDN0 v°avmN�- �m� m �mCh �[l.Igwgw W w MO �O `rY �oO�ONOZO0000000000 c Cw7YCw7�G w0 [-� ~ �Lxizwzt�izl�i LELzl�i o ¢¢ xzOUW' ozoc� �_ _ a [rO �oz � ZZ¢ Z wm �m�mxmxm � m a sigm � � OwOwow Owowo r pp..,, G z Z ZWZ U0 EL<C) O 0IL¢ OEL¢O ._1 Jz ,Jm J z— Q—❑ dam❑ �� v E >LWawa� a W-`Waww ¢ ¢ ¢ ¢ m � m �m �CA � CAjmUmC7�W LII�W (,ry W O� Or- OxOj--O�- OI-- D U U LL = a 2 z Q T S 1::f*a:) Mc— l :—R4V-P- mwmwm�wCm mwm[.yz � CC4 w �QF- HCry _ N _ N NZNr q COCAC7M "v co COOOooCD ccooz= }� }}U ` CD Lo m 0) C%l G :O O p 00 w O O o — N (r7 co OD N N N N N r H H f2 P Vb LLJ # 1h N r -. N° M Ip v p 0 v o ' a. o v v p c> w v: a p a o v p o v v p o a o. 0 4 0 0 0. p o v v o o -� 0 0 co oo. co @7 Co; co ao co. co _ eo -co O O O O 4 C? O 0 O- 9 3 a CD'-. Co' CO CD Cp.. 0; CD _ CD ChD Co.' Cho _fr0 1=02 LA1h 000 W — co OCD amo r r r &�� r r r a �o c C? O m W 0 M +nM W tp CD c0 Q C7 -q q ' Qi T N O @O �C! �D N f� UO W Ct a- (V 10 wCo r M (O fO cD CV N P7 I- c0 T M � r N ir a N N V N N W N N N N N CD N N N N F y N N N W N N N T T N ti rn a o o V C U') h p 4q O O iD t` O (O O O to C~ O to O O ILO n O to j o 0 0 0 0 `4� o o v o 0 0 4 9 0 0 4 0 0 0 a [a Cb cb (D CD CD Cp 1+ f+ A h P` f4- r r T Y O O O O O O 4 r r T O Q O O O Q M In In 0 c0 a0 W W c0 W co W c0 co W co c0 W co 00 W co co co c0 T T T T T Y T LL 'a 22 z ¢2 T a2 ¢Y ¢2 aT a2 aZ ¢T 2 a2 a2 ¢2 az q2 ¢2 42 a2 2qq � � W � W � LCI Lll CU Lli <1J LLl 4LI � lil <!] W W W W til W W M M N c m m m m m J m m q7 O m O d w w w W w w LLI w w w w w -� J LU J m w m m w w w w w M c o � Qrw0 w � w} uwi � uw} w� Inrw� w � a� a } H } a} ~ � H} Qp } bra } C] (A Jp�JOJ JOJ C) z BOJ J CO..J t(7J J — J (L ..JJJ dJ EL >i S Z m Z 0 Z m Z a Z a Z �Z N z vz v Z�Z � Z J Z CO)Z J Z J Z w Z w z < z C a � O_, O �OJOaOnOJO�Oa0 -�Oa0 [LO O Om0UOtr�000_30JOwO � 'V -J -i JJJ � JJJJJ�J �J JJ �J J J .--IJ � J�JU J �JUJUJ J JJ,..1 u UOUO�OUO�OU)OU0 O (DOUOCOOCOO�OaO >OdOdO O Odd m > > �Uaa � >� Ua �� VrxU �v�V �aaU� Q � a.�vav � E UwUw0wowcUwUW Lu -EwLU Go CO apo = ccooSC) 0°= Q2oMOYWza2 W2 pzoZUS V22ZU2 zT22 V YU2 V2 SUSUGoU2UaoUWUzc� aooZUcoUm ZUUu� Uu�UUc��U �000mc�oUoU U U !AW Cn CA U CA fA UJ Cj r CV iqin ED U N - N m M T r M fV t7 cV r (�j N _ N co "t LIU:- CD-"_.. rl co O T N,. M lA CD .tr co CA O CV O O O' m O O O d T r m ,m O O O C]'. O O O O O O - O O. O: O O ":. P O O' O 0 0 �7, y Q O O m O O. O O O' O O O O O O . O Q' p O O [5 O O C'. O �Oy}, O O O O O 4 1 O O O = 0 It Nr 4t t . O7. Of T O) .: [A Cb m CA Ch 01 Q7. C77Q� 01 O) p] di � io.- Y'f' CO b W O. CO' toW CO � CO r+ W. en Cf) lo' -- �] - LO Cf) ll] IL'! W n CO CO- CD - (D w W Co. (B [D (D co' (O w m CD 0 I (D (D co' O o E M (t� o h W CA O N rs SD h A W W co O O CA CA CA W CA rn rn rn O p O O O O O O ^ r "' r F' r r N N N N N N N N m a C3 0 e u� r m m m m m M v O w O m M u7 rn m O O O CD T tp m D) UL Nt O [D h h m ti m h O O n M h c0 CO O r sp N7 01 I+ r Qi 1� cc] V' r OG co N co Lo O M M m M 7 h o N M v w W co n. N R m O T 3 R N N w H N N N N (O N N N (DN N C O C R r r T (D coM T T m j(D M N a � N N Z5 rl7 m � Q � n. p b � c Lo o o u) r� o u� > > > 7 > > W [7J w W w W p O7 j o 0 0 0 0 o F o m a� m m ob N Ln' M M M cmo cm0 cmr) M ch M T ti' r T r r 0 co m co m m co m m m ? j D D Lo t' D � D � co r F r T = z x z z x s z = x z z = x x z z x x z z j j j j lUtl umi w cn ¢ Q 9 Q ¢ m w a 0.' F- r w w w Q Q J Q J J J J J J to p' r d ¢ a ~ ~a m m m z m m m m m m m r a� a�� � a� a < } a} <} o}o} °> z >-o}orzra>- o� z>- oro>- _ J Z Q Z¢ Z w Z-w Z W Z J Z W Z W Z Z Z Z Z=Z z Z z Z :Z ,nZ z z O Z z z z Z a OJO �O ¢OOOWO OJOjOjOjp�pjp? p?Ojp �pjpwO �p a J¢ J J J W W W H VOg0 0 ►uOwOw0w0WOWOofOlrocroPoc0m0�0 (fO �0a0m000 m >af of M '�IXLLOfLLXO=LLCrLLofrwf- a a p 0. F-- U �UF r H rzrtiHZl-- z - F'� f— r E'F- SHF' rr M 25 7 ��� V�72 2V2 � z �O-z Z g E UW0.W0. w 0. WQ w WULU � W III WpW�WOWOWOi�i] 4t pW �wp W pW co x U= U= U x U x V= o z U x V 2 =j x = r = =W x w= m= w x a z 0.= =U� UoUaUoU VoU U U U U>UUU >UjU U UwUUUwomo 0 = x CO 2 m x °o° w 7 U U U > J U V U V U U V z U s = a n a > > a a a > > N w co co VU U U U a V a a V V a U 4 WN U) U] O O U O U U CD b O U O (D U T' N ch N CD 0 s = m = m CO W °° x m M U U co m m 0 co c co) c N M CV M N W .' N M 0/l T r m 0 c] 7 if) cD h W O) N N N N. N N N ccn c'] M cmr7 f~q. V) M C - N 'MV V ' to R co O- O O O O O�- O ' P O O O O O O 4 b O b O O.. 3 -� CD 4 G O'; O O O O ii C� C7 O O O O O O' Q © O- t9 O C Q O O' 9 O sCD O Y O O 4 .O} O O p O O- C Z .fid. . 'V V qIt Mn L] o o: o' o o GGG� o,' o 4 - o o C� o Qo... d) rn rn rn d) o) rn 6 w rn o) d� rn rn d) m o . d) rn 6 8 in. en u� to u7 Uf) Ln : uo Ln &0 ori ; m m m m . m N lf1 Y] Lo to cD- w:, cD w w co' to cD m c0' (D m - to co C4. ICD co 0 w CD co C) .o O T r M v �n CO h c0 4,! M �ycpmN N N N N N N N N N N N N N N N N N N IL a m` . O C_ r C0 0 o, CD L77 (D (A r O to CD M M cn LQ O CC7 (+'} LO O N Ic V O r W M M r M w O a co a0 to co N O ti O r N m m Ill m m Cfl m m z z z z z z z z z -j CD m 3P aeN-- r N (D CO M N N W cD M N N N N O N N N NN N CA ik Q r a p 0 C > > > > > > W W W W W W co CY) U ca U U (S U U U U U U m_ m m_ m o] m m m W o7 m m m to Ul (fl ID ccsw T T r r r xLij s s Q > > III w LU > Q > J OC r Y Y U Y x Y `-e 4 W W W Z W W W W U W U U JW (L -j III III wIL J J J _ CO) V V III w r U Z Y (�] m V x a- m CL d M J J J –WA z z z U U z z iL a. a, a O} O} z } > z} z} p} p} 2} QZ� z} z} U} U} V} V} v} z } z} a} a} � J —JOJZJO .-JOJ —J ---JOJ ,ZJ OJ OJ 'lJ >J J J J J J ZJ ZJ z?zzz❑zzzzz �zzzzzDzEz2zo.zaZaZMZ z (-)Zoz Z c c. O OnOwOoODODOMODOWODOMOU0U0U0L)OC > 0 >0 >p >p a. W J W J W J Z J W J W J W J W J W J n J J J O J O J J J J J J a J d J y �O �O❑ Oa0n0❑O❑O ❑O ❑OwO �Oj0 =07: c000co0c0000o00000 m F- � F-U aar�� � 0-'aaa ��' �4' F-aaa a�' Ua Uammmof =Woo ami oa oa G ~ F- � F-zH � F-�-.,� F- �- F- �F- F- FF- �F- UF- 0E- UHUF- UFx ZH ao m� E OwpwZ0III2z2z2m �m 2ir �w �w �wwc�itwwU� U� cr�� c� 02x zg L:=RMO2F' 20xOz ❑ O 4 ❑ d U tR W W WWW Lq wu)w UIII U-U�U > F- F- = asos z z x s r r s r - r _ xCOxu):t > > U—U_UWU WOEL WUaU4U0U 0USU0U SU rD U (OU -- U ' U U U > U > > U U w U w W U U O O O x x co m > ] U > U U > > U > U U U U U - x x U a > C) > > c a > > > X x c� a - U U 0- U �- U U CL U f1 - x x x M (V O O U O U U O O U O U U z N M Y 2 0 OD w m T co co co CO co M UL#) N CO U) CO CV r M 2C41 Cl) m r N ('M r 1� w M O N' M 'r. O (D TQ M. O, O r N - M uj co g, N tl� 'a �fi lcf �c7 cD 2 Lo' m - M Lc) O (D (o [D (D cp col LD F m O - O O O 4 O O O O O O O. O O O 4 O O O O O: 7 00 O O O , C> O O O. O 0 O O O O O O. G O O o c Q o 0 0 0 :a c� o o n o o a CD a o 1 ° o `� Q a g CD m 4 a Q o c . 9, co cD O co (D cD co co c0 cD m cD cD CD w CD CD co CO' .i(D _ NN c7m M7 m CV) O O NN N N M N D ti O WW N NN m IL d� . O c W c� rn M w 6) •rn rn tO m (O r r h h 1� W (O z z z z z rn T IT N N N N N N O C S N N N fO N N N r r T N a ' N � Q � a O V Q co m Co ho p o a rn r (a N M .TM-- N O ❑ O 4 4 a 4 i i O c6 mN N N H N Cl)WM M ay 0 W W aD W W W W CO W r r T M S Y 2 S S 2 2 S S 2 S 2 2 Z CD v z z za. LU w rn M m m in a a -j --I � z z z O O 0 z M 4. a a 0. a. o- a Z Z Z U z z a CL a Q a U U } }Z } z }Z} > } 0 } O}a >.a} 0} U} } (�JUJ J J --.JO JOJOJU-jOJ❑J ❑J �J ❑J 0 �z zUzUzUzozUzvzazUzwzwz ❑zwz CL a0 �a0> 0>0a0a0aO�0-0 omOwOw0 �0IL a 'C UJUJ J J JJJZiJ--J J—J J J �J m OOOOUOUOVOyQu)OJO0Ocn0aOaQCLO -rJ G W 'W� ��maa00�U � U ��IYU�� d' U) rn � �(R TFSF2� SFS} �F- �FCOF F E Wuo ujCDLLU W�LU III ULu(�j a1�LIUW d W�Lw LU LU CL r "cV = i�t=- S- _- = o2oSUZcao = USa2a2 �2US TUrUcVUCIU� UWUWUco cooUUUUUUpU x X X X X U U 2 U S Go m p W N aCli Z T m r N M U W CV U U)- - t1- f 7 r � N f+_7 M X X X r T N T ❑ O'. O N (O W a) a- N A h h A A a0. 00 00 - O 4 O O p d'-. O O o' O O O O O w 7O O O p^ O p 0" O O b' O O O 65 m0 � v s* p `� . . v rn 0 0 0 (D (o Co (O CO (D wl (D - (D WCD a co EIfN Q(O W NW In n 4eq Na N (v W rn- m MW N 0 N N � N C d d! \ I r V [ 4- !I O C 61 CY) 3 d CY) m \ � ? r V N � n C � ' d 0 o � . w U coo w o d y � a O O C � Q CD c � d •F.+ ar L W o a m � c C.1 N j5 O !L m cc c co CITY OF RIVIERA BEACH ovlE7�q�q 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Q + Permit Year October 11, 2018 to September 30, 2019 �cNco� 1101 W 17th St Issued: CORE AND=MAIN LP Vendor: 00696.1 WHOLESALE MERCHANT CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC P.O BOX 80600 MUST BE POSTED CONSPICUOUSLY INDIANAPOLIS IN 46280 AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH �&kkv1FRq 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT . • .,Y �' CH Permit Year October 11, 2018 to September 30, 2019 1101 W 17th St Issued: CORE AND MAIN LP Vendor: 00696.1 WHOLESALE MERCHANT CORE AND MAIN LP DUCHARME MCMIL_ LEN '& ASSOC PO BOX 80600 MUST BE POSTED CONSPICUOUSLY INDIANAPOLIS IN 46280 AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH �rtllvl 600 W BLUE HERON BLVD s RIVIERA BEACH. FL 33404 BUSINESS TAX RECEIPT �'ecyLIN Permit Year October 11, 2018 to September 30, 2019 1101. W 17th St Issued: CORE AND MAIN LP Vendor: 00596.1 WHOLESALE MERCHANT CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX 80600 MUST BE POSTED CONSPICUOUSLY INDIANAPOLIS IN 46280 AT YOUR PLACE' OF BUSINESS Page 920 of 1197 Page 1 of 3 '`#`R E) CERTIFICATE QF LIABILITY INSURANCE DATE(MM07/23//20182018 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(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WANED,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 Willis Towers Watson Certificate Center NAME: Willis of New York, Inc. PHONE , 1-877-945-7378 F' 1-888-467-2378 c/o 26 Century Blvd A! EMAIL C No P.O. Box 305191 ADDRESS: Certificates@willis.Com Nashville, TH 372305191 DSA INSURERS AFFORDING COVERAGE NAIC0 INSURERA: National union Eire Insurance Company of P 19445 INSURER Core S Main L$ INSURERS: Markel American Insurance Company 28932 1830 Craig Park Court INSURERC: New Hampshire Insurance Company 23841 Saint Louis, bio 63146 INSURERD• American Some Assurance Company 19380 INSURERE: Illinois National Insurance Company 23817 INSURER F: COVERAGES CERTIFICATE NUMBER:W6958698 REVISION NUMBER: THIS 1S TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE-FOR THE POLICY PERIOD INDICATED. NOTVVITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLtCYNUMBER MWDD MM1DDMOM LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE Fx1OCCURPREMISES(En o=Tena $ 1,000,000 A X SIR: $500,000+ MED EXP(Any one Person) $ 15,000 GL 4786836 08/01/2018 08/01/2019 PERSONAL&ADV INJURY $ 1,000,000 GEITL AGGREGATE LIMIT APPLIES PER GENERALAGGREGATE 3 2,000,000 jOLOC 2,000,000 POLICY ECT OTHER: $ AUTOMOBILE LIAB1LIrY COMBINED SINGLE LIMIT Eaaccident) $ 2,000,000 X A14YAUTO BODILY INJURY(Per person) $ A AUTO ONED LY A0 UTOS CA 7742356 (AOS) 08/01/2018 08/01/2019 BODILY INJURY(Per accident) $ AUTOSNOWOMED ONLY AUTOS ONLY PROPERTY DAMAGE $ Pei accident $ 13 X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 5,000,000 EXCESSLIAB CLAIMS-MADE MEMMGMK70000032 08/01/2018 08/01/2019 AGGREGATE $ 5,000,000 DED I X I RETENTION$1D,009 $ WORKERS COMPENSATION X ST ATR UR ER AND EMPLOYERS'LIABILITYC ANYPROPRIETORIPARTNER/EXECUTIVE Y!N EL EACH ACCIDENT $ 1,000,000 OFFICERIMEMBEREXCLUDED? NIA WC 018177182 08/01/2018 08/01/2019 (Mandatary In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 11ye d describe under DESCRIF91ONOFOPERATIONSbelow E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Workers Compensation WC 018177235 (MA, WI) 08/01/2018 08/01/2019 BL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each $1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS!VEHICLES(ACORD 101,AddWorral Remarks Schedule,may be attached If more space Is required) * General Liability- The $1,000,000 per Occurrence and $2,000,000 Aggregate limits displayed is a combination of $500,000 Self-Insured Retention and $500,000 Per Occurrence /$1,500,000 Aggregate limits of liability provided by the carrier noted above. SEE ATTACHED CERTIFICATE HOLDER CANCELLATION 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 Evidence of Insurance ©198$2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD sa ID: 16481037 Bucs: 797731 Page 921 of 1197 AGENCY CUSTOMER ID: _ LOC#: ADDITIONAL REMARKS SCHEDULE Page 2 of 3 AGENCY NAMED INSURED Willis of New York, Inc_ Core i Main LP 1.830 Craig Park Court POLICY NUMBER Saint Louis, ND 63146 See Pagel CARRIER NAIC CODE See Page 1 See Page 1 EFFECTA/E DATE:gee Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance INSURER AFFORDING COVERAGE: New Hampshire Insurance Company NAIC#: 23841 POLICY NUMBER: NCO18177237 (IL,RY,NC,UT) EFF DATE: 08/01/201B EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: T. T AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: New Hampshire Insurance Company NAIC#: 23841 POLICY NUMBER: WC 018177236 (ME) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: New Hampshire Insurance Company NAIC#: 23841 POLICY NUMBER: WC 018177234 (NJ, PA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION; LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE. American Home Assurance Company NAIC#: 19380 POLICY NUMBER: WC 018177232 (CA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 ACORD 101(2008101) ©2008 ACORD CORPORATION. All rights reserved. The AFFORD name and logo are realstered marks of ACORD SR ID: 6481037 Hnrca. 7 731 ter: W6958698 Page 922 of 1197 ~ AGENCY CUSTOMER ID: _ LOC#: ADDITIONAL REMARKS SCHEDULE Page 3 of 3 AGENCY NAMED INSURED Willis of New York, Inc. Core & !lain LP 1830 Craig Park Court POUCYNUMBER Saint Louis, ND 63146 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECWE DATE:See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability insurance INSURER AFFORDING COVERAGE: Illinois National Insurance Company NAIC#: 23817 POLICY NUMBER. WC 018177233 (FL) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: Nese Hampshire Insurance Company NAIC#: 23841 POLICY NUMBER: WC 031467785 (AX, AZ, VA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: National Union Fire Insurance Company of Pittsburgh NAIC#: 19445 POLICY NUMBER: CA 9581298 (MA) EFF DATE: 06/01/2018 EXP DATE: 08/01/2019 l TYPE OF INSURANCE: LIMIT DESCRIPTION: T- T AMOUNT: Auto Liability Combined Single Limit $2,000,000 Any Auto INSURER AFFORDING COVERAGE: National Union Fire Insurance Company of Pittsburgh NAIC#: 19445 POLICY NUMBER: CA 9581297 (VA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Auto Liability Any Auto Combined Single Limit $2,000,000 ACORD 101(2008101) ©2008 ACORD CORPORATION. All rights reserved. The A?PRD name and logo are reNstered marks of ACORD SR ID: 481037 BA=: 7 731 cERT: W6958698 Page 923 of 1197 BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum Blvd. Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title: ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES Bid Number: 040-1412-191MFD Bid Due. AUGUST 26, 2019; NO LATER THAN 10:00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for August 26, 2019; no later than 10:00 A.M. (local time) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: ��A�6lJ �JfiO� ��� L-C Federal I.D. Number: SU�7��1"11 A Corporation of the State of: Area Code: � Telephone Number: Area Coder FAX Number: Mailing Address: � � -N`t�!l��`�' City/State/Zip: �T4sou A- Xk%h Vendor Mailing Date: E-Mail Address-"4�'4V-1_ A orized Signatu. - Name Typed 17 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 924 of 1197 bq6 SPECIFICATIONS FOR THE "ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES" BID No. 040-1412-191MFD SCOPE OF BID: The purpose of this bid is to secure pricing for a period of one (1) year for the purchase of brass supplies to stock in the City's Warehouse to provide availability for various City Departments as needed to complete tasks, make repairs, and provide services to the City of Boynton Beach. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By submitting a proposal the successful bidder shall provide services in accordance with the following conditions andspecifications: A) Ali Bid prices are F.O.B. Boynton Beach, Warehouse, 222 N.E. 9T" Avenue, Boynton Beach, Florida. B) Bidder must guarantee all prices for one (1) year from date of award. C) Bidder should state the model numbers of all items and accessories specified in this proposal. D) Bidder must be able to guarantee all deliveries, through out the duration of the Bid. All orders must be delivered within 15 days from date of the purchase order. Back orders exceeding the 15 day period are subject to cancellation. E)All quantities indicated in the proposal represent approximate needs for the one (1)year period. There is no guarantee made or implied that the City will fulfill such purchases. F)Award is anticipated on an item by item basis; however, award to multiple vendors on a lot by lot basis may be considered G) Bidder agrees that all brass proposed in this bid are lead-free. H)Annual estimated expenditure for the estimated quantities of the supply of Brass Fittings and Accessories is 85,000. I5 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 925 of 1197 1)The percent discount applies to the Commodity Bid—Brass Fittings and Accessories. In this instance, Brass Fittings and Accessories encompass any and all similar and like items as individually listed. J) The City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of any obligation previously understood. K) Bidder agrees that all items proposed in this bid are domestically made. L) IF THE PROPOSAL SHEETS ARE NOT LEGIBLE, THE PROPOSAL WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED AT THE SOLE DISCRETION OF CITY STAFF. M)All brass fittings and accessories listed in the proposal form must be of domestic manufacturer and meet all criteria set forth by the A.W.W.A., A.S.T.M. and the trade industry. N)ATTACHMENT"B"—PROPOSAL SHEETS (Excel format) must be submitted with your proposal. Your Signature is required for each page of Attachment «B„ BIDDER MUST PROVIDE INFORMATION AS FOLLOWS: 1. Please provide an email address to submit the City's orders. The City may also order via fax and telephone. mail is the City's preferred method. Email: ��uN- � , 16 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 926 of 1197 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of County oCW eo?z jA-r-67)p ) U/�� being first duly sworn, deposes and says that: 1) He is _ Lf'3A (Title) Name of Corporations or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or.the bid price of any other bidder, or to secure through any 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 t part of the bidder or any of its agents, representatives, owners, employees, or parties in i rest, including this affiant. (Signed) Subscribed and sworn to before me (Title) This day of , 20 My commission expires NICOLE L KU )HMA I •• •= my comwilssio J1 Fi7963037 *f• F; 3' EXPIRES February 21,2020 ;d07i 3922.0.53 rlarid04o',"Service•rnn" ]( THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 927 of 1197 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: NAME1- SIGNATURE Sworn and subscribed before me this day of Av ,20 ki— Printed Information: NAME &F TITLE ,VOTARY RIBLIC, State of Florida Vat Large COMPANY NICOLE 1. K!ISHMA EXPIRES FeGruxy 21.20''20 �nmr ss4-c-ss f'Iaridalloaa75rvirx.wn- "OFFICIAL NOTARY SEAL" STAMP 17 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 928 of 1197 J 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 respon 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 (specify) { ) NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? r / YES NOy If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification 18 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 929 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. iL As the person authorized to sign the statement, I certify that is firm complies fully with the above requirements. Vendor's Signature 19 THIS PACE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 930 of 1197 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT 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 B Y Title: Date: 20 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 931 of 1197 i A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES BID NUMBER: 040-1492-191MFD BIDDER: �1��t �4�` e �« DATE SUBMITTED: \ 1� We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, labor and services necessary to provide the commodities specified by the Contract documents. Having examined the bid documents, we propose to perform the work of this bid according to the bid documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE ZOADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID. 21 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 932 of 1197 CITY OF BOYNTON BEACH -. -- LOCAL BUSINESS STATUS CERTIFICATION theof (Name of officer of company) (Title of officer of company) n 1— p �+ located at�0 � `����` P 1''� F� lel (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: 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? Nurnber: 3. Is the business registered with the Florida YES 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: � ��� �h Signature: ***FOR PURCHASING USE ONLY*** Business License Active: [—] Year Established: Verified by: Date: IF YOU ARE NOTSUBMITTING A BID,PLEASE COMPLETE FORM 22 AND RETURN TO PROCUREMENT SERVICES Page 933 of 1197 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 on behalf of jVatyA%m �?� Mcertify Print Name and Title Company Name that Vi* u t- 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 [ran Petroleum Energy Sector list, created pursuant to s. 215.473, or are engaged in business operations in Syria. IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 23 AND RETURN TO PROCUREMENT SERVICES Page 934 of 1197 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, attorney's fees, and/or costs. [ 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 t e Iran Petroleum Energy Sector List. -NUV\%'SV� Lk_ COMPANY NAME SIGN TIRE �rVv,s W\ 1�4\,�- \ PRINT NAME TITLE IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 24 AND RETURN TO PROCUREMENT SERVICES Page 935 of 1197 i }I . I St,ECRETARIAL CERTIFICATE AUT#ORIZATMN .� ...rye. �. fd-iindersignetl'Assis an!'SeCretary`of Fergusoii,Enterpiiscs;.,LLG;. yuginia''limited lieliilit ycQni an #lid"Com pn " 'he eti certifies tN is i cert ir =ol'tlie Cotri air 's F�taililies ui Florida are-doing liusitiess ns 1'erguson Watervvorks,:an i]:Drew Yetdrikk isA+Iui cipal._Sale maxi in`rloridsi and iii}thaf ttie resolutions 066ted bytlic,Cgpphny_'s Qpard; e-3tily 31;a201'8;`duly:autliai z ,certai of�tl e`Cniripany's'ofTi rS, iiicludiag tl�e Assislaiit Secrdiii to des gi ate; i d I'licreby, v'so designa a I7i=ew:Petonick' usii`Authocized:represeritaiivc.of;the ;_ :Campa`riyo:ac!fnr'iind on bebalfof the.Compaiy.t'a.prepare,ai�d si►tmit;biiisztd`proposals to#fie Camp tiriy.'s customel S`to nfcr sato contracts;'agreemeiils or;othe`r documents;orid fa execute S dCi docu�ierits:arid undertake'all such frets'as>tnay be;deemed in-#lie;des interest lhd Comp tiy►, Inc 10 •execution of bonds rind in ;doing'so;to rontractitlly bind tfie`Cenpriy: Unless S.' witlidavvu sooner;ths ctin!Qauthorizauon'slall'be�fY'ectiye untii,July.,31�220: it E - s , �Gokip •• ' RGUSUN ENTERPRISi9;IY,L'J' i IIy; . '��,�, •saL','; ,�,:• WaslejAssistAitt Secretnry: {' CommnhNveiilth Qf W.Inia. City.,a 'y 6ri Ne vs ) ij Sworn to'subscnbed`and!ackhovi ledged i)Ft8re'me this i; ynf.May,-,2- bf§, liy Wesley: E f G,'Rtcc, persontilly l:iSOWn to mc,,'in his.capaCily as:Assistant,Sccrcfaiy,44 `oF_Tci 'op_�ailciliri5cs, LLG;:a Viigipi Cam ariy;qn behalf pf.such Cn"mp . No My-commission expifes:-,'3uly 'n( pi's_• .f`...., r . = ' ' �'• 7s�,C825 '•� � Page 936 of 1197 ry V O � Q co N ti CC] CD Ch t- CC} Cel CA M N z U C6 �i Ch N CD hle CD T � M n A ❑ .� N V O N 4 '7 1� I� N W 4_ D 0 R m m M 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z r 9)C r T r r Y Y a Q M �- ti LL # N r U) ❑ w a a a a a h O f' P a- 0 � Y LL U Y Q Q Q Q r ti Q vv v v m a) rn C) V CU U U U O1 i J J J J J ,LL_I LL J LL J J O) va a a a a a a a a a a a a> m m m m m m m m m m m m a' a v c6 th H w (a u4l u� w K ul W U W w Q C' L Z J U. a LU O Za a N O m ma -ri W m 1L. ~ uu a. LU m 0 m r r Cy7C to YY N - _ CO Q a (D � V) U) � N N 4 Q O W O y m �LO o o a a cco cm¢n a z m w oLO U � 6' rn O1 z z m m m U o _ 6 c z IL U °�° m o o o o o v v ¢ EL IL v ~ a W -i W ' W ¢ a U V U ¢ a s U U 4 O R Q K N a' X W z J N h Z m co co J V W m J F- ayi U) NQQ C Z +� 0 c F W a F N - a p} N _ O Ot 6- O' O, O O I •CV CO .7 (D ti a �- to O O C) O O. OI O - O ''C) O C) -C)= O YD ?` o 0 0 0 0; o o o 0 0 0, 0 0 0 0. z P.. O C=r C7 O [7 O' C7 O O Ca C) 0 O .O O O :O 0 0 0 0 o 0 C7 o. o 0 0' o 0 0 0 ;a o 0 N. o Q o W m w o 0 0 0 0 0. o 0 0 0 0 0 0 0 0 Q 7r ❑ o 0 C, Co o , o 0 0 �' (] 5 C]. (] (]� '.CD .(] Z - CSD [rD Cco EDD. ((a CD CSD i.�_ .CnD C~O [~D. �c�D m _._ _ '+ N O - - O U3 z W m m t �' N ch V CD CD H IJ CA O Y N C'7 V L r T C O C � � a ao LO m m 0 t- in m m Cl? cn CR rn V ww— co N r Nr N � Cp (O O LO Cn N 0. i0 47 0C O O O O O O O 6 O O O O Co O O O a ay T m � Cl) r C9 �t ca V N w m a � ti rn � J n cc z `� a v p z °° Y a SC a -� 0. C9 O r` co LL k 0. LL C7 0 (D Y Y X LL ti co Z z Z Z Z Z Z z z z z z z J J 07 > m w cr a m m w Q w w w ILL m m m m Im m m m m lin m lin Im m m (D 0) io T c� 0 b 0 0a J � r J J O O N N Q LY a' m a A J ti J w W _ 7 CV V co N V (O X X O Q Co Q X X X X X X X N X iV X X X CO a - r t- r r' .ter. N N (y � C) OZ ZO (n m N (n U)co U) co cn N r T N m m co O } �- w J W J J J W m co J J J d a a ¢ J ¢ a a a na a a nJ J J a 4 O a U a O a a 0. 0. Z Z Z 0. d d z z Z OU U g m a Z z z Z z Z O U 0 N 0. z m m � � r Z3 co ai N: m .-. ,'N; ,[�' cn rco �N ''•m. vS Io' ` �_ N cn iN Ln ;a'. 0' a. G 'O O O O 'O� a iCD _="7 n', Q 'O O :O 'O a O I:C) O a, "n a O O p O C C- O'. O O 'O O O O a O. a n O 0 O O O O' O O O O O O O n O 'Ca O O O '. O O. O CO w o 0 0 o a a o a o: o 0 0. a o 0 0 0. fp rfl 'O O O O 'G. O O O O n ;O ° O. j o 0 0 0 0 3 0 ci O b. :O O O O :C) p O O O O C5 - O`. 'O� `'� O. (fl = cD [O �(P (p- '(D. - 1, 2 iG E G N (—[ N N N N N N N N Cal Crl cN VS QCD � 0 � a Ln LQ (n M Ln v m N m Ln m (C1 N N (O Cr! P M (D V N M N c-; ti N � (D (D O a` io m C y N V COtiL O N ([) 47 4n (OD M (07 N LO O a` :3 ti m � d z z z z z z z z LL O C7 O LL co � O n M O tt LL. LL LL m ('7 > � w J J J J co U U U U LX w o' C13 m LL a LL Ul LL Ll.. I LL LL Ica m m O 0) N u� u� u� w Lti W W W W u� u1 W u1 w a J J J 1 >j J J J z z z z z z cD z z M O O co 0 O O v O 9 O n 0 ID zt X M Cr a s n a v R Y n rn M Lu Y ww L w v w W U W W a J m J J U J '� J -1 J J r j J j -? J ? �, ? r Z r � CLpi SLD 1 e- r m U Cl) r r N (n U M N oZE 0 (n v, ❑ ❑ r ❑ ❑ � ❑ � ❑ rn ❑ cn ❑ x T u m CO ca 03 z m z z CO z z co z z C3 z m m m cno �, o �, ocno of omop � O C7 Z U w w ¢ U UCO U Z (7 ~ Q C7 Q z .J ❑ m � m � � � m � 0 � � (=gN mm m m Jw0. d a ¢y LUwJ [L d 1 Z }Yz� z 7) O O co U)O z ❑ 0 ❑ 00 0 U N U z ZZZ ZQLiOw z z d' mO a-a O M O O z 0 _, O co mZ CL w LL D LL LL —jLLLL �Y+ 0. LL a w p w 7 w O w m w O W (L w a w o m C) m p O O O m U m a m O m m p m U U N U U) U) cn o cin U)i U ri CO dcli co M.: -O , M O � P' ! ' O _O : O OdOp, O On d O 0d O ,O ,CD O O O O O OOO O O O 0: OO O O dO O O Lf ;co (O OS 67d, CV N; N O O O O' :O O O. 0dN .O. O O O O O O d O' O O O n P C O O. fh rn. r� r-- L- P- n r` r` L- n co n n I- I? [D (D (D (D (D lD•_ (D (D (D (D. co co J. lV C N M er t(y (D n L'.Q T O N M V Ll1 (D n 00 M co M co M co M v V ' cs c .. 00 OD cD m Lo C) Co (q (D u) w W ((1 Lf) M a0 m r r N DO a0 N Lq h O V V co C N n V cm r O N M � r � R I 't O co N O C3 O ((O o O O O O O O O O N Q N U- 0 s � Y m (7 C7 C7 C7 C7 a LL 0 J J -j -i z z z z0 o Y Y Y LL 0 Y 0. d a a a ¢ ¢ Q ' O a m m m { H 0 a U 0 U Cl)M v m >` C LL LL LL LL u_ U- LL LL LL LL ll d ll d 0) J J J J .J J J J J J J > Lr a LY LY LY w a a a a a a U m m m Pn Ion m m no m m m m tL LL U- u- U) L 1i L IL W u1 ualr w Iu� uJ u] Lail u� w L li L li W a N 0 U v O I-- G1 J LIJ a � a w 0 C r CV �ry r ems- N w m f% O X N M CO Cor 5L CN co Em in N Co CO NN co N L� Q y co � FS- A m in m m ca co L00 ¢00 g m � z C7 LL! m LLL (h 0[1 m U, m m X 0 E z tu i c7 w LLE w w c7 c7 c9 m m a to N h h h tL ti a a a a a m (L W J m j z z 0 z R 0 h lL Cf) m U co C7 :40 to N M V CV' c� V- .(n CD ti co .ai Ln a [a a o 0 0 0 0 0 0 0 0 0 0 0 o O _T'O .O' O O O O 'O O 0O O •.O .O O O' 'O O F �O 'O '.O O O O, O O �O O: p: O 'O O O :O. ;O i 0 . ' O 'O O O, O 'O �O• v O c O. O. O O. O :O O O 0, O. O -O- �O� O O O � O, O O !O O O O -O OO' O O O Cl �• titi ti N L� .n t~ h Ih 1� f� Nti, [+ - (D. (O (D O .(D- (D �(D ,[D �(D (O (D fD (D (O- l0 (D O LE7 13 I �j � C O? O N M V' LL'1 (D n m O O N M W. 't (D Ln LD LD (D lfl In U-) (17 CO CO CD (O (D Ln 02 0 C � Q N M co W LO rn (p Ui 0 O 0 (D h LO v 0 N co 0) 0 co to 47 (0 r m N O T V' 6 M N 7 M N N N 1 V C� L6 0 N N '�t r (Op CD fD N N +A 'V a` � C n CO O O O O O O O O O O O O O O O O O O O O O C N co N C (D M M CO (D M LCI O N M N a ❑ � Ql to J J J J Z Z it z Z Z U Z Z Z Z ❑ V (D h N Z C�7 3 � azZ � M ?: � o O O O OO O c O O O O Cl) M M v w r- Cl) N N 4 V' to r O O r O p T r O h h '0V_ N N M M_ 61 m m m m r J J r F' V It 0) m m 03 LL �I LL I LL M. LL LL CO m m m CO m (! CO CO m 1 m m m U LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL. LL LL LL O O1 b 7, (6 u' A W LLf !1I W 6L ILL ILL ILW L IL L li 1W W k ltJ W Il] LLl L iL W a r > r } } } } } } } } } } > } } J J J J J J J J J J J J J J J J J J z z z z z z zo z z z z z z z z3: z z z to o 0 0 0 0 o Oz O o 0 0 0 coooMo � o o 4) oaoahaoa a '� s ao a a a a a ; a- aNw - of w acnco O w p W O+ W O w O w �j w , wJ w � w mw w wmwmr NWNWvT w a OJO--IOJO_JOJMJMJ J t} J OJnJti -j -j + J vJC? J m J rJrJrJ J JNJMJ J V J � J J (DJ -j J O+ J J J - W WrwmW ' w + WNw � waw .- W "LLI LU WrW mwmW0) W - ( W N mem ❑LL m ❑ LL❑ LL7Y ❑ r ❑ V' ❑ T ❑ 7:) ::) ' a ❑ � ❑ _ ❑ ❑Lp ❑ � m ❑ r 0 o ❑ w ❑ cA C3 Cl) Q . C] � ❑ ❑ - ❑ ❑ F ❑ to CI - 0 ❑ ❑ W ❑ U) CO oto J J Yl J F J s -j -J n J - J J - J ❑ J J J J JxJ U) fA d' J ¢ Q Q V Q Q U Q C, Q M Q Q Q r Q N Q Q Q Q Q w Q Q q w ¢ a azaZ zIXzxz M ZLLZ Z 0. Z 0- Z LLZZ aZd. 2 wzY zOZ LG z m u O OXOzO OHO — O = O — O O —OC90ti0u. 0I- 000 Om m W O ❑ M ❑ W ❑ F na ❑ — ❑ x ❑ r ❑ x ❑ xox❑ Z ❑ ❑ ❑ W ❑ � ❑x ❑ cn ❑ W o ~U ~ ULLU OMC) O0. Ua 0CL0a- CL C.) xC] xC) � CUxULLUw W x U ~ V2 % 2a2Vn � A � -- � X 2 - 2 2 -- 2 ° � n Ax a �� � > 7 CL � � _ } r } } } a } � } Cn } } m �. W } } � } 0} 0 } � } 0 }O } J ¢ LL } w ¢ r ¢ZQp' ¢ W Qw ¢ W Q 0. ¢ W Q7Q JQ W QOQOQ9= O ¢ ¢ Q 7 Q W 0. � � — a— O� O � � � J � � J � J � Q� LL � U` V ` LL � O�W � � w C9 a ❑ of ❑ ^ ❑ 0 ❑ 00 0 0 L ❑ Q ❑ Q ❑ 7❑ OOw ❑ W ❑ Wnw ❑� C3w J 0 oaoawaJa � a � a � a� a � a � a ,JaWa � a � a � a � aJo� � ¢ ¢ a UOUo -' OJO ¢ o >< oJ0 OJO � OJOQO ¢ OQO ¢ O � OjO � C9 > O � JLL JLLQLL ¢ LLmLL JLLJLLQ LLJ LLQLLQLLU, LL ] LL � LL � LL ¢ LL LL J LL Jw -1ww W = W QWQW� W ¢ WmwmW W JWJwJW � W-jW -JW Q m Q m N m = co r m m m m m -j co m m m m Co J CO J Co J m J m¢ m Q m mF- mF- C' F- F- H F- Q F- F- F } F QF- QF- ¢ F- QF mF' m F- U) cn U) [n Ln W Ln co m co N w 0 w m w m w m m m N (D w N•. M .7 CO N Cl) --t m 0) O .-"'. N ch Nr Co. 47 p O O O O O O O O O I O O. O O r r r O N_a C) ,O O O. O O- O O O O' 4 :O O O O� O O O O I O O . O O O O O CJ Oi O O O O., O' O O O. O O O O O 'p C� O• O 0 O. O O C) O C) O O 1 0% O O. O O' O O O Q_ i 0 O O O O' 4 N' C-4 N (V N' (V N N N N NN N d N NN N N N +17 �, U') if)' ([) In �' O LO Lf) in in O O � w N, 4 O O O O O O O- O" O O C:) O O O O O OO O O O O O O, O O O O ° O O. O O O O O O 16 O h. [h-: h Iti h h h fN h h h h' (O �. (D: (D. •a�(D'' (D (O (D (D '.(D_. m. (D (D (.0 �. a(D (D (p 'Co S O.. l0 C G7 (p Lol i,-- rNNM (DQ(D (D (O h h [� h h h h h h co O O co W O O (1) CD C O CL Q1 QI N O � ( (D Cl) N O M O —oN U N (D h Cl) N O (D m (D CL` m a, C ca O N M M to O 4 O (*07 N (OD N ((7 a` Lo M ti rn # J J ~ co t! zz X X ❑ n.cu z m m Lo z z z J J J O D ~ M M co ti ti N N N M � ce) Nr n 0 IT N 61 LL LL LL m >- •cf NV O O W W U LO [4 } } } U U U U LL u. LL LL lu. LL LL u_ LL u. (D O) o W T � m En � 4 C) a l� to LU L M 1 It } } } a} It } } } JJ J J J J J J J J J °0 z (L z z z N Z Z Z V Z (j Z Z Z (O WO °a0 O O U'_ h MO v0 Oa0a0 0 0 m Zd' fid' � R' h � F- r Nf' Ncl' Q' Da' � � CL' vQ' m W wxw LU W W W W W ('1WMW Q. J z J J m J Q J J J U J O J T J J W � W W LOW ❑ } W } W WYW = WcoL! W 7 N X ❑ ❑ r ❑ i ❑ ❑ Q W ❑ ` 7 �` ❑ X ❑ r7C) _ X m h Z Z m M X �L J x a m � x � a � LL � 'C p O p n ❑ ❑ ❑ W ' W - •a�u CO U-rJQ Q ❑ LL 2 0 d x J � J O J U JO Q QLL UQ Q Q QaQQUQ = Q Z Z W 0 Z "Z CM O 0 -- Y � U Xa. aXOO , co 0 o O0 ❑ - U 0a W U of `c.( U-W " U `' U 0 UUU ° UUaU a 02W2W � W � N X w � 2 2 Y � E W W } � } r >- � wv (n >- w >- U > (n > Y > = > > _ 0 JQ QQ w Q W QN r fqAQ (AQ a Q Q Qco < C9 Z Q § N (nr �. N ¢ _ 9 _ d — � W — = — g 7 ❑ ,J ❑ ❑ � ❑ w (A ❑ ❑ } ❑ ❑ LL, ❑ WL] W ❑ LL Jx -1R2wo ' F 0-' Li [Ow ma _ � cnawaaa � a JOQOOO Oo LJ W 1- O I- O Nowoi- o OCLO QLL (a U- f-' u. LLQ F Y ZLL ZLL LL W LL 0. LL ❑ LL- Q . mW WW � W ❑ W ❑ ¢ � W � W ll] 0. WQWQW ❑ W w m f m U m Uma ❑ m m ma m ❑ m m a m Q > F > F- �-- ❑ F- Q i-' � E-• LL (n cn cn cn W Q(n a CO (1) W ❑ ❑ a ❑ Z ❑ ❑ ❑ :3 ❑ :) ❑ w on 2 2 n :5- � C 220 2 2 z z } O U s L z LL CD CN p O- -- p -- 0--- _O1- 0---o. _ O _p ..I Q O 00 O O O O O C3 O O O O O G p O O O O 0 OLO u], u] � p i1"1 LL7' (t) I� M (D: (D. (O co O O O C{ O O O Q, O O' C) I O O r n O O P. O On 'a G b 0: a O (D co (D (D. :(hD'. w (D co co (O N C yam, h (n m O N C+ V try LJ m m W Q� W G� O d� 07 coO fn ` r r r r r r r r r r C, O C v M Q/ 00 Lq m m co t0 M Cl) O to M h M m N m m tc7 t(7 m r 19 h u] It M m (c'1 m r m U'j c0 rl: (D C Lq to r Y cV V' O N d (D m to O m v r r (mo) cm (ri 0. M r r r r m N n 7 0 0 co O O O O O O O O p O O O O C H m O N N m Y, r (D t11 O ((] N a` a m rn J to ca c JZ tO J J J J J ❑ a J J J J J J � N [NO z Z Z Z z z J J O Z Z Z z z Z N N N Z }� } J J m eze} co � (m0 ti (m m Z co co Nr N_ t(1 O [�[ a30 M Z N m m NN N Nr It It d cw0 co co r r It co N Cl) c7 co ttLL LUL lUL [UL LUL LUL lQt LL u- LL I I LL i, LL cU- L}L N 01 a w u� ua! u� uaJ ua1 LQ3i uQl u� u� u� u� L w ,J J J J J J J J J J .--! J J J J J J J J J J J Z Z Z Z Z Z Z Z Z z z z Z Z Z Z Z z z z z h O O O O O O O O O O O O O O O O O O O O O m to w Q' w w � tY 0. LL' Q' R' 0. 0 w w w W n LLI � W W W LU N E LCI W w W w w w w W N W w w a � J J t`JMJ M J �J J NJ NJ J J J J -1 J .--I J J J J J J J J J (r7 J i J N J J J J J J J co J J w m w v w r W W W W W N w M W W W W W W w w N W g W O) W r w mn � nm ❑ U ❑ � > > ❑ m ❑ N ❑ a aha a aha = kava❑ ❑ ol ❑ ❑ o20. 2U � 2 22 V� N2 M 2 (.mj � aD � nN � tc12O2N m �w � W �w a_` 2 — a: — � O � 0.• Q . U — USM ` � � � '' � r � r � r �- �Z — LLt p a0 ❑ ga ❑ V ❑ g❑ - ❑ N ❑ ❑ V ❑ ❑ ❑ ❑ v ❑ vA ❑v ❑ ❑O ❑ Yapo d OJUJ JOJ J J - J J -qJ J J J -j � J � J J _3 -1 JQ J .__1 e U ¢ ¢ 0 ¢ U ¢ c- � o¢ r ¢ r ¢ � ¢ � ¢ � ¢ � Q ¢ ¢ ¢ � Q ¢ 0 ¢} QrQ `�' ¢ ,-, ZXzozXz vZXZNZNz ,nztiz �yzu, z z z z�nZFzafzo. z } Z w XOdOXO O xOXO -vOX0 O O 0 0 , 0-- 0N0 = M- Oa0o0 O - O aag ❑ a ❑ a ❑ a ❑ a ❑ a = ❑ XaNa ?{ ❑ Xax ❑ r ❑ rnr ❑ ❑ nz ❑ti ❑ - 0 - ❑ a � ❑ _ ❑ — owoLmaEa c» c) = oxo � U _ c� _ oxoxc� xo z ❑ ❑ _ c>wc� - >. - >-z >- > m >- � � � ❑ � ❑ ra � � � MrM > r > r > Tro } �, ��, r �n } oma � a �- ¢ � ¢ ¢ ¢ a ¢ a ¢ O ¢ � ¢ � awaoC ¢ a ¢ a ¢ � ¢ � ¢cn z ¢w ¢ w ¢} ¢ W � 0. � w — a' - LC ` w� Q � 0. � 0. � 0. � � � W � w � W W W �Z � QoU — U — � ❑ w ❑ F ❑ W ❑ w ❑ F ❑ ❑ ❑ wownw ❑ w000 oLOAQ � ❑¢ ❑ aawaLa o CL x0- m ~ a as- a ¢ 0- Wa a w Xam � WW0zCrWWM9 � y� of - wa- � w o 0 a- O Q O ¢ O ¢ O a 0 O w 0 w o � O O O O O O 060 0 0. 0 -10 O LL ¢ LL a LL ❑ LL a LL a LL LL k-- LL >L F LL LL LL LL LL LL LL w LL.__. LL ¢ LL LL ¢ wawaw ¢ w QWQw LLI tuww w w W w w w w w¢ wr w w m ¢ m m m m m m 2 m 2 m m m m m m m m m mem m m W ko co, h c0 rn' O.. r [11 m t(') m in co p O o. O O O y O OS O O O r.. O O O 0 O O O 0. O O O p O O T O' O O O O, O O O O O O O O O O 0 O O p. O O O k 0 O O - O 'O O, O 0O O D.�� O O7 O 4; O ,Oi O. O, O O O 'O O . O O, -'O' O. O O O• O O 0. r G p Q� O N N M co, N O r GI m m m. m co m' CD m m- m CO m co. CD (o (D m' m. m mm Ca y O O_ O O O O. O O OO O 0 O O .O' O p O- O O O p p O 0 O O O O O O . O' O h. cu (D 4 cD m. m, a> w m m cD m_ m. m� (D m (Di 'm. (D m, CD �D > cP lO EN 6C:) Mr O rN M m m h m m O r N O O O Id �T--- M� C r r Lq p CiO C L a OD LO to 4) m Lf) N -00 —/ �L2 O O a [\r ty c 0 � a M LO M LO un aD ti rn o r- a o 0 0 .. LO p N N� � co c CVO O co N 7 Lf) ti r U HU' O) LL U U LL w N a a J N w c� 0 w O J LL co 0 aU U 4 W cm co _j LLI N = ¢ vYi � Z �m a0o 101:55 a LO <� pCN Of p0p`p �L�LI l�Ll rte' —Or o > 0 wzWX OF-LL J w �,U W o W Co �" C7 Q O w �Z Z U' co —jjC) �� N� r W y off z O LLIU4UrY1fna xow g X2X jF- �i- UUooQo a co LL �_ A ti �U) ce)07 r E w � LL � Z D� daED IL c- >- [ OLL WO 0 — 13f 0 ASN C # mpmp } O ch D� zC3 N Z X X w m m N LL r N '-'O Go = � W — w M r Cl) S U O 6o i Ln to v w r; v rn r+ m ^y, o' o 0 0 0 0 C. 0 0 o . o' .o 0 0 0 0 0 0 o 'c: o� H ' 0 4 4 R o. a o -�� t10- ,(D; (D (C1 co tD, to t0 to O. ' 4. O t7' O d: - O O m, O, a) O O O t7' O O p' N- � 't— N ti ti NI%- ti th. tD ILO tD to t4 (D. 0 t0 ZO fU co 't tL] (D N tX1 k W r C 2N N N N N N trJ r r r r r (n CY � Q � a CA OD CO V N 00 00 OD 00 V r N N N N 00 �r N N 0 07 m M Cry V L(] M M M M 't to CO O O r• 'gr It It 'd v U r' L a m m IC M M (7 co Cl) (n (O M CD CD (D N O CO N N (D M w (D (O C V7 C a ti rn C6 O ti ti ❑ p o O O O O O O O O N N N 00 O O O O M4- a N V' (D M (f) V IT 'It CD co C7 w r m V' to (] a. Ln (n r- (3) N (n (n In t` Ol N N N V r• v u7 CO O O O O O O O O O O O O O N O O p c N Z Z z z Z Z Z z Z Z Z z Z z Z Z Z Z Z LO d7 N O O O O O O O 4 9 O O Q O O O O O O O � W � IN w � � 0 � m R a a w (D 0) v x z x x x x x x x x x x x x x m z x x x s x Cu N ual u¢i u� w w w w w w w w w w w w w w www w w a z z z z z z z z z z z z z z z z z z z z z z LU w w w w w w w w w w w w w w w w w w w w w 5 5 7 aC f a a Ci d Cr a O Cf CJ a a a a a 0a a a a1 a w w w w w w w w w w w w w w w w w w w w w w w x w Cf w x w w x w w w w w w of w x = a a0� 0 0 0 0 0 0 0 0 0 0 0 0 0NOQoCOOcoo 0In0 0 0 0 O❑ N ❑ N Q 0o 0 M ❑ M ❑ .d Q M❑ ❑ M ❑ (D ❑ O❑ O❑ r❑ O ❑ [")❑ M❑ ❑ r:❑ ❑ ❑ ❑ co o�wIn itLw (Dwto= In rwco � N � �� r� (Vc�14IL' 4[Y Q' NCC C9 �� �CL ' TT C O0L?0 (n 00onj0Ci040 (60 'd060r-000 -0 -0 -0 -0 0 � 0 0N0IR0 O7 LL ' LL LL ' LL ' LL I LL , LL I LL LL LL LL LL r LL LL LL LL N LL LL 1(7 LL �'LL W)LL (D LL N C`.,wtiw � w W w p w (n w N w v w 4 w O w v w M w ` w �w OwO wpwm wN W � w � LU ` w � Dj CO 00 r` m 600 a0 m cl00 rn CO tiCA t-Ca N m r m cD 00 , m q W `--m Np0 N 00 Cpm Di p0 �m ti[� m LL F- F- N� N E M I- E- V I.- -t f-- 10 F- W F- M r 1 �M E ems-F- w I^ r H st F^ st F- (D}- w m w cn W Cn w fn w W w Cn w m W Cn � w cn w Cn W m w w Cn Cn Cn Cn w m Cn Cn Cn O x o n C7 x O x O x O x O x O w O x O C7 w x W W n w x w x z x O w w w ZmZmzmZ� Z� zMzmzmzmz � ZMZ � Z Z� Z � Z- Z� 12 z Z2Z2 c o wnwnwnwn nwnwnw❑ w❑ nn � —0 — nago ❑LLJ ❑Mo LU LU ago►w �tiotioti ❑tw- �� �� �ti �� �� ❑iw- QLu —tu —LU —Lu o �owo �o �owowowoQowowowo ❑oQo ❑ oQOQowowo ❑o ❑o ¢o �0 �0a Om0x0aOa0oc0w0a0a0 �0 'w0w0 'w0 'wOw0xOa0wOw0WO v x x = x x x x T x x x m CY Z w a r>- f-� } r>- rr r rxr r > > x> xrx � x� x� rr } x� r� xr X Xr X X X ►- XrX �-XrXrx ►- XrXr- F- XrXrXMX ~XrX �-X � x E V O v 0 a 00000000000000000000000000000 - 0 a 0 a 0 O O ACL CL a � a �a0aC� a0a --ac� a0a. CJa �tL0a � a �a �a CL CL W W w W w W —W — W —W S W — w —W —w ()w �W � W `w Z W W W W W —W —W —W w— w— J — W— w� w — ui— LU— W— W — w• W� 0— J— W— W— W— J W w W w— W ❑ p J J J 0Cn ❑N Q (n ❑Cn ❑N -J CO JCnJfn 0 -j w JN JC4 JC4Jfn , fn J(0) LO ❑fn 0 W 0 0 0ILaEL0 0. nm ❑CL 0m0m0m0IL0 M ❑ M ❑ a ❑ a ❑Q as ❑M ❑CLad ❑aoa ❑❑(L CL r r - r r rcnrcnrrnr �rrnr (nrcnrcco to C¢„ rC¢„rwrNr = r0r0� �� Cq :�fA �' (n ED fA a CO a CO � Cn ;r,CO � LO r CO _ Cn = CID _ En = Cl) = Cn = fA r co N w = W �Cn iv 0 - J M J M J co J M J "J "J `-'J J `-' J J r J r J r J r J r J r J J r.--1 J J .--1 XmXmX mXmXmxmxco mXmxmXM inxmxmxmxmXmrmrmxmxm xm n ❑ - ❑ ❑ O - ❑ _ Cl � a --It 0 ❑ n _ ❑ _ ❑ _ or ❑ _ ❑ _ ❑ x ❑ X ❑ - 0 - O :, ❑ (v-1 J (DJ co-j NJMJMJ J vJ ITJ OJ 00J OJ OJOJ NJ =Je J J J J LU w w w w w w w w w w w wwrw - wrw wc) W w w w LU w w w w w W w w w w w w w w w w w N w w w w �-- r' r r r' r' E- r• E- r' r• E- t- r r' r r' r r r � � m m m m m 0 Cn Cn m w m m cn O m Cn m m � 0 cn Cn co 0 (n m w 0 w 0 w m N 0 to 0 m 0 to m Cn Cn m Cn Cn w w w w w w CQ w w Cn w cn En w co w (n Cn Cn w w w w w w w w W w w w w w w w w w w w w w w w J J J J J J J J J J J J J J J J J J J J J J z Z Z z z z z z z z z z z z z z z z z z z14 z I- U) Cn Cn m w N w Cn 0 m m m w m 0 0 w N O O O O O .O 0 P; d. T 0 N N N. (NV q ..) - 7 O �.O O O O O O O C) O O. O, b r0 0 O O O O O O O 9 9 O,'GW- Ob(D O[C7 C:): r Ob.. Od Ob O _ O O,._ CD!' O 'I Ob. OO O4 Ob OO' OOr 1 O' CD. Op p OO m o) im m ai im m ai aiai m a) a) aiof CF) 0 as0) Ch O (D (D (D D (D (DCO CO (D- (D (D (O wOJ O co to (D (D 5 O pO O O O O O OO O O O OO O O O ' O O O 0 O OOb O• 6 d O D. (D: (D -1w I tDCD. (D CD-- (D (D. Ito 10 _ (D I D CD lQD _ I(D (A ' p_ p p 46 O N M m (O m m m O O (O ti W D) O N M C O7 M M C7 M ('7 M M M V V' V V' V' (n 4'1 (n r r r r r- r r r r r r r r r r r r (iS T T T T T T T T � O $C L co 00 tti r A LI- N r- CD N � 00 ko 19) (` 00 N d V It tC) tD (D t- ti (- O 0 It V LO O (D 00 0) V .0 a �n m O R LO N cn t"7 0 0 0 to co M t*) 0 M CD m N m (q . . CD C h C � a ti N N N N N N N N N N n r n ]� r- V � A V' t0 n ti v tz n n t• O O O 00 CO co N O O O O O O N � � � to O co (:O T m M 0) A (D to 00 0) T O O O 00 0 o 0 0 ,N- IT zt z N O O Q a0 N O O Z Z Z Z Z Z Z Z Z Z Z z Z Z Z G N N N N N N N N N N N N N N N O O m O Cl O O O O O O O O 0 O O O O CD to 0') N N N N N N N N N N N N co co 0) z z Z Z z z z z z Z Z Z Z Z Z Z Z Z Z }� W W W W W W w W w w W w W W w w W w W J J J J J J J J J J J J J J J J J J J C% a a C7 O O a O O 0 a C7 a 0 O C% O O d W W W w w w w w w w w W W W W W w w w -1 J n� 0� it w w w W W (if W 0r W W W W of C� of ir- W w O O O O O O ON O OLOO O O O O O O 000a0 ❑ ❑ o ❑ ❑ a ❑ c❑ � ❑ to ❑ m❑ m❑ C3❑ on00 ❑ ❑ ❑ ❑ rnno0 (Dw (0CT� o� or � � wrortr w (D � � � Ntr cn cn CO CD co T W O N (D O ALL LLLLtaOmLL LL � O r LL ONONO � O (. I, COIt OLLtaOLLoaoOwTa �ar0 � 0 (u W W ' w w0 W Nw0 w N W LO LQwOW tr)W )DW ' W 0W (OW GoC14oW oW N 0) 0)m co CO v C3CClr CO 0 Cl! CO NN CDmN mm Nm m -km m to CO Nm t,m D)m m `-Ac1 ' LL C') a l9 aiFcoF LqI-- F rF � F � F mFO7FrF- mF mFtDF F ' FMF rF- Z=]- mW ' w 0. WD WZ) W' w� w W� W W Wa Wa W� W� Wawa o� � tD� wW W] m � co C7� C9� C9gOgC7 Ur 5O 50 � (7gOgUg (7g (9� CJ' gOi� tO� o� U � C7� wOtV O z� ti� Z— Z— z Z — Z ZZ — Z— 'Z� Z� Z_ ZZ� Z� �� �— a❑— Z_ Z, C9F w F c O �W �W �W _W � W �W � W - LU LLI w w LLI ny �❑ Q ❑�Q p Q ❑Q p Q ❑ ¢ pW -❑W �pw6luJW -p ul �p w g2z O ¢ 0 ¢ p ¢ a¢ a¢ ❑ Q ❑ Qx UaUwUaU � oaog � o �o �o �� � o �Q �Q �QoFQ �� �� z � �Uwa F- � 2 XZ� 2? r> r> Y> Z> 0 > VrUrz� =} CLz - z FXF X XFX X X >CF X XF>C X X XFX - X XIX FXFX J w daaa �aaaaaaaaavaaavaaaaaaaaawaWaWOavavaOmam w - Www —W ` W �w � wq w � wzW :zw7w �w -wowowowvw -W V � U 1— J— w- W— w — w- w +. W - w- w- W� W- w - W- ❑ � p� ❑� W1W— co cnJV) J U) J U) JfoJU) JU) JU) JU) gU) QU) aU) QU) JW Jw pLL ❑!4L ❑Qporq a ❑a ❑ Q p a p0 ❑ a pvq ❑gaapga¢ ggaa �a �a_ �qa ❑ a ❑4a g Q� ¢!L Q� ¢� Q Q� Q � p Q � ❑ � QIL Qa Q [L. aLL NLG CV� �y[.[. ❑ FL: ❑LL Y0 } O V) cn fel- wF- co F fqF tq F < F < F- < < <F- tAF NF Xf- XF XF �1- �1- - tD = m U1 = U] - 0 to 0 wz cn _ WA cn _ cn - co - U) - w ;-w _ fn _ co w co U) NN N NJ NJ NJ -j _j.J NJr .JN -1 NJ fVJ NJ NJ NJ J � J CDJ p0J CVJ NJco zq O XmXmXmXmX mXMX Mx CO xM x0 xa3xinxM rW CO MxMxM � N m (D (D poop ❑ : ❑ -- ❑ _ ❑ = ❑ r ❑ = ❑ = ❑ = ❑ cm❑ ❑ ❑ ❑ _ ❑ _ ❑ o 0 J J J J J r J JC%j " J N,J O-,J .--1 J N J J .J J J cD J O J O 00 w w W w W W W r W WNW w W W W W W W W T W w w w W W w W w w w w W w w w W w Lu Lu F F F F F F F F F F F F F F- F F F F- F- # U) (a U) co 0 U) co (1) (1) U) (n N (n U) U) ul N U) (D U) U) to to to to m co v) co U) N CO N CO co to to co co co cn CA cn w co w Co (n U) w (1) w U) co U) (f) U) w w w w W W w w w W w w W W W W W w w J J J J J J J J JJ J J J J J J J J .J Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z z Z F F F F F F F F F F F F F F F F F F F N 0 0 0 w N cn 0 0 V1 U) to w w N U) W (D U) 0 C) 0, O Ocm N C14 , O Cy I O O C)n- 0. O O O O O .: O 0 .O .0 C, W Q). c7 V, v): (D � a0 rh O. N' to tt (ti Co N m 7 O O O O O 0 O 0 O 4' O O O: O t7 'm Cl) O, d O b O 'C O O O' C) O 0 O O C7' O O O O O O O. O O O O r 0 O O O O� C) i O � e d y 0 .-m. [A, m 0 O: O• (A O 0) m M. 01. tri rn O); o 0) 0): (6 N (D CD' (0 CD CD (0 t0, Co to to: (o (D (o Co. (o: (D (D Co. co 0pf r (D O O O: O O O Q' O O 9 C7 9 P O 4 Ca Q+ it R 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r•, 'D ti N. 0. to to s (0 n (` r (rl-D ti �. ti ti (D (o to m _ t0.._� (D, ... (D::.-I O', _-: CD- coD.. m tD..__ CD O'-- tD._-. CD_... SO..._... (o_.. [D__ �cD_,. tD + O_-_- . d m V X17 1--1 O f` 69� rn O N M V' W co CA O ch VlD lD O CD CD (D O I--- to — Cb - 1� h h 1: h �3 � D � Q a N t0 r` Cl) O st n It V' O U N N N 0 N O O N N M IL C N (4 N 0 � N N M 0 tD w w et C ❑ a ti Ck "U"), OmD O tMD n ❑ r m co o M n N LO O O O N b m O IDn O O O O O O `— O r r N N M r N M V- M M O O O O O O O O o O O O O O C co � LO � LO LO ALO MCI LD V) 47 LD O O O O O O It V V m ED t0 (O (O to CD n n n Iti n n Y Y YY Y coY Y Y Y Y Y N O) o a ¢U U ¢U¢ U ¢U ¢U ¢U¢ U U¢ QUQ U¢ U¢ a N ui W w u3 ul W t¢i[ w J w 9 co O O Zo co O N c' M r w 0�0 w MLO , JMJ `cYJtnJ nJ t7jJ r Cl) N0 (D op � 0 Sow w qw LU , Qw 4w ay vLL L6� �m Ofd` � ti � CV � rK. Or LL � LC � LL N w r , f0 n W Q � W co W LOw W N � NDN � N � N � n' v0° vmN2 " m � mnmc9gw � w2w2w -5w � M040 "q:YceoOFON0Z00000000500 wY Lu too wF- wF W 1- � � Zwz LL ¢zw zwzw c `o ¢ OZOO LL LL ZOZOZO ` W � w9wawLL awaw a a Z � ' � wO � OwOwOMOwO x z >- zwz >- z} z >- ❑ o ¢ oQo ¢ o ¢ o ¢ o n 5x �z ::im � o � ❑ � ❑ � ❑ � 8 n. w a.W n. � a w a. w n. w w ¢ ¢ ¢ ¢ Ng to Om ❑m ❑fA ❑ mOm0in 0 W W W 0OHOFO Oh OF- 01- z (920 (7 w U = Uu) 02UcnUu] Uu) � >- Z >- Z>- z >- z >- z >- z M z co z Y N 2 N s N >- � Q COM �rM (p tD � = Oe to M: }0 } 7 } ❑ } n p o u) ooN - M N � x � x � x � x �2 � 0 0 w 0 0 0 r iv Cl) it 7D co O N w N N N r F wI- ik W # Q' 1 n O N Mi to N M' 'd: iT) N �- LO n n n tD tO cD tO, tD. m O Oi O O'. O O O : O Oi O 0 o p'.0 o o O O O O 4' O O o; O O L,C) t? ' o O O CD O: O O O O b O �+ .a mai: m m C w al d) & as 19 N 00m o o Go co w co m O Wco 0 a a_ o 0 o a o 0 0: 0 . 0 v o! o c o ja, , $ : o o ' o 6 0 n n n n n n n n n n n n m -. co .to m . cD to I CD-_ tD.-_ m _; cD_ m�. .. to, co _ I is n co co co ao WW r r r r r u) C O � a M N Cn 0) M N Cfl 03 (D P7 (D co m N h m CO CC] (O m C] [P r r r r N N N N N 0. Cqew- N CD Nr -T v N N M V V V' N N (D v `7 C y N N N r r N N N N N N N N N Q � m O7 a n w 0 � � � v w 0 � � 2 ❑ n. 0 � x � ❑ u. C7 O 0 m m m m m m v v N v v It F- F- 13 N 0 0 0 W O 0 U O U N U N 0 V fpU fn co c o 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 CD m tp m co eo (n co co co w w m co 00 w ao ro ao co co m 0') U U U U U U U U U U U U U U U U U U U U U (D O) 9 Z Z 2 2 S 2 2 2 2 T T T 2 S T T T 2 2 2 Z (6 w w w U U U U U U U U U U U a N r 0) O O � O � � 0 � O w u�] W m o_ O m O O O m O O w w }-- F-- w m m CO J m m °J° °J° m --' m m w w w � w w a 0_ F- LU w J w J J w w J w J -� F r w w w ¢ ¢ a 01 C) C3 CD wrw > (n ! (n>- w?j wrwy ar0_>- ' i1 } � � � ❑ � ❑ � ¢ } G C CA Jp� JOJmJOJ J `r .J - J — J — Jd ....IJJdJO- ,� ¢ .� ¢ J ❑ J a ° azazmzazmzmznzmz "rzmz `tz � zmzmzJzwzJzJzwzwz ¢ z EL � 0D00_0 � O0. 00. 0 JO J00. 0 �00_00_ OUOVOw000 (AO (AOJOJOWO J J U J >J U J U J J J ¢ J tlUl UOVOUO (� ONO0000000000WOWOMOM0 � 0a070 > 0 0 02 a ac�a � avava a ac�a � aUava � � � � aa �aaao a car > o > > > a > > F- CL U o H U H U H > > U H 2 a n U 0. 0. a a n. U a a m m o W 2 o 2 o 2 a 2 a 2 2 E UwUwUwowowOwC:) w owUwUwrWzwo� w =wc� waowUw (� wnw Go z co z o z co Z a 2 o Z 00 T- CO,Z o z W z o Z o 2 U Z U Z 2 z ()2 2 z 2 2 0 z o z V S = U = UtoV Z V wUaoU2U =U ooU TU wUcoU V UODUU �UC UapUO V cn (n ((1)n = 2 OD UU U U U U -N N CV U U U (1) (0 Cl) _ (A iV U (1) M U) (� ems- Com') r N CSI Y M r CV M N r r r M OO O Oi O O +-- - r •-- c-. N. - CV N 7O O O O O. O' O - O O. O' O O O O O O O O O O O p C o o. C) O a O' o o o. 01 O. O' o O o O- o a o O O O o E '• 0 0 0 0 0 0 0 0 0 0 0 0 l 0 00 0 0 0 O o y v v ,v v 4 4 v vv v v v 4 ' 4 -T � v v v CO "r . Ir' Nr O O O� O O O OO 4 0 O 0 O O O O ' O 1OO 0 0 7QOm m '8, m M' m 41 m' m m � LO W) L � ; 0- Cn U) (n � CD U) � LO Cry' L (C) (C]' LO : U) CC) Cn - to (0 CD--.ICD- SO._.�1(D_. .I CD. _ (D.._ CD.. I W (0,, (01_ (D _ (4_. .[(0- LD (D-- ia MM E ti m m O N W In W N CO m O N M CC7 W OO N N N N N N --n (A 0 Co (L co u) Q� I� CO Ln u) N cD Iq U� r r en r m tLJ Iq .` Cq )l- N �t Nt 0. 41 N N V -t I;r N N N N N N N N C y r r N N N r r r r r [7 r r r Cl) CIO a ❑ � co t!cu ❑ a w C7 -> >C ¢ O Q o o O o 0 0 0 0 0 'IT � a a a. a a a. a n- a U U U U U U U 10 10 (D O) o U U U U U U U U U U U U U U U U U U U U Ua L W W s co LU LUCDw w CO co w w 7 J w w J J > J > > r co 0 [if 0 to J J � J > > J J > J � > Cp W a w w W h W W Q Q J Q J J J J JI J d w w Q a a P P m m ¢ m ¢ ¢ m m ¢ m ¢ ¢ Q a a Z Z m Z m m m Z m m Q Q ❑ ❑ q Q q p O_ O z O_ Z z ZO O Z O_ Z Z C a � 0 , ❑ -1 Q J Q J Q J w J Q J Q J Z � Z J O J Z J O J O J Z J Z J O J Z J d J O J d O W Z Q Z Q z _j Z �z w Z J Z w Z w Z U Z U Z z Z =Z z Z z Z a Z a Z z Z �Z z z z Z CL aOwowo < o O -� OIOJOJowowOzowozOzOwowOzOwOzo = O 'V J 'JJ ¢ J nJ J J w JQJa ,.J � J7J wJ � JwJw J �J �J wJ � J w JwJ 000 � oLLo � owo >Lo � oWoao � o � o � o � o � o �o �a �o � OaoDo ce a a w F- � E- w w Ir +r w F--W wW of w of E wzw � wmwmw > w w > w > w � LU LU woWowaw4W ❑WILw ❑ wow CD a U = U = U = UxllxU= a. xax — x — xF- T > T �- TFT T 2aTwsaSaS CO C:) O M V p O p V U U co co C) ccO D U O O � U � U > U U U > U> U W U W O W O O O W O W O cOn z x x x m s a0 a0 > > v a > j a > > [V <j � U to U U U U m U IL I1 U U a- U 0. 0. W V U C7 C) U U U N V = ao 00 0 o a co ao 0 0 0 r r r [V CJ m T m 00 m T m m U U fA r-) m W (D Cl) N co T M (V co r M CV M r 4 m .it LO Co. h co: 0) C3 �: ' 16, CD - t- !a0 m O. 4- N, [fJ! V' Co. CD N- N N N N N N'� N M. Ch Ch, n, C+J Q7 Cr) .I d' It, � V It V. 3 - O C) 0 O O, O. O O C7 C3 O ! O; O O 01 O C7 b, CD . 0 C O C 0 3 O C7 OO. 0 C7 O 0 i 0 C' O' O O C) , C7 O• O O t 09 O, O C7 O 0 O. CJ o C) y 0 O C) O - O O [7 Cl C) C) O _ e. i r �} .fit Nr v Nr V` VIT. V' i V. tf '•T 1'. !V'. ; o a' a a Cl). a, o 0 0 0. o 0 0 0' o, 0 0 0 0• 0 0 _ rn Cn rn rn rnrn ' rn rn rn rn , rn m Lo rn rn rn rn rn rn rn 'o �. 'o u7 'o 'o uJ u7 u� , uJ, u) cn LO LO F:. , (D__- CD, CD-._,co__..i lD.._.� [p.,, .. cD._ (D.,_, co' �, CD cD;_ CO:..__ (4� CD._.a.. CD!.._, CD_— CD -_, CO,.-e CD..- CDa0 CA O r N eq v Cn tD h a0 D) O N Cr1 et Lo o o N N N N N N N N N N N N N N N N N N N N N CA L C E O m M � m ty a` /1 C c N N O (O M N N N (D (D M N N N N O N N N N Q � 4m 07 IO r ! ❑ r 0 b O d In 0')7 a T T T 2 T T S Z Z S Z Z T S = S Z T S T T o a U U U U U U U U U U U U U U U U U U uUi J a w u� 0u� w u¢i w co Lo wU U `n j j w J w u�i j j w w J J Q J J J .'_I co U U U W U U U U U W U U J W W W Q W W W S W W W W W 2 W W J J J U U = V 2 Z U U Z V 2 2 M M d d Q d d lJL1 W U z U U U z U U Z Z LL 0. o> 0 z >- z > Z� O� O} z} �} Z} z} U} U} Z} Z} Z� z � Z� m} a} J — J O J z J O J O J — J —J O J z J O J O J ?J >O J U J U J V J J J z J z J Q o ZzZzzz = zzzzzzzzzzz = zzzzza-zmzazazazUzUzozUz wOSdnOWOnOn0moDODOWOZ)ODOVO00U0UOvO40a0 � 0 �0 's.. U"IJWJ W ...l �JWJWJWJWJWJ � J WJ WJ mJ mJ OJ OJ OJU JUJ 11J dJ � OaOpO �omomo = OOODO � 0000020 =OaoOcoOco0o000000 y � W WWF- C' WfCWW' a'of Woof W. w of WW ErW0w VC' mw2of =Ix p C' cm:,W 0 W o W F- Z f- �- F- F- F'F- F-H F- H ~ F- F- fA~ (A F U U F- U 2 2 ao ao F- m owowow � wowOwpwpw2waw � � WwLUWLU � ALU to ., }- 21- 5 2 2 2 2p,2n,Z ❑ 2 = ❑2 ❑ 2 US COSU)Z UZNZ Z zOZtoZ — jUjUi-UOFU ~UWUWU0. VWC) O-Vn-00000 V V C) 0 00 = U = U i U > > W V W W J J O O O X X m (D a a a 7 a a a 7 x X U U U x x U o U U c x XN n. xU . U MU U ooU o O U ocoo °° oo `•' co co a co O o co co OD co N U U U W U o U U U (n U U to cn _ ul 0) co = cn co CA CV co M N M r M I' .. I- co O)' O N co - Co .O �+ co I m O :`N Cl) V' m (Di N It � Nr. O � O (f1 I� O L �' � Ln O (D O O; O O'. co O 7 O. O O O O' O O O O O O; 0 O O O O 01 O O' O ' O ,i --,1: Q G O. I Cl' j 0 i 0 O O O O O O O. C O O O O R O O O' O S'� Q- - o 0 a 4 0 O ` O -, '. O O O• ED 'o o o :'.o: o O f O O'� O' } 1. O O= 0 O' O 7 O O d)- CA O CAd)' 61 W O) O) O) O) Ci) W W C!). [i'i- D) O) 6] DY LD - (Dr 4] (D. 4]- �' (f1 �. (1') )l1 Y'1 ', 4) O ((7 I'.� �' (f3 �L'J (O (f'i (D I (O, (O (DI.. (D CD (D O_ co -CO Co._ (D. i O_. (D,.._ (O'_, (O_. [O: (D: (0,,,,,, (O�._.. (O. _ 7 Cp O N M (q (O 10 m O O N M Nr (D (D h W D) C m N M M M M M M M co M M N V N 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 (n o � . o n. d V IL elte ca m WIT �- N cD y N N N <-• N N N r r - r aM ti rn � o a r- 1 0 Lo c LO d (7) N S S S S T (6 0 z Z CIOY cz C9 C7 W O fn m m m Q. a. a � Z Z z -j z Z z c� d d IL __ d (1 n. d D a U U Z U p U JU JZ JZJzJoJoJ0J °JIDJQ.}-10-JJ oJwJ :. > Z ] Z U Z U Z U Z Z Z U Z T Z U Z W Z W Z Z Z Q QOaO > 0 > O > oaOaoaOno aoaoaowoaO 'C U J U J J CL J J J J J J 1 J J - J J J J 0." o0o0U000UOMOMOJO� OJODO �0 aOJ0 ma �oa � a � a � avaUa �' aOa `� a � a �aJa �a a SFS ZHyHyPa. m HUHCLHUHfAI- UH E (oLuCL uUiwUwUwUw0w0wILwUw0. w � w �wUwdw °i NrNxU2 '_OMWtom , mom - mOz �z �S0.2Oz C.. Ur.. U- UCV C) C) UapUmU 00= Um U U U UU bU X X X X X U U T U S °a° co m T U C0 U z z N Ev i� U) %[ coU co U M �y ;p _ - co CO (_7 PX7 X X. X _ r r :m QS O N (M. V U) (D IN OD W. O. ._ N N (D 1" P. 1- P- 1' ti ~ h 1ti 1• CO CO m O 7 O O O O b b O b O O b b b 'o c o' o. o o o o! o 0 0 �. C) ��.o 0 0 0 ,p o 0 0 0 0. o: o 0 0 o a o a o v v v ".tr V- v v OO O. O O O b O O' 4 O. O, Q 4 LO (0 (0(D__-[0�.� tD CO_.., fD� LD_ _ O:. (D!._�'(D___ (D-__ (O. _(D__... f6 O N (+1 sr (D (A 1O w Q) O N w c w Lf'1 ti7 - �l1 - W (D (D (D N N N N N N N N N N N N N N f4 c d -c 0-1 4- 0 c d N y N LO 3 CY) I N w O) I U 13 d) '[3 C r 4) 4) w d � CD t7 T' m L m ca ++ Q. N cl w � C a+ C � O V N Q� W G V N b a N d 0 o � y U o N C N E d w O LL m c rn BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum Blvd. Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title: ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES Bid Number: 040-1412-191MFD Bid Due: AUGUST 26, 2019; NO LATER THAN 90:00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for August 26, 2019; no later than 10:00 A.M. (local time) and may not be withdrawn within ninety(90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Fortiline, Inc. Federal I.D. Number: 57-0819190 A Corporation of the State of: SC Area Code: 704 Telephone Number: 788-9859 Area Code: 704 FAX Number: 788-9896 Mailing Address: 7025 Northwinds Drive, NW City/State/Zip: Concord, NC 28027 Vendor Mailing Date: 8122119 E-Mail Address: sheri.smith@fortiline.com Yjrr`� Authorized Signature Sheri Smith Name Typed 17 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 953 of 1197 SPECIFICATIONS FOR THE "ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES" BID No. 040-1492-191MFD SCOPE OF BID: The purpose of this bid is to secure pricing for a period of one (1) year for the purchase of brass supplies to stock in the City's Warehouse to provide availability for various City Departments as needed to complete tasks, make repairs, and provide services to the City of Boynton Beach. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By submitting a proposal the successful bidder shall provide services in accordance with the following conditions and specifications: A) All Bid prices are F.O.B. Boynton Beach, Warehouse, 222 N.E. 91H Avenue, Boynton Beach, Florida. B) Bidder must guarantee all prices for one(1)year from date of award. C) Bidder should state the model numbers of all items and accessories specified in this proposal. D) Bidder must be able to guarantee all deliveries, through out the duration of the Bid. All orders must be delivered within 15 days from date of the purchase order. Back orders exceeding the 15 day period are subject to cancellation. E) All quantities indicated in the proposal represent approximate needs for the one (1) year period. There is no guarantee made or implied that the City will fulfill such purchases. F) Award is anticipated on an item by item basis; however, award to multiple vendors on a lot by lot basis may be considered G) Bidder agrees that all brass proposed in this bid are lead-free. H) Annual estimated expenditure for the estimated quantities of the supply of Brass Fittings and Accessories is $86,000. 15 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 954 of 1197 [) The percent discount applies to the Commodity Bid—Brass Fittings and Accessories. In this instance, Brass Fittings and Accessories encompass any and all similar and like items as individually listed. J) The City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of any obligation previously understood. K) Bidder agrees that all items proposed in this bid are domestically made. L) IF THE PROPOSAL SHEETS ARE NOT LEGIBLE, THE PROPOSAL WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED AT THE SOLE DISCRETION OF CITY STAFF. M) All brass fittings and accessories listed in the proposal form must be of domestic manufacturer and meet all criteria set forth by the A.W.W.A., A.S.T.M. and the trade industry. N) ATTACHMENT "8"— PROPOSAL SHEETS (Excel format) must be submitted with your proposal. Your Signature is required for each page of Attachment "B". BIDDER MUST PROVIDE INFORMATION AS FOLLOWS: [. Please provide an email address to submit the City's orders. The City may also order via fax and telephone. Email is the City's preferred method. Email: david.guthart@fortiline.com - jeff.brouillette@fortiline.com 16 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 955 of 1197 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of NC County of Cabarrus Sheri Smith being first duly sworn, deposes and says that: 1) He is Regional Bid Coordinator of Fortiline, Inc. (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any 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. r (Signed) Subscribed and sworn to before me (Title) Regional Bid Coordiantor This 22 day of Auqust , 20 19 �`0%111111111 JA,S��,�� O �tdtssion�•�.,tP� My commission expires 02/20/24 AVB LIG :U Daniel Jasinski '9, . 0 V% 16 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 956 of 1197 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. J-aw - NAME- SIGNATURE Sworn and subscribed before me this 22 day of August 120 19 Printed Information: Sheri Smith NAME Regional Bid Coordiantor TITLE OTARY PUBLI tate of Fter � 1,Vc at Large .��1�L �jq�S;..,,�i Fortiline, Inc. .•' nissio. COMPANY •• c3'� R�c'•.:• •� OTq n.� m: � A V8L1G •?_ 01 "OFFICIAL NOTARY SEAL" AW 17 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 957 of 1197 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 malting it an official part of your bid response. Is your company a Minority Owned Business ? V Yes No If Yes, please indicate by an "Xn 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 V If YES, Name the Organization from which this certification was obtained and date: Issuing Organization for Certification Date of Certification 18 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 958 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor's Signature 19 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 959 of 1197 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT 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. F'ortiline, Inc. CONTRACTOR NAME B Sheri Smith �,�t� Y Title: Regional Bid Coordinator Date: 08/22/19 20 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 960 of 1197 0 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: ANNUAL SUPPLY OF BRASS FITTINGS AND ACCESSORIES BID NUMBER: 040-1412-191MFD BIDDER: Fortiline, Inc. DATE SUBMITTED: 8122119 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, labor and services necessary to provide the commodities specified by the Contract documents. Having examined the bid documents, we propose to perform the work of this bid according to the bid documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE Q&A 8113119 _ Q&A 8115119 ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID. 2I THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 961 of 1197 . CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION the of (Name of officer of company) (Title of officer of company) , located at , (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 Iocal 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? F10000004477 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: Sheri Smith Signature: ***FOR PURCHASING USE ONLY*** Business License Active: F] Year Established: Verified by: Date: IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 22 AND RETURN TO PROCUREMENT SERVICES Page 962 of 1197 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 1, Sheri Smith , on behalf of Forti[ine, Inc. certify Print Name and Title Company Name that Forti[ine, 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. IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 23 AND RETURN TO PROCUREMENT SERVICES Page 963 of 1197 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, 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. Fortiline, Inc. kk COMPANY NAME SIGNATURE Sheri Smith Regional Bid Coordiantor PRINT NAME TITLE IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 24 AND RETURN TO PROCUREMENT SERVICES Page 964 of 1197 STATEMENT OF NO BID If you are not bidding this service/commodity, 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 vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME: NIA ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No. 040-1412-19IMFD for ANNUAL SUPPLY OF BRASS FITTING AND ACCESSORIES 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 to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear(explain below) Other(specify below) REMARKS: IF YOU ARE NOT SUBMITTING A BID,PLEASE COMPLETE FORM 25 AND RETURN TO PROCUREMENT SERVICES Page 965 of 1197 Please see Attachment " B " Proposal Sheet to submit your proposal . The City of Boynton Beach Finance/Procurement Services P.Q.Box 310 Boynton Beach,Florida 33425-0310 Telephone. (561)742-6310 FAX. (561)742-6316 QUESTIONS AND ANSWERS DATE: August 13, 2019 BID No. 040-1412-191MFD- "ANNUAL SUPPLY OF BRASS FITTING AND ACCESSORIES" Information included in this document will not have a material impact on the submittal for this solicitation. This document is issued for informational purposes only- It is not necessary to return or acknowledge it in the submittal.The following questions were submitted by prospective proposers prior to the deadline and are answered below in bold type: The Bid Due date remains the same. It has not changed. Q1: Please clarify what type of threads and what material are you looking for in item 93. Al: Brass 12% FNST x 2 MIP. If you have any further questions or require additional clarification, please e-mail Michael Dauta, Manager of Materials and Distribution, dautamC5)bbfl.us Sincerely, . w. AA�Q Tim W. Howard Assistant City Manager-Administration 8113119 SS Page 967 of 1197 The City of Boynton Beach Finance/Procurement Services P.O.Box 310 I Boynton Beach,Florida 33425-0310 " Telephone: (561)742-6310 FAX. (561)742-6316 i QUESTIONS AND ANSWERS DATE: August 15, 2019 BID No. 040-1412-191MFD-"ANNUAL SUPPLY OF BRASS FITTING AND ACCESSORIES' Information included in this document will not have a material impact on the submittal for this solicitation. This document is issued for informational purposes only. It is not necessary to return or acknowledge it in the submittal. The following questions were submitted by prospective proposers prior to the deadline and are answered below in bold type: The Bid Due date remains the same. It has not changed. Q1: How many copies are necessary for the bid submittal? Al: Please provide one(1) original and one (1) copy If you have any further questions or require additional clarification, please a-mail Michael Dauta, Manager of Materials and Distribution, dautam(&bbfl.us Sincerely, Tim W. Howard Assistant City Manager-Administration 8113119 SS Page 968 of 1197 f' LO LCI LO Lf) LO LO U') N to LO In w LO Lf) 0. m O Q O 0 S N z N a Z tq 4 O O O O O O O O O O O O C7 O d N O O O Lq Uf Lq O Lq t70 O N U[ O N N /W^ a0 co a. V to O N co W) co � ti i0 N % Q m f6 OG y O O O O O O O CD p O O O O O O in Q LL 07 N � � 111 � J — a. v, to to V! N N to to to to to z N N C N N F L N N to N to N to to to to N ❑ y y 't3 N C O Q G c m m m t` c t` m m t` 4. c a m c o O a n o a C a n o A o a Q a Q o o a N {� c1 d v .cn .ca -- rn -_ v �_ o �_ vy0 '= o = v LLl K � v � r v r Oa d Q m A ED CCD N _a N O co r r �L N V) a– r N C.1 U M r r N co tO 'E O 10 LU Y. Q- Q ¢ Q a ¢ ¢ Q {(A/? H N w 1 li ul 1 ii wuJ u� [�i t li LII u� u¢1 u�] i!i Ile coil a W W a = u' a V) tr In 0 LL aLL a � � Lq Z, 00 ° " � Z ma � w E w c O O J Q NV w CO w mc�) r - th ` r N fA Cn [V (7 IL Z Z fn en en fn 0 fn (n M r T _0 co Z p O W ° o� 4� z Zo °�° U) v, m a z a2 m a LO m v U) 03 a C) ca C3 C z z to � U CL 00 U m E w CO � � cn u� a a 0) to z � a 1 :: O m o o ° o m v v ¢ ¢ o N H 2 w W m m w w -j w a a U U v o IL 0 N LL Z w x m Q m N Z5 coco LU J W m H U) 0 0 Z a � 0 _ Qi. O 4' CO O p �O O co 'N C3 'm CD :m ;y O O. 0 O O -tJ O t5 O -O O O, - O O' O Z O .7 —" O' O O O O O O O O 0 O :O AO a LL O G O O O O O O O O O O O O O O O [Ju W d O 0 O O O O O O O N N N N N N V) tC to 0O O, O O O O O O O. O O O O O Q Q Q O' O t7 4 b O t3 O ..O_ O O Q O O C m co O O tD (O, ffl t0 tt) (~D 'ED .CD ((O (~D (n w 0 jN Ch V tL1 (O N W O O r N C7 t1'1 m Lf) o LO to o o w to to to o o 'D o o }� N r r F 41 O O � N N W O O O O LO LO tD 0 N O O O O O O O O W O O n O N '1� N N r Ln o b W� b (O Q 47 %. N r r C7 V CV It (D N w rr- U) m V q) (C1 II N EA 4!9 49 69 69 69 (f) (R W ER U9 69 Efl H3 6% 6% �p Q1 0 0 o a o a a a b b b b o a o 0 0 C V Cl) �r Cl) r Cl) It M (D r M a ti r- 4. (Q N N (A CA (A y N N N to V) V] V] V7 VI 4— a M Uf Vf N rn N N y y y y N N N N co O p m 2 (6 @ (9 (9 l9 (0 (0 (0 m (6 m lt5 m _ 16 m E M "' (D •"'' C M C N C I w �'• A �'• A �C .O C N C N C N C a C .0 C A = A C U T r •T tt Nr N N tt (D r r r N V O V a .�.. (0 L M M 2r M 2 co r r r r r r N N N 2 M •-- •� V (6 yaw 0 w 16 16 0 a a � J z z N O O (D it w t3 ti -j h a v Lu uLco - W tV co N v fD XX X fV ED F m X X X X X X X N - X X X C - - •� 0 Z Z U) U) (A W U7 co (A co r T w (1)C3 0 Lo m m z U W U QQ (7 9 m z a ¢ Q a a a a a a a � a a D p O � m z z z z z z z z a z z z z U v z 6 O N O LU LLI '- m m M a ...... ....... in tD 'h, O (D ON C 'r 9 N ee ' y .O •O O O O O O �C3 -O O O r, r r -r O 'O O O O O -O O O. O -O, �0 O Co 'O O O O O O r :O, O O O O O' O O O O O O. O o O 0 O' O •O O O O O O O O b O OO' Lai 7O` ¢ o O b� b O b O O O O. .O. O O O O' 3 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 C) -O p' p C I- ti. ti� h h �. h h .h' h- h h 'h h h h; 'h. OI b ,b .... (D (D D, 'to tD :(D; O1II M CO aD (O (D to 'O. ro dO h M m O N M I0 (D h N O'r O J N N N N N N N N N N M J O O O O O t-' - O O LO a b CY rn C N ^y N W O Cl r• O D) CD (O V) (7 (D li7 0 to p u! 4 O V p O (D O CC) O r. O V N u7 N O m v N ` O It O ti Cl) t1 N V 1- N V r- T h m t0 d N C,) N V r N O ]+ r r �r CD n b9 to to V) to Vl to el 64 6% 69 69 69 69 69 69 CO C N N 11 N O N( (y (D CCD Cf) (OD M Cl) N t<07 pr C � a ti # rn CL rn y N N N m (0 f0 p M (0 (0 (0 (0 (n z 0) N 4, N (a (/) N N Cp C (D C r C r C t.. C C p C (rj N N C N C C N (�O (0 (`6 l�0 p p p N p r p r p r p p h p 0 l0 m l0 (0 0 U _ �_ U i U i U i U i U i U i Q N y " d °' N E E cq E E E a ami � .O T r }. r T T r ?. r C7 r r r N r r N (0 V (6 Lo (0 U-) N In IO Ml (0 ((') (0 (D (0 ((') rL r '� � � w w w w w w w w w w w w w w w w (n a c n. z z z z z z to z z M N O O ao O O co O Q T O r- O a) tm m X a w w w � w v w � wv w -r w X N p J '�Y J CO -3 'r J U J '� J J U J a. X J J O J J J CO J - J U J J U J T N LLIJLU LU❑ - ❑ J M : r M r N om - r r r C14N r of Y 2 T n N 2 2 2 2 m x X oto (tea ¢ T ¢ ¢ � ¢ � ¢ � ¢ ❑ ❑ X r N r w mED m z � z ztozmzmzwzcoz �n fn fn y m w cin o cn o cn o `n n F on n m o 2 0 `n co (n ❑ Z z U j j COin 0. ❑ ❑ O - > m >- 1 ?- r — r w Y (7 C7 _ IL a m Owl' W0.' Q Q Q Q Q Q ¢ N ¢ 2 z z O O c9 Cep zo �ryozomo0ocn ❑ CDom u) Cl) U z Z Z z 0.' J w Z w = Of 0 W Z 2' C7 Q' Z W � a J J 0. O0. - O On LL 0. a O J 0 O LL M LLz 0 O CO 00 CO O o ❑ 0 m m LL M LL p m 0U m D m o m a m m U O O U (i NUN r~n � riouripc�iyoc~i� V 7 � y rq v N m N t7 v [V O d N Cl) N P O O O O C7 O O C) O -O p O O O C. . o �+ O C) O O, O O O O' :O C) 'O p O O O = p v v v o. O o C) C) 0 o p O. r p C) Co. o p o o v o !;o v v o v o v o �'O (D - .O 'O �OO .i'O_ - 'G O �.� O 'C7 O i N fV' N 0 10, O. O O e0' O 0, O- .C) C] d O C) O O' O Y f0 3 O O O C) Co O O C3 O 00 n :s O O 0 01 I- r- )+ ti r . .r r~ ti :r� )- r- m ti r n O (D co O (O; '(D w (D (D (D (D. .0 to I w (D LC) O Cl LCI O LCI O 0 0 m m m N N N N 61 Of O O C N 2 N O O O to O O O O O qT O O U) O O O O O Gm7 LO LCI LCI a0 U7 LCI O O Ci m N O n O O O O ti N h r 'd C- CO C (O 00 (L r r r N V N co Q) 0 69 69 to w V-1 ff! to to V9 69 69 6F? GR 69 69 69 H3 QI C O O O O O O O O O O 4 4 O O O O C y r n N N ('I N a � o a o o � � rn 0 � (q V) � Cl) t � titi13 >~ 131 � � �_ r N N r r p m a (y�o c .ten c c 0 0 0 r 0 0 o n r a Q a a ac Nc a c n -0 � 1 n a .0 .0 E E E E ti v a r v CL r r n N N N m N Cl) N LU to w m a } J N 0 � U v U rn J w LU Q C7 X r i- N _ N IV w m C X M - - N `- �- L") r r J O LV N x '� r CV d (L ,- r a. () U r U J N •CL (A N m r fn cn d d U m o w w 0 0 m m 0 m m EZ In o w ai Z z F F- -j J U J a 0 -jm m m ui D d J m � O z _ o z W U �r, LO (d m Nr :CO M (D r-- 00 0) ;N - O ' O On P P O- P. O. -O O P - O O O O - O 7+ a O O O O O O- O 'O O O O' O O O- O O E O O O O O - O O. O O O O O -O O O O. �' O i O, O O O 'O O O O O O O O -O O 'O' f� d QI '.N �, -N N -M o M cl) ;LO. 'LO LO 'lC1 LO LCI LCI. LCJ LCI iN L6 W F> O O O O ' O O O O O O O. O O O O - O �.❑ O. O O O O O O O O O O O O O O b, ''o to (O (O (p (O 10 (D ,T I ''M I (D (O (D 1(O 19 - fA E 61 Q) O r N M LO tO (O h 00 1 -� IJ rNf+') VInC 4> >n LCI 11'i LC) IC) - LCI LCI lf1 (O (O (O (O (O T T T T T T T T T T r r T T T T — T T T T a O o Q7 T c N N N O N N N O to n �r M LO LO O 1l LO LO O O iO LO O O M r h iD M LO O O O) � .-m N N M OO O] O O O V ti 0 M r+ O O ro IT Cl) M If) T M O r N V O N CO V M O] is (L Q) N (O Nr N N ED lD _ (D V 0 N N U) N M It N Q 69 w 69 69 69 64 69 ER 69 d9 69 69 d9 69 69 69 69 FFT M b1 64 (6 67 4 0 O O O O O O O O O O O O O O O O O O O O G N M e- T N T M Cl) M co r w w r m N M N a � ti rn r m a 2 a a a a a a0. a a a a a a a U a O a 'O a r m ca EG m m m m m m m m m m m m m m mFm m T6 4- L C M C N C O G O C q C C O C M C M C M C O C (O C p C ^ C ^ C p C C n C C p C O O O iD O W> O 't OM 00 Oto ON Op OT OT OT OW OON OD r. �aOh Opo O0 00 0OF �Oyr- rO� N •p a a ar. a a 'O p vr 'O T � T 'GT c) r uT cJT � T c.) N U N cDM UN c) '- ('� c� cai u g o Y u u u o u . . v . E M EM EM EM EM. oN EN En' E0 EO EO EN EO EO EO EO EO E � EO EO EM � M M M M M M M M M N N M M M M N N M M Tr• min 9•r Tr Tr 0w w In 7.T ?•T 7.T Tr 7.T ?.LO Ca LO m W) `y.T �.T ati 10 w Up = m �n min min m .n m u� m �n m �n m v� m m rn m rn min m u� min m �n m rri m �; COm T m N ro u7 m N V yau� w J a c a J J J J J J J J J J J J J J J J J J z Z z Z Z Z Z 0 Z Z Z Z Z z Z Z z z z U')0 o 0 0 0 0 0Z O o 0 0 02000� 0n0 0 o m O W O W p W O W O W M W 7 w J w WOW w W M W W N W � W v w 11.1 d --ii --J, pJO_ JOJMJMJ J � JEDJhJtiJ J � J JcrJMJ T J J J J J N J M J J N J (9 J J O J T J J J O J J M J - W W `- wEDw w wNw � W � ws- wri WrWmW WmWMW mW - a, w L ❑ m ❑ 00 ❑ LL1% ❑ Q OOTOTOv DTTrQOQ ❑ ❑ ❑ :0 :3 N � x mm ❑ T gLL � LL � J � m � C? � m � mm � .- ❑ ❑ ` mom O d ❑ A ❑ fA ❑ OQfA ❑ _ ❑ _ ❑ J ❑ ❑ � ❑ ❑ F- ❑ M ❑ " ❑ ❑ ❑ W ❑ r/1 ❑ fn � Jm J _ JYJ _ JQJ J J J J .SJ � LK J 0 ¢ � aOgzMaM ¢ ate ¢ ¢ Naz ¢ a a ¢ Ya0 ¢ q q Lu � zaz zXzX zaz zaZaz0. z zazazWz z } z Fzm `o = O = OXO = O OaO- O = O - O - O - 000MOMOF- 000 Om m w O y d d w F d 0. 0 x cc) — Ox X ❑ X ❑ Z ❑ ❑ ❑ W ❑ } ❑ X ❑ (A ❑ w p F0 � 0d V 0 V X00.00. 0 CL0M0d0 }-UXUXU :EUX04. 0w x 0 ~ - � Trzra >' arrnrW > a LU U) w � j � w � o � p20 } O � a `1 n � ¢ r ¢ ¢ ¢ ¢ w ¢ ¢ - ¢ ¢ w ¢ J ¢ ¢ ¢ ¢ - ¢ O ¢ 0 ¢ ¢ LL ¢ w . 7 J . CL 0 0 LL — > > w a. — G - 0— M - 0 —- aO 7 J � fA > � ¢ � V � w � w . z OC ❑ w ❑ ^ ❑ 0 ❑ 0 . J d a d w d Q o a ❑ � A O A W ❑ w d W ❑ W ❑ � O w F J ❑ z 0 0. 0 0. W R J 0. w j 0. * w w �* O a J a W a ? nc J F ¢ ¢ V000JOJ0 ¢ ODOJO OJQ -jO --i0 ¢ Oa0 ¢ O ¢ OJ0 00 Cry � Og JLL JLLSLLa LLmY JLL J1La LL JLLa LLQLL LL LL LL J LL J w J W _z2 W m W W < W a W W a W m w m W U W J W J W J W W J W J W Qm ¢ mNm = M MMM mmJ m mm m m mJ mJm -i w-3m m ¢ m mF mF FNF F F Fa F FF- F Fal- ¢ h- ¢ F- ¢ F- mF m F- 0 0 0 to w un tnm cn rn m w ommmmmmmm rn m > > > > > O > > O O A ❑ A A ❑ O A A N Cl) t4 N M V. 1f'/ CU N. co 0) C) T N (e) CD O C) - OO O. M. O O O O O O O, O,. r- er r.. O OSA O O O O O O O O - O O. O O O' O O. O O O 0� O" O -C O` O O O O O; O O O O O O 4, O 4 O O O O4 O O O O � O O 4` 4- O 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 Cl) i M N N N N N 4 tO fit] e0 tO' k. O to LO lO to t0 1t1 to tO O CO N O O O O O O O O O O O O O O O O O O O O ❑ o 00 0 0 0 o a o o; o 0 0 0 0 4, o 0 0. o o c [� n r-- r- r.. n: n � ti r~. ti N n r- r- N ti - t`. ' r r` rn m cD cD �D co. co co cD m' cD co m m tD'" w (D iD CD cD m (A W J w ti n n ti n ti ti ti W 1I apo J cn W m Wco co a m Q O Q Z U N ^� N m Lf] O O Or O V r eLy U1 O O V m r N O O O O O O sf QI O [` � tti N co N O O N N T N (NO N CV (*7 O !0 a r N l0 0o N ❑ 4f3 to to to w Ef3 69 69 4A FA 64 6% EfT R9 69 � d a ca m O N m M LO O O O M N (OD N LLn C N Q t m b _0 b b b b b b b b b b r a m m m m m m m m m m m m 4- r- T rW) crncN ¢ ¢ Locr cM r- 'r coca ctoc "r O O O N OM O T O O N O� 0 C O (p O pp OT 00 0 N Ec" E 'mEmESEw N N rEo � E � EmENEoEo ti M M _M _ _ 4 N N V L N LO cc RC1 0 HCl m U') N LO N C'41 N LO m LO fc6 �; N�T] M�; ITG AL1 fV t; -E CU a, W C� U) t li ui w u� u� u¢J w ca) u7 t]i t li t li ui t]i uJ cLn a C a c° Y m LLJ M Ch �f } M } } } } } } G } } } } J J J J J J J U D O ) J J Z LL Z Z ZN Z Z Z Z U Z Z Z tO LL, 0m0 O O D! rn MO v0 Oa0a0 O O d 0 w S OC � w h CC � } N CC N w of w 2 w W gw wXw wz a a � w � w w wpwc*) w �nw a. J Z J J X J a J J J U J J M J J J J mJ � J LLW � LU ALU U') LU } w } w v wYw = wcow `° w N x ❑ LL cb i � ❑ a M -- :) � � N ❑ XOr ❑ UO V ❑ V) a � x � co � ^ � = F- J M2 x2 2 _j2X2a0- r2 o 00 � o � o � 0w °° w -x � 0 - LLoi 0 � oo0 (� J 0 J J J w Y d J x J J J J O J U J fl m ¢ U Q = ¢ Q ti ❑ U ¢ _ ¢ ¢ W ¢ a U ¢ = ¢ W N Z Z N Z Z } a M Z N Z h Z a z w a. Z X Z ` Z V h .-. O [V O r0 NOn _ �U XO _ O Z O0Oa OaOXO v g r0 0 owoaaoaox N U- w � 0 r0 o0U0a ° 20a0 a. U) Nw w N X -1m :i N � NLU r _ z � a ¢ aw ¢ waro v, a via ¢ ¢ ¢ a "' ac� ¢ ❑ J ❑ ❑ 2 C w N co ¢ ❑ � ❑ } ❑ ❑ ❑ W ❑ w ❑ LL Jw RowF- of cr m mcr _ awx wa - wly- J 0 < 00 0 ti 0 a w w h 0 h0 N O W O W O a 0 a 0 .¢ LL mU- F" LL � LL a Y ZLL ZLL !1. W U-. � 11 11 ¢ U- m W W W W ❑ W ❑ ¢ � p W p w W 0. W ¢ W ¢ W ❑ w WOOF- m Vm Um ¢ ❑ bm ALO m m in mQCO a } h } }- h ❑ 1- ah h h to a U) to (n F- U) U) CO Q U) 0.. N cn CO ❑ > > 7 Z 7 D ❑ a a a a LU � a � 0 Z❑ OV U g g i LL LL 0 C) � 0 0 CD W ' O. O O O. O. ,.O C) O O 0 7� O O O O O Od O O O O O O %D' O O 4 O O O O O O O O O O O O' - O O- O C_ O O O, C) O O O O O C, _ O O O O O Cur .1�. LO �' �y�j N - : Lo 1 Lp �O'l iOD to � fOD O- 3 �. n r ^ O O o, O O 2 I-, ti r` r A: ti o w r` ti rn �. cn m', cn m co cfl. m co, {1p � c.- cp E o � O] O �_M� O O .� 00 CO OD m m O d1 D) m m O O M-O r r r r r r r r r r r r r r r r r r r r r a Q O r c � r (n h (n (n (n (n (n c9 h (n (D cn LO C) st N N O m m m . m (D O h h u) (D m N O C7 O N ` N m 00 N 'd m (D fD O T v w lD O) N M M � d M r r r O to (D r r r N r ❑ r Y r to 69 w 69 (0 to w 69 d9 w 69 (f) to 69 w EA w 04 19 69 69 (a a) Co 0 C (a (D O N O O O 0 C3 N m V a- �-- ([) a-- r O m N C N r r r r r r r Q ea a a 0. is (a m Ta m 10 10 m m m cc w is cc m m 14 cow ca 4- c m c 00 c c N c N c (n c m c co, c h C �- c m C N c c N c c+) C C (n r- -'r c OD C (D C O p ON O (D OOp Or -pO p -pO m O O O r -pO h -OOr O -pO N O � O � OO O O (rj Oh O pO Op O h U � � U O U 10 O � U O U U O a O � � .c� � N � O � N � N U N ON lI7 i i i U i i U U i i 09 -8 —' ' U I U 09 U U U aCi E E E EPE E EhEE � ESE (DE (` E � E - Et° EhEmEC' EE °7Ea) � I` T� T� T� T T� T� T� Tr Tr Tr TL Tc Tr Tr ?.� ?.c T� Tr ?.� 7.m (6 (n Co (n CG a) (n C O a) u7 a) (1) (a (n m (D a) (n a) In m (D M u) (a 47 (a (n m tni N Lol a) u') a) u) a) In a) v ' u� u� w w w (co a c CL J J J J J J J J J z Z z z Z Z Z Z Z Z Z z Z Z Z Z Z Z Z Z Z h O O O O O O O O O O O O O O O O O O O O O m Of w w w a a a ', aLoCc 'nw a s it w a a s � w � m w w w w m w v W w W W N W CN w W W W W W W w W N w � W w J cc J h J C) J ('M J J J N J C� J J J J J J J J J J J J J J a. J ti J J .d J J J (9 J J N J J J J J J J (7 J J r J J J � W °OW �tw �W rW W W NWNWS' W W w W w W WN WWmW w W (9 � O � a0 � N � (n � O � N � aOCCW � W � w �c C a � � � a � CL � 0 — a • � � U � () � n7 � 'r' � 'r' � i i i � _ � ][ � w p 5606262 ❑ UO (L ❑ iV ❑ = OU ❑ � ❑ A ❑ A ❑ v ❑ v ❑ v ❑ er ❑ � ❑ Q ❑ Y ❑ qT ❑ J J JOJ J J ' J E2JCJ J J J J 'a• J '� J '� J � JrJ JQ JO J C. Og¢ UQOQU ¢ X— Q 0Q r ¢ r¢ r� - Q a0 ¢ � Q ' ¢ ? ¢ � ¢ M ¢ U) Q } ¢ } ¢ ('i ¢ 2XZUZ Z Z UZ xZ NZ (y Z � Zj` Z NZ � Z Z Z ZU) ZF– Z � Z Z } Z v XQaOXQIL XOXO 'vOXO O (n0 0T obON0 � 0500000c) 0 _ O m a ❑ � ❑ a ❑ a ❑ 0. D 0. ❑ ❑ - ❑ XAN ❑ XOXQX 4r ❑ rA rA ❑ ❑ Z ❑ u- Ad ❑ r ❑ Q U _ U U LL V LL U LL U w U � U U X U U _ U - U X O X O X U Z U Z U � U _ U W U a ¢ t ¢ C. ¢ (' ¢ (n ¢ C ¢ a ¢ � ¢ QQ � ¢ w ¢ � Q ¢ � ¢ � ¢ � ¢ u� ¢ Z ¢ W ¢ w ¢ > ¢ W � � — ui — � — aC � w � Q1a � a � a � � � w � w — LL, w —z — Q — O — U — F ❑ w ❑ F ❑ LLl ❑ w ❑ F ❑ ❑ ❑ y ❑ fnA � A � ❑ � A � ❑ 9 ❑ LD ❑ ❑ Q ❑ 0. ❑ W AW C3 O (L PRix � aa' 0. a Q of ¢ of � of0. of � 4 aaofwR0: Xf Ccawxw Ccaa w QOao ¢ O O (Lo < 0 Owo 0 0 0 0 0 0 0 O� OwO QJQ O ❑ LLQ (L ❑ LL LL OLL ❑ LL LL1-- 1i.. W LL LL LL LL LL LL IL LL LLJLL — iL LL QLU LLI W QwQw www �iwww W w w w W w w w ¢ w � w w m ¢ m m m m m m2m2mgm m m m CO CO m m 00 M m m F F F F F F F F F F F F F F F F F F F F F w co CO U) U) CO U) U) (n U) Cl) U) U) U) U) U) U) U) U) V) U) G) (A (D h 00 m O N (9 Nr Lr) (D h 00 O) O O O- O O O O O O .C) r b O O Cl O O :3 O O O O O O O O O O O O O O O O O O C) O O O O O 0 O O O O O O O- O O O O O O O O O O O O O O L:�', 0 O Q 07 O 4 0 O C a) O O O O O O O O O O O' a1 O O. O. O O O O e-- a- e^e r N N (e) (9 N N 4): m (D (O (D CD O` O O (D m [n. V O (D O O CD O O O I O O 7 (a U) p C) p p. C) p C) o C) o C) C) 0 C) m O O O O O h. h h�. (ho w w (ho (h0 (D w [D (D co w (D (D (D to w N N C) vT 1!) (D h 00 m O N (+) u'1 (D h W m O{r r N w P P P P O P P O NI N N O X X w C W f11 N r r N W O u � m C3, r a00 N O O y a ❑ C N OY N U) O m L CD N to to a ° J J 77 co co co 7 A ,wj ° ❑ N N 0 ooZ T F M °D O m �v � � 2NQ °r ¢ m ti co w E O r ti m m N _ 9 ?,� � � D �0U (DU 2 H H � in mFO -i Fn -i ml irl 0 0 E m m ( a .0 CL LU CD ❑ LU r 0 J ti O Q U U m m � Q m m W w a ul CO Noe 0 o � Q x gZLU gwm m >- m co C ul ❑ U m Um �' l�LI W Nw roO i mow im wzW0wCrC6LL LL a `� Z Z U' eo �o L U,> #Y # coO wU Ur U d X ❑ X zX -rF- rH � U oQ o OD � Z fn- - r C/) 03 m ' v' w ¢ O a v�vam aw0w0 _ ❑ ❑ w Q � O J =J � N iV mom >- J3 a U N Z r r = m e m ON ❑ o ZX X -- LL r — co a N O - w r w M r Cl) m X X F- 2 `rr U) U O ti 'N O O. m O O. O O O O _A O O O O O O OO O' 'O C O O O. O O O O O O :►�. Q7 W to (O W. (O LD CD w to a �y W' O O O O O O' O' O O' �.' O. O O O O p. O Qi --- - SA ID N N N N N 04 N C07I ir] (ya r Q 0 01 N co 0 C', 0 0 0 0 0 0 00 o a o a a o 0 0 0 0 0 0 0 0 0 0 (n M o 0 0 0 0 0 0 (n (n m (D v v a a ori .n o a� i rN N n N O n r-: r� h � r-: (V 6 6 6 6 (D 0) O O (O Q M M V M M M [? M M Lo (0 m [D M ER 69 64 69 69 69 b9 (ri to 69 6H 69 (n 6% 69 6% 69 4f! 69 64 to 69 (C 67 Im M M M co M M M M O (D (D N O (D r ZN-- CO M O (0 (D C N a � U 0') c M M M M r r r r X X X X N (V N (0 M X X X X X X X X X X X X N N co X X O X X X r a O O O O O O to p O O O O O r T M O O O O M to (D co lD O V 00 w co N N M O Y M (0 0 UNU 'riU TU ~ U0NUIUIU "? 010 '? 0 'i 070707070 UrUNU `tU0T 0 N � N � N � N � N § N � N N � N N N N � N N § N n N N z N N 2 N N t � N � N � N � NixNa N wNWNW N wNW N � N W- N � NWN �N w N a' N w NIxN(,4 a' N wN y W a W F F F F F F F F F F F F F F F F F F F r r F Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z I1 w w w w w w w w w w w w w w w w w w w w w w J J J J J J J J J J J J J J J J J J J J J J ❑ ❑ ❑ 5 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ 7 ❑ O O dd d d d d d d d d d d d d d d d d d d d d w w w w w w w w w w w w w w w w w w w w w w a s a af a a a w wc� w0� w of w w w It w w w w O O 0 0 0 0 0 0 0 0 0 0 0 "000a0coo 0W) 0 O O 0 CD❑ N❑ N ❑ m ❑ CO❑ ❑ ❑ �� ❑ ❑ co ❑ co ❑ o ❑ O❑ T ❑ O❑ M ❑ M❑ V ❑ r❑ ❑ ❑ ❑ a0a c! 0: � Oa' O[3_ co cow rfY (n Ma' n d' NfL' (t5 a' r a' Nof pjw 'i w sr d' 0-' N � M � Ow cm ci0 "'Oui OcoOD'OCiOc60 ..io DOvOL60r� 060 -0 -0 -0 —o ;O 04060 `60 a' ' LL ' LL LL ' LL ' LL , LL , LL LL '�LL , LL , LL LL "LL LL LL. LL 1 LL LL u7 LL LL LL c0 LL 41 w �w w � w0W LpW nww4wcaw vwMW ww owowmw NW W ' W ' W (Oo m CLL n m m mMm mml� mr-mNco nm0m �m (Dm ''m (" mNm6m OmNm �m � m a NF � F � FoF aF- NFNF () F vF V F 'rF (DF ooF � FrF F �F wFTFvF vF u�iF ww wU) w W wW WU wmwmww w w w ww W w co — W Cn U U) wwU co W Co U` ❑ O❑ C? ❑ O ❑ O❑ O ❑ dry❑ O ❑ w❑ O ❑ O ❑ C9 ❑ W❑ w❑ w❑ w❑ w ❑ O❑ t70 WO WO W0 Z Z Z Z o C7 C7 C7 C7 o Z Z (7 O C7 � Zm � zmzmz � Z- Z � Z � z � Z— z — z— z - Z � 2z2z2z � � —o — n � n �o —o � o �ao � o ¢do �ao4Ro � o �oo �a �o �o �o � o �o � ❑ ❑W ❑ w — w ❑ W ❑w —w —w —W W — W —W —W —W ` W —W — W —W ❑ w w W W W F- CL �OwOwO �OaOWOWQwOWQWOwOL� OWOWOWQWOWOO �OWQWOWO =U = U = U =0QCC WUXUWU0. UaU � Um0w0 �Uw0w0 =U �U � U �0m ❑ F-} F-} F } F} F} = } =} _} T} Z } Z} z } F} F-> X X X X XF' XFXF XFXF' xF-XFXFXFxFXFXFX0.x XFXFXF- X v0VOa OVOV000U0U0a0U0UO (-)8 OV000 ( -OIL0 0a0a0 m 0. 0- 0. 0. 0. U0. UA. U0. - 0. 0 0. URU0. a 0. R a a ` M -fl 0- a — a ` w — w w `w ` w — w —w —w � w � w �w � wUwUwvwUwQwwwww — W —w — w w� w� w w— w— — — — — J J— W — WrWr J J J ` J J W ` W` i JU) w — W` r11 ` w` w w� W � W� ❑ ` J J p a p a ❑ 0. p 0. p d ❑ 0. Q 0. ❑ a 0 a ❑ a ❑ Q p d p a p 0. a 0. p 0. p a 0. 0 ❑ 0. ❑0. ❑ R r¢ng (Qngc¢ ¢�a ¢ �a ¢ ¢ ¢ ¢ �a ¢ �a0 ❑ ¢d ❑ ga ❑ ¢d ❑g ❑ ga ❑ga `� � r¢na� ¢ � a � ¢g F _ F - F �F NF (nFCAFtnF NFU1 F VHF <F < F �F <F- 9F �F NF = F- F- Urcr V) (1) :!t w �fn � f/) = In = fn = m = m = 0 = w e m - m = m = U = m = U) Q m QO N w = m = u) (rJ J MJM JMJMJr Jr -i -iJr Jr J �JT _j -1 - J T.J TJ —_j J m .J xC In >< IQto In mXmXmXmXmXmxmxmx°4XA° xmXMq M — Oxmxm xm ❑ ❑ - ox ❑ ❑ = ❑ _ ❑ = ❑ cr ❑ ❑ ❑ _ ❑ _ ❑ _ ❑ _ Q _ ❑ _ QXOxn � C] = ❑ car❑ CV •--� �J � J (0J a0JNJMJMJ J � J �J O...l -co -i OJOJ O -j JJ - J J J J w W W w w w W w w w w w W r W —w '°-' w 'r'w W O W w W w w W w w w w w w w w w w w w w w W w N W W W w F r F F r r F F r F F F F F F F F F F F F F- U) U) fn m m fn U) w W 0 0 0 m 0 0 U U U) U) U) U) U cn U) cn U) f) U) (n U) U) U) (f) (n U) cn U) (n fn U) U) (o Co U) (n co 0 U) U) U) , U) co 0 (f) co U) W U) co U) cn U) (/) (n U) to LU w W w w w W w w w w w w w w w W w w w to w J J J J J J J J J J J J J J J J J J J J J J Z Z Z Z Z Z Z Z Z Z Z 2 z z z z z z z Z z Z F¢- I¢- la- F F¢ F¢ F¢ F F¢ F¢- F¢- H H Fa- F¢- H H 9 H H H N U w 0 0 0 w w U 0 0 w 0 0 fn U cn U) cn cn fn U m NM u3, 0 h co. m O r N_ (+i v L0 (D ! n d0 (A O (V N OC) O O O O O O O r c= N CV N 3 - O O O O O O O O O O O O O O M. O O O O O O O s co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o p o 0 0 0 0 r 0 0 0 0 0 0, o o 0 0 00 0 0. o 0 0 o p o o o o y CD m di 6 6 16 s di m ds or ds ch di d) d) di di ' ds d) 66 diw. d> , W (0 (D co (D to 0. (0 Co. to (0 10 (D (0 [D (D (0 (D co (D M co (0 j77 ❑ O O O O O O O O O O O O O O O O O O O O O O C O d. O O O O O O O O, O O O O O O O O O O O O. p� n n n n n n n n. n n n n n n n n n n n r+ n n (0! w (D (D O' (0 (D (D to O. - O (D to (0' (D.__. CO.__ m. _ (0- (0 M _(fl O U) N M V t0 n ao fA O N M v en W nmCA W W W 611 MMMM MM � � � �' V V � a O Q' Y C co O O O O O 1 O O O O O O O O O O O O O O O O O O O9 47 IS7 Vi X2'1 O O O O O O O O O O C'] O W ` (D (D (1) P V V M V O O N O) LO N 0] (D (*) N IT M CO to d C v (O (C] to h (O (-. V I�r O 0 Lf) v C7 LO O_ (D c0 00 ❑ w CO 69 69 69 69 69 69 69 69 69 FR 69 E,7 EJ3 Ui 69 69 69 69 69 � CG C N (D eN- m (h m (O (*] (D m P) 0 Cl) M (D Mco M M (*� (D CO a ❑ + V U a o C) U U N N U N N N IL N 0. UN C]U (O (O _ t: CN C14 m X X X X N W W O O O O O O X O X X O N r d O O O O C7 M C] (A r O r O m m r Q en 4- ` Ol (O GD CA N V GO N w O DO N O O O U (° U � U °P U °� U i U ll U - U i U U N U i U N U N U ~ U N U (` U T U , 07 9 O o U) ¢ (n ¢u) (O ¢ CO ¢ co ¢ U) rn rn w w w V) to ¢ (n cn (o N 0 '9 m x v op y zgzgz zgz gzg z z z z z � IZO § z z §z z z `" f° to OoOCD 0O0O0 O0O 0O 0O 0OQOQOQ040o0o0o0oQo0o �+EOO >, w N O_' N D N CY N w N CZ NIX N (Z N (� N 4� N Q` N w N Of N w N o` N w NI W Nal N 2 a0 Y aT T T T T T T T T T 2 2 = Z Z z Z Z Z 2 = 0) z z z z z z z z z z z Z z Z z z z z z Q w w w w w w w w w w w W w w w w w w w J J J J J J J J J J J J J J J J J J J Q ¢ Q Q Q ¢ Q Q Q ¢ ¢ Q ¢ Q ¢ Q Q ¢ Q a a a a a a a a a a a a a a a a a a a w w w w W w W w w w w w w w w w w w w J O O O O O O ON O 0LO0 0 0 0 0 0 0 00000 ❑ ❑ o ❑ ❑ o ❑ mm0mm 0 ❑ �❑ w0C300000 ❑ ❑ ❑ 0m000 0 m IC r m m N IC O: -i M - = r o: N Q: 0: O' 0_' OC Go 0C N CC co (A O 6O �Oo060 v O O ! Or ONONO ONONO ^Oo0o0o0 - 0 `;0v O �ww W ,�W0 WNWaW "WLoW WaWmMmWC. wow (Oww wwwi OlI1 �p LI] �IO C) m cDmN ION mNm oim VCnNm Nm (pW NW nm m � m �m r (L 'i LL IQa uiF (D1- F6 FrF �2 c� w � w W W M W O W D w 0 w 0 w 0 w W w w w w W O CO (D CO (O CO W j W= r m O] C9 � C9 2Oab � 0� C7 � O � C7 � C7 � C7 � C7� C7 � C7� rn � co � � � (9 U' WON O Z- Z - z- Z- Z - Z - Z - Z ` Z' - Z - z - z- z - z- - - -- -- Z - z- U` Fw F ° � w � w �w w � w §wg w � LU LU w � w �w � w �wntu LU w � w �w � Oz O Q ❑ F ❑ F —F ❑ F — F- 0F- 0 H ❑ 1 —0 ❑ F- clh0 < 0I— ❑F- U] F- �+Fd'F ❑ F ❑F � � n C) it a a � a o± w a U U � rz rUr0. T - z FXFX XFX X X XFX XFX X X XFX — X X — XFXFX J E 7CL x00. 00. 00.Oa a ❑ Oa0U0CL CL aO °-awawOwaUaU0. Om=) m � w � W -W � W7W -w - WUw -wUw � w - w -w � WowJpWowUWUw_ VFOE- U - W- W- W- W - W- W - w - w- W - W - W - W- W - ❑ � ❑- ❑ - W- W U) 0 V) co w J U) co J w J co J U) w J w 0 J 0 J w J U) -10 <0 <0 <U) J m J w a oq- n- 0 (L00- 0 Qa ❑ gw ❑ qao qa ❑gaooq ❑ a ❑ a ❑4aonqgacnQa �, a ❑ oQ_ ❑ Qa g g ¢ LC ¢ ¢ LL ¢LL Q LL ¢ C.L Q L.L n LC ¢CL ❑ LL Q L.0 Q K ¢ CL Q FL cl!.0 fV ¢ N¢ ❑ ¢ ❑ ¢ Q WF �F U) FU)Fco F to Cf) !— � F U)F NF (4F- tnh cAF � FXFXFXF �h �F - (oT (O U) ` U) - U) ' U) = U) - U) : U) W - U) m - U) = U) - U) - IA _ U) _ U) U U) W N N N N•__I NJ CN C4 _l CN JN JNJ N -1 NJ NJ TJ �J [DJppJ fVJ CVJ � C") Q XmXmXmXmX mXmX mX mXmy� mxmXmXmxco IO CO mXmXmrN 0 J J O J co J 0 J w J cm J N J N J O -i (D J Do J N J J J J J (D J O J O O W W w w W W W r W W N W w W w w w w w r w -w N N w w w w w w w w w w w w w w w w w w w t- t- F F H F F # U) co W U) U) U) co U) w w w (n w w w U) w (n U) w w w w w w w w w w w w w w w w w w w z z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z ¢ ¢ Q Q Q ¢ Q Q Q Q Q Q ¢ Q ¢ ¢ Q ¢ ¢ U) U) V) U) m co co U) co U7 V] U) C)) (A co (!) U) U) V) 0 cco v Lo (D f- O O O r_. N m V' in O I,, GO O O LO CD N N N N N N N N C3 fh M co Co. C9 C) M co C l V V - fh r- = _ O O O Q O' O; O O O O O O O O O O O O O O� O O C Q C5 0 (D 0. O o O o o m 0 CJ 0 0 o C3 o o 0 0 S 0 C.7. Cl. O O O. O 9 0 O O O O (7. O O O O. O O Cl- O � h. �. ' m O Q) m m' M. D1 D) O. O, w w O O m O O to Q7 O U) 0 O. O 0 to to to 0 0 (D (D O co O a) � co(D O O (D '' O CA � � O O C7 O O C7 � C7 O. O O CJ. C O 4 O C? P O- O p O 6 O O O p O 0 O 4 O [J 6 O O 6 O O O O py _ (O_ (O (O (O_ I CO I to I l0 I[4 (O _ (O} (O 10 [O_ (O (D I(D CA (D I(D (D lD (n O O to GO O O I N M W (OO . OT 6:[W cq -uo uD eO (O (o eO (O eO (o (Dm (On P r T r 41 a to C7 O C N N O O O N O O m O O L) O tt] (D O O O r N O UD CD O Lr) com •` t (D N to co m h N IL .r- 7t O N O M O _O L,2 m 'C*)' p N N 0r N SA 4R 69 to 6% . d9 69 CA M d9 co ty l9 G) G N (D CV to IT N N CD to (D (D (D v C = a N N N N N N (D (o (D CDtD 0 Y "rte m m c7 h � m 00 c0 (1) N N to O O 0 O O N � f1 O O O N N M Or N M f00 000 4- 0 O O O O O O O O O O O O 0 X4 X � XQ Xv X � X4 X (O X4 X4 x4 X4 X4 C w (D N In (0 In (9 In fti U7 l4 t(7 m to N L? m t[) N IL) f0 Lo t0 Lo Eo Eo Eo Eo Eo Eo EEgr E4 E4 zw m000Mor oYccoozo 2coo2 chozOhDzoho Taco 2: co y � E N 2 T T = Z Z z T T T S = p •q U U U OU U U U U0 U U N w w w w w w w w w w w ul a c (L J w WLLJJ Q UJ SA0 - - CO N V CMS)r t(DD• oho n O N O W 0 0 � 0 0 0 W W , W W , w , w y Of w � � rCXrOC o 0 0 0 ¢ o rn ,It LL uiLLr` m ALL LL LL 9r � r � r � ra � � (tt Ow Lu 0 W (') W tDwwU? NUoCjU� 4TCjU3C'jUf 0. Nr mNf- 'Dml- mhm0gwgwWgW2w2 60 ' �YaoOoO � Oz00000000000 C U` YC7YWOjYwxWIle LL 9 °L9UU. 9UU- 9LLLL � LLLL o Z 0 Z 0 0 z O Z O Z O � w W w w W w *' ���Cz LLim al m ` [0 CO ` m a ¢ � XF- OwOLwtlOwOwOwO `n ` �r � to 0 C90M: 0202 ¢YaYa �CaYMYaY Q Z= Z >- ZWZ } Z } Z } 00 ¢ 0 ¢ 0a0 ¢ 0 ¢ 0 J _j J S J T J T ¢ � E CL CL a. w ¢ ¢ ¢ ¢ ¢ to Om = MDW mMMMMMO W � w w (ry W 01- 0 0:30 - OI- 01- z O2O O � O 7_:) LL WLLW Li- WLLWV_ WLLW lmxm = M -TL Co x---1 = N2Nz (oy co � (A U) � U) ¢ U) � (A m m It tMO (D OmOON ((o A } A} = } = } A } A 0 LO U (fi r N •-- MN 0 o w o O O += CV ro V' CD a0 00 O w O O 0 - cli H U) H W FN # W 4k 4k ik O e7 v 0 r N CO I iT O U) EA h (t) h 1+ h (D to (D (D to (D 3 _ O O O O O O O O O t'7. O O Q C O O O O O O, O O O O 0 O 091 0 O O O p.. O - O O 0 O (6 N CO CO: Co. co 00 O m m m 00. 00 ca 5 O O O O O P! O O, O O, O O iG O o O o o O' Cl o 0 O 0 O CDc h h` h K h h h h h h h ti _ (D (D I to I w 1<0 jo -IQ -Ito_ (D w tD I(D to t17 jp� I h O m 6161 MWOOt'! h h 0r •- O O O O O O O O O O O O O O O O O O O O O CL Q O G N N m to ([1 O O O O O to O O O O M O O O (o E!) O O O O 0 O O O O M O O U( O h W N u7 N N 'V' +. 0 (p ` N 0 to N C aD of a h V u) ui u'i (- h Oi m m a tD m a r r M r r r V 0 to 69 fo w w w to 60 w c9 to E9 69 d9 to w 69 to Eo 69 to R Q7 3a N N CD N N 0 v v IT N N cD v .T %t = y N N N N N N r r N N N r r N N N C (D Q ti rn ya 2 0 0 0 0 0 0 0 0 0 0 6 0 0 0 0 0 0 0 2 r- L L 4-. F�. L L L L L L L _ L L a E E E E E E E E E E E E E E E E E E E �U C V C U C U G UG U C U C n y `O�m m m w m m (u mOm u m m w cu m m m w t tLrOtOtOsO OLttO D 7D � � O ] U u U t l7 1( CD 0 O MM U1 0 OW) O UOM O ~ Mco 0 U O L) W) VO ULon VMUa O0 0 OO O O O O O mOMOM MOM M> nO M amm � n ._ o � n ._ ._ ._ U ) G U G T T T x s x x x x x x S x x x S x x x s x CO o U U o 0 0 0 0o U o 0 0 0 0 o U o o U U o m N w w w w w w w w w w w w w w w w w w w wI w In a m U) w a 0 CIO0 o m o o m 0 o m o o w w w W w w W m w aJn J J Co w m m w w w w w a s a = wo >- 0 >- w C3 w >- wr ->-->- W} "'rwrararF > ° r ~ r ~ � ororpr 03 J6) J OJ J OJOJ V JTJ JdJJ J a Ja .-1QJ Q ..J J 4. Z0. ZOZQZ mz - za ZaZ V Z MZrZ "' ZwZwZJZ (nZ JZ JZw .Zwz < Z Q J OnOaOJO aOaO JOno n o JOCLOR. O 0 00000 mowoJ0J0w0 CO _J J JJN J J J J JO J (DJ :3J wJ _!J _I -1 L) JU J7J (� J (� .-1 � J � J ¢ J O 0000000w0 O OCOOU0000oaOCLOO- 21LO 070 O OHO W 20-20212CL2 2a2VZaZ0. ZmO2 (pnOCD2 � a = > 2 CL :) � E OWWOwowowowowowuwOwowowzwzwapwxWMWMwvw (� waw T ToTapS oTo2 � x �S Qx apxoZoZo2o2 = 2o = 2 = T = O = o = U = Z U =UmoMID aooapU =oSo wo =0wocpowow000wo 0000wo w000 =04 M o o U (p (V (A (n _ _ V) N U) f!) r M (o (n 0 r M CV m IN V) N � - r M G1 INM V N co f• co O r N t7 "r l(] tD IN' 00 6f N O' O O O O O. O O N N N 7 _ O O O O O i 0 O O O' O O O p O Q OO 0 O O O 0 C O, O O O O O O O 0 0 O O O O O O O- O O O O. m.-0 O- O O O 0 O. 0 C?0O O O- O O O_ O O O O' O 19 m G7 V 'cf Vr V� V �T V V V. V V V' V �. "t V_ �} c{ W N '7. sY V V- V .V. V V. V - V- V V V - �. V'. IT 't1' 7 'd', �.V 3 O ; o 0 0 0 o 0 o O C, a , o. O o C, 4 . O O o o : o. m O 0) to m 6 - O M m A Q7 67 Q1 01 0 01 01 6i 0 M. 01 � 01. C to u) t[) tt7 Ln to to � to to to to to. It) LO tt7 0 tU uo m en rn (D 0, 0 (D (D w__. (fl 110 [CO wO -Ito Im IQD 1w (D (D CD (D (D I(D (D w E h 1-� �j- O N M tT u) (D h M W O rN M V' UL)a0 W W QI m 0] CA 0 0) Q) 0I Q) O O O O OO O Or r r r r r N N N N N N N N r O O O O O O p Q p O O O O O O O O O O O O C. O = N N DD d d CO o LE) O u') C) 0 0 C) 0 0 0 o (D �. 0 0 0 0 Q v c0 h 0) N M N N N O O u7 O O O (() N r 0 O O m •� M co co V 0 N M O m M O N (f) U') m m O )f) m d co LO (D h N to Q) si (D O u] ❑ 6 EH (A EA E964 � 69 69 FA (A 69 (H 69 (H d9 69 EA ER C6 a) CO O N N a7 It It Nt N N (4 N N N O O coN N N co (D f7 CO r N N N r r r Q � O O O O O O O O O O O O O O O O O O O O O a E E E E E E E E E E E E E E E E E E E E E N a) a) a) a) a) a) a) v m N al a) N N m N a) m N w `� r r r r c sC)l t (Dtm c m C uLvrw � 'D C', rot Ora C O •O O 1 1D O 1 O )f) O O m U , 0 � 0 3 U � U f0 U � U � U 7 (.,) � [� � 0 � p _ O d '� O O O O N N N m cn c) co O N _ r- d UM UM U Cl) UNUM UM UM Ud UM UO U0) U M UO UO U U W U0) 00) 0IM GO.) 0 UO co c O c () c o c O C 'u, c O c O c O c O c E •c E 'c E 'E E 'E E 'E E 'c E 'c E'c E'E E 'c E 'c E N b S 2 2 2 Z T T 2 2 S S Z Z 2 Z T 2 2 2 2 2 w u� u� u� u� u� uaJ u� u� Ld (Ln a c co Cl) a N m co CD (n ¢ Q ¢ U U U m m > > l�Ll W W IL w W Q Q -� Q J J Q J J W w d 0. F n F F m m Q m Q Q m m Q m Q Q CL F F ¢ Q d Q d a m z m m m ZEL EL m m C ¢ oo❑ ❑ o z oz z z O' z Jz ¢ J ❑ � ❑ J _JZJOJ _zJ -JzTE -j2 _1ZJzJ = J O wz ¢ Z < ZJzWzWzJzwzwzTzTzz ZZzZznZzZZZZZ� Z OwOwO ¢ O ¢� OJO ¢ 0J0J0wowoz) 00ZMOW00n0a ¢ Oo0wOWO0J LLI Q0 0 O w0wot w0L0LU 0 � 0T0 � 050T0M-i=)-3 OTOTO y D Ly U � a u � u a' W S W � w � F � F- � SwF Q � W Df FQfFW m0.' F = = w =w CD >a. FUFUF F- F- Fu Fz FZF FFZFFFF F- LM FF' F �F- FF- FF E W a w d W a w p W > w W > W W F W F W O W F- w O W O W a W d w 0 w d w p w 111 d o U S U 2 U Z U T a T O T a T n• S — S — Z F Z > T F S F S w 2 w S 0. 2 W Z d Z a.T O C3 U Qro U 00000 U C) U U U U U > U > U> U U U > U > U U U w V U U w U W U U y z z 2 co 2 co coo j j U U U > j U > U U U U U O U 2 U Z 2 a d > a J a d > d > > iv U m U U m U U U U 1L U Q U U 0. U D- CL U U U U Q U U U 0 U U CV 00 O 0 Z O O c0 O O =00 GO co MO O r M r 00 U U U U U U 7- mV V U Cf) U U (A U co _ U UU U U, C%( M N r CV cM r Y, a) MV u') (0 W (D O r Lr) CO h' 00 0) O N M 'ct )fl CD NN N N N N i N M C'7 co Cl) M' M M V V et 'r.: 7' �r �r 7 d O. O C) O, 0 O O O O O Q-" O 0 O O O O - O O O C O O O O. O. - O O O C 0 i Q O O O - O O O O O - 09 O O O O O p O 9 O d O O C) O O O O O O � } O `- O O. O O. . 9 O O C5 . O d d o O O O O O O ; O N 77 m - m D) 0) Q), 0)' O CA 6 06 T 0 0) 0) m 0) O) 06 & & C Ln to Cn L() c0 (f) [D to in in )fl Lo (C) (f) Lo � a7 Cn in. Ln Lr) <n � (D 7, CD' (D (D (D O Ito (D (D (D CD (D _ (0 lco (D (D (D (A Ll Or (n [Dt� ao0) O sYeniflhO Q r r r r N N N N N N N N N N N N N N N N N N N N N a L Ir" 07 � N N co 0 0 C. (D o o to co o 0 0 0 0 0 0 0 C. 0 0 0 0 U U1 N O r O O (n C7 O r O O O O O O O O O O O N •� O N (n h O 47 V O h (D h O Ln co (D N w h W N V 9 EL (D h co eV- m `o U) O h Y h v r r r r r � m R N N N (D to 0 N N N co to m O N N N r Q O O O O o Z Z Z Z Z Z z z z rr Ei E E E E CDD 0w 0 mL U � v w O o m U -o w {nUfflU (nU (AUfnUcn0 N V to W 0 p n .Qh h � o �dCD o [L o [L 0 � 0d (D d (mD d (D d (ODQC OOOOOOOOO r O ¢ OO QO OQOQ9QO 4 U co co O co O O O co co O O W . n � n .n WyyhJ > .0CID mn� c E 'c E 'c E 'c E 'c E E E E E E E E co o cn cWo w o (n Dcn oo cn W D N sn co U co U oo E N a x x x x co x s s s s s s s s s s x x x x x s U U U U U U U U U U U U U U U U U m Nwwwwwwwwwwwwwwwwwwwww a` W W N CO W wul J W W W W W rn U U Y Y Y U U Y U Y Y J J W W W d w w LUES s w w W w w s w w -a J J iii v o = U _ = v v = U _ = a °' 0. 0. R a- a W W z U U v z V U z z a a a n C O O z z z o} O r z-3 r z> z r U r U r r r r z r z r °> Z JJOJZJOJ OJ •--• J •--•,.J OJ Z' ,J OJ OJ > _J �l•J •J .7 _1 J ZJ Z •J � z � zZz , zZZZz � z �zZz �zzzzz �zazaz �za- 0zUzUz a O O= owomomo O oaoWOaOD00000000000a0EL > 0 > 0 >o �.. W -1W J W .__1 D J w J W J W J w J WJ �-J wJ WJ 0J �JOJO JO JU JUJ EL J n-J U a0a0n0womonODODODOW05000mocoomomocoOoo 0000O m W � a � � � HEY � � � � � � W � � Err-� atY � � UEx U � x � x � xEr coW o0X p H � H � HZH � F � HF' HF->- � H HFI VH C) UHU� UF- � Z coFco E OwowOWPWLU WOWOW nwaw � w �wwwwwwwwwwwow (DWUwU ., F- MF- z z — x r zasazoz z ❑ r ❑rsnzrnr �z �r � r _ z _ z (nr (n= U > UE= U � UwUwc) wUWUwU �UDU �UpUpUpU � c� �DUwU =U > U > > U j j U a o to Ur UM N "c� X Xj x x> 0- am a a � Nx U 0 x x xU � U co V U UU oo x x m w 0 z OD CC)°� ii i.E y U N V U CO y U En U U cn - U co _ to co Cl) rte- (v3 CV P'] M N M r r 4) __ h loo Of O (N. c() V 6 CO: h co 6) O - N ('e) �.r of i co 1 N V V: V to 11 O ([) O UD O O O (C) (D (D (D (D (D (D to (D 0 O' O; O O G O. O O O' O` O O O O O O O O, O O� O Q C O: C O O O O O O O O O O O O O O O O O O' O - 09 O O Cl O, O O O' O 0 O, O O O O O O O O O O Q1 V V V V V. V v C ,T v v v v v tT V Nr v. I;r} V- 9 , O O9 O O� O' O O O O O O O O' O 0 O O 1 0 O N }} O7 O. O 0 O) m m O O). O) d) 0) O) O) D) O) m O) Q) C ((7 (C) (f) (f) O (f) (D (n O (!] m LD O O O O U") in (U In (D OI fD O_ to O O_ _ (D_._. O (O -Ito (D. ._ co CO _ (O__. CD_._ (D.. (D_ (D_ (D co (D. (O N W NNNNN cq NN N 6 N N N o 0 0 0 0 0 0 0 0 o p a a o [yQ. r T T T T T T T Y Y Y r Qo m � N ^� N DO O O O O O O ([y O O N N O O O V O O O O O Up O p) M N C'1 M tl7 r d) •L m O (p O to N M V m O V c6 (A 69 49 d4 d9 6% (A [!9 d3 w (H 64 EA fA 76 61 7 N N N N N O N N N N N N N N N Q � Z Z Z Z Z O O O O O O O O O r � N � M U� oa U� o^ U� oO C) C) ap = a = = o = o p o r- C0 � '_ O 2 C) m0 O O O TO N O O O 0) UU co p a0pp a n o O) (1 co od c = = _ co co Co co to Go Co a0 c v 0 c U c c U c o c o c C I f N V T = x x x S z Y 2 S 2 2 2 z U m a 0z z 0 z LO z U) U) c D rn cm7 C7 c7 to m m O m a a a -i -j J J z z z 0 CD a z iL Z z a IL _a a_ _ a- x a U U Z (J � V JZJZz �rl � .r..] � J � � OJ Q Jam p� a .}_! 0J > 0HQzUzoz z zozmzozwzwz ❑z z is ao � o > o > o > oaoaO o - o oo!oo;owozo •� UJU_IU -4 V .-! V JJ J J JM J � Ja -..l MJ0-J �JaJ N 000000oOpOU0UoU0U000JOJOdO -jo [i z1- z�S � Sco Pco z ~ 7P> F- UF- � F- Ui- H U) Ca2j2L) L) a2 ) 2U.2 > wiwU � uwUwwaLLI Ill LLJ wjwa w pU = cMx w � �1: 0 0 -- � 000 V 0� OO V V OU VU V U [)UOV x x Y r x x z U s m m o 0 X x X U U U U U Y = w = N im U U U N U U = 0 M r M r N z [V M M x X X X T Y T m O O r_ N CO V LO O n CO M O N W3 CD (I- !l- IN h ti � h h n co Go 00. O, O O O O O O O O OO O O O O C O O O C O O O O O O O O O O = 09 O O O O O O O O O O O O O V 'ctNr V r V V V1;r v Nt It v v v � v. V v p p o 0 0 0 0 0 0I;ro a m a� m C) a� a� ai a� o) m m d� m' 0) c 10 X11 0 to ((] u7 O u) Ln ko (I) to (i1 1p- n in (D _ (p w.I (p (D...._ (p (p (D (D cp. O _ m 0 _ cA O T N M k V 6"� NGOTON(f) (n LL7 (p If1 (p O [1] (O t0 (p (O N" IN-1 N N N N N lc-v� N N N N N N ZZ N N co O d) Cl) c w C 07 rl- t4 CY) dl � a 4- c 0 co E (D c U d O� 01 d 0 O 0] y m a C o o � t rL L) N d) w U CD N 0CL ❑ O d, w N O C N E ate+ O LL d m C dI FORTUNE ; WATERWORKS a MORSCO brand 6759 WHITE DRIVE•RIVIERA BEACH,FL 33407 TELEPHONE 561.253.9886.FAX 561.253.9887 ` 1 Qlrmml I ro i 11 Local Branch Fortiline, Inc. Riviera Beach Branch 6759 White Drive Riviera Beach, FL 33407 Phone: 772-408-1960 Fax: 772-408-1963 Name: Jeff Brouillette Title: Government Sales Representative Email: jeff.brouillette@fortiline.com Name: David Guthart Title: Branch Manager Email: david.guthart@fortiline.com Corporate Office: Fortiline, Inc. Address: 7025 Northwinds Dr, NW Concord, NC 28027 Name: Sheri Smith, Regional Bid Coordinator Email: sheri.smith@fortiline.com Toil Free: 844-792-7473 Phone: 704-788-9859 Fax: 704-788-9896 Remit to: Fortiline, Inc. PO Box 744053 Atlanta, GA 30384-4053 KNOWLEDGE • EXPERIENCE • SERVICE FOR ADDITIONAL LOCATIONS AND INFORMATION,VISIT US ON THE WEB AT WWW.FORTILINE.COM Page 985 of 1197 FORTILINE ; WATERWORKS a MORSCO brand 6759 WHITE DRIVE•RIVIERA BEACH,FL 33407•TELEPHONE 561.253.9886•FAX 561.253.9887 Business License < _a AN 111E M. GA.KN OW P.O.Box 3353,West Palm Beach,FL 33402-3353 "LOCATED AT*` CONSTIT MONALTAX COLUCTOR www.pbctaxmm Tel:(581)355-2204 6759 WHITE DR SerciegPa&rrBearh Comity Serving 1y011. RIVIERA BEACH, FL 33407 TYPEOFM1133NMa OWNER CSRTIFICAMONU REMPTIJOATEPAD AUTPAW IBLLL� 45.9D5 WSCktFRCF UMSESALES FORMINEING ula697140-ONEMB $33.m 1640tfi4461 This document Is valid only when receipted by the Tax Collectors Offim STATE OF FLORIDA PALM BEACH COUNTY 2018/2019 LOCAL BUSINESS TAX RECEIPT B1-1425 FORTiLINE INC L.BTR Number, 201580311 FORTILINE INC EXPIRES: SEPTEMBER 30,2019 100 E i 5TH ST STE 200 FORT WORTH,TX 76102 This receipt grants the privilege of engaging In or managing any business profession aroccupatton within Its judsdlction and MUST be conspicuously displayed at the place of bustness and In such a manner as to be open to the view of the public. KNOWLEDGE • EXPERIENCE • SERVICE FOR ADDITIONAL LOCATIONS AND INFORMATION,VISIT US ON THE WEB AT WWW.FORTILINE.COM Page 986 of 1197 FORTILINE WATERWORKS • 7025 NORTHMNDS DR.,NW•CONCORD,NC 26027•TELEPHONE 704-788-9800•FAx 704788-9898 August 18,2019 1,Richard Linneman,Vice President and Assistant Secretary of Finance with Fortiline, Inc.,do hereby authorize Sheri Smith to sign as authorized agent for Fortiline, Inc. on the City of Boynton Beach, Florida, Bid No. 040-1412-19/MFD,for the Annual Supply of Brass Fittings and Accessories Purchase and Delivery of,and any related Agreements. Richard Linneman Vice President&Assistant Secretary of Finance Fortiline, Inc. KNOWLEDGE • EXPERIENCE • SERVICE FOR ADDITIONAL LOCATIONS AND INFORMATION Visrr us ON THE WEB AT WWW.FoRnUNE.COM Page 987 of 1197 State of Florida Department of State I certify from the records of this office that FORTILINE, INC. is a South Carolina corporation authorized to transact business in the State of Florida, qualified on October 4, 2010. The document number of this corporation is F10000004477. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report was filed on July 19, 2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my Band and the Great Seal of the Slate of Florida at Tallahassee, the Capital, this the Tivenry first day of March, 2018 IU WE a * = Secretary of State Tracking Number:CU0078656904 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbi7-o rg/Filings/CertificateOfstatus/CertiriicateAuthentication Page 988 of 1197 7.F. CONSENT BIDS AND PURCHASES OVER$100,000 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve award of Annual Supply of Pipe Fittings and Accessories Bid 041-1412-19/MFD to the following two (2) companies: Ferguson Enterprises and Fortiline Inc. on a primary and secondary basis to the lowest, most responsive, responsible bidders who met all specifications with an estimated annual expenditure of$210,000. EXPLANATION OF REQUEST: Contract Term: October 5, 2019 thru October 4, 2020 The current bid 037-1412-18/MFD expires October 4, 2019. On August 26, 2019 Procurement Services opened and tabulated three (3) bids for Pipe Fittings and Accessories. All bids were reviewed by the Manager of Materials and Distribution. It was determined to recommend this award by a primary and secondary vendor. The award is based on the number of awarded items each vendor accumulated. Ferguson Primary Vendor Item(s) 115 out of 220 Fortiline Secondary Vendor Item(s) 106 out of 220 Core and Main Deemed non-responsive Core and Main issued a letter stating that they will give 30 days notice, at any point, for price adjustments due to tariffs. The bid states "The Vendor may submit a request for price adjustments ninety (90) days prior to the end of the annual bid term if base commodity prices have fluctuated from the base commodity amount for Other Metal Valve and Pipe Fitting Mfg. in accordance with the Producer Price Index(PPI)." In addition, the following vendors included a discount for all items not listed on the bid. Ferguson 10% Discount Fortiline 10% Discount The bid will allow for three (3) additional one (1) year extensions at the same terms and conditions subject to vendor acceptance, satisfactory performance and determination that the renewal is in the best interest of the City. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Page 989 of 1197 The purpose of this bid is to secure a source of supply for the purchase of pipe fittings and accessories. All orders are on an "AS NEEDED" basis. FISCAL IMPACT: Budgeted Funds are budgeted and available for account 502-0000-141-0100 for the estimated amount of$210,000. FY 16/17 expenditures were $149,994.44 FY 17/18 expenditures were $204,193.42 FY 18/19 expenditures to date are $197,010.66 ALTERNATIVES: To obtain quotes on an "AS NEEDED" basis which would not be cost effective. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Addendum Tabulation Sheet D Addendum Core and Main Proposal D Addendum Ferguson Proposal D Addendum Fortiline Proposal Page 990 of 1197 ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIESS BID DUE DATE:August 26,2019 BID DUE TIME:10AM BID#041-1412-19/MFD OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS Core&Main,LP RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME. ALL 1101 W.17th Street OTHER OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY Riviera Beach,FL.33404 ARE HEREBY REJECTED AS LATE." Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed@coreandmain.com ITEM# DESCRIPTION COMMODITY# VENDOR PART NUMBER UNIT PRICE MIN QTY 1 3/4"Poly Tubing 658-082-00001 PEP07541010009 $24.29 2 1"POLY TUBING 658-082-00002 PEP10041010009 $39.71 3 11/2"POLY TUBING 658-082-00003 PEP15041010009 $85.41 4 2"COMBINATION AIR VALVE ABI D020+C90 670-066-00001 D-020F02 $2,765.29 5 4"CLAY X 4"CLAY FERNCO ADAPTORS 670-068-00001 1001-44 4.69 s 4"CLAY X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00002 1003-44 $4.69 7 4"CLAY X 4"PVC FERNCO ADAPTORS 670-068-00003 1002-44 $4.34 81 4"PVC X 4"PVC FERNCO ADAPTORS 670-068-00004 1056-44 $4.34 g 6"CLAY X 6"CLAY FERNCO ADAPTORS 670-068-00005 1001-66 $10.03 10 6"CLAY X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00006 1003-64 $31.54 11 6"CLAY X 4"PVC FERNCO ADAPTORS 670-068-00007 1002-64 $10.90 12 6"CLAY X 6"PVC FERNCO ADAPTORS 670-068-00008 1002-66 $9.28 13 6"CLAY X 6"DIP/C-900 FERNCO ADAPTORS 670-068-00009 1003-66 $9.53 14 6"PVC X 6"PVC FERNCO ADAPTORS 670-068-00010 1056-66 $9.28 15 8"CLAY X 8"CLAY FERNCO ADAPTORS 670-068-00011 1001-88 $15.41 is 8"PVC X 8"PVC FERNCO ADAPTORS 670-068-00012 1056-88 $14.28 17 8"CLAY X 8"DIP/C-900 FERNCO ADAPTOR 670-068-00013 1003-88 $15.41 1e 6"DIP/C-900 X 6"DIP/C-900 FERNCO ADAPTORS 670-068-00014 1055-66 $10.53 19 4"DIP/C-900 X 4"PVC FERNCO ADAPTORS 670-068-00015 1051-44 $4.69 20 4"DIP/C-900 X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00017 1055-44 $4.69 21 8"DIP/C-900 X 8"PVC FERNCO ADAPTORS 670-068-00019 1051-88 $15.41 22 10"CALY X 10"CLAY FERNCO ADAPTORS 670-068-00021 1001-1010 $21.43 23 6"DIP/C-900 X 6"PVC FERNCO ADAPTORS 670-068-00022 1051-66 $10.03 24 8"DIP/C-900 X 8"DIP/C-900 FERNCO ADAPTORS 670-068-00028 1055-88 $16.19 25 6"DIP/C-900 X 4"DIP/C-900 FERNCO ADAPTERS 670-068-00029 1055-64 $11.44 26 4"BOLT AND GASKET SET 670-064-00024 FK-4-3-N-DM $139.93 27 6"BOLT AND GASKET SET 670-064-00025 FK-6-3-N-DM $215.11 29 8"BOLT AND GASKET SET 670-064-00026 FK-8-3-N-DM $217.16 29 10"BOLT AND GASKET SET 670-064-00027 FK-10-3-N-DM $267.36 30 12"BOLT AND GASKET SET 670-064-00028 FK-12-3-N-DM $271.06 31 14"BOLT AND GASKET SET 670-064-00029 FK-14-3-N-DM $389.30 32 16"BOLT AND GASKET SET 670-064-00030 FK-16-3-N-DM $516.96 33 18"BOLT AND GASKET SET 670-064-00031 FK-18-3-N-DM $730.24 34 20"BOLT AND GASKET SET 670-064-00032 FK-20-3-N-DM $913.51 35 24"BOLT AND GASKET SET 670-064-00033 FK-24-3-N-DM $1,260.89 36 4"KENNEDY CHECK VALVES VMTH LEVER 700-057-00051 1106LW $853.52 37 6"KENNEDY CHECK VALVES VMTH LEVER 700-057-00065 1106LW $1,148.14 3e 8"KENNEDY CHECK VALVES VMTH LEVER 700-057-00052 1106LW $1,740.00 39 36"BURY FIRE HYDRANT/ HYDRANT MUST BE RED 700-057-00084 $2,555.56 40 42"BURY FIRE HYDRANT/HYDRANT MUST BE RED 700-057-00119 $2,666.67 41 54"BURY FIRE HYDRANT/HYDRANT MUST BE RED 700-057-00123 $2,722.22 42 4"MEGA LUGS 700-057-00067 1104DEC $30.58 43 6"MEGA LUGS 700-057-00068 1106DEC $35.15 44 8"MEGA LUGS 700-057-00099 1108DEC $51.63 45 10"MEGA LUGS 700-057-00069 1110DEC $73.77 46 12"MEGA LUGS 700-057-00104 1112DEC $98.89 47 16"MEGA LUGS 700-057-00105 1116DEC $168.98 48 20"MEGA LUGS 700-057-00106 1120DEC $277.30 49 24"MEGA LUGS 700-057-00107 1124DEC $382.83 50 4"MJ GASKETS 700-057-00110 670610053972 $7.25 51 6"MJ GASKETS 700-057-00111 670610053989 $7.25 52 8"MJ GASKETS 700-057-00112 67061053996 $8.16 53 10"MJ GASKETS 700-057-00113 670610054009 $11.79 54 12"MJ GASKETS 700-057-00114 670610054016 $13.60 55 14"MJ GASKETS 700-057-00115 670610054023 $22.67 56 16"MJ GASKETS 700-057-00109 670610054030 $22.67 57 18"MJ GASKETS 700-057-00116 670610054047 $25.39 5e 20"MJ GASKETS 700-057-00117 670610054054 $27.20 59 24"MJ GASKETS 700-057-00118 670610054061 $30.40 so 4"MJ 90 DUCTILE IRON ELBOW 700-057-00012 670610397243 $87.53 Page 991 of 1197 Core&Main,LP 1101 W.17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed@coreandmain.com ;hri�tts#:. r2lprilil 1 Mc51iYv'# U t�f�bFYpARft i'a "UNfJ'0A&E `' 14T�p„�' 61 6"MJ 90 DUCTILE IRON ELBOW 700-057-00010 670610395331 $145.15 62 8"MJ 90 DUCTILE IRON ELBOW 700-057-00014 670610397267 $207.88 63 10"MJ 90 DUCTILE IRON ELBOW 700-057-00013 670610397281 $346.47 gq 16"MJ 90 DUCTILE IRON ELBOW 700-057-00036 670610035640 $1,126.21 65 4 X 4 X 4 MJ DUCTILE IRON TEE 700-057-00002 670610395577 $118.89 661 6 X 6 X 6 MJ DUCTILE IRON TEE 700-057-00006 670610396987 $206.42 67 6 X 6 X 4 MJ DUCTILE IRON TEE 700-057-00003 670610395591 $180.16 se 4 X 4 X 6 MJ DUCTILE IRON TEE 700-057-00077 670610284314 $519.80 69 4 X 4 X 4 FLANGED DUCTILE IRON WYE 700-057-00008 670610348788 $393.88 70 WATER HIGH RANGE APC MARKERS 670-080-00005 $19.83 71 SEWER HIGH RANGE APC MARKERS 670-080-00006 $19.83 72 3"MJ GLAND KIT WITH ACCESSORIES 670-064-00011 670610085157 $16.28 73 4"MJ GLAND KIT WITH ACCESSORIES 670-064-00012 670610085164 $20.15 74 6"MJ GLAND KIT WITH ACCESSORIES 670-064-00013 670610085171 $24.03 75 8"MJ GLAND KIT WITH ACCESSORIES 670-064-00014 670610085188 $27.90 76 10"MJ GLAND KIT WITH ACCESSORIES 670-064-00015 670610085195 $38.75 77 12"MJ GLAND KIT WITH ACCESSORIES 670-064-00016 670610085201 $41.08 78 16"MJ GLAND KIT WITH ACCESSORIES 670-064-00023 670610085225 $71.30 79 4"MJ ACCESSORIES KIT LESS GLAND 670-064-00018 MK-4-DM $14.77 eo 6"MJ ACCESSORIES KIT LESS GLAND 670-064-00019 MK-6-DM $19.73 81 8"MJ ACCESSORIES KIT LESS GLAND 670-064-00020 MK-8-DM $21.38 82 10"MJ ACCESSORIES KIT LESS GLAND 670-064-00021 MK-10-DM $27.83 e3 12"MJ ACCESSORIES KIT LESS GLAND 670-064-00022 MK-12-DM $28.83 gq 4"ECON PLASTIC WING NUT TEST PLUGS 670-087-00001 $12.50 e5 6"ECON PLASTIC WING NUT TEST PLUGS 670-087-00002 $15.00 es 2"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00001 22600023807000 $48.73 87 2"X 10"FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00002 22600023810000 $73.44 ee 2"X 15 FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00003 22600023815000 $99.49 89 2 1/2"X 7"FULL CIRCLE CLAMP/RANGE 2.30-3.13 670-089-00004 22600027507000 $52.92 90 2 1/2"X 15 FULL CIRCLE CLAMP/RANGE 2.70-3.13 670-089-00005 22600027515000 $106.61 91 3"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.97-3.25 670-089-00006 22600030007000 $56.53 92 3"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.46-3.70 670-089-00007 22600035007000 $57.91 93 3"X 15 FULL CIRCLE CLAMP/RANGE 2.73-4.00 670-089-00008 22600037515000 $117.78 94 3"X 15 FULL CIRCLE CLAMP/RANGE 2.97-3.25 670-089-00009 22600030015000 $110.34 95 3"X 15 FULL CIRCLE CLAMP/RANGE 3.46-3.70 670-089-00010 22600035015000 $114.05 96 3"X 15 FULL CIRCLE CLAMP/RANGE 3.96-4.25 670-089-00011 22600040015000 $121.48 97 3"X 15 FULL CIRCLE CLAMP/RANGE 3.73-4.00 670-089-00012 22600037515000 $117.78 98 4"X 7 1/2"FULL CIRCLE CLAMP/RANGE 4.74-5.14 670-089-00015 22600048007000 $65.82 99 4"X 7 1/2"FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00016 22600050007000 $66.53 loo 4"X 15 FULL CIRCLE CLAMP/RANGE 4.45-4.73 670-089-00017 22600045015000 $125.19 101 4.25'X 15 FULL CIRCLE CLAMP/RANGE 3.90-4.25 700-057-00071 22600040015000 $121.48 102 4"X 15 FULL CIRCLE CLAMP/RANGE 4.75-5.14 670-089-00018 22600048015000 $130.13 103 4"X 15 FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00019 22600050015000 $131.40 104 6"X 7 1/2"FULL CIRCLE CLAMP/RANGE 6.84-7.64 670-089-00020 22700069007000 $107.15 los 6"X 10"FULL CIRCLE CLAMP/RANGE 6.84-7.24 670-089-00021 22600069010000 $105.36 los 6"X 10"FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00022 22600074510000 $109.72 107 6"X 12 1/2"FULL CIRCLE CLAMP/RANGE 7.64 670-089-00023 2270069012000 $160.75 toe 6"X 15 FULL CIRCLE CLAMP/RANGE 6.56-6.96 670-089-00024 22600066315000 $137.81 109 6"X 15 FULL CIRCLE CLAMP/RANGE 6.60-7.00 670-089-00025 X226 $138.19 110 6"X 15 FULL CIRCLE CLAMP/RANGE 6.84-7.24 670-089-00026 22600069015000 $144.40 ill 6"X 15 FULL CIRCLE CLAMP/RANGE 6.84-7.64 670-089-00027 22700069015000 $208.24 112 6"X 15 FULL CIRCLE CLAMP/RANGE 7.05-7.45 670-089-00028 22600071015000 $146.27 113 4"X 15 FULL CIRCLE CLAMP/RANGE 4.74-5.14 700-057-00070 22600048015000 $130.13 114 6"X 15 FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00029 22600074515000 $150.01 115 6"X 30"FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00030 22600074530000 $311.27 116 8"X 7 12"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00031 22600090507000 $92.94 117 30"X 15 FULL CIRCLE CLAMP 670-089-00032 22830310015000 $956.02 118 8"X 10"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00033 22600090510000 $122.96 119 8"X 10"FULL CIRCLE CLAMP/RANGE 8.99-9.79 670-089-00034 22700090510000 $153.08 120 8"X 10"FULL CIRCLE CLAMP/RANGE 9.27-9.67 670-089-00035 22600094010000 $127.78 121 8"X 12 1/2"FULL CIRCLE CLAMP/RANGE 9.70-10.10 670-089-00036 22600100012000 $165.25 122 8"X 15 FULL CIRCLE CLAMP/RANGE 8.99-9.79 670-089-00037 2270090515000 $236.78 123 8"X 15 FULL CIRCLE CLAMP/RANGE 9.27-9.26 670-089-00054 22600094015000 $179.88 124 10"X 7 1/2"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00055 22600111007000 $113.12 125 10"X 10"FULL CIRCLE CLAMP/RANGE 11.10-11.90 670-089-00056 22700111010000 $203.65 Page 992 of 1197 Core&Main,LP 1101 W.17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed@coreandmain.com tT�M CSES E#!F}TIfSN f5MMC5L71TY` t1O 51 pAt3f NUi41�ER UNIT 00i 126 10"X 12 1/2"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00057 22600111012000 $175.71 127 10"X 12 1/2"FULL CIRCLE CLAMP/RANGE 11.75-12.15 670-089-00058 22600117512000 $186.55 128 10"X 15"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00038 22600111015000 $221.44 129 10"X 15"FULL CIRCLE CLAMP/RANGE 11.10-11.90 670-089-00039 22700111015000 $307.45 130 10"X 15"FULL CIRCLE CLAMP/RANGE 11.34-11.74 670-089-00040 22600114015000 $226.26 131 10"X 15"FULL CIRCLE CLAMP/RANGE 11.75-12.15 670-089-00041 22600117515000 $234.20 132 18"X 15"FULL CIRCLE CLAMP/RANGE 19.23-19.98 670-089-00042 22820192315000 $558.87 133 10"X 10"FULL CIRCLE CLAMP/RANGE 11.34-11.74 670-089-00043 22600114015000 $156.45 134 12"X 15"FULL CIRCLE CLAMP/RANGE 13.10-13.50 670-089-00044 22600132015000 $255.15 135 12"X 15"FULL CIRCLE CLAMP/RANGE 12.62-13.02 670-089-00045 22600127515000 $247.93 136 12"X 20"FULL CIRCLE CLAMP/13.10-13.50 670-089-00046 22600132020000 $337.00 137 16"X 30"FULL CIRCLE CLAMP/RANGE 17.15-17.90 670-089-00069 22820171530000 $1,087.38 138 20"X 30"FULL CIRCLE CLAMP/RANGE 21.52-22.27 670-089-00070 22820215230000 $1,213.66 139 16"X 15"FULL CIRCLE CLAMP/RANGE 17.65 670-089-00047 22820174015000 $483.42 140 10"X 10"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00048 22600111010000 $152.84 141 20"X 15"FULL CIRCLE CLAMP/RANGE 21.52-22.27 670-089-00049 22820215215000 $591.62 142 22"X 15"FULL CIRCLE CLAMP/RANGE 22.72-22.87 670-089-00050 22820221215000 $602.16 143 24"X 24"FULL CIRCLE CLAMP/RANGE 25.70-26.90 670-089-00051 22830257025000 $1,723.98 144 30"X 30"FULL CIRCLE CLAMP/RANGE 31.14-32.34 670-089-00052 X228 $1,797.65 145 42"X 30"FULL CIRCLE CLAMP/RANGE 43.90-45.10 670-089-00053 X228 $2,395.29 146 8"X 24"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00067 22600090525000 $293.76 147 10"X 24"FULL CIRCLE CLAMP/RANGE 11.04-11.94 670-089-00068 22700111025050 $651.49 148 36"X 15"FULL CIRCLE CLAMP VMTH 1 1/2"IF TAP 670-089-00078 NO BID NO BID 149 3"X 10"FULLCIRCLE CLAMP/RANGE 3.46-3.70 670-089-00079 22600035010000 $81.93 150 4"X 10"FULL CIRCLE CLAMP/RANGE 4.74-5.14 670-089-00080 22600048010000 $89.01 151 4"X 10"FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00081 22600050010000 $90.26 152 6"X 4"MJ DUCTILE IRON MJ REDUCERS 700-057-00033 670610395720 $82.42 153 8"X 4"MJ DUCTILE IRON MJ REDUCERS 700-057-00032 670610047773 $124.73 154 8"X 4"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00030 670610132271 $306.35 155 6"X 4"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00031 670610132974 $223.20 156 10"X6"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00034 670610132875 $529.55 157 8"X 6"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00100 670610132318 $352.31 158 4"X 4"X 4"FLANGED DUCTILE IRON TEE 700-057-00004 670610398974 $251.65 159 6"X 6"X 6"FLANGED DUCTILE IRON TEE 700-057-00101 670610398950 $382.94 160 8"X8"X8"MJ DUCTILE IRON TEE 700-057-00005 670610397359 $303.44 161 16"X 16"X 16"MJ DUCTILE IRON TEE 700-057-00054 670610397953 $1,647.74 162 10"X 10"X8"FLANGED DUCTILE IRON WYE 700-057-00007 670610348757 $1,722.87 163 6"X 6"X 6"MJ DUCTILE IRON WYE 700-057-00009 670610397465 $272.07 164 4"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00011 670610398967 $173.60 165 8"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00017 670610399001 $471.20 166 6"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00075 670610398998 $260.40 167 6"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00015 670610396918 $161.93 16e 4"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00016 670610395492 $97.01 169 10"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00018 670610398325 $438.38 170 4"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00019 670610348405 $155.36 171 8"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00020 670610348276 $379.29 172 6"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00021 670610131236 $227.58 173 6"MJ DUCTILE IRON 45 ELBOWS 700-057-00022 670610397564 $117.44 174 4"MJ DUCTILE IRON 45 ELBOWS 700-057-00023 670610397472 $75.13 175 10"MJ DUCTILE IRON 45 ELBOWS 700-057-00024 670610397618 $241.44 176 8"MJ DUCTILE IRON 45 ELBOWS 700-057-00025 670610397274 $165.58 177 6"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00026 670610348443 $301.25 178 6"MJ DUCTILE IRON 22.5 ELBOWS 700-057-00027 670610395362 $105.76 179 4"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00061 670610348436 $207.15 180 8"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00098 670610348306 $455.88 181 10"MJ DUCTILE IRON 11.5 ELBOWS 700-057-00028 670610397328 $231.22 182 4"MJ GATE VALVE VMTH OPERATING NUT(NO WHEEL) 700-057-00045 F6100 $378.92 183 6"MJ GATE VALVE VMTH OPERATING NUT(NO WHEEL) 700-057-00046 F6100 $483.53 184 8"MJ GATE VALVE VMTH OPERATING NUT(NO WHEEL) 700-057-00049 F6100 $770.15 185 10"MJ GATE VALVE VMTH OPERATING NUT(NO WHEEL) 700-057-00050 F6100 $1,200.89 186 6"MJ DUCTILE IRON 11.5 ELBOWS 700-057-00029 670610395386 $105.76 187 6"MJ DUCTILE IRON COUPLINGS 700-057-00035 NO BID NO BID 188 4"MJ X FLANGED DUCTILE IRON ADAPTER 700-057-00038 670610395515 $83.88 12929 10"MJ DUCTILE IRON SLEEVES 700-057-00039 670610397656 $237.79 1290 8"MJ DUCTILE IRON SLEEVES 1 700-057-00040 670610397014 $165.58 Page 993 of 1197 Core&Main,LP 1101 W.17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed coreandmain.com ITEM :: `© 5Cu111T'Iz 'G„GYfMItVf4Cti1TY 9 Ohl© F1`Pp:I#'T 1S1kJt4186{ "UNIT 1t5 'T5'' 191 6"MJ DUCTILE IRON SLEEVES 700-057-00041 670610395690 $125.46 192 4"FLANGED DUCTILE IRON SLEEVES 700-057-00042 670610395683 $83.15 193 4"MJ DUCTILE IRON SLEEVES 700-057-00043 670610395683 $83.15 194 16"MJ DUCTILE IRON SLEEVES 700-057-00108 670610398929 $767.34 195 4"DUCTILE IRON SPOOL PIECE 12"IN HEIGHT 700-057-00044 $219.51 egg 4"FLANGED GATE VALVES VMTH WHEEL 700-057-00047 F6102 $375.68 197 6"FLANGED GATE VALVES VMTH WHEEL 700-057-00048 F6102 $501.99 egg FLOATS VMTH 60 FOOT CORDS 700-057-00055 S60NONC $51.38 egg FLOATS VMTH 80 FOOT CORDS 700-057-00087 S80NONC $62.63 200 16"DUCTILE IRON FLANGED FILLER 700-057-00059 NO BID NO BID 201 6"DUCTILE IRON MJ CROSS TEE 700-057-00080 670610398455 $304.16 202 8"X6"DUCTILE IRON MJ REDUCER 700-057-00140 670610397601 $134.21 203 6"DUCTILE IRON MJ SOLID CAP 700-057-00124 670610398707 $57.62 204 6"X 2"DUCTILE IRON MJ TAP CAP 700-057-00126 670610398745 $84.61 205 6"22 DEGREE ELBOWS/BELL TO BELL 658-088-00002 18-2406 $85.45 206 8"22 DEGREE ELBOWS/BELL TO BELL 658-088-00003 18-2408 $162.73 207 4"45 DEGREE ELBOWS/BELL TO BELL 658-088-00004 18-2204 $49.25 208 6"45 DEGREE ELBOWS/BELL TO BELL 658-088-00005 18-2206 $85.45 209 4"X 4"X 4"WYES/BELL TO BELL TO BELL 658-088-00007 18-010404 $67.85 210 6"X 6"X 6"WYES/BELL TO BELL TO BELL 658-088-00008 18-010606 $151.78 211 8"X 8"X 6"WYES l BELL TO BELL TO BELL 658-088-00009 18-010806 $225.45 212 4"90 DEGREE ELBOWS/BELL TO BELL 658-088-00010 18-1804 $49.25 213 4"22.5 DEGREE ELBOWS/BELL TO BELL 658-088-00011 18-2404 $51.21 214 6"90 DEGREE ELBOWS/BELL TO BELL 658-088-00013 18-1806 $87.73 215 4"CLEANOUT ADAPTER 658-088-00015 18-5904 $7.89 216 4"CLEANOUT CAP 658-088-00016 35-6104 $3.19 217 6"CLEANOUT ADAPTER 658-088-00017 18-5906 $25.48 218 6"CLEANOUT CAP 658-088-00018 35-6106 $10.03 219PIPE LUBE 658-034-00001 $13.50 220 4"X 2"DUCTILE IRON MJ TAP CAP 1 700-057-00150 1 670610398738 $67.11 Page 994 of 1197 Core&Main,LP 1101 W.17th Street Riviera Beach,FL.33404 Phone(561)848-4396/Fax(561)845-7267 Contact:Susan Reed Email:susan.reed coreandmain.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 0% PALM BEACH COUNTY INSPECTOR GENERAL YES LOCAL BUSINESS SUBMITTED NOT A LOCAL BUSINESS SCRUTINIZED COMPANIES YES ADDENDUM NONE COMMENTS SUBMITTED LETTER STATING RIGHT TO ADJUST PRICES WITHIIN 30 DAYS NOTICE Page 995 of 1197 ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIESS BID DUE DATE:August 26,2019 BID DUE TIME:10AM BID#041-1412-19/M FD OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS Ferguson Enterprises RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME. ALL 3697 Interstate Pk Rd So OTHER OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY Riviera Beach,FL.33404 ARE HEREBY REJECTED AS LATE." Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonik Email:drew.petonik@ferguson.com ITEM# DESCRIPTION COMMODITY# VENDOR PART NUMBER UNIT PRICE MIN QTY 1 3/4"Poly Tubing 658-082-00001 PEC9BF100 $22.50 z 1"POLY TUBING 658-082-00002 PEC913G100 $37.00 3 1 1/2"POLY TUBING 658-082-00003 PEC9BJ100 $79.00 4 2"COMBINATION AIR VALVE ABI D020+C90 670-066-00001 AD020 $2,499.00 5 4"CLAY X 4"CLAY FERNCO ADAPTORS 670-068-00001 F100144 $4.05 6 4"CLAY X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00002 F100344 $4.05 7 4"CLAY X 4"PVC FERNCO ADAPTORS 670-068-00003 F100244 $3.75 81 4"PVC X 4"PVC FERNCO ADAPTORS 670-068-00004 F105644 $3.75 9 6"CLAY X 6"CLAY FERNCO ADAPTORS 670-068-00005 F100166 $8.65 10 6"CLAY X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00006 F100364 $27.50 11 6"CLAY X 4"PVC FERNCO ADAPTORS 670-068-00007 F100264 $9.40 2 6"CLAY X 6"PVC FERNCO ADAPTORS 670-068-00008 F100266 $8.00 13 6"CLAY X 6"DIP/C-900 FERNCO ADAPTORS 670-068-00009 F100366 $8.25 14 6"PVC X 6"PVC FERNCO ADAPTORS 670-068-00010 F105666 $8.00 15 8"CLAY X 8"CLAY FERNCO ADAPTORS 670-068-00011 F100188 $14.00 16 8"PVC X 8"PVC FERNCO ADAPTORS 670-068-00012 F105688 $12.50 17 8"CLAY X 8"DIP/C-900 FERNCO ADAPTOR 670-068-00013 F100388 $13.50 16 6"DIP/C-900 X 6"DIP/C-900 FERNCO ADAPTORS 670-068-00014 F105566 $9.65 16 4"DIP/C-900 X 4"PVC FERNCO ADAPTORS 670-068-00015 F105144 $4.30 20 4"DIP/C-900 X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00017 F105544 $4.30 21 8"DIP/C-900 X 8"PVC FERNCO ADAPTORS 670-068-00019 F105188 $14.10 zz 10"CALY X 10"CLAY FERNCO ADAPTORS 670-068-00021 F10011010 $19.75 23 6"DIP/C-900 X 6"PVC FERNCO ADAPTORS 670-068-00022 F105166 $8.00 24 8"DIP/C-900 X 8"DIP/C-900 FERNCO ADAPTORS 670-068-00028 F105588 $15.00 25 6"DIP/C-900 X 4"DIP/C-900 FERNCO ADAPTERS 670-068-00029 F105564 $10.00 26 4"BOLT AND GASKET SET 670-064-00024 SSFAPP $25.00 27 6"BOLT AND GASKET SET 670-064-00025 SSFAPU $35.00 28 8"BOLT AND GASKET SET 670-064-00026 SSFAPX $40.00 Zy 10"BOLT AND GASKET SET 670-064-00027 SSFAP10 $85.00 30 12"BOLT AND GASKET SET 670-064-00028 SSFAP12 $95.00 31 14"BOLT AND GASKET SET 670-064-00029 SSFAP14 $122.00 32 16"BOLT AND GASKET SET 670-064-00030 SSFAP16 $179.00 33 18"BOLT AND GASKET SET 670-064-00031 NO BID 34 20"BOLT AND GASKET SET 670-064-00032 NO BID 35 24"BOLT AND GASKET SET 670-064-00033 NO BID 36 4"KENNEDY CHECK VALVES WITH LEVER 700-057-00051 K106LWP $845.00 37 6"KENNEDY CHECK VALVES WITH LEVER 700-057-00065 K106LWU $1,135.00 36 8"KENNEDY CHECK VALVES WITH LEVER 700-057-00052 K106LWX $1,720.00 39 36"BURY FIRE HYDRANT/ HYDRANT MUST BE RED 700-057-00084 NO BID 40 42"BURY FIRE HYDRANT/HYDRANT MUST BE RED 700-057-00119 NO BID 41 54"BURY FIRE HYDRANT/HYDRANT MUST BE RED 700-057-00123 NO BID 42 4"MEGA LUGS 700-057-00067 E110400 $17.00 43 6"MEGA LUGS 700-057-00068 E110600 $20.25 44 8"MEGA LUGS 700-057-00099 E110800 $31.00 451 10"MEGA LUGS 700-057-00069 E111000 $45.75 46 12"MEGA LUGS 700-057-00104 E111200 $66.55 47 16"MEGA LUGS 700-057-00105 E1116 $121.50 48 20"MEGA LUGS 700-057-00106 E1120 $213.30 49 24"MEGA LUGS 700-057-00107 E1124 $296.00 50 4"MJ GASKETS 700-057-00110 DMJGAP $5.40 51 6"MJ GASKETS 700-057-00111 DMJGAU $5.40 52 8"MJ GASKETS 700-057-00112 DMJGAX $6.00 53 10"MJ GASKETS 700-057-00113 DMJGA10 $8.75 54 12"MJ GASKETS 700-057-00114 DMJGA12 $10.10 55 14"MJ GASKETS 700-057-00115 DMJGA14 $16.85 56 16"MJ GASKETS 700-057-00109 DMJGA16 $16.85 57 18"MJ GASKETS 700-057-00116 DMJGA18 $18.85 56 20"MJ GASKETS 700-057-00117 DMJGA20 $20.25 2924"MJ GASKETS 700-057-00118 DMJGA24 5.86 60 4"MJ 90 DUCTILE IRON ELBOW 700-057-00012 DMJEL9LAP $81$2 .00 Page 996 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonik Email:drew. etonik fer uson.com TSM9# ,: OeS RIP QN CtlMMTSDITY VENDORBART ti 7l3BR UNIT 1111M MIN„ TI 61 6"MJ 90 DUCTILE IRON ELBOW 700-057-00010 DMJEL9LAU $134.35 62 8"MJ 90 DUCTILE IRON ELBOW 700-057-00014 DMJEL9LAX $192.38 63 10"MJ 90 DUCTILE IRON ELBOW 700-057-00013 DMJEL9LA10 $320.63 64 16"MJ 90 DUCTILE IRON ELBOW 700-057-00036 DMJEL9LA16 $1,040.00 65 4 X 4 X 4 MJ DUCTILE IRON TEE 700-057-00002 DMJELTLAP $110.00 66 6 X 6 X 6 MJ DUCTILE IRON TEE 700-057-00006 DMJELTLAU $190.00 67 6 X 6 X 4 MJ DUCTILE IRON TEE 700-057-00003 DMJELTLAUP $166.75 66 4 X 4 X 6 MJ DUCTILE IRON TEE 700-057-00077 NO BID NO BID 69 4 X 4 X 4 FLANGED DUCTILE IRON WYE 700-057-00008 DFYP $334.80 70 WATER HIGH RANGE APC MARKERS 670-080-00005 3MO5400737727 $12.00 71 SEWER HIGH RANGE APC MARKERS 670-080-00006 3MO5400737726 $12.00 72 3"MJ GLAND KIT WITH ACCESSORIES 670-064-00011 DMJAPM $14.15 73 4"MJ GLAND KIT WITH ACCESSORIES 670-064-00012 DMJAPP $17.50 74 6"MJ GLAND KIT WITH ACCESSORIES 670-064-00013 DMJAPU $20.90 75 8"MJ GLAND KIT WITH ACCESSORIES 670-064-00014 DMJAPX $24.25 76 10"MJ GLAND KIT WITH ACCESSORIES 670-064-00015 DMJAP10 $34.00 77 12"MJ GLAND KIT WITH ACCESSORIES 670-064-00016 DMJAP12 $36.00 78 16"MJ GLAND KIT WITH ACCESSORIES 670-064-00023 DMJAP16 $62.00 79 4"MJ ACCESSORIES KIT LESS GLAND 670-064-00018 DMJBG99 $11.35 eo 6"MJ ACCESSORIES KIT LESS GLAND 670-064-00019 DMJBGPU $17.00 61 8"MJ ACCESSORIES KIT LESS GLAND 670-064-00020 DMJBGPX $18.00 82 10"MJ ACCESSORIES KIT LESS GLAND 670-064-00021 DMJBGP10 $23.00 e3 12"MJ ACCESSORIES KIT LESS GLAND 670-064-00022 DMJBGP12 $26.00 84 4"ECON PLASTIC WING NUT TEST PLUGS 670-087-00001 NO BID e5 6"ECON PLASTIC WING NUT TEST PLUGS 670-087-00002 NO BID e6 2"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00001 FF126375 $44.00 e7 2"X 10"FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00002 FF126310 $55.00 66 2"X 15'FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00003 FF126315 $77.00 89 2 1/2"X 7'FULL CIRCLE CLAMP/RANGE 2.30-3.13 670-089-00004 FF132575 $47.00 90 2 1/2"X 15'FULL CIRCLE CLAMP/RANGE 2.70-3.13 670-089-00005 FF131315 $81.50 91 3"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.97-3.25 670-089-00006 FF137075 $47.00 92 3"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.46-3.70 670-089-00007 FF137015 $47.00 93 3"X 15'FULL CIRCLE CLAMP/RANGE 2.73-4.00 670-089-00008 FF140015 $85.00 94 3"X 15'FULL CIRCLE CLAMP/RANGE 2.97-3.25 670-089-00009 FF132515 $85.00 95 3"X 15'FULL CIRCLE CLAMP/RANGE 3.46-3..70 670-089-00010 FF137015 $85.00 96 3"X 15'FULL CIRCLE CLAMP/RANGE 3.96-4.25 670-089-00011 FF142515 $83.00 97 3"X 15'FULL CIRCLE CLAMP/RANGE 3.73-4.00 670-089-00012 FF140015 $85.00 98 4"X 7 1/2"FULL CIRCLE CLAMP/RANGE 4.74-5.14 670-089-00015 FF151475 $51.00 99 4"X 7 1/2"FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00016 FF153575 $51.00 100 4"X 15'FULL CIRCLE CLAMP/RANGE 4.45-4.73 670-089-00017 FF147315 $83.00 1011 4.25'X 15'FULL CIRCLE CLAMP/RANGE 3.90-4.25 700-057-00071 FF142515 $83.00 102 4"X 15'FULL CIRCLE CLAMP/RANGE 4.75-5.14 670-089-00018 FF151415 $86.00 103 4"X 15'FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00019 FF153515 $86.00 104 6"X 7 1/2"FULL CIRCLE CLAMP/RANGE 6.84-7.64 670-089-00020 FF276475 $100.00 105 6"X 10"FULL CIRCLE CLAMP/RANGE 6.84-7.24 670-089-00021 FF172410 $73.00 106 6"X 10"FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00022 FF178510 $73.00 107 6"X 12 1/2"FULL CIRCLE CLAMP/RANGE 7.64 670-089-00023 FF2764125 $149.00 toe 6"X 15'FULL CIRCLE CLAMP/RANGE 6.56-6.96 670-089-00024 FF169615 $95.00 109 6"X 15'FULL CIRCLE CLAMP/RANGE 6.60-7.00 670-089-00025 NO BID NO BID 110 6"X15'FULL CIRCLE CLAMP/RANGE 6.84-7.24 670-089-00026 FF172415 $105.00 111 6"X 15'FULL CIRCLE CLAMP/RANGE 6.84-7.64 670-089-00027 FF276415 $175.00 112 6"X 15'FULL CIRCLE CLAMP/RANGE 7.05-7.45 670-089-00028 FF174515 $105.00 113 4"X 15'FULL CIRCLE CLAMP/RANGE 4.74-5.14 700-057-00070 FF151415 $86.00 114 6"X 15'FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00029 FF178515 $105.00 116 6"X 30"FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00030 FF178530 $233.00 116 8"X 7 12"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00031 FF178530 $60.00 117 30"X 15'FULL CIRCLE CLAMP 670-089-00032 FF4389530 $640.00 116 8"X 10"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00033 FF193910 $76.00 119 8"X 10"FULL CIRCLE CLAMP/RANGE 8.99-9.79 670-089-00034 FF297910 $128.00 120 8"X 10"FULL CIRCLE CLAMP/RANGE 9.27-9.67 670-089-00035 FF196710 $76.00 121 8"X 12 1/2"FULL CIRCLE CLAMP/RANGE 9.70-10.10 670-089-00036 FF11010125 $109.00 122 8"X 15'FULL CIRCLE CLAMP/RANGE 8.99-9.79 670-089-00037 FF297915 $186.00 123 8"X 15'FULL CIRCLE CLAMP/RANGE 9.27-9.26 670-089-00054 FF196715 $107.00 124 10"X 7 1/2"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00055 FF1114475 $74.00 125 10"X 10"FULL CIRCLE CLAMP/RANGE 11.10-11.90 670-089-00056 FF2118410 $143.00 Page 997 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonik Email:drew.petonik@ferguson.com 126 10"X 12 1/2"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00057 FF 11144125 $117.00 127 10"X 12 1/2"FULL CIRCLE CLAMP/RANGE 11.75-12.15 670-089-00058 FF 11215125 $134.00 128 10"X 15'FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00038 FF1114415 $134.00 129 10"X 15'FULL CIRCLE CLAMP/RANGE 11.10-11.90 670-089-00039 FF2118415 $203.00 130 10"X 15'FULL CIRCLE CLAMP/RANGE 11.34-11.74 670-089-00040 FF1117415 $134.00 131 10"X 15'FULL CIRCLE CLAMP/RANGE 11.75-12.15 670-089-00041 FF1121515 $134.00 132 18"X 15'FULL CIRCLE CLAMP/RANGE 19.23-19.98 670-089-00042 FF2199815 $287.00 133 10"X 10"FULL CIRCLE CLAMP/RANGE 11.34-11.74 670-089-00043 FF1117410 $95.00 134 12"X 15'FULL CIRCLE CLAMP/RANGE 13.10-13.50 670-089-00044 FF1135015 $144.00 135 12"X 15'FULL CIRCLE CLAMP/RANGE 12.62-13.02 670-089-00045 FF1130215 $144.00 136 12"X 20"FULL CIRCLE CLAMP/13.10-13.50 670-089-00046 FF1135020 $195.00 137 16"X 30"FULL CIRCLE CLAMP/RANGE 17.15-17.90 670-089-00069 FF2179030 $558.00 138 20"X 30"FULL CIRCLE CLAMP/RANGE 21.52-22.27 670-089-00070 FF2222730 $623.00 139 16"X 15'FULL CIRCLE CLAMP/RANGE 17.65 670-089-00047 FF2179015 $273.00 140 10"X 10"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00048 FF1114410 $95.00 141 20"X 15'FULL CIRCLE CLAMP/RANGE 21.52-22.27 670-089-00049 FF2222715 $305.00 142 22"X 15'FULL CIRCLE CLAMP/RANGE 22.72-22.87 670-089-00050 FF2228715 $309.00 143 24"X 24"FULL CIRCLE CLAMP/RANGE 25.70-26.90 670-089-00051 FF3268025 $1,049.00 144 30"X 30"FULL CIRCLE CLAMP/RANGE 31.14-32.34 670-089-00052 FF3324230 $1,250.00 145 42"X 30"FULL CIRCLE CLAMP/RANGE 43.90-45.10 670-089-00053 FF5445030 $2,093.00 146 8"X 24"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00067 FF193925 $205.00 147 10"X 24"FULL CIRCLE CLAMP/RANGE 11.04-11.94 670-089-00068 NO BID $323.00 148 36"X 15'FULL CIRCLE CLAMP WITH 1 1/2"IP TAP 670-089-00078 FF436151P6 $1,100.00 149 3"X 10"FULLCIRCLE CLAMP/RANGE 3.46-3.70 670-089-00079 FF137010 $55.00 150 4"X 10"FULL CIRCLE CLAMP/RANGE 4.74-5.14 670-089-00080 FF151410 $59.00 151 4"X 10"FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00081 FF153510 $59.00 152 6"X 4"MJ DUCTILE IRON MJ REDUCERS 700-057-00033 DMJELRLAUP $76.25 153 8"X 4"MJ DUCTILE IRON MJ REDUCERS 700-057-00032 DMJELRLAXP $115.40 154 8"X 4"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00030 NO BID 155 6"X 4"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00031 NO BID 156 10"X 6"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00034 NO BID 157 8"X 6"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00100 NO BID 158 4"X 4"X 4"FLANGED DUCTILE IRON TEE 700-057-00004 DFELTP $233.00 159 6"X 6"X 6"FLANGED DUCTILE IRON TEE 700-057-00101 FELTU $354.00 160 8"X 8"X 8"MJ DUCTILE IRON TEE 700-057-00005 DMJELTLAX $281.00 161 16"X 16"X 16"MJ DUCTILE IRON TEE 700-057-00054 DMJELTLA16 $1,525.00 162 10"X 10"X 8"FLANGED DUCTILE IRON WYE 700-057-00007 FY10X $1,592.00 163 6"X 6"X 6"MJ DUCTILE IRON WYE 700-057-00009 DMJELYLAU $252.00 164 4"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00011 DFEL9P $160.65 165 8"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00017 DFEL9X $436.00 166 6"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00075 DFEL9U $241.00 167 6"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00015 NO BID 168 4"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00016 NO BID 169 10"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00018 NO BID 170 4"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00019 DFEL4P $144.00 171 8"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00020 DFEL4X $351.00 172 6"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00021 DFEL4U $211.00 173 6"MJ DUCTILE IRON 45 ELBOWS 700-057-00022 DMJEL4LAU $109.00 174 4"MJ DUCTILE IRON 45 ELBOWS 700-057-00023 DMJEL4LAP $70.00 175 10"MJ DUCTILE IRON 45 ELBOWS 700-057-00024 DMJEL4LA10 $224.00 176 8"MJ DUCTILE IRON 45 ELBOWS 700-057-00025 DMJEL4LAX $153.00 177 6"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00026 DFEL2U $279.00 178 6"MJ DUCTILE IRON 22.5 ELBOWS 700-057-00027 MJEL2LAU $98.00 179 4"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00061 DFEL2P $192.00 180 8"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00098 DFEL2X $422.00 181 10"MJ DUCTILE IRON 11.5 ELBOWS 700-057-00028 DMJELl LA10 $214.00 182 4"MJ GATE VALVE WITH OPERATING NUT(NO WHEEL) 700-057-00045 AFC2504MMLAOL $358.00 183 6"MJ GATE VALVE WITH OPERATING NUT(NO WHEEL) 700-057-00046 AFC2506MMLAOL $457.00 184 8"MJ GATE VALVE WITH OPERATING NUT(NO WHEEL) 700-057-00049 AFC2508MMLAOL $726.00 185 10"MJ GATE VALVE WITH OPERATING NUT(NO WHEEL) 700-057-00050 AFC2510MMLAOL $1,132.00 186 6"MJ DUCTILE IRON 11.5 ELBOWS 700-057-00029 DMJELTLAU $98.00 187 6"MJ DUCTILE IRON COUPLINGS 700-057-00035 DMJELSSLAU12 $116.00 18e 4"MJ X FLANGED DUCTILE IRON ADAPTER 700-057-00038 NO BID 189 10"MJ DUCTILE IRON SLEEVES 700-057-00039 DMJELSSLA1012 $212.00 190 8"MJ DUCTILE IRON SLEEVES 700-057-00040 DMJELSSLAX12 $154.00 Page 998 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonik Email:drew. etonik fer uson.com SD S RIP C7I+i ,: C MKODITY" DCYR f f RT l3 R IT ISR Ct ` ,M" TI 191 6"MJ DUCTILE IRON SLEEVES 700-057-00041 DMJELSSLAU12 $116.00 192 4"FLANGED DUCTILE IRON SLEEVES 700-057-00042 NO BID 193 4"MJ DUCTILE IRON SLEEVES 700-057-00043 DMJELSSLAP12 $77.00 194 16"MJ DUCTILE IRON SLEEVES 700-057-00108 DMJELSSLA1615 $710.00 195 4"DUCTILE IRON SPOOL PIECE 12"IN HEIGHT 700-057-00044 NO BID 195 4"FLANGED GATE VALVES WITH WHEEL 700-057-00047 AFC2504FFOL $362.00 197 6"FLANGED GATE VALVES WITH WHEEL 700-057-00048 AFC2506FFOL $484.00 198 FLOATS WITH 60 FOOT CORDS 700-057-00055 AS60NOC $44.00 199 FLOATS WITH 80 FOOT CORDS 700-057-00087 AS80NOC $58.00 zoo 16"DUCTILE IRON FLANGED FILLER 700-057-00059 NO BID 201 6"DUCTILE IRON MJ CROSS TEE 700-057-00080 DMJELCROSSLAU $282.00 202 8"X 6"DUCTILE IRON MJ REDUCER 700-057-00140 DMJELRLAXU $124.00 203 6"DUCTILE IRON MJ SOLID CAP 700-057-00124 CDMJELSCLAU $53.00 204 6"X 2"DUCTILE IRON MJ TAP CAP 700-057-00126 DMJELTCLAUK $78.00 200 6"22 DEGREE ELBOWS/BELL TO BELL 658-088-00002 H182406 $83.00 205 8"22 DEGREE ELBOWS/BELL TO BELL 658-088-00003 H182408 $158.00 207 4"45 DEGREE ELBOWS/BELL TO BELL 658-088-00004 H182204 $48.00 208 6"45 DEGREE ELBOWS/BELL TO BELL 658-088-00005 H182206 $62.00 209 4"X 4"X 4"WYES/BELL TO BELL TO BELL 658-088-00007 H18010404 $66.00 210 6"X 6"X 6"WYES/BELL TO BELL TO BELL 658-088-00008 H18010606 $147.00 211 8"X 8"X 6"WYES/BELL TO BELL TO BELL 658-088-00009 H18010806 $219.00 212 4"90 DEGREE ELBOWS/BELL TO BELL 658-088-00010 H181804 $48.00 213 4"22.5 DEGREE ELBOWS/BELL TO BELL 658-088-00011 H182404 $50.00 214 6"90 DEGREE ELBOWS/BELL TO BELL 658-088-00013 H181806 $85.00 215 4"CLEANOUT ADAPTER 658-088-00015 H185904 $7.20 215 4"CLEANOUT CAP 658-088-00016 H356104 $3.00 217 6"CLEANOUT ADAPTER 658-088-00017 H185906 $24.00 218 6"CLEANOUT CAP 658-088-00018 H356106 $12.00 2191 PIPE LUBE 658-034-00001 PSLUBXL1G $12.00 220 4"X 2"DUCTILE IRON MJ TAP CAP 700-057-00150 DMJELTCLAPK $62.00 Page 999 of 1197 Ferguson Enterprises 3697 Interstate Pk Rd So Riviera Beach,FL.33404 Phone(561)844-3222/Fax(561)848-7001 Contact:Drew Petonik Email:drew.petonik@ferguson.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 10% PALM BEACH COUNTY INSPECTOR GENERAL YES LOCAL BUSINESS SUBMITTED NOT A LOCAL BUSINESS SCRUTINIZED COMPANIES YES ADDENDUM NONE COMMENTS Page 1000 of 1197 ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIESS BID DUE DATE:August 26,2019 BID DUE TIME:10AM BID#041-1412-19/M FD OFFERS FROM THE VENDORS LISTED HEREIN ARE THE ONLY OFFERS Fortiline, Inc. RECEIVED TIMELY AS OF THE ABOVE RECEIVING DATE AND TIME. ALL 7025 Northwinds Drive,NW OTHER OFFERS SUBMITTED IN RESPONSE TO THIS SOLICITATION,IF ANY Concord,NC 28027 ARE HEREBY REJECTED AS LATE." Phone(704)788-9859/Fax(704)788-9896 Contact:Sheri Smith Email:sheri.smith@fortiline.com ITEM# DESCRIPTION COMMODITY# VENDOR PART NUMBER UNIT PRICE MIN QTY 3/4"Poly Tubing 658-082-00001 34PECB100PURE $23.00 1 2 1"POLY TUBING 658-082-00002 1 PECB100PURE $37.50 3 1 1/2"POLY TUBING 658-082-00003 112PECB100PURE $80.00 1 a 2"COMBINATION AIR VALVE ABI D020+C90 670-066-00001 D020F02 $2,448.00 5 4"CLAY X 4"CLAY FERNCO ADAPTORS 670-068-00001 1001-44 $4.15 4 6 4"CLAY X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00002 1003-44 $4.15 2 7. 4"CLAY X 4"PVC FERNCO ADAPTORS 670-068-00003 1002-44 $3.85 2 8 4"PVC X 4"PVC FERNCO ADAPTORS 670-068-00004 1056-44 $3.85 2 g 6"CLAY X 6"CLAY FERNCO ADAPTORS 670-068-00005 1001-66 $8.90 4 10 6"CLAY X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00006 1003-64 $28.00 4 11 6"CLAY X 4"PVC FERNCO ADAPTORS 670-068-00007 1002-64 $9.65 2 12 6"CLAY X 6"PVC FERNCO ADAPTORS 670-068-00008 1002-66 $8.25 2 13 6"CLAY X 6"DIP/C-900 FERNCO ADAPTORS 670-068-00009 1003-66 $8.50 4 14 6"PVC X 6"PVC FERNCO ADAPTORS 670-068-00010 1056-66 $8.25 2 15 8"CLAY X 8"CLAY FERNCO ADAPTORS 670-068-00011 1001-88 $13.50 2 16 8"PVC X 8"PVC FERNCO ADAPTORS 670-068-00012 1056-88 $12.70 2 17 8"CLAY X 8"DIP/C-900 FERNCO ADAPTOR 670-068-00013 1003-88 $13.50 2 16 6"DIP/C-900 X 6"DIP/C-900 FERNCO ADAPTORS 670-068-00014 1055-66 $9.35 to 4"DIP/C-900 X 4"PVC FERNCO ADAPTORS 670-068-00015 1051-44 $4.20 20 4"DIP/C-900 X 4"DIP/C-900 FERNCO ADAPTORS 670-068-00017 1055-44 $4.20 21 8"DIP/C-900 X 8"PVC FERNCO ADAPTORS 670-068-00019 1051-88 $13.50 2 221 10"CALY X 10"CLAY FERNCO ADAPTORS 670-068-00021 1001-1010 $19.00 1 23 6"DIP/C-900 X 6"PVC FERNCO ADAPTORS 670-068-00022 1051-66 $8.90 2 Za 8"DIP/C-900 X 8"DIP/C-900 FERNCO ADAPTORS 670-068-00028 1055-88 $14.40 2 25 6"DIP/C-900 X 4"DIP/C-900 FERNCO ADAPTERS 670-068-00029 1055-64 $10.20 3 26 4"BOLT AND GASKET SET 670-064-00024 4FK316SSN $21.00 6 27 6"BOLT AND GASKET SET 670-064-00025 6FK316SSN $32.00 6 28 8"BOLT AND GASKET SET 670-064-00026 8FK316SSN $33.00 4 Zg 10"BOLT AND GASKET SET 670-064-00027 10FK3166SSN $72.00 4 30 12"BOLT AND GASKET SET 670-064-00028 12FK316SSN $74.00 4 31 14"BOLT AND GASKET SET 670-064-00029 14FK316SSN $105.00 2 32 16"BOLT AND GASKET SET 670-064-00030 16FK316SSN $160.00 2 33 18"BOLT AND GASKET SET 670-064-00031 18FK316SSN $230.00 2 34 20"BOLT AND GASKET SET 670-064-00032 20FK316SSN $272.00 35 24"BOLT AND GASKET SET 670-064-00033 24FK316SS7 $355.00 36 4"KENNEDY CHECK VALVES WITH LEVER 700-057-00051 411061w $786.00 1 37 6"KENNEDY CHECK VALVES WITH LEVER 700-057-00065 611061w $1,060.00 1 36 8"KENNEDY CHECK VALVES WITH LEVER 700-057-00052 811061w $1,600.00 1 39 36"BURY FIRE HYDRANT/ HYDRANT MUST BE RED 700-057-00084 sigelock36bdr $2,290.00 1 40 42"BURY FIRE HYDRANT/HYDRANT MUST BE RED 700-057-00119 sigelock42bdr $2,395.00 2 41 54"BURY FIRE HYDRANT/HYDRANT MUST BE RED 700-057-00123 sigelock54bdr $2,445.00 1 az 4"MEGA LUGS 700-057-00067 43 6"MEGA LUGS 700-057-00068 1106 $22.50 as 8"MEGA LUGS 700-057-00099 1108 $34.50 45 10"MEGA LUGS 700-057-00069 1110 $51.20 46 12"MEGA LUGS 700-057-00104 1112 $74.50 47 16"MEGA LUGS 700-057-00105 1116 $135.00 1 48 20"MEGA LUGS 700-057-00106 1120 $238.00 1 ag 24"MEGA LUGS 700-057-00107 1124 $330.00 1 50 4"MJ GASKETS 700-057-00110 4RGD $5.50 6 51 6"MJ GASKETS 700-057-00111 6RGD $5.50 12 52 8"MJ GASKETS 700-057-00112 8RGD $6.25 6 53 10"MJ GASKETS 700-057-00113 10RGD $9.00 6 54 12"MJ GASKETS 700-057-00114 12RGD $10.35 6 55 14"MJ GASKETS 700-057-00115 14RGD $17.50 2 56 16"MJ GASKETS 700-057-00109 16RGD $17.75 2 57 18"MJ GASKETS 700-057-00116 18RGD $19.50 2 5e 20"MJ GASKETS 700-057-00117 20RGD $21.00 2 59 24"MJ GASKETS 700-057-00118 24RGD $26.25 2 60 4"MJ 90 DUCTILE IRON ELBOW 700-057-00012 4nn9dfb $79.00 2 Page 1001 of 1197 Fortiline, Inc. 7025 Northwinds Drive,NW Concord,NC 28027 Phone(704)788-9859/Fax(704)788-9896 Contact:Sheri Smith Email:sheri.smith@fortii ne.com CtlM ICSDITY N6f7 'PAi T flUtvTE%RAJNIT mite-1iT 61 6"MJ 90 DUCTILE IRON ELBOW 700-057-00010 6m9dfb $131.00 2 62 8"MJ 90 DUCTILE IRON ELBOW 700-057-00014 8m9dfb $187.00 1 63 10"MJ 90 DUCTILE IRON ELBOW 700-057-00013 10m9dfb $313.00 1 64 16"MJ 90 DUCTILE IRON ELBOW 700-057-00036 16m9dfb $1,018.00 1 65 4 X 4 X 4 MJ DUCTILE IRON TEE 700-057-00002 4mtdfb $107.00 2 66 6 X 6 X 6 MJ DUCTILE IRON TEE 700-057-00006 6mtdfb $186.00 2 67 6 X 6 X 4 MJ DUCTILE IRON TEE 700-057-00003 64mtdfb $162.00 1 66 4 X 4 X 6 MJ DUCTILE IRON TEE 700-057-00077 46mtdbhfb $470.00 1 69 4 X 4 X 4 FLANGED DUCTILE IRON WYE 700-057-00008 4fwdfb $356.17 2 70 WATER HIGH RANGE APC MARKERS 670-080-00005 NO BID NO BID 71 SEWER HIGH RANGE APC MARKERS 670-080-00006 NO BID NO BID 72 3"MJ GLAND KIT WITH ACCESSORIES 670-064-00011 3mjad $13.85 2 73 4"MJ GLAND KIT WITH ACCESSORIES 670-064-00012 4mjad $17.00 12 74 6"MJ GLAND KIT WITH ACCESSORIES 670-064-00013 6mjad $20.40 12 76 8"MJ GLAND KIT WITH ACCESSORIES 670-064-00014 8mjad $23.75 2 76 10"MJ GLAND KIT WITH ACCESSORIES 670-064-00015 10mjad $33.00 2 77 12"MJ GLAND KIT WITH ACCESSORIES 670-064-00016 12mjad $35.00 2 78 16"MJ GLAND KIT WITH ACCESSORIES 670-064-00023 16mjad $60.50 1 79 4"MJ ACCESSORIES KIT LESS GLAND 670-064-00018 4ralgd $17.50 12 eo 6"MJ ACCESSORIES KIT LESS GLAND 670-064-00019 6ral d $20.00 12 81 8"MJ ACCESSORIES KIT LESS GLAND 670-064-00020 8ralgd $22.50 2 82 10"MJ ACCESSORIES KIT LESS GLAND 670-064-00021 10RALGD $29.68 2 83 12"MJ ACCESSORIES KIT LESS GLAND 670-064-00022 12RALGD $31.00 2 84 4"ECON PLASTIC WING NUT TEST PLUGS 670-087-00001 4wntp $13.00 2 e5 6"ECON PLASTIC WING NUT TEST PLUGS 670-087-00002 6wntp $17.50 2 e6 2"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00001 NO BID NO BID e7 2"X 10"FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00002 NO BID NO BID 66 2"X 15'FULL CIRCLE CLAMP/RANGE 2.35-2.63 670-089-00003 NO BID NO BID 89 2 1/2"X 7'FULL CIRCLE CLAMP/RANGE 2.30-3.13 670-089-00004 NO BID NO BID 90 2 1/2"X 15'FULL CIRCLE CLAMP/RANGE 2.70-3.13 670-089-00005 NO BID NO BID yq 3"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.97-3.25 670-089-00006 NO BID NO BID yZ 3"X 7 1/2"FULL CIRCLE CLAMP/RANGE 2.46-3.70 670-089-00007 NO BID NO BID 93 3"X 15'FULL CIRCLE CLAMP/RANGE 2.73-4.00 670-089-00008 NO BID NO BID 94 3"X 15'FULL CIRCLE CLAMP/RANGE 2.97-3.25 670-089-00009 NO BID NO BID 95 3"X 15'FULL CIRCLE CLAMP/RANGE 3.46-3..70 670-089-00010 NO BID NO BID 96 3"X 15'FULL CIRCLE CLAMP/RANGE 3.96-4.25 670-089-00011 NO BID NO BID 97 3"X 15'FULL CIRCLE CLAMP/RANGE 3.73-4.00 670-089-00012 NO BID NO BID 98 4"X 7 1/2"FULL CIRCLE CLAMP/RANGE 4.74-5.14 670-089-00015 NO BID NO BID gg 4"X 7 1/2"FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00016 NO BID NO BID 100 4"X 15'FULL CIRCLE CLAMP/RANGE 4.45-4.73 670-089-00017 NO BID NO BID 1011 4.25'X 15'FULL CIRCLE CLAMP/RANGE 3.90-4.25 700-057-00071 NO BID NO BID 102 4"X 15'FULL CIRCLE CLAMP/RANGE 4.75-5.14 670-089-00018 NO BID NO BID 103 4"X 15'FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00019 NO BID NO BID 104 6"X 7 1/2"FULL CIRCLE CLAMP/RANGE 6.84-7.64 670-089-00020 NO BID NO BID 105 6"X 10"FULL CIRCLE CLAMP/RANGE 6.84-7.24 670-089-00021 NO BID NO BID 106 6"X 10"FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00022 NO BID NO BID 107 6"X 12 1/2"FULL CIRCLE CLAMP/RANGE 7.64 670-089-00023 NO BID NO BID 10e 6"X 15'FULL CIRCLE CLAMP/RANGE 6.56-6.96 670-089-00024 NO BID NO BID 109 6"X 15'FULL CIRCLE CLAMP/RANGE 6.60-7.00 670-089-00025 NO BID NO BID 110 6"X 15'FULL CIRCLE CLAMP/RANGE 6.84-7.24 670-089-00026 NO BID NO BID 6"X 15'FULL CIRCLE CLAMP/RANGE 6.84-7.64 670-089-00027 NO BID NO BID 112 6"X 15'FULL CIRCLE CLAMP/RANGE 7.05-7.45 670-089-00028 NO BID NO BID 113 4"X 15'FULL CIRCLE CLAMP/RANGE 4.74-5.14 700-057-00070 NO BID NO BID 114 6"X 15'FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00029 NO BID NO BID 115 6"X 30"FULL CIRCLE CLAMP/RANGE 7.45-7.85 670-089-00030 NO BID NO BID 116 8"X 7 12"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00031 NO BID NO BID 117 30"X 15'FULL CIRCLE CLAMP 670-089-00032 NO BID NO BID 116 8"X 10"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00033 NO BID NO BID 119 8"X 10"FULL CIRCLE CLAMP/RANGE 8.99-9.79 670-089-00034 NO BID NO BID 120 8"X 10"FULL CIRCLE CLAMP/RANGE 9.27-9.67 670-089-00035 NO BID NO BID 121 8"X 12 1/2"FULL CIRCLE CLAMP/RANGE 9.70-10.10 670-089-00036 NO BID NO BID 122 8"X 15'FULL CIRCLE CLAMP/RANGE 8.99-9.79 670-089-00037 NO BID NO BID 123 8"X 15'FULL CIRCLE CLAMP/RANGE 9.27-9.26 670-089-00054 NO BID NO BID 124 10"X 7 1/2"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00055 NO BID NO BID 125 10"X 10"FULL CIRCLE CLAMP/RANGE 11.10-11.90 670-089-00056 NO BID NO BID Page 1002 of 1197 Fortiline, Inc. 7025 Northwinds Drive,NW Concord,NC 28027 Phone(704)788-9859/Fax(704)788-9896 Contact:Sheri Smith Email:sheri.smith@fortiline.com 126 10"X 12 1/2"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00057 NO BID NO BID 127 10"X 12 1/2"FULL CIRCLE CLAMP/RANGE 11.75-12.15 670-089-00058 NO BID NO BID 128 10"X 15'FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00038 NO BID NO BID 129 10"X 15'FULL CIRCLE CLAMP/RANGE 11.10-11.90 670-089-00039 NO BID NO BID 130 10"X 15'FULL CIRCLE CLAMP/RANGE 11.34-11.74 670-089-00040 NO BID NO BID 131 10"X 15'FULL CIRCLE CLAMP/RANGE 11.75-12.15 670-089-00041 NO BID NO BID 132 18"X 15'FULL CIRCLE CLAMP/RANGE 19.23-19.98 670-089-00042 NO BID NO BID 133 10"X 10"FULL CIRCLE CLAMP/RANGE 11.34-11.74 670-089-00043 NO BID NO BID 134 12"X 15'FULL CIRCLE CLAMP/RANGE 13.10-13.50 670-089-00044 NO BID NO BID 135 12"X 15'FULL CIRCLE CLAMP/RANGE 12.62-13.02 670-089-00045 NO BID NO BID 136 12"X 20"FULL CIRCLE CLAMP/13.10-13.50 670-089-00046 NO BID NO BID 137 16"X 30"FULL CIRCLE CLAMP/RANGE 17.15-17.90 670-089-00069 NO BID NO BID 13e 20"X 30"FULL CIRCLE CLAMP/RANGE 21.52-22.27 670-089-00070 NO BID NO BID 139 16"X 15'FULL CIRCLE CLAMP/RANGE 17.65 670-089-00047 NO BID NO BID 140 10"X 10"FULL CIRCLE CLAMP/RANGE 11.04-11.44 670-089-00048 NO BID NO BID 141 20"X 15'FULL CIRCLE CLAMP/RANGE 21.52-22.27 670-089-00049 NO BID NO BID 142 22"X 15'FULL CIRCLE CLAMP/RANGE 22.72-22.87 670-089-00050 NO BID NO BID 143 24"X 24"FULL CIRCLE CLAMP/RANGE 25.70-26.90 670-089-00051 NO BID NO BID 144 30"X 30"FULL CIRCLE CLAMP/RANGE 31.14-32.34 670-089-00052 NO BID NO BID 145 42"X 30"FULL CIRCLE CLAMP/RANGE 43.90-45.10 670-089-00053 NO BID NO BID 146 8"X 24"FULL CIRCLE CLAMP/RANGE 8.99-9.39 670-089-00067 NO BID NO BID 147 10"X 24"FULL CIRCLE CLAMP/RANGE 11.04-11.94 670-089-00068 NO BID NO BID 148 36"X 15'FULL CIRCLE CLAMP WITH 1 1/2"IP TAP 670-089-00078 NO BID NO BID 149 3"X 10"FULLCIRCLE CLAMP/RANGE 3.46-3.70 670-089-00079 NO BID NO BID 150 4"X 10"FULL CIRCLE CLAMP/RANGE 4.74-5.14 670-089-00080 NO BID NO BID 151 4"X 10"FULL CIRCLE CLAMP/RANGE 4.95-5.35 670-089-00081 NO BID NO BID 152 6"X 4"MJ DUCTILE IRON MJ REDUCERS 700-057-00033 64mrdfb $74.50 2 153 8"X 4"MJ DUCTILE IRON MJ REDUCERS 700-057-00032 84mrdfb $112.00 1 154 8"X 4"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00030 84mfrdfb $275.00 1 155 6"X 4"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00031 64mfrdfb $201.00 1 156 10"X 6"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00034 106mfrdfb $475.00 1 157 8"X 6"FLANGED DUCTILE IRON MJ REDUCERS 700-057-00100 86mfrdfb $318.00 1 158 4"X 4"X 4"FLANGED DUCTILE IRON TEE 700-057-00004 4ftdfb $278.00 2 159 6"X 6"X 6"FLANGED DUCTILE IRON TEE 700-057-00101 6fdfb $345.00 2 160 8"X 8"X 8"MJ DUCTILE IRON TEE 700-057-00005 8mtdfb $275.00 1 161 16"X 16"X 16"MJ DUCTILE IRON TEE 700-057-00054 16mtdfb $1,490.00 1 162 10"X 10"X 8"FLANGED DUCTILE IRON WYE 700-057-00007 108mwdfb $1,485.00 1 163 6"X 6"X 6"MJ DUCTILE IRON WYE 700-057-00009 6mwdfb $245.00 2 164 4"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00011 4f9dfb $157.00 2 165 8"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00017 8f9dfb $425.00 1 166 6"FLANGED DUCTILE IRON 90 ELBOWS 700-057-00075 6f9dfb $235.00 2 167 6"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00015 6mf9dfb $145.00 2 168 4"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00016 4mf9dfb $87.00 2 169 10"MJ X FLANGED DUCTILE IRON 90 ELBOW 700-057-00018 4mf9dfb $395.00 1 170 4"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00019 10mf9dfb $140.00 2 171 8"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00020 4f4dfb $342.00 1 172 6"FLANGED DUCTILE IRON 45 ELBOWS 700-057-00021 8f4dfb $205.00 2 173 6"MJ DUCTILE IRON 45 ELBOWS 700-057-00022 6f4dfb $106.00 2 174 4"MJ DUCTILE IRON 45 ELBOWS 700-057-00023 6m4dfb $68.00 2 175 10"MJ DUCTILE IRON 45 ELBOWS 700-057-00024 4m4dfb $218.00 1 176 8"MJ DUCTILE IRON 45 ELBOWS 700-057-00025 10m1dfb $150.00 1 177 6"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00026 8m4dfb $272.00 1 178 6"MJ DUCTILE IRON 22.5 ELBOWS 700-057-00027 6m2dfb $95.50 1 179 4"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00061 4f2dfb $187.00 1 180 8"FLANGED DUCTILE IRON 22.5 ELBOWS 700-057-00098 8f2dfb $410.00 1 181 10"MJ DUCTILE IRON 11.5 ELBOWS 700-057-00028 10m1dfb $208.00 1 182 4"MJ GATE VALVE WITH OPERATING NUT(NO WHEEL) 700-057-00045 040A236123LN $322.00 1 183 6"MJ GATE VALVE WITH OPERATING NUT(NO WHEEL) 700-057-00046 060A236123LN $410.00 1 184 8"MJ GATE VALVE WITH OPERATING NUT(NO WHEEL) 700-057-00049 08OA236123LN $653.00 1 185 10"MJ GATE VALVE WITH OPERATING NUT(NO WHEEL) 700-057-00050 10OA236123LN $1,030.00 1 186 6"MJ DUCTILE IRON 11.5 ELBOWS 700-057-00029 6m1dfb $95.00 1 187 6"MJ DUCTILE IRON COUPLINGS 700-057-00035 6msdfb $114.00 2 188 4"MJ X FLANGED DUCTILE IRON ADAPTER 700-057-00038 4mfadfb $76.00 2 189 10"MJ DUCTILE IRON SLEEVES 700-057-00039 10msdfb $215.00 1 Igo 8"MJ DUCTILE IRON SLEEVES 700-057-00040 8msdfb $148.00 1 Page 1003 of 1197 Fortiline, Inc. 7025 Northwinds Drive,NW Concord,NC 28027 Phone(704)788-9859/Fax(704)788-9896 Contact Sheri Smith Email sheri.smith@fortii ne.com TEM#',,,, "DeSCIIP MN COMKODITY"W, 'VIENOOWPAi T NUM99R IT PR CE' iT 191 6"MJ DUCTILE IRON SLEEVES 700-057-00041 6msdfb $114.00 2 192 4"FLANGED DUCTILE IRON SLEEVES 700-057-00042 4fsdfb $75.00 2 193 4"MJ DUCTILE IRON SLEEVES 700-057-00043 4msdfb $75.00 2 194 16"MJ DUCTILE IRON SLEEVES 700-057-00108 16msdfb $694.00 1 195 4"DUCTILE IRON SPOOL PIECE 12"IN HEIGHT 700-057-00044 4ffspool1ftep $125.00 2 196 4"FLANGED GATE VALVES WITH WHEEL 700-057-00047 040A236106LH $324.85 1 197 6"FLANGED GATE VALVES WITH WHEEL 700-057-00048 060A236106LH $429.00 1 198 FLOATS WITH 60 FOOT CORDS 700-057-00055 S60NONC $68.80 6 199 FLOATS WITH 80 FOOT CORDS 700-057-00087 S80NONC $75.00 6 200 16"DUCTILE IRON FLANGED FILLER 700-057-00059 1 6ff1 12thk $335.00 1 201 6"DUCTILE IRON MJ CROSS TEE 700-057-00080 6mxdfb $275.00 1 202 8"X 6"DUCTILE IRON MJ REDUCER 700-057-00140 86mrdfb $121.00 1 203. 6"DUCTILE IRON MJ SOLID CAP 700-057-00124 6mcdfb $52.00 1 204 6"X 2"DUCTILE IRON MJ TAP CAP 700-057-00126 6mc2tdfb $76.50 1 205 6"22 DEGREE ELBOWS BELL TO BELL 658-088-00002 18-2406 $78.00 2 206 8"22 DEGREE ELBOWS BELL TO BELL 658-088-00003 18-2408 $148.00 1 207 4"45 DEGREE ELBOWS BELL TO BELL 658-088-00004 18-2204 $45.00 2 208 6"45 DEGREE ELBOWS BELL TO BELL 658-088-00005 18-2206 $78.00 2 209 4"X 4"X 4"WYES BELL TO BELL TO BELL 658-088-00007 18-010404 $61.35 4 210. 6"X 6"X 6"WYES BELL TO BELL TO BELL 658-088-00008 18-010606 $138.00 2 211 8"X 8"X 6"WYES BELL TO BELL TO BELL 658-088-00009 18-010806 $205.00 1 212 4"90 DEGREE ELBOWS/BELL TO BELL 658-088-00010 18-1804 $45.00 4 213 4"22.5 DEGREE ELBOWS/BELL TO BELL 658-088-00011 18-2404 $46.50 2 214 6"90 DEGREE ELBOWS/BELL TO BELL 658-088-00013 18-1806 $80.00 2 215 4"CLEANOUT ADAPTER 658-088-00015 18-5904 $2.90 10 216 4"CLEANOUT CAP 658-088-00016 35-6204 $2.75 10 2171 6"CLEANOUT ADAPTER 658-088-00017 1 18-5906 $13.70 10 218 6"CLEANOUT CAP 658-088-00018 35-6206 $8.60 10 2191 PIPE LUBE 658-034-00001 pIb-g $16.50 1 2201 4"X 2"DUCTILE IRON MJ TAP CAP 700-057-00150 4mc2tdfb $60.00 Page 1004 of 1197 Fortiline, Inc. 7025 Northwinds Drive,NW Concord,NC 28027 Phone(704)788-9859/Fax(704)788-9896 Contact:Sheri Smith Email:sheri.smith@fortiline.com BIDDER ACKNOWLEDGEMENT YES NONCOLLUSION AFFIDAVIT YES ANTI-KICKBACK AFFIDAVIT YES CONFIRMATION OF MINORITY OWNED BUSINESS SUBMITTED NOT A MINORITY OWNED BUSINESS CONFIRMATION OF DRUG-FREE WORKPLACE YES DISCOUNT OFF OF LIST PRICE FOR ITEMS NOT COVERED IN BID 10% PALM BEACH COUNTY INSPECTOR GENERAL YES LOCAL BUSINESS SUBMITTED NOT A LOCAL BUSINESS SCRUTINIZED COMPANIES YES ADDENDUM NONE COMMENTS Page 1005 of 1197 i f BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum Blvd. Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title: ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES Bid Number: 041-1412-191MFD Bids Due: AUGUST 26, 2019, NO LATER THAN 10:00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for AUGUST 26, 2019, no later than 10:00 A.M. (local time) and may not be withdrawn within ninety(90)days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor. Core & Main LP Federal I.D. Number: 03-0550887 A Corporation of the State of: Florida (Limited Partnership) Area Code: 561 Telephone Number: 848-4396 Area Code: 561 FAX Number: 845-7267 Mailing Address: 1101 W. 17th Street City/State/Zip: Riviera Beach, FL 33404 Vendor Mailing Date: 8/22119 E-Mail Address: susan.reed@coreandmain.com cJalm A"d Authorized Signature The Qualification of Core & Main LP is attached hereto and incorporated b reference as though fully set forth herein. Susan Reed Initial: Date: 8122/19 Name Typed THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 18 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1006 of 1197 r r SPECIFICATIONS FOR THE "ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES" BID#041-1412-19/MFD SCOPE OF BID: The purpose of this bid is to establish firm prices for a one-year period for the purchase of Pipe Fittings and other Accessories. These items will be ordered on an "AS NEEDED BASIS" for the repair, replacement and new construction of utility systems. Bidder(s) are required to have a warehouse facility in Miami-Dade, Broward, Palm Beach, Martin and/or St. Lucie County. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By submitting a proposal the successful bidder shall Provide services in accordance with the following conditions andspecifications: A) All Bid prices are F.O.B. Boynton Beach, Warehouse, 222 N.E. 9T"Avenue, Boynton Beach, Florida—AND/OR—Warehouse 2, located at 124 E. Woolbright Road, Boynton Beach, Florida. B) Bidder guarantees all prices for one (1)year from date of award. C) Bidder should state the model numbers of all items and accessories specked in this proposal. D) Bidder agrees to guarantee all deliveries, throughout the duration of the Contract. All orders to be delivered within fifteen (15) days from date of the purchase order. Back orders exceeding the fifteen (15) day period are subject to cancellation. E) Bidder agrees that all quantities indicated in the proposal represent approximate needs for the one (1) year period and that there is no guarantee made or implied that the City will fulfill such purchases. F) Bidder is aware that award is anticipated on an item by item basis; however, award in lots to multiple vendors may be considered. G) Bidder agrees that the percent discount submitted applies to the Commodity Bid — Pipe Fittings and Accessories. In this instance, Pipe Fittings and Accessories encompass any and all similar and like items as individually listed. 15 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1007 of 1197 H) Bidder is aware that the City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of an obligation previously understood. 1) Bidder agrees that all items proposed are DOMESTIC manufactured. J) Bidder agrees that all pipe fittings and accessories listed on the proposal form must be of domestic manufacturer and meet all criteria set forth by the A.W.W.A., A.S.T.M. and the trade industry. K) Bidder agrees to designate personnel for after hour emergencies. The personnel must be available 24 hours per day 17 days per week throughout the duration of this contract. L) Bidder attest that it has a warehouse located in Miami-Dade, Broward, Palm Beach, Martin or St. Lucie Counties. Bidder acknowledges and understands that The City will only accept bids with vendors that have a warehouse located in these areas. M)Annual estimated expenditure for the estimated quantities of the supply of Pipe Fittings and Accessories is $210,000. N) BIDDER UNDERSTANDS IF THE PROPOSAL SHEETS ARE NOT LEGIBLE, THE PROPOSAL WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED AT THE SOLE AND EXCLUSIVE DISCRETION OF THE CITY STAFF. - BIDDER MUST PROVIDE INFORMATION AS FOLLOWS:, 1. Bidder shall make provisions for after hour emergencies as stated in letter K in the specifications. Bidder must provide contact name and phone number for the personnel designated for this responsibility. Contact Name: Javier Rezakhani Contact Phone: 561 840-6855 2. Please provide an email address to submit the City's orders. The City may also order via fax and telephone. Email,is the City's preferred method. Email: Javier.Rezakhani@coreandmain.com 3. Bids will ONLY be accepted from bidder(s) who have warehouse facilities located in Miami-Dade, Broward, Palm Beach, Martin or St. Lucie Counties as stated in letter L in the specifications. Please state the location of your warehouse: 16 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1008 of 1197 � f County: Palm Beach Broward and Dade Counties 17 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1009 of 1197 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of Florida } County of Brevard Susan Reed being first duly sworn, deposes and says that: 1)SHe is Municipal Sales Coordinator of Core_&Main LP (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: f 2) He is fully informed respecting the preparation and contents of the attached bid and of all t pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; f 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. (Signed) cfam Subscribed and sworn to before me (Title) Municipal Sales Coordinator This 22nd day of August , 20 19 My commission expires May 1, 2020 e, r ""�"•+� BENJAMIN STRASSER ``e4ar•p,4=4 Commission#FF 98762 S ?' = My Commission EAP May 01, 2020 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 19 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1010 of 1197 i i ANTI-KICKBACK AFFIDAVIT i STATE OF FLORIDA ) ; SS COUNTY OF PALM BEACH ) 1, 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. t By: �S WiI& 1C eek NAME-SIGNATURE i Sworn and subscribed before me this 22nd day of August ,20 19 j s Printed Information: Susan Reed NAME Municipal Sales Coordinator TITLE r r NOTARY PUBLIC, State of Florida at Large Care&Main LP COMPANY a„ ,+,. BE14JAMIN STRASSER -• c commission 0 FF 987529 'ry •r My Commission Expires ry;d ' May 01, 2020 "OFFICIAL NOTARY SEAL” STAMP ' i THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 20 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1011 of 1197 CONFIRMATION OF MINORITY OWNED BUSINESS This requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business ? X 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 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 WITH PROPOSAL FOR BID PACKAGE 21 ' TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1012 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Am le"d Vendor's Signature THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 22 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1013 of 1197 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT 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. Core & Main LP CONTRACTOR NAME By �'usa�r Deed Title: Municipal Sales Coordinator Date: August 22, 2019 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 23 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1014 of 1197 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES BID NO: 441-1412-191MFD BIDDER: Core & Main LP DATE SUBMITTED: August 22 2019 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, labor and services necessary to provide the commodities specified by the Contract documents. Having examined the bid documents, we propose to provide the commodities in this bid 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 WITH PROPOSAL FOR BID PACKAGE 24 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1015 of 1197 "• CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, the of (Name f officer of company) (Title of officer of company) located at (Name of Cor\ed mpany) (Business Address) certify that I azed representative of the business and,on behalf of the Business,requa deemed to be a local business for purposes of the City of Boynton Beacfe ce Program. Answering yes to Question 1 and Question2 below will quainess a local business. In support of this request,I certify the following to borrect: NAME OF BUSINESS: 1. Is the business located within the City li is YES NO Number of Years: of Boynton Beach,Morida? 2. Does the business have a business tax S NO Business License receipt issued in the current year? Number: 3. Is the business registered with the Florida YES Division of Corporations? I understand that misrepresentation of any facts in connection with this requ t may be cause for removal from the certified local business list. I also agree that the business is equired to notify the City in writing should it cease to qualify as a local business. Print Name: Signature: ***FOR PURCHASING USE ONLY*** Business License Active: ❑ Year Established: Verified by: Date: 25 Page 1016 of 1197 CERTIFICATION PURSUANT TO FLORIDA Susan Reed, STATUTE § 287,135 I, Municipal Sales Coordinator, on behalf of Core & Main LP certify Print Name and Title Company Name that Core & Main LP 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. 26 Page 1017 of 1197 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 287.935, 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. Core &Main LP Ja=or COMPANY NAME SIGNATURE Susan Reed Municipal Sales Coordinator PRINT NAME TITLE 27 Page 1018 of 1197 STATEMENT OF NO BID If you are not bidding this service/commodity, 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 vendor's name from the qualified bidder's list for the City of Boynton Beach. COMPANY NAME: NIA ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No. 041-1412-19/MFD for ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES 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 to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear(explain below) Other(specify below). REMARKS: 28 Page 1019 of 1197 EXCEPTIONS TO THE SPECIFICATIONS Qualification to Bid of Core&Main LP Submitted to the City of Boynton Beach Request for Bid#041-1412-19/NIFD Annual Supply of Pipe Fittings and Accessories Core&Main LP ("Core&Main")hereby qualifies its bid as follows. It is the express intention of the parties that, to the extent of the terms of this Qualification only, this Qualification shall supersede and control over the terms of the Invitation for Bid, Contract Documents and Specifications and any prior addenda thereto. Acceptance of any Agreement by Seller is made expressly conditioned on assent by the City of Boynton Beach (the "City") to the following additional or different terms: 1. In the event of circumstances beyond the control of Core&Main, including but not limited to, government regulations,tariffs, and events of force maj cure, Core&Main reserves the right to adjust prices upon thirty(30) calendar days' notice. Dated this 22nd day of August,2019. CORE&MAIN LP c'amor Deed By: Susan Reed Municipal Sales Coordinator NOTE: Smith-Blair was quoted for clamps in our pricing submission. Page 1 of 1 Page 1020 of 1197 m IL S O CD N ti It N q COD O CD N IO MN 0 Nr M N M G00 CLO '? O M G O) 6 CA Ln CL N 2 C q O NO O O O o O a 0 O O o O O N FFF C M r O Q N Q � x C W Q �_ 2 Gam. O O 00 O m O O O Z c r O .Ln- 0 4 9 m N r0 O NO Y7 O O O O C? M O ❑ LL IL w w �? IL a a q o v o O_ o o v o a_ o o N {U D r r r r 0) to A O O O U U U U U U U U U U U U a Cf w cr U = LU o u (A o Q J D 0 a U V 4~) y W a0 0 z a `Z O V4 Z h n n Cl) z 0 CL N rl N N rM M J J J J (n w J J W J 0 m ❑ ❑ ❑ a ¢ a ¢ Ix ( a a � 1.4 W ° Ir ❑ O ❑ w ❑ w ❑ � ❑ o � U) ❑ (n ❑ oov� � � y o W6 : 2_ 0 o a � a � o � a a � w Pcy O O '� � FU- z Y 1 w a W O W O W P W �= 0 W O �a z 0 w p a wLa o �'LLI ¢ ¢ § Q � Oa � Q R F � au, Q — � � a00 W � W U � O v c� a QL) ❑ Q ❑ ¢ � aO a❑ OQ � � O ❑ O aH G 1- �3 r C4 r Cn - a z o z z ❑ z Q z o U z z M z a z 0 : h = � o ❑ o ¢ oao oU aoQ oU o o _ � � Z J a° WH- � owLL OUz550— � cnz 0U) 0 (ZzM cn � U O O a O a, O a z a — _, z D) W m O W z m X U U � � H U cn to LL Fi t� Z O Q 2 lei g 2 Z — LL o Z Z w CO Z Z 0 = m t v0i z a � W w o W w Wcr W O 2 Ll, W mU c7zOm ❑ p ❑ � M MLLM M C) LLmLL M5 U- M m Q E � O � O � O z � � c5tnau~ijU)igcAcSiu � W cnUaf cng cin J m :i � ❑ � ❑ 0 mU ❑ 0 ❑ ❑ a ❑ U ❑ b -� a a a Q, Lu a ❑ U ❑ a � — �. z z � zQ _� O �_ :p � - � - � a � � �_ � d W g - O W >- iU WwW � � v � co � zv moo Za w a m p m a m X `r v X x m `r r } } � cD = x '0 X co Z m � 4F- £� F- O �- o � ogo � w } � � ¢ gCD 0X � U m } �nrm � cn � � g � wowaag � w M Q w � x g co � ¢ � �r � U � '�* � dip U � m � m � UmCO dao D ¢ "rd at LL g w o a 0za L6 OQ O � rWi3 LLIO O Q O I CJ O O 0 N CO) 7 J .^W C I r� 05 m - - 2 M N M - N co 0 n 0 63 C7 r G. v o 0 o v o o v a c r G m o 0 o a o 0 0 0 0 0 - 0 0 0 0 0 o 0 0' o o o. o a 0 0 0 0 0 0 o m o. o o c�. 0 0 0 0 o v o 0 0 o c Q N cm N co Go co Cb Go co C6 co Cb C6 C6 co co CO CC'- - CD'- (D' CO CA <D CO CO U? c0 C!I o O 4 0 o 0 0 0 o 0 C:) 0 4 0 z g oo co Go o o d o a o 0 0 0 0 0. o U') o LO n h n r- n n h n n n h h O Ica cO m 0 CO co co v o m cA m m cn cO 0 W m �' r N M sf 1.1 CO I'l m 1.1 O r r r r CL m C!� . o N a o cO1cm o v v o �' rnm r c`e) o m rn Lf) c IT v ro co Y of of I,. n ai co a [+S r w n W r N N N t7 In R @ W = N 0 O c O N O O O co to ca m co M r N N air � 7 rn m � a CL 0 0 v O M`o 0 0 ❑ z z z z N m °04 T o m m Z � d' "� " @ O GeOrp � 2 o N 4 m L7 MO to tC7 Ln In G l j r r r � 0 0 0 0 0 o o 0 o o Y Y Y Y Y r r r r rr LL ILL LL LL LL !L LL0 ro U U U U U U U U U U U U U U U U U J Q D w � co ¢ 0 tr� QQC � � Q � Qcr as ¢ n°. � H w @ «� w = y ` U) da z ¢ CyP Q� CY� �Q uOt � Oa OQ Z "@ N N ren tYA rxn m LL O wQ Op w w W0. w a w ❑ w ❑ m ~ UC p in ¢ � ¢ w a ix ¢ m ad 0 a w < ix Q ED 0 UD c7 � (D I-- fD C7 0 ¢ U) 0 0 ¢ 00 0a 0 ❑ ° ❑ 00 00 ¢ ru W -U W b W @ W W w W y D Z0 n Z ZU Z za Za zU ZU � N cf/3 cm cm c to c (13 c rn c pQ z w � O � It OU O V cOA V � Cp1u~.t Ck� w � �LI � L~[1 ` �i � t~u ICL O UW mw fnz cnw mz LDZ mw Viw wY o o nY oY oY aY o C U � w I-- LL CAS fnLL to W DX It mLL (0 LL W (D W Y W U NU W CO W CO W c `u gLL � o gw � o gwI�L $ w d � o pQ za ZUJ Z z ¢ za ZQ Z a oq w wQ grn w " wool wL' wLL mLL W wmL 0 U :: wO 0 y0 Q 42 LL 03 � U m j my my m >- Fj 03 mV � ❑ -6 ❑ -6 ❑ O ❑ O ❑ 4 ❑ G0 O U I- c5 H � � Q_ 1-- m � � }- � ma F- H � z mz m m � mz w � mQ m E w � � � m = wOQ � _ mg ma ma ¢ zd Q «@ d � a w ❑ Qa Mp � 'ao :3 co 0p TO co mF- (D t co F- COF mi- ( H m 2 ❑ U = � X � - � X 20 . X � - M _ 2J cn � CD0 CD 0 w0 coo (D m � m Zo ` o � `t o o � w x w0 r0 .- O m m rm m X ao X co o � X go 00 r 0 CO X a0 X m _n �, mco M ao ch - _ U X oo � Of 00 O_` O } Orn tDO OO - = O 'a - ;t ZD LL LL' } a° toQ: v U7 oU in C:5 mo clJ � WO @o W r Wr Wr W r W ,� V V Lra = yrd gU � (� V C C C C C C C wd 20 tea_ 2 - np � ❑ In � a to @ ca 2 � m m °° Cl) O Rk r p co # r to U p 4k o li u li LL LL ii 1, gCO `v eo co e� g 7 N co v �n n;n o r N CO o' @ O O r N N N - N_ N N Cl) =y O - O O O O '� O q. o o o , o O cn o - O n o 0 0 0 0 o a o o: o o c o 0 0 0 o ca 3 o o 0 0, o 0 o q o o a R o - a 4 o c o c ao m cb Co. 5 m m ab; m e coo rn M! O cp 4 o to o m cn o rp m m w.: o o* o 0 o 0 cD Ito c0- co --: w - 0, (D - EDto ` CD .. co `� '" O N N N N N N N N N N M M LN7 m IL �ro . O e 9 r O N N p in O CM � a00 N Cq to r O Cq CD N 7q r O O C7 C3 0 w 0 h CO N C7 Crym m IL 01 co 000 r ti fv Ln 00 h L"7 M 0 n W � m m _ N co O N N N N tY N co O N N N O O) r r r N r It CD r N a � N N CA � � Q' r- 19 0 o a ❑ c Ch "� w w w LU w ' p N C��i CJO CJD (QD 0O❑D N ❑ Y Y O O O O O C) r LL Lt U_ r T r ¢L) ¢v Q�a va aca ¢ ¢v c4� 4�4 Q�Q (La_ a � Lli �J ua1 W W W LiL LiL w W O M q Zq [Y JC o Y I1J [L ¢ y CO CNG w M J J J ❑ ❑ a } C7r C7 i--- (7 S x Y ❑ y. W (1) CD W a) --� M J F � Z S S W W W W W c c c d a- M a a c �j 12 �j � �j � � Oy O 0W CLL! !J W W W d 0. U) m � raj � j Dj O � 0 � � m LY X m IX w t❑ifC7 00 Z CO 00 co 007 pU p c a za zQ ? J W wJ w Q aIr CJ � U` DC7 Q z � zQ zm m Wm m w00 m WJ � � aJ of _j a: _j a m ❑ O ❑ oz O .0 W Y W Y W O mQ N m � aT mU J � rO J C] Q ma mQ m0 YU YU YF- co ? to F-; yw Hw H W F= W F W p W w -j mz m2 mZ ma - � ¢ g � ' j � 0 � aN O tooCOO wU FU FU F m r ❑ �D ❑ OD ❑ T ❑ T ❑ m M m M m M CO >. O p 7 X o Y LO Qyz Z z � O O O O LL O O N o N c c c uj LLI w W W w !G m Y X Y 0 0 C9 LL LL LL tm (n 0) co �Ol ❑ r� C+y3 r CO M _r Cq r0p �, N7 tri Wa a -m�•+F O "�.S N CO t CD y MV CD _N Ot" G O`n - y-r�:Bt O ,�'t rte. O 53. p 7 O O O O C.7 Y O O } �3r o � o o o o- o ^•• 4 0 0 o m ,tel' ,.zm�'-. a�,�. �S x0 m unit Un-, Ln.. un) " uni in n rn �� Q'cr4 0 o oY 4 3 p y p� o� o '" oof o C3, a W F O-rS o� o 4 0 0' iti o � o= o '�:. O f m . m. m, :__. n , n'� n- ,.:: n •, r� - o f r` n 2 n n - n EW`� eMo epi r�i M m J v v v v m a m c O ao0 c+i Lf) cl1 co rn o n n m o 0 O M W N N n w cD fO cQ N V co n N n n w Q d N C07 r N N N M ca m W c y m M N (drl r N cO co c0 W c0 coil C Q � N N N c �+ Q r- W N d c0 d to c7 O _ n r I — a °i m 0O)i c o 0 0 o o m W w w c o o a � C. o m c N o o a o 0 0 o 0 0 o ca O co O v co to fD 0 m w cD GO ED tp U N N O O d O O O O O O O r r n n n n n n n n n n r r c0 c0 co fG [o ICD (o CD c0 lco S T S 2 2 T S 2 T Z 2 S 2 c0 ,p QU aUa aUa aU QUQ aUa QUQ .eaUa aU QUQ aU ¢U¢ a W W 117 liJ W W 111 W W 111 liJ LL] W a m � v c 61 m ro w d LU ur ui IL a a c N z (9 Z(9 Zm� � 10 w w r Q g; _a 1 -1 9� 11 X Y u, Q u, Q wN �' U) ¢ a ¢ ¢ a a a a m c� _j t9 Q q c� c� � c� c9 c� � w ~ w ~ w j 7 j rC, N N a14 to GO O (V It 117 co N N Ir Ix wN r 0 0 J m W m.' O to - O r N - c) La O. _ crD n aro. - _ cPS O O O O O. d O O p p p_ q - p - 7 O O - a O O O d O O o c ti: ti r M1 q 4 r O m- CD ui uo Ali In LO en to ui lli In U') L Q a O. q Q 9 4 o q a o O a O o 0 0 0 : o o 0 0 o p c o +- S n c0 O O N c'n co I� W wRlTM- LO In tf} . i WL a m v� c O g M to m n Q) N WD O co M (+9 co b N O a Cao O A th co N W r CO W m m N r O Q) n O M A V rh Ifj r� LD cfl c0 Wt] O 61 f+7 T Ql CO O n W70 r r d W N N N Wr rf) coWr r N N N ['7 n m fry r 1p CD o3 r.,_- N N fD f8 �,.� N N W W N W W N c0 O N N N c0 O N G M r r 'cY r Co r r fD C co r N Q N N 7 � t+ Q r a. 'ct M o W n � 01 - OWO i j 1-- a0 0) 47 � O ` N M N N (P LO OJ U] M h r - - a_O W_ O lEl O h 0 h A 47 W O IO g -W0 HCl W) U') 1C� 4] INC) Lr) = M CO M M Cl) M Cl) M N c`�i O co d co co co co LO N m o 0 I 0 0 0 0 o 0 o Co 0 0 0 0 0 0 ❑ ❑ p � O CD f0 frp f0 c0 froccoo ccoo W fro fro W CO crc M cp ti n ti n o n oh n ti n n oA Y X Y N co cD N ca W to m W to to W W m co 0) o � QUQ aU aUa V UU¢ aUa UQQ ¢V aU ¢U¢ aU aUa U U U U U V U U U U a • y W lil W � u1 uJ L1 4J lil W W W � d � d 0. � a a a d z z z z z z z z z z ..j J CD o 0 0 6) In M a a a w Mn a a W w w w w W w W w w W CO ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ V U w w W w ut ❑ z ❑ ' a W FWWwwWwWW ww ui cr 0 0 x 5 5 3 w w W � w ►- oao¢ oam¢ maa � a�Q � ao C) a m con con U) W m cn c� c� o -3 -j0- °wUzvzazvzv� v Q W W W w W W w m m w O}0 0 0 2 W W w W W ❑ W o` } } z }z} Ir � } a }�}w o U U U U U W w W DO �6z oxoX^X— y� x -1 U U 0 a. W0M owowowo� o� a a ¢ a ¢ a a ¢ � d �d �0. ��—d —S,)aJ0. JA .1QU n x z 2 •c wwwwwwwwww5= JP PW5wD ww w T M x x �- x x Y a 0 J_ 'OJ — J_pJOJ— U � UoVOUp❑ — OMOOZN7 Z CN9 } w 0 .0 r U r Q r- 07070,7w r0r0rw❑ r Q 3 �,., H W X W UrUrUr� r'r � �-'r � r �rr H f- Y Y Y 00 0 ISn� o � o�❑�❑ ����� ���`� o ofi 000MP7Mf7 �Mfot�n �fhcoch C., ED z z ❑ z z z z W W W rn � rnlrn cr, 10-.50 Lo Lo z g gUU �UgUg aUfoUWDUv v UOr i7 [7 C7 U U U �t at Rk= _ X u X u X* X # W W C9 C7 0 o a ¢ Q QcoQ � QiDQv �{QfuQ �nQaQX ar v � CO 'v to m c iv io `v io co UU F- 0 U U U U U U U U U U U U U U U U CD O- N Oy - c) W N. 0 c) r '- Co IA W N ^ r co M Co cDf9 O O O fl- O O 0 - O d O a OO O O O O CD C� O O O O O CD C3 O O O O O O -. O Q co, O 0 C3 3 T oc �D O CD� O O O M O titier: h r= r, P, tz. v 4 � 4 In IO LO - m m In IO In U') If) W m co W - m fD uj o. o 0 0 0 0 ' 0 4 0 o 4 a o o 0 0 o 0 4 0 co f7 o o' o a o o 0 0 o d o o 0 o Co o o o a o a O O O O O O O O O O h rh A A 1` A h h A A n h h - h A n !� .. h A A n WD (D co O m W W to W W co W E O N C'7 IO (o h W fA O -,i L Li T-� ,r-d W O) L-1 rmcofo ca c� cDco co m m n n h 1;� h h m L m a m cy� , o c M M O O CO a} O N M r Op "t LO m CD cp O N O h V r- 00 CV u7 W c J O N [0 h O It h 'c N N r ep h m tq O uy b r r r N a r r r {p m Q7 N N O Co r CD N G y r N N Q N O O C? oO O O O0 O O O O O0 o O O O O O O O O O O O O O O O O O O O O � r- O - b O r O O r — — - r Q r t! b co O V) O O U-j O O C) Lo 4 N N N N N N M M Cl) O M 0 ` O O O Co O O O O O O 9 O '0 O O O O O co, O O Q O O O (� O O 0 O O O O O O O O O c U cl f0 ca w w co f0 (0 to 0 (Q c0 m y 0 N N , N " N N N N N N N N ' Y Y N N N N N NNN N N U g N (6 V Y Y a2 rr ¢¢ Z TT aS ZZ aT Z x TT a2 22 a2 a W R Q Q W ltl W Lt] W W LU u] W W W <JJ Ll] W a a M a ` Cl) M r "` N O t[f b to o W nj q q M Ch N O N N N O fD CO W N N Crj v v C z 41 i O i I z U N Ln 10 M r` 03 'r M h f0 <0 m to m q Ci a a a W N N W w W w N N Fi M Mol 0 0 H F (� w w 0 C7 Ur U w w W W w ` w w }z� zrZr� rZr }z}� }�rzrz } LU H �- J J J�J J �JJ J JZJ J J C J -3 H _ Z 9 Z l Z Z - Z Z Z I Z � Z� Z �Z E Z N Z a0�0 � 0a0a0�,0�0� 0- 0� 0- 0 -0 [m-u w z z L) Oa0� 0L)0 0 0 0 0 O O�OgO a m U LL LL LL U 0 0 0 LL U LL U. LL LL LL LL 0 0 wwvwvwwWwwwwww �w� WUwL)WUw (_� (� J m-j M-jM mJmJmwmW Mwm Wan W m m m m N HUF U1'��Q' I U� UHUF-V J1--0� U � w LU m rn CAT CA S CA-Cn-w U) to w U) co� U) �co Q Q a d J J 2' n O OLL U LL tL LL LL U = LL LL - ZD _ e LL LL LUL LUL LUL Q, b [V r- w W r r X r r r r r r �O X >C X N X X X X X X X [V N Nin r CO C7 Ch M M N et m ' _ 7 N r. N N C7. iY Ifs co h co m O C3 O O O O O O r 7 m C]-. b - O O C) O C2 O- m b C) O O 4 O ' O W O O' O O C) O O-.:., O O b 'O O O G O C. 0 0 - O O O 4 �: O - Q O O O O O b b O- C 0 v n h rn rn c> m rn o 6 & rn 06 6 0 2 (0 ap ao 00 M c0 W c0 06. m - co - CD 00 CO CO - C> o a o 0 4 c o 0 0 4 Ib a o , a b d o b c c o 0 0 o b , o o a o 6 E N Icj In Ij h Ij m O N M -Lo f0 1--�O O m co m Im m m m m m m IL a C!O S m CNO W? r "t N 7 r M r- r- 00 O) N N M O Qvi O Obi V X17 CD 117 G tN L1] M a !� W tID tp O G .- N to N 'C to to N N M t7 O O O cD 1+'1 N O a' P7 1c'1 m u7 N II r r r r r N r C7 Ol r R m W 3 y r r r N N N N N N N N N N N N N N r r r N C Q p N N O O O O Co O O O O p a O O O p p O O O O N O O O O a o O O O p O O O O o 4 O O O O O O O Cl O OO O O O O O O Co a O O O O p t r- r On to c11 10 1r, n O O N an 1n 1n 11] 111 to O n 1t) a Q O O O Q O O O O LOO Cl) O O O O m w � O 1i1 m ao O 47 a W O m m v O CD Q1 to ao tr v O a p 11'1 a u1 v to co n co co to co n 1w r- n O r rn O O O O O O O t) O O O O p O O O O M a O O p O O O O O O Co O O Q b O O O O Q Q O O O O O O Q p a p O O O O O O O p t+1 a to to CD to m b s• tD On N b b n to b b N N N N N to w co b O C N N cc'�..�� N N (� N �cy� N N N N N N �; N N N N N cV N N N N N cA N N N N N N N N IN O 0 CNS x � ¢¢ 2 zQ TT ¢2 ZZ S SS ¢Z aT a Z¢ S¢ 2 ZQ TT aS ZZ aT QSQ ZZ a toIN � W W u� W LU �J � i1J Iii W W LLi W 41 <1J W 111 U] w W W try Ic7 n v r [c117 N W obi O N 00o m m co n v 10 117 n ci � w o ca ca m ca v v rte'-, q v 0 � coo o UIP v m CL a w W -T w v 7 w co n Z w co co m n v n n coa ao U Z Z 0 Z C7 C7 C7 0 0 � (7 U` 0 C7 C7 0 (7 C7 O C9 } } z} }Z }Z } } Z }z }�] }Z}z} }z} z } Z}Z } z} } Z} J J J J J J J J J J J ._.1 J J _i J J J J J J -O O �o O� Zgz- z� zgzLz O O�O z� Z � z �z � z �ZJ0�0 o` o _ o_o o-ow MO:50H0IL 0�CLI 0 � 0n0apwo0a9QO O�O�O O O O 0 0 0 tL ULLULL--ILLULL LL LLULL LL Li. LL LL LL LL LL LL V LL LL LL D W w w w V w LLILa U• w U W w W U w V w V w U W U W U W U W V w V w U w U W W J W V W Jm -1mwmJcow calu LLJ w DOwmwmLumwmuimwmLLlmwm � m� mwm E UFUF �F UF -� FJ F-V FJ FJF-U J J J J J J J J LL J m V U U U V FUFUF'UFUFV FU FUF0F- UF FVF u)a rn cn_m co rn a N N cn J m co cr-� u7 (n cn cn (n cn W v)= fn rn J J U J V TL V � J U 2 U n Z) r2 U m V� V r2 U M U�U U m U x 2 U J J J J J J J J J J J J J J J J J -jJ J J J N J J J J J J J J O -J LL LL M LL :3Z) LL 7 5 =) 5 Z) > > 5 LL LL LL - LL LL r LL LL LL LL LL w LL LL LL m L=L r r "" el) ID r O O !t7 1C7 LO to T in 1D r r O O r r r r r m X X ?C in x x x a X x x -- x x x X X x x V v Cli� Nr V b OD a cD tD tD b b co afn 0 W m Ln cD n co m - O N C7 v b cD n CO O m O N e7 A r r N N N N N N N N N n N m M- m m 12 12 m O O O O O O O O CD O O O O O O O O O a co O h O p O O O O b Co O O O O b Q O O O t.? a O O o r- 0 4 0 . 09 o 4 p 4 o 9 o 0 0 o a o 4 0 0 o c mrn 0 ti am o1 m 0 m 0, m m to rn 0 t~ am to di tip 6 mm O m co co 1q co Co. OD a m ao to co m m co to m o co co m (D 0 0 o a o 0 0 4 c o 0 0 0 o q o 0 0 0 4 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 o g 0 0 co m 0 n n n o n n t- n r- n ti n r` n n n n n n n cD co to n w b:. co I to _ cD cD cD tD b co to r- O cD cD cD _ cf) O N P7La 111 I-!F! i~ co to O N M 7 u] b n c0 a m rn o 0 a o0 0 LA b r r r r r r r r m IL O � e Q 9 O Go N m GQ0 N i h 1 (D O h IIJ to M O M O N N N O r a O M O It (ml M h p (SJ M M u) CD h (D tOq IO[J IOCJ 7 M cohr COM I(y N co co h r Q h co N O N N (CJ N N M CD N r 7 l0 r T r r T r r r N N N r N Q fV N O O O o O O O Co O O O O O Q O 4 Q O 4 O O m C> O O O O O a O O O Q O a O O O O Q a O O C C3 1 O O O O 0 a O O Q O p a O O 0 O p a O O C r O O N 1C) IC7 h O N N 117 47 IC7 h O O ICJ O O O O Q r ICJ .cOQ LO O a_ O_ O to O O O Lo m O O 4] O CMCJ N O A O O O O dr r r r r r r r 6NJ r CNh w M h n I Q O O O O O O O O O Q O0 a O O O O O a O p O CIDI O O O O pO O p O O O O O N O O O N O N N N h CD CD h CD CD I-- CD CD (D h (D Co O O CD CD to M O N N N N N 0D +y„ N N N N qN 0 N N N N N N N N N N .� N N N N N N N N (V N N ry N N N N N N N N q U1 M Qz ¢x ¢x ¢z a= Qz ax qx ax ¢x az ¢z Qz ax z Qx QQz az ax ¢x a= a W .9 uJ W W W W W LL! 111 W LLi W LV !11 W � 4!J W ltl W LLl W V LO C7 r tr (n r CA Un O 01 N N r r r r O r N Lc) CD m r CD N LO � r e � i r Q 00i N 6 m N O _ _r 4 ti N CNfl r uNco co •J• '-" m 0. O QJ W CD a) r w w r �- r r CO r r r 4 N (� U) U U Z U U 0 W U l7 w w W w W W W W 7 w w z }z} U} z}Z} } Ur }z} Z }C7}C7 }C)}i0 >. 07 ;0 >.z -j 7} 0 }_r} 0 >. 0 * } C ' z� zIz- z-o- o � 0 0—oho 09Vz ogzgz *zaoiogoao �o� oao � o� a a a anao papaoanoca Og0daa0ana02aL0 a� oaoa0 � c N O O O O�O�O o 05o o 0 0 0 0 0 0 0 0 0 000 a 0 U U U (] U ..7 LL U LL U LL IL L� [J- LL � LL IL�LL IJ_LU LL LL, LL. W LL p W W w W W w W W U w w W w w U w U W U w U Cu U w U w U w U w U W U w U W J w W F- m JmW m W m JCOwIDJMJMLLJM MW mw m Wm m m m m m mUm E J J J I 0 � w w w � w w � F F F- F }-- UF--IF H F-.jF- JF--SFJ F- JF --IF-JF --IF— F- JF--J F- —F J J J J J J J J J J J J J J J J J LL -] J LL J LL LL ILL J J J LL LL - LL LL LL- _ 7 U O D Uto LL N LL LL. LL LL LL LL LL. LL N LL LL r O O r r eln- N O 47 r r to LD O ip X O O x (y �- r r N X X r X X h a( v T —x X ?{ x X x x x r x X r z K CD Cb X co e0 O X )G O O O Op O N N O O O O N T r lfl O hv uG CD h m Co. 0 O N M qr' It] (D. 0 M C7 M- IC'1 O 0 -, O Rn. MM �' 7 si• � � '-g to h � m C - 4 Q O O O O coo O O O O-- p O O O O O O C3 o" o 0 0 o Cl . o a o 0 0. o a o n o -0 0 Q O0. iv 7 O Q O a- O O O '. b O O - 11... a O p O1 O O O 4 Q- C C7� OJ- D1 .. 4+ OJ - C& of ZA (0 O coy 000 0o00 m CDD Co co : m co coo co co co 00 co : co ' m co co ao m o M. o 4 0 44 o R o o cc�� o a o o O" a o 0 0'. o a 6 Cl C. ; o d o o d o ci o o d o d o v o o m tp (D (D CD (D O (D (h0 (hD. � ICD m (~D (h0 `(D Cho Cho thD th0 Ern o +�„ r N kl N N N N N 1-1 COV N — r •"' T �"' r r r r r r r r `m a m Q � c O N (O CO O m (D m M tF (O �- q (O N h p) O N sT h M N (n Ch (P (A M r-. 1() (tel -D r � O N � 0 M m N r N th to 0 O N m m O to m CO CO m W N O N N to to CO O Q (O r N N CD C M N O M N co M z m C y N r r r r C'7 CD CD N CO m CO O N N M LOV N O o O O C COO O o 0 to Ln � 7 O r N N N O O Q t' O N N 0 O O O 0 O � CL u') r h O r LO o O O Cl) r r r N tr1 CA r M le to N h n h aC1 h Wi O OC%J CM r 0 O O h p O' CoO O Cl O 0 O O (n h N N co CO O0 CO 00 N .p O N N M O O O O O CA M M M M O m m m N0 Go N N N N N N lC[aV N co r r �- r CO M CY7 0 ' N N N O Im N N N N N O O O O O O O O O Cp.0CS: Cr r r a CD X X (~D (^O p (h0 O (h0 (hD 1h M aT QT Z 2a za TT aT aS S 2Q z T Ta SS aZ S z xT ¢T ZQQ Q2 a � � W W [ll W LLl W ltJ w W CL1 W W LL! 11.1 lil W 111 111 LLi LLl W (hV m o Cr chi - rn CNV N N ((i 0 m T Q Oh r t(ni w co m !n N QI ' N N Co V O 0' (n 1 Cn [n V U V U w w N rn to h ti r rn co iv w w M rw- W a a.. r N CN�r N P9 C m r r M tf U❑ U a ❑ ❑ 11J 00 O Z ❑ Z❑ 111❑ N W W w w w W w w r w W W ❑WawLU LUwW wWWS WU W0W �w U} U}O} U}U }U} U}O}S}U} U } U}wJ WrMz � J �,-.r J zw �� Z J ZJZJ ZJ ZJZ •--1ZJ JZ...C_HJ J J Jw>. w } � } } } J } � �} o �o �o9o90 0 09o�o�o,o , a_a o �00000 �000 � o �0w a s ❑aaaaa-aa aaoa❑a❑ a ❑a adau_ ❑ zaza. Xa_ Ma -n_ cra_ a cL a_ c o: [>: tr tr !r a a:awaw w - www - WDw �WF_w (L m Qooa 000 opo oo oer- it - _j- — a - ❑- LL-a -a -a -! ❑ O - ❑ a aa❑ �❑ U U• U wWww �w � w W � WW WWW ❑w p UwUwUwUwU wUw WUwww �w w wJ1. J� v� 0 rU� U r-, c9 HC7� �r wmwmWmwmwmwmwmWm.amLumJm -1m�Q �¢ aQaQaQT ¢ z ¢ ZQ ¢ E -' MJF-3 � -J1-J H-aJ1-J>-U1- � U � UUaUOnOaOOaa a OHO .m+ U(nU(nUfnU (nU [nU(nU[AU(n1YCAU(n (n fn ZaWU(XaSaa Dit -D Xa(jaLa� T�aaUaUOU ❑ ULLJ Ug ULLUa1U Vg�gJ �V� U � Ug❑} ❑} w} w [7 } J J 1XC,9W 'D K XC9 Xv XiOX = X J J J J J ❑ J J J momOOzaZOOXOy�O °OO ❑ ❑ ❑ ❑ ❑ T ❑ ❑ LL ❑ ❑ O a - Q D_ Q a. g a_ a _ a_ o_ X tL LL LL LL LL (l. LL LL LL LL LL LL "v w d'w LL w ILL W LL w w W � W S W m w `r o 0 o X x ip X X r r H Cl) M N N r (O iD It -t (O X X X X X X X X X X x X K X X O O N sT O N Cp p M Cl) :d CO w m N N N Cl) C (g Jg m' . M GO 0) . O r N - Cl) h CO - tD Ci O M - N O t� O It � Q. - (il to Cn O O (O h` h Co W M M M,�` M C J- O O O_ O CD o O" O 0 G O O ': O. 0.., C O - a O O'. 0 O O d VJ O" 0 O O O C7 - O O. O,. O 0 O O O C 5 C7 O O O O O p O Co 0.. C� 4 o O O- O - 4' O O O O 9' t rn w CD m- m rn m r• ti r` h to a �?,.:, m C? O 0cc - co ao w m ao ao ao- - (n Lo In � to to (n O - to In fn o a a o 0 0 o 0 4 a o 0 0 0 . a a o' 0 0 �. o 0 0 0'' d oo 0 o a 0 0 0, . o 0 0 0 0 0 0. o h h h r• h h - i~ h r` h h h o 0 0 o 0 0 Cl O o CD CO (O (A - 0 CO CO' m CD _ CO w w h h h - h h h I h.. I h 1h E O r N M 7 O CA h Cp Ol O r N M W 7 7 sT v Q � � 0 In tCl M to m O to (D r r r r r r r r .�-. r }0. C- V d0 c n h OO O V) r CO m W c0 C4 W u7 CO N m N n W O m N -,t0, Q CO q N -1 r L[', N n r CD (� V IN N N m O r ti W LC, 01 i-- h IC! 0 Cf) n tci a r N h '~V N CA m Pn] N r n N m COO N V N r r cl QI 7 T G N r N CD vN- N N 'D O N N �N-- Co (D CO W m m C'7 N Q � N N j 0 r � Q r- cm qP7 h C,7 n r W W N tp CC, CO to Co CO co 4- d try 0 Co CO O m m N O n m n r n m o, O N O 0, h v 0) O Cif 01C.) g m N M N N W N 7 C0 0 r~ W h co (D 00 m ;s C.) no h n n h � Cr, W m h 0 C) O O Oi di 0, O C) M D1 O CA 01 CA C t00 co M CO C7 N Cl) CO r CO Cl) M M C`, y, O O O O O O O _O O Co O O_ O O O Q O_ O O O _O �p 0 y r r T r r r r ❑ CD m m Co co CD m co (o CO w m CO co CD CD m W CO CD W 0 0 0 0 a 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 N ChD Cho CCD CO t0D ChD W (CO ((D m ChD Cho (hO Cho m (hD m m W m 'O ZZ Z ¢Z S QY Z4 Q2 ¢2 ¢Z aZ QZ ¢2 ¢2 aZ 2 ¢2 Z ¢Z aS QZ 2 a a w a o w m m cn m m m m cn rr) m F-oz❑ il'Ca0❑ g❑ gOii❑ tJilnW❑ ono❑ oom ❑ m ❑ om❑ a000"'mm � mn3❑ c'n a zw �w wmw �wmwouJourow � wmWCOW w3: Lu Jw�w lwJwpw p Z -Z z Z w Z W Z w z o,z to Z 0 Z W z w z 'W2 o z o z o z o z w z m z w z w z m z W}}J OJ OJ (D-i z}J ZJ ZJ h J LO -i m,}r_!m Jm_1mJm }J CD JJ J Cnm UC JJJJ o � �XaXzXZXZxO.'XtL'�CXZ YCZXZXwXwX �rixwXNYCt[, XNXNX �X �OUOwOQO0O0O -Q -Q WOO QOOOOV %8 -wOvQZONOZOZO - q LL. �dJlL �.M �lL LL'a wo_ wo.., JIL X a. �rlL�rll a aZn. �On_ NtLOaOa a 'C VWpW ill -W -W -W -�WJ W WQW WW WZWW WMWZW IL H W -W - W-W - W Z Z Z L) D- - U� W— W- W1 H� 1-� �� 1 ❑ W w w-0 O. -O` -� .p. ' m Cowan❑ JO -i0 JnU❑ U❑ �(] J ❑ JpJpIY 4 �n � ❑a❑ J ❑�❑ � ❑Jt7a ❑ zr ❑wUF �-FW- ZW DW aW wH wHw �W W w w w w -w-W - W_W - w U UH ❑F- ❑F ❑f- C) a- UHUF-_j H--L!- =IF = F- �-g W I- Hk-}- H W r - a a ¢ n¢ n¢ a¢ ❑¢ ❑¢ ca¢ � ¢ a ¢�a— a—¢ ,- a - aL¢Ja �Og0F0 ❑O ❑O ❑OWOwOWO ❑ OMO ❑o� O�' QUO� o=opo�o� of0 XU LL.U �U ❑UOU ❑U �ryL) C9U ❑ U ❑U ❑ U � UC)U�U� U ❑UUU ❑U❑ U VU } �� X� W� wrw� z>- z� z� w }w} w } ❑ �❑ > ❑ }} p}o >- 0}n }} ❑ >--j �X X - XOXOXOX X X X X X X X X� >C XWXQ ui wX � rOXpmQzOzOzOsOg00 � Oz0� 0`' 0 �00�0C70�0(70C900 XabQ- Xa a tL aLLal+-a a (L CL �� IL awn Zn, fLza a-�a W ow = WgwgLJgWXW, XW xW WSWgW = W = WoW°o= WQJW- w5LU LO ll= W CO x CD LL. LL LL ' ' LL LL_ LL f0 t-' LL m LL LLr G "v co (D _ `sr co (D - -to a -v co QC CJ m co LO co: W 0.; - - N C7 a ' LO .. (D - n r 00 m- CU N N- N N N N N N CD 0, N m O O b O O O. C' O O ' O C O. O O O O (3 O - C? C O H cl- O b O O C7! b O O:: C C - O.:- O O O C O O O b,r I c o o c? o o , C?.'' 0 0 o 0 C 0: 0 0 0 - 0 4 0 4 1-'.. h n .. C` h h h - f: .: 1�.. n...� C: !� t: N it n ri h .. C t Q tC) C lC) W Cry - m m - W CD' u] 4]- m try- W CI',' m l[,' m Cn m lC, a o o o a o. o o a o 4 ' 0 4 0 4 0 4 a o 0 0 o CD " o 0 0 o a o 0 o b 0 0 0 0 0 0 0 o p o 0 0 0 0 0 0 0 o a o a.- o 0 o a 0 0 0 0 0 0 n h n h h h h n h h n n h h n n ♦~ h 1 cor m m m h m rn o h h mv- �N m 1-1 I O I—g n m I-- n `m CL C p N M tt) O co C4 WCo O Cn CO m co M W r m m W r W h W h W 7 r r to CD C J CD com p r N ea c o Uri a of tri tci m m h of to c�i st}} Ch' � rl N O m W CCM%! (D N 110 W A N Lf) (D m M z° z r N N CD [D M N N (D CD N N N N N W O O N Co N a ❑ N N w I` 3 i a l9 W tr) CD -T O M M O t� O 0 cn Lc) LO LO GO co V M M CWM M (D M M M V V W f M M a o 0 00 0 0 0 0 0 o O O O o o m O CD co co (D m ccoo co co 0 o z z ❑ r C) O O 0 0 O b O r O b ^' LWl LWL lW1 IWL Cho Cho h h h h h h CD (D CD co V/ [p CD W CD W CD LL LL CA CA to ChD V S 2 2 Y 2 T S S Y S T S S M S 2 S Z Z 2 2 ro ¢O QU aUa QUQ QU aUa U ¢U¢ QUQ ¢U¢ La) aaU 40 ¢U¢ qU ¢U¢ IE aV IM aUaE W W u] W LU J w w w W O Oz z Oz a w w w w m o r- F Fwou❑iidu❑iww�u❑i '� u❑i�iiw ❑w "'wzu❑i� a Q ' zWwLu vw W U O = Z mzZzQZ Z ZjZW J ?W Z Z_ Z V F Z Z Z J J J•..,f Z J J J I I L L J [L J J N J 2_ p Z p Z LL Y Q S 0 0 0 C9 LULU} � } w} LU `'} � U0L) 0C) co W z Z z Z U? 0Xlr>1U, cn co 0 ujXIAXUX� F-QHo(gN � X X H E_ �aUa++�CL n znozaw zaza�aw w 0(DOoozFU0 �0 Q' WZLL) 0 JOWOLCI WOW pWd W7 O� OCA � a 0. ¢ a 5 r W z w d N W w w d ZO—O U d, � J J Q ¢ C LLO LL ` ti0 M 0. a ❑� ❑� QW❑W ❑� ❑� ❑�❑ W❑ OO> > CDFWF Z0ZL1a❑ m 0 � w— w wJw w w w WJWpw O o O y WSW N ❑ H-F-d �c11C. UFP� 0. � W W ZQ2QOk^OW- W Oc ❑� ❑ � ¢ �}o� "❑O0� � °600 � sX> > > > 0 W 0050 ❑ R"XOLu 00 SXXz0LLOO IL a- a_ a-ga, = o_ FD0.J0.Z z J J ❑ IL 0. �! [' � w�WXwt-W Ww co W LLW �w LUpW s LL. LL � w�W Xw Q Q Q ¢ U LL. LL a0 t7 C7 C7 C7 sr n "v io v (D co 4C :3 W, CD O O m .. Irl to M O r N M - CO h co 4] h C71 i O O v LD LO m Q O O OM 02 0, O Q O: O ff :`..- O Q O O O CO r. cc::" : O b O O O .. O O'° O O O O' O q �... O O.. O O. C7 O - N a a o.' 4 a o o o n o 0 0 0; 4 0 4 , o: 4 4 4 o c O G h f:. N n f� C+ 'C�:'. h h f+' h ti h h f= h h h n O y d ll') to u? in_ 'n ID 4n In b N. - Lo Irl to to N W to LO U7 ti]- ti]. fA 0 4 o 0 4 a o ' o < 4 c R o 4 0 0 0. o 0 0 0 n o a. o o - o 0 0 _,, o o : o a o b a a - o oa a O` C� O O Cl O .O O QO O' O' C o O. : O O- O C7 O O O h h h h h m W co O0 DWQOMW W 61 r 612 r N OJ O N I N m` d m C! . o N r Ln M Ln LO 117 W O Ln r M M O M O r CO CO )+ N V; W n 7 N N !� W r 4 O Ln r v {1 to N Oi LO ti r 1(f CA t+ ti M LO O M ti Ln �._ m CO � co CO LO N 'LT O W N CO N !CI 0 CA CL6 CO CO N W NN ',t co N N N coO0 CO COO C N M CO N Q � N N y � C 01 � ¢ r a rov M I O !o co m M O co co �} co N m O O co co Q sp�yy O O O O O coO O O Q O O R 0 O O H N 04 N O O o Ley co N r ccqq co m Go ob 0b ab eb 0b w Cb orb ob Ln w Lh I-- cc N CO r r r r r r Ch M Cp b aa 22 a 2a z¢ TT aS ¢2 2 zQ TT ¢S 2 2 S TT QQ2 22 a cq N � W [ll ltl 11J W 111 LLi W W W IS! W � ll! Lti W Cll W ti m - JJJJ JJ J J JJ --1 JJ J JJ J J J J J C 47 JZ Jz JZJ Z WZ wJ , Z WZ JZ ^-1Z JZ Z Z Z Z 10 O 0. WOLL10wOwOMOMOmOWOWOWO o 0 0 0 M aW � m¢ mmomomom0000000mo omo o o o o Hca m U Z O Z O U p U O U O U H U F U t—U O U a 000 U U U U ow [1. —>—d' Hd' HQ' s Q' J� JLYJ� Htx JQ.' H ALL' z 64 —!J¢ J J a J Q J Q J Q J Q J QLu pQ J>- H}J2 --75 Jy J 2 WS w2 W= JS 1J2 JT �= a2 �2 ELM I-- r_ Ox-�XW� LLJ LU ` m� m� m� w� m� w� Q � a� cnOnOmcnmsnmv) ma) OtnOmOcnmc� �comrn ¢cnUcn ¢cnUcn YNO a _ n ZCL �C9 —C7TL7 �C7HC7 �C7 �C7v�0 0007 _oC9 �-C7W0 a c W d w m Z m Z ym z m Z J Z J Z J Z m Z Z m Z a Z Z Z S Z m Z W a V — 7— 1 — J— J— J— — — O— O— J m O on`� oo� oGo� o � w� wKwko� o� o� �G k �G G Z , W W W m m— m— m Co m— m m— m— Z W t] HJLL JW JW J LL �LL LL ll JLL W4. JLLZLL QLL0LL LL d_ Oww E waFaWowoWowocn,om� rnLOw� wl� wn ¢¢LOnJn ¢$ J� a—'F a ym JQUO W.- Wr W r W rwr wr rwr wr- w WrUr 111 Ur QUd � UOUWm W� WfA w co fA W (owU) Ix(nw A "ifA co U, UD (7TU U }D LYU Sm2m w (n co co wmCn0m cAUCn NUfn (A r0 } ox= XO� LOi1� LOel� w � = g - � � w� o3w5 - g " g --N W x Q p�X a 0 U n 0 000 O X U X U X O ❑U U O U �U U �U U X q COW - � - ` O� �� O� — ti - w CO NONO rOqT O vO WO WO CAO 040010 O O O O 'Lt O - O O - 0x0 )[0 X0 O NO - O O O O O �O m 0I t}O) (p 0) _ M m _ (A O 01 10 01 m O 01 9 U U U UU �C to m - 7-.r W - N C7- 7 4'1'r h OD CA O r M 117 ,. lD h co O d fp N N O O O O O :I G O' r r .. r O 117 O O 0= O O O O O C:" O O O O O O O O f O- O O` O O O O.: O O O O O Lp G -C O O O.. O 9. O : Q 9. O O 0 C3 CD O O O O C r� , r� cb cb m m; W Co co : GO.. . cb. co LX1 Co 0b - W h rn r O 117 . +n 07 00 Co co co co . w. Co. C co m m ao . co , 4 ,n R:- o. a o 4. o. . c Q OO 0 0 00 C o O o_- co co , co �._ �..- co 2:�� co gib" � �- �. co _ � o a- u7 u7 Ln W Ln 117 to Ln Ln Ln Lo Ln Ln . to Lo a . Cn m co co. m m co. m. co m to m Co m Ito r o o 0 T-m 0 0 r rN N N N N N N N N N N N 1,�.2 N N N N 0 N C CL N Q r V O f U), n o R � O r U N CE a O d ,0 a U) N CL m O tv w U 0 4 m o mcl O w G' 0 p m � � C E a O a V LU 01 O d `D 06 t V a L L n ' CL C � O ca w 0 LL is C m fn „ o CITY OF RIVIERA BEACH �tt�v�ERq 600 W BLUE HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Permit Year October 11, 2018 to September 30,. 2019 1101 W 17th St Issued: CORE AND- MAIN LP Vendor: 00696.1 WHOLESALE MERCHANT CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX 80600 MUST BE POSTED CONSPICUOUSLY INDIANAPOLIS IN 46280 AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH o�RNE�Rq 600 W BLUE' HERON BLVD RIVIERA BEACH FL 33404 BUSINESS TAX RECEIPT Lw Permit Year October 11, 2018 to September 30, 2019 1101 W 17th St Issued: CORE AND MAIN LP Vendor: 00696.1 WHOLESALE MERCHANT CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX 80600 MUST BE POSTED CONSPICUOUSLY INDIANAPOLIS IN 46280 AT YOUR PLACE OF BUSINESS CITY OF RIVIERA BEACH oFR600 W BLUE HERON BLVD � . RIVIERA BEACH FL 33404 ro BUSINESS TAX RECEIPT Permit Year October 11, 2018 to September 30, 2019 1101 W 17th St Issued: CORE AND MAIN LP Vendor:. 00696.1 WHOLESALE MERCHANT CORE AND MAIN LP DUCHARME MCMILLEN & ASSOC PO BOX 80600 MUST BE POSTED CONSPICUOUSLY INDIANAPOLIS IN 46280 AT YOUR PLACE OF BUSINESS Page 1034 of 1197 ` ^ Page 1 of 3 ACC)O® CERTIFICATE OF LIABILITY INSURANCE °07/2 /2018ATE 'x' 07/23/2018 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(les)must have ADDITIONAL INSURED provisions or 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 Willis Toxers Watson Certificate Center Willis of New York, Inc. PHONE 1-877-945-7378 FAX 1-688-467-2378 c/o 26 Century Blvd AlX No P.O. Box 305191 E-MAIL ADDRESS: certificates@willis-Com Nashville, TN 372305191 USA INSURERI.9)AFFORDING COVERAGE NAICS INSURERA: National Union Fire Insurance Company of P 19445 INSURED cora s Nein LP INSURER B• Markel American Insurance Company 28932 1830 Craig Park Court INSURERC: New Hampshire Insurance Company 23841 Saint Louis, NO 63146 INSURERD:American Home Assurance Company 19380 INSURERE: Illinois National Insurance Company 23817 INSURERF: COVERAGES CERTIFICATE NUMBER:W6958698 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. ILTRR TYPEOFINSURANCE ArwSD ODLSUM POUCYNUMBER PMIDp EFF M�1411�Da EXP ym LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 5 1,000,000 CLAIMS-ME OCCUR PREMISES Eaoouveroe S 1,000,000 A X SIR: $500,000+ MED EXP(Any one person) S 15,000 GL 4786836 08/01/2018 08/01/2019 PERSONAL&ADV INJURY $ 1,000,000 GENIAGGREGATE LIMIT APPLIES PEP: GENERALAGGREGATE $ 2,000,000 POLICY❑PE r ❑X LOC PRODUCTS-COMPIOPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINO SINGLE GM Ea ax dant § 2,040,000 X ANYAUTO BODILY INJURY(Per person) $ AUOWNED S ONLY AATSCHEDULED CA 7742356 (AOS) 08/01/2018 08/03/2019 BODILY INJURY(Peraccident) $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Peraoadenl $ S B X UMBRELLALUIB X OCCUR EACH OCCURRENCE S 5,000,000 EXCESS LAB CLAPAS-MADE MMMGWO0000052 08/01/2018 08/01/2019 AGGREGATE $ 5,00D,000 DED I X I RETENTION$10,000 $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN X STATUTE ER C ANYPROPRIETORIPARTNERIEXECUTIVEHC 018177182 08/01/2°18 08/01/2019 E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBEREXCLUDED4 � NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 llyes desrnba under DESCRIPTIONOFOPERATIONS below E_LDISEASE-POLICY LIMIT $ 1,000,000 C Workers Compensation WC 018177235 (19L, WI) 08/01/2018 08/01/2019 EL-Each•Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each $1,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS/VEHICLES(ACORD 101,Additlonal Remarks Schedule,maybe atfached If mora spam Is Mulred) + General Liability: The $1,000,000 per Occurrence and $2,009,000 Aggregate limits displayed is a combination of $500,000 Self-Insured Retention and $500,000 Per Occurrence /$1,500,000 Aggregate limits of liability provided by the carrier noted above. SEE ATTACHED CERTIFICATE HOLDER CANCELLATION 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 REPRESENTATTVE Evidence of Insurance A/4 ©1988 2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD aA 16481037 --. 797731 Page 1035 of 1197 1 � AGENCY CUSTOMER ID: _ LOC#: A`> 'ADDITIONAL REMARKS SCHEDULE Page 2 of 3 AGENCY NAMED INSURED Willis of New York, Inc. Core A Main LE 1830 Craig Park Court POUCYNUMBER Saint Louie, MO 63146 See Page 1 CARRIER NAIC CODE See Page 1 1886 Page 1 EFFECTIVE DATe:See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance INSURER AFFORDING COVERAGE: New Hampshire Insurance Company NAICI): 23841 POLICY NUMBER: WC018177237 (IL,KY,NC,UT) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: New Hampshire Insurance Company NAICS- 23841 POLICY NUMBER: WC 018177236 (ME) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Diseaso - Limit $1,000,000 Per Statute HL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: New Hampshire Insurance Company MAIC#: 23841 POLICY NUMBER: WC 018177234 (NJ, PA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: American Some Assurance Company NAIC$: 19380 POLICY NUMBER: WC 018177232 (CA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORDame and logo are reQtstered marks of ACORD SR ID: 1648107 �+ : 797731 emir: W6958698 Page 1036 of 1197 AGENCY CUSTOMER ID: _ LOC#: ACOORL> ADDITIONAL REMARKS SCHEDULE Page 3 Of 3 AGENCY NAMED INSURED Willis of NewYork, Inc. Core s Main LP1830 Craig Park Court POUCY NUMBER Saint Louis, Mo 63146 See Page I CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE:See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance INSURER AFFORDING COVERAGE: Illinois National Insurance Company NAIC#: 23817 POLICY NUMBER:. WC 018177233 (FL) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Ceipensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: New Hampshire Insurance Company NAIC#: 23841 POLICY NUMBER: WC 031467765 (AR, AZ, VA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Workers Compensation EL-Each Accident $1,000,000 and Employers' Liability EL-Disease - Limit $1,000,000 Per Statute EL-Disease - Each Emp $1,000,000 INSURER AFFORDING COVERAGE: National Union Fire Insurance Company of Pittsburgh NAIC#: 19445 POLICY NUMBER: CA 9581298 (MA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Auto Liability Combined Single Limit $2,000,000 Any Auto INSURER AFFORDING COVERAGE: National Union Fire Insurance Company of Pittsburgh NAIC#: 19445 POLICY NUMBER: CA 9581297 (VA) EFF DATE: 08/01/2018 EXP DATE: 08/01/2019 TYPE OF INSURANCE: LIMIT DESCRIPTION: LIMIT AMOUNT: Auto Liability Any Auto Combined Single Limit $2,000,000 ACORD 101 (2008101) O 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are re istered marks of ACORD 5R ID: 16481037 RUCH, 797731 c-T: W6958698 Page 1037 of 1197 BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum Blvd. Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title: ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES Bid Number: 041-1412-191MFD Bids Due: AUGUST 26, 2019, NO LATER THAN 10:00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for AUGUST 26, 2019, no later than 10:00 A.M. (local time) and may not be withdrawn within ninety (90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Federal I.D. Number: VI, A Corporation of the State of: Area Coder Telephone Number: Area Code: ��, FAX Number: wm Mailing Address: IJ�—[ 0"t4JN WOZ� �V R City/StatelZip: Q-r'mw t k%'\ t Vendor Mailing Date: N 1� E-Mail Address: \,. ��pN ,�C� f Ll%%w Authorized Signature 1�" Ni5 I`1 Name Typed THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 18 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1038 of 1197 SPECIFICATIONS ' FOR THE "ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES" BID # 041-1412-19/MFD SCOPE OF BID: The purpose of this bid is to establish firm prices for a one-year period for the purchase of Pipe Fittings and other Accessories. These items will be ordered on an "AS NEEDED BASIS" for the repair, replacement and new construction of utility systems. Bidder(s) are required to have a warehouse facility in Miami-Dade, Broward, Palm Beach, Martin and/or St. Lucie County. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By submitting a proposal the successful bidder shall provide services in accordance with the following conditions and specifications: A) All Bid prices are F.O.B. Boynton Beach, Warehouse, 222 N.E. SH Avenue, Boynton Beach, Florida —AND/OR--Warehouse 2, located at 124 E. Woolbright Road, Boynton Beach, Florida. B) Bidder guarantees all prices for one (1) year from date of award. C) Bidder should state the model numbers of all items and accessories specified in this proposal. D) Bidder agrees to guarantee all deliveries, throughout the duration of the Contract. All orders to be delivered within fifteen (15) days from date of the purchase order. Back orders exceeding the fifteen (15) day period are subject to cancellation. E) Bidder agrees that all quantities indicated in the proposal represent approximate needs for the one (1) year period and that there is no guarantee made or implied that the City will fulfill such purchases. F) Bidder is aware that award is anticipated on an item by item basis; however, award in lots to multiple vendors may be considered. G) Bidder agrees that the percent discount submitted applies to the Commodity Bid — Pipe Fittings and Accessories. In this instance, Pipe Fittings and Accessories encompass any and all similar and like items as individually listed. 15 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1039 of 1197 H) Bidder is aware that the City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of an obligation previously understood. 1) Bidder agrees that all items proposed are DOMESTIC manufactured. J) Bidder agrees that all pipe fittings and accessories listed on the proposal form must be of domestic manufacturer and meet all criteria set forth by the A.W.W.A., A.S.T.M. and the trade industry. K) Bidder agrees to designate personnel for after hour emergencies. The personnel must be available 24 hours per day 17 days per week throughout the duration of this contract. L) Bidder attest that it has a warehouse located in Miami-Dade, Broward, Palm Beach, Martin or St. Lucie Counties. Bidder acknowledges and understands that The City will only accept bids with vendors that have a warehouse located in these areas. M) Annual estimated expenditure for the estimated quantities of the supply of Pipe Fittings and Accessories is $210,000. N) BIDDER UNDERSTANDS IF THE PROPOSAL SHEETS ARE NOT LEGIBLE, THE PROPOSAL WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED AT THE SOLE AND EXCLUSIVE DISCRETION OF THE CITY STAFF. BIDDER MUST PROVIDE INFORMATION AS FOLLOWS: 7. Bidder shall make provisions for after hour emergencies as stated in letter K in the specifications. Bidder must provide contact name and phone number for the personnel designated for this responns_ib`ilit . Contact Name: Contact Phone: 2. Please provide an email address to submit the City's orders. The City may also order via fax and telephone. Ema istheCity's preferred method. r Email: w . !=� NSC�� �c���l �1�1 1 d M 3. Bids will ONLY be accepted from bidder(s) who have warehouse facilities located in Miami-Dade, Broward, Palm Beach, Martin or St. Lucie Counties as stated in letter L in the specifications. Please state the location of your warehouse: 16 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1040 of 1197 County: 17 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1041 of 1197 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of Y'r 6n A County of 4W-ew � LL being first duly sworn, deposes and says tha 1) He is ..] t f triV &kzt`7eWcprz� (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid Is genuine and Is not a collusive or sham bid; 4) Further, the sold 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 connectlon with the Contract for which the attached bid hes 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 coat element of the bid price or the bid price of any other bidder, or to secure through any colluslon, 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 prlces quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement ontrpe .t of the bidder or any of Its agents, representatives, owners,employees, or parties In including this affiant. (Signed) Subscribed and swam to before me (Title) This day of 2 My commission expires sN Y C.01JUISSION Y FF803037 '• E%r6FtE8 Fabiuwy 21.2020 t4CYl�ri86'33 11a totn $arrkt.ear THIS PAGE TO BE SUBMI11TED WITH PROPOSAL FOR BID PACKAGE I9 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1042 of 119 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 ojbDya fticer of the corporation. By. NAGNATURE Sworn and subscribed before me this 2.3 day of ,20 Printed Information: NAME "3A TITLE e of Florida at Large b�VUy PAW L44 t COMPANY NICOLE L KUSHMA '% •= MY COMMISWON V FF 963037 '-' r=XPIRES February 21,2020 1407x347-0'S] t7oruls�a:� Ben1w.�' "OFFICIAL NOTARY SEAV STAMP r THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 24 _ TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1043 of 119 CONFIRMATION OF MINORITY OWNED BUSINESS This requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your comps w. Return this form with your bid proposal sheet making it an official part of your bidrespo 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 (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 WITH PROPOSAL FOR BID PACKAGE 21 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1044 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, l certify that thisf complies fully with the above requirements. VeAddrs Signature THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 22 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1045 of 1197 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT 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 By �1�'u i �bN%Ck Title: ` < Date: THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 23 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1046 of 1197 4 A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES BID NO: 041-1412-19/MFD BIDDER: �WUA ",W1 19 INV-` �L.. L DATE SUBMITTED: _ I F-)m`A We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, labor and services necessary to provide the commodities specified by the Contract documents. Having examined the bid documents, we propose to provide the commodities in this bid according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE O ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 24 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1047 of 1197 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION --$the 7Ay of (Name of officer of company) (Title of officer of company) `located at , (Name of Corp oration/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: I. Is the business located within the City limits YES NO Number of Years: of Boynton Beach,Florida? t7 2. Does the business have a business tax YES NO Business License receipt issued in the current year? l / Number: V 3. Is the business registered with the Florida YES 0 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 Active: F] Year Established: Verified by: Date: 25 Page 1048 of 1197 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 r on behalf of WW%) ��# certify Print Name and Title Company Name [ that ` �'�LVAVa '7VV` WLR 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. 26 Page 1049 of 1197 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, 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 "'�W 0V PRINT NAME TITLE 27 Page 1050 of 1197 -SECRETARIAL CERTIFICATE OF , AIORIZATION The uhd rettncl Assistant S=e tary of Ferguson Enterprises, LLC, a Vrgitiia limited iability company (the"Company"),hereby certifies that: i)certain of the Company's facilities in Kortda-are-doing business as 1 ergusson Waterworks,and ii)Drew Petonick is Nlunicipgl Salesman i in-r- and-iii)that 1he-resolutions adopted by-the-Company's Board of Directors effective July 311201.8; duly audio k.certain of-the Company's.of-fiaers,including the Assistant Secretary; to d. &te, and 1 h6keby do so designate Drew Petonick as an mithorized mpresonintive or,the .Company to act for and 'on behalf of the Company to prepare and submit bids andproposals to the MP ausWttmeM to club'into contracts,agredmenU Or othO docutnbnts,tend to Witte slack documents and undertake a-such`acts-as may be'deemed in the bit intorest of the gomp"y, including the execution of bonds and in 'doing so, to-contmetually bind the Cotrap€iny, Unica Withdtawn sooner,this cfitpnoauthorization shall be effective until July 31,2010. •`' a 't�,•: , FERGUSON EIN P ISES,LLC` .a` - : w ; ;cn - �` . ;f7 •Z. By. f,.s 00eAL 01* r,�G h1lP�••' ,`,yam Weslej ,Rice'.,Assistant Secretary i 'o/I111111111 �,, CommotiS�ealth.�fVirginia ) 3 } City ofxgviport News ) Swornto subsetibed and acknowledged before the this tZ�''°1r ay of May,20:1.9, by Wesley C.-RWo, persgntilly known io me, in his capacity as Aspistant Secretary of re-gtason Enterpriser,LLC,a Virginia Company,on behalf of such Comp Z, &-4� O— W7- Notary ;asey 04elQ,6,W #Illrl My commission expires: July 31,202 .��•' Y n y(,,''• txRY R �p .+ 60 .� , c n : Corms ISS/01V . �• NU�.Pgtl� ?w'• ��1D��S '3w Page 1051 of 1197 O O O O O O IL r' r " r C7 0" C (Cl M ti O O O n ti cD N V CIO N 00 �t V � N 4r M M m N [A m a lO67 0 VO O O O O O O O p O O O 0 O j �-- N t- CO N r r N to M r aa � z CY) Ln r us r z o0 O C) C) a m d T ` ti [7 v v It v CO v v m CD m m q p Dmj � � O Nr �r— () N (UCD D M co co M to Go (0 In fA 01 U U U O O O O LO O O O Q O (Cl O 0 :3 'J W w w ❑ O O O O_ O Q O O_ 0 0 O _ Lb 0. d LL a LL LL LL LL LL LL LL LL. LL LL LL O I�LT p ti J , J Z 2 Y 2 2 Z 2 2 2 2 2 2 01 LU 0 `6 �1 w w w w w w s; En u� 0 LU W IL U_ (n Y aJk oU e w tL 40 ,�� c❑n c❑n CO N z ¢ c� 0 cq o M M ° z ~ a NQ N N N lG m J (n J J J J (n � J J (n J J r O ❑ O ❑ O cn ❑ ❑ O ? a J o O m ❑ w ❑ rn W � � o ~ a1- aaa � cY aF- la � c �- Zce a � cs w LL wtm F (D N Z w a. W O w O W w a ti 0 w 0 W CL 0 0 W w a Isi m o a ¢ ¢ a o ¢ O ¢ O Q O a 0 a p ❑ a LL [x p (4 a ¢ a . w p o u a m U ❑ ❑ a ❑ ¢ 0 O Q O a � a O ❑ O _ pq a r v r `G r rn a Z 0 Z ¢ Z ❑ Z ¢ Z O U a Z ¢ Z O ❑ Z ¢ Z C n 0 0 0 O a 0 O U O O U W ¢ O O d [— z Lo o o LL OU z w 0 in o u� 0 Z v O � O cn Z m O O rn 0. Z Z Q H w w w 0 M 0 V O V cn (n W m U U) U V � U cn O (n p W p z W z w z w N ¢ Z LL C3 � 2 W z a L. � �••i a w+ � zOf0 � LLwow Ww � wLLwoaww w wo ❑ LU wW w m c ❑ z ❑ 2 ❑ ❑ m 0 m LL m LL Pq m 0 LL m LL m p LL m LL m mV E S O m O O (~n U (i � o j U)j U) U j � En W U > V)i g ( Q a F- ❑ O ❑ ❑ U ❑ 0. ❑ a- ❑ m O 0 n_ J a n d a a w n.. ❑ V O � = Wiz }- ZZ ¢ m 0 � � � - � 0 � � � � pcn - � - J m p w J w O W W W _ (D _ Z m m Q to a W 0 W a W > � x v er v X v X v X cn V E- X m x CO cD X (p X ao z Q m `� v~i (~n .= v~i U } U 4 U } O U V ? a Q 7 Q w v V c"o � U (D U m co z U) J Co zO ¢ v 4k ip ED C) F L) Of Z a W 0 -1 O O O n w L m O O O O m Z a LL LL LL N U F 0 0 � 0 N 7) 7) a in W N P as m - ` N m iVl ri v ui co n Co rn: =o N O Cy O. 0 O O a O d O: O . 0 C) LL 0 G 0 0, C) 0 0. o: o o' 0 0 0 0 0 0 0 w m O P 0 O O O O' O O O a O P o O O C @, N - N cV (6 0�- a0. m a0 00 00 00 co Go co CID Ol M !y m co O O Q to . (o (D (D co CD p O (D (57 fn a �. O i O. O' O CD O -O O O O O O O. f O. O �- Z "- m i CO of O O. r Oi O, b' a' O N n 0 0 0 0, o' _ mz, fD-_ _ co-- -- cp, (0-- cD cD._ . m il to m- I CD._..,. cD. m . ..- m --. a zd �! �—'' N M V Lf1 (D f� m CA a r cM- TT Q1 IL L Fr m C3 a . O c (n LC) to Cl) M r ((i co LO O M (L) O Ln LL] N CA m4 4 v hF N M v CIO m N h U N r C) Q) IL � (v 7 16 0 p O O O O Ln O O O p p (D (O (O N N W r Cl) N r r M to CD CO M M r r rn t a C) o g coo 00 (o v co o co CID v a n X C'7 co w In to LO o m LO � u w ti o ' p O O O p O O O O O (n LL LL a L% lL LrL u- LL LL LL 0 x Z 2 Y 2 Z 2 = Z T Y Y Y Y Y Y Y o a U U U U UU U U U U U U U U U U U Cu U) a a ¢ a a a a a Q Q a ¢ a a w w w w w w a a a a a a a J ❑ LU ix Of Jfj� aO J0) JD -J U) -J JO -J W N ¢ 0 0 � as ¢ � ¢ � ¢ a SLY aF- ¢ F- w w = m U) F a 7 O ❑ a D O 0 0 O ❑ a ❑ a v m d (u (u m C7 Q z ¢ 0 E- C7 Q 0 P 0 O W �--' � ¢ d ¢ Z N N Nd Uf N xn w ca LL O W ¢ 0 ❑ Wa w ❑ W a LU CL LL' a wn w ❑ w m m m m m (o m a � n in ¢ LYQ � ¢ aQ � ¢ 0 ¢ LL ¢ tY ¢ J � C7 � 0 (D F- (7 }- 0H C7 }- UL ¢ 0 ¢ (no Oa oo 0 ¢ 0 ❑ zQ 00 00 jw CD a) W cW cW cW 0) c n Zo U Z z V Z z ¢ z 0 z C) m (nq COO c ¢ 2 (,) U z o0 0z 00 p0 00 OZ OZ ❑ N � L- ��-,, m � m1W LnZ Fb0l (nz mU Nz fA W ujfL Cly 01 Ow O W OX oY oY 0]Cl e O CL d a U W HLL � a (nQ U) � mZ QY fnLL ) W W Y aY a) � m mm ym 43) U) y a � m z (n z (n z z z z Z Z � LL NO � w .� O $ w n W W � O � 0 0 ¢ - ¢ � ¢ - Q _ ¢ Q Q o a o LL o LL LL wLL o o C7 AUL � C9 y � � 0 � O w0 w (Vn LU W p Orn w w LA W w m W 0) w 9) Z G) LL m 0 Im V m m C) m } U m + m ❑ p n ❑ n ❑ ❑ ❑ ❑ + U 7 U > O O O Z 4 Z O Z O z O U � U Ma � a � � LL � � (na tea- Cl) � a m ¢ mz¢ m ¢ mQ ma mQ m LL m -- U 0 - �_ m rn CO E- CO ti W m F- m N a ❑ _ W ❑ ❑ v ❑ ❑ ❑ co ❑ _ � (D ❑ Q ❑ � F-' co u) ]- 0 (nJ (n J Cl) J W a+ ❑ 0) = x 2 - n X O X 2 e 2 = J to J (D J CD O (D O CO 0 CO O co 00 Z W p � v - O � r OO W W m - r ❑ rm rm " m m X (A = X CD V X v o 03 oo CD W X m _ M - Mm M _ (n _ C') (*> _ (h U CC.03 � o In + oo Ln °� } (n ro L() o 1- It -0 CO -a CO Oo bN v � v v ([7 } O I(7 U Lcjx O L(') U Lr) g r U (n In fn 4) 4) N r m r m r 0) r N LL LY g LY a [L a LY o LL °' rn U mU �co a- 0 gU gn gU _ gU gU m (r_c coo c_cc m (`mu m # m p ❑ # v # ❑ 4k CO # r CD # ❑ �k ❑ Lix t li IL a 1L LL. LL (D V [O (D 4t r r r..; !,-- I IN. N N N N 'Nh� V iNt~ Nh 4- CO, O O O p O O O O. O, O' O O O C5 O OO . O O' C : O O , OOO C)Q OO .7VV (dCo. CD coy co (D co OD00 V ( I(O Ito to: ( Dr ED. (D CD (D co CD (D (O COW o ap: , oo; o o: o la 6. OO dO O OO p (OCDDw _ p' CO_4 CO..(O..�. CO..,,., (D Oi.,..,COQ E CID (D h a0 rn O W NM 'ct IC) (D h a0 CA o r NN N N N N N N N N M co M � r IL C! O c N It m N r N [Cr] ti LO V r r N 'fid (D R. m m C N co O N N N N v N W O N N N G y r N CD r r r a � ti rn 0 EL °o n } ro C LID O J O O O O N Q y O O O > Y r r r r r r r Y Y w w w w w 'oT 2 2 2 z z 2 = � o n U U U U U U U U U U U) dd W W ¢ W wU w¢ U �/ a M F- ! ar Y YUU 7 � z¢ Z m c rowIll a o w a) W a) W d) � F_ � F_ Jz = w W w W W _ w cfA crn c - a a (L (L a zo O � O w w w L�ii LJir w a a a a a o Y oY oY oW >_ } w > af � ❑ w (2 ❑ (L' x m z z z z � z Q' u) a) N mu) m ] ❑ ] ❑ � p � w0. x w (Y w wC7 pCD 0C9 O ❑ O � O Q ¢ z ¢ z ¢ zJ wJ Ill _j w ¢ ¢ a ¢ ¢ ¢ C7 DC7 [7 � ¢ z ¢ z ¢ zm m Ill m wm m w -� w -' wJ wQ wQ w n o ❑ ap oY W Y WY wQ cCOi H ¢ 4 F ¢ f- O J ( JCD JW .JW .J G1 ¢ m a m ¢ m U Y U Y U Y H Cf) U ►- co W i= w 1= w [- F- r- r U � C) ti (n w w w w w w < - ❑ - p a - ❑ U g U g U U U a7 J U) J Cl) J CO m2 m2 mQ � � ¢ � � Q � � - ❑ - ❑ - Dp C', � *. U H- U � U d r d r d r O LD ❑ 50 ❑ r Q r L] O tD O m O m co o ix w M W W w g U U U O O O O O r N O N 0 Z z Z 0 z z z -j w m Y X X C7 C9 C7 LL LL LL (O W cr) U) U) of r. N C] N &S ti M an y A c) f*] P7 W e- N_ O O O O O O O O O rte. 'Q C O O O O O O- O CD O O O. O' O' O 4 co r 0 0 o o. o �0 o_ Q o o. o , o o' p° o v, v v ti ti ti t � ti. ti ti r- r1 � m �, y m cD cD u, I � tn• ur Ln ur sn Lo In y = O� r O O O O b O O.. O,- O Q O- O_' O ! 3 - O O O0. O' 4 O O O OO � .�. tD,..-. t0.....-� O. -.- L}-. h„, h, J CDh CD -m (o M m a a rc� . o c LO cn (0 v- tt (o L r ao LO LO N coo a r (ri iO ori o (? N N co (O to co O Ld i N r r N N a f R a C CISM M (may Cl) r r r (O (O co (D (D C � a � v b a `— a o N v Co 00 o � m O o (D N 'IT V` (� f> O 0 (7 C7 O O (7 ❑ LO -� -� O Lu W LU ❑ ❑ A Q ❑ ❑ ❑ 10 ❑ ❑ N 2 Z Z T 2 Y 2 Z Z Z Z T- T 0) N n QU ¢U¢ ¢ ¢2 ¢U¢ ¢ Q Q Q Q a W LLI w W W LLI W LLL w W W S a rn ro 0. W w w a a � 0- CL a. o5 O � O w w E w w w ari w w w a CL J �_ J �' J �' Y Y X N fA (II (4 (I) (A V) Q LL! Q W Q w (n < M O (� < C'} C7 O < Q J_ C9 J_ U J 2)Lij ~ M w ~ w ~ � � E _ f) Z3 - - a [O ❑ N ❑ N C) (fl co O N [O Go N N w w O O O LL LL LL O O O Y7 N r, c- r,. O (D Y ,a a r T r7 ( 7 o a o 0 0 o O o 0 0` o 0 0 0 Q O O. O O O - P O o q' O O O O ' C � rN 47'' - LO LD LO - 10�' 't(]' (n t11� 1fLO} � t0 �-. �., M O' O' O O O. 9 - O O Oj= O O i OO1- ' � -.r r. r r v O O. O O' O O O O O', O O 4 0 r 1 O O. - O 'O O O O ' O o O .'O ' W O O -.TF.- MFF,. T-- " Ak u'1 to - .- LO In LL') 1h d a L C7 a c O to M m O O O In 0p N N LO t() a) tO 'V' co N U'j h 00 m q m w -r 0) hIt r : tj N m CO) CO c 1 r r () V (V O O (O M N O m r N a r m r Y tn C) = Nm N N N N O m N m O N N N Ca O N r r O (O Cl) r r O co r of Nrt? O O (O Q � � Cst 04 Vca 4 o ca a. o S 0) 0) 0) o oa a a a a a a (0.7 {0.7 ❑ CO Nr w LLJ W W LU w w w a o o Q < < O a ❑ ❑ ❑ ❑ 10 O M coo O O ❑ O 10 IQ ❑ ❑ ❑ IQ 13 = = Z Z S I T T T 2 2 Y Y Y Y Y Y Y Y Y `l X o a Uqq UW aa U U U ¢U¢ ¢U aU U U U U U U U U U U U U U U Cu W LU W Q Q Q ¢ ¢ Q ¢ ¢ Q Q Q Q ¢ w¢ ¢w W w w w M w a a a a a a 1 a bel w w w w w w w w w w z z z z z z z z z z X X X X X X } } } O O O O O O O O O O W w w w w w Llai w w w "' w U W w to w v) U ❑ ❑ ❑ rn ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑❑ A W (X w w w w w w w z z z a � HFw- w W W W W W W W W W Ww w Ir w Y E o 0 0 5 5 O ¢ OQ OQ0Q0 ¢ W Q � ¢ �Qw z ¢ Y Y O O O O m 0 0 (7 0 (7 ca cn O In O O O O O O o O Of 0. co to N U to (n (n _ J (� -1 (� -i W UIjUZUZUZUZO= U Q Q 0 (n w w w w W U U U w w w O O O O ' w w w w U (n (n � > } } z >- z } w } � > �> }w > U U U U U U U w w w O z X z X Z X p X p x — X - X -X—X J X U U U U U U U U U J J J a 0000OO o OwOwowowoF IL a ¢ ¢ ¢ ¢ Q ¢ ¢ ,- ss 0. � a w a — a — a J Q J a J d J a U a ¢ ¢ = 2 = Z T z T X Y Y •w— w — wwwww � WEW .wPwa ww w M 7 7 (7 w w w . J ` J � — F-' � L U U U L- U) J J J U U U U A 0 � 0 �- F � � o � oU � A � A � AopozmZm� w w w 0 U U ❑ ❑ • a • ❑ w Q E- 1- H Ue= UrUr r Y E O MNON0 " rm `- � r � cN (7 r Y Y Y Y Y Y Y O O O ya,, ❑ � n � p¢ ❑ ¢ A � � � � � � � � ¢z � z z a n ❑ A ❑ ❑ ❑ c`nn C) m Om0 (h OP7 � [7 tD [7v (7 (O C�i :5 m0 9 z z Z Z Z z Z w w w rn to w to rn u7 rn In to � W) U) M tO 2 2 ' •�r •�r ' r -� r' rXrXrXrxrll- r U 0o U U 0 'a0w0to0VUvUfl� w g g g 0 0 uj cg7 U U U ¢ mQ aOQQ ¢ ¢ F• W Cl) co co U U U U U U U U U U a a a a a a a d 0 0 0 o o o o o 0 0 U U U U U U U U U U O m CD N. O C11- 00 i'tn (D r n! Co. [M 't in W. INm• 00 SW m C) O h O O O � ,O O O O O O Q O O O 0 Oi C) OO C) 0 O O ' O , � O ' OOOON tteC+p0 OO O O O O O. OO r---- 16, O V 'V', t , ' , I O m h Lto m tnCC) O O ' 7 ] lOOO � (n1 OO O O O ! OO4 OO OO O OO O d' O O O: O OO 0. 7 O O p p O 0 b 4 O O O O O Cl O O Co t-- t` h N� tN n h N fes: I, Ih..� h _. lam..__ fh... h`._ ti h _ R__ [� _ (D (O O to tD CD___ tD'�-. co.., (O (D w (O.. (O d O N m w w h a0 O O N m '�Y O h oo d rto (D (O (D ( c4 fi] fD rD O h h h h 1� h h h h h �CJ m Q7 M L frry °) V G C'3 co v LO ti n LO r+ P- m (n LO m LO y N N er u) n v r v It m m c0 00 c0 U m A. �J m m G N - r N N r Y r r r r C � � a rn CIO d O N N 0 a 0. LO o � m LO r uo u, is 0 p U U r U7 LD m U.) r r a LO p r Q C LO m m N N N — — LO C) CDN r- V' C*N') 'd v 0 Qt r 0 O Q LLLL. LLL WL lrr_ [ri [ri IL U- LL U. LLL.. O Y Y S 2 Z 2 Z T T 2 2 S 2 2 z 2 0) O Q U U V U U ¢U ¢U U U U U U U V U U J d w w w w w w w w w w w w w W e a ./ aJ LO o m (n N r� o m Cl N O Ch CO c! (D ] (1) coti N O e N N , ' , "T m (rj d O Z Z S cls LO LO m rn V M ti to cD C) m J J N M Ci N N N N ~ Df V W h Q a a W N N w W w W N N Lj m Cl) LUI.I W H F-- Jw L11 ZJ ZJ �J �J � J �JZJ ¢ JQ "r � --rZJ C J J H f--- Z � Z �Z� Z � Z� Z _,Z � Zi ZDI- o S S aO - O - 0a0LL0ao -0 - 0 - 0 ` 0 - 0 - 0 M Y Y Z z g 0 a 0 w ❑ EL o 2 n g ❑ n a 0 M LL 0 w O a o z z � o � 0 : o0 0 0 0 05og ogogogo U LL � LL � LL () LLULLULLULL O 0 0 W L L I U w U w W W W W W W W W U w U w U w U W U W O O U U J m WCOWmJM M -iiOJmWnaW mwmW mWm E cn cn U F. J � -jH- o - OHOI- V H -' HJ hJl- -a I- JF- .d. 0) LO p' EDUUUcaE � + � U U U U W W V coV coCn ` fA _ (n �(n � 0)C) LL _j02U � J2J �EJ2U0 0202 J J J J J J J J J O O LL LL LL LLL L=L.LL LL LL LL LL J J J S S LL LL CJ 0 - F- LU Ln iv [V �' r W r o in X r r r PO Cn X r r X X X i�r (-1 X X X X X X X N `N co' VU-) .(D r: 00 ' I NO OO4 O O 0 OON N O OO0 O O 0 O O C3." . Oi O O O O d .0 'C C) Q ;OO O :O* O> O' O Of O OOd OO; O O C) O dV O . ca 3 G ` R N co a0 co co� m A0 a0; co a0 m: m-� fn y O. O: y O O O O; O, O O OO ty d O- O OS O'� S O O O 0 O OO: O d O O O O O d In _ LD._...: LD._ .: (D S. I <D O (D:.<m (O:_...(D (D (D1__ <D1 [0:....:: m. (D� a LO ..., CD_ E N N M w Ln LD co m W d N CD V' J mm m a0 c0 m co m m rn rn rn rn rn rn rn D7 GL. r � cy 72 0 C r r M M tD to d M M m to to Cn 47 co In M O O w U Ln In a co Co co O h hsl' m O h O a O Co l-O h L a N, @ � n r gor N N N N N N N N N N N N N N as ti rn V LQ n U) cn cr, O O N to LO to 'r In to 0 In m 0 td 00 h Ln P- r r r r Cl) h In r D o It In m LO Ln CLI v r q V co V v to V U') Ln m m m r M h N r to Co m co (O m N w r m m m co m O M [� h h h lD h r- 1- to h h m M m � LL LL LL LL LL r LLL LL LL LL LL LL LLI.. LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL I LL LL LL LL LL LL LL LL LL n T 2 T T T S 2 S 2 2 2 2 2 2 2 2 2 2 2 2 2 0) w w wL li w w w w w 11 w w I w w LU w w w L�i L�i w a 3 3 r Ia]. I`] N v [n v LL] Co O 47 In In C.mj m 'A Ld f� r Cl) h N O Nr Ol O N 1p sC r m m M (/ m m h Nr LO h m sn rn to a a Ln W cn o v v U v LO Ln rn m10 c� h m 6 o V 0 Ui m ao CR o ti v, v, co m fl w W LU W td r- Z w m to to 11 v h hLL CID U O w C7 w w 0 w 11.1 Q W W W W W W W W 0 � wtic sZ > Z � z � Z> Z } Z �a � Z z> —L� z � z ] z � z� z � z } z�z�Z� � �Z� C c = z w z w z z w z w z � z w z�z z w z g z < z §z g ->1 >1 z <z 0 z z U z z p o LLOLROLLM O — OLLO — O—OgO— O — O — O — o — o — O -0-010 1 Q g ❑g ❑ LLogoLL aa >ag [� LL ❑LL❑ ❑ LLpLLpapapo.. po.. ❑ 0. p0. pn' ❑ Uoa ❑ � 0� 0 �¢0 �0 �¢ 05030 � 0�0Wogogogogogogo �0:50 05ogo 0 LL LLJLLULL --1 U- IL U LL J LL LL LL U p WwwUwWwU U UWUWUwWLUw wU LLI wUwULLI W LU -I W U W JmJm WmJm LLI m W mJ mLLI m W co � mw m w m W m w m w M w m W m W m J pOH m W JJ J J I--J �- �- J �- J �- J �- JI- JI-J �- J �- J �- U1-- LL �- J �- a; R' f!)4+ f» U(»LL(!1U m U U � UU tnU [nJf�Uf» Uf� Uf� UUjUUJU tAULnUIn [Yrrl wOw LL � UU ,� U � U � U � U J � x J J J J J _J J J J J J J J [V J J J J J J J J O J LL LL U LL U 7 LL S S Z' 5 D 5 D D U D M = LL - LL LL LL LL 'r' LL LL LL LL LL LL LL LL LL LL _ cV - - N - - - - - - - - Lr) LO If) O O In r r r r v In O N O_ r x r r �' r r r r r r �-- r r M x x ~ x x X x X x x x x x x h x sf st N V It co CD f0 -- 0 CO Co Co 'V Co (D 00 co 3 O O. i 0 O O .O i CD O O ..O' O` O O O O �O 6 d O O - O 7 p = O O. O co O O a a O. O O d O O' O O O O O O l O f9 U t? Ca O O O O O a O O, O O O O a O O O O (D O C m m 0) m h CT m 16 di m' m or m m m m h m. m m m m N Co to! CO Ln Go. 'tip "CA OO OD OD " OD" CO' CO 0o .m In CO' OD co, 0o'! 00 y 5 G o G to O o o O d - o. O O, a o 0 0 OO - O O O -! o o . o 0 o c; o c 0 0 ,o 0 0' 0 0 o a' o o o' o r- L+ L+ d' r- h L-, h h, ti. K Ln r- h h tD ! h h rh r� 1~. . Co_ Co._J CD_ ti Co_--' [o'_ to tD CD tD_ CD.__ (0r- (D- CD. . tD•..... h.._: CD.. Co Co, (D. CD E O N M v W ONM in [Dym- O a O O p p — m m r r r r r m CL m C O e_ co (WD 0) W 1-- V M h `7 V M �r Y h tC) �r to Co M M m N h O W o h M M o M M W m C m W N � U r r r r N Y N r 0 W N P a � m m � N a � ti (') d LO LO O N N W Lo Lo tO tR1 O lO t17 O O O U) 0 p O LO lO h N co M T 0 r r O V' to V Nt 'I! to W V O N O G h O Q O O) �` r O) h 7 W �! W r Y m h tt1 O w m N 0 h W o h co r r r N r N O) r M M M h N h Ldp o) Cfl r Q) d) Y rr r r r r r r r r Y r N r (] N r N N Y r N LL r NN N N > LL LL LL LL LL- LL LL LL LL LL LL LL LL LL L[.. lL LL LL LL LL LL U. LL LL I LL ILL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL (D V m = = x x x x m m m m m x m m x x x x m m C) o >01 U U U U U U U U U ¢Uq ¢ UU¢ aU U OU a0a U U U U U c6 to ¢ ¢ ¢ ¢ ¢ ¢ ¢ LiJ W W l[J ¢ W W ¢w ¢w w w ¢ Q a w w w w w w w w v `r tr) o o It 0 co v p N o h O) r N O) I-: O) (hD N r eY- r r r r r r O r N W tO m m CD m O) v LO ) i i i t i i )O t t O ) O O O t`- 7 O � to M V' P N r LO N r m m h h m �` _ T r_ r_ O r M f� N Cn W to W O) w W Cn r W w r r r T rn � M N h w d r r r r r r r O r N w w U` w w Cw7 w (9 C7 w w w w w w w w M w w Q z> z� QrzrzrZ � CD z�z} CD CD 0 (9 > (9 0 >- U � r> U > U } ar �z9zaz �z � z �azcz �z �zgz� z�z � z � z � z � z ¢ zaz�z� z1z o - O - OaO - O - 0aO � 0a0a0 O O O O � O , O - ow-0�0- 0- 0 � 0 LL a LLQdQ � QLIQLIQ DaO � Q � [] p []aQaQa Q on O LL ❑ M050LLQLL Q :� Q a �a � a � a �a a a � a� a � a � agagaga �a0agagL� a U � ogo � 0 � ogogo 00000 0 0 o a o o 0 0 0 0 000 LL LL 0 LL LL LL 1L g LL U LL U U- LL g LL g LL � LL � LL g LL g LL : Lw w LL- � LL,� LL w U- 0 U w U w w w V w U W Lu o w w w w w o w o w o w o w O w o w o w o w U w o w o w - W wmwm � mwmwmWmwm� mwmwmwmwmwmwmwmwmwmamwmwmom U � U � ��c�u�ivu�i�u�ivcFn� u~i � c~nUc~nCiv�ivu~iiu~ivv~ic u~ic�u�iVcFn � u~ivu�ivuw5w aDaDa0a0aDaDaa -1aaaaDD .JJ J D Z .�_1 -j -1 -j J J J J J LL LL LL LL LL LL u- LL LL m D D D D a 7) O D D N _ _ _ LL cV cV LL LL LL LL LL LL LL LL N LL LL p O to to r O r r to to LO t() tO O r LO X O O x X X � X X X X X X r N N r r firX X X X/ r T N M M h Y Y X X X T X OJ 00 X Go 00 _ O X X O O O O 00 O N N IO O �m .: Nr to CO f+ V W W r CD' W W; O N� M d`- .� W Oi �O Ih-• m Ln m M M M to t!) U) +n Lo co M Vv v V' v v yr W ti v P po 0 C) o o p o o p' 0 00 o a a t7 0 o p o o 0 0' p o: o n o p o, o 0 0 0 0 o p o p o o' is r 0 o a a P: P o, p 0 0 p' o o; o o p' i o 0 0 0 C 3 m m q) m a) ar CD m 6 ai of M: m of m m a) di m d) i oi' m m o. a o'. a o' Co. o: o 0 0 0' ,o Co. o o' o 0 0 o a o o M. o C) .00 O, a o 0 C) O'. o o' o -b. O 10' � 4 O O o v - h h. [N h" [� h ti h h Com: T� h f, h. h r h h )- ..-, [h0fhO�_. f0. _ W W. _ W_.. fp .'� W _ W:_.. W... W�_ W.--- W _. W W W... W t0__. W.:.--• tD.-- W- O) N O N M W OM M ) P N M to W h W O) r N N N N N N N N N M M M C'1 C7 M M M r r r r r r Y r T r d a �T . D c LO LO O CD Q M LO Cl) O LO O O LO V M V 07 O O O V LO O O N O LO LO LO N L6 m LO 00 C! Cl) (7 O N O N f7 r (D r N L N .2 r r N r T 16 N L Q Q N Q O N CO O N N L L C VI OJ r # a a a Xa LO IT � r O N O N LO N f7 O O O a' a ❑ ❑ O 'V' N W W v L[] 6] It m r r r r N CNS[ N C'N7 Cl) Q � O LO w J �-' �--' w CO e r m w w J w > li LL LL ILL LLL LLL LL N U) - r r LL LL 0 LL LL LL LL LL LL LL a W LL W LL 10 10 1 1 IC3 (U "c 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 C) o ,Q I U U U U U U U U U U U U U U U U U U U U U u, ¢ ¢ Q a a ¢ ¢ a a ¢ Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ a a w w w w w w w w w w w jw w w jw w w w w w w P' CR v cN ro, rn M o 0) am Q C) r (n U) r N N N LNLO rJ aLj r }- W W L U W O V N N O V O a < <!J (n V O O V LL W rn Q O O - LO 'd' IO LY O Fv d. ti 0) W W ❑ ❑ ❑ H- H r N N N !*] a0 ems- Crj V U❑ U❑ ❑❑ ❑ ❑ w❑ ❑ ❑ Z ❑ Z❑ W❑ CL W r W w W ❑W ❑W WW W WixW W wQ W OWL-W w w w W w w w ❑Z ❑zclfz "l z z � zp� zaz z C9 CD C.9 0 C7 C7 O f7 2 U` C7 CL3 W L 11J J I J � J �- � - - - Z- Z>- CD JZ JZ � ZJZJ�JZJZ JZJLY} 0=} } ,� } } J } JJ �J o 'o �O-O-O � O9O -Q �03: 0 0 � O � O O �xzxz 0000 o � o ~Owo a .e. 00_. ❑ a ❑ a ❑ a ❑ 0. ❑ 0. ❑ a❑ a❑ 2 ❑ a ❑ a ❑ a ❑ za- za- wwwwa- aELL � LL �a- F[a- gILgIL- LL Li- LL :511 LLga0LL L� LL LL -❑ -❑ -❑ - ❑ �❑ - n ❑ ❑ ❑❑ no m UWUw0w0WU WUW0 WUWUWOwwWwwLil WC)wE- ww www ❑w wLT] LLJ W cOWmW mWmwmWm -jmLUm JcowmLJ`—¢ LJ--a ❑¢ ❑ QQQ ❑ QZ QZQgQ J �J � J >-JE- J JF- OF F- -J I- v � UHUOVO ❑O ❑ O O ❑ O O O - O 0(n 0(n 0 co U cn U (n U co Go 0 co� co 0 co co w ::)0 �U ❑U ❑ U ❑V ❑ U � V �U ao U LY2 �❑M=)W Z) Y ❑ LY ❑ - ❑ fY❑U ❑ ❑ - ❑ - ❑ ❑} ❑} LLI� W } W} w } LL } LL} X? U � U2U2U2U � U � V � U�J � JOU J � �X �X (D (D XZX (D Xv XmX = X 1 J J J J J J J J J O O z O z O O Z O yC O X O O ❑ L=L agag aga a a xa LL LL LL LL LL LL a LL - ?1- LL LL w W LL W LL w LL W LLL W X W X LOU oo W r o a o X X _ _ m OT r N C07 M N N X r r CO CO X X X x V' CO x X X X X X X X _ X X x o _ O CD co O LV V O CV L O L L It V O N N N m v W. _ G6,� O. i O r. N (`�, r-- co CO4:6TO, r L N O, m, !•O V' r p Lf), of U7 k to �' LO LO - CO' O r r W 00 L M L' ["i M O. O' O• {� O = O O' O: O O O �. O: O O, O• O O O' O O. + O' O - O ,re' O 0 C O O' O O. O O Ok ' Q O O, O' O O' O a. Q O O' O. to O, C O O Q O➢ O; 0' O C) 0 O O O 0 - O O 10, 0 O� C) C .Q m Q1 Q m D) Q' a -iQ O ti 1` ti: t- oo y dD DO DD 00 00 CO 00' m'. co 00. m tn: to, LO LO r LO' Lf) Lf). Ln: j LO U) O O' O O 4 O' 4', O O: O' 4 C7 Of O O O C7 O, O. ', OI 0. O. O� c O- O O Q f O- O OO� OO' 'zi f O O O- O'' '.O' OO, - CD.__n O`•-_ Q _ O.__ m -. (D_.; CO.._.,. CD_-._ (D tii 1�:-_�: tj '_. O N m 'd L!] fD r 00 m ON L d LO CD r 00 Q O LO LO LO LA LO LO LO U'1 LO O L Y r r r r r r r d Q ry� d C 02 . O c 7n N N to (D V r m O It [) M W N N 'V' 47 N L'n Ln (D M d tin O h N LCI >` 10, O N r 0 N p N r co N N N d' N •►. fD a (D b b O D in I7 Cy r r r r r r r a � � a 3 3 3 3 3C, 0 •DO (3) m d' _j J J J NQ J N J ❑ r- C W w J J J J J J w w w W J W J W of --3 --3w w w w w w -� w w W O > 2 LL LL LL LL L- LL LL LL LL r ❑ ❑ ❑ ❑ ❑ ❑ ❑ n n n ❑ ❑ ❑ 10 ❑ 10 ❑ ❑ (D m x = _ _ _ _ _ = x x x x x x x = z = = = z 0) .5 ,q U U U U U U U O U U U U U U U U U U U U U I w w w w w w w w w w w W w W w w w w w w w a o LT w W w � � � O O0 ❑ z❑ w❑ O❑ Q❑ O❑ U) m w ❑ w❑ w❑ Q ❑ O ❑ O ❑ `� ❑ cn❑ ❑ U ❑ m ❑ ❑m 0 m ❑ ❑ a Zwaw wmwmwmwowoWowmwInwmW � w � w � wW -13: WJWOw Q Z z z z w z w z w Z M z M z O z W z W z w Z o Z o z m z O z W z m z w z w z in z J Ln J J !YJ w� V.J p.l pJ Q� Z� zJ ZJ J MJbJm �m � JJmJ L(?� JJ w C Q} Q} y. V• } � } w }w } w } w } N }w } N } N } � } C Wx f- X X zXQ`x �X �xz zXzX X XenX X Xu?X X X X LL O JOUOWOQOQOQO - O ^Ow00 OQOQ0 � 0 �0vO � OZONOZ0ZOr0 •¢ �a ❑EL -3 xMxaa0.. LU LU �aW n- � a � IL IL aza a0aNa0a0ara ` UW 0 F-LU w w W -! W --Lw W w W WZwzwOwzwwwZwWW WwZW V ❑ V w w w H U w w w O 0 K O — V — — Q Q -�-3wH¢ ow ❑w¢ �-wFWww ❑ wnw¢ ow¢ F- W � WFwwwO¢w-�-Ow¢ �VwOw¢ —�wwfaO" —onF rOW¢-�wJWH¢O —�Unww>ao- - w z � - 0 - 0hUH ❑ � ❑H ❑� V H UHUH J )- JF-` J a ¢ aaa �O �¢ ❑¢ ❑¢ w ¢ w ❑ 0 ❑ H¢O (ED'- U LLU �O U U UOU OV C7U U U V U UVU� U V U ❑ UUU ❑ U ❑ UQU x.} �rX� �°� �} W� z � z} zr ° } W } o > o� ❑ � }n }❑ } ❑ � o } ter CDoxoZD000 �000go3o �o " 00000 � 0 �0no � o0ono0o0o � a a - aXaZazazaL- au--aLLaz azaza � a � a _ a � O. zand- z (LZa : a XwFw _ WgwgwgWxW >(wxw � w � w � W % wzWpw - W � w _ WQw � woW F x (D LL LL LL 7 LL LL LL LL LLLDo (0 ]] LL r o "v --o iD _ v ao 0 v ao r (D C O a _ 4 O: O O. p �' fD co 4] I - ---.: N M CIJ LD (D N a) N .y ca (D. O O r. r IAI r '-.r: r r N N' i N N N N N N' to CD N- �p p. O Q O O QF O O, O O, O O; O- O O O O O O O., O- N O O Q Q' i O- O ' Q O CY O O ! O O O Q C h: h: h. h �>` U3 fes: n i LO h. m LCI l!]. u7 1CI1 Lf11 l!I LC1 Lr) 9n LL7, LCI-. LCI I Sn ID. lD, L(7 LD' ro �, (n H O O 1 0 O: �'. O Oi � 0 0. O O Q: r 0 i 0' O y 0' O O t O O Q' C'; Cc) o. I.o o� ', Q o§ I o 0 0 0 '� O 5` of ' o }}o o� -'Od 4 40., O o O i n o 0 0; I o 0 o a Q Q - Q Q Q o o ' o 0 0+ o N !`- .._ N._ t• !`��.I h,__. N _ fes,--- I`.., _'.R,' r...... K,r.15•.._., r•:. L+- L"- N... P N (D �t M W (D Id mD)(D (D (D (Dhh h h h O b w r r r Y Y Y Y Y r Y Y Y Y Y Y IL Cf ° . O c 00 h (D N GO to N et to h O N It 'd m N 'V' 41 M V ti [) h 0 M [A Y N lh (�7 co v LO N N V C CL is m O CIS w w (D M r r (D (D N eN- r r N Y co fOD r N O C M a ti rn O O O O N r N N N r CtF 00 4- a w LL LL O a? p w (� (n U (n CID LL- � O U m O O O O O J J J J O O O O C)LO LO z z w ❑ N m U U U U -3W IN IN IN CN w ui W U U (D ro 0 > LL LL LL LL 2 LL LL ' fn ;E¢ Q Q Q ❑ ❑ In ❑ In ❑ ❑ ¢ ¢ ¢ ¢ ❑ 10 o 6 ,30 N w U U U U U UU U U U U U U U UaU wwww w ww ¢ wwwww l W 3 w � � S W 0 J J d z Z O 0en00❑wwt❑Ll0 W 0 W > W 0L❑i.1 L0lJl1❑lZw7 � p p W YwnU � 0. Z) U O z Z z Q z �z j z j z w Z j z > Z - Z 2 S U U W V " z U z z Z Z z mJa 7i z _.I w� wJ W _}5 D w_3 W JN_ JI- h OZOz ❑ S (J �J = wC7 i7 Z Z LnX0XLYXtnXJXJXZX W� Jrwr � UzUzw O V- Z Z Z X U X X o C7 i� LY � o ° 0WOzo�'o �'o°� o�'oZoWo � o �o � z � Uo � o Q q •- a. aJa azILZCL % CL a - aw W Om0(n � o a w zwzw Wowowowwwowowaw > > LL o wzw w O . "��� J J � � � V W w W p � LL'� Q' � J � �� ---•J • O * O * LL 'p- a a n a ❑ W ❑ � ❑ W ❑ w ❑ � ❑ 1- ❑ W❑ w ❑ O ❑ j j m � oo � Z � Z ❑ E ❑ p O O O O www ❑ wJW� wJwOwJwJwpww w T¢ sgpr.Ow�w Z S S J ¢ J ¢ � ¢ �¢ " ¢ �o "? o � UQ" Qp� gF- N I- LOLH- OW61�oJ"oUQ w1UUUOU0UUUaUUUCO0U) -j 0QQO LU Lu W w ❑ � w w ❑oX J 0O0O-3 0 �XXwX7 U 0C' 0ofao20 ` o Q ¢ ¢ ¢ g (L U- a_ a - D. aiDrLJaz z J J ❑ a ❑ LLma w _ WCWXW rW °OwIOWLLW `TW .- WPW5 3 LL LL - w � wXw LU W W in - U LLLL co 00 Q Q Q Q ❑ iT iD C) C9 0 C7 cm co 0 r CI. LO f0 m O CJ7 lb 0-0 M O N' f9 a0 1� c0 fib, h (D O v1 v , v v ui N Cl) CO. M �' b_ V Ct U) ao eD. j ao v '' .,. O O O -O O O O' O O O O O O' O O OI O O O O O O O O O O O O O C) O O O O O O O O. O O O = o g �, ', O. O.. O. O, O 4 0 O O ` O O O O O O O - O O • O O C C) h 'h ti fes'. h' h h. rh' h {��� 'h ti. h h h } h h: h h. h• LI- U, Q) tC W) Ln Lt? if) if) If) Lr). In 4] LD U)' LD L, O � � In tf) LLi tr)- to. (n a. of o o, o C3 o. o O a., a o o, o 0 0 0 o, o. i o o 0 0� a o o, o, o'. o o o `o o. ` o o, Cp o o ,: o ''o • o 0 0 0 0 0 0' o o O C) o o' 0 0 0 0. o o o o, "o o : h_ , t- h _ h -. h-_ h_ t� : h P. rn- r-- t[) Tg-! h mD) O D) m O) O O O O r {"' N a L Q � 0 Cl) 00 C7 00 co N (D 11 O W O LO N N N y Lf) n O to v w Co T N V LO CO t` N r r CD (3 "L a lC Co fo .N.. CO N N v N O N N N (OD co f(D COD C7 m 0 CD n C N a � ti rn � Y � Y � n a fa m to (7 d a o r O o 0 m co v co v w v v o v vo m co X N p (7 V J J O O O O O O 0 O O O O r O O_ m J (� C W W N N N N O O O O r N LO O O (D 0 w 03W O co 00 O m O O O O aD in c0 m J � 0 ❑ ❑ x 2 x (D 0) o a U U U U U U U U U U U U U V U U U U m ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ u� u� ¢ W ILU w WW W W IW } } � J J �J >J r amZ JZZZjZjZjZJZJZZ Z Z Z Z tm Cy JWOwOwowOmOmOmow0wOwo O O O O a ❑ Oa awU0OOopOpOo �omo O O O O Q ❑ WOUOOOOOO UHUHUOU000 U U U U Un!UzLz -X HQ' Ha' I W _!d' Ja' J11GH _jW W SLK D' 0�w w MZ _ ❑ J ¢ JJQJ¢ JQ J Q J¢ J¢ JQ JS JQ JQ W¢ Q LU Q QJ JY JS JS J z W Z W Wx Jx W W JM f_M M -m C O X �X W� W. W� w m` m� m� W i m• W� �� ¢� a� ¢� W A X d � (AO � Omtom(nmcnm U ptAptApU m(n �r� mm ¢� UtA ¢U U� Y � O Q, � azm'0 -0' —0 - 0 [—C? F09 -o 0 (009 ;C7 ❑t7F (7 ❑C7 �C7wV W O W Z Z N Z Z J Z J Z J Z Z ?�Z U Z Q Z Z ¢ .� 7_ ?_ ?_ 7 J_ J_-. J— _ 7 K I_ <_ z 0 ❑ O O O h o w r w r w k O r O�-- O r- m K z K n k z k J z L❑ OW W WMEMEml.� M W mLLmtLmLLmLLL -iLLMMOE ¢E: Oli. QLLQ_ W G � P J k--J J J J ti J W J Z 1 Z W d •--� J h E W QP: to WL WLO W COC7 �COq �CO[l �� w � O WO O JO ¢¢O JOS --l _ Q ,a; JC� Up Wr Wr Wr W r wr wr wr WcrU� U_1� Ur ¢ V O U ❑U W w W W W W J J O UV ¢UgU � U w �(n �ui � u) >�XnOpw¢ ._ � �� Dg W4 �� W� � � O� iVNOWQ - aXa ❑UnUQU ❑ UXUXUXU ❑U U ❑U U U U U Xa. (Dw _ w (V� N� 4]� Cf] � - � - 2 - � o� �?— O— — — w [D NO NO �O v 0 000 co000 NO OO O O O O - 0 = O _ O _ O }(O X O }�O _ O N O _ O O O O O (D o' W R O (p m (A _ W _ W Q1 - O tD Cl) D) CA (� (� 6 U U U �CS �UWU U �U U U U U U 03 "r co, [%I cd, �. to 1�r­. co � O 1r CrJ Lo (O [` '00 ul N N O O O O O O. O i- r �--. r. p e(} O O' O O O O O O_ ! O O O O O O. O p C O, O' O O O Ok O O O O' O O O. O'� O, O. O O fluO O'` O O' O Oh O p. 0 O' �.0' O O O. C) Ol O` O: C m i� co Co. 00 co. co, co m m' co; co' co 6 (b ' in 4 n 2) .� N In CO7' OD coco 00. m m' m 00 co, cc) c0 co' co co M O. fn ❑ o o: o 0 0 o a o: a. a= o_ o' 0 0 0 0'. 0 0 0 o co co no co m m m co L. 0o z co C6 oo CL co 6 C) o U) to cnl cn w LO u) u') Lo LO: Co cn Lo m U') a, 1` - 1` co CO; CD_ [D,_. CD. (D _.. O. (D_. W CD.-- CD_ Col_Ito I CD CD fl- C. - E cn v CD w 0 O O O O 1-� O 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 F E CLn C O O 0 E o O O O ea o � d � V a v c d .r X m w s d r L OI CL l0 N v.. O � o O C O Cf O N G3 N C cu V d) CL � U L N d1 V N 0 H U G � i N L O LL `1 Z3 [6 C 01 BIDDER ACKNOWLEDGEMENT Submit Bids To: PROCUREMENT SERVICES 3301 Quantum Blvd. Suite 101 Boynton Beach, Florida 33426 Telephone: (561) 742-6310 Bid Title: ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES Bid Number: 041-1412-191MFD Bids Due: AUGUST 26, 2019, NO LATER THAN 10:00 A.M. (LOCAL TIME) Bids will be opened in Procurement Services unless specified otherwise. Bid receiving date and time is scheduled for AUGUST 26, 2019, no later than 10:00 A.M. (local time) and may not be withdrawn within ninety(90) days after such date and time. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Vendor: Fortiline, Inc. Federal I.D. Number: 57-0819190 A Corporation of the State of: Sc Area Code: 704 Telephone Number: 788-9859 Area Code: 704 FAX Number: 788-9886 Mailing Address: 7025 Northwinds Drive, NW City/State/Zip: Concord, NC 28027 Vendor Mailing Date: 8/19119 E-Mail Address: sheri.smith@fortiline.com , Authorized Signature Sheri Smith Name Typed THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 18 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1065 of 1197 SPECIFICATIONS FOR THE "ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES" BID#E 041-1412-19/MFD SCOPE OF BID: The purpose of this bid is to establish firm prices for a one-year period for the purchase of Pipe Fittings and other Accessories. These items will be ordered on an "AS NEEDED BASIS" for the repair, replacement and new construction of utility systems. Bidder(s) are required to have a warehouse facility in Miami-Dade, Broward, Palm Beach, Martin and/or St. Lucie County. The initial term of the agreement will be for one (1) year and may be renewed at the same prices, terms and conditions for three (3) additional one-year periods contingent upon satisfactory performance, vendor acceptance and determination that the renewal will be in the City's best interests. By submitting a proposal the successful bidder shall provide services in accordance with the following conditions andspecifications: A) All Bid prices are F.O.B. Boynton Beach, Warehouse, 222 N.E. 9T"Avenue, Boynton Beach, Florida —AND/OR—Warehouse 2, located at 124 E. Woolbright Road, Boynton Beach, Florida. B) Bidder guarantees all prices for one (1) year from date of award. C) Bidder should state the model numbers of all items and accessories specified in this proposal. D) Bidder agrees to guarantee all deliveries, throughout the duration of the Contract. All orders to be delivered within fifteen (15) days from date of the purchase order. Back orders exceeding the fifteen (15) day period are subject to cancellation. E) Bidder agrees that all quantities indicated in the proposal represent approximate needs for the one (1) year period and that there is no guarantee made or implied that the City will fulfill such purchases. F) Bidder is aware that award is anticipated on an item by item basis; however, award in lots to multiple vendors may be considered. G) Bidder agrees that the percent discount submitted applies to the Commodity Bid — Pipe Fittings and Accessodes. In this instance, Pipe Fittings and Accessories encompass any and all similar and like items as individually listed. 15 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1066 of 1197 f H) Bidder is aware that the City reserves the right to purchase on the open market should lower market prices prevail at which time the successful bidder shall have the option of meeting the lower price or relieving the City of an obligation previously understood. 1) Bidder agrees that all items proposed are DOMESTIC manufactured. J) Bidder agrees that all pipe fittings and accessories listed on the proposal form must be of domestic manufacturer and meet all criteria set forth by the A.W.W.A., A.S.T.M. and the trade industry. K) Bidder agrees to designate personnel for after hour emergencies. The personnel must be available 24 hours per day 17 days per week throughout the duration of this contract. L) Bidder attest that it has a warehouse located in Miami-Dade, Broward, Palm Beach, Martin or St. Lucie Counties. Bidder acknowledges and understands that The City will only accept bids with vendors that have a warehouse located in these areas. M) Annual estimated expenditure for the estimated quantities of the supply of Pipe Fittings and Accessories is$210,000. N) BIDDER UNDERSTANDS IF THE PROPOSAL SHEETS ARE NOT LEGIBLE, THE PROPOSAL WILL BE REJECTED. LEGIBILITY WILL BE DETERMINED AT THE SOLE AND EXCLUSIVE DISCRETION OF THE CITY STAFF. BIDDER MIDST PROVIDE INFORMATION AS FOLLOWS: 1. Bidder shall make provisions for after hour emergencies as stated in letter K in the specifications. Bidder must provide contact name and phone number for the personnel designated for this responsibility. Contact Name: Jeff Brouillette David Guthart Contact Phone: 561-284-4476 772-408-1960 2. Please provide an email address to submit the City's orders. The City may also order via fax and telephone. Email is the City's preferred method. Email: david.guthart@fortiline.com - jeff.brouillefte@fortiline.com 3. Bids will ONLY be accepted from bidder(s) who have warehouse facilities located in Miami-Dade, Broward, Palm Beach, Martin or St. Lucie Counties as stated in letter L in the specifications. Please state the location of your warehouse: I6 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1067 of 1197 County: Riviera Beach, FL as well as 10 other local locations to assist. 17 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1068 of 1197 NON COLLUSION AFFIDAVIT OF PRIME BIDDER State of NC County of Cabarrus Sheri Smith being first duly sworn, deposes and says that: 1) He is Regional Bid Coordiantor of Fortiline, Inc. (Title) (Name of Corporation or Firm) the bidder that has submitted the attached bid: 2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3) Said bid is genuine and is not a collusive or sham bid; 4) Further, the said bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or the bid price of any other bidder, or to secure through any 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, incl d' nt. (Signed) _ At�� Subscribed and sworn to before me (Title) Regional Bid Coordinator This 22 day of August , 20 19 OM My commission expires 02/20/24 ��` s l: t11tH� S%p�•2 � Daniel Jasinski -1/1rCOUN������• THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 19 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1069 of 1197 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: NAME - SIGNATURE Sworn and subscribed before me this 22 day of August ,20 19 Printed Information: Sheri Smith NAME Regional Bid Coordiantor TITLE OTARY PUBLIC, Stak��LRi NC at Large �,\ Q��S.....gS9�. Fortiline, Inc. p,._ t►issio�•., S COMPANY •J• y 03 AU$L5G t U COVy,�\\\\ "OFFICIAL NOTARY SEAL" STAMP THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 20 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1070 of 1197 CONFIRMATION OF MINORITY OWNED BUSINESS This requested form to be made a part of our files for future use and information. Please fill out and indicate in the appropriate spaces provided which category best describes your company. Return this form with your bid proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business ? V 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 V 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 WITH PROPOSAL FOR BID PACKAGE 21 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1071 of 1197 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 five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by, any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. I n ' l.tilJ Vendor's Signature THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 22 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1072 of 1197 PALM BEACH COUNTY INSPECTOR GENERAL ACKNOWLEDGMENT 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. Fortiline, Inc. CONTRACTOR NAME By Sheri Smith Title: Regional Bid Coordiantor Date: 8122119 THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 23 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1073 of 1197 _y A D D E N D A CITY OF BOYNTON BEACH FLORIDA BID TITLE: ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES BID NO: 441-1412-191MFD BIDDER: Fortiline, Inc. DATE SUBMITTED: 8122/19 We propose and agree, if this submittal is accepted, to contract with the City of Boynton Beach, in the Contract Form, to furnish all material, equipment, machinery, tools, apparatus, means of transportation, labor and services necessary to provide the commodities specified by the Contract documents. Having examined the bid documents, we propose to provide the commodities in this bid according to the Contract documents and the following addenda which we have received: ADDENDUM DATE ADDENDUM DATE QA1 8115119 ❑ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS BID THIS PAGE TO BE SUBMITTED WITH PROPOSAL FOR BID PACKAGE 24 TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 1074 of 1197 •� CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION I, the of (Name of officer of company) (Title of officer of company) , located at , (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: 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? F10000004477 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. C Print Name: Sheri Smith Signature: "*"FOR PURCHASING USE ONLY' Business License Active: F] year Established: Verified by: Date: 25 Page 1075 of 1197 I F CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 ISheri Smith , on behalf of Fortiline, Inc. certify Print Name and Title Company Name that Fortiline, 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. 26 Page 1076 of 1197 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, 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. Fortiline, Inc. —4m �0�- COMPANY NAME SIGNATURE Sheri Smith Regional Bid Coordinator PRINT NAME TITLE 27 Page 1077 of 1197 STATEMENT OF NO BID If you are not bidding this service/commodity, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 3309 Quantum Blvd. Suite 101, Boynton Beach, Florida 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: NIA ADDRESS: TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No. 041-1412-191MFD for ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES 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 to Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear(explain below) Other(specify below) REMARKS: 2s Page 1078 of 1197 Please see Attachment "B " Proposal Sheet to submit your proposal. The City of Boynton Beach Finance/Procurement Services A O.Box 310 Boynton Beach,Florida 33425-0310 " Telephone: (561)742-6310 FAX: (551)742-6316 a QUESTIONS AND ANSWERS DATE: August 15, 2019 BID No. 041-1412-191MFD- "ANNUAL SUPPLY OF PIPE FITTINGS AND ACCESSORIES' Information included in this document will not have a material impact on the submittal for this solicitation. This document is issued for informational purposes only. It is not necessary to return or acknowledge it in the submittal. The following questions were submitted by prospective proposers prior to the deadline and are answered below in bold type: The Bid Due date remains the same. It has not changed. Q1: How many copies are necessary for the bid submittal? A1: Please provide one (1) original and one (1) copy If you have any further questions or require additional clarification, please e-mail Michael Dauta, Manager of Materials and Distribution, dautam( Wbbfl.us Sincerely, Tim W. Howard Assistant City Manager-Administration 8116119 SS Page 1080 of 1197 N 'IT N N N Nr It N N a N N CL d m Q 0 N L CO CS O O O O L(J Lf) LO LD O O In L0 O L(] O Go O LO O O r r m O m O O N Ln N U� i N M 0 00 V V V M M co co N m 00 M 00 Cl) I. N N ` U.. C9 419- CA CA MA E9 b9 (9 0'> (A W t!9 6% (fl 7 Itf � a o O O co 0 0 0 0 0 0 0 o a O o rn D = N r N r r N r r N to M .— aa � a w rn W D � a r a � m a 0 o r r O O m o m U o vY v (OD T CSD co caq aaDo co co w U p„ O r M N (D 'r' M N N M O LL ; a w N N O O 0 to O O O O O Ln O O N M a r O O O O O 0 O O O O a r IM m J~ ~ J J m 2QLU QLtt 0) Vlo -6AJ --j JU U U U U U U UUM UO OO ¢ ¢ ¢ ¢ ¢ Q ¢ ¢0 L) ww w w w w w w LU N Wo W w U U1 0 a) m a J U U U 0in m W Z ` LL a) CD Im v O [A d Ti Lu u❑i cnn cnn y z Q Z0 rl z M M Cl) � z IX N N N m J U J J J J �n w J J co w J J r ¢ ¢ � ) ¢ ¢ mo w ¢ ¢ d) �.y TI w 2U co m2 o QCf CYa0wC7p0 z as a zcr 0p d IL � ; a �, F z w ¢ w O w p w w a F O w O w ¢ p p w F w w °' U O ¢ O Q O ¢ O O Q ¢ O ¢ O ¢ cn ¢ O O N m y a a a rn - ¢ z p z n z [] z ¢ z p U n z n z n z ¢ z 0 F. vr� is � r� � � OUp ¢ O ¢ O OU ¢ Oa OUwa O O Z Z g H oY (i OU zwOtoOv5OU z O O US OU rn OC a F= w w z w z m [Y rn U cn U m z to OC co U U Lz U cn [n W J o a C d a s w z w M z z w Z O D z a ¢ X 2 a a 2 z a 2 u_ o f a ga v, z g wC7wtv > w a w o � a w Ln � w o w w o w w w w w ,i w o w w w w 0 w w w w C7 ] z Q Oz m o m ri m u- m m o w m It m o IL m m mV t E :30 o o z � aiou~i � r~njcEi� g ( U j � c(n � U) cr) � L4 nno oa a a a a s aDawa c z ~ z J z Q m - O w - - p W 1- w w w w _ I _ O _to - Z w _ 00 w_j in0waw � 2X � 'v YvX � X � vF } (D toC,4 04xin to X Go za m � � ac�n � c~n * ° gam } & � � a � g � � ¢ 3 � � a } ~ a ag 2 ¢ z v U co n U m iD n U ED m ao m z to cn CO Oco¢ w a a O O O 2 w w w z d # w o O O O g w o LL ILL LL O O O p 1111 - C) o O - [n O O O LV :3 ja C? L L 0) y r N M r r N M V LO (D N co m• O r N O O: O O O O O O 0 O, O O O r r T O O 0 0 Cl O O O 0 O' 0 O 0 0 O u° o c o a In o a O o O o aa O O o o. 0 0 o a o 0 0 0 0 0 0 0 0 0 0 W NN 00 N tD CD w (D 00 ID a0 tb- M coD M tD � Lp O co (D (D coCD (D (D CD (D (D tD CD � CD O. O O O O O O O O • O O O, O O. O. d 2 m m a0 O O 0 0 0 O O O O O O a ` fY (D W'. CD_ . (D. (D CD CD (D tD , CD CD CDO. (D (O n Ilf Z E v) LU > "gym-' N M j tD j Ij m a N M 'V Ct7 N N V N T N N N M co w V N N II. L � T Cy'L N . 0 N C Oo N co O O (n O O O O O O O O O O O O O O ❑ 0) N (f1 (h N N to O rn V N O O O O o O O U N Cl) rn Nr V' C) rn 00 '�t O N (6 N V (ri O r r r N (r) M (l a 1� o (2 (A (s (A (0 (f) (» 63 (a to CO), w (R m to CO <a 63 r m O O O O O O O O O O O (D O co N N C y r (+) N r r r M (D to M M M r r Q ❑ s U � # c r tv a` n c c c m (o m (GD O (O (D (D r r r r V O co 00 co v co 0 T m M M M ((n N N y N G (D M ([') (ri r to m N (n In w y N (n co � o 0 0 0 C) C) 0 0 0 C) � o N v Z U N w w N w wt li u� w u�i w 4 a a a a a J Q W a w J w U N Q0 a0 Q (r ¢ O ¢ a ¢ � � � ¢ O < w cn m (n m N N U) a) cn DF 0a ❑ p ❑ a ❑ O ❑ qp ❑ a na a� d m m m m a 0L z ¢ qF C'1Q 0P cz C7 � W I- ❑ ¢ dQ Z N N N a N y cn a O W ¢ o n w a W ❑ w a W a a s w ❑ w ❑ w m m m (u m m m IL a ❑ (n ¢ a ¢ a ¢ a ¢ aQ pQ as Ix ¢ 0F. 0E- C) f 0E- (9 t- 0H 0 Q Oa coo OQ 00 O ¢ O ❑ zQ 00 00 jut (DW 0W ccw» cW cW cW c ❑ Z0 20 z zU Z z ¢ ZU ZU m m m c ¢ OU WZ 0p 0z 0p OU Op pZ 0z � r � � EW dW mw E o z U a U ❑ � ❑ a a Ow W W cl 0 cAa mw fAZ fnw UZ 03z rnz Nw Uw WY � -[ � Y a0iY mY yY yY y n U (nw 1- u. ma ALL Ua � a � � Ln w4L � � ZU Zm zm zm zm Z (n z v w —2 LL Z) o gLL o LL � w w (wi. 2o 0 0 ¢ - ¢ - ¢ - CQ.9 - [Q9 - 0 - CQ9 cn W wo � rn w w D) W W W m wCh wrn z0 U wU y OU LL m m V m al 0 [a U m ( m ❑ p ❑ p ❑ p ❑ p ❑ p ❑ p ❑ p °) - U U H U U p Z Z Z Z U F V � � � atea. �- � Ua F- 0 F- - z pqZ ca Z m m m m m E w - as � - 0a m - Wc> > _ (n a- U) cmn ¢ rn ¢ m ¢ mt3 (nti (nt CD ti U) L ❑ ° w o ❑ ;r ❑ O ❑ ao ❑ _ (D O p O ❑ H co U r U J cup J w J 0 J w cn - � X X o - X � - � ' J cD -� toJ (DO mO mO (DO (D o z W o - v - o - O O - ao - 'T w 0 0 0 m m r m r m r X CO Co - X (Da vX vo co X *- o (DX coX mm (:) m Mm M - M - M _ M - m CO 1: C:, corn vo vo co oD, cD - � - j - U (D O (t1 ( O (q r 00 ([] 00 H V " (D Q oo O e- 9 r b r '0 — b > (n > C) (n U (n rn tD V (o r U (n ui cn N Gt 4� m m N m IL a g a CL a s a o a m rn U — g U — V a 2 U U C C G C C C C m U (a - ❑ - ❑ coa � _ � a � _ � o � ❑ � BL � a ii LL LL (i l% �km # r AFD # p # ❑ LL- (D Go (D # Qi N co et to M1 m r N co m V (n to i:- co O) O Nn-'. r r. N N N NN N N- N N N M a O O O O O O O O G O O O O- O O O O D O O 0 O O O O O O O O O O, O' O O O O t O O O, O 9 O O O O O O O O O O O O m. N 00 co 0o co co co m co co co `7 . '7- V 'IT �r V'.' 12, ym N (O co (D (D co to (D w O (D (D (O to (D to (o to 3 = O O O O O, O O O O O O O O O o O O CD 3 - 0 0 0 0 0 0 0 0 0 0 0 C3 a 0 0 to ilco I w (D 10 _ (O ICD -I(3 1 ww (D w _ co_. .. (O to (D _ (D. G QI E 00 rn O r N M (D h W CA o r N r r r r N N N N TZAJ N N N N co M co N N V v N N N a L � N O N C CO LO O O O O O O O O OO O O O O � ID O O O O O O O O O N m U') Cli Ln V O N L[] CD O O O Ln Lo CA N V r •` Cl) N CM7 ti co COD_ N M � r N C17 n IL _ _ N CV CV 59 H3 fH ER V} fR fR H7 b9 FA 64 6F1 FH (R L_ Ql 3 O N N N N It N W O N N N U) p r O coD r w r r N r (D r r r •L C Q t V CD no b N (7) m v v v IL r IL s c c .nm m 4- LCl) Lo m o 0 (D N v d M M M 3 D U U C7 N N N O O b O O P co �J 000 O r Q! rm m 0 r N co •N •N •N p Y Y Y 2 Y Y Y Y Y 2 Y Z = 2 N o U U U U U U U aU ¢U U U aU U U N d IL d w w w w w w w w w w w »'n w w w u H H F- d) M Y Y Y ) > z z z U) m 0w w a w � w � w w w w w w U) cm aCO cz .z � z � Z = a a a a a w �Q.w � w cl Em OU Om Ow LJi) w w w w a � m am a p Y pY pY ow } w } W } � ❑ � ❑ � ❑ 0 zm zm zUL zU z m CD (n rum m > ❑ ] ❑ ] Cr: a W0 lz WE ff WC9 C) C) O ] O ❑ O n ¢ Z ¢ Za Z � w � .w � w ¢ ¢ X ¢ a W' ¢ a M ❑ � ❑ � ❑ � � (7 - (9 - U - ¢ za z ¢ zm M Wm co Wm m WJ Z � Z z U) ❑ - ❑ ❑ w Z to mZ fV CqZ v m ¢ � ¢ � ¢ -j DC7 Q Z oz oZ aY W Y LLI e W Q M HQ r HQ m HO U' C7 W W ❑ m CO mU YU YU Y � CAS LAS m W F W H W F- F- 1= E CAS m � mWW W W W W � J mJ fA J (q2 m2 mS mQ � a � ¢ O LD O (D 0 CD U F- U H U H LL a r a r "v ❑ iD ❑ cp ❑ ❑ ❑ M r m r CO r } m } m } CO co Lo Co LD m (D d' of M _ M _ M ❑ O ❑ ❑ ❑ ❑ Y Y Y O O O OO — � — W � w W 20 U U LL LL LL LL LL a N y N y Z z z d O O Z Z ZW W Y Y Y 2 0 0 LL LL LL "d -- co m m m m 'N M Ln' N m L•1' ti rn w m v IA Cris M M tC1 CDi Lom N m m� (A CD O o O: O O O O O O 'Wf O f'O O L O PO _ O O O' O O O O - O Ov; O O O., `� v., i� rte` n n n a ti r n s 1 n ti m LD m m m Ln' m «1 LC) u? u1 Le1 to Lo Lo O.;ply o O. O O� O - O O >��s Ok O 0 O C)'':, ;3 0 y p, a o o 6 01 o b o o` o o, 0 0 0 0, b O o a oo o m _o E m OM m ij m n m rn O HJ N M v- v-M M M M M M L r r r (D N to (D (D N N N N N d Q L � O � O O O O O ((7 O (n p to O O In Q O O p Un In N O q 47 1-� ((] O N V LO co O (f1 (Cl (D D) O h � w r (.O m N M r r r r N N IL r I y co f7 r N co N N N m (D (D (D (D Q L y T a. a 0 'o° 'IT 10 io co m v 0 0 rn o' En 2 rn 0 > �. 4. e O N V to w O qr '�r jw 00 r r r Y Y N N 'C 2 z Z = 2 T S 2 2 Y Y Z O ,p Ua U U U U U UU U U U U U f!J LLl Q ¢ Q Q Q Q a Q Q Q Q Q iu w w w w LLW1 w w w ww w w w v m rn m n. LIJ a a M a a r Z) Z Z) Z Z w co LLJ LUU W W w w w w o J = J � J w Y Y Y Y Y Y Y Y Y X ,y ¢ w a w a W Q Q co co co Q. Q Q ¢ Q 0 -r 6 --1 C7 � 0 0 C7 0 0 C7 0 0 0 C7 cl w F- w H w 0 +�+ O U N a N 0 �' (D 00 O N � p a0 O It � Q_` N N 0 LL 0 0 th O LL f+ O i N' 0 T r � co r� co y' O O O Y _ _ _ _ O. r r O. O O p d� C) O• O D oj C O i p. p O ' O O O O O O O O O' L m � En ([7 (!) L (f1 ((] (D to � LD ID U'1 5 o p' p O o 9 o 0 o O o 0 0 0 0 0 0 0:' ='.q o o' o 0 0 0 0 CD i P i O O' d, d O' O' !, O O. O O O ti,. ..... .'fN.. Njr-- I r— N C 0I N GO 6f Q T- I ('7 'd ((] (D f� CO T- iTT'�f 't v [IT Lo (n (n ((J LO ((7 i N N N N N N N N N N N N N N N N a IL } � CF V F- a QN C CO a f0 4 O O O O O O O O h to 0 O 'o C? 4 O O O O ❑ a O O O O O O O O O r 4 4 � h O 4 to to O Lq V r f` C•) co N (D cV O 0 Cl I- O CO CT) 4] O h O CV h M 00 r O 00 O N m ;� ;� r r N N C7 m (D r N N Q, cr, o v V) a a 0 0 (9 t9 69 t9 !» t9 69 69 69 69 c c t9 Ca 69 C9 49 69 69 69 to to a _ cc N NN N N CO CO N a0 O N O N N r r co [D P7 r O (D 14MIt V (D t0 It tD - a ❑ rn C IL r IL O ` o .93 LO a 12 12 -o v a v _0 _0 m m m o m m m v M 0 co � E E E o m E E v UD E E E E o N Z `—�° E O V wl 001 Vj co 01 vi I m I It co CO r r r �r col W r Y Y Y Y Y Y Y Y Y 0 O A U U U U U U U U U U U U U U U U U U U U U U � (n a Q Q Q Q Q Q Q Q Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ Q w W W w w w w w w w a b a d a a a a a w w w w w w w w w w z z z z z z z z z z X X X X X X X X X X a a w w a a a a a w to W W w w W W w w ww W m m 0 fn U O ❑Q ❑¢ OQO ¢ OQ� ¢ � a � ¢ � ¢ Z ¢ x Y w ww ❑ ❑ ❑ WW � WWWWWWWWW WW w W W z z z W OW " 0 0O O O O 0 a mOmOmOmomb O O O 000lt w m m V) (f) W 0 m wOUJiOiJc10W O W000000000 � U � n w w w w w w w (Un (1) U) y } } z } z } 0. > 0 >- 0 0 } LLI >- V V U U U U V w w w O z X z X Z X X X— X — X — X — X J X U V V U U U U U U J J J O. � d �a wdwdwa- -CCL -1 W 0. W 00.. 0 CL, Q < < Z x x x Y Y Y — W —w — W w w w w p w p w p w p w m w w W m H H a o — o o �• o �• o ❑ o❑ o � o � o oZ (nZ tn0 C) � E Z) N D N � N N r N N N N U` N Y Y Y Y Y Y Y a ❑ a ❑ ¢ ❑ Q_ Q ¢ Q `� � ¢ � a_ � a_ � ¢_ z ¢_ _ _ ❑ ❑ ❑ ❑ ❑ ❑ ❑ cn cmn umi OC*7 pC7 O ("70 ('rJ0 ('�J 'V C'7 tD C*S V C•'1 tD (*1g (� U z z z z z z z w w w rn � rn � CDLD Lo -' Wxox �xLoxMLI- LO J U U U r r r � �-- fir r r rr � U � U � UryU � U UCD0co0—T ltX * X *X *>(* x 3k W w SS SS w '(7 It w 4 O N (D tD c0 Q Q Q Q Q ¢ Q ¢ ¢ Q U U U U U U U U U U Q Q Q Q Q Q Q Q Q ¢ a a a a a a a a a a QV U U U U U U U U OU N N_ 4. r. 0 (D '`CV to C7 1= 60 to to �_ N Cl) Nr LO (D (n w, to O cor . O - O' O h O. O' C) - N . N 3 }' O': 4 O: O O O O' O, O O O O b O O. O O Q C) C? 4 O: 0 O 0 O' O O O O O O, O O O. O O O C) - 4 O; O O 4 O C5 O . O O: O. O O O O O- O O OO O O; O O O O O O O_ ti ti fh !h t`, K h, h O O 4 V 4 ct' L a Lo,. Lo LD t(] Lo en Cf) LO LO 4 (Cl, O [fl 4 CD.` [D (D 4 (D; CD CD' (D IG to (] O O O O O : O. O O O O O O, O. O O O O O' O O 4 N C7;' 'ti: CT O O: O" C7 C7 C7 C) O C7 O O O O O. 0 O O O 4 a C) O O 4 O. .. (7... ti._... O (7.......... h. h IN N �•, Imo_. h: � h: h � h. h". n r- - +' 1?._ ti M (D. _ lD,_ O._ CD lD:.. " CD.... O (D• CD (D. c0 (D.; G m E m at o N m v to Ijhso rn L�Td N M V u7 m h CO (n ommm m co m m m h h h n h h h >` W ao �- N N N N d IL 0 d � CY O N a v a a a v -0 c n E o n n m 0 0 0 0 0 0 0 0 0 0 0 0 m O O O d CD 4 0 UC (M �; V �: m m :2 Ml r 04 d n n n -0 n .0 n .0 .0 jo 0 0 0 0 0 0 0 0 0 0 0 0 C9 40 Cf! to C C C C C C C C C C C G t NE C a Y r C� C7 r r r r C y N N , - a � rn m a IL 4- 0 V a v (fl m co > T 3� 3 v m a Y Y z z 2 z S S S S S S S S S S 0 p U U U U U U U U U U U U U U U U a ¢ a ¢ ¢ ¢ ¢ a a ¢ m a w w w w w w IW w c� N (q (Q Cd M co co vi �j o N LO N o co (0 i N N + Ch pj v v CD Z¢ ¢Z Z) m LO LO (hCV h C4 co m N J J 0. d r j N N LU W w CN w N N Cvj m m d U` C7 H (9 W W o U` (5 a w W W W w W W h J z J z J J J g J z Z J Z J Z J Z J _ z � z � z_ z_z_ z _ z9z9 z9z9zgz O F a m 00 0 - 0Womo- ol0 - 0- 0 - 0 - 0 - 0 M Y Y Z Z � ❑ 0. ❑ 4 ❑ g ❑ � ❑ ❑ g ❑ a ❑ d ❑ a ❑ � ❑ ate to cn z_ z g o :50 :50 g0 0 0� og 080 :50 o U LL LL � u. 0 W ULLC) LLU W D W W U W U W W W w W W w WW U W U W U W U W U W O O U (� J mwm WmJca mJm —1 Co wmw mWmW mwm co V) � o U) U) w CO -- co U) c f m w U) U) (D J J J J D Z) = J J J J J J J LL LL a O O L=LLL LL �` LL LL LL LL LL in O N Lw W r O rX X ifi r i1'1 L(j AL1 iIi r r _ r Lo r r (D X X X iV N X X X X X X X CV CV iV N r CO M (0 N N; M i? LC] (D: N :co CI) O e- N y CV N c) O CJS C) o O O o' o i o O �. O, C) O: O. O' o' O O. O O' O O O o C) O' O 'C C Z t o O. o C) C7 0C? C7 C? O C? o o: o, o o 0 CD- C? 0 0 0 0 0 0 0 0 0 0: �! di v v is ti cn o) 0) m ai (D . CD as a� rn' (D o) m c0 m m m co m m m, m m CO' m m' m. m' o+ o: 0 0 0 0 0, o, o o' o o, o o o o10 y C). . C. 0 0 0., o 0 0 0 0 C' 0 0 0 0. o r` r- r ti r-. t ' r` ti, P- I,- � ti ti N r` r- is vLE CD.. CD Csa_ C4_. _ W� _-, CQ::._ Co_ Co._ CD Co. CD (D, CD CD" Co to _ C rn J m mm m m m rn rn rn rn rn C N C7 lS] Co f` m CA O r N m � m CO m IL L m Fj''• Gi T C� N C W � fU cl N V •` ;8 ;O a �"8 ;O U O � � a a a ;O a � ;C7 b b ;L7 b 6. -0 p A A.0 d .0 A3 A3 .0 .O .O -0 -0 .0 d m m a m O O O O O O O O O O O O O O O O O O O O O C C C C C C C C C C C C C C C C C C C C C m E C III r r r r N N N N N N N N N N N N N N r T r a � r rn a 4-- 0 ti C co > O r- 2 2 2 = 2 2 2 2 2 r Y Y 2 2 2 2 2 2 2 2 2 N o ,QU U U U U U U U U U U U U U U U V U U U U LU w w w w w w w w w w w w w w w w w w w w v tLl l�D -T to to O tt '7 Lo V to to M 0) LC) LC] h r Cl) A N CC) V m p N (D � T CO m (7 7 ti"1 trj , {� f~ (D tD n n Ih h 10 h r` of ai h t[3 t O i m OI h m 10 m to Lo 00 � to W tD p V to V 10 LC 0) m ca v tr v c6 h m (6 m v, C7 to m � o ti v m w w v W I v W w h Z (D (D (D (D r- v r- t; aDLLI a ad ui Z Z CW7 Z 0 0 LU Z CD (LLI W.9 CW_7 0 Lu 0 0 0 0 0 0 O 0 z gz _z< zzz Z < ZZZmzZz * zgzZzgo < , ZZ �zzz� zZz Q U c a. a- O — O— O.� O— O , O � O ` O _ O - Ow0 � 0 ta. � ❑ 2 ❑ a ❑ 2 ❑a ❑ al0 QCL ❑ m0 :50m ❑ m0 . ❑ n. ❑ a1 ❑ a ❑ a ❑ a ❑ 0 ❑ n. ❑ KS 0!50804 0o o50Q50 :� owo :� 0 :50Q5o -5050505ogo � o6ogo m Ua (.) a J Li- LL LL IL IL --t LL LL LL J LL LL LLJ Ll- lL�[L� LL lL 4L. LL()LL LL IL Q W W W W V w W w U w V W w w U w U w w V W U w U w V w V W V w U W U W W LU J W U w J m J m w m J m w m w m J m w m w m_ m W m W m W m W m w m w m w m w m J m D W W W E 0h-' U H J F--U�J � J HU F, J �--j 0 � J �J � -1 -1 'J � J F--Jf—i�U Ha r U �jtYUV fn V Vj � f/JU [AUfpJUIU (A V U)UfAVfAV (q V NUmUmmm = vjUVj 3noDof0032� 20._' DOD P; J J J J J J J J J J J J J J J J J ❑ ❑ J ❑ J J ❑ J J fV J J J J J J J J � p J u tL W O a 2 a > > ch O U- - a U- - LL U- r LL LL LL LL LL LL LL U- LL r in r O O Lo Lo In M in i0 r p rN- O r r r r r r Ch h h X J{ X X h X X ?C X X X X X X X X h X X X kc) - x _ _ (0 _ _ _ _ - - - X _ Nr N 'd ;r co CD Co CD (D (D (D (D v (O CD O o0 V U") -, f0 h. OD m.. C� r. N Cl) LC'1 (D h: cp o m p r' N tri !n h r T ' N , N N N N N. N N� N' r,' Nm M' Mi ! CO 7.' O O O O O 0. O O O O O O. O O, O O O O O O I O 0 C O O OCo. O O. O C p O O O O OO O O O O! p O L o Cl OO O O p O O O O O O O O O O O Q O O O dl m m- m h m mm O 06 m m m m m m r� m O m m m (C N CO CO CO to m CO OD 00 co W 00 00 co OD, 00 10 m m co 00 00 y.= O O O O 4. O. O O O O O O O O O_ 3 C) - 0 O C) C) p. p O O C7 6 O O: O. O O to 4 to 10_ - t- I CD._.-. m. (D I(D I(D to LD to CD w m h-_- (D [D.__ to - (O tD [6 - - C _m I N E O I N C7 V 1-1 1-1 h W m OI r N m sf H W Id a0 d O m O p O O O O O O O O r r r r m m r r r r r m a L CA d Q 04 0 N C W 0) m n m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C C C C C C C C C C C C C C C C C C C G m JE m (C Y Y Y Y Y Y Y Y r Y r r r Y r N N N r r r C y - C a � CY) : 4 a `— L 0 O MM�y� W m 0 a 2 2 2 = = 2 2 = = T TT ¢w ax T ¢x x Q� w w w w w w w w w w w w w w w w w w w w w T m ti r W h O O W N N (D N N r r r r N CA r (`7 C i f- N TT Tr T r r T T r r r O r N co [A O- Q) r- O O . �r O V O M V' O N Cl) (1') N �~., CD CA N CA N Y T T T T r r r m T T T ' Y W a OD w 00 CA w Y W w Y O N U w w U w 0 U W c� C7 w w w w w w w w w w Z c� c� z c� 0 c9 z z 0 c� c� c� ca c� C7 C7 Cl) C7 c7 J¢ J J Z J Z J Q J z J J *J z Z Z-3 Z J Z_j Z J Z J Z J J Z J z J J zaz z zazo: z � z z Z §Z � z z � z �z � z � z � zaz § zgazaz _ o _oLo_o_ o - o oLo-0 0 0 0 0 0 0 0 0S0 0 0 0 CX anap � pa ❑ a ❑ � oaog ❑ g ❑ a ❑ a ❑ a ❑ � ❑ � ❑ ananangnanan D m 80 :50 0 ogo� og0 0 0 0 0 0 0 0 0 0 0 0 0 000 5LLgLLg LL 5LLgLLgU- :5U- IL � LLg LL wLL p UwUwwwUwUwwwUwwwwwUwUwUwUwUWUwUwUw0w0w0w�w JWLJLlCOUWLJLI [IIW00 JmWmJmJmwmwmWMW M WMWMWMWMWMWMW M W F F F F FUFJFUFUF -aFJF- JI—J F- JF- JFJFJF — F -� F -� F —F U � UU [I) UcnU (p � U?U (n � U] � f!] U (nUfAU(AU U UcAUcnUcnUtnUtnUtnU (nUU) J J J J J J J J J J J J J J J J LLL J J L=L L=i 17i LL L= U LL LL' 7 > 0 0 0 0 0 0 o n n r U- fV LL LL LL LL LL LL LL LL N LL LL O O r SLI p r to ip M u') ip O U) U X O O K N N r T r r r r r r CV M M X X r X X r X T T X X X X X X X X X X X M CO X 00 M _ O X X O o O O GO O N N (p O co O Y O O N O) _ 'T L. M Cl)(o A, 't L .. (p 1l- 00 00 QI O: N M ` { � V ((7) 0... �. in Cl)- M LO Lo - LC) LO If) M; - M Vr V V- = O O O O O O O O. Q O 0 O- O C) ' O O' O O � O O- O p - 0 O O 0 Q O- O O O O O O' C) O O - O O O O O O CD,C U O. O O O O O. O O C7 O O O O. O O O' O O O O O 3 d O d O co C) O co O co - co O co O O' co O co co co co 6 6 0, C) C) C) 0 C) C) 6 6 0` o o' o 0 C) 0 (O I(DI Co. O I co.. 0..._. O. _ (C), ..I O [D_ (D 1(p- co I (p I O O. '. cfl ICO. to O [M9 N M M M M rn W NINNN O ti O O N M Y � D I UCrn Y L N r N N T d a N a° Un p p o p p p p p LO a a � :2 TS n N h O N 0r 'co 0V n IL .0 9 .0 Q a D N N v m N co N O O •O O O O O O O O O O C C C C C G G G G G G G 69 fA fR W. (a 6% 6-9 Ul b4 L m m E C IC N r r r T !"' {--' {--' {--• C7 fD fD fD (C14D rN., U co N (ry U G N Q L U 1k C_ 0 � da tete r V '� 'q N 9 0 'd 'G E N a 0o > V V' V V 0 (D i E 0 O 001 00 (D 00 I "ql w 00 r N W w W W W w w w W W U U U ¢ Q Q Q Q Q Q Q u� u� u� w w w w w w w w a N0~O. O) (CD q) OT O O) CL p rU (n U rn N N (N to m T H n L0 LO Ul O) � M W W W W W w N V N N C) IT o rn O 0. 0. U U U U w W CD O lf) N 1- _ O O O N .� h 6) w w _ F- W 0. r (V LQ n1 06 r pj v v O❑ O❑ 0oC, C) a ❑ z ❑ z❑ w0 N N N W r W W aW ❑W wLu LL, LWLI w0 w0ujw -w Ill w w w w w w W ❑Z ❑ZWZW z zwzwz �z z C7 � 0 C��C (D � O �Z�O � x � Z � Z � Z � �— �J � Zi J JZ3 ZJZ -1ZJZJZ JZJ JZJF" J J J JwJ �J �J J 2 W w O c � 0 z � 0 z � ZMZ� Z ?: ZgZ � o � z ,6 ,X Z� Z X ZXZ X 'J X =UJ �X c � 0 � 0 � 0 0 0 0 - 0 0 O�O � O � O2O2 o 00000E0 ~Ow0 0 0.n0. ❑ 0. ❑ 0. ❑ 0. ❑ 0. ❑ 0. ❑ 0.❑ 2❑ 0. ❑ 0. ❑ 0.0Za ZM WD_ � 0. W-a X a. 0 d Qa �0. IIx IX W � W d' � d' � W W W g0. � 0. � 0. 0w UW �W W W W W W ❑ W ❑W F-W y O O O O O 05050�O 0nono o!p OwQJ � -, � ❑ ❑ ❑❑ �� g " g " g " gwgwgwC0 wUug " U ULL —wwwLLJ LLI - W ~ F- WWWWW ❑W p 0WUWUWUWOwUW WOW WUW w W UW W J F- J F- U F- U F- F- U E- U F- ( F- w m w m w m W m W Co w m w m W m J m w m W m W m - ❑ E J )- JF- JF- JF- J F- JF- JF- JF-U� JI- JF- JF- �Q F Q �Q 0 Q ❑Q � QZ Q ZQ gQ U(AODUUUUU UUUOcno � nfCoo(noinc) (Mo 6 0 ❑0 ❑ oaJ ogo _ o U2U2U2U2U nUnUnz)- n ❑}} w>- W } Ill O>- w � >- _ }rx>- J X C7X C7 Xo X C7 Xv X (DJ X J J J J a gOgOZO z Oa �az o— a Xa co xa ❑ ❑ ❑ ❑ ❑ ❑ w ❑ w w w w �W I 15 W J W W W 5 W `v W iD W = W ILL LL LL tz - - - x X LL �` _ �` X X m OT Y r N 1107 0 Cf) N N Or O O � � 'V It X w � (D XX X X X X X X X X X X X X X _ _ - _ O O CV O CV O O M [7 'd 00 (D r0 co N N N (7 �-- m CO 6) O N m f~ co W O). C) lO N O V O. V: r en' N v •d LO LO 47. Lf) co (D !- n. 00 m M M m - (h M O O O O p - O O O O O O. O 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 O O O O S O O O O O O � � O O' O O O O O O O O O O O O, O ', O p O O ' 0 O O)` OO . OO). O) Olr-� i 00' co O 00 0 O (7 co co (ri co 00 In to m NL]'. to 0i0 . n � U") i tNL OO O O O 0 0 OO O O OO a a O Co O O O Oi , N 0 O O O OO O: O O O O O O O O O O O O O O O � %0 fh. 10 O O O O O O cD (D W CD (O _ (D_ c0 (D_ (O_ _ co _ [O O 1�_ f� ca f+ fes- h _ r,- I� ti t- O rn E O T JN� ('7 10 (D {� 00 O) O r N m 1,� 1-� jp� 1-� f1> 47 Q) O d �T st 'cf V V w U w U U LO LO U U U O r T r r r r N N N N N N N N N m a L m O a N N C 00 M f6 IO O O O O O O O O O O O O O O O O O O O ❑ 0 0 0 0 0 y 0 0 0 0 0 0 0 0 0 0 o in o 0 0 V LC7 U') h Cf) U') LO h CC) O N CC) CP 01) OD O N Cq h O 00 •` CA V Cf) N m V co a) Vv O O CD 0 0 O CL V N — V N M M N N N C N 69 49 69 69 E9 6% f9 6% CA 61 6% m 49 C9 fR 69 w w C9 C9 L � df •E C r r N N O N N N CO N (O N 1N-• lD CD (D (D (D (D Ch a ❑ U) ti rn caa a 2 O mco3 a a a v v a E o T o O m 2 v v v N w w cn o (D V m CD to � v 000 w CD V co C4 m 4 co N Z Z = 2 2 S S T 2 2 2 2 2 S = 2 2 2 2 z 2 n a U U U U aU ¢U U U¢ U U U U U 4 rU UQ Q Q a a a a N w w w w u I u 1 w ul w w u¢i w u¢i w ¢ 111 uJ uJ uJ uJ uJ r'r } O W SSy � 3i gi O U m fr �i 3 � m ~❑ O❑ W❑LLI m❑LLJ m❑ m❑ W Q w❑ w m ❑LLJ m ❑ m ❑ U ❑ m ❑ ❑ m ❑ m ❑ ❑ m ❑ m ❑ ❑ ZZ �Z Z `�z -iZ JZ rnZ rnZ ZJ z , zwz0 ZOZOZOZ W ZOZ W ZwZmZ O _ Z- w- W_ W_ w w - w - m - m _ a' w -j OJ OJ OJ OJ z_1ZJ ZJ40 JOJ oJm JmJ-1 -1 COJJJU� JCnJ WJ r} J} �} O} O)} m} O} O} O} V } V } V } W } W}W } W } N } W } N } N} } C w X �X -X X X X x �X S X z X X X X X Cn X X N X o X N X N X �X �OUOWOOOpOpO -O "OwOO QZOQZOQ� Q �O •CO � OZQNQZ ZOO a �o_ ❑a_ �o_ tyaaa. ix4W0. WaJaE az. a � a a o_ za_ a0n Na Oa0a a_ •` U W Q W �W -W -w -w J W .+w -w - W - W - W z w z w W Z W W W W W W � w z w O �� ❑� V� WtiW• W• I-� F-� �'� W - W - WO �� (n �❑ W❑ n❑ !❑ �❑ =J❑ U❑ U❑ Z3❑ -� ❑ -a ❑ a ❑ � ❑� ❑^ O � A � f] a ❑ w ❑w ❑ = ❑ �W W ❑W f-w �W HW nwnw wE- WWll1 w W W W W - w - w - w- w-w ❑ 2F- OI- F' U� U� UI- ❑F ❑>- �F- U � (� � (JH W I- W1-JF wHF- F- W F- � F �Fwt- E - ¢ Z¢ �¢ a¢ ❑a ❑¢ ❑ ¢ ❑¢ n¢ � ¢ � < Z) <- =° Q� ¢ =� ¢ U ¢ J ¢ U ¢ E), °1 O _ O ❑O ❑O ❑OWOWOWOp 0000QF' OF-000FOSOF. OnODOI-O xUtLUiDU ❑U ❑U ❑UOU �JUZUn U ❑ U ❑ UM U� USUmU ❑ V UU ❑ U ❑ U �U > m X w wXwXZXZX w XwXwX ❑ X ❑ x�X ❑ Xw oXwXL❑i1X ❑X X c7 0 O g c� 0 cD oxo �ozozozo �ogoLLoZ 0Zozo 0 8 8 oc� o , oc� oc� o� o a - n a 0. a CL a a a a aim a. _ LU d- zm aZILZCL X W F w X w g w g w g w X w X w X w g W g 111 g LLJ m Lzi w o w W n W - w � W g w o w P X CD LL LL LL LL LL LL '' LL co LL LL O t 00 to _ V a0 ED CD a0 r (D �r O 4) 'Q h a) i= C` Ln. LO CD o0 m O N Cl) V CI) CD h .r.- m co W LO O O r r h' - r N N N N N N N N co (P N 9 O O O O O Cay O b 'O O; O O O O O O O O CD O O p r- ( O O O O OO O O O O O O O O O Cl O O O O ,C 0 CJ O O O O O O O O O O O O O O O O O O O O }a1CD >`- ti h h h- h t~. h h h h ' h � h N h : h r` h h h } to lC"l L[) LO LO LO L{) CC) C() CC) to CC) CC) to CC) CC') CC] 47. L() La CC) C[) O' O C.' O O p O O O O P O. O. O O ; O O O O O - O y O O O p b 6 C) C) O O O O O O M, , O O 0 C7 O C) 3 P O o f C) o p. p O O' o O O O O O : o' O O O O O. h _• h _: C� h,.. h h, h h h h h b h h h C7) E r N M V Cf) CO h CQ (A O r NII+ W V Id Id W PO Cp --11 (D (D CD h h h h !� h CSD OU r r r r r r r m N N N N N N (4 CD EL rnl m O N_ C O ca f6 O O O O O O O O O O 00 O O to O O O O O O a O O O O O O O O O O O O O O Lb O O O O O O U N O M O LD -t (O LD 00 LD tD V' Ln CJI 00 LD Lf) LD r N O M CA r h r r h J- C) N N N co h M h N CL M co O r N r r co r M V M N r 69 10 60 fA to F13 LA 69 619 19 EA Ef7 6l9 EA 10 W to (fl 69 CA L_ N N O O M N N O tD N T N N N CO O O N (O M C y r r r r CD �v .- G a � � � rn z z z z J J J J J J a` d r ClCMA N O O Y 0 C N M � Cl) LU 0 M (07 C U N 9 N N N ' �° o o a o N o c r r G ¢ ¢ Q v N y v •o •a Ln Q C c -a lV O O O O Y y '� p N E N O O O O x E v o 0 o E E E O E E w E m v m w LD E LD O O O W W r r 00 LD V � r O O U) N *-' p O0 r = _ _ _ 1: ¢ (D _ YU U U U U U U U U 0) www 0w ¢ w wLU LU w uJ LU w W W w } r 3 w (1 J J r Z ~' U w W w �' of z z z � ou, o ¢ arnca o ❑ w ❑ pu} p = pZ z to rn w WOw❑ a F F F p w Z w O w w w w w w w w w W w w w Z w � � 0 0 - W W U W > > > Z mz - Z ¢ z > z ] z ] ZLUZ ]Z7z - Z= _ af0w0LLUFZ_ OZ Z Z Z -1m -j JZJwJwJ W J J WJ W JNDF F Ozoz O � (D .Jw .J C? C7 C9 O w } O } O } � } w } w } O } W}- UOUOw _ O } �} Z Z Z z Lo Q� xU) X �px �pXOX �jXcgXUX� } Fpl-•QOcV � X � H H rOVOWOzo 0 000 OZOwOm to OcD8 Z - 00g0 z w z w 'a w 0 w O w O w W w O w o w m w> j LL U O m 5 � - w z w U W W W W O O F J J J J o p- LL O In a d a d wo wpopwo - o -opo -ow00oj j mFaoF. ozoiro p O O O = wF- W FOFJFJF =� FUFJF � Fp �w w =Q2¢ OF � FLL] F z z Z F � a = apa ~ QF- Qf QOQFQFa M,¢ F E- t_O-O � Q aJa CD F w ~ F O}- O w O j O U O U 0 0 0 0 0 0 O Z 0 ¢ 0 �w§ -J w 0 w O F O o () 000pU � UDU W 0 00ZL) o cn OcnOJU} JUUU W W W w } 0 } Z } ' > } } } } Y } 4 0 F IS F F X U O CIO X X X X -) X n X O X X X X W w ¢ O ¢Q U J J �O� OgO � O � O � OZO �O � OWOUL O O � � W WXwCL LL CL OrW00WOW " w =WZowJWS g U- U- OwXW O Lt_ O W W w Fw- to n _ U LL LL 00 ((9 ((9 ( ( v iD c0 � .4) t(1 co - 0) O m Lo: co CJI P (V 0 00 tt. h co Lf) h: O:. O t O -0: '4;r. V t N M7 CSI M �- V' Nf, 'd O V �r V Lf) 00 Lf) 00' st: p �. C. O O O O O' n O O O: O O .r O O. O O O O O 0 C_ O O O O O O OLD O O rOO.. MO vO uOO� O[0. _ hO' oOho COtiA OOOh Oh Np0 O O p O O O OOOOO OOO O p O OOOO ti ti ti Lo � r; ti i ti r—, h h ht WN ) U ' Ln D LD UID IC - Lfto L) O 9 9 0 9 CCc) OOq OOpp0 0 O I. _ O O O M7 O O OO O O OCO. O, Od O. O QQ , OO O O P O O O O h` h ENMv 00 0] CI r Nr N : iNGo N N r N N �r N r N N O O O O r r a m m d 0 NC 0 co N cc 0 0 0 O o C) LoO O 0 0 0 0 to a O a O C) 0 � O O o O M O O O U� o m r s, m uy O V N (D co co ko GD r m M LO 0 0 N N M co w O •� ko V' ti CD co O It IT W a N Gq u3 us (n 6% 613 uy ea e» to to to w w V) u9 w 69 t d E 3 C4 0 O N O tt N GO N ED N N O O O O M O N N N r r a ' C ti EL 4. ,0 �° CD ao c0 � COD coo v v w v v CD CD O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -p N 'T d' N N r r r O d m N m N d U U N N N CV O Q O N O (D � Cl? U CD (O Go m co co Go m G7 to a0 Gb o - 6 u) E 0 M M M M v M z z = x x z z 2 z z z z z z x x z z N o >U U U U U 0 U U U U U U U U U ww iww w tw i rJrJr _,� r J J J J J J J J J J J J J J J J J J J J J J J J Z J Z J Z J z w z W Z W z J z J z Z Z Z Z Z 0I a wow0womomomomow0wowo O O O O a m apQQmomomomop00000m0 omo O O O O 60 a ¢ wUWp000000UE-UFUFUOUpOOU U U U U w O J Q J J Q J Q J¢ J Q J Q J Q J Q J Q J Q J Q W¢ Q W Q Q Q J J>v >- -JzJzJxJ = wmwzwYJ2WZJx �zam MILM h1- � e pX. 8w� W- W- w - m` m- M� W� m� w� a- Q- a- ¢- cu--) x 3 U) mcnmcnm(nmcnOv� p�npv� m�n �m00cn ¢cnUcn ¢cnUco Y O a -3wzuaiNC7 �C7 �C9 � C7I-C7I-C7F-C7 �C7U(7 -C7dO7 - QOQF- QLUOZa O � z Z_ }z_- Z_ JZJtZ_- J_rz z_ �zUZ_ ¢zOz_ ¢Iz_- zZ_ Mmpw to Zo � O0� 0� 01- O � WKwKwF- O� pED 0 M� Z�_ JF- Z� '4 _ Ow W W —U mLL mu: m Eli �LLmLLmLL —i LL M Oµ• O� QcywOw W J J J J J W --i Z w z w a J J H ¢ � QWO WOwow O00f1JO 00 WO O WO OJO Ow 9: E O V O w w- w w r w r w r w r W r �w W r w U`tc' w U ¢ V O ._ FU � Vwwww Www w w w w WOaNLCJOJO - (nJ(n �p(n 0 JO U} O > a to x(n a:U) of (1) to m to w t to L)w q co 0 co 0) r o } 0o0, pw:� w:5 W,S vg �g �gLO(.l:5LOLJ 'W � tDg iso a X a o O 00000 0 X O XO XC) 00 U 00 U U U U X a OW WCy� ty— O— u] � — — 0� .— O— � — = w O NO NOIV 0 'r O VOOO WO m0 CVO m0 O ) C) O V O _ O = O - O X O X O X O - O N O _ O O O O O toCl) aomvrnID rn _ ch _ rn _ mvm 9iorn m m m 0 U U U U U m U 0o U U U U U 6 (3 (5 G) _. co N M 1c) r- CO m' O ��. Ch. O 0 h. 'aD - col ' N. N N O O O� O O O O r r p Cly 4 'r. O. O O O. O O O O O O. C7 O O O O r p G O O O O O O. O': O O O O, O O CO. O O O O r 09 O O O O O O O 9 O O O O O O O' O O `7 CU C;- ^- co co co Co Go m m m co Oo co W co w v ti' j o 0 0 0 0 0 0 0 0 a o C0 0 0 o 0 0 d O. O co co W Co O co, m m co; I Co. co CO tb M 6 O O. Lo to O Cn, Lo. n CC) O 0 i O' O' uy to �[] to O N _ t~ cD O CD_ M. CD to O _ CD (O W, c0 (D co CO CD K._. Cfl C O M lL1 (D f• IN O m O r N M Cq O _h W m 1-1 Q1 O O O O dO O r r r �-- r N N N N N NI N N N N N N CN N N N N N N N W d f9 L d � w b O) C � (D IL tE a O .w (Y) 7 CY) ro O 0 N a U axi T i a 0 O w U W M ra N .}� d O U O �1L C (y O U N_ d c U d Cl) m 0 m as n O U a as H O G N N w V O U- Q� ro C m FORTILINE ; WATERWORKS a MORSCO brand 6759 WHITE DR[VE•RIVIERA BEACH,FL 33407•TELEPHONE 561.253.9886•FAX 561.253.9887 PersonnelKey Contact1 1 Local Branch Fortiline, Inc. Riviera Beach Branch 6759 White Drive Riviera Beach, FL 33407 Phone: 772-408-1960 Fax: 772-408-1963 Name: Jeff Brouillette Title: Government Sales Representative Email: jeff.brouillette@fortiline.com Name: David Guthart Title: Branch Manager Email: david. uthart@fortiline.com Corporate Office: Fortiline, Inc. Address: 7025 Northwinds Dr, NW Concord, NC 28027 Name: Sheri Smith, Regional Bid Coordinator Email: sheri.smith@fortiline.com Toll Free: 844-792-7473 Phone: 704-788-9859 Fax: 704-788-9896 Remit to: Fortiline, Inc. PO Box 744053 Atlanta, GA 30384-4053 KNOWLEDGE • EXPERIENCE • SERVICE FOR ADDITIONAL LOCATIONS AND INFORMATION,VISIT US ON THE WEB AT WWW.FORTILINE.COM Page 1094 of 1197 FORTUNE ; WATERWORKS a MORSCO brand 6759 WHITE DRIVE a RIVIERA BEACH,FL 33407•TELEPHONE 561.253.9886 a FAX 561.253.9887 Business License ANNE M. GxA N IST O N P.O.Bax 3353,West Palm Beach,FL 33402-3353 "LOCATED AT" r o0N=ytr r0kALTAX COLLECTOR www.pbctax•com Tel:(581)355-2284 6759 WHITE DR Serving PahwBeaih Carat j serving you. RIVIERA BEACH, FL 33407 TYPE OF WSJN 9S I OWIER CERTIFICATION 8 RECFJPr ffmA7F pAD Aur PAID I eRIS 4"6-SMM15CMMMANDISESALES . FORTU.INEINO 1116,697140-a8,W5rm0 $331b 1 B40164;Si This doaurnent Is valid only wtion receipted by the Talc Collectors office. STATE OF FLORIDA PALM BEACH COUNTY 201812019 LOCAL BUSINESS TAX RECEIPT 81-1425 FORTILINE II4C LBTR Number: 204580311 FORTIL INE INC EXPIRES: SEPTEMBER 30,2019 100 E 15TH ST STE 200 FORT WORTH,TX 76102 Ttft racelpt grants the pdvllege of engaging In or managing any business professlon or ocrupagon within its jurlsdicUon end MUST be conspicuously displayed at the place of business and In such a manneras to be open In the view of the pubfla. KNOWLEDGE • EXPERIENCE . SERVICE FOR ADDITIONAL LOCATIONS AND INFORMATION,VISIT US ON THE WEB AT WWW.FORTILINE.COM Page 1095 of 1197 FORTILINE WATERWORKS 7025 NORTHV gNDS DR.,NW•CONCORD,NC 28027•TELEPHONE 7047889800•FAX 704-788-9898 August 18,2019 I,Richard Linneman,Vice President and Assistant Secretary of Finance with Fortiline, Inc.,do hereby authorize Sheri Smith to sign as authorized agent for Fortiline, Inc.on the City of Boynton Beach,Florida, Bid No.041-1412-19/MFD,for the Annual Supply of Pipe Fittings and Accessories Purchase and Delivery of,and any related Agreements. 20 Richard Linneman Vice President&Assistant Secretary of Finance Fortiline, Inc. KNOWLEDGE • EXPERIENCE • SERVICE FOR ADOMONAL LOCATIONS AND INFORMATION VISIT US ON THE WEB AT WWW.FORTILINE.COM Page 1096 of 1197 State of Florida Department of State I certify from the records of this office that FORTILINE, INC. is a South Carolina corporation authorized to transact business in the State of Florida, qualified on October 4, 2010. The document number of this corporation is F10000004477. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual reportluniform business report was filed on July 19, 2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my(rand and the Great Seal of the State of Florida at Tallahassee,the Capital, this Ilse Twenty-first day of March, 20-18 04� IU c� a WE Secretary of State Tracking Number:CU0078656904 To authenticate this certifcate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunb iz.org/Filings/CertificateOiStatus/CertifieateAuthentication Page 1097 of 1197 7.G. CONSENT BIDS AND PURCHASES OVER$100,000 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve Task Order No. COBB 018-25511-18/IT Roof Repair at West Water Treatment Plant in the amount of$110,000 in accordance with the Pre-Qualified Vendors for Minor Construction Services Agreement. 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. COBB 018-25511-18/ITfor the repair of The West Water Treatment Plant Roofs. Three (3)firms responded to the request, however the proper procedure to respond back to this offer was submitted by Anzco in the amount of$110,000. Creative and Republic were automatically disqualified for not following proper procedures. In accordance with the Action previously approved by the City Commission on August 7, 2018, as this I ndividual projects that exceed $75,000 will be brought back to City Commission for consideration of award. A purchase order will be issued for this task order. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The funds for this work is budgeted in account 403-5000-533-65-02(WTR008). FISCAL IMPACT: Budgeted N/A ALTERNATIVES: Not award STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: Page 1098 of 1197 ATTACHMENTS: Type Description D Addendum Roof Repair Back Up Documents Page 1099 of 1197 CITY OF BOYNTON BEACH IMQUEST FOR PURCHASE OVER 000 t _1 Requesting Department: Utilities Explanation r . The West Water Treatment Plant has several severl the north and south building roofs. In order to safe guard valuable equi loy f needs to be fix, The roofs arer fing which can be fix by a qualifiedr, The vendor Anzco selected usi i 1 8-25511-18/iT. The other two vendor's did not submitrequired documentation Iy and were disqualified. ountofPurchase $110,000.00 Source for Purchase (check and attach backup i Three Written Quotations GSA State Contract PRIDEIRESPECT SNAPS Sole Source Piggy-Back BuItem Emergency Purchase Other Contract r: Bid # COBB 01 8-25511-18/IT NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Account - - - - 0 Approvals: Department ., t ,M Purchasing t Asst City r Date City r Date Form Revised 02/01/02 Page 1100 of 1197 REQUEST FOR REQUISITION H.T.E.ENTRY DATE: 8/0712019 H.T.E.REQUISITION# 7"70 Contract Coordinator HLK Procurement Asst. tor® 4�1 City Manager(non bgUt-A41' ca i 1 dlor$5000 : The West Water Treatment Plant has several sever leaks on both the north and south building roofs. In order to safe guard valuable equipment and safety of the employees,the roof needs to be fix.The roofs are membrane roofing which can be fix by a qualified vendor.This vendor was selected using bid#COBB 018-2551 1-18/1T. VENDOR INFORMATION: DIVISION: OTHER INFORMATION: Nam -b- e:Anzco Admin. ate. owimiq ASAP W Engineering at Needed: Confirm. Address: 9671 Carousel Circle Cust. Rel. ASAP/Conf. Boynton Beach, Fl. 33435 Distribution BACKUP DOCS. DELIVERY: SUBMITTED: Phone(contact): John Zack 561-699-3602 Water Qual. Qnota Nerbal E.Admin. 40 over$500) Pumping Quotes/Written E.WTP 41 - -Jover $2000� Vendor Number: 14283 PWTreat. Bid Docs. (x) W.WTP 42 N Meter Serv. Sole Source Ltr, P/U 99 INITIATOR: Howard Kerr Sewage Insurance Special Instructions. e uirements: APPROVED: Strmwtr. Project Number: 7 WTR 008 j Quart. I Unit P07==Descri tion &Part Number Fund t a io lem b Amount 1 $110,000 Roof repair materials and labor 403 5000 533 65 02 $110,000 Total Amount 403 5000 533 65 02 $110, 0 Pagel 101 of 1197 The City of Boynton Beach UfihWesDeparftnent 124 Z Woolbright Road C Boynton Beach,11opida 33435 Phone(561)742-6400 FAX:(561742-6298 OFFICE OF THE DIRECTOR OF UTILITIES QUOTATIONS ITEMS QUESTED: Supply y y y 11 labor, t , tools, i L} y hardware, _§EMfies and supervision r the roof M2air and coatin VEND #1: Creative DATE: 7/26/19 CONTACT PERSON: Joe Patalano PHONE NUMBER: 561-291-1665 , 2 Republic 07/26/2019 CONTACT PERSON: Steve n PHO ER: 561-900-2487 QUOTE: $105,000 VENDOR #3: Anzco ATE: 07/26/19 CONTACT SON: John Zack PHONE NUMBER: 561-699-3602 ATTACHQUOTE: $105,000 VE QUOTATIONS TO REQUISITION PURCHASING Page 1102 of 1197 n p.mW ym F-,y W I r KA.~ m�p03((DD zO H C I H FA no 0"Ctom: H b t9 crrtn"MO 0,7 0rt y 0"j-ho [n Cl tai G to m•m rMHtY O p r y I n 0 O H tr° p•W mw rt, W o n I n 3 r CH W r~tm@Omm ym O o0 i d ro H H O H � ' kr � O H rtt.5¢(DM,7y rt 3 ora F#:y ur 0 ,M M M tV cn i K 911-1 '�Ap+"CpOLq 0ct In pi q m i 00 Fl-(D I �30(D W"R 00r Mt,t°M(D n rt(D o I 4 Go F-- mP.."-°� h5 , HHO i H G N•`m N^ rt ' I F3 WwmF340rtW0 H•pr3pp Wm.n �y , bye i H (D00'OLQKt)'Ort rdN p,n m M OHO r rM0 H� Ftl O E 2 �°d+n:3°CT W ' C7 I WNC rt W P- O m zo ro rT M 0'(D 9 r�m to W K W W H-F--m W F3 r N RF�-'W m a(0 OM D H O:C®p (D F-'•r4 C(D(D t+Y 0aMfaOOM ci O m X 1-h "m WI Hp-p tr SC m H to rn b LQ`fi H n I y 0 n r 47 (n n r r CD zCO O i I1-3 tidcl H I W ii Itil -e4 0 vi y o-3 r r 1-3 I'd 4 `xi n O id H n H , ' °sem I H �b 1-3 rtW i a CD ' PCO 0 C H 't 01 0 i "+] pd }'G 1`9Hm F W H til tU3 i O tse H y is i C: C' N• J V 00 H O I C7 1-30 FC y 0 C3 r Ln!D o-3 F3 0 r y W H r H F- I O C2 O H XI dB LIP0 I 00 0 I WH 0 y 0 rd ' 0 r W I m , cs I I rs I n r-3 � 0M3 C3 b I H tai r y r r r co 0 r N I r I I to I I r r n ] I r I r3 O I I I t-°.H.�aar , I ti I H+4 r txj n vi H 1 I tt r r H I I I I I I I I O 1-4 INI C) 0 O I 1 IVj I 1 I F•3 .. .. cs I 1 I r I r 00 00 r I r NC) I I N m I r I �. I I h� r I I Page 1103 of 1197 mooft I Republicswat Monday,July 15,2D19 4-34 pm TO: Anwo,Creative Contrading Group, i cc Mootr.Gail,Woott Jack ADVERTISEMENTF-30-2019-West 1.11111des Roof Attochmentu TASK ORDER I -West .i ,l, t r l - ® I - - PleaseGood afternoon everyone- Please review the below specifications,attached documents,and provide a bid fbr the project a=rding to the following Instructions. lump sum price1 ,The Contractor shall supply Il labor,materials,tools,equipment, hardware,supplies It Is the Citys Intent to award to the lowest responsive and responsible bidder price of® buildings. I t rightIs 1 requestI a . pM at 5469 Boynton Beach Blvd, Boynton Beach, FL • Please submit QUESTIONS by In writing to marnk Il@rp2hb us.The City Is under no obligation to respond to questions received after the deadline unless we deem It In our best Interest do so. • Submit your ELECTRONIC BID FORM on or before lyly ILIQ19i Sagg pyl to PURCHASING wis small -4f . e receipt* Only the single Bid Fam Is required—quotas must be dellvered on or before the due de%(you do not ham to be hang YOUR QUOTE DOES) * After * With your quote subm Mal, project. Please provide a list of ft subcontractors that you Intend to use fbr this Plem also provide a construction schedule Indicating the @Mnmftd calendar dft%required tocomplete the project.The City reserves the right to reject any sub-contractor who has previously felled in the proper perfbrmance of an award,or failed to deliver on time corrtracts In a similar nature,or who is not responsible(financial ® perform the right to Inspect all facilities of any sub-contractor In order to make a determination . Page 1104 of 1197 F-WAS MwWalow Auccawn FFEM SUPP UNU LT ALL MCK MATMAL41 \ 8"*ftift IMON FOR TTII WGIF CDATIRS OF WMr IUMM BFACM UnLmsFAQ end cl n for the duMtlgn of ft pwakd my dW pvp" the dwWon of the projea, &wrvA8IddxwfivM M10flurba, ra Ann @aft,raotomMUte and pompat uMnl am Vftgh Concafteednr r nonuhmnsess Torp "r all in=as nwdIft pfth pndwb�=VpeM p%)m www,finhft Mgt PIMUMM96 mcUl CIA Ift. seam vwL Cut and ewe InMA a roar I Pst 011114 On rapeslk,per iammkorm lnstuvtlam kwa on@ costI SIA minimum nft of 34 vw M118 per MWWWurm 01nd MR SM On ad PvrWaUP tO ff0d cop per runulkwom InsiuMbra. =Mplatbn of projed a GAMPIN Mpnounwive A109 WPM M=Pmvwe WaMnLy SUPPLY IZ" -FQuipm _ SIGN FOR THE ROW,allTINGF WEST arrMTON BEACH VnLMM FACury Ske So be pktmd up and cbm forthe durafti of the pmVac4 PwwAct anV CftV Ir gar prof r Pmouradmi afte x9faurficeroConclaMwed Cleaner Pff MMOMMes Rmftg'ftMtb 111cwfor e Ion surbca Repair oil afm a dl flaft roof p,ft,wo d gIMM mi. Cut and m adsNiq In II f WWI Parapet wells per amubtswem 1 LT Imqueflorm kwWrl two- t S20 at ft ffInkMM late of 34 wat W,k per mmufnawma Ir ns. Ho md nAlI I an IU I up per manuNcunn I ctI . Cc at a PP N by hnish,2nd Coat IMW ral GecoFlim WKftd where appLcoble W momdacwmn kwtuctlam. UPOn c0MPWUDnt 'Pt*;=a QMFI=reposeRwho a hall Inspas wid proMe vwrarev p8perwork far 10 vu r wonwrat apke ink 10 Vw fu I wunnty an jobw and els end ���t III3 �. l dby�n I be sabre ti ardd T Im � r g , [AMd dftea dia 1 3opmWn - a E l pr era armors �r " d r p twwvv end FOOM bOi bulftat wdrdni ptvWftn &and ToW IW Price W bv&Nwth&South Bulkflng) GwW Teal OlPrice North ,, I (In Name of Firm a Name of Perion SubPohdr4 Md Propmel Name of n Md l (MGMTURE) Page 1105 of 1197 use of local subcontractors In this project. Local subwntractors those having a City of Boynton Beach Business cel its Policy No. 10.16.01 for further Information, * This project ill NOT require cover* Thi City will the cmd of any needed permit. ill be responsible for pulling the required.permh If * I am NOT protecting this need,' but uNf T PRiCES fiom your bid ybrms MY be tMnsferred to my tab sheet—you're responsible for pr"a viding the materials as It was presented to you. Please r to seg response all Is acceptable) of Interested explanation is appreciated "nom Thank you for your active partIcIpation In the CWs pmcurement Erik. Marmer, MPA Buyer 4 as ,a ja Malffing Address, P.O. Box 31.0Boynton Beach, Florida33425 rPhysical Address,3301 Quantiim Blvd.,Sufte 101 J Boynton Beach, Florida4 � Please Lie aadvi aad thaw" Horide had-as broad p ubHc a` rd and all correspondenc,,e tome i amaH rna besuabed t disclosure.,Under orid records law, ernall,addresses as as pubIlic remora 11 iereftr ,,''our e-mail communication a ndyour e-mail address may be subjeog-to public disefosure. 2 Page 1106 of 1197 t i t ;S It 11 �Ssi it ai ts, t `ll � Cty\ hdl Il t r i u S y11 Its+ �all) � r1 NII }--tts� � t d- - �I �)fsSj r,.,�) \, Z 1��4ts} 11��.��� -F SSI'�(1 ,r,'yjj�11����� '� slt��"„}�};,{.,t; ���t"Is, '�—.-,.-� s '•�:_� s. � �1r:,� ����- v _ �,�,`��` tI'f Y F �. `fit 1\fs»�yf$��t� �� )'��44I�s55� f t�1f} '1���� ���t1tSi1�'Y� �#�hJ1Sti::(��T�� __ •-�-_ -- `� c F_ '� - t a 4 Page 1107 of 1197 i s � t i���, r t s{k r - �' f,ntisi r ' i� - i ���� ti} ���Yt r 1e�' i f � Yy }" � z (}i��"'Sy� 3 •�„�y { -— _ ,{i1, "�� i�����,ilr?} tllrra�r 2 f��S} 1� 't�� � u ���r t��t?, tt i •",.� r s��r, ��� ,D 5��i?{\�; � i, �,. t 1 t ? r i 1 s13 , f � ,y R his LIS - sp4, r, mum it t— Fz tf F i� 4 obi f �� i� V6�4 w b ';rst\11r f J1 �?1A IV (1�^ ffi a � � r � ga � � �',: ,k F I Z� ,�"7F�. � f s Elul z s i d A to Moir, 197 E C — r� — � i11i�t��4 r�i n v\»,2233WILMA S I. �...}� f y '2) £ WIN 21Ui t 3FLAE,I A Its LO .1 it £S('tS z S � s ,, r � � ���i 1 �i�t1 t�tt/ tit tri IN f} MOM �r�i'•ts(} ,`�1£ i, £�Sts ,i £1 it - WU b , ti 14'i'J "Ldl u` 1VC faFi I h> att � £ , Page 'k�' �97 „,,,.:r} `��`,l���� a ��<<�`�fi�li,�n�,,,cuts i0a } „?'117i 4 , a,tt[;e lt���.� >ZVa' �, 34 s. ,�yv� ��y'��' `}��k"�c„ l�,�T��i�:--_� �� �,�16>��� �� � ��3f �f�'a� �}}�,� }}:.l `•s��tf7�,,',.. , E � i k [ 5 I I tr j{ RAN p t _ �` Xi rro - 11 � �r x� rtt�l�- ,g $ia» �i���«:f!'' l•" � - �- p -- - - i r";, , , t'” __- { , t1ur,, ,hi, fi}y f - ae {I,,1, "A11111111111 i � r , I a 4 t , l t , t �7 -- �f Ass e 4 rr. j 1' t�, {7git1 410sl... { IOU;- lilt � og' , 97 it, t � ll 011 Or it f t i; is POP lit i +f + s t f tjf i { k PP a r"44 a i t� { tin L vt fYti ��titl+++itt�1ftiI {kQ { u , { Page 1111 of 1197 l \Y' 1 WN fii{ s 1Yi 1\ i r Y 'Z a �0 Oc' i�',+��StIt b ime=me knPoriam s why Gacow1w.I? for a rW to be dean ,� op*jng the Gaconex �, it and � rar r, M should and ad Roof Candig*gun. ' i capAWA ON t A, How to use,GqcqW=h.- combine r do l 1 901bri WH hif r concenuadon Page 1112 of 1197 ,.�._ n....,-.....m .�._ , � 8� t��� mill� as to r� � ea. PSs�a� m� --------- GENOA k UM tv m 'l tkloso M ars ;„ts 4e �a .na ,..._ L �sSs4e ,+wr b., ...... .. ..,. i U r� t:rm T wr ���' re --..,ane .... ....... a. } z s 8vy thei„xh,i'3 wsm4d�1���)w '€ahcsx,1' `u” m�i�'A"rgs"�1�Yd;S`wX41"Ima'�f���z;�`F'l��siCosa'4,�i°�fie�S`iiJ`s���.41�u�u�"z�)„�d���'z4� ,�41�sw�:ti€`ii��PTMA r��t"&'a�t';�,�wc1t"�k1)�`'"�� a 1tS x� s tw"W'd 1lot o's,"W� m' i�);far"e`eaz`4�d t� ,a%aS'+ x `z�`�'��k�`n?b s 1$%'maw”,k mg w �),zt' ..... ` Nz`MMI` tC`��`tmm L ��'*���'��i,��k�Yw��il>trzw)s�u"a'�1��"�t��'�l"°?�xr�,�` �a"�aYs�Fw'�ittkys sGSo U&I �i\�'� & .; ± ��� ��)11�� � z ���,affi,�Y.��olgl�}� VY�E�t� a 1).')!rkjf !"m,fywtr+momrl xmon"+-::�+�3`vb"i w s mw, ggaiftm;tirw"(11 f,Lor XvIs `kt"u',a�gy"tyr,mo,hqp I ,a"mpi +,M%'a A R*Mas"`ts?12ftfCtiwo mmsm,k �41"i zi n &rj,m,Root,r kwIMMI§f i NO=� ��� �J����':�11,4�w ��ani#������w� � \t���� �t���t��t�u�R� �irf��w'"+wa I'D R `itis OOmni,wrim bdis", off"Ma r) � mim MIR �.. _.. ................... . �.:.: .:.,. ..... ..,,;�t)-''�K'�cw,"i#�'���`�?a,��:�fi)t`,�;+,s'i,X71°�'�+ass"�-;a����t,'a~•' g'i'•?M�s?�t�w?;wr�it�d�"a�;h's��irz,Y4d"2?"�°��)MCRti�^}`aatyyj'1413asY�1"r�i,�\t��)-','���i;: �t�iw`a�,e,1€`za'���G`�'t'wiz+hkrc�: xic�^c;il�ii�";,�',�`,a#Ern.�.aitfi�'yo-\�"�.�zall�x,�z,X�l�k'�?,zea`"cur?�?&q)aw,"�1" �%t�l�;���`au.'��`�`;�i�S?�P'�tS,rz�St�t�;s`)l�� Gem Wemstlern apes, brass rlom= Y I56af mo ISO: s � mom � Page 1113 of 1197 4 t 1 � f11 f 111 i,lt t } iii'• .�� `�� t Y it jr 101 r haves a .} z a�� (t i�, t=yj= .,( ft ,.,i.I !, i t r �af'°�� .t#,4f {��' �Ftt{I`t;�S,` zt WHY CHOOSE SILICONE AS AN c I�, } ,Iiia. ; a , �13� ,,�{. �g' �1',� '_.�'° � ��rt� t, r4. ��,. I� �`, iy, t�t.,v, g< cl; i•I s $.... ALTERNATIVE TO TAPE? ,4 77 �6re�1��+t Ott same propeift as {all GacoFkx y�{� Mcones- pp 3 ate 1rif ,t,= a� mm000nal lP� i�,'.;�,( �i' ns ease cd cure,and unmaidwd and �t � 9R 4 f �t Y �t{ 7 p z¢S�Slt vyli t< t�Jl ,at� cl �r r„ Page 1114 of 1197 r , s � t r , t r u ) I ) l 11, , ., stool • ,.., s t{l[, _!f�ei)v' ft-Mew 3rwj?Iuur aw3%� a moon, M a k:}� u s� HI� m P dw'ut'�"�� h S➢� t d t wj fe,W+ r(Own,aitit 1:€ u�"�d ,Jlklk,',?,a ami br&I�atabui+ i ShF ! , }ass i�� w h � q �,�r 0"Y,eSA Ts W w r i d wAin s lux *ww4,w,t,RMS" On dadIt ppf".'`'r`��'ror 't'.r�1W't lio�.a�k'�"x'�,`a�im -..-.,._. ------ i D TOOd"LIUM h CS � VE ff"ISIbleway � � �ray e us w # Ofie"i!}a Palk id's, t hom A Ps,aww!d"y he fflue 'ckt',km,in`M)V wwall"'j,Nwed'«sur W"'u"uora (rr%*u FDM Iw, }C�� }, Stu u i yr .� m x a a` u MA be uwd an,all rami ,sC r_rE $ S_IC_n a � ..w._, ---w� jk �k � r... MI wekA 4. y auytroum dm lemma JO 0'"n TPIM EWA, LAW- is ts r Mew Riludl m " '�r`r _ yyy� AM Off �.._... �_ u �a � ¢ �w w. y u Jai "[rte va t 4 a wd amm ; m x's i y gym` _ w ------ FUNK �at m a pry,m 9J„ihtr bVIA0111 Oal Wq a Y��',�'u ra MMMA nxvy Nom;6 ,yr*w,kj s u"' Ibma OXVT OD Flan O i y 4t ul as s PM&PAM a I ths Fa C�dOW "�t?�lkyu"jdillft �tM.a'I�a`XMI ma�eutuua�s n M,A-) a a,dw . pOmardazio*+�µs Few psm, r ria met f M 40AM 40A 'Xaea Pj i. n. a a a I S y yup mVW do€ c6k pAk NO y's :1a6`anwq wd 4�`s u�md MW r -------------- y y Air",t trya 11-55"Y11` ",mr?`ih*abdmeMMlhaguiyaty 'AX i's erma,"i,MM ua�stu °sarR€ay#aC, i.- cw . . Far 'a. ay sms;umaSt y Via, au.ysy. i �c wc . 4"45 ISON a,1.mcua&�}y n 1 8304554225 Page 1115 C11197 •dd�,1 t1 wr i ! !� 71~t �f!i }, t a 4u `. tis4r,it�ii ��l�lnt$ ^� _- ��� ,�• Uai wr�st� t t ROOF SURFACE An excellent mult'i-purpose primer that PUPARATION adheres to most surfaces and 'helps W pt the roof dan and dry. GacoFlex E5320 7 Rt t•r;, tit i�i�`5 tSi`t 1 b'le iS u I t i r that i for iuse roofingRemove any dir%Wavas on most including rneW roofs and flashings. preparedand otw debris. bonds W prop* irnpmm adhesion Insped endre roof fbr any sifimne coafings and other top icoats, esWisurfaces ,are difficuk open som tmr%a^ to get Cpl . em and mlmir. 3 r surfaces it may help prevent bleed-thmugh, �ft�. t� and ap*Gacoftsh when top coated will help prmnt cormlon.Men mixed wM Conrentated Cleaner. ordinary , ifs a masonry block filler.Allow to diy compleb*lAll molmm must be , Gaconex E5320 the primer of choice under GaCDFlex S20 Series �)e applied. Sol H icone PMMM Page 1116 of 1197 ;r p # ,r y t ! ,... n. \14,r.. s ,, r._ \\ �� 'tl•, ?,\i 7,r,`„r \tSS){ L., r ,4„rr, \„� ,. r t =s, 1. ,,{,.11 .,}., r ..,.t, fl , ,� S .;,, ,j,l� ! S,. ..�, a ) ,��. .• _� ,t „t,,, ,1J_... ��,<- r. t •:.. r.., ,t, t l , . !, , ,. f C_ .._ 1 1 Y� f:.-•.. � }I. ., i ,...., , } ,t { 1 ,, f v , , r .. a ,, l � 1 _• . .. (5... .,_. i._ S .q )� _..11� � 51.,.5, ,r ,.,,.:-t 1 , ,r. _ -.. � , r.•, ,•, � r ,r ,< r„ , , v, t, t ,,_, 1,, ,, ...r <, .�.,t ,” { a li}I 2 rr,, ,.. 7, ....c s ,. ... �.L_ ,l, ..s 41 � ,a i{ ..� .r_t •1 t. ,, {{S t _,.. r �,..t _s v ., <.,, 1 r t , r_ tt <, r sv t J tt , __11t� fis r 7t ,• , t ,• _, .t � _5.1 s ., r nn Mrcf4 mvxq, OMAN kyr! , ...........................�....._.., ..:..�.,,...�..:.....,.,,...,�,..., .... ......,,,.. ... .,..��.. lim Led .. _ . .. ... ........nmy Mal 110 ....... 4& EM ” ' o - ly i f ate•. ,........awn.:,.. .....:. ..�: S %, fneWK AM Mm b'v *,rW 4 Par"A andPar i'm sxt p. ,grolpokJjo� IW PW`l Ll r ,Ave,agwiff k l=nlnv`f Y FE � w� as �sxtha1 �� i � " ate ;yam -s.. ��; .. a �±e Yns thra . stare rs lC, I'dow §ril �- rkW 04k WW 1p;,q MR.is Mea Oil g d ^,' " VW Llft role 1plar,pef 5u)dig. # P,b1n 1 atu Vol n[b vj,be `�oj R,Ora ru CRT 11INT, APPUUMMM uTOP Gan bmtev,anon lkn ab wpgqjam, U*in fNp ?o a" r . .� . ,.� ,.,• _.. � . .a � s hot �t'rF F ac Western o gwli'S7 4204 maa = I 8004SB4226 M a W .anoxh,j&bW and yy6.q*jxys Faw&in 454 G a d rf, , lit g*110-40r6diy 'M wM b OW inivincr a vs m6 's, Page 111 of 1197 , f ; t r s} f , {s�„ 0A+ � � s }Jiff Ott s(�4�4F1s two �s, °s 11� t '11�4J4I s„ k t { I yi 14 ;`}Pr v, JFy tl :�t V S+ { f l is )1 fft itf ;,uu rt s j}s I Ii a;lff t t r sv 4 r�11t v i r, t4 1 v Sart{t� kSr tstS+t4 t f j I�, c is,. t',Sk u A 1 �; {Pfr s tt 1S th+. m J�11 1}11{(1)� etc1� 61b �j vry }��14�ri1 jt( t( + rats; The solvent-free alternative to replacing n 'WhetherWHY CHOOSE your rod is large or smak flat or sloped,GacoFlex S20 Series Solmtrftee 1Siftcom GKvF1for n r ars i rf. „, Roof Coatings prowde a any roof ,smembrane s against penanent pandingr,ubWolet light and smrp weather.By 95%of vAmt is in ft can re-coating you not only extendf your roof,you avoidfortime-consuming r-o remaining Guaranteed? If carryr Umited that works by foming � Warranty. ,a Labor r l Warrantj is available dwnkal bond between to Gaco Western QWMed Applicators when GacoFlex S20 Sedes coatis the cwtings mokculn is applied a4er rlfr ing toand sets!he wong in Gaco ms igg is ti s�, virrJst t , a �I tisk evamWan 01 ham-ft SOKWM Into Gaconex 520 Series offers decades of proven .Guaranteed. `U 0 AS42 SIM Page 1118 of 1197 .,r,.•' ,s ,! s ,,, , y`7 �`�:� ,,,c .., _; ,: ) ,,.; .,t.. t. ss .,. ,':' ,,,,,>, },.._ s s, ,}:u ,.. 1,.i,y. , , �- ' ul ,�d�rr �ti is a r 1, fel, s 1 R%epq pollird"M CD-ROM,KfflCIhW'IIi4 arid 17,13 .A%) a rorfto"gww.l I's a I" 'gjg�g�p ft "ire,! t� � ,n '. U m�1 111` I p d�P 'l w be M 9�a Nowlienmom-oa mow? i BMS,*f5and Offir o3cF _.... AX8101 NOW IVIC42fdOU h VVI VAIft DOT �,„� � � � s � Teak.. V . 04112 A ,;w of } Ie )T fid} 43 054b Not RADI MW . soprow at w,@ er } Tw ftkomm,rV MA 20 rpjr� ownavan radl DC2 RM KVO " Pow "-". off*Le R¢ VF EX12 12M6 O4'& 3000 HN.JkAftzkA I s 'Ns GIN w RtWww}Rias 7 P V> 1 A min goy k I 11412 1' NC w0 wIIrax1 t 1T �n Ndefliftmflm C115��s,� 'Lill �` '�i�+y D K 0131 @. (tr ip GVJ' NUO(di-$MAY hP OW RXIInke (Am€ aAIVcbvw w", �5k"'myk,,�gq� ELM E .... y „ (OWERME _ .. ._ z€ � � c e bas.'k.k' �c...... " r far,�P,y drk? "'Jew 3Iw Gx„U €���'to RIIWW Tw ate",mipi�Cello agWn,.2 vk sn . �. - . i, Apto FLASH OE "r _. F. C_ ......n...._,._.. .� �. .._ __...�............ 11,9. SMER, � WIRS it D Me of m _ ... _ _ bf` te,� Biu.,n `*Pk "g 0 c k�% a VOVi �Y� Z F, , . "n ..: �.. __....� _...� _ m � €i � $ � kce t�3 ...ftp a..,„,...—_ ._.... ..........._........ .. _. AINPUCATMAIN d';pkp ponftw sqinj folk pff let&UN"k9-"'Njo how's 0,551(hr ff mp "id ko'n bo"N.W”n0pd,gn (Lig"1&w'T't' NOT .,....�-.-� Pits`, ra$, ould nye dpi ' ' .o 48 3 &,p of „ ' and hwn'��o- Aja i w V, �____. . -07 U51104 EC �AON M M Gaco . FA 17 0,7113, � i4 rnu I,fir, ' 0 'Af, r, WiF fw „ Page 111 of 1197 3 ,<f ltr, t rpt{ }}i1 1�jlt 1r�'i}j�ij}12ti}irjill ftV�s,y�y jr\lVt�}��4gtJrl}if.Sj's Sj jtY�it �rtt.;i"}jylst 1\y\,y�� `Sr sSS�t t¢s,',is i�s, q"'a o ,I� ) ��•, � r { ll ��4�. s Z� it fi Ili t 1 s \ i 1 t4ljtt 1 E1} ! � ( � �,� ���.-• �t' 71111ti��t �` �Stt t111 ! ., - 1� (j�f tS��i.ltitt'11Sis}1V 1� 1 tiS�y2�t2t2t?�} r'tsrirSya.'� "1 „ I `�'?� r9<�y � ifzt,,� f S I{ ts"sy lo The tSl ii u to solvent—free alternative replacing your weathered M WHY CHOOSE r your roof is large or small,flat or sloped,GacoFlex 520 Series SoiwtAw 19111cone Coatings provideproven,guaranteed solution for renewiing your weadwred and leaking roof, roof to crem a durable,glossy,searnim membrane is and proLects againstnen i r,ukTavlolet light and smre weather,By 95%of what is i not ons axwA the life of your rod,you amidfor n f tear f l All GacoFlex Silicone Roof Coatings cany a 50 Year Limited forming a MaterialLabor&Material Warranty is available ,; dremIcal bond between S „1Jfl�ss 4�Sriil t r the coatings malmles Is appRed r /Filler and according to w4 mu to owting i It .a �1 t V{ijtt 1�S13� t 14��S y �s (�iltlli}>rtiw � z protection, 42225 - Ird Page 1120 of 1197 a �t Y ,....5,:: ss,�`, S<.. I t , i, ,. „ , . ..4: -...M1 i r� . _:a ... G ,$ �,. �',SQ��jyl;,tf t. t S 45< ;._•.. _.� a :. ��� �....�i ....�r. t,�{u s,,,,t,;.r���}aa� i2),`„,•t.:. "0 smtA3 lar xMB## M � � _ xws � ar $ RX UPAN ftfti g 1 �' Mal ppw I ,3 fifim1orsk6NDfinelo ......... c 1 `r ....................... b Roma s t m�, �� :,- mu� - ..,. .... ... ..a .. � # # § O _ �fi , .'>r�t �Gpi"��'��k, ��' `��g§ ���r�f. S� 4 ib��iSn m�i'� �"� g �g klaw6 #�"c�n Y`” .2 040b, I 3 a E v,4u:P;,.�`€ � � Iy s � iL d9�nC)r w�e a 'Ot 5reM aT € 51 � ,� 'fw 154 TmwR,e,. 15D mdr! i A 'nm,i 20 m",I", mahard� �Beal I D412 371 "rack g## � #, boU � 156E fad pas t i a,r Neek C?r D412 120b MmIn AVMMW DF 24>� ni' Pais F€ Ew 734F, 11412 swaywaamtIX12 1MSara 9., .Can COMA N1 PAR ine WrSLtl,, Bak �" 4112 12~x'%' NnU �.p} # u�, c"dn'�# cammi miu£EM wNi m"mu�'" n .n-.e ``s,4� ,i 240 m'�, A � 0�:f'694, No F `ad*4 o w� e.a o 11153 20 M!"n NC i e EM 1.r W Nmii pam. 10 nirk lu'remanecambralmwife,u a`"., 1�.#� #, ,� oil .. fi SOW,O "Mgx UNDMICAL ..M. w m _ MUDS 1 -07 voc RM14 POINT ASTA4 D3,276 S' mo4a A�C 3.rye iwwa`�4 iC 3`- 3.. " w2tmmmnImw rrode; commi sAw ,kstCj*dGtmF1w *dRap � � * 3 � IAL apph � :. �,. „� mow APFUCAMON ail jh�irg b WA WA �. . old j.Kj may TIME F N mall gadd CLEM UP GRIM MMA19 f65t t.,... :....,,., ......... m. ........„. .? Ob �t ' z# �t"a �"<Iff, esti"f° n n ,Fn , .F "I c stern fmo Aix" .loss Gm im"'M in 1955 w9h 4 �. &W a unowWo 5�Me tum Imnl r mWIM,-Msl ap ax SOM01 for a� . �,� � �dLq � i � t a € r Page 11 0f 1197 t7 � li'Li w4t"' 7 'i A stay-put solution for, creatin highly-v s- v r t, 4 t t t �\y 1 ?It�t 11 ,1RRr9t1R11,"`` &§ 4 4k ble rooftop 2 walkways.G - WalkPad is an ex(mptionally durable, silo , soot -fine sealant that is ctsmbineda reinforcing agent to provide exceptional durabifiland COMPLETE M resistance and mi. To complete tie It makes the Arnate roaftop walkway because it becomes an integral part of the unlike mnvendonal mats ftt must be labodously adhered to the roof, i ambm r bleW of simply for we&&r GacoRm When applied on top of GacoFley owfings and other rooflng W&PadmSimply s,preadprovides tW granules on top fbr rias maintenance traffic and ft yellow color providesof MlkPad while it �� F he vWbft Usdon ard msWance toGacoFlexlWalkpad can be applied W1h a brushor trowel to make aeafing a rooftDp walkwayf and easy. rcomnt' Page 1122 of 1197 5, 'v 1' t ,Jt'-,1 s ft.l+,\ ,t lt�I f ;t � `,.;; ,.`;, t 4 s,, A,1i Z s,., s,t) t�rt„ ,rt J,t,}It r 1 +,o, I � 1,J'�. f. t}.((}t, 1 1l ,J4 1 t+c,u,� 'cS1\ ( !, t 1 , ,,, ;,S}R .,,(1 ,\,.r,,.1s t s ,,,�l jj n , , ,. , ., i ,,.r:. nr r -t�.i 1, "\,,.. t ,}t,y,. r\tt ":�}1 t,,,1.,�, Is I;' f .:.ir + !., rs) ,:tj ttll t�,l`f?r:1, 1 ,,+i.1) i r,\4�� re !; ,�' ,a, tr: c G r s,."", ,,I fi )) +lf lS�,, rJ,jl ll i;�,�Ilt t ` t441 5„ u S y} a ,{;�`�! 1,yr iSr I:-ltt�„ ri}Syy, tr,\„ S.. Ci fry_ \a a t c n',>sAtii t'7 7 'or , wine: ,S(,, 'A. .... .. pry« yy - �„y -y, #� p�(� yry� ryggyy (` 'u SumOnsp,A1 bit�i'�a��s�.V” �G 'd ��itlS mums s.&4�{ar �irUit�-a5� s s. e Od _... -. l s `� ���•�S"�1�( �+fie '1 ���r&"Sak�`$��av #� y ANFESUM � O*g X md 11 �f"l,razin * rromd kovod A prow_no he 1 ..... . .,m... MON,SMOO }&� ..,,. n... ... - .,.,.� .. U UO SOUDS lj s ..... __... q p"l INau u I Know WON MOW ByQUA coma OftwalaT.For dd sodurqOWN kaw rt`.�� a?;rat d 4 pli p V Sq, 143 Rlull Aimlo*yi"�#xt#�'t��—�"iiz�3�;�" z��°kt.�t"s" t,.,"v""s��'��'as i��+�'.z��.t,.#�'�'b``�'#t:.: �'.� aka` 'h .=�"'�" �' �' m _ - 9rr"QB #:W i. kw`.xAF!SO sr.k–U-S,.s,'h-a W d axwo sI4- -t , t s " &#E;'r:#� f€ '; ,Um Muftnn," --��'�n,,nra�"'w �E7.m0 i� '�l Vii, r din�-,��3; '9 i, t'�' mm b*,a'r .y�t,�wd Wan d1h h#'cft in WS ,t awlfa?t'�K%l' Juni, n. Page 1123 of 1197 M4W 4Wpow Inch Iftiffin(Won FmMd us organ park mRL q I 7pod SLIPPWAIL LAWN, MOON Pob 04=10&4- M co be pickma;up mad sigm for t REN=Wlddwbftmrodmfbm samd' s um Md I LS do Wool am CM SM at ft mkdnmn mm ds4wd moo per mmurs"Loqu FRIUMNS NOW ION END on 50 m D M*Adkm an CMM*bvLvft immicust"paIN hand mw oppikado Ps ftww1&Zkvm V p so ma ;XVPLT ALL LASM MAYON&TM WUij—WFA—LVMK r b... ift"k Bfift Am S 7 UPINVOW MRTMNWFCWMWCFWWBDVNMBMUMMFACIMUob u haul um am plow(a pot m"an nw OW prom ulft pu rmmbmmm 2 Ls 44 ow oe ksbcdm if vomommom d FlUmcdon 1&4M g t®� m� 1 j amod T Lt Name of Firm luhmhft Dad Pmposd Jklo PRIAM Morn of Param Sahmoft Ed RqpwW R Page 1124 of 1197 Pmducb Company,LLC 200 Vh AV$Mm 8" NMMUk TN 37201 July 8, 2019 Attention:Anthony Flett LISCOR"no speciallsix 500 Fsmiera Market Rd., Ste. 5 Fort Pleme, FL 34962 Dear Anthony Flett, 'This is to certify Us COATING SPECIAUSTS has been renewed as a certMed Geco WiDgem Qualffied ApplicaWr in Elastomedc Coefings. U8 COATING SPECIALiSTS is a qualffied to property apply Geco's Metal Roof, Smooth Bulk Up Roof, Single Ply Roof, and Foam Roof Recast In accordann specMcaflons. Pl&ue do riot hesbte to contact nn or yourAres Manager, Ifyou have any questlorm. Sincerely, Maria Lang Warranty Coordinator kMLMEkG&&WwjLwrn cc: of Denny—G000 Awe Manager Page 1125 of 1197 h� A-' v SUPPLYALL LABOR, NO, I South kddb% SUPERVISION FOR (10,000 WL+/- FACIMY Pob Site to PPM Renwve all debris ftm roof surface. Pressure 4;;n endre r Repair all a riis Lted ,p t p P�ra,Pipes,norm,flashIm roof _ !� ri r mix)On rodi; parapet walls Install one coat S20 at the minimum Me Of 34 wet mils per manufacturers I ®. - ® parapet we 1 I r all Inspect and provide year full warranty an Remove all debris from reaf surface. rexiore dean antlre;;of surface and MOM using Gaco Wash Concentraced rkable r i _ ! ! 9 ean surface seams,fiaslilqL roof 9 :11 epoxyp mer part mix)on roof and parapet wes 11�per manufacturers Insbill one coat S2D at the minimum rate of 34 wet mlis per manufacturers Hand roll S20 an alls UP to metal Cap per manufacturers Instuctions. &�y brush;2nd C,08tqp1XkL1Land!d �WalkPad where applicabje per manufacturers! stucdonL_ Upon completion of projoict a GawFlex representative shall Inspect and provide warrentj paperwork r10 year warranty ! leak; labor r 11mitled ibe li GACO Ishall e �ZL e� -Contact Howard Karr at S61-742-M7 for roof access between ft hours of 9: I ilip li ! m Page 1126 of 1197 Grand Total old PH� f� Sand,& ���t��C ���� -j � �u Grand Total Mid,P li fqF nth� Sc Oulldli g � �O A&C -44 ee ... .a . ,, Name of Iry bml!- t lug Dl ii, of Pewn,. .� a a - Name of PersomSsu Page 1127 of 1197 N110" ma -2, x 1 141 FORTUNE,WAY S-16 ' R June 24,2019 RE'West Utliftles Roof 7bblab w111 take us approdmatelydays to COMPlate UPOnobtaining the approved materials and cerMcadon Subs used for this project . rmandly Roaflng & A/C Inc. VC# CCC-1327680. 7hey will obtall, certiftcatlon letter upon being awarded the job.11'wre Is a one dad in Lake 'Worth.Tlmy are alivady cert1fled to use, Lucas SM0,which Is a Compeftble . Lkm Addis V.P. Inc, 1 Page 1128 of 1197 wyllml TOM , &ME mp .■ kmmdm mWormHurkm, ■Onaw Rlp* #wm NJ nu&4vmpnkmK, ftitft me cutmwr9mm. ! LS A E4=apwpkw ppma mmon mearwpffirmmuftwAm Liglumm . Hmd rd man mlfpKomvnb up tomsw=p, ■swumm kmdsFmdmOFlMmwpmA . � . ar ■ AMY ALL MWk MNMAL%7=4. ... .WAUPWWARNMMRFvSVPKMMD ! , NdftW=SUFUNBM FORTHE FADFCDAMN pAuxftr « ■ walabbdualuffm Rmp*alwmm MEN* . , & , cut m , . ,w9mmmwbftwAw.k Apmpatwbpwmmuhdwn , LS m ■ m ! ■ , ! Adftxkna 3ftm .■ , � . � . 6 . . ! ! � ! Cum Nam of ,AAM. Page 1129 of 1197 6.C. CONSENTAGENA 8/20/2019 0 CITY OF BOYNTON BEACH AGENDAITEM REQUEST FORM COMMISSION MEETING DATE: 812012019 REQUESTED ACTION BY COMMISSION: Approve e one-year extension for RF PsIB ids an or piggy-backs for the procurement of services and/or commodities ri in the written report for August 20, 201NRequest for Extensions and/or Piggybacks." EXPLANATION OF REQUESTAs required, Finance/Procurement Department su requests for award to theCommission; requests for approval n r into contracts and agreements as the result of formal solicitations, and to piggy-backo r n I contracts. ions to eABnd or renew are noted in the"Agenda Request I presented to Conwrission as part of e initial approval process. Procurementprovide an accurate andefficient keep the Commission Informed in renewals and the anticipatedexpenditure reducing a paperwork of processing each renewal n extension individually and surnmariAng the information in a monthly report( s required). VENDOR(S) DESCRIPTION OF SOLICITATIONT SOLICITATION . I PRE-QUALIFIED 018-2511-18/IT AUGUST20, INDIVIDUAL CONTRACTORS2019 TH RU P J CTS E&E ELORIDA MINOR CONSTRUCTION AUGUST 19, NOTTO ENTERPRLSE& SERVICES2020 EXCEED I 75,000.00 CREATIVE APPROVED CONIRACIING BY CITY MANAGER; INDIVIDUAL LICPROJECTS _ UCTIEXCEEDING $75,000.00 ILL BE BROUGHT BACKTO CITY COMMISSION. BALLARD RFP FOR APPROPRIATION071-121 1 1IT OCTOBER NOTTO PARTNERS, INC. LOBBYIST SI 1, 201EXCEED THRU $60,000.00 SEPTEMBERANNUALLY 2020 KONICA COPIERS/13RINTERS/SCANNERSPIGGYBACK AUGUST04, ANNUAL MINOLTA STATE OF 2019 THRU ESTIMATE BUSINESSL I $70,000.00 SOLUTIONS CONTRACT 03, 2020 0 11-1 HOW ILL THIS AFFECT CITYICES? This renewal report will be used for those enlirilatinna rn �rfclanr ani nin r-har4a fhof ro r au 1a nri v"fh Ifto aorna forma=M rnnriitinna 97 FNy%fy--� u IU�� _pU I U 4 1 "vo and pricing as the initial award. FISCAL IMPACT- Budgeted Budgeted funds have been budgeted under line 1t8mS as noted on the attached report ALTERNATIVES: Not approve renewals and require new solicitations to be issued. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: ............................. ............................. ............................. Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Addendum Anzco- Minor Construction Exacuted Renewal Interest Letter D Addendum Renewal Interest Letter- ( :re tie Contracting Group) D Addendum Renewal Interest Letter- (Repubk) D Addendum Piggyback- Renewal Arwrmd. 9 Konica Minolta-8-2-- 19 u Addend= Renewal Interest Letter- Ballard Partners, Inc. D Addendum REQUESTS FOR BID EXTENSIONS AND PIGGY-BACKS 8-20-19 PPQ@c@l 10 OW 1197 The City of FAX. 316 t July 24,2019 John Zak, President nco, Inc. VIA IL TRANSMITTALT c rsin . rru MINORT CTISERVICES RFQ .: 0 18-2511-1 /IT CURRENT AGREEMENT : AUGUST 20, 2018—AUGUST 19, 2019 Dear Mr. k; The current agreement r for the'MINOR T I SERVICES"ON fires August 1 , 2019- The a 1 _Thea ree ent documents allow forthree (3) additional one(1)year extensions a would like to extendthe bid for an additional one-year period withthe same terms, conditions and pricing. Please indicate your response n the following a return it to Procurement Services via email to a 2Le@_bbfI.us at your soonest convenience. if you should have any questions, please do not hesitate to II Eric Manner, Buyer at( 1)742-6318. Sincerely, o- AA,-MQ Tim o r Assistant City Manager-Administration cc: Andrew Mack, Director of Public WorksPublic Gail Mootz, Project Supervisor, Public Works, Facilities Maintenance Central File FII America's Gateway to the GuUtream1 197 The City of aya FAXP061104M316 J _ July 24, 2019 MINOR CONSTRUCTION SERVICES RFQ .: 018-2511-18/IT CURRENT AGREEMENT TERM: AUGUST 20, 2018 AUGusr 19, 2019 Agreement between the City of Boynton Beach and An o, Inc. AUGUSTAGREEMENT RENEWAL TERM: i —AUGUST 19, 2020 Yes, I agree to renew the existing agreement under the some terms, conditions, and pricing for an additional one-year term. No, I do not wish to renew the bid for the following reason(s) Anzco, Inc. t' N TUR ET TIV TiTL (please print) T (A R E A C�O6��) E L E UH 0 N�EN U M UBE R� E-MAIL America's Gateway to the Gulf Stream PPQ0§1QJf3QP1197 CITY OF BOYNTON BEACH REQUESTS FOR BID EXTENSIONS AND PIGGY-BACKS Augo st 20, 2 019, REQUESTING DEPARTMENT.PUBLIC WORXS DEPARTMENT CONTACT.And Mack TERM.,August 20,2019 to August 19,2020 SOURCE FOR PURCHASE.RFQ No.018-2511-2811T(Resolution R18-104) ACCOUNT NUMBER:431-251S-534-3462 VENDOR(S):ANZC0,Inc.;E Florida Enterprises,Inc.dba Creative Cantrocting Group;Republic Constmcoon Corp. ANNUAL ESTIMATED EXPENDITURE.ACCOUNT NUMBER:Each requirement processed against this open-end contract will befun by the appropriate funding source at the time of release. DESCRIPTION. On August 7,2018, City Commission awarded Resolution#RI8-104 to establish a pre-qualified list of vendors in accordance with Request for Qualifications(RFQ)No.018-2511-1811T"Pre-Qualification of Contractors for Minor Construction Services"and authorize the City Manager to award individual projects not exceeding$75,000. The Agreement allows for four(4)additional one-year renewal terms contingent upon satisfactory vendor performance,mutual agreement and determination that the renewals are in the City's best interest. The vendors have agreed to renew the Agreement for an additional one-year renewal term. REQUESTING DEPARTMENT.CITY MANAGER'S OFFICE DEPARTMENT CONTACT:TIM HOWARD TERM:August 20,2019 to August 19,2020 SOURCE FOR PURCHASE.RFP No.071-1210-1711T ACCOUNT NUMBER:001-1210-512-49-17 VENDOR(S):BALLARD PARTNERS,INC. ANNUAL ESTIMATED EXPENDITURE.NOT TO EXCEED$60,000 DESCRIPTION: On November 07,2017, City Commission approved a one-year contract with Ballard partners, Inc.for lobbyist services. The Agreement allows for three(3)additional one-year renewal terms with the some prices,terms,and conditions. The vendor has agreed to renew the Agreement for the second one-year renewal option thru September 30,2020. REQUESTING DEPARTMENT.FINANCEIPURCHASING DEPARTMENT CONTACT.Randy Wood TERM:August 04,2019 to FLebruary 03,2020 SOURCE FOR PURCHASE.State of FL Contract No.600-000-11-1 ACCOUNT NUMBER:Various-Citywide VENDOR(S): on Minolta Business Solutions ANNUAL ESTIMATED EXPENDITURE.$70,000 DESCRIPTION: In April,2011,City Commission authorized piggybacking the State of Florida Contract for Multifunction Copiers. . 4197 The Contract has been continuously renewed by the State and the City since the time of award. The final renewal option was valid thru August 3,2018. The State is in the process of soliciting and awarding replacement contracts;however,additional time was required.On August 4,2018, the State executed Amendment 7 to the Contract extending it thru February 3,2019. On September 6th, 2018, the City commission approved the extension through February 3,2019. The State was still in the process of soliciting and awarding a replacement contract.As a result,the State executed Amendment 8 to the contract extending it thru august 3,2019.The State continues to be in the process of soliciting and awarding a replacement contract. Therefore,the State has executed Amendment 9 to the contract extending it thru February 3,2020. I 1! i; i f I i F If s t� II 197 8.A. PUBLIC HEARING 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO.19-027 - SECOND READING -Approve proposed code language implementing Sustainable Development Standards recommended by the Climate Action Plan and CRA Redevelopment Plan (CDRV 19-005) -Amending the LAND DEVELOPMENT REGULATIONS: Chapter 4. Site Development Standards. Applicant: City-initiated. EXPLANATION OF REQUEST: In the fall of 2017, city staff assembled a Sustainability Committee and began meeting bimonthly to initiate a revision to the City's Climate Action Plan (CAP) and review departmental Action Plan responsibilities. Planning staff took the lead on developing a new section of the Land Development Regulations (LDR)titled "Sustainable Development Standards" to achieve the above-stated CAP objective and further the depth and quality of the City's environmentally-sensitive standards. Over the past seven months, Planning &Zoning staff and the Sustainability Coordinator worked together on the following tasks: 1. Reviewed existing sections of the LDR that address aspects of sustainability (e.g., urban design, landscape design, lighting, transportation and parking, water conservation, and stormwater management); 2. Reviewed other cities' regulations for best practices in requiring or incentivizing sustainable development; and 3. Drafted a list of sustainable site and building design features, and an associated point system, to ensure that developments meet a required threshold for sustainable design. The intent of the Sustainable Development Standards is to require new development and redevelopment projects to utilize a level of site and building design options that conserve energy, promote a healthy sustainable landscape, support public health and safety, and otherwise increase the development's sustainability. The standards ensure that developers implement"green" practices above and beyond the City's existing Code requirements, yet allow them to choose which specific practices they will implement to achieve the required number of points. 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: Page 1136 of 1197 CLIMATE ACTION DISCUSSION: Amendment to the Land Development Regulations to implement the Climate Action Plan. Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Ordinance Ordinance approving creating of Sustainable Development Standards D Staff Report Staff Report D Amendment Exhibit A® Sustainable Development Regulations Page 1137 of 1197 I ORDINANCE NO. 19 - 2 3 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, 4 FLORIDA AMENDING LAND DEVELOPMENT 5 REGULATIONS, CHAPTER 4, "SITE DEVELOPMENT 6 STANDARDS" BY CREATING A NEW ARTICLE XII, 7 ENTITLED "SUSTAINABLE DEVELOPMENT 8 STANDARDS"; PROVIDING FOR PURPOSE AND 9 INTENT, APPLICABILITY, EXEMPTIONS, 10 SUSTAINABLE DEVELOPMENT OPTIONS AND 11 MAINTENANCE; PROVIDING FOR CONFLICTS, 12 SEVERABILITY, CODIFICATION AND AN EFFECTIVE 13 DATE. 14 15 WHEREAS, the purpose for creating Sustainable Development Standards is to require 16 new development and redevelopment projects to utilize a level of site and building design 17 options that conserve energy, promote a healthy sustainable landscape, support public health 18 and safety and increase the development's sustainability; and 19 WHEREAS, the standards ensure that developers implement"green" practices above 20 and beyond the City's existing Code requirements yet allow them to choose which specific 21 practices they will implement to achieve the required number of points. 22 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 23 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 24 Section 1. Each Whereas clause set forth above is true and correct and incorporated 25 herein by this reference. 26 Section 2. That Chapter 4, Article XII, entitled "Sustainable Development 27 Standards"is hereby created by adding the words and figures in underlined type, and by deleting 28 the words and figures in struck-through type, as follows: 29 CHAPTER 4,ARTICLE XII. SUSTAINABLE DEVELOPMENT STANDARDS 30 Section 1. General 31 A. Purpose and Intent. 32 The purpose and intent of these standards is to promote sustainable development practices as a 33 means of addressing global climate change, protecting natural resources, and ensuring a high quality 34 life for existing and future residents. More specifically, it is intended to require new development 35 and redevelopment projects to utilize a level of site and building design options that conserve 36 energy, promote a healthy, sustainable landscape, support public health and safety, and otherwise 37 increase the development's overall sustainability. 38 S:ACA\Ordinances\LDR Changes\Sustainable Development Standards-Ordinance.Docx - 1 - Page 1138 of 1197 39 B. Applicability. 40 All applications for approval of a New Site Plan, Major Site Plan Modification, or Minor Site Plan 41 Modification (resulting in an increase, or replacement, of building square footage by 5,000 square 42 feet or more), involving multifamily and planned unit residential, nonresidential, and mixed use 43 development shall incorporate a sufficient number of sustainable design options from Table 3-1, 44 Sustainable Development Options and Points,to demonstrate achievement of the minimum number 45 of points required below: 46 1. Multifamily residential development consisting of a minimum of 3 dwelling units and up 47 to 25 shall achieve at least 15 points. 48 2. Multifamily residential development consisting of more than 25 dwelling units shall 49 achieve at least 20 points. 50 3. Mixed Use and Planned Unit residential development consisting of a minimum of 3 51 dwelling units and up to 20 shall achieve at least 15 points. 52 4. Mixed Use and Planned Unit residential development consisting of a minimum of 21 53 dwelling units and up to 50 shall achieve at least 20 points. 54 5. Mixed Use and Planned Unit residential development consisting of more than 50 units 55 shall achieve at least 25 points. 56 6. Nonresidential development of a size less than one (1) acre shall achieve at least 20 57op ints. 58 7. Nonresidential development of a size greater than one (1) acre shall achieve at least 25 59op ints. 60 61 C. Exemptions. 62 1. Interior renovations to existing buildings and structures; 63 2. Construction of single-family or duplex dwelling unit on an individually platted lot within 64 single-family or two-family residential districts; and 65 3. Buildings exempt from local building permits or governmental review pursuant to state 66 or federal statutes. 67 D. Sustainable Development Options. 68 Table 3-1, Sustainable Development Options and Points, sets forth a range of sustainable site and 69 building design features and the number of points achieved by incorporating each design feature (or 70 specified levels of the design feature). 71 72 Section 2. Required Sustainable Development Standards (Table 2-1) 1. Required Sustainable Development Standards Outdoor Utilization of Warm White LED lighting for;parking lots, pathway Lighting lighting,accent lighting and exterior building lighting. Butterfly The Landscape Plan is designed to utilize a minimum of 5% butterfly Attracting attracting shrubs and trees in the planting scheme, with a minimum of Landscape three different species of plant material. Material S:ACA\Ordinances\LDR Changes\Sustainable Development Standards-Ordinance.Docx - 2 - Page 1139 of 1197 Electric Provision of a Level 2 charging station capable of servicing twoparking Charging spaces for every fifty(50) dwelling units, or fraction thereof, in Stations residential developments and one (1) per every 50,000 square feet of non-residential development. White Roof Required for all projects utilizing flat surfaces, roof must be white. 73 74 75 Section 3. Sustainable Development Options and Points (Table 3-1) 1. ENERGY Heat Island The use of any combination of the following strategies for areas of the Reduction non-roof impervious site(including road, parkinglots, driveways, sidewalks and courtyards). • Provision of shade within parking/ pedestrian areas from open structures, such as pergolas,i covered walks, parking lot ' sunshades, etc., with a Solar Reflectance Index(SRI)of 29,as demonstrated by the manufacturer or the architect or engineer of record, i • Use of only paving materials with a Solar Reflectance Index (SRI) of 29, as demonstrated by the manufacturer or the architect or engineer of record. • Use of only canopy trees within, and along the perimeter of parking lots,following the regulations in the Landscape Code' for"Large Landscape Islands". 25%of the non-roof impervious site 2 50%of the non-roof impervious site 4 75%of the non-roof impervious site 6 Efficient+ All air conditioners are Energy Star qualified. Minimum SEER 16. 2 Cooling Efficient At least 75%of hot water on premises is heated via Energy Star 2 Water Certified water heaters or solar water heaters. Heating Cool Roof Use roofing materials that have a Solar Reflectance Index (SRI) �!75 for 2 low-sloped roofs (<2:12) or 25 for steep-sloped roofs(>2:12)for a minimum of 75%of the roof surface. Building Utilization of white or cool light colors for the body of buildings to 2 Color reflect rather than absorb heat and reduce cooling costs. Accent and trim colors are not limited to these choices. S:ACA\Ordinances\LDR Changes\Sustainable Development Standards-Ordinance.Docx - 3 - Page 1140 of 1197 Shade Where provisions of shade structures are not required per code: 4 structures Structures such as awnings, screens, louvers, or other architectural for devices shall cover a minimum of 50%of glazed openings. Buildings Where provisions of shade structures are not required per code: 6 Structures such as awnings, screens, louvers, or other architectural devices shall cover a minimum of 75%of glazed openings. Skylights The primary building is constructed with skylights that provide at least 1 10%of the light necessary for daily use on the story on which the skylights are located. Renewable A portion of the energy used by 15%minimum 4 Energy the primary building is 30% minimum 8 generated using solar panels, 45% minimum 12 wind turbines, or other renewable source located onsite. Solar Install solar water heating rather than gas or electric. 2 Heated Pool Lighting Provide energy efficient lighting such as LED lighting for building 1 interiors for 100%of proposed lighting. Energy star All appliance with in a building are 100%energy star. 2 appliances Insulation Provide increased insulation to achieve a minimum R-19 in walls and 2 R-38 in the ceiling. 76 2. Recycle&Waste Reduction Recycle For all new roadways, parking lots, sidewalks, and curbs. 2 Contentin infrastructure Building A minimum of 50%of the building materials used are to be green 2 Material materials, recycled, locally-produced materials, or sustainably- harvested wood. Recycle Recycle chute(s) in Mixed Use Districts and dumpster,;which include 1 station a recycle station. dumpster area 77 78 79 S:ACA\Ordinances\LDR Changes\Sustainable Development Standards-Ordinance.Docx - 4 - Page 1141 of 1197 3. Water Conservation &Management Reuse Utilization of reuse water for irrigation (if adjacent to site). 2 Water Utilization of reuse water for irrigation (if requested and approved by 4 the Utilities Department to be brought to the site). Rain The development includes rain gardens designed with native plants Gardens material installed in a sand/soil matrix soil bed with a mulch cover laver. (Bio-swale or Bio- Commercial: consisting of a minimum of 1,000 square feet 3 retention System) Multifamily or Mixed Use with less than 50 units : consisting of a 2 minimum of 500 square feet. Multifamily or Mixed Use with more than 50 units : consisting of a 3 minimum of 1,000 square feet. Rain Water At least 75%of rain water from the roofs of structures is captured and 4 Reuse recycled for landscape irrigation. Permeable Permeable surfacing materials are 25%minimum 4 Parking used for some or all of surface 50% minimum 6 Surfaces parking areas- 75%minimum 8 Permeable Permeable or acceptable natural surfacing materials are used for all 3 Sidewalk sidewalks. Surfaces Vault Utilize a vault system for stormwater management to maximize usable 4 System open space on urban sites. 80 4. URBAN NATURE Green Roof At least 50%of the total surface area of the principal building's roof is a 6 green roof constructed in accordance with ASTM green building standards. At least 75%of the total surface area of the principal building's roof is a 8 green roof constructed in accordance with ASTM green building standards. Green Wall Provide a minimum of 300 square feet of an irrigated vegetated wall, 2 which is visible from right-of-way or private amenities. Provide a minimum of 600 square feet of an irrigated vegetated wall, 4 which is visible from right-of-way or private amenities. Provide an entire facade(over 600 square feet) of an irrigated vegetated wall, which is visible from right-of-way or private amenities. 6 S:\CA\Ordinances\LDR Changes\Sustainable Development Standards-Ordinance.Docx - 5 - Page 1142 of 1197 Nature Path Public pedestrian and/or bicycle access to natural elements is provided I or Trail by a bike or pedestrian path or trail that isi at least one-fourth mile long and does not intrude on or unduly harm existing natural features. Public pedestrian and/or bicycle access to natural elements is provided 2 by a bike or pedestrian path or trail that is at least one-half mile long and does not intrude on or unduly harm existing natural features Parking At least 50%of the total surface area of the top of the parking structure 4 Structure, is a green roof or green wall. Green At least 75%of the total surface area of the top of the parking structure 6 is a green roof or green wall. The total surface area of the top of the parking structure is a green roof 8 or green wall. Tree Provide canopy trees in an amount that exceeds the minimum number 2 Canopy of required trees by 10%. Provide canopy trees in an amount that exceeds the minimum number 3 of required trees by 15%. Provide canopy trees in an amount that exceeds the minimum number 4 of required trees by 20%. Provide canopy trees in an amount that exceeds the minimum number 5 of required trees by 25%. Community Within residential or mixed use projects, the dedication of permanent 3 Garden and viable growing space and related facilities (such as greenhouses) at a minimum of 10 square feet per unit, and including the provision of fencing,watering system, soil, and secured facilities garden tools/equipment. Habitat Using only native or Florida Friendly plant species, restore pre- 4 Restoration development native habitat on the project site in an area equal to or greater than 10%of the development footprint, working with a Landscape Architect to ensure that restored areas feature waterwise, native and drought tolerant plants. Minimum Provision of usable common open space in excess of code requirements Open Space by up to 20%.The designed space shall not have any dimension less than 4 75 feet. 81 82 S:\CA\Ordinances\LDR Changes\Sustainable Development Standards-Ordinance.Docx - 6 - Page 1143 of 1197 83 S. TRANSPORTATION Parking At least 75%of the development's total number of required off-street 2 Structure parking spaces is contained in a parking deck or garage. Electric Provide two (2) over the required number of electric car charging 2 Charging stations. Stations Provide four(4) over the required number of electric car charging 4 stations. Facilities for • Indoor or self-contained bicycle storage lockers equal to a 2 Bicycle minimum of 3%of the vehicle parking spaces required with Commuters the non-residential development. 4 Shower and dressing area for the employees, in.:addition to the above. 84 6. Other Sustainable Development Opportunities Other The development includes other green features that conserve energy, Up to 6 promote a healthy landscape, support public health and safety, or increase sustainability—points to be awarded at the discretion of the i Development Director. 85 86 Section 4. Maintenance 87 Sustainable Development Points obtained shall be maintained by the responsible entity. 88 89 Section 3. Each and every other provision of Land Development Regulations 90 Chapter 4 not herein specifically amended shall remain in full force and effect as previously 91 enacted. 92 Section 4. All ordinances or parts of ordinances in conflict herewith be and the same 93 are hereby repealed. 94 Section 5. Should any section or provision of this ordinance or portion hereof, any 95 paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, such 96 decision shall not affect the remainder of this ordinance. S:ACA\Ordinances\LDR Changes\Sustainable Development Standards-Ordinance.Docx - 7 - Page 1144 of 1197 97 Section 6. Authority is hereby granted to codify said ordinance. 98 Section 7. This ordinance shall become effective immediately. 99 FIRST READING this day of 2019. 100 101 SECOND, FINAL READING AND PASSAGE this day of 102 , 2019. 103 104 105 CITY OF BOYNTON BEACH, FLORIDA 106 107 YES NO 108 Mayor— Steven B. Grant 109 110 Vice Mayor—Justin Katz 111 112 Commissioner—Mack McCray 113 114 Commissioner—Christina L. Romelus 115 116 Commissioner—Ty Penserga 117 118 VOTE 119 ATTEST: 120 121 122 123 Crystal Gibson, MMC 124 City Clerk 125 126 127 (Corporate Seal) 128 S:ACA\Ordinances\LDR Changes\Sustainable Development Standards-Ordinance.Docx - 8 - Page 1145 of 1197 DEVELOPMENT DEPARTMENT PLANNING AND ZONING DIVISION MEMORANDUM NO. PZ 19-017 TO: Chair and Members Planning and Development or THRU: Ed Breese Planning andZ�ojng Administrator FROM: Rebecca Harvey, Sustainability Coordi or Amanda Bassiely, Principal Planner DATE: May 6, 2019 PROJECT NAME: Sustainable Development Standards C 19-005 REQUEST: Review the proposed Sustainable Development Standards The City has prioritized environmental sustainability since 2008 with the creation of a Green Task For and Green Community Alliance, and the adoption of its first Climate Action Plan (CAP) and Greenhouse Gas Emissions Inventory in 2010. Objective 4.5.2 of the 2010 Climate Action Plan is to "Revise the Land Development Regulations (LDRs)as needed for policy and short-term land development decision-making that supports the CAP." The first recommended action to achieve this objective is to "Govern the City by'green' or's ustai nable' Land Development Regulations with different'tiers' (for example, for single family, multi-family, commercial) of design criteria to provide a variety of incentives to landowners/developers." In fall 2017, the staff Sustainability Committee began meeting on a bimonthly basis to initiate a CAP revision and review departmental responsibilities for CAP actions. Planning staff took the lead on developing a new section of the LDRs, titled "Sustainable Development Standards"to achieve the above-stated CAP objective. Over the past seven months, Planning staff and the Sustainability Coordinator have worked together on the following tasks: 1) Review existing sections of the City's LDRs that address aspects of sustainability(e.g., urban design, landscape design, lighting, transportation and parking, water conservation, and stormwater management) 2) Review other cities' regulations for requiring or inoentivizing sustainable development 3) Draft a list of sustainable site and building design features, and an associated point scale, to ensure that developments meet a required threshold for sustainable design The intent of the Sustainable Development Standards is to require new development and redevelopment projects to utilize a level of site and building design options that conserve energy, promote a healthy sustainable landscape, support public health and safety, and otherwise increase the development's sustainability. The standards ensure that developers implement"green" practices above and beyond the City's existing Code requirements, yet allow them to choose which specific practices they will implement to achieve the required number of points. Page 1146 of 1197 To comply with the Sustainable Development Standards, all projects must incorporate specific required design features (i.e., it roof, outdoor lighting, butterfly attracting landscape material, and electric vehicle charging stations). Beyond that, new developments must meet a specified point total by selecting a number of design options across five categories: • Energy • Recycling &Waste Reduction • Water Conservation & Management • Urban Nature • Transportation The point requirements are tiered based on size and type of development such that larger developments, mixed use and planned unit residential, and nonresidential developments must obtain higher numbers of points. Please note that it is not the intent of the standards to provide comprehensive scientific or technical information about sustainability best practices, nor to be an all-inclusive list of sustainable design methods. Applicants are encouraged to propose other sustainable design options, especially those that may relate better to their development. S.,kPlanningkSHAREDI WPISPECPROJkCODE REVIEMCDRV 19-005 Sustainable Development Standards%DRAF'r—SDS staff memo to PD Board.doex Page 1147 of 1197 EXHIBIT A Part III,CHAPTER 4,ARTICLE XII. SUSTAINABLE DEVELOPMENT STANDARDS Section 1. General A. Purpose and Intent. The purpose and intent of these standards is to promote sustainable development practices as a means of addressing global climate change, protecting natural resources, and ensuring a high quality life for existing and future residents. More specifically, it is intended to require new development and redevelopment projects to utilize a level of site and building design options that conserve energy, promote a healthy, sustainable landscape, support public health and safety, and otherwise increase the development's overall sustainability. B. Applicability. All applications for approval of a New Site Plan, Major Site Plan Modification, or Minor Site Plan Modification (resulting in an increase, or replacement, of building square footage by 5,000 square feet or more), involving multifamily and planned unit residential, nonresidential, and mixed use development shall incorporate a sufficient number of sustainable design options from Table 3-1, Sustainable Development Options and Points,to demonstrate achievement of the minimum number of points required below: 1. Multifamily residential development consisting of a minimum of 3 dwelling units and up to 25 shall achieve at least 15 points. 2. Multifamily residential development consisting of more than 25 dwelling units shall achieve at least 20 points. 3. Mixed Use and Planned Unit residential development consisting of a minimum of 3 dwelling units and up to 20 shall achieve at least 15 points. 4. Mixed Use and Planned Unit residential development consisting of a minimum of 21 dwelling units and up to 50 shall achieve at least 20 points. 5. Mixed Use and Planned Unit residential development consisting of more than 50 units shall achieve at least 25 points. 6. Nonresidential development of a size less than one (1) acre shall achieve at least 20 points. 7. Nonresidential development of a size greater than one (1) acre shall achieve at least 25 points. C. Exemptions. 1. Interior renovations to existing buildings and structures; 2. Construction of single-family or duplex dwelling unit on an individually platted lot within single-family or two-family residential districts; and 3. Buildings exempt from local building permits or governmental review pursuant to state or federal statutes. D. Sustainable Development Options. Table 3-1, Sustainable Development Options and Points, sets forth a range of sustainable site and building design features and the number of points achieved by incorporating each design feature (or specified levels of the design feature). 1 Page 1148 of 1197 EXHIBIT A Section 2. Required Sustainable Development Standards (Table 2-1) 1. Required Sustainable Development Standards Outdoor Utilization of Warm White LED lighting for parking lots, Pathway lighting, Lighting accent lighting and exterior building lighting. Butterfly The Landscape Plan is designed to utilize a minimum of 5%butterfly Attracting attracting shrubs and trees in the planting scheme,with a minimum of Landscape three different species of plant material. Material Electric Provision of a Level 2 charging station capable of servicing two parking Charging spaces for every fifty(50) dwelling units, or fraction thereof, in Stations residential developments and one (1) Per every 50,000 square feet of non-residential development. White Roof Required for all projects utilizing flat surfaces, roof must be white. Section 3. Sustainable Development Options and Points (Table 3-1) 1. ENERGY Heat Island The use of any combination of the following strategies for areas of the Reduction non-roof impervious site (including road, parking lots, driveways, sidewalks and courtyards). • Provision of shade within parking/ pedestrian areas from open structures, such as pergolas, covered walks, parking lot sunshades, etc., with a Solar Reflectance Index (SRI) of 29, as demonstrated by the manufacturer or the architect or engineer of record. • Use of only paving materials with a Solar Reflectance Index(SRI) of 29, as demonstrated by the manufacturer or the architect or engineer of record. • Use of only canopy trees within, and along the perimeter of parking lots,following the regulations in the Landscape Code for "Large Landscape Islands". 25%of the non-roof impervious site 2 50%of the non-roof impervious site 4 75%of the non-roof impervious site 6 Efficient All air conditioners are Energy Star qualified. Minimum SEER 16. 2 Cooling Efficient At least 75%of hot water on premises is heated via Energy Star Certified 2 Water water heaters or solar water heaters. Heating 2 Page 1149 of 1197 EXHIBIT A Cool Roof Use roofing materials that have a Solar Reflectance Index(SRI) �!75 for 2 low-sloped roofs (<2:12)or 25 for steep-sloped roofs (>212)for a minimum of 75%of the roof surface. Building Utilization of white or cool light colors for the body of buildings to reflect 2 Color rather than absorb heat and reduce cooling costs. Accent and trim colors are not limited to these choices. Shade Where provisions of shade structures are not required per code: 4 structures Structures such as awnings, screens, louvers, or other architectural for devices shall cover a minimum of 50%of glazed openings. Buildings Where provisions of shade structures are not required per code: 6 Structures such as awnings, screens, louvers, or other architectural devices shall cover a minimum of 75%of glazed openings. Skylights The primary building is constructed with skylights that provide at least 1 10%of the light necessary for daily use on the story on which the skylights are located. Renewable A portion of the energy used by 15%minimum 4 Energy the primary building is 30% minimum 8 generated using solar panels, 45% minimum 12 wind turbines, or other renewable source located onsite. Solar Install solar water heating rather than gas or electric. 2 Heated Pool Lighting Provide energy efficient lighting such as LED lighting for building interiors 1 for 100%of proposed lighting. Energy star All appliance with in a building are 100%energy star. 2 appliances Insulation Provide increased insulation to achieve a minimum R-19 in walls and R- 2 38 in the ceiling. 2. Recycle&Waste Reduction Recycle For all new roadways, parking lots,'!sidewalks, and curbs. 2 Content in infrastructure Building A minimum of 50%of the building materials used are to be green 2 Material materials, recycled, locally-produced materials, or sustainably- harvested wood. 3 Page 1150 of 1197 EXHIBIT A Recycle Recycle chute(s) in Mixed Use Districts and clumpster,which include a 1 station recycle station. clumpster area 3. Water Conservation &Management Reuse Utilization of reuse water for irrigation (if adiacent to site). 2 Water Utilization of reuse water for irrigation (if requested and approved by 4 the Utilities Department to be brought to the site). Rain The development includes rain gardens designed with native plants Gardens material installed in a sand/soil matrix soil bed with a mulch cover laver. (Bio-swale or Bio- Commercial: consisting of a minimum of 1,000 square feet 3 retention System) Multifamily or Mixed Use with less than 50 units : consisting of a 2 minimum of 500 square feet. Multifamily or Mixed Use with more than 50 units :consisting of a 3 minimum of 1,000 square feet. Rain Water At least 75%of rain water from the roofs of structures is captured and 4 Reuse recycled for landscape irrigation. Permeable Permeable surfacing materials are 25%minimum 4 Parking used for some or all of surface 50% minimum 6 Surfaces parking areas. 75%minimum 8 Permeable Permeable or acceptable natural surfacing materials are used for all 3 Sidewalk sidewalks. Surfaces Vault Utilize a vault system for stormwater management to maximize usable 4 System open space on urban sites. 4. URBAN NATURE Green Roof At least 50%of the total surface area of the principal building's roof is a 6 green roof constructed in accordance with ASTM green building standards. At least 75%of the total surface area of the principal building's roof is a 8 green roof constructed in accordance with ASTM green building standards. Green Wall Provide a minimum of 300 square feet of an irrigated vegetated wall, 2 which is visible from right-of-way or private amenities. 4 Page 1151 of 1197 EXHIBIT A Provide a minimum of 600 square feet of an irrigated vegetated wall, 4 which is visible from right-of-way or private amenities. Provide an entire facade(over 600 square feet) of an irrigated vegetated wall, which is visible from right-of-way or private amenities. 6 Nature Path Public pedestrian and/or bicycle access to natural elements is provided 1 or Trail by a bike or pedestrian path or trail that is at least one-fourth mile long and does not intrude on or unduly harm existing natural features. Public pedestrian and/or bicycle access to natural elements is provided 2 by a bike or pedestrian path or trail that is at least one-half mile long and does not intrude on or unduly harm existing natural features Parking At least 50%of the total surface area of the top of the parking structure 4 Structure, is a green roof or green wall. Green At least 75%of the total surface area of the top of the parking structure 6 is a green roof or green wall. The total surface area of the top of the parking structure is a green roof 8 or green wall. Tree Provide canopy trees in an amount that exceeds the minimum number 2 Canopy of required trees by 10%. Provide canopy trees in an amount that exceeds the minimum number 3 of required trees by 15%. Provide canopy trees in an amount that exceeds the minimum number 4 of required trees by 20%. Provide canopy trees in an amount that exceeds the minimum number 5 of required trees by 25%. Community Within residential or mixed use proiects, the dedication of permanent 3 Garden and viable growing space and related facilities (such as greenhouses) at a minimum of 10 square feet per unit, and including the provision of fencing,watering system, soil, and secured facilities garden tools/equipment. Habitat Using only native or Florida Friendly plant species, restore pre- 4 Restoration development native habitat on the project site in an area equal to or greater than 10%of the development footprint, working with a Landscape Architect to ensure that restored areas feature waterwise, native and drought tolerant plants. 5 Page 1152 of 1197 EXHIBIT A Minimum Provision of usable common open space in excess of code requirements Open Space by up to 201.The designed space shall not have any dimension less than 4 75 feet. S. TRANSPORTATION Parking At least 75%of the development's total number of required off-street 2 Structure parking spaces is contained in a parking deck or garage. Electric Provide two (2) over the required number of electric car charging 2 Charging stations. Stations Provide four (4) over the required number of electric car charging 4 stations. Facilities for • Indoor or self-contained bicycle storage lockers equal to a 2 Bicycle minimum of 3%of the vehicle parking spaces required with the Commuters non-residential development. 4 • Shower and dressing area for the employees, in addition to the above. 6. Other Sustainable Development Opportunities Other The development includes other green features that conserve energy, Up to 6 promote'a healthy landscape, support public health and safety, or increase sustainability-points to be awarded at the discretion.of the Development Director. Section 4. Maintenance Sustainable Development Points obtained shall be maintained by the responsible entity. S:\Planning\SHARED\WP\SPECPROJ\CODE REVIEV\/\CDRV 19-005 Sustainable Development Standards\SUSTAINABLE DEVELOPMENT STANDARDS-POST PD.docx 6 Page 1153 of 1197 9.A. CITY MANAGER'S REPORT 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: A presentation of the proposed activation of the new City Hall Innovation Space. EXPLANATION OF REQUEST: The new City Hall will feature a 1,600 sq. ft. Innovation Space on the first floor that is intended to support Boynton Beach entrepreneurs and start--ups. Staff has researched a few best practices for activation of the space that seek to address our questions. What do we envision for the space? What type of equipment, amenities, and technology would be available in the space?What services will be provided? Based on our research, we identified three options: business incubation space, co-working space, and maker space. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? N/A FISCAL IMPACT: Non-budgeted N/A ALTERNATIVES: Identify an alternative use.. STRATEGIC PLAN: Building Wealth in the Community STRATEGIC PLAN APPLICATION: Supporting entrepreneurship innovates start-up businesses. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: N/A Is this a grant? No Grant Amount: ATTACHMENTS: Type Description D Attachment Presentation of I nnovation Space at New City Hall Page 1154 of 1197 1XIIIIIIIIIII, ,,,! .. ((1'��j�jsrfZrtiilyi�ts�J1}���t( }1,s���t}�tvttFil'S`fl�\r`�`t�J)t�i i�1{lsflStSkisa)I}i( ty tl s �lsja v{: f'i{}� t(>�l( }t�tyll sti;r Sy tS�l�li 1t(! a s't�lu 41a:t r �)�fv itti iiPr)}s' ` Is Z j ,ire�t 1 1s'IJ` CY) pu 1 H � O LO ( r , LO W Mm CL •- 4) V w 3 MIME t �; Sips Y a ri i s ,.t)r a4�{�, J i sJ`', i\t j;7li�ral714 s�iiss{{}al\�\t�ti1}\s},srfi,rZsasy�11113ii��l�jl���I'I'� I 'Ss�i�`s �rtt�till�f Va� r iil�aSJah a���JytaJ i���1As , O t O O -+- L4- L4- CL 4-L Q CD 0 O O � O > O U O O O lir N r �•�. + }r t;r 1i1� 7 yt�,l� ��1� )\�J�{4 ����1{t�+il� i 3 1 t� 1}� >irt + .....�.11�i„i; S+i'ss{�+l f+s I I III`I IIS �� `.✓ r}tr � rrr Jfs t1l(i�l k t+ 4ryi1 } t t Q N. O - O _ O 0- L4- -+- � O = O O O 3 O O z7{�,is s21r:4�r. ti'i} i2tj";7li�rt�tll t}iiittt 4y.�\ttti1`��`��ls}j,sifi,r�ttt111II1I1I1)ii{}l}}�{ti.- '')l iJ� i���t "�`1}'- '?,!'{S`rt}"'Y.. ,ri, r, s} { }iisrr syM1t#rlf�{�} tlyl{4(t?(irtiy Ill Illi }1(� }�� i �lrsr i,�1 lit £ r t n'\r,s,tls+lri�({�.1 t (,y i�i#tr,,y,i'trt{#Jit#{�r1f�i1\ugj(f `, 7!"itlt�t7lrtAit,lfi •� yr}i r t�73 to (�• � cry — � .— O � O - 0 -0 0 0 0 O O O •— •— � O U `i�ltJttt��r � i" t£J i`t i',(>>`,;1ur1S11 tltalsc}ya� }1l\�I�IIi �\2 }V ��i)�1t�5}tas r { r l r t r st t; t ,' aaJr�Ja yii��ar�Sas ra'�'ithaAaaialS�t���#a�1 ''�\}r�'S�1�ril���lll����lily �jlSia��sv��t�����\l)l��a� uf 'itiV-,11��(r)�aar4l\t}�(nLi������G;t (f f 4 , lt, �MML 'y yb�" �fl'a��tovv���4Zl�iltl}y�;y,v,�}vast '; to a teal ai 21)h raiU �1/ryx,', ri #r�5 rll�yl�1 O O r � O = >1 O O >1 j U m s = t s s ' s t ! 1t r�tl��iai \� �?;ljyta i t�4lpyi tit lya r { a tr >afr li int aal l{tl { t\571})li aaai}tib( ir15}Va�\aVt r}�t�sr�?}V�i��51 S)��} ���I �d,� t fta t \ a 11 { € � I}\Vl �?aa}�Sift�"IaJVI 1ai1��5. p ti r V7$ t� llitf rStf�S O O � • � � � i ti `� (� �4) T t tt S :g' ^ p ♦ p p O O O O O O O Q ~ Q O 0 >1 aj p •_ � � Q •0 O ♦ 011, VWW/ U pcri O p 011, O E OO O — p •— � 00 _ � •� O U Qj •� � O � — p LU 0 •— E O U :0) 00 O U V) e} t t {y r-4 r y s�ltr,rt a ss�4 jl{��'i'jf�llyV��iiJ`a4tr\it1,,��as31��\��tjisrk�)tt�9�1�1IIaariZ}�itSli S�U'ii��ll sii�=?z�tt1�!#ri is ASF �t f: rte a 2Y,ut 9 ai r f a}�,(t;tit�1 � aril fs,ti�l�aAl�SV��'t st{?�st\SIrfS!�� i�l tll��l�f� �i��{� jl�a f�t {tlt aft}ylP (;:;S'� yrr fy ia7;IJr�iit � / °tf fatsY{ii�a`1�si{Ji � � Sirr ua�I"�raif �`r O r 1 > Y aYt r U ; Y ,a 07 a� � O a t r 'W" �t t)I i d" 1110",�4l}j ,It�i411'1t'!r`�i11 y��\lit\ti�ji}��SS�cSt� !!r�rYiiil II ;t�4 4j -+Z�z��4,S ,r_,i � i SJ t z ��i(sJ{i�tsi tj7 0.0 iS�r\,� l(St�r,�}til�":•}�17���I�IIIII����tll� ��I�t ti`��\�i 4�tt 11�i111Si; ' 4 z s t s5.)il i i}�i G•r s14t S V S7r,},s(iStVi s15 t#���)��I tt�� ���} ���r�}' II � �s � t t,. t l i}S i tfii int a�� t4)1��)iSh»}\7t ittt�1S�St}}� y1�y1�11111 ii 14411II�. 4j)' ri����t% s i r 57 t 5 }t�{551 }"3�1c�lal,.�2.VI if i.i.�( , '�i` t ��1�V{�tV 6�1 i}is�i�i tit it{Sgtt, t a� W .� U 4) O 21- Ile lG O O Q t� O O t ` is Its{1}Sis li{ iislllr ss�}Ij�tis\4�\j5'i�F i�\,ill}1S�t, )y��I lih`' l�fi� c �,t'sitsr Sst4l iii ispt s 075 co ARA En 0 Ul Ul SV )t t •_ E O O � Ql c o E E O O X O U UCUT E O '- O uU O O •� O O = 3 � Ql D O O O n ,G O •� '-+- O U {) Q OU 0 O O s , tjj 0 t 1, {pA',i r ' s f t<t�r ts�'tyl�, ,}i11��1tJ��t�isy�s}((A�i�h��r��3y I fi7J }ttytr �?, ��t S�) �7�Z i }.1s.r..t'r(t,>{...................................... Vll�AA1 l s CN �✓ ,irf,js,rs�s1�(�� ipvs v� (�i;J S��s ss SJs1 S)}t}�rn�r fjrt sl lsi2r\�'("i4�SS}��ssi O - U } O � > V CL O O > O �•- O � � � O D c p SS��r „} r !, - 4 1, 1jr{ 1 1{t i¢i r(iSr, ti#.rfyr r{ \r9rtt�11 III''}{i414141111i1i!'I'�'I'I'I'I'Ivr 'i3�'\l itv fl by Stt(�("IV” t t:, r 'su rlrrt4t{trrS,i,t,(titr)hi` `y'i�,r�2;1115}��\yip ll}�1•, �33,�4��lS ,}tib f£rl`'.. ?ir'� ] ] c5� �,�� +1 r? ?� tti MCA �.� t r•.r t1 jrrrr}, r,sr�jJy�ttr;t ttE1ly\)frt it��i�7ls,r r?1�1`IJ? \yt,S3}i�I3\',���]�`���I�I JI��(Slli 1 �E zf,:, � ♦ ��,f t��u,ISti yS�?sd� )s+r ,r fI t� yIs t{rt tf rt s t s i !f r om t`�ir. Q cry D cn U LLU CL � U � lie Ln ylrrt ,;}" t 1+ r- 4 �, 1;jr{ 1� tltf�kt(SSr, ri#�.rflr rt )�1r9rtt�11(I''}'y�i4�4141y11111i1ili�y�l'I'IYv „++,�iy t1 r)y> y�){� r i :; 2 z t t rq trS+7 tS,t�r ti r\i 1lssltt�l �}�{F�`7"t 1\1i`r�tt �it1,�}�>11r�11 _:l� Il J�1 ti;�1f1)f�)} �� � },i> r ;r,ls{,1 , t{r,liy1111t'sut( �tssy1�t14yp11r0,�st,t�i�sy ''�slsl i r �1 fit}sr��'�; -; 111 "Ill, r It r4V yll� , tt s: ' t 1�� �13J1 Is1t�iIll,)IT19f V(t'flrtiJ "' ill ' t-- ��11z fi t t,ltlt ���t1Atl °� 1'; � rt+tli i11�11�t11t %: rtit s rr i�� vlljltt�� x '�tlt^r- i � Ij y t r�ir�l ii"1`lt3(trl(+4U J 1 3 ! , ' � `� } }�it {i{{t 6714 1 r W O RAOr�i t ir£ F� r 4) OU Lu �, Q CD 4) -4 U •- •- ZUT Q C) - rl i�fr� 4 s�'r s cljss S}4 SS4 t,Iytt{(f21{c ufSt s�4�\�`i\11i\Stij�4it{�isy}S�i((f)}I14{4�lll{5t,`tlllsl���s sysiI III �;��(iISII < {lS1t tt s s s t sr, titli7, iS��it£�t)y rk4,„S`(12}s\sq}kS�s\`1r7£i)ik',{f2j#��1111����'I���Ii141ti1����i S�l��1,4\`Il�_: ,��)�l f MAI lu 1;{r i\`41ait\(tii`tl\!( ttI11511111��11i4{,}4 \641 1, \4 USA woo r S Ir { t r { iJ}1.�Isls sI t)1s �Stll t£ ,s i t J it I �I 1 } r4 s ?n I}tltJ tS1{>u ,Vt}t s 0 rI s i i !f 4741{ t it{`,Jtt47li 1�\1\{1�j 4\ l���ti���y�1141`1`1`1`1`1`1yy�ll ����I{���4tllS ' h f44t;1 4,t' t,st tv�4sj �1�1jJ115l1 Itii l lli� rt£+� a� rs r _ t,f s,s1t l s {t ��t J41skrv�J(y4{r >(�{ �, i 1{ss ISkrls t d v 0 vl„44i4S R{ 1 stJi(i4�tt 1111 Co— ISasA�s _ co t i� tt�ftiS CD trJs 14't{rT OD}� co / L eOrF y � ce ■� rr `� s� rad"-,- � � u� ! O t t 41 A s rs �1 r r It ,rs , 1}„It{tt}ti ,�; is r iszis I i t W%. �}4�t4jJ, O \r , MAN {S s � r • H r• .�. N m O o N O O c m O N O _ N U N ccO cc m � 3 � � � CD- EE ACO U) O _ QD a) � r Q 0 a) 1 s 91},Is}jtrtr+tll!lIII '}lli(1 q)) ) tSS'{A tg »�ttt�ja Jit$- MIAMI 1111111`,#\!#trt11ir {+tt 11 t it���l } +{ f lk IMP, f{yl'J,N�tJ k'}��SjT�s �41' gt tyl )tt�� �}}Jr�1�7(ltJl 451, } 1 S S( MAE ii N• cry 0 cry H Q N Z lJ}iii 9.B. CITY MANAGER'S REPORT 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Staff will present an update on the status of the Town Square Master Plan. EXPLANATION OF REQUEST: The master plan for the approximately 15-acre Town Square public/private partnership project was last presented to the Commission in April, as a request for a Major Master Plan Modification. The application was filed by the residential partner and prompted by changes within Phases 2 and 3 of the project. Phases 2 and 3 consist of a portion of the master plan that is designated for multi-family residential use, shared parking garages, and a hotel. Approval of this prior request facilitated the reduction in total dwelling units from 705 to 575 (which results in a density of just over 38 dwelling units per acre); removal of the planned hotel from Phase 3 and establishing it within a new phase, Phase 4; application of a shared parking methodology for determining minimum parking requirements; placement of a 55 and older age restriction on 104 of the units in one of the buildings; increase in hotel rooms from 120 to 144; and the increase in maximum height of a residential building from 50 feet to 62 feet to allow for an additional floor. The amendments proposed under the current application are minor as defined by the City's Land Development Regulations, and are therefore reviewed administratively. However, staff is presenting the proposed master plan for general information and update purposes only. The reviews for the proposed master plan and permits for the corresponding site plans for Phases 1 and 2 are being expedited to continue to meet the time constraints of the residential partner and to ensure the timely completion of the parking garage to support staff and public access to the new City Hall building within Phase 1. The proposed changes are summarized as follows: • Removal of the age-restriction on the units planned for the central building; • Increase in the dwelling units planned for the central residential building from 104 to 169; and • Reduction in dwelling units planned for the south residential building from 261 to 196 (resulting in a net change of zero dwelling units). Both the existing master plan and proposed master plan are attached. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? The Town Center Master Plan represents the future vision for the civic campus, being incorporated into the downtown in a mixed-use setting, and will facilitate the expansion of City programs with a larger outdoor venue, multi-purpose community center as well as business incubator space. FISCAL IMPACT: Budgeted The Town Center project is a P3 partnership project with the CRA and private sector that is based on a preapproved complex budget. ALTERNATIVES: The item is for information purposes only; no action necessary. Page 1170 of 1197 STRATEGIC PLAN: Redevelop Downtown STRATEGIC PLAN APPLICATION: Town Square is a significant downtown redevelopment project that will be a catalyst to the further implementation of the CRA Redevelopment Plan. CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Although there are "green" or sustainable aspects to the project, it is not directly related to City's Climate Action Plan. Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Drawings )fisting Master Plan D Drawings Proposed Master Plan Page 1171 of 1197 IE o� bQ Lzo 'L D gw ui" �w 'a O?X w uE �n.r•.a ar o m 30 3' O (7 J JZ c Z 2 Z = a J J } v L.a a c P EL ww Q u v I d MA w c p c put v .. �U a•oZ� w KC 'a F'� a Z'- a a a 9LI 'X o o N o a > r o } Cin Nu�`I aw a ❑E o_ �2a: IVU iV t 4 3i'C3 I 5 i+sf ll-3 4t 3i�S4ft GtlNh"Y b4dlt fkt j � �) = Y}� zrarra�ae ala awatner� �-� ' ( 1 { I I t^, rxb[Rt ti1Ni 7N pip CI ^ � .. ?49h9JRm£IiJC. ..f n A °....do9���"J 6 Mom x oi� r a z° WUQ, a �C7 Cuj j w w V ate. a a wS UJI < ro x o x . a 16'It P}� _ a 'JNIJINbd,+4 c uj Suj zz J vy W 8zZLJ 4J N end NVIDo ____ — 133k15-NrLU t iii .{'�� gs -- --- (�� E � s ;4• LU ' "�h Z `lr' U, L nq Fd 11m 'R€,u it nm Is o r c W — w CL in _43 S ®i®''�z,. • Imo" 11111' YHdiyP z V i i O z � � �I }(� tlE 35tlWd� Sv°7� 0 O z z j z ®� m i $ a 'a w 3 LI 5°� � x x�)ti£ oLUCA aCL o s O I c- p � zn5 i 9NIOYOI r o= o -— PAI4� 8 uounog`3 - IV z- t 9 41q!4x3 EJ�^.aNlNt}! CL a,are'tJNe 3nr� O z C H UVOak Q W H O N d x h id-0 >d Zo— L N > X v V V N F CL ++ H E Q y D E W W N � O cn cn p W wa F La' OV-- O z ` r 10 o a M v_ '—� L� �dcoo Q Q U� �� x M env O o W J —N t`-wpz V (� c a adF Wal7E —m z LL W J ca Q J Z V N N V a F m J a W Z '— — cn L N a N t a O F Y F w W }� L a4", 10 O c 7 w x Q~ w F O w� L Z •• •• ~ c O U a w a v v x li wa Z ° H y 100 Z a wv v im, 2 ��Y11 a W B oX o ,X �CLo W o �, �oo > > � t Qin Nw a aw —CIE a �d2UUF UU o=i � aos�a ssnUNV I sarsuni — �. llrytt�r` ao `n aNv'1 sars.urs:� ��ittl{� ! rti�itt V fsNI i anaMrquc�D uON Q 3AV aNL•3•S 111]"Vd IMIS No Nl4b'OlJAN1N3 - „�r y it _ ii ysit � - �_ s Z s )i s ri lS tis i 7Y j tl r. O C;u > QF O x "' D m 0 0�_ 4 wW xn'. isis} st \tt Yi Y i 4y i � u ' , Q �� �' !s �'t�`� �� iili�l i„� � Z ° Q� �a ! i ��d roOn Z m 4 Z LU t v vi t i `vi i v�i r x n W p F J 7 Z „gyp 7Ii �„i st{ti7 s Uii s4s t s tiA�l !i "W"V”I ..� W J i .,....... 3AViS1 3S of - �t1�� =; �t� s�1y111�it\�1 t1n)11 t s\�1 t�r tlL =� 3�l arm_. J %s � ;j ' � )�� � \+r� !4r(� is�rtiV1 ili i\����{s\�( -- `� n g�. s \(1t1t S!tV �Uii 1 slliit ii itlt\tttt iitt tY tl E { - m ` �� stiff }}tliis iYl Vtllii tit+ltt 1 t� I - u u„ — isi VV1sQ 11 i isV� 1 Y os�tt)t itis V��iti AY�Slsr��� u u., i) iS�� Yi����\i lY �(li1t����11 tt �� r u 13t\t1Vi�16sV1t2f�pt`,�tI�AY w .0 i.. W 2 Z. i x n,. z Y Zt 1A11 t 5 �t} �s Z c tlisjhi U1ti7�llv$i st lY����+��v,tly\it 71VU U\V� \v1�i1r w 4 l w sd1,it � z i((t \���1A1 sssU tr iit�\�1� si(lii4tltA `,— s'� ks �Q t lYY js1 9 ���1 tt U�It'Q1i1'Stit;lt}ilsitls�l�t�1� x ;:i C v\����rgtl� tt1t v� x ' c� itVA5\ t(SfY��tiit��l \tilts r3 �iYI 1 s r q ��11vi�lY v�1�1 ,iS1VV�1 t��tS�A! Y 11�Stt ��iE � EL 2. l 5V�� �i� } t , F n x \i�1�}}'iY�ii tityy�itlsy� thii L hsll lYtistli 'ti V i� �tillit)\ �\t���11 ® a) 'k t��vStil't v{t,v�1����` \1V�A\ z F f . 0z I -- ..... ®s .. 0�s = ... r 2_ `JNDINb'd� 3/�V®Nb'3D0 ® •�133NIIS-No 133N1SNO m LU y VC ,r 4rsfl(i\� i r sit t\l� i11Y1�t1\\1YS i i�t i\Y� r. V) uj 0 Z xR �li,c t Y�tV 1 9 � �E� m Iplt tslitvi r 4{lstSi��v s Z. 0 �`s 2I i�t Psi ii� �yt�t(�i�t�tlt�t t\ti,{�i tiih z n %• � i t S�1 ti( 1\U I s iltil 1 1 i{t�ii�ir tri'�s\1st I�sAAt�4\(i �� 0 lits t(( . lol`JNIAWd iDvnns _ Q xr 0 -Si( E t 11 m 0 wZ. ' i i i� t aE 3svwa z _ fi ' ri `Yt, i J' rstll I`t ,rtlty ,!t ii £I ttti 3nb1S1 3N 0 Z ¢ \t l t i i i A(r i s i!s t t i S t . .. 13`SYtld� m - r t ”' slcli it s i iii it l s' 14F �•ua - 0 z r. tr l i, i i{fc i } t r S i n i Iii \ li i a 3Svwd z �yl Y i Il�t �� r tst�ii it+it 1r�s 0 O Q s r 7P Z a3 0 O zO R�9 '8 X.y Z' SEVHd 3 o Q 3 E ; o IgA"^Es ' S z o ibE.O R. t roo a 3� z On z z :,� z d - .aT w. m w 0 0, K `JNI(I 1 Z •P^I8 y:)sa8 uoluxo8LU 3 m o= o DU 3SfYUN 3HnI N \` E':5�'3tviNCtg 03,]M�INIION CL 12.A. LEGAL 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-091 -Authorizing the City to set rates, fees and charges for Water, Wastewater Stormwater and Reuse Water for the upcoming FY 19/20. EXPLANATION OF REQUEST: Based on the approved Ordinance 18-020, Utility rates and charges for; water, wastewater, storm water and reuse water are implemented by resolution of the City Commission annually during the Budget adoption process. The Utility management reviewed the rates, fees and charges. Utility staff has presented the rate adjustments to City Commission during the FY 19/20 Budget workshops. The proposed rates are included as part of the FY 19/20 Proposed Budget. Such Rates shall become effective October 1 of each year. The following tables provides the Boynton Beach Utility Rates, Fees and Charges for the FY 19/20 Budget year. POTABLE WATER RATES Service Base Facility Base Facility Usage 0- Usage 9,000- Usage 30,000- Usage> Location Charge Charge 9,000 30,000 50,000 50,000 (Residential) (Commercial) gallons/ gallons/month gallons/month gallons/ month month Inside $12.90 $25.81 $1.72 $3.09 $4.13 $5.09 City Outside $16.14 $32.27 $2.16 $3.88 $5.16 $6.35 City WASTEWATER RATES Rate for Base each Facility Base 1,000 Service Charge Facility gallons Location (Accounts Charge (based on W/no metered Meter) water usage) Inside City $34.24 $18.95 $2.18 Outside $42.83 $23.73 $2.73 city STORMWATER& RECLAIMED WATER RATES On-Demand Base Facility Rateforeach Page 1174 of 1197 Utility Charge for 1,000 gallons each ERU usage Stormwater $6.50 Reclaimed $0.36 The Charge for Chilled water will be set at a later date. Bulk agreements are made with other neighboring utilities. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This will allow the utility to continue to provide reliable high quality water, wastewater, storm water and reuse water service to the City Utility customers FISCAL IMPACT: These adjusted rates are in line with the budget projections and were discussed during the budgeting process. ALTERNATIVES: Not approve the rate adjustments and make appropriate adjustments to the utility budget. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: ATTACHMENTS: Type Description D Resolution Resolution approving updated Utility Rates Page 1175 of 1197 1 RESOLUTION NO. R19- 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, PROVIDING FOR UNIFORM SCHEDULE OF 5 MONTHLY SERVICE CHARGES; PROVIDING FOR 6 UTILITY IMPACT FEES; PROVIDING FOR 7 STORMWATER FEES; PROVIDING FOR REUSE FEES; 8 ESTABLISHING MISCELLANEOUS CHARGES THAT 9 ARE SUFFICIENT TO OPERATE A FINANCIALLY 10 SELF-SUPPORTING UTILITY; AND PROVIDING AN 11 EFFECTIVE DATE. 12 13 14 WHEREAS, Ordinance No. 18-020 of the City of Boynton Beach provides for the 15 establishment of utility fees,rates and charges; including miscellaneous service charges, utility 16 capacity fees, and other conditions related to utility services by resolution annually during the 17 Budget adoption process; and 18 WHEREAS, The City of Boynton Beach requires sufficient funds for operation and 19 maintenance, replacement costs, capital improvements and debt service; and 20 WHEREAS, A Uniform Schedule of Charges is to be updated by resolution of the City 21 Commission. 22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 23 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 24 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as 25 being true and correct and are hereby made a specific part of this Resolution upon adoption 26 hereof. 27 Section 2. The City Commission does hereby find that the following Uniform 28 Schedule of Charges, represents fair and reasonable sums assessed to provide the use or 29 reasonable availabity for use, of the services and facilities of the Boynton Beach Utility System, 30 by each user receiving service: S:ACA\RESO\Utility Rates 2019-20-Reso.docx Page 1176 of 1197 31 Boynton Beach Utility Rates, Fees and Charges for the FY 19/20 Budget year. 32 33 POTABLE WATER RATES Service Base Facility Base Facility Usage Usage 9,000- Usage Usage > Location Charge Charge 0-9,000 30,000 30,000- 50,000 (Residential) (Commercial) gallons/month gallons/month 50,000 gallons/month gallons/month Inside $12.90 $25.81 $1.72 $3.09 $4.13 $5.09 Cit Outside $16.14 $32.27 $2.16 $3.88 $5.16 $6.35 Cit 34 35 WASTEWATER RATES Service Location Base Facility Charge Base Facility Charge Rate for each 1,000 (Accounts w/no Meter) gallons (based on metered water usage) Inside City $34.24 $18.95 $2.18 Outside City $42.83 $23.73 $2.73 36 37 STORMWATER&RECLAIMED WATER RATES Utility Base Facility Charge for each ERU On-Demand Rate for each 1,000 gallons usage Stormwater $6.50 n/a Reclaimed n/a $0.36 38 39 40 {THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK} 41 S:ACA\RESO\Utility Rates 2019-20-Reso.docx Page 1177 of 1197 42 Section 3. This Resolution shall take effect October 1, 2019. 43 PASSED AND ADOPTED this day of , 2019. 44 45 46 CITY OF BOYNTON BEACH, FLORIDA 47 48 YES NO 49 50 Mayor— Steven B. Grant 51 52 Vice Mayor—Justin Katz 53 54 Commissioner—Mack McCray 55 56 Commissioner—Christina L. Romelus 57 58 Commissioner—Joe Casello 59 60 61 VOTE 62 63 ATTEST: 64 65 66 67 Crystal Gibson, MMC 68 City Clerk 69 70 71 72 (Corporate Seal) 73 S:ACA\RESO\Utility Rates 2019-20-Reso.docx Page 1178 of 1197 12.B. LEGAL 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: PROPOSED ORDINANCE NO. 19-028 - SECOND READING -Approve amendments to Chapter 26 by adding a new"Article IX - Chilled Water." This Addition will provide for the operation of District Energy Plants that produce and supply chilled water for use by customers for the provision of centralized air conditioning management. EXPLANATION OF REQUEST: The Commission passed Resolution R18-060 on April 17, 2018 which expanded the utility system to include chilled water as one of the services. Subsequently on June 5, 2018 the Commission approved Resolution R18-079 authorizing issuance of a Utility System Revenue Bond, Series 2018 in order to pay for the capital improvements necessary to build a District Energy Plant. This plant is currently under construction and should be ready for commission in the next few months. This new"Article IX - Chilled Water" addition to Chapter 26 of the City's code of ordinances is reflective of the prior decisions regarding adding chilled water to the operations of the city's utility. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? This will formalize the addition of a chilled water utility service to the existing operations of the Utility. FISCAL IMPACT: Budgeted ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 1179 of 1197 ATTACHMENTS: Type Description D Ordinance Ordinance addinging Article I X Chilled Water to the Code of Ordinances D Attachment Chapter 26, Article IX ® Chilled Water Page 1180 of 1197 I ORDINANCE NO. 19 - 2 3 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, 4 FLORIDA AMENDING CHAPTER 26. WATER, 5 SEWERS AND CITY UTILITIES, CREATING ARTICLE 6 IX, ENTITLED "CHILLED WATER"; PROVIDING FOR 7 PURPOSE AND INTENT, DEFINITIONS, DISTRICT 8 ENERGY PLANT, CUSTOMER CONTRACTS, FEES, 9 SYSTEM MAINTENANCE AND WATER LOSS, NOTICE 10 OF VIOLATION AND FAILURE TO REMEDY; 11 PROVIDING FOR CONFLICTS, SEVERABILITY, 12 CODIFICATION AND AN EFFECTIVE DATE. 13 14 WHEREAS, the City Commission approved Resolution R18-060 on April 17, 2018 15 which expanded the utility system to include Chilled water as one of the services; and 16 WHEREAS, the creation of the Code of Ordinances Article entitled Chilled Water 17 will formalize the addition of the chilled water utility services to the existing operations of the 18 Utility Department. 19 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 20 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 21 Section 1. Each Whereas clause set forth above is true and correct and 22 incorporated herein by this reference. 23 Section 2. That Chapter 26, Article IX, entitled "Chilled Water" is hereby created 24 by adding the words and figures in underlined type, and by deleting the words and figures in 25 struck-through type, as follows: 26 Article IX. CHILLED WATER 27 28 Sec. 26-600 Purpose and Intent 29 The purpose and intent of this article is to set forth the fees and requirements for the 30 operation of Chilled Water systems within the City. 31 32 Sec. 26-601 Definitions 33 For the purpose of this article, the following definitions shall apply;words used in the 34 singular shall include the plural, and the plural, the singular; words used in the present tense shall 35 include the future tense.The word "shall" is mandatory and not discretionary.The word "may' is 36 permissive.Words not defined herein shall be construed to have the meanings given by common and 37 ordinary use as defined in the latest edition of Webster's Dictionary. C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\21A460D3-07D7-41F0-B4F3-DFDE70E72EAC\Boynton Beach.17684.1.Chilled_Water_(Article_IX)_-_Ordinance.Doc - 1 - Page 1181 of 1197 38 District Energy Plant: A facility operated by the Department for providing chilled 39 water for the use of their customers. 40 City: The City of Boynton Beach, Florida, a municipal corporation. 41 Customer: Any property owner, developer, user, company, municipal corporation, 42 political subdivision, homeowners' association or other entity that accepts or receives chilled 43 water service or benefits directly from services rendered by the Department. 44 Department: The City of Boynton Beach Utilities Department. 45 Development: All projects both commercial and residential wishing to connect to 46 the Utility's District Energy Plant. 47 Director: The Director of the City Utilities Department or the Director's duly 48 authorized representative. 49 Person: Includes individuals, firms, associations,joint ventures, partnerships, 50 estates, trusts, corporations, and all other groups or combinations. 51 Point of service: The outlet side of the Department's chilled water meter system or 52 other point identified on construction plans, which ends the Department's ownership, 53 operation and maintenance responsibility. 54 Property owner: One in whom the legal title to real estate is vested, as recorded in 55 the public records of Palm Beach County, Florida. 56 Chilled water: Water that has been delivered from a District energy plant for the 57 purpose of being used by customers to provide HVAC services to their development. 58 Chilled water distribution system: A network of insulated pipes, of various 59 diameters, along with valves, meters and related appurtenances, designed to convey and 60 distribute chilled water, in a looped system, to and from a District Energy Plant to the 61 customer's point of service and back to the plant.. 62 Service: The readiness and ability on the part of the Department to furnish chilled 63 water to the property. 64 Service initiation: The date a chilled water contract comes into effect. 65 Sec. 26-602 District Energy Plant 66 A District Energy plant will be maintained and operated by the utility to provide the 67 necessary chilled water commodity to its customers. The utility will ensure that sufficient 68 provision has been made to ensure the contracted minimum level of service. 69 70 Sec. 26-603 Customer Contracts 71 Potential customers will be required to enter into a contract with the utility which will 72 specify in detail the responsibilities of both parties. The contract will include a commitment 73 by the customer to utilize a guaranteed minimum capacity from the district energy plant. The 74 customer will also be required to provide a minimum return water temperature from their 75 facility. The Utility will also guarantee a minimum level of service to their customers. C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\21A460D3-07D7-41F0-B4F3-DFDE70E72EAC\Boynton Beach.17684.1.Chilled_Water_(Article_IX)_-_Ordinance.Doc - 2 - Page 1182 of 1197 76 77 Sec. 26-604 Fees 78 The fees for service will be reviewed annually and any changes will be authorized 79 through resolution of the City Commission as a part of the budgeting process. The fee basis 80 includes a capacity charge, usage charge and a penalty for failure to maintain the contracted 81 minimum return water temperature. 82 83 Sec. 26-605 System maintenance and water loss. 84 The customer is required to maintain an efficient system within their development and 85 to prevent any losses of the supplied cooling water. Failure to maintain the system could 86 result in further penalty or loss of service. 87 88 Sec. 26-606 Notice of Violation; failure to remedy 89 The director of utilities shall notify the property owner, or authorized agent, of any 90 failure to meet the obligations of this article or the service contract. The director will set a 91 reasonable time for the property owner to have the violation removed or corrected (thirty (30) 92 days maximum, or as determined by the severity). Failure to have the violation corrected may 93 result in the director terminating chilled water service. 94 95 96 Section 3. Each and every other provision of Chapter 26, not herein specifically 97 amended shall remain in full force and effect as previously enacted. 98 Section 4. All ordinances or parts of ordinances in conflict herewith be and the 99 same are hereby repealed. 100 Section 5. Should any section or provision of this ordinance or portion hereof, any 101 paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, 102 such decision shall not affect the remainder of this ordinance. 103 Section 6. Authority is hereby granted to codify said ordinance. 104 Section 7. This ordinance shall become effective immediately. 105 FIRST READING this day of , 2019. 106 107 C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\21A460D3-07D7-41F0-B4F3-DFDE70E72EAC\Boynton Beach.17684.1.Chilled_Water_(Article_IX)_-_Ordinance.Doc - 3 - Page 1183 of 1197 108 SECOND, FINAL READING AND PASSAGE this day of 109 2019. 110 111 112 CITY OF BOYNTON BEACH, FLORIDA 113 114 YES NO 115 Mayor— Steven B. Grant 116 117 Vice Mayor—Justin Katz 118 119 Commissioner—Mack McCray 120 121 Commissioner—Christina L. Romelus 122 123 Commissioner—Ty Penserga 124 125 VOTE 126 ATTEST: 127 128 129 130 Crystal Gibson, MMC 131 City Clerk 132 133 134 (Corporate Seal) 135 C:AProgram Files(X86)ANeevia.Com\DocconverterproATemp\NVDC\21A460D3-07D7-41F0-B4F3-DFDE70E72EAC\Boynton Beach.17684.1.Chilled_Water_(Article_IX)_-_Ordinance.Doc - 4 - Page 1184 of 1197 Article IX. CHILLED WATER Sec. 26-600 Purpose and Intent The purpose and intent of this article is to set forth the fees and requirements for the operation of Chilled Water systems within the City. Sec. 26-601 Definitions For the purpose of this article, the following definitions shall apply;words used in the singular shall include the plural, and the plural, the singular; words used in the present tense shall include the future tense.The word "shall" is mandatory and not discretionary.The word "may' is permissive.Words not defined herein shall be construed to have the meanings given by common and ordinary use as defined in the latest edition of Webster's Dictionary. District Energy Plant: A facility operated by the Department for providing chilled water for the use of their customers. City: The City of Boynton Beach, Florida, a municipal corporation. Customer: Any property owner, developer, user, company, municipal corporation, political subdivision, homeowners' association or other entity that accepts or receives chilled water service or benefits directly from services rendered by the Department. Department: The City of Boynton Beach Utilities Department. Development: All projects both commercial and residential wishing to connect to the Utility's District Energy Plant. Director: The Director of the City Utilities Department or the Director's duly authorized representative. Person: Includes individuals, firms, associations,joint ventures, partnerships, estates, trusts, corporations, and all other groups or combinations. Point of service: The outlet side of the Department's chilled water meter system or other point identified on construction plans, which ends the Department's ownership, operation and maintenance responsibility. Property owner: One in whom the legal title to real estate is vested, as recorded in the public records of Palm Beach County, Florida. Chilled water: Water that has been delivered from a District energy plant for the purpose of being used by customers to provide HVAC services to their development. Chilled water distribution system: A network of insulated pipes, of various diameters, along with valves, meters and related appurtenances, designed to convey and distribute chilled Page 1185 of 1197 water, in a looped system, to and from a District Energy Plant to the customer's point of service and back to the plant.. Service: The readiness and ability on the part of the Department to furnish chilled water to the property. Service initiation: The date a chilled water contract comes into effect. Sec. 26-602 District Energy Plant A District Energy plant will be maintained and operated by the utility to provide the necessary chilled water commodity to its customers. The utility will ensure that sufficient provision has been made to ensure the contracted minimum level of service. Sec. 26-603 Customer Contracts Potential customers will be required to enter into a contract with the utility which will specify in detail the responsibilities of both parties. The contract will include a commitment by the customer to utilize a guaranteed minimum capacity from the district energy plant. The customer will also be required to provide a minimum return water temperature from their facility. The Utility will also guarantee a minimum level of service to their customers. Sec. 26-604 Fees The fees for service will be reviewed annually and any changes will be authorized through resolution of the City Commission as a part of the budgeting process. The fee basis includes a capacity charge, usage charge and a penalty for failure to maintain the contracted minimum return water temperature. Sec. 26-605 System maintenance and water loss. The customer is required to maintain an efficient system within their development and to prevent any losses of the supplied cooling water. Failure to maintain the system could result in further penalty or loss of service. Sec. 26-606 Notice of Violation; failure to remedy The director of utilities shall notify the property owner, or authorized agent, of any failure to meet the obligations of this article or the service contract. The director will set a reasonable time for the property owner to have the violation removed or corrected (thirty (30) days maximum, or as determined by the severity). Failure to have the violation corrected may result in the director terminating chilled water service. Page 1186 of 1197 13.A. FUTURE AGENDA ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Staff to present updated Social Media Policy - September 17, 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 1187 of 1197 13.B. FUTURE AGENDA ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Department to give brief presentation of their operations Library - September 17, 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 1188 of 1197 13.C. FUTURE AGENDA ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Quarterly Census updates by Laura Lansburgh, Marketing Manager: September 17, 2019 December 17, 2019 March 17, 2020 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 1189 of 1197 13.D. FUTURE AGENDA ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve request for abandonment of a portion of the unimproved NE 3rd Street right-of-way, north of NE 9th Avenue, in connection with the dedication of property from the Community Redevelopment Agency (CRA) and realignment, and extension of NE 3rd Street from NE 9th Avenue to Martin Luther King, Jr. Boulevard (ABAN 19-001). Applicant: Michael Simon, CRA Executive Director. -September 17, 2019 EXPLANATION OF REQUEST: The CRA has acquired property along the west side of the current NE 3rd Street right-of-way, and a parcel immediately north of the terminus of NE 3rd Street, in an effort to create an improved 50 foot wide street right- of-way connecting NE 9th Avenue to Martin Luther King, Jr. Boulevard. The abandonment, in conjunction with the dedication of land to the NE 3rd Street right-of-way, and ultimate construction of the road, will also provide an improved street frontage for the proposed future location of the Community Caring Center. On July 9, 2019, the City Commission, sitting as the CRA Board, approved an agenda item to dedicate CRA-owned property for NE 3rd Street right-of-way and make application, and accept the abandonment of a portion of the existing right-of-way. This will allow the right-of-way to be straightened and extended to Martin Luther King, Jr. Boulevard. The small sliver portion of the right-of-way to be abandoned will be added to the CRA-owned lots for the proposed development of the Community Caring Center project. 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? Page 1190 of 1197 Grant Amount: Page 1191 of 1197 13.E. FUTURE AGENDA ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve MILK Overlay and Use Matrix Revisions Part I (CDRV 19-006) -Amending the LAND DEVELOPMENT REGULATIONS: (1) Chapter 1. General Administration, Article 11. Definitions; (2) Chapter 2. Land Development Process, Article 11. Planning and Zoning Division Services; (3) Chapter 3. Zoning, Article 111. Zoning Districts and Overlays, and Article IV. Use Regulations; and (4) Chapter 4. Site Development Standards, Article V. Minimum off-Street Parking Requirements, to implement modifications to MILK Overlay, modifications to rezoning-master plan application process, corrections pertaining to Mixed-Use zoning districts and revisions to Use Matrix, Residential and Lodging category. Applicant: City-initiated. - September 17, 2019 EXPLANATION OF REQUEST: The Boynton Beach CRA Community Redevelopment Plan, adopted on October 4th, 2016, recommended significant changes to the structure of the future land use (FLU) classifications, defined 6 (six) new CRA districts and introduced district-specific design standards. Implementation began with amendments to the City's Comprehensive Plan in 2017, followed by staffs comprehensive evaluation of the Land Development Regulations (LDRs) and phasing-in comprehensive modifications. The proposed amendments constitute the third revision of the LDRs, following the amendments adopted on May 16, 2019, and would affect Chapters 1, 2, 3 and 4. The most pertinent proposed amendments include: • Revisions to the Martin Luther King Jr. Boulevard Overlay to amend the definition, add a list of prohibited uses, require commercial uses on the ground floor on the street frontage, and change the off-street parking requirements; • Revisions to the Use Matrix(Table 3-28), Residential and Lodging section, concentrating on the urban mixed-use zoning districts to bring the matrix into consistency with the changes in city's vision embedded in the redevelopment plan; and • Modifications to the rezoning, and master and site plan regulations for planned zoning districts, o create a more streamlined and flexible development process. In addition, proposed amendments include modifications to the recently approved definitions of "Active/Commercial Uses on Ground Floor" and to definitions pertaining to the different categories of lodging. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No impact on either programs or services FISCAL IMPACT: No direct fiscal impact ALTERNATIVES: None recommended STRATEGIC PLAN: Page 1192 of 1197 STRATEGIC PLAN APPLICATION: N/A CLIMATE ACTION: CLIMATE ACTION DISCUSSION: N/A Is this a grant? Grant Amount: Page 1193 of 1197 13.F. FUTURE AGENDA ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Approve efficiency improvements to the Site Plan Review Process (CDRV 19-007) -Amending the LAND DEVELOPMENT REGULATIONS Chapter 2. Land Development Process, Article 11. Planning and Zoning Division Services, Section 2. F. Site Plan, I ncluding Time Extension and Modifications that begin implementing staff recommendations from the internal review of the City's development review process. Applicant: City-initiated. - September 17, 2019 EXPLANATION OF REQUEST: In part in response to frequent complaints from customers, staff commenced a comprehensive review of the City's development review process with the objective of improving efficiency, customer service and the image of the Department's operation. This effort began in May, 2019 and recommendations for improvement will be presented in phases as the evaluation project progresses. The first round of changes are designed to make the site plan process more streamlined and efficient by allowing staff to grant administrative approval for more types of applications. The changes include: • General:revisions to categories of applications to be exempted from site plan review. • For new site plans: • Proposed criteria for"major" site plan applications; • Revisions of the"Expiration" criteria to be applied to major site plans; and • Proposed new section for the"minor" site plan process. • For modifications to site plans: revision of the thresholds for a modification to be classified as "major." The magnitude of reduction in review time varies by project type and size; however, processing time could be reduced by up to 3 months by reviewing an application administratively instead of through the full site plan review process. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? No impact on either programs or services FISCAL IMPACT: No fiscal impact ALTERNATIVES: None recommended STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: Page 1194 of 1197 CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: Page 1195 of 1197 13.G. FUTURE AGENDA ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Amending qualifying dates for the March 2020 Election (Ordinance) - September 17, 2019 EXPLANATION OF REQUEST: The City's General Election will be on March 17, 2020 and a runoff election, if necessary, will be on March 31, 2020. Due to the presidential preference primary election, the PBC Supervisor of Elections has requested that all municipalities move the dates of their qualifying period to allow sufficient time for her to comply with legal requirements. The City Clerk is recommending that the City's qualifying period be from Noon on November 26, 2019 to Noon on December 10, 2019. December 17, 2019 is the latest date that municipal qualifying can end. HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? FISCAL IMPACT: N/A ALTERNATIVES: STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? Grant Amount: Page 1196 of 1197 13.H. FUTURE AGENDA ITEMS 9/5/2019 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 9/5/2019 REQUESTED ACTION BY COMMISSION: Discuss use policy for all City Parks- October 1, 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 1197 of 1197