Loading...
Agenda 02-16-21The City of Boynton Beach City Commission Agenda Tuesday, February 16, 2021, 5:30 PM GoToWebinar Online Meeting and City Hall Commission Chambers, 100 E. Ocean Avenue Boynton Beach City Commission Mayor Steven B. Grant (At Large) Vice Mayor Ty Penserga (District IV) Commissioner Justin Katz (District 1) Commissioner Woodrow L. Hay (District 11) Commissioner Christina L. Romelus (District III) 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. °a�1111rIN°„',mf www.boynton-beach.org Page 1 of 985 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, and presentations. - Time Limit - Three (3) Minutes. Due to the COVI D-19 public health emergency and in accordance with Governor DeSantis's Emergency Orders, the City requests that all citizens follow the safe at home guidance provided by the State, the County, and the Federal Government. The City of Boynton Beach encourages interested parties to attend and participate in public meetings via communications media technology online. To view and/or participate in the City Commission meeting you have the following options: 1. Watch the meeting online, but not participate: You may watch the meeting via the GoToWebinar platform. Visit the City's website at www.boynton-beach.org to access the up-to-date link to the meeting. 2. Watch the meeting online and provide public comment prior to the meeting: You may watch the meeting as listed above and provide written comments by emailing citymanager@bbfl.us by Noon on February 16, 2021 or calling (561) 742-6006 and leaving a message on the public comment hotline. Messages left on the hotline will be transcribed. Please include your full name and the specific agenda Page 2 of 985 item number(s) for your comments. Comments received by the deadline will be read into the record. Please note that time limits will be enforced so written comments must be limited to no more than 3 minutes. 3. Watch the meeting online and provide public comment during the meeting: To request to speak during the meeting, you can electronically "raise your hand" or type a question using the GoToWebinar platform. The meeting moderator will announce when it is your turn to speak or have your question addressed. Please note that time limits will be enforced so comments must be limited to no more than 3 minutes. For additional information or for special assistance prior to the meeting, please contact Crystal Gibson, City Clerk, at cityclerk@bbfl.us or (561) 742-6061. Page 3 of 985 1. Openings A. Call to Order - Mayor Steven B. Grant Roll Call Invocation by Pastor Bender of Christ Fellowship Church Pledge of Allegiance to the Flag led by Commissioner Christina Romelus Agenda Approval: 1. Additions, Deletions, Corrections 2. Adoption 2. Other A. Informational items by Members of the City Commission 3. Announcements, Community And Special Events And Presentations A. Proclaim the week of February 21, 2021 as Eating Disorders Awareness Week and the weekend of February 26, 2021 to February 28, 2021 as NOT ONE MORE Weekend. B. Proclaim February 21, 2021 as International Mother Language Day. C. Presentation of the 2021 Joe DiMaggio Children's Health Specialty Center Magic Wheels & Special Deals special event. D. Announcement by Kacy Young, Recreation & Parks Department Director, regarding the Oceanfront Bark special event at Oceanfront Park on Saturday, February 20, 2021, from 9 a.m. to noon. 4. Public Audience Individual Speakers Will Be Limited To 3 Minute Presentations (at the discretion of the Chair, this 3 minute allowance may need to be adjusted depending on the level of business coming before the City Commission) 5. Administrative A. Appoint eligible members of the community to serve in vacant positions on City advisory boards. B. Appoint eligible members of the Library Advisory Board to serve as Board Chair and Vice Chair. C. Appoint eligible members of the Art Advisory Board to serve as Board Chair and Vice Chair. 6. Consent Agenda Matters in this section of the Agenda are proposed and recommended by the City Manager for "Consent Agenda" approval of the action indicated in each item, with all of the accompanying material to become a part of the Public Record and subject to staff comments A. Accept surtax capital project status report for 1st quarter of fiscal year 2020-21 - October through December 2020. B. Proposed Resolution No. R21-022 - Authorize Mayor to sign the First Amendment to the Interlocal Agreement between the City of Delray Beach and the City of Boynton Beach to share the engineering design cost to rehabilitate SE 36th Ave. Page 4 of 985 C. Approve the purchase of a KeyTrak, electronic key control system in the estimated amount of $41,577.00 for the Fleet Division as a sole source provider. D. Proposed Resolution No. R21-023 - Authorize the City Manager to sign an interlocal agreement between the Palm Beach County Sheriff and the City of Boynton Beach, Florida pertaining to the Operation Stonegarden Grant Program subject to the approval of the City Attorney. E. Proposed Resolution No. R21-024- Accept 10 foot Dedication from the Boynton Beach Community Redevelopment Agency to provide for a 50 foot Right -of -Way on NE 9th Avenue between NE 3rd Street and North Railroad Ave. F. Proposed Resolution No. R21-025 - Authorize the Mayor to sign an Interlocal Agreement with the CRA for technical support services. G. Accept the written report to the Commission for purchases over $10,000 for the month of January 2021. H. Approve minutes from the City Commission meeting on January 19, 2021. 1. Approve the one-year extension for RFPs/Bids and/or piggybacks for the procurement of services and/or commodities as described in the written report for February 16, 2021 - "Request for Bid Extensions and Piggybacks". 7. Consent Bids And Purchases Over $100,000 A. Proposed Resolution No. R21-026 - Approve the award of RFP No. 021-2411-20/RW for Supplemental Building Inspections and Plan Review Services to C.A.P. Government, Inc., Universal Engineering Sciences, Inc. and Calvin, Giordano & Associates, Inc. and Authorize the City Manager to sign Professional Services Agreements for services to be utilized on an "as needed basis" with a not to exceed of $350,000.00. B. Approve Task Order UT -413-02 with CDM Smith, Inc. in the amount of $150,380.00 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category C awarded by City Commission on August 20, 2018 and renewed on the August 4, 2020 to conduct a stormwater modeling and conceptual evaluation for drainage improvements in the San Castle, Lake Boynton Estates and Chapel Hill areas. C. Approve the purchase of 47 sets of firefighting bunker gear, at a discounted price of $132,634.00 via the Lake County Contract. The Lake County Contract meets the City's competitive bid requirements. D. Approve Task Order UT -313-02 with AECOM in the amount of $183,200.00 for the Coquina Cove Stormwater and Water Main Improvements project in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category B awarded by City Commission on August 20, 2018 and renewed on September 7, 2020 through September 6, 2021. E. Approve Addendum No. 1 to Task Order UT -1C-05 with Carollo Engineers in the amount of $52,500.00 for the Community Rating System (CRS) support services for the five-year verification process and yearly recertification in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category C executed on August 22, 2018 and renewed September 7, 2020 through September 6, 2021. F. Approve Task Order UT -2D-05 with Calvin Giordano and Associates, in the amount of $196,962.00 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category D for the Gulfstream Boulevard (SE 36th Avenue) Streetscape I mprovements. G. Approve the one-year extension for RFPs/Bids and/or piggy -backs for the procurement of services and/or commodities as described in the written report for February 16, 2021 - "Request for Extensions and/or Piggybacks Over $100,000." 8. Public Hearin Page 5 of 985 6 p.m. or as soon thereafter as the agenda permits. The City Commission will conduct these public hearings in its dual capacity as Local Planning Agency and City Commission. 9. City Manager's Report A. Consider modifications to the City's CDBG Small Business Grant Program Eligibility Criteria to include businesses within the CRA. 10. Unfinished Business - None 11. New Business - None 12. Legal A. Proposed Ordinance No. 21-003 - Second Reading - Approve a revision to City Ordinances section 9-3 (c) to include Photovoltaic systems. B. Proposed Ordinance No. 21-004 - First Reading - On December 1, 2020 City staff received correspondence from the South Florida Water Management District (District) requesting that the City implement a Year -Round Irrigation Ordinance. 13. Future Agenda Items A. Consider Polystyrene Ordinance for First Reading. - March 2, 2021 B. ILA for Sara Sims Park Pavilion I mprovements - March 16, 2021 C. Charlotte Pelton & Associates to provide an update on the naming rights campaign - March 16, 2021 D. Mayor Grant requested information on the water quality of canal systems within the City. - March 2021 E. Vice Mayor Penserga requested a discussion regarding a City Mural Program - March 2021 F. Present option for management of canal assessment program - March 2021 G. Voluntary Sustainability Payment on Water Bills - April 2021 H. Discussion on funding for expanding W i-Fi to City parks. -April 2021 Monuments of City Property - April 2021 J . Present results of the multi -jurisdictional Climate Change Vulnerability Assessment — April 2021 K. Hear presentation from City staff on Neighborhood Traffic Calming Program - May 2021 L. Discussion of LOI process for sale of city land - TBD 14. Adjournment Notice If a person decides to appeal to any decision made by the City Commission with respect to any matter considered at this meeting, He/She will need a record of the proceedings and, for such purpose, He/She may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony and evidence upon which the appeal is to be based. (ES. 286.0105) The city shall furnish appropriate auxiliary aids and services where necessary to afford an individual with a disability an equal opportunity to participate in and enjoy the benefits of a service, program, or activity conducted by the city. Please contact the City Clerks office, (561) 742 - Page 6 of 985 6060 or (M) 1-800-955-8771, at least 48 hours prior to the program or activity in order for the city to reasonably accommodate your request. Additional agenda items may be added subsequent to the publication of the agenda on the city's web site. lnformation regarding items added to the agenda after it is published on the city's web site can be obtained fromthe office of the City Clerk Page 7 of 985 11 City of Boynton Beach D Agenda Item Request Form Commission Meeting Date: 2/16/2021 Requested Action by Commission: Call to Order - Mayor Steven B. Grant Roll Call Invocation by Pastor Bender of Christ Fellowship Church Pledge of Allegiance to the Flag led by Commissioner Christina Romelus 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 Application: Is this a grant? No Grant Amount: Attachments: 1.A. Opening Items 2/16/2021 Page 8 of 985 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 Application: Is this a grant? Grant Amount: Attachments: 2.A. Other 2/16/2021 Page 9 of 985 Requested Action by Commission: Proclaim the week of February 21, 2021 as Eating Disorders Awareness Week and the weekend of February 26, 2021 to February 28, 2021 as NOT ONE MORE Weekend. Explanation of Request: At least once every 52 minutes, someone dies due to their struggle with an eating disorder, and anorexia nervosa has the highest mortality rate of any mental illness; and eating disorders know no boundaries with respect to genders, ages, races, ethnicities, body shapes and weights, sexual orientations, and socioeconomic statuses.' How will this affect city programs or services? Fiscal Impact: Alternatives: Not to proclaim the week of February 25, 2019 as Eating Disorders Awareness Week. Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? No Grant Amount: Attachments: Type Description FlirtaaJa irna bola FlirtaaJa irna bola IEa tiirg IDlia:>ordE)r Page 10 of 985 Proclamation WHEREAS, eating disorders affect 30,000,000 individuals in the United States during their lifetimes; with more than 600,000 individuals in the State of Florida alone; and WHEREAS, eating disorders, including the specific disorders of anorexia nervosa, bulimia nervosa, binge eating disorder, avoidant/restrictive food intake disorder, and other specified feeding or eating disorders, are complex, biologically based illnesses; and WHEREAS, eating disorders are associated with serious physical health consequences, including irregular heartbeats, heart disease and heart failure, kidney failure, osteoporosis, gastric rupture, tooth decay, obesity, gall bladder disease, diabetes, and death; and WHEREAS, at least once every 62 minutes, someone dies due to their struggle with an eating disorder, and anorexia nervosa has the highest mortality rate of any mental illness; and eating disorders know no boundaries with respect to genders, ages, races, ethnicities, body shapes and weights, sexual orientations, and socioeconomic statuses; and WHEREAS, eating disorders have a high prevalence amongst active military service members and veterans; and WHEREAS, with early detection and intervention, full recovery from an eating disorder is possible; and NOW THEREFORE, I, Steven B. Grant, Mayor of the City of Boynton Beach, Florida, do hereby proclaim the week of February 21s'- February 27 h of Two Thousand Twenty -One as: EATING DISORDERS AWARENESS WEEK IN WITNESS WHEREOF, I have hereunto set my band and cause the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach Florida, the 16,h day of February Two Thousand Twenty -One. Steven B. Grant, Mayor ATTEST: Tammy Stanzione Deputy City Clerk 3.B. Announcements, Community and Special Events and Presentations 2/16/2021 11 City of Boynton Beach g D m Aenda Item Request Form Commission Meeting Date: 2/16/2021 Requested Action by Commission: Proclaim February 21, 2021 as International Mother Language Day. Explanation of Request: Mayor Grant has requested a proclamation to recognize International Mother Language Day . How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type FlirtaaJa irna bola Description FlirtaaJa irna bola Ilir:tEsirir:a tioinal lMoth E)r II.....a llIg.aia gE) IDay Page 12 of 985 Proclamation WHEREAS, a mother language is vital to every individual's sense of identity and development, and WHEREAS, language is the cornerstone of culture and is the means of communication among people, and WHEREAS, languages and multilingualism can advance inclusion, and the Sustainable Development Goals' focus on leaving no one behind; and WHEREAS, every two weeks a language disappears, with society losing an entire cultural and intellectual heritage. At least 430/o of the estimated 6000 languages spoken in the world are endan, ems. Only a few hundred languages have genuinely been given a place in education systems and the public domain, and less than a hundred are used in the digital world. WHEREAS, International Mother Language Day was proclaimed by the General Conference of the United Nations Educational, Scientific and Cultural Organization (UNESCO) in November 1999 (30C/62); and WHEREAS, on 16 May 2007 the United Nations General Assembly in its resolution ARES/61/266 called upon Member States "to promote the preservation and protection of all languages used by peoples of the world". Multilingual and multicultural societies exist through their languages which transmit and preserve traditional knowledge and cultures in a sustainable way; and WHEREAS, today there is growing awareness that languages play a vital role in development, in ensuring cultural diversity and intercultural dialogue, but also in strengthening co-operation and attaining quality education for all, in building inclusive knowledge societies and preserving cultural heritage, and in mobilizing political will for applying the benefits of science and technology to sustainable development. NOW, THEREFORE, I, Steven B. Grant, by virtue of the authority vested in me as Mayor of the City of Boynton Beach, Florida, hereby proclaim February 21, 2021 as: INTERNATIONAL MOTHER LANGUAGE DAY In witness whereof, I have hereunto set my band and caused the Seal of the City of Boynton Beach, Florida, to be affixed at Boynton Beach, Florida, the 16th day of February, Two Thousand Twenty-one. Steven B. Grant, Mayor ATTEST: Tammy Stanzione Deputy City Clerk Requested Action by Commission: Presentation of the 2021 Joe DiMaggio Children's Health Specialty Center Magic Wheels & Special Deals special event. Explanation of Request: Provide a recap of the Joe DiMaggio Children's Health Specialty Center Magic Wheels and Special Deals annual event. While also Introducing the family selected to receive this year's Magic Wheels and highlighting the vendor's of the Special Deals and sponsors of a event. How will this affect city programs or services? No affect on City Programs or Services Fiscal Impact: Budgeted Joe DiMaggio Children's Health Specialty Center was the Naming Rights sponsor of the event. Alternatives: Not to make the presentation. Strategic Plan: Building Wealth in the Community, Boynton Beach Branding Strategic Plan Application: Creating special events that offer sponsorship opportunities. Climate Action Application: No Climate Action Application Is this a grant? Grant Amount: Attachments: Page 14 of 985 Requested Action by Commission: Announcement by Kacy Young, Recreation & Parks Department Director, regarding the Oceanfront Bark special event at Oceanfront Park on Saturday, February 20, 2021, from 9 a.m. to noon. Explanation of Request: The Recreation & Parks Department welcomes all well behaved dogs and their owners to "paw-ty" on the beach for the third year at Oceanfront Bark. The final event of the four scheduled events scheduled for Saturday February 20th, from 9am-12pm. The Oceanfront Bark events are scheduled for the 3rd Saturday of each month until February. Dogs must be appropriately licensed, and will be allowed off their leash in a fenced off designated area on the south end of the beach. Free parking will be available during the event. How will this affect city programs or services? Free parking will be available during the event. Fiscal Impact: Non -budgeted No Fiscal Impact Alternatives: Do not make the announcement. Strategic Plan: Boynton Beach Branding Strategic Plan Application: Hosting a special event to encourage residents and non-residents to visit Oceanfront Park. Climate Action Application: No impact on climate action Is this a grant? Grant Amount: Attachments: Type Description ffach irTIENI'lt f C'2,a infiroir:f IBark Il::::]yE)ir' Page 15 of 985 w�� t � � a „� �, S,p 5 w i "z, uw m� `��� � � � � , ,�trc° ,, � �' � � G, u p � � ��, 5.A. Administrative 2/16/2021 Requested Action by Commission: Appoint eligible members of the community to serve in vacant positions on City advisory boards. Explanation of Request: The attached list contains the names of those who have applied for vacancies on the various advisory boards. A list of vacancies is provided with the designated Commission members having responsibility for the appointment to fill each vacancy. How will this affect city programs or services? Appointments are necessary to keep our advisory boards full and operating as effectively as possible. Fiscal Impact: Alternatives: Allow vacancies to remain unfilled. Strategic Plan: Building Wealth in the Community Strategic Plan Application: Building Wealth in the Community Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 17 of 985 Type Description Attac,NrTIENI'lt Rotaboin aind AppoiintirTIENI'As 2...16...21 Attac,NrTIENI'lt Cobb, Na oirni AttacftrTIENI'lt l:::::ischE)ir', KEPAII'l Attac,NrTIENI'lt JOSENrTy..)ind, JOE) AttacftrTIENI'lt ME)YE)r, li ark AttacftrTIENI'lt MCQL.Jliir'E), COLArtaindt AttacftrTIENI'lt I:Rairniccio, Thoirnas Page 18 of 985 Appointments and Applicants for February 16, 2021 Art Advisory Board I Katz Alt 1 yr term to 3/22 Applicants: None Building Board of Adjustments and Appeals I Katz Alt Mayor Grant Alt II Hay Reg III Romelus Reg Applicants: None 1 yr term to 3/22 (Tabled 2) 1 yr term to 3/21 2 yr term to 3/22 2 yr term to 3/22 Community Redevelopment Agency Advisory Board III Romelus Reg 2 yr term to 3/22 Applicants: Naomi Cobb Joe Josemond Employee Pension Board I Katz Reg 3 yr term to 12/23 11 Hay Reg 3 yr term to 12/23 Applicants: None Historic Resources Preservation Board III Romelus Alt 1 yr term to 3/21 11 Hay Reg 2 yr term to 3/22 Applicants: None Planning & Development Board Mayor Grant Reg 2 yr term to 3/22 Applicants: Thomas Ramiccio Mark Myer Kevin Fischer Courtlandt McQuire C:\Program Files (x86)\neevia.com\docConverterPro\temp\NVDC\AC87B323-D4EC-47CD-A462-848EA1890148\Boynton Beach.24482.1.Appointments_for_02-16-21.docx Page 19 of 985 Stanzione, Tammy From: drnrcobb <noreply@123formbuilder.io> Sent: Wednesday, February 03, 2021 4:47 PM To: City Clerk Subject: Advisory Board Appointment application Attachments: NRC Resume 2018 2020.docx Today's date 02/03/2021 Name Naomi Cobb Phone number 954-696-1833 Address 1007 SE 3rd Street Boynton Beach FL 33435 United States Email drnrcobb@gmail.com Current occupation or, if retired, prior Complianace Investigator occupation Education Masters of Public Administration Are you a registered Yes voter? Do you reside within the Boynton Beach Yes City limits? Do you own/manage a business within No City limits? If "yes", name of business: Are you currently serving on a City No board? Have you served on a City board in the No past? If "yes", which board(s) and when? Have you ever been Yes convicted of a crime? If "yes", when and 1983 in the State of Georgia for Fraud involving my then husband for removing checks from my where? desk while I worked at Georgia Tech and forging and cashing those checks. 1 Page 20 of 985 I have received a full pardon from the State of Georgia nd I have been an State/County Government for over 45 years. Advisory Board Community Redevelopment Agency Advisory Board Personal I have previously served on Advisory Board in my previous city, Wilton Manors. I served on the Qualifications Community Relations Board, funded the community diversity board. I also served on the Parks and Recreation Board and while the Chair of LA Lee YMCA, worked very closely with the Community Redevelopment Advisory Board in revitalization efforts i the city of Ft. Lauderdale. I have studied Public Administration for better part of 30 years and the impact that Community Redevelopment ha on a city\'s growth for all its residents and businesses. Professional Memberships Feel free to attach/upload an https://form.123formbuilder.com/upload dld.php?fileid=6845ecb86b651d24cldb393b06dd03d2 extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 151.132.206.250 (United States) at 2021-02-03 16:46:39 on Chrome 88.0.4324.104 Entry ID: 429 Referrer: https://www.boynton-beach.org/ Form Host: https://form.123formbuilder.com/583214 Page 21 of 985 Resume' Naomi R. Cobb, MPA (954) 696-1833 naomiruthcobb@gmail.com Summary of Qualifications Skilled to provide innovative community organization with an emphasis on community development, community based case management services, strategic planning, capacity building, curriculum and training development. Provide expertise in the area of housing program design, implementation of public/private partnerships in housing and diversity program development. Organizational and subject matter expertise in the field of Employment and Housing Investigations, Community Redevelopment, Case Management, planning and system development. Provided work performance assessments, analyzed performance, contract performance and data utilization. Collaborative internal and external relationships. Grant writing and management with emphasis on preparation, planning and organizational development. Implemented public policy, public welfare programs, employment and training programs, juvenile justice, quality child care programs, and budget preparation and management. Areas of Expertise: Grant Development and Management • EEOC Training and Development • EEOC Employment Investigations • Juvenile Justice Program Management • Community Based Case Management • Quality Child Care Assessments • Program Performance and Evaluation • Quantitative and Qualitative Research and Review Grants and Contract Management • Project Management • Marketing Development and Management • Community and Resource Development • Organizational Management • Curriculum and Training Development • Public Relations and Marketing • Diversity/Cultural Competency Training Page 22 of 985 • Community Revitalization • Project Development and Implementation • Training and Development Experience • Training on Tough Topics: • Religion in the Workplace • HIV/AIDS • Disabilities • Workplace Violence • Sexual Orientation • Multiculturalism • Racial and Health Disparities Work Experience: Palm Beach County Board of County Commissioners 2018 -Present Investigate complaints of alleged discrimination in Housing, Employment and Public Accommodations. Conduct fact finding conferences internally and externally. Conduct site visits to examine for possible sources of evidence. Prepare reports on investigative findings and maintain updated electronic databases and case history files until a final resolution of complaint. Learning Ingenuity Consulting 2000 -Present Develop quantitative and qualitative analysis of organizations in the areas of organizational management, quality improvement, capacity building, diversity and cultural competency training and other pertinent subject matters. Specialized organizations include the following: • Florida Supreme Court Trainings • Non -Profit Organizations o Board Development o Fundraising o Marketing and Public Relations o Non -Profit Management o Capacity Building o Public Safety and Criminal Justice Reform • Various Florida Corporations including but not limited to healthcare, transportation, service and construction industry • Outcomes Driven Training -Train the Trainer Page 23 of 985 Public Personnel Management Training • Train the Trainer in Customer Service Methodologies Broward County Board of County Commissioners 2005-2017 Civil Rights Division/Human Services/Family Success Centers Community Relations Coordinator Civil Rights Investigator Licensing Specialist Training Coordinator Duties include outreach, training and development of community programs that address Civil Rights matters both internally and county -wide. Provide support and planning for community based programs that address discrimination in housing, employment and public accommodations. Community relations and diversity initiatives provided within local county government through assessments and training curriculum. Provide leadership in community building and knowledge building of available community resources. Conduct EEOC and Housing Complaint investigations both internally and externally of County Government. Provide and develop training programs related to EEOC and other discriminatory matters. • Develop and implement diversity action plans • Housing Task Force Development and Training • Homeless Initiative for Long Term homeless populations • Upgraded and repositioned community awareness programs • Created county -wide diversity plan to maximize community awareness • Developed strategies to integrate, disseminate information, and target specific cultural groups within the community • Develop and conduct training curriculum for internal and external agencies • Developed core training tools exclusively for civil rights and employee relations Case Manager II Interview, screen and provide Care Plan Management to customers seeking emergency mortgage, rental or energy assistance. Provide training to staff and community in the areas of services that the county provide. Conduct performance review of needs assessment and program performance. Child Care Licensing Specialist II This is specialized child care regulatory work. Work involves making site visits to child care facilities and family child care homes to monitor for compliance with the State Page 24 of 985 Statutes and the County Child Care Facility and Family Child Care Ordinances. Responsibilities also include participating in overall planning for the child care facilities and/or family child care homes and providing the community with best practices in early child care and development. Work includes investigating complaints, providing technical assistance, and providing in-service training. Work may also involve investigation of suspected unlicensed child care arrangements. Work is performed with considerable initiative and judgment. In addition to monitoring duties and responsibilities, I planned and coordinated training for staff of Child Care Licensing and Enforcement, Elderly and Veterans Affairs and provided training to Child Care providers in the community on an ongoing basis. Also served as the Training Committee Chair, during my tenure as well. Creating Positive Change Foundation, Inc. Founder/Chief Executive Officer 1995-2005 Managed operations of a community based organization that provided HIV/ADIS care. Responsible for financial growth and development of agencies programs and services, managed new project development, staff development and fund-raising. • Developed, positioned and introduced Creating Positive Change Foundation to community resources. Created concept to incorporate it into the established health services community as an additional resource for underserved populations in county, including Housing Opportunities for Persons with AIDS • Housing for Veterans • Capacity Building Training for Housing Providers • Capacity Building to local non profits • Program Review and Evaluation • Implemented qualitative and quantitative analysis • Developed community based trainings to address critical care issues • Developed research methods to guide new and effective treatment regimens • Developed annual Women's Conference • Community Organizer Grant Writing and Management State of Florida, HRS/Department of Juvenile Justice 1983-1995 Multiple Senior Level Positions Organized planed and managed the coordination of court related programs with elected officials, citizens, municipal, state, county and federal agencies, private sector business leaders, philanthropic/civic organizations and criminal justice professional organizations. Conducted oral presentations for various committees/agencies/groups; coordinated and Page 25 of 985 managed meetings with Broward Sherriff Office Offender Reentry services (Adult and Juvenile); conducted research and development as necessary by the Director of Justice Services. Provided leadership to juvenile justice matters within court systems in Miami - Dade County and Broward County. Community Relations Board for the Federal Corrections Institute in Miami. Positions included Sr. Juvenile Court Liaison, Housing Training Coordinator for Re -Entry Program, and Senior Case Management. Developed Nehemiah Project to address minority children in Foster Care in conjunction with Governor's Office Task Force on Children of imprisoned offenders. Developed and managed juvenile justice program to work with families and community to reduce recidivism rates within Miami -Dade County, Broward County. State of Georgia Department of Juvenile Justice 1975-1983 Employed in various juvenile justice programs as a Youth Counselor, and Employment Training Coordinator for multiple programs within the Juvenile Justice System of Care. Community presentations and community outreach activities. School Board of Miami Dade County School Registrar various Adult Education Centers Education Barry College for Girls Barry University Miami Shores, FL Barry University Miami Shores, FL Masters of Public Administration Eastern Kentucky University National Certified Investigator Temple University Certified Case Manager Department of Education Palm Beach State Office of Early Learning Certified Outcome Driven Trainer 1971-1975 June 1975 IDIM4111I11 May 2013 May 2012 March 2016 September 2010 Page 26 of 985 State of Florida Department of Education Early Childhood Education 45 hour Course Completed in 2009 Broward County Board of County Commissioners Office of Learning and Organizational Development SunSational Service Trainer 2011 -Present Positive Start, EEOC Component Trainer 2003-2005 Publications: South Florida Urban Research and Training Guide, 2001 -Present Healthy Changes Project, 2001 -Present Juvenile Justice Times, 1985-1994 Health Disparities in Communities of Color, 2003 Measuring the Effectiveness of Diversity, 2004 Implementation Model for Diversity Education, 2005 -Present SHE Magazine, Columnist/Ethnicity 1997 -Present Conferences Speaking Engagements: North Carolina State University 12th Annual Social Equity Conference Presenter Florida Atlantic University Office of Diversity and Equity Women Studies Center, Boca Raton Barry University Office of Diversity Development Broward Health Foundation Lillian S. Wells Conference Center Minority Women Breast Health Broward General Hospital Conference on Domestic Violence Awards: Page 27 of 985 Broward County Board of County Commissioners Commission on the Status of Women/Women History Month 2012 Outstanding Woman of the Year Award Recipient Miami Dade Human Rights Foundation Woman of the Year Award Recipient Social Equity Award Recipient Community Engagement: YMCA LA Lee Board Chair March 2012 June 2010 January 2016 -June 2019 Board Member June 2019 - Present Board Recruitment, stabled committees to address community needs, including Arts, Culture, Health Disparities, Grant writing, annual campaign fundraising, Building Projects for a larger YMCA in a community that was challenged economically, politically and socially. Gilda's Club of South Florida 1999 — Present Cancer support agency named after Gilda Radner that provides free services to the community for people addressing cancers of all types. Chair of the Women of Color committee, fundraising, trainer, and lecturer, most importantly, volunteer. Page 28 of 985 From: kfischer185 <norepIy@123formbUiIder.io> Sent: Tuesday, February 02, 2021 4:11 PM To: City Clerk Subject: Advisory Board Appointment application Attachments: KevinWFischer-ResumeJune202O,pdf Today's date 02/02/2021 Name Kevin Fischer Phone number 404-502-7897 Address 1 LAWRENCE LAKE DR Boynton Beach FLORIDA 33436 United States Current occupation or, if retired, prior Deputy Planning Director, Palm Beach County occupation Education Masters Degree in Urban and Regional Planning; Bachelor of Science in Business Administration Are you a registered Yes voter? wit you reside within the Boynton Beach Yes City limits? Do you own/manage Are you currently serving on a City No board? Have you served on a C C ity boardll rug in the Yes M'ast? If "yes", which Planning and Development Board (June, 2015 to December, 2018) board(s) and when? Rim. WHOM,,. If "yes", when and where? Advisory Board Planning & Development Board 0 Page 29 of 985 Personal | have worked inthe planning field for nearly 1Syears, with aroughly even split between the Qualifications private sector, specifically consulting firms, and the public sector. ihave also served onthe Boynton Beach Planning and Development Board previously, two years of which I served as Vice Chair, but resigned in 2018 due to a number of evening meeting conflicts with my job at that Professional American Institute of Certified Planners /A|��\ Memberships` ' Feel free to attach/upload an extra sheet or resume. Certification |, the applicant, hereby certify that the staterments 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 99,114.Z24.6l(United States) at2021f]2-02IG:IO:S2onChrome D6�.424O.111 Entry ID: 428 Referrer: Page 30 of 985 Stanzione, Tammy From: jjosemond <noreply@123formbuilder.io> Sent: Thursday, February 04, 2021 2:05 PM To: City Clerk Subject: Advisory Board Appointment application Today's date 02/04/2021 Name Joe Josemond Phone number 561-543-8531 Address 1521 NE 2nd St Boynton Beach FL 33435 United States Email jjosemond@gmail.com Current occupation or, if Administrative Asso. retired, prior occupation Education Master Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City limits? Do you own/manage a business No within City limits? If "yes", name of business: No Are you currently serving on a No City board? Have you served on a City NO board in the past? If "yes", which board(s) and when? Have you ever been convicted No of a crime? If "yes", when and where? Advisory Board Community Redevelopment Agency Advisory Board Personal Qualifications Leasing Agent with EDr Trust for 5 years. I maintain records related to sales and rent payment. I also answer plethora of questions regarding to living accommodation in the city of Tallahassee. I also ensure that safety and security are maintained, reporting all problems/hazards immediately regarding the property. Professional Memberships Masonic Lodge 1 Page 31 of 985 Feel free to attach/upload an extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 50.237.191.154 (United States) at 2021-02-04 14:05:13 on Chrome 88.0.4324.104 Entry ID: 430 Referrer: https://www.boynton-beach.org/ Form Host: https://form.123formbuilder.com/583214 Page 32 of 985 r ^ City 0fBoynton Beach: Advisory Board Appointment Application Thank yc)u for your interest in serving on one of the City's Advisory Boards and for, Laking the tirne to fill out this form. If instructions are not followed o/the application isnot filled out inits entirety, the forty) will bereturned for clarification. EMAIL DI!.SCLAIMER: Please be advised that urider Florida law, e-rnail addresses are public records, 11 -you do notwantyour e- rnail address released in response to a public -records request, do not send electronic mail. Instead, cuntactrhe City of Boynton Beach offices by phone or- in writing: City of Boynton Beach, City Clerk's Office, City Hall, 100 E. Ocean Ave,, BoyntunBeach, FL3343S. Mailing address: P.O. Box 3 10, Boynton [3each, FI- 33435-0310 1 Flhone: (561) 742-6060 1 City Clerk FAX: (561) 742-6090 Today's date O1127�O2} Name* ma�k Wye Phone number 561 681 3846 Address Exempt from Public Records [}iSd0suFe Under Section 1 1S.071(4)(d) F.S. Boynton Beach R 33435-2848 cmunu? � cnaU mai,kmey(!r192@&maUxom Current occuuovor, if retired' Land Use Kanner prior occupation Education Bad`dot sorBusiness »dmin\sno^don|n5nancewith aMinor |nBusiness Law Are you aregistered voter? t9Yes No ooyou reside within the Boynton Yes No Beach City limits? ou you own/managenbusiness xs mu within City limits? Are you currently serving mnaCity Yes ('7) No board? Have you served onaCity board in ns N the past? Page 33 of 985 Have you ever been convicted of a crime? Advisory Board Please indicate which advisory board you are seeking appointment. Yes () No Planning & Developtfre.nt Bc�aid For board listing, requirements, responsibilities and ineeting tirnes and dates, please visit Personal QUalifications VV I a v, pe I so n a I ( I:', I, I l ifi f "i ti co I I S d o you 0 o" pr(jlec,,Ion, previous I')r �i rK h of rn i I ta i y Vuce or on) vhidi yw,i Po„ fl ,voukd nrai y,iL,j �c)ud (ondldov� iol chis Professional Memberships Please list any professional memberships. Feel free to attach/upload an extra sheet or resume, V I have had an extensive career in real estate development, (' onstructiorr, anci land use. Currently, I arra a Land Use Planner for Pairri Bc,,ach County where I review Class A Conditional Uses applications; (Rezoning Appikation, Abandonments, inter alia), Variant -es & Waivers applications, Development Review Officer ("DRO") Approvals, and other Development Orders. I utilize Florida State Statutes, the Florida Building ('-odes, the Palm Be.acir County Code of: Or dinances, the, Unified Land Developi-nent Code, at) d the ( ' -omprehensive Plan or) a daily ba�sis. Prk)r to myemploynient with Palin Beach County, I worked in the constru(Ircri industry focused on large scaler re sidetntial projects and low -intensity corninerbal (:onstruction. My educiationa6 backgi ourid consists of as BBA in Finance with a Minor it) Business Law frorn FAU. I an) cui i ently att.eridkog FAU to cornj:)Iete my MBA with a specialization in Busmess Analytics (which will be complete it) Spring 2022). My education and experience, Coupled with my passmn fear tine irrilorovernent and i: Liccess of: the City of Boynton Beach, would [xove to be an asset: for the Planning & Developirrent Board, I hank you for yow corv,;icle(atjon arid I look foirwal d to hearing fir: you, Menilt)or of the Arnoi can Planning Association, Member ship ID� 352442 2017 Mernhei of the American Finari(e Association, Merribeiship ID: 54016478 2016 Choose files or drag here Your con-,pleted Advisory Board Appointment application will be added to the City's Talent Bank, a file to which Commissioners may turn for candidates when board openings occur. Certification* 1, the applicant, hereby certify that the staternents and answers provided herein are true and accurate, I *Response required understand that, if appointed, any false statements may be cause for removal frorn a board, 1, the applicant, DO NOT certify that the staternents and answers provided herein are true and accurate. Page 34 of 985 Stanzione, Tammy From: court <noreply@123formbuilder.io> Sent: Tuesday, February 09, 2021 11:20 AM To: City Clerk Subject: Advisory Board Appointment application Today's date 02/09/2021 Name Courtlandt McQuire Phone number 954-465-4369 Address 506 WHISPERING PINES ROAD Boynton Beach BOYNTON BEACH, FL 33435 FL 33435 United States Email court@redbaradv.com Current occupation or, if rAdvertising and marketing retired, prior occupation Education BA Univ of Kansas Are you a registered voter? Yes Do you reside within the Yes Boynton Beach City limits? Do you own/manage a business Yes within City limits? If "yes", name of business: Red Bar Integrated Marketing Are you currently serving on a Yes City board? Have you served on a City Yes board in the past? If "yes", which board(s) and Chair of the Arts Board when? Have you ever been convicted No of a crime? If "yes", when and where? Advisory Board Planning & Development Board Personal Qualifications I have extensive knowledge in the development of PUDs, from mixed-use, to residential and commercial/retail. I have marketed many South Florida developments in the past. Also in other states. Here is my Linkedln: https://www.linkedin.com/in/courtlandt-mcquire-0571259/ 1 Page 35 of 985 Professional Memberships • Chairman of the Arts Board - this is my 3rd year serving the BB community. Feel free to attach/upload an extra sheet or resume. Certification I, the applicant, hereby certify that the statements and answers provided herein are true and accurate. I understand that, if appointed, any false statements may be cause for removal from a board. The message has been sent from 73.46.67.206 (United States) at 2021-02-09 11:20:16 on Chrome 88.0.4324.96 Entry ID: 431 Referrer: https://www.boynton-beach.org/ Form Host: https://form.123formbuilder.com/583214 Page 36 of 985 Stanzione, Tammy From: tramiccio <noreply@123forr-ribuilder.io>, Sent: Friday, January 29, 2021 10A5 AM To: City Clerk Subject: Advisory Board Appointment application Today's date 01/29/2021 Name Thomas Ramiccio Phone number, 561-386-7812 Address 4065 Trovita blvd Boynton Beach Florida 33436 United States -mail trarniccio@aoI.cow* Current occupation or, if Retired, former President CEO, Chamber of Commerce, Former Mayor, business owner retired, prior occupation Education Lake Worth High school, graduate Florida Institute of Government ( advanced course) Are you a registered voter? Y NI II II N IIS Do you reside within the Y Boynton Beach City limits? Do you own/manage a business within City limits7 If "yes", name of business: Are you currently serving on a Yes City board? Have you served on a City Yes board in the past? If "yes", which board(s) and Currently serving on Historic Preservation board, when? Chairman Planning & Zoning board , City of Lake Worth 1,987-1995 Historic Preservation board, Lake Worth, chairman Main Street Advisory Board Community Redevelopment Agency ( Chairman ) 1997-2001 Small Business owner Former flooring contractor Have you ever been convicted No of a crime? If "yes", when and where? Advisory Board Planning & Development Board Personal Qualifications Chairman of Planning & Zoning Board, City of Lake Worn Mayor City of Lake Worth 1997-2001 0 Page 37 of 985 Vice rnayor, city commissioner 1995-1996 President/ CEO Greater Lake Worth Chamber of Commerce ( 10 years) retired Metropolitan Planning Organization ( palm beach county) Realtor/ investor Vice President, Knollwood HOA inc. Community Redevelopment Agency ( Chairman 1997-2001) Comp plan amendment experience Palm Beach County resident 50 plus years Professional Memberships Kiwanis International, Past Governor 2009-2010 Member since 1989, * - 9"J"MOMIA ,,txtra 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 99.114.224.50 (United States) at 2021-01-29 10A5:22 on Safari 14.0.2 Entry ID: 427 Referrer: http—tj�ALwLo v� yjjjL)rj�.oP4j 9 ---S_ _ _ ,.— ��b � Q-( Form Host: hLtp,'11 .1ormbuMer,coo L�58q2.14 ILrm O.M.-23f . .............. -- Page 38 of 985 5.B. Administrative 2/16/2021 11 City of Boynton Beach D Agenda Item Request Form Commission Meeting Date: 2/16/2021 Requested Action by Commission: Appoint eligible members of the Library Advisory Board to serve as Board Chair and Vice Chair. Explanation of Request: Per the City's Code of Ordinances: Ord. No. 20-016, § 10, 6-2-20 requires the City Commission to select Board Chairs and Vice Chairs. The Library Advisory Board are recommending to City Commission the board members they chose for the positions of Board Chair and Vice Chair. During the Library Advisory Board meeting of Wednesday, January 27, 2021. The Board voted by majority to recommend Marcia Levine for Board Chair and Dr. Stephanie Hayden-Adeyemo for Vice Chair. How will this affect city programs or services? None Fiscal Impact: Non -budgeted None Alternatives: Do not appoint the recommended board members. Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? No Grant Amount: Attachments: Type Description 1.....lilbi a i y A6Asoiry Board Chair Il.....E)ttENr Marcia I.....E Viir:E 1.....lilbi a i y d\ia:>oi y Board ViCE) Chair II.....E)ttENr Page 39 of 985 January 28, 2021 Craig Clark Library Director Boynton Beach City Library City of Boynton Beach Dear Mr. Clark, I wanted to take a few moments to say what a pleasure it is to serve on the Library's Advisory Board (as Board member) with you and your incredible team, and with my fellow Board members. Last night, I was thrilled to be nominated and elected to the position of Chair of the Advisory Board. What an honor to be sure! Many who know me well, (or even not so well!), know that I am a Boynton Beach Evangelist. I even came up with a pet nickname for my city, I call it BoyBe for short..(hahahah). I love this city and chose it specifically as the place I wanted to live when I moved from Manhattan in May 2017. After moving and living here, I began to get involved in the community more and more, and started becoming really passionate about Boynton Beach. I first joined the Arts In Public Placed Advisory Board, and currently am it's Vice Chair. It gives me such pleasure to sit on that Board and to get to choose with my fellow Board members, the public art that you see in our city. I also love libraries, which brings me to why I feel I might be a suitable candidate for the Chair position for the Library Advisory Board. have always been a curious person, and my curiosity was met and matched in anything I could get my hands on to read... newspapers, magazines, subway poster/ads, books... you name it..I love to read, (and listen). Libraries were a place for me to go/ explore, escape,& to learn about the world. I learned to do research at the library, and how to use technology. Libraries were my entry to the larger world out there. The person I have become, personally and professionally, is someone I am proud of. have spent most of my life in corporate sales/marketing positions and environments, interacting with many types of people up and down the corporate organizational chart. can handle a wide swath of personalities. Being on a Board, requires such skills, being Page 40 of 985 the Chair of a Board, amps up the requirements/necessity to use those skills even more. I am up for the challenge and am eager to get working. Thank you for your vote of confidence, I look forward to a very productive year ahead with you and the Library team. Stay safe and healthy, Regards, Marcia Levine 625 Casa Loma Blvd. 808 Apt Boynton Beach Fla 33435 917-693-4729 Page 41 of 985 From: S Monroe <irnoi �Il 2 s C�yirm iilLcoirn> Sent: Wednesday, January 27, 20216:48 PM To: Clark, Craig <CIlap„Ik„ „ �I II II,u12>; Gibson, Crystal < iibsoir!C„ �I IIS II u > Subject: Re: Introduction of the Vice -Chair of the Boynton Beach Library Board --Updated please use this it ......... ..yiM2ill..::. irn> wrote: OnWednesday, January Monroe <.rnoi it it A seasoned and reflective servant leader in science education, Dr. Stephanie Hayden-Adeyemo is a staunch supporter of mentoring and paying it forward. Over the past 24 years, Dr. Hayden-Adeyemo has both taught and encouraged for the following regions, Broward, Palm Beach and Westchester County Public Schools respectively. Dr. Hayden-Adeyemo's tenure as a secondary science educator has been marked by a number of significant accomplishments. During her career she has helped to re-energize the love of science to many young people in urban communities, making it her mission to enhance their view on the future. She has been awarded the Gizmo -Online Facilitator Leadership for Palm Beach County and currently serves as a Grant Reviewer for the United States Department of Education. Dr. Hayden- Adeyemo holds a Bachelor's degree in biology and chemistry from Howard University, a Master's degree in educational technology from American Intercontinental University, and a Doctorate degree in teaching and learning from Walden University. When Dr. Hayden is not in the classroom, you can find her mentoring students aspiring to become research medical scientists from institutes such as Howard University Medical School. She has been a strong believer in determined and purposeful interactions with those she meets. Dr. Hayden-Adeyemo has always placed in the forefront her desire to move people to critically think while making some of their most life -changing decisions. She recently applied and was selected as a fellow for Teach with Africa for summer 2017 and a EdTech Trainer in Africa 2018. She is presently apart of STEM Educator Professional Development Collaborative with NASA EPDC and a moderator for Johns Hopkins University's Center for Talented Youth --the world's leader in Gifted Education. "The motivation for change depends on how badly your dreams are worth it!" --Dr. Stephanie Hayden-Adeyemo Page 42 of 985 5.C. Administrative 2/16/2021 11 City of Boynton Beach D Agenda Item Request Form Commission Meeting Date: 2/16/2021 Requested Action by Commission: Appoint eligible members of the Art Advisory Board to serve as Board Chair and Vice Chair. Explanation of Request: Per the City's Code of Ordinances: Ord. No. 20-016, § 10, 6-2-20 requires the City Commission to select Board Chairs and Vice Chairs. The Art Advisory Board is recommending the board members they selected for the positions of Board Chair and Vice Chair. During the Art Advisory Board meeting on Thursday, January 14, 2021. The Board voted by majority to recommend Courtlandt McQuire for Board Chair and Marcia Levine for Vice Chair. How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type ttach irTIEN11t ttach irTIEN11t Description Chair COL.aiirta indt 1 :::QU1iir'Es VIia:CE) Chair Marcia Il.....EMA111 s Page 43 of 985 Courtlandt McQuire Red Bar Integrated Marketing redbaradv.com +1.954.465.436 February 9, 2021 City Commission City of Boynton Beach 100 E. Ocean Ave Boynton Beach, FL 33435 RE: Request for Appointment by City Commission as Vice Chair of the Art Advisory Board Ladies and Gentlemen of the Boynton Beach City Commission, I am seeking an appointment as Chairman of the BB Art Advisory Board, and extremely excited for the Kinetic Art event and all the wonderful public art projects, exhibits, re- development and cultural programs that our commission has helped to set in motion. My commitment and passion for the arts has been my life's work. • I have owned and operated a local art gallery in Brickell Miami previously for 10+ years • Formerly the President and Executive Creative Director for one of the state's largest Advertising Agencies for over 20+ years - Green Advertising a subsidiary of WPP Worldwide (the largest advertising conglomerate in the world) • I currently am founder/owner of a Advertising Agency that is based out of Boynton Beach - I write, design, direct & produce advertising campaigns for many different vertical business models (in both digital and traditional channels) • I acquired a BA in Visual Arts from the University of Kansas • I am an active painter and sculpture artist I would love the opportunity to continue the great work for our city. Most Sincerely, Courtlandt McQuire 506 Whispering Pines Road Boynton Beach, FL 33435 Page 44 of 985 February 9, 2021 Glenn Weiss Public Art Manager City Manager's Office City of Boynton Beach RE: Request for Appointment by City Commission as Vice Chair of the Art Advisory Board Dear Mr. Weiss, I wanted to take a few moments to say what a pleasure it is to serve on the Art Advisory Board, as both board member and Vice Chair. I was thrilled to be nominated for a second term as Vice Chair... what an honor to be sure! It gives me such pleasure to sit on this board and to get to choose with my fellow board members, the public art that you see in our city. I have developed a passion for art and artists, and pride myself as having become, somewhat of an arts patron (albeit a small one). I feel I am quite the suitable candidate to serve a second term as Vice -Chair on the Arts Advisory Board. The person I have become, personally and professionally, is someone I am proud of. have spent most of my life in corporate sales/marketing positions and environments, interacting with many types of people up and down the corporate organizational chart, (please see resume attached for professional and extra -curricular activities). I can also handle a wide swath of personalities. Being on a board requires such skills, being the Vice Chair of a Board, assisting the Chair in her/his duties, amplifies the requirements necessary even more! I am up for the challenge and eager to continue my work on this Advisory Board. Thank you for yours (and the Board's) vote of confidence, I look forward to working with you this year. Regards, Marcia Levine 625 Casa Loma Blvd. 808 Apt Boynton Beach Fla 33435 917-693-4729 Page 45 of 985 Marcia Levine Boynton Beach, Florida (917) 693-4729 marcialorilevine@gmail.com SUMMARY I am a thoughtful, and creative business professional, with a successful career primarily within the media/ marketing and sales arena. I have an established track record of cultivating strong internal/external partnerships. I am adept marketer and facilitator. I believe my experiences will allow me the opportunity to join a team, and to not only personally flourish, but also to help make a difference on the team (s) I join. PROFESSIONAL EXPERIENCE VIDEO CONFERENCE PRODUCER, Virtual. 2019 -Present • Set -Up and Administer/Facilitate Technical Support for Virtual Seminars/Trainings, Recovery Workshops and Professional Conferences. Manage all in meeting operations, including instructions on how to participate via computer or phone-in options, muting/un-muting features, polling, breakout rooms, screen sharing, and whiteboard/ with attendee participation. Provide help with set-up of meeting (s) registration with correct in - meeting controls/ functions to insure, smooth, orderly and successful conference/workshops for stake -holders.. OLD SCHOOL SQUARE/CORNELL ART MUSEUM, Delray Beach, Fl. 2018-2020 Museum Operations Associate • Assist Director of Operations/Curator: Duties include: opening and closing museum, curating, operating and maintaining Museum Store, placing media buys for Art Shows at OSS/driving revenue to Old School Square. Manage reception desk admissions/donations through Square Register operating system. Greet guests with working knowledge of Old School Square and Cornell Art Museum..Write all press releases.Engage and tour visitors through the exhibits. THE HEALTH CHANNEL/South Florida PBS, Miami -Dade -Palm Beach County 2017-2018 Account Executive (one year contract) ■ww.allllll,iealltll,.ty Relocated to Floridaori a to loin team to eve op aunc a eat Channel properties, an .................................................................................................... website. Responsibilities include: Development of all marketing materials, generating leads, daily prospecting and lead generation, outreach into local community to create partner relationships, presentations virtually and in-person. Successfully worked together with Baptist/ Bethesda South Florida's marketing group and with SFPBS creative, marketing and ad sales divisions. VIVENTIUM SOFTWARE, New York, N.Y. 2016-2017 National Sales Account Executive (Outside and Inside Sales) ■ I was recruited to develop NYC territory and assist the launch of Viventium Software. Responsibilities include: Development of leads, daily prospecting, virtual and in person selling/closing, cold -call and lead generation for all HCM (Human Capital Management /Payroll, Onboarding, HR) products. Led the launch team in new business sales, meeting and exceeding monthly and yearly goals, $250,000 Gross Revenue A+E TELEVISION NETWORKS, New York, N.Y. 1999-2015 Account Executive, New Business Development Specialist, A&E, Biography, History Channel ■ Researched/generated new business opportunities; prospected on a daily basis. Identified customer needs, set up client meetings/presented to senior level decision makers. Closed high percentage of new business; met and exceeded yearly sales goals; Grew sales list revenue from $10 million to $100 million over the course of 14 years. VOLUNTEER & COMMUNITY SERVICE ACTIVITIES Boynton Beach Art In Public Places; Vice Chair, Vice -Chair Overeaters Anonymous Palm Beach County Board of Directors , Chair -Elect Library Advisory Board / Boynton Beach Municipal Library, Reading Volunteer /Westchester Montessori School & Canarsie Childcare Development Center; Developed Therapeutic Music Program for Children on the Autistic Spectrum; EXTRA -CURRICULAR ACTIVITIES Professional DJ for the past 12 years. I go by the name `7i1 marsh" I have had over 200 DJ jobs in various locations. specialize in varied playlists that satisfy all age ranges. I am currently virtually DJing on ZOOM and plan on going to be live DJing soon in addition to virtual jobs. EDUCATION B.A., Hunter College, New York, N.Y. Page 46 of 985 Consent Agenda 2/16/2021 Requested Action by Commission: Accept surtax capital project status report for 1st quarter of fiscal year 2020-21 - October through December 2020. Explanation of Request: The attached report is an update for the fiscal year 2020-21 capital projects that are funded through surtax funds. Projects are in varying stages and the report includes a status update for each project. Through January 2021, the City has awarded approximately $1,816,124 worth of work from the surtaxfunds amended budget of $10,917,348. Below is a highlighted summary of the major projects, which are mostly in the design and/or procurement phase. Major Projects Under Construction: • Street Paving • Sidewalk Replacements • Little League Field Renovations • Tennis Center - Har Tru Court Renovations Major Projects in Design: • Ezell Hester, Jr. Park Site I mprovements • Citywide Door Hardware Replacement • Fire Station #3 Redesign • High Ridge Road Improvements (Gateway to Miner) • Industrial Way Drainage and Road Rehabilitation Major Projects in Procurement: • Boynton Beach Boulevard Extension (New Mangrove Park) • Oyer Park - Concrete Screen Wall Replacement How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Page 47 of 985 Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type ttacIfirTI sir'lt Description CIIF1 4: UiairtENrlly Upda tE) Page 48 of 985 CITY OF BOYNTON BEACH CAPITAL IMPROVEMENT PLAN CITY OF BOYNTON BEACH FY 2020-21 CAPITAL IMPROVEMENT PROGRAM Project Number PROJECT NAME Project Maitager % Coolplete, Project Status GG1801 Boynton Beach Blvd Extension & Mangrove Park Improv (Construction) Matt Doyle 0% Procurement (Bid, Quote, Proposal) GG1802 Boynton Beach Blvd Extension & Mangrove Park (Design) and Planters Box Matt Doyle 100% COMPLETED GG2005 Boynton Beach Blvd Extension - Paint Overhead Lighting Poles Matt Doyle 0% Not Started GG1820 Citywide Recreation and Parks Entry Signs Franky Lazo 10%, Procurement (Bid, Quote, Proposal) CP0703 General Government - Carpet Replacement Gail Mootz 0% On -Going GG1004 General Government - HVAC Repairs Gail Mootz 0% On -Going GG1901 General Government - Misc. Repairs & Replacement Gail Mootz 0% On -Going CP0323 Security - City Wide Upgrades - Door Hardware - Key Gail Mootz 20%, Design GH2102 PW #1 (Admin, Fleet, Warehouse) AHU-1 HVAC Replacement (May -21) Gail Mootz 10%, Procurement (Bid, Quote, Proposal) GG2101 Public Works - Re -roof Buildings (Admin, Warehouse, Fleet) Kevin Ramsey 80%, Construction RP2102 Betty Thomas Neighborhood Park - Tables and Cans Franky Lazo 30°/r, Procurement (Bid, Quote, Proposal) RP2103 Carolyn Sims Center — Multipurpose Field Fencing Carl Frumenti 20%, Project Awarded RP2104 Congress Ave Barrier Free Park— Replace Play Surface Franky Lazo 20°/r, Procurement (Bid, Quote, Proposal) RP2105 Congress Ave Barrier Free Park— Rehab Splash Pad Franky Lazo 20%, Procurement (Bid, Quote, Proposal) RP2106 Congress Ave Barrier Free Park— ADA - Sidewalk Franky Lazo 20°/r, Procurement (Bid, Quote, Proposal) RP2107 Congress Ave Barrier Free Park— Refurbish Bio-swale Franky Lazo 20%, Procurement (Bid, Quote, Proposal) RP2101 Hester Center - Site Improvements (Design & Construction) Paola Mendoza 30%, Design RP2108 Hester Center— Lower Restroom Renovations Kevin Ramsey 0% Project Delayed/On-Hold RP2108 Hester Center— Lower Restroom ADA Kevin Ramsey 0% Project Delayed/On-Hold RP2109 Intracoastal Park - Carpet Replacement Gail Mootz 0% On -Going RP2111 Intracoastal Park— Security Upgrades Craig Richards 10°/r, Procurement (Bid, Quote, Proposal) RP2112 Intracoastal Park—Entry Fencing (Federal) Carl Frumenti 0% Requisition/Purchase Order RP2133 Jaycee Park — Repair Kayak Launch Matt Doyle 0% Project Delayed/On-Hold RP2114 Little League Park Fence Repair/Replacement Gail Mootz 60%, Requisition/Purchase Order RP2117 Mangrove Park Boardwalk Demolition Gary Dunmyer 10°/r, Design RP2116 Mangrove Walk at the Marina - ADA* Matt Doyle 0% Not Started RP2117 Oceanfront Park - Replace Ramp at Beach Connection Kevin Ramsey 80%, Design RP2118 Oceanfront Park - Maintenance Road Repair - Dune Kevin Ramsey 80%, Design RP2119 Oyer Park - Dredge Channel Gary Dunmyer 0% Not Started RP2120 Oyer Park— Concrete Screen Wall Replacement Carl Frumenti 0% Procurement (Bid, Quote, Proposal) RP2121 Oyer Park - Security Upgrades Craig Richards 10%, Procurement (Bid, Quote, Proposal) RP1707 Oyer Park — Restroom Refurbishment Kevin Ramsey 80%, Design RP2122 Pence Park - Design & Permitting Paola Mendoza 0% Design RP2123 Pioneer Canal Park— Boat Ramp Repair (Design & Const.) Kevin Ramsey 80%, Design RP2124 Pioneer Canal Park — Refurbish Volleyball court ADA Kevin Ramsey 80%, Design RP2125 Pioneer Canal Park—Restroom Refurbishment Kevin Ramsey 80%, Design RP2126 Pioneer Canal Park—Restroom ADA Kevin Ramsey 80%, Design RP2115 Sara Sims Park - Basketball Court Restoration Franky Lazo 30%, Procurement (Bid, Quote, Proposal) RP2127 Tennis Center—Har-Tru Courts Renovations Kacy Young 10%, Construction FA2104 Fire Station 42 - Carpet (Bunk Rooms) Gail Mootz 0% Project Delayed/On-Hold FA2102 Fire Station 42 - Fuel Pump Kevin Ramsey 80%, Procurement (Bid, Quote, Proposal) FA2103 Fire Station 42 - Vehicle Exhaust System Carl Frumenti 90%, Construction FA2105 Fire Station 43 - Building/Site Planning Redesign (30% Drawings) Gary Dunmyer 10%, Design FA2114 Fire Station 43 - Vehicle Exhaust System - Modification Carl Frumenti 100% COMPLETED FA2106 Fire Station #4 — Interior Painting Gail Mootz 0% Project Delayed/On-Hold FA2106 Fire Station #4 — Carpet (Bunk Rooms) Gail Mootz 0% Project Delayed/On-Hold FA2107 Fire Station 44 - Vehicle Exhaust System Carl Frumenti 0% Project Delayed/On-Hold FA2101 Fire Station 45 - UPS Battery Replacement Charles Stevens 20%, Requisition/Purchase Order S:\PW\02 Mack\Agenda Items\2021\CIP Quarterly Updates\CIP 2020 - 2021 Quarterly Reporta7s _1st Quarter >agePafk.1 ,06 985 CITY OF BOYNTON BEACH CAPITAL IMPROVEMENT PLAN CITY OF BOYNTON BEACH PD2101 PD - FARO 3D Scanner Replacement Craig Richards 70% Requisition/Purchase Order PD2102 PD - Server Refresh/Replacement - Police Craig Richards IO°/r, Procurement (Bid, Quote, Proposal) PD2103 PD - Network Upgrades Craig Richards 20% Requisition/Purchase Order PD2104 Police Headquarters - Real Time Crime Center Craig Richards IO°/r, Procurement (Bid, Quote, Proposal) PD2105 Police Headquarters - CAD/Records Management System Craig Richards 30% Construction PD2106 Citywide Facilities- Access Control Updates Karl Maracotta 10% Procurement (Bid, Quote, Proposal) PD2107 IT1811 Citywide - Security Upgrades (LPR) PC Replacement & Laptop Karl Maracotta Charles Stevens 10% IO°/r, Procurement (Bid, Quote, Proposal) Requisition/Purchase Order IT2101 Kronos (Work Force Ready) Time & Attendance (Hardware & Initial iccrr,riI Yury Konnikov 10% Procurement (Bid, Quote, Proposal) IT2102 Vulnerability and Patch Management System (City) Charles Stevens 0% Not Started CP0263 Sidewalks - Replacement Carl Frumenti 10% On -Going TR1701 Sidewalks Ramp - ADA (estimate) Carl Frumenti Wo/1, On -Going TR2103 Grayson Heights Sidewalk Infill Paola Mendoza 100% COMPLETED TR2104 High Ridge Road Improvements (Gateway to Miner) Paola Mendoza 70°/r, Design TR2101 Industrial Way Drainage & Road Rehabilitation Paola Mendoza 70% Design CP0266 Street Maintenance/Impv. Gary Dunmyer 1 o/1, On -Going TR0903 Bridge Repair - Maintenance & Improvements Gary Dunmyer 10% On -Going TRION FEC Crossing Upgrade Gary Dunmyer 10% On -Going S:\PW\02 Mack\Agenda Items\2021\CIP Quarterly Updates\CIP 2020 - 2021 Quarterly Report 1st Quarter Fagej 5�J & 985 Consent Agenda 2/16/2021 Requested Action by Commission: Proposed Resolution No. R21-022 - Authorize Mayor to sign the First Amendment to the I nterlocal Agreement between the City of Delray Beach and the City of Boynton Beach to share the engineering design cost to rehabilitate SE 36th Ave. Explanation of Request: In May of last year the City of Boynton Beach entered into an Interlocal Agreement with the City of Delray Beach for the purpose of jointly funding an Engineering Consultant to design the replacement of SE 36th Ave from Seacrest Blvd to the FEC Right-of-way. See Attachment 1 - Project Location Map. This agenda item is to approve an amendment that will allow the City of Boynton Beach to use it's General Consulting Services Contract (RFQ #046-2821-17 TP) to procure the engineering services in lieu of advertising a Request for Qualifications. How will this affect city programs or services? Using the General Consulting Services Contract will speed up the Consultant selection process and allow the Cities to commence the design process. Fiscal Impact: Budgeted The City's portion of the design project is funded (302-4905-580.63-08). Construction is scheduled to be be funded in fiscal year 21/22 upon completion of the drawings and cost esti mates. Alternatives: Strategic Plan: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? Grant Amount: Page 51 of 985 ATTACHMENTS: Type D IRE)S()�I LA ti 0 II'l D A mE)ind mENI'l t D AttachirTIENI'lt D I ['ItE)irlocall Agir'E)E)irTIE)l['It Description IRE)SOkAboin approviing Il:::::liir'stAirTIEsii'idirTIEsll'It taxa thE) III1 .A Wth IC.. E)rayBE�,ach IF::: li ir'st AirTIE)indirTIENI'lt taxa II II..... with DE)rayBE�'ach AttachimE)Illt 1 Flir'OjE�Kt I ocahoin Iia p E)eCLAtEd 1I1 A bE)tW(.�lE)l['I City ofDE�flrayBE�,ach arld City of BoyintoinBE�,ach for to &E 36th AVENI'lLAE) Page 52 of 985 I RESOLUTION NO. R21- 2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 3 FLORIDA, APPROVING AND AUTHORIZING THE MAYOR TO 4 SIGN THE FIRST AMENDMENT TO INTERLOCAL 5 AGREEMENT BETWEEN THE CITY OF BOYNTON BEACH 6 AND THE CITY OF DELRAY BEACH TO SHARE THE 7 ENGINEERING DESIGN COST TO REHABILITATE 8 GULFSTREAM BOULEVARD (AKA SE 36TH AVENUE); AND 9 PROVIDING AN EFFECTIVE DATE. 10 WHEREAS, in May of last year the City of Boynton Beach entered into an Interlocal 11 Agreement with the City of Delray Beach for the purpose of jointly funding an Engineering 12 Consultant to design the replacement of SE 36th Ave from Seacrest Blvd to the FEC Right -of - 13 way; and 14 WHEREAS, this amendment will allow the City of Boynton Beach to use it's General 15 Consulting Services Contract (RFQ 4046-2821-17 TP) to procure the engineering services in 16 lieu of advertising a Request for Qualifications; and 17 WHEREAS, using the General Consulting Services Contract will speed up the 18 Consultant selection process and allow the Cities to commence the design process; and 19 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the 20 recommendation of staff, deems it to be in the best interests of the City residents to approve and 21 authorize the Mayor to sign the First Amendment to the Interlocal Agreement with the City of 22 Delray Beach to use the City's General Consulting Services Contract (RFQ #046-2821-17 TP) 23 to procure the engineering services to rehabilitate Gulfstream Boulevard (aka SE 36th Avenue). 24 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF 25 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: S:ACA\RESO\Agreements\First Aiuendinent To ILA With Delray For Cost Sharing For SE 36th Avenue - Reso.Docx Page 53 of 985 26 Section 1. Each Whereas clause set forth above is true and correct and incorporated 27 herein by this reference. 28 Section 2. The City Commission of the City of Boynton Beach, Florida does hereby 29 approve and authorize the Mayor to sign the First Amendment to the Interlocal Agreement 30 between the City of Boynton Beach and the City of Delray Beach to share the engineering 31 design cost to rehabilitate Gulfstream Boulevard (aka SE 36th Avenue) to allow the City of 32 Boynton Beach to use it's General Consulting Services Contract (RFQ #046-2821-17 TP) to 33 procure the engineering services in lieu of advertising a Request for Qualifications, a copy of 34 the First Amendment to the Interlocal Agreement is attached hereto as Exhibit "A". 35 Section 3. That this Resolution shall become effective immediately upon passage. 36 PASSED AND ADOPTED this 16th day of February, 2021. 37 CITY OF BOYNTON BEACH, FLORIDA 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 ATTEST: 53 54 55 Tammy Stanzione 56 Deputy City Clerk 57 58 59 (Corporate Seal) Mayor — Steven B. Grant Vice Mayor — Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L. Romelus VOTE YES NO S:ACA\RESO\Agreements\First Aiuendinent To ILA With Delray For Cost Sharing For SE 36th Avenue - Reso.Docx Page 54 of 985 FIRST AMENDMENT TO THE INTERLOCAL AGREEMENT BETWEEN THE CITY OF DELRAY BEACH AND THE CITY OF BOYNTON BEACH (ENGINEERING DESIGN OF SE 36TH AVE) THIS FIRST AMENDMENT TO THE INTERLOCAL AGREEMENT ("First Amendment") is made and entered into , 20 , by and between the City of Boynton Beach, a Florida municipal corporation (hereinafter "Boynton Beach"), and the City of Delray Beach, a Florida municipal corporation (hereinafter "Delray Beach") collectively (the "Parties") or individually (a "Party"). WITNESSETH: WHEREAS, Boynton Beach and Delray Beach previously entered into an Interlocal Agreement, dated May 19, 2020, to provide for the shared expenses of the engineering design of SE 36th Ave. ("Original Agreement"); and WHEREAS, the parties wish to amend the Original Agreement to permit Boynton Beach to use a consultant from its contract rotation; and WHEREAS, in accordance with Section 8 of the Original Agreement, the Original Agreement may be modified through the written consent of both parties; and NOW THEREFORE, in consideration of the mutual promises, covenants, provisions, and undertakings hereinafter contained, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto agree as follows: 1. Recitals. The parties agree that the recitals set forth above are true and correct and are fully incorporated herein by reference. 2. Amendment. The parties agree that Section 2 of the Original Agreement entitled "Cost Sharing and Procurement of the Project" is hereby amended to provide that Boynton Beach will utilize a consultant from its contract rotation, and a request for proposal will not be issued. Once the consultant is assigned, Boynton Beach will negotiate with the consultant on behalf of Delray Beach, and Delray Beach shall assist in defining the scope of work for the Project and shall participate in the pre-bid meeting with the consultant. 3. Entire Agreement. The parties agree that this First Amendment and the Original Agreement set forth the entire agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the provisions, terms and conditions contained in the Original Agreement including {00402579.2306-9001821} Page 1 of 3 Page 55 of 985 this First Amendment may be added to, modified, superseded, or otherwise altered, except by written instrument executed by both of the parties hereto. 4. Legal Effect. This First Amendment shall not become binding and effective until approved by the Commission of both Boynton Beach and Delray Beach. 5. Counterparts. This First Amendment may be executed in one or more counterparts, each of which shall be deemed an original, and will become effective and binding upon the parties as of the effective date at such time as all the signatories hereto have signed a counterpart of this First Amendment. 6. Existing Provisions. Except for the provisions of the Original Agreement specifically modified by this First Amendment, all other terms and conditions of the Original Agreement shall remain in full force and effect. 7. All capitalized terms used but not defined herein shall have the meaning assigned in the Original Agreement. [THIS SECTION IS LEFT INTENTIONALLY BLANK; SIGNATURES TO FOLLOW] {00402579.2306-9001821} Page 2 of 3 Page 56 of 985 IN WITNESS WHEREOF, the parties have executed this First Amendment on the date first written above. CITY OF DELRAY BEACH, a Florida municipal corporation By: Shelly Petrolia, Mayor ATTEST: By: Name: APPROVED TO FORM: City Attorney CITY OF BOYNTON BEACH, a Florida municipal corporation By: Steven B. Grant, Mayor ATTEST By: Name: APPROVED TO FORM: City Attorney {00402579.2306-9001821} Page 3 of 3 Page 57 of 985 Page 58 of 985 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 REsoLuTiON NO. R20-039 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING AND AUTI-IORIZINGTHE MAYOR TC) SIGN AN INTERLOCAL AGREEMENT BETWEEN TIJE CITY OF BOYNTON BEACH AND THE CITY OF DELItAY BEACH TO SHARE THE ENGINEERING DESIGN COST TO REHABILITATE GULFSTREAM BOULEVARD (AKA SE 36""' AVENUE); AND PROVIDING AN EFFECTIVE DATE. WHEREAS, City staff has determined that Gulfstream. Boulevard (SE 36"' Avenue) is in need of'replacernent; and WHEREAS, half of the roadway is outside the City limits and located in the City of Delray Beach and therefore staff reached out to the City of Delray Beach to inquire on the possibility of initiating ajoint design project and future construction project; and WHEREAS, the By funding the joint design of the project both Cities will realize cost savings and efficiencies gained by collaborating on the road's rehabilitation; and WHEREAS, thc agreement between the municipalities specifies the City of Boynton Beach will be reimbursed by the City of Delray Beach in an amount not to exceed $250,000, which is their pro rata share of the total not to exceed engineering design costs of $500,000; and WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the recommendation of staff, deems it to be in the best interests of the City residents to approve and authorize the Mayor to sign an Interlocal Agreement with the City ofDelray Beach to share the engineering design cost to rehabilitate (411.1strearn Boulevard (aka SF 36"' Avenue). NOW, THEREFORE, 13E ITRESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: S:\(;A\fO-S(.)\Agreciiierits\ll,A With Delray For Cost Sluving For SE 36th Avel')LIC - ReS0D0CX Page 59 of 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 Section 1. Each Whereas clause set forth above is true and correct and incorporated � herein by this reference. Section 2. The City Commission ofthe City of Boynton Beach, Florida does hereby � approve and authorize the Mayor to sign the Interlocal Agreement between the City of Boynton � Beach and the City of Delray Beach to share the engineering design cost to rehabilitate GUlfstrearu Boulevard (aka SE' 36t" Avenue) in an arnount not to exceed $250,000.00 which is Delray Beach's pro rata share of the total not to exceed engineering design costs of` $500,000.00, a copy of the Interlocal Agreement is attached hereto as Exhibit "A". Section 3. That this Resolution shall become effective immediately upon passage. PASSED AND ADOPTED this -.-. '15-, day of May, 2020. CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor --Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L Roruelus VOTE AFFES"I': Cv�stal Gibson, MMC City Clerk (Corporate Seal) 192() S�\('A\RFS0\AgrecmCntS\II.A �Yith FOr For SE 36th Avenac Reso Docx YES NO Page 60 of 61k�+Jjt-t _IV AND THE CITY OF DELRAY BEACH (ENGINEERING DESIGN OF SE 36TH AVE) -4:10LT .......... WITNESSETH: ilt* MaRe UMM711"M *5 Mell authority and capabilities by enabling them to cooperate on the basis of mutu advantage and thereby provide the facilities and efforts identified herein in t manner that will best utilize existing resources, powers and authority available each of them, and WHEREAS, it is the purpose of the Act to provide a means by which thM- Parties may exercise their respective powers, privileges, and authority which th may separately, but which pursuant to this Interlocal Agreement and the Act th may exercise collectively, and I VI"HEREAS, the Parties have common interests in the rehabilitation of 3616 Ave; and WHEREAS, the eastbound lane of SE 36th Ave resides in Delray Beac the westbound lane of SE 36"1 Ave resides, in Boynton Beach, and the medil between the lanes of SE 36"1 Ave is one half (1/2) owned and maintained &ach Party� and M WHEREAS, there are cost savings and efficiencies gained by the Partil collaborating on the rehabilitation which serves both a municipal and pub purpose; and NOW, THEREFORE, the Parties express their mutual understandings and commitments as follows, WTAITIT11 M ME M Myr-ANifid MA ro"rUK01 11 Fall *5 90114.1 8 on (ogge I w(, gon 1[ K2 P � Page 61 of 985 The Parties are public agencies subject to Chapter 119, Fla. Stat. The Parties shall comply with all public records laws in accordance with Chapter 119, Fla. Stat, In accordance with state law, the Parties agrees to: 3.1 Keep and maintain all records that ordinarily and necessarily would be required by the Parties. 3.2 Provide the public with access to public records on the same terms and conditions that the Parties would provide for the records and at a cost that does not exceed the costs provided in Chapter 119, Fla, Stat. or as otherwise provided by law. 33 Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law. 3A Meet all requirements for retaining public records and transfer, at no cost, to the Parties all records in possession of the Parties at the termination of this Agreement and destroy any public records that are exempt or confidential w• from public records disclosure reiquireiments, All records stored electron ically must be provided to the Parties in a format that is compatible with the information technology systems of the Parties. All records shall be transferred to the Parties prior to final payment being made to the Parties, 15 If either Party does not comply with this section, the non - breaching Party shall enforce the Agreement provisions in accordance with this Agreement and may unilaterally cancel this Agreement in accordance with state law, Both Parties shall have any and all remedies as permitted by law. The Parties agree, however, to provide for positive dialogue and communications if 1isputes, or disagreements arise as to the application or interpretation of the Interlocal Agreement provisions. ry00367898 5 )%,%MM8 Page 62 of 985 11, 1 Any notice given pursuant to the terms of this Agreement shall be in writing and done by Certified Mail, Return Receipt Requested, The effective date of such notice shall be the date of receipt, as evidenced by the Return Receipt, All notices shall be ,?ddressed to the following: Aftn,- City Manager City of Boynton Beach PO Box 310 Bovntort Bead'i. FIL 334215 # A copy of this Agreement shall be filed with the Clerk of the Circuit Cou in and for Palm Beach County. I V)0367*98 SAWWOMI I. Page 63 of 985 shall not be affected thereby, and each term of the Agreement shall be valid and enforceable to the fullest extent permitted by law. This Agreement may be executed in counterparts, each of which shall deemed to be an original, but all of which, taken together, shall constitute o and the same agreement, I This Agreement is expressly contingent upon the approval by the Parties and shall become effective only when signed by the Parties. The effective date shall be the last date that it is executed by the Parties, IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the date and year first written above. ATTEST: FA ie 'I ON$ IN 011MORI T M tl0%678'4 5 N)("qwmN I Page 64 of 985 It W Force maMre r-Teril SnaB SeV�U 10 VJH Me 11FTIC W P01101M 4-n4.er Inir-Ag "Force Majeure Event" shall mean any act of God, fire, flood, earthquake, explosion, hurricane, riot, sabotage, terrorist attack, windstorm, failure of utility service, or labor dispute. Section 14: CONSTRUCTION No Party shall be considered the author of this Interlocal Agreement since No provision of this Interlocal Agreement is intended to, or shall be construed to, create any third party beneficiary or to provide any rights to any person or entity not a party to this Agreement, including but not limited to any citizen or employees of any Party. Section 16: NON-DISCRIMINATION The Parties shall not discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, or gender identity and expression in the performance of this Agreement. Section 117� ASSIGNMENT The Parfies may not assign this Agreement in whole or in part, without prior written consent of the other, which may be granted or withheld at the such Parties' absolute discretion, Section 18: SEVE If any term of the Agreement or the application thereof shall be determined 10"W"WWWWWA-19 WI111111111 W11�10 WIM40 M32auummum Page 65 of 985 5A This Interlocal Agreement shall become effective upon bei executed by both Parties. final invoice related to the Project. This Agreement may be terminated by written mutual consent executed by both Parties. 4 T -W Y M-10 Section 768.28 or any other provisions of Florida law. T2 This section shall survive the termination or expiration of t Agreement. i Amendments to this Interlocal Agreement shall be made by written cM nsent of both Parties, Section 9. EXECUTION OF AGREEMENT This Agreement shall be executed by the Parties' authorized representatives pursuant to an appropriate resolution of the respective locW governmental unit, Each Party shall be bound to the terms of this Interloca.' Agreement as of the date it is signed by both Parties. ,JJRJ taW,7.14 P 11M,WKM821J Page 66 of 985 right-of-way or any other real property owned by Defray Beach, 2.2 The Project Engineering Expenses shall be shared pro r between the Parties, however, the elements of the design spec" to each Party's property, if any, shall be paid for by the respecti Party. 2.3 Each Party's share of Engineering Expenses, as provid herein, shall not exceed Two Hundred and Fifty Thousand a 001100 Dollars ($250,000.00). In the event the Selected Enginee proposal exceeds Five Hundred Thousand and 00/100 Doll ($500,000.00), the Parties will mutually agree to remove ce items from the scope of services, or negotiate with the seco place engineer, according to the Project's request for proposals. 2-4 A,Wnefe. 14 Vily"il 59?itz 4 days of receipt of an invoice related to Delray Beach's pro r share of the Project Engineering Expenses. 2.5 Boynton Beach shall invite a representative of Delray Beac engineering staff to serve on the procurement evaluation a rL JA selected, Delray Beach shall participate in the process bethwv Boynton Beach and the Selected Engineer in negotiation of contract for the Project. 2.6The Parties shall work together to conduct public meetin to express any concerns related to the Project, MMECKEEMEMM Page 67 of 985 CFN 20200214633 OR BK 31514 PC 216 RECORDED 06/19/2020 16:11:37 Palm Beach County, Florida AMT Sharon R. Bock CLERK & COMPTROLLER Pgs 0216-0222; (7Pgs) INTERLOCAL AGREEMENT BETWEEN THE CITY OF BOYNTON BEACK AND THE CITY OF DELRAY BEACH (ENGINEERING DESIGN OF SE 36rH AVE) THIS AT ("Agreement" or "Interlocal Agreement"), is made and entered into 1_�_ , 20X_, by and between the City of Boynton Beach, a r-loirida municipal corporation (hereinafter "Boynton Beach"), and the City of Delray Beach, a Florida municipal corporation (hereinafter "Delray Beach") collectively (the "Parties") or individually (a "Party"). WITNESSETH: WHEREAS, the Parties are authorized pursuant to the Florida Interlocal Cooperation Act of 1969 as set forth in Section 163,01, et seq., Florida Statutes (hereinafter the "Act") to make efficient use of their respective powers, resources, authority and capabilities by enabling them to cooperate on the basis of mutual advantage and thereby provide the facilities and efforts identified herein in the manner that will best utilize existing resources, powers and authority available to each of them; and WHEREAS, it is the purpose of the Act to provide a means by which the Parties may exercise their respective powers, privileges and authority which they may separately, but which pursuant to this Interlocal Agreement and the Act they may exercise collectively; and WHEREAS, the Par -ties have common interests in the rehabilitation of SE 3611 Ave; and WHEREAS, the eastbound lane of SE 3611, Ave resides in Delray Beach, the westbound lane of SE 3611, Ave resides in Boynton Beach, and the median between the lanes of SE 36t' Ave is one half (1/2) owned and maintained by each Party; and WHEREAS, there are cost savings and efficiencies gained by the Parties collaborating on the rehabilitation which serves both a municipal and public purpose; and NOW, THEREFORE, the Parties express their mutual understandings and commitments as follows: Section 1, STATEMENT OF PURPOSE The purpose of this Interlocal Agreement is to establish an agreement between the Parties in order to allocate each party's pro rata share of expenses Page 68 of 985 CFN 20200214633 BOOK 31514 PAGE 217 2 OF 7 for the engineering design of the rehabilitation of SE 36�tl Ave from Seacrest Blvd, eastward to FEC Railroad Track ("Project"), This Agreement solely pertains to the engineering design expenses including engineering expenses related to geotechnical, environmental, and surveying services, and does not cover any construction expenses ("Engineering Expenses"), Section 2, COST SHARING AND PROCUREMENT OF THE PROJECT 2.1 In consideration of Boynton Beach issuing a Request for Qualifications for the engineering design of the Project, and entering into a contract with the selected engineer for the Project ("Selected Engineer"), Delray Beach shall pay to Boynton Beach its pro rata share of Engineering Expenses, which shall consist of all the Project Engineering Expenses associated with Delray Beach's right-of-way or any other real property owned by Delray Beach, 2,2 The Project Engineering Expenses shall be shared pro rata between the Parties, however, the elements of the design specific to each Party's property, if any, shall be paid for by the respective Party, 2.3 Each Party's share of Engineering Expenses, as provided herein, shall riot exceed Two Hundred and Fifty Thousand and 00/100 Dollars ($250,000.00), In the event the Selected Engineer's proposal exceeds Five Hundred Thousand and 00/100 Dollars ($500000,00), the Parties will mutually agree to remove certain items from the scope of services, or negotiate with the second place engineer, according to the Project's request for proposals. 2A Delray Beach shall make payments to Boynton Beach within 30 days of receipt of an invoice related to Delray Beach's pro rata share of the Project Engineering Expenses, 2.5 Boynton Beach shall invite a representative of Delray Beach's engineering staff to serve or) the procurement evaluation and selection panel for the engineering design of the Project, and once selected, Delray Beach shall participate in the process between Boynton Beach and the Selected Engineer in negotiation of a contract for the Project, 2.6 The Parties shall work together to conduct public meetings, which will allow the public of both Boynton Beach and Delray Beach to express any concerns related to the Project. Page 69 of 985 1 00 2.7 Once Boynton Beach enters into a contract with the Selected Engineer for the Project, Delray Beach shall not be able to withdraw payment of its pro rata share of Engineering Expenses to be payable to Boynton Beach, as provided herein. Section 3. PUBLIC RECORDS The Parties are public agencies subject to Chapter 119, Fla. Stat. The Parties shall comply with all public records laws in accordance with Chapter 119, Fla, Stat. In accordance with state law, the Parties agrees to: 3.1 Keep and maintain all records that ordinarily and necessarily would be required by the Parties. 12 Provide the public with access to public records on the same terms and conditions that the Parties would provide for, the records and at a cost that does not exceed the costs provided in Chapter 119, Fla. Stat. or as otherwise provided by law. 3,3 Ensure that public records that are exempt or confidential and exempt from public records disclosure are not disclosed except as authorized by law, 3,4 Meet all requirements for retaining public records and transfer, at no cost, to the Parties all records in possession of the Parties at the termination of this Agreement and destroy any public records that are exempt or confidential and exempt from public records dk�closure requirements. All records stored electronically must be provided to the Parties in a format that is compatible with the information technology systems of the Parties, All records shall be transferred to the Parties prior to final payment being made to the Parties, 3.5 If either Party does not comply with this section, the non - breaching Party shall enforce the Agreement provisions in accordance with this Agreement and may unilaterally cancel this Agreement in accordance with state law. 09, Both Parties shall have any and all remedies as permitted by law. The Parties agree, however, to provide for positive dialogue and communications if disputes or disagreements arise as to the application or interpretation of the Interlocal Agreement provisions, Page 70 of 985 CFN 20200214633 BOOK 31514 PAGE 219 4 OF 7 51 This Interlocal Agreement shall become effective upon being executed by both Parties, 5.2 This Interlocal Agreement shall remain in effect until the Project is completed and Delray Beach pays Boynton Beach for the final invoice related to the Project. This Agreement may be terminated by written mutual consent executed by both Parties. Section 6 GOVERNING LAW/ VENUE / WAIVER OF JURY TRIAL This Agreement shall be governed by the laws of the State of Florida, Any legal action to enforce the Agreement will be filed in Palrn Beach County, In any litigation brought to enforce the terms of this Interlocal Agreement, the Parties shall bear their own costs and attorney's fees incurred in connection therewith, BY ENTERING INTO THIS AGREEMENT, THE PARTIES EXPRESSLY WAIVE ANY RIGHT THE PARTIES MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION OR ANY CLAIM RELATED TO THIS AGREEMENT, Section 7. LIABILITY AND INDEMNITY 7.1. Each Party shall be liable for its own actions and negligence arid, to the extent permitted by law, the Parties and their respective officers and employees shall not be deemed to assume any liability for the acts, omissions and negligence of the other. Nothing herein shall constitute, or be construed as, a waiver of sovereign immunity beyond the limits set forth in Florida Statute, Section 768,28, or of any defense available to the Parties as set forth in Florida Statutes, Section 768,28 or any other provisions of Florida law, 7.2 This section shall survive the termination or expiration of this Agreement, Section 8. AMENDMENT OF THIS AGREEMENT Amendments to this Interlocal Agreement shall be made by written consent of both Parties. This Agreement shall be executed by the Parties' authorized representatives pursuant to an appropriate resolution of the respective local governmental unit. Each Party shall be bound to the terms of this Interlocal Agreement as of the date it is signed by both Parties. Section 10, SEVERABILITY Page 71 of 985 CFN 20200214633 BOOK 31514 PAGE 220 5 OF 7 The invalidity, illegality, or unenforceability of any provision of this Interlocal Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void or voidable, shall in no way affect the validity or enforceability of any other portion or provision of the Interlocal Agreement, Any void or voidable provision shall be deemed severed from the Interlocal Agreement and the balance of the Interlocal Agreement shall be construed and enforced as if the Interlocal Agreement did riot contain the particular portion or provision held to be void, The Parties further agree to reform the Interlocal Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire Interlocal Agreement from being held void should a provision which is of the essence of the Interlocal Agreement be determined to be void by a court of competent jurisdiction. Section 11, NOTICES 11.1 Any notice given pursuant to the terms of this Agreement shall be in writing and done by Certified Mail, Return Receipt Requested. The effective date of such notice shall be the date of receipt, as evidenced by the Return Receipt. All notices shall be addressed to the following: As to City of Boynton Beach: Attn: City Manager City of Boynton Beach PO Box 310 Boynton Beach, FI. 33425 As to City of Delray Beach: Attn: City Manager City of Delray Beach 100 NW 11t Avenue Delray Beach, FIL 33444 11.2 Notices shall be effective when delivered to the address specified above. Changes in the respective addresses to which such notice may be directed may be rnade frOr'n firne to time by any Party by written notice to the other Party. Facsimile and email are acceptable notice effective when received, however, facsimiles and emails received (i.e. printed) after 5:00 p,m. or on weekends or holidays, will be deemed received on the next business day. The original of the notice must additionally be mailed as required herein. Section 12: FILING A copy of this Agreement shall be filed with the Clerk of the Circuit Court in and for Palm Beach County. (11V116"81)9 S W(' -%1(J 192 ) 7 Page 72 of 985 CFN 20200214633 BOOK 31514 PAGE 221 6 OF 7 Section 13: FORCE MAJEURE Any Party delayed by a Force Majeure Event, as defined herein, in performing under this Interlocal Agreement shad use reasonable efforts to remedy the cause or Causes of such Force Majeure Event, A delay due to a Force Majeure Event shall serve to toll the time to perform under this Agreement, "Force Majeure Event" shall rnean any act of God, fire, flood, earthquake, explosion, hurricane, riot, sabotage, terrorist attack, windstorm, failure of utility service, or labor dispute. Section 14: CONSTRUCTION No Party shall be considered the author of this interlocal Agreement since the Parties hereto have participated in negotiations and drafting and redrafting of this document to arrive at a final agreement. Thus, the terms of this Agreement shall not be strictly construed against one Party as opposed to the other Party based upon who drafted it. In the event that any section, paragraph, sentence, clause, or provision hereof is held by a court of competent jurisdiction to be invalid, such shall not affect the remaining portions of this Agreement and the same shall remain in full force and effect. Section 15: NO THIRD PARTY BENEFICIARY No provision of this Interlocal Agreement is intended to, or shall be construed to, create any third party beneficiary or to provide any rights to any person or entity not a party to this Agreement, including but not limited to any citizen or employees of any Party. Section 16: NON-DISCRIMINATION The Parties shall not discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, or gender identity and expression in the performance of this Agreement. Section 17: ASSIGNMENT The Parties may not assign this Agreement in whole or in part, without prior written consent of the other, which may be granted or withheld at the such Parties' absolute discretion. Section 18: SEVERABILITY If any term of the Agreement or the application thereof shall be determined by a court of competent jurisdiction to be invalid or unenforceable, the remainder of the Agreement, other than those as to which it is held invalid or unenforceable, ; 00 k, - 7 N k a. W6 " WJ [ S 2 1 � Page 73 of 985 CFN 20200214633 BOOK 31514 PAGE 222 7 OF 7 shall not be affected thereby, and each term of the Agreement shall be valid and enforceable to the fullest extent permitted by law. This Agreement may be executed in counterparts, each of which shall be deemed to be an original, but all of which, taken together, shall constitute one and the same agreement. This Agreement is expressly contingent upon the approval by the Parties and shall become effective only when signed by the Parties. The effective date shall be the last date that it is executed by the Parties, IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the date and year first written above. ATTEST: By: CITY 0 YNT B 'Y Name: Steven B. Grant Title: Mayor ...... , 0 0 . a . 0 A t00367M 1 3(�6'9001U[ 1 I Title: Mayor 11 0 Page 74 of 985 C00111 Consent Agenda 2/16/2021 Requested Action by Commission: Approve the purchase of a KeyTrak, electronic key control system in the estimated amount of $41,577.00 for the Fleet Division as a sole source provider. Explanation of Request: The Fleet Manager recommends the purchase of a KeyTrak electronic key control system for the Fleet Maintenance Division. Attached is a copy of the sole source letter and quote. The Fleet Maintenance Division is purchasing the system as a sole source to standardize the key management system with the KeyTrak, Inc. system that is already being utilizes by the Utilities Department. The purchase will be awarded to the following vendor: 1. KeyTrak, Inc. for one (1) 240 Key, key control system (expandable) for Public Works/Fleet in the amount of $41,577.00. How will this affect city programs or services? This system will allow the Fleet Division to secure all spare keys for the City's vehicles and provide much needed security and accountability to manage the City's assets. Fiscal Impact: Budgeted Funding for this purchase is allocated in account #501-2516-519.62-01 in the amount of $42,000. Alternatives: None Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? No Grant Amount: Contracts Page 75 of 985 Vendor Name: KeyTrak, Inc. Start Date: End Date: Contract Value: Minority Owned Contractor?: No Extension Available?: No Extension Explanation: Attachments: Type D I E)ttENr D OthE)r D QLAOtE)S D AttachirTIENI'lt Description AgE)inda BackLA. KE)y Trak F:::Y20 21 F:::E)bUiary 2021 ... lMa1['1LAfactLAir'E)ir' I E)ttENr AgE)inda BackLA. KE)y Trak F:::Y20 21 F:::E)bir'Uiair'y 2021 Oveir $10000 Sigl['IEs,d AgE)inda BackLA. KE)y Trak F:::Y20 21 F:::E)bir'Uiair'y 2021 PLArchaSE) QLAOtE) Silllg�E) SOLArCE) F:::oirirn Page 76 of 985 February 12, 2020 To Whom It May Concern: Thank you for your interest in KeyTrak and our computerized key management system. Whether you seek to prevent theft and misuse of keys, reduce insurance premiums, or track inventory, KeyTrak can help you reach each of your objectives. KeyTrak is the world's leader in providing key control and asset management systems. KeyTrak offers key and asset management systems that provide a verifiable audit trail with multiple reporting options enabling you to: • Increase productivity • Save money & time • Protect your assets. KeyTrak is a direct sales company, we do not utilize resellers or distributors. All sales, installation and support is provided by KeyTrak employees and therefore KEYTRAK IS A SOLE SOURCE PROVIDER for all KeyTrak and KeyTrak Guardian systems, software, software licenses and peripherals. KeyTrak is the sole manufacturer of its products. KeyTrak is the sole or exclusive representative for KeyTrak and KeyTrak Guardian within the state of Florida for the purchase of new products, OEM repair parts, repairs, maintenance, software licenses, and software. No other rep can sell products, repair/replacement parts, maintenance, repair/replacement services, field services, software, software upgrades, software licenses and technical support. KeyTrak is unique in the fact that we are a "one-stop shop", providing the convenience to our clients that we not only manufacture our industry leading systems, but we also design, engineer and customize solutions to fit your unique needs. Installation is provided by company employees, as is all training, service and support needs. No other company in our industry can offer such service. Should you have any questions comments or concerns, please do not hesitate to contact me directly at (407) 832-2929. 1 appreciate your time and consideration and look forward to serving you in the near future. Warmest regards, /)V Derek L. Clark SE Field Manager Mobile: 407.832.2929 dclark@keytrak. com KeyTrak Inc. 200 Quality Circle, College Station, TX 77845 www.KeyTrak.com Page 77 of 985 Date: 1/28/2021 Requesting Department: Public Works Contact Person: Bill Darty Explanation for Purchase: Purchase Electronic key control solution for all fleet and motor pool cars. This is a sole source as we are purchasing the same system as the Utilities Department for City wide standardization. $42,000.00 approved in purchase in FY20-21 budget. Recommended Vendor KeyTrak Inc. Dollar Amount of Purchase $41,577.00 Source for Purchase (check and attach backup materials): Three Written Quotations GSA Purchasing Agent State Contract PRIDE/RESPECT Date SNAPS Sole Source XX 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: Account 501-2516-519. 62-01 Approvals: Department Head 0�� Date 01/29/2021 11 44 10 AIM Purchasing Agent Date Asst City Manager Date City Manager Date Form Revised 02/01/02 Page 78 of 985 I VCP (NEW INSTALL) VCP (Versatile Command Panel) Includes 15" Touch Screen, Fingerprint ID, USB Keyboard, Motion Sensing Security Camera, Mounting Kit, Guardian Software License, WEB Plus, and Automated Report Generator. 6 40 KEY PANEL, CLEAR DOOR, 40 KEY PKG (NEW INSTALL) Includes Clear Door, Drywall Mounting Kit, 50 x 1.25 D Rings, and Crimping Tools. 1 PROXIMITY CARD READER (NEW INSTALL) Proximity Card Reader for user authentication. The Customer's Proximity Cards will be used with Reader. 1 GUARDIAN RESERVATION PLUS (NEW INSTALL) Software feature that enables Customers to reserve keys or assets and generate reports on reserved items. If applicable - Sales Tax and governmentally imposed fees must be included on Purchase Order. Sub-total$41,576.99 .......... — Installation, Training and Freight Included One Year Support Included Total Expenditure for Purchase $41,576.99 ONE YEAR INCLUDED SUPPORT: If a KeyTrak product is listed above, KeyTrak, Inc. ("KTI") will provide one (1) year software phone support (24 hours a day, 365 days a year) as well as one (1) year hardware support on a repair by replacement basis ("Depot Maintenance Service"). If Guardian or Key Systems product is listed above, KTI will provide one (1) year software phone support (24 hours a day, 365 days a year) as well as one (1) year hardware support, either Depot Maintenance Service or On -Site Maintenance Service, at KTI's sole discretion. The following must be included on all Purchase Orders: The terms and conditions located at www.keytrak.com/docs/SLGT43836 have been reviewed and accepted. Customer acknowledges and agrees that any pre-printed or other terms and conditions contained in Customer purchase orders, or other Customer documents, which conflict with the terms and conditions of this Agreement, or which increase the scope of KTI's obligations or its potential liability hereunder, shall be of no force or effect. Alternative solution if this language is not included in full on the Purchase Orders: The terms and conditions located at www.keytrak.com/docs/SLGT43836 must be reviewed and accepted before the order can be processed. Acceptance includes entering the name of the Issuer, the PO number and clicking "accept" at the bottom of the page. Payment Address: KeyTrak, Inc. P.O. Box 4346 Dept. 663 Houston, TX 77210-4346 1 (713) 718-1800 Billing Email Address Rev. 43836 Page 79 of 985 Purchasing Division Sole/Single Source Justification Form This form shall be completed and approved prior to all sole source purchases Sole Source Definition - Commodities or contractual services available only from a sole source may be exempt from the quote or competitive process under the following circumstances: a. There is only one source or one reasonable source for the required commodity, service, or construction, or; b. The parts or accessories are an integral repair accessory compatible with existing equipment and are the only parts that can be reasonably used, or; c. The procurement is needed to ensure consistency in results as related to other products or standardization of parts or supplies as required to avoid unreasonable cost or inefficiency Single Source Definition - A procurement decision whereby purchases are directed to one source because of standardization, warranty, or other factors, even though other competitive sources may be available. Section A — Purchase Details Requestor, Department Public Works Division Fleet Maintenance Point of Contact Bill Darty Phone Number (561) 613-8001 Vendor Company Name KeyTrak, Inc. Address P.O. Box 4346, Dept. 663, Houston, TX 77210-4346 Phone Number (713) 718-1800 Point of Contact and Title Gus DiFiorce, Sales What other vendors were contacted? (List company name, contact, and phone number and explain why they were not suitable) None Product or Service Product/Service Name KeyTrak, Inc. Guardian VSP Manufacturer KeyTrak Make/Model # VCP/VSP Price $41,576.99 Did you negotiate the terms or prices with the vendor? ❑ Yes X No Why is this price considered to be fair and reasonable? We are using the same vendor and equipment already in use at Utilities. Page 80 of 985 Purchasing Division Sole/Single Source Justification Form Will this purchase obligate the City to a particular vendor in the future? (Either in terms of maintenance, services, or re -purchase for compatibility reasons) X Yes ❑ No Section B — Justification This is a sole / single source because (choose any that apply): ❑x Sole provider of a licensed or patented good or service X Single Source provider of items compatible with existing equipment, inventory, systems, programs, or services. ❑ Single Source provider of goods and services for which the city has established a standard. (new standards require the competitive solicitation process) ❑ Single Source of factory -authorized warranty service ❑ Sole provider of goods or services that will meet the specialized needs of the City or perform the intended function (please detail below or reference an attachment). ❑ The vendor/distributor is the owner of used equipment that would represent a best -value purchase for the City and is advantageous to the City. (Please provide information on current market prices, availability, etc.) What necessary features does this vendor provide which are not available from other vendors? Please be specific. Attach documentation to substantiate this sole source claim including but not limited to: vendor quotes, product manuals, sole source letters, and patents or copyrights. Section C — Routing, Certification and Approval My department's recommendation for a sole source purchase is based upon an objective review of the product/service required and appears to be in the best interest of the City. I know of no conflict of interest on my part nor do I have any personal involvement in any way with this request. No gratuities, favors or compromising action have taken place. Neither has my personal familiarity with particular brands, types of equipment, materials, or firms been a deciding influence on my request to sole source this purchase when there are other known suppliers that exist. 1. Department Director Signature Date 2. Purchasing Manager/Finance Director Based on the information provided in Sections A and B and the attached supporting documents, I recommend ❑ / do not recommend ❑ this being certified as a sole source. Required ❑ / not required ❑ to be advertised for a period of 7 business days before award. L� 02/09/2020 Signature Date Page 81 of 985 1" Consent Agenda 2/16/2021 Requested Action by Commission: Proposed Resolution No. R21-023 - Authorize the City Manager to sign an interlocal agreement between the Palm Beach County Sheriff and the City of Boynton Beach, Florida pertaining to the Operation Stonegarden Grant Program subject to the approval of the City Attorney. Explanation of Request: The U.S. Department of Homeland Security, Federal Emergency Management Agency, through the State of Florida Division of Emergency Management, awarded a grant to the Palm Beach County Sheriff from the Fiscal Year 2020 Operation Stonegarden Grant (OPSG) Program, Award #R0235. The Sheriff will reimburse the City of Boynton Beach Police Department for overtime expenses associated with the OPSG; conducting border security activities in coordination with the Sheriff and U.S.B.P to increase the capacity to respond to, detect, and deter transnational criminal activities. How will this affect city programs or services? The OPSG Program will allow the Boynton Beach Police Department to participate in Stonegarden operations as friendly forces to assist the U.S. Border Patrol (U.S.B.P) in securing our borders. Fiscal Impact: Non -budgeted No fiscal impact. The Sheriff will reimburse the city for overtime worked on OPSG activities up to $25,000. Alternatives: Do not re-enter into interlocal agreement for FY 2020. The FY 2019 interlocal agreement will terminate on 03/31/2021. Strategic Plan: Strategic Plan Application: N/A Climate Action Application: N/A Is this a grant? Yes Grant Amount: $25,000.00 Attachments: Page 82 of 985 Type wommm Description IRE)SOkAboin appiroviing HI A with FIBC ShE�Iriff for St011'IE�lgardENI'l (3)iraint Program Page 83 of 985 I RESOLUTION NO. R21- 2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, 3 APPROVING AND AUTHORIZING THE CITY MANAGER TO SIGN AN 4 INTERLOCAL AGREEMENT BETWEEN THE PALM BEACH COUNTY 5 SHERIFF AND THE CITY OF BOYNTON BEACH, FLORIDA 6 PERTAINING TO THE OPERATION STONEGARDEN GRANT 7 PROGRAM SUBJECT TO THE APPROVAL OF THE CITY ATTORNEY; 8 AND PROVIDING AN EFFECTIVE DATE. 1 10 WHEREAS, The U.S. Department of Homeland Security, Federal Emergency 11 Management Agency, through the State of Florida Division of Emergency Management, awarded 12 a grant to the Palm Beach County Sheriff from the Fiscal Year 2020 Operation Stonegarden Grant 13 (OPSG) Program, Award 4R0235; and 14 WHEREAS, The Sheriff will reimburse the City of Boynton Beach Police Department 15 for overtime expenses associated with the OPSG; conducting border security activities in 16 coordination with the Sheriff and U.S.B.P to increase the capacity to respond to, detect, and deter 17 transnational criminal activities; and 18 WHEREAS, The OPSG Program will allow the Boynton Beach Police Department to 19 participate in Stonegarden operations as friendly forces to assist the U.S. Border Patrol (U.S.B.P) 20 in securing our borders; and 21 WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the 22 recommendation of staff, deems it to be in the best interests of the City residents to approve and 23 authorize the City Manager to sign an Interlocal Agreement with the Palm Beach County Sheriff 24 pertaining to the Operation Stonegarden Grant Program subject to the approval of the City 25 Attorney. 26 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE 27 CITY OF BOYNTON BEACH, FLORIDA, THAT: 28 Section 1. Each Whereas clause set forth above is true and correct and incorporated 29 herein by this reference. S:ACA\RESO\Agreements\ILA With PBC For Stonegarden Grant Prograin - Reso.Docx Page 84 of 985 30 Section 2. The City Commission of the City of Boynton Beach, Florida does hereby 31 approve and authorize the City Manager to sign an Interlocal Agreement with the Palm Beach 32 County Sheriff pertaining to the Operation Stonegarden Grant Program subject to the approval of 33 the City Attorney. A copy of the Interlocal Agreement is attached hereto as Exhibit "A". 34 Section 3. That this Resolution shall become effective immediately upon passage. 35 PASSED AND ADOPTED this 16th day of February, 2021. 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice Mayor — Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L. Romelus ATTEST: Tammy Stanzione Deputy City Clerk (Corporate Seal) S:ACA\RESO\Agreements\ILA With PBC For Stonegarden Grant Prograin - Reso.Docx VOTE YES NO Page 85 of 985 6.E. Consent Agenda 2/16/2021 Requested Action by Commission: Proposed Resolution No. R21-024 - Accept 10 foot Dedication from the Boynton Beach Community Redevelopment Agency to provide for a 50 foot Right -of -Way on NE 9th Avenue between NE 3rd Street and North Railroad Ave. Explanation of Request: The Boynton Beach Community Redevelopment Agency (CRA) owns two vacant lots, Lot 156 NE 3rd Street and 1001 N. Railroad Avenue located on the north side of NE 9th Avenue, between NE 3rd Street and Railroad Avenue (see Attachment 1). As it currently exists, NE 9th Avenue is the City's standard 40' right-of-way from NE 1st Street east to N. Railroad Avenue. However, between N. Seacrest Boulevard east to NE 1st Street, the right-of-way is 50' wide (see Attachment 2). Approval of the 10' dedication will allow the City to expand NE 9th Avenue, at the eastern end, from a 40' right- of-way to a 50' right-of-way (see Attachment 3). The widening will help facilitate future development by providing sufficient area for sidewalks and potential on -street parking for commercial use. The CRA approved the dedication on January 12, 2021 How will this affect city programs or services? The 10' dedication will allow the City to expand NE 9th Ave, between NE 3rd St and N Railroad Ave. from a 40' right-of-way to a 50' right-of-way to facilitate future development. Fiscal Impact: Budgeted None Alternatives: None. Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Page 86 of 985 Attachments: Type D IRE)S()�I LA ti 0 II'l D AttacftrTIENI'lt D AttacftrTIENI'lt D AttacftrTIENI'lt Description IRE)SOkAboin aCCE)�Ptier g a 10' dEdicatioin froiryl ChE�, C IRA AttachirTIENI'lt 1 1 ocaboin li ap AttachirTIENI'lt 2 Stir'EsE)t li ap AttachirTIENI'lt 3 SkE)kh aindI E�Igal Of Esach EsaSENrTIENI'lt Page 87 of 985 I RESOLUTION NO. R21 - 2 3 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, APPROVING AND ACCEPTING A 10 FOOT 5 DEDICATION FROM THE BOYNTON BEACH COMMUNITY 6 REDEVELOPMENT AGENCY TO PROVIDE FOR A 50 FOOT 7 RIGHT-OF-WAY ON NE 9TH AVENUE BETWEEN NE 3RD 8 STREET AND NORTH RAILROAD AVENUE; AND PROVIDING 9 AN EFFECTIVE DATE. 10 11 WHEREAS, the Boynton Beach Community Redevelopment Agency (CRA) owns 12 two vacant lots, Lot 156 NE 3rd Street and 1001 N. Railroad Avenue located on the north side 13 of NE 9th Avenue, between NE 3rd Street and Railroad Avenue; and 14 WHEREAS, Northeast 9th Avenue currently is the City's standard 40' right-of-way 15 from NE 1 st Street east to N. Railroad Avenue, however, between N. Seacrest Boulevard east 16 to NE 1st Street, the right-of-way is 50' wide; and 17 WHEREAS, approval of the 10' dedication will allow the City to expand NE 9th 18 Avenue, at the eastern end, from a 40' right-of-way to a 50' right-of-way which will help 19 facilitate future development by providing sufficient area for sidewalks and potential on -street 20 parking for commercial use; and 21 WHEREAS, the City Commission, upon recommendation of staff, deems it in the best 22 interest of the Citizens and residents of the City of Boynton Beach to approve and accept a 10 23 foot Dedication from the Boynton Beach Community Redevelopment Agency to provide for a 24 50 foot Right -of -Way on NE 9th Avenue between NE 3rd Street and North Railroad Avenue. 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 true and correct and hereby 28 ratified and confirmed by the City Commission. S:ACA\RESO\Accepting 10 Foot Dedication (NE 9th Avenue) - Reso.Docx Page 88 of 985 I Section 2. The City Commission of the City of Boynton Beach hereby approves 2 and accepts a 10 foot Dedication from the Boynton Beach Community Redevelopment Agency 3 to provide for a 50 foot Right -of -Way on NE 9th Avenue between NE 3rd Street and North 4 Railroad Avenue . A copy of the sketch and legal description is attached hereto as Exhibit 5 "A". 6 Section 3. That this Resolution will become effective immediately upon passage. 7 PASSED AND ADOPTED this 16th day of February, 2021. 8 CITY OF BOYNTON BEACH, FLORIDA 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 ATTEST: 27 28 29 30 Tammy Stanzione 31 Deputy City Clerk 32 33 34 35 (Corporate Seal) 36 YES NO Mayor — Steven B. Grant Vice Mayor — Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L. Romelus S:ACA\RESO\Accepting 10 Foot Dedication (NE 9th Avenue) - Reso.Docx VOTE Page 89 of 985 SKETCH AND LEGAL DESCRIPTION A PORTION OF LOT 151 AND ALLEY, OF ARDEN PARK ADDITION TO BOYNTON FLA, P.B. 02, PG. 96 LEGAL DESCRIPTION: A PORTION OF LOT 151, AND ADJACENT ALLEY TO THE WEST, OF THE PLAT OF ARDEN PARK ADDITION TO BOYNTON FLA, AS RECORDED IN PLAT BOOK 02, PAGE 96, OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGIN AT THE SOUTHEAST CORNER OF LOT 151 OF THE SAID PLAT OF ARDEN PARK ADDITION TO BOYNTON FLA, THENCE RUN S89°54'02"W ALONG THE NORTH RIGHT OF WAY LINE OF SPRUCE STREET, BEING A 40 FOOT WIDE RIGHT OF WAY PER SAID PLAT (ALSO KNOWN AS NORTHEAST 9TH AVENUE), SAID LINE BEING THE BASIS OF BEARINGS, FOR A DISTANCE OF 142.15 FEET TO A POINT ON THE CENTERLINE OF THAT 10.20 FOOT WIDE ALLEY ABANDONED AS PER OFFICIAL RECORDS BOOK 30229, PAGE 0308; THENCE RUN N07°53'34"E ALONG THE CENTERLINE OF SAID ALLEY FOR A DISTANCE OF 10.10 FEET TO A POINT; THENCE RUN N89°54'02"E, ALONG A LINE 10 FEET NORTH OF AND PARALLEL TO THE NORTH RIGHT OF WAY LINE OF SPRUCE STREET, BEING A 40 FOOT WIDE RIGHT OF WAY PER SAID PLAT (ALSO KNOWN AS NORTHEAST 9TH AVENUE), FOR A DISTANCE OF 142.15 FEET TO A POINT ON THE WEST RIGHT OF WAY LINE OF RAILROAD AVENUE, BEING A 40 FOOT RIGHT OF WAY PER SAID PLAT; THENCE RUN S07053'34"W ALONG SAID WEST RIGHT OF WAY LINE OF RAILROAD AVENUE FOR A DISTANCE OF 10.10 FEET TO THE POINT OF BEGINNING. SAID LANDS LYING AND BEING IN PALM BEACH COUNTY, FLORIDA, AND CONTAINING 0.033 ACRES, MORE OR LESS. SURVEYOR'S NOTES: 1. BEARINGS SHOWN ARE REFERENCED TO THE NORTH R/W LINE OF SPRUCE STREET (NE 9TH AVE), HAVING AN ASSUMED BEARING OF S89 -54'02"W. 2. REPRODUCTIONS OF THIS SKETCH ARE NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RAISED SEAL OF A FLORIDA SURVEYOR AND MAPPER. 3. ALL RECORDING INFORMATION CONTAINED HEREIN REFERS TO THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, UNLESS OTHERWISE INDICATED. 4. THIS IS NOT A SURVEY. NO FIELDWORK WAS PERFORMED AT THIS TIME. SURVEYOR'S _CE TIFICATE, I HEREBY CERTIFY THAT THE SKETCH AND DESCR COMPLIES WITH STANDARDS OF PRACTICE AS CO 5J-17.051, FLORIDA ADMINISTRATIVE CODE, PUR 472.027, FLORIDA STATUTES, AND THAT SAID I CORRECT TO THE BEST OF MY KNOWLEDGE AND UNDER MY DIRECTION. W D. WrightPSM, LLC PROFESSIONAL SURVEYING AND MAPPING 1248 SE 12TH AVE DEERFIELD BEACH, FL 33441 (772) 538-1858 www.wifghtpsm.com CERTIFICATE OFAUTHORIZATION NO. L.B.8188 ALE: 199=309 ON FFSfA D Y � 9 04'00' MA , 6868 TE: 08/05/2020 NO. 18-0215 PAGE 1 OF SKETCH AND LEGAL DESCRIPTION A PORTION OF LOT 151 AND ALLEY, OF ARDEN PARK ADDITION TO BOYNTON FLA, P.B. 02, PG. 96 I ' I I I� I ~ I LOT 0 J I 5.10'- '" ALLEY ABANDONED AS PER CO 10.20'(F) 5.10' O.R. 30227, PG. 0308 L0 q OF ALLEY o LOT ~ M O 152 151 I N89054'02"E 142.15' 10 o OIL� 137.00' P 10.3'(P) ABBREVIATION \la S89'54'02"W 142.15' N. R/W LINE(P) BASIS OF BEARINGS 9TH AVENUE (POSTED) SPRUCE STREET, 40' R/W (P) P.O.B. = POINT OF BEGINNING (P) = PLATTED DATA (L) = LEGAL DATA R/W = RIGHT OF WAY q = CENTERLINE P.B. = PLAT BOOK O.R. = OFFICIAL RECORDS BOOK PG. = PAGE LB = LICENSED BUSINESS P.S.M. = PROFESSIONAL SURVEYOR & MAPPER 20.0' d, a W. R/W LINE 7 RAILROAD AVE ' 3 0 � o O po S.E. CORNEER.O TT 151 (P.B. 02, PG. 96) WrightPSM, LLC CALE: 1 "=30' DATE: 08/05/2020 PROFESSIONAL SURVEYING AND MAPPING 1248 SE 12TH AVE DEERFIELD BEACH, FL 33441 P AGE (772) 538-1858 www.wtighosm.com JOB NO. 18-0215 2 OF 2 CERTIFICATE OF AUTHORIZATION NO. L.B.8186 _ _ _ SKETCH AND LEGAL DESCRIPTION A PORTION OF LOT 156, ALLEY, AND R/W OF AUSTRALIAN BLVD OF ARDEN PARK ADDITION TO BOYNTON FLA, P.B. 02, PG. 96 LEGAL DESCRIPTION: A PORTION OF LOT 156 AND A PORTION OF THE ADJACENT RIGHT OF WAY OF AUSTRALIAN BOULEVARD (ALSO KNOWN AS NORTHEAST 3RD STREET) TO THE WEST, AND ADJACENT ALLEY TO THE EAST, OF THE PLAT OF ARDEN PARK ADDITION TO BOYNTON FLA, AS RECORDED IN PLAT BOOK 02, PAGE 96, OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, MORE PARTICULARLY DESCRIBED AS: BEGIN AT THE SOUTHWEST CORNER OF LOT 156 OF THE SAID PLAT OF ARDEN PARK ADDITION TO BOYNTON FLA, THENCE RUN N00°36'53"E, ALONG THE WEST LINE OF THAT PORTION OF AUSTRALIAN BOULEVARD RIGHT OF WAY ABANDONED AS PER OFFICIAL RECORDS BOOK 30698, PAGE 0774, FOR A DISTANCE OF 10.00 FEET TO A POINT; THENCE RUN N89°54'02"E, ALONG A LINE 10 FEET NORTH OF AND PARALLEL TO THE NORTH RIGHT OF WAY LINE OF SPRUCE STREET, BEING A 40 FOOT WIDE RIGHT OF WAY PER SAID PLAT (ALSO KNOWN AS NORTHEAST 9TH AVENUE), FOR A DISTANCE OF 156.43 FEET TO A POINT ON THE CENTERLINE OF THAT 10.20 FOOT WIDE ALLEY ABANDONED AS PER OFFICIAL RECORDS BOOK 30229, PAGE 0308; THENCE RUN S07°53'34"W ALONG THE CENTERLINE OF SAID ALLEY, FOR A DISTANCE OF 10.10 FEET TO A POINT ON THE NORTH RIGHT OF WAY LINE OF SPRUCE STREET, BEING A 40 FOOT WIDE RIGHT OF WAY PER SAID PLAT (ALSO KNOWN AS NORTHEAST 9TH AVENUE); THENCE RUN S89°54'02"W ALONG SAID NORTH RIGHT OF WAY LINE (SAID LINE BEING THE BASIS OF BEARINGS) FOR A DISTANCE OF 155.15 FEET TO THE POINT OF BEGINNING. SAID LANDS LYING AND BEING IN PALM BEACH COUNTY, FLORIDA, AND CONTAINING 0.036 ACRES, MORE OR LESS. SURVEYOR' NOTES: 1. BEARINGS SHOWN ARE REFERENCED TO THE NORTH R/W LINE OF SPRUCE STREET (NE 9TH AVE), HAVING AN ASSUMED BEARING OF S89 -54'02"W. 2. REPRODUCTIONS OF THIS SKETCH ARE NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RAISED SEAL OF A FLORIDA SURVEYOR AND MAPPER. 3. ALL RECORDING INFORMATION CONTAINED HEREIN REFERS TO THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, UNLESS OTHERWISE INDICATED. 4. THIS IS NOT A SURVEY. NO FIELDWORK WAS PERFORMED AT THIS TIME. SURVEYOR'S CERTIFICATE I HEREBY CERTIFY THAT THE SKETCH AND DE COMPLIES WITH STANDARDS OF PRACTICE AS 5J-17.051, FLORIDA ADMINISTRATIVE CODE, Pl 472.027, FLORIDA STATUTES, AND THAT SAID CORRECT TO THE BEST OF MY KNOWLEDGE At UNDER MY DIRECTION. WrightPSM, LLC CALE: 1 "=30' PROFESSIONAL SURVEYING AND MAPPING 1248 SE 12TH AVE DEERFIELD BEACH, FL 33441 (772) 538-1858 www.wrightpsm.com JOB NO. 18-0215 CERTIFICATE OF AUTHORIZATION NO. L.B.8188 \pM ,1 IMEN*IS TR FsTA4k &EF ATE: 08/05/2020 PAGE 1 OF Ik SKETCH AND LEGAL DESCRIPTION A PORTION OF LOT 156, ALLEY, AND R/W OF AUSTRALIAN BLVD OF ARDEN PARK ADDITION TO BOYNTON FLA, P.B. 02, PG. 96 C) z� Or Q w ul)o w O M p O O 0 M O M a u w J Q U (A O 1 � LOT 154 I N U) LOT 155 o J I E. R/W LINE AUSTRALIAN BLVD OF ALLEY (P.B.02, PG.96) rL R/W ABANDONMENT PER 5 10' T— rO.R. 30968, PG. 077410.20'(P) - 5.1 o' b LOT 156 ALLEY ABANDONED AS PER O.R. 30227, PG. 0308 r S89'54'02"W 156.43' '� o O p O Z 150.00'(P) n P.O.B. 589054'02"W o! 10.3'(P) W. CORNER LO 15G N. R/W LINE(P) p r7 0 F.B. 02, PG. 96 CV NE 9TH AVENUE (POSTED) SPRUCE STREET, 40' R/W (P) ABBREVIATIONS LEGEND P.O.B. = POINT OF BEGINNING (P) = PLATTED DATA (L) = LEGAL DATA R/W = RIGHT OF WAY O = CENTERLINE P.B. = PLAT BOOK O.R. = OFFICIAL RECORDS BOOK PG. = PAGE LB = LICENSED BUSINESS P.S.M. = PROFESSIONAL SURVEYOR & MAPPER WrightPSM, LLC SCALE: 1"=30' DATE: 08/05/2020 PROFESSIONAL SURVEYING AND MAPPING /-� 1248 SE 12TH AVE DEERFIELD BEACH, FL 33441 PAGE L .......oF / (772) 538-1858 www.wrighOsm.com JOB NO. 18-0215 CERTIFICATE OF AUTHORIZATION NO. L.B.8188 2/� Page 94 of 985 Page 95 of 985 SKETCH AND LEGAL DESCRIPTION A PORTION OF LOT 151 AND ALLEY, OF ARDEN PARK ADDITION TO BOYNTON FLA, P.B. 02, PG. 96 LEGAL DESCRIPTION: A PORTION OF LOT 151, AND ADJACENT ALLEY TO THE WEST, OF THE PLAT OF ARDEN PARK ADDITION TO BOYNTON FLA, AS RECORDED IN PLAT BOOK 02, PAGE 96, OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, MORE PARTICULARLY DESCRIBED AS FOLLOWS: BEGIN AT THE SOUTHEAST CORNER OF LOT 151 OF THE SAID PLAT OF ARDEN PARK ADDITION TO BOYNTON FLA, THENCE RUN S89°54'02"W ALONG THE NORTH RIGHT OF WAY LINE OF SPRUCE STREET, BEING A 40 FOOT WIDE RIGHT OF WAY PER SAID PLAT (ALSO KNOWN AS NORTHEAST 9TH AVENUE), SAID LINE BEING THE BASIS OF BEARINGS, FOR A DISTANCE OF 142.15 FEET TO A POINT ON THE CENTERLINE OF THAT 10.20 FOOT WIDE ALLEY ABANDONED AS PER OFFICIAL RECORDS BOOK 30229, PAGE 0308; THENCE RUN N07°53'34"E ALONG THE CENTERLINE OF SAID ALLEY FOR A DISTANCE OF 10.10 FEET TO A POINT; THENCE RUN N89°54'02"E, ALONG A LINE 10 FEET NORTH OF AND PARALLEL TO THE NORTH RIGHT OF WAY LINE OF SPRUCE STREET, BEING A 40 FOOT WIDE RIGHT OF WAY PER SAID PLAT (ALSO KNOWN AS NORTHEAST 9TH AVENUE), FOR A DISTANCE OF 142.15 FEET TO A POINT ON THE WEST RIGHT OF WAY LINE OF RAILROAD AVENUE, BEING A 40 FOOT RIGHT OF WAY PER SAID PLAT; THENCE RUN S07053'34"W ALONG SAID WEST RIGHT OF WAY LINE OF RAILROAD AVENUE FOR A DISTANCE OF 10.10 FEET TO THE POINT OF BEGINNING. SAID LANDS LYING AND BEING IN PALM BEACH COUNTY, FLORIDA, AND CONTAINING 0.033 ACRES, MORE OR LESS. SURVEYOR'S NOTES: 1. BEARINGS SHOWN ARE REFERENCED TO THE NORTH R/W LINE OF SPRUCE STREET (NE 9TH AVE), HAVING AN ASSUMED BEARING OF S89 -54'02"W. 2. REPRODUCTIONS OF THIS SKETCH ARE NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RAISED SEAL OF A FLORIDA SURVEYOR AND MAPPER. 3. ALL RECORDING INFORMATION CONTAINED HEREIN REFERS TO THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, UNLESS OTHERWISE INDICATED. 4. THIS IS NOT A SURVEY. NO FIELDWORK WAS PERFORMED AT THIS TIME. SURVEYOR'S _CE TIFICATE, I HEREBY CERTIFY THAT THE SKETCH AND DESCR COMPLIES WITH STANDARDS OF PRACTICE AS CO 5J-17.051, FLORIDA ADMINISTRATIVE CODE, PUR 472.027, FLORIDA STATUTES, AND THAT SAID I CORRECT TO THE BEST OF MY KNOWLEDGE AND UNDER MY DIRECTION. W D. WrightPSM, LLC PROFESSIONAL SURVEYING AND MAPPING 1248 SE 12TH AVE DEERFIELD BEACH, FL 33441 (772) 538-1858 www.wifghtpsm.com CERTIFICATE OFAUTHORIZATION NO. L.B.8188 ALE: 199=309 ON FFSfA D Y � 9 04'00' MA , 6868 TE: 08/05/2020 NO. 18-0215 PAGE 1 OF SKETCH AND LEGAL DESCRIPTION A PORTION OF LOT 151 AND ALLEY, OF ARDEN PARK ADDITION TO BOYNTON FLA, P.B. 02, PG. 96 I ' I I I� I ~ I LOT 0 J I 5.10'- '" ALLEY ABANDONED AS PER CO 10.20'(F) 5.10' O.R. 30227, PG. 0308 L0 q OF ALLEY o LOT ~ M O 152 151 I N89054'02"E 142.15' 10 o OIL� 137.00' P 10.3'(P) ABBREVIATION \la S89'54'02"W 142.15' N. R/W LINE(P) BASIS OF BEARINGS 9TH AVENUE (POSTED) SPRUCE STREET, 40' R/W (P) P.O.B. = POINT OF BEGINNING (P) = PLATTED DATA (L) = LEGAL DATA R/W = RIGHT OF WAY q = CENTERLINE P.B. = PLAT BOOK O.R. = OFFICIAL RECORDS BOOK PG. = PAGE LB = LICENSED BUSINESS P.S.M. = PROFESSIONAL SURVEYOR & MAPPER 20.0' d, a W. R/W LINE 7 RAILROAD AVE ' 3 0 � o O po S.E. CORNEER.O TT 151 (P.B. 02, PG. 96) WrightPSM, LLC CALE: 1 "=30' DATE: 08/05/2020 PROFESSIONAL SURVEYING AND MAPPING 1248 SE 12TH AVE DEERFIELD BEACH, FL 33441 P AGE (772) 538-1858 www.wtighosm.com JOB NO. 18-0215 2 OF 2 CERTIFICATE OF AUTHORIZATION NO. L.B.8186 SKETCH AND LEGAL DESCRIPTION A PORTION OF LOT 156, ALLEY, AND R/W OF AUSTRALIAN BLVD OF ARDEN PARK ADDITION TO BOYNTON FLA, P.B. 02, PG. 96 LEGAL DESCRIPTION: A PORTION OF LOT 156 AND A PORTION OF THE ADJACENT RIGHT OF WAY OF AUSTRALIAN BOULEVARD (ALSO KNOWN AS NORTHEAST 3RD STREET) TO THE WEST, AND ADJACENT ALLEY TO THE EAST, OF THE PLAT OF ARDEN PARK ADDITION TO BOYNTON FLA, AS RECORDED IN PLAT BOOK 02, PAGE 96, OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, MORE PARTICULARLY DESCRIBED AS: BEGIN AT THE SOUTHWEST CORNER OF LOT 156 OF THE SAID PLAT OF ARDEN PARK ADDITION TO BOYNTON FLA, THENCE RUN N00°36'53"E, ALONG THE WEST LINE OF THAT PORTION OF AUSTRALIAN BOULEVARD RIGHT OF WAY ABANDONED AS PER OFFICIAL RECORDS BOOK 30698, PAGE 0774, FOR A DISTANCE OF 10.00 FEET TO A POINT; THENCE RUN N89°54'02"E, ALONG A LINE 10 FEET NORTH OF AND PARALLEL TO THE NORTH RIGHT OF WAY LINE OF SPRUCE STREET, BEING A 40 FOOT WIDE RIGHT OF WAY PER SAID PLAT (ALSO KNOWN AS NORTHEAST 9TH AVENUE), FOR A DISTANCE OF 156.43 FEET TO A POINT ON THE CENTERLINE OF THAT 10.20 FOOT WIDE ALLEY ABANDONED AS PER OFFICIAL RECORDS BOOK 30229, PAGE 0308; THENCE RUN S07°53'34"W ALONG THE CENTERLINE OF SAID ALLEY, FOR A DISTANCE OF 10.10 FEET TO A POINT ON THE NORTH RIGHT OF WAY LINE OF SPRUCE STREET, BEING A 40 FOOT WIDE RIGHT OF WAY PER SAID PLAT (ALSO KNOWN AS NORTHEAST 9TH AVENUE); THENCE RUN S89°54'02"W ALONG SAID NORTH RIGHT OF WAY LINE (SAID LINE BEING THE BASIS OF BEARINGS) FOR A DISTANCE OF 155.15 FEET TO THE POINT OF BEGINNING. SAID LANDS LYING AND BEING IN PALM BEACH COUNTY, FLORIDA, AND CONTAINING 0.036 ACRES, MORE OR LESS. SURVEYOR' NOTES: 1. BEARINGS SHOWN ARE REFERENCED TO THE NORTH R/W LINE OF SPRUCE STREET (NE 9TH AVE), HAVING AN ASSUMED BEARING OF S89 -54'02"W. 2. REPRODUCTIONS OF THIS SKETCH ARE NOT VALID WITHOUT THE SIGNATURE AND THE ORIGINAL RAISED SEAL OF A FLORIDA SURVEYOR AND MAPPER. 3. ALL RECORDING INFORMATION CONTAINED HEREIN REFERS TO THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA, UNLESS OTHERWISE INDICATED. 4. THIS IS NOT A SURVEY. NO FIELDWORK WAS PERFORMED AT THIS TIME. SURVEYOR'S CERTIFICATE I HEREBY CERTIFY THAT THE SKETCH AND DE COMPLIES WITH STANDARDS OF PRACTICE AS 5J-17.051, FLORIDA ADMINISTRATIVE CODE, Pl 472.027, FLORIDA STATUTES, AND THAT SAID CORRECT TO THE BEST OF MY KNOWLEDGE At UNDER MY DIRECTION. WrightPSM, LLC CALE: 1 "=30' PROFESSIONAL SURVEYING AND MAPPING 1248 SE 12TH AVE DEERFIELD BEACH, FL 33441 (772) 538-1858 www.wrightpsm.com JOB NO. 18-0215 CERTIFICATE OF AUTHORIZATION NO. L.B.8188 \pM ,1 IMEN*IS TR FsTA4k &EF ATE: 08/05/2020 PAGE 1 OF Ik SKETCH AND LEGAL DESCRIPTION A PORTION OF LOT 156, ALLEY, AND R/W OF AUSTRALIAN BLVD OF ARDEN PARK ADDITION TO BOYNTON FLA, P.B. 02, PG. 96 C) z� Or Q w ul)o w O M p O O 0 M O M a u w J Q U (A O 1 � LOT 154 I N U) LOT 155 o J I E. R/W LINE AUSTRALIAN BLVD OF ALLEY (P.B.02, PG.96) rL R/W ABANDONMENT PER 5 10' T— rO.R. 30968, PG. 077410.20'(P) - 5.1 o' b LOT 156 ALLEY ABANDONED AS PER O.R. 30227, PG. 0308 r S89'54'02"W 156.43' '� o O p O Z 150.00'(P) n P.O.B. 589054'02"W o! 10.3'(P) W. CORNER LO 15G N. R/W LINE(P) p r7 0 F.B. 02, PG. 96 CV NE 9TH AVENUE (POSTED) SPRUCE STREET, 40' R/W (P) ABBREVIATIONS LEGEND P.O.B. = POINT OF BEGINNING (P) = PLATTED DATA (L) = LEGAL DATA R/W = RIGHT OF WAY O = CENTERLINE P.B. = PLAT BOOK O.R. = OFFICIAL RECORDS BOOK PG. = PAGE LB = LICENSED BUSINESS P.S.M. = PROFESSIONAL SURVEYOR & MAPPER WrightPSM, LLC SCALE: 1"=30' DATE: 08/05/2020 PROFESSIONAL SURVEYING AND MAPPING /-� 1248 SE 12TH AVE DEERFIELD BEACH, FL 33441 PAGE L .......oF / (772) 538-1858 www.wrighOsm.com JOB NO. 18-0215 CERTIFICATE OF AUTHORIZATION NO. L.B.8188 2/� 6. F. Consent Agenda 2/16/2021 Requested Action by Commission: Proposed Resolution No. R21-025 - Authorize the Mayor to sign an I nterlocal Agreement with the CRA for technical support services. Explanation of Request: At the Boynton Beach Community Redevelopment Agency's February 13, 2018 Board meeting the CRA Board approved an I nterlocal Agreement with the City of Boynton Beach for technical support services for a three (3) year term beginning on February 1, 2018 with a 3% annual increase. The ITS department has been providing technical support to the CRA since 2006 under an interlocal agreement (R06-53) approved by the City Commission. The I LA was approved for two (2), three (3) year terms. On J une 10, 2014, a new I LA was approved (R14-06) which allowed for an initial three (3) year term. On February 20, 2018 a new I LA was approved (R18-029) which allowed for an initial three (3) year term. The existing ILA was effective February 1, 2018 through January 31, 2021. It contained a pre -determine fee increase for each year for the first three (3) years. The new ILA will be effective February 1, 2021 and continue until terminated by either party to align with the CRA contract and agreement. The annual amount through January 31st, 2021 was $26,964. The new agreement will be $ 27,772.00 to include the annual 3% increase. The terms of this agreement shall remain in effect until terminated by either party. How will this affect city programs or services? The City's ITS department will continue to provide services to the CRA in connection with the day-to-day operations of computer and network technology systems. Fiscal Impact: $27,772.00 for year beginning 02/01/2021 and 3% increase rounded to the nearest dollar every year thereafter. Alternatives: Do not approve interlocal agreement Strategic Plan: Strategic Plan Application: Climate Action Application: Page 100 of 985 Is this a grant? Grant Amount: Attachments: Type D IRE)S()ll LA ti 0 II'l D I ['ItE)irlocall Agir'E)E)irTlE)l['lt D AttachirTIENI'lt Description RE)SOkAboin appiroviing H A with URA for Tbchinical SLApport SE)ir,\ACE)S I ['ItE)irlocallAgrE�1ENrYIENI'lt AttachirTIE)lllt Page 101 of 985 I RESOLUTION NO. R21- 2 A RESOLUTION OF THE CITY OF BOYNTON BEACH, 3 FLORIDA, APPROVING AND AUTHORIZING THE MAYOR TO 4 SIGN AN INTERLOCAL AGREEMENT BETWEEN THE CITY 5 OF BOYNTON BEACH AND THE BOYNTON BEACH 6 COMMUNITY REDEVELOPMENT AGENCY FOR TECHNICAL 7 SUPPORT SERVICES; AND PROVIDING AN EFFECTIVE 8 DATE. 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 WHEREAS, the City of Boynton Beach ITS department has been providing technical support to the CRA since 2006+ under several consecutive Interlocal Agreements (R06-53, R11-06 and R18-029) approved by City Commission; and WHEREAS, the new ILA will be effective February 1, 2021 and continue until terminated by either party to align with the CRA contract and agreement; and WHEREAS, The ILA will allow the City's ITS department to continue to provide services to the CRA in connection with the day-to-day operations of computer and network technology systems; and WHEREAS, the City Commission of the City of Boynton Beach, Florida, upon the recommendation of staff, deems it to be in the best interests of the City residents to approve and authorize the Mayor to sign an Interlocal Agreement with the Boynton Beach Community Redevelopment Agency for technical support services. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. Each Whereas clause set forth above is true and correct and incorporated 24 herein by this reference. 25 Section 2. The City Commission of the City of Boynton Beach, Florida does hereby 26 approve and authorize the Mayor to sign the Interlocal Agreement between the City of Boynton S:ACA\RESO\Agreements\ILA With CRA For ITS - Reso.Docx Page 102 of 985 27 Beach and the Boynton Beach Community Redevelopment Agency for technical support 28 services, a copy of said Interlocal Agreement is attached hereto as Exhibit "A". 29 Section 3. That this Resolution shall become effective immediately upon passage. 30 PASSED AND ADOPTED this 16th day of February, 2021. 31 CITY OF BOYNTON BEACH, FLORIDA 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 ATTEST: 47 48 49 50 Tammy Stanzione 51 Deputy City Clerk 52 53 54 (Corporate Seal) Mayor — Steven B. Grant Vice Mayor — Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L. Romelus S:ACA\RESO\Agreements\ILA With CRA For ITS - Reso.Docx VOTE YES NO Page 103 of 985 This Interlocal Agreement for Technical Support ("Agreement") is hereby entered into by and between the Boynton Beach Community Redevelopment Agency (the "CRA") and the City of Boynton Beach (the "City"), which are individually referred to as a "party" and collectively referred to as the "parties." WHEREAS, Part I of Chapter 163, Florida Statutes, as amended (the "Florida Interlocal Cooperation Act"), permits the party, as public agencies under the Interlocal Cooperation Act, to enter into interlocal agreements with each other to authorize one public agency to exercise, on behalf of the other public agency, jointly held powers, privileges or authorities which each such public agency shares in common and which each might exercise separately, permitting the public agencies to make the most efficient use of their power by enabling them to cooperate on a basis of mutual advantage and thereby provide services and facilities in a manner and pursuant to forms of governmental organization that accords best with geography, economy, population and other factors influencing the needs and development of such public agencies; and WHEREAS, the City and CRA have determined that it is mutually beneficial and in the best interests of its citizens and residents to enter into this Agreement; WHEREAS, the CRA and the City find that this Agreement serves a municipal and public purpose and will help further the Community Redevelopment Plan through the efficient use of resources; NOW, THEREFORE, in consideration of the mutual covenants and conditions herein expressed, the party hereby agree: 1) Recitals. The recitals above are true and correct and are hereby incorporated herein as if fully set forth. 2) Technical Support Services. The City agrees to perforin the computer Technical Support Services (the "Technical Support Services") in connection with the day-to-day governmental operations of the CRA. The Technical Support Services are more fully described in the document titled "Technical Support Services Provided," which is attached hereto as Exhibit A and hereby incorporated herein. The CRA shall provide all materials, equipment, and supplies necessary for the City to perforin the Technical Support Services, The CRA shall use its best efforts in cooperating with the City in providing the inforination and documentation necessary to City in the performance of the Technical Support Services. 3) Term. This Agreement shall be deemed effective as of February 1, 2018, and continue until tenninated by either party. Page 104 of 985 4) Payment. CRA shall pay City for the Technical Support Services as follows: a. CRA shall pay City $25,415 for the first year of this Agreement, which shall start on February 1, 2018. b. The annual amount paid to the City for Technical Support Services shall increase by three percent (3%), rounded to the nearest one cent, every year after the first year until the Agreement is terminated. This increase shall be effective starting February I each year. c. Unless otherwise agreed by the parties in writing, invoicing and payment for the Technical Support shall be made as follows: i. The City shall invoice the CRA for the Technical Support Services in in the first week of each quarter. Each invoice ("quarterly invoice") shall be for one quarter of the annual amount owed to the City. The first quarter shall begin on February I each year. ii. CRA shall pay the City within 30 days of receipt of the quarterly invoice. Payment of the quarterly invoice is deemed to be for Technical Support Services provided the previous quarter. iii. Regardless of the other terms of this paragraph, the CRA shall have 30 days after both parties have executed this Agreement to make the first payment due under this Agreement. d. The payments described in this section shall be full compensation for all work performed and services rendered. e. The parties agree that should the demands on City increase as a result of additional work stations of the CRA, additional employees of the CRA, or changes to the CRA hardware or software inventory, the CRA and City shall renegotiate the annual fee paid under this Agreement upon receipt of a written request from City to renegotiate. 5) Termination. Either party may terminate this Agreement for any reason or no reason by providing thirty (30) days written notice to the other party. Termination without cause shall be without liability to the terminating party. In the event this Agreement is ten-ninated, the CRA shall pay the City, within 30 days of termination, the pro rata sum for Technical Support Services performed prior to the Agreement termination. 6) No Discrimination. The City shall not discriminate against any person on the basis of race, color, religion, ancestry, national origin, age, sex, marital status, sexual orientation, or disability for any reason in its hiring, promotion, firing, or contracting practices associated with this Agreement. 7) Compliance with Laws. In the performance of the Technical Support Services under this Agreement, the City shall comply in all material respects with all applicable federal and state laws and regulations and all applicable Palm Beach County, City, and CRA ordinances and regulations, including ethics and procurement requirements. 8) Immunity; Indemnification. City is a state agency as defined in Chapter 768.28, Florida Statutes, and CRA is a public agency created pursuant to Chapter 163, Florida Statutes, Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which Page 105 of 985 sovereign immunity may be applicable. Nothing herein shall be construed as consent by the City or CRA to be used by third parties in any matter arising out of this Agreement or any other contract. This section shall be without prejudice to the rights of any Party to seek a legal remedy for any breach of the other Party as may be available to it in law or equity. Notwithstanding the foregoing, to the extent possible without waiving sovereign immunity, the City shall indemnify, save, and hold harmless the CRA, its agents, and its employees from any liability, claim, demand, suit, loss, cost, expense or damage which may be asserted, claimed, or recovered against or from the CRA, its agents, or its employees, by reason of any property damages or personal injury, including death, sustained by any person whomsoever, which damage is incidental to, occurs as a result of, arises out of, or is otherwise related to negligent or wrongful conduct or faulty equipment (including equipment installation and removal) associated with the Technical Support Services. This paragraph shall not be construed to require the City to indemnify the CRA for its own negligence, or intentional acts of the CRA, its agents or employees. To the extent permitted by law, each party assumes the risk of personal injury and property damage attributable to the acts or omissions of that party and its officers, employees and agents. 9) No Partnership, Etc. The City and the CRA agree nothing contained in this Agreement shall be deemed or construed as creating a partnership, joint venture, or employee relationship. It is specifically understood that the City and its employees, subcontractors, volunteers, and agents are independent contractors and that no employer/employee or principal/agent is or shall be created nor shall exist by reason of this Agreement or the performance of Technical Support Services. The City will exercise its own judgment in matters of safety for itself and its employees, subcontractors, volunteers, and agents. 10) Non -Exclusivity. This Agreement is considered a non-exclusive Agreement between the parties. During the term of this Agreement, the CRA shall have the right to purchase services that are the same as or similar to the Technical Support Services provided for in this Agreement from any other source, 11) No Transfer. The City shall not subcontract, assign, or otherwise transfer this Agreement or its responsibilities hereunder to any individual, group, agency, government, non-profit or for-profit corporation, or other entity. 12) Waiver. Waiver by the CRA of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. Either party may elect to waive any provision of this Agreement so long as such waiver is pennitted by all applicable laws, statutes, ordinances, rules, and regulations and is made in writing to the other party. 13) Notice. Whenever either Party desires to give notice to the other, such notice must be in writing and sent by United States mail, return receipt requested, courier, evidenced by a delivery receipt, or by overnight express delivery service, evidenced by a delivery receipt, addressed to the Party for whom it is intended at the place last specified; and the place for giving of notice shall remain until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the party designate the following as the respective places for giving of notice. Page 106 of 985 CITY: Lori LaVerriere, City Manager City of Boynton Beach 100 E. Boynton Beach Boulevard Boynton Beach, FL 33435 CRA: Michael Simon, Executive Director Boynton Beach CRA 710 N. Federal Highway Boynton Beach, Florida 33435 Copies To: James A. Cherof Goren, Cherof, Doody & Ezrol, P.A. 3099 East Commercial Boulevard, Suite 200 Fort Lauderdale, Florida 33308 Tara DUhy, Esquire Lewis, Longman & Walker, P.A. 515 North Flagler Drive, Suite 1500 West Palm Beach, Florida 33401 14) Severability. If any part of this Agreement is found invalid or unenforceable by any court, such invalidity or unenforceability shall not affect the other parts of the Agreement if the rights and obligations of the parties contained herein are not materially prejudiced and if the intentions of the parties can continue to be achieved. To that end, this Agreement is declared severable. 15) Entire Agreement; Amendments. This Agreement represents the entire and sole agreement and understanding between the party concerning the subject matter expressed herein. No terms herein may be altered, except in writing and then only if signed by all the parties hereto. All prior and contemporaneous agreements, understandings, communications, conditions or representations, of any kind or nature, oral or written, concerning the subject matter expressed herein, are merged into this Agreement and the terms of this Agreement supersede all such other agreements. No extraneous information may be used to alter the ten -ns of this Agreement. 16) Governing Law, Jurisdiction, and Venue. The terms and provisions of this Agreement shall be governed by, and construed and enforced in accordance with, the laws of the State of Florida and the United States of America, without regard to conflict of law principles. Venue and jurisdiction shall be Palm Beach County, Florida, for all purposes, to which the party expressly agree and submit. 17) Public Records. The City and the CRA each shall maintain their own records and documents associated with this Agreement in accordance with the requirements set forth in Page 107 of 985 Chapter 119, Florida Statutes. All such records shall be adequate to justify all charges, expenses, and costs incurred in accordance with generally accepted accounting principles. Each Party shall have access to the other Party's books, records and documents as required in this Agreement for the purpose of inspection or audit during normal business hours during the terrn of this Agreei-nent and at least I year after the termination of the Agreement. 18) Filing. The City shall file this Interlocal Agreement pursuant to the requirements of Section 163.01 (11) of the Florida Statutes. 19) No Third Party Beneficiaries. Nothing in this Agreement shall be deemed to create any rights in any third parties that are not signatories to this Agreement. 20) Interpretation. This Agreement shall not be construed more strictly against one Party than against the other merely by virtue of the fact that it may have been prepared by counsel for one of the party. Page 108 of 985 IN WITNESS WHEREOF, the CITY OF BOYNTON BEACH and the BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY have caused these presents to be executed in their respective names by the proper officials the day and year first above written. City Clerk Approved as to form: City Attorney Approved as to form: CRA Attorney CITY OF BOYNTON BEACH a municipal corporation organized and existing under the laws of the State of Florida Steven Grant, Mayor BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY,a lic agency organized and e,;>j.,7'), ,71nde the I" P�.' )he State of Florida By: Steven G"r'a-nt, Chair Page 109 of 985 Technical support will include support for the CRA's server and storage, firewall, router, network equipment, personal computers, printers and peripherals, City of Boynton Beach enterprise software (Active Directory, Exchange ernail, SunGard/HTE Naviline, etc.) and CRA specific software. Support will also include use of the GIS Division's SSRI software and access to GIS staff for training, education and support of SSRI and other GIS -based software. Other services such as use of the City's security policies, anti-virus software, Windows automatic update policies will apply to the CRA computing and network environment. Technical support services include unlimited technical support during non -nal business hours (Monday through Friday, 8:00 AM to 5:00 PM), as well as access to ITS on-call personnel for emergency issues during non -normal business hours. The City of Boynton Beach will utilize change management policy to address any configuration changes to the CRA servers, PCs, peripherals, printers, and network environment. Technical support response and resolution parameters are based on problem severity and impact on business operations. Our service level agreement parameters are listed below and will be adhered to by our staff for this support engagement. Severity Code Customer Impact Service Response to Customer Resolution Time 1- Critical Business Halted Updates every 30 minutes Until Fixed 2 -Urgent Business Impacted 2-4 Hours 4 hours 3- Important Non -Critical 1-3 Days 1-3 Days 4- Request Normal Business 3-5 Days 30 Days Page 110 of 985 i0 BOYNTON F 6� r / 6�1� IIII�Uti .. 1, I IIIIItItIIImINIt&T / I�ai�luill , CRA BOARD MEETING OF: February 13, 2018 NEW BUSINESS AGENDAITEM: 14.C. SUBJECT: Consideration of I nterlocal Agreement for Technical Support Services with the City of Boynton Beach SUMMARY: The ITS Department of the City of Boynton Beach have been providing technical support services to the CRA since 2006 under an Interlocal Agreement (ILA) approved by the City Commission (Resolution R06-53) (see Attachment 1). The 2006 ILA was approved for two, three-year terms. On June 10, 2014, a new ILA was approved by the Board and City Commission (Resolution R11-06) which allowed for an initial three year term with an option to renew for two additional three-year terms. Additionally, the 2014 Agreement requires the annual fee to be equally divided into four installments at the beginning of each quarter to facilitate fiscal year end billing (see Attachment 11). Since the 2014 Agreement did not allow for additional extensions and quarterly reimbursements, a new agreement is now necessary in order to continue receiving IT services from the City. The new ILA for Technical Support Services retains the City's Information Technology Services (ITS) Department to provide the CRA with services in connection with the day-to-day operations of computer and network technology systems. The new I LA provides for payment terms, automatic renewal terms including pre -determined fee increases in the amount equal to 3% per year (see Attachments I I I - Proposed 2018 1 LA for Technical Support Services and Exhibit A). This agreement shall be deemed effective as of February 1, 2018, and continue until terminated by either party. The total annual cost for the technical support services, including the 3% yearly increase, for the first three years are as indicated below: Year 12/1/18 - 1/31/19 $25,415 Year 2 2/1/19 -1/31/20 $26,178 Year 3 2/1/20 -1/31/21 $26,964 FISCAL IMPACT: FY 2017-2018 CRA Budget Line Item 01-51650-210 Page 111 of 985 CRA PLAN/PROJECT/PROGRAM: N/A CRAAB RECOMMENDATION: N/A CRA BOARD OPTIONS: 1. Approve the 2018 1 nterlocal Agreement for Technical Support Services. 2. Do not approve the 2018 Interlocal Agreement for Technical Services or provide alternate terms, conditions, or modifications to the Interlocal Agreement for Technical Support Services. ATTACHMENTS: Description D Attachment I -2004 ILA for Technical Services D Attachment II - Proposed 2018 ILAfor Technical Support Services D Attachment III - ExhibitA of 2018 ILAfor Technical Support Services Page 112 of 985 111TT"I'ERI.,,11DCAL .lid' 1IEEM II,' 'll" .Ill? li(:):11. "I .EC.I]Nl l,iCAL ''IJP 01 t.'1" THIS INTERLOCAL AGREEMENT, made and entered into this day of 2014, by and between: COMMUNITY EDEVLMNT AGENCY OF THE CITY OF BOYNTON BEACH, FLORIDA, a public agency, having the address, 710 North Federal Highway, Boynton Beach, Florida 33435 (hereinafter referred to as "CRA"), CITY OF BOYNTONFLORIDA, a municipal corporation, address,11 East Boynton BeachBoulevard, Boynton Beach, Florida 33435 (hereinafter referred to as 11CITY"). WHEREAS, at its meeting of June 10, 2014, the City of Boynton Beach approved entering into this Agreement with the CRA, providing for the provision of technical support services by CITY to the CRA; and W EAS, at its meeting of June 10, 2014, the CRA approved entering into an Agreement with CITY, and NOW, THEREFORE, IN CONSIDERATION of the mutual covenants and conditions herein expressed and of the faithful performance of all such covenants and conditions, CRA and CITY • # mutually agree as follows: 1EROJ'1111d�'Cr I:XICKSI::uN .1'".III:ON. CITY is retained by the CRA to perform computer technical services in connection with the day-to-day governmental operations of the CRA. identified in am - P • • c u m - n t - n t i e # C I i - n t Agreementand Conditions for. Services which is attached hereto and made a part hereof as Exhibit "A". All material equipment, d supplies necessaryto perform said services responsibility of CRA. CRA shall use its best efforts in cooperating with CITY i providing the information and documentation necessary to CITY in the performance the Technical Services under sa - 3. This Agreement - effect uponthe termination of that certainInterlocal Agreement for Technical Support dated February 28, 2006, approved by the City in Resolution R06-053 and twice since extended by the Parties for two three year extensions, the second of which is reflected in and approved by CRA resolution No. 11 - 06 - Date"). Agreement shallbe - of may be - - by - parties # two additional - (3) year terms. This - Page 113 of 985 4. PAYMET1111T. CITY shall be paid by the CRA for services rendered under this Agreement as fifllo"�xs- a. CITY shall be paid the sum of Twenty Three Thousand Four Hundred Eighty Six ($23,486.00) Dollars for the first year of this Agreement. b. CRA shall pay the annual amount owed to CITY, in four equal installments at the beginning of each quarter. The first quarter shall begin on the first (I ") day of the month following the month in which the written notice to proceed as provided for in Section 3 is given. The CRA shall pay, and the CITY may invoice payments to facilitate fiscal year end billing. C. The annual payment to CITY shall increase by three (3%) percent for each year during the term of the agreement and any renewal terms. Said increase shall be effective on February I" each annual anniversary of this Agreement. 1- Payment as provided in this section shall be fall compensation for work performed, services rendered. e. The parties agree that should the demands on CITY increase as a result of additional work stations, additional employees of the CRA, or changes to the CRA Hardware and Software Inventory, the CPA and CITY shall renegotiate the annual fee paid under this Agreement upon receipt of a written request from CITY to renegotiate. 5. C()MP1JA.N(...E W1111'.11 III AWS. CITY agrees to perform the services contemplated by ... . ................................................................................................................................................................................. I ........................................ this Agreement, and faithfully observe and comply with all federal, state, and local laws, ordinances and regulations that are applicable to the services to be rendered under this Agreement. 6. ; ........................................... . ................................................................................................... i. CITY is a state agency as defined in Chapter 768.28, Florida Statutes, and CRA ism public agency created pursuant to Chapter 163, Florida Statutes. To the ext permitted by law, each party agrees to be fully responsible for acts, omissions, e negligence of their agents, officers, or employees. Nothing herein is intended to se as a waiver of sovereign immunity by any party to which sovereign immunity may r 11 applicable. Nothing herein shall be construed as consent by a state agency or polit* c subdivision of the State of Florida to be sued by third parties in any matter arising 0 of this Agreement or any other contract. M Page 114 of 985 Section 163.01, Florida Statutes, and that each party shall retain all legislative authority with regard to its respective goveming body. All of the privileges and immunities from liability; exemptions from laws, ordinances, and rules; pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents or employees of any public agency when performing their respective functions within the territorial limits for their respective agency shall apply to the same degree and extent to the performance of such functions and duties of those officers, agents, or employees extra -territorially under the provisions of any Interlocal Agreement. 7, IND E PE INDEN C Q IN111711R.At.."T10 R STA"11JIS. a. CITY and its employees, subcontractors, volunteers and agents, shall be and remain independent contractors and not agents or employees of CRA with respect to all of the acts and services perfon--ned by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking or venture between the parties hereto. b. CRA will not be responsible for reporting or paying employment taxes or other similar levies which may be required by the United States Internal Revenue Service or other state agencies. N(..)N-..DISC.R.I�..MIN.A'.I.".[()N AND E( .1, UAL OPP( . MTUNITY EMPLOYMENT. ............................................................................................ 1)uring t1te perlbmuance of t1W,, A&Xee:iiTicnt, CITY shall not 4,liscritninatc against. an- y employee or applicant for employment because of race, religion, color, sex or national orn. CITY will take affirinative action to ensure that employees are treated during employment, without regard to their race, creed, color, or national original. Such action must include, but not be limited to, the following: employment, upgrading; demotion or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CITY shall agree to post in conspicuous places, available to employees and applicants for emplA yment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause. NON -EXCLUSIVITY. This Agreement is considered a non-exclusive Agreement between the parties. The CRA shall have the right to purchase the same kind of services to be provided by CITY hereunder from other sources during the term of this Agreement, 10. ASSIGNMENT. CITY shall not sublet or assign any of the services covered by thi� Agreement without the express written consent of the CRA. 11. NON -WAIVER. Waiver by the CRA of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. M Page 115 of 985 L2. TE�v%VIINATIQN. This Agreement may be terminated for convenience or cause by either party by providing thirty (30) days notice to the other party. Should termination b,,.v for convenience, termination shall be without liability to the terminating party. In. the event of any termination, CITY shall be paid the pro rata sum for services performed, or if prepaid, CITY would return to the CRA the pro rata sum paid in advance. 13. DISPUTES. In the event that a party has a dispute with respect to the other party's performance hereunder, the party shall notify the other party in writing in accordance with Article 14, advising of the disputed matter. In the event that the disputed matter is not resolved to the satisfaction of the CRA and the City, the dispute shall be submitted to a mediator mutually agreed to by the parties before any litigation is brought. 14. NOTICES. Notices to the CRA shall be in writing and sent via U.S. Mail to the following address: WM3= W�= CITY OF BOYNTON BEACH COMMUNITY REDEVELOPMENT AGENCY 710 North Federal Highway Boynton Beach, FL 33435 ATTN: Vivian Brooks, Ex.iecaftivic Director CRA Attorney c/o Lewis, Longman & Walker, P.A. 515 North Flagler Drive, Suite 1500 West Palm Beach, FL 33401 CITY OF BOYNTON BEACH P.O. BOX 310 BOYNTON BEACH, FL 33425-03 10 ATTN: John McNally, ITS Manager City Attorney Boynton Beach, Florida 33435 15. SEVEL �- LIT1'. T e inv idity, illegality, or unenforceability of any provision of this Agreement, or the occurrence of any event rendering any portion or provision of this Agreement void, shall in no way affect the validity or enforceability of any other portion 2 Page 116 of 985 or provision of the Agreement. Any void provision shall be deemed severed from the Agreement and the balance of the Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. The parties further agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 16. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between CITY and the CRA 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 CRA. 17. AMENDMENTS. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 18. CHOICE OF LAW; WAIVER OF JURY TRIAL. Any controversies or legal problems arising out of this transaction and any action involving the enforcement or interpretation of any rights hereunder shall be submitted to the jurisdiction of the State courts of the Fifteenth Judicial Circuit of Palm Beach County, Florida, the venue situs, and shall be governed by the laws of the State of Florida. In the event any causes of action arising out of this Agreement are pre-empted by federal law, any such controversies shall be submitted to the jurisdiction of the United States District Court for the Southern District of Florida. To encourage prompt and equitable resolution of any litigation that may arise hereunder, each party hereby waives any rights it may have to a trial by jury of any such litigation. 19, PAIRT111E],& 11"'his Agreement is intended to benefit the parties to this Agreement. p a r t i e s a g r ee that there are no third party beneficiaries to this Agreement and that no third party shall be entitled to assert a claim against either party based upon this Agreement. The parties expressly acknowledge that it is not their intent to create any rights or obligations in any third person or entity under this Agreement. 20. CON ST'RIX"I"I'Will OF" A, 1`hk„ tr�.:,�nns an.d cor.ditis m;; herein are to be ........................ ....................................................................................................................................................................................................................................................................... construed with their common meaning to effectuate the intent of this Agreement. All words used in the singular for shall extend to and include the plural. All words used in the plural form shall extend to and include the singular. All words in any gender shall extend to and include all genders. 21. APPLICABILITY OF FLORIDA'S PUBLIC RECORDS LAW. The parties acknowledge and understand that the rules, regulations and statutes regarding public records are applicable to this Agreement and the services provided thereunder. CRA understands that public records as defined in Chapter 119, Florida Statutes, created with CRA computer equipment, software and hardware, including but not limited to e-mail and internal memoranda, constitute public records under the laws of the State of Florida, and are subject to disclosure unless otherwise exempt. 01 Page 117 of 985 22. RECORDING. This Agreement shall be recorded in the public records of Palm Beach County, in accordance with the Florida Interlocal Cooperation Act of 1969. 23, MODIFICATION. It is further agreed that no modifications, amendments or alterations in the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith IN WITNESS OF THE FORE GOING, the parties have set their hands and seals this day of MUM Print name: ,, Secretary MYA 10 a I M 'M � M VNITO 86 F111 L 14 MMOM 18 10 111 MA By: Print name: Approved as to form: Spillias, CRA. Attom.iey T F BOYNTON BEACH aplz-ALL-K 114L V YA" .. .......... Lori (-'ity Mainal-Iler Attest: r 7y I( k t Prainito, City (CIT Approved as to form: .............................. offliceoft le IC", tA.(')r7'1e]y DNT:dnt SACA\AGMTS1lTS\CRA Technical Services - 2306.doe M Page 118 of 985 22. RIECORDING. This Agreement shall be recorded in the public records of Palm Bea County, in accordance with the Florida Interlocal Cooperation Act of 1969. 1 23. MODIFICATION. It is further agreed that no modifications, amendments or alteratio"', in the terms or conditions contained herein shall be effective unless contained in a writt document executed with the same formality and of equal dignity herewith 04 IIXIT�Fliff.:SS ()f' T11FIE the par -ties have set their hands and seals th, 2 014. A' T: IPA V I . .. ....... X-1 '.'M ........ . QV P W1z;P1 � name. nnt c 77 Attest: W. "mr-JR. no TexammA2 Office of the City Attorney DNT:dnt S:\C.AIAGMTS11TS\CRA Technical Services - 2306.doc R REDEVELOPMENT AGENCY �12 . . .............. . By. ............................. Print rfi0-mirman kl-r yl U�A RITUROSTI�R6 "�., ff Lori LaVerriere, City Manager RUMM Page 119 of 985 Exhibit A Client .greennent and Conditions for (-.'RA Technical Services The City of Boynton Beach Information Technology Services Departments (ITS) and the Community Redevelopment Agency (CRA) has entered into a technical support agreement to provide technical support for the CRA Director and staff members. Technical support will include support for the CRA's server and storage, firewall, router, network equipment, personal computers, printers and peripherals, City of Boynton Beach enterprise software (Active Directory, Exchange email, SunGard/HTE Naviline, etc.) and CRA specific software. Support will also include use of the GIS Division's SSRI software and access to GIS staff for training, education and support of ESRI and other GIS -based software. Other services such as use of the City's security policies, anti-virus software, Windows automatic update policies will apply to the CRA computing and network environment. Technical support services include unlimited technical support during normal business hours (Monday through Friday, 8:00 AM to 5:00 PM), as well as access to ITS on-call personnel for emergency issues during non -normal business hours. The City of Boynton Beach will utilize change management policy to address any configuration changes to the CRA servers, PCs, peripherals, printers, and network environment. Technical support response and resolution parameters are based on problem severity and impact on business operations. Our service level agreement parameters are listed below and will be adhered to by our staff for this support engagement. ... .. .. - - �iC'.'Ltstorr.ler JGon�: pact, S(..nvice Re On Se t � �iC° �� io�rn�;� Res��hifion ➢ irone Sehrr�rrt'y t.'��de � I p I Critical L.Tpdat(,s ever- 301 nI'l il1.1 e Urdtnl )Fixe(.l ...... .............. 2„ L. r emtBusiness lnipacted 2...4Hours 4 sours .... ........ ........ ...... ....... 3... 1nrlrorli.rrt T,,1ir)n ��;r~ificall 1...3 I�a,ys 1 �3 Days ..... __. ..... ....... ...._ 1 R,11rrnst i.,,Iorrnal Bulsine-ss 3...5 U.ys 30 Days Page 120 of 985 1N'TERL0C"AL A(;REEN,ltN'I'FOR'I'E(,,'[INIIC�'Al, SUPPORTSERVICES I -his Interlocal Agrecinent f6i- Support ("Agreement") is hereby entered into by and between the Boynton Beach CommunRy RedeveloprnmH Agency (dic -CR A") and thie C"ity of Boyritm Beach phe -CRQ which are indiVidUAly referred to as a '*p,,irty-and coHectively ref'erred toas tire -partics,- WHERE,AS,, Part I of Chapter 163, llmida Statutes, as amended (the -1-1orida Interlocal CoopeTaNn QQ pandis the Imirty, as pubHc agencies under the Artedocal Nopmution Azt, h) enter huc, MGM agrewnerds with each other to authorize onc public agency to excrcise, on behalf or the cither public agency, joimly held piowers, p6vilcg(,',s or atithorifies which cacti SUC0 public agericy shms in conimon anti which cacti might exercise separately, perniitting the public agencies to indke the most efficient use oftheir p(mver by enabling hem hi cooperate ona"hasis of mul advamagc anal thereby provide services and Mkies hi a mmuwr and pursuant to forums ofgoverrinwrital organization that accords best with geography, ecollorny, population and wher f0cm influenzing the needs and developuent tW such IBM agencies: and, WH1'..,,'R,EAS., the City arid CRA have determined thatit is III U1 MA I l Viieneficiat and in the best interests of is citkens and rmidents to enter inlcn this Agreeinent, WllE1ZF,,'AS, [lie (IRA, and the Chy Bud that Ak Agremnom semes an nunidpal and PUhJiC PUrf)0SC aMd Will IICIPfurther the COMM Lill i,ty Redevelopment I'llan, thi-OUgh thC efticient use oflesoLIMCS, NOW, in consideratimi of the nnwual c(menanN mul andRions herein expressed, the party licreby agrm n Ftecitais.'rhe recitals atme are true and correct and are hereby incorporalcd hercill as if flifly SCt kirth, rl 11chideal Support Services, 'Floc, City agj-ees to perl'orrn the C011111UICTI"CellniCal SUpport Sen,,ices (the "Technic,,d Support Services") in connection \vith the day-to-day govennnental operMions of Ow CRA. The Tichnical Support Serviccs are more My desuibed in the Mwnw tMed "qedmiml Support Services lhovided:"which is amched hereto as Exhibit At and herchy incorporated herein. The CIVA shall provide all niarerials, equynwnq and supplics necessary R)r the Chy to perforim the Technical SUI -.)port Services, The CRA shall use its beM enbr-ts in axTeraing \01 the CAy hi praMing the inlimmation, and (10CLUMMICE160,11 111ecessary to (Ity in the perhminance ofthe"Fechnical Suppotl Sti-vicenn, 3) Term 11is Agrecinent shall be demmed of ctive as off`ebrijary 1, 2018, and continue unfil tenninated by cither party. Page 121 of 985 4) Payment-. CRA shall pay City for the 1"echnical Support Services as fbIloWs: aa. CRA Shall Fray City $2 15 for the first ycar ofthis Agrcunciit, whiell Shall SWI -t 0,11 Febl-nary 1, 01 . b. The "milmal aniount paid to thc City for Technical Support Scrviccs shalt hicreasc by duce CrCenunt (311/,('0, roundcd tc)the neurest onc c(nit, cvery ycar after the first year until the Agreernent is terininated, 'T'his inucasc shall In effevfivc starting Fcbr-uary l each, year, c. Uhilcss otherwisc agreed by the parties ill wnting, involeing and payinent (or. the TC01111cal Support shall be made as Follows: i. The City, Shall invoicc ffie CRA f6r the '"I'cchnical Support Services in In the first Nveek ofuxh quartcr. F"'ach invoice ("q uarlerly i i i voicc"), sha I I be fior onc quarter o f the annual amount ovved to ffic Ot T'he first quarter skall begin cm f, 11 y � ebruary I cacti Year, i i, CRA sliall pay the City within 3C) days of reccipt of the quarterly . invoice. Payment of` the quati,erly invoice is deemed to be km­ Teellnical Support Scrvicvs pi"ovided th,c previous quartcr. id. Regardless ofthc offier terms (if this paragraph, the ("'RA shiall lwve 30 days aflu both parties have execalted this /kv-ceillent to make (lie first payinent (ILIC uncleir this Agreen'lent. d. The paynierits desenhed in this scclion shall he frifll cornIvnsation for all w1ork performed and services rendercd. cI'he pailies agree that shCRIld the demands on City fixrcasc as an result of additional work stations ofthe C'RA, additional ernpkiyecs ofthe (1,"RA., or dnangcs to the CRA hurdw,are or sofiware inventory, the CRA and City shall renegotiate the arnUMal fCC flaid Under this Agrecinent upon recciInt of ittea request firom City to renegotiate. 5) Termination. Fithei- party n"my ten nimate this Agreenwrit for ariy reason or no rcason by providing thirty (30) days writtm notice to, the otlier paily. TO-illillati011 "lithOUt caUSC S11,111 bC WitlIOUt liability to the tenniffiltingy, Party. In the event this Agreen-ient is ienninated, the C R�A shall pay the City, Nvithin 30 days of terminaticm, the pro rata sun -i for 'Fechnicid Support Services perfilin-nCd prior to the Agrccinent tenninatjon. 6), No Discrimination. 'I"'he City sfiaH not discriminate Kigaairnst any, person Oil the basis of racc, color, religion, ancesi[ry, national origin, age, sex, marital status, sexual orientation, or dila bilily For any reason in its hiring, pronlonion, firint, or contradingpraci ices associated tn� wRh [his Agreement. T) Compliance with Laws. In the licrforinaricc oftheTechnicid Support Scrviccs under this Agn-ccnient, the C, it.y shalA coniply in all rnaterial respeots with all applicable Federal and state law's and rCgLihItiMIS arld alll applicable flah,n Boach C lounty, City, and C"1: ..A ordinances and regukallons, lncluulnen & ,! ethics and proct,11TITICIA NqUirCVIICIIN. S) Imniumity, Indejunificalion. COy is as state agency as defined in Chaptcr 76 8,,28, F"lori(hi Sumes, and CIRA is an public agency creatcd pursuant to C"hapler ftr3, Florida Statutes. Nodifing herein is intended ft,) Serve as an waiver of sovereign inimunity by any party to which Page 122 of 985 stwereign ininaunity may be applicable, Nothing herein shall be construed as consent by ihe ("ity or ('RA to be used by third, parties in any nwMer arising, out of this Agreen-writ or any other connoct. Ibis seclOn shall "be Miliout prJudice to the riglus of any Pony to sedc a legal ronedy Or any 1weach of lie odwr Party as rnay he available to it in law or eqAty. Notwithstanding the foregoing, to the extent possihic without waiving saveraign immunity, the (ItY shall indonnify, save, and hold harmless the (�'RA, its agents, and its en,lployccs hoom any habilij, Wrn, dernaW suit, ken cost, expeire or darnage whIch ni,,iy be asserted, cUrned, or recovered against tw korn the (7RA, hS agMA" OT its enroo)veq by reammi of any property daniages or personal Qury, inclulng dcMh, smUdned byany person whon"isoever, whWh darnage is incidental I(% occurs as as resuh A arist% (mt oj to is oamnOse related to neglig,ent or \vrongM comiuct or faulty equipment (inclukling equilmnent inmaUtion and ronoval) associaled with the achnical SUPPCq`t Sej�viceS. This paragraph shall not be construed to require the City to yin demnif"y the CRA fior its own negh.,,ence,, or intentional acts of We CIZA. its agents oT cmpkjcc& "M the extent po-n-6tU hy law, each party asSUITIeS the 6sk of pemonAl Qwy and pnTcrty damage andbural:flcto the acts or ornissions ofthat party and its officers, eniployees and agents. 9) No Padnership, Etc. Ile Chy aml the CR ik agree nnthing, contained in this Agrconein shNI be dconcd oT construed as cmating as p anti ersh ip, joint venture, or einploy,ec relatilonship. It is speciOudt understood that the Oty and its employees, subcontractors, V`0IUI1tCCrS, afld agents am independent contractors and that no ernployer/cniployce or prit"Icipal/agent is or SNfll be created, noir slhafl exist by reason (WITis Agreement or the perforin an Ce oral Techilical Support Services. Tfic (71ty will cxercise its ()wn.jt,,1dgIncn[ Ill Inaums of salbty-Or itself and As cnWloyees, subcontractors, volwAmac and agms, 10) Non -Exclusivity. 11lisday gmernew is considered a non-exclusive Agreement between the powdet Duiring the teen of disAgreenierittlx,C'RA shall have the right to purehase services that are the same as orWilar to We MOM Sul:)port Services provided for in this, Agreetnent firom any other source. 11) No Transfei% Ile My shall nAA subcontract, assign, or Wherwise transfer this Avrccnient or its responsibilhics hereunder to any Individual, jp-oup, agency, goverrusent =i-proM or fopprofil corporation, or other entity. 12) Walver. Wailer by the C11A of -any provision of' this Agrcenicnt or any thne Hirnuition provided for in this AgreCITWnt shall rIot conMittlte a waiver other Provision, Either paNy nny ekct M wAve any proviskin of !his Agreement so king as such waiver is permitted by all applicable laws, statutes, ordinances, rules, anti rcgulations and is rnadc° ill writing to the wher party. 13)?qatice, Whcriever either Party desires W give nolice to, the othon, SLiell J,j(:)jiCjC -nus , I be in wridrig and sera! by Mimi Slates maiL return receipt requestcd, courier, evidenced by a delivery riuccipt, or pry overnight express delivery, service, evidenced by a delivery receipt, adtiressed for die Parly Or whum it is intendaJ at the place last spccitjcd,, and the placc for giving oftiotice shall remain LUM it vdiall Kove"been, changed biy' Written, notice ill con-1pliance "Jth the, provisions of this 1xii-agraph. For tire rn,escilu the party d0gnate ffic folliowing as the respective places for giving of'notice. Page 123 of 985 CITV Lori LaN/cri-jere, City Manager Chy of BoyaMn Beach 100 E, Boynton Beach Boulevard Boynton Beach, 1-1, 33435 CR A: Nfichul Shnmq Excadive Efirector Boynton Be,wh CRA, 7V ) 14. Federal Highway Boynton Beach, Florida 33435 Apies 10 Jams A. AM CArwl Herul WAy it Fzm[ RA, 3099 East COMMercial Boidmird, Suile 200 Fort Lauderdale, Florida 33308 Tara Dutly, L"Squire Lewis, L,ongniari & Walker, 5 15 Northi Hagler Dri vc, S ui tc 1500 Wcst 11,,,flni Beach, Florida 33401 14) SeverablMy. If any loam of this Ageovent is Au nd invalid ox unmAmeaMe by any coun, sudh invaliddy, M' LHILMA"orceability WH W aflet the Am pans or die AgTOUMCnA if' the righM and Wgatkms of die parties contaked herek alT 1101 JINACHffly PrkjUdiCCd aarld id' the imeMms of Q panies can conthum to be achRM To Owl end, this Agreenictit is dechuml severable. 15) Entire Algreement; aa. oar This Agrcernenl repmseants the aMA and We agmement and undwitanding behween the pany, conceming lhrr sut1ject niatter expressed herein. No ternis herein imay lie altered, except in writing and the only it' signed by ail flie parties herclou All 1�)rior and conternporancous agreementS, UnderstandingM cminmunicalknis, conditions tw rqmmentaknis, of any kind or naRwe, oral or written, conurning the SUbjCCt rnatter expmaed WWI are nierged into this Agreement anti thc tornis ofthis Agweinmil supersede all SUCh 001CT agi-ceincrits. No extraneous infonnatki may IN Wed to aher the terms cart this Agrcenient. 16)Governing Law, Jurisdiction, and Venme. 'The ternis and provisions of this AEWeamcnt shall bcgoverned, b.y, and construe(l iand enforced in accordance wilh, the laws of the State of FkwWa and Ow Unded Sums ot"Arnerican„ wh%a regard U) confhct of law piAnciplen Vinue and jurisdWhon shM1 A PahmAkach Qum, FkAidw Wr all puqwsm, R) whkh the pady expressly agree and snub ai it. 17) Public Records. The Chy and the CRA, each stiall maintain lh(,,�ir own records and documents associated m0h this Agreenient in, accordance with the requiren'ients set fin-th, in Page 124 of 985 CImper I I I Flothki Swtutes. All such waW shall be adequate to justify all chaqes, (,XI)CrISCS, MR[ COMS itICUrred in accordance YK generally accepted accounting principles. l-,',Ach Party shall We wcess to the other PaHy's books, rccorcls and docurnents as required in this Agreement I'm- the pm-I)OSC 01' hISI)eCkMI Or RKM during nornial business hours during the term of this Agrwnent and at leist V ycar after the tennhudon orate urcernem. 8) FIR, The City shall Ole this WerV0 Agreement rwrsuant to the reqWrenwnts oecdon 163.01( 1I 1) ofthe F-k'wida Statutev ['9)No "Uhird Party Beneficiaries. Nolhing in this Agreement shall be decn'wd to create, aruy rights in any third parties that are notsignatiorics tcu this Agrceinent. 20) Interpretation. Ids Agrecivient shall not he construed nwe wricHy agwinm one PlAy Hmn against the cmher merely by %rinue or we i'ao that it ri'uty havc becn, preparcxI buy counsel f6r one of Me pady, ISIG,NATURES ON FOLLOWING PAGE� Page 125 of 985 IN WITNESS Will"RE01", thc ('11-Y OF BOYNTON BEACH and the BOYNTON -s be BEACH COMMIJN[TY AC"J"'I"MA' IllaVe ciLlsed these prescnts 1( executed in flicir rc,spcctivc names by the proper officials tfic day and year first above written, (,"TTY ()F BOVN'rolN EAC 11 a 11MI'liCillal corp oralion organized and existing under the laws of the State crd.'Florida By-111111111----- - - - ---- -------- --------------- - - ----- ------------------------- ----------- -------- - ---------------- . . .. .. .... Steven Grant, Mayor AJ-FESI­� City clerk, Approvedas to tbrm: (I ity Attorney B0YN,r()N BEACH C, 0 M Al ( I N I TY REDEVELOPMENT' AGENCY, a public agency organized kUld CXiStillg Undcr the lea vs o('flic State of Flo6da By, stcven Grant, chail, Approved as, to f6rn� CRA Atiomey Page 126 of 985 INNIUMEW Tecimbud suppoi-t will include support W, the ("RA's serverand stc)rage, fii•eivaH, roi,iter, network equipinenn posomd conapdan prKtas and peripherals, City of Boynt(-)n Beach enterprise sofkvwe (Actiwrc F)iiectory, Exchange ernail,SunC3ard,/FF'FE AWK, 0c) aml CRAA sped He SaRwarc. Suppm will No include use of the GIS Division's ESRJ soRwm-(, and access to GIS stal"I"for training, cdUcathn and slTon of ESR I aml Amor (31SWhased sokwam. ()thcr serviccs such as use oft 7e" City's sccurity pohde% ardbah"us sofiwarc, Windows autonlafic upckate policics w�ill apply to the CRA computing and non ok owironinent, "Fechnical suppod, services include urilhihed tedmical support during nornial husincss hours (Monday dwough thiday, 8:00 AM to 5:00 PM), as wC11 ,,Is access to FFS or)-C�ill ptn-sonnel fior cniergency issues dwing mmi-nornial bushiess hours, The Ch y of Boynton Beach will utilize changc nianagen,wnt pohcy tciaddress any configuration changes to the CR A servers, pedpherds, prinWrm and numawk emOmmant. "I'echnical stq)p(m response and ivsWudon paramWers are based on, problein severityand hnpact on husiness opei-aflons. Oux so -vice lewl agmmment parainew are listed below and mAl be adhered k) by 01111- Stilfftbl- this SUJ)pOrt Ana gtgCFnCnL .... Severitv CAde .. ........ ...... ..... ... .... . ................ .............. .. ---- Customer Impact Service Response to Resolulion'rime Customer ------- ---------------- .... .. .... ... . . ............... . .......... .. . .. . . . ------ ---- BuMnms Q[ted ...... ....... Updalesevery 30 ........ . . .. ........................ ........... . ......... .. UK Fixed nainutes . . ... . .. . . .......... . ........ ... . 2- Urgoit - -- - ------- Business Irripactcd . . ......... . . ..... . .... . ....... ........... . 2-4 HOUN . ... . ..... 4 hours . 3- Important . . . ... . . ... ..... . ... ... . ...................... . . . .. . Non -Critical - - -- - ------ - ------------------------------ 1-3 Days - - —1-1-1- — -- - ---------- -- --------------------------- 1-3 Days . . . . .... . ..... ............ -1111.. ..... 4- Request 11- - ----------------.-11_1_1.-..---- "I'll", ...11.11.....-..- - Nonnal ffi,isiRess ----- ----- ---- 3-5 Days -- - --- -------- ------------ - - ------ . ...... 30 Days . -- ------------------- . .. .. .. .. .. .......... . - --- --- -- - - - - ----- ----- - - -------- Page 127 of 985 6.G. Consent Agenda 2/16/2021 Requested Action by Commission: Accept the written report to the Commission for purchases over $10,000 for the month of January 2021. 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 $35,000 bid threshold for personal property, commodities, and services, or $100,000 for construction. The City Manager shall file a written report with the City Commission at the second Commission meeting of each month listing the purchase orders approved by the City Manager, or Acting City Manager. Below is a list of the purchases for January 2021: Purchase Order # Vendor Amount 210640 210645 210647 MARTIN FENCE CO. MCKIM & CREED, INC. ADRIAN LANDON HARDRIVES OF DELRAY J.C. WHITE ARCH I TECTECTURAL INTER FARINA TREE CARE LLC MCKIM & CREED, INC. MARTIN FENCE CO. WHIDDEN SURVEYING & MAPPING, INC DELL MARKETING LP PROFESSIONAL TENNIS COURT SERV NAT'L LIFTTRUCK SERVICE INC. FL CARIBBEAN ARCHITECTURE, INC. $24,809.00 $20,000.00 $12,000.00 $16,500.00 $15,607.30 $18,500.00 $19,823.83 $38,214.00 $11,469.00 $20,223.16 $99,600.00 $32,176.43 $14,950.00 210654 210657 210686 210690 210692 210694 210710 210711 210712 210715 How will this affect city programs or services? Ordinance No.01-66, Chapter 2, Section 2-56.1 assists departments in timely procurement of commodities, services, and personal property. Administrative controls are in place with the development of a special processing form titled "Request for Purchases over $10,000" and each purchase request is reviewed and approved by the Department Director, Finance Department, and City Manager Fiscal Impact: This Ordinance provides the impact of reducing paperwork by streamlining processes within the organization. This allows administration to maintain internal controls for these purchases, reduce the administrative overhead of processing for approval, and allow for making more timely purchases. Page 128 of 985 Alternatives: None Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type ttachirTI sir'lt Description PLArchaSE)S Oveir $1 0, 000 Page 129 of 985 CITY OF BOYNTON BEACH APPROVED REQUESTS FOR PURCHASES OVER $10,000 0 FOR JANUARY 2021 1. Vendor: MARTIN FENCE CO. Purchase Amount: $24,809.00 Requesting Department: Public Works Contact Person: Carl Frumenti Date: 1/13/2021 Brief Description of Purchase: Carol Sims Park - vinyl coated fence Source for Purchase: Bid # 001-2511-20/EM Fund Source: 303-4113-572.63-05 Project: RP2103 2. Vendor: MCKIM & CREED, INC. Purchase Amount: $20,000.00 Requesting Department: Utilities Contact Person: Michael Low Date: 1/14/2021 Brief Description of Purchase: RFQ 038-2821-19/TP - Task Order SCADA-06-2021 to identify solutions to mitigate security risks of various vulnerabilities at high level SCADA security. Source for Purchase: RFQ # 038-2821-19/TP Fund Source: 401-2821-536.31-90 3. Vendor: ADRIAN LANDON Purchase Amount: $12,000.00 Requesting Department: City Manager Contact Person: Nicole Blanks Date: 1/14/2021 Brief Description of Purchase: Loan of Mechanical Horse Sculpture for Kinetic Rotating Exhibition Source for Purchase: Sole Source Fund Source: 151-2611-579.67-01 4. Vendor: HARDRIVES OF DELRAY Purchase Amount: $16,500.00 Requesting Department: Utilities Contact Person: David Roland Date: 1/15/2021 Brief Description of Purchase: Removal and Stockpile of Sludge material from East Water Treatment Plant. Source for Purchase: 3 Quotes Fund Source: 401-2811-536.49-17 5. Vendor: J. C. WHITE ARCHITECTURAL INTER Purchase Amount: $15,607.30 Requesting Department: Public Works Contact Person: Gail Mootz Date: Brief Description of Purchase: Furniture for Fire Station #1 Desk with drawers etc Source for Purchase: TS2001 Fund Source: 001-1214-512.49-17 6. Vendor: FARINA TREE CARE LLC Purchase Amount: $18,500.00 Requesting Department: Public Works Contact Person: Matt Doyle Date: 1/22/2021 Brief Description of Purchase: Trim selected seagrape trees within Oceanfront Park, removal of coconut fruits from the coconut trees, lower hanging branches. Source for Purchase: 3 Quotes Fund Source: 001-2730-572.49-17 Page 130 of 985 7. Vendor: MCKIM & CREED, INC. Purchase Amount: $19,823.83 Requesting Department: Utilities Contact Person: Michael Low Date: 1/22/2021 Brief Description of Purchase: RFQ 038-2821-19/TP - Task Order SCADA-05-2021 to add Chiller data to DES VTScada for the City's DES Chiller Water System. Source for Purchase: RFQ # 038-2821-19/TP Fund Source: 404-5000-533.65-01 WT2005 8. Vendor: MARTIN FENCE CO. Purchase Amount: $38,214.00 Requesting Department: Public Works Contact Person: Franky Lazo Date: 1/22/2021 Brief Description of Purchase: General Fence Repair - Removal and Installation Little League Park Source for Purchase: Bid # 001-2511-20/EM Fund Source: 303-4220-572.5201 RP2114 9. Vendor: WHIDDEN SURVEYING & MAPPING Purchase Amount: $11,469.00 Requesting Department: Public Works Contact Person: Carl Frumenti Date: 1/24/2021 Brief Description of Purchase: Rolling Green Ridge - Boynton Ridge Paving & Sidewalk project PH1 & PH3. Source for Purchase: RFP # 067-2821-16/TP Fund Source: 303-4904-541.63-24 CP0263 10. Vendor: DELL MARKETING Purchase Amount: $20,223.16 Requesting Department: Police Contact Person: Sophia Stewart Date: 1/24/2021 Brief Description of Purchase: Annual computer replacement program, (22) desktops, (4) 27 -inch monitors and (10) 23 -inch monitors. This purchase is to ensure that the Police Department's computers are up-to-date ensuring that staff member have the right computing resources. Source for Purchase: GSA Contract # 43211500-WSCA-15-ACS Fund Source: 001-2112-521.64.15 11. Vendor: PROFESSIONAL TENNIS COURT SERV Purchase Amount: $99,600.00 Requesting Department: Tennis Center Contact Person: Kacy Young Date: 1/27/2021 Brief Description of Purchase: Prep and resurfacing of 17 Clay Tennis Courts at City of Boynton Beach Tennis Center. 16 courts 110' x 120' and 1 court 72'x 130' Source for Purchase: 3 Quotes (Construction) Fund Source: 303-4212-572.63-05 RP2127 12. Vendor: NAT'L LIFT TRUCK SERVICE INC. Purchase Amount: $32,176.43 Requesting Department: Public Works Contact Person: Bill Darty Date: 1/27/2021 Brief Description of Purchase: Purchase forlift for Finance Warehouse via Vehicle Replacement Fund as approved in budget. Source for Purchase: Sourcewell # 091520-HCE Fund Source: 501-2516-519.64-13 13. Vendor: FL CARIBBEAN ARCHITECTURE, INC. Purchase Amount: $14,950.00 Requesting Department: Public Works Contact Person: Andrew Mack Date: 1/24/2021 Brief Description of Purchase: Preliminary/Schematic Design Documents: Development of design documents as outlined in the scope of work for the Links at Boynton Beach Golf Club House Source for Purchase: In accordance with State of FL CCNA Rules Fund Source: 302-4501-572.62-01 GF1801 Page 2 Page 131 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 VENDOR 1863 TO: MARTIN FENCE CO. 862 13TH STREET LAKE PARK, FL 33403-2383 P.O. #: 210640 DATE: 01/13/21 SHIP TO: City of Boynton Beach PUBLIC WORKS DEPARTMENT 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REMARKS: BID# 001-2511-20/EM DATED 11/5/2019 RESOLUTION NO. R19-139 PROCUREMENT SERVICES ACCOUNT NO. PROJECT 303-4113-572.63-05 RP2103 P.O, TOTAL 24809.00 PURCHASING Page 132 of 985 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1.00 DL ITEM 49 - 6' VINYL COATED FENCE 4100,0000 4100.00 100 LF X $41.00 / $4,100.00 2 1.00 DL ITEM 50- 6' VINYL COASTED FENCE 15639.0000 15639.00 401 LF X $39.00 / $15,639.00 3 1..00 DL ITEM 52 - 6' VINYL COASTED END 1840.0000 1840.00 POST 8 ea X $230.00 / $1,840.00 4 1.00 DL ITEM 53 - 6' VINYL COATED CORNER 1500.0000 1500.00 POST 5 ea X $300.00 / $1,500.00 5 1.00 DL. ITEM 54 - 6' VINYL COATED B&T 720.0000 720.00 ASSEMBLY 4 ea X $180.00 / $720.00 6 1.00 DL ITEM 87 - 6' VINYL COATED GATE 4' 430.0000 430.00 OPG 2 ea X $21.5.00 / $430.00 7 1.00 DL ITEM 90 - 6' VINYL COATED GATE 8' 580.0000 560.00 OPG 2 ea X $290.00 / $580.00 REMARKS: BID# 001-2511-20/EM DATED 11/5/2019 RESOLUTION NO. R19-139 PROCUREMENT SERVICES ACCOUNT NO. PROJECT 303-4113-572.63-05 RP2103 P.O, TOTAL 24809.00 PURCHASING Page 132 of 985 r H W I � I I w w 0 o Wry W W r N I W W W U N N J J .I I N N N I m m rn W W W I N Ln N ro3roxro3 ro I 013 tM vi m tO m add SII Q I cl P3 I I I H I mro(.Idmroz F+N W NwN [O.I O o O w w wryn 0 O rnr fi K K K K '$ I Fs ro m �I D N H r r r H I d QI d O II M m m x n Ls a D n n w w w w LQ r H N li 0 0 o I 0 0 o I � I o p o 0 0 o I Page 133 of 985 r Y m 0 O (p a {Q o O fM,l so O e o P p J M N ,P W N Y 1 6tl H NH ,PN VI H mHPU IPr I ty b O+ O S M yy {n� 8 gg C�} �• �' � gYH f�] '3 r I l O P 4 Ci Pt 1kW P{ O?{ m O �q i II�-gqI uu �Iryrll pl 4.+ C y o H 4A 33 t7 J 5C H +R tr ,P H v d w H y y N iIf a HPL I C, H k I y m � P N I ty f0 O N I a N H H I ti K. Q H W I N I Fi 8,10 I I H x •• •• O fA .. .. N O1 m ti •S Q ISH o W OI a h'i iR m .. .. W - Page 133 of 985 J M N ,P W N Y 1 6tl H NH ,PN VI H mHPU IPr I ty b O+ O S M m {n� 8 gg C�} �• �' � gYH f�] '3 r I l O P 4 Ci Pt aim u�i P{ O?{ m O �q i II�-gqI p y o H 4A 33 t7 J 5C H +R tr ,P H v d w H y y N iIf a HPL I C, H k I y Q P N I ty f0 O N I a N H H I ti K. Q H W I N I Fi 8,10 I I H x •• •• O fA .. .. N O1 m ti •S Q ISH o W OI a h'i iR m .. .. W - .. .. IP 01 I Q I 7. Iy-I O tA fahfo h77Jo - '0 m C xfC O Hk op v M'�7�ttljj. 4xHx�4ln i Wj Old r \~O C 4zdC7 H 10 Ca Hi [° t7J3 r 1. [• Hn H l H�IjCm3f Hay. ti I hr•I x6gmn UJ• O�pj 5[+]wn U1• OQ zt]Nn m• vO 2b'- [i m• Y16 Yb7 [AOC x M• to W. H4]• 7 q `3Hy•,G0•,g� ).� q�yI•yaay•�'p D" -3L],a � m p I p 0 0 y30. Utl yHy Eyyy�++Llry 8 tr' V cl Lr tl tj t^ tl 0 L. 0 M 0 w U t, m w 7p R m RI , m 0 f� z Q N p tl to • Fr ''.a 4 (0 O RI ,SU o IM I M td 10 LIPar M "IL�.' nl-i t9 b n �yii n n M n W i Y 7• to P7 b ro H - H p o m H H z ro a 8 5s GO pm ro � � m tl I tl b ri to t0" +�•] C O -50 fa r Y Y H f+ H Y ?i ro H ► m � mC C ttl' N N N N u t i m zx y trf °z m o ° to m W ,, N in v P w O i H o 'l o o p o o p ;D o a m y 0 O 0 o o v a o p v p o o p I 05 W P •• o d 0 d o p O po p o p o f Rl H , HH n W i DI N a Y Y U P w m N b m w N N o m a W W o i W PS oQ o 0 o e p o o o p p o a o e I O H x 0 ! 0 O N N C7 N I hd r i+ Y I H N I p O i y pyk y y I i I \ \ G1 O 41 v IP b I \ N \ N I Y F+ Page 133 of 985 H Q m VI A z ly HvHvH Id H H H H xozox z a 11 Id " m m www 8 6d p W �paw 141,411141 N N 01 0 41 w w r r r r N rA V+ ro H I M N - NN In - - N Nb 4+-N r, WNr0C..II f r r O H 14 m am °a 0 om Ln 14 z 1 p N cn ((]] W o r p W l H 0: rt m o LCCzziii t+ [9 H W 3' UJ H Q m VI A z ly HvHvH Id H H H H xozox z a 11 Id " m m www 8 6d p W �paw 141,411141 N N 01 0 41 w w r r r r N rA V+ ro H I M N - NN In - - N Nb 4+-N r, WNr0C..II z I I m am 0 om otlq 1 nW W W W l H 0: rt rtrnr z M I I•S rS H I I I I I I 'y I m m m n H I O n 0 a x n s+• n w n w n w I I W 4�G IG t0 i H Y r r a o a o 0 0 0 o I O O b as o O O O O N IP F' w b 100 O O O O'Q3�' O O O O O$ D O O D D Am m Page 134 of 985 Date: 1/4/2021 CITY u n leullllln w u n n In itln w ninAlul InW�'NNlllllll''i 1 E INN„ , Requesting Department: Engineering Contact Person: Carl Frumenti Explanation for Purchase: Carolyn Sims Park - vinyl coated fence Recommended Vendor Martin Fence Co 1 vendor # 1863 Dollar Amount of Purchase $24,809.00 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy -Back Sole Source Emergency Purchase Other Contract Number: BID # 001 -2511-20/EM NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 1303-4113-572-63-05 1 Project RP2103 rovals: Department Head Purchasing Agent Asst City Manager City Manager rurru mevimm ucru uuc Date 01/08/21 I Datefl... Date Date I�G.J,a Page 135 of 985 T C_ Y U R m m t0 N C {6 cLL U' G = G rd+ C N C V' d E��ti �V a 000 iaTa U)0rLA c �I z W 2 ,W V a J IL w w w L) z w LL w LU z LU v z J 0 a Page 136 of 985 Pimienta, Pablo .................................................................................... From: Frumenti, Carl Sent: Thursday, December 31, 2020 11:54 AM ® Pimienta, Pablo C C: Dunmyer, Gary Subject: re: CI P Project - Carolyn Syms Park -Multi -Purpose Field Fencing Attachments: Carolyn Syons Center -Mutil P Field Fence.pdf, REV Proposal Martin Fence 12.31.20 - FA2107 Carolyn Sims Center-MuliP Field Fence,pdf Follow Up Flag: Follow up Flag Status: Completed Thanks for your help regarding. Project # Acct # r 1111112103 303-4113-572.63- R RP'2112 303-4223-572.63-05 RP'2120 303-4211-572.62-01 FA2103 a03-41.2.6-522.62-01 FA2107 303-4128-522.62.01 ("w"s (Jill CIrW OF NOVINVOIN DFACH Cai'l '�`run'ienti ,�«� 11111rit I i mri itivir �rlrnr 4udget �Carollyn Sims Center— u i ur s Field Fencing 35,ODNOMN Intracoastal Park —Entry Fencing (Federal) 35000 :Oyer ark— Concrete Screen all Replacement 150,0DO sFireStation #2 -Vehicle Exhasst Sys tem 52,000 Fire Station #4 - Vehicle Exhaust Syste m 52,000 Project Nllanage" I: Ing I flee 11-11 Ing Afftfiress11ii' 0 Box .310 � iiioynloi"n [�peach, 1:10'ida 33425 i�'�hOcall Addiness100 ii Of�!eain /t%,e I iloyinton [leacfi, i1orida 134.35 �. 561 742.6,238 L2 � Q Ill)oiytiitoiiii.Ilieacl.oii'g/ nas a Ta-W7M rresporluence to me via ema e su7ect to c recorD7M M, - 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. I Page 137 of 985 Pimienta, Pablo From: Miller, Keyla Sent: Tuesday, January 5, 2021 10:13 AM To: Pirnienta, Pablo Cc: Certificate of Insurance Subject: RE: martin fence COI Attachments: City of Boynton Beach.pdf Good rnoir6lirig, The attached C01 is approvir..,,d by RiskMaina: eirrient, 9 'I hia n ks, III C III T V 0:1111 110 0 1' Ilk it 0 IN 111:1 1: A, H Keyla Miller, MHA, All CWC Manager of Risk and Wellness Human Resources and Risk Management Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 100 E. Ocean Ave. I Boynton Beach, Florida 33435 561-742-6271 MillerK@bbfl.us boynton-beach.org/ %I=, 13 From: Pimienta, Pablo <PimientaP@bbfl.us> Sent: Tuesday, January 5, 20219:59 AM To: Miller, Keyla <MillerK@bbfl.us> Subject: RE. martin fence COI Good morning Keyla, see attached copy of the COI for the subject vendor, corrected Thank you Page 138 of 985 10�( Y )'� ears I'l c NY V 0 It N DY H11 ON A V A C H Pablo Pimienta Administrative Associate Public Works - Administration Mailing Address; P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address., 100 E. Ocean Ave. I Boynton Beach, Florida 33435 PirnientaP@bbfl.us C boynton-beach-org/ 17) r in 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: Miller, Keyla Sent: Monday, January 4, 20212:18 PM To: Pimienta, Pablo <Piinii ii eiil[P' fl� fi.qs> ... . . . ... . ........ . . . CE2!'.9111111111_11 Subject: Re: martin fence COI I am seeing E. Boynton Beach. Sent from my iPhone N Tv 0 )v 8 0 W:N To N IN e o� C H Keyla Miller, MHA, ARM -P, CWC Manager of Risk and Wellness Human Resources and Risk Management Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 100 E. Ocean Ave. I Boynton Beach, Florida 33435 561-742-6271 MillerK@bbfl.us I Boynton-beach.org/ ZC= C1 110", 1 D 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. On Jan 4, 2021, at 2:14 PM, Pimienta, Pablo <Pln t iiiita!�,',,ti Il > wrote: � gil... ...let me know, thanks Page 139 of 985 C I- �)abs O !�itTiJelAa Assod ate 1)uWk.10)orks AdmiJidsNa6on M a �lA ' '� 5 di&i'eiII) 01, ilox 310 i{ IBsrvntormu Beach, 1�1()i'ida 3341IL5 LOO OcearI Ave � Bo,,�,ntion Beach, NotJda 33435 563 7412 6239 xs bcyrtori beach org/ . Ivax it ,w -e 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: Miller, Keyla Sent: Monday, January 4, 20211:37 PM To: Pimlenta, Pablouu Certificate of Insurance <OY2�L'fl us> . . ............... Subject: RE: martin fence COI H i I!' a l�hi I ci, Is it piossNe t Ilhavet the venidoii" uIpidate bl'ie Eiddiress on, this G011 aS %1106T? ir[l ainks, K e y Il\1 li V ll e r, M R)%, A 1 N1 P, ON "C PAariageii o IfRut,Ils and IvVeHness � UIT1W) �Zesouii ces aind Usk', Managen"Ient t0 slid Address!! P.O. Box'310 I Boyintciiii Bead,i, ��IorWa 33,14,25 [Ihyslcal Address100 E. Ocean Ave, � IhkiyuutouI i3each, f!]orkla 33435 561 �74,2 6271 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: Pimienta, Pablo Sent: Monday, January 4, 202111:09 AM Page 140 of 985 To: Certificate of Insurance <CD211nbftius> Subject: martin fence COI Good morning, Please see attached to this email a copy of the COI for the subject vendor, for review and approval. Thank you CITY OF FOYHTON BEACH Pablo Pimienta Administrative Associate Public Works - Administration Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 100 E. Ocean Ave. I Boynton Beach, Florida 33435 561-742-6239 PimientaP@bbfl.us boynton-beach.org/ 470. 1YW-aYiTdM-1Tcr;-1Z75-V FTFUMF disclosu re. 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. <Martin Fence Co - COI exp 12-1-2021.pdf> Page 141 of 985 MA RFE-2 O . IID o,11 TE mmmmmmmm CERTIFICATE OF LIABILITY INSURANCE DA01110512021021 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 ADDITIONA! INSURED, the po11cy(1es) m p ust have ADDITIONAL INSURED revisions 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 5 . PRODUCER 772-286-4334acr Margaret Kiess Stuart Insurance Inc. .. 3070 S W Mapp Iuc° No �I; 772-286-4334 bac 772-286-9389 3070 Palm Ciry, FL 34990 -.1 : m iess stuarfnsUrance.net Patrick cGlonb�_.... INSURERISQ;,AFFORDIRIGCCNERAGE __....- ......... ..NAICN ,,,,. -INSURER A: Owners Insurance C!qml*!Iy 32700 05sugINSURERB:Auto Owners Ins Co 18988 rtmehrice Co. - 86213th Street INsuRERC:Bridgefield Employers Ins. Co. 31267 Lake Park, FL 33403-2306 - IN;LIRER D INSURER E INSURER F: ��.... .............. COVERAGES CERTIFICATE NUMBER: RUV- 1 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, INsn EXCLUSIONS YP OF INSURANCE OF SUCH POLICIES. LIMITS SHOWN MAYHRVE BEEN REDUCED aa icYDFBY PAID POu v xPCLAIMS. � uMlrs A COMMERCIAL GENERAL LIABILITY XMIAGE T O $ 1,000,000 ,� , .... EACH OCCURRENCE CLAIMS-MADE X OCCUR 72582429 12101/2020 12/01/202110,000 RENTED 300,000 . 4rggY^zTE s�Y ._ �. PER,„DNAL& ADV INJ RY[S 1,000,000 2,000,000 IGENT AGGREGATE LIMIT APPLIES PER: �,��nENERALA)r RErAT �” 2,000,000 � POLICY JPEa LOC P 6'09 IST K 0141 lOP Rr 9 ......BSzS� Emp Ben. 1,400,004 1 HER: ...mo w ...-�,...,� .... ...... .-----w--- '„»,,,w„w,,,,�� -- A� COMBIN OSINGLELIMIT ,,AUTOMOBILE LIABILITY I OWNED O SCHEDULED 4128478803 12/01/2020 12/01/2021 B � Ib ® m � 1,040,004 X X OD1LY INJURY tlPer.arsan{ „ 1 AUTOS ONLY X AUTOS BODILY INJURY tlPeraecidentV i S X MS ONLY AUTOS O f X UMBRELLA LIAB X I OCCUR ,EACH OCCURRENCE , T 4,000,000 ..d .... EXCESS LIAB CLAIMS-MADE 4128478802 121011202012101/2021 AGGREGATE 4'000,000' DED ..,. 1 RETENTIONS _, C WORKERSCOMPENSATION I X PER OTH- I ,AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE YIN ;83041150 0310112020 03101/2021 1,000,000 ppFFICERIMEMBER EXCLUDED? ® N f A ; E,L,_EACH ACCIDENT,,,,,,,,,,,,, r ,. ,Mandatary In NH) BKT WOS E. L. DISEASE» EA EMPLOYE 1,000,000 If tes, describe under 1000,000 ll�11�'EhArlv�5�^-W...............--...........-..I��I. V ru.uL°� , DESCRIPTION OF OPERATIONS 1 LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required) -The City of Boynton Beach, it's officers, employees, and agents are additoinal insured with respect to general liability► and auto liability when required by contract CERTIFIC B_Q� PER CANCELLATU N CITBB-4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Boynton Beach ACCORDANCE WITH THE POLICY PROVISIONS. 100 E Ocean Ave Boynton Beach, FL 33435 AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 142 of 985 "\� �C� - \Y� CONTRACT NO, 001-2511-201EM -1 BETWEEN THE CITY OF BOYNTON BEACH AND MARTIN FENCE CO, THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and Martin Fence Co., 862 13th St. Lake Park, FL 33443, hereinafter referred to as "Vendor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide New Fencing, Repairs. and Gate Operators on an "as needed basis". 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit "A" attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all work product required pursuant to this Agreement on an as "needed basis" as specified per task order requests, which may range in scope from large projects with new installations and repairs to small quantity fence repairs (LE, Damage from vehicle accidents, wear and tear, demolition). The contractor shall fumish and install all labor, materials and services as required per the plans and or specifications per project. 4. TERM. This agreement shall be for two (2) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach may extend the agreement at the same terms, and conditions, for three (3) one-year renewals subject to vendor acceptance, satisfactory performance, and determination that renewal will be in the best interest of the City. 5. PAYMENT. The Vendor shall be paid by the ProviderfCity for completed work and for services rendered under this Agreement as follows: a. Work requests may range from large projects with new installations and repairs to small quantity fence repairs (I.E. Damage from vehicle accidents, wear and tear, demolition). The contractor shall furnish and install all labor, materials and services as required per the plans and or specifications per project. b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. d. Final payment of any balance due the Vendor 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. e. Payment as provided in this section by the City shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. f. The Vendor's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request. Page 143 of 985 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, specifications and other materials produced by the Vendor 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 Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Vendor's endeavors. 7 COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Vendoes own employees, or damage to property occasioned by a negligent act, omission or failure of the Vendor. 9. INSURANCE. The Vendor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000 per occurrence to $2,000.000 aggregate with defense costs in addition to limits. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11, COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. Page 144 of 985 12. DISCRIMINATION PROHIBITED. The Vendor, 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. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON -WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. TERMINATION. a. The City reserves the right to terminate this Agreement at anytime by giving thirty (30) days written notice to the Vendor. b. In the event of the death of a member, partner or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17. NOTICES. Notices to the City of Boynton Beach shalt be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, -FL 33425-0310 Notices to Vendor shall be sent to the following address: Ci of Boynton Beach Proliect-SuRellispENontract Administrator Gail Mootz, 222 NE 9v' Avenue, Boynton Beach, Florida 33435 Page 145 of 985 18. INTEGRATED AGREEMENT. This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Firm 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 Firm. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-742-6061 GIBSONC@BBFL.US Page 146 of 985 SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. DATED this _ - day of ^ mn_S[ JLJ , 20\ CITY OF BOYNTON BEACH MARTIN FENCE, CO. Lorin allerriere,"f,ity Manager ole r ane, Prils ent Attest/Authenticated: (Corporate Seal) Gibson., r' Approved ps to Firm: Attest/Authenticated: Jarrfes A. Ch Ry Attorney Secretary Page 147 of 985 Coversheet CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 11/5/2019 Page 1 of 1 7.C. CONSENT BIDS AND PURCHASES OVER $100,000 111unis REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. RIS -139 -Approve award of BID NO. 001 -2511-20/EM for New Fencing, Repairs, and Gate Operators on a primary, secondary B third basis to the lowest, most responsive, responsible bidders who met all specifications to Martin Fence Co., Tropic Fence Inc., and Alpha Fence, respectively, with an estimated annual amount of $250.000 to be used on an "as needed basis". The Initial term of ft contract awarded shall be for two (2) years with three (3) addHianal one (1) year renewable periods. EXPLANATION OF REQUEST: On October 28, 2019, Procurement Services opened and tabulated three (3) bids for New Fencing, Repairs, and Gate Operators. All bids were reviewed and It was determined to recommend this award by a primary and secondary, and third basis. Martin Fence Co. as the Primary,Tropic Fence Inc. as the Secondary, and Alpha Fence as the third. Work requests may range from large projects with new Installations and repairs to small quantity fence repairs (I.E. Damage from vehicle accidents, wear and tear, demolition). The contractor shall furnish and install all labor, materials and services as required per the plans and or speacations per project. The initial tens of the contract awarded shall be for two (2) years with three (3) additional one (1) year renewable periods, autrject to vendor acceptance, satisfactory performance and determination that the renewal is in the best Interest of the City. HOW MLL THIS AFFECT CITY PROGRAMS OR SERVICES? The purpose of this Invitation to Bid is to seek a maximum of three qualified contractors to provide New Fencing, Repairs, and Gate Operators on an as needed basis" to the City. FISCAL IMPACT: Budgeted Funds are budgeted and ava0able, AcwuntE The account numbers will very based on CIP projects and departmental needs and emergencies. Eat mated Annual Expenditure $ 260,000 ALTERNATIVES: Reject all bids and rebid this project or do not proud with the new fencing, repairs, and gate operators. 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? No Grant Amount: ATTACHMENTS: Type Description Resolution awarding Bid and authorizing the City Manager to s¢gn o Resolution agreements with three companies DRAFT NEW FENCING, REPAIRS & GATE OERATORS o A m n AGREEMENT* 001 -2511 -20 -EM 0 Addendum Tabulation Sheet- Pricing -Fencing e Tab Sheets Tabulation Sheet - Responsiveness- Fencing d Addendum MedIn Fence Bid No. 001-2511-20EM Alpha Fencing -NEW FENCING, REPAIRS. AND GATE III Addendum OPERATORS TROPIC FENCE INC CITY OF BOYNTON BEACH NEW FENCING D Addendum BID ht#ps:llboyntonbeach.novusagenda.comlAgendaPublicICoverSheet.aspx?1tem1D--6896&... 12123/2019 Page 148 of 985 Page 149 of 985 Page 150 of 985 Page 151 of 985 Page 152 of 985 Page 153 of 985 Page 154 of 985 Page 155 of 985 I Page 156 of 985 i Pre -Biel Meeting Confirmation BID TITLE: NEW FENCING, REPAIRS, AND GATE OPERATORS BID NUMBER: 045.2511-181EM DATE: � as an authorised representa#im of. (Print Name and Titre of Representative) (Mrsinafter called the bidder) [ac ded at {Print Name of Comparry) 9'(,Z, 13771 -rte ,i r= , ..�� ''3 confirms that Company Address Bidder has visited the site of the work and has carefully examined the plans and specficatIons for such projend checked them in detail before submitting his bid or proposal. J,ry CO II ' .. .. ,. rATIVE NAMED ABOVE SIGNATURE FOR MANDATORY ONLY DJOF`MEE KG Page 157 of 985 WORK HISTORY Provide COntmCla for fencing projecu that your firm has completed In the past five (5) years Showing a minimum of $135,000 per year. CALE11 NDAR YEAR 2014 kAS PRIME C4 RFOR TQR PERF ��LDESCRlPiIOIVro VALUE OF GATE NAME AND PHONE NUMBER OPOF WORORMEDj ADDRESS OF PROJECT OWNER �OJEG7K PERFORMED WORK COMPLETt:DMa► A+vu F�iC� OWNER j s r �Nyi. rcf • � �� r:�u 7A6N. 512,1 !' ,� ser J qZ6.14 a y y I! q� .26G, /sv. j FAr. F4 wadwn I � �y/ R.,.a. i �Ya- LCt7[vs• D I Fu+e w5rf AVD rnlSM44 JJ kt'ula pL,R terra[, �A�V?��6YC.s� (�/a'r� !. �" �/ 22 ! 1' �i �L r( :K1i71 G►L.i 1�-' 5vrPr3 3 r[L r,,,,o..., ...... rill ......... rde."rs N AND rLusrAu•- 75C1 tF OF 4'* OV eL F 'i � � �4I%MIi6AwjD ZI CA, AMD L qR7Es I V&eo AgAeW d yrs N Sra z i �LtRIJISO AND r4l5rAfi uf�DRr CP Aim C4!= m C46M£ N 6Ar gC a �41*7- I ori+ 51)z . I •t'�2IypC<rc LagLl�. �f, f�J''J � ! i� i?IW 6r:A IiL•t+ I 5Gr .� g$ • 'y1 SD pv �.PArl2 'G�l1r/.�YE.re- � ToW.J a � Ar+y►� ^. ��.i f �� %buD /IU�►'/IZC.. ^' �`I/�% I d�bF PRAa4,� wtr �Nr5i1 /4nrD lAISiACG � Ecrs per •'-- — ______ �L /JLa3s klrt[IcJlei* .5'i'T • 18y7 I w.x*iX `ga 'fir flo4 1 Totef Amount for this ^-------^— — Calendar Year must be greater then $135,000 $ ' • " �j .,....... THIS PANE TO BE SUBMITTED FOR DID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 4 Page 158 of 985 WORK HISTORY contracts for fencing projects that your firm has completed in the past rive (5) years SUM of $185,000 Per year. CALENDAR YEAR 2018 W.W �..,, _ � C3EN RAL DESCRIPTION 1%ALiiE OF _ � .. OF WORK PERFORMED ' �� DnTE NAME AND ' ( PHONE NUMBER OF WORK COMPLETED ` ADDRESS OF PROJECT OWNER AS PRIME CONTRACTOR I PERFORMED PROJECT 'Y OF54 VAqW 4 � IJAlse 712r�9i7»IErur ...1 81101 C ,fro 1co�yn,v a�wa, r►�' lid 152, 09Z. �W OSx ac�w,ao fool �Iz�J- p 81 pjt:F— Lip Fit gc"- AAID CTATEW ! �/5, /may, - I !'y dry 4dtID Anus i / �racE vc�'i E41t Arra / .7, i 9-7 ��, ,..... ,�.... , DWr* 1PO4M0"F.A' G.G Av++p I °� j �//2. / ��e.Ervisi4 Awo ,AAs 7 — � lcn s� �.t,�ro I � t X72 15'4 5/z3 RT «Fr-srig7otiJ !� T4 4 z cc l- j zprigl- /(7 6VZ1 klA4),A4 I _I'irfi,rF� . Total .amount for thle t'— •— -- -- Calendar Year must be grester than 18186,000 ® — WORK HISTORY THIS PAGE TO BE SUBMITTED FOR 011) PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE r, Page 159 of 985 Provielb contracts for fencing prQJeda that your firm has completed in the past rive (5) years showing a minimum of $135,010 per year. CALENDAR YEAR 2018 GENERAL f3ESCRIPTIDN' VALE.E O 4 DATE NAME AND PHONE NUM ER 6j -=—j OF ANM PERFORMED WORK ,COMPLETED' ADDRESS OF I PROJECT OWNER AS PRIME CONTRACTOR PERFORMS PROJECT l COWNER _ fitlA Fde6.iliSl4Ago .gullE: �iA1�.ZSr'r y– W,�LaG 6lA7E8 Z,�bo. �' "p W �1+vxw A go 40M •+ria cavEZ*rme. 34 OW , „ eAv p AWT% VA+elcrsxra�s. 5f, X35. - IIPc e�rN sr77 . [ Vrea o�'_� .644 - ro Gisa r.F � uc�ra�l Ajj 7 E ArA t>JBF k� c F? CF 6 1 e6=, I A opp f ZRAW 511 /fyrlP Iiu�7RLG (ipso Ci Calendar Year must be greeter than 6195,000 I591?9 . - AW F e _ i Rlvl"d �,r 15!0! 38.3 - -valo F > lig W6LF 44A6 ! I 5cC41W� GLS /!8 A&M arn a AF I� .3;22 GG o _..... S 32 NON COLLUSION AFFIDAVIT OF PRIME BIDDER THIS PAGE TO BE SUBMITTEt) FOR BID PACKAGE TO BE CONSIDERED COMPLETE ANO ACCEPTABLE Page 160 of 985 STATE OF FLORIDA COUNTY OF PALM BEACH ) ANTI -KICKBACK AFFIDAVIT : SS 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, kjckbadk, reward of gfft, directly or indirectly by me or any member of my firm or by aqwtlff of the corporation. By: -NAME SIGNATURE 74— Sworn and subscribed before me this day of C4.To 20 I.R 41 xll� ........ . .... N 'Y RDUkIC, State of Florida at Large ^b lkd,iAA irr, "n" I; riot, OTARY SEAL STAMP Printed Information: AOA15pr /_ ' NAME . . .......... 1W66JDF-N7_ TITLE AwMAI ;rjWe'E conn. - - --_-__ THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 28 Page 161 of 985 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 th fir 'complies PAIY with Me above requirements. }F 21 re�� Vendor's johature THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 30 Page 162 of 985 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION iV4 the -� of (Name of officer of company) (Title of officer of company) MAR77 W • ,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 cornett: NAME OF BUSINESS:_ Is the business located within ,�, ._ � ,alio the Cit limits �'�""�° of Boynton Beach, Florida? y ii Number of Years: 1 understand that misrepresentation of any facts in connection with thu�`gequ st may be cause for removal from the certified local business list. I also agree thai lig, buss Is � • d to notify the City in writing should it cease to qualify as a local busln��� ,� ��� Name: L S 'k' ,E Signature.- Print� ***FOR PURCHASING USE ONLY*** Business License ❑ Year Established: ❑ Active: Verified by: Date: THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 32 Page 163 of 985 services may be terminated at the option of the City If the company is found to have submitted a false certification or hes been placed On the Scrutinized C panies with Activl�ies in Sudan list or the Scrutinized Companies with Activities in the I etroleW.n Energy Sector list. M AH T71 COMPANY NAME PRINT NAME SIGNATURE TITLE THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 34 Page 164 of 985 The City of Boynton Beach Finonre/llrocurementServices 3301 Quantum Blvd., Suite 101 Boynton Beoch, Florida 33426 Telephone: (561)741-6310 FAX: 1561) 742-6316 Yp ADDENDUM No. 1 DATE: OCTOBER 17, 2019 BID TITLE: NEW FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511-201EM 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 GIFIkethFough-type are deletions from existing text. Words in highlighted in grey type are additions to existing text. The bid opening date remains as October 28, 2019 at 2:30 PM. The due date for questions has been moved to October 21,2019 0t 8;00 ice,. 2, Attachment (B & C) - The Electronic Bid Sheet has been updated per this Addendum. Use the new bid sheet to submit your bid it has been uploaded as a separate attachment to this document. The excel sheet is labeled "Addendum Fence Bid Sheet". The price sheets are provided in Microsoft Excel (.xis) format. These electronic price sheets must be submitted with your bid response In order for your bid to be considered responsive. 3. 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: iuDy ovi •-RYSTAL GIBS011, CITY CLERK 3301 QUANTUM BLVD., SUITE 101, BOYNTON BEACH, FL 33426 561-742-6061 PYLEJ@BBFL.US METHOD AND BASIS OF AWARD: Successful Bidder awarded shall ensure that proper and sufficient staff, equipment, organization, etc. will be provided for this contract to meet the specifications denoted herein at a paramount level. Page 165 of 985 The City of Boynton Beach is seeking bids from qualified bidders to provide fence installation and repair for the city's various departments, in accordance with the terms, conditions, and specifications contained in this bid. Work requests may range from large projects with new installations and repairs to small quantity fence repairs (I. E. Damage from vehicle accidents, wear and tear, demolition). All work shall commence 10 days after receipt of Purchase Order. The contractor shall furnish and install all labor, materials and services as required per the pians and or specifications per project. A. Fencing work includes but is not limited to: 1. All posts, post caps and post bases, top rails, bottom rails, tension wire, bar, band, fence ties, and bracing. 2. Fence fabric or wire, securing and tensioning devices and accessories 3. manual Swinging (CHAIN LINK)Gate and related hardware (including but not limited to pipe frame pieces and including in -fill drain link mesh and hardware material, all posts, hinges, locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured In concrete. 4. Nlainual Rolling (CHAIN LINN Gate and related hardware (Including but not limited to pipe frame pieces and including in -fill chain link mesh and hardware material, all posts, tracks, wheels, locking device, and hardware kit. Gate and Latch Post are to be sized property for the applicable fence height. All posts shall be secured in concrete. 5. Manual Cantilever (CHAIN LINK) Gate and related hardware (including but not limited to pipe frame pieces and including in -fill chain link mesh and hardware material, all posts, pipe tracks, wheels (top and bottom). locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured in concrete. 6. Manual Swinging (MECHANICAL) Gate and related hardware (Including but not limited to gate, frame pieces, hardware material, all posts, hinges, locking device, and hardware kit. Gate and Latch Post are to be sized property for the applicable fence height. All posts shall be secured in concrete. 7. Manual Rolling (MECHANICAL) Gaffe and related hardware (Including but not limited to gate, frame places, hardware material, all posts, tracks, wheels, locking device, and hardware kit. Gate and Latch Post are to be sired properly for the applicable fence height. All posts shall be secured in concrete. 8. Manual Ca,nJ1Jmr_ MECHANICAW_Gate and related hardware (including but not limited to gate, frame pieces, hardware material, all. posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured in concrete. B. Non -Fencing but related work: Any electrical grounding, if required, will be done by others. C. Materials 1 Chain link Fence Assembly a. Framework: ASTM A120 (40 weight) or ASTM 1043, group Ito (40 weight) Pipe, hot -dip galvanized to 1.00 oz/sq. minimum. Page 166 of 985 are not acceptable to the City, the City reserves the right to procure these additional services from other source(s). F, Swing Gate Post: Gate Leaf Width Post Outside Diameter To 6 feet inclusive 2.875" (Y" 5.79 lbs/ft Over 6 to 13 feet 4.000" (4"}9.14 lbs/ft Over 13 to 18 feet 6.625' (6 6/8-)-18.97 lbs/ft Over 18 feet 8.625" (8 518")-28.55 ibeA G. Brace Rail 1 _ 1.66" (15/8") outside diameter x 2.27 Ibstit, 2. Swing, Roll and Cantilever Gate Frames: Gates up to a 6' wide single leaf, shall be 1.66" (1 518") outside diameter x 2.27 lbslft hot dipped galvanized (Ovdight) pipes for interior and exterior of frame. For gates 6' — 12' wide single leaf, pipe shall be 1.90" (2") outside diameter x 2,72lbslft hot dipped galvanized (40 weight) pipes for interior and exterior of frame. 3. All Roll and Cantilever gates shall have nylon rollers 4" D.D. x 2 'A" O.D. wfth safety covers. All gate posts shall be minimum 4" O.D. (4-01030f) hot dipped galvanized. H. Wire Pasture Fence 4" X 6" hot dipped galvanized field farm fence 48" tall with 4 strands of 12.5 -gauge 4 barbed wire spaced evenly and overlaid on the fence. The top wire shall finish at 5' above finished grade. All brace post and end post shall be 8' x 3" to 5" diameter pressure treated round Southern Pine posts embedded 3' Into undisturbed ground. All line post shall be 7' hot dipped galvanized (40 weight) T -posts Imbedded 2' into undisturbed ground and shall not exceed 10' o.c. with silver top. All comer and mid-pole brace shall have 2 (two) consecutive H•braces and shall not exceed 310' o.c. from all end, comer, pull, terminal post of the inline fence run, all cross members shall be 6'60 x Y-5" pressure treated Southern Pine round posts. Brace wire shall be 12.5 gauge wrapped twice from the top of the first post to the bottom of the second post and from the top of the second post back to the bottom of the first post. L Wooden Fence Wooden fences shall be made in the shadowbox style with pressure treated pine wood and be six -feet high. Any wooden gates shall be made of the same matching material. Hinges and opening availability will be determined by the City. J. Execution 1 Install terminal posts, line posts, and horizontal rails with brace bands, rail ends, rail sleeves, line post loop caps, tension bands, tension bars, chain link fabric and gates, to provide a rigid structure for all fencing. Use manufacturer's standard hot dipped galvanized fittings, fasteners and hardware 2. Space line pests uniformly, and 10' foot maximum on center of post. 3. Set all posts in concrete footings, installed per Flbrida Building :Code, lastest 5 Page 167 of 985 • Contractor(s) shall provide all supervision. labor, tools, and materials to complete all services as required per bid specifications. • Contractor(s) will be responsible for ensuring that all employees are in compliance, at all times, with Termsr Conditions, and Specifications outlined in these bid specifications. ■ Contractor(s) shall provide and ensure the wearing of protective clothing, masks, ear and eye protection, etc., as required by Laws, Regulations, Ordinances, and/or manufacturer's instructions for materials and equipment. The Contractor's personnel shall be in company uniform at all times while workingon C' • Contractor(s) is responsible to educate and providall safety training and personal protection equipment for all of their personnel including following O.S.H.A Regulations. • Contractor(s) will be responsible for obtaining all necessary permits, licenses, and/or registration cards, 1-9 Forms (Department of Homeland Security's Employment Eligibility Verification) in compliance with all applicable federal, state, and local statues pertaining to services as specified Points of Clarification: 9. The awardee will only need to obtain General liability Insurance. 2. Please use the new excel sheet attached to submit your bid. There are TWO tabs one labeled 'Fence" and one labeled "Gates': Please fill in every unit price (The extended price should calculate automatically when you input your unit pricing). Thank you, Eric Marmer Eric Marmer, MPA Senior Buyer cc: Finance/Procurement 7 Page 168 of 985 Or BID OPENING AE,: October 28,20 BID OPENING TIME: 2:30 P. M. (LOCAL., Ti E) PURCHASING SEFRVIOES, Page 169 of 985 GENERAL CONDITIONS FOR BIDDERS ILIARITY WITH WS: The bidder Is presumed to have full knowledge of and be In compliance with all Federal, State, and Local laws, ordinances, rules, and regulations that In any manner affect the equipment and the services provided to the City. ignorance on lire part of the bidder will in no way relieve bidder of responsibility to adhere to such regulations. ME) FOM�S: The bidder will submit a bid on the bid forms provided. All bid prices, amounts and descriptive information must be legibly entered. The bidder must state the prise and the lime of delivery for which they propose to deliver the equipment or service requested. The bidder IS required to be licensed to do business as an Individual, partnership or corporation In the State of Florida. Place all required bid forms In a sealed envelope that has the company's name and address, proposal Otte, number, proposal date and time on the outside of the sealed envelope. Proposals not submitted on appropriate proposal forms may be rejected. All proposals are subject to the conditions specified herein. Proposals which do not comply with these conditlons are subject to rejection. ONDIN • When required by the specifications herein, the successful Bidder shall furnish Performance and Payment Bonds, and/or Warranty Bonn, as stated on in the Bid documents on the City's forms withln ten (10) calendar days after notification of contract award. iFallure to famish the required bonds within the time specified may be cause for rejection of the Bid and any Bid deposit may be retained by the City as liquidated damages and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to the Bidder's fallure to furnish said bonds. EXECUTION OF ID: Proposal must contain an original signature of an authorized representative in the space provided on all affidavits and proposal sheets. NO BID: If not submitting a proposal, respond by returning one copy of the "STATEMENT OF NO BID" and explain the reason by indicating one of the reasons listed or in the space provided. Repeated failure to quote without sufiident justification shall be cause for removal of the vendor's name from the mailing list. NOTE: To qualify as a respondent, bidder must submit a "NO BID" and it must be received no latter than the stated bid receiving date and hour. BID LINE: It is tate bidder's responsibility to assure that the bid is delivered at the proper time and place prior to the bid deadline. The City of Boynton Beach is W responsible for the U.S. Mail or private couriers in regards to mail being delivered by a specified time so that a proposal can be considered. Bids which for any reason are delivered by the deadline will not be considered. If no award has been made„ the City reserves the right to consider bids that have been determined by the City to be received late due to mishandling by the City after receipt of the bid. Offers by telegram or telephone are not acceptable, MINOR IRREGULARITIES/RIGHT TO REJECT: Bidders are expected to examine the specifications, delivery schedules, bid prices and extensions and all Instructions pertaining to supplies and services. Failure to do so will be at the bidder's risk. The City of Baynton Beach reserves the right to waive irregularities or informalities In Bids or to reject all Bids or any part of any Bid deemed necessary for the bast interest of the City. The City may reject any response not submitted in the manner specified by the solicitation documents. 4 Page 170 of 985 equipment are not immediately placed in service, the bidder will provide a delay of warranty Wart -up time. The period of warranty delay will be coordinated by procurement Services. PROS, TERMS AND PAYMENT.- Firm prices shall be quoted, typed or pruned in ir*, and Include all packing, handling, shipping charges and delivery to the destination shown herein. Bidder is requested to offer a cash discount for prompt Invoice payment. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct Invoice at the offlce specMed, whichever is later. Upon delivery, the City shall make final Inspection. If this inspection shows that the equipmenUservioe hes been delivered/performed in a satisfactory manner in accordance with the specifications, the City shall receive the same. Final payment due the bidder shall be withheld until visual inspection Is made by the Contract Administrator or hislher representative and merits of performance evaluated. This total acceptance will be done In a reasonable and timely manner. Acceptance shall not exceed thirty (30) days. If any equipmentlservice has to be rejected for any reason, the bidder shall be required to pick up the equipment, accomplish the necessary repairs and return the equipment to the City. Warranty repairs may be n000mplished on City property if space is available, this will be at the dlscxeiion of the City. Title to or risk loss or damage to all items shall be the responsibility of the bidder, unless such loss or damages have been proven to be the result of negligence by the City. The Finance Department processes payments either through E -Payables or paper checks every two (2) weeks and all checks are mailed; no exceptions. Timely submission of a properly certified invoice(s) in strict accordance with the price(s) and delivery elements as stipulated in the Contract document should be submitted to: City of Boynftn Beach Attn: Gall Moo&, Project SupervilearlContract Administrator 222 NE 9'" Avenue Boynton Beach, Florida 33435 A. TAXES: Do not include State or Federal taxes. Not applicable to munidpalities. B. MISTAKES: Bidders are expected to examine the speaiications, delivery schedule, bid prices, extensions and all instructions pertaining to supplies and services. Failure to do so will be at bidder's risk. C. DISCOUNTS: Will be considered in determining the lowest net cost. D. CONDITION AND PACKAGING: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall Include standard commercial packaging. E. SAFETY STANDARDS: Unless otherwise stipulated In the bid, all manufactured Items and fabricated assemblies shall carry U.L. approval and reexamination listing where such has been established. TIME O DELIVERY.- The bidder shall state In the bid the time of delivery of the equipment. ME OF l] Time is of"ImpoHance to the City and the bidder is hereby notified that the date of delivery will be considered as a factor in the evaluation of the bids N Page 171 of 985 made In error then, the City shall have the right to terminate the contract and seek dvA remedies pursuant to Section 287.138, Florida Statutes, as amended from time to time. Solicitation Msponses must include the attadied Scrutinized Companies form to certify that the Proposer Is not on either of those lists. Remainder of Page Purposely Left Blank 12 Page 172 of 985 for the applicable fence height. All posts shall be secured in concrete. 8.nllmit da tver )9MNICand related hardware (Including but riot tf A�,fl ate o gate, frame pieces, hardware material, all posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured in concrete. S. Non -Fencing but related work: Any electrical grounding, if required, will be done by others. C. Materials I . Chain Link Fence Assembly a. Framework: ASTM A120 Schedule 40 Pipe, hot -dip galvanized to 1.80 oz/sq. minimum. b. Chain Link Fabric: Galvanized or Vinyl coated 2. All parts shall be coated after fabrication using zinc, averaging no less than 1.2 oz. of zinc per square foot of surface. Fabric to be hot dipped galvanized. steel 9 -gauge 0.D. knuckle and knuckle with 2" diamond mesh. 3. Vinyl Coated: Same as galvanized except this fencing shall be 8 -gauge O.D. galvanized core with vinyl coating that makes fencing equivalent to "auge O.D. All posts and related hardware for this application shall be vinyl coated. 4. Hog Rings for securing chain link fabric: 9 -gauge aluminum alloy wire. Tennis Court Fencing (alt 10 and 92 feet height fences): Vinyl Coated galvanized 1314" diamond mesh D. Components 1. Line Posts: 2.375 (2 Y,) Inch outside diameter x 3.65 lbs/ft. 2. Top Rail. 1.65 (1-518") O.D. hot dipped galvanized schedule 40 pipe 2.27 lbs/ft. 3. Bottom Tension Wire a. Bare wire shall be 7 -gauge O.D. hot dipped galvanized coil spring wire. b. Vinyl wire shall be 9 -gauge O.D. galvanized core with vinyl gating that makes wire equivalent to 6 -gauge O.D. 4. Concrete mix: ASTM C94 Portland cement, 2500 psi at 28 days, 2 Inch — 3 inch slump. E. Additional Components 1. Corner and Terminal Posts: 2.875 (31 inch outside diameter x 5.79 Ibslft, 2. Bottom Rail, and Horizontal Braces: 1.66 (1-518•) O.D. hot dipped galvanized schedule 40 pipe 2.27 lbs/ft. 3. Gates a. Welded frames of same material as fence framework all welds thoroughly cleaned and coated with a suitable rust preventive paint. Gate frames to have Interior horizontal and/or vertical bracing wherever the height or width of the gate frame exceeds 5 feet, and additional diagonal bracing for gate frames over 12 feet wide. Gate frames shall be filled with chain ink fabric to match the fabric used in the fence, b. Hinges, latches and all other moving parts of gates shalt be cerKed by the manufacturer to be malleable cast Iron, with all components hot -dip 16 Page 173 of 985 Homeewncrs Revocable Permit Builder's Rink S 300,000.00 Limits based on Project Cart Other- As Riskldeatified to be determined 20 Page 174 of 985 Attachment , /h City of Boynton Beach Risk 11Mareapement Department INSURANCE APVI FORM —SORY Under the teams and conditions of all conMwb, leases, and agreements, the City tegWm a nate covers -the Boyntnh Beach as Additional Insured. This is done �°'P 1y of by Certificate ptaviditlg a of Insurance listing Halder" and "Ther �Y of Boynton Beach is Additional It mrd as t to coverages dEcCity the City as "Certificate a insurance covers Bis must have a current noted." Insurance companies Providing rating by A.M. Best Co. of -B+- or higher. (NOTE: An itrrruruuce may -proof °finaa+runce Cer,�fica,e ft prowded upon seleceon of vmdor) The following WVMe carpet, or hinder is a list of types of required Of dors, lessees, etc., and the limits requited by the City (NOTE: This lkt is ami 49irctarive, and thead ly right to require ad"oua! r'lak.rawes MM of lnaurance, or to rause or forcer the stated limits, based upon TYPE (Oce Based Only) General Liability Commercial [deml Liability 1,0,000.00 Ownes & canhaacep Protective (OCP) qP lnjwy S1,000,000.40 $ 1,000,00.40 Lability Pro%NicnalLiability Each Occuireuge$1,000,400.00 Employees a a Fire haulage (any one fire) Med Expense (any one person) $ 50 000.00 $ 5,000.00 Pollution Liability a ility Asbestos Abatement Lead Abateumt Broad Form Vendors Prerrises Op=tions Underground HVIosion & Collapse Products Completed Operations COMIMetnal Independent Conuaetors Broad Form Property Damage Fire Legal Liability m Automobile Liability ility Combined Single LimitAny. 3M.000.00 All owned Antns Scheduled Autos Bodily Injury (per Pmun) Bodily kdury (Per accident) to be determined to be detamained liffad Auta9 property Damage to be determined Mon -Owned Autos Trailer Interchange S 50.000.00 Pip Basic Itmtermadal E}>sageLiability Any Auto Arno Only. Each Accident $1.000.000.00 Garage keepers Liability Other Tban Auto Only Each Accident $ 100,000.00 $ 11004,000.00 Aggregate $1,400,000.00 Excess Liability Umbrella Fwm Each Occurrence to be determined Aggregate to be detwoked workees Compensation Employees Liability F.ardt AccidentSwItory Limits $ 100,000.00 Disease, Policy Limit $ 500 000.00 ' mm. Disease P.aoh 1 ec Q!' S !00,000.00 Property Homeewncrs Revocable Permit Builder's Rink S 300,000.00 Limits based on Project Cart Other- As Riskldeatified to be determined 20 Page 174 of 985 WORK HISTORY Provide contracts for fencing projects, that your firm has completed In the past five (5) years showing a minimum of $135,DD0 per year. CALENDAR YEAR 2016 GENERAI 'DESCRIPTION V LUE VAOF I....DATE OF WORK PERFORMED WORK COMPLETED AS PRIME PERFORMED CONTRACTOR ADDRESS OF PROJECT OWNER ? 75 ivW 17 1740 C;,*,,r; ' S i*r- Al) G . 141 ss 10 9 __ 'HONE NUMBER OF PROJECT OWNER sx, 33y3s ILL. S41. -M-S51 a ask�4�f 7�8g � 9.1 Page 175 of 985 ANTI -KICKBACK AFFIDAVrr STATE OF FLORIDA .SS COUNTY OF PALM BEACH ) 1, the undersigned hereby duty sworn, depose and say that no portion of the sum herein bid will be Paid W 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 offloer of the corporation. Sworn and subscribed before me this day of 616ax/ 20 N, State of Florida a Large PGWWW Johr4m 22NO 'OFFICIAL NOTARY SEAV STAMP [ � Printed Information. THIS PAGE 70 BE SUMMO FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE . .................. .................... 28 Page 176 of 985 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION OW��the w of (Name of officer of company) (Title of oy"r ofpompany) o, � -S 56 u.4 (Name,.,.w},,,...._ ._ , Eocated at r 33�taO of Corporation' ompany) ( mess 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 oerfffy the foilowing to be true and correct: a PA NAME OF BUSINESS: ... 1. is the business located within the of Boynton Beach, Florida? Does the business have a bus receipt issued in the current year? 3. Is the business registered Division of Corporations? nits ES NO Number of Years. �S tax fE NQ Business License Number: �-000a7 gig ....... f Ida YEA NO L1s ooa isi4 aAuk I understand that misrepresentation of any fads 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: � + �D� .. Signature: Business License Verified by: '**FOR PURCHASING USE ONLY - ❑ Year Established: ❑ THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Active: 32 Page 177 of 985 BID TITLE: BID NUMBER: 0 Pre -Bid Meeting Confirmation NEW FENCING, REPAIRS, AND GATE OPERATORS ODI-2511-20/EM DATE: . .... .. .... . .... ------ ___ as an authorized representative of. (Print Name and Title of Representative) ........ . .. . ......... . 11""", ............ (hereinafter called the bidder) located at (Print Name of Company) is—id . . . . . . . ........... . . . confirms that Company Address Bidder has visited the site of the work and has carefully examined the plans and specifications far such project and checked them In detail before submftft his bid or proposal. SIGNATURE 6 COMPANY REPRESENTATIVE NAMED ABOVE cnys REPRESENTATIVE SIGNATUREFOR MANDATORY ONLY DATE OF MEETING Page 178 of 985 The City of Boynton Beach .v ,,. Rhance/Pr&vrenwnt SerWm 33M Quantum Ad, Suite 101 B%wtmSeach Rwdo 33426 (MI) 1 742-631D FAX, (5511742-6316 o, ADDENDUM No. 7 DATE: OCTOBER 17, x019 BID TITLE: NEW FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511 201EM 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 govem. Words In "efteugh type are deletions from existing text. Words in�yl in.grgy type are additions to existing text. The bid opening date remains as October 28, 2019 at 2:30 PM. The due date for questions has been moved to ctober 21 2619 al �:0$ PM. 2. Attachment (B & C) - The Electronic Bid Sheet has been updated per this Addendum. Use the new bid sheet to submit your bid it has been uploaded as a separate attachment to this document. The excel sheet is labeled "Addendum No.1 Attschm*M (B & C) - ERM Bid Sheet". The price sheets are provided In Microsoft Excel (.xis) format, These electronic price sheets must be submitted with your bid response In order for your bid to be considered responsive. 3. 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: LE-PRY4TAk GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101, BOYNTON BEACH, FL 33426 561-742.6061 PYLEJ@BBFL.US Page 179 of 985 Scope of work The City of Boynton Beach Is seeking bids from qualified bidders to provide fence installation and repair for the city's various departments, In accordance with the terms, conditions, and specifications contained In this bid. Work requests May range from large projects with new Installations and repairs to small quantity fence repairs_(I.E. Damage from vehicle accidents, wear and tear, demolition).41'I w_or grime tT #._aur rqe ie: The contractor shall furnish and install all labor, materials and services as required per the plans and or specifications per project. A. Fencing work includes but Is not limited to: 1. All posts, post caps and post bases, top raiis, bottom ralls, tension wire, bar, band, fence ties, and bracing. 2. Fence fabric or wine, securing and tensioning devices and accessories 3. .Manual % iggF CHAT iwF(j and related hardware (Including but not limited to pipe frame pieces and including In -fill chain link mesh and hardware material, all posts, hinges, locking device, and hardware WL Gate and Latch Post are to be sized properly for the applicable fence height. Ali posts shall be secured in concrete. 4. limited t Ftpipe pe H�11N LINKS Gate and related hardware (including but not frame pieces and Including in -fill chain link mesh and hardware material, all posts, tracks, wheals, locking dev€ce, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height All posts shall be secured in concrete. 5. Manujl Cantilever [CHAIN LIJIM Gam and related hardware (Including but not limited to pipe fame pieces and Including in -fill chain link mesh and hardware material, all posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured in concrete. 6. anual1 I , MECH NIC4).Gate and related hardware (Including but not limited to gate, frame pieces, hardware material, all posts, hinges, locking device, and hardware kit. Gate and Latch Post are to be sized property for the applicable fence freight. Al posts shall be secured In concrete. 7. Manual Rollins (MECHANICAL) Gate and related hardware (Including but not limited to gate, frame pieces, hardware material, all posts, tracks, wheels, locking device, and hardware kit. Gate and Latch Post are to be sized property for the applicable fence height. All posts shall be secured in concrete. 8. Manual Cantilever MECHANICAL) Gate and related hardware (Including but not limited to gate, frame pieces, hardware material, all posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height All posts shall be secured in concrete. B. Non -Fencing but related work: Any electrical grounding, if required, will be done by others. C. Mals 1. Chain Link Fence Assembly Page 180 of 985 d. The City may require additional services under Section 4.0 Bid Form "Additional Items," and "Fence and Gate Repalra " The contractor shall provide the City with a price for these additional services. If the price(s) offered are not acceptable to the City, the City reserves the right to procure these additional services from other source(s). F. bring Gate Post: Gate Leaf Width Post Outside Diameter To 6 feet Inclusive 2.875" (3')-5.79 lbstft Over 6 to 13 feet 4.000" (4°)-9.11 Ibstft Over 13 to IS feet 6.625" (6 518")-18.97 ibam Over 18 feet 8.625" (S 518")-28.55 IbsM G. Brace Rail 1. 1.66" (1 518°) outside diameter x 2.27 IbsML 2. Swing, Roll and Cantilever Gate Frames: Gates up to a 6' wide single leaf, shall be 1.66" (1 5187 outside diameter x 2.27 lbs/ft hot dipped gaivanized [4-0 1d pipes for interior and exterior of frame. For gates 6' -- 12' wide single leaf, pipe shall be 1.90" (2') outside diameter x 2.721" hot dipped galvanized (40 weight) pipes for interior and exterior of fame. 3. All Roll and Cantilever gates shall have nylon rollers 4" O.D. x 2 W O.D. with safety covers. All gate posts shall be minimum 4" Q.D. k w�kkf hot dipped galvanized. H. Wire Pasture Fence 4" X 62 hot dipped galvanized field farm fence 4W tall with 4 strands of 12.5 -gauge 4 barbed wire spaced evenly and overlaid on the fence. The top wire shall finish at 5' above finished grade. All brace post and end post shall be B' x 3' to r diameter pressure treated round Southern Pine posts embedded 3' into undisturbed ground. All line post shall be 7' hot dipped galvanized [40 +nri - T -posts imbedded 2' into undisturbed ground and shall not exceed 10' as with silver top. AN comer and mid -pale brace shall have 2 (two) consecutive H-braoss and shall not exceed 310' o.c. from all and, comer, pull, terminal post of the inline fence run, all crass members shall be 6' Ir x 3"-S' pressure treated Southern Pine round posts. Brace wire shall be 12.5 gauge wrapped twice from the top of the first post to the bottom of the second post and from the top of the second post back to the bottom of the first post. 1. Wooden Fence Wooden fences shall be made In the shadowbox style with pressure treated pine wood and be six feet high. Any wooden gates shall be made of the same matching material. Hinges and opening availability will be determined by the City. J. Execution I. Install terminal posts, line posts, and horizontal rails with brace bands, nail ends, rail sleeves, line post loop caps, tension bands, tension bars, chain link fabric and gates, to provide a rigid structure for all fencing. Use manufacturer's P, Page 181 of 985 Contractor Responsibility ■ Contractor(s) shall provide all supervision, labor, tools, and materials to complete all services as required per bld specifications. ■ Contra c tors) will be responsible for ensuring that all employees are In compliance, at all times, with Terms, Conditions, and Specifications outlined in these bid spectloations. ■ Conlrector(s) shall provide and ensure the wearing of protective clothing, masks, ear and eye protection, etc., as required by Lavas, Regulations, Ordinances, and/or manufac tuurees Instructions for materials and equipment. The Contractor's personnel shall be in company uniform at all times while working on City property. • Contractor(s) is responsible to educate and provide all safety training and personal protection equipment for all of their personnel including following O.S.H.A Regulations. ■ Contractor(s) will be responsible for obtaining all necessary permits, licenses, and/or registration cards, 1-9 Forms (Department of Homeland Security�s Employment Eligibility Verification) In compliance with all applicable federal, state, and local statues pertaining to services as specified. Points of Clarlfrcation: I. The award" wi11 only need to obtain General LiabRity Insurance, 2. Please use the new excel sheet attached to submit your bid. There are TWO tabs one labeled "Fence" and one labeled `Gates" Please f l in every unit price (The extended phce should calculate automatically when you input your unit pndng). Thank you, L/'yo Afa1',q'w Eric Marmer, MPA Senior Buyer co: Finance/Procurement 7 Page 182 of 985 o�IG1N�L- BIDDER ACKNOWLEDGEMENT Submit Bids to: PURCHASING SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, FL 33426 Telephone: (581) 742-6310 Bid Tide: "NEW FENCING, REPAIRS, AND GATE OPERATORS" Bid Number; 001-2511-20[EM Bid Due: October 28.2019. NO LATER TKAN 2:30 P.M. (LOCAL TIME) Bids will be opened lin Purchasing Services unless specified otherwise 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 Bidder: TROPIC FENCE INC Federal I.D. Number: 59-2642924 A Corporation of the State oh FLORIDA Area Code: 954 Telephone Number: 978-I250 Area Code: FAX Number: Mailing Address' 1864 NW 21 STREET CitylState/Zip: POMPANO BEACH, M 33069 Vendor Mailing Date: 10/28/19 E -Mail Address: TROFICFENCE@BELLSOUTH.NzT Authorized Signature -;orf-�-- arr�e Typedm nm„S NESPOLI THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 21 Page 183 of 985 WORK HISTORY Provide contracts for fencing projects that your firm has completed In the past five (5) years showing a minimum of $135,000 per year. CALENDAR YEAR 2015 GENT=RAf ..... ......._ .. DESCRIPTION VALUE OF ......,,.,.... _ -BE. DATE NAME AND PHONE NUMBER -0 F OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME CONTRACTOR PERFORMED PROJECT MULTIPLE PROJECTS FOR 191 5.24 THROUGH Cr1'YoFFORTLAuDF;"gx DAVRS?drs ALL TYPE OF FENCE & 100 K ADNPXWWAV8 OUT THE YEAR 954 257.9375 FORT LAUDERDALE E+1. GATES (TERM CONTRACT) 33301 FENCE AND GATES AT 8g,syg,00 5!12115 CITY OF FORT 1AUD; 1 ALE DAVE SMrM STRANAHAN PARK 109 N ADNREW AVE 954 257.9375 OUTSIDE OF TERM C.'ONITRACr FORT IAUDERDALE V.0 33301 VARIOUS TYPE OF FENCE AND 71,343,94 5115115 SOLID WASTE AUTHONMV VARIOUS GATE REPAIRS TERM CONTRACT 7501 NORTH JOG ROAD WEEP PALM BEACH FI; 5616443400 r, 33412 NXCL AND GATES WEST LINE 47,34LO0 2138115 LAKE WORK DRADYAGI DISTRICT jOE SpEn A 13481 MILITARY TRAIL 561819393 DCLMV BEACH FL 224 I GATESATTHEPORSCHE � Y3v 9125115 €CHA8IPIONMOTOR$ 6��; w DEALERSHIP 500 W. COPAN ROAD 1 POMPANO REACH, F1.11 4A 954 6144Kf FENCBANDGATEREPAIR 17,277.04 3119/15 WPLG DARRSNALLiN>i 3491 HALLENBALE MAIN 95334-2540 BLVD PEMR0KE PINES FI, 330 1 FENCE AND GATES AT THB IW6.79 .... 11117/15 I POMPANO BEACH CRA JUAN AYALA COMMUNITY CENTER GARDEN 100 W. ATLANTIC BLVD 954 786405 POMPANO BEACH FL 3 M .. _ ........... Total Amount for this .m.. Calendar Year must Ise greater than $135,00/1 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 23 Page 184 of 985 Provide contracts for fencing projects that your firm has completed in the past five (5) years showing a minimum of $135,000 per year. CARI)MLHEALTH OPERATOR CALENDAR YEAR 2017 �vGENERAL DESCRIPTION VALUE OF DATE NAME AND , PHONE NUMSER 0""F,- FOF OFWORK PERFORMED WORK COMPLETED ADDRESS OF T PROJECT OWNER AS PRIME CONTRACTOR PERFORMED POMPANO BEACH FL PROJECT 33061 ..... ... ,m, Total Arnollnt for this OWNER Calendar Year must be 1nUUTIPLE PRMCTSFOR I7S,586 00 THROUGH CITY OF FORT LAUDER UX DAVF SMrf'H ALLTYPE OF FENCE & OUT TIM YEAR 100 N. AONREW AVE +JM 257 -9375 GATES (rN" CONTRACT) FORT LAUDERDALS FL' 33301 NiF TrP= PROJECI S FOR 580,872.80 ,. ....... :..... „:„. THROUGIT SCHOOL BOARD OF ' THOMAS DRAGNER ALL TYPE OF FENCE & OUT THE YEAR BROWARD COUNTY 754321-4301 GATES (ITRR4 CONTRACT) 3810 NW 10 AVE PORT LAUDERDALE FL 33309 PVC FBIvCE AND GATSS 57,399.83 '017 STRATHMRE E10A .... , .... .... CARRIE 230 STRATHMORE GATE DR 5417932881 ROYALPALMBEACH Fi, ................ _ FENCE AND GATES 37.1. 051+ 13017 FENCE AND GATES 132,787.30 01/11!3017 PARK & RECREATION CON[ VI ' CENTER 'D ESTA773 303 410.75M BW 117 ST XY FL33178 4199 NW 10TH STREET 9M 972•bgS4 MARGATE, FL33M ROLLING GATE AND GATE j IR Mz z9 031VM17 CARI)MLHEALTH OPERATOR 3105 KERMAN PARKW,, W LSrON, FL 33331 UPDATE DOG PARK GATES . ...,,,,, .. ... .„...., 17,723.09 08101h1a17 ,... -. �.....,, CITY OF POMPANO BEA PO BOX 1300 POMPANO BEACH FL 33061 ..... ... ,m, Total Arnollnt for this .......... ... Calendar Year must be greater then $136,000 $ rv......... WORK HISTORY THIS PAGE TO 13E SUBMTTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE JUDY HOPKINS 954 349-9988 VU III ANTHONY ALHA.SH19MI 9M 7860419 25 Page 185 of 985 State of - FLIORmA County of ..Bxownsn ST19YENESMU being first duly sworn, deposes and says flhat 1) He isy[C$ PR18S0ml Of TROPIC PENCE INC (life) (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 colluslon, 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) _y. Subscribed and mom to before me (7 -file) STM 1VMO13 VICE smENT This day of, 20 , My commission expiresomPlodryarb�NcatFlori4i ��,� f�� cometlh�On�GG611� •..- • AVC"MDivesF66 f5, W 1 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 27 Page 186 of 985 CONFIRMATION OF MINORITY OWNED BUSINESS A requested form to be trade a part of our files for future use and information. Please fel out and indicate In the appropriate spaces provided which category beat descrlles 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? �xx Yes No. If Yes, please Indicate by an "X" In the appropriate box. ( ) AMERICAN INDIAN { ) ASIAN ( ) BLACK (} HISPANIC ( x) WOMEN { ) OTHER (specify) ( } NOT APPLICABLE Do you possess a Certification qualifying your business as a Minority Owned Business? YES xx NO If YES, Name the Organization from which this certification was obtained and date: STATE OF FLOMDA issuing Organization far Certification Wiumis Date of Certification THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 24 Page 187 of 985 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. TROPIC MCE MC _ CONTRACTOR NAME vSNESPOM m` Title. vic$rxesmsnrr THIS PAGE TO BE SUBMITTED FOR 810 PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 24 Page 188 of 985 0 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287,135 I, REW rresroraon behalf of rRoc Svc$„nfc ^„ certify Print Name and Title Company Name that TROPIC PEACH MC 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 followng receipt of the novae 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 ft City small 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 to 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 identffied 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 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 33 Page 189 of 985 NEW FENCING, REPAIRS, AND GATE OPERATORS BID No. 001-2511.20)EM SCHWULE OF SUB -CONTRACTORS The Utfsndgned 8k1. pmposss the tofowptg mor suboontrectors for the UNJor areas of work for the Project The 9l w b rur0w nolided that all VA- omrb'aaors shall be pwWly Ilemmd, bondattle and shati be required to furnleh the Cly with a Cer0cate of lnsuranoe In accordance with the =*Ad gomral condlow s. 7hls papa may be reproduced for lift addRimaal sub-c�, if requked. ,� __ . ® _. ® J�{p� �,ror1 a4ziras6 of Sub- E Scope of WorkI NONR r<tCMC FirIGB WIILDO ALL TAE WD �f t _ _ �., .... . ... ....... . .. .. ...... . . ......... . . . .. . ............ ...................................... . . . . . . ..... .. ... r TltleXOMPanY. VX PtresmsnTUOVI srMEWC Owner reserm the right to reject any sub -vatractor who hes previously failed In the proper performance ref an anard, or felled to deliver on tlme contracts in a shnbr nature. orwho Is not responsible (financial capability, tack of oescurcmes, etc.) to perform trader M award. Ownerreaervea Me dght tO inspect an fecMes or any sulrcatmattor In wdarto malas a determ nation as to the fofegoh a. THIS PACE TO BE SUBMWED FOit WD PACKAGE TO At COKSIDERE D OMPLETE AND ACCEPTABLE 33 Page 190 of 985 If you are not bidding this servicWcommodity, please complete and return this form to., PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, FL 33428 ' Failure to respond may result In deletion of vendor's name from the qualified bidder's list for the M of Boynton Beach. COMPANY NAME: ADDRESS: bi TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No., 001-2511-20[EM to "NEW FENCING, REPAIRS, AND GATE OPERATORS" because of the following reasons: Specificallions too Otighf, 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: Page 191 of 985 Once opened, the We w III be tabulated and evaluated by the City before recommendation andlor notice of intent to award. The City, in ifs sole discretion, reserves the right to accept or reject any or all bids for any reason whatsoever. The City further reserves the right towatve Irregularities and technicaliti as and/or to request resubmission. There Is no obligation on the part of the City to award the bid to the lowest bidder, or any bidder. The City reserves the right to make the award to a responsible bidder submitting a responsive bid most advantageous and in the best interest of the City. The City shall be the sole judge of the bids and the City's dedslon shall be final. 11 -is The eentmelep who has the highest numbef of low Rems s rnille�i-e�eet-...8 highest Awn ber- e4 low items submiNed an 11he bid ehee! . " " it is the Intent of the City to award to three (3) contractors as a P rimary, Secondary, and Third. The contractor who has the lowest total EXTENDED PRICE for "Attachment 9" and 'Attachment C" combined will be awarded the Primary Contractor. The contractor who has the second lowest total EXTENDED PRICE for "Attachment B" and "Att&chmept C" combined wM be awarded the Secondary. The contractor who hex the third lowed total EXTENDED PRICE for "Attachment B' and "Attachment C" combined will be Jiwarded the Third. Ng*. YOU MUST Fltj.. Its! EVERY LINE ITEM OR YQIJR BID WILL IgE DEEMED NON-11JESPONSIVE. 5_ The SCOPE OF WORK AND TECHNICAL REQUIREMENTS below replaces pages 95 through 99 of the original bid document The grey highlighted areas are the material changes to the original Scope of Work and technical Requirements. General The following instructions are given for the purpose of guiding bidders In property preparing their Vds or proposals. These directions have equal force and weight with the specifications and strict compliance is required with all the provisions herein contained. If and whenever in the specifications a brand name, make. name of any manufacturer, trade name or vendor catalog number Is meMfonQd, It Is for the purpose of establishing a grade or quality of material only. Since the City does not wish to rule out other competition and equal brands or makes, the phrase OR E QUAL Is added. However, if a product other than that specified is proposed, It is the vendor's responsibility to name such a product within his proposal and to prove to the City that said product is equal to that specif led and to subm it brochures, samples, product approvals, and/or specifications in detail on the Itam(s) submitted. The City shall be the sole judge concerning the merits of the proposal sut mMod. ALL WORK WITHIN VHIS $1D SHALL BE INSTALLED PER THE FLORIDA BUILDING CODE, J_ATEST EDITION Scope of Work Page 192 of 985 b. Chain Link Fabric: 1. All Galvanized wire shag be 9 -gauge O.D. hot dipped galvanized. 2. All Vinyl coated wire shall be 9-gauge-O.D. galvanized core with vinyl coating that makes wire equivalent to 6 -gauge Q.D. 1. All parts shall be coated after fabrication using zinc, averaging no less than 1.2 oz. of zinc per square foot of surface. Fabric to be hot dipped galvanized steel 9 -gauge O.D. knuckle and knuckle with 2" diamond mesh. 2. Vinyl Coated: Same as galvanized except this fencing shall be 9 -gauge 0 D. galvanized core with vinyl coating that makes fencing equivalent to 6 -gauge O.D. All posts and related hardware for this application shall be vinyl coated. 3. Hog Rings for securing chain link fabric: 9 -gauge aluminum alloy wire. 4. Tennis Court Fencing (ali 10 and 12 feet height fences): Vinyl Coated galvanized 1 3f4" diamond mesh. 5. For pricing purposes all MechanicaltOmamental fence shall be welded balvanized steel with 1" pickets, powder coated. D. Components 1. Line Posts: 2.375 (2 W) Inch outside diameter x 3.66 lbslft. Top Rail: 1 66 (1-5/810. D. hot dipped galvanized (40 weight) pipe 2.27lbsHt. 3. Bottom Tension Wire (Installed per Florida 801(ins Code, Latest Bdlti on) a. Bare wire shall be 7 -gauge O.D. hot dipped galvanized coil spring wire. b. Vinyl wire shall be 9 -gauge O.D. galvanized core with vinyl coating that makes wire equivalent to 6 -gauge O.D. 4. Concrete mix: ASTM C94 Portland cement, 2500 psi at 28 days, 2 inch — 3 inch slump. E. Additional Components 1. Comer and Terminal Posts: 2.875 (30) inch outside diameter x 5.79 Ibsfft. 2. Bottom Rail, and Horizontal Braces: 1.66 (1-518" j O.D. hot dipped galvanized (40 weight) pipe 2.27 lbs/ft. 3. Gates a. Welded frames of same material as fence framework all welds thoroughly cleaned and mated with a suitable rust preventive paint. Gate frames to have interior horizontal andfor vertical bracing whenever the height or width of the gate frame exceeds 5 feet, and additional diagonal bracing for gate frames over 12 feel wide. Gate frames shall be filled with chain link fabric to match the fabric used in the fence. b. Hinges, latches and all other moving parts of gates shall be certified by the manufacturer to be malleable cast Iron. with all components hot -dip galvanized. Hinges to be a ball-and-socket design with oftet arms to permit a full 180 deg. swing from the closed to the open position. Single gate latches to be so designed as to permit the gate to swing in only one direction. All latches to have provision for positive locking with a padlock; wraparound chains are not permitted for this purpose. Padlocks and keys supplied by others. a Contractor will supply and install holdbacks for each wing of the swing gate. d. The City may require additional services under Section 4.0 Bid Form "Additional Items," and "Fence and Gate Repairs.° The contractor shall provide the City with a price for these additional services. If the prices) offered 4 Page 193 of 985 Edition. 4. Set all posts plumb, and true to line and grade. Where grade changes gradually from post to post, grade the posts to provide a "rolling" effect and to avoid abfupt changes In the top of the fence line. If abrupt changes in grade are encountered, accornpiish them with the use of a terminal post, with the chain link fabric cut on a bias where necessary to provide tension over the entire height. 5, Set posts to within 6 inches maximum from bottom of concrete fcatings. Finish concrete as to prevent any standing water around the fegco post. 6. Position bottom of fabric 2 plus or minus inches above finished grade. 7. Pass top rail through line post loop caps and attach securely to terminal posts. 8. Install brace panels including top rail, horizontal brace rail and diagonal adjustable truss rod at each side of all end, comer, pull, terminal and gate posts. (project specific) 9. Install brace panels including top rail, horizontal brace rail and diagonal adjustable truss rad from all ends, comer, pull, terminal post of the Inline fence Un per FkMa Building Codd, ktest edition. (pncj act specific) 10. Stretch chain link fabric taut between terminal posts. 11. Attach fabric to end, comer and gate posts with tension bars, and tension bands, using one fess band than the height of the fabric in feet, or approximately 14" on center. 12. Attach fabric to horizontal rails with 9 -gauge O_D._y nyl or aluminum ties spaced 12" O.C. tightly Twisted and to tension wire with 9 -gauge O.D. vinyl or alumipn hog rings, approxinaply 24 inches on cent&r.' 13. Attach fabric to line posts with 9 -gauge D.D. vinyl or aluminum ties, using one fess fie than the height of the fabric In feet, or approximately 14 Inches on center, and dghtly twisted, 14. 7 -gauge bottom tension wire shall be installed per Florid& Building Code, latest edition and terminated escurefy to comer orterminal post K. Gate Operators 1. Provide and install Gate Operator and ail components, operator shad be sized for the applicable gate height and weight (gate can be either galvanized or akrminum). 2. Repair exisdng city gate operators Emergency Fance Repairs: The contractor should be available to be onsits within 2 days of being contacted by the City to evaluate any needed repair and submit a awole wWn two days of site Weft. Equip mentfL abor/M aterials AN prices submitted are to include all labor, equipment, tools, and materials, for fencing projects. Permitting Permits to be determined at time of project. Contractor Responsibility G Page 194 of 985 The City of Boynton Beach NEW FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511-20IEM 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. P NT NAME OF REPRESENTATIVE --'SIGNATURE OF REQ ;FENTA NAI`E OF COMPANY DATE' THIS PAGE TC BE SUBM17TED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 195 of 985 � ,� r °a t � �n ��oe/Pracurwrent 3'ervitaer 3301 Quantum Blvd., Suite 101 8ayntm Beach, F1wWd 33426 Tekphmer (561) M-6310 FAX (5611742-6316 TQADDENDUM NEW FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511-20IEM 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. P NT NAME OF REPRESENTATIVE --'SIGNATURE OF REQ ;FENTA NAI`E OF COMPANY DATE' THIS PAGE TC BE SUBM17TED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 195 of 985 Page 196 of 985 Page 197 of 985 Page 198 of 985 Page 199 of 985 Page 200 of 985 Page 201 of 985 �-UI5D- 9 5 � "1 [01 7 EXTFNDEV FTE1i# CRIPTION UHMPRICE ESTIMATED LllgT6F DUH MEASURE w PRICE �,,...... nn,,,,,,.., 6 FT HEIGHT MECHANICAL ALUMINUIIII High Atuminum Mechanloel %/O////rj r !%i 948 Fine��s°: Caia 5860 DO isoVlilgiAluminurnMachenk*1 .... 5 �T. HEIGHT MECHANICAL (GALVANIZED) ,mm B Fr. HEIGHT MECHANICAL. AIL MINUM ti' High Aluminum Mechan4i Ir High Aluminum Mechan.cal 00 / ✓fib i SFT HEIGWT MECHANICAL (GALVANIZED IN e'> CeN ixedMe4w1c l B` aQ andn�Si� Gated . .�,,,,, . � ����� � 6' G�n%d AllOchenxal �� .,�. �„,a...._._,.,., 155 GATE OPERATOR NEW INSTALLATION Mark-`upJHaury ITEM [lESCRIPTI AID Est. Qty ata OpsraUx (Material .6 Mark ae GATE OPERATOR REPAIR ITEMS .Mork-up/Hourly .. .x.. 1�� 6"Xsuirinm' �'Iism711; 4 GWa Operabr ReperM26 OpmInd mid lahuldd by. wawa try: Page 202 of 985 Greco-Arencibia, Adrianna iThri�� .... �mmmim� w�mmmmmmmwmmau� IIIIImIII�O�IIII�IIIIIIIM�Po'NIVfMNNNVIN NiuNl�Vuuiupu�luu�Vlf!WW!� IWII'NWIWVWIWWW �m�mmmmmuuuuuRmiiNV�m�mum�mp�uum�imuuuumui0�0�0�1011�11'�WW�k From: Javier, Andrea Sent* Thursday, December 26, 2019 3:17 PM To: Greco-Arencibia, Adrianna Cc Krasnoff, Leah Subject* RE: CERT: City of Boynton Beach /: Martin Fence - COI & W9 Request Attachments: cert City of Boynton Beach.pdf The attached meets City requirements. Andrea Javier, IPMA-CP, MPA, CLRP Human Resources Manager Human Resources and Risk Management Mailing Address: P.Q. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 3301 Quantum Blvd., Suite 101 1 Boynton Reach, Florida 33426 561-742-6044 JavierA@bbfl.us �,%J 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. From: Margaret Kiess <m kiess@stua rtinsurance. net> Sent: Thursday, December 26, 2019 2:18 PM To: 'Rob Greene` <rgreene@martinfence.com> Cc. -'Connie Greene' <egreene@martinfence.com>; Javier, Andrea <JavierA@bbfi.us> Subject: CERT: City of Boynton Beach /: Martin Fence - COI & W9 Request Importance: High Rob, Connie and Andrea, Attached is certificate of insurance peryour request. our office will be CLOSED 12/31 + 1/1 Margaret M Kiess Stuart Insurance Agency 3070 SW Mapp Road Palm City, FL 34990 772-286-4334 phone 772-286-9389 fax mkiess«°� Iuartinsurance.net Page 203 of 985 TROPI92I: CERTIFICATE OF LIABILITY INSURANCE w ...... mm ... .....��m ..... ............ TiilB CERT3FICA1! IS 1BBUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIOM UPON THE CER7IPICATE HOLDER THIS CRRTIPICATE DOIM NOT AFFIAMA171MY OR NEI3ATMLY AMEND, 9XTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. TMS CERTIFICATE OF INSURANCE DOES 1110T CONSTITUTE A CONTRACT BETWEEN THIS: ISSUING INSUReW% AUTHORIZED REInMENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. BIIBRANT- 9 N IS WANED tkddiwt 10 n ADD . �IKSUo (I MUSS hm ADDITIONAL IN8URED vWons � , o ADDITIONAL INSURED, tho p�e3t[les) rv,pro Or IIe emlcrtod. Wm and candhim of Vw policy. =bin policfes may +oaulrM an endarownegA &U MsMW on • 388,22g6 .COrrl tI16[Ne[a Tm Onto CaMuaity Insurance CO 1NVIfVI 21Dt $t „� A n, , Pompano BAash, FL8n6i9 �aec �fVA Mutuol lnaptance Co 70388 Raderel Insurance CampMny Zs1 E rte_ . FY THAT THE RE4UININSUR T TERM OR C ELOITIOM O> ANY COIF ATo THE INSURED NAMED ABCVE FOR THE POLICY PERIIOD OR OTHER 00 � WOICAgTr D C INSTS`T 4 ANY U INSURANCE U$OR CCI DIMN D N 38UPOI.ACT OR OTHER D HEREIN IS SL#BJ�PTO ALL MITHS H THIS , CERTIFICATE MAY BE 19SUE0 OR MAY PERTAIN THE INSURANCE FY TKE EXCLUSON8 AND CONDITIOW OF SUCH P" 19. URM SHMM MAY HAVE BEEN REDUCED BY PAID CLAN& COMiIEROIALGENERALUAIR TY ama-imm Fx o=m Y BVIRD Dad $260 .. ., 1k, A3 LSIrr � . x Um OBf2tl2B20'WORK 1 ANYAIRO aA8666T6B2Y 08MIi01B 08l2M20 MRONLY AR17g60f�Y X � 1� � � X immm—um X OCCUR .,,i ADE O 6E78B18 BAIT M9 611MI " ^mr aAtc ..a mvX,�",,ff ..,i r A�9400M2B4BA 0B121Ymi9 06!21/2020 tl% . � 9 Nth F f ,R.JIl1 6d pll6Ofl�T34I1CfOPERATIQR61l�0.TIOF161VEfR�(ACOHD1Df,AddYiaaYibinrks&c1t�,�Y6sedRuoraaWaala�cG�d3 sn�"Viftn Beach Is elbyed�ncdnraInsured wtirespects tD sl Lrebity as re"Irdwrltct SHOULD AW OF TNI! ABOVE DRUMISM PCLMM BE OANCELLED SIFORE TM EiXPIPATIN NATE THEREOF NOTICE WILL NE DELIMf M K ACCOADANC! waH THE PCI.tCY RiW&6a City of Boynton B"oh .:�. PO Box 310 Alrp+nnmm RraT�rs� ���� BoyMtan Beach, FL 934Za 01 .... . ....,.m�����.�„, ACORD 21i (20161i18j 019BB 1016 ACCRID CORPORATION. AN rIIIMe reserved• TJw ACORD rww and 1080 M eaOMOH Ild MUM Of ACORD Page 204 of 985 J RESOLUTION NO. R19-139 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AWARDING BID NO. 001-2511-201EM FOR NEW FENCING, REPAIRS, AND GATE OPERATORS ON A PRIMARY, SECONDARY & THIRD BASIS TO THE LOWEST, MOST RESPONSIVE, RESPONSIBLE BIDDERS WHO MET ALL SPECIFICATIONS TO MARTIN FENCE CO., TROPIC FENCE INC., AND ALPHA FENCE, RESPECTIVELY, WITH AN +' ESTIMATED ANNUAL AMOUNT OF $250,000 TO BE USED ON 1 AN "AS NEEDED BASIS"; AUTHORIZING THE CITY MANAGER 12 TO SIGN INDIVIDUAL AGREEMENTS; AND PROVIDING AN 1 EFFECTIVE DATE. 1 1i WHEREAS, October 28, 2019, Procurement Services opened and tabulated three 1 (3) bids in response to Bid No. 001-2511-201EM for New Fencing, Repairs, and Gate 14 Operators; and 1tG WHEREAS, all bids were reviewed and it was determined to recommend this i6i award by a primary and secondary, and third basis with Martin Fence Co. as the Primary, 2T Tropic Fence Inc., as the Secondary, and Alpha Fence as the third; and 2 WHEREAS, work requests may range from large projects with new installations 2 and repairs to small quantity fence repairs (I.E. Damage from vehicle accidents, wear and 2' tear, demolition) to which the contractor shall furnish and install all labor, materials and 24 services as required per the plans and or specifications per project, and 25 WHEREAS, the initial term of the contract awarded shall be for two (2) years i 2s with three (3) additional one (1) year renewable periods, subject to vendor acceptance, 2 satisfactory performance and determination that the renewal is in the best interest of the 2 City. 2 WHEREAS, the City Commission of the City of Boynton Beach upon 3 recommendation of staff, deems it to be in the best interest of the citizens and residents to 3i approve the bid award and authorize the City Manager to sign individual Agreements with 3k Martin Fence Co. as the Primary, Tropic Fence Inc., as the Secondary, and Alpha Fence 0 C:1.tlscrs151anzionc1AAppDa1aV.o;nKMicrosofl!Windows%1NaCachOBDIILISSMAward_ofBID_-_rencin&-_Reso.docx Page 205 of 985 '. rd O Cry.. ,�I Gibson, MMC City Clerk (Corporate Seal) C:1USM,StenzioncTk4pDa,all.oAVAicmwmwindom\]NdCaMeMEkD]iLiSaRX\Aws of gip _fencing_&ew.doax Page 206 of 985 MARTIN FENCE CO. SOLD TO: Name CTIY BOYNTON BFACFI PARKS Address City Phone PHONE: 561-848-2688 • FAX: 561-848-4466 TOLL FREE: 1-877-777-3212 862 13TH STREET, LAKE PARK, FLORIDA 33403-2383 www.MartinFence.com LIG. # U10591 Business SHIP TO: CAROLYN SINES PARK 225 N'%V 12111 AVE BOXN'1'ON BLAC) I 33435 Date 1Z13?1.24 __ Total Footage 525 Contact __&_A&1_ FRUMANTI Cell 561 742 6238 Email «47! . f MaDvL.us Fence ?"X sA72^ xk BI.Fti D Top Rail Foilow Countour 0 Barb Up JgKnuckle Up Top Rail 15/8' X S40 BLK Line Posts 2.5" X 540 X v wx Cor. Posts 3" x 5Q x 9' BI,K . Gate Posts 3x x w_ x g.' BLK _ Gates 1 EA. 6 X 16 DOUBLE. SWING 2 I.A. 6 X 4 SINGLL SWING Tension Wire sorlol,s Core Drills . Panelweave ... . _. Exclusions Customer authorizes the installation of the fence in accordance with the sketch and any attached specifications and agrees to assume all liability i and responsibility for accuracy of sketches. All fence lines must be cleared by customer or a fee will be charged - $75 per man per hour/minimum of 1 hour. Per CAROLYN SIMS CENTER — FENCE REPLACEMENT (hti) 49: 6' VINYL COATED FENCE 50: 6' VINYL COATED FENCE 52: 6' VINYL COATED END POST 53: 6' VINYL COATED CORNER POST 54: 6' VINYL COATED B&T ASSEMBLY 87:6' VINYL. COATED GATE 4' OPG 90: 6' VINYL COATED GATE 8' OPG •LOK.Taw4N � •.....is'x w.. vl.yi a awn.. -.u. cam. 100 LF X $41= $4100 401 LF X $39 = $15639 8 F.A. X $230 = $1840 5 EA. X $300 = $1500 4 EA. X $180 = $720 2 EA. X $215 = $430 2 F.A. X $290 = $580 Total Price $2409 _ _ Approx. Delivery Date Less Deposit . Week of: _2=3 wN_5 ARO C.O.D. on Completion This contract subject to Terms and Conditions on reverse side. Oral represen- tations cannot be relied on. No modifications to this contract will be honored unless in writing and signed by both parties. Fax and email communications are acceptable. Customer Salesman A&L-y- _ I hereby acknowledge eisats actory completion of the above described work. Customer Page 207 of 985 UNFOPZSEEN CONDITIONS The price quoted does not contemplate tt!,j encnunttming of rock sinl1py coric0tons, boulders larger than the holes to be dug or other atypical soil feAl-ares, If th(xc' con �it,ons are"ountem and additional iabo+, equipment or material iS necessary for the setting of the post, an additional change for labor, equipment and •natariat will hp agr&9d upon prior to resumption cif work. FENCE LINES In c0f)sxf arafion of the price I`war quoted. tfm putcnt Lw aC�a€a s a f►� r ice rimes w'# r- (= of aft Obst'14tkYrs gild that the hfres wrH be properly marked uy him by stakes or otharwisu. it cantractot is requlr r xrrpve any obstfuctions in the fex:e line ova, -.y excess soil excavatr3d from post doles, a Charge tar extra Labor will be made on the izesr o"; ' w jar' man per hour - mfr -mum of 1 hour, It is furthm unaerstood that customer is res11 ponsible for airy damage to private trnderr�"Currit oafajAs, sttyrinkltu systems and private utilities including underground insiaHetions sacro as eiactric conduits, caber„ tant95, Water lines, sewer Vines. tete. If it beLo tm-.t Y"o5essary to work around of tetmve any of these abstrur.- tions, the customer agrees to pay extra expense of same on the basis of costs plus lb%, The customer agrees to assume responsibility Tor ally damage caused by drilling and lagging into cement walks, seawalls or any poured concrete structures or buildings MEASUREMENT Martin Fence Co. does not assume responsibility for lot lines or layout. It is purchaser's responsibility to mark all corners and lot lines for purposes of construction of the fence. Martin Fence Co. will make a charge for moving of any fence that is later found not to be on the lot line if customer has not furnished a correct and accurate survey with all lot lines delineated and comers marked. GENERAL CONDITIONS Ali agreements are contingent upon strikes, lock -out, riots,. Pres. accloents, acts of God, floods, war, insurrection, embargo restrictions, carrier delay orfaiiure to receive raw material deliveries or by other causes 0elher or like or of a different mature beyond our control- All prices quoted herein are subject to change without notice prior to the execution of this agreement. CANCELLATIONS No cancellations will be accepted unless ni writing within 72 hours atter signing the contract, It purchaser decides to cancel this contract within 72 hours purchaser must notify MARTIN FENCE CO: No dernosit will ne refunded after a 72 hni,,r period. If order is canceled after 72 hours, puronasc agrees to pay the ousts of materials. permitting tees, and expen"s incurred in preparation of work. ITEMS FOR CASH SALES The customer agrees to pay deposit upon execution of this agreement. Customer agrees to pay the balance upon completion of the job. This contract is binding on heirs, executors, assigns and successors in interest, until paid in full. 1 he Title to arid ownership and tignt of possession of the material covered by this contract shay remain, to the seller, MARTIN FENCE CO. until fully paid for. In case the purchaser shall become insolvent or refuse or neglect to pay for work herein provitrm the seller rnay, at its option, without process of law, retake possessieir cf any or all materials wherever the same may be found The purchaser furUvi agrares to pay a reasonable attorney's fee Incurred in any collection process including any appeliate proceedings, "urcnaser agrees that the venue tot any and all legal proceedings shall be Palm Bea& County, Florida re- gardless of where actual wort, was pertormed. After 30 days. a i 1,121A., interest charge per month on any unpaid sums will be charged, Customer agrees to pay $50 or 51:,,s of lace value, whiehpvtar is grealsr; on any returned check. ACCORDING TO FLORIDA'S CONSTRUCTION LIEN LAW (SECTIONS 713.001-713.37, FLORIDA STATUTES), THOSE WHO WORM ON YOUR PROPERTY OR PROVIDE MATERIALS AND ARE NOT PAID IN FULL HAVE A RIGHT TO ENFORCE THEIR CLAIM FOR PAYMENT AGAINST YOUR PROPERTY. IF YOUR CONTRACTOR OR A SUBCONTRACTOR FAILS TO PAY SUBCONTRACTORS, SUB -SUBCONTRACTORS, OR MATERIAL SUP- PUERS, THE PEOPLE WHO ARE OWED MONEY MAY LOOK TO YOUR PROPERTY FOR PAYMENT, EVEN IF YOU HAVE ALREADY PAID YOUR CONTRACTOR IN FULL. IF YOU FAIL TO PAY YOUR CONTRACTOR, YOUR CONTRACTOR MAY ALSO HAVE A LIEN ON YOUR PROPERTY. THIS MEANS IF A LIEN IS FILED YOUR PROPERTY COULD BE SOLD AGAINST YOUR WILL TO PAY FOR LABOR, MATERIALS, OR OTHER SERVICES THAT YOUR CONTRACTOR OR A SUBCONTRACTOR MAY HAVE FAILED TO PAY. TO PROTECT YOURSELF, YOU SHOULD STIPULATE IN THIS CONTRACT THAT BEFORE ANY PAYMENT IS MADE, YOUR CONTRACTOR IS REQUIRED TO PROVIDE YOU WITH A WRITTEN RELEASE OF LIEN FROM ANY PERSON OR COMPANY THAT HAS PROVIDED TO YOU A "NOTICE TO OWNER." FLORIDA'S CONSTRUCTION LIEN LAW IS COMPLEX, AND IT IS RECOMMENDED THAT YOU CONSULT AN ATTORNEY. SKETCHES The approved sketch as noted on the other side is for placement of fence. Customer agrees to assume all liability for encroachments and accuracy of lot lines and comers. GROUND PLAN OF JOB 1 J , Follows contour of ground. Fence top will be curved. TOP FLAIL STRAIGHT- Leaves spaces beneath fence If ground Is not straight. Page 208 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 VENDOR 18164 TO: MCKIM & CREED, INC,. 1.730 VARSITY DRIVE, STE 5 RALEIGH, NC 27606 REQUISITION NO. 77765 ORDERING DEPARTMENT: __ _._........................... __....... _. __ ___...... _ ....... ....... _..7. ........ .. _...._._. ....... DATE NEEDED: * CONTRACT NO. P.O. #: 210645 DATE: 01/14/21 SHIP TO: City cf Boynton Beach EAST UTILITY ADMIN 124 E. WOCLBRIGHT ROAD BOYNTON BEACH, FL 33435 UTIL ADMIN TP COMMISSION APPROVED: LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION 1 20000.00 DL SCOPE OF WORK: Professional Services to discuss and develop a flan to resolve the security issues identified in the high level audit of the SCADA security. PROCUREMENT SERVICES: ACCOUNT NO 401-2821-536.31-90 UNIT COST 1.0000 REMARKS: TASK ORDER # SCADA-06-2021. - THIS TASK ORDER IS IDENTIFY SOLUTIONS TO MITIGATE SECURITY RISKS OF VARIOUS VULNERABILITIES AT HIGH-LEVEL SCADA SECURITY. RFQ 038-2821.-19/TP FOR SUPERVISORY CONTROL AND DATA (SCADA) SYSTEM PROGRAMMING, PREVENTIVE MAINTENANNCE AND REPAIR SERVICES. COMMISSION AUTHORIZED .THE CITY MANAGER TO SIGN AGREEMENTS ON JULY 7, 2020. PROJECT I PURCHASING P".0. TOTAL: EXTENDED COST 20000.00 20000.00 Page 209 of 985 r I �+ •� O }--H-pr � 1xiir' I Ur140 u rrUl& 0:34 W(D R mw m ¢ m 14 4 O M ri 14 M CLW w I-jrrw•rtl0 O n m m ,O X00 a H0rrror H -4N m --.w N•0 r -O (n W. woo rr m M �l H t%) M ,SIN � � m H LQ LO b H- P -Pd m r � rrm z 1<10 s Mr-roo wo O1 " 0"0� m90 w=(n Y•N LQ fr°{ polo rcr wH FS4ig(I-D� Q F R n F- C Fes•• rwr H 0 (D w 03 LO0h7C Nnrt �O zU) oz E�EO En HCO �Z�iC to H n WDO Cm w N 0 0 0 0 N N O O 0 0 0 0 C;) 00 0 0� O p DO Q H H H H x 0 N 0 0 0 0 0 0 rt+p ro rnC]�'rrt r�o(D a)0 04 go (Dm WO MOM" "~pq 2: 0~ m (D W H rt (D x�oM'D 47 F -n n rt trj �w ¢ c"(Drtw E to bGm mw a Q. Fi(Dm " •d � rtrtm apo .`7 f m F H Pd O I O r0i ro I � O H O F H F H z° z � , C � � H I I I y LHI I I I I H � H � , � z I F H I , y 1 I 1 I I I I I � n I H z •• I ny Q O 0� (Hn x1 0 % H I I F H (}yO z I m I w y O ;ri I � I I I � O 7C N0 I I p I m J I PC to �n I M N I d H I ti I I µ I ro y I 1 ^ +H4 F z F o I . 1 .. I 1 0 F W F m F N I t�J N to I I r N Y I I FG I H tn H , , F N H I � I �+ O p J N \ I w !•-' Page 210 of 985 �+ •� O }--H-pr rymVrrr Ur140 0:34 W(D R mw m ¢ m 0 O M ri �O zU) oz E�EO En HCO �Z�iC to H n WDO Cm w N 0 0 0 0 N N O O 0 0 0 0 C;) 00 0 0� O p DO Q H H H H x 0 N 0 0 0 0 0 0 rt+p ro rnC]�'rrt r�o(D a)0 04 go (Dm WO MOM" "~pq 2: 0~ m (D W H rt (D x�oM'D 47 F -n n rt trj �w ¢ c"(Drtw E to bGm mw a Q. Fi(Dm " •d � rtrtm apo .`7 f m F H Pd O I O r0i ro I � O H O F H F H z° z � , C � � H I I I y LHI I I I I H � H � , � z I F H I , y 1 I 1 I I I I I � n I H z •• I ny Q O 0� (Hn x1 0 % H I I F H (}yO z I m I w y O ;ri I � I I I � O 7C N0 I I p I m J I PC to �n I M N I d H I ti I I µ I ro y I 1 ^ +H4 F z F o I . 1 .. I 1 0 F W F m F N I t�J N to I I r N Y I I FG I H tn H , , F N H I � I �+ O p J N \ I w !•-' Page 210 of 985 Date: 7 -Jan -21 Requesting Department: Utilities Explanation for Purchase: Contact Person: Michael Low m Base -Off RFQ 038-2821-19/TP - for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services. Task Order SCADA-06-2021 to identify solutions to mitigate security risks of various vulnerabilities at high level SCADA security. Commission Authorized the City Manager to sign agreement on July 7, 2020, Recommended Vendor McKim & Creed, Inc. 18164 Dollar Amount of Purchase $20,000.00 .... ...... rce for Purchase (check and attach backup materials): 10 ➢W ,�� N p m�oii o f �1nno��p GSA State Contract SNAPS Sole Source Piggy -Back p y FOR,,,, pp,�� J ����������Il���e����l�����\��11�5���������N���o��6������������0��114,�11���mn Other OVER, 1��1111����1.,7����������mIN,°�����U��n,014111 Requesting Department: Utilities Explanation for Purchase: Contact Person: Michael Low m Base -Off RFQ 038-2821-19/TP - for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services. Task Order SCADA-06-2021 to identify solutions to mitigate security risks of various vulnerabilities at high level SCADA security. Commission Authorized the City Manager to sign agreement on July 7, 2020, Recommended Vendor McKim & Creed, Inc. 18164 Dollar Amount of Purchase $20,000.00 .... ...... rce for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDEIRESPECT SNAPS Sole Source Piggy -Back Budgeted Item Emergency Purchase Other Contract Number: RFQ 038-2821-191TP - SCADA Pro rar NOTE: Pricing proposal for purchase must be presented in tate same detail contained within the contract. Fund Source for Purchase: Funding Account No_ 401-2821-536.31-90 Approvals: Department Head Purchasing Agent Asst City Manager City Manager r Vlf11 MVVII VLfu II VG F� .��,_... --------------- s� Date Date Date Page 211 of 985 H.T.E. ENTRY DATE: H.T.E. REQUISITION # Contract Coordinator: Procurement Asst: Director: Joseph Paterniti City Manager (nan budgel,!M aanital and/or $5000+): REQUEST FOR REQUISITION 1!7!2021 77765 . ..... ........... T. Pratt REASON FOR PURCHASE: McKim & Creed, Inc. Task Order #SCADA-06-2021 in accordance with RFQ 038-2821-19/TP 11 This task order is identify solutions to mitigate security risks of various vulnerabilities at high level SCADA security. JRFQ 038-2821-19/TP for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services Commission Authorized the City Manager to sign Agreements on July 7, 2020. VENDOR INFORMATION: DIVISION: OTHER INFORMATION: Name: McKim & Creed, Inc. Admin. (X) Date: 11712021 ASAP ( ) ._._._ _. -... Address: 1730 Varsity Drive Engineering ( ) --. --_ Date Needed: Confirm. ( ) ........... Suite 500 Cust. Rel. ( ) ............. ............ ASAP/Conf. ( ) ,. Raleigh, NC 27606 Distribution ( ) BACKUP DOCS. DELIVERY: SUBMITTED: Phone (contact): Water Qual. ( ) Quotes/Verbal( ) l=. Admin. 40 (X) Mike Stoup, PE (over $500) Electrical & Instrumentation Group Manager . Pumpinguotesrten Phone: 772-442-7196( } Q/Wit ( } E. WTP 41 ( ) Fax: 772-461-382-1 (over $2000) Vendor Number 18164 PWTeeat. { ) RFQ (X) W. WTP 42 ( j _. Meter Serv. ( ) Sole Source Ltr. ( ) P/U 99 INITIATOR Ich ael Low, Manager of Sewage ( } Insurance ( ) Special Instructions: Technical Se � APPROVED:,. �� � ,.Strmwtr. ( ) tReuirements: #038-2821-19ITP; Project Number: SCADA-06-2021 Quan. Unit Price escri tion Part Number p Fund Dept Basic Elem Obj Amount ,,.... Scope of Work 1 j ..... Professional Services to discuss and develop a $20,000.00 1 $20,000.00 plan to resolve the security issues identified in the high level audit of the SCADA securilw �... _.._ _ ._ ............ 401 2821 1 536 31 90 $20,000.00 Total $20,000.00 Page 212 of 985 M 1365 Hc)rni (,[ Avenue Clearwater, FL 33765 727442.7146. Fax 727.461.3527 www.mcEirncreed.com FCREED December 17, 2020 Mr. Michael Low Deputy Utilities Director / Manager, Technical Services Boynton Beach Utilities City of Boynton Beach 124 E. Woolbright Rd. Boynton Beach, Florida33435 RE: Proposal for SCADA Security Support SCADA-06-2021 Dear Mr. Low: ENGINEERS SURVEYORS PLANNERS 203482 Please find attached a copy of our proposal for services related to supporting the City in their development of security measures for the SCADA network and its interface with the City business network. We have provided a summary of our services in the attached proposal for your consideration. Please let me know if you have any questions about either. If you have any questions, please feel free to give me a call. Sincerely, McKIM & CREED, Inc. Page 213 of 985 SCADA S 3 * 5 po# SCADA-06-2021 Scope of Services December 17, 2020 SCOPE OF SERVICES The City of Boynton Beach commissioned a high level SCADA security audit which indicated various vulnerabilities needing to be addressed. The City wishes to hire McKim & Creed (M&C) to work with their IT Group to identify solutions to mitigate these security risks. The work will be performed on a T&M basis using the established contract rates in the current SCADA Contract. M&C will subcontract Crimson Resolve to assist with this scope. Crimson Resolve was directly involved in the high level SCADA security audit and is familiar with the City's SCADA network and their goals. M&C will manage Crimson Resolve and add their SCADA network expertise where needed. PROJECT EEE M&C proposes a starting amount of $20,000 to begin discussions and develop a plan to resolve the security issues identified in the high level audit. Page 214 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH•, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 P•O• #: 210647 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/14/21 VENDOR 1.8351 TO: ADRIAN LANDON 1995 BROADWAY 4604 NEW YORK, NY 10023 SHIP TO: City of Boynton Beach CITY MANAGER OFFICE 100 EAST OCEAN AVE BOYNTON BEACH, FL 33435 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1.2000.00 DL MECHANICAL HORSE SCULPTURE 1.0000 12000.00 PROCUREMENT SERVICES: ACCOUNT NO, 151-2611-579.67--01 PROJECT P.O. TOTAL: 12000.00 PURCHASING Page 215 of 985 0 PURCHASE REQUISITION MSR: 0000077583 CONTRACT MO.: STATUS; READY FOR BAYER PROCESSIN REQUISITION 6Y: NICOLE ALAWKS REASON: LOAN OF SCULPTURE FOR KINETIC EVENT SHIP TO LOCATION: CITY MANAGER SUGGESTED VENDOR: 18351 LANDON, ANURIAF LINE . UNIT EXTEND HER DESCRIPTION QUANTITY UOM COST COST ----------------------------------------------------------------------------------------------------- ,1 MS'IICAL HORSE SCULPTURE 13000.00 DL 1.0000 12000.00 COKWDITY- ART OBJECTS SUBCONZIOD: SCULPTURES REQUISITION TOTAL: 12000.00 ------- `------ A C C O U N T I B F 0 R N A T I O N DATE: 13/08/70 DELIVER BY DATE! 17/22/20 VENDOR PART NUMBER ----------------------------- LINE $ ACCOUNT PROJECT i AMOZ 1 15116115796701 ART 100.00 12000.00 ACQUISITION OF PUBLIC ART 32000.00 REQUISITION IS IN THE CURRENT PI&CAL YEAR. REQUISITION COMMENTS: koaa Contract approved, need to receive deposit Xnvoiee on RD 12/21/2020, 9:40:14 AM SMURB Page 216 of 985 •� a Pdi' ......... Page 216 of 985 Purchasing Division Sole/Single Source Justification Form This form shall be completed and approved prior to all sole source purchases Sole Source Definition - Commodities or contractual services available only from a sole source may be exempt from the quote or competitive process under the following circumstances: a. There is only one source or one reasonable source for the required commodity, service, or construction, or; b. The parts or accessories are an integral repair accessory compatible with existing equipment and are the only parts that can be reasonably used, or; c. The procurement is needed to ensure consistency in results as related to other products or standardization of parts or supplies as required to avoid unreasonable cost or inefficiency Single Source Definition - A procurement decision whereby purchases are directed to one source because of standardization, warranty, or other factors, even though other competitive sources may be available. Milliffid NEWa Reque r . . Department _ Ciiy�Manager ������� ,,,,,,,,,,,,,� � �w_...... ,,,, ,,,,�,�,�,�„��.www ........................._ ......... _ rn rn ... m.. ........ ......�.� __ .... _ m Division Public Art Point of Contact Glenn Weiss Phone Number 561-742$026 Vendor Company Name Adrian Landon __...._....... _ __ n_ Address 1995 Broadway #604 New York, NY 10023 .....__ ,m,,,,, , ..nnnn.,,mrv, Phone Number 917-264-8329 1111 ................ ........... _._ _ .. .G, 1111, 1111... �, �������..,,,,, ,_.� . .. . 11:11...... Point of Contact and Title Adrian Landon, Artist What other vendors E re Sculpture is Specific to the Artist contacted? List company name, contact, and phone number and explain why they were not suitable) .__._-_____- ,_.m—,n -„ Product or Service ProductlService Name The Mechanical Horse ...... ........ mm ..... .--l""I,1.w Manufacturer Adrian Landon Make/Model # ............. 1111 , m ,o� _ ----------- -----------------_ Price $12,000 ................. _ _ Did you negotiate the terms or prices with the vendor? X❑ Yes [:]No .w.. m,,,,,�. _ ....... ........--- .. �_..--__ � �x,. ........ _......,. �------- �—_____.. Why is this price considered to be fair and reasonable? One of kind Kinetic Sculpture Page 217 of 985 Purchasing Division Sole/Sinle,Source Justification Form Will this purchase obligate .. the City to a particular vendor in the future? (Either in terms of maintenance, services, or re-purchase for compatibility reasons) ❑ Yes X❑ No This Is a sole source because (choose any that apply): X❑ Sole provider of a licensed or patented good or service ❑ Single Source provider of items compatible with existing equipment, inventory, systems, programs, or services. ❑ Single Source provider of goods and services for which the city has established a standard. (new standards require the competitive solicitation process) ❑ Single Source of factory-authorized warranty service ❑ Sole provider of goods or services that will meet the specialized needs of the City or perform the intended function (please detail below or reference an attachment). ❑ the vendor/distributor is the owner of used equipment that would represent a best-value purchase for the City and is advantageous to the City. (Please provide information on current market prices, availability, etc.) .... ......�..."....... What necessa ry features does this vendor provide which are not available from other vendors? Please be specific. One of a kind Kinetic Sculpture for Rotating Kinetic Art Exhibit Attach documentation to substantiate this sola source claim including but not limited to: vendor quotes, product manuals, sole source letters, and patents or copyrights. My department's recommendation for a sole source purchase is based upon an objective review of the product/service required and appears to be in the best interest of the City. I know of no conflict of interest on my part nor do I have any personal involvement in any way with this request. No gratuities, favors or compromising action have taken place. Neither has my personal familiarity with particular brands, types of equipment, materials, or firms been a deciding influence on my request to sole source this purchase when there are other known f�rers that exist ...... ....... 1. De ,akment Drfector _ 5�d�adr , Dte , 1Prchasing Manager/Finance Director ,`.,r Based on the information provided in Sections A and B and the attached supporting documents, I recommend ❑ / do not recommend Information ertified as a sole source. Required El1 not required t be aertl ed for a period of 7 business days before award. Signature Date Page 218 of 985 Date: 12/28/2020 Requesting Department: Public Art/ Cite Mana a Contact Person: Glenn Weiss Explanation For Purchase: loan of Mechanical Horse Sculpture for Kinetic Rotating Exhbition Recommended Vendor Adrian Landon Dollar Amount of Purchase $12,000.010 Source for Purchase (check and attach backup materials): Three Written Quotations Q GSA State Contract SNAPS Piggy -Back Emergency Purchase PRIDURESPECT Sole Source Budgeted Item Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 151-2611-579.67-01 Approvals: Department Head Purchasing Agent Asst City Manager City Manager Form Revised OV01102 a Date Date . Date Date V k, L Page 219 of 985 Adrian Landon 1995 Broadway 0604 New York, NY 10023 www.adrianiandon.com adrianiandon@hotmafi.com 917-254-8329 Invoice 1%2 City of Boynton Beach, FL Valerie Zucker Zucker + Lewis Media Group Cell: 305.321.7556, ValerieMuckerLewis.com ftmrk:. The Mechanical Horse Price, and Pa,' nt - First invoice due immediately: $5,254. - Remaining %54 due upon installation $5,254. Payments made by check, written to Adrian Landon, mailed to address in Header, or handed in person. �uuu k i6 City of Boyrrton Beach Page 220 of 985 Adrian Landon Metal Sculpture Adnan Landon 1995 Broadway #604 New York NY 10D23 addAnI 917-254-8329 Amendement A Invoice City of Boynton Beach, FL Valerie Zucker Zucker + Lewis Media Group Cell: 305.321.7556 Valerie@ZuckerLewis.com f The Artwork, named The Mechanical Horse, is a life-size mechanical horse sculpture, suspended from a structure and base, made by sculptor Adrian Landon Dimensions: height: 9, length: 13', width: 9' Power supply: 120V, 10amps. The loan agreement is for the duration of appy imately one year, with an Install date sometime in December -January 2020, to be determined. The artist will ship the sculpture in a crate from Reno, NV, to the exhibition site in Boynton Beach, FL A forklift will be needed to unload and move the crate to its final location. The artist will fly over and be there to receive the crate and install the sculpture. The sculpture will then be picked up by the Artist at the end of the Loan term, in October 2021. The City of Boynton Beach will provide storage of the disassembled crate for the duration of the loan. nt Sculpture loan: $1,500 (Paid as per terms of City provided Artist Agreement) Transportation costs: $10,500 • First invoice due immediately %50, ($5,250). Remaining %50 due upon installation $5,250. Payments made by check, written to Adrian Landon, mailed to address in Header, or handed in person. , �jl dA Adrian Landon -10/06/2020 City of Boynton Beach Copyright and Reproduction Rights Reserved to the Artist Page 221 of 985 :: a .. = �e •, :► � .r • ••�,a � ue THIS AGREEMENT Is herebyentered Into between the Cltyof Boynton Beach, Florida ("the CITY"), a Florida municipal corporatlon, and Adrian Landon (the "ARTIST*), an individual with an address of 1945 Ime"N. #604, New York, NY 10023. WHEREAS, the CITY wishes to locate artwork temporarily along E. Ocean Ave. between the Intracoastal and Seacrest Blvd. in Boynton Beach, Florida; and WHEREAS, the ARTIST wishes to exhibit hist/her artwork with the CITY for placement on the public and private property along E. Ocean Ave., For a period of approximately one year; and WHEREAS, the CITY wishes to purchase a sedesofartworksforthe Boynton Beach Art InPublic Pieces Program; and WHEREAS, the ARTIST wishes to sell his/her artwork tothe CITY as part of the Boynton Beach Art In Public Places Program NOW{ THEREFORE, In consideration of the mutual promises and covenants hereinafter set forth, the parties hereto agree as follows: The ARTIST hereby agrees to loan the artwork described as: The Artwork, named The Mechanical Horse, is a life-size mechanical horse sculpture, suspended from a structure and base, made by sculptor Adrian Landon. Dimensions: height: 9`, length: 13', width: 9' Power supply: 12OV, 10amps ("ARTWORK") tD the City for outdoor placement along E. Ocean Ave., in Boynton Beach, Florida, for a period of approximately one year. The time period starts on a date between December 1, 2020 — January 31, 2021. The time period ends October 31, 2021. City Hall and installation hours are Monday - Thursday 7:OOA.M. - 4:00 P.M. 1. The artist will ship the sculpture in a crate from Reno, NV, to the exhibition site in Boynton Beach, FL. A forklift will be needed to unload and move the crate to Its Final location. The artist will fly over and be there to receive the crate and Install the sculpture. The sculpture will then be picked up by the Artist at the end of the Loan term, in October 2021. The City of Boynton Beach will provide storage of the disassembled crate for the duration of the loan. 2. The ARTIST represents and covenants that the ARTWORK(s) Is/are made of durable material and will withstand the usual weather and climate In the area. The ARTIST assumes all responsibility and risk for any deterioration or weathering caused to the ARTWORK. 3. The CITY will determine a location for the exhibition of the ARTWORK on E. Ocean Ave. and Sencrest Blvd. Based on Information about the location supplied by the CITY, the ARTIST will provide a sketch of any required physical support base and the method of attachment to existing concrete pad construction or temporary pad structure. 4. The ARTIST will agree to a delivery date with the CITY that will be during regular business hours unless specifically agreed to by the CITY. The ARTIST will deliver the ARTWORK to the exhibition location and install the ARTWORK to the existing concrete pad construction at the location provided by CITY staff. The ARTIST Is responsible for shipping and to move the ARTWORK from the delivery vehicle to the ARTWORK location. The City will provide the hardware specs to the ARTIST to attach the artwork to the conC ete pads or temporary pad I Of 6 Page 222 of 985 structure. The ARTIST is responsible for the installation of the artwork. If the ARTIST needs the artwork installed by a third party, Installation arrangements can be made in advance. If third party Installation arrangements are needed the costs for the Installation will be the responsibility of the artist. 5. The ARTIST will agree to a removal date with the CITY that will be during regular business hours unless specifically agreed by the CITY. The ARTIST will remove the ARTWORK from the exhibition location under the supervision of CITY staff. The ARTIST Is responsible to move the ARTWORK from the existing concrete pad construction at the precise mon to the delivery vehicle. The CITY will provide the ARTIST with a condition report after removal. if the ARTIST needs the artwork removed by a third part, removal arrangements can be made In advance. If third party removal arrangements are needed the costs for the Installation wU1 be the responsibility of the artist. 6. The CITY reserves the right to move the ARTWORK at any time to any location on Ocean Ave. or other CITY property or to remove the ARTWORK at any time from the exhibition. The CIN will contact the ARTIST before moving the artwork except during an emergency related to the public safety or the safety of the ARTWORK, 7. The CITY will provide property insurance for the value of the ARTWORK in the event that the ARTWORK Is lost, stolen or damaged by third parties. The Insurance WILL NOT cover wind damage. In the event of a hurricane the CITY will notify the ARTIST and allow the ARTWORK to be removed 48 hours prior to official hurricane notice. The ARTIST agrees to assign its rights to pursue third parties for damages/relmbursement to CITY, upon CiTY's request. The CITY Is not responsible for damage caused by acts of war or major ads of nature Including, but not limited to, floods and hurricanes, tornadoes and lightning. S. ARTIST represents that he/she has the right to enter into this agreement and same does not Interfere with or violate the right of any other person or entity; that It owns all rights, title, Interest and copyright to the ARTWORK. 9. ARTIST will be able to sell the artwork on display during the year. If the artwork is removed before the yearlong display has ended the artist agrees to replace the artwork with another similar artwork. The Artist must submit the new artwork for approval by the Arts Commission prior to removing the artwork. If the artist sells the artwork during the year long display and has It removed then the artist agrees to contribute 30% of the artwork sale to the City of Boynton Beach's Art in Public places program. 10.The CITY will pay the ARTIST one thousand five hundred dollars ($1,500.00) as an artist fee for the loan of the ARTWORK. The artist fee will be paid as follows: seven hundred fifty dollars ($750.00) upon delivery and Installation of the ARTWORK and seven hundred fifty dollars (#750.00) upon removal of the ARTWORK. Unless the CIN chooses to purchase the ARTWORK as described below, the ARTIST fee Is the only consideration that the CITY will provide to the ARTIST. If the CITY decides to purchase the ARTWORK for a mutually agreed upon price at the end of the one year exhibit the artist will not get the final $750.00 of the $1,500.00 artist fee payment. Instead the ARTIST will receive payment for the purchase of the ARTWORK for placement In the CITY's Art In Public Places collection. Additionally, - Transportation costs: $10,500. The first Invoice of 50%, ($5,254) due Immediately. The remaining SO% ($5,250) due upon Installation. Payments made by check, written to Adrian Landon, mailed to 1995 Broadway, #604, New York, NY 10023, or handed In person. 2of6 Page 223 of 985 11.The ARTIST hereby agrees to grant the CITY the right to purchase the ARTWORK through the end of the exhlbitlon period. If the C17Y chooses to purchase the ARTWORK, ARTIST agrees to sell the ARTWORK at R].SO.QD0.00 dollars Inclusive of all costs. The CITY is exempt of paying sales tax. As part of the purchase price, the ARTIST will provide services to advise the COY In waiting on the permanent installation of the ARTWORK and maintenance requirements. This provision does not require the CITY to pumbase the ARTWORK. 12.The ARTIST grants the right to the CITY to phonograph and dWbube photographs and video of the ARTWORK for non-commercial public information Including media releasas, CITY newsletter, website, exhibition printed matter and websites. The ARTIST will provide the CITY with digital Images and videos. These Images will be provided on a CD/USB drive/ or digital submission with image dimensions min 4 Inch, max 10 Inch with common aspect ratio sizes preferred. ]peg or PNG 150 UPI min, 300 DPI max (save 3peg as maximum size.) All digital Hies should be Identified with artist name: i.e. lastname.jpeg. Videos should be provided In MP4 (MP4 part 10 AVC AAC) played with any movie player. No windows media files accepted. Copy files can be provided as worn, rft, or pages file formats saved on the CD or USB. Print outs can be made directly from computer or provided as color copies. 13.Florida's Public Records Law. The Qty is public agency subject to Chapter 119, Florida Statutes. A link to Ronde Statutes Chapter 119 is provided for further informatlon. bM:iLmmm.loitate-fl,uiL=mtmllndpX4tnMRR Mgde=DI1plft= 10D 99/D1 �/] 0119 The Artist shall comply with Florida's Public Records Law. Specifically, the Artist shall: • Keep and maintain public records required by the CITY to perform the service; • Upon request from the CrWs custodian of public recoids, provide the COY 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; • 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, Artist shall destroy all copies of such confidential and exempt records remaining in its possession once the Artist transfers the records In its possession to the CITY; and • Upon completion of the contract, Artist shall transfer to the CITY, at no cost to the CITY, all public records In Artist's possession All records stored electronically by Artist 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. IF THE ARTIST HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE ARTiST'5 DUTY TO PROVIDE PUBLIC RECORDS RELATING TOTHIS CONTRACT, CONTACTTHE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK) P.O. BOX 310 BOYNTON BEACH, FLORIDA, 33435. 561-742-6D61. CITYCLEItKta1BBFLUS 3 of Page 224 of 985 14.Scrutinized Companies. By execution of this Agreement, In accordance with the requirements of F.S. 287-135 and F.S. 715.473, 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 reeelpt of the notice to respond In writing and demonstrate that the determination of false certMcatlon 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. 40H Page 225 of 985 IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. ATTEST: AI er I Or e, stat Gibson. City erk APPROVED �.§: TD FORM: „ Attorne x State of Florida County of Palm Beach Cr7Y OF BOYNTON BEACH, FLORIDA (CITY FILL OVr THIS PAGE) The foregoing instrument was acknowledged be ,,er„9me, by means of ®"physical presence or G online notarization, this the —.day, 2020 b Lori LaVerriere, City Manager, who Is personally known to me ar °„ rho t as—prod Notal7lpublic Seal of Office Notary Public, State of Printed, Type” or Stamped Men* of Notary Public Exactly as Commissioned 3 of 6 TAHUYLSTMZi M ' � {fou#Ot�808759 Egk*M 026,2123 Page 226 of 985 AR71STFALL OWTWS PAGE AND HAVE NORARUM ARTIST CONTACTINFORMATION Name Adr a LdILJim V Add .0311 9, Emaw .rte:. Web sft Q da ,'w Ot U" n . ti .t W.-%- Social Nedia � M f1 •JA, �/w, Adrian Landon Artist Shure State of �,....... county of The fatVciV bmtrument was admowWged bei me, by means of 0 physical presence or a ordine notarization, this _; day of . „ 2o2o by Adrlan Landon "o 19 personally known to me K who l s Produced __„m,,, , , as Mentillcwtion. hntaa Nblic saw of T-otary Public, Sate of m Printed, Typed or Stamped Name of Notary Public m cuy as Commissioned Page 227 of 985 C&LWOM [ Com ! f -------- �'M+� ibs ac a e4a� mE l4t a► rol dOMM IL x befpee ane, �!r► M Ooe► m ` L%ML Nae i�flYl lrfQ+Ae orKt Idle p/�fie G�6CM ► PW=Mfteo,�� .,. r is ed .A m�....................................................... .� _. ftamosws~ � e�.� +�s{mae�aow�ed�d� sae Baa '�►a�ea�eo ane sane � t�er�r MMMW04 &WSW'fir the +tea the DWSWIA a fie eft .aw W and Once ms r UW& VGKALTV OFSEQJLQV Lader nye rAffiw�d the Sade d Cdsornae � � b�sCoyip :+aoae ax�aerwet � 5,�..r.� � +ASr htrxt adod aactd saw wm��rarx� Ihrrj►sa�er�epp.�lw� rrd1WlbrA�pTtc _.. d�10aon deEarailerdapMr dnae dacaowe� ar d���DOI+ �oo41Jilr� of eimaws t Ift Or T�V* of Dnaemsx Sana% oew flea blamed Abarw OspIdW � Csetirted q ..w _ �r O Cpdosaoe �r — T aPoem - a L&MM a c, ................,��, Q TruWAg O swam or COGNIM a ww. « iS�•v. oaa� M+eee� mer IWod,oee Capa� odker .,.w ... . a pewter- o a fdenereT ___.... D O Aeon" in Fjp a TOMM a error a mow. ....... + 1s RevraN�a �„ Page 228 of 985 PURCHASE ORDER w CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 VENDOR 1389 TO: HARDRIVES OF DELRAY 2101 SOUTH CONGRESS AVENU DELRAY BEACH, FL 33445 P.O. #: 210654 DATE: 01/15/21 SHIP TO: City of Boynton Beach EAST UTILITY ADMIN 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 REQUISITION NO. 77708 ORDERING DEPARTMENT: UTIL PWT/MR DATE NEEDED. CONTRACT NO. COMMISSION APPROVED: LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST 1 16500.00 DL EXCAVATE AND PLACE SLUDGE 1.0000 MATERIAL IN DESIGNATED stockpile area. Price includes mobilization, it is also based on the premise that the dragline can be left cn site when not in use, or will be removed once complete, if required. PROCUREMENT SERVICES:° - P.O. TOTAL .................... _._._r ACCOUNT NO. PROJECT 401-2811-536.49-17 PURCHASING EXTENDED COST 16500.00 W:�61,=611, Page 229 of 985 o N N � \ a m in w \ \ N ri r -i P4 Q � P4 a >+ O p4 pA�� a' 9 HH a w a a E w °z a U � W A m O Hm a a rn o 0 o a 4 A C) W� c Iap�t aG m Lk, V W AFS a$ 0)a ai Of rqx a a ❑m w a w �O w 5F w Ma w a E �a H O z H H 1 O Wi H 0a Ha: H 0 c a E" a w a t VI Hlp � a 7-� O 4 O O O O C O 1n N tC kv CD o_. a Eoi o E� 0 L a O rl E4 H H A 0 a A +J chi OH (D i� w 1d H r1 Q N'dri Mi +i Hr1Z-12 "$ w A+3 H ."orar� � 84J w0�1 H td HW awd�m�a E � U •rS •+� Ci wiaE WHE� M 0 J wo GY f�C -rD ON rq Uaj •.U1 0 C 41 H.0 a) 0 w z W W 4JA r-IZ H I�aaa a 000 OR Wtd a=Umix m go -H w Q H0 ro 0Wd[r.ai0 0A O OE -40 1:4mW WOO yUfu q " xOmlaIDuM w m•.,,� w ri a H H 9 O CIO 0 V w H wa 0 z 13 am H O 0 MO O 00 0 N 0 Ix P4 0 0 Ln Ln w kn li H r H w m Ln CD CD ON F�SO zH H a V E KK'� A2 A*t U ii ¢ U Page 230 of 985 The City of Boynton Beach UfflidwDepatftmt 124E Woolbrkht Road Boynton Beach, Florida 33435 Phone (561) 742 -MM FAX. (56.1742-6298 OFFICE OF THE DIRECTOR OF UTILITIES QUOTATIONS ITEMS REQUESTED: Removal and Stockpile of Sludge material from East Water Treatment Plant. VENDOR # 1: Harddrives, Inc DATE: 12/23/2020 CONTACT PERSON: W. Allen Poston PHONE NUMBER: 561-278-0456 QUOTE: $16500.00 VENDOR#2: Prolime Corp. DATE: 12/23/2020 CONTACT PERSON: Dale Clark PHONE NUMBER: Daleclark52@gmail.com QUOTE: $25,000.00 VENDOR #3: Dev-Land Demolition & Site, Inc DATE: NO quote (see email) CONTACT PERSON: Carl Deveaux PHONE NUMBER: 561-585-6370 -wwww QUOTE: ATTACH THE ABOVE QUOTATIONS TO REQUISITION AND SEND TO PURCHASING DEPT. Page 231 of 985 Date: 29 -Dec -20 Requesting Department: Utilities PWT Contact Person: David Roland/MR Explanation for Purchase: Removal and Stockpile of Sludge material from East Water Treatment Plant. Recommended Vendor Hardrives, Inc Dollar Amount of Purchase $16,500.00 Source for Purchase (check and attach backup materials): �o�� v w� r �`""����--,..� Three Written Quotations 0 GSA �m State Contract PRIDEIRESPECT 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: 401-2811-536-49-17 r�FiNE�+Yara. Department Head Purchasing Agent �o�� v w� r �`""����--,..� Date Date Asst City ManagerDate �Y 9 �.......� �na er Form Revised 02/01102 �m Date mmmmm�.�.,� m ...... Page 232 of 985 REQUEST FOR REQUISITION H.T.E. ENTRY DATE; 11212912020 H.T.E. REQUISITION # Clerk MR Procurement Ass't: City Manager (non budge(`ed,,° covital and/or $5000+): `," "REASON �FOR PURCHASE: Removal and Stoic kpile of Sludge materialfrom-East Water -Treatment Plant. .............. . ........ .................. . VENDOR INFORMATION: DIVISION: OTHER INFORMATION: Name: Hai riv'e' ... s',' Inc . ... .. ............ min bate":- 12129!2020 'A AP k)— Address: 210-1 S Congress Ave Engineering Date Needed: 115/2021 Confirm. Delray Beach, Florida -&-S—t.'Rel- MA10/Caf.­ .......... . ............ ... Distribution BACKUP DOCS. DELIVERY: SUBMrTTED: Phone (contact). W. Allen Poston Water Qual. Quotes/Verbal E. Admin, 40 (over $5.09) 561-278-0458 Pumping Quotes/Written (X) E. WTP 41 —()�T .__.....m_. Vendor Num beT: 1389 PWTreat. (X) Bid Docs. 0 W. WTP 42 Meter Serv. Sole Source Ltr- P/U go Sewage Insurance Special Instructions: APPROVE °" Strmwtr. Project Number: Quan. nit 0 b "a"�—ion & . .... P -a- il Ill u m 6er .......................... . .... a ........... — I Dent ..- - Basic ---, Elem Obi Amount 1 16,500 Excavate and place sludge material In 401 2811 . ..... 536 49 17 $16,500 designated stockpile area. Price Includes mobilization, it is also based on the I premise that the dragline can be left on she when not in use, or will be removed once -- — --------- TOTAL 401 2811 536 . ............ . . .......... . 49 17 Page 233 of 985 It, , 51TEWORK 4, ASPHALT PAVING * ROADWAYS %, PARKING AREAS * CONCRETE WORK DRIVES, INC. 2101 SOUTH CONGRESS AVENUE PHONE 567-278-04SB DELRAY BEACH, FLORIDA $$4+45-7898 FAX 551.278-2147 QUOTATION NAME OF PROJECT: Removal and Stockpile of Sludge Material LOCATION: Boynton East Water Treatment Plant, Boynton Beach PLANS AND SPECIFICATIONS: As Described Below WE PROPOSE TO FURNISH ALL LABOR, MATERIAL AND EQUIPMENT TO PERFORM THE FOLLOWING: Excavate and place sludge material in south stockpile area. LUMP SUM: $16,500.00 NOTE: • All permits and fees by others. • Price includes mobilization; however, it is also based on the premise the dragline can be left on site when not in use, or will be removed once complete, if required. • Hardrives requires a two week notice to mobilize. The prices on this Quotation are valid for 30 days. Thank you. ACCEPTED BY: HARDRIVES OF DELRAY, INC. DATE: &Z�� ,, -. .��r ... DATE Craig K. Elmore Vice President HARORIVES CANNOT GUARANTEE OR BE RESPONSIBLE FOR ROCK RASE WORK CONSTRUCTED BY OTHERS: Power steering and fast starts will damage asphalt. We cannot be held responsible after completion of this project. Grass and weeds will grow through asphalt. The control of these Is the responsibility of the owner of the property. Buyer's signed acceptance wlil constitute a binding contract In the event there Is any default in payments due under this contract and the same Is placed In the hands of an attorney for collection, the purchaser and/or purchasers agree to pay all cost of collection, Including a reasonable attorney's fee. Page 234 of 985 December 23,2020 TO: City of Boynton Beach Phone 561.7426953E David Roland, lead Operator ail: Boynton Beach Utilities 5469 West Boynton Beach Blvd. Boynton Beach, FL 33437 NAME OF PROJECT: Removal and Stockpile of Sludge Material LOCATION: Boynton East Water Treatment Plant, Boynton Beach PLANS AND SPECIFICATIONS: As Described Below WE PROPOSE TO FURNISH ALL LABOR, MATERIAL AND EQUIPMENT TO PERFORM THE FOLLOWING: Excavate and place sludge material in south stockpile area. LUMP SUM: $16,500.00 NOTE: • All permits and fees by others. • Price includes mobilization; however, it is also based on the premise the dragline can be left on site when not in use, or will be removed once complete, if required. • Hardrives requires a two week notice to mobilize. The prices on this Quotation are valid for 30 days. Thank you. ACCEPTED BY: HARDRIVES OF DELRAY, INC. DATE: &Z�� ,, -. .��r ... DATE Craig K. Elmore Vice President HARORIVES CANNOT GUARANTEE OR BE RESPONSIBLE FOR ROCK RASE WORK CONSTRUCTED BY OTHERS: Power steering and fast starts will damage asphalt. We cannot be held responsible after completion of this project. Grass and weeds will grow through asphalt. The control of these Is the responsibility of the owner of the property. Buyer's signed acceptance wlil constitute a binding contract In the event there Is any default in payments due under this contract and the same Is placed In the hands of an attorney for collection, the purchaser and/or purchasers agree to pay all cost of collection, Including a reasonable attorney's fee. Page 234 of 985 PROLIME CORPORATION 58610 VAN DYKE RD. WASHINGTON, MI 48044 Name / Address BOYNTON BEACH 124 E. WOOLBRIGHT RD. BOYNTON BEACH, FL 3343 5 ATTN: DAVID ROLAND Description QUOTE TO DIG OUT LAGOON LOCATED AT BOYNTON BEACH UTILITIES 124 E WOOLBRIGHT ROAD. MATERIAL TO BE DUG OUT AND PLACED INTO THE STAGING AREA LOCATED ON THE SOUTH SIDE OF THE POND. PRICE QUOTED IS A PER CUBIC YARD PRICE OF MATERIAL AND INCLUDES THE USE OF EXCAVATION EQUIPMENT AND LABOR QUANTITY OF MATERIAL IS UNKNOWN BUT ESTIMATED AT 5000 CUBIC YARDS. "PLEASE NOTE - FINAL DISPOSAL OF PRODUCT FROM THE STAGING AREA IS NOT INCLUDED IN THIS CUBIC YARD RATE. QUOTE Date Estimate # 12/23/2020 QT122320 Project Qty U/M Rate iota! E- '- ...... 5,000 CY 5.00 25,000.00 Subtotal Sales Tax (6.0%) Total $25,000.00 $0.00 $25,000.00 Page 235 of 985 Roberts, Melissa From: Roland, David Sent: Tuesday, December 29, 2020 12:12 PM To: Roberts, Melissa Cc: Paterniti, Joseph Jr. Subject Quote for Dredging the lagoon Good afternoon Melissa, Wanted to let you know I have called Devland three different times and ask them to send me a quote for dredging the lagoon. Talked with Carl last Wednesday and he told me they would be sending me a quote by Monday morning. As of Monday morning Devland has still not sent me a quote for dredging the Lagoon. This has been going on for the last two weeks. I believe it's time to move forward with the two quotes we have from Hardrives and Prolime. Thanks, David Roland David Roland Water Treatment Plant Lead Operator Boynton Beach Utilities City of Boynton Beach 124 E. Woolbright Rd. Boynton Beach, Florida 33435 561-742-6434 RolandD@bbfl.us r et http://www.boynton-beach.org/ irr°iem :ws Gateway to die Gutlstrieam; Please be advised that Florida has a broad public records faw and all correspondence to me via email may he 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. 1 Page 236 of 985 Page 1 of 1 ACORO� CERTIFICATE OF LIABILITY INSURANCE ° D9/29/2020 �mm,,,,,,,, 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 13Y 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 previsions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, Certain policies may require an endoreemerlt. A statement on this certificate does not Confer ri hts to the certificate holder in lieu of such endorsement s i. -W= CFR II. W111LE Towers Watson Certificate Center Willis Towers Watson Sonthoast, Inc. c/o 26 Century Blvd E PHOFiE 1-877^945-7378 FA% 1-888-467-2376 LsII; .......,NoL: P.O. Box 305191 AIL AQP certificateagwiIlia.com Nashville, TN 372305191 VSA tlIBURS RpBI AFFORW NG COVERAGEMAIC N INSURER A : Zurich American Insurance Company 16535 INSURED ..ENSURER B : Aaeri,can Guarantes and Liability insurance, 26247 Haxdrivos of Delre]t, Ima. dba Haxdriws, Inc. .. Attn: Steve Sle2ak WSURERC: 2191 9. Congrau Avenue INSURER D: Delray Beach, FL 33445 .._------ CERTIFICATE NUME: W1084122 REVISIO THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE gL SRTEBBELOVFHM AVE -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. i TYPE OF INSURANCE X GWMERC"GEMERALL1A8ArrY CLAIMS-MAOS Fx-1 OCCUR A GENt AGGREGATE UMITAPPUES PER; POLICY J JECCT EX T E-1 LOC �R;_ - - AUTOMOBM.E LIA81LrrY^ X ANYAUTO OWNED SC WOULEO AUiOSONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY —. EXCESS LIAR- ....... ,...,. UNBRELLALIAB OCCUR CLAIM -0 -MADE 7 AND EIEPLOYM' LIABELRY Y I N H j ANYPROPRIETORIPARTNERIBXECUTIVE OFFICERIMEMSERE%CLUDEO? MIA (UWwIAary In NH) EACHOCCURRENCE S 2,000,OOC �d T"O At Id t - _. .., PREM!90S FSI qy lm Il 5 ......... 300,tlOC MED EW (Aa W' ane person) „ S 10,00C GIA 0195301-05 10/01/2020 10/01/2021 PERSONAL&ADV INJURY S 2,0001000 GENERALAGGRECiATE I S 4,000,000 PRODUCTS-COMPI)PAGG S . ,,,,,,,,,,, 4,000,000 S ����^ .:.:._......,...,,,,.,. V"ra S 1, 000, 00 SoOILY INJURY (Per person) S BAR 0185300-05 10/01/2020 10/01/2021 soDILy1NJURY(Pera=K§&U) $ EACHOCCURRENCE f ',. AGGREGATE x E.L. EACH ACCIDENT , SIC 0156653-04 10/01/2020 10/01/2021 "�������� S 1,0 11 0 0,000 1,0 E.L.O]SF-EA�EMPLqIEE S , 00,000 _____ ..... .... '... '...... E.L. DIS[:48E - PtlLFCY LIMIT S 1,000,000 ........ �„ ,�. - .....� OESCRIPt7ON OF OPERATIONS f LOCATIOIiB f YEHlCLF_S (ACORD 101, Ad6hlornE Rarnarks ScMsdule maybe aa ttached [f mora spate is rsquirod) Certificate Holder is included as an Additional Insured as respects the General Liability policy as ve"irod by written contract. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES HE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Boynton Beach Attn: Risk Nanagem"t A.UTHORREOREPRESENTATNE P. O. Boat 310 Boynton Beach, 8L 33435 d - ®1568-2016 ACORD CORP - DRA1'ION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Sp, sn: 20133666 ararM: 1829506 Page 237 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVEP.X 310 P . O #: 210657 BOYNTON BEACH, OFLORIDA 33425-0310 DATE: 01/19/21 VENDOR 17173 SHIP TO: TO: J.C. WHITE ARCHITECTURAL INTER City of Boynton Beach BERWIN, INC. PUBLIC WORKS DEPARTMENT 3501 COMMERCE PARKWAY 222 N.E. 9TH AVENUE MIRAMAR, FI, 33025 BOYNTON BEACH, FL 33435 REMARKS: FURNITURE FOR FIRE STATION #1 PROCUREMENT SERVICES n� M P.O. TOTAL: 15607 . 30 ACCCUNT NO. PROJECT 001-1214-512.49-17 TS2001 PURCHASING Page 238 of 985 I r I H I [TI IP W N N T1s` I Ln IP w N w prj j I� H WRm ow and 63W @3 N m on 0 O a o on t] G] Ozm 03m 0 t� r]3 w w w H Hn 00 00W OOU1 OOCO 00 w w r r HO I 3CJ uH PH UH UH N N N N N G" I ^,�, l --I H H H H-3 4H ; 8 F O Sim 8110 ro &10 G1 VI fro 0 UI I H w H w f I F] hQ INP INP INP INA i ON O d�9 'Xr GaG fjO�j Q A H WHO �i--1H Hh�71 { Cell S CI w r� W H to yy y 1 m Hm0 Hm �Wx t+]HHO xx�SC�����Q ' � yy r w � 00000 I $d bG� y 1 wmtilen mmm 1 O bei\ t9md fm KI �R+ro zua�xrz:c�a:o�zz z rnm M" - ro N x on 028@8 o � omd aeon your �Irdn m W I 3C] d i d � � " m..m � ; m � �° " H W in to to to ; H O 1 1 I.31 N 61 w w w I W W W m F 1 1D W W O CO H I K7 � O m w IP o b 7 c o a O o p o H 0 d d d e 1 C) H �J ,1p I Ln H I H � 31 I H �I O z I H H0 N r w w w I H o 0 o p o p l y o c o 0 0 • � t' v o 0 0 0 7� I •• o 0 o a o I 1 w w z I ut N m µ w r w w OD W w w w I-' w F•' I O W W w O lO a O 8.e ons it O O O O O • off° 1 W O p N iP O O O O a O I p O O O p O O O O O O I I I 1 1 i C0 h Ol W W p 07 wI O W W w O W� I 6• .I O F-` iP H O [ pC�er' I w O CD H IP O 71 I I z@r I +�H to ro to d I pd y W O H 1 0 H O H Q � x X Z w Page 239 of 985 m "mCi ro y [j] IV � •• IV ti! 10 1,L3M Sd •• Ibb H H H "rord z� H zz .1 w xl w .. C_I 0 O O o H O 0 a C� OZ -9-] m 4 to H m m H m q 0 O tilEO y z ° H Pd tz rytJ lu til m ���III F N r N itJ PU c, \ N a, \ N O O Page 239 of 985 Date: 12/16/2020 .E.' UECE1 i E JAI„ v ', (3 Requesting Department: Facilities M. Explanation for Purchase: Furniture for Fire Station # 1 Desk with drawers etc Contact Person: G. Mootz Recommended Vendor J.0 WHITE ARCHITECTURAL INTER Dollar Amount of Purchase $15,607.30 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: 1-1214-512-49-17 Approvals: r Department Head ........... ' � � , Date 0l 12,2021 °lig i3 34 XI�,l b� Purchasing Agent Date �. Asst City ManagerDate mm m...m City Manager _ Date i rorm Keviseo uzru,uuz Page 240 of 985 '�! 7 REQUEST FOR OFFICE ASSISTANCE FROM: %Date: 0 PRIORITY I DATE NEEDED BY: EJ Request for 121101rect Pay Req. for the attached - Vendor or Person to be reimbursed: Vendor:— . ........ . ..... Account Number. Project No.: ...... Request for Requisition - Vendor: — ...... .............. Account Number: 0,6/ - 1214 - 17 Project No.: =�L� [3 Request for BLANKET - Vendor: Account Number., Project No.: List Items w/Quantities & Unit Costs on the back of this request. C3 Single Quotes (Less than $ 2,000) – Attached. 0 Three Written Quotes ($2,000 to $4,999.99) – Attached. 13 Three Written Quotes ($5,000 to $34,999) w/Purchases over $10,000 Form – Attached. El Bid/City (Over $35,00): Bid # @. ..................... _.. 0 B id/Other Entity (Over $35,000)* Bid #, Bid Eff. Dates, & Bid Quotes–Attached, 0 File As: 0 OTHER: Page 241 of 985 INI QUOTE JCl E��Ill architectural interior products Mkamar West Pakn Beach 3501 Commarae Parkway 2403 S. DLda HWw ay Miramar, FL 39025 West Palm Beach, FL 33401 Ph0na: 864-499-6677 Ph", 5514KS 4982 Fax 964498.8976 Fax: 561-851-1091 p T CITY OF BOYNTON BEACH r s CITY OF 130YNMN BEACH 0 1fl0 E BOYNTON BCH BLVD H 209 N SEACREST BLVD BOYNTON BEACH, FL 33426-0310 p BOYNTON BEACH, FL 33435 i ATTN: AP CONTACT o D ATTN: TB Prepamd far: Jim Mammo Line Quantity j Description I 1.00 J C WHITE ARCH INTERIOR PRODS (JCW LABOR) Lot LABORWOOUFORM DELfVERYAND INSTALLATION,M-F,9:00+%W&OOPM 2 4.00 MODUFORM INC Each EV9C-3D-0-CO EVEREST PLATFORM DESK3 FULL LENGTH DRAWERS 3 5.00 MOD LIFORM INC Each EVVNP-CO EVEREST WRITING DESK 4 6.00 MODUFORM INC Each EVBCI-ID-O-CO EVEREST WARDROBE 1 DOOR AND I DRAWER LOCIONG 5 1.00 MODUFORM INC Each FREIGHT FREIGHT Unit Price 102829 Amount ,:. ....... ..- ... CudianwAaaauni CITY002-N 61 tion pate W12020 388.82 1,334.10 Tsmw ....... ...��,� NET 30 DAYS .�..... �..m.mmP Pap I of I p T CITY OF BOYNTON BEACH r s CITY OF 130YNMN BEACH 0 1fl0 E BOYNTON BCH BLVD H 209 N SEACREST BLVD BOYNTON BEACH, FL 33426-0310 p BOYNTON BEACH, FL 33435 i ATTN: AP CONTACT o D ATTN: TB Prepamd far: Jim Mammo Line Quantity j Description I 1.00 J C WHITE ARCH INTERIOR PRODS (JCW LABOR) Lot LABORWOOUFORM DELfVERYAND INSTALLATION,M-F,9:00+%W&OOPM 2 4.00 MODUFORM INC Each EV9C-3D-0-CO EVEREST PLATFORM DESK3 FULL LENGTH DRAWERS 3 5.00 MOD LIFORM INC Each EVVNP-CO EVEREST WRITING DESK 4 6.00 MODUFORM INC Each EVBCI-ID-O-CO EVEREST WARDROBE 1 DOOR AND I DRAWER LOCIONG 5 1.00 MODUFORM INC Each FREIGHT FREIGHT Unit Price Extended Amount 1,18D.00 1,180.00 850 35 3,301A0 388.82 1,334.10 1,065.30 6,381.80 2,39D.00 2,390.00 Omar Sub -Total: $15,607.30 TOTAL ORDER: $15,607.30 PLEASE RWEWTH640UOTATK)NAND NOTIFY USPROMPTLYOFANY CORRECTIONS REWIRED iHANKYOU FOR THE OPPOR"IYYTDBEOFSERVICE Page 242 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 P.O. #: 21.0686 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/22/21 VENDOR 17774 TO: FARINA TREE CARE LLC NICHOLAS DAVID FARINA 2200 SW 36TH AVE. FT LAUDERDALE, FL 33312 SHIP TO: City of Boynton Beach PUBLIC WORKS DEPARTMENT 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1.00 DL TRTM COCONUT PALMS-SEAGRAPES 18500.0000 18500.00 Trim selected seagrape trees within the Park, removal of coconut fruits from the coconut trees, lower hanging branches. Contractor is responsible for removal of the debris, to City provided dumpst.er. Contractor is responsible for MOT , if necessary., PROCUREMENT SERVICES: ACCOUNT NO. 001-2730--572.49-17 PROJECT P.O. TOTAL: 18500,00 PURCHASING Page 243 of 985 x 40 H rAH H O H H z 2 "n 00 n n 0 C z H nN H i M � 1 W N w N w w N a Ln Q1 p] H IL IP O "0 Ifl N H H m 0% O H OM cm y 0 0 0 0 0 O 00000 0 0000 00000 IO O N r 0+ 4 N M O a s N F+mm A VIN 1•+W �p� I roro�anH�l ?1 r to N r n �i N 0 0 H np•nwnyy n ' b' P .4 �vn• � Hm� O N O rt O� 0 m 0 ti.ek0'1gMn r-nrdnm �appyowwwwoa trJN�h7 WyyKC �� S�c°a°tic��l�wCao, 2�Nmo.�r�rrrrr� n g m m m m Ir+•M� M Mm bd fMOO gmm Z ro H N o f µ E] n P w H 0 rr M 0 0 M G ro mrt w �• � m al H rn v73 m ?� .y0 m CD H N z °x K ro H n m O H x tl L Page 244 of 985 I u O IO L+7.i, to 1 oro w I ?a w oI i a 1 N I O H m 0 H i I p i m i p to hj o i 'Vi z y o y O d n A cn gg] 91 o i rg C7 H x I 1 I O •• Page 244 of 985 Date: 1/19/2021 GITY 0'11F "BOY''INTON BEACH Requesting Department: Engineering Contact Person:Matt Doyle Explanation for Purchase: Trim selected seagrage trees within Oceanfront Park, removal of coconut fruits from the coconut trees, lower hanging branches. Recommended Vendor Farina Tree Care, LLC Dollar Amount of Purchase $18,500.00 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy -Back Sole Source Emergency Purchase Other Contract Number: NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. ........... Fund Source for Purchase: 001-2730-572-49-17 Approvals: Department Head Purchasing Agent Asst City Manager City Manager Form Revised 02/01/02 2 .. Date /2(.J/2021, 111"9.47 E: II'VI Date. �. Date Date Page 245 of 985 �..'ii��� n�� ��Ju:l°o'��alo.��i��ulilii, ➢I�,r; n�.il.�'i1 100 E. aLr°�J�r,u,� &Aa1 t'flevir RUuYle 8 u�uali.�wm�i,,s. N,ah itia��ai rl.alawul�i;ar^,1 V�"f�uai a�&r�ir� iia wTia �apiWalli au:s, Request For Quote 5eagrepe Trimming Project: City of Boynton Beach Oceanfront Park, Ocean Ridge, Florida Company Name- Farina Tree Care, LLC December 17, 2020 The City of Boynton Beach is requesting formal quotes for the trimming of selected seagrape trees within the park. The trees are hindering the views to the ocean and the city would like the reduction of the tops down to 42". There is a pipe located in each area showing the height to maintained at. The awarded contractor shall chip the seagrapes and haul away to Rolling Green Facility at 515 NW 14th Court, Boynton Beach. The Deadline Is December 24th for bids. In addition, the City requests a quote for removal of coconut fruits from the coconut trees, along with lower hanging branches. All trees MAY NOT be accessible with a bucket truck. Please review the site visually and adjust the quote accordingly. Contractor Is responsible for removal of the debris to city provided dumsteT on site. Contractor is responsible for MOT If necessary to perform work. Several of the trees are adjacent to overhead power lines so care shall be taken to ground the bucket truck or use a climbing method. At no time shall the use of spikes be allowed on the trees. This quote if accepted shall be utilllzed no more than twice a year. Due to the high volume of temporary residents utlizing the park at this time of year, It may be problemmatic keeping the service vehlcles in one iaration. City will provide overnight parking of vehicles at Rolling Green complex. Care shall betaken to not damage any residents vehicles. Removal of Trees Units Unit Price Total _ Trimming of Coconut Palms �69 S Sl o ' '$-3,4i6766' TrimmingofSeagrape $ 15,650A6 $ 15,650.60 $ 18,500.00 If at any point a problem occurs on site during this work, work must Immediately stop and the City Landscape Architect will be notified for procedures for moving forward. 854-857-1688 �a ,�u �P�.. ,� j Page 246 of 985 City of Bupitojia Beiach PulAi "^;ai)foa°ks - Enag.in.&,-Yi I 100 East Qenm Ave-nue oyaton .&3erao , T^: orada 33435 7Saaf wow' v Doyle, l.uaath2aaaalisAaclv1u,oU "r r#t lw ana gp ,?r l'oXm„vyiezawl hk'2llx* 561-7112-6218 December 17, 2020 Request For Quote Seagrape Trimming Project: City of Boynton Beach Oceanfront Park, Ocean Ridge, Florida Company Name: Blue Marlin Investments INC DBA Cayco Landscaping The City of Boynton Beach is requesting formal quotes for the trimming of selected seagrape trees within the park. The trees are hindering the views to the ocean and the city would like the reduction of the tops down t0 42". There Is a pipe located in each area showing the height to maintained at. The awarded contractor shall chip the seagrapes and haul away to Rolling Green Facility at 575 NW 14th Court, Boynton Beach. The Deadline Is December 24th for bids. In addition, the City requests a quote for removal of coconut fruits from the coconut trees, along with lower hanging branches. All trees MAY NOT be accessible with a bucket truck. Please review the site visually and adjust the quote accordingly. Contractor is responsible for removal of the debris to city provided dumster on site. Contractor Is responsible for MOT if necessary to perform work. Several of the trees are adjacent to overhead power lines so care shall betaken to ground the bucket truck or use a climbing method. At no time shall the use of spikes be eloped on the trees. This quote If accepted shall be utlllized no more than twice a year. Due to the high volume of temporary residents utilizing the park at thistime of year, it may be problemmatic keeping the service vehicles In one location. City will provide overnight parking of vehicles at Rolling Green complex. Care shalt be taken to not damage any residents vehicles. Removal of Trees Trimming of Coconut Palms Units Unit Price Total 69 $ 35.00 $ 2,415.00 Trimming of Seagrape LS ####### $ 16,550.00 $ 18,965.00 H at any point a problem occurs on site during this work, work must immediately stop and the City Landscape Architect will be noted for procedures for moving forward. 954-857-7688 Page 247 of 985 Ignano Tree Care 1127 SOUTH EAST 2ND STREET BOYNTON BEACH, FLORIDA 33435 OFFICE 561-738-2850 FAX 561-738-2801 Name 1 Address CITY OF BOYNTON BEACH ROLLING GREEN FACILITY 515 NW 14 CT BOYNTON BEACH Proposal Date Estimate # 12/21/2020 17377 ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ......, ........, .................. Rep Customer Phone i WG MATTI-IEW DOYLE 5... Description C Rate otssf ROLLING GREEN FACILITY 515 NW 14 CT TRIM COCONUT PALMS 3 AND 9 O'CLOCK POSITION 69 85.00 5,865.00 ORGANIC DISPOSAL INCLUDED TRIMMING OF 3EAGROE TQ 42" 19,200.00 19,200.00 BUCKET TRUCK, FORD, CHIPPER, 4MIOD ... ............................... __ FASI? SIGN TO INDICATE YOUR APPROVAL.. _ SIGNATURE: _ �i'ti;1l�UV�IIp;����' uLnQPi(�� 'DiHu 1JI, OL� �a i'aE� I TOTAL $25065.00 F11 if "MF �i)k]'Fl f) V, (ilti,.jl,' .. --- ..... .... :. .... °.p,� J1 P �I�L�"r `,)'�,�f ����. �I��11": �o-��"Y�1�� 1ptli"l[1 IGi'iM'`Y �I ,� �4- i. Page 248 of 985 'l� 16��`;�p oi�G ��rd;ryvViO��ill!Il�li�U��N � fWl j � �rfr,r, YGdrf� [sar, December 17, 2020 Request For Quote Seagrape Trimming Project: City of Boynton Beach Oceanfront Park, Ocean Ridge, Florida Company Name: Duffy'STotal Care Lawn Service, Inc. The City of Boynton Beach is requesting formal quotes for the trimming of selected seagrape trees within the park. The trees are hindering the views to the ocean and the city would like the reduction of the tops down to 42". There Is a pipe located In each area showingthe height to maintained at. The awarded contractor shall chip the seagrapesand haul away toRolling Green Facilityat515NW 14th Court, Boynton Beach. The Deadline Is December 24th for bids. In addition, the City requests a quote for removal of coconut fruits from the coconut trees, along with lower hanging branches. All trees MAY NOT be accessible with a bucket truck. Please review the site visually and adjust the quote accordingly. Contractor is responsible for removal of the debris to city provided dumster on site. Contractor is responsible for MOT if necessary to perform work. Several of the trees are adjacent to overhead power lines so care shall betaken to ground the bucket truck or use a climbing method. At no time shall the use of spikes be allowed on the trees. This quote If accepted shall be utillized no more than twice a year. Due to the high volume of temporary residents utlizing the park atthts time of year, it may be problemmatic keeping the service vehicles In one location_ City will provide overnight parking of vehicles at Rolling Green complex. Care shall be taken to not damage any residents vehicles. Removal of Trees Trimming of Coconut Palms Units Unit Price Total �2,415.00 Trimmingof5eagrape LS 5 35,000.00 $ 35,000.00 $ 37,415.40 If at any point a problem occurs on site during this work, work must Immediately stop and the City Landscape Architect will be notified for procedures for moving forward. 954-867-7888 Page 249 of 985 City of Boynton Beach Pl_Iblic Works - Engineering 100 East Ocean Avenue Boynton Beach, Florida 33435 Matthew Doyle Landscape ArohitectlProject Manager Doylem@bbfl.us 551-742-6218 �December 17, 202 I ioe Request For Quote Seagm pe Trimming Project- City of Boynton Beach Oceanfront Park, Ocean Ridge, Florida Company Name: The City of Boynton Beach is requesting formal quotes for the trimming of selected seagrape trees within the park. The trees are hindering the views to the ocean and the city would like the reduction of the tops down to 42'. There is a pipe located in each area showing the height to maintained at. The awarded contractor shall chip the seagrapes and haul away to Rolling Green Facility at 515 NW 14th Court, Boynton Beach. The Deadline Is December 24th for bids. Inaddition, the City requests a quote for removal of coconut fruits from the coconut trees, along with lower hanging branches. All trees MAY NOT be accessible with a bucket truck. Please review the site visually and adjust the quote accordingly. Contractor is responsible for removal of the debris to city provided dumster on site. Contractor is responsible for MOT If necessary to perform work. Several of the trees are adjacent to overhead power lines so care shall betaken to ground the bucket truck or use a dimbing method. At no time shall the use of spikes be allowed on the trees. This quote If accepted shall be utillixed no more than twice a year. Due to the high volume oftemporary residents utlWrig the park at this time of year, it may be problemmatic keeping the service vehicles in one location_ City will provide overnight parking of vehicles at Rolling Green•complex. Care shall be taken to not damage any residents vehicles. Removal of Trees Units Unit Pdce Total Trimming of Coconut Palms $69 Trimming of Seagrape $ ,1 ', , ""' LS A r If at any point a problem occurs on site during this work, work must Immediatefy stop and the City Landscape Architect will be notified for procedures for moving forward, 954 -UT -1688 Page 250 of 985 ACOR" CERTIFICATE OF LIABILITY INSURANCE DATE (mmroorrrvY) 01/20/2021 THIS CERTIFICATE IS ISSUED ASA 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 15 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 I. CONYAC NAME: Customer Service Department PHONE Gaslamp Insurance Services. W, (800) 920-4125 ,oero Ngo, (800) 920-4107 323$ Grey Hawk Ct. INSURER➢Si AFFORDING COVERAGE NAIC 9 Carlsbad CA 92010United Specialty ecialt Ins Co. 12537 }, INSURERA: INSUREDCertain Underwriters at Llo d's ....m, _ ....... - NA ........ INSURERS: y ......................................._.......... Farina Tree Care, LLC INSURER C : 2200 SW 36th Ave, INSURER D INSURERS:��� Fort Lauderdale FL 33312 INSURER F COVERAGES CERTIFICATE NUMBER: GL 20-21 IM 19-20 Master 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. INSR o�'�fti1'.+:,' POLICY EFF POLI YEXP _ �- LTR TYPE OF INSURANCE POLICY NUMBER IMMIDDIYYYYt CMMIDDJ'fyyyd LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR TMrdR, _ PER—Ply. 50 000 MIED�pEXP Ana one pverso $ ,�._ ) $ 5,000 n A Y S119051C234445 07/18/2020 07118/2021 PERSONAL&ADV INJURY $ 1000000 �,., ........,,,,,, GENT AGGREGATE UWTAPPLIES PER: G NERALAGGREGATE $ 2,000,000 X POLICY ❑ JERa F-� LOC PRODUCTS COMPIOPAGG $ 1 0000011 11 0 OTHER .......... ,ro...... $ AUTOMOBILE LIABILITY.. 66MBINEdSYFI�iL�`LIMT' $,,, uEaacudentj ANYAUTO BODILY INJURY (Per person) $ �� .,,{Pa„m,"„ m,,,,m,,, ,,,,m,.., OWNED " SCHEDULED BODILYINJURYerccidentp $ AUTOS ONLY AUTOS HIRED NON -OWNED PR PERTY DAMA E $ AUTOS ONLY AUTOS ONLY deer acudenty ,,,,...e ,._ .,,..,, „,,, UMBRELLA UAB UR EACH OCCURRENCE $ EXCESS UAB CLAIMS -MADE AGGREGATE $ ,m„ ..........,„a.........., DEn RcTENTEON $ $ ,m„RKERS COMPENSATISATI,w.a�,,,, ,,,,.... ......... �,,. .,...... WOON PER OTH- AND EMPLOYERS' LIABILITYYf N R ANY Mandato In NH E L EACH ACCIDENT $ OFFICER/MEMBER PJPAR ERIE FCUTIVF NIA E ,,,��......m. ... ... { ry j L. DISEASE- EA EMPLOYEE $ If yes desclbe under DE IP F PERATIONS belowSOR E L DI EA E P LI LI TION O O I S 5 0 CY MIT $ B Inland Marine (C) IMES03270 09/27/2019 09/27/2020 SCHED. EQUIPMENT $14,353 RIPTION OF OPERATIONS f LOCATIONS f vEHICLES {ACORD 101, Additional Remarks Schedule, may be attached if more space is required) "The City of Boynton Beach, it's officers, employees and agents are named as Additional Insured, to the extent provided in the attached form(s). Additional Insured status is subject to all policy terms, exclusions and conditions” SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Boynton Beach ACCORDANCE WITH THE POLICY PROVISIONS. 100 E Ocean Ave AUTHORIZED REPRESENTATIVE I Boynton Beach FL 33435 J r O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Page 251 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 VENDOR 18164 TO: MCKIM & CREED, INC. 1730 VARSITY DRTVF, STE 5 RALEIGH, NC 27606 P.O. 4: 210690 DATE: 01/22/21 ,SHIP TO: City of Boynton Beach EAST UTILITY ADMIN 124 E. WOOLBRIGHT ROAD BOYNTON BEACH, FL 33435 LINE## QUANTITY UOM ITEM NO. AND DESCRIPTION 1 19823.83 DL SCOPE OF WORK: Professional Services to add to the existing DES VTScada HMI System due to the recently upgraded District Energy System (DES) Chillers PROCUREMENT SERVICES: UNIT COST 1.0000 REMARKS: Task Order #SCADA-05-2021 - City of Boynton Beach Chiller Water System, services related to adding Chiller data to DES VTScada for the City. RFQ 038-2821-19/TP for supervisory control and data system programming. Commission authorized City Manager to sign agreements on July 7, 2020. ACCOUNT NO. PROJECT 404-5000-533.65-01 WT2005 2 P.O. TOTAL: EXTENDED COST 19823.83 19823.83 PURCHASING Page 252 of 985 z H q�q E aC Z E a H i a E� Fl M o z H OI O eE� H H U R1 1 H a Ix I M U I Z> H WA w a RS H W I Z Z a I 91 HR I ,a I N N O 00 ri w I O M O COm m v N N C. M M I r o d+ r1 W pR q w � m cr r -I r -i z � A p �i 9+ O z r -I � H a m N � m M a z EH zcn G+ 04 EO O w o U Q1 z H w � N m tv A W W [-I H H iv r ao U R O O r r C3 M a 0 -H o OGT E P V-ri N o `E-+ ^� 4J0MP � I H � z L) O F-1 N R P4 P4 �U 134 A H H N U-4 Ot ,x Oz H A Gomm` W mm(d W -14 LEiy �[Wry7 {d 1a Pi R, W M p z H q�q E aC Z E a H i a E� Fl M o z H OI O eE� H H U R1 1 H a Ix I M U I Z> H WA w a RS H W I Z Z a I 91 HR I ,a I N N O 00 ri w I O M O COm m v ,p - � � p CL O M M I o N N I r -I 00 0 k kv w M m cr r -I r -i z 0 0 0 0 H p M OD M N CD m H R10 0 ii -ria k 7r W�� (y0N 44)-1 l -V Uri a0 -I �- UM raJim rdOAW 0 A -)--W 4-3 00�v H N O41Hp; -rUi yMy.,p�w OSW�z vM >4 WO E 0,:4 EyO GT -rl 4-) H OMMUq Mr(j-riOO W0(aPEU LL W U t3 GG 0 O WOE M�EIgUr12 li L, P' ' a z O A H Et � � r -I r -I D U u1 U z azz H 4 ko M In 4 W Z'-1 a �I 0 Page 253 of 985 0 ca i N V � � p CL a W i � q ro k kv w `a c U IL m cr �I 0 Page 253 of 985 W H W �i z H H EH �4 G+ H EO O O M Gl W Ci 5ro to 9 -W0U P4 ri>G5 -H 0-H 0 41 V P V-ri N `E-+ ^� 4J0MP MQ WSM 000 N U-4 wpa� Gomm` mm(d -ri00O -14 {d 1a �-E:'ri m W Cd 0r�-I r-1-1 0W .. N H ri FI P �i (d 1 -r-I —1 O F4 -.a z 044 LW rd 6) 1 FL �J) IV] E qA M}1lU U �M04 4t0gd a.. y0 z rd H VW 13 • N40aN P H qrV E-4 O W 0,H 0 OONH M--0NI- H a m m o1u-rri4J� a FMPJ-) aAr4Feh �I 0 Page 253 of 985 Date: 7 -Jan -21 "10"", X1114 °°' 1111111', °Y OF VIII¶%IIID,uN�i, III�,�inllll�"h;<<`;;;'� II9°" FQ'IR,���,°i�,4111�1 »� VIII" �c,,„G 1771 ��h`i,,,°bo7ID OVER $10,000 Requesting Department: Utilities Explanation for Purchase: Contact Person: Michael Low .. Base -Off RFQ 038-2821-191TP - for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services. Task Order SCADA-05-2021 to add Chiller data to DES VTScada for the City's DES Chiller Water System. Commission Authorized the City Manager sign agreement on July 7, 2020. Recommended Vendor McKim & Creed, Inc. 18164 Dollar Amount of Purchase $19,823.83 urce for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDEMESPECT SNAPS Sole Source Piggy -Sack Budgeted Item Emergency Purchase Other 0 Contract Number: RFQ 038-2821 19 - SCADA Pro �rar NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Funding Account No. 404-5000-533.65-01 WT2005 Department Head Purchasing Agent Asst City Manager City Manager o r Revised 02/01102 Date Y r Date Date Date Page 254 of 985 REQUEST FOR REQUISITION H.T.E. ENTRY DATE: 1/7/2021 H.T.E. REQUISITION # 177763 Contract Coordinator: T. Pratt .. .......... .. Procurement Asst: Director: Joseph Paterniti City Manager (non cavital and/or $500 REASON FOR PURCHASE: �WNN McKim & Creed, Inc. Task Order #SCADA-05-2021 in accordance with RFQ 038-2821-19/TP This—task or -der isfor the Cityof Boynton Beach —DES ch11ler Water System, services related —toadding Chiller data to "DES VTS-cada for the CITY. RFQ 038-2821-19/TP for Supervisory Control and Data (SCADA) System Programming, Preventive Maintenance and Repair Services Commission Authorized the City Manager to sip Agreements on July 7, 2020. VENDOR INFORMATION: DIVISION: OTHER INFORMATION: Name: ..... McKim dreed, inc. .......... 'Admin . ........ (k), Date; 1/712021 ASAP -id-ressis:1730 ­ Varsity Drive Engineering k Date Needed: I� -.. . Confirm. Suite 566 . ............ . ..... 'C'ust. Rel. ASAP/Conf. Raleigh, NC 27606 Distribution BACKUP DOCS. DELIVERY: SUBMITTED: Phone (contact): Water Qual. Quotes/Verbal E. Admin. 40 (X) Mike Stoup, PE (over $500) Electrical & Instrumentation Group Manager Email : I�UlSt(,IU llco-f e .......................... ® . . . . . .......... Phone: 772442-7196 Pumping QuotesMriften E. WTP 41 Fax: 772-461-3827 (over $2000) Vendor Number 18164 PWTreat. RFQ (x) W. WTP- 42 Meter Serv. Sole Source Ltr. P/U 99 INITIATOR: MichM nager of Sewage a 'I Insurance Special Instructions: Technical ServicZ,0.1111 APPROVED: Strmwtr. RFQ #038-2821-19/TP; Project Number: SCADA-05-21 2 0 11 WT2905 . . . . . ................. ........................ ....... . . . . . . . ................. ...... . . . ....... . ...... . Quan. Unit,'Price Description & Part Number .... ...... . ......... . ......... .. .... ...... ... Fund Dept Basic l Elem Obj Amount Scope of Work: Professional Services to add to the existing DES $19,823.83 1 $19,823.83 VTScada HMI System due to the recently ........... . ......... .... O.District Ener, System !,,, E§)_!qhillens . .... ... .... WT2005 (Water) 404 5000 533 65 01 $19,823.83 Total . . . . . .......... . . ..................... . . . . . . .......... . .............. I . ................ . . ....... . ....... . ........ . . ...... . .......................... . .. .. ............. --1111 .......................... $19,823.83 . . .... Page 255 of 985 W c,�- 6 0C>0- 5 6-0k MCKIM&CKEED December 15, 2020 Mr. Michael Low Deputy Utilities Director 1 Manager, Tecluzical Services Boynton Beach Utilities City of Boynton Beach 124 E. Woolbright Rd. Boynton. Beach, Florida33435 RE: Proposal for DES Chiller project SCADA-05-2021 Dear Mr. Low: ENGINEERS SURVEYORS PLANNERS 203464 Please find attached a copy of our proposal for services related to adding Chiller data to DES VTScada for the City of Boynton Beach. We have provided a summary of our services in the attached proposal for your consideration. We have also provided the pricing breakdown for your convenience. Please let me know if you have any questions about either. If you have any questions, please feel free to give me a call. Sincerely, McKIM & CREED, Inc. 111'1111, sltiiiiirto ( I Project Manager T 386.274.2828 1 1h,"l 561.305.6222 �+ 'a 1365 Harrrret Avenue Clea+ater, FL 33765 727.44).7196. Fox 727.461.3827 www.rrmck1-ncreed.c0,1i Page 256 of 985 DES Chiller Project SCADA-05-2021 Scope of Services December 15, 2020 SCOPE OF SERVICES The City of Boynton Beach will be upgrading one of their District Energy System (DES) chillers and would like it to be added to the existing DES VTScada HMI system. McKim and Creed will conduct a site visit to investigate how the chiller is installed to be sure that it can be accurately displayed on the graphics. We will review information from Trane and the City to determine what data is available to the VTScada system for display, alarming and historical logging. We will create screens on the existing DES VTScada system and assign tags from the chiller controller as provided by Trane. These screens will follow the same design and functionality, of the current chiller screens, displaying chiller status, faults and operating conditions. Upon completion of the VTScada system and the chiller installation, McKim & Creed will perform on site testing with Trane and the City to verify data accuracy on the VTScada system_ PROJECT EEE M&C proposes to provide the above scope for the lump sum fee of: $19,823.53 SCHEDULE We anticipate approximately 4 weeks after notice to proceed to be ready to commission the system. Actual completion date will be dependent on the construction timeline from Trane and the City. Page 257 of 985 PURCHASE ORDER CITY OF BOYNTON LEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 BOYNTON BEACH, FLORIDA 33425-0310 VENDOR 1863 TO: MARTIN FENCE CO. 862 13TH STREET LAKE PARK, FL 33403-2383 P.O. #: 210692 DATE: 01/22/21 SHIP TO: City of Boynton Beach PUBLIC WORKS DEPARTMENT 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 33435 REMARKS: LITTLE LEAGUE PARK - 300 W WOOLBRIGHT RD BOYNTON BEACH, FL 33435 V : 014111 M►UiE 1011 IM01* l ACCOUNT NO. PROJECT 303--4220-572.62-01 RP2114 172' PURCHASING P.O. TOTAL: 38214 00 Page 258 of 985 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 1.00 DL COMMON AREA 39V6.0000 3976.00 2 1.00 DL BATTING CAGES 220.0000 220.00 3 1.00 DL FIELD 2 INFIELD 10149.0000 10149.00 4 1.00 DL FIELD 3 INFIELD 320.0000 320.00 5 1.00 DL FIELD 4 INFIELD 23549.0000 23549.00 REMARKS: LITTLE LEAGUE PARK - 300 W WOOLBRIGHT RD BOYNTON BEACH, FL 33435 V : 014111 M►UiE 1011 IM01* l ACCOUNT NO. PROJECT 303--4220-572.62-01 RP2114 172' PURCHASING P.O. TOTAL: 38214 00 Page 258 of 985 PU M H N H H °z H En H z m ro H r Ln FA a� N N z to r �d m w t+n I I � d w N In M W W W (D Wb b o 0 0 on 14 t" H w w r@ H IA IP IP FP FP O '0')N N N V N N N N N 0 0 0 Iwn W 0 W lel K z H to In wn" 1 � N N N W.. N ati of O at o, 0 N N N Q O O O O M H O H M O 2 H tY r5 omz K : o H GH FA rr HE rr H O OH•• tj FSHy OH-. d FSH OH-- t I FSH OyI-� w � H tt a V FC F* O m i xi tiC IZi rel l4� " PJ 04 .4, 4 '1j ?a t=J x1 „ 4 tj H WH PU M H N H H °z H En H z m ro H r Ln FA w N N z W W I I � O w N In w W W W W Wb b o 0 0 on w w w w WO IA IP IP FP FP O '0')N N N N N N N N N 0 0 0 0 0 W lel In to In wn" v)OH N N N N N ati of ai at o, N N N N N Q O O O O M H H H M GyGtlWWGdGtlU1WWW CC CCCCCCt404 �H+ rHr �H�+ �H�++ �H�--11 IH�++ �H�--11 H H H C1 C1tjGl7C7l7Cj[�Cy H H H H H H1-1 i -I H H O zzzzzzzzO zG'1z o pa �u �u M H N M M O O O O O 0 0 0 0 0 O O O O O 0 0 0 0 C. W N M W W I I � O w N In w M N %D M IA N IA N .3 A w a m o rn0 0 o a o 0 ozg O O O O O OF -3 Page 259 of 985 I I � � U7 I I t4f H ',d I '0 r� m wn" v)OH uCC�C]H wqn� woo I F3 C WOCW WORE COM CwONE @OW WOH [x10% WO i ww O H ON 2 omz : o H GH FA OH HE O H O OH•• tj FSHy OH-. d FSH OH-- t I FSH OyI-� OH � H Z V FC tj FS O m i xi tiC IZi rel l4� " PJ 04 "j w '1j ?a t=J x1 H WH Z M CZ M WHM nO �4�4� i v ro wc� m�� 40 Mm z� H tj H tj W W la u 47\ I H iA zca ztn loz z t, n \ / G] HHI 4� � 2 H yrH Mi t�3 t. W L. CA WO 40 L� tj U] t3lO n R+ I H ano�'e �m ro xLli ro0 b0 ro� x x x 1 1 I cs °z VVI .... NJ a Hu i DI DI tj to M H H M H t H w Leto H a o 0 0 0 y FF, 0 0 0 o a k G]O O PU t4 1 C 03 H0-3 F O H N M 1 O W O W I z tr W M N 1D I H C] O Fp N kA N a t H CiJ O 5D O lD O 01 I a O O O O O 1 I (]fit ftl DO a O O O b O 1 Ffr' LZf h1 V7 0 0 0 0 o e �H HH z H o v k (p I W N M O W O W I N CJI w r N W I z W FP N IP N .] t NF3 to W o tD o a1 i () y 0 0 0 0 4 O 1 03 n 0 0 0 0 0 0 1 HC7 y F z F 1 I Q .. I 1 1 � 1 O F M I N 01 1 C+1 M I N 1 H N I m� xf 1 I � m till �01 v 3 I y .. dd .. 1 1 1 1•+ 1•+ 1 � \ Im r M I M M Page 259 of 985 F+ F7 Cd I F-' F'(13 '. C, I .Ti O 1 H I H M b O H I H O I (� H 1 i H z I H LTJ , O Gr1 z I z =•e y I .. .. I r+ x I H U] n � I � I z r o � t pa Lr 1 02 1 I 1 1 I 1 I I I I 1 ti r I H C7 1 e � I p y I x7 r'17 1 �• ro 00 � r 1 tl0 ro 1 m �d , 1 +J 1 � I Htv z 1 w 1 14 w I n H t W w 1 W I (] I p I ' , I 1 I I I I I I M I r H I FS C1 tj I �1 r1 I H H , I H w I I w r I LTI LFI I I N N I N N IL' a H H y N °z Ctl 0 a 0 0 a a a no SL SL n 0 0 O O F' N N N O Page 260 of 985 Date: 1/15/2021 Requesting Department: Wm �n ll u u ]1 uuu m iIlllu im iIN" to in aEACIum m RIIIR: IIID 'ST i"l i ]III[°°Illl[AS JIIII t x m'� 5, ' Parks & Grounds Contact Person: FRANKY LAZO Explanation for Purchase: General Fence Repairs - Removal and Installation Recommended Vendor Martin Fence Co ...!-----.---------------------------------- Dollar Amount of Purchase $38,214.00 Source for Purchase (check and attach backup materials): Three Written Quotations GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy -Back Budgeted Item Emergency Purchase Other Contract Number: 001-2511-201 EM R19-139' NOTE! Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: 001-1214-512-49-17 Approvals: Department Head Purchasing Agent Asst City Manager City Manager Form Revised 02/01/02 Date YI r 20Y2Q21 3""� � 21 "Ntl Date Date Date Page 261 of 985 %%' ■ • • ..561-848-4466 MARTIN TOLL FREE: 1-877-777-3212 //%i'; FENCE CO. 862 13TH STREET, LAKE PARK, FLORIDA 33403-2389- www.MartinF �i- • SOLD TO: - TO: Address _ _ ._ _ ...— _ 300 W WOOL,BRIGUT RD. City _ .. __ w ,.. . ,...... _ _ ._._... I3C} _ .n.Js(7Nk§_}?tiC;k[ t!1.33935 Phone __��w�_--.-_ ._K _ Business .___. .._ ...._. r._ _ __ Total Footage _472_ _—:- _ Contact FRANKY LAZO Cel! Email ...... . Fence EXISTING OR CHAIN LINK FENCE Top Rail ......... .......... Line Posts Cor. Posts Gate Posts ..___.........._ ..-._, Gates Tension Wire Core Drills Panelweave Exclusions .............. Customer authorizes ,the installatiol of the fence in accordance with the sketch and any attached specifications and agrees to assume all liability and responsibility for accuracy of sketches. All fence lines must be cleared by customer or a fee will be charged - $75 per man per hour/minimum of 1 hour. 1. Per ❑ Top Rail ❑ Follow Countour G Barb Up ❑ Knuckle Up COMMON AREA: • REMOVE AND DISPOSE 4721.E OF EXISTING 6' GAL VANI%ED CHAIN LINK FENCE 1TEM 83: 6' FBNCF. REMOVAL 100 LF X $10 = $1000 HEM 84; 6' F1,'NCE REMOVAL. 372 1.1' X $8 = $2976 Total Price Approx. Delivery Date Less Deposit Po # _. _ _ Week of: _]_-_2 WK- AL cx G.O.D. on Completion 1397 This contract subject to Terms and Conditions on reverse side. Oral represen- tations cannot be relied on. No modifications to this contract will be honored unless in writing and signed by both parties. Fax and email communications are acceptable. Customer Salesman A-4 I hereby acknowledge Ae satisfactory completion of the above described work, Customer Page 262 of 985 MARTIN PHONE: 561-848-2688 @ FAX: 561-848-4466 FENCE CO. TOLL FREE: 1-877-777-3212 *W 862 13TH STREET, LAKE PARK, FLORIDA 33403-2383 www.MartinFence.com LIC. # U10591 Date 1413M91 SOLD TO: SHIP TO: Name _h_QYNrQN_.B I -'ACEI PARKS LITI'Ll -'IJ A(;UV V PARK Address City . ...... . .. .. . ..... . ... . ....... ...... ... . ...... . ... ..... . ....... !YN'!:(!N.!!lsA CH 1.3343i _ . ...... Phone Business Total Footage _adz Contact FRANKY LAZO Cell Email.. .... . . . .. . .... ..... . ...... Fence EXISTING 4'14 CHAIN LINK FENCE Top Rail Line Posts Cor. Posts . .. ... ... ... Gate Posts Gates _. 0 Top Rail 0 Follow Countour BATTING CAGES: El Barb Up El Knuckle Up • REMOVE ANI] DISPOSE 221.E OF EXISI'TN G 4GA LVAN MH D CHAIN LINK FENCR Tension Wire Core Drills .. ................. ........ .. . . ........ . TTUM $O: 4'VENCE REMOVAL 22 LFX $10 = $220 Panelweave . . .......... .. ..... .. . . . . . ............ . . . ........ .... I Exclusions ­ ­­ ... ........ Customer authorizes the installation of the fence in accordance with the sketch and any attached specifications and agrees to assume all liability and responsibility for accuracy of sketches, All fence lines must be cleared by customer or a fee will be charged — $75 per man per hour/minimum of 1 hour. Total Price ._t=_.. ......... Approx. Delivery Date Less Deposit - j�m g. . ................ . - . .......... . .... Week of:_! - 2 WKS AR0 C.O.D. on Completion $?.20 This contract subject to Terms and Conditions on reverse side. Oral represen- tations cannot be relied on. No modifications to this contract will be honored unless in writing and signed by both parties. Fax and email communications are acceptable. Custorner.— . . .... ....... ... Salesman I hereby acknowledge i9e satisfactory completion of the above described work. Per Customer I Page 263 of 985 MARTIN FENCE CO. SOLD TO: PHONE: 661-848-2688 v FAX: 561-848-4466 TOLL FREE: 1-877-777-3212 862 13TH STREET, LAKE PARK, FLORIDA 33403-2383 www.MartinFence.com LIC. # U10591 SHIP TO: Date . !112121.._.__ Name B()YNKQNBEACEIPAR KS__ LI'1^1'L1s1;1�1GUFs1?�1RK,_� Ad ress o Wv(}LBlt1C;}Fly_ City . _.__ . u, . ._ .. _ ..... BO TON BE:ACI 133435 Phone ��-_- Business _ .._. _. _ �._ �. Total Footage?i0 Contact FRANKY LAZO Cell Email Fence 2" X 9 GA. X 6' & 7' GALV. ❑ Top Rail Top Rail ....- y. _ ..., � s a x s�4a cALY... Line Posts _2.5° Cor. Posts 3" Gate Posts Gates _?., 6 X 16 DUUI3LL tiWfN[;,p I mui„I 1 G1 h ............. ....,....._____..._._..._...,_...,......,.._.._..._._. ....................... v Tension Wire BOTraM___ Core Drills-__.- ............ Panelweave Exclusions Customer authorizes the installatioh of the fence in accordance with the sketch and any attached specifications and agrees to assume all liability and responsibility for accuracy of sketches. All fence lines must be cleared by customer or a fee will be charged — $75 per man per hour/minimum of 1 hour. Per................. . ..... ❑ Follow Countour 16:6' GAL V. END POST 13: 6' GALV FENCE 32.45'X 8' GATE OPENING 19: 8' GALV. FENCE 20: S' GALV. FENCE 80: 4' REMOVAL 81: 4' REMOVAL ❑ Barb Up ❑ Knuckle Up 11I1i,,,,,,^^ 4 EA. X $200 = $800 17 LF X $35 = $595 2 EA. X $260 = $520 100 LF X $40 = $4000 77 LF X $38 = $2926 100 LF X $10 = $1000 77 LF X $4 = $308 Total Price 11019 _ _ mm.... ,.._ F.......,__.__. Approx. Delivery Date Less Deposit . Pct # _._ ___._..__ .- W. J. Week of: 3 - 6 WKS ARU C.O.D. on Completion .51914.9 This contract subject to Terms and Conditionsonreverse side. Oral represen- tations cannot be relied on. No modifications to this contract will be honored unless in writing and signed by both parties. Fax and email communications are acceptable. Customer Salesman . I hereby acknowledge ectory completion of the above described work. Customer..,...... .......................... Page 264 of 985 MARTIN FENCE CO. SOLD TO: Name BOYNTON BEACH PARKS PHONE: 561-848-2688 • FAX: 561-848-4466 TOLL FREE: 1-877-777-3212 862 13TH STREET, LAKE PARK, FLORIDA 33403-2383 www.MartinFence.com LIC. # U10591 Date tJ120 SHIP TO: LITI'LLJ,1 AGULPARI6 _ _ Email Fence _ ❑ Top Rai! ❑ Follow Countour ❑ Barb Up ❑ Knuckle Up Top Rail _! st' x„ssao cALv. -- FIELD 3: Line Posts ._ - • RICHT META) - HOOK UP'1'01' RAI], AND RVVLACN RAIL FIND 111,1'1NG Cor. Posts .. e, . _ BACKSTOP - REPLA(:I i 40 LIT B()'1'1 OM jkNI) MII) RAILS Gate Posts _ Gates 95: ADD MIDDLE RAI], 40 LF X55 = $200 "� 99A: RAI]. MATERIA]. PRX.17. 40 LF X $3 = $120 Tension Wire Core Drills Panelweave - Exclusions Customer authorizes the installation of the fence in accordance with the sketch and any attached specifications and agrees to assume all liability and responsibility for accuracy of sketches. All fence lines must be cleared by customer or a fee will be charged - $75 per man per hour/minimum of 1 hour. Per _.. Total Price 3zQ,_ ..�_„ ._ w_ Approx. Delivery Date Less Deposit �Week of. .... 1-.2 WKS ARO�_�_ C.O.D. on Completion m....,,, -.- ......................._..... This contract subject to Terms and Conditions on reverse side. Oral represen- tations cannot be relied on. No modifications to this contract will be Honored unless in writing and signed by both parties. Fax and email communications are acceptable. Customer Salesman hereby acknowledge i9e satisfactory completion of the above described work. Customer ........ ....... .... .. Page 265 of 985 MARTIN FENCE CO. SOLD TO: Name BOYNIY)N BIi k0l PARKS m « r' PHONE: 561-848-2688 9 FAX: 561-848-4466 TOLL FREE: 1-877-777-3212 862 13TH STREET, LAKE PARK, FLORIDA 33403-2383 www.MartinFence.com LIC. # U10591 SHIP TO: Date 7/]2/21._ 11_ City - _ BOYN'I'ON BEACH 33435 Phone .__- „.. . .. ........ ...,.,.__ Business ......, Total Footage Contact FRANKYLAZf) Cell Email Fence 2" X 9 4 ;A. X 6'GAIN. Top Rail 15'$ _X11SW_GALV. Line Posts .?.5 X 9' Cor. Posts XX 9' Gate Pasts 4'x"9' Gates 1 Kn. 6 X 16 QOUBLE 5W1NG.._._,_ Tension Wire )Troll Core Drills — ❑ Top Rail ❑ Follow Countour ❑ Barb Up ❑ Knuckle Up n Panelweave 16:6' GALV. END POST 4 EA. X $200 13: 6' GALV PENCE 100 LF X $35 _ ...._._.. ... _. ........................... ­ 14: 6' GALV. FENCE 291 LF X $33 Exclusions _.__ __ 17: 6' GALV. CORNER POST 3 EA. X $250 32:6'X 8' GATE OPENING 2 EA X $260 w_.. _...... ...... .._....... .. __ 83: 6' REMOVAL 100 LF X $10 Customer authorizes the installation of the fence in accordance with the sketch and any attached specifications and agrees to assume all liability and responsibility for accuracy of sketches. All fence lines must be cleared by customer or a fee will be charged -W $75 per man per hour/minimum of 1 hour. Per . 84: 6' REMOVAL 307 LF X $8 89: 10' REMOVAL 80 LF X $18 96: BOTTOM RAIL GALV. 435 X $5 99A: BOTTOM RAIL MATERIALS 435 LF X $3 = $800 = $3500 = $9603 = $750 _ $520 = $1000 _ $2456 _ $1440 _ $2175 _ $1305 Total Price . 23s49 _ _ ___ _____ Approx. Delivery Date Less Deposit Po # _ -._ Week of: 3w-... C.O.D. on Completion $?3549 This contract subject to Terms and Conditions on reverse side. Oral represen- tations cannot be relied on. No modifications to this contract will be honored unless in writing and signed by both parties. Fax and email communications are acceptable. Customer Salesman a-_ , _ . ____.__ — - I hereby acknowledge a satisfactory completion of the above described work. Customer - Page 266 of 985 Pimienta, Pablo From: Miller, Keyla Sent: Tuesday, January 5, 2021 10:13 AM To: Pimienta, Pablo Cc: Certificate of Insurance Subject: RE: martin fence COI Attachments: City of Boynton Beach.pdf Good ll r°noirllrrihrrilg, llhe a tta:r,IIAued I is, Ilplpiriaµaa:µal Ilr:y, IlRlliisµula III��G:urµa:im�l^u °u:µllmi:m C Ili I'� IIID II' III➢0 VI1. 11:: gD IN 0 . &d, Al V1011114, I, 1111111 P, a�lulllll(kG;�d'V f.�l "'"A E ill"IIIC:� �a�ll�l'iIfIIIG,�a1iY.a a l' (:1 Il li 11 :a ll'C II`/l a n l (`e 11 f"9 e n t Ialauri, tJidull,.o D".)3,cl1', 3.11"3c)hntorl Bie adh, 6I(,a l.a 3 a ! .5 Irlli��p.,lll�:a�al �wrd�.Nrr!b ll�hi"1 I. �ar.�p.:a�li ��lh,��µ. Illl,a��llp�lao Ih11P�a.1�.,lu,� I II�.,Ilr.i��:�:a 1�N.d" %l,, 5 611 a 42 .IFi 2 7 1. 'ii�lkl� I�IIM'�E",I�,lil 1.412 1�hYr/� L",IP.I��11�L'(�UII a1�"tll,i1 i11iAJ"� uul°Ilya @u IIIA h�11l114'� '' ��Iai�"tlN��ij� Iul 11 1 ;IIS MIA A � 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: Pimienta, Pablo <PimientaP@bbfl.us> Sent: Tuesday, January 5, 20219:59 AM To: Miller, Keyla <MillerK@bbfl.us> Subject: RE: martin fence COI Good morning Keyla, see attached copy of the COI for the subject vendor, corrected Thank you 1 Page 267 of 985 r Y i1D IF P IIJ N 11'O 111 01 II^N R Yv 01, C H Pablo Pimienta Administrative Associate Public Works - Administration Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 100 E. Ocean Ave. I Boynton Beach, Florida 33435 TM 561-742-6239 PimientaP@bbfl.us boynton-beach.org/ ?77=701787=177I � I'll, F "I'll, 11-11,11, 11 RUYRa�r* 1, tic FeC0,17 1777=7M77sponcience to fri"'I enrian May I 5ject 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: Miller, Keyla Sent: Monday, January 4, 20211:37 PM To: Pimienta, Pablo <11lii �J:ienta�l,' C '1111 11 >; Certificate of Insurance <C)1,1,'11,2 Uftus> . . ... . ................ Subject: RE: martin fence C01 Is it'*ssHt"fle to:'­jave fl -ie verjCdr,r u)tdate fl'�e w"Jdress an 11 h6s (''(1 Ils, N= Id C '.u'9 it 0 11 11111 0 'IIIA 11 Q III L% 11:1 A A. 11, N/fanagei! of H'Wand "A"Oh"IeMS'S iurnari Riesource!s aind Ms�,, N/IaHlrq. 4UJdress� 3:10 Bo,,�,rflon l3each, Florida flhy!"��C'fl 0:0 1 Ocear'II'Ve' I B1:, yi']1Or0 111'3each" 11oi'Llia 3'� 135 6 11 - 742,1(5271 Ile Am =�I �r,3 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: Pimienta, Pablo <� Ri­11M) Sent: Monday, January 4, 202111:09 AM Page 269 of 985 To: Certificate of Insurance < C 0 1 2 Subject: martin fence COI Good morning, Please see attached to this email a copy of the C01 for the subject vendor, for review and approval. Thank you 17 1kj: 1()011N1'r81rJ1d iCITV OF k16YR70N inffACH Pablo Pimienta Administrative Associate Public Works - Administration Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 100 E. Ocean Ave. I Boynton Beach, Florida 33435 561-742-6239 PimientaP@bbfl.us 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. <Martin Fence Co - COI exp 12-1-2021.pdf> Page 270 of 985 A� v' CERTIFICATE OF LIABILITY INSURANCE �70110512021(MMID i 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, ,,,,,,, ifi holder i n ADDITIONAL ....... _ .:..,,„.,,,...,,,,,,,,,,,. Q the cert tates a O AL NSUREb, the policy(lesj 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 rinrmhts to the certificate holder in lieu of such endorsemenUs). PRODUCER Stuart Insurance, Inc. 3070 S W Mapp Palm Cittyy, FL 34990 Patrick UCGlon 0 ffl�ence Co. 862 13th Street Lake Park, FL 33403-2306 u ra Owners Insurance Com COVWf20 CERTIFICATE NUMBER; INSURER F: 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. ......... .. .... ........ .. .......... ... ... `PDL'"uUBR I .... .... ........ ............ r TYPE OF INSURANCE POLICY NUMBER .... ,...POLICY EFF POLICY EXP ,,,,,,,,,,----„,,,,,,,,,,,, ....,,,,,,,,..............................................,,,,,,,, .............................. LIMITS ,,,,,,,,,,,,,,,,,,,,,,,,,,, ..... A X COMMERCIAL GENERAL LIABILITYEACH $ ..... 1,000,000 CLAIMS -MADE X OCCUR X 725$2429 ,,,,,,,, ,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,_ 12101I2020 1210112021 DAMAGE 70 RENTED 300,000 MED ExP,aP--r one I e song,,,,,,,,, ,,,,,,,,,,,,,, 10,000 ,,,,,,,,,,,, ,,,, ,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,, ,,,, „PERSONAL,&ADV,INJURY,,,,,,,, ,T,,,,,,,,,,,,,,,,,,,,,,,, 0,000 ,,,,,,,,,,,1,..DO”, GENT AGGREGATE LIMITAPPLIES PER : GEIVERAtAGGREGATE� 2,000°DDD POLICY ❑X JER&- LOC PRODUCTS - COMPIOP AGG 2,000,000 �, ,..,......m, ............. Emp Ben �. 1000,000 A w YILIABILITY CCMpINED SINGLE LIMIT A,V�hiI B 1,000,000x ANY AUTO X1128478803 12/01/2020 12/01 /2029 BODILY Per,ersonr . ,.... .... ......... OWNED SCHEDULED AUTOS ONLY X AUTOS BODILY INJURY y,Per aWclenly X N E TONLY „ .AUT 5 O N O LY ,,,_,,, A UN ED.•••••••••mm•••m DAMAGE c , ,„ _ ..................... mmm ���� ������,-••m .••m ���� mPPe�aoEraRtlenT � .....-,,, B X UMBRELLA LIAB X OCCUR EXCESS UAB CLAIMS -MADE i4.128478802 I RRENCE $ EACH OCCU (1210112020=12/0112021 AGGREGATE , $ 4,000,000 4,000,000 _ DED RETENTION $ � ... m••• C WORKERS COMPENSATION ..,.•••• •• X RER OTH- � AND ANpEMPL0YER5'LIABILITY Y!N � 7 83041150 [ANY xgd�Iwl � r�� 03/0112020 03/0112021 7_ PROPRIFTORIPARTNERIEXECUTIVE 1 OFFICERfMEMBEERREXCLUDED? NIA IBFCTWOS E.L.EACH k IDENT ,000,000 (Mandatory In NH} j CIS EA EA EM PL YEt 1,000,000 If yes describe under E.L. rv.E - „ u = "��r,'SASE-POLICY 1,000,000 � rr��.r�uN+�Nd�' I° ,In�.,i,.t:W� NP"�,y�„wd'��wmY s .mem mmm LIMIT '.. DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) —The City of Boynton Beach, it's officers, emptoyees, and agents are additoinal insured with respect to general liability and auto liability when required by contract .,_ A CEL . TIO�....�.-�.�... CITBB-4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Boynton Beach ACCORDANCE WITH THE POLICY PROVISIONS. 100 E Ocean Ave Beach, FL 33433 AUTHORIZED REPRES-E�NTTA�TIVE mmBoynton mmmmmm. ACOR625 (2016103) ©1988 2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 271 of 985 REQUEST FOR OFFICE ASSISTANCE 77854 FROM: FRANKY LAZO Date: 0 PRIORITY I DATE NEEDED BY: E] Request for 121/Direct Pay Req. for the attached - Vendor or Person to be reimbursed: Vendor: Account Number: Project No.: .... . ............... 111 Request for Requisition —Vendor: Martin Fence Co. Account Number: 303-4220-572-62-01 Project No.: . ................ . . . . El Request for BLANKET - Vendor: . . . . ....... Account Number: 111- . . ......... Project No.: List Items wlQuantities & Unit Costs on the back of this request. 11 Single Quotes (Less than $ 2,000) — Attached. El Three Written Quotes ($2,000 to $4,999.99) — Attached. El Three Written Quotes ($5,000 to $34,999) w/Purchases; over $10,000 Form — Attached. 11 Bid/City (Over $35,000). Bid # El Bid/Other Entity (Over $35,000): Bid #, Bid Eff. Dates, & Bid Quotes — Attached. [] File As: 0 OTHER: Contract Na 00 1 -251 1 20.1-EMAR197139) Special Instructions: General Fence Reairs Removal and Installation Mq.,L9qp pg Park - 366* Wqp!briu t' Rd $38,214.0 Request completed by . . .... ...... . ......... Date completed: Please sign and return this form to the Office Staff's Inbox; feel free to make any comments below. Page 272 of 985 Greco-Arencibia, Adrianna From: Javier, Andrea Sent: Thursday, December 26, 2019 3.17 PM To: Greco-Arencibia, Adrianna Cc Krasnoff, Leah Subject: RE: CERT: City of Boynton Beach /: Martin Fence - COI & W9 Request Attachments: cert City of Boynton Beach.pdf The attached meets City requirements. Andrea Javier, IPMA-CP, MPA, CLRP Human Resources Manager Human Resources and Risk Management Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 3301 Quantum Blvd., suite 101 1 Boynton Beach, Florida 33426 561-742-6044 JavierA@bbfl.us r,�- boynton-beach.org/ Lei 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: Margaret Kiess<mkiess@stuartinsurance.net> Sent: Thursday, December 26, 2019 2:15 PM To: 'Rob Greene'<rgreene@martinfence.com> Cc: 'Connie Greene' <egreene@martinfence.com>; Javier, Andrea <JavierA@bbfl.us> Subject: CERT: City of Boynton Beach /: Martin Fence - COI & W4 Request Importance: High Rob, Connie and Andrea, Attached is certificate of insurance per your request. Our office will be CLOSED 12/31 + 1/1 Margaret M Kiess Stuart Insurance Agency 3070 SW Mapp Road Palm City, FL 34990 772-286-4334 phone 772-286-9359 fax mkiess:' stuartinsurance.net Page 273 of 985 TROPII2 ® � �...� CERTIFICATE OF LIABILITY INSURANCE , wwwn MATTER BHW FICATE CE�R7lNW�C A"U �6�LF�R11tliCO NEGATIVELY o�EW MffE aHTCRAC ERT EN�� AFFORDEDy M '�S NO MM UPON THE CENTIMATE MOLDFJt TE BET pOLJCIES AUTHOR= REPRESENTA11VE OR PRODUCFP, AND THE CEKMCATE KOLDE& UWIPORTAAET: stEhe.u, .,.v..� w�.. .w.-,..S-4.�...,..w...W. ,. ���mm"T�IIA,,�._..__..."p . ." � cerlHicaie holdrr Ia en At>DITtONAI IN.F;IW, the po>uY{fes? awet i�ww ADDIL INSURED proYisians or 69—e n If SUIRROQATION 0 WANED, a>vlled to the tams arul conditims of #10 pollcy, cormin polldes Jmay requlne art endafmnent A ataEemeat on this ceiftwb don not confer *l s Who urdi ab holder in 0@u of„ash eru'a ... w....... Br w Tsmwn of deride !ea -- --- -- - r 661.686-8266 S 93 1641 Su 176 �� Nkh I Vega, CR ��er Ohlo 8ecu MN m- Ohfo caeuatty Insurance Ca UrNW 8t _. �, ._.� Fegm lne a � fl1A 6111t[Ilirl � Pom W stBaaat f18>SW Insurance Co 10388 �A: Fedeal Insurance Colnpal,,,, X2816 d. INDICATED. NOTWTHSTANDING ANY RMLQREMENT TES! OR CONDITION OF ANY CONTRACT THE DOCUMENTAWM I30Y FOR iI rvrvry THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW FIAYE S THE POLICY PERIOD CERTIFICATE MAY BE ._ _. — _ �- --- - _ THE POLIGIES DE BCRW:D HEREIN v SUBJECT TO ALL THE TEIIMS, EXCLVSIONBAND 001iDI ONS OF SUCH POLICIEjk THE $DOWN INSURANCE BEEN REDUCED BY PAID CLANS. X 0 MMmcmL OreNB LqL LWwrY a E1 ODMy KSSl SM29 X EWD Dad $260 CY UX So �....„�,. a, .,,,,,, ,. . ........... A L"Turr X MYAura f7AA866liT89iJ1 . ,. •: ED ►Agq11i0601'�Y X- AU ��CKY XWNW 6S,O2d6667$B ��I X peBREL1.A LEAH � � OSCIXt EXCMLM C'iAfMSMADE �' 6�001� 09121/2020 011 11W 10 � 08I21121FZ0 08121120'10 �LViTii 0B121Y�019� L18�1120�i ` s I a MMM *TY NOFOPEUTIONSIt=A1[OHSIVEHMM N 1C1.AEd�o�dil �ka8ah�dula naW� ed tt�or+apa®Iercquln� ”. Ky at Boynton Beach is included as AddWonal Insured with respects to Canml Lumbility as reWIred by written contract: �4 SHOULD AW OF TJW AQOW DRGCMED POLIGM BE OANOELL 1) UPORE AAcGGAEXPIRATION Imo& �DATE w TKE POLICY Aidvai .E rrELL. GE DRIVI E1 City of Boynton Beso1r PO Sox 810 „.�„.. v��..,,,,,.• „ m ,. B6yntan Beach, Ft. SSW Aux+oy o ItenserJlraTaa ACORD 25 (2tl16l08j 9 79M2016 ACOS CORPORATION. All rights ►esanrad• The ACOM name and 1096 NO Pe9iatsrod Inar'ks of ACORD Page 274 of 985 RESOLUTION NO. R19-139 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AWARDING BID NO. 001-2511-20lEM FOR NEW FENCING, REPAIRS, AND GATE OPERATORS ON A PRIMARY, SECONDARY & THIRD BASIS TO THE LOWEST, MOST RESPONSIVE, RESPONSIBLE BIDDERS WHO MET ALL SPECIFICATIONS TO MARTIN FENCE CO., TROPIC FENCE INC., AND ALPHA FENCE, RESPECTIVELY, WITH AN ESTIMATED ANNUAL AMOUNT OF $250,000 TO BE USED ON AN "AS NEEDED BASIS"; AUTHORIZING THE CITY MANAGER TO SIGN INDIVIDUAL AGREEMENTS; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, October 28, 2019, Procurement Services opened and tabulated three (3) bids in response to Bid No. 001-2511-20/EM for New Fencing, Repairs, and Gate Operators; and WHEREAS, all bids were reviewed and it was determined to recommend this award by a primary and secondary, and third basis with Martin Fence Co. as the Primary, Tropic Fence Inc., as the Secondary, and Alpha Fence as the third; and WHEREAS, work requests may range from large projects with new installations and repairs to small quantity fence repairs (1.E. Darnage from vehicle accidents, wear and tear, demolition) to which the contractor shall furnish and install all labor, materials and services as required per the plans and or specifications per project; and WHEREAS, the initial term of the contract awarded shall be for two (2) years with three (3) additional one (1) year renewable periods, subject to vendor acceptance, satisfactory performance and determination that the renewal is in the best interest of the City. WHEREAS, the City Commission of the City of Boynton Beach upon 3, recommendation of staff, deems it to be in the best interest of the citizens and residents to 31 approve the bid award and authorize the City Manager to sign individual Agreements with 32 Martin Fence Co. as the Primary; Tropic f=ence Inc., as the Secondary, and Alpha Fence C:'Elsersl,Sianzinnc'I"Appl)ataxl_o:aRMicrosoft indn+rsllNetCache1IB0IIL1S8RX%Award_of_QIl7_-_fencing_-�-Reso.docx Page 275 of 985 n i�� Cry Gibson, MMC City Clerk (Corporate Seal) �._ 0 C:113s«sl5lanziencTk ppDam\ ocai\MictmO)WindomkiNdCm%cMEXDHL158RX\Aw$rd_of 9iD__fentinpl_ResodO" Page 276 of 985 CONTRACT NO.001-2511-201EM -1 BETWEEN THE CITY OF BOYNTON BEACH AND MARTIN FENCE CO. THIS AGREEMENT is entered into between the City of Boynton Beach, hereinafter referred to as "the City", and Martin Fence Co., 862 13th St. Lake Park, FL 33403, hereinafter referred to as "Vendor", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. PROJECT DESIGNATION. The Vendor is retained by the City to provide New Fencing, Repairs, and Gate Operators on an "as needed basis". 2. SCOPE OF SERVICES. Vendor agrees to perform the services, identified on Exhibit "A" attached hereto and incorporated herein by reference, including the provision of all labor, materials, equipment and supplies. No modifications will be made to the original scope of work without the written approval of the City Manager or his designee. 3. TIME FOR PERFORMANCE. Work under this Agreement shall commence upon the giving of written notice by the City to the Vendor to proceed. Vendor shall perform all services and provide all worts product required pursuant to this Agreement on an as °needed basis" as specified per task order requests, which may range in scope from large projects with new installations and repairs to small quantity fence repairs (I.E. Damage from vehicle accidents, wear and tear, demolition). The contractor shall furnish and install all labor, materials and services as required per the plans and or specfcations per project. 4. TERM. This agreement shall be for two (2) years effective upon date the contract is fully executed by all parties. The City of Boynton Beach may extend the agreement at the same terms, and conditions, for three (3) one-year renewals subject to vendor acceptance, satisfactory performance, and determination that renewal will be in the best Interest of the City. PAYMENT. The Vendor shall be paid by the Provider/City for completed work and for services rendered under this Agreement as follows: a. Work requests may range from large projects with new installations and repairs to small quantity fence repairs (I.E. Damage from vehicle accidents, wear and tear, demolition). The contractor shall famish and install all labor, materials and services as required per the plans and or specifications per project. b. Payment for the work provided by Vendor shall be made promptly on all invoices submitted to the City properly, provided that the total amount of payment to Vendor shall not exceed the total contract price without express written modification of the Agreement signed by the City Manager or designee. c. The Vendor may submit invoices to the City once per month during the progress of the work for partial payment. Such invoices will be checked by the City, and upon approval thereof, payment will be made to the Vendor in the amount approved. d. Final payment of any balance due the Vendor 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. e. Payment as provided in this section by Crty shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. f. The Vendor's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request. Page 277 of 985 6. OWNERSHIP AND USE OF DOCUMENTS. All documents, drawings, spec frcations and other materials produced by the Vendor 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 Vendor shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with Vendor's endeavors. 7 COMPLIANCE WITH LAWS. Vendor shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state of Florida and City of Boynton Beach, ordinances and regulations that are applicable to the services to be rendered under this agreement. 8. INDEMNIFICATION. Vendor shall indemnify, defend and hold harmless the City, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Vendor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Vendor. 9. INSURANCE. The Vendor shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance with a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury; and $1,000,000 per occurrence/aggregate for property damage, and professional liability insurance in the amount of $1,000,000 per occurrence to $2,000.000 aggregate with defense costs in addition to limits. Said general liability policy shall name the City of Boynton Beach as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this agreement. 10. INDEPENDENT CONTRACTOR. The Vendor and the City agree that the Vendor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Vendor nor any employee of Vendor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shalt not be responsible for withholding or otherwise deducting federal income tax or Social Security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to Vendor, or any employee of Vendor. 11. COVENANT AGAINST CONTINGENT FEES. The Vendor warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Vendor, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Vendor any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this contract without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee, Page 278 of 985 12. DISCRIMINATION PROHIBITED. The Vendor, 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. 13. ASSIGNMENT. The Vendor shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 14. NON -WAIVER. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 1 v. TERMINATION. a. The City reserves the right to terminate this Agreement at any time by giving thirty (30) days written notice to the Vendor. b. In the event of the death of a member, partner or officer of the Vendor, or any of its supervisory personnel assigned to the project, the surviving members of the Vendor hereby agree to complete the work under the terms of this Agreement, If requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Vendor and the City, if the City so chooses. 16. DISPUTES. Any disputes that arise between the parties with respect to the performance of this Agreement, which cannot be resolved through negotiations, shall be submitted to a court of competent jurisdiction in Palm Beach County, Florida. This Agreement shall be construed under Florida Law. 17, NOTICES. Notices to the City of Boynton Beach shall be sent to the following address: Lori LaVerriere, City Manager City of Boynton Beach P.O. Box 310 Boynton Beach, -FL 33425-0310 Notices to Vendor shall be sent to the following address: Ci of Bgyn n Beach P pt 5ua visorl9ont 9,91 Administrator Gail Mootz, 222 NE 9�' Avenue, Boynton Beach, Florida 33435 Page 279 of 985 1 B. INTEGRATED AGREEMENT, This agreement, together with attachments or addenda, represents the entire and integrated agreement between the City and the Firm 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 Finn. 19. PUBLIC RECORDS. Sealed documents received by the City in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the City announces intent to award sooner, in accordance with Florida Statutes 119.07. The City is public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CIN, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 115, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 3301 QUANTUM BLVD., SUITE 101 BOYNTON BEACH, FLORIDA, 33426 561-7426061 GIBSONC@BBFL.US Page 280 of 985 SCRUTINIZED COMPANIES -- 287.135 AND 215.473 By execution of this Agreement, Contractor certifies that Contractor is not participating in a boycott of Israel. Contractor further certifies that Contractor is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has Contractor been engaged in business operations in Syria. Subject to limited exceptions provided in state law, the City will not contract for the provision of goods or services with any scrutinized company referred to above. Submitting a false certification shall be deemed a material breach of contract. The City shall provide notice, in writing, to Contractor of the City's determination concerning the false certification. Contractor shall have five (5) days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If Contractor does not demonstrate that the City's determination of false certification was made in error then the City shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. DATED this G day of _r J QAC rrYl jLJ� A _ 20'(:1, CITY OF BOYNTON BEACH MARTIN FENCE, CO. d, .r. .... Lon aVerrlere,' ,ity Manager o e L. r ne. Pr sident Attest/Authenticated: (Corporate Seal) Gibson, City Cleric Approvedps to Form: Attest/Authenticated: h �. f � ..� ,carries A. Chi 'City Attorney Secretary Page 281 of 985 C©versheet i CITY OF BOYNTON BEACH l AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: IIIW2019 Page 1 of l 7.C. CONSENT BIDS AND PURCHASES OVER $100,000 111!512019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. RIS -439 -Approve award of BIO NO. 001 2511-201EM for New Fencing, Repairs, and Gate Operators on a primary, secondary & third basis to the lowest, most responsive, responsible bidders who met all specifications to Martin Fence Co., Tropic Fence Inc., and Alpha Fence, respectively, with an estimated annual amount of $250,000 to be used on an "as needed basis". The initial term of the contract awarded shall be for two (2) years with three (3) additional one (1) year renewable periods. EXPLANATION OF REQUEST. On October 28, 20119, Procurement Services opened and tabulated three (3) bids for New Fencing, Repairs. end Gate Operators. All bids were reviewed and it was determined to recommend this award by a primary and secondary, and third basis. Martin Fence Co. as the Pdmary,Tropia Fence Inc. as the Secondary, and Alpha Fence as the third. V%brk requests may range from large projects with new Installations and repairs to small quantity fence repairs (I.E. Damage from vehicle accidents, wear and tear, demolition). The contractor shall furnish and install all labor, materials and services as required per the plans and or specifications per project. The initial tens of the contract awarded shall be for two (2) years with three (3) additional one (1) year renewable periods, subject to vendor acceptance, satisfaetory 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 Invitation to Bid is to seek a maximum of three qualified contractors to provide New Fencing, Repairs, and Gate Operators on an "as needed basis" to the City. FISCAL IMPACT: Budgeted Funds are budgeted and available. Accgunts The account numbers will vary based an CIP projects and departmental needs and emergencies. Estlmated Annual Expenditure $ 250,000 ALTERNATIVES: Reject all bids and re-bld this project or do not proceed with the new fencing, repairs, and gate operators. 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? No Grant A mount: ATTACHMENTS: Type Description Resolution awarding Bid and authorizing the City Manager to sign o Resolution agreements with three companies DRAFT NEW FENCING, REPAIRS & GATE OERATORS o Agreement AGREEMENT # 001 -2511 -20 -EM p Addendum Tabulation Sheet- Pricing - Fencing e Fab Sheets Tabulation Sheet - Responsiveness- Fencing O Addendum Martin Fence Bid No. 001-2511 20EM Alpha Fencing - NEIN FENCING, REPAIRS, AND GATE D Addendum OPERATORS TROPIC FENCE INC CITY OF 130YNTON BEACH NEW FENCING * Addendum BID https:llboyntonbeach.novus agenda. comlAgendaPublielCoverSheet. aspx?ItemID==6896&... I2123/2019 Page 282 of 985 Page 283 of 985 Page 284 of 985 Page 285 of 985 Page 286 of 985 Page 287 of 985 Page 288 of 985 Page 289 of 985 7 Page 290 of 985 0 Pre -Bid Meeting Conflrmation BID TrrLE: NEW FENCING, REPAIRS, AND GATE OPERATORS BID NUMBER., 045-25111-191EM DATE: err" as an authorized representativ�a of: ' ,,-- (Print Name and Tide of Representative) F1 w (hereinafter called the bidder) located at J z PnntNarne of", rry} Company Address confines that Bidder has visited the alta of the work and has carefully examined the plans and specifications for such proje nd checked them in detail before submitting his bid or proposal. int i i� _ DA'i� ©F'MEE'D REPRESENTATIVE NAMED ABOVE f, 5-a "'X �r I S"^ PRESENTATIVE SIGNATURE FOR MANDATORY ONLY Page 291 of 985 WORK HISTORY Provide contracts for fenain projects that your firm has completed In the past five (5) years shc*lnB a mtnIMUm of $135,�D per year. CALE11 NDAR YEAR 2014 .,.,�. SGR >aEf lERAL REIPTION VALUE OF OF WORK PERFORMED WORK DATE 1iAAME ANE- PiMONE NUMBER OF AS PRIME CONTRACTOR PERFORMED { COMPLETED I ADDRESS OF PROJECT PROJECT OWNER j r�r�r 'br �4401,w Ir 644 say qqz 6yz� �.- — •� PW'�Irfrf4 %WD _. �. 1N7�"nGl.,�. e 3f�, zkriney r�wa7�e,�' -------_..�. �. .� pi- -&Fr A �p r&S i r C7 *�qwi FAC r4 W yrl UbrS°/ �,. F4., ,., e^wj6VQ_. iiT, 1-6,/27 RND 1' 1i1�. j lf� 'e, IF :wtfrtwg.r OPS. I J I wr-ir3 . ±S<s�icd arssRrcr 1,pr� OF d ` SycL� !"lid AMD gkTEs , 9 11 �rrclsar0 atm. u y vs Eev rwA4-' 774- spy- 5071 fi'LtrQNl�srf AWD rt/9rALL 8246 fi . ICI RgrA) &!1� .� —� C.'LP T� C��A� rt! 6fir gC I y f ! ,AST 1 tT1r S7Tz IPFA,4re C�vrre v +e- _ 4Towel &P yau,E IIEr`diA+'L gs� ~ I //qf 1461 Pau AC �PE.B+4'rDR 7 1 /! j ��� f G/5 �9� • Ir?/ _d„a„ nv� � •o_�. l X3.'3►� �r��w Adv i�rsrRu — �_ .. ...____.•.. ears m .^ ....�.., .� i I r ° r I I4di3 40 Mta A oQ. j � ZVdl • !,,i1iAGEsR Calendar Year Total Amount for this n must be greater then $135,DOO $ '% THIS PAGE TO BE SUBMITTED FOR BIi? PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 292 of 985 WORK HISTORY ftW , * "Ohact$ fl, fencing protects that YOUF firm has completed in the pas, (IV@ (5) years oh*4 a 4ftWhum Of $135,000 per year. CALENDAR YEAR 2016 OF PATE OF WORK PERFORMED AS PRIME CONTRACTOR RK PERFORMED COMPLETED Arm RdWLAtC;F 416 twe OF el d5VCI-F Axiv qpni;a 12, qqr. 1/z Rkwnw &'W. I /Grp Ap pop 10 F c"o - __RkM__EA:N_D PHONE_WU_M5ER OF— AODRESSOF I PROJECT OWNER PROJECT u. 9cvurr$'X At ,t Rkwnw &'W. I .cry rmm%lm paw -A -r 0-v4m 4MrWIP 7y POOL i"t AWT> OPTS 6,ddD AV& dftrWL5v 64- AC"m. O&F-W 1 /,7, DWI a liizr 5", 00wb" —JATJK4L — - - --- - -------- ore- -/v iF I 1duS*k.'_0; w 'as ......... . '112. 4APr!w- 6VZ( (0,ACVAA9 . . . ..................... for this . Calendar Year must be greater than $135,000 7 . ............. WORK HISTORY THIG PAGE TO BE SUBMITTED POR BID PACKAGE TO 89 CONSIDERED COMPL9TE AND ACCEPTABLE Page 293 of 985 Prtrvld'e ooftew for fencing prq)ed8 that your firm has completed in the past rive (8) years chmWng a minimum of $135,000 per year, CALENDAR YEAR 2018 GENERAL �3E5CRIPTIOId [ ' VALUE O -1 DATENAME AND -PHONE NUMBER -6F—,f OF WORK PERFORMED WORK COMPLETED ADDRESS OF i PROJECT OWNEIR AS PRIME CONTRA¢TOR �� PERFORMED PROJECT OWNER G'l.F A7- 3 LEFT /3,�J8, -- I � JACK eay„�yryrF�vn QRIS f18 �4vv ww aw. 15Gi 1/Z-GyZz FaLef-c- 5G17 �Rr� �.2� ' rFc•rA' AAO WAGG �DAt'ES �f ,65o. �- /Ip 674 I ,r -A ITy,� y' I �A g7J3clGU�FS � � 1 sTA(x. SclA� /p 571 JAtl.817"W 1 ' . *AM pun LV-eA,rW- ;� � � ^ �� uA /Pop aG'6 `/31�ec /MAPA AVIA VAv w S' 0p4r&c. sfr �•3S. - �� /9gG +&SxJ! s r. i yam, 772 SLSl - 5c 1 J G5D t.F of Glc saM �.3 f 1ow 07W sr'.. g640.flop � +��(! CF Lt4Y►1� i /a Lcc�.+I1Sf1 /jrtlD /,usiAtc. FL 5E cWd0--4 i Gala cr OCIWM XW4 61 AF Total Amount (pr this Calender Year must be greater.than $13S,000 455:2 .. �„-------- ..e._ NON COLLUSION AFFIDAVIT OF PRIME BIDDER THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE ANO ACCEPTABLE Page 294 of 985 STATE OF FLORIDA COUNTY OF PALM BEACH ) ANTI -KICKBACK AFFIDAVIT SS 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, Idekba* reward of gift, directly or indirectly by me or any member of my fine or by an,AO&r of tJw corporation. or By TRE Sworn and subscribed before me this day of a ze ,20 tai NOTA .Y PubLIC, State of Florida at Large �� ��r�7et+� +af �i�rl�P�•S�P(g9&ry �U�IYCi � �P �'+orrrnasuar�� Ki �G�6A�l5 � shy i~�garamfsskd„ E��uss C __. ..... _ OFFIIAL .._ _. NOTARY SEAL" STAMP Printed Information: II✓'rir G ;�Gc.�IC „,E I��ir7��vT TITL .,. ...,. M.4 77�t1 ;=JwCE caiir4.... ....... . . THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSWERED COMPLETE AND ACCEPTABLE 28 Page 295 of 985 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 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 danger; 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 fior 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 fire (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) Matte a good faith effort to continue to maintain a drug-free workplace through implementation of this section. .f As the person authorized to sign the statement, I certify that d0fin 'complies,�O'ly with tate above requirements. Vendor's nature THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 30 Page 296 of 985 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION _,— .of (Name of officer of company) P Y) (Title of officer Of company) n Cjs cD -located at 6c (Name of of Corporation/Company)(b usiness Address} 333 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 4 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:_�� CncA jgj� 1�0. of Boynton Beach,� ' . ,. fed within the City limits � � �` vW . �� � o�. Y , Florida?Flonda? � � Number of Does ._theb.... i—_ ....._ �......� , �._.�..w.� usiness have a businesstax receipt issued in the Current year? ICES j NO m Nubers License with sine s Division ra registered ren5d. t...id _..he Florian '�+ �, ,..... _., , .. rpo m,,,... .. -., I understand that misrepresentation of any facts in connection with thwFes-, may be cause for removal from the certified local business list. I also agree that bIs req ' d to notify the City in writing should it cease to qualify as a local busrn��� , Print Name: D � iE Signature: w `*"FOR PURCHASING USE ONLY'* Business License 0 Year Established: 0 Active: Verified by.. Date: THIS PAGE TO 19E SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 32 Page 297 of 985 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 29"T, patties with Activities in Sudan list or the Std Anized Companies With Activities in the I etrol!rn Energy Sector List A' $77.c1 LjE COMPANY NAME PRINT NAME SIGNATURE TITLE= THIS PAGE TO BE SUBMITTED FOR Bf) PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 34 Page 298 of 985 The City of Boynton Beach ADDENDUM No. 1 DATE: OCTOBER 17, 2019 810 TITLE: NEW FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511-201EM 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, specificatlons and/or contract documents. In case of a conflict, this Addendum No. 1 shall govern. Words in stAkethFough type are deletions from existing text. Words in highlighted in grey type are additions to existing text. The bid opening date remains as October 28, 2019 at 2:30 PM. The due date for questions has been moved to October 21..2019 st 8:00 PK 2. Attachment (B 8 C) - The Electronic Bid Sheet has been updated per this Addendum. Use the new bid sheet to submit your bid it has been uploaded as a separate attachment to this document. The excel sheet is labeled "Addendum No. 1 Attachment (B 8 Cl - Eonce Bld Sheet". The price sheets are provided in Microsoft Excel (.xis) format. These electronic price sheets must be submitted with your bid response In order for your bid to be considered responsive. 3. 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: "'^" PY! ^RYSTAL GIBSOIg, CITY CLERK 3301 QUANTUM BLVD,, SUITE 101, BOYNTON BEACH, FL 33426 561-742-6061 PYLEJ@BBFL.US 4. METHOD AND BASIS OF AWARD: Successful Bidder awarded shall ensure that proper and sufficient staff, equipment, organization, etc. will be provided for this contract to meet the specifications denoted herein at a paramount level. Page 299 of 985 Finance/Pracurement Services 3301 Quantum Blvd, Surte 101 Boynton Beach, Florida 33426 Telephone! (361) 741-6310 FAX: (561) 741-6316 ADDENDUM No. 1 DATE: OCTOBER 17, 2019 810 TITLE: NEW FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511-201EM 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, specificatlons and/or contract documents. In case of a conflict, this Addendum No. 1 shall govern. Words in stAkethFough type are deletions from existing text. Words in highlighted in grey type are additions to existing text. The bid opening date remains as October 28, 2019 at 2:30 PM. The due date for questions has been moved to October 21..2019 st 8:00 PK 2. Attachment (B 8 C) - The Electronic Bid Sheet has been updated per this Addendum. Use the new bid sheet to submit your bid it has been uploaded as a separate attachment to this document. The excel sheet is labeled "Addendum No. 1 Attachment (B 8 Cl - Eonce Bld Sheet". The price sheets are provided in Microsoft Excel (.xis) format. These electronic price sheets must be submitted with your bid response In order for your bid to be considered responsive. 3. 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: "'^" PY! ^RYSTAL GIBSOIg, CITY CLERK 3301 QUANTUM BLVD,, SUITE 101, BOYNTON BEACH, FL 33426 561-742-6061 PYLEJ@BBFL.US 4. METHOD AND BASIS OF AWARD: Successful Bidder awarded shall ensure that proper and sufficient staff, equipment, organization, etc. will be provided for this contract to meet the specifications denoted herein at a paramount level. Page 299 of 985 The City of Boynton Beach is seeking bids from qualified bidders to provide fence installation and repair for the city's various departments, in accordance with the terms, conditions, and specifications contained in this bid. Work requests may range from large projects with new installations and repairs to small quantity fence repairs fl. E. Damage from vehicle accidents, wear and tear, demolition). All work shall commence 10 days after receipt of Purchase Order. The contractor shall furnish and install all labor, materials and services as required per the plans and or specifications per project. A. f=encing work includes but is not limited to., 1. All posts, post caps and post bases, top rails, bottom rails, tension wire, bar, band, fence ties, and bracing. 2. Fence fabric or wire, securing and tensioning devices and accessories 3. manual Minging (GHAIN LINK) Gate and related hardware (including but not limEted to pipe frame pieces and including in -fill chain link mesh and hardware material, all posts, hinges, locking device, and hardware kit_ Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured In concrete. 4. Manual Rolling (CHAIN LINK) Gate and related hardware (including but not limited to pipe frame pieces and including In -fill chain link mesh and hardware material, all posts, tracks, wheels, locking device, and hardware klt. Gate and Latch Post are to be sized property for the applicable fence height. All posts shall be secured in concrete. S. Manual Cantilever (CHAIN LINK) Gate and related hardware (including but not limited to pipe frame pieces and including in -fill chain link mesh and hardware material, all posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured in concrete. 6. Manual Swinging(MECHANICAL) Gate and related hardware (including but not limited to gate, frame pieces, hardware material, all posts, hinges, locking device, and hardware kit. Gate and Latch Post are to be sized property for the applicable fence height. All posts shall be secured in concrete. 7, Manual R411in9_(MIECHANICAL) Gate and related hardware (Including but not limited to gate, frame places, hardware material, all posts, tracks, wheels, locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured in concrete. B. Manual Cantilever (MECHANICAL) Gate and related hardware (Including but not limited to gate, frame pieces, hardware material, all, posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured In concrete. B. Non -Fencing but related work: Any electrical grounding, if required, will be done by others. C. Materials 1 Chain'Link Fence Assembly a. Framework: ASTM A120 (40 weight) or ASTM 1643, group 1c (40 weight) Pipe, hot -dip galvanized to 1.00 oz/sq. minimum. Page 300 of 985 are not acceptable to the City, the City reserves the right to procure these additional services from other source(s). F. Swing Gate Post: Gate Leaf Width Post Outside Diameter 7o 6 feet inclusive 2.875" (30y-5.79 IbsM Over 6 to 13 feet 4.000" (4A)-9.11 lbs/ft Over 13 to 18 feet 6.625" (6 518"}-18.97 IbsM Over 18 feet 8.625" (8 5181-28.55 Ibsfit G. Brace Rail 1. 1.66" (1518") outside diameter x 2.27 lbs/ft. 2. Swing, Roll and Cantilever Gate Frames: Gates up to a 6' wide single leaf, shall be 1.66" (1 518") outside diameter x 2.27 lbs/ft hot dipped galvanized (Q_Wdight) pipes for interior and exterior of frame. For gates 6' -- 12' wide single leaf, pipe shall be 1.90" (2") outside diameter x 2.72lbs/ft hot dipped galvanized (40 weight) pipes for interior and exterior of frame. 3. All Roll and Cantilever gates shall have nylon rollers 40 O.D. x 2 '/" O.D. with safety covers. All gate posts shall be minimum 4" O.D. (46103400) hot dipped galvanized. H. Wire Pasture Fence 4" X 6" hot dipped galvanized field farm fence 48" tall with 4 strands of 12.5 -gauge 4 barbed wire spaced evenly and overlaid on the fence. The top wire shall finish at 5' above finished grade. All brace post and end post shall be 8' x 3" to 5" diameter pressure treated round Southern Pine posts embedded 3' into undisturbed ground. All line post shall be 7' hot dipped galvanized (40 weight) 7 -posts Imbedded 2' into undisturbed ground and shall nal exceed 10' o.c. with silver top. All comer and mid-pole brace shall have 2 (two) consecutive H -braces and shall not exceed 390' o.c. from all end, comer, pull, terminal post of the inline fence run, all cross members shall be 6' 6" x 3"-5" pressure treated Souther Pine round posts. Brace wire shall be 12.5 gauge wrapped twice from the top of the first post to the bottom of the second post and from the top of the second post back to the bottom of the first post. I. Wooden Fence Wooden fences shall be made in the shadowbox style with pressure treated pine wood and be six -feet high. Any wooden gates shall be made of the same matching material. Hinges and opening availability will be determined by the City. J. Execution 1 Install terminal posts, line posts, and horizontal rails with brace bands, rail ends, rail sleeves, line post loop caps, tension bands, tension bars, chain link fabric and gates, to provide a rigid structure for all fencing. Use manufacturer's standard hot dipped galvanized fittings, fasteners and hardware 2. Space line posts uniformly, and 10' foot maximum on center of post. 3. Set all posts in concrete footings, installed per Florida Buil'ding ;Code., ratest Page 301 of 985 • Contractor(s) shall provide all supervision. labor, tools, and materials to complete all services as required per fid specifications. • Contractor(s) will be responsible for ensuring that all employees are in compliance, at all times, with Terms, Conditions, and Specifications outlined in these bid specifications. ■ Contractor(s) shall provide and ensure the wearing of protective clothing, masks, ear and eye protection, etc., as required by Laws, Regulations, Ordinances, and/or manufacturer's instructions for materials and equipment. The Contractor's personnel shall be in company uniform at all times while working on City property. ■ Contractor(s) Is responsible to educate and provide all safety training and personal protection equipment for all of their personnel including following O,S.H.A Regulations_ • Contractor(s) will be responsible for obtaining all necessary permits, licenses, and/or registration cards, 1-9 Forms (Department of Homeland Security's Employment Eligibility Verification) in compliance with all applicable federal, state, and local statues pertaining to services as specified Points of Clarification: I. The awardee M11 only need to obtain General Liability Insurance. 2. Please use the new excel sheet attached to submit your bid. There are TWO tabs one labeled "Fence" and one labeled °Gates'''Please rill in every unit price (the extended price should calculate automatically when you input .your unit pricing. Thank you, Eric Marmer Eric Marmer, MPA Senior Buyer cc: Finance/Procurement Page 302 of 985 01r; �i � BID OPENING E-: October 28, 2 18 BID OPENING TWO: 2:30 P. M. (LOCAL, TIME) PURCHASING SERVICES, CITY K f.L. Page 303 of 985 GENERAL CONDITIONS FOR BIDDERS ILIARITY WITH WS: The bidder Is presumed to have ful knowledge of and be In compliance with all Federal, State, and Local laws, ordinances, rules, and regulations that In any manner affect the equipment and the services provided to the City. ignorance on the part of the bidder will In no way relleve bidder of responsibility to adhere to such regulations. BID FOIA iMI The bidder will submit a bid on the bid forms provided. All bid prices, amounts and descriptive Information must be legibly entered. The bidder must state the price and the time of delhrery for which they propose to deliver the equipment or service requested. The bidder IS required to be licensed to do business as an Individual, partnership or corporation in the State of Florida. Place all required bid forms in a sealed envelope that has the company's name and address, proposal title, number, proposal date and time on the outside of the sealed envelope. Proposals not submitted on appropriate proposal forms may be rejected. All proposals are subject to the conditions specified herein. Proposals which do not comply with Vow conditions are subject to rejection. PONDING : When required by the specifications herein, the successful Bidder shall fumish Performance and Payment Bonds, andfor Warranty Bond, as stated on In the Bid documents on the City's forms within ten (14) calendar days after notification of contract award. Fallure to furnish the required bonds within the time specified may be cause for rejection of the Bid and any Bid deposit may be retained by the City as liquidated damages and not as a penalty. Said sum shall be a fair estimate of the amount of damages the City would sustain due to the Bidder's failure to furnish said bonds. EXECUTION OF DID., Proposal must contain an original signature of an authorized representative In the space provided on all affidavits and proposal sheets. NO BiD: If not submitting a proposal, respond by returning one copy of the "STATEMENT OF NO BID" and explain the reason by indicating one of the reasons listed or in the space provided. Repeated faliure to quote without sufficient justification shall be cause for removal of the vendor's name from the mailing 119L NOTE: To qualify as a respondent, bidder must submit a "NO Bio" and it must be received no later than the stated bid receiving date and hour. BID DEADLINE; It is the bidder's responsibility to assure that the bid Is dellvered at the proper time and place prior to the bid deadline. The City of Boynton Beach is W responsible for the U.S. Mail or private couriers in regards to mail being delivered by a specified time so that a proposal can be considered. Bids which for any reason are delivered by the deadline will not be considered. If no award has been made, the City reserves the right to consider bids that have been determined by the City to be received late due to mishandling by the City after receipt of the bid. Offers by telegram or telephone are not acceptable. m M-MQR iRREGy ITIESIRIGHT „TOces REJECT: Bidders are expected to examine the specifications. delivery schedules, bid priand extensions and all instructions pertaining to supplies and services. Failure to do so will be at the bidders risk. The City of Boynton Beach reserves the right to waive irregularities or informalities in Bids or to reject all Bids or any part of any Bid deemed necessary for the best interest of the City. The City may reject any response not submitted in the manner specified by the solicitation documents. 0 Page 304 of 985 equipment are not immediately placed In service, the bidder will provide a delay of warranty start-up time. The period of warranty delay wilt be coordinated by procurement Services. PR!GN, TEMS AND PAYMT: Firm prices shall be quoted, typed or printed in ink, and include all packing, handling, shipping charges and delivery to the destination shmm herein. Bidder is requested to offer a cash discount for prompt Invoice payment. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct Invoice at the office specified, whichever is later. Upon delivery, the City shall make final Inspection. If this Inspection shows that the equipmentlservice has been delivered/performed in a satisfactory manner in accordance with the specifications, the City shalt receive the same. Final payment due the bidder shall be withheld until visual Inspection Is made by the Contract Administrator or his/her representative and merits of performance evaluated. This total acceptance wilt be done in a reasonable and timely manner. Acceptance shall not exceed thirty (30) days. If any equipment/ssrvire has to be rejected for any reason, the bidder shall be required to pick up the equipment, accomplish the necessary repairs and return the equipment to the City. Warranty repairs may be accomplished on City property If space is available; this will be at the discretion of the City. Title to or risk loss or damage to all items shall be the responsibility of the bidder, unless such loss or damages have been proven to be the result of negligence by the City. The Finance Department processes payments either through E -Payables or paper checks every two (2) weeks and all checks are mailed; no exceptions. Timely submission of a properly certified Invoice(s) in strict accordance with the price(s) and delivery elements as stipulated in the Contract document should be submitted to: City of Boynrton Beach Attn: Gall Mootr, Project SupervisorlContract Adminlstrator 222 NE P Avenue Boynton Beach, Florida 33435 A TAXES: Do not include State or Federal taxes. Not applicable to municipalties. B. MISTAKES: Bidders are expected to examine the specifications, delivery schedule, bid prices, extensions and all Instructions pertaining to supplies and services. Failure to do so will be at bidder's risk. C. DISCOUNTS: Will be considered in determining the lowest net cost. D. CONDITION AND PACKAGING: it Is understood and agreed that any Item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging, E. SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured Items and fabricated assemblies shall cant' U.L. approval and reexamination listing where such has been established. TIME OF.4IVER : The bidder shall state in the bid the time of delivery of the equipment. Time rs of Importance to the City and the bidder is hereby notified that the date of delivery will be considered as a factor in the evaluation of the bids 9 Page 305 of 985 made In error then. the City shall have the right to terminate the oontract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time. Solicitation responses must Include the attached Scrutinized Companies form to certify that the Proposer is not on either of those lists. Remainder of Page Purposely Left Blank 12 Page 306 of 985 for the applicable fence height. All posts shall be secured In concrete. 8. Manual Cann l " i, hardware iICAU,7G,; h and related hardware (including but not limited to , frame pieces, material, all posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured In concrete. S. Non -Fencing but related wont: Any electrical grounding, if required, will be done by others. C. Materials 1. Chain Link Fence Assembly a. Framework: ASTM A120 Schedule 40 Pipe, hot -dip galvanized to 1.80 oz/sq. minimum. b. Chain Link Fabric: Galvanized or Vinyl coated 2. All parts shall be coated after fabrication using zinc, averaging no less than 1.2 oz. of zinc per square fool of surface. Fabric to be hot dipped galvanized steel 9 -gauge O.D. knuckle and knuckle with 2" diamond mesh. 3. Vinyl Coated: Same as galvanized except this fencing shall be 9 -gauge O.D. galvanized core with vinyl coating that makes fencing equivalent to 6 -gauge O.D. All posts and related hardware for this application shall be vinyl coated. 4. Hog Rings for securing chain link fabric: 9 -gauge aluminum alloy wire. Tennis Court Fencing (alt 10 and 12 feet height fences): Vinyl Coated galvanized 1314" diamond mash D. Components 1. Line hosts: 2.375 (2 Y2m) Inch outside diameter x 3.65 Ibsm. 2. Top Rail: 1.66 (1-518") O.D. hot dipped galvanized schedule 40 pipe 2.27 Ibslft. 3. Bottom Tension Wire a. Bare wire shall be 7 -gauge O.D. hot dipped galvanized coil spring wire. b. Vinyl wire shall be 9 -gauge O.D. galvanized core with vinyl coating that makes wire equivalent to 6 -gauge Q.D. 4. Concrete mix: ASTM C94 Portland cement, 2500 psi at 28 days, 2 Inch — 3 inch slump. E. Additional Components 1. Corner and Terminal Posts: 2.875 (3") inch outside diameter x 5.79 lba t, 2. Bottom Rail, and Horizontal Braces: 1.66 (1-5/8') O.D. hot dipped galvanized schedule 40 pipe 2.27 lbslft. 3. Gates a. Welded frames of same material as fence framework all welds thoroughly cleaned and coated with a suitable rust preventive paint. Gate frames to have Interior horizontal and/or vertical bracing wherever the height or width of the gate frame exceeds 5 feet, and additional diagonal bracing for gate frames over 12 feet wide. Gate frames shall be filled with chain Ink fabric to match the fabric used in the fence. b. Hinges, latches and all other moving parts of gates shall be certified by the manufacturer to be malleable cast Iron, with all components hot -dip I6 Page 307 of 985 20 Page 308 of 985 Attachment ,A- City of Boynton Beach Risk Afanagement Department IN$URAN 5 ADVISORY FORM under the terms and conditions of all contracts, leases, end W"IlUnts, &e City ra(l*m appropriate covaa Boynton Reach as Additional Innued. This is dons b Holder" and "TheY providing a Certificate of Insurance listing City of Boynton Beach is Additional Insured as respect to coverages of i � BtheCity to dna City as "CertiScate noted." iaaivauee companies providing insurance oavemps must bave a cuirmt rating by A.M. Best Co. of "B-P, or high, (NOTE; An Wwance cantrari or binder may be - proof of htbwmce Cerrl, If f_We fs pmvided upon selection of vendor.) The fcdlowing is a list of types of insurance mquired of coatrecWM lusaes, etc., and the limits requited by the City, (NOTE: This lhf is no an ladud� end City ea the "Or to require ad&f iW types of tosteraoony Ik tills: or to rinse or lower the stated ilmlh, hued upon, IM (Oc wmnce Based Only) MUD= RMWIRAM ..... GeneW LiabilityCanmecisi General Liability General Aggregate,,$ 1,000,400.90 P�/pp ASB, Owners Owncm eon's Protective (OCP] � Adv. injury $1,000,000.90 $1,909,000.90 Liqu�Liability i ility Professional Liability n& S 1,009,1100,00 �lo� & offmn Fire Damage (any one fire) Med. Expense (any one $ 59,900.90 $ Pollution Liability pa 0,000.00 Asbestos Abatainent Lead Abatement Broad Form Vendors Premixes Operations Undarvind Explosion & Collapse Prodttota Completed Operations Contmetual Independent Contractors Broad Form Property Damsge Fire Legal Liability Automobile Liability Any Auto Combined Single Limit $ 590,000.90 All owned Auto Scheduled Autos Bodily gory (Per Pawn) Bodily l igury (per accident) to be determined to be detamud 404 neae Hired Autos Imp" barrage t to be mid Nott-Owned Autos Trailer Iniembange 50,000.00 PIP Basic Intermodal Oatage taability Any Auto Auto Only, Each Accident $1,400,900.90 Garage Keepers Liability ty Than Auto Only Each Accident y $ 100,000.00 $ 1,900,009.06 _.,m. AWvgete $1,000,000.00 Excess Liability Umbralla Form Bub Ocxtttrattce to be determined Aggregate to be detmnined Worlser'sConip oration Employer's Liability Faeh Accident Statuttxiylitttitt $ 149,900.00 Disease. Policy Limit $ 000 009.00 Disease Each Employee $ 100,000.00 Prop-tyten. �.. . ._ . Ilotxeowaers Rcvmble Permit Builder's Risk Limits based $ 390,000.00 on Project Cost Other - As Risk Identified to be determined 20 Page 308 of 985 WORK HISTORY Provide contracts for fencing projects -that your firm has completed In the Past five (5) years showing a minimum of $135, ODO per year. CALENDAR YEAR 2016 GENERAL DESCRIPTION ] ' VALUE OF 1 DATE 4 NAME AND OF WORK PERFORMED ! WORK COMPLETED ADDRESS OF AS PRIME PERFORMED' PROJECT CONTRACTOR OWNER r_A_V4ST% I �PAU r�t3 w fvvn TOR -8 I Amount fi Calendar Year n greater than $V 911hm Jwran �i 775 !Vw 17 A 0 0470J, 470J, 8W,111,�J% 17ACP 4Kkv-Pr Ok6kt NUMBER OF PROJECT OWNER Itc. 95V-4AI-MY a THIS PACE TO BE BUSUITTEO FOR BID PACKAGE TO BE COMMEND COMPLETE AND ACCEPTABLE Page 309 of 985 ANTI -KICKBACK AFFIDAVIT STATE OF FLORIDA : SS COUNTY OF PALM BEACH ) I, the undersigned hereby duly swom, 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, kid6ack, reward of gift, directly or indirectly by me or any member of my firm or by an officer of the corporation. By: f c1� 1�.► - E - SIGNATURE Sworn and subscribed before me this day of l ,20 NTAitY PUBLIC, State of Florida a Large fiNftry g, Wft 851e of nad" 'OFFICIAL NOTARY SEAL' STAMP t6� Printed Information: TITLE �a Fw-vo Rt) � w THIS PAGE M BE 811111107M FOR tW PACKAW TO BE CONSIDERED COMPLETE AMI)MMPTAILE 28 Page 310 of 985 CITY OF BOYNTON BEACH LOCAL BUSINESS STATUS CERTIFICATION QWh-��+►��_' the- of (Name of officer of company) (Tale of officer of pornpany) . located at n � (�°e� .� u � 33 �t mk, of Corporation/Company) ( Iness Address) Certify that I am an authoKmd 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 Bellowing to be trw and correct: I understand that misrepresentation of any facts in connection with this request may be cause for removal from the certified kcal business list. I also agree that the business Is required to notify the City In writing should it cease to quality as a local business. j _- Print . D1o,� Name. � �,;� Signature: "*FOR PURCHASING USE ONLY - Business License ❑ Year Established: [] pefte: VerMW . THS PAGE TO BE SUBMITTED FOR IND PACKAGE TO BE CONIRDERED COMPLEIEAND ACCEPTABLE 32 Page 311 of 985 0 Pro -Bid -Meeting Confirmation BID TITLE: 'NEW FENCING, REPAIRS, AND GATE OPERATORS BID NUMBER 001-2511-20/EM DATE: Na.m 9 .1, and - T 'it I I I e I of Representative) as an authorized representative of. {hereinafter called the bidder) kwted at (Print Nam of Company) ......... . . ..... . ....... . . confirms that said Company Address Bidder has visited the site of the work and has carefully examined the plans and specifications for such project and checked them In detail before submitting his bid or proposal. 316NATURE OF COMPANY DATE OF MEETING REPRESENTATIVE NAMED ABOVE CiY'8 — — — SIGNATURE FOR MANDATORY ONLY Page 312 of 985 The City of Boynton Beach ,» v Firwnce,IRWUrernentServkft 3301 Quantum OW, Smite 101 ° w y Boynton Deady Ronda 33426 Telephone: (551) 747-6320 FAX 1561) 742-6316 ADDENDUM No. 1 DATE: OCTOBER 17, 2019 BID TITLE: NEIN FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511-20/EM This addendum to the drawings, specif"icativns, and/or contract documents Is issued to provide additional information and clarification to the original Bid specificatlons 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 govem. Words in sbikethFaugh type are deletions from existing text. Words In bkh- in.Gru type ars additions to existing text. 1. The bid opening date remains as October 28 2019 at 2:30 PM. The due date for questions has been moved to Fctober 219 2. Attachment (B & C) - The Mectronic Bid Sheet has been updated per this Addendum. Use the new bid sheet to submit your bid It has been uploaded as a separate attachment to this document. The excel sheet is labeled "Addendum No.1 Atxachmgg 16 & Ci - Fea Bid Sbeei". The price sheets are provided In Microsoft Excel (.xis) format, These electronic price sheets must be submitted with your bid response in order for your bid to be considered responsive. 3. 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: LEAPRYPTAk GIBSQN, CITY CLERK 3301 QUANTUM BLVD., SUITE 101, BOYNTON BEACH, FL 33426 561-742-6061 PYLEJ@BBFL.US Page 313 of 985 Scope of Work The City of Boynton Beach is seeking bids from qualified bidders to provide fence installation and repair for the city's various departments, in accordance with the terms, conditions, and specifications contained In this bid. Work requests may range from large projects with new installations and repairs to small quantity fence repairs_(I.E. Damage from vehicle accidents, wear and tear, demolition). N1 nmen g _qFN fir_ The contractor shall furnish and install all labor, materials and services as required per the pians and or specifications per project. A. Fencing work Includes but Is not limited to: 1. All posts, post caps and post bases, top raiis, bottom rails, tension wine, bar, band, fence ties, and bracing. 2. Fence fabric or wire, securing and tensioning devices and accessories 3. Ytal.,OW tCCHHAI �i ll�,p" Gs and related hardware (including but not 4 limited to pipe frame pieces and Including infill chain link mesh and hardware material, all posts, hinges, locking device, and hardware kit Gate and Latch Post are to be sized properly for the applicable fence height Ali posts shall be secured in concrete. 4.limited to Iirn tCHAIN LINKS G.a1ba and related hardware (Including but not pipe frame pieces and InGuding in -fill chain link mesh and hardware mater�l, all posts, tracks, wheels, locking device, and hardware kit. Gate and Latch Post are to be sued property for the applicable fence height: All posts shall be secured In concrete. S. Manual Cantilever tCHAIN LINKS Gaffe and related hardware (Including but not limited to pipe frame pieces and Including "ll chain link mesh and hardware material, all posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured in concrete. 6. anualir� It jjMEC_H!CRt_ G to and related hardware (including but not limited to gate, frame pieces, hardware maledal, all posts, hinges, locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured In concrete. 7. Manual Rolling (MECHANIQ&j Gate and related hardware (Including but not limited to gate, frame pieces, hardware material, all pasts, tracks, wheels, locking device, and hardware kit. Gate and Latch Post are to be sized properly fbr the applicable fence height, All posts shall be secures in concrete. 8. Manual Cantilever MECHANICA L§p" and related hardware (Including but Ilmited to gate, frame pieces, hardware material, all posts, pipe tracks, wheels (top and bottom), locking device, and hardware kit. Gate and Latch Post are to be sized properly for the applicable fence height. All posts shall be secured In concrete. B. Non -Fencing but related work: Any electrical grounding, If required, will be done by others. C. Materials 1. Cham Link Fence Assembly Page 314 of 985 d. The City may require additional services under Section 4.0 Bid Form "Additional Items," and "Fence and Gate Repalre a The contractor shall provide the City with a price for these additional services. If the prlce(s) offered are not acceptable to the City, the City reserves the right to procure these additional services from other source(s). F. Swing Gate Post. Gate Leaf Width Post Outside Diameter To 6 feet Inclusive 2.875" (3°)5.75 Ibstft Over 6 to 13 feet 4.000" (4")-9.11 IbsM Over 13 to 18 feet 6.625" (6 5W)-18.97 lba ft Over 18 feet 8.625" (8 SV) 28.55 lbslft G. Brace Rall 1. 1.66" (15/8') outside diameter x 2.27 lbsft 2. Swing, Roll and Cantilever Gate Frames: Gates up to a 6' wide single leaf, shall be 1.66" (1 5187 outside diameter x 2.27 lbs/ft hot dipped galvanized M+bilb pipes for interior and exterior of frame. For gates 6' -- 12' wide single leaf, pipe shall be 1.W' (T) outside diameter x 2.721bs/ft hot dipped galvanized (40 weight) pipes for interior and exterior of frame. 3. All Roll and Cantilever gates shall have nylon rollers 4" O.D. x 2 'N O.D. with safety covers. All gate posts shall be minimum 4" O.D. 1!0 M�hJ hot dipped galvanized. H. Wire Pasture Fence 4" X W hot dipped galvanized field farm fence 48" tall with 4 strands of 12.5 -gauge 4 barbed wire spaced evenly and overlaid on the fence. The top wire shall finish at 5' above finished grade. All brace post and end post shall be 8' x 3' to 5" diameter pressure treated round Southern Pine posts embedded 3' into undisturbed ground. All line post shall be 7' hot dipped galvanized [� vii T -posts imbedded 2' into undisturbed ground and shall not exceed 10' o.c. with silver top. AN comer and mid-pole brave shall have 2 (two) consecutive H -traces and shall not exceed 310' o.c. from all end, comer, pull, terminal post of the inline fence nun, all cross members shall be S' 6" x 3"-5' pressure treated Southern Pine round posts. Brace wire shall be 12.5 gauge wrapped twice from the top of the first post to the bottom of the second post and from the top of the second post back to the bottom of the first post. I. Wooden Fence Wooden fences shall be made In the shadowbox style with pressure treated pine wood and be six -feet high. Any wooden gates shall be made of the same matching material. Hinges and opening availability will be determined by the City. J. Execution Install terminal posts, line posts, and horizontal rails with brace bands, rail ends, rail sleeves, line post loop caps, tension bands, tension bars, chain link fabric and gates, to provide a rigid structure for ail fencing. Use manufacturer's 5 Page 315 of 985 Contractor Responsibility • Contractor(s) shall provide all supervision, labor, tools, and materials to complete all services as required per bid specifications. ■ Contractor(s) will be responsible for ensuring that all employees are in compliance, at all times, with Terms, Conditions, and Specifications outlined in these bid specifications. ■ Contractor(s) shall provide and ensure the wearing of protective clothing, masks, ear and eye protection, etc., as required by rams, Regulations, Ordinances, and/or manufacturer's Instruction for materials and equipment. The Contractor's personnel shall be in company uniform at all times while working on City property, • Contractor(s) is responsible to educate and provide all safety training and personal protection equipment for all of their personnel including following O.S.H.A Regulations. ■ Contractor(s) will be responsible for obtaining all necessary permits, licenses, and/or registration cards, 1-9 Forms (Department of Homeland Security's Employment Eligibility Verification) in compliance with all applicable federal, state, and local statues pertaining to services as specified. Points of fila ftaWn. 1. The awardee will only need to obtain General Liability Insurance. 2. Please use the new excel sheet affached to submit your bid. Them are TM tabs one labeled Fence' and one labeled "Gates': Please Nil in every unit price (The extended pnce should calculate automaticaNy when you input your unit prwing)- Thank you, &6 Iffatwow Eric Marmer, MiPA Senior Buyer cc: Fine nce/Procurement 7 Page 316 of 985 C)zj 6 1 N � L, BIDDERACKNOWLEDGEMENT Submit Bids to: PURCHASING SERVICES 3301 Quantum Blvd., Suite 101 Boynton Beach, FL 33426 Telephone: (561) 742-6310 Bid Title: "NEW FENCING, REPAIRS, AND GATE OPERATORS" Bid Number: 001-2611-201EM Bid Due: October 28, 2019, NO LATER THAN 2:30 P.M. (LOCAL TIME) Bids will he opened in Purchasing Services unless specified otherwise and may not be withdrawn within ninety (90) days after such date and fime. All awards made as a result of this bid shall conform to applicable sections of the charter and codes of the City. Name of Bidder: TROPIC FENCE INC Federal I.D. Number: 59-7,642924 A Corporation of the State of: FLORIDA Area Code: 954 Telephone Number: 978-1750 Area Code: FAX Number. Mailing Address' 1864 NW 21 STREET CitylStaterzip: POMPANO BEACH, 171, 33069 Vendor Mailing Date: 1008/19 E -Mail Address: TROPICFENCE(BEi,LSOiiT#I.NIi'I' Authorized Signature dame Typed s 1:: VE Nb 46d THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 21 Page 317 of 985 e WORK HISTORY Provide contracts for fencing projects that your firm has completed in the past five (5) years showing a minimum of $135,000 per year. CALENDAR YEAR 2015 GENERAL DESCRIPTION VALUE OF DATE NAME AND PHONE NUt OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME CONTRACTOR PERFORMED PROJECT 9S 3344540 OWNER �CfFV PEMROIE PINES FL 330, ,11 MOLTYPLE PROJE4'vTS FOR 1?1.685.24 THROUGH OF FORT LAUDEI VESMrIiI iU DA, ALL TYPE OF FENCE & OLM THE YEAR 100 N. ADNREW AVE 9q x579375 FORT LAUDERDALE FI. GATES (TERM CONTRAi.T) Mel......... ............... "I-1111,11,11.1:...� FENCE AND GATES AT $8 99.00 5/Jt115 CJTY OF FORT LAUD50 ALE DAVE SMITH STRANA}IAN PARK 180 N. ADNREW AVE 954 257-9375 OUTSIDE OFTERM CONTRACT FORT LAUDERDALE F1 33301 VARIOUS TYPE OF FENCE AND 71,343.93 5113ha SOLID WASTE A11THO V VARTOUS GATE REPAIRS TERM CONTRACT 7561 NORTH TOG ROAD 561640-3400 WUr PALM BEACH FI 133412 FENCE AND GATES WEST LINE 47,341.08 GATES AT THE PORSCHE DEALERSHIP .,-�. ......... . ............w.. w_ .... __.a:.,.. , FENCE AND GATE REPAIR 17,277.04 FENCE AND GATES AT THS lf,d76 79 COMMUNITY CENTER GARDBN Calendar Year must be greater than $135,000 $461,924.94w w VMS LAKRWORNDRAINAG1V D1SrRICT joReETLA 13481 MILITARY TRAIL SO 8156M RCLRAV BEACH i�.224. I 50 W. COPAN ROAD POMPANO BEACH, FL 34,64 9516142566 3/19/JSWNIG ......... BARREN ALLINE 3481 HALLENDAI.E BEAD 9 9S 3344540 BLVD PEMROIE PINES FL 330, ,11 11f1711S I'O CRA JUAN AYALA FANO TI.ABEAC7i �: NTJC BLVD M 78&4655 POMPANO BEACH FL 30"90 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 23 Page 318 of 985 Provide contracts for fencing projects that your firm has completed in the past five (5) years showing a minimum of $135,000 per year. CALENDAR YEAR 2017 i GENERAL DESCRIPTION VALUE OF DATE NAME ANDPC•tOAIE NUM—BE R -a OF WORK PERFORMED WORK COMPLETED ADDRESS OF PROJECT OWNER AS PRIME CONTRACTOR PERFORMED PROJECT OWNER _ ...... .... OWNER M1ILTIPLEPROJECTSFOR 175,386.OQ THROUGH COYOFFMTL,AUDILJ� UX DAVSSM1TH AUTYPL OF FENCE do OUT TIM YEAR 100 N. ADNREW AVE 954 257-9375 GATS (TERIA CONTRACI) FORT LAUDERDALE Fl 33301 _......_._ MULTTPLU PROJECTS FOR ....................... ... _____ 580,87288 .. . . ....... THROUGH SCHOOL BOARD OF .... . ,,, THOMAS DRAGNER ALL TYPE OF FENCE & I OUT THE YEAR BROWARD COVKPY 754 3214301 GATES (TERM C-ONTRACT) 3810 NW 10 AVE FORT LAUDERDALE FL 33309 ............... .. PVC FENCE AND GATES 57,399.83 ;2l7!lDI7 STRATHMORE ROA CARRIE MAYHMOR GATk�DR 561793,2881 EROYALPAIM13XACH F1 1 FENCE AND GATES 37,19&00 05148!3017 FENCE AND GATES 132X7.50 01/1/2017 PARK & RECREATION CO IA CENTER ROLLING GATE AND GATE 18,55139 031D5/2017 OPERATOR UPDATE DOG PARK GATES 11 17,735.00 Total Amount for this Calendar Year must be greater than $135,000 $-1102152 'D ESTATES 303 610-7585 SW 127 ST ;EY PL 33178 6149 NW 10TH STRE&I 954 97R-6454 MARGATB, F633063 CJ►RDINAL liEl 7 U JUDY HOPJUNS 3205 MERIDAN PARKW, Y 954 3494983 UT 11l W ESTON, FL 33331 3TY OF POMPANO BEA .'1{ ANTHONY ALHASHEMI 'O BOX 1300 454 "64429 "OMPANO BEACH FL 33061 WORK HISTORY THIS PAGE TO 9E SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 25 Page 319 of 985 State of _ _ Fogme ) County of,,, BROWARQ STURNESPOU M1 being first duty swam, deposes and says 1) He is .... WcB PREMErrr_.....__ _ _ of TROPIC rINcs we - (Tide) (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 w1th 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 ContracL or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any otter bidder, firm or person to fix the price or pries in the attached bid or of any other bidder, or to fix any overhead, profit or cost element of the bird 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 am 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 lntemst; Including this afflant. Signed). Subscribed and sworn to before me (Title) sTEVENEMLIVICIE"M DE" This 5r day of �� , 20 ja__ My commission expires 5 . :-- k'-�A irNT�urr ■�'—�•. NOWy �IbtlC • SSE Or xiOfiQi Coa+ert�ars R GG 61 tiD •o=,,f µyC"nR.F0"ft }5.2621 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 27 Page 320 of 985 CONFIRMATION OF MINORITY AWNED 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 farm with your bid -proposal sheet making it an official part of your bid response. Is your company a Minority Owned Business? xx Yes Na... _..... If Yes, please indicate by an "K" 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 xx NO If YES, Name the Organization from which this certification was obtained and date, STATS of FLUIMDA .................. ,.. issuing Organlzat�on for Certification Wig=0 Date of Certification THIS PAGE TO BE SUMAIMD FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 29 Page 321 of 985 Y�UT,sJ.acj =1 ZAIT`l 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. TROPIC macs INC C6NTRAC7GR NAME rII By Title: "' "'71 Date: THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 29 Page 322 of 985 I, sTm mora on behalf of Trioerc cs 1Nc certify Print Name and Title Company Name that ._.....—TROPIC F ME MC ., does not Company Name 1. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and S. Is not on the Scrutinized Companies with Activities in Sultan List; and 4. Is not on the Scrutinized Companies with Acis des 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 demonstrata 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 shag 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 far, 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 rectify 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 t..Ist, 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 THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 33 Page 323 of 985 ......._. m .. 3ignaiure Dais J y . a victru..... n tnorres mre Owner teu ves the right to mim any ub-c tractor Who has pm t* filed In tha proper perfrrrmance of an award, or failed to deriver on Ems contracts in a akr0ar nature, orwho Is not responsible (firrancIA capabiliyt, h dk of resoumes, atc.} to perform larder this sward. Owner teMMS the right to inagsot aH fivAffa of any subcontractor in order to make a deierm nation as to the Toregoktg• THIS PAGE TO BE WBPMTTED FOR WD PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE 33 Page 324 of 985 If you are not bidding this servlce/commodity, please complete and return this form to: PROCUREMENT SERVICES, City of Boynton Beach, 3301 Quantum Blvd., Suite 101, Boynton Beach, iFL 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: bi ., �....... TELEPHONE: SIGNATURE: DATE: WE, the undersigned have declined to bid on your Bid No.: oal-2611ZOtEM to "NEW FENCING, REPAIRS, AND GATE OPERATORS" 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 specifkations Unable to most bond requirements Specifiications unclear (explain below) Other (specify below) REMARKS: Page 325 of 985 Once opened, the bids w III be tabulated and evacuated by the City before recommendation and/or notice of Intent to award. The City, in cls sole discretion, reserves the right to accept or n4ect any or all bids for any reason whatsoever. The City further reserves the right to waive irregularities and technicaliti as and/or to request resubmisslon. There is no obligation on the part of the City to award the bid tolhe lowest bidder, or any bidder. The City reserves the right to make the award to a responsible bidder subm fitting a responsive bid most advantageous and in the best interest of the City. The City shall be the sole judge of the bids and the City's decision shall be final. 144 eentfeelaf who has !he highest numbef of law Rarassubmitled an the bid sheet M n -B' n -w net eouni ievvefil yetif 49tal of law Items. it is the Intent of the City W award to three (3) contractors as a Primary, Secondary, and Third. The cordmc br who has the lowest total EXTENDED PRICE for 'Attachment B" and 'Attachment C" combined will be awarded the Primary Contractor, The contractor who has the second lowest total EXTENDED PRICE for "Attachment S' and 'Aftc hmelht C" combined will be awarded the Secondary. The contractor who has the third lowest total EXTENDED PRICE for "Attachment B' and 'Attachment C" combined will be q►warded the Third, Note: YOU MUST FIL1,10 EVERY LINE ITEM Oil YQWR BID WILL j3E DEEMED NON-USPOKSIVE, S. The SCOPE OF WORK AND TECHNICAL REQUIREMENTS below replaces pages 45 through 19 of the original bid doe ument. The grey highlighted area s are the material changes to the original Scope of Work and technical Requirem ants. General The following instructions are given for the purpose of guiding bidders in properly preparing their Wds or proposals. These directions have equal force and weight with the specifications and strict compliance is required with all the provisions harm contained. If and whenever in the specifications a brand name, make, name of any manufacturer, trade name or vendor catalog num bar is menWrhed, it is for the purpose of establishing a grade or quality of material only. Sims the City does not wish to rule out other competition and equal brands or makes, the phrase OR E QUAL Is added. However, if a product other than that specified is proposed, it is the vendo r`s responsibility to name such a product within his proposal and to prove to the City that sold product is equal to that specif ted and to subm it brochures, samples, product approvals, and/or specifications In detail on the Item (s) subm ided. The City shall be the sole judge conceming the merits of the proposal submitted. ALL WORK WITHIN [HIP BID SHALL BE MULLED PER THE FLORIDA BUILDING CODE, j.ATEST EDITION Scope of Work Page 326 of 985 b. Chain Link Fabric: 1. All Galvanized wire shall be 9 -gauge O.D. hot dipped galvanized. 2. All Vinyl coated wire shall be 9 -gauge O.D. galvanized core with vinyl coating that makes wire equivalent to 6 -gauge O.D. 1. All parts shall be coated after fabrication using zinc, averaging no less than 1.2 oz. of zinc per square foot of surface. Fabric to be hot dipped galvanized steel 9 -gauge D.D. knuckle and knuckle with 2" diamond mesh. 2. Vinyl Coated: Same as galvanized except this fencing shall be 9 -gauge 0 D. galvanized core with vinyl coating that makes fencing equivalent to 6 -gauge O.D. All posts and related hardware for this application shall be vinyl coated. 3. Hog Rings for securing chain link fabric: 9 -gauge aluminum alloy wine. 4. Tennis Court Fencing (ail 10 and 12 feet height fences): Vinyl Coated galvanized 1 314" diamond mesh. 5. For pricing purposes all Mechanical/Ornamental fence shall be welded galvanized steel with i" pickets, powder coated. D. Components 1. Line Posts: 2.375 (2 W) Inch outside diameter x 3.65 ibslft. 2. Top Rail: 1.66 (I -SAI O.D. hot dipped galvanized (40 weight) pipe 227 Ibsfft. 3. Bottom Tension Wire (Installed per Florida Building Code, Latest Editi on) a, Bare wire shall be 7 -gauge O.D. hot dipped galvanized coil spring wire. b. Vinyl wire shall be 9 -gauge O.D. galvanized cone with vinyl dating that makes wire equivalent to B -gauge O.D. 4. Concrete mbc: ASTM C94 IDGMand cement, 2500 psi at 28 days, 2 inch — 3 inch slump. E. Additional Components 1. Comer and Terminal Posts: 2.875 (30) inch outside diameter x 5.79 Ibslft. 2. Bottom Rail, and Horizontal Braces: 1.66 (1-518'1 O.D. hot dipped galvanized (40 weight) pipe 2.27 lbs/ft. 3. Gates a. Welded frames of same malarial as fence framework all welds thoroughly cleaned and coated with a suitable rust preventive paint. Gate frames to have interior horizontal and/or vertical bracing wherever the height or width of the gate frame exceeds 5 feet, and additional diagonal bracing for gate frames over 12 feet wide. Gate frames shall be filled with chain link fabric to match the Fabric used in the fence. b. Hinges, latches and all other moving parts of gates shall be certified by the manufacturer to be malleable cast iron, with all components hot -dip galvanized. Hinges to be a ball-and-eocket design with offset arms to permit a full 180 deg. swing from the closed to the open position. Single gate latches to be so designed as to permit the gate to swing in only one direction. All latches to have provision for positive locking with a padlock, wraparound chains are not permitted for this purpose, Padlocks and keys supplied by others. c. Contractor will supply and install holdbacks for each wing of the swing gate. d. The City may require additional services under Section 4.0 Bid Farm "Additional Items," and "Fence and Gate Repairs." The contractor shall provide the City with a price for these additional services. if the price(s) offered 4 Page 327 of 985 Edition. 4. Set all posts plumb, and true to line and grade. Where grade changes gradually from post to post, grade the posts to provide a "rolling" effect and to avoid abrupt changes to the top of the fence line. If abrupt changes In grade are encountered, accomplish them with the use of a terminal post, with the chain fink fabric cut on a bias where necessary to provide tension over the entire height. 5. Set posts to within 6 Inches maximum from W06rn of concrete footings. Finish concrete as to prevent any standing water around the fonoo post. 6. Position bottom of fabric 2 plus or minus inches above finished grade. 7. Pass top rail through line post loop caps and attach securely to terminal posts. 8. Install brace panels including top rail, horizontal brace rail and diagonal adjustable truss rod at each side of all end, comer, pull, terminal and gate posts. (project specific) 9. Install brace panels Including top rail. horizontal brace rail and diagonal adjustable truss rod from all ends, corner, pull, terminal post of the Inline fence W par Florida, Building Code hest edition. (proj act specific) 10. Stretch chain link fabric taut between terminal posts. 11. Attach fabric to end, comer and gate posts with tension bars, and tension bands, using one less band than the height of the fabric in feet, or approximately Won center. 12. Attach fabric to horizontal rails with 9 -gauge QD._rW or aluminum ties spaced 12" Q.C. tightly twisted and to tension Mrs with 8 -gauge O.D. vinyl or alumi=m hog rings, approxinly 24 inches on center: 13. Attach fabric to line posts with 9 -gauge D.D. vinyl or aluminum ties, using one less tie than the height of the fabric In feet, or approximately 14 Inches an center, and tightly twisted. 14. 7 -gauge brtttom tension wire shall be Installed per Florida Building Code, latest edition and terminated securely to comer or terminal post. K. Gate Operators i. Provide and install Gate Operator and all components, Operator sha!I be sized for the applicable gate height and weight (gate can be either galvanized or aluminum). 2. Repair existing city gate operators Emergency Fence Repairs: The contractor should be available to be onsite within 2 days of being contacted by the City to evaluate any needed repair and submit a qugjp wI n two days of site visit. Equip mentfLaboriMaterials All prices submitted are to include all labor, equipment, tools, and materials, tbrfencing projects. Permitting Permits to be determined at time of project. Contractor Responsibility 6 Page 328 of 985 The City of Boynton Beach NEW FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511-201EM 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. fi PRINT NAME OF REPRESENTATIVE SSI A RE OF REP' ;ESENTATIVE NAME OF COMPANY DATE THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 329 of 985 3301 CWonwm Blvd, Suit 101 8oymton Bead, Flarf& 33426 r Telephone: (561) M -RIO FAX (561) 242-6316 NEW FENCING, REPAIRS, AND GATE OPERATORS BID NO.: 001-2511-201EM 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. fi PRINT NAME OF REPRESENTATIVE SSI A RE OF REP' ;ESENTATIVE NAME OF COMPANY DATE THIS PAGE TO BE SUBMITTED FOR BID PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE Page 329 of 985 Page 330 of 985 Page 331 of 985 Page 332 of 985 Page 333 of 985 Page 334 of 985 Page 335 of 985 mviror [� mrENDED .. ............ ftc MY ;- AY i VIIIII, Ell - " uj ir.SL Qty kir".1wiis i Page 336 of 985 CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 P.O. 4: 210694 SOYON BEACH, FLORIDA 33425-0310 IRATE: 01/24/21 VENDOR 13240 TO: WHIDDEN SURVEYING & MAPPING, I 9200 BELVEDERE ROAD SUITE 114 ROYAL PALM BEACH, FL 33411 SAIP TO: City of Boynton Beach PUBLIC WORKS DEPARTMEN 222 N.E. 9TH AVENUE BOYNTON BEACH, FL 3341 DATE NEEDED:* �CONTRACT NO. COMMISSION APPROVED: 067282116B I LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST ACCOUNT NO. PROJECT 303-4904-541.63-24 C 026 'all'I04,311 gmffi� am gffl�� Page 337 of 985 w tA MQ VV* rilH 0 Cd sm W moms M 8 -a 0 0 CA M Is Pr 11 P . r4 0 0 rp w o, 0 W t07 ransmw A3 0 014 Ch b.4 14 !4 13 to H (a H rn H 1 13 cl H X H:4 H M H 0 0 rj N U) m 10 no 0 0 Id to m M a rA CA A td w Q Q W � 1 2 m w 0a 9s1 Oc 2 vi In H Lq 'd $d Id 141 dD rb 0 i 0CD 0 H "3 r, V 14 0 Lq tj W to 00 Page 338 of 985 Date: 1/20/2021 I I a A 1 CITY 0"E"BOYNTGN RE C1 1, w QUIDST F0,11 FURCHASSE OVE11 1,$,J0,i()i00 Requesting Department: Contact Person: Carl Frumenti Explanation for Purchase: Rolling Green Ridge - Boynton Ridge Paving & Sidewalk project PH 1 & PH3. Surveying services for sidewalk infill locations. �Recommended Vendor Whidden Su ����Lnc Dollar Amount of Purchase 11,469.00 Three Written Quotations GSA State Contract PRIDE SNAPS RESPECT Piggy -Back Sole Source Emergency Purchase Other Contract Number: 067282116B NOTE: Pricing proposal for purchase must be presented In the same detail contained within the contract. Fund Source for Purchase: 303-4904-541-6324 / Project CP021 'Approvals: Department Head Purchasing Agent Asst City Manager City Manager Form Revised 02101102 Date CH/20,12021 Date Date Date Page 339 of 985 Client#: 1051623 WHIDDSIUR AJ, CORDCERTIFICATE OF LIABILITY INSURANCE DATE (M DDIYYVY) 6/0812020 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: PE�_166 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. ADDLSUBR PO C T,YPE1101F INSURANCE9YYYj ARPRY _I'iMIW �EF , F LIMITS A X LCOMMERCIAL GENERAL LIABILITY x x 68091-11078411 1312412020 03124/2021 EACH OCCURRENCE . . .... . . . ...... F y I �'L�TED li $12��000,000 . ........... CLAIMS -MADE L_1%j OCCUR R 1,g!-,jEa occurrence s 1.010 14111 AESCRIPTION OF 11rofessional Liability coverage is written on a claims -made basis. -equired by wriften contract. M, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Boynton Beach THE EXPIRATIION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1 3301 Quantum Blvd. ACCORDANCE WITH THE POLICY PROVISIONS, Suite 101 Boynton Beach, FL 33426 AUTHORIZED REPRESENTATIVE 0 1988-2015 ACORD CORPORATION. All rights reserved, ACS RD 25 (2016/03) 1 of I The ACORD name and logo are registered marks of ACORD #S28984770IM28984600 USBZP Page 340 of 985 MED "EXP (Any ne verson) �$10 f & A D PERSONAL UR PEA Vft Y '$2 GEN'L AGGREGATE LIMIT APPLIES PER: PRO- JECT LOC IGIFNERALAGGREGATE PRODUCTS - cOM PIOP AGG OTHER: i$ A AUTOMOBILE LIABILITY x x 6809HI07841 3124/2020 03/2412021 COMBINED SIN GLE jF3 ANi0qqt_ 01 ANY AUTO - ... . . ..... "2 B ODILY INJURY (Per person) $ mi OWNED SCHEDULED AUTOS ONLY AUTOS - - BODILY INJURY (Per . . . ..... accident) HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROP.ER DAMAGE is �P.r. r cTY, I ..... . ..... UMBRELLA LIAB OCCUR EACH OCCURRENCE EXCESS LIAD CLAIMS -MADE 'AGGREGATE $ PEP. LRETENTION $ B ......... . ............... ......... ...... ......................................... WORKERS COMPENSATIONx 1.111371<180934 A N D EMPLOYERS' LIA 8 1 LITY 0710912020 07/0912021 X PER &H YIN ANY PROPRIETORIPARTNEPJEXECUTIVE[:i] OFFICERIMEMBER EXCLUDED? NIA E�L-_EACH ACCIDENT 0C (Mandatory In NHder ) E.L.'DISEAS ,lUns If 6 be un S6 desir --- -- -- -- -- ----- E L. D.ISEAq _FC�L!OYLMIT $1,00 C Professional AEX9790005 6107/2020 0510712021 $2,000,000 Per claim Liability $2,000,000 arml aggr. AESCRIPTION OF 11rofessional Liability coverage is written on a claims -made basis. -equired by wriften contract. M, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Boynton Beach THE EXPIRATIION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1 3301 Quantum Blvd. ACCORDANCE WITH THE POLICY PROVISIONS, Suite 101 Boynton Beach, FL 33426 AUTHORIZED REPRESENTATIVE 0 1988-2015 ACORD CORPORATION. All rights reserved, ACS RD 25 (2016/03) 1 of I The ACORD name and logo are registered marks of ACORD #S28984770IM28984600 USBZP Page 340 of 985 Page 341 of 985 1 y r; , µ ;�J> r Beach Agenda Fonn Commission Meetlng Dates 4/2112020 .� �.+, N H.. Explanationof Request m extension Individually and surnmarizing the Information in a morift report (as required). Nib o (j D—AffiiION C}F LI A N E AI. ANIOLINT Wantman Group Renewal Letter 3-37-20 RW SOLICITATION NUM ER_ TERM AVIROM Renewal Letter RW 3-27-20 %l- 4"�A1JTB�Ald I�t3171'ESSIQI�AL City FiFP PJo, Aprll 010 14A,fi00 � GROUP SURVEY AN 7®2821-1 GfTP 2020thru Annual MAPPING March31® Estimate ENGENUITY SERVICES OUR, I A IRO ASSOCIATES WHIDDEN SURVEYING AND MAPPING, l.,, How will We affect city s or services? This renewal report vAll be used for those soliddations, contracts0agreements and piggy -backs that are renewedlextended with thio same terms and concillions and pdcing as the In ' i award. Fiscal I : Bra Bled Funds have been budgeted under line items as noted on the attached report. A Not approve renewals and require now solicitations to be issued Strategic plan: Strategic Plan Application, Climate Action Discussion, Gra A o : ATTACHMENTS: Type Description �„ ;', ia;i arl� Wantman Group Renewal Letter 3-37-20 RW p ENGENUITY GROUP Renewal Letter 3-27-20 RW p AVIROM Renewal Letter RW 3-27-20 q Whidden Renewal Letter 3-27-20 RW REQUEST FOR BID EXTENSIONS iDo+ 4-07-20 RW o r �rpern 3-21-17 Survey & Mapping R17 -02a Coversheat RW https:llboyntonbeach.novusagenda.com/AgendaPublicICoverSheet.aspx?ItemID=7521 &M... 4/23/2020 Page 342 of 985 March 4, 2020 RFQ: "PROFESSIONAL SURVEY AND MAPPING SERVICES" RFQ NO. 067-2821-18frP Agreement between the City of Boynton Beach and WHIDDEN SURVEYING AND MAPPING, INC.. RENEWAL TERM: APRIL 1, 2020 THROUGH MARCH 31, 2021 X Yes, I agree to renew the existing agreement under the same terms, conditions, and pricing for an additional one-year term. No, I do not wish to renew the bid for the following reason(s) WHIDDEN SURVEYING AND MAPPING, INC. � NAME OF COMPANY SIGNATURE Thomas Whidden President NAME OF REPRESENTATIVE TITLE (please print) March 4, 2020 DATE tom@whiddensurveying.com E-MAIL Www. ............... .... ."' ....., (561) 790-5515 (AREA CODE) TELEPHONE NUMBER Amerka's Gateway to the Gulf Stream Page 343 of 985 CITY OF BOYNTON BEACH REQUESTS FOR BID EXTENSIONS AND PIGGY-BACKS OVER $100,000 April 07, 2020 .. ..a va. ...mmm....... .. � .. REQUESTING DEPARTMENT.- UTILITIES ��.. w. �NF�.... 1 DEPARTMENT CONTACT: Joseph Paterniti, P.E. TERM. April 01, 2020 thru March 31, 2021 SOURCE FOR PURCHASE. • City RFQ No.: 067-2821-16/IT, ACCOUNT NUMBER: Costs of Individual task orders will be paid from approved CIP ,budgets or other budget sources within the City's adopted budget VENDOR(S): Wantman Group, Inc. Avirom& Associates, Inc. Whidden Surveying and Mapping, Inc. Engenulty Group, Inc ���� �����", ANNUAL ESTIMATED EXPENDITURE: $140,000 Annual Estimate DESCRIPTION: On March 21, 2017, the City Commission approved RESOLUTION NO. R17-028 authorizing the City Manager to sign individual agreements with four (4) firms as a result of RFQ No.: 067-2821-161TP 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. The initial term was for a three (3) year period through March 31,2020. The Agreement may be renewed for an additional two (2) one-year terms with the same terms and conditions. The vendors have agreed to an extension for the 151 one-year renewal term through 3131121. FISCAL IMPACT: The costs of the individual task orders will be paid from approved CIP budgets or other budget sources within the � City's adopted budget. i 1 I' Page 344 of 985 CITY OF BOY TON BEACH AGENDA ITEM REQUEST FOR ---------- 11 - ------ .... ...... . . .. . . ... 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.: 067-2821-161TP 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.: 067-2821-161TP lb: Professional Survey and Mapping Services, who authorized staff to conduct negotiations with thaw 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 receiv j thirteen (13) proposals whereby the top four (4) proposers were submitted to City Commissia on January 17, 2017 forapproval 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. Page 345 of 985 Emphasis was placed on the Schedule of Professional Fees to solidify hourly rates for the in contract period. Based on comparisons of the submittals by each of the firms, negotiai sessions were deemed unnecessary. Firms that showed higher rates were contacted discussions. As a result, the Schedule of Professional Fees as attached will be fixed and firm at least the initial three (3) year period. The Agreement may be renewed for an additional 1 (2) one-year terms with the same terms and conditions. Individual task orders will be generated at the time specific projects are realized utilizing Schedule of Professional Fees as the basis for the overall cost of the each task. Task orders be submitted to the Commission for approval in accordance with the City's Purchasing Poli 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 c going capital improvements to enhance City-wide operations. Individual task orders in excess $25,000 will be brought back to Commission for approval in accordance with the Purchasi Policies and Procedures. FISCAL IMPACT: Budgeted The costs of the individual task orders will be paid from approved CIP budgets or other sources within the City's adopted budget. ALTERNATIVES: Not approve the contract and reissue the RFQ. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: Page 346 of 985 ATTACHMENTS: Type Description Resolution approving AgreeMents for Professional "olylpg Surveying and Mapping Services a 6greement Agreement Wantmen a 8nachmft Wantman Rates a AR.TeRMPOI Agreement Avirom and Assoc o Atkachmen Avirom and Assoc Rates a Agreement Agreement Whidden o Attlghmen Whidden Rates p A6taohinent Engenuity Group Rates a Agreement Agreement Engenuity Group Department Reviewer Action Date Financial Services Approved 3/1312017 - 10:22 AM Financial Services Approved 3113f2017 -10:22 AM Legal Swanson, Lynn Approved 3/1312017 - 3:42 PM City Manager LaVerriere, Lori Approved 311712017 - 9:5 Page 347 of 985 Pimienta, Pablo From: Frumenti, Carl Sent: Wednesday, January 20, 2021 9:37 AM To: Pimienta, Pablo Cc: Dunmyer, Gary, Greco-Arencibia, Adrianna Subject: re: PO Request for Whidden Surveying -Task #U -C-08 Attachments: Proposal Rev 1.19.21 Rolling Green Ridge - Boynton Ridge.xlsx; Rolling Green Sidewalk rw SO.kmz Task mOrder „# U C-08 -(Surveying Services for Sidewalk Infill Locations associated with Task -77- Rolling Green Ridge - Boynton Ridge Paving & Sidewalks Project-PH1 &3) Good morning Pablo. Please execute purchase order request for Whidden Surveying ($11469.00) on the above referenced Task Order/Project. The quote & exhibit are attached. Please allocate funding from the Sidewalk Account 3113-4914-54L63-24 1 CP0263 i ISidewalks-Replamient Thanks for your assistance concerning. Carl Frumenti Project Manager Public Works - Engineering Mailing Address: P.O. sox 310 1 Boynton Beach, Florida 33425 Physical Address: 100 E Ocean Ave I Boynton Beach, Florida 33435 561-712-6238 FrurnentiC@bbfl.us I �s j boynton-beach.or mu , � � 1 511'n'�� I f:'Iease ,'urs µ,:dVised that p:Ioi.lida Has a Islrlad p'ruflb isecicu alas Iles�v anci ,fll u.oi res,- ,,ioni elnce to me %Ia ens iaflIIs' a,,, be subject i:i la recd°�s 11aw, sllulsu'i a ..i.'lueiref 4'iII;';�d„Pprmrdfl"�G�^.9�flIIVV'�4..."II'" °'RIf I q" � m :� � rr II9�^'�°ark^o rII"V�" "�4k 114; If"�?:u'"�YII °,a. � oII"ea "fid"04YI" e II'.VpaI iw,G�II.V'.'V11.1.II4,M91I�;'� II!f�II"YI and Your e IIIiI IIII addiie.,s II°rsa-y be subject to I Iidol lic u. 11hsd1os_lure. Page 348 of 985 [Dl,..N:3CHA3E:. 1311:3[)E::[:l 11c , v '111 11F,lif OF 11BO""(11"Ild llf IIDN BEACH, 119 0 R I A11) 1% PROCUREMENT SE15WES DEPARTMEN F 100 EAST OCEArd AVE PX), BOX 310 P 0 7 1.. 0 BOYNTON REA(,.'I, I, Fl 01:111:::)A 33425 0'310 D.A.T.F.E. 0:1/ 2 2:1. VENDOR 7736 PROCUREMENT SERVICES: ACCOUNT NO. 001-2112-521.64-15 REMAR.11',S : f)E' Lil I FS TRR NA ;PO VALU��.-EPOENT (WS( -:!A.) CONTRACT PROJECT ' 1177 1 :1 PURCHASING P.O. TOTAL: 2 02 23 ,16 Page 349 of 985 SHIP TQ TO I)ELl., PqA.RK:FTT:l-':NC.; I C.it.y Boynt,.,c)rl. [-.�each. OIKE DELL, YRZ�,Y, PDX R1 8, --1 II-)OLI.CE DE PARTMENT ROTIND IR.00K, TX 78(,82 2100 lll:.Gll 'R::I:E)Gl..' RD 1,OYN`101F F7— 33426 1::% 1= 0 L.J I 1"�j 77884 0 R D E R I r�,J (] 17 E I'A, Fi I M E N T: P 0L.,I. C E - SS' . . . . . . ............... -- 7— — — . . ........ . DATE 31i -::I M: CONTRACT NO. (,'0lMlMlSSlW,l AM:IROVID: ........ ........ . . . .... ... . ........... EXTENDEI) LINE# Q3UAN']:'::E:TY' UOM 'I'l'EM N(). A�.,Jl) TWTT COST COME 1 2 2. Carr I�A ()PTIPLEX 5080 SDVIAL,I, FORM TFACTOR, '02 6b00 16998 . 30 0 p t::, i:P 1 ex. 5080 Saia] 1. Form- Fa.ctor C 0.n. t::r.:, a. c, t ff C000000010853, CL,i.storaerAgreem.ent f$!i 2) 21..::1 0 0 WS CA - 15 -AC S 2 1 00 EA DFI,l, UTiTRASITARP 27 1w40NETOR '354.7400 1418.96 U2719D I01-:1. LT:lt:r..a.Sh.a.rp 27 U27195 Cai-i.t:ract .f.¢.C-00000()010853 Customer AgreemenL :R 4:31211500 .'WSC.Ti 15 A.cs 3 10.00 EA IDELI:, 23 M0NI.110:R :P 2 31.9 If 100 S900 1805.90 Dell 23 Man. -i -tor :P 2 31.9 H Coritr,ac,t tj (:"()00000010853 C,i A�,Ticcmcnt 43211500 l!-.) A(7 -'S PROCUREMENT SERVICES: ACCOUNT NO. 001-2112-521.64-15 REMAR.11',S : f)E' Lil I FS TRR NA ;PO VALU��.-EPOENT (WS( -:!A.) CONTRACT PROJECT ' 1177 1 :1 PURCHASING P.O. TOTAL: 2 02 23 ,16 Page 349 of 985 f! r H W N F-' 0 o O 0 0 on N N N O H H H H H N N N N Ul Ul N N N N H H H m Cl) m Ir. a, I� H N Y Ui ()l (n roxroxrox �zyzyz mmmmmm m��FwF4 C ci IMH 2tmxmxN WON NO y H y H y H H H H n n O ci z y H H F -I O O q O O O OI',' O O O O O O N 0 rt, �r�YQ �r 0) t -i rtmmFtm pH 10 N CD Irk I N O H l0 7a w U1 m Co 0[ ro m �Yrr(D 0 H A) " 7 O fi U2 ct z roG(A 5Om arta O1 m O H N N r -h IQq N 03 [IJOrfrt H -H I 0 rr F m O 0wm 0 x 0 F1 rt �-h m H HCR k, ¢1 rt F- t7l'0hOd O(D0 � m F1 tr�pEQ H j rr rt H3 aHrr(DM A( UI H \ N Iy� O a O m Q. C7 K k C7 14 �k (, Ln I H \ N 0 N m m rt La w GFl A m mak ro H O (rr D vW(D Orly Y1 TJm o� b tM((D 00ao rt O(Om 000 OrOm orFii w N aw H- lr 0LS Iii wPV ro m HHm O H H(D O 0 O f! r H W N F-' 0 o O 0 0 on N N N O H H H H H N N N N Ul Ul N N N N H H H m Cl) m Ir. a, I� H N Y Ui ()l (n roxroxrox �zyzyz mmmmmm m��FwF4 C ci IMH 2tmxmxN WON NO y H y H y H H H H n n O ci z y H H F -I O O q O O O OI',' O O O O O O N N H O H FI m N CD Irk I N O H l0 7a w U1 m Co 0[ ro �] SCI m 0 01� 0 H W N I I I H I UJ v� I H nnULi C)0tzi 7 nn 00 ; ro �] SCI Om 0 NLM-I 00 m w nG 0" K7 y SM �, Ht"I 5Om arta C�""� O H W rt rt W [IJOrfrt H -H I nx0" 0 x 0 F1 0 riI H 0ww dm0H F- t7l'0hOd O(D0 13 H Fj rr H j rr rt H3 aHrr(DM H Iy� Z tl F{ u 0 0 C7 K k C7 14 �k (, Ln I H La w .. (Q O O I n H. F( H Fj n .;' vW(D Orly Y1 TJm o� b tM((D 00ao O(Om 000 OrOm orFii 00 r 0 t7'CFl 01l POC�9 0LS Iii t C �l oUn[1l ro tl HHm O H H(D O HFy (D 0�5I O O C)d0 O C)d0 ONnN 0h l 0p) � I [ t m rt O til rr 0-2 2 [rJ rr O F -I C H H LTJ k p N N 4* � F' ti Crl X X LTJ �k H I W t17 10H OW W 10H OO OIOH O zj rJ cl ti IPwHH Ciz IP W'.7 F4 4+IZ Ii coo O I U) H y W U1 1p kR H I A W U{ H- H H y W U1 k{ I Ul ro Nwxx b Nwrt y ro NW I Rl p rd Ir1 I R, H ri]Ln (-nFj [JS [JO UJ tO I I $ U1 t+�jo o n g d0 [r,orop rry N N td l O O I b H Id H `r.' rl �d H HeLa n H(i HH �rj t ] U3 �D ko CrJ U] b I LTJ I 0 (.nC CHCc��+ ctrl I I (D U1 CD pd tn bro" > n [IJ M I d n I I s ' N I y H O IP N I $d ko H p O O I rro r�ro1 H O O O� b C z Ha In H y d z O A ti] y o z H w J I t' L" 0 O CO H 0 (n 41a N I O -7 lD A � I Ln x co m 0 0 a I m p p O O I 3 I H I z I (7) N O I N 00 P kD I N O H (p W (T CO OD I yy H %D lD W i n 01 O m O I I H I I I I I I Q .. I I d I ttJ t'I = I I H I I I I I FG I � d I I tr] t=i i I FI H I \ W N H (7 m N N I H F' Page 350 of 985 HSI-�KJ w0c,0 Ft w Ft N• �m a (D (D rQ (D R Fi D m 'd N w a P3 N rt H 0 w P) ro LR O (D r0 N rt �v rt (D �• 3 F -j - G F a H- R. N H- (] N O D G 0 0 G rt 0 rt H- N H - w n R � (QrD0 0 G wry R R K ¢, rt w F- 7 0 •70 N (D rt D 0 0 ro � � N Fn !NwQ O (D Ft rt Fh 7• w (D H 0 H- �iJ Fh N w R tq rt (D (D H - dm h] Pi H- Ft N N r• rD �l D (D rt 0 H- rt O W Ft- r - Nm CL a w m U M r C x� x H w z r ro Picr, rn Oz CA n Od roro H H �ro ro M0 n m j-3 d H t] H H Lu N H 0 N N H H Page 351 of 985 KD Q - H 03 H H z z 0 0 0 0 0 m OD Date: 1/21/2021 CITY OF BOYNTON BEACH REQUEST FOR PURCHASE OVER $10,000 Requesting Department: Police Explanation for Purchase: Contact Person: S. Stewart As part of the Police Department's annual computer replacement program, the Police Department's Information Technology unit (IT) is purchasing (22) desktops, (4) 27 -inch monitors and (10) 23 -inch monitors. This purchase is to ensure that the Police Department's computers are up-to-date ensuring that staff members have the right computing resources with adequate capability to support basic computing needs in fulfillment of their work responsibilities. (NASPO ValuePoint (WSCA) Contract. Contract # C000000010853) Recommended Vendor bell Marketm LP o Dollar Amount _ _.... m , _f Purchase 20,223 16" Source for Purchase (check and attach backup materials) Three Written Quotations GSA State Contract 0 PRIDE/RESPECT SNAPS Sole Source Piggy -Back Budgeted Item Emergency Purchase Other Contract Number: Contract # C000000010853 NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. F ..�............._................ ........................ � and Source for Purchase: 001-2112-521-64-15 Approvals: J Department Flead.�....__ _ Date �" � � � � � OP i u � m. Purchasing Agent Date' ___.. Asst City Manager Date City Manager Date �� _...... —.,.�W. ....________..__.. _ __��m �.. �,��,�� ����,�.������,���� .��� ..... Form Revised 02101102 �vvj�1 Page 352 off by Page 353 of 985 I r N 04 �d .... n.l I I LIq I I O 10 O 1p I I � M 01 01 H I 1 1 O m co m M [ I 1 a ri o Ch *t m N N R A I 1 %D H 1-1 O 1 H N >4 I I I 1 I I I I 1 I 1 H 1 1 a I ' W 1 , A 1 1 I 1 1 I I 1 1 I + I o' , 1 ' z 1 1 O P d 1 O kO O lO I O O O U I M O1 CR . 1 . • I O O O 1 I m Ch m r-1 N O M N I I o 0 0 ri H H a% m N I Cy, I 1p r -I rl d I I � I I z I I H E I o 0 o ' d, I 0 to 0 d' 0 1 1 O on m i �p h In 1 H h O h M -110 O 1 O W I H o R F H I �0 1 W + a Fl W w P7 .7 I p O O I 'moi pt, H W d O O I 1-4 a F N d O I ! N i Z H I I E -I E 04 a4 .z z UEO I H W O H o w L u z u ` O ca P4 [F4 m U u ua a a N 9 u '6 W r�i p i In ',r Ih 7In "r I o1 W OI W o' � FS N H U I I 1 Hx t W CA u] W rix A A + W Cil CT 01 Cl) W r4x V) W V) W W 1 I I 1 wxwxWz� a p, P. �j H j� 3--I F1 H 'R�y� 's��y '7 W 13 93 •rlU u7 b rd N 3 La r -I ,a � I I H C4 co 4 r) a H h Ch m x a VH Cil a s 1 I'fQy d1 a CJI •r{ O 04 4-3 M t3 ri I W N 3 Ha NN 3Ha 3:"a 1 w w w a 1 00 1 IZ a D :n 1a + a 1 r•+ d) W N 'A [ E-4 4J oaA Dap dl7.7 I xxxxxx 0 m w I U U p al m I I O W ul 0 W ul + W W w r -I N A R1 a , rj IC In x In r>~ u7 x it q 7a I W p4r-1 Q Pd N ri LS H .Z! I H H ,7 H D > U N 9) 9 1 '1 .8 o o r1 'a 24-I r1 .tl a I x WW x a Fi44 U,i, U,'� r=y 4 ba) `� (h I I MN a m M H M N RI H •r1 M M S M .'i'.x MN M M LA M Hc 1 ,E, O O M N\ A 7wy' N [ O Omd''T-. .7 W poo HQ1 2 0mV HA O Oo OI HHmd['Typ MMp _I I + u U U u? aC a) O -r4 ;II tri m alb W fir} 1 ri k w ra ft 0 W 0 N N H W aa0 , Z Id N H 1J f. 0 4 U I•.1 Cwi H I I ario .--I O 4-1 W h n O 4.3 W O 4•3 W I 0i 14 N O I j [jO 93aU NNO GaU 0 (.-'aU I 1n In 1n Fi N a w 1 ,5 G H H O 9 H H a E w a O U] H N s+ o f :� I r•1 .--1 r-1 d[ d d[ 41 IIl `h m r -I H w + I u] I CD d a O X310 O Q1 O1 O px r7 0 O OM O I W w LO W W Cd 13 OJ �. I o0o 0Wa Ifl0 NWG, N 3.7o NW a I r -I r-1 r{ W 0+'7'[7 O m m U H 0 •• 4 U $4 fRf�� O1 ••+• �• W H -H U LI 2i •• 9 Ul - [ N N N LA Ln .7, O ri 1J0 U 9 1 i O to •• In Fn :P, RC O o O ` z o pLn N N N � Q) 1774-1 r-Iado EA $$ -1 L • Z" EI ri r -I ri rl 01 r I Q I �J }1 H �y C7 E -I 43 4J }l H -i U G) p 13 S4 H M M U N A E I I r -I H ri O N N N O U v ?4 O t, N a7 �i 9 U Id H I I lu N A T. ,a ri to E O O .7 r I� '�7 16 6 0 0 N N (d E 08 I U r•1 H ri m rt 4 •r1 0 Ha�� " *4r-I4-)°XU�p ari4w1v2 � �a 0 0 o x >~�c0d�l 1 Ey i� 0 M 0� ar•1 G 1np P a I-) q m 0 ;� I H u d 41 A al 1 app,,o ppum W Wo Ucn Ca wwo uC/l AAU 1 H H+7 1..1p0,,;� QODU laiJ m and (d Ej 1 1 X di a Nm I rfy r-1 N M '� r -I 43 N 7.1 r4 `a 9 mow` wo m� u Page 353 of 985 m co n n c 0 0 0 0 x �Z a H H to a w a W Yl, ►fir, N 14 H N N � 1 0 H N M r -I ri to z O 9 CM f1$ P4 O A W N W •ri rb ON W •rl O O1 U qj CL) •ri m i I •ri d O oa u m M 44 p. •ri 0 ri m M r 4a Y W d7 °da m 0, ea ED U —1 {d ANN E O E U 11 � 0 Cn -1.0 -ri 2: N p Page 354 of 985 Sophia Stewart REF= Desktop Computer Purchases Craig Richards Purchase/Payment Request (If paid by credit card, please attach receipt to this document) Vendor: Dell Account Balance: Justification: Desktacement AJC Approval: Account Number:001 - 2112 - 521 - 64 - 15 Backup Docs Submitted: ❑ QuotesNerbal (over $500.00) ❑ Quotes/Written (over $2000.00) Purchase over $25,000 needs commission approval *PLEASE OBTAIN A W-9 FROM THE VENDOR* Professionalism x Respect % Integrity,, Dedication - Excellence www.bbpd.org Page 355 of 985 A quote for your consideration. Based on your business needs, we put the following quote together to help with your purchase decision. Below is a detailed summary of the quote we've created to help you with your purchase decision. To proceed with this quote, you may respond to this email, order online through your Premier page, or, if you do not have Premier, use this Quote to Order. Quote No. SalesDeallD 3000076805107.1 Total !' $20,223.16 Customer 861622 Quoted On Jan.13,2021 Expires w", $354.74 4 21302025 y Small Phone (800) 456-3,355, 6179360 Billing ?L B " ACCOUNTS CITY OF BOYNTON BEACH P 0 BOX 310 100 E BOYNTON BEACH BOYNTON BEACH, 33U425-03,11 saw g -W Thankyou for shopping with Dell! Stripping Group Shipping To Shipping Methoe, Defiveq CITY OF BOYNTON BEACH 00100 f BOYNTON BEACH, FL 33426-8820 (561) 742-6171 Product Unit Price Qty Subtotal OptlPlax 5080 Small Form Factor $772.65 22 $16,998.30 Dell UltraSharp 27 Monitor ®112719 $354.74 4 $1,418.96 Deli 23 Monitor ® P2319H $180.59 10 $1,805.90 Page 1 D01 lnrkct:ng LP U.S. only, dell %larket'nr LP, i5 totaled at One Dell VVay, :14ail Stop t'129, Ro.jnd Rock. TX 7868 Page 356 of 985 Subtotal: $20,223.16 Shipping: $0.00 Non -Taxable Amount: $20,223.16 Taxable Amount: $0.00 Estimated Tax: $0.00 Total: $20,223.16 Consult your DFS rep. Special lease pricing may be available. Page 2 P erket;ng LP US. only. Dell :% ket;ng LP is located at one Dell Way, Mail Strop 8123, Rnjnt'. Rock, TX 786« -Page 357 of 985 Shipping Group Details Shipping To Shipping Method CRAIG RICHARDS Standard Delivery CITY OF BOYNTON BEACH 2100 HIGH RIDGE RD BOYNTON BEACH, FL 33426-8820 (561) 742-6171 Page 358 of 985 Qty Subtotal OptiPlex 3080 Small Form Factor $772.65 22 $16,996.30 Estimated delivery If purchased today: Jan. 22, 202'1 Contract # C000000010853 Customer Agreement # 43211500-WSCA-I5-ACS Description SKU Unit Price Qty Subtotal OptiPlex 5080 SFF BTX 210-AVOV 22 10th Generation Intel Core 6-10500 (6 -Core, 12MB Cache, 3.1 GHz to 4.5GHz, 65W) 338-6VC8 22 Win 10 Pro 64 English, French, Spanish 619-AHKN - 22 _ No Microsoft Office License Included -- 30 day Trial Offer Only 658-BCSB - 22 _ 160B (2x8GB) DDR4 non -ECC Memory 370-AFLD - 22 M.2 256GB PCIe NVMe Class 35 Solid State Drive 400-BEUW - 22 _ M.2 2200 Thermal Pad 412-AAQT - 22 M2X3.5 Screw for SSDIDDPE 773-BBBO - 22 _ No Additional Hard Drive 401-AANH - 22 _ Intel Integrated Graphics, Dell OptiPlex 490-BBFG - 22 _ OptiPlex 5080 Small Form Factor with 20OW up to 85% efficient Power 329-BEVD - Supply (80PIus Bronze) 22 DVD+! -RW Bezel 325-13DSH - 22 8x DVD+/ -RW 9.5mm Optical Disk Drive 429-ABFH - 22 CMS Essentials DVD no Media 658-BBTV - 22 No Media Card Reader 379-BBHM - 22 System Power Cord (Phllipine/THlUS) 450-AAOJ - 22 Chassis Intrusion Switch - SFF 461-AAEE - 22 No Wireless LAN Card 555-BBFO - 22 No Wireless Driver 340 AFMQ - 22 _ No Stand Option 575-BBBI - 22 _ No Additional Cable Requested 379-BBCY 22 _ No PCIe add-in card 492-BBFF - 22 _ Dell KB216 Wired Keyboard English 580-ADJC - 22 _ Dell Optical Mouse - MS116 (Black) 570-ABIE - 22 _ No Cable Cover 325-BCZQ - 22 _ SupportAssist 525-BBCL - 22 _ Dell(TM) Digital Delivery Cirrus Client 640-BBLW - 22 _ Dell Client System Update (Updates latest Dell Recommended BIOS, - Drivers, Firmware and Apps) 658-BBMR 22 Page 3 Dell r,t rkt)t'ng LP. U.S. only. Dell Market"ng LP. is located at One Dcll Way. M6 Slap 8129, RoJnd Ru-*, TX Page 358 of 985 Waves Maxx Audio 658-BBRB - 22 - Dell SupporlAssist OS Recovery Tool 658-BEOK - 22 - r)ellOptimizer 65"EQP - 22 - OS -Windows Media Not Included 620-AALW - 22 - ENERGY STAR Qualified 387-BBLW - 22 - EPEAT 2018 Registered (Silver) 379-BDTO - 22 SERI Guide (ENGIFRIMuIti) 340-AGIK - 22 _ Dell Watchdog Timer 379-BDWG - 22 Quick Setup Guide 5080 SFF 340-CPQF - 22 - Print on Demand Label 38MOOH - 22 - Trusted Platform Module (Discrete TPM Enabled) 329-BBJL - 22 Shipping Material for SFF (DAO) 340-COYR - 22 _ Shipping Label for DAO,BRZ 389-BBUU - 22 No CompuTrace 461-AABF - 22 _ Regulatory Label for OptiPlex 5080 SFF 200 W, DAO 389-DVUB - 22 No Hard Drive Bracket, Dell OptiPlex 575-BBKX - 22 No Intel Responsive 551-BBBJ - 22 _ Desktop BTSlBTP Shipment 800-BBIP - 22 No Anti -Virus Software 650-AAAM - 22 - Fixed Hardware Configuration 998-ECZF - 22 - No Additional Add In Cards 382-BBHX - 22 No Additional Video Ports 492-BCKH - 22 Intel Standard Manageability (ISM) 631-ACOK - 22 _ No Dell Backup and Recovery software 637 AAAM - 22 - No Optane 400 -BFPO - 22 - Speaker for Tower and SFF 520-AARD - 22 No External ODD 429-ABGY - 22 - Dell Limited Hardware Warranty Plus Service 804-9043 - 22 _ Onsite/in-Home Service After Remote Diagnosis 3 Years 804-9044 - 22 - Qty Subtotal Dell UltraSharp 27 Monitor - U2719D $354.74 4 $1,418.96 Estimated delivery if purchased today: Jan. 26, 2021 Contract # C000000010853 Customer Agreement # 43211500-WSCA-15ACS Description SKU Unit Price Qty Subtotal Dell UltraSharp 27 Monitor - U2719D 210-ARCV - 4 - Dell Limited Hardware Warranty 815-2532 - 4 Advanced Exchange Service, 3 Years 815-2533 - 4 Qty Subtotal Dell 23 Monitor — P2319H $180.59 10 $1,805.90 Estimated delivery if purchased today: Jan. 26, 2021 Contract # C000000O10853 Customer Agreement # 43211500-WSCA-15-ACS Page 4 Dei: NUii k..i ng LP. U.S. only. Dull Market°n LP is lo,ated at One DS II Way. Mail Stop 8129, Ro:jnd Rock. Page 359 of 985 Description SKU Unit Price Qty Subtotal Dell 23 Monitor- P231 9H 210-AQCI _ 10 Dell Limited Hardware Warranty 814-9381 - 10 Advanced Exchange Service, 3 Years 8149382 10 Subtotal: $2O,223.16 Shipping: $0.00 Estimated Tax: $0.00 Total: $20,223.16 Page 5 It Ma ket:nq Lr U.S. only. Bell larket'n '. is located at One Dell M.w. Ma4 Stap 8129, Rao )nd T X 78682 Page 360 of 985 important Notes Terms of Sale This Quote will, if Customer issues a purchase order for the quoted items that is accepted by Supplier, constitute a contract between the entity issuing this Quote ("Supplier') and the entity to whom this Quote was issued ('Customer). Unless otherwise stated herein, pricing is valid for thirty days from the data of this Quota. All product, pricing and other Information is based an the latest information available and is subject to change_ Supplier reserves the right to cancel this Quote and Customer purchase orders arising from pricing errors. Taxes and/or freight charges listed on this Quote are only estimates. The final amounts shall be stated on the relevant invoice. Additional freight charges will be applied if Customer requests expedited shipping. Please indicate any tax exemption status on your purchase order and send your tax exemption certificate to Tax Department®del.com or ARSalesTax@eme.com, as appllcable. Governing Terms: This Quote is subject to: (a) a separate written agreement between Customer or Custamees affiliate and Supplier or a Suppliers affiliate to the extent that it expressly applies to the products and/or services In this Quote or, to the extent there is no such agreernent, to the applicable set of Dell's Terms of Sale (available at www.dall.com/torms or www.dell.com/oemterms), or for cloudlas-a-Service offerings, the applicable cloud terms of service (identified on the Offer Specific Terms referenced below); and (b) the terms referenced herein (collectively, the 'Governing Terms"). Different Governing Terms may apply to different products and services on this Quote. The Governing Terms apply to the exclusion of all terms and conditions incorporated In or referred to in any documentation submitted by Customer to Supplier. Supplier Software Licenses and Services Descriptions: Customer's use of any Supplier software is subject to the license terms accompanying the software, or in the absence of accompanying terms, the applicable terms posted on www.Dell.com/eula. Descriptions and tonics for Supplier -branded standard services are stated at www.daii.com/servirecontmets/global or for certain infrastructure products at www.deilemc.comlen-us/customer-services/product-warranty-and-service-descdptions.htm offer -Specific, Third Party and Program Specific Terms: Customer's use of third -party software is subject to the license terms that accompany the software. Certain Supplier -branded and third -party products and services fisted on this Quote are subject to additional, specific terns stated on www.dell.com/offeringspeafleterms ('Offer Specific Terms"). In case of Resale only: Should Customer procure any products or services for resale, whether on standalone basis or as part of a solution, Customer shall include the applicable software license terms, services terns, and/or offer -specific terms in a written agreement with the end-user and provide written evidence of doing so upon receipt of request from Supplier. In ease.of Pinancing only: If Customer intends to enter into a financing arrangement CFinancing Agreement') for the products and/or services on this Quote wilh Dell Financial Services LLC or other funding source pre -approved by Supplier ("FS"), Customer may issue its purchase order to Supplier or to FS. if issued to FS, Supplier will fulfil and invoice FS upon confirmation that: (a) FS intends to enter into a Financing Agreement with Customer for this order, and (b) FS agrees to procure these items from Supplier. Notwithstanding the Financing Agreement, Customer's use (and Cuslomer's resale of and the end-usees use) of these items in the order is subject to the applicable governing agreement between Customer and Supplier, except that title shall transfer from Supplier to FS instead of to Customer. If FS notifies Supplier after shipment that Customer is no longer pursuing a Financing Agreement for these items, or if Customer fails to enter into such Financing Agreement within 120 days after shipment by Supplier, Customer shall promptly pay the Supplier invoice amounts directly to Supplier. Customer represents that this transaction does not involve: (a) use of U.S. Government funds; (b) use by or resale to the U.S. Government; or (c) maintenance and support of the products) listed In this document within classified spaces. Customer further represents that this transaction does not require Supplier's compliance with any statute, regulation or information technology standard applicable to a U.S. Government procurement. For certain products shipped to end users in California, a State Environmental Fee will be applied to Customer's Invoice. Supplier encourages customers to dispose of electronic equipment properly. Electronically linked terms and descriptions are available in hard copy upon request. ^Dell Business Credit (OBC): OFFER VARIES BY CREDITWORTHINESS AS DETERMINED BY LENDER. Offered by WebBank to Small and Medium Business customers with approved credit. Taxes, shipping and other charges are extra and vary. Minimum monthly payments are the greater of $15 or 3% of account balance. Dell Business Credit is not offered to government or public entities, or business entities located and organized outside of the United States. Page 6 Dell lark: L'.ng I -P, U,6. mly. Del Market'ne LF is localed at One Dcil Way, .#ell Stop 8129, Round Rork, TX 726c?. Page 361 of 985 Dell purchase is off the NASPQ ValuePoint (WSCA) Contract. The Master agreement and amendment extending the agreement through July 2021 have been placed in the Purchasing folder. Also, here is the link where the document was obtained. https:/lwww.dell.comllearnlus/en/QgZsle/wsca-naspo-new-for-review Minimum discounts off list price are identified in the contract on page 3 of the PD F in section 2 right at the top of the page. For desktops and laptops the minimum discount is 15%. F T Page 362 of 985 TO: Sophia Stewart REF: Desktop Computer Purchases Craig Richards Purchase/Payment Request (if p�2lid cji,vdit card, please attadiii receipt to, this dociiin,wift), Vendor: Dell Account Balance: Justification: Desktop Com :cuter ReMacement . . . ....... . . ........ . A/C Approval: Account Number: 001 - 2112 - 521 - 64 - 15 Backup Does Submitted: F] QuotesNerbal (over $500.00) F] Quotes/Written (over $2000.00) Purchase over $25,000 needs commission approval *PLEASE OBTAIN A W-9 FROM THE VENDOR* Professionalism -Respect,,, I degrity - Dedication -Exce Ile nce www.bbpd.org Page 363 of 985 A quote for your consideration. Based on your business needs, we put the following quote together to help with your purchase decision. Below is a detailed summary of the quote we've created to help you with your purchase decision. To proceed with this quote, you may respond to this email, order online through your i°'°' iureinriiilliilei" pagle, or, if you do not have Premier, use this Quote to uii-ier, QUOte III10 3001001"7618051 fll`?m'l Tats1112 1,,221�16 Customer # 861622 Quoted On Jan. 13, 2021 Expires by Feb. 12, 2021 DeallD 21302025 Message from your Sales Rep Sales Rep Devonte Small Phone (800) 456-3355, 6179360 Email Devonte_Small@Dell.com Billing To PAYABLE ACCOUNTS CITY OF BOYNTON BEACH P O BOX 310 100 E BOYNTON BEACH BLVD BOYNTON BEACH, FL 33425-0310 Please contact your Dell sales representative if you have any questions or when you're ready to place an order. Thank you for shopping with Dell! Regards, Devonte Small Shipping Group Shipping To Shipping Method CRAIG RICHARDS Standard Delivery CITY OF BOYNTON BEACH 2100 HIGH RIDGE RD BOYNTON BEACH, FL 33426-8820 (561)742-6171 Product Unit Price Qty Subtotal optiPlex 5080 Small Form Factor $772.65 22 $16,998.30 Dell UltraSharp 27 Monitor - U2719D $354.74 4 $1,418.96 Dell 23 Monitor — P2319H $180.59 10 $1,805.90 I I:�� Ilu Il l.�irl m'Vir�R°p I.i.S'; only II°t�efl t,,t irM,a�iiirm�t 11..F os 1lor,,��teld �af Rcunc: Page 364 of 985 Subtotal: Shipping: Non -Taxable Amount: Taxable Amount: Estimated Tax: Total: Consult your DFS rep. Special lease pricing may be available. ".4 e 2 Mark.eOng 11 IP a s M G.)ne Mad St�ap,a B'129„ $20,223.16 $0.00 $20,223.16 $0.00 $0.00 $20,223.16 ;DPge 365 of 985 Shipping Group Details Shipping To Shipping Method CRAIG RICHARDS Standard Delivery CITY OF BOYNTON BEACH 2100 HIGH RIDGE RD BOYNTON BEACH, FL 33426-8820 (561) 742-6171 Qty Subtotal optiPlex 5080 Small Form Factor $772.65 22 $16,998.30 Estimated delivery if purchased today: Jan. 22, 2021 Contract # C000000010853 Customer Agreement # 43211500-WSCA-15-ACS Description SKU Unit Price Qty Subtotal OptiPlex 5080 SFF BTX 210-AVOV 22 10th Generation Intel Core i5-10500 (6 -Core, 12MB Cache, 3.1 GHz to 338-BVCB 22 4.5GHz, 65W) Win 10 Pro 64 English, French, Spanish 619-AHKN 22 No Microsoft Office License Included — 30 day Trial Offer Only 658-BCSB 22 16GB (2x8GB) DDR4 non -ECC Memory 370-AFLD - 22 M.2 256GB PCIe NVMe Class 35 Solid State Drive 400-BEUW - 22 M.2 22x30 Thermal Pad 412-AAQT - 22 M2X3.5 Screw for SSD/DDPE 773-BBBC - 22 No Additional Hard Drive 401-AANH - 22 Intel Integrated Graphics, Dell OptiPlex 490-BBFG 22 OptiPlex 5080 Small Form Factor with 20OW up to 85% efficient Power 329-BEVD 22 Supply (80PIus Bronze) DVD+1-RW Bezel 325-BDSH 22 8x DVD+1-RW 9.5mm Optical Disk Drive 429-ABFH 22 CMS Essentials DVD no Media 658-1313TV 22 No Media Card Reader 379-BBHM - 22 System Power Cord (PhilipinelTHlUS) 450-AAOJ - 22 Chassis Intrusion Switch - SFF 461 -AAE E - 22 No Wireless LAN Card 555-BBFG 22 No Wireless Driver 340-AFMQ - 22 No Stand Option 575-BBBI - 22 No Additional Cable Requested 379-BBCY - 22 No PCIe add-in card 492-BBFF - 22 Dell KB216 Wired Keyboard English 580-ADJC - 22 Dell Optical Mouse - MS116 (Black) 570-ABIE - 22 No Cable Cover 325-BCZQ - 22 SupportAssist 525-BBCL - 22 Dell(TM) Digital Delivery Cirrus Client 640-BBLW - 22 Dell Client System Update (Updates latest Dell Recommended BIOS, 658-BBMR 22 Drivers, Firmware and Apps) � uo.e,�� �2� �: Marketin( �. �� �a:�rWei a��ie �.ul � ay. u4 afl�l ��.ot�r.p �B1�^�9 u�w,,u d �i::,� ��`age i& of 985 Waves Maxx Audio 658-BBRB - Dell SupportAssist OS Recovery Tool 658-BEOK - Dell Optimizer 658-B EQP - OS -Windows Media Not Included 20 %N - ENERGY STAR Qualified :..W 4] B Llylllo - EPEAT2018 Registered (Silver) 2 SERI Guide (ENG/FR/Multi) Dell Watchdog Timer ,t 7916�"D'0w1 Quick Setup Guide 5080 SFF a 4 01111 Pu -)'F Print on Demand LabelVoy,9;tttffq,w,�, Trusted Platform Module (Discrete TPM Enabled)2t� !"iS �m Shipping Material for SFF (DAO) - Shipping Label for DAO,BRZ FrlU No CompuTrace el 15 "�,Awrr8 F - Regulatory Label for OptiPlex 5080 SFF 200 W, DAO 'tzt;h"° t 91t No Hard Drive Bracket, Dell OptiPlexNo Intel Responsive r.381"4"J - Desktop BTSIBTP Shipment INt40a Ipt(�9t' No Anti -Virus Software Pq Fixed Hardware Configuration E r„ 2T No Additional Add In CardsI�,FIE� t� No Additional Video Ports 1491. Intel Standard Manageability (ISM) 63 t:.IwCA K No Dell Backup and Recovery software (`� "i I-Ar"uA Nl No Optane 4VU10",-41I a"'" - Speaker for Tower and SFF 5,4?a-'AARD No External ODD t x 9,A5L°. - Dell Limited Hardware Warranty Plus Service N04,904 31 - �a+��t�a,t,��„B�i,�d�. f,1304-9044 - Dell UltraSharp 27 Monitor - U2719D Estimated delivery if purchased today: Jan. 28, 2021 Contract # C000000010853 Customer Agreement # 43211500-WSCA-I5-ACS Description Dell UltraSharp 27 Monitor - U2719D Dell Limited Hardware Warranty Advanced Exchange Service, 3 Years Dell 23 Monitor— P2319H Estimated delivery if purchased today: Jan. 26, 2021 Contract # C000000010853 Customer Agreement # 43211500-WSCA-I5-ACS SKU 210-ARCV 815-2532 815-2533 $354.74 Unit Price $180.59 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 22 Qty 4 Qty 4 4 4 Qty 10 Subtotal $1,418.96 Subtotal Subtotal $1,805.90 P a'fLi, 4 1.)611 IMarlketliinq IL�'��P De1H IMa�riklatli�rig th:Vliw� Round li� cc.,lP66&3367 Of 985 Description SKU Unit Price Qty Dell 23 Monitor - P231 9H 210-AQCI 10 Dell Limited Hardware Warranty 814-9381 10 Advanced Exchange Service, 3 Years 814-9382 10 Subtotal: Shipping, Estimated Tax: Total: Subtotal $20,223.16 $0.00 $0.00 $20,223-16 u 11 11'I IIJ S uro��dy RA irkeiiwig LP. V,', locaeid al 011 DeH Way, NAaH Stop B1 29,1:3 a iSage 368 of 985 Important Notes Terms of Sale This Quote will, if Customer issues a purchase order for the quoted items that is accepted by Supplier, constitute a contract between the entity issuing this Quote ("Supplier") and the entity to whom this Quote was issued ("Customer"). Unless otherwise stated herein, pricing is valid for thirty days from the date of this Quote. All product, pricing and other information is based on the latest information available and is subject to change. Supplier reserves the right to cancel this Quote and Customer purchase orders arising from pricing errors. Taxes and/or freight charges listed on this Quote are only estimates. The final amounts shall be stated on the relevant invoice. Additional freight charges will be applied if Customer requests expedited shipping. Please indicate any tax exemption status on your purchase order and send your tax exemption certificate to 1 rx.11D poi Ili X61,1111 I„delICi .Lnl or 'I, as applicable. Governing Terms: This Quote is subject to: (a) a separate written agreement between Customer or Customer's affiliate and Supplier or a Supplier's affiliate to the extent that it expressly applies to the products andlor services in this Quote or, to the extent there is no such agreement, to the applicable set of Dell's Terms of Sale (available at ,,vv��, f .II = I tc i a ns or ( heft' c":1 1,111,00 Irl lC, II IS), or for cloudlas-a-Service offerings, the applicable cloud terms of service (identified on the Offer Specific Terms referenced below); and (b) the terms referenced herein (collectively, the "Governing Terms"). Different Governing Terms may apply to different products and services on this Quote. The Governing Terms apply to the exclusion of all terms and conditions incorporated in or referred to in any documentation submitted by Customer to Supplier. Supplier Software Licenses and Services Descriptions: Customer's use of any Supplier software is subject to the license terms accompanying the software, or in the absence of accompanying terms, the applicable terms posted on I D011 cars l Descriptions and terms for Supplier -branded standard services are stated at ,r wlr1lp deI11l r,4:e1^Ii1,.M,1 �Is,l;al .�Iril .l,a : c11..I.:rV or forcertain infrastructure products at 'ti��e°mwra 41ellernc ttillnn,lelri a "'clu°,tairle "',,'.I ll ^ S.a� l: V'f.� Offer -Specific, Third Party and Program Specific Terms: Customer's use of third -party software is subject to the license terms that accompany the software. Certain Supplier -branded and third -party products and services listed on this Quote are subject to additional, specific terms stated on Jd,l irls ("Offer Specific Terms"). In case of Resale only: Should Customer procure any products or services for resale, whether on standalone basis or as part of a solution, Customer shall include the applicable software license terms, services terms, and/or offer -specific terns in a written agreement with the end-user and provide written evidence of doing so upon receipt of request from Supplier. In case of Financing only: If Customer intends to enter into a financing arrangement ("Financing Agreement") for the products and/or services on this Quote with Dell Financial Services LLC or other funding source pre -approved by Supplier ("FS"), Customer may issue its purchase order to Supplier or to FS. If issued to FS, Supplier will fulfill and invoice FS upon confirmation that: (a) FS intends to enter into a Financing Agreement with Customer for this order; and (b) FS agrees to procure these items from Supplier. Notwithstanding the Financing Agreement, Customer's use (and Customer's resale of and the end -user's use) of these items in the order is subject to the applicable governing agreement between Customer and Supplier, except that title shall transfer from Supplier to FS instead of to Customer. If FS notifies Supplier after shipment that Customer is no longer pursuing a Financing Agreement for these items, or if Customer fails to enter into such Financing Agreement within 120 days after shipment by Supplier, Customer shall promptly pay the Supplier Invoice amounts directly to Supplier. Customer represents that this transaction does not involve: (a) use of U.S. Government funds; (b) use by or resale to the U.S. Government; or (c) maintenance and support of the product(s) listed in this document within classified spaces. Customer further represents that this transaction does not require Suppliers compliance with any statute, regulation or information technology standard applicable to a U.S. Government procurement. For certain products shipped to end users in California, a State Environmental Fee will be applied to Customer's invoice. Supplier encourages customers to dispose of electronic equipment properly. Electronically linked terms and descriptions are available in hard copy upon request. ^Dell Business Credit (DBC): OFFER VARIES BY CREDITWORTHINESS AS DETERMINED BY LENDER. Offered by WebBank to Small and Medium Business customers with approved credit. Taxes, shipping and other charges are extra and vary. Minimum monthly payments are the greater of $15 or 3% of account balance. Dell Business Credit is not offered to government or public entities, or business entities located and organized outside of the United States. u .til, I:y Page 369 of 985 Dell purchase is off the NASPO ValuePoint (WSCA) Contract. The Master agreement and amendment extending the agreement through July 2O21have been placed |nthe Purchasing folder. Also, here |sthe link where the document was obtained. Minimum discounts off list price are identified in the contract on page 3 of the PDF in section 2 right at the top ofthe page. For desktops and laptops the minimum discount b15%. For servers and the minimum discount �5, 13.5% The discounts shown in the e -quote from Dell premier page are greater than the minimum discount. Page 370 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 P.O. # : 210711 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/27/21 VENDOR 17799 EXTENDED LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST COST 1 99600.00 DL RESURFACE 11 CLAY TENNIS COURTS 1 000 99600.00 AT TENNIS Center. Per attached detailed proposal dated 12/29/2020. PROCUREMENT SERVICES: " P.O. TOTAL; 99600 00 ACCOUNT NO. PROJECT 303-4212-572.63-05 RP2127 PURCHASING Page 371 of 985 n n O G z y In t -J I tlj n I y I I tj I I C I t7 + I I H H i0 IP H fD W H 1D H Ln 0 a) w 000 H O O O y H 000 0 000 z 000 000 p O H Lo el W 0 NWko0 wwwpi ro�poz OO FA C!FGH OP n C., � zn Lr1 L4 F-1 H n In I U% n Hnx I tj N (D L -j I [t] ro ,o y C btl-24NrTq n 3',o n (D Z I xl U] r H OO\Fi'r] H ' Q y Czr] H aK'O(D� H Z I F -I r� I z o to o v z K ct C] CT ) L+'� W a �C I Z Q RI tJ (D z H p O0 a� z �HZ a w Z n (n O - N -n r- o by a p N Pd F-3 n p H H b � I b i7 H I N 7 ren y N Q. H I w� I 01 rt (D 1 I'v vi ro f3. I y 41 GO] U�] n I � z° Ul r d y I rn z H r +�y H H 0 H M H y 0 K O �" KD + d mGG) H Z H ILI kD O"d pd H i ko y In y i +yC o z O Z1 0 w G f, i p H 30 Ua 4 O p , A N H,3 H ' r z r a y 0 til ' Liz 0 41 W H 0 C �n y m yyy o p i b O CZ H Ri y 7' 31 O Vj 1 tv H ' I I C I I 1 K) 2 Vj t -f I H f H UU In r I I 0 H Cj K xf ro H in I I I I ' I zo I trJ H � N N Page 312 of 985 to H 'y x CrJ y10pa Q HF CA EQ y qj m (D rt t'I (D Fl FC Vj nn rt h 7G ?! h x w C RD N Co (C (O H .c CD CCD 00 Cl) � G I I�'r�� %DW O 0 O 0 O O [O 4 71 0 0y n n O G z y In t -J I tlj n I y I I tj I I C I t7 + I I H H i0 IP H fD W H 1D H Ln 0 a) w 000 H O O O y H 000 0 000 z 000 000 p O H Lo el W 0 NWko0 wwwpi ro�poz OO FA C!FGH OP n C., � zn Lr1 L4 F-1 H n In I U% n Hnx I tj N (D L -j I [t] ro ,o y C btl-24NrTq n 3',o n (D Z I xl U] r H OO\Fi'r] H ' Q y Ham• H aK'O(D� H Z I F -I r� I z o to o v z K ct C] CT ol L+'� H [n a �C I Z Q RI tJ (D z H p 00 a� z �HZ a w Z n (n O - N -n r- o by Cr] Pd F-3 n p H b � I b i7 H I ;�royU H 7 ren y Q. H I w� I rt (D 1 I'v vi ro f3. I y GO] U�] n I � z° r d y I rn z H r +�y H H 0 H M H y 0 K O �" KD + d mGG) H Z H ILI kD O"d pd H i ko y H Q i +yC o z O Z1 0 y G f, i p ,pj Ua 4 O p , A N H,3 H ' r z r a y ' Liz 0 41 W H 0 y m yyy o p i b O CZ H Ri y 7' 31 O Vj 1 ' I I C I I 1 tj Vj t -f I H f � I I 0 K xf ro I I I I ' I W N I trJ W IA � N N Page 312 of 985 Date: 1/13/2021 ('0111TY OF "',BO"Y',N,r,ON',BEPLC',IIllI',I,,I, REQUI. E, ST FOR PURCIIASE 0'V"l1:E' R 01 10,00 Requesting Department: Recreation — Contact Person: KaCY Young Explanation for Purchase: Prep and resurfacing of 17 Clay Tennis Courts at City of Boynton Beach Tennis Center, 16 court'� 11 O'x 120 and 1 court 72'x 130'. �flwiount of Purchase $99,600.00 Three Written Quotations X GSA State Contract PRIDE/RESPECT SNAPS Sole Source Piggy -Back Budgeted Item Emergency Purchase Other Contract Number: RP 2127 NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contrac,, Fund Source for Purchase: 303-4212-572-63.0!5 Approvals: Department Head Purchasing Agent V Asst City Manager City Manager Form Revised 02101/02 Date � 1 11 1 Date V Date Date Page 373 of 985 Recreation & Parks Department PURCHASE RE U_ EST, DATE 01/14/2021 FACILITY/ACTIVITY: Tennis Center PURPOSE/JUSTIFICATION/PROJECT: Resurface 17 Clay tenn sCOUrts including all necessary equipment, �� .,. supplies, and permits, if applicable. ITEMS: (If more than 5 items, attach company's order form which will be sent w/p.o.) Descry tion Item # Quantit 1. See attached 2. 3. 4 5 Priceeach, PURCHASING $ Less than $2,000 ONE QUOTE REQUIRED GUIDELINES: $ 2,000 - $34,999 3 WRITTEN QUOTES (If over $10,000 must complete and attach the Request for Purchases over $10,000 form; Purchase requests from $5,000- $34,999 require City Manager approval prior to issuance of a purchase order) $ 35,000 & Up FORMAL SEALED BIDS BY PURCHASING CAPITAL ITEM (single item over $750; must use a 60 series account). Budgeted capital item? Yes ❑ No ❑ PRICE QUOTES: VENDOR NAME PHONE # 1 Professional Tennis Court Services (561) 436-1248 2. Past Dry Courts (954) 979-3111 3 Sport Surfaces (561) 964-2001 **]Check here for return of purchase order; return to ,rrrnnm VENDOR NAME: Professional Tennis Court Services ADDRESS: 17183 60th Lane North Loxahatchee FL 33470 AMOUNT $ 99,600.00 $ 111,000.00 $ 143,500.00 VENDOR # 17799 (attach com letedW 9 for venld�„ors)——""��.,,,—m� �.��. PHONE M (561) 436-1248 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: 303421257263.0PROJECT #: RP2127 APPROVED BY w��� (if alica blue) SIGNATURE � � �' '� '*� S:NRetteation & Parksj5hared FdeslForms (;,"""` Ww 8 "u'i ,.y�����m ��� chagi,,i lwequest Fi ,#�� Revised 1 22 2.0 M ., Page 374 of 9 "NOTE: Price includes all necessary equipment, permits (if applicable), supplies, etc. ** Payment Schedule: Laser Grading Charge: Upon Completion: *** Price subject to change after 30 days *** 11 ROW] JAI g 4 011111;16010011 strikes, accidents, or delays beyond our control. $99,600.00 ALYA01GH WE WILL BE EXTREMELY CAREFUL TO AVOID DAMAGE, WE CANNOT BE RESPONSIBLE FOR DAMAGE DUE T(t NECESSARY ACCESS. IF APPROVED A FINAL CONTRACT WILL BE DRAWN UP BY PTCS HIT REVIEW. BRAD SIMMS 561-436-1248 OFFICE 561-859-1157 alqKgjq§@Smail.com Page 7 of 7 Page 375 of 985 P 7"R 4 PROFESSIDN31 TEMIS CDURT SERVICES 1718360TH LANE NORTH LOXAHATCHEE, FL 33470 OFFICE: 561-859-1157 CELL: 561-436-1248 Lic # U-22133 Website: tcsflodda.com Find us on Q PTCSFIorida Laser Grade Proposal For Boynton Beach Tennis Center Court #1 & 2 • Remove all old lines and nails. • Remove dead material and dispose. • Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. • Apply Ten (10) tons of new Har -Tru per court.* • Level all new Har -Tru with 60" laser grader hydraulic box blade. • Laser check each court to assure correct slope and no high or low spots. • Install new herring bone tapes with new two and a half (2 %) inch nails. Roll court to compact new Har -Tru. • Sand and paint net posts and re install original nets with new center strap. • All equipment needed for court laser grade will be supplied by PICS. Page i of 7 Page 376 of 985 • Remove dead material and dispose. • Apply Two (2) tons of new Har -Tru per court.* • Roll court to compact new Har -Tru. • Sand and paint net posts and re install original nets; with new center strap * All equipment needed for court laser grade will be supplied by PTCS. Court #5 & 6 • Remove all old lines and nails. • Remove dead material and dispose. • Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. • Apply Ten (10) tons of new Har -Tru per court.* • Level all new Har -Tru with 60" laser grader hydraulic box blade. • Laser check each court to assure correct slope and no high or low spots. • Install new herring bone tapes with new two and a half (2'/2) inch nails. • Roll court to compact new Har -Tru. • Sand and paint net posts and re install original nets with new center strap • All equipment needed for court laser grade will be supplied by PTCS. Court #7&8 • Remove all old lines and nails. • Remove dead material and dispose. • Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. • Apply Twenty (20) tons of new Har -Tru per court.* • Level all new Har -Tru with 60" laser grader hydraulic box blade. • Laser check each court to assure correct slope and no high or low spots. Page 2 of 7 Page 377 of 985 • Install new herring bone tapes with new two and a (half (2 %Z) inch nails. • Roll court to compact new Har -Tru. • Sand and paint net posts and re install original nets with new center strap • All equipment needed for court laser grade will be supplied by PTCS. Court #9 & 10 • Remove all old lines and nails. • Remove dead material and dispose. • Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. • Apply Ten (10) tons of new Har -Tru per court.* Level all new Har -Tru with 60" laser grader hydraulic box blade. • Laser check each court to assure correct slope and no high or low spots. • Install new herring bone tapes with new two and a half (2 %Z) inch nails. • Roll court to compact new Har -Tru. + Sand and paint net posts and re install original nets with new center strap • All equipment needed for court laser grade will be supplied by PTCS. Court #11 & 12 • Remove all old lines and nails. • Remove dead material and dispose. • Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. • Apply Eight (8) tons of new Hydro Blend Material per court.* • Level all new Har -Tru with 60" laser grader hydraulic box blade. • Laser check each court to assure correct slope and no high or low spots. • Install new herring bone tapes with new three (3) inch nails. • Roll court to compact new Har -Tru. Page 3 of 7 Page 378 of 985 • Sand # paint net posts and re, install original strapcenter 1 equipment needed for court • Remove old lines and • Remove dead a', and dispose. • Laser grade base to ensure there is aneven amount over entire court surface. • Apply Eight (8) ons of new Har -Tru per court.* • Level all new laser grader hydraulic boxblade. • Laser check each i toassure correct slope / * or o herring• Install new bone tapesand • Rollcourt to compact • Sand and paint netposts and re install original center strap equipment needed for court- grade be supplied by s • Remove all od lines And • Remove dead material and dispose. • Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. Laser• Apply Eight (8) tons of new Hydro Blend Material per court.* Level all new Har -Tru with 60" laser grader.hydraulic box blade. -ck each court to assure correct'slope and no high or low spots. herring* Install new bone & Roll court to compact new Har -Tru. & Sand and paint net posts and re install original nets with new center strap Page 379 of 985 • All equipment needed for court laser grade will be supplied by PTCS. Court #21 • Remove all old lines and nails. • Remove dead material and dispose. • Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. • Apply Fifteen (15) tons of new' Hydro Blend Material on court.` • Level all new Har -Tru with 60" laser grader hydraulic box blade. • Laser check each court to assure correct slope and no high or low spots. • Install new herring bone tapes with new three (3) inch nails. • Roll court to compact new Har -Tru. • Sand and paint net posts and re install original nets with new center strap • All equipment needed for court laser grade will be supplied by PTCS. *If additional Har -Tru is needed it will be supplied at a rate of $450.00 per ton. Page 5 of 7 Page 380 of 985 PLEASE NOTE THE FOLLOWING: • The construction project will be completed weather permitted. PTCS is not responsible for any delays with the construction project due to weather. Delays can happen due to rain and/or Named Storms. We will do everything we can to stay on schedule however we will communicate if there are any delays due to the weather. We will remove and dispose of all old Har -Tru material as well as clean up any trash that comes from the construction project. • We will roll the courts for the first 30 days. • We are not responsible for any damage done during the construction project due to moving equipment and supplies to/from the Tennis Courts. • We are not responsible for any damage done to the Tennis Courts after the construction is completed. Page 6 of 7 Page 381 of 985 -ashx Page I ill'SALA4 Mwf�s ZURi "I 'IffV4 V Will I f; �1/777/ / / I 2UL/!,7.fry, ,�, wt, a] 4AGMQATt_ - .2 x O U N x 2= "MMMUMSMI ....... LIJUD-I/ 111L jW��A T"T �AQ ),Illf%,vebllaserfichelViciveriPdflPrintPdfViewer.html?file--Expor[StreamingHandierashxOlo3Frepo�lo3DFinancel.261ok=V.3Db87b36df-a65f-47ce-uo&6...111412( Page 382 of 985 CUSTOMER City of Boynton Beach Barrier Free Park 3111 S Congress Ave 7011 Wisort Rd. West PaIM Beach Fl. 33413 561-964-2001 1 Fax: 501.9",50 WWW-Sportsurfaces.r,orri I III1P1W!!1 1 :�I I p 76FEMV�, e 17TWIts Glztuinar 57 triu-PT—Plirdulng YT k -i 1;V-13y-Onnis TvIT-PlulTi respect to the fallawing ierms and speciftations: Court # I & 2: Cmtractor will, scrape courts, of all foreign mabarials including exem "dea&'har-tru materml, Waste Will be removed to a designated area on site. Contr C actor will scrape algae ftm edges of court and under net as needed. Contractor wJU reinave line tapes and nails and dispose in designated area on site. Contractor will lascr-., dope and plane. gu& sur&ce and install -,w to 10 toris of new bar-tru. material _vcr Contractor will water courts to full depth and roll courts using a Brutus�Tarideui Roller Contractor will install Heringbone line tapes using aluminum nails in accordance with U.S.TA specificatiom Contractor will owe again, roll, bmsh and compact mwerial as required. The Contractor will sand and paint existing act posts and ro-install customer's tennis nets. Court # 3 & 4: The contractor will remove dead material and dispose. The Contractor will instaU 2 tans of new Har -Tru per court The Contractor will roll court to compact i �Wf Contractor will scrape courts of a foreign materials including exms -dcad!'har-tru material, Waste will be rmoved to a designated am ori site. Contractor will scrape algae from edges of court and under net as needed. 444- 4'' will remove line " and nsib and dispose in designated area. on site. Contractorwill slope and plane. Contractor will water courts to full depth and roll courts using a Brutus-I'andem, Roller. Contractor will install Heringbone line tapes using aluminum. nails; in accordance With U.SJL.A. specificatiom. Contractor will once again, rolL brush and compact material as required. Ihe Contractor will sand and pamt existing net posts and re-instaH customer's termis nets. Page 383 of 985 P =k$110*1=011 M41 -57N %�est Paim Beach Fl. 3U1 3 56"64-2001., Fax.- 561-96&WC19 WWWAPOTtsurfaces.coTt ADDMONALITEM. The Contractor will reinove and dispose old clay material and clean up any trash from construction project The City ofBoynton Beach will not be responsible for providing LL a. to mist in removal of Har-Tra u, «W or trush associated with die construction 4r6ect The Contractor will roll the courts for the first 30 days, after the conclusion of the consbuction. project. ADD $ 5,900.00 The Contractor will supply and install additional clay $ 500 00/tDn -- ... .............. ..... . ....... The CVstomer agrees to pay a 33% deposit upon acceptance ofproposal Ile Customer agrees to pay a 33% deposit upon commencement of work LC 0#011, MR, SL be worn on court. Some sneakers, street shoes, da& soled shoes, skateboar&, roller blades, etc. will Scuff and da=ge surfiice. Guarantee shall become void upon owner's Mure to adhere and comply with the puyinent schedule, TERMS & CONDMONS CUSTOMER AGREES THAT BY SIGNING THE BELOW CONTRACT THEY AGREE TO ABIDE BY OUR 0 go, 1610 lei I&OWN KPA I VA I". Cmalug al Respectfully subaritted by: (Vwulm 4401m- spolu Surfitces LLC. Date - Page 384 of 985 7011 Wilsolin Rd. West Palm Beach Fl. 33413 561-064-2001 3. Fax. 561.964-rO()9 WWWAPOrlsurfaces.Corn Court Contractor will scrape courts of all foreign materials including excess "dead"har-tru material. Wasw will be removed to a designated area on site. Comutor win serve algae from edges of court and under net as needed. Contractor will remove line tapes and nails and dispose in designated area on site. r -XIII 1"1- cec„II t slope and plane. Contractor will water courts to full depth and roll courts using a BruftL-,Tarider n Roller = 11111111 77M MTJILV�TO—M. Contractor will once again6 roll, brush and compact material as requarA. The Contractor will sand and paint existing net post and re -install customer's tennis nets. Court 4 9 & 10 Contractor will scrape courts of all foreign materials mmg excess "deac!"har-tru material. Waste will be removed to WmovW to designated area on site. Contractor will scrape algae fiorn edges of court and under not as needed. Contractor will remove line tapes and nails and dispose in designated am on site. slope and plane. Contractor will water courts to M depth and roll courts using a Brulus-Tandern Roller. Contractor will owe again, roll, brush and compact material as required. The Contractor will sand and paint existing net posts and re -install customer's tennis nets. Court # 11 & 12: Contractor will serve courts of all foreign rnaterials including excew "dead" har-tru material. Waste will be removed to a designated area on site. Contractor will scrape algae from edges of court HCl under net as needed. Contractor will remove line tapes and nails and dispose in designated am on site. 10, Iffal EArt WITNIN'',"l I , 11 , F � R ��Mii I M115 ITIM1111IMMMMIMOam Contractor will once again, roll, brush mid compact material as required. The Contwtor will sand and paint existaig net posts and re -install customees tennis nets. Page 385 of 985 Ses"a I IM! agy` .C1 1999 January 5s' 2021 City of Boynton Beach Barrier Free Park 3111 S Congress Ave Boynton Beach FL 33426 7011 Wilson Rd. West Palm Beach Fl, 33493 561-964-2001 Fax: 561-964-5009 www.sport�surfaces.com Court # 13 & 14 Contractor will scrape courts of all foreign materials including excess "dead" har-tru material. Wase will be removed to a designated area on site. Contractor will scrape algae from edges of court and under net as needed Contractor will remove line tapes and nails and dispose in designated area on site. Contractor will laser -grade surface and install up to 8 tons of new har-tru material M to help maintain a more precise slope and plane. Contractor will water courts to fiill depth and roll courts using a Brutus Tandem Roller. Contractor will install Heringbone line tapes using aluminum nails in accordance with U.S.T.A. specifications. Contractor will once again, roll, brush and compact material as required. The Contractor will sand and paint existing net posts and re -install customer's tennis nets. Court # 15 & 16 Contractor will scrape courts of all foreign materials including excess "dead" har tru material. Waste will be removed to a designated area on site. Contractor will scrape algae from edges of court and under net as needed. Contractor will remove line tapes and nails and dispose in designated area on site. Contractor will laser grade surface and install up to 8 tons of new har-tru material per court to belp maintain a more precise slope and plane. Contractor will water courts to full depth and roll courts using a Brutus -Tandem Roller. Contractor will install Heringbone line tapes using aluminum nails in accordance with U.S.T.A. specifications. Contractor will once again, roll, brush and compact material as required. The Contractor will sand and paint existing net posts and re -install customer's tennis nets. Court # 21 Contractor will scrape courts of all foreign materials including excess "dead" bar-tru matffial. Wasts will be removed to a designated area on site. Contractor will scrape algae from edges of court and under net as needed. Contractor will remove line tapes and nails and dispose in designated area on site. Contractor will laser -grade surface and install up to 15 tons of new har-tru material M to help maintain a more precise slope and plane. Contractor will water courts to full depth and roll courts using a Brutus -Tandem Roller. Contractor will install Heringbone line tapes using aluminum nails in accordance with U.S.T.A. specifications. Contractor will once again, roll, brush and compact material as required. The Contractor will sand and paint existing net posts and re -install customer's tennis nets. Page 386 of 985 nr��elcAN 5FC1ATs SulIM0.5 tlx! WIN Ja #16961 Wing. Boynton Beach Tennis Center 3111 S. Congress Avenue Boynton Beach, FL 33425 Contact: Laurie Fasolo Telephone: 561-742-6575 E-mail: fasolol@bbfi.us Dear Laurie: 1400 MW 93"' Avenue Pompano Bmch, FL 33069 faaua%V 12, 2021 PROPOSAL Job Address / Shlpping: Boynton Beach Tennis Center 31115. Congress Avenue Boynton Beach, FL 33425 Thank you for providing Fast -Dry Courts, Inc. the opportunity to offer you a proposal for the resurfacing of your seventeen (17) clay tennis courts. We have received, reviewed, and inspected the courts per the following scope of work and prepared this proposal based on this information provided by the City. Fast -Dry Courts, Inc. proposes to provide the scope of work described below for the total cost of *Any additional clay supplied and installed, if required and Owner approved will be added for the cost of $500.0o per ton. * FDC will roll the courts as needed and assist the owner with best maintenance practices while onsite. Continued rolling of the courts is the responsibility of the maintenance staff once FDC mobilizes offsite_ We anticipate the work to take +/- 30 working days. FDC will work with the owner to keep as many courts open and playable during the duration of the resurfacing work and maintain a clean and safe environment for employees and patrons. Court #1 & 2 Remove all old lines and nails. Remove dead material and dispose. Laser grade base to ensure there is an even amount of Har Tru over entire court surface. Apply Ten (10) tons of new Har -Tru per court. Level all new Har -Tru with 60" laser grader hydraulic box blade. Laser check each court to assure correct slope and no high or low spots. Install new herring bone tapes with new two and a half (2 %) inch nails. Roll court to compact new Har -Tru. Sand and paint net posts (black) and re install original nets with new center strap. Provide all equipment needed to complete court laser grade construction project. Removal and Disposal of all old Har -Tru materials as well as clean-up of any trash that comes from the construction project Court #3 & 4 Remove dead material and dispose. Apply Two (2) tons of new Har -Tru per court.` Roll court to compact new liar -Tru. Sand and paint net posts (black) and re install original nets with new center strap Provide all equipment needed to complete court laser grade construction project. Court #5 & 6 www.fast-d wom & www.1O-s.com National: (800) 432-2994 Local: (954) 979-3111 - Fax: (954) 978-8479 CONSTRUCTION a RESURFACING 4 MAINTENANCE o SUPPLY Page 387 of 985 ANFAWAN MEW SPORTS IAT QNB c 1981 4 100 N VY', I1:iim Remove all old lines and nails. Remove dead material and dispose. Laser grade base to ensure there is an even amount of Har -Tru over entire court surface, Apply Ten (10) tons of new Har -Tru per court.* Level all new Har -Tru with 60" laser grader hydraulic box blade. Laser check each court to assure correct slope and no high or low spots. Install new herring bone tapes with new two and a half (2 3.) inch nails. Roll court to compact new Har -Tru. Sand and paint net posts (black) and re install original nets with new center strap Provide all equipment needed to complete court laser grade construction project. Removal and Disposal of all old Har -Tru materials as well as clean-up of any trash that comes from the construction project Court #7 &„8 Remove all old lines and nails. Remove dead material and dispose. Laser grade base to ensure there Is an even amount of Har -Tru over entire court surface. Apply Twenty (20) tons of new Har -Tru per court.* Level all new Har -Tru with 60” laser grader hydraulic box blade. Laser check each court to assure correct slope and no high or low spots. Install new herring bone tapes with new two and a half (2 %) inch nails. Roll court to compact new Har -Tru. Sand and paint net posts (black) and re install original nets with new center strap Provide all equipment needed to complete court laser grade construction project. Removal and Disposal of all old Har -Tru materials as well as clean-up of any trash that comes from the construction project Court #9 & 10 Remove all old lines and nails. Remove dead material and dispose. Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. Apply Ten (10) tons of new Har -Tru per court.* Level all new Har -Tru with 60" laser grader hydraulic box blade. Laser check each court to assure correct slope and no high or low spots. Install new herring bone tapes with new two and a half (2'r4) inch nails. Roll court to compact new Har -Tru. Sand and paint net posts (black) and re install original nets with new center strap Provide all equipment needed to complete court laser grade construction project Removal and Disposal of all old Har -Tru materials as well as clean-up of any trash that comes from the construction project Court #11 & 12 Remove all old lines and nails. Remove dead material and dispose. Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. Apply Eight (8) tons of new Hydro Blend Material per court.* Level all new Har -Tru with 60" laser grader hydraulic box blade. www.fast-dr °.com & www.10-s.com National; (800)432-2994 - Local: (954) 979-3111 - Fax: (954) 978-8479 CONSTRUCTION <> RESURFACING p MAINTENANCE c> SUPPLY Page 388 of 985 AA4IFatt��R A41 Ms# r! s'+s aitti.pERS SSflCJA77ClN 7 � � Siam 1400 N.W.13�' Avenue '� Pompano Beach, FL 3:3069 Laser check each court to assure correct slope and no high or low spots. Install new herring bone tapes with new three (3) inch nails. Roll court to compact new Har -Tru. Sand and paint net posts (black) and re install original nets with new center strap Provide all equipment needed to complete court laser grade construction project. Removal and Disposal of all old Har -Tru materials as well as clean-up of any trash that comes from the construction project Court #13 & 14 Remove all old lines and nails. Remove dead material and dispose. Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. Apply Eight (8) tons of new Har -Tru per court.* Level all new Har -Tru with 60" laser grader hydraulic box blade. Laser check each court to assure correct slope and no high or low spots. Install new herring bone tapes with new two and a half (2 h) inch nails. Roll court to compact new Har -Tru - Sand and paint net posts (black) and re install original nets with new center strap Provide all equipment needed to complete court laser grade construction project. Removal and Disposal of all old Har -Tru materials as well as clean-up of any trash that comes from the construction project Court #15 & 16 Remove all old lines and nails. Remove dead material and dispose. Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. Apply Eight (8) tons of new Hydro Blend Material per court.* Level all new Har -Tru with 60" laser grader hydraulic box blade. Laser check each court to assure correct slope and no high or low spots. Install new herring bone tapes with new three (3) inch nails. Roll court to compact new Har -Tru Hydroblend Sand and paint net posts (black) and re install original nets with new center strap Provide all equipment needed to complete court laser grade construction project. Removal and Disposal of all old Har -Tru materials as well as clean-up of any trash that comes from the construction project Court #21 Remove all old lines and nails. Remove dead material and dispose. Laser grade base to ensure there is an even amount of Har -Tru over entire court surface. Apply Fifteen (15) tons of new Hydro Blend Material on court.* Level all new Har -Tru with 60" laser grader hydraulic box blade. Laser check each court to assure correct slope and no high or low spots. Install new herring bone tapes with new three (3) inch nails. Roll court to compact new Har -Tru. Sand and paint net posts (black) and re install original nets with new center strap www.faskdry.com & www.10-s.com National: (800) 432-2994 - Local: (954) 979-3111 - Fax: (954) 978-8479 CONSTRUCTION Q RESURFACING a MWNTENANCE a SUPPLE' Page 389 of 985 A.MMUCA 4 SPORISSUILVEM hfWOF.R 7A�Ssoc=ON VW h l "H Mw 1400 N.W.13c' Avenue _ Pompano Beach, FL 33069 Provide all equipment needed to complete court laser grade construction project. Removal and Disposal of all old Har -Tru materials as well as clean-up of any trash that comes from the construction project Fast -Dry Courts, Inc. has a proven 32 year track record of exceeding customer expectations. As a family-owned and operated company, we have completed over 9,192 projects with professionalism, quality, and performance. It is our commitment to quality and professionalism that led the American Sports Builders Association (ASBA) to recognize Fast - Dry Courts, Inc. for excellence in tennis court construction for an unprecedented 23 consecutive years. Over 68% of our projects last year were from existing customers or referrals. Our Project Managers have at least 13 .years of experience. Furthermore, we are a licensed General Contractor, bondable and Insured up to $3,000,ODO.00. Should you wish to move forward, a formal agreement will be required prior to Job scheduling and commencement. Due to the volatility of pricing for construction materials, this proposal is valid for thirty (30) days from the date of issuance, unless extended in writing by Fast -Dry Courts, Inc. If you have any further questions, please call me at (800) 432-2994. Sincerely, L�P�� Fast Dry Courts, Inc. David Dettor COO / Owner www.fast-d ° ".COM & www.10-s.com National: (800) 432-2994 - Local: (954) 979-3111 - Fax: (954) 978-8479 CONSTRUCTION a RESURFACING Q MAINTENANCE o SUPPLY Page 390 of 985 PURCII 1A8E 0 11:1. 0 E R UTY OF BOYN I 01\1 BEACH, IIF LOIIS UIDA PROCUREMENT SERVICES DEPARTMEN I '100 �:�.AS T OCEAN AVE P,O, BOX 310 2-107�2 BOY NC01\[BEAC[i,Ft...ORIDA33425-(,)3'10 1:)./A,TTE : 0: / 2 7 VENDOR 13936 SHIP TQ TO: NAT'I, T jIFT YRUCK SERVI(7E TN(]. CitY OF PCyriton Beach. JE11RY SFANX.) T.N(.:PUBLIC WOPIK,19 I)ERARTMENT 2110 CJ IC'MR.EWS 222 N.E.. 9111 AVE.,'Ijj�; POMRANO BEACI-1, Fl., 33069 BOYNT(X4 PQEACII, 1`11, 3,3 4 3 REQUERMN NO, '77887ORDERING, L)EIIAH I MErd 1: FY�FT J,,'/Rf)/SKB ... ..... . .... , I - I'll, -- "I —"', v/ . . .... .... . . ...... ... . . .................... DA f h NEEDED: I - CONTRACT U10 I COMMISSION APMOVa): PURCHASING Page 391 of 985 E.Y.7 1! � NDEM LINE# WTA17TTY UOM J\ND COSI COST I 2120h.00 aL FORKLIFT 1 0000 21205 80 F f t., 1::Ls�t Far.i.ce . Sourcewel]- Cc)nt-n'Hct 09I520 --RCF d1scou:nt c):n forklifL 2 9645.63 UL BATTEYRY, MATZR.I.N(3 K]71° rx CT1A.1,,1,C.-= 1 0000 9645 .63 M27002408515B 48 vc)lt (:,'MX tubular lea. ttory at cost 710P�AVJ,1,3`32020 20 foot laosc systen.l. at cost Z10M1LNM24CSDL1.,'J- 24 fLowritc, sijac-4:1-e Z10B.A491FI eye LEM I-e-ve.1. indi cator E'diY481`q]..00.N 3 20F1/24o/480 v(.D.It charger at- cc)s Ca.;..;cacic shi LE l:-::L:in g f o::i,.-.k- positioner Sourcewe]..l Coni.-,.rarct 09:1.b2() -�IC7 mark q 3 1325.00 M NUSC COSTS 1-0000 1325,00 iiyundai F,ceight at c(,,)st Ca..scade sid- :hi f k i ng f.'Q�clr. t'.:re g.1.'i t.: a. cost P::C1) Ull.i.t of get ready Mlivery ta) c1.:Esto1T7ar.- 14 1.6 wceks fact::.oz.-y Order. unit With c:°oianty purc:,,h.ase, ordex, �Jew to:r per Sourc!E-we:1-:1 CNDntrac't 091520--:HCE as quoLe--d on prc)posal # 1. 14 21 1 t..he Vehicln Rcplaccmei.�.t FIROCUM�WEN T SL IWIWS: . . . . ........ . .. .... ... . . . . . . . . . ........ .. ... . .... . ...... '(""�°P .. . . . . .. ...... 0, I-() FAU ACCOUNT NO. PROJEME' . ..... . 501-2516-519,64-33 PURCHASING Page 391 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 P 0, #: 210712 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/27/21 VENDOR 13936 LINE$# QUANTITY UOM ITEM NO. AND DESCRIPTION Account PROCUREMENT SERVICES: ACCOUNT NO. 501-2516-519.64-33 PROJECT PURCHASING EXTENDED UNIT COST COST P.O, TOTAL: 32176.43 Page 392 of 985 L, pq 00AD WIAZOW HMHMH9l n �l n IF -1 0 H WIN 9 9 IL-1 tAl rX z z 0 r-, H W z em A 0 0 z Page 393 of 985 P p ZIL" 0 0 0 "at 0 W 040=1 vWnMn4NW"W 0 114 UFR w9° .4 rr (D n 10 0 wlrt"0'1� MXEMW kn Ix Uq 0 0 W ct 01 WK awn n jo acHmpgawc Wo Page 393 of 985 ZIL" "at 0 W 040=1 vWnMn4NW"W 0 114 UFR w9° .4 rr (D n 10 0 wlrt"0'1� MXEMW m o"Wo Am 01 WK awn n jo acHmpgawc Wo Omar. 00o Wn V NUM it n 01-0 NW&HWINMAK p. WOMN HIM W M qW IIA 0 M vow 1100 ONWOMAKNOU, moo 0 !Z UUM 0 WIN WWM W 0 V an __p Q vommp Iz W mow 4 on U W" jnMWWvM0Wq ,,, n cr IN 11 =40 0 W,0,Q V 0 v Etta6T'9 M" :0 Ul 0 1 !� gwoo W 0 W p �W< 1,, 4 mgm H W WMIM 0 "M W My n 00 ow M V.% p1l x vM Y.aA,Opp 90 g2 01AM011M M 4 0,4 Coy t-IrAo i R!"r N 0011—H W MI -PIN MID pun Wq CD W riq M Pu u n tu 0 III 0 M a orw Mr M P, 100V tj Cil Ci Gib 0 0 Naswm 0 RM % on 0 Kv Imsoplo A%o W1 & ISMIR Qmn 11 NOW04 n A" ki moon WIMPITO n 0 01000 MO go am P cut 00 no a W00 W M 0 Wo WA r moo" IVO P. M non 0 .01 4W v mW tm 0 MWO =0 M ID " M 0 VD& N now pli MID 0 00 p 1 1 A WES " ri 08 1 I PWJ A wh H 611 DA K$9n C? 811 P) v I Will P. -h H No N1 ("D A" 9-h trs II H M 44 5 (D 0 91 W vo PH Aw IN % P-3 F-1 Lim 0 Hid m Wo PA He qj 0 0 H 6'59 d1,3 0 WN A Ll P, i tj al W I W M z Lq 481 0 Lq H 2 0 . L n �j CD M hi Page 393 of 985 0 r Ln Page 394 of 985 Date: 1/24/2021 R %11 OVER Requesting Department: Public Works Contact Person: Bill Dart Explanation for Purchase: Purchase forklift for Finance.Warehouse via Vehilce Replacement Fund as approved in budget. Recommended Vendor National Lift Truck Services 'Dollar Amount of Purchase $32,176.43 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: Sourcewell #091520-HCE NOTE: Pricing proposal for purchase must be presented in the same detail contained within the contract. Fund Source for Purchase: Account 501-2516-519. 64-31 Approvals: Department Head Purchasing Agent Asst City Manager City Manager Date 01/2! ,021 712 k�,l Date Date Date –L— Page 395 of 985 of Erc, National Lift Truck Service 2110 Andrews Avenue, Pompano Beach, FL 33069 GQnnle. A, HY1 FMDAI 0 p FORKLIFrS Phone (954) 462-6500 Fax (954) 462-4255 From the desk of Istvan Gerlach Combi-Lift Cell 754.224.9100 e-mail: igeriachl@otitlook.com OAdvance Please visit our web site: www.NLTu sperstore.com kd�W a -JM 2�rp� Page n: 1/14/21 Model: 20BT 9U Proposal No. 11421-1 payments due to increase rates. Terim and Conditions. Payment: COD or Finance *Subject to credit approval* Payment in 1J.S funds. Delivery: Subject to factory production schedules. National Lift Truck Service does not provide tax, accounting or legal advice. F.O.B. delivered. Prices are exclusive of any sales or use taxes now in force or which may be made effective in the future by any federal, state, or local governments. Lease offerings subject to credit approval. Any shipments outside of the US *Customer to provide their own broker & responsible for all costs including; Broker /custom fees, import / export fees, freight cost, any taxes incur -red. Performance and specifications stated are based on specific conditions and environmental factors. Some options and configurations may void UL. If battery charger is ordered, customer is responsible for the installation and cost by a licensed electrician. Conditions are subject to change to those in effect at time of delivery. Please contact your National Lift Truck Service representative for additional information. Proposal is valid for 30 days, subject to prior sale. Payments are subject to change, depending on interest rates, teirns and conditions approved by finance company. Finance documents must be signed and returned prior to delivery. Upon a cash purchase or 10% down by a credit card above $1000 a 3% convenience fee applies. Cancelled order are subject to 25% restocking charge. Spec changes (if available) subject to additional chargers, Carefully review and verify all specifications and details. Double check Capacity, Mast, Fork, Attachments and additional equipment listed. No changes or modifications can be made after factory order has been placed. Your signature below or purchase order constitutes and approved order. This order is subject to review and approval by National Lift Truck Service management. Sign below and return all pages with your purchase order to Fax #: (305) 884-2005 Respectfully Submitted by: .7ok"Z Vmraf Accepted by Buyer, Accepted by Seller. ............... _ 'fltlea Date. Date: Miami, Lake Park, Port St, Lucie, Florida Puerto Rico Sales - Rentals We service all brands an odel Nage b96 of 985 of F-ro, National Lift A Truck Service 2110 Andrews Avenue, Pompano Beach, FL 33069 A11YUNDAI C) 0 FORKLIFTS Phone (954) 462-6500 Fax (954) 462-4255 From the desk of Istvan Gerlach OAdvance Co rn 1', -L ift Cell 754.224.9100 e-mail: igertachl@outlook.corn Please visit our web site: www.NLTsuperstore.com Page 11- 1/14/21 Model: 201: T 91J Proposal No. 11421-1 ,Standard equipment: LED Headlights LED Brake and back-up lights Back-up alarm as weight sensing Adjustable steering column Wet disc brakes Full suspension operator's vinyl seat Rear Handle with horn switch Rear view mirrors Warranty: 3 year or 4,000 hours, whichever occurs first parts and labor. Forklift: Forklift Hyundai list price .......................................................... Sourcewell Contract 091520-HCE discount on forklift ....................... Battery: M27002408515B 48volt CMX tubular battery at cost ........................ Z10MILNM24CSLFI 24 cell flowrite single point watering kit ............. ZIOBA491FI Eagle eye LED level indicator ...................................... Charger: EHY48M100N Attachment: Cascade side shifting fork positioner .............................................. Sourcewell Contract 091520-HCE mark up battery/charger/attachment. Ryv&rai factixy freigIt .2t cost ... ...... - ...... — .......... ...... W1 I i ; Q *111, ....... -iv to custo-fr er ................................. ................................. am ------------ $21,205.80 -------------- $ 9,645.63 675.00 125.00 400.00 125.00 $ 1,325.00 Investment: Soureewell Contract 091520-HCE Pricing unit delivered ..................... $32,176.43 -------------- PKoject,tote l S32 �176.43 Terms, Order it with county purchase order. Delivery, 14-16 weeks factory order. Continue page IV: Miami, Lake Park, Port St. Lucie, Florida Puerto Rico Sales - Rentals We service all brands and models Page 397 of 985 sit of Ejrq,�i National Lift Truck Service Gania, LIJ 2110 Andrews Avenue, Pompano each, FL 33 069 AliYUNDAl , /*. /., ef 0 O FORUM'S Phone (954) 462-6500 Fax (954) 462-4255 . .. .. . .... From the desk of Istvan Gerlach . ....... . i- if Cell 754.224.9100 e-mail: igerlachl@ outlook.com Ad va n c e Please visit our web site: wvfw.NLTsuperstore.com Page 11.- 1/14/21 Model: 20BT 9U Proposal No. 114211 Brakes: Wet disc brakes out last drum brakes 5 to 1. I -land applied parking brake de- activates travel and lift / lower functions for a safer forklift in the work place. Safety group: Operator's overhead guard, 48" load backrest, seat belt with hip restraints designed for operator safety, comfort and visibiliLy. Seat belt, low brake fluid and parking brake - warning lamps. Hydraulic Velocity Control Fuse for the controlled lowering speed should the main cylinder hose rupture. Horn and key switch. xr--477.37�1 1, ,j I if- fe-SlUd Ivetunctions are de -activated. Load Indicator System measures the weight of the load the operator is lifting and activates a warning when load limit is exceeded. Anti Roll -back system offers protection against the machine rolling back on a ramp in combination with exceptional ramp start capabilities. "UL" Tested and Approved, Complies with ANSI 1 56.1 Safety Standards. ISO 9002 Registered Manufactures Certification Specifications Model: 20BT-9U 20BT-9U-AN01 22,059.00 Calvacity: 4000 lbs. Power" Electric 8volt Fuel.. LP gas (without tank) Mast: T riplex 186.6" Maximum fork height MTF47 5,340.00 83.8" Lowered height '® Full free lift Forks: 41.31'X1.6"Y.3.9" FK42 398.00 Attachnient: Carriage FCN 0.00 Hose Group- 4 TH H4TF 695® Valve 6,rouip: 4th 4HV 226.00 Ity1draulic lie.ver: No ringer tip control with sent belt interlock NOFTI 58.00 "Fires. Solid pneumatic tires TSD 0.00 Warning lights: Amber LED strobe & red zone light STRZ 612.00 Lamp: Rear LED flood lamp (work light) RLFL 274® Rear LED blue spot lamp RBSL 234® Auto Lieveling: Auto for leveling AFLV 252.00 I liec, Knob: Electronic direction and horn switch E 146.00 Frame: Side battery removal SBR 0.00 113attery Voltage: 48V 48V 0.00 llx.tad backrest: 48" $30,294.00 coriltinuie page III: Miami, Lake Park, Port St. Lucie, Florida Puerto Rico Sales - Rentals We service all brands anmodel Nge X398 of 985 of EX0'V National Lift Truck Service tie A14YUNDA! 2110 Andrews Avenue, Pompano Beach, FL 33069 FORKILIFTS Phone (954) 4626500 Fax (954) 462-4255 From the desk of Istvan Gerlach Combi-Lifit Cell 754.224.9100 e-mail: igerlachl@outlook.com Please visit our web site: www.NLTsuperstore.com rel7m - I - 222 NE 9th Ave Boynton Beach, FL 33435 Genie, OAdvance Welcome to the world of 4yuadai one of thefastest growingforklifit maufactures in the worldfor a very good reason, quality, dependability and cost of ownership, One new Hyundai model 20BT 9u pneumatic tire series 3 wheel electric rider forklift with a basic capacity of 4,000 lbs. it center. Drive Controller: AC Transistor Control technology offers smooth acceleration with seamless direction change, proportional regenerative braking and programmable Auto Deceleration System. The controller converts battery DC power to three phase AC power. Performance control setting and extensive diagnostics are accessible by technicians through the dash display or hand held Zappi controller. CANbus communication technology monitors and controls key truck components and systems. Thermal Management System monitors component temperature and gradually adjusts performance and cooling to prevent damage of key components. Drive Motor: AC motor technology designed for exceptional performance. A brushless induction motor is used for high starting torque with smooth rapid acceleration. A speed sensor built into the motor, monitors speed and i6rection. Operator IlCompartment Ergonomics. Low easy operator entrance, right side hydraulic controls, seat side directional controls in the lift / lower hydraulic handle including a horn button, adjustable steering column all designed for driver comfort and to reduce driver fatigue. Excellent fork tip visibility is dramatically improved by lowering the front cowl and relocating mast chains. 11owe! r: 48 volt electrical system meets a wide variety of applications. Low battery cut out @ 80% discharge to p, it your investment from low voltage bur out. Power steering: Low effort hydrostatic power steering with fewer turns lock -to -lock for reduced stress, fatigue and maintenance. Curve control Curve Control limits travel speed based on turning radius, reducing speed for a smooth, precise turning operation for the driver. Hydraulic systemO-Ring faced fittings on all connections reduce leaks. 10 -micron high performance in tank filter -to -filter oil before entering hydraulic system. Continue page II, Miami, Lake Park, Port St. Lucie, Florida Puerto Rico Sales - Rentats We service all brands and models Page 399 of 985 REQUEST FOR OFFICE ASSISTANCE FROM: Bill Darty Date: 1/1912021 *PRIORITY 1 DATE NEEDED BY: ❑ Copy Work — Number of Copies: [ Double -sided 1 Collated & Stapled 1 l Distribution: ❑ Type from the attached I transcription tape 1 email (to be forwarded upon request) ❑ Request for 121/Direct Pay Req. for the attached - Vendor or Person to be reimbursed: Account Number: - - - Project No.: Request for Requisition - Vendor: National Lift Trucks Services $32,176.43 Account Number: 501-2516-519.64-31 Project No.: List Items w/Quantities & Unit Costs on the back of this request. XX Quotes ($500 to $1,999): Vendor: Cost: $ Vendor: Cost: $ Vendor: Cost: $ D Written Quotes ($2,000 to $9,999.99) — Attached. ❑ Written Quotes ($10,000 to $24,999) wlPurchases over $10,000 Form —Attached. ❑ Bid/City (Over $25,000): Bid # ., ,,,,,,,,, a Bid/Other Entity (Over $25,000): Bid #, Bid Eff. Dates, & Bid Quotes — Attached. ❑ File As: ❑ OTHER: Special Instructions: New fork lift for FinanceANarehouse per Sourcewell contract 091520-HCE as quoted on proposal #11421-1 from the Vehicle Replacement Account. Request completed by: Date completed: Please sign and return this form to the Office Staff's Inbox; feel free to make any comments below. Page 400 of 985 Pinto, Kristeena From: Pinto, Kristeena Sent: Sunday, January 24, 2021 9:53 AM To: Greco-Arencibia, Adrianna Cc: Darty, Sill Subject: Req. 77887 Good Morning, Purchasing is looking for the over $10,000 form for requisition 77887 — Forklift Just let me know if you have any questions. Thanks you! Kris Page 401 of 985 PURCHASE ORDER CITY OF BOYNTON BEACH, FLORIDA PROCUREMENT SERVICES DEPARTMENT 100 EAST OCEAN AVE P.O. BOX 310 P.O. #: 210715 BOYNTON BEACH, FLORIDA 33425-0310 DATE: 01/27/21 VENDOR 14257 LINE# QUANTITY UOM ITEM NO. AND DESCRIPTION UNIT COST EXTENDED COST 1 14950.00 DL MISC 1.0000 14950.00 IMPROVEMENTS/PRELIMINARY/SCHEMATIC DESIGN REMARKS: PROCUREMENT TN ACCORDANCE WITH STATE OF FL CCNA RULES PROCUREMENT SERVICES: ACCOUNT NO. PROJECT 3C2-4501-572.62-01 OF1801 P.O. TOTAL: 14950 00 PURCHASING Page 402 of 985 nro � m°n G mFt (�C H r�r a n a n m Fl- rr lyI W R a r+ m 0 I -h r pd Dij a H En H H 2 M FA H z n z� H H ED z r H I , , ,,r•, m � � pd Dij a H En H H 2 M FA H z n z� H H ED Page 403 of 985 1 r H I , , ,,r•, F"� U� n H I C=f y Q WTs I gOCO I rn O H on h3On ; n�n i z OOH IH r ro Q H rn Id y a 0 f� H z N Z V N I I I bit f7 � 1 O H V] I W 1 ZC4m , � gyro I H� H H I T W X 1 1\y Zo x� CO� 1 x tsl c � 1 , H I I I H I n I I , n1 I, 01 I tt d C -I tt 1 lU N 1 LTL I V H H 0�� z OQ OG] H OZ Hcoo4 roo1A Nn 01 zQ m H 1 I z I O o @ O YM- z I .. O 1 rn H N W I C.' y y Jnr i 1 i 3 H �+ n O F, i Ln email i H C dr 0I I o O 0 1 n O , F3 4 r ym ' 1 1 z 1 o ' H 1 I 1 ( , I ' , , � d ' ' r I � , H I , ' I I � IP IP I kD 1 ' Iro ut Ln I ' ly O O 1 ' 1 r F - ON 61 0 N N N I--1 Page 403 of 985 Date: 1/25/2021 CITY OF BOYNTGN BEACH Requesting Department: Public Works Contact Person: Andrew Mack _... Explanation for Purchase: Preliminary/Schematic Design Documents: Development of prelimnarylschematic design documents as outlined in the scope of work below for the Links at Boynton Beach Golf Club House mmmm��....... - bean Architecture Recommended Vendor FL Cartb.. Dollar Amount of Purchase $14,950.00 - Source for Purchase (check and attach backup materials) Three Written Quotations GSA State Contract PRIDEIRESPECT 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: nt 302-4501-572-62-01, Project #GF1801 Approvals: ���. Department Head �.��.,�w���� � � Date m 14 l,h0 Purchasing Agent° Date; Asst City Manager Date City Manager �I Date mm �.�,-............. Form Revised 02/01/02 Page 404 of 985 REQUEST FOR OFFICE ASSISTANCE FROM: N PRIORITY/ DATE NEEDED BY: Date. Request for 121/Direct Pay Req. for the attached - Vendor or Person to be reimbursed: Vendor: Account Number: - . - Project No.: ® Request for Requisition -Vendor: Florida Caribbean Architecture Account Number: 302_ 4501 -572 - 62 - 01 ❑ Request for BLANKET - Vendor: Account Number: - - - List Items w/Quantities & Unit Costs on the back of this request. ❑ Single Quotes (Less than $ 2,000) — Attached. ❑ Three Written Quotes ($2,000 to $4,999.99) — Attached. Project No.: 'GF1801 Golf Course Clubhouse Design Project No.: ❑ Three Written Quotes ($5,000 to $34,999) w/Purchases over $10,000 Form — Attached. ❑ Bid/City (Over $35,000): Bid # ❑ Bid/Other Entity (Over $35,000): Bid #, Bid Eff. Dates, & Bid Quotes — Attached. ❑ File As: ® OTHER: Procurement in accordance with state of Fl CCNA rules. Special Instructions: Request completed by Date completed: I' ' ,120' 5L35 5 Fli,fi Please sign and return this form to the Office Staff's Inbox; feel free to make any comments below. Page 405 of 985 Links at Boynton Beach Golf Club House — Miscellaneous Improvements / Preliminary Design Florida -Caribbean : f Architecture January 3, 2021 Mr. Andrew Mack, Director of Public Works City of Boynton Beach - Development 100 E. ocean Avenue P.Q. Box 310 Boynton Beach, Fl. 33435-0310 Vora Naz C ulibllw%xl Aau°IldfrT`huurr° II nn,^:. "I Fm,,xll Place llirvVlton Reach, l O000ilh,n, Td� 561 13OR 6694 luNtl�r,uaowuu�a,. dp:�auc�uopi,wniiur a�oPi, rys�u II"P.;',4u 07uu�.:ICo.irY ra'yM Re: Links at Boynton Beach- Golf Club House — Miscellaneous Improvements/ Preliminary/ Schematic Design Dear Mr. Mack: Florida Caribbean Architecture Inc. (CONSULTANT) appreciates the opportunity and is pleased to provide our proposal for professional design services for Miscellaneous Improvements/ Preliminary Design enhancements to your existing "Links at Boynton Beach "golf club house, located at 8020 Jog Road, Boynton Beach, Florida 33472. It is our understanding that the project consists of preliminary design services to create miscellaneous interior/ exterior design improvements to existing building (approximately 5,000 SF) and minor site improvements for The Links of Boynton Beach Club House. Project Description/ Intent: The intent of the project is to provide professional architectural design services for the above referenced project resulting in preliminary design documents (Plans, elevations, building & wall sections) as the basis for further development. Services include: A. Preliminary/ Schematic Design Documents: Development of preliminary/ schematic design documents as outlined in the scope of work below. Basic Scope of Services: It is Florida Caribbean Architecture, Inc.'s understanding that the scope of work is to provide preliminary design services for miscellaneous interior/ exterior enhancements and minor site improvements to The Link's at Boynton Beach — Club House, Proposed enhancements include, but not limited to: - Design improvements to interior/exterior of existing club house floor plan - Design improvements to exterior elevations of exiting building based on improvements to floor plan. - Minor design improvements to the site as necessary to accommodate improvements to the building for access, At the request of the City of Boynton Beach (CLIENT), Florida Caribbean Architecture, Inc. (CONSULTANT) will provide preliminary design documents (plans, elevations, and building/ wall sections) for the existing Link's at Boynton Beach Golf Club House. Services include the following: A. Preliminary/ Schematic Design: 1. Review of preliminary documents provided by the CLIENT, 2. Meeting /Site Visit — to confirm scope of work and field verify/ document existing site conditions and adjacent surroundings (include photo documentation). 3. Preliminary design documents (proposed demolition site/ building and new site/ building plans/ elevations/ sections) ■ Preliminary hand sketches of proposed floor/ partial site plan and elevations upgrades for review, comments, based on best information available. ■ CAD Documents: - Demolition floor plan Page 1 of 4 Page 406 of 985 Links at Boynton Beach Golf Club House — Miscellaneous Improvements/ Preliminary Design Improved floor plan layout Partial site plan as it relates to the building Demolition Exterior elevations Improved building exterior elevations Building sections Typical Wall sections Building notes as applicable to describe components or proposed design requirements. 4. Meeting (up to 2 meetings) with CLIENT to review, revise and finalize preliminary/schematic design documents Tasks: Task A: Preliminary/ Schematic Design: $14,950. 1. Project set-up and review of existing documents provided by the CLIENT. 2. Conduct a Site visit meeting with the CLIENT's to confirm scope of work, based on preliminary information provided by the CLIENT and to Conduct site visit/ field investigation to verify existing site conditions and adjacent surrounding area, includes photo documentation. 3. Provide preliminary hand sketches of proposed plan upgrades for review / comments — up to 2 options. 4. Draw up base CAD plan/ elevations from existing information provided by the CLIENT 5. Conduct preliminary building code research/ analysis for building layout as necessary. 6. Based on selected preliminary plan layout option, provide CAD design documents (plans, elevations and sections) — incorporating review comments from review of preliminary sketch layouts for final review and continents. 7. Provide statement of probable construction costs. 8. Up to two review/ coordination meetings will be held with the CLIENT to review, revise and finalize the preliminary design documents Labor: Includes coordination with design team, CLIENT Expenses: Includes printing, travel and miscellaneous expenses Deliverable: Two printed drawing sets of preliminary sketches, and electronic PDF copies of preliminary/ schematic design documents. Total basic Services: labor and expense (Tasks A) Work Not Included: • Soils Investigation/ Report • Site Survey — Topographic/ Boundary/ Utilities • Site Environmental Assessment • Landscape Architecture • Engineering (civil, structural, mechanical, electrical, plumbing) ADDITIONAL SERVICES: (if required) Additional services beyond the scope of work or for changes due to actions of the CLIENT will be pre -approved by the Owner and billed at the rates below: J 14,950. Page 2 of 4 Page 407 of 985 Links at Boynton Beach Golf Club House — Miscellaneous hnprovements / Preliminary Design Schedule of,Hourl,iRates,;, Principal $150 Project Manager $135 Architect $125 Administrative Assistant $ 60 Reimbursable costs for additional services, in addition to the reimbursement for hourly rates above, client shall pay all usual and customary out-of-pocket expenses incurred by Florida Caribbean Architecture, Inc. Additional services not presently contemplated in this proposal will be scoped and priced separately under a subsequent Work Authorization amendment as appropriate, where so authorized by the CLIENT. Possible additional services may include: a) Development b) Construction Documents c) Permitting Assistance. d) Bidding e) Construction Administrative Services f) Any additional work not listed above. g) Permit Fees h) Extension of Task A beyond that described herein. i) Additional services noted as Tasks B -F above. j) Revisions to previously approved work. Schedule: Florida Caribbean Architecture, Inc., shall commence services immediately upon authorization and complete tasks as indicated below from receipt of "Notice to Proceed", not inclusive of any review periods required by the Owner. Task A: Preliminary Design 5-7 weeks Schedule delays which are beyond the control of FCA Inc. may require schedule adjustment to compensate for such delays. Assumptions: 1. CLIENT to provide site survey/ building drawings of existing site/ property. 2. Access to site for field inspection by the architect shall be made available. 3. Any assessment or removal of hazardous or toxic materials shall be handled by others. 4. Any delay in schedule which is outside the control of Florida Caribbean Architecture, Inc., (including reviews and approvals) may constitute a change in schedule and require an amendment to the schedule herein, and may constitute additional services/ compensation. 5. Florida Caribbean Architecture, Inc.'s and its sub -consultants liability for damages will, in the aggregate, not exceed the amount of the fee. This provision takes precedence over any conflicting provision of this or any document incorporated into it or referenced by it. In no event shall Florida Caribbean Architecture, Inc., its officers or any of its subcontractors be liable for any incidental, indirect, special, punitive, economic or consequential damages, including but not limited to loss of revenue or profits, suffered or incurred by the CLIEBNT(s) as a result of this agreement or Florida Caribbean Architecture, Inc.'s performance or non- performance of services pursuant to this agreement. 6. The standard of care applicable to Florida Caribbean Architecture, Inc.'s services will be the degree of skill and diligence normally employed by professional architects or consultants performing the same or similar services at the time Florida Caribbean Architecture, Ine.'s services are performed. Florida Caribbean Architecture, Inc. will perform any services not meeting this standard without additional compensation. 7. The presence or duties of Florida Caribbean Architecture, Inc.'s personnel at a construction site, whether as onsite representatives or otherwise, do not make Florida Caribbean Architecture, Inc. or their personnel in any way responsible for those duties that belong to the Client or its Construction Contractor, or other entities and does not relieve the Construction Contractor or other entities from their obligations, duties and responsibilities, including but not limited to all construction methods, means, techniques, sequences, and procedures necessary Page 3 of 4 Page 408 of 985 Links at Boynton Beach Golf Club House — Miseellaneous Improvements / Preliminary Design for coordinating and completing all portions of the construction work. Florida Caribbean Architecture, Inc.'s personnel have no authority to exercise any control over any Construction Contractor or any other entity in the performance of the work or any health or safety precautions, and have no duty of inspecting, noting, observing, correcting or reporting on health or safety deficiencies at the site, except as related to Florida Caribbean Architecture, Inc.'s own personnel. Compensation for Services: The total amount to be paid to Florida Caribbean Architecture Inc. by the CLIENT under this agreement for services shall not exceed the amount of Fourteen Thousand, Nine Hundred and Fifty Dollars ($14, 950). Florida Caribbean Architecture, Inc. will invoice the CLIENT on a task basis as required for payment. We thank you for the opportunity to be of service to you on this project. Should you have any questions, please call Mr. Anderson Slocombe, AIA at (561) 308 6694. APPROVAL OF SCOPE & FEES Florida Caribbean Architecture, Inc. Authorizing Signature Anderson Slocombe, AIA, NCARB Printed Name Title: President Date: 113121 Page 4 of 4 Page 409 of 985 6.H. Consent Agenda 2/16/2021 11 City of Boynton Beach D Agenda Item Request Form Commission Meeting Date: 2/16/2021 Requested Action by Commission: Approve minutes from the City Commission meeting on January 19, 2021. Explanation of Request: The City Commission met on January 19, 2021 and minutes were prepared from the notes taken at the meeting. The Florida Statutes provide that minutes of all Commission meetings be prepared, approved and maintained in the records of the City of Boynton Beach. How will this affect city programs or services? A record of the actions taken by the City Commission will be maintained as a permanent record. Fiscal Impact: Non -budgeted N/A Alternatives: Approve, amend and approve, or do not approve the minutes. Strategic Plan: Building Wealth in the Community Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description Es'E) 11':g 11['1LAtE)S 1...19...21 Page 410 of 985 Minutes of the City Commission Meeting Held Online Via the GoToWebinar Platform and In -Person at the City Hall Commission Chambers 100 E. Ocean Avenue Boynton Beach, Florida On Tuesday, January 19, 2021, at 4:30 P.M. Present: Mayor Steven B. Grant Vice Mayor Ty Penserga Commissioner Justin Katz (arrived at 6:03) Commissioner Woodrow L. Hay Commissioner Christina L. Romelus 1. Openings Call to Order — Vice Mayor Penserga Lori LaVerriere, City Manager James Cherof, City Attorney Crystal Gibson, City Clerk Vice Mayor Penserga called the meeting to order at 4:31 p.m. Roll Call City Clerk Gibson called the roll. A quorum was present for the closed -door session. Attorney Cherof announced those attending the closed -door session included the City Commissioners, City Manager, City Attorney, and a court reporter. The session was anticipated to last about 60 minutes. Attorney Cherof noted should a Commissioner who was not currently present arrive during the close -door session, it will be reflected when the meeting reconvened. Closed- door session held on Tuesday, January 19, 2021, at 4:30 p.m. for a private attorney client session to discuss pending litigation case of: CITY OF BOYNTON BEACH, a Florida municipal corporation, Plaintiff, vs. JKM BTS CAPITAL, LLC., Defendant — Palm Beach County Circuit Court Case Number: 50- 2020CA012780-XXXX-MB The meeting recessed at 4:34 p.m. A. Call to Order — Mayor Steven B. Grant Mayor Grant called the meeting to order at 5:50 p.m. Yury Konnikov, ITS Support Manager, explained how the online meeting would proceed and how the public could participate. Invocation The Invocation was given by Pastor Amalie Ash of First Presbyterian Church. Page 411 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Pledge of Allegiance Commissioner Hay led the Pledge of Allegiance to the Flag. Roll Call City Clerk Gibson called the roll. A quorum was present. Agenda Approval: 1. Additions, Deletions, Corrections Mayor Grant requested an addition to Item 12 Legal a new item regarding a closed -door session and that Items 9 A., B. and C. be heard before Public Audience. Vice Mayor Penserga requested an addition to Future Agenda Items, and would like for the Commission to consider a day of service where the City contributes to Feeding South Florida. The Community Kitchen has been under construction and is looking for volunteers to package food. Mayor Grant requested an item to be added to Future Agenda to discuss community policing. 2. Adoption Motion Commissioner Hay moved to approve as amended. Vice Mayor Penserga seconded the motion. The motion unanimously passed. 2. Other A. Informational items by Members of the City Commission Vice Mayor Penserga, disclosed the he spoke with Mr. Skaggs and Mr. Knight regarding Legacy, also spoke Mr. Rogatinsky regarding the sale of 1102 and 1110 North Federal Highway. Mayor Grant disclosed that he had seen the event that took place at the Nation's Capital on January 6th. On January 7th, he attended the City's Park and Recreation's Department Crowns and Swords Event at the amphitheater. On January 13th, attended the awards for the MLK recipients. On January 14th, had Lunch on the Hill held at the Cherry Hill Minimarket kitchen. That evening he attended the Cultural Council Virtual Muse Awards. He spoke with the Schaffers regarding Item 8. D. Thursday morning, Publix will offer more vaccine appointments. Commissioner Katz had no disclosures and welcomed Ms. Whitfield and Dr. Robinson of the Palm Beach County School Board. i• Page 412 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 3. Announcements, Community and Special Events and Presentations A. Erica Whitfield, PBC School Board Member, will present a State of Education Report. Erica Whitfield and Dr. Debra Robinson gave a presentation on the State of Education in Boynton Beach. Mayor Grant inquired about the health of students and any physical education or after school activities. Ms. Whitfield responded there is not much open right now, they do have some programs and sports available, and had football in the past. They are limited quite a bit. Dr. Debra Robinson responded as a physician, she is very concerned about the ongoing threat of this pandemic and understood the impact that this virtual education has had on the children. Ms. Whitfield was very impressed with the schools, teachers, and bus drivers and the fact that they bring many people together every day without having big outbreaks. People are taking this very seriously. We are so close and we just have to hang in there as much as we can. Hopefully we will be back to normal next year, if possible or whenever it's possible. Mayor Grant, inquired about the old South Tech Campus, which is in the City limits of Boynton Beach. Ms. Whitefield responded it is a bus compound right now. She believes they are looking to move South Area intensive to the Old South Tech Campus. The property in Lake Worth was decrepit and falling down. Vice Mayor Penserga, thanked both of the speakers for the information. He is also a public - school teacher and sees many of the things mentioned on a daily basis. One thing that really impacted him is there are students who are acclimated to online learning and those who have just continued to slide, and we all know who is being impacted. It tends to be the underprivileged Black and Brown minority students of lower socio-economic levels. He asked what the plan for them was moving forward and if there any programs to supplement or to catch students up or give them another opportunity to retake exams. When he calls on these students in class and they unmute themselves, I am hearing babies crying, I am hearing construction, some of them are not at home, they are at McDonalds or wherever they may be and I just try to imagine myself if I were in their shoes, how difficult it is to even pay attention. I do not know how they do it because of all the distractions around them. Board Member Robinson, you mentioned earlier that you're open to partnering with others, count me in. want to be part of the solution on this. I do not want those kids to be forgotten. What can we do for them? Is there a plan moving forward? I know there is no semester exams, I am not sure if that is for all schools. That is one less opportunity for them to improve their grade. They only have their quarter grades for example. What can we do moving forward? Dr. Robinson commented she really believes that there has to be partners in a community 3 Page 413 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 group. There has to be small group instruction in the community. She has grandchildren in the system and knows that her grandson is easily distracted when he is in the classroom where a teacher can walk by. We are going to have to make up for this the only way, which is old fashion eyeball -to -eyeball, person -to person contact, where you engage that student even if the only reason is because they want to gain your approval that they will work hard. Please know the children will rise to the occasion. I do not think it is going to be large group instruction, I do not think it is really going to be school based. You probably know as well as I do that because of the high stakes of accountability, everybody is not focused on the needs of each and every child. It is a community effort. I am hoping that we move into our strategic planning process that we embrace forming partnerships with people who will sit with these children, real community-based support. Ms. Whitefield agreed that what Dr. Robinson is saying about community-based support is so important that it was one of the reasons she wanted to come and speak to you. She thanked the Vice Mayor for his work in our schools. She has seen him in action recently and it was exciting for me to be able to be there. The school district tried to put together some plans for remediation and support and extra help. It really is going to be about time the students that haven't participated in the schools come back. We have to protect them the best we possibly can during this pandemic. I think it is very difficult for some of these kids to participate virtually. For the ones that are not able to be up to the standards I explained earlier, I do think it is very important that we encourage them to go back to their schools. We are going to have to have tutoring after school, it is probably going to be extended. Anything we can do to really engage them in their education. There has been a loss of this time of the importance of education, so as a community we have to really speak to our students and our children and let them know how important it is that they really do well in school and participate in school and get parents to realize the importance of them being a part of their education. Things I would like to see most of all is support for schools even more than we have had in the past. There is really going to be long lasting impacts from this pandemic on what our students learn, how well they do, and how well our community does. Again, you bring up some very good points. I am very hopeful with this new administration coming, that they will all get the additional funds that we need to be able to recover from this in education. This is not possible without additional support from the national level. Vice Mayor Penserga thanked them both and asked if there were good models for community involvement supplementing education. Ms. Whitefield responded noting Roots and Wings and the work they are doing recognizing teachers in Delray, Boca and Boynton and also, the work they are doing to support creative tutoring programs and after school settings. I know that it is something that principals really enjoy at those schools and are glad to have. I think as far as a model for tackling community support and bringing in additional dollars and additional support for our kids, I think that one is just a wonderful program and it's one I think we should find a way to model throughout our communities. Dr. Robinson responded years ago, before I was on the school board, I actually ran an after- school program. I would get off work practicing medicine and go to this after school program n Page 414 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 for middle school kids. I hired young people from the teacher's academy at Palm Beach Lakes to teach under the supervision of a certified teacher. With homework assistance and guidance. But the hook was that it started with boys. They wanted to play sports so we tied it to basketball. They had to get all their work done to go to basketball practice. Then on Saturdays they competed in the West Palm Beach recreational league. It was kind of this sequence. You definitely not playing if you're not attending to your schoolwork. We had the support there. And those relationships developed between not only the high school students, the teacher's academy students and middle school students, but also with teachers who kind of supervised them. Those relationships have lasted for two decades. That is the model I walk through, it works very well. The important thing was about the relationships between the community members and the young people. Because they wanted to please and impress the high school students and the teachers in that program. Commissioner Hay thanked Ms. Whitefield and Dr. Robinson for coming here to Boynton we are certainly trying to partner with you. Dr. Robinson, have you looked into or had any success in bringing some of the educators out of retirement and utilizing churches to help in this partnership in the community that you talked about? Dr. Robinson replied I am working for a particular initiative in your geographic area with some folks that you know to do just that. I will tell you this about teachers that have retired. Just like with anyone, you have got to have the right ones. What we cannot do well, we have a balancing act in terms of teaching third grade the way you taught third grade 15 years ago versus third grade now. Some people can bring that old school knowledge and wisdom to the table in this new school atmosphere but some do not adapt as easily. It's all about the right person. If you have them, yes, let us get them. Commissioner Romelus commented I will chime in to say thank you to the school board members, for showing up today and for all the work you have been doing as a mom with two boys who are back in person now, but very limited. I used to have them in aftercare and all that, but now I pick them straight up from after school. All the work you're doing is so important. These numbers are very scary. Whatever I can do to help with that. I definitely get both sides especially with what Dr. Robinson mentioned being African-American, being Black. This pandemic is something on a different level for all of us. My husband and I had to make the decision to bring the kids back. It was a very difficult decision to make. It's not easy I know for others, whatever I can do to assist in that, to help fix those numbers and help engage our families to really stop this slide that is happening, because these numbers are pretty scary. Anything that I can do to help, please let me know. Ms. Whitefield thanked Commission Romelus. Commissioner Katz thanked them both for coming as well and looked forward to seeing them tomorrow night at the school board meeting. Ms. Whitefield responded thank you, Commissioner Katz. We are looking forward to seeing you, too. 5 Page 415 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 B. Proclaim Sunday, February 7, 2021 as Robert E. Wells Day. Minister Bernard Wright will accept the proclamation. Minister Bernard Wright accepted the proclamation and stated when we acknowledge African- American Black history, we acknowledge and promote humanity and there is no doubt about it. This is not about the skin color except we have to address systemic racism in our country. do not want to talk about Robert E. Wells and our history, which is so very important, because I am with Dr. Robinson and with brother we need to infuse Black education into our system. Sitting on the student accounts at Poinciana, my boy was Student of the Month, he is doing well and I understand why. What is the problem about our children being behind even before virtual. I understand some things, the way our system is designed and the wording and the way we speak has a great factor in it and with parents being with children, engaging themselves. Eighty-six percent of our children are raised by single mothers, 90% on death row raised by single mothers. It's so important to promote fatherhood. I want to say children are having a problem in this state of uncertainty in this pandemic. Being a bishop, member of the gospel, knowing bible prophecy, we are in a way with this, children are behind. I know this. am keeping up with this. I did not have a father. I raised my child from the bottle every two hours to now 10 years old. He is a great athlete. He is good by the grace of God. I understand Dr. Robinson because my neighbor is ringing my doorbell every 30 minutes, he couldn't stay focused, so had to go back to school. I am a community advocate that is willing to partner with Palm Beach County School Board and whatever I may be able to do with my time and however we may be able to reach the community to tutor these children. I had to hire a tutor from New York, a gifted tutor, brought my boy up. He was way behind. I tell you, he has not asked me or my wife one thing this whole year. I can't do anything but thank God. That is staying focused because of the environment we have to engage ourselves. He requested Dr. Robinson get in touch with him I am President of the Community Review Board. I sit on the Historic Resource Preservation Board. I am here for people, for what we need right now. I want to thank all of you all who made this possible. This is the seventh year of Robert E. Wells and acknowledging our history, which is so very much important. He requested if anybody in Boynton Beach has anyone in their family who has contributed to the growth and development of this City, they get in touch with him or anyone from the Historic Resource Preservation Board and let us get this documented, because this is what it is all about. I want to stay relevant to what Dr. Robinson is talking about, what we can do for these children. I am here. Call on me if you need me. Thank you, Mayor, thank you Commissioners. God bless you all and thank you for this redevelopment we have got it going on in Boynton. We are going to continue to keep it moving. I am here for you. C. Announcement by Jacoby Waters, Committee Chair of the Reverend Dr. Martin Luther King, Jr. Community Awards, regarding the 2021 award recipients. Mr. Waters was not present to make the announcement. City Manager's Report A. City Lobbyist, Mat Forrest of Ballard Partners, will present the key issues/bills facing the City during the 2021 Legislative Session. City Commission to discuss and approve Legislative Priorities for the 2021 Legislative Session in Tallahassee. A Page 416 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Mat Forrest gave an update on the 2021 Legislative Session Mayor Grant, thanked Mr. Forrest. Vice Mayor Penserga commented he spoke with Mr. Forrest a few weeks ago. He asked if the $2 billion budget hole caused by COVID would result in the City'sr appropriations request not being funded and if there was something positive they can look forward to or if there any bills that could positively impact us in any way? Mr. Forrest replied legislation just now getting filed. I was looking at two different components, legislation regarding actual policies and or any changes in statute that could impact you or the appropriations process, the budget. Those are the two main things. From a budgetary standpoint without a doubt, it's going to be a bleak year. I will work as hard as I can with all the members that represent you to try to bring home projects and money. At the same time know we are going in with the $2 billion deficit and know there will be cutting areas. When it comes to legislation, it could be a positive year in terms of giving you more for example, I have heard governments would like more discretion how they have virtual meetings during the early stage of the pandemic, and the pandemic, there is executive order that allowed you more virtual discretion. That might be something they put in perpetuity rather than just the emergency order. Mayor Grant stated my questions are more for the environment noting they had a discussion last year in regards to 14 acres that the City had and whether to sell it or not. I think one of the major concerns I have in Florida is still the septic systems. Do you know of any legislation that is trying to help transfer septic systems close to the ocean or canals into a sewer system, and if anything like that was moving forward? Also, the City had its old dump next to the Links of Boynton Beach. I do not know if we are still having to monitor that area, but I want to know if your firm could help us with the Department of Environmental Protection of Florida or the Environmental Protection Agency to make sure we do everything we have to so that we can stop monitoring it and start using that land for other things. Mr. Forrest replied on both of those topics regarding septic and sewer conversion, obviously it is not a problem or issue unique to Boynton Beach. It definitely impacts multiple areas of the state. I had heard positive possible programs addressing that statewide at least in strategic locations and he agreed to put that on my list for you guys and keep my ears open to see if there is any possibility to assist the City with that. With regard to engaging with other agencies, we are more than happy to engage at any level of state government to help any issue you may have. Obviously, an issue like that is rather complex so we would definitely love to be part of a team and talk with the appropriate staff and also probably your attorneys to figure out exactly what mitigation procedures you have or steps you could take or exactly what the status is. We could definitely weigh in at the DEP on your behalf with the right assistance as well. Commissioner Hay inquired about Covid-19 and Red -Light Traffic cameras. He was curious as to what's the general feel or if he even heard of any discussion about the red-light cameras? Mr. Forrest it has been an issue for the City. I would say it is very hard to give any diagnosis or generality of what the Legislature is thinking especially this early with a new legislature. There have been bills every session for at least the last three or four years that I can recall to 7 Page 417 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 repeal the red-light camera legislation. That bill has been again filed in the House. I have not seen it in the Senate yet. In the last few years it has not moved. I do not know about the incoming leadership, but it is on my list and issues to address with the town and monitor and weigh in on. Mayor Grant stated that he wanted to recognize the winners of the Reverend Dr. Martin Luther king, Jr., Community awards. Community Leader of the Year is Tory Orr, Community Business is Pyramid Books. Community Educator of the Year is Rita Simmons. Community Non-profit of the Year is Boynton Beach Coalition of Clergy. Community Youth of the Year is Jeremiah Young. A presentation of the City of Boynton Beach Operations Performance Management Dashboard. Lori LaVerriere, City Manager, thanked Mayor Grant and explained this is something you have heard staff talk about and we have talked with the commission over the past year or two of being able to utilize metrics in data to help us make the best decisions we possibly to. I have sat down with staff and actually started taking a really close look at some of the dashboards they have been using for years, and we are looking at ways to use them better. I just thought this is something I need to be bring to the Commission for you to see on a regular basis. I was so impressed, I want to share with you some of the initiatives we have going on and what goes behind recommendations and information that we bring forward to you to decide. It isn't just something on the fly. It's really based on good evidence and data. One of my goals has been for years, and we have been able to get there in finance. Mr. Scott, Director of Economic Development and Strategy, will do a brief presentation. Ms. Frederiksen, Director of Financial Services, is going to unveil to you a transparency software for our finances. Our public can go on our website easily and navigate through our finances and take a deeper dive into our budget book and be able to, again, navigate the information. I think it is a much more user-friendly format. We are going to unveil this to you tonight and go live with it very shortly. We are very excited. Then we have an expansion of an existing software that can just do amazing things. I think Mr. Mack or Mr. Dunmyer will be presenting that this evening. David Scott, Director of Economic Development and Strategy, gave presentation on the City of Boynton Beach Operations Performance Management Dashboard. Mara Frederiksen Director of Finance, unveiled a transparency software for finance. Gary Dunmyer, City Engineer gave a demonstration on the expansion of an existing software. Mayor Grant was pleased that we are moving forward with this and having all this information open to the public. For me, one of my first thoughts, maybe because we had some school board members here, is that the access to the youth having to do a school project about the roads or financing, it is just giving all that information of the government available to the public think is a very vital aspect for our society. If anyone is wondering what is going on, we have the ability to say we have always had this information out to the public. I am pleased to see 0 Page 418 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 that. This way we as the Commission know that what we are doing is the right course of action when we do the annual budget. Vice Mayor Penserga thanked everybody involved and their respective teams. He agreed with everything that the Mayor has said. As many of you know, I am a data geek so I am very excited to go through the data. I haven't had a chance to do that just yet, but I will reserve my questions after I have had a chance to play around and take my dive in. But this is the right direction, really excited for this. Thank you again. Mr. Scott thanked John McNally, ITS Director, and his team. They have done a yeoman's job, not just tonight but with the modeling of ESRI and have been an integral part of this project.. Mayor Grant inquired what ESRI was. Yury Konnikov replied originally, they called it that name and it was Environmental Sciences Research Institute and that is the company that makes the platform that our software is on and contextualizes this data. Commissioner Hay inquired will there be an app on your cell phone you can roll out on? Is that your goal? That we can add an app on our phone like the current one we have with reporting problems in the city? Mr. Scott replied staff can certainly look at that. Right now, we are linking it to our website. B. Presentation by David Scott, Director of Economic Development and Strategy, on the City's Tourism Strategic Plan. David Scott, Director of Economic Development Strategy, Sergio Piedra, and Don Kolodz from Discover the Palm Beaches gave presentation on the City's Tourism Strategic Plan. Mayor Grant thanked them all for that great presentation. I am very excited that we have this tourism plan to help economic development within our City. One of the things is the recommendation in regards to the branding, and the wood signs that the City has on Woolbright Road and Boynton Beach Boulevard when coming into the City. Anybody coming to the City of Boynton Beach should not see a weathered wood sign. That we should really focus in on the new stuff that we have going on. I am unaware of that roller coaster that is an existing amenity. But if you let me know, that would be wonderful. I got a little confused with some of the things in the low priorities and the high priorities. The Art in Public Places program is one of our existing amenities that people come to see the sculptures. My main goal is that we need to find that low -hanging fruit in this type of market that would give us the biggest bang for the buck and I think it is kind of doing that physical aspect of when people are coming in, showing them that Boynton Beach is more of a new city compared to the old. Mr. Scott had conversation with the director of the Art Advisory Board about place making and experience centers. I will be making a presentation to the Art Advisory Board in the near future to connect part two tourism and destination. 0 Page 419 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Vice Mayor Penserga thanked everybody who presented and agreed with them, those signs are one of the very first things people see when they drive into our City. We want that to reflect a modern City, not a weathered City to use the word that you used. Regarding the presentation, I think overall, we are in the right direction. Yes, we are in a Covid year so go after those low hanging fruits and then we will accelerate from there. In the presentation, you included a variety of drivers for tourism and there were very broad drivers. He asked if Boynton Beach had specific drivers of tourism. If so, when people come, what are they coming for, because part of our plan is, if we know what is working today, then we can build around that to amplify what's already working. He asked if the City had any specific data on those drivers. Mr. Scott commented we would like to be able to confirm those, but the part of the task force was to identify the drivers which we do have. When I think of drivers, Vice Mayor, I think of some of our activities such as our Marina. There are a lot of fishing expeditions generated here. There is a great fishing market when I say fishing market, meaning as a tourist destination. When you think of drivers, we have identified those as key drivers that bring people here. We highlight the Marina as a destination and build off the excitement and the amenities of what the Marina has to offer. We work with the CRA to promote the Marina and all of the recreational activities that occur in and around it. That is just one example. As we market the mall, once they go through their transformation, they become a specific destination and driver. You have heard the Brewery District is great and if we support that and highlight that, that becomes a driver that builds a whole economy. The Mayor mentioned art. Art enhances the area, so you do have events around art specifically. As far as our uniqueness, we have destinations within the City. And one of the last two areas besides the Downtown and marketing downtown as an experience, is the Heart of Boynton, which I call my Cultural District, my Black Cultural District. As we grow that, that becomes a destination. The last one I always pick is our hospital. Baptist Bethesda with medical tourism, in and around that hospital, is a destination in itself. We focus on those key areas and build those as drivers that bring people here. Medical tourism is a big industry and if we market it correctly, then Baptist Bethesda becomes a destination and you come to Boynton because of the services you get at Baptist Bethesda hospital. I always say if they get a Wolfgang Puck at the hospital, you do not have to be sick to visit the hospital. So that is been my approach to marketing and branding the uniqueness of Boynton. It's not just one industry. It is these destinations and the experience that you get. I want you to wake up in Delray and say I feel like going to the Brewery District today, or I feel like going down to Boynton's Downtown because it's hip and happening and everything is happening there. If I go to Hurricane Alley, I am not just there to eat. I am also there to experience all the other things that are going on in and around Downtown and make it a day trip into the City of Boynton Beach. Commissioner Hay agreed. I was looking at your visitation by cities chart. Knowing that Boynton is the third largest municipality in Palm Beach County, I just happened to glance at Delray and Boynton. Delray has the city visited 1 % higher than Boynton, but yet when it comes to city stays overnight, we have a couple of percent more, which helped me to think that maybe justifies the hotel concept of building in Boynton because that tells me that we are really just beginning compared to other cities who are much further down the road. This, to me, with what 10 Page 420 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 you call the stops, the Marina, the Mall, the HOB, hospital, etc., we are talking about branding Boynton Beach. We have a lot to offer here in Boynton. He commended Mr. Scott on the Tourism Strategic Plan. I think you definitely are headed in the right direction. And I think that helps us as the City Commission to make the right decision in the direction in comparison to others with this type of information. So again, I want to commend you. And when you get ready to brand the City, keep in mind the things that we do have the Gulfstream come the closest to the continental united states in Boynton Beach than any city in our country. We are a mile and a half from the ocean, 1-95. 1 mean you just go right down the line. I would like to talk to you when you get further into your branding and just give my thoughts to the committee. Thank you again for a job well done. Mr. Scott thanked Commissioner Hay. This Commission has shown great leadership and will continue to do so as we approach it with thoughtfulness and intentionality. That is what's different than some of our other sister cities. It happened and they respond. We are creating it. You, as a Commission, and our public have created the destination that they would like to see in our City. And we have an opportunity to make sure that what we create is diverse and inclusive because we want everyone to see themselves in the future of Boynton Beach. The strategies, the destination, the amenities, the experience centers have to be intentionally curated so that everyone sees themselves in the City, race, creed, color, gender. We are doing it with purpose. Commissioner Romelus noted she was a member of the Tourist Development Council (TDC) Board, and thanked the individuals from Discover the Palm Beaches who are here to really who also support our staff in producing this. I think this is revolutionary in how we continue to do business here in Boynton Beach, focused on the tourism industry. We had a pretty intense meeting last week at the TDC Board where we discussed the future of tourism, especially with everything in mind that is happened with Covid. I think this will put us definitely ahead of the curve by the fact that we have now set the precedent in our plan in terms of tourism. This is great I am glad that we are just so ahead of the game and that we are doing the right thing. I am definitely proud of my colleagues and our city staff as well for putting in the work necessary to make this happen. Thank you for everyone involved. 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) No one came forward. 5. Administrative A. Appoint eligible members of the community to serve in vacant positions on City advisory boards Motion Mayor Grant stated I have an appointment of moving Martin Klauber from an alternate to a 11 Page 421 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 regular. I would like to make that nomination. Vice Mayor Penserga seconded the motion. The motion unanimously passed. 6. Consent Agenda Matters in this section of the Agenda are proposed and recommended bythe 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. R21-013 - Approve utilizing City of Punta Gorda Agreement R2017112/SVC-TIRES/17/18 with Boulevard Tire Center for the purchase of Recap/Retread Tires for an estimated annual expenditure of $70,000. The City of Punta Gorda's process satisfies the City's competitive bid requirements. B. Proposed Resolution No. R21 -014 -Authorize the City Managerand Police Chief to sign all documents associated with the acceptance and grant agreement for the Florida Department of Transportation (FDOT) Occupant Protection grant subject to the approval of the City Attorney. C. Authorize the Finance Department to reduce the Allowance for Uncollectable Accounts and the Accounts Receivable Accounts by $763,923.35. This amount reflects unpaid ALS transport billings that have been in collections for twelve (12) months or longer. D. Proposed Resolution No. R21-015 - Adopt the Program for Public Information (PPI) 2020 Update document, which will allow the City residents and business to continue to be eligible for a discount on flood insurance premiums. E. Approve the Five Year Plan specifically FY 2021-2022 C I P budget to show availability for a potential grant of $600,000 with a 50/50 match of $600,000 for the Quantum Eco Park project. F. Accept the written report to the Commission for purchases over $10,000 for the month of December 2020. G. Proposed Resolution No. R21-016 - Approve and Authorize City Manager to sign Agreement No. 012-2811-21/RW with Shannon Chemical Corporation for the purchase of Polyphosphate Corrosion Inhibitor, with an estimated annual expenditure of $40,000.00. H. Proposed Resolution No. R21-017- Approve the rankings as recommended by the Selection Committee and Authorize the City Manager to sign contracts with four (4) primary contractors and three (3) alternate contractors: Homrich Corp., Anzco Inc., RPM General Contractors, Inc., I.Q. Constructions, Inc., E & F Florida Enterprises dba Creative Contracting Group, CH Global Construction LLC, and Waypoint Construction Group; in order to establish a pre -qualified list of contractors in accordance with Request for Qualification (RFQ) No. 028-2511-20/RW "Pre- Qualification of Contractors for Minor 12 Page 422 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Construction Services" and Authorize the City Manager to award individual projects not to exceed $250,000. Proposed Resolution No. R21-018- Approve and authorize the City Manager to sign an Agreement utilizing the State of Florida Alternate Contract #43211500-WSCA-15-ACS for the purchase of an Exagid EX32000E encrypted backup storage appliance from Transource Services Corp in the amount of $49,545.34. The City is allowed to purchase from State of Florida Contracts. J. Approve minutes from the City Commission meeting on December 15, 2020. Motion Mayor Grant asked for a motion to approve. Commissioner Hay so moved. Vice Mayor Penserga seconded the motion. The motion unanimously passed. 7. Consent Bids and Purchases Over$100,000 A. Approve Task Order # SW -04-2021 with Johnson -Davis, Inc. in accordance with RFQ 028-2821- 19/MFD, Pre -Qualification of Contractors for Utility Construction Services awarded by commission on August 6, 2019. The Scope of Work is for the SE 1 st Street 8 inch Sanitary Sewer and Manhole Repair Project in the sum of $261,785.00 plus a 10% contingency of $26,785.00; if needed for unforeseen conditions for a total expenditure of $287,963.50. for the project on SE 1st St. based on unit costs provided by Johnson -Davis, Inc. in their respective bid. B. Proposed Resolution No. R21-019- Approve and Authorize City Manager to sign Agreement with IXOM Watercare, Inc. for the purchase of MIEX Doc Resin with an estimated annual expenditure of $330,585. Motion Mayor Grant requested a motion to approve. Commissioner Romelus so moved. Commissioner Hay seconded the motion. The motion unanimously passed. 8. Public Hearing 6 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. 20-034 - Second Reading - Approve Legacy at Boynton Beach (REZN 20-001) rezoning subject property from CBD (Central Business District) to MU -C (Mixed -Use Core) with a master plan for 274 multi- family residential units and 12,422 square feet of retail, located at the northeast corner of SE 2nd Avenue and Federal Highway. Applicant: Bonnie Miskel, Dunay, Miskel & Backman, LLP. 13 Page 423 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 B. Proposed Ordinance No. 20-035 - Second Reading - Approve Legacy at Boynton Beach (ABAN 20-009) abandoning a portion of the improved 45 foot wide right-of-way of SE 1 st Avenue running east from Federal Highway for a distance of approximately 175 feet. Applicant: Bonnie Miskel, Dunay, Miskel & Backman, LLP. Attorney Cherof read Proposed Ordinance No. 20-034 and 20-035 by title only on Second Reading. Bonnie Miskel, Esq., of Dunay, Miskel & Backman, LLP., commented they made a full presentation at your last meeting and presented all three items then. I am joined this evening by our Traffic Engineer Adam Kerr, our Planner Mark Rickards and myself and we are happy to answer any questions. There was a great deal of discussion and conversations and comments. We will refrain from extending your evening and speak if you need us to respond to questions. Attorney Cherof administered an oath to all those wishing to testify. Mayor Grant, asked the Commission if there were any questions or concern in regard to the applicant's presentation from two weeks ago. Vice Mayor Penserga commented earlier this evening I made my disclosures. I want to disclose that I did speak to Ms. Miskel about this project. Mayor Grant opened for public input. Jason Evans an attorney representing the adjacent land owners of the project spoke here on January 5th and we vehemently opposed the project for the reasons that we stated which I will restate again today for the record. I also want to make sure that everyone knows that a court reporter is transcribing today's session. The objections that I had stated before were that the adjacent land owners were being ignored. I did not understand why the Commission had voted 5-0. The problem that I had was that there was incompetent and non -substantial evidence as to why proposed Ordinance number 20-034 should be approved. The basis for my objection is the fact that Planning and Zoning Advisory Board had voted against this proposal 6-1. That was ignored. Then we looked at the staff recommendation that was dated September 15th from Amanda B. Radigan, Principal Planner. It was a Development Department Planning and Zoning Division Memorandum number PZ20-023. The recommendation there said staff had determined that the requested abandonment would not adversely affect traffic. That was not the case as the Mayor had mentioned in the January 5th session, that it would impact traffic and maybe impact the local stores, maybe negligibly, but it would impact it. So that recommendation seems to be not true, that portion of it at least. When we go into the part that says that City functions based on the remaining street network in the immediate vicinity would not adversely impact other adjacent property owners in the recommendation, that too was false. You heard objections from various adjacent land owners who said that the issues were related to ambulances, medical staff that would have to reroute if there was an abandonment to 1st Avenue. There were issues with regard to flooding on 14 Page 424 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Ocean Avenue and how that would stack up on Ocean Avenue because there wouldn't be an outlet on 1 st Avenue. They were saying there would be an issue as the 1 st Avenue may have served as loading to commercial and other public purposes. That this was land that was meant to be an artery to help the flow of traffic. Nothing was discussed, nothing was negotiated. Maybe taking this down to a one-way street or anything like that. It was just an absolute abandonment. The next part of the recommendation says based on the above analysis, staff has determined that the subject right-of-way segment located within the confines of the proposed development of Legacy no longer serves a public purpose. This is without analysis. Within the confines of the proposed development. You are saying if someone owns a piece of property on the south side of East Ocean Avenue and north side, they can abandon the street as a right-of-way because it's in the confines of a proposed development? I find that hard to believe. And that any other retention in that street no longer serves a public purpose, other than retention of necessary utility easements. I just described to you before all of the public purpose of that street and how it does serve a public purpose with regard to medical, ambulances, serving the stores that face East Ocean Avenue from the south. As we go on through all this, they were ignored. And this was on January 5th. I took this matter very seriously, I emailed the City Attorney, Mr. Cherof January 6t". I wrote, Mr. James Cherof, hope this email finds you well. Just wanted to follow up from the Commission meeting last night. Last night there was mention of a Department of Transportation report that suggested the closure of Southeast Avenue. Do you have a copy of that report you might be able to send to me because when we were here, the Mayor said there was reason to believe that the Department of Transportation said that it was a good idea to close off Southeast 1 st Avenue. I haven't seen anything. Mr. Cherof responded I do not have a copy of any Department of Transportation report regarding the closure of Southeast 1St Avenue. I have a copy of that email. I would like to see if the Commission would like to see a copy of it for themselves. Mayor Grant responded that he would not like to see email. If you want to do a public records request, you would need to go contact the clerk. Mr. Evans replied I understand contacting the clerk, but I had also contacted the City Attorney. With contacting the clerk, I knew I would be timed out if I asked for this request. There were other emails. There was an email from Mr. Mauro, one of the existing land owners who wrote Mayor Grant on January 11th, could you please send a copy of all studies completed for the Legacy Project? We have not been able to get a copy from other sources. This was not responded to. The adjacent land owners and the other lady who spoke here from the Planning and Zoning Advisory Board, she feels ignored. Voting this project down 6-1 and then still going forward 5-0, hearing from the adjacent land owners, understanding that the recommendations may not have been thoroughly vetted or at least at minimum unverified, is extremely concerning, grounds for appeal, grounds for petition for cert. And this is a taking and this is something that's not going to be taken lightly if the Commission decides that they want to go forward 5-0, the adjacent land owners have rights and they will pursue them vigorously. I hope you'll reconsider. Mayor Grant thanked Mr. Evans and asked if anyone else wanted to comment at this public hearing. 15 Page 425 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Jim Knight, 740 Havana Drive, Boca Raton, stated I have the pictures that I mentioned at the last meeting. The street is being used as a parking lot. I would like to submit these for the record. Robert Nebb, 640 East Ocean Avenue. I am the adjacent land owner that the attorney eloquently spoke about. I want to add one more thing, if you look at the map submitted by what was originally the realtor who is no longer there, it's just the land owners on the back lot looking to package these parcels to try to sell them to a developer, on the map they show a picture including my land. It has nothing to do with them. I think they included that because they are trying to falsely attain more density than they could possibly get because the density obviously is based on the footprint below. I think you might want to look at that before you approve anything. You might want to actually review their entire package because I think they are falsely stating how much footprint they have under their building. No else coming forward, Mayor Grant closed public comment. Mayor Grant stated the applicant has the opportunity to respond. Ms. Miskel thanked the Mayor and the Commission and responded to Mr. Evans' comments because they are not reflective of Florida law today. First of all, competent evidence are all of the experts that work for the City, the City Engineer, fire reviewer, your very capable and professional planning and zoning staff that are comprised of AIPP qualified land planners of many years and are experts in and of themselves. Inclusive of a number of other reviewers that performed functions for utilities, roadways, etc. All of that information that is comprised and contained in your report is competent evidence. This report is laden full of expert testimony and competent evidence. On that basis alone, you can rely, should you choose to, as you did at the last meeting. In addition to that, we have a qualified and very experienced land planner, Mr. Mark Rickards who put this application together and did so in conformance and compliance with all of your codes and regulations. Additionally, the traffic component to this report was prepared by a licensed traffic engineer, Mr. Adam Kerr who is present this evening and can talk about his meetings and discussions with the Florida Department of Transportation that does support the road closure, there is no doubt about that. Mr. Kerr on the phone and on the line virtually if you have any questions of him. But he performed all of that analysis in Palm Beach County through the PPS system signed off on it, that too is competent evidence. To state that none of this is unverified, all of this is verified. We are required to complete the applications in compliance with your Code. And it is very extensively verified by all of the experts within the City and experts outside the City, inclusive of the Department of Transportation. We have submitted competent evidence for you to rely on and to base your determination on. The information in the application was supported, analyzed, reviewed and also in your report you will note on each of the items was recommended for approval. I won't go into that further, but our competent witnesses, our expert witnesses and by the way, I am a zoning lawyer of approximately 30 years. I have testified at quasi-judicial proceedings and I am prepared to respond as an expert in zoning law. On the basis of Florida law, we have met our burden. I am comfortable with it and as was staff and the City in presenting this to you with a recommendation of approval. Again, we are here to answer any questions. As I mentioned, 16 Page 426 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Mr. Kerr is on the line as well if you have any traffic questions. Mayor Grant inquired about eminent domain. We are abandoning a road that is not abutting any of the other property owners. Is that consideration of an eminent domain action? Ms. Miskel responded I have never seen an eminent domain case on the basis of the facts presented to you. I will tell you that the abutting owners of the portion of the roadway that is being abandoned fall to my client. The applicant has consented to by virtual of submitting the application and they are the abutting owners. If a roadway is a dedicated roadway, the underlying fee lies within the ownership of the abutting owners. It is a dedication that is provided in accordance with your Code in order to abandon that dedication, we have to go through the process that we have. We have demonstrated what we need to obtain approval of this request. Your engineering department has confirmed that. In addition to our meetings with D.O.T., I believe your Assistant City Manager, Mr. Groff, had meetings with D.O.T. to confirm what was being applied for was not something that was needed by them or in accordance with their rules. And they signed off on the basis that they found it acceptable and in accordance with their rules. Mayor Grant commented the interesting thing is that we are not abandoning SE 1St Avenue. We are just abandoning 175 feet of Southeast 1St Avenue. There will be access onto Southeast 1 st Avenue from 6t" Street, is that correct? Ms. Miskel responded that is correct. For the record, we have actually improved conditions of the portion of Southeast 1St Avenue that continues to remain roadway by providing better sidewalk conditions as well as we have expanded the area where we are able to have some off-street or adjacent to the existing right-of-way loading areas. We have actually improved the conditions that are out there as Mr. Knight provided you in pictorial view. The road today is being used for parking, not as a means of public ingress and egress necessarily. There is obviously public ingress and egress, but there is significant parking issue going on out there that is unrelated to our client's property. Mayor Grant thanked Ms. Miskel. Does the Commission have any other questions for the applicant? If not, may I have a motion to approve the proposed ordinance 20-034? Motion Commissioner Romelus moved to approve Ordinance No. 20-034 on Second Reading. Commissioner Hay seconded the motion. Vote City Clerk Gibson called the roll. The vote was 5-0. Motion 17 Page 427 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Commissioner Hay moved to approve Ordinance No. 20-035 on Second Reading. Vice Mayor Penserga seconded the motion. Mayor Grant commented I believe I used the word difficult. I believe that was negligibly difficult because of the fact that Ocean Avenue and Southeast 2nd Avenue are still going to have access from Federal Highway. The comment from our staff saying that it does not adversely affect, which means prevents successor development is very accurate. I believe the adjacent property owners will receive higher property values because of this development and further improvements to the area around them. He requested aroll call. Vote City Clerk Gibson called the roll. The vote was 5-0. C. Approval of Legacy at Boynton Beach (NWSP 20-003) new site plan application for a mixed-use development consisting of an eight (8) -story building with 274 dwelling units, 12,422 square feet of commercial space, and associated recreational amenities and parking on a 2.76 acre site. Applicant: Bonnie Miskel of Dunay, Miskel & Backman LLP. (Tabled at January 5t" meeting). Mayor Grant commented that for Item 8C, we asked for an additional loading or space along Federal Highway. He asked if that part of the applicant's proposal as a condition of approval? Assistant City Manager Mr. Groff responded there are two conditions. The staff is recommending adding additional loading on Federal Highway. We'd like to add a condition that the right-of-way abandonment will not be recorded until the building permit is ready to be issued. Motion Mayor Grant asked for a motion to amend the conditions of approval. Commissioner Romelus so moved. Commissioner Hay seconded. The motion unanimously passed. D. Proposed Ordinance No. 20-043 - Second Reading - Request for abandonment of a portion of the SW 6th Street right-of-way consisting of a portion of the unimproved swale abutting the east lot line of the subject property located at 704 SW 25th Avenue (ABAN 20-010). (Tabled from the December 1, 2020 City Commission Meeting.) Motion Mayor Grant asked for a motion to remove from the table. Commissioner Hay made a motion to remove from the table. Commissioner Romelus seconded the motion. The motion unanimously passed. Attorney Cherof read Proposed Ordinance No. 20-043 by title only on Second Reading. IN Page 428 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Mayor Grant recalled asking this to be tabled as I received an email from one of our residents regarding the flooding in Chapel Hill area. I spoke with the applicant and they state that they have gotten civil engineering reports that proposed plan is going to be better for water management in the future. That is why I will be in favor of voting for this abandonment. Mayor Grant opened public comment. No one coming forward, Mayor Grant closed public comment. Motion Mayor Grant asked for a motion to approve. Commissioner Hay made a motion to approve. Commissioner Katz seconded the motion. Vote City Clerk Gibson called the roll. The vote was 5-0. 9. City Manager's Report A. City Lobbyist, Mat Forrest of Ballard Partners, will present the key issues/bills facing the City during the 2021 Legislative Session. City Commission to discuss and approve Legislative Priorities for the 2021 Legislative Session in Tallahassee. B. A presentation of the City of Boynton Beach Operations Performance Management Dashboard. C. Presentation by David Scott, Director of Economic Development and Strategy, on the City's Tourism Strategic Plan. City Manger's Report 9 A, B and C were heard prior to public audience. 10. Unfinished Business - None 11. New Business A. Ratify the CRA's approval of the sale of 1102 and 1110 N. Federal Hwy. to Boynton Beach Office Condo. Motion Mayor Grant asked for a motion to approve. Commissioner Hay made a motion to approve. Commissioner Romelus seconded the motion. The motion unanimously passed. Mayor Granted commented that the property was purchased at the appraised value. It is important for the CRA to make those decisions that we are not selling property for under its value unless it's for workforce housing, affordable housing or needs of economic development. 19 Page 429 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 B. Discussion regarding attainable housing in the City of Boynton Beach. Amanda Radigan, Principle Planner, and Collin Groff, Assistant City Manager, gave a presentation on attainable housing. Mayor Grant commented attainable housing is something that we need to look forward to. It is something that the City staff would be able to point people to the CRA to help assist them if they can't afford a certain workforce or affordable housing model. Hopefully the CRA will say we can help with TIF funding to make it profitable. I mean that's the big thing here. You can't put affordable housing or workforce housing parking requirements in a parking garage because it is $20,000 to $25,000 a space and that's too much to add in addition to the cost of the residential unit. Does the Commission agree with that? That we need to have staff have a closer relationship with the CRA in helping financing some of these more workforce and affordable housing projects. Mr. Groff responded you're absolutely right. We work very closely with the CRA staff when developers come in to work with the CRA staff to find ways to creatively fund, especially affordable housing. We have a couple of things that we are working together on, including the lots that were owned by the Housing Authority and things like that. We are constantly working together to look for ways to bring the cost of the housing down for citizens. Vice Mayor Penserga commented the one thing that I am certain about is changing that metric to the Boynton Beach numbers. I am not fully prepared to provide comments on possible incentive programs. I have been meaning to speak with Ms. Radigan and it is on my list of things to do and he would like to revisit this. Commissioner Hay stated I believe they were saying that in Boynton Beach, the household is spending more than 30% of their income for housing and 64% for a renter. I would like to come back to this and give it a little more thought. It would be an obvious route to take with attainable housing. Is that sort of the direction here, Mr. Groff? That it is a great deal for Boynton based on statistics? Mr. Groff responded it was. This is a big deal for Boynton if we want to grow our workforce and grow our wealth. We do need to grow our housing stock. There are many ideas out there. If it is the Commission's desire to hold a workshop, we are willing to do that. We brought forward tonight a couple of ideas that we can pretty quickly change and put into place that we think will help. It's not the end. It's barely scratching the surface of the beginning. We do know that what we have right now is not working, our immediate recommendations are to try to fix what is not working which is changing it to the Boynton Beach income levels and making some changes in the actual numbers that developers have to use to take advantage of it, that we think will incentivize them to use it after talking with and meeting with them. That's the quick hits. We have made a couple of other quick hits. The long-term discussion, there are a lot of ideas out there and we really need to get feedback on what those are. That really is a workshop setting where we can kind of just sit and talk about the ideas and really get the feedback and hear from everyone. 20 Page 430 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Commissioner Romelus commented I hear the sentiment of my colleagues and I understand it is late. This has been something that's been kind of on the docket for quite a while. Being that staff is proposing these are changes that can go into effect immediately, as we have noticed there has been a lot of interest in development and redevelopment within the City. These changes as staff has proposed would only help incentivize affordable, attainable housing, I am not opposed to putting that into the works. We can continue to discuss and continue to further elaborate at a later time based on what the Vice Mayor and Commissioner Hay are saying. If this is something that just requires a quick vote that we can at least change the language to start to allow for any future applicants to be able to take advantage of this, would be in favor of that, because, again, my thing is it pains me when I see a new development comes through because we did not have an ordinance or whatever in place that are grandfathered into whatever we had previously. There is nothing we can do, no recourse, opportunity lost for creating more affordable housing, especially within the downtown area. would be in favor of moving this forward tonight. Then anything else or any other addition that my colleagues would like to make to improve this document, then, of course, we can do that at a later time. Thank you. Mayor Grant inquired about needing an ordinance and that there will be two readings to make any changes permanent. Mr. Groff responded absolutely. This is just about getting some direction tonight. Like I said, the quick hits, we can bring those back in ordinances and everyone will have time to digest it and we'll meet individually on those changes. We do want to continue to dialogue. There are other ideas out there we need to work on, but we need feedback to know which ideas you like and which ideas you don't like. It is a continuing process. It's taking care of some problems we know we have now and then moving forward is going out there and finding every idea that's out there, figuring out which ones work for Boynton Beach and trying and seeing if we can do it. It is a big problem. We need to solve it. We need to not stop until we fix it. Ms. LaVerriere stated as we bring back the draft ordinances for your consideration, we will bring back a list of what Mr. Groff is referring to as ideas and other considerations and kind of break this down a little bit so it is more manageable as a discussion. We are going to be talking at least over the next probably two or three meetings. It may take a meeting or so to put this together, but I see us having a few discussions about it. We'll continue as we drill down through it. Vice Mayor Penserga clarified his position that he is in favor of the current proposed revision that staff has provided. I was thinking more about when it comes to ideas that offer alternative forms of housing. I know that can be very controversial, accessory units was a massive issue in Lake Worth. Those were the kind of ideas I was thinking about to have a longer conversation. Container homes. We need to learn more about them and other forms of housing to cater to the lower end brackets, the 37% Ms. Radigan brought up. If you want to just push forward with the current proposals, then we'll get the ordinance back, happy to support that. It's those novel forms of housing that caught my attention. 21 Page 431 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 Mayor Grant directed staff to bring back the ordinance under first reading that way if there are any changes that need to be made, they can be made between first and second reading instead of reviewing again and then deciding to go to ordinance. Mr. Groff thanked the Commission for the direction. We will meet individually with any Commissioner who would like discuss their ideas and bring them back to the whole Commission. Commissioner Katz commented I do agree some of the topics, the only one I would want to have a further discussion on is the accessory dwelling because as Vice Mayor Penserga pointed out Lake Worth had some serious concerns. I don't want to see an ordinance with multiple ideas and we would be forced to vote on an ordinance all at once. I want to make sure we look at this piecemeal before we get to a vote on a whole package so we can build a consensus on the specifics. Hopefully, the final package is amenable to everybody. 12. Legal A. Proposed Ordinance No. 21-001 - First Reading -Approving request for abandonment (ABAN 21-003) of a 12' wide water and sewer easement in conflict with scheduled cafeteria expansion plans at Citrus Cove Elementary School, located at 8400 Lawrence Road. Proposed Ordinance No. 21-002 - First Reading - Approving request for abandonment (ABAN 21-004) of a 10' wide water easement in conflict with scheduled cafeteria expansion plans at Citrus Cove Elementary School, located at 8400 Lawrence Road. Attorney Cherof read Proposed Ordinance No. 21-001 by title only on First Reading. Motion Commissioner Hay made a motion to approve. Vice Mayor Penserga seconded the motion. Vote City Clerk Gibson called the roll. The vote was 5-0. Attorney Cherof read Proposed Ordinance No. 21-002 by title only on First Reading. Motion Commissioner Hay made a motion to approve. Commissioner Katz seconded the motion. Vote City Clerk Gibson called the roll. The vote was 5-0. 22 Page 432 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 13. Future Agenda Items A. City staff to provide an executive summary of discussion on November 17, 2020 regarding an ordinance regulating the use of polystyrene for the City Commission to discuss. - February 2, 2021 B. Stormwater improvement project priority list - February 2, 2021 C. Consideration of Purchase & Sale Agreement for transfer of the Boynton Beach Women's Club from the CRA to the City. ILA was approved by the CRA Board on January 12, 2021. - February 2, 2021 D. Consider ordinance for year round irrigation that has been requested by South Florida Water Management District. - February 16, 2021 E. Award of Task Order for Design Services for Gulfstream Blvd. Improvements - February 16, 2021 F. Amendment to ILA with Delray Beach for Gulfstream Blvd. Improvements - February 16,2021 G. ILA for Sara Sims Park Pavilion Improvements - March 16, 2021 H. Mayor Grant requested information on the water quality of canal systems within the City. - March 2021 I. Vice Mayor Penserga requested a discussion regarding a City Mural Program - March 2021 J. Staff will present the City's 15 -year Roadway C I P plan and demonstrate the software and data collected to implement this plan. - March 2021 K. Present option for management of canal assessment program - March 2021 L. Discussion on funding for expanding Wi-Fi to City parks. - TBD M. Discussion of LOI process for sale of city land — TBD Mayor Grant added the following items to Future Agenda: Feeding South Florida presentation for a Day of Service for the City, a discussion on community policing, and n update on the voluntary sustainability payment. Attorney Cherof requested pursuant to statute for a closed -door session on the Brandon Brescia, Plaintiff versus City of Boynton Beach, Palm Beach County Circuit Court, he would need about 45 minutes of your collective time. A closed -door session will be held at 4:45 p.m. prior to the City Commission meeting on February 2nd Yury Konnikov, ITS Support Manager, stated as a reminder, a recorded version of this session would be posted to the City of Boynton Beach's YouTube channel. Links to that channel are available on the City of Boynton Beach's website, at we oynton each° r . This concludes tonight's meeting. 14. Adjournment 23 Page 433 of 985 Meeting Minutes City Commission Boynton Beach, Florida January 19, 2021 There being no further business, Mayor Grant adjourned the meeting at 9:15 p.m. 24 Page 434 of 985 Consent Agenda 2/16/2021 Requested Action by Commission: Approve the one-year extension for RFPs/Bids and/or piggybacks for the procurement of services and/or commodities as described in the written report for February 16, 2021 - "Request for Bid Extensions and 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 SOLICITATION NUMBER RENEWAL TERM AMOUNT Tinker, LLC Water Conservation 012-2821-19/IT FEBRUARY 22, $25, 100 Annual Education Program 2021 THRU Estimate FEBRUARY 21, 2022 How will this affect city programs or services? This renewal report will be used for those solicitations, contracts/agreements and piggy -backs that are renewed/extended with the same terms and conditions and pricing as the initial award. Fiscal Impact: 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: Strategic Plan Application: Climate Action Application: Page 435 of 985 Is this a grant? Grant Amount: Attachments: Type D I E)ttENr D I E)ttENr D Ag ir'EsE) rTIE) II'l t Description IREqLAE)St for EAEN11§0111 Siglu Ed I E)ttENr 2019 AgE)inda IItE)irn Cover ShE�'E)t Page 436 of 985 REQUESTING DEPARTMENT.- UTILITIES DEPARTMENT CONTACT.- Rebecca Harvey, Sustainability Coordinator TERM: February 22, 2021 through February 21, 2022 SOURCE FOR PURCHASE: City Bid No. 012-2821-19/IT ACCOUNT NUMBER: 401-2821-536-95-43 VENDOR: TINKER, LLC ANNUAL ESTIMATED EXPENDITURE: $25,100. DESCRIPTION: The City Manager signed an Agreement with Tinker, LLC of Alamo, California for RFP No. 012-2821- 1911T for a Water Conservation Education Program in the estimated annual amount of $25,014. 00. The Initial Term of the Agreement was for a period of two (2) years with the option to renew for three (3) additional one-year terms at the discretion of the City and based upon mutually agreeable rates. The vendor has agreed to renew the contract for a one-year term. 'The City of i s Bo nton Beach Finance/Procurement Services P.D. BOX 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 742-6310 FAX, (561) 742-6316 January 26, 2021 Tinker, LLC P.O. Box 177 Alamo, CA 94507 ATTN: Mr. Joseph Thrasher, President 3 RFP: RFP FOR WATER CONSERVATOIN EDUCATION PROGRAM RFP No.: 012-2821-1911T CURRENT TERM: February 22, 2019 thru February 21, 2021 Dear Mr. Thrasher: The current contract term for the `Water Conservation Education Program awarded to Tinker, LLC is expiring February 21, 2021. i The contract documents allowforthree (3) additional one-year renewals with the same terms, conditions and pricing. We would like to renew this contract for an additional one-year. Please indicate your response on the following page and return it to Procurement Services via alibrandij@bbfl.us at your earliest convenience. If you should have an email to to call Julie Alibrandi, at (561) 742-L6318. Thank you. Y questions, please do not hesitate Sincerely, tara rederiksen Director of Financial Services cc: Kristeena Pinto, Purchasing Manager Rebecca Harvey, Sustainability Coordinator America's Gateway to the Gulf Stream I Page 438 of 985 The City of Bo_ nton Beach I FinancelProcurement Services P.O. Box 310 Boynton Beach, Florida 33425-0310 Telephorie No: (561) 742-6310 FAX; (561) 742-6316 January 26, 2021 RFP: RFP FOR WATER CONSERVATION EDUCATION PROGRAM RFP No.: 012-2821-19/IT Agreement between the City of Boynton Beach and TINKER, LLC BID RENEWAL TERM: Febjuaty 22, 2021 thru February 21, 2022 Yes, I agree to renew the existing contract under the same terms, conditions, and pricing for an additional one-year term No, I do not wish to renew the contract for the followingreason s TINKER, LLC NAME OF COMPANY RE '�E OF N " t � V. (please print) L2 TITLE TELEPHONE (AREA111COD ) TELEPHONE NUMBER '041) IIE?-MAIL J I America's Gateway to the Gulf Stream Page 439 of 985 Item Coversheet �CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 211912019 Pagel of 2 6.A. Consent Agenda 211912019 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R19-016 - Authorize the City Manager to sign an Agreement with Tinker, LLC of Alamo, California for RFP No. 012-2821-1911T for Water Conservation Education Program in the estimated annual amount of $25,014. EXPLANATION OF REQUEST: Initial Agreement Term: 2 yrs from date signed by City Manager On December 12, 2018, the RFP for Water Conservation Education Program was advertised in the legal notices section of the Palm Beach Post and distributed to five hundred and twelve (512) prospective suppliers via the City's electronic bid management system. The RFP invited Proposers to provide a technical proposal for a turnkey educational program to teach upper -elementary and/or middle school students about water and energy conservation. The RFP required that the program would be delivered by the teacher in the classroom setting using a curriculum that supports current Florida education standards. Further, in addition to the classroom component, the program shall include the installation of at-home "conservation kits' and shall measure resultant energy and water savings. On January 14, 2019, Procurement Services received and opened three (3) proposals in response to the RFP, which was reviewed by Purchasing Services to ensure the proposals met the RFP's minimum requirements. All three (3) proposals submitted were determined to be responsive to the RFP's minimum requirements. An Evaluation Committee consisting of Rebecca Harvey, Sustainability Coordinator; Holly Daley, Chemist / Quality Assurance Officer; and Angela Prymas, Senior Engineer, Utilities, reviewed and ranked the three (3) proposals. The Evaluation Committee was unanimous in their decision to make a recommendation to City Commission to approve the ranking and award of the subject Agreement to the number one (1) ranked firm Tinker, LLC. The initial term of the Agreement is two (2) years commencing on date the Agreement is fully executed by the City Manager and may be renewed for three (3) additional one-year terms at the same terms, conditions, and prices subject to satisfactory performance, vendor acceptance, and determination that renewal will be in the best interest of the City. Previous actual expenditures for the water conservation education services paid by the City for the previous three-year period are as follows: 2018 = $19,197.45 2017 = $23,565.57 2016 = $39,360.00 HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? For several years, the City of Boynton Beach has sponsored an in -school conservation education program as part of its water conservation plan required by the South Florida Water Management District. The program teaches students, their teachers, and their parents about the importance of conservation through a classroom curriculum and the installation of a home conservation kit. Prior service providers have implemented the program to up to 1,000 5i' grade students each year at elementary schools within the Boynton Beach Utilities service area. Program results are quantified in terms of water savings, energy savings, and knowledge gained. FISCAL_ IMPACT: Budgeted These services are included in the City's FY 18/19 Budget under line item #401-2821-536,95-43. ALTERNATIVES: Not accept the Committees' ranking; or Not to award and issue a new Request for Proposal STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: https://boyntonbeach.novusagenda.com/AgendaWeb/CoverSheet.aspx?ItemID=5392 Pa/J(JA of 985 Item Coversheet ATTACHMENTS: Type n Re�,r(�jion 13 82!�gDn§M D 8�x�ngo� n Page 2 of 2 Description Resolution authorizing the City Manager to sign Agreement with Tinker for Water Conservation Education Program AGREEMENT - WATER CONSERVATION - TINKER Tab Sheet List of Respondents - Water Conservation Education Pgm Submittal - Tinker LLC. ADVERTISED RFP - WATER CONSERVATION EDUCATION PROGRAM Q&A to Advertised RFP - Water Conservation https://boyntonbeach.novusagenda.com/AgendaWeb/CoverSheet.aspx?ltemlD=5392 Page' 985 7.A. Requested Action by Commission: Proposed Resolution No. R21-026 - Approve the award of RFP No. 021-2411-20/RW for Supplemental Building Inspections and Plan Review Services to C.A.P. Government, I nc., Universal Engineering Sciences, I nc. and Calvin, Giordano & Associates, I nc. and Authorize the City Manager to sign Professional Services Agreements for services to be utilized on an "as needed basis" with a not to exceed of $350,000.00. Explanation of Request: AGREEMENT TERM: FEBRUARY 17, 2021 - FEBRUARY 16, 2022, with option to renew for three (3) additional one (1) year terms. On November 18, 2020, Purchasing issued a Request for Proposals (RFP) with the intent to establish qualified and experienced firms to perform fire, building, electrical, mechanical and/or plumbing inspections and plan review services on an "as needed basis". This RFP was issued to maintain good service and responsiveness for plan review for residential and commercial applications, review Business Use Certification for change in occupancy requirements, and inspection services for structures in which permits have been issued by the City of Boynton Beach. The RFP requested that respondents provide hourly cost for Single and Multi -Discipline Field Inspectors and Single and Multi -Discipline Plans Examiner. By utilizing temporary personnel, the Fire and Building Departments are able to increase and decrease services to service demand. After reviewing all proposals, the Fire and Building Divisions are requesting a multi -award to three (3) firms: C.A.P. Government, Inc., Universal Engineering Sciences, Inc. and Calvin, Giordano & Associates. How will this affect city programs or services? By awarding to these three (3) vendors, the Fire and Building Departments will be assured that there will be personnel available to provide immediate services as required. Fiscal Impact: Budgeted Funds will come from account numbers 001-2411-524.49-17 and 001-2211-522.49-17. Expenditures for previous years were: FY 2020 $530,649.28 FY 2019 $425,553.80 FY 2018 $284,407.63 Alternatives: An alternative would be to re -bid the RFP or to hire permanent City personnel to fulfill each Division's needs. Strategic Plan: Strategic Plan Application: Page 442 of 985 Climate Action Application: Is this a grant? No Grant Amount: Attachments: Type D IRE)S()l� LA ti 0 111 DAg ir'E�'E) rTIE) 111 t DAg ir'E�'E) rTIE) 111 t DAg ir'E�'E) rTIE) 111 t D a ra ShE)E)tS D QLAOtE)S D QLAOtE)S D QLAOtE)S Description RE)SOkAboin aw.,irding RI:::T1 for w: LA. PlPlE)irTIENI'Ital� BL.Jidiing I 111S�PEX�',Uoins aind IRla inIREMAEw Ag r'E)E)irT1E)1['1 t C,A,F1, llnc- Ag r'E)E)irT1E) 111 t Uiniversal IC::: 1['1gi1['1E)E)ir'iing SC',iE)1['KE)S 1 1 C Agir'E)E)irT1E)1['1t Caviin, (3)iordaino & AssociatE�'S, I Inc- EM'.1k.jiaboin Fliroposal ... C,A,F1, Fliroposal Uiniversal IElllgil['IE�'E)riing SCiENIICE)S 1 1 .0 Fliroposal ... CalMin, (3)iordaino & AssociatE�'S, I 111c, � Page 443 of 985 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 RESOLUTION NO. R21 - A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, APPROVING THE AWARD OF RFP NO. 021-2411- 20/RW FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES TO C.A.P. GOVERNMENT, INC., UNIVERSAL ENGINEERING SCIENCES, INC. AND CALVIN, GIORDANO & ASSOCIATES, INC.; AUTHORIZING THE CITY MANAGER TO SIGN PROFESSIONAL SERVICES AGREEMENTS FOR SERVICES TO BE UTILIZED ON AN "AS NEEDED BASIS" WITH A NOT TO EXCEED AMOUNT OF $210,000.00; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, On November 18, 2020, Purchasing issued a Request for Proposals (RFP) with the intent to establish qualified and experienced firms to perform fire, building, electrical, mechanical and/or plumbing inspections and plan review services on an "as needed basis"; and WHEREAS, this RFP was issued to maintain good service and responsiveness for plan review for residential and commercial applications, review Business Use Certification for change in occupancy requirements, and inspection services for structures in which permits have been issued by the City of Boynton Beach; and WHEREAS, after reviewing all proposals, the Fire and Building Divisions are requesting a multi -award to three (3) firms: C.A.P. Government, Inc., Universal Engineering Sciences, Inc. and Calvin, Giordano & Associates; and WHEREAS, by awarding to these three (3) vendors, the Fire and Building Departments will be assured that there will be personnel available to provide immediate services as required; and WHEREAS, the City Commission of the City of Boynton Beach upon recommendation of staff, deems it to be in the best interest of the citizens and residents to approve the award Approve the award of RFP No. 021-2411-20/RW for Supplemental Building Inspections and Plan Review Services to C.A.P. Government, Inc., Universal Engineering Sciences, Inc. and Calvin, Giordano & Associates, Inc. and authorize the S:ACA\RBSO\Agreements\Award of RFP for Supplemental Building Inspections and Plans review - 3 vendors - Reso.docx Page 444 of 985 1 City Manager to sign Professional Services Agreements for services to be utilized on an 2 "as needed basis" with a not to exceed amount of $210,000.00 3 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION 4 OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 5 Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed 6 as being true and correct and are hereby made a specific part of this Resolution upon 7 adoption. 8 Section 2. The City Commission of the City of Boynton Beach, Florida, 9 hereby approves the award of RFP No. 021-2411-20/RW for Supplemental Building 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 Inspections and Plan Review Services to C.A.P. Government, Inc., Universal Engineering Sciences, Inc. and Calvin, Giordano & Associates, Inc. and authorize the City Manager to sign Professional Services Agreements for services to be utilized on an "as needed basis" with a not to exceed of $210,000.00. A copy of each Professional Services Agreement is attached hereto and incorporated herein as Composite Exhibit "A". Section 3. That this Resolution shall become effective immediately. PASSED AND ADOPTED this 16th day of February, 2021. ATTEST: Tammy Stanzione Deputy City Clerk (Corporate Seal) CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice -Mayor — Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L. Romelus VOTE S:ACA\RFSO\Agreements\Award of RFP for Supplemental Building Inspections and Plans review - 3 vendors - Reso.docx Page 445 of 985 PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES THIS AGREEMENT is entered into between the CITY of Boynton Beach, hereinafter referred to as "CITY", and C.A.P. Government, Inc., hereinafter referred to as "CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY of Boynton Beach solicited proposals for a non-exclusive Contract to perform building inspections and plan review services, and WHEREAS, THE CITY issued a Request For Proposal for SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES, RFP No. 021-2411-20/RW; and WHEREAS, RFP No. 021-2411-20/RW defined Scope of Services as SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES; and WHEREAS, the CITY determined that CONSULTANT was qualified for appointment to perform the scope of services set forth in RFP No. 021-2411-20/RW; and WHEREAS, the CITY Manager administrative staff, has successfully negotiated an Agreement with CONSULTANT defining terms and conditions for the performance of supplemental building inspections and plan review service within the scope of the Request for Proposal; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform Supplemental Building Inspections and Plan Review Services outlined in RFP No. 021-2411-20/RW and incorporated herein: Sections "RESPONSIBILITIES" and "EQUIPMENT". RESPONSIBILITIES a. Inspection and Plan Review services shall include, but not be limited to, fire, general building, mechanical (HVAC), plumbing, structural and electrical, as well as providing all administrative documentation as required by the City. b. Inspect permitted construction within the City limits, for compliance with City codes and ordinances and permitted plans and specifications. c. Receive and investigate alleged complaints of working without permits, code violations, etc., by citizens, City employees, and others including appearances before the Code Enforcement Board where appropriate. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-1 _ d. Prepare written reports of inspections and investigations of complaints and other reports as may be reasonably requested by the City. City inspection forms must be used. e. Maintain records of inspection and investigations. Log daily inspections and results in the computer system. Review plans for code compliance. Maintain records of reviews and investigations. Log daily reviews and results in the computer system. g. Contact contractors, architects, engineers, and citizens about construction projects, code questions, and other concerns. h. Perform other duties that are related to or incidental to Inspector's or Plan Reviewer's primary duties as herein described and that the City may from time to time assign. i. Perform these duties during normal business hours of 7:00 AM to 6:00 PM, Monday through Thursday as needed, or as may be altered with mutual agreement. Report to the City's Building Official or designee. k. Inspection Services and Plan Review shall be provided in the event of a natural disaster (i.e. hurricane). I. Inspection personnel may be required to attend meetings or to provide consultation to the City. EQUIPMENT Each inspector shall be required to provide the following items at their own cost: a) An inspection vehicle in good operating condition, subject to approval by the City, capable of transporting one ladder. Vehicle may be required to display a City of Boynton Beach magnetic sign (provided by the City) on the doors. b) Cellular telephone. c) One ladder capable of reaching the roof of a typical one-story home. d) Uniform provided by the firm contracting with the City. e) Safety shoes, hardhats, and other safety related equipment. The CITY's Representative during the performance of this Contract shall be John Kuntzman, Deputy Building Official Development: 561-742-6376 and Adam Temple, Director Community Standards Boynton Beach Fire Rescue: 561-742-6121. The CONSULTANT'S Representative during the performance of the Contract shall be Carlos A. Penin, PE: 305-666-7178. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-2 — ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial term of one (1) year, commencing on February 17, 2021. The City reserves the right to renew the contract for three (3) additional one (1) year periods, under the same terms, conditions. The Services to be performed during the initial one (1) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the Consultant. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY's discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the issuance of a purchase order by the CITY to the CONSULTANT. CONSULTANT shall perform all services and provide all work product required pursuant to this Agreement within the time period set forth in the purchase order, unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 PAYMENT. The Professional 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 Professional shall be made promptly on all invoices submitted to the City properly and in accordance with "PRICE PROPOSAL" (Exhibit "A"). b. The Professional may submit invoices to the City once per month during the progress of the contract term. Such invoices will be reviewed by the City, and upon approval thereof, payment will be made to the Professional in the amount approved. c. Final payment of any balance due the Professional of the total 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 by the CITY shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. e. The Professional's records and accounts pertaining to this agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this agreement shall be the property of the RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-3 — CITY whether the project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design copies, including reproducible copies, of drawing 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 and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Agreement shall remain in full force 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 of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Agreement and that it will retain and assign qualified professionals to all assigned projects during the term of this Agreement. CONSULTANT's services shall meet a standard of care for PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES. In submitting its response to the RFP, CONSULTANT has represented to CITY that certain individuals employed by CONSULTANT shall provide services to CITY pursuant 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 withheld in the sole and absolute discretion of the CITY. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Agreement. ARTICLE 9 - INDEMNIFICATION 9.1 CONSULTANT shall indemnify and hold harmless the CITY, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT's own employees, or damage to property occasioned by a negligent act, omission 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 of 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 - INSURANCE 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. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-4 _ 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 Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, 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 $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. 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 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 responsibility of the CONSULTANT to ensure that all sub -consultants comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY's written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above for Comprehensive Liability Insurance on a claims -made policy only RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-5 _ _ ARTICLE 11 - INDEPENDENT CONSULTANT 11.1 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 otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this 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 -NEGOTIATION CERTIFICATE 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 - DISCRIMINATION PROHIBITED 14.1 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. ARTICLE 15 - ASSIGNMENT 15.1 The CONSULTANT shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-6 _ _ ARTICLE 16 - NON -WAIVER 16.1 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 subsequent default or breach. ARTICLE 17 — TERMINATION 17.1 Termination for Convenience: This Agreement may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. ARTICLE 18 - DISPUTES 18.1 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 — UNCONTROLLABLE 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 term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this 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, riot, civil disturbance, sabotage, and governmental actions. 19.2 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 - City of Boynton Beach Attn: Lori LaVerriere, City Manager 100 E. Ocean Avenue Boynton Beach, FL 33435 RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-7 _ _ Notices to CONSULTANT shall be sent to the following address- C.A.P. Government, Inc. 343 Almeria Avenue Coral Gables, FL 33134 Attn: Carlos A. Penin, PE Tel: 350-448-1711 Fax: 305-448-1712 Email: cap@capfla.com ARTICLE 21 - INTEGRATED AGREEMENT 21.1 This Agreement, together with the RFP/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both CITY and CONSULTANT. ARTICLE 22 - SOVEREIGN IMMUNITY 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 terms 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, each party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post -judgment proceedings. CITY's liability for costs and attorney's fees, however, shall not alter or waive CITY's entitlement to sovereign immunity, or extend CITY's liability beyond the limits established in Section 768.28, Florida Statutes, as amended. 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 Beach County, Florida. ARTICLE 23 — PUBLIC RECORDS 23.1 Sealed documents received by the CITY in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the CITY announces intent to award sooner, in accordance with Florida Statutes 119.07. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-8 _ _ The City is public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, CONSULTANT shall maintain in a secured manner all copies of such confidential and exempt records remaining in its possession once the CONSULTANT transfers the records in its possession to the CITY; and D. Upon completion of the contract, Consultant shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT'S possession. All records stored electronically by CONSULTANT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 TELEPHONE: 561-742-6061 GIBSONC@BBFL.US ARTICLE 24 — SCRUTINIZED COMPANIES 287.135 and 215.473 24.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has CONSULTANT 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 RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-9 — — shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to CONSULTANT of the CITY's determination concerning the false certification. CONSULTANT 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, CONSULTANT 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 CONSULTANT 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. ARTICLE 25 — E -VERIFY Contractor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. 1) Definitions for this Section: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E -Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2) Registration Requirement; Termination: Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E -verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and C) The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E -Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-10 _ _ duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. This Agreement will take effect on February 17, 2021 or once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes." IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of CITY OF BOYNTON BEACH City Manager Attest/Authenticated City Clerk Approved as to Form: Office of the City Attorney r� C.A.P. Government, Inc. ............ -�fij,wi Title (Corporate Seal) Attest/Au t is fitness RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-11 Page 456 of 985 PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES THIS AGREEMENT is entered into between the CITY of Boynton Beach, hereinafter referred to as "CITY", and Universal Engineering Sciences LLC, hereinafter referred to as "CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY of Boynton Beach solicited proposals for a non-exclusive Contract to perform building inspections and plan review services, and WHEREAS, THE CITY issued a Request For Proposal for SUPPLEMENTAL (BUILDING INSPECTIONS AND PLAN REVIEW SERVICES IFP No. 0211-2411-20/RW; and WHEREAS, RFP No. 021-2411-20/RW defined Scope of Services as SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES; and WHEREAS, the CITY determined that CONSULTANT was qualified for appointment to perform the scope of services set forth in RFP No. 021-2411-20/RW; and WHEREAS, the CITY Manager administrative staff, has successfully negotiated an Agreement with CONSULTANT defining terms and conditions for the performance of supplemental building inspections and plan review service within the scope of the Request for Proposal; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform Supplemental Building Inspections and Plan Review Services outlined in RFP No. 021-2411-20/RW and incorporated herein: Sections "RESPONSIBILITIES" and "EQUIPMENT". RESPONSIBILITIES a. Inspection and Plan Review services shall include, but not be limited to, fire, general building, mechanical (HVAC), plumbing, structural and electrical, as well as providing all administrative documentation as required by the City. b. Inspect permitted construction within the City limits, for compliance with City codes and ordinances and permitted plans and specifications. c. Receive and investigate alleged complaints of working without permits, code violations, etc., by citizens, City employees, and others including appearances before the Code Enforcement Board where appropriate. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-1 d. Prepare written reports of inspections and investigations of complaints and other reports as may be reasonably requested by the City. City inspection forms must be used. e. Maintain records of inspection and investigations. Log daily inspections and results in the computer system. Review plans for code compliance. Maintain records of reviews and investigations. Log daily reviews and results in the computer system. g. Contact contractors, architects, engineers, and citizens about construction projects, code questions, and other concerns. h. Perform other duties that are related to or incidental to Inspector's or Plan Reviewer's primary duties as herein described and that the City may from time to time assign. i. Perform these duties during normal business hours of 7:00 AM to 6:00 PM, Monday through Thursday as needed, or as may be altered with mutual agreement. Report to the City's Building Official or designee. k. Inspection Services and Plan Review shall be provided in the event of a natural disaster (i.e. hurricane). I. Inspection personnel may be required to attend meetings or to provide consultation to the City. EQUIPMENT Each inspector shall be required to provide the following items at their own cost: a) An inspection vehicle in good operating condition, subject to approval by the City, capable of transporting one ladder. Vehicle may be required to display a City of Boynton Beach magnetic sign (provided by the City) on the doors. b) Cellular telephone. c) One ladder capable of reaching the roof of a typical one-story home. d) Uniform provided by the firm contracting with the City. e) Safety shoes, hardhats, and other safety related equipment. The CITY's Representative during the performance of this Contract shall be John Kuntzman, Deputy Building Official Development: 561-742-6376 and Adam Temple, Director Community Standards Boynton Beach Fire Rescue: 561-742-6121. The CONSULTANT'S Representative during the performance of the Contract shall be Michael Mayall: 561-347-0070. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-2 ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial term of one (1) year, commencing on February 17, 2021. The City reserves the right to renew the contract for three (3) additional one (1) year periods, under the same terms, conditions. The Services to be performed during the initial one (1) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the Consultant. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY's discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the issuance of a purchase order by the CITY to the CONSULTANT. CONSULTANT shall perform all services and provide all work product required pursuant to this Agreement within the time period set forth in the purchase order, unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 PAYMENT. The Professional 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 Professional shall be made promptly on all invoices submitted to the City properly and in accordance with "PRICE PROPOSAL" (Exhibit "A"). b. The Professional may submit invoices to the City once per month during the progress of the contract term. Such invoices will be reviewed by the City, and upon approval thereof, payment will be made to the Professional in the amount approved. c. Final payment of any balance due the Professional of the total 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 by the CITY shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. e. The Professional's records and accounts pertaining to this agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-3 _ _ 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. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design copies, including reproducible copies, of drawing 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 and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Agreement shall remain in full force 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 of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Agreement and that it will retain and assign qualified professionals to all assigned projects during the term of this Agreement. CONSULTANT's services shall meet a standard of care for PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES. In submitting its response to the RFP, CONSULTANT has represented to CITY that certain individuals employed by CONSULTANT shall provide services to CITY pursuant 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 withheld in the sole and absolute discretion of the CITY. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Agreement. ARTICLE 9 - INDEMNIFICATION 9.1 CONSULTANT shall indemnify and hold harmless the CITY, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT's own employees, or damage to property occasioned by a negligent act, omission 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 of 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 - INSURANCE 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. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-4 _ _ 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 Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, 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 $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. 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 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 responsibility of the CONSULTANT to ensure that all sub -consultants comply with the same insurance requirements referenced above. 10.3 In the judgment, of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY's written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above for Comprehensive Liability Insurance on a claims -made policy only RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-5 ARTICLE 11 - INDEPENDENT CONSULTANT 11.1 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 otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this 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 -NEGOTIATION CERTIFICATE 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 - DISCRIMINATION PROHIBITED 14.1 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. ARTICLE 15 - ASSIGNMENT 15.1 The CONSULTANT shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-6 _ ARTICLE 16 - NON -WAIVER 16.1 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 subsequent default or breach. ARTICLE 17 — TERMINATION 17.1 Termination for Convenience: This Agreement may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. ARTICLE 18 - DISPUTES 18.1 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 — UNCONTROLLABLE 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 term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this 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, riot, civil disturbance, sabotage, and governmental actions. 19.2 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 RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-7 _ _ Notices to CONSULTANT shall be sent to the following address:. ARTICLE 21 - INTEGRATED AGREEMENT 21.1 This Agreement, together with the RFP/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both CITY and CONSULTANT. ARTICLE 22 - SOVEREIGN IMMUNITY 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 terms 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, each party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post judgment proceedings. CITY's liability for costs and attorney's fees, however, shall not alter or waive CITY's entitlement to sovereign immunity, or extend CITY's liability beyond the limits established in Section 768.28, Florida Statutes, as amended. 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 Beach County, Florida. 23.1 Sealed documents received by the CITY in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the CITY announces intent to award sooner, in accordance with Florida Statutes 119.07. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-8 _ - The City is public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, CONSULTANT shall maintain in a secured manner all copies of such confidential and exempt records remaining in its possession once the CONSULTANT transfers the records in its possession to the CITY; and D. Upon completion of the contract, Consultant shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT'S possession. All records stored electronically by CONSULTANT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 TELEPHONE: 561-742-6061 GIBSONC@BBFL.US 24.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has CONSULTANT 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 RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-9 shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to CONSULTANT of the CITY's determination concerning the false certification. CONSULTANT 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, CONSULTANT 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 CONSULTANT 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. ARTICLE 25 — E -VERIFY Contractor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. 1) Definitions for this Section: "Contractor' means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E -Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2) Registration Requirement; Termination: Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E -verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and C) The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E -Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-10 _ _ duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. This Agreement will take effect on February 17, 2021 or once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes." IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of CITY OF BOYNTON BEACH City Manager Attest/Authenticated; City Clerk Approved as to Form: Office of the City Attorney 20 lutly Univers I En ineering Sciences, LLC Title ""�""wwrwrwwwarrrrrrr� (oma �1 L . 199a . 'rrrrrarruwwww""""" Attest/Authenticated': ,•ate m. Witness RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-11 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 consultants, 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 REQUIRE .. ._....---_. ----------.__..w_r_.__—._�._ General Liability -- __-____--General Aggregate --, _ _....-..__�___ ______________-_.-• 1,00----- 00 Commercial General Liability Products-Comp/Op Agg. $ 1,000,000.00 Owners & Consultant'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 Consultants Broad Form Property Damage Fire Legal Liability _. __ ._._........................................1_...._ Automobile Liability .....µ Combined Single Limit. M...,.�__ ._m_.__$ - 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 .............. .._ .., ,.._._.__ ._A_. ............... ________ 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 -_m_____ .-....... '. .M.'_"` Excess Liability - ............ _ -~ ..7__. -Each Occurrence ..........................w.........................."to be determined Umbrella Form Aggregate to be determined Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 ........... Disease Each Employee $ 100,000.00 .._.__._ Property ---- __.d ------------ ____ _-__----. .. _._..____mm__.._....-_rr__ _.__._.W .._ ....__®_______ Homeowners Revocable Permit $ 300,000.00 Builder's Risk ---------- Limits based on Project Cost .m ............................... Other - As Risk Identified .. .� „ __._-_�_____-...___._a _----- --_ -®,.___-. _' ------ - e determined RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-11 EXHIBIT "A" SCHEDULE OF PRICES The Proposer agrees to provide Supplemental Inspections and Plan Review Services as called for by the Scope of Services and Proposal Documents and Agreement, in the manner prescribed therein and to the standards of quality and performance established by the City for the unit price stated in the spaces herein provided. ➢ SINGLE CERTIFICATION (Any one discipline as a Fire, Building, Mechanical, Electrical, or Plumbing Inspector/Plan Review) ➢ MULTIPLE CERTIFICATIONS (Any combination of Fire, Building, Mechanical, Electrical, or Plumbing Inspector/Plan Review) ➢ ONE DAY EQUALS EIGHT (8) HOURS ➢ TWO HOURS MINIMUM FOR HOURLY All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage, copies, etc.). Item Description Hourly Rate Per Estimated Total Annual No. of Services Individual Hours Annually Cost.... Single .... Discipline 1 Field $72.50 5,613 $406,942.50 pector Single Discipline 2 Plans $97.75 2,406 $235,186.50 .. Examiner . .... r — ...........� � w _ _ . 129. GRAND TOTAL $642,00 OPTIONAL SERVICES Multi e� 3 Discipline $95.00 Field Multi 4 Discipline $125.00 Plans Examiner Business $65.00 5 Inspector ..... � ____......m_....._ ... Application $46.50 6 Technician RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C- 12 PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES THIS AGREEMENT is entered into between the CITY of Boynton Beach, hereinafter referred to as "CITY', and Calvin, Giordano & Associates, Inc., hereinafter referred to as "CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the CITY of Boynton Beach solicited proposals for a non-exclusive Contract to perform building inspections and plan review services, and WHEREAS, THE CITY issued a Request For Proposal for SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES, RFP No. 021-2411-20/RW; and WHEREAS, RFP No. 021-2411-20/RW defined Scope of Services as SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES; and WHEREAS, the CITY determined that CONSULTANT was qualified for appointment to perform the scope of services set forth in RFP No. 021-2411-20/RW; and WHEREAS, the CITY Manager administrative staff, has successfully negotiated an Agreement with CONSULTANT defining terms and conditions for the performance of supplemental building inspections and plan review service within the scope of the Request for Proposal; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform Supplemental Building Inspections and Plan Review Services outlined in RFP No. 021-2411-20/RW and incorporated herein: Sections "RESPONSIBILITIES" and "EQUIPMENT". RESPONSIBILITIES a. Inspection and Plan Review services shall include, but not be limited to, fire, general building, mechanical (HVAC), plumbing, structural and electrical, as well as providing all administrative documentation as required by the City. b. Inspect permitted construction within the City limits, for compliance with City codes and ordinances and permitted plans and specifications. c. Receive and investigate alleged complaints of working without permits, code violations, etc., by citizens, City employees, and others including appearances before the Code Enforcement Board where appropriate. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-1 _ — d. Prepare written reports of inspections and investigations of complaints and other reports as may be reasonably requested by the City. City inspection forms must be used. e. Maintain records of inspection and investigations. Log daily inspections and results in the computer system. Review plans for code compliance. Maintain records of reviews and investigations. Log daily reviews and results in the computer system. g. Contact contractors, architects, engineers, and citizens about construction projects, code questions, and other concerns. h. Perform other duties that are related to or incidental to Inspector's or Plan Reviewer's primary duties as herein described and that the City may from time to time assign. i. Perform these duties during normal business hours of 7:00 AM to 6:00 PM, Monday through Thursday as needed, or as may be altered with mutual agreement. Report to the City's Building Official or designee. k. Inspection Services and Plan Review shall be provided in the event of a natural disaster (i.e. hurricane). I. Inspection personnel may be required to attend meetings or to provide consultation to the City. EQUIPMENT Each inspector shall be required to provide the following items at their own cost: a) An inspection vehicle in good operating condition, subject to approval by the City, capable of transporting one ladder. Vehicle may be required to display a City of Boynton Beach magnetic sign (provided by the City) on the doors. b) Cellular telephone. c) One ladder capable of reaching the roof of a typical one-story home. d) Uniform provided by the firm contracting with the City. e) Safety shoes, hardhats, and other safety related equipment. The CITY's Representative during the performance of this Contract shall be John Kuntzman, Deputy Building Official Development: 561-742-6376 and Adam Temple, Director Community Standards Boynton Beach Fire Rescue: 561-742-6121. The CONSULTANT'S Representative during the performance of the Contract shall be John M. Stone: 954-921-7781. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-2 — — ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial term of one (1) year, commencing on February 17, 2021. The City reserves the right to renew the contract for three (3) additional one (1) year periods, under the same terms, conditions. The Services to be performed during the initial one (1) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the Consultant. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY's discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the issuance of a purchase order by the CITY to the CONSULTANT. CONSULTANT shall perform all services and provide all work product required pursuant to this Agreement within the time period set forth in the purchase order, unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 PAYMENT. The Professional 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 Professional shall be made promptly on all invoices submitted to the City properly and in accordance with "PRICE PROPOSAL" (Exhibit "A"). b. The Professional may submit invoices to the City once per month during the progress of the contract term. Such invoices will be reviewed by the City, and upon approval thereof, payment will be made to the Professional in the amount approved. c. Final payment of any balance due the Professional of the total 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 by the CITY shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. e. The Professional's records and accounts pertaining to this agreement are to be kept available for inspection by representatives of the City and State for a period of three (3) years after the termination of the Agreement. Copies shall be made available upon request ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this agreement shall be the property of the RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-3 — — CITY whether the project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design copies, including reproducible copies, of drawing 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 and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Agreement shall remain in full force 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 of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Agreement and that it will retain and assign qualified professionals to all assigned projects during the term of this Agreement. CONSULTANT's services shall meet a standard of care for PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES. In submitting its response to the RFP, CONSULTANT has represented to CITY that certain individuals employed by CONSULTANT shall provide services to CITY pursuant 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 withheld in the sole and absolute discretion of the CITY. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Agreement, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Agreement. ARTICLE 9 - INDEMNIFICATION 9.1 CONSULTANT shall indemnify and hold harmless the CITY, its offices, agents and employees, from and against any and all claims, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT's own employees, or damage to property occasioned by a negligent act, omission 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 of 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 - INSURANCE 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. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-4 _ _ 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 Worker's Compensation and Employer's Liability Insurance. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent consultants, 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 $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY. 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 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 responsibility of the CONSULTANT to ensure that all sub -consultants comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY's written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above for Comprehensive Liability Insurance on a claims -made policy only RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-5 _ _ ARTICLE 11 - INDEPENDENT CONSULTANT 11.1 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 otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Agreement, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this 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 -NEGOTIATION CERTIFICATE 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 - DISCRIMINATION PROHIBITED 14.1 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. ARTICLE 15 - ASSIGNMENT 15.1 The CONSULTANT shall not sublet or assign any of the services covered by this Agreement without the express written consent of the CITY. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-6 _ — ARTICLE 16 - NON -WAIVER 16.1 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 subsequent default or breach. ARTICLE 17 — TERMINATION 17.1 Termination for Convenience: This Agreement may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Agreement or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. ARTICLE 18 - DISPUTES 18.1 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 — UNCONTROLLABLE 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 term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this 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, riot, civil disturbance, sabotage, and governmental actions. 19.2 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 - City of Boynton Beach Attn: Lori LaVerriere, City Manager 100 E. Ocean Avenue Boynton Beach, FL 33435 RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-7 _ - Notices to CONSULTANT shall be sent to the following address: Calvin, Giordano & Associates, Inc. 1800 Eller Drive Fort Lauderdale, FL 33316 Attn: John M. Stone Tel: 954-921-7781 Fax: 954-921-8807 Email: jstone@cgasolutions.com ARTICLE 21 - INTEGRATED AGREEMENT 21.1 This Agreement, together with the RFP/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Agreement may be amended only by written instrument signed by both CITY and CONSULTANT. ARTICLE 22 - SOVEREIGN IMMUNITY 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 terms 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, each party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post -judgment proceedings. CITY's liability for costs and attorney's fees, however, shall not alter or waive CITY's entitlement to sovereign immunity, or extend CITY's liability beyond the limits established in Section 768.28, Florida Statutes, as amended. 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 Beach County, Florida. ARTICLE 23 — PUBLIC RECORDS 23.1 Sealed documents received by the CITY in response to an invitation are exempt from public records disclosure until thirty (30) days after the opening of the Bid unless the CITY announces intent to award sooner, in accordance with Florida Statutes 119.07. RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-8 _ - The City is public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the CONSULTANT shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY's custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, CONSULTANT shall maintain in a secured manner all copies of such confidential and exempt records remaining in its possession once the CONSULTANT transfers the records in its possession to the CITY; and D. Upon completion of the contract, Consultant shall transfer to the CITY, at no cost to the CITY, all public records in CONSULTANT'S possession. All records stored electronically by CONSULTANT must be provided to the CITY, upon request from the CITY's custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: CRYSTAL GIBSON, CITY CLERK 100 E. OCEAN AVENUE BOYNTON BEACH, FLORIDA, 33435 TELEPHONE: 561-742-6061 GIBSONC@BBFL.US ARTICLE 24 — SCRUTINIZED COMPANIES 287.135 and 215.473 24.1 By submission of this Bid, Proposer certifies that Proposer is not participating in a boycott of Israel. Proposer further certifies that Proposer is not on the Scrutinized Companies that Boycott Israel list, not on the Scrutinized Companies with Activities in Sudan List, and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has CONSULTANT 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 RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-9 — — shall be deemed a material breach of contract. The CITY shall provide notice, in writing, to CONSULTANT of the CITY's determination concerning the false certification. CONSULTANT 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, CONSULTANT 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 CONSULTANT 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. ARTICLE 25 — E -VERIFY Contractor certifies that it is aware of and complies with the requirements of Section 448.095, Florida Statues, as may be amended from time to time and briefly described herein below. 1) Definitions for this Section: "Contractor" means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration. "Contractor" includes, but is not limited to, a vendor or consultant. "Subcontractor" means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration. "E -Verify system" means an Internet -based system operated by the United States Department of Homeland Security that allows participating employers to electronically verify the employment eligibility of newly hired employees. 2) Registration Requirement; Termination: Pursuant to Section 448.095, Florida Statutes, effective January 1, 2021, Contractors, shall register with and use the E -verify system in order to verify the work authorization status of all newly hired employees. Contractor shall register for and utilize the U.S. Department of Homeland Security's E -Verify System to verify the employment eligibility of: a) All persons employed by a Contractor to perform employment duties within Florida during the term of the contract; and b) All persons (including subvendors/subconsultants/subcontractors) assigned by Contractor to perform work pursuant to the contract with the City of Boynton Beach. The Contractor acknowledges and agrees that registration and use of the U.S. Department of Homeland Security's E -Verify System during the term of the contract is a condition of the contract with the City of Boynton Beach; and C) The Contractor shall comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes, but is not limited to registration and utilization of the E -Verify System to verify the work authorization status of all newly hired employees. Contractor shall also require all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-10 _ _ duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than twenty (20) calendar days after the date of termination. Termination of this Contract under this Section is not a breach of contract and may not be considered as such. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of one (1) year after the date of termination. This Agreement will take effect on February 17, 2021 or once signed by both parties. This Agreement may be signed by the parties in counterparts which together shall constitute one and the same agreement among the parties. A facsimile signature shall constitute an original signature for all purposes." IN WITNESS WHEREOF, the parties have hereunto set their hands and seals on the day and year set forth below their respective signatures. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of CITY OF BOYNTON BEACH City Manager Attest/Authenticated: City Clerk Approved as to Form: Office of the City Attorney 20 Calvin, Giordano & Associates, Inc. Title (Corporate Seal) Attest/Authenticated: Witness RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-11 _ _ 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 contractor 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 consultants, 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 & Consultant'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 Consultants 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 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk Limits based on Project Cost Other - As Risk Identified to be determined RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C -1l _ _ EXHIBIT "A" SCHEDULE OF PRICES SCHEDULE OF PRICES CONSIST OF THE FOLLOWING: The Proposer agrees to provide Supplemental Inspections and Plan Review Services as called for by the Scope of Services and Proposal Documents and Agreement, in the manner prescribed therein and to the standards of quality and performance established by the City for the unit price stated in the spaces herein provided. ➢ SINGLE CERTIFICATION (Any one discipline as a Fire, Building, Mechanical, Electrical, or Plumbing Inspector/Plan Review) ➢ MULTIPLE CERTIFICATIONS (Any combination of Fire, Building, Mechanical, Electrical, or Plumbing Inspector/Plan Review) ➢ ONE DAY EQUALS EIGHT (8) HOURS ➢ TWO HOURS MINIMUM FOR HOURLY All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage, copies, etc.). Item Description Hourly Rate Per Estimated Total Annual No. of Services Individual Hours Annually Cost Single Discipline 1 Field $95.00 5,613 $533,235.00 Inspector Single Discipline 2 Plans $100.00 2,406 $240,600.00 Examiner GRAND TOTAL $733,835.00 OPTIONAL SERVICES Multi 3 Discipline $95.00 Field Ins ector Multi 4 Discipline $100.00 Plans Examiner Business $95.00 5 Inspector Application $65.000 6 Technician RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES C-12 _ _ Summary Score Card Evaluation Details [ANo�t.s �_�SummwyR.poft li Bid Number: 021-2411-20RW Purchasing Representative: Kristeena Pinto Bid Title: Supplemental Building Inspections and Plan Review Bid Closing Date: December 16, 2020 Services Project Type: RFP Availability: Public A V&ITTV MO 154=2 0 C.A.P. 1--Ty-Byrd Goveirininneint, C41vllin, Goirdaino & Linspecdoins UnWeirs4l EinglllineeiHing Section Progress linic Assodiates, linic Enc Sdiences, Enc Submital Complete Passed Passed Failed Passed Compliance Total: IPass IPass "' II IPass Evaluation Evaluators: Kuntzman John, Grissom Patsy, Kathy Cline, Adam Temple C.A.P. CWvin, Giordano 1--Ty-Byrd Universai Maximum Goveirininneint, & Assocliates, linspecdoins EingiineeiHing Section Progress Score link, Enc Enc Sciences,Linic Qualifications and Complete 30.00 27.75 24.75 disqualified 27.00 Experience Page 483 of 985 Nw; C.A.P. ll -Ty -Byrd C.A.P. CaNm, Oordano F -Ty -Byrd Un�versai Eingl'irineeirring Section Maximum Goveirininneint, & Assocuates, Inspecdoins Einghneeirhng Section Progress Score 111nic Inc, Inc, Sciences, Line. Technical Approach Complete 30.00 26.25 25.50 disqualified 23.25 and Methodology References Complete 10.00 10.00 10.00 disqualified 9.50 Local Preference Complete 5.00 3.00 2.88 disqualified 3.13 Total: 75.00 67.00 63.13 M0111: 62.88 Nw; a -TV! F Weighted Final Scores C.A.P. Government, Stage Weight Inc. Evaluation 75.00 67.00 Price 25.00 25.00 25.00 19.25 S11II "A U!"I" 23.20 Calvin, Giordano Hy -Byrd Universal Engineering Associates, Inc. Inspections Inc. Sciences, Inc. 63. 13 Disqualified 62.88 19.25 Disqualified 23.20 Page 484 of 985 C.A.P. ll -Ty -Byrd Un�versai Maximum Goveirininneint, C41vhn, 0oirdaino 1inspecdons Eingl'irineeirring Section Progress Score 111nic & Associates, Inc, Inc, Sciences, Linic Pricing 25.00 25.00 19.25 disqualified 23.20 Stage Score a -TV! F Weighted Final Scores C.A.P. Government, Stage Weight Inc. Evaluation 75.00 67.00 Price 25.00 25.00 25.00 19.25 S11II "A U!"I" 23.20 Calvin, Giordano Hy -Byrd Universal Engineering Associates, Inc. Inspections Inc. Sciences, Inc. 63. 13 Disqualified 62.88 19.25 Disqualified 23.20 Page 484 of 985 C.A.P. Government, Calvin, Giordano Hy -Byrd Stage Weight Inc. Associates, Inc. Inspections Inc. Total: 100.00 92.00 82.37 Disqualified Page 485 of 985 Universal Engineering Sciences, Inc. 86.07 Universal Engineering Sciences, Inc. 62.88 23.20 86.07 C.A.P. Government, Calvin, Giordano Hy -Byrd Stage Weight Inc. Associates, Inc. Inspections Inc. Evaluation 75.00 67.00 63.13 Disqualified Price 25.00 25.00 19.25 Disqualified Total: 100.00 92.00 82.37 Disqualified Page 485 of 985 Universal Engineering Sciences, Inc. 86.07 Universal Engineering Sciences, Inc. 62.88 23.20 86.07 021-2411-20RW - Supplemental Building Inspections and Plan Review Services Opening Date: November 18, 2020 12:00 PM Closing Date: December 16, 2020 2:30 PM Vendor Details Company Name: C.A.P. Government, Inc. 343 Almeria Avenue Address: Coral Gables, Florida 33134 Contact: Monica De Castro Email: mdcastro@capfla.com Phone: 305-448-1711 3433 Fax: 305-448-1712 HST#: 65-0121594 Submission Details Created On: Thursday November 19, 202011:17:27 Submitted On: Tuesday December 15, 202010:32:30 Submitted By: Monica De Castro Email: mdcastro@capfla.com Transaction #: b7a3164c-1 df9-4b1 e-9e12-889c29c61 bed Submitter's IP Address: 99.36.232.138 Bid Number: 021-2411-20RW Vendor Name: C.A.P. Government, Inc. Page 486 of 985 Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. "Denotes a "MANDATORY" field Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner (unless otherwise specified). If the line item and/or table is "NON -MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. Price Proposal All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage, copies, etc.) Description of Services Hourly Rate Per Individual' Estimated Hours Annually Total AnnualC.,.,„. pt' y y Cost Single Discipline Field Inspector $72.5000 5613 $ 406,942.50 Single Discipline Plans Examiner $78.5000 2406$ 188,87100 " Optional Services All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage copies, etc.) ......_.�,�... _m_.. Description of Services Hourly Rate Per Individual Multi Discipline Field Inspector _.... ------------------ .___ $76.0000 ....................... ___................................................................................................ ____..______ ...... Multi Discipline Plans Examiner $82.0000 Business Inspector .......... $45.0000 .. ..... Application Technician $40.0000 Price Proposal - COPY All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage, copies, etc.) .,,, flDescription of Services Hourly Rate Per individual ” Estimated Hours Annually Total Annual Cost le Discipline Field Inspector $72.5000 5613 $ 406,942.50 le Discipline Plans Examiner $78.5000 2406 $ 188,871.00 , - ------ — ----­.. ­ -,,..r. --_...w______.._..__ Subtotal: $ 595,813.50 Summary Table _.... ...... w �w Bid Form Amount ®" ------------ - . __-. .- �.__...._____.. Price Proposal r $ 595,813.50 .... _ .... __ ........................ .......... Price Proposal - COPYf $ 595,813.50 „ ........... ..-... _ —--- ......... ......... --- -- Subtotal Contract Amount: $ 1,191,627.00 1. Letter of interest The Letter of Interest shall summarizes the Proposer's primary qualifications and a firm commitment to provide the proposed services. DescriptionResponse Bid Number: 021-2411-20RW Vendor Name: C.A.P Government, Inc. Page 487 of 985 The Letter of Interest shall summarizes the December 16, 2020 Proposer's primary qualifications and a firm commitment to provide the proposed services. Bid Number: 021-2411-20RW City of Boynton Beach City Hall 100 E. Ocean Avenue Boynton Beach, FL 33435 RE: Request for Proposals (RFP) for Supplemental Building Inspections and Plan Review Services RFP No. 021-24111RW To Whom It May Concern: C.A.P. Government, Inc. (CAP) submits this response to the City of Boynton Beach's Request for Proposals (RFP No. 021-24111RW) to provide Supplemental Building Inspections and Pian Review Services. We thoroughly understand the scope of services and have submitted our online response to this RFP. CAP is proud to be providing Building Department services to the City of Boynton Beach and have done so successfully since 2014. Our corporate philosophy is to successfully deliver these services by creating a positive customer experience without sacrificing accuracy, efficiency and transparency. We believe that this complements the experience that the City desires for its Building Department's customers. As you review our submittal package, we call your attention to the following points: • Qualifications. CAP was established thirty-one (31) years ago in 1989 and is the pioneer of outsourcing Building Department services to municipalities throughout Florida. We currently serve over fifty-five (55) municipalities and six (6) educational clients. Our customer centered approach to these services is one of the reasons that our clients stretch throughout Miami -Dade, Broward, Palm Beach and the Gulf Coast Counties. • Staff Availability. Our customer centered approach to these services has helped us build a team of 200 + professionals, including Engineers, Architects, Building Officials, Plans Examiners, Inspectors, Permit Technicians, and Administrative staff. They are available to provide plans review, inspections, code compliance, Building Official and permit administration services. • Electronic Plans Review (EPR). Since 2013 CAP has been investing, developing and implementing an EPR platform that allows our Plans Examiners to work electronically in an efficient, transparent and real time manner. Likewise, our inspection services can be routed through our software to help deliver our services in a more predictable fashion. • Location. We currently have offices in Coral Gables, Fort Lauderdale and in West Palm Beach. We have CAP staff working alongside the City's staff delivering service to residents of the City of Boynton Beach. • Services. CAP contracts only with governmental agencies, thus avoiding potential conflicts of interest. Building Department outsourcing is what we do! If selected, we are committed to continue providing the proposed services to the City of Boynton Beach. We will deliver efficient, cost-effective and quality solutions to the City by maintaining the necessary resources to provide the services required in this Request for Proposals. Our experience and qualifications meet or exceed the requirements and expectations listed in the RFP. In closing, let me offer some facts that we believe sets us apart from our competition. No other Company in South Florida can measure up to the number of years of service, number of clients and number of employees in our industry. Why us, by the numbers? 31 Years in Business (Est. in 1989). We are local 27 Years Outsourcing Building Services Exclusively to the Government 13 Municipal Clients - Full Service 42 Municipal Clients - Supplemental Services 6 Educational Clients 61 Total Building Department Outsourcing Clients 6 Years with the City of Boynton Beach 14 Years with the City of Weston 14 Years with the Town of Cutler Bay 24 Years with the City of Aventura Vendor Name: C.A.P. Government, Inc. Page 488 of 985 6 Years providing Electronic Plan Review (EPR) 6 Palm Beach Headquarters located in the City of West Palm Beach 200 + Employees dedicated to outsourcing Building Services If given the opportunity, we will continue to provide customer centered Building Department services to the City of Boynton Beach and our customers. Should you require any additional information, or wish to discuss this proposal further, please contact me at 305.666.7178. Very truly yours, CA.P. Government, Inc. Carlos A. Penin, PE President 2. Firm's Qualifications Complete and submit Proposer's Qualification Statement, Complete Proposer's Qualification Statement C.A.P. Government's Qualification Statement has been included in Step I4, "Documents". Please refer to that Form for our response. Bid Number: 021-2411-20RW Vendor Name: C.A.P. Government, Inc. Page 489 of 985 Describe the Firm and provide a statement of the C.A.P. Government, Inc. (CAP) was founded on April 10, 1989 by Mr. Carlos Firm's qualifications for performing requested A. Penin, PE. In 1992 CAP entered into an agreement with the newly consulting services incorporated Village of Key Biscayne to offer outsourcing of professional Building Department services. We have been doing so continuously since then. Our legacy of hard work and dedication has established us as a leader in our industry. Today CAP is recognized as the leading firm in providing Building Department services. We provide these services to six (6) educational clients and to over fifty-five (55) municipalities across Florida. In 2017, 2018, 2019 and again in 2020 our company has been ranked as a `Top 100 firm" and recipient of this prestigious award at the Zweig Hot Firm & AIE Industry Awards Conference. In 2017 and in 2018 CAP was recognized as one of the fastest-growing, Gator- owned businesses in the world. Our customer centered approach to delivering services has helped us build a team of 200 + professionals, including Engineers, Architects, Building Officials, Plans Examiners, Inspectors, Permit Technicians and Administrative staff. CA.P. Government, Inc. is a State of Florida Corporation that operates out of three (3) offices in Florida. Our clients stretch throughout Miami -Dade, Broward, Palm Beach and Gulf Coast Counties. Miami -Dade 343 Almeria Avenue, Coral Gables, FL 33134 Broward 100 S.E. 12 Street, Fort Lauderdale, FL 33316 Palm Beach 1910 N. Florida Mango Rd., W. Palm Beach, FL 33409 For thirty-one (31) years CAP has maintained an exemplary track record of professional management. CAP's expertise involves developing tailored solutions to plans review, inspections and oode compliance services exclusively to government entities. C.A.P. Government, Inc. (CAP) has been providing Supplemental Building Inspections and Plan Review Services to the City of Boynton Beach continuously since 2014. Our team of qualified personnel performs Building Code Services per Chapter 553 and 468, Part XII of the Florida Statutes, the Florida Building Code (FBC) and all relevant laws and codes. Our staff is certified by the State of Florida Building Code Administrators and Inspectors Board, the State of Florida Board of Professional Engineers and the Department of Business and Professional Regulation (DBPR). CAP's personnel are fully certified, qualified, trained and experienced in providing plan review, inspections and administrative services that are prompt, courteous, efficient and safe. Our employees are required to participate in an annual ethics training course, adhere to company's code of conduct and take education credits to maintain the required certifications for their positions. In April 2016, CAP became an Educational Provider accredited by the Florida Department of Business and Professional Regulation and is further recognized by the Florida Building Code Administrator and Inspection Board. CAP encourages to obtain additional certifications through training programs that are covered 100% by CAP. We have provided as an attachment a list of all of our services contracts with governmental agencies. Indicating description, location and dates of contracts. C.A.P. Government, Inc. has maintained a reputation for very high standards and quality control of our services. We have never been issued fines by the State of Florida or any other governmental agency. CAP has had no litigation filed in the past three (3) years in relation to the services that we provide in a regular course of business. Bid Number: 021-2411-20RW Vendor Name: C.A.P. Government, Inc. Page 490 of 985 ly ur Firm's staff and those that would bepprovided by taffng onanasnneeded basis for building, lelectrical, mechanical the services, ) staff w services to cover sreal HVAC , sub -consultants plumbing and fire inspections and plan review services in accordance with the requirements of Florida Statutes 468, Part XII "Building Code Administrators and Inspectors", Business Inspector, and Application Technician. CAP will perform plan review for residential and commercial building applications, review of business Use of Certificates for changes in occupancy requirements under the Florida Building Code (FBC) and inspection services (Business Use of Certificate, building, plumbing, electric and mechanical, HVAC and fire) for structures in which permits have been issued by the City. CAP will ensure that inspections and plan review services comply with established FBC; and all other federal, state and local laws, rules, regulations, directives, codes and ordinances. CAP's personnel will provide all administrative documentation as required by the City. CAP will Inspect permitted construction within the City limits, for compliance with City codes and ordinances CAP will receive and investigate alleged complaints of working without permits, operating a business without a Business Use Certificate, code violations, etc., by citizens, City employees and other including appearances before the Code Enforcement Board where appropriate. Inspect new and transferred business uses. Review application and research past use to determine possible change in building code requirements for occupancy. Prepare written reports of inspections and investigations of complaints and other reports as may be reasonably requested by the City. Our personnel will only use City inspection forms. Maintain records of inspection and investigations. Log daily inspections and results in the City's hardware and software system. Review plans for code compliance. Maintain records of reviews and investigations. Log daily reviews and results in the computer system. Review and maintain all records required by Federal Emergency Management Agency (FEMA) in association with the processing of building permits in the format required by FEMA. Contact contractors, architects, engineers, and citizens about construction projects, code questions, and other concerns. C.A.P. Government, Inc. management and staff will be performing all the services stated above. Identify any sub -consultants you propose to utilize to CAP will not be using any sub -consultants. We self perform all services supplement your Firm's staff requested in this RFP. If the Principal Place of Business is different than the P This contract will be managed and produced from our West Palm Beach 9 P h location specified in the Proposer's Qualification Corporate office located at 1910 N. Florida Mango Rd., West Palm Beach, FL Statement, then proposer shall specify office location 33409. where each project will be managed and produced In addition, we will have staff located within the City of Boynton Beach's Building Department which is approximately fourteen (14) miles away from our ;West Palm Beach office. Finally, all non-technical support will be provided from our Corporate office in Miami -Dade County, (343 Almeria Avenue, Coral Gables, listed above. This includes Management, Finance and Accounting, Human Resources, Information Technology (IT) and all resources such as vehicles, cell phones and computer hardware and software. --------- __..................................... Bid Number: 021-2411-20RW Vendor Name: CAP Government, Inc. Page 491 of 985 4. Current and Projected Workload of the Propoer Provide quantitative data that clearly indicates the ability of the Proposer to devote the necessary resources to successfully complete the service and projects in a timely manner. Current and projected workload data shall be provided for each key project member as follows: Response Current project work listing and remaining labor commitments. C.A.P. Government, Inc. provides full building department outsourcing services to thirteen (13) municipalities and supplemental contractual services to over fifty-five (55) municipalities. The nature of our contracts does not monitor "project work listing". We have levels of service where we contractually commit to perform plans review and inspections within negotiated time frames. We commit our labor resources with licensed, certified and experienced _ personnel, on an as needed basis. Historically, describe the typical number of protects handled by the C.� rnmeInc. has on A.P. Government, Inc. has one (1) Municipal Manager per Proposer's key project managers at any given time. County supporting its Building Officials, Section Chiefs and Inspectors in their daily operations. Our Key Project Managers therefore have the ability and the manpower resources to handle a multiple number of projects within our municipalities. Projected workload of project management activities as defined in the The Scope of Services of this Request for Proposal requires scope of services. one (1) licensed and certified inspector per trade (building, plumbing, electrical, mechanical HVAC and fire) all of whom will also provide plan review services. Since the Scope is on an "as needed basis", we commit that our project management activities can handle the projected workload. .A. Identification of any sub -contracting firms providing significant services CP. Government, Inc. provides all co ..,t ntrackual services that may be assigned more than five (5%) of the work. required utilizing our employees only. We do so because it is our way of insuring predictability in delivering our services. We therefore do not sub -contract any services from other firms. Bid Number: 421-2411-20RW Vendor Name: C.A.P. Government, Inc. Page 492 of 985 5. References Provide three (3) governmental agencies references similar in scope contracts for which the Proposer has completed or are in progress within the past three (3) years. The City is interested in learning of other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as reference and that the City or their designee will be contacting them for information. Selection Committee Members or designee will email and or call each reference up to three (3) times. h Description p Reference 1 Reference eference 2 Reference 3 �,,,,,,,,,„,,,,,.,,,,,,,,,,,,,,,,,,,,,rr „ ,,.,.,.,.,,, Reference 4– Additional Reference 5– Additional Name of Agency: City of Aventura City of..... South Bay Palm Beach County Cityof Weston Town of Highland ., N.,, .,... Beach _.., Name of Project: ..:ww:. Plans Review and Plans Review and ..:y. ........., Plans Review and Building ......... Plans Review and Plans Review and Building Inspections Building Inspections Inspections Services Building Inspections Building Inspection Services Services—____ _ Services Services Address: 19200 W. Country 335 SW 2nd 2300 N. Jog Road 17200 Royal Palm 3616 S. Ocean Club Drive, FL 33180 Avenue, South Bay, West palm Beach, FL Blvd. Weston, FL Blvd. FL 33493 33411 33326 Highland Beach, .„„„,- ....,,, ..... ..... ...... ...... .... -,rvn. FL 33487 _...w Date of Service. r--„ ......,, 1995 - Ongoing m,,,,,, 2010 - Ongoing 2016 - Ongoing 2005 - Ongoing 2018 - Ongoing _ 25 Years 10 Years 4 Years 15 Years 2 Years Contact Person Mr. Ronald J Wasson Mr. Leondrae Camel Mr. Doug Wise Mr. Donald P. Decker Mr. Jeff Remas City Manager City Manager Building Director City Manager Building Code Official Email: jwasson@cityofaventura. camel@southbaycity.c dwise@pbegov.org ddecker@westonfl.org ,jremas@highlandbea com om ch.us ...:.... ....... .......... Phone A --- .....: ____..... , ......... (305) 466-8910 __ ...... (561) 996-6751 .... ......... ........ ......... (561) 389-7797 ....__...... ........ _ ........ (954) 385-2000 m.. __ . __ ............. I(561) 278-4540 Address. 19200 W. Country 335 SW„2nd Avenue] 2300 N. Jog Road Royal 00 Royal Palm 172, 616. a 3616 S. Ocean Club Drive, FL 33180 South Bay, FL 33493 West Palm Beach, FL Blvd. Weston, FL Blvd. 33411 33326 Highland Beach, FL 33487 Subcontractors The Bidder shall state all Subcontractor(s) and type of Work proposed to be used for this project. Bidders shall not indicate "TBD” (To Be Determined) or "TBA” (To Be Announced) or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. 7. Sub -Consultants Documents Ensure your submission documents) conforms to the following: Bid Number: 021-2411-20RW Vendor Name: C.A.P. Government, Inc. Page 493 of 985 Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded documents) are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." If the attached file(s) cannot be opened or viewed, your Bid Call Document may be rejected. THESE DOCUMENTS MUST BE UPLOADED ONLINE WITH THE PROPOSAL IN ORDER FOR THE PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. • III : II w l Q4 ,"°�iI�pII:.IIQA l IlQN 5 f l:.l IIvu;l 4 f: -Qualification Statement. pdf -Thursday December 10, 2020 15:09:47 Non Collusion Affidavit.pdf - Wednesday December 02, 2020 17:07:01 • A D KCI(J :,�",Cly; " U I 11) M.1_- Anit-KickBack AfFidavit.pdf -Wednesday December 02, 202017:05:17 • i,gill',40 J I Y Q'��`J,ED LAR. "q P 4,EI ; E a '1 I1 Ilr; 4� l ll� P� - Minority Women Business Enterprise MWBE Certificate Expires.2022.pdf - Monday December 14, 2020 10:50:18 • DCII V 1 III!'I(�Y'" i III"I �3t1.'„i. - Certification Persuantto Florida. pdf- Wednesday December 02, 2020 17:07:54 • �I li fidaPi ofeissIlCwI"lu"? 11cene II,Irich)dV1:1,1. "rcp� ��a ll'I,. P,dd. l ticr, e :IIcin of VC"g,1ji,ed licerises or i iljsIV1ess lieriI'nits - Florida Professional Licenses. required licenses and business permits.pdf - Monday December 07, 2020 15:54:21 �u.�l.�lrnll, �urzral r�'si��u_I.�V_I ,�„aol�tRy I,Irnsuulirance i ill 'ie ...1 ,�6s a„den if e 4�IlIT_the 11nsixaill ice �” d��I , ^ I°,�up�i - COI.pdf-Tuesday • I un��ul� �„ December 01, 2020 17:23:51 .:M uall,p,ll ipup a II Iii q°i-- Supplemental Information.pdf - Monday December 14, 2020 18:36:34 Bid Number: 021-2411-20RW Vendor Name: C.A.P. Government, Inc. Page 494 of 985 Addenda & Acknowledgements The Consultant is aware that the Inspector General of Paim Beach County has the authority to investigate and audit matters relating to the negotiation and performance of this Consultant Agreement, and in furtherance thereof may demand and obtain records and testimony from the Consultant and its sub -consultants and lower tier sub -consultants. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Consultant or its subconsultants or lower tier sub -consultants 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. Confirmation of Drug Free Workplace 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 firm complies fully with the above requirements. F7 I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - Carlos Penin, President, C.A.P. Government, Inc. The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest? r Yes r No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column " I have reviewed this addendum" below to acknowledge each of the addenda. I have u°rrAr;Ww fed Ow I��uNw� w�w� addendinn ai[ind File Name lwPages awwcNwrrwwwwrgsl (NN` a1lpl!; 6ficaII;mNe), Addendum No. 1 Mon December 7 2020 02:58 PM Bid Number: 021-2411-20RW r Vendor Name: C.A.P. Government, Inc. Page 495 of 985 Bid Number: 021-2411-20RW Vendor Name: C.A.P. Government, Inc. Page 496 of 985 Page 497 of 985 2 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 100 E. Ocean Avenue Boynton Beach, Florida 33435 Check One Submitted By: Corporation x Name: C.A.P. Government, Inc.Partnership Address: 343 Almeria Avenue Individual CITY, State, Zip: ;Coral Gables FL 33134 Other Telephone No.: 305-448-1711 Fax No.: 305-448-1712 Email Address.: cap(cr).capfla.com 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: C.A.P. Government, Inc. The address of the principal place of business is: 343 Almeria Avenue, Coral Gables, FL 33134 If Proposer is a corporation, answer the following: a. Date of Incorporation: 04/10/1989 b. State of Incorporation: Florida ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, , C. President's name: .„rlo§,_A. _Penin, PE d. Vice President's name: None e. Secretary's name: Carlos A. Penin. PE THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 23 Page 498 of 985 Treasurer's name: Carlos A. Penin, PE g. Name and address of Resident Agent: Carlos A. Penin, PE 3. If Proposer is an individual or a partnership, answer the following: a. Date of organization: N/A b. Name, address and ownership units of all partners: NIA C. State whether general or limited partnership: N/A 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NIA 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? 14 Years Under what other former names has your organization operated? C.A.P. Engineering Consultants, Inc., 1989-2000 CSA Southeast, LLC., 2000-2006 C.A.P. Government, Inc., 2006 - Present T Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Proposal. Please attach certificate of competency and/or state registration. State of Florida De artment of State K80212 State of Florida Delartment of BLEsiness and „Professionalal Professional CA5344 State of Florida Department of Business and Professional Regulation, PE33216 8. Did you attend the Pre -Proposal Conference if any such conference was held? YES Fx7 NO 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 24 Page 499 of 985 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) Mr. Carlos A. Penin. PE is the founder and President of C.A.P. Government -Inc. He attended the University of Florida where he received a of Bachelor of Science degree in Civil Engineering. See attached sheet 11. State the name of the individual who will have personal supervision of the work: Mr. Judson Dewitt Dulanw/ BU Deborah Ms. and ah Nutter BU 12. State the name and address of attorney, if any, for the business of the Proposer: —W N 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: C.A.P. Government, Inc. 343 Almeria Avenijp, Coral Gables, FL 33134 Carlos A. Penin, PE, 100% owner 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: NIA 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: NIA THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 25 Page 500 of 985 16. Annual Average Revenue of the Proposer for the last three years as follows: _........................... ......... Revenue Index Number a. Government Related Work 8 b. Non -Governmental Related Work 0 � -mn,. ___....... _....... __. Total Work a +b 8 17 Bank References: Bank Address Telephone Iberia Bank Ana Rioseco. 3275 NVV 87 Avenue- Doral. FL 33172 305 592-3392 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). CAP uses the Deltek Vision software to store the eject information.nroject schedules and to perform project monitoring and budgeting. All costs are tracked, monitored and reported on a consistent and timerbasis._ 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Our emk[ I!L are re liul„red to„ artl„cirate in an a al ethics training co rse�ad,here to comL�an s . nn.�n� code of conduct and take education credit§ to na?amain the rettuired certifications for their.g,ositions In &IEH 2016 CAP became an Educational Provider accredited by the Florida Department of on Business an Profession;;1 essloneaiu atior! an is further reBu,ildin,Code ,Administrator c„ ,izes and Inspection Board. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FORA PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 26 Page 501 of 985 20. Is the financial statement submitted with your proposal (if applicable) for the identical organization named on page one? YES F-] NO F7NIA 21. If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). NIA 22. What will be your turnaround time for written responses to City inquires? The expected turnaround time for written responses to City inquiries is less than 24 hours. 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. 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. i, , 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 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 27 Page 502 of 985 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) .. _. .......... (Title) President Subscribed and swam to before me V p4i, knlM Pubk SUftof Flo * Monica ]fie Castro This 15th_ day of December , 2020 MyComrrissioaGO241502 or n4 Exo(" 07126** Notary Public (Signature) My Commission Expires: 0712512022___._._._ THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FORSUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 28 Page 503 of 985 NON COLLUSION AFFIDAVIT OF PROPOSER State of Florida County of wwMiami-Dade Carlos A, Penin, PE _ , being first duly sworn, deposes and says that: 1) He is President of CAP G,9ver meo Inc. the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached RFP: 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFP is genuine and is not a collusive or sham RFP; 4) Further, the said 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 RFP in connection with the Contract for which the attached RFP has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other proposer, integrator or person to fix the price or prices in the attached RFP or of any other proposer, or to fix any overhead, profit or cost element of the RFP price or the RFP 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 =itphi r any of its agents, representatives, owners, employees, or parties in int (Signed) (Title) President,,,,,,,,,,,,,,,,,,,,,,,,,,,,,..... - Subscribed and sworn to before me This 15th day of wDecember........... ................... ___ . 20 20 NoAary Public Stale d Fbrida �Y)Mon= De Castro exMy cor�a W GO 241582 Expires 07125=22 . Notary Public (Signature My Commission Expires: 07/25/2022 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 30 Page 504 of 985 Page 505 of 985 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: ,.,.. 4NA .. .w .,,.„ .;JGNATURE Sworn and subscribed before me this 15th day of December 2020 MT14I&OU"� NOTARY PUBLIC, State of Florida at Large e No Public of Florida Monicai De Castro My commission GO 241382 a Expires OV252022 "OFFICIAL NOT SEAL° STAMP Printed Information: Carlos A Pernn4 PE NAME President TITLE C.A.P. Government, Inc. COMPANY THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP Nn. 021-2411-20/RW FORA PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTiON5AND PLAN REVIEW SERVICES 29 Page 506 of 985 Page 507 of 985 d v O a� v c �a Q a E o C14 v =0N d N G> *A (DM J c� G to °�' L O '� .!3IN U COOL ' W � V Q �a Q ° Lu w a `o V♦ z Q a•2, m N 'a m (awU- J �j a Z I z ._ E ° E o E 0 OO O._ 0'a 0 ° v•- - y Q Q W V U - w 0� r� �CL G p W U z a W r v a y� z Cf) z V d aQ m z o W c L o 2 a o QE > Q0 0a r 0 � �> o F- •� a zN a� O a a ro _ = o 13 N C V c6° a C.) & a W as o w N ,w OD M � t � L � N Page 508 of 985 Page 509 of 985 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 1, Carlos A Penin, PE , on behalf of C.A.P. Government, Inc. certify Print Name and Title Company Name that C.A.P. Government, 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 Consultant of the City's determination conceming the false certification. The Consultant 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 Consultant 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 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 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR5UPPLEMENTAL BILIDING INSPECTIONS AND PLAN REVIEW SERVICES 31 Page 510 of 985 2) Contracting with companies, for goods or services 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 Consultant, I hereby certify that the company identified above in the section entitled "Consultant 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 Petrole rgy Sector List. C.A P Government, Inc COMPANY NAME SIGNATURE Carlos A. Penin, PE President PRINT NAME TITLE THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FORA PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 32 Page 511 of 985 State, i j i Department I certify from the records of this office that C.A.P. GOVERNMENT, INC. is a corporation organized under the laws of the State of Florida, filed on April 10, 1989. The document number of this corporation is K80212. I further certify that said corporation has paid all fees due this office through December 31, 2020, that its most recent annual report/uniform business report was filed on January 6, 2020, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State ofFlorida at Tallahassee, the Capital, this the Sixth day of January, 2020 Tracking Number: 3885322877CC Secretary of State To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. bttps:tlservices.,unbiz.org/FilingslCertificateOiStatuslCertiiicateAuthendcation. Page 512 of 985 N 00 Page 513 of 985 0 Ln Ln LIJ LLI 0 r2' EL Lul I Page 514 of 985 0 12 E: Page 514 of 985 NOWN00ml iclap CITY OF BOYNTON BEACH RFP No. 021-2411-20/RW F00010*0l ,ap mMGr r 7TNI"'S "Y'4 V M A, t"','XYHJ"!:PSCt'A""AA, " ill r vc,)f) P,R, Vl` A') 'CM, 192111mll"'WID crrfwr I PAI, B E A G 11)" SUV,'Jf 6m"") CXW49"U1CT1Gff FIELATIM SUMCKS .................... .. . . . ........... — CONSTRUD110" PLAN Ill CONIT;6ACTED R&MWW" OFFICE PLAN AVVMW "st All PAID " -Si .. v.,j Ono i9lo N > LCURIDA MANGO R13 WEST PALM BEACK, FL 33401 I'M moW. gruft the pdvffege of ungaghig ft or mmiagmg any buskmm prafealm m mmmuuun iNWm its iudadk0m " MUST be rmsPk=mVY dcm&�Md at Rtm 0al d busbm md in such a marwim m to be c;sn trr the vlem at the pub4z. Local Bu�siness Tax IReceiip Miaild,si COUVItY, StatS Of Flurida —TIMSK5 Nlm AEULL —DO *0U'pXV l �. LB pp-NE"AL 23695" EXPIRE5 CiNP G<WllfIr INC SEIP-11-1EIMBER30l., 2021 ..343 ALIll EIRLA, AVE ll 0A]BLES, l 33 34 ll W C—inty Cad. Alt -8, 0 CAPO�mmRNMENT MAO 292 P.A.J�ORMPAK IT RIFIRM 247-50 070114,00W 55 Ell ll Vw­ i Page 515 of 985 A N K E N 01 N P.O. lax 3353, West Pal Basch, FL 334023353 -LOCATMAT- cows inpoojqAk,T,&X r, 10 Vi wwwpb,ctax.com Tel: j561135SM64 1910 North. FLORMA MAI'liGO RD c,p�L'mmi�Lae7oft mm '4oN j WEST PALM BEACH, FL 33401 serving'you � ......... .......... . . . . . ....... . . . .......... EnnnnmnjiM�earawxrtr Tt& documend ie valfid crgy when reloeq d by the Tim Coffedor's ClTme. STATE OF KORMA PAL,. M BEACH COUN BY 2020r2021 L. AIL IRUUS911NESS.9AX RECEIPT CAP. GOVERNMENT LI '° Number 2016092908 C.F.P. GOVERNMENT INC EXPIRES: SEPTEMBER 30. 2021 i9lo N > LCURIDA MANGO R13 WEST PALM BEACK, FL 33401 I'M moW. gruft the pdvffege of ungaghig ft or mmiagmg any buskmm prafealm m mmmuuun iNWm its iudadk0m " MUST be rmsPk=mVY dcm&�Md at Rtm 0al d busbm md in such a marwim m to be c;sn trr the vlem at the pub4z. Local Bu�siness Tax IReceiip Miaild,si COUVItY, StatS Of Flurida —TIMSK5 Nlm AEULL —DO *0U'pXV l �. LB pp-NE"AL 23695" EXPIRE5 CiNP G<WllfIr INC SEIP-11-1EIMBER30l., 2021 ..343 ALIll EIRLA, AVE ll 0A]BLES, l 33 34 ll W C—inty Cad. Alt -8, 0 CAPO�mmRNMENT MAO 292 P.A.J�ORMPAK IT RIFIRM 247-50 070114,00W 55 Ell ll Vw­ i Page 515 of 985 Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE °A 09/08// 2420 (MM2020' 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 pollcy(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 ri hts to the certificate holder in lieu of such endorsement(s). PRODUCER NTA Willis Towers WatsonCertificate Center Willis Towers Watson Southeast, Inc. N'tiHONE ---FAX c/o 26 Century Blvd LNC 51Q.' SII' .1-877-94..... „Nol. 1-888-467-2378 E-MAIL R P.O. Box 305191 ADORECertificates...... e.com 55' ,,,,,,,, .... Nashville, TN 372305191 USA INSURERiriAFFORnma COVERAGE MAIC# INSURED C.A.P. Government, Inc. 343 Almeria Avenue Coral Gables, rL 33134 INSURER A : Hartford Fire --Insurance Company 19682 INSURER B: Navigators Specialty Insurance Company 36056 INSURERC: Twin City Fire Insurance Company 29459 INSURERD: Endurance American Specialty Insurance Com. 41718 COVERAGES CERTIFICATE NUMBER: W17662620 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. !NSR APDL SUBR LTR ,,, , .. _. _ ,,,,,, , ,,,,, ,,,,,, , „ ,,,,,, TYPE OF INSURANCE 7� "I$"'., POLICY NUMBER , , , ,,,,, -:,-,F Y EXP _.,LIMETS,,,,,,,,,,,,,,,,,,,, ��� POLICY EFF POLIO 9 U' W'M";,y,�MMIDUfYWY� „m,,,,,, „ _ _ X COMMERCIAL GENERAL LIABILITY i EACH OCCURRENCE $1,000,000 � wAMA-,E`��Oa'RENTEb - ... .. 300,000 CLAIMS -MADE OCCUR PREMISES pEa occurrences ,$ A '.. f MED EXP (Any one person) $ 10,000 ........... ��� y 83 UEN SH2O10 09/05/2020 09/05/2021 1,000,000 PERSONAL &ADV INJURY $ P GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000, 000 POLICY ® JELOC PRODUCTS-COMPIDPAGG $ 2,000,000 OTHER:'.- $ AUTOMOBILE LIABILITY - CO $ 1COMBINED SINGLE LIMIT , 000,000 99 arcident,l', X ANY AUTO BODILY INJURY (Per person) $ A OWNED SCHEDULED 83 UEN SH2O11 09/05/2020 09/05/2021 BODILY INJURY (Per accident) $ ,. AUTOS ONLY ....,,,,: AUTOS x HIRED x NON -OWNED PeOPPEER DAMAGE $ AUTOS ONLY ..._. AUTOS ONLY X.. UMBRELLAUAB X OCCUR EACH OCCURRENCE $ 5,,000,000! B EXCESS LIAB '',CLAIMS -MADE: GA2OUkRZO693LIC ...... .......09/05/2020........09/05/2021 AGGREGATE $ 5,000,000 DED X,. RETENTION$ 10...000,,,,, ' $ WORKERS COMPENSAT10N x OTH STATUTE ER AND EMPLOYERS' LIABILITY YIN _. , ,,0 1,000,000 C ANYPROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBEREXCiUDED? No NIA B3 WE SH2HOE E.L. EACH ACCIDENT $ 09/05/2020.09/05/2021 Mandato in NH (Mandatory ) E. L. DISEASE - EA EMPLOYEE,. S 1,000,000 J yes, describe under DESGRIPTION OF OPERATIONS below .�....m„ E L DISEASE POLICY LIMIT $ 1,000,000 . ,. ,,,,..,,,,............ D Errors G Omissions DPL 10005502006 09/05/202009/05/2021 Design Prof Liabilitry,$2,000,000 Claims toads Network Security/Priv $1,000,000 Retro Pate: 09/06/1996 Retention $75,000 ......... ,. m.....,,. DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Certificate holder, as State or Political Subdivision, is an Additional Insured as respects General Liability subject to the terms, conditions, and exclusions of the Policy. 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. City of Boynton Beach ' Finance/Procurement Services ..... ��� AUTHORIZED REPRESENTATIVE 100 E. Boynton Beach Boulevard PO Box 310 Boynton Beach, FL 33425 y X� O 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD SR ID: 20056530 BArcH: 1807445 Page 516 of 985 Page 517 of 985 uuuuuuoi�uuuuuuuuuuuuuuuuuuuuuum I TECHNICAL APPROACH AND METHODOLOGY CITY OF BOYNTON BEACH cap gov��, mrii rii„ent RFP No. 021-2411-201RW TECHNICAL APPROACH AND METHODOLOGY C.A.P. Government, Inc. (CAP) is confident in our ability to continue enforcing the Florida Building Code (FBC) by providing Supplemental Building Inspections and Plan Review Services to the City of Boynton Beach. Our personnel are familiar with the City and the Building Department's regulations and policies. We are committed to the continued training of staff and adapting to the ever-changing environment. In this Section we outline our proposed Technical Approach and Methodology to comply with the RFP's contract responsibilities for Supplemental Building Inspections and Plan Review Services including General Building, Mechanical (HVAC), Electrical, Plumbing and Fire. It is CAP's intent to continue providing quality service to the City's Building Department through stringent permitting, inspection methodologies and effective customer service. CAP will perform these duties during normal business hours of 8:00 AM to 5:00 PM, Monday through Friday as needed, or as may be altered by mutual agreement. CAP's personnel will report to the City's Building Official or designee. As part of our continued services, CAP's staff will meet with architects, engineers, homeowners, contractors and stakeholders when requested, to discuss any issues, questions or problems concerning plan reviews and inspections. As requested, CAP's staff will be available in a manageable manner, to assist and provide information on building permitting and inspection issues to expedite the process. When requested, staff will be available weekly, bi-weekly or as needed for departmental training. ,issuing of Permits and Ins ections A building permit will be issued by the City once CAP, working closely with City staff, have reviewed and processed construction plans and it is determined that the permit application and supporting documents are in compliance with all governing codes. The permit holder will be notified as to what corrections are required to the plans and documents in order to meet the FBC and other federal, state, and local laws, rules, regulations, directives, codes and ordinances. CAP will follow the City's procedures in gaining compliance with requirements by the FBC including expired permits and FBC violations. CAP is prepared to act as the City's representative and attend meetings as requested. CAP will prepare and represent the City in all cases presented to the Code Enforcement and/or Special Magistrate Board, in conjunction with the City Attorney. CAP has assigned a Project Manager to the City to support, coordinate and assist in all building code services, as the need arises. CAP will coordinate activities with the City's Planning and Zoning Consultants, City Fire Marshal and City's Code Enforcement Officers. Page 518 of 985 WMEMMMISsoffm ,cap TECHNICAL_ APPROACH AND METHODOLOGY CITY OF BOYNTON BEACH RFP No. 021-2411-201RW When inspections are performed, the permit holder will be informed as to whether the inspection has passed or failed. If the inspection fails, the FBC Section will be referenced substantiating the failure. The records of inspections, plan review results and field investigations will be entered into the City's 1���3lilldi rlg II°�Ie°u°nit software system or other permitting system, as directed. CAP staff will provide daily hours including daily logs, with the collection of field documentation to the Building Official and or designee, as directed. CAP will prepare written reports of inspections, occurring from field investigations of complaints, and other reports requested by the City utilizing the City's forms and databases. As required, our inspection staff will perform other duties that are related to or incidental to the inspector's primary duties, as required by the City. CAP's Application Technicians will manage the front counter, answer phone calls, receive permit applications, review applications for completeness, calculate applicable fees, receive payments, and schedule inspections. The following chart shows the timeframe to schedule an Inspection either online or by phone call directly to the City. 'Emeraencv Services CAP is aware of the devastating effects that a hurricane can have on our community. Our senior, technical, and administrative staff has the experience, hands-on knowledge and training to work with the City before, during and after these occurrences. CAP has been an integral part of the City's response to Hurricane Irma (`17), Hurricane Michael ('18) and Hurricane Dorian (`19). Our highly trained staff has taken a leadership role in preparing our local communities for these events during the damage assessment and recovery efforts in the aftermath. When these events strike again, we will be ready to provide personnel for each discipline within one '1 hour, twent -four (2411 hours per day and seven jvjgda s er week, assisting the City during a declared emergency. CAP will be ready to provide staff to the City's Emergency Operations Center (EOC) when operational, by assisting with damage assessment and safety inspections. Page 519 of 985 Mori. — Fri. Permit Applications and Re -submittals are accepted 8 am — 4 pm Only inquiries and issuance of processed items will be Mon. — Fri. handled 4 pin — 5 pm Inspection Requests must be received by 3:00 pm in order to schedule an inspection for the following business day 'Emeraencv Services CAP is aware of the devastating effects that a hurricane can have on our community. Our senior, technical, and administrative staff has the experience, hands-on knowledge and training to work with the City before, during and after these occurrences. CAP has been an integral part of the City's response to Hurricane Irma (`17), Hurricane Michael ('18) and Hurricane Dorian (`19). Our highly trained staff has taken a leadership role in preparing our local communities for these events during the damage assessment and recovery efforts in the aftermath. When these events strike again, we will be ready to provide personnel for each discipline within one '1 hour, twent -four (2411 hours per day and seven jvjgda s er week, assisting the City during a declared emergency. CAP will be ready to provide staff to the City's Emergency Operations Center (EOC) when operational, by assisting with damage assessment and safety inspections. Page 519 of 985 uuumuu11 MM1111MMMi �0�{ TECHNICAL APPROACH AND METHODOLOGY 111. ami CITY OF BOYNTON BEACH CAPUrAfe°,0.vnnelmt RFP No. 021-2411-20/RW CAP staff will also be available to provide and perform the following duties: • Review and maintain all records required and in Compliance with Federal Emergency Management Agency (FEMA) requirements. • Perform Emergency Plan Reviews and Emergency Inspections to assist in the recovery efforts. • Respond and report findings concerning flood and fire damage • Review and analyze the affected structure's status of habitability Benefits ntitled to an benefits provided b the City We understandit,CAPsersonnel will not be emm„ Selection and Assignment of Personnel CAP acknowledges that the City reserves the right to interview and select personnel to its jurisdiction. Personnel approved by the City shall not be changed without prior consent of the City. If personnel are to be replaced, it shall be from a pool of qualified and approved candidates capable of providing services to the City. Equipment rovided b CAP • CAP staff will be assigned a vehicle in good operational condition capable of transporting one ladder long enough to reach the roof of a typical one-story home. • The vehicles will display a magnetic sign (provided by the City) on the doors. • CAP staff will be assigned a Company cellular telephone and appropriate uniforms with company logo. • Our staff will wear safety shoes, helmet and safety equipment supplied by CAP. Resources Provided bythe Cit CAP understands that the City will provide our personnel with facilities and support services adequate for the performance of their duties, including office space, computers, office materials and equipment. CAP shall provide all the equipment listed above. Page 520 of 985 uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuoouuuuo IVUIIV0 II CITY OF BOYNTON BEACH RFP No. 821-2411-201RW Cap qfAmirnrymnd PROPOSERS UALIFICATION OF STATEMENT 10. List the oertinent experience of the ke individuals of our or ianization. Mr. Carlos A. Penin PE Mr. Penin is the founder and President of C.A.P. Government, Inc. and has over thirty-five (35) years of experience. He attended the University of Florida where he received a degree of Bachelor of Science in Civil Engineering. He is a Professional Engineer licensed in the State of Florida and he leads the company with strategic planning and oversees all operations, marketing, business development and staff management. Mr. Judson Dulan' BU - CAP's Munici al Mana er Mr. Dulany is responsible for managing, directing and overseeing CAP'S Palm Beach County Operations. He has over thirty (30) years of experience in construction management. He holds licenses as a Certified Building Official, Building Plans Examiner, Inspector and Floodplain Manager. He is knowledgeable in all aspects of the construction industry and his experience includes customer centered management and supervision of municipal departments. Ms. Deborah Nutter BU, PX BN Ms. Nutter has over thirty (30) years of experience in the construction industry. Ms. Nutter holds various licenses including, Building, Electrical and Mechanical Inspector. She is also licensed to provide Electrical Plans Review and is a Certified Building Official. Ms. Nutter was recognized by peers as the Building Official of the Year in 2018. Page 521 of 985 cap CITY OF BOYNTON BEACH RFP No. 021-2411-201RW Project Description: Pians Review and Building Inspections Services Entity: City of Aventura Dates of Services: 1995 — Ongoing Q§ y„q„qM,j„ The City of Aventura has contracted with CAP conti.nuous.1y, for twen -fide 25 dears to provide full Building Department outsourcing. CAP provides the Building Official, plans review of building, structural, electrical, mechanical and plumbing. CAP performs inspections of buildings, accessibility, roofing, electrical, mechanical, gas and plumbing as contained in the Florida Building Code, including any Miami -Dade County High -Velocity Zone and City amendments. CAP provides Permit Technicians and staff to support Document Control. Project Description: Plans Review and Building Inspections Services Entity: City of South Bay Dates of Services: 2010 — Ongoing (J Yq„qiq„) The City of South Bay has contracted with CAP to provide full Building Department outsourcing for 10 years. CAP assists in the permit application process, providing plan review and inspection services to ensure compliance with the Florida Building Code. These services include structural, electrical, mechanical, plumbing and engineering services. CAP also provides the Building Official for the City. Working with City staff we have been able to provide support to apply for and receive funding for important infrastructure projects. Project Description: Plans Review and Building Inspections Services Entity: Town of Cutler Bay Dates of Services: 2005 — Ongoing %,,,,,,,Y„g„q,,fq„j, The Town of Cutler Bay has contracted with CAP continuously since the Town's inception in 2005. CAP provides full Building Department outsourcing services including plans review, inspection and Planning 1 Zoning. CAP provides the Town's Building Official, plans review of building, structural, electrical, mechanical and plumbing. CAP also performs inspections of buildings, accessibility, roofing, electrical, mechanical, gas and plumbing as required by the Florida Building Code. CAP provides Permit Technicians and staff to support Document Control. Page 522 of 985 mmul lm llm uoi Iu CITY OF BOYNTON BEACH wo„,,�,,,,, RFP No. 021-2411-201RW Project Description: Plans Review and Building Inspections Services Entity: Palm Beach County Dates of Service: 2016 — Ongoing (4_yA"W„ Palm Beach County has contracted with CAP to provide building inspection, plan review and permit technician services to the Planning, Zoning, and Building Department. These services include building, plumbing, electric, and mechanical, HVAC. All Building inspection and plan review and permit processing services are conducted to ensure compliance with the Florida Building Code. Project Description: Plans Review and Building Inspections Services Entity: City of Weston Contact: Mr. John R. Flint, City Manager Dates of Services: 2005 — Ongoing The City of Weston has contracted with fifteen 15�ears to provide full Building AP or M --.- Department outsourcing. CAP provides the Building Official, plans review of building, structural, electrical, mechanical and plumbing. CAP performs inspections of buildings, accessibility, roofing, electrical, mechanical, gas and plumbing as contained in the Florida Building Code. CAP provides Permit Technicians and staff to support Document Control. Project Description: Plans Review and Building Inspections TtiF V11.IAC,F. t�F ELLINGTON Services Entity: Village of Wellington Dates of Services: 2015 — Ongoing The Village of Wellington has contracted with CAP to provide plan review and inspections for residential and commercial building applications and inspection services including (building, plumbing, electric and mechanical HVAC) for structures in which permits have been issued by the Village. CAP performs inspections of buildings, roofing, electrical, mechanical, and plumbing as contained in the Florida Building Code. Page 523 of 985 fimm capList of ongoing service contracts with their current status P can go'KIninel it FULL BUILDING DEPARTMENT 19200 W. Country Club Dr., Ronald J. Wasson City of Aventura 1995 City Manager Aventura, FL 33180 305.466.8910 . . . ........ ....... . ... . ........ ..... - . . ........................................ . . . ........... . . ...... . ......................... Rafael G. Casals 10720 Caribbean Blvd. Town of Cutler Bay 200�5 Town Manager Cutler Bay, FL 33189 305.234.4262 ............................................................... . .... ..................................... ... ...................................... . .. . . Donald 17200 Royal Palm Blvd. P. Decker City of Weston Weston, FL 33326 2005 City Manager 954.385.2000 . ........................................................... --- ------ ... . . . . . . . . . ................................. -------- 500 NE 87 Street Christia Alou Village of El Portal El Portal, FL 33138 2004 Village Manager 3005.795.7880 - --------------------------- . ............... y Town of Southwest 13400 Griffin Road And2006 Town Berns Ranches Southwest Ranches, FL 33330 Administrator 954.434.0008 Leondrae Camel 335 SW 2 Avenue F-, City of South Bay South Bay, IFIL 33493 2010 City Manager 561.996.675 1 2020 Wilton Drive Full Buildipl, Leigh Ann Henderson City of Wilton Manors Department 2011 —1 City Manager Wilton Manors, FL 33305 ............................ . .. . . . ......................................... . . ....... . 114,391 ' 2121 ................................................................. 451 N Ocean Vance Town of Lauderdale-by- ) the- Sea Lau0derdale-by-theDrive Sea, FL 2011 TownWilliam Manager 33180 954.640.4203 - -------------- 1666 Kennedy Causeway Ralph Rosado North Bay Village North Bay Village, FL 33141 2013 Village Manager ........................ ............................................................ . . . - -------------- ---- . ...... J ... ......................... — 3,0�5.756.7171 Chandler F. City of Pahokee 207 Begonia Drive 2015 Williamson Pahokee, FL 33476 City Manager 561 924 5534 William Thrasher Town of Briny Breezes 4802 North Ocean Blvd. 2016 Town Manager Briny Breezes, FL 33435 561.272 549 -------------- . ......................................... . . ........................ .. .. .. .. .. ........... 110 Martin Luther King Jr., Blvd Lomax Harrelle City of Belle Glade W. Belle Glade, FL 33430 2017 City Manager 561.996-0100 1965 South State Road 7 W. Ajibola Balogun City of West Park West Park, FL 33023 2017 City Manager 954.989,2688 . . ........... - - -------- . . .............. . Page 524 of 985 Illli�u List of ongoing service contracts with their current status .,.:,: .. ......... ._... ....... ---- -,.. ..... ........... .. ..... SUPPLEMENTAL 5581 W. Oakland Park es Faranda tCity City of Lauderhill Lauderhill, FL 33313 7==2005 Manager 30.3000 North Andrews Avenue, Chris Lagerbloom City of Fort Lauderdale For Fort Lauderdale, FL 33301 2006 City Manager .... 954.828.5013 ........ City of North Miami 17011 NE 19 Avenue Esmond K. Scott Beach N. Miami Beach, FL 33162 2007 City Manager 305.948.2900 6600 University Drive Nancy Morando City of Parkland Parkland, FL 33067 2008 City Manager d 954.757,4123 .. 1700 Convention Center Drive Jimmy L. Morales City of Miami Beach Miami Beach, FL 33139 2009 City Manger 305.673.7010 6591 Orange Drive .. Richard J. Lemack Town of Davie Davie, FL 33314 2012 Town Administrator 954.7971034 ... ___ ...------ ------------------------ — ---------------------------- 600 NE 114 Street Krishan Manners Village of Biscayne Park Biscayne, FL 33161 2012 Village Manager Supplemental 305.899.8000 3650 NE 12 Avenue Plans Review City of Oakland Park 2012 David Hebert City Manager Oakland Park. FL 33334 & Inspections 954.630.4200 _...................... ._ 8401 NW 53 Terrace Albert P. Childress City of Doral Doral, FL 33166 2013 City Manager .. .....,. ....... ............. ......... 305 593 6697 655-960, Street Jorge M. Gonzalez Village of Bal Harbour Bal Harbour, FL 33154 2013 Village Manager 305.866.4633 2600 Hollywood Boulevard Wazir Ishmael City of Hollywood Hollywood, FL 33020 2013 City Manager 954.921.3201 13645 Pinecrest Parkway Yocelyn Galiano Village of Pinecrest Pinecrest, FL 33156 2014 Village Manager 305 234 2121 4....... „ .. 4800 West Copans Road ���, Karen Brooks �� ` ek City of Coconut Creek Coconut Creek, FL 33063 2014 City Manager 954.973.6720 Biltmore Way, First Floor Peter Iglesias, PE City of Coral Gables Coral Gables, FL 33134 2015 City Manager 305.460,5202 .,.......... ................................ ..,, Page 525 of 985 Page 526 of 985 um List of ongoing service contracts with their current status :;.i"4N ISI uJl 49I"V1i"IuiP'i"I� 400 E. Ocean Avenue Lori LaVerriere City of Boynton Beach Boynton Beach, FL 33435 214. City Manager 561.742.6010 � __.. ...____._____..�._. 9500 West Sample Rd. , Frank Babinec Cit of Coral Springs Coral Springs, FL 33065 2015 City Manager 954.344.1142 100 NW 9Avenue Brenda Vega �Manager City of Delray Beach Delray Beach, FL 33444 2015 City 561.243.7015 5800 Melaleuca Lane Andrea McCue City of Greenacres Greenacres, FL 33463 2015 City Manager 561 642 2017 ... ..........................................................._ _... — ------- 735 81h Street South Charles Chapman City of Naples Naples, FL 34102 2015 City Manager 239.213.1030 Town of Palm Beach _..... 360 South County Road 2015 Kirk Blouin Town Manager Palm Beach, FL 33480 561.838.5410 12300 Forest Hill Boulevard Paul Schofield Village of Wellington Wellington, FL 33141 2015 Village Manager 561.791.4110 City of Dania Beach 100 W. Dania Beach Blvd. 2016 Ana Garcia City Manager Dania Beach, FL 33004 Plans Review 954.924.6800 & Inspections 3500 Pan American Dr. P �������� Arthur Noriega City Ci of Miami Miami, FL 33133 2016 City Manager 305.416.1025 600 West Blue Heron Blvd Jonathan Evans City of Riviera Beach Riviera Beach, FL 33404 2016 City Manager 561.845.4000 401 Clematis Street Keith James City of West Palm Beach West Palm Beach, FL 33401 2016 Mayor & City Manager ................................._ 561.822.1210 _ — ................. ................ __ 50 South Military Trail Verdenia C. Baker Palm Beach County West Palm Beach, FI 33145 2016 County Administrator 561 355 6726 ......._ 86800 Overseas Highway Seth Lawless Village of Islamorada Islamorada, FL 33036 2016 Village Manager 305,664.6460 ..........g_....... Eagle Drive 50 Bald Ea David Harden City of Marco Island Marco Island, FL 34145 2017 Building Official 239.389.5000 2525 Estero Boulevard Roger Hernstadt Town of Fort Myers Fort Myers Beach, FL 33931 2018 Town Manager Beach ___ ..... 239.765.0202 Page 526 of 985 i�uunnnnmuu i w °1 List uuuuuuuuuuuuuuunuouuuuuuu000uuuo of ongoing service contracts with their current status 9 „u9Vz "vUrrat 226 Cypress Lane Richard J. Reade Village of Palm Springs Palm Springs, FL 33461 2018 Village Manager 561.965.4011 1001 Sarasota Center Kathleen Cra teau Sarasota County Sarasota FL 34240 cial 2098 Building Official ' 941.861.6020 � � �� � 100 Civic CoFL �� Jose rradino Joseph Ci of Homestead City 33030 2018 Development Services 305.224.4529 w ...,,,,, .. .. 3814 South Ocean Blvd. Jeff Remas Town of Highland Beach Highland Beach, FL 33487 2018 BuildingOfficial 561.278.4540 North Dixie Highway Michael Bornstein City of Lake Worth Lake Worth, FL 33460 2018 City Manager 561.586.1689 201 W Central Avenue James Slaton City of Lake Wales Lake Wales, FL 33853 2018 Interim City Manager 863 678.4182 ........ .............. __.............................. ......... 88 West McIntyre Street Andrea Agha Village of Key Biscayne Key Biscayne, FL 33149 2019 Village Manager 305.365.5514 �.�.�.. . ...._...__ Village of Royal Palm 1050 Royal Palm Beach Blvd. ________________ _.® Raymond C. Liggins 2019 Village Manager Beach Royal Palm Beach, FL 33411 plans Review 561.790.5103 .,: .....................................M�......._____—__ 210 Military Trail & Inspections � ...... ............ Matt Benoit Town of Jupiter Jupiter, FL 33458 2019 Town Manager 561.741.2214 100 N U.S. Highway 1 Nick Mimms City of Fort Pierce Fort Pierce, FL 34950 2019 City Manager 772 465.4170 4970 City Hall Boulevard Peter Lear City of North Port North Port, FL 34286 2019 City Manager ` 941429 7076 1 7 ......... .......... ,,,,,,,,,,,,,,,,...... 115 W Ventura Avenue Randy Martin City of Clewiston Clewiston, FL 33440 2019 City Manager 863.983.1484 65 Stone Street Charlene Neuterman City of Cocoa Cocoa, FL 32922 2019 Deputy Director 321.433.8509 ......... __...................................................... 800 Dunlop Road Judith A. Zimomra City of Sanibel Sanibel, FL 33957 2019 City Manager 239.472.3700Ray ...... .................. _..___ ......... ......:, Jamie Titcomb Town of Loxahatchee 155 F Road 2019 Town Manager Groves Loxahatchee Groves, FL 33470 561.793.2418 Page 527 of 985 uuumuuuu� List of ongoing service contracts with their current status 345 Tequesta Drive Jeremy Allen Village of Tequesta Tequesta, FL 33469 2019 Village Manager 561.768.0460 .......... -___ 3150 SW 52nd Ave. Juan C. Jimenez Town of Pembroke Park Pembroke Park, FL 33023 2020 Town Manager 954.966.4600 x 203 Danny Ezzeddine City of Plantation 401 NW 70 Terrace 2020 Director 1 Building Plantation, FL 33317 Official n 954 797.2250 ..._.._.�___.._............ _._�__ ___� ___. _ ,... Vivian Mendez Town of Lake Park 535 Park Avenue 2020 Town Clerk Lake Park, FL 33403 561.881.3311 EDUCATIONAL CLIENTS 11011 SW 104 Street Robert Fasco Miami Dade College Miami, FL 33176 2007 Vice Provost 305.237.2402 _ — _ ...... _ ........... „p,,„,, John Cal International Florida Inter 11555 SW 17 Street 2007 Vice President University Miami, FL 33199 305 348 4086 0 Raul F Perez Miami -Dade School 12525 NW 28 Avenue 2006 Chief Facilities Design Board Miami, FL 33167 Plans Review & Construction Officer. 305 9951401 _ 8� Inspections p _........................._ _ . ...,, g Robert F Hicial er School Board of Broward 2301 NW 26 Street 2014 Building Official County Oakland Park, FL 33311 754.321,4800 ..__School District of Palm ' 3�, ,:,,, ,,, ,:,.� �........, 61 Interstate Park Road North 2018 Thomas Hogarth Buildi... ng Director Beach County Riviera Beach, FL33404 561 383.2028 ...�........ .._ � __ .__� _ ,,,,,,,, Vilma Diaz University of Miami 1400 NW 100 Avenue 2019 Facilities Ops. & Miami, FL 33136 Planning .......... 305.243 9194 Page 528 of 985 Page 529 of 985 021-2411-20RW - Supplemental Building Inspections and Plan Review Services Opening Date: November 18, 2020 12:00 PM Closing Date: December 16, 2020 2:30 PM Vendor Details Company Name: Address: Contact: Email: Phone: Fax: HST#: Submission Details Created On: Submitted On: Submitted By: Email: Transaction #: Submitter's IP Address: Bid Number: 021-2411-20RW Universal Engineering Sciences, Inc. 3532 Maggie Boulevard Orlando, Florida 32811 Brian Meikle bmeikle@universalenginsering.com 407-423-0504 23138 407-423-3106 59-1117804 Friday December 04, 2020 11:35:48 Wednesday December 16, 202011:03:16 Brian Melkle bmeikle@universalengineedng.com dd703bae-5e92-4bO9-bdO5-04b6Oc992fd 144.129.149.130 Vendor Name: Universal Engineering Sciences, Inc. Page 530 of 985 Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. "Denotes a "MANDATORY" field Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner (unless otherwise specified). If the line item and/or table is "NON -MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. Price Proposal All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage, copies, etc.) m y ate Per Individual Estimated Hours Annually Total Annual Cost Description of Seances Hourl R „�.rt, �I�rt., "m,"��,. „„,,, ����� mmmm �o,o,,,,,, i,� Single Discipline Field Inspector $72.5000 5613 $ 406,942.50 ” D PI n min r 7.7 24 235186.50 Single asci line a s Exa e 9 500 06 $ p Subtotal: $ 642,129.00 Optional Services All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage copies, etc.) Descri tio11 n of Services �� Hour/ Rate Per Individual p y µ Muni Discipline Field Inspector $95.0000 _.._....________......---------- _. ____________________________....................___.............................._, d Multi Discipline Plans Examiner $125.0000 ,,... Business Inspector $65.0000 Application Technician $46.5000 Price Proposal - COPY All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage, copies, etc.) Description oHourly .._ Yate Per �In.drvrd�um,a.,.l, Estimated Hours Annua .. Total Annual Cost .:., ..... 5i leDiscipline Field Inspector $72.5000 $ 406,942.50 „m Single Discipline Plans Examiner $97.7500 2406 $ 235,186.50 Subtotal: $ 642,129.00 Summary Table 7idForm Amount ,.Price Proposal T $ 642,129.00 COPY $ 642,129.00 Pace Proosal - (Subtotal Contract Amount: $ 1,284,268.00 Bid Number: 021-2411-20RW Vendor Name: Universal Engineering Sciences, Inc. Page 531 of 985 1. Letter of interest The Letter of Interest shall summarizes the Proposer's primary qualifications and a firm commitment to provide the proposed services. The Letter of Interest shall summarizes the Dear City of Boynton Beach Building Division , Proposer's primary qualifications and a firm Universal Engineering Sciences, LLC. (UES) is pleased to submit this statement of commitment to provide the proposed services. interest for the above referenced contract to perform services for supplemental building inspections and plan review services. UES is a full-service, multi -disciplinary engineering firm employing some of the most talented and experienced practitioners in the industry. Our firm has extensive current experience identical to the scope of work outlined in the RFP. We are local and possess valuable insight and understanding of the regions statutes and regulations. UES understands that the City of Boynton Beach desires to contract with one or multiple well-qualified firms qualified to provide residential and commercial plan review, field code compliance inspection services, and fire safety, on an as -needed basis. We understand that the selected firm(s) must be appropriately qualified, licensed, and an experienced vendor fully capable of providing administration, permitting, building permit inspection, code compliant inspections and review of all types of construction plans; in accordance with the requirements of all applicable codes and ordinances. The individuals performing these duties must possess valid licenses that are in good standing with the Department of Business and Professional Regulation, which includes possession of State of Florida Standard Inspection Certificates in all four categories. We are fully committed to performing our services in a timely, professional manner and will adhere to the anticipated time -frames for completion. Our firm maintains all required licenses and insurance levels as outlined in the RFP, and is able to provide staff to do so. When you work with our staff, you'll be interacting with industry professionals who pride themselves at the highest level of integrity, dependability, ethics and quality of work and who are also exceptionally innovative, dynamic, and responsive. We want our clients to think of UES as an extension of their organizations as well as a trusted advisor. Based upon our background and qualifications, experience, our ability to complete work assignments and cost effectiveness with projects involving building codes and standards compliance, permitting, and other regulatory issues, we believe that UES is more than qualified to provide the requested services and is the best candidate for selection for this contract. Respectfully Submitted, UNIVERSAL ENGINEERING SCIENCES, LLC 2. Firm's Qualifications Complete and submit Proposeras Qualification Statement, Description .-.script. Response Complete Proposers Qualification Statement Attached in "Documents. ,, „ _ _ .., _____.-- Describe the Firm and provide a statement of the ...........__ ....._,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, UES is well -versed in the Florida statutory code compliance nuances and has Firm's qualifications for performing requested over 17 years of experience in providing both private provider code consulting services compliance services and city/county building department services. With a growing demand for construction plans review and inspection services, UES has become the most reliable, cost-effective resource for government extension assistance. We provide expert assistance to our municipal clients to help them improve their level of service to the community while simultaneously reducing their operational cost. Our staff is certified to meet all the requirements of Florida Statute Chapters 468 Part XIII, 471, 481, and 633, as well as Florida Building Code Chapters 18 and 134, and can ensure compliance with local, state, and federal codes as well as the City building safety staff any other applicable Chapters of the County Planning and Development Department's codes and ordinances. Bid Number: 021-2411-20RW Vendor Name: Universal Engineering Sciences, Inc. Page 532 of 985 Bid Number: 021-2411-20RW Our professional staff consists of multi -certified professionals who meet, and in most cases, surpass the minimum requirements as stated in the RFP with regards to education, certifications, and experience. We understand that we will be providing Building Official Services for the City of Boynton Beach. All of our building officials are State of Florida Certificated as a Building Code Administrators and many hold several other certifications such as those for fire and electrical. Inspection Credentials: Master Code Professional (International Code Council) Certified Building Official (international Code Council) Certified Building Official (Council of American Building Officials) Code Enforcement and Administration Professional (Southern Building Code Congress International). UES is capable of providing the following Building Code services: Private Provider Inspection and Plan Review Services Quality Assurance Services Punchlist Origination Services Threshold/Balcony Inspection Services Due Diligence/Property Condition Assessment Services Window Testing Blower Door Testing Stucco Evaluations Photometric Studies Green Building Evaluation Sound Measurements. TECHNOLOGY AND EQUIPMENT CAPABILITIES: UES relies upon a comprehensive system of software, both licensed and proprietary, to successfully manage our day-to-day operations and all aspects of a project. At the top level, our company utilizes Microsoft Windows 10 on all PCs in conjunction with Office 365, Sophos Cyber Security, Fortinet Firewall and Ransomware, a secured VPN, and GoToMeeting. But, at the center of our operations side lies Deltek Vision. Vision is an established industry standard and used extensively throughout the AIE/C community. This software serves as our main database capturing every project detail, such as the scope of work, duration, subconsultants used, and primary personnel. It also houses all of our client -base information and allows for detailed report generation. Another important function of Vision is billing. The book-keeping capabilities of this component are made possible due to the massive amount of captured project and client Information. To ensure that all of these systems work seamlessly together, UES has on staff a full-time Application Business Analyst and Software Developer. Field Data Collection (FDC) is proprietary software used by UES technicians to gather testing data. Following a clients request for service, a work -order will immediately be created, and a UES field technician will be scheduled and dispatched to the test site. For this task a second piece of proprietary software entitled Dispatch is used to manage all incoming requests, the subsequent work -orders, as well as the progress of the technician and the tracking of the samples. With the use of remote devices in the field, the information gathered by the technicians is saved and transmitted to our office where, in conjunction with samples taken from the field, lab tests are performed and recorded. The resulting data is uploaded to our dispatch and scheduling application where reports are generated and reviewed by a project manager for quality. Once approved, the reports are then sent electronically to the client. This entire process begins and ends with the dient—a fact that every UES employee involved in the process understands and strives to deliver fast, accurate results. The Fleet UES has made it a point to own all of the equipment and vehicles that we use. This lack of debt contributes to our financial stability and gives our field crews and technicians a sense of pride and ownership resulting in better upkeep and care given to our vehicles. Green Vehicles UES utilizes a private fleet of 60 field vehicles most of which have been converted to run on propane. This fuel source bums dean and has far less emissions than traditional gasoline or diesel powered engines. We have also developed a Remote Data Collection and Transmission System Vendor Name: Universal Engineering Sciences, Inc. Page 533 of 985 for our field reporting, which substantially reduces travel to and from our office by our field staff. Saving fuel diminishes our carbon footprint, increases productivity while reducing overhead, and leads to quicker report turnaround from the draft field to signed and sealed reports. Workload of the Firm UES will be a reliable, trusted, and proven partner to the City. Our in-depth experience and ability to respond to the needs of a project by extending our own staff and resources results in a much more fiscally -lean and efficient project. We have proven that we know how to scale our business, staff, and resources to appropriately and responsibly meet the demands of our clients through countless successful contracts. We are committed to providing ample resources to this contract (backed by the entire firm) to ensure timely and efficient responses to any task presented by the City. This contract will be serviced from our Delray Beach office. This branch, like most of our branches, possess a robust Building Inspections Department comprised of an ever-growing pool of certified building inspectors. Identify the services, which would be completed by All services required by the City of Boynton Beach will be provided by your Firm's staff and those that would be provided by Universal Engineering Sciences, LLC. Identify any sub-oonsultants you propose to utilize to NIA. supplement your Firm's staff rincipal Place of Business is different � � ..... If the Pe d' t than the The Delray Beach Office will provide all services for the project. location specified in the Proposer's Qualification 1215 Wallace Drive, Delray Beach, FL 33444. Statement, then proposer shall specify office location where each Droiect will be managed and produced 4. Current and Projected Workload of the Propoer Provide quantitative data that clearly indicates the ability of the Proposer to devote the necessary resources to successfully complete the service and projects in a timely manner. Current and projected workload data shall be provided for each key project member as follows: --------- . .......,,,, .--._...._ Response" Bid Number: 021-2411-20RW Vendor Name: Universal Engineering Sciences, Inc. Page 534 of 985 Current project work listing and remaining labor commitments. 1900 NE Miami Ct. - NE Miami Ct 9525 N Kendall Bldg #1 9525 N Kendall Bldg #2 Altis @ Miramar East (Park Homes) Amrit Wellness Resort & Spa Awesome Guard House Bldg. Awesome Truck Repair Bldg. Boca Bridges Club House - BID- GL Homes Broward Carport Canopy - Plantation Catalina Townhomes Century Link Telecom Facility - NW 22 St City of Plantation Central Park Condo Unification/Alteration, 15th Ter Discovery Village Boynton Beach FCC West Palm Campus Auto Lab - BID Florida Career College Lauderdale Lakes Homac Holdings Interior Alterations, SE KFC Miami KFC S Dixie Hwy - S Dixie Hwy - Miami Dade Lotus Pro Shop - BID Mercedes Benz of Palm Beach MJR Residence - Tahiti Beach Island Road Mr. Green's Produce Oak Enclave Buildings A-E Paradise Lakes Apartments Platinum Group 40 -Year - N Federal Hwy Plaza Delray Prince Distributors Queens Flowers Solar Rebuild Florida CASTRO Rebuild Florida DEOLIVEIRA Rebuild Florida DUNN Rebuild Florida FARID Rebuild Florida GRAHAM Rebuild Florida HAUGHTON Rebuild Florida JONES Rebuild Florida JOSEPH Rebuild Florida LIBERMAN Rebuild Florida MCCOSTLIN Rebuild Florida MCKEITHEN Rebuild Florida PALACINO Rebuild Florida PALMA Rebuild Florida PARRAS Rebuild Florida PAYNE-BROWN Rebuild Florida PRINCE Rebuild Florida RAMBARAN Rebuild Florida RAY Rebuild Florida Restorations - Clark Rebuild Florida Restorations - Hanna Rebuild Florida Restorations - Philipo Rebuild Florida Restorations - Smith Rebuild Florida Restorations - Wilson Rebuild Florida Restorations - Weekes Rebuild Florida Restorations - Cook Rebuild Florida Restorations - Figueroa Rebuild Florida Restorations - Wilcox Rebuild Florida Restorations - Davis Rebuild Florida Restorations - Barber Rebuild Florida ROUSE Rebuild Florida SAINT-FLEUR Rebuild Florida SAMEDY Rebuild Florida STEADMAN Shechter Office Buildout- Ponce de Leon Sienna Apartments TRX2HG Suite 3 TRX2HG Suite 4 TRX2HG Suite 5 TRX2HG Suite 6 TRX2HG Suite 7 TRX2HG Suite 11 TRX2HG Suite 9 Unique Salon Suites Valencia Sound Pro Shop & REC Virgin Trains Aventura Station Bid Number: 021-2411-20RW Vendor Name: Universal Engineering Sciences, Inc. Page 535 of 985 Historically, describe the typical number of projects handled by y Project tigers typically � om� �._ the UES ke Pro ect Man pically have anywhere from 15 to Proposers key project managers at any given time. 20 projects at any given time. j Projected workload of project management activities as defined in the UES staff have 30-45% of time available to devote to the scope of services. contract. (`Identification of any sub -contracting firms providing significant ce servis NIA, that may be assigned more than five (5%) of the work S. References Provide three (3) governmental agencies references similar in scope contracts for which the Proposer has completed or are in progress within the past three (3) years. The City is interested in learning of other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as reference and that the City or their designee will be contacting them for information. Selection Committee Members or designee will email and or call each reference up to three (3) times. Description � Reference i ce 2 Reference 3 Reference 4 — Additional Reference 5 Additional Name of Agency: g of Indian#own Town of Jupiter Village Martin County Building Indian River County Town of Palm I ......... _ __.......................nnn», ���� ��� Department -- ------------- Beach Name of Project: Pian Review, Building Building Department, Plan Review, Building Plan Review, Plan Review and Inspections, Permit Plan Review, Inspections Inspection, and Inspection Services Technicians Inspections, Permit Permit Technician Technicians Services � Address: � A 210 Military Trail,8 15516 S .,.. W Osceola � „r, 2401 SE Monterey Road, 1801 27th 5t, Vero 360 South County Jupiter, F33455t Suite B Stuart, FL 34996 Beach, FL 32964Road, PO Box Indiantown, FL 34956 2029, Palm Beach, FL 3348D Date of Service: 07/2013 Current 0512018 -Current 05/2010 - Current 2014 - Ongoing 2015 — Ongoing mm .....,., Contact Person: .., �......... a�m,..................., Roger Held lHoward Brown, Jr. Andrew Bruhn Scott McAdam, Wayne Bergman ... CBO, MCP . _ � ............. Email: og � � �p „r, � � � a,. . a,.a,. n,.�.�.� �m�� , , r erh u iter.fi.us hbrown indiantownfl. �. abnjhn@martin.fl.us @ @ �g smcadam it ov.com Iwbergman@townofp ov almbeach.com Phone #: ,� '(561) 741-2669 (772) 597-8282 ........ .... (772) 320-3070 __ ���� ......... ��,�.��� ,.,��.����. (772) 226-1268 .— - (561) 838-5406 ,_.. .... d1_'---_1--- .. Adress: 210 Military Trail 15516 SW Osceola 2401 SE Monterey Road, 1801 27th St, Vero 360 South County Jupiter, FL 33458 St Suite B, Stuart, FL 34996 Beach, FL 32960 Road, PO Box 1ndiantown, FL 34956 2029, Palm Beach, .„,,, , ,, _m_ . ........„,,,. AFL 33480 Subcontractors The Bidder shall state all Subcontractor(s) and type of Work proposed to be used for this project. Bidders shall not indicate "TBD” (To Be Determined) or "TBA" (To Be Announced) or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. 7. Sub -Consultants Sub -Consultants - Sub -Consultant firms and key personnel from these firms shall be clearly identified. Proposers are to recognize that the City will not allow substitution of key project members during the Contract period without the agreement of the City p o Contract Am' � Key Name and Address of Sub Amount Percentage (%) of Name of Scope of Work License N Contractor Contract Personnel N!A m �... ...�....__ ... � � ,.. , .�-__.........._ � �... � � L Bid Number: 021-2411-20RW Vendor Name: Universal Engineering Sciences, Inc. Page 536 of 985 Documents Ensure your submission document(s) conforms to the following: Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." If the attached file(s) cannot be opened or viewed, your Bid Call Document may be rejected THESE DOCUMENTS MUST BE UPLOADED ONLINE WITH THE PROPOSAL IN ORDER FOR THE PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. p'kdV L"!Ii I.L_I,wy_JLII4; I" q;i 1-�V"wi!:q:: - City of Boynton PQS.pdf- Wednesday December 16, 2020 09:36:47 . '4&\1 CCLLLUllQSIL I_II_I r °",",,"II I t If II - Non Collusion Affidavit.pdf - Wednesday December 16, 2020 09:37:20 oll"" 1 II .II l ;,"wu 11:.1111 aA"^" "I f:..- Anti -Kickback Affidavit.pdf - Wednesday December 16, 2020 09:38:12 . MINORITY OWNED BUSINESS CERTIFICATION (optional) . r EL_ ?%]] F I QtA i l', " I J II U If L2 UA N !Q Er :, 4 5 I A u p II 287 1 - Certification Pursuant to Florid a.pdf - Wednesday December 16, 2020 09:38:46 . IIImid a rofessi4,u~Ia I cei~ e,_Lric, Lo-0rG yuOn „ tl..p—jo5E alQ n Qf I�QdII:I.Qgui!m� a llzu.uaib ,gymMm°ruus..-Professional Licenses.pdf - Wednesday December 16, 2020 09:39:32 . u�Il,�ivau4 l ii�;Q �1..Qf eleap .5aliDnalLAI°Millis :...11nsuir:iin. e iat fl'ie ev, IIs...uM eir&fied cis ii kp°uf_Il i� qui° :C. �a ,d "Mi'.V d i �.l.'. ��i_iu:?�Professional Liability I nsurance. pdf - Wednesday December 16, 2020 09:40:00 .uui,b umu .i a V. Ilnt2mw�fiQii:i Supplemental Information.pdf - Wednesday December 16, 2020 10:55:08 Bid Number: 021-2411-20RW Vendor Name: Universal Engineering Sciences, Inc. Page 537 of 985 Addenda & Acknowledgements 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 Consultant Agreement, and in furtherance thereof may demand and obtain records and testimony from the Consultant and its sub -consultants and lower tier sub -consultants. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Consultant or its subconsultants or lower tier sub -consultants 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. Confirmation of Drug Free Workplace 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 firm complies fully with the above requirements. r IIWe have the authority to bind the Company and submit this Bid on behalf of the Bidder. - George Dixon, Regional Director of Inspection Services, Universal Engineering Sciences, LLC The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest? r Yes r No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. V Ilhave revieAmd t1he. File Name lielolv add and uni, arid Pages rtrruull.nirrr.mr�t(liii a II1,��^IP1!!,1111!Ica Ik:11111e) Addendum No. 1 Mon December 7 2020 02:58 PM Bid Number: 021-2411-20RW F Vendor Name: Universal Engineering Sciences, Inc. Page 538 of 985 Bid Number: 021-2411-20RW Vendor Name: universal Engineering Sciences, Inc. Page 539 of 985 121 jl liuffffllllllli ° ,Ill�liiiiiiii III III I IIII uuuu it . m���ll � � i'ii�iu�IIIVIIIIIIIIIIU������pN mi,; IN���I���A uuu t 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 100 E. Ocean Avenue Boynton Beach, Florida 33435 Check One Submitted By: Corporation Name:.w,.. Universal En ineerin Sciences, LLC Partnership Address: 1215 Wallace Drive Individual CITY State Zip: Delray Beach Florida 33444 Other ...... ......_.__ Telephone No.: 561 347-0070 Limited Liability Company Fax No.: 561-395-5805 Email Address.: GDixonR_universalengln�ering.com 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: Universal Enineering Sclencesy LLC The address of the principal place of business is: 4205 Vineland Road, Suite L-1 Orlando, Florida 32811 2. If Proposer is a corporation, answer the following: a. Date of Incorporation: 1964 b. State of Incorporation: Florida C. President's name: Mark Israel, PE Cl. Vice President's name: R. Kenneth Derick, PE e. Secretary's name: Me vin Rodriguez... , AtaAtaAtaAtaAtaAtaAtaA, o, � THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 23 ;iiuiuuliiiiiiU�iu!ul iil����� �� �� 'll uiiiiililllllllldlllllllllllllllllUllllllllll'' f. Treasurer's name Melvin Rodrluez g. Name and address of Resident Agent NIA If Proposer is an individual or a partnership, answer the following: a. Date of organization ..N/A b. Name, address and ownership units of all partners: N/A C. State whether general or limited partnership: N/A 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: N/A If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. N/A B. How many years has your organization been in business under its present business name? 54 Under what other former names has your organization operated? Universal Engineering Testing Company 7, Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Proposal. Please attach certificate of competency and/or state registration. Business License #549 Limited Liability Company Corporate Licenses #L20000003595 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: N/A THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPEcriONS AND PLAN REVIEW SERVICES 24 Universal Engineering Sciences Page 541 of 985 N WP AIMENINEM 10. List the pertinent experience of the key individuals of your organization (continue on insert sheet, if necessary) ER ---AU College of Arts & Sciences Building, Polk Community College Code Compliance Inspection Services, Hernando County Schools Fire Safety, and Brevard Public Schools Building Department Services. 11. State the name of the individual who will have personal supervision of the work: Michael Mayall 12. State the name and address of attorney, if any, for the business of the Proposer: N/A 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: PBC Total.. Fund IV (34.1653%)1 PBC V - Obsidian Holdings LLC (20s1056%0) Israel Holdings (14.8787%) Gary H Elzweig Rev Trust (8.4729%) ......,-- ..... Frank Frione (6.1288%) 1 Frederick Kaub (6.5654%) 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: McGrifF Insurance Services - Jody M. Tift,, CIC 850 Concourse Parkway South, Suite 200 Maitland, Florida 32751-6141 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-1411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 25 Universal Enginagg 085 Rol r 11, 'AM= I 16. Annual Average Revenue of the Proposer for the last three years as follows: 17. Bank References: Bank Address Telephone Truist 110E Broward Blvd. 21 st Floor rv„ 561-653-5568 Fort Lauderdale, Florida 33301 18. Provide description of policies and methods for project monitoring and budgeting control as well as adherence to project schedule (continue on insert sheet, tf necessary). UES understands our client's desire for fast, accurate inspection results and how the execution of these services can dramatically impact both the project schedule and budget. In response, UES has developed proprietary software_ called FDC (Field Data Collection), which is one of the industry's most reliable and efficient methods for gathering, processing, and reporting data collected in the field. 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): UES is committed to good rofessional ractices and the qualit of building inspection services provided to our clients. Quality Assurance can be made possible by using qualified personnel for each task, supervising and reviewing of these tasks by management and senior personnel, using approved methodology including standard operating procedures... (continued on page 10) THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FORA PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONSAND PLAN REVIEW SERVICES 26 Universal Engineering Sciences Page 543 of 985 ii l�iii i i � V.. ", i!�iW�d ��llllllllpuu� i l ui! 20. Is the financial statement submitted with your proposal (if applicable) for the identical organization named on page one? YES 121 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 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. N/A 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. 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. N/A THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FORA PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 27 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. N/A 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. v (Title) Vice President of Finan Subscribed and swom to before me This i day of D— ' ,t r► e r � .2020 LAS DANIEL A,M, k • State of FbriQa"M0GG909747 Notary Public (Signature) ghl JuE 2, 2D22ational Notary Assn. My Commission Expires cw�� � Zes3 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411.20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES _8 Universal Engineering Sciences Page 545 of 985 1a I 11 1 i „ I i i c. i 1 yy i l i it I 19 ... with good laboratory practices and measurement of the level of quality provided. It is our policy of our Quality Control Plan to provide quality inspection services to all of our clients while creating one of the most respected technical and managerial staffs supported by an accredited laboratory facility. The objectives of our Quality Control Plan are to customize and develop innovative services and programs to meet our client's quality needs, improve and expand our inspection services, develop logistical and informational systems to maximize assets which speed delivery of accurate and complete documents. The Project Manager and Project Engineer with the assistance of Field Supervisors are required to familiarize themselves with the quality documentation and to implement its policies and procedures to our technical staff. Management is responsible for having the quality system policy communicated to the field and office personnel so that the policies are understood and implemented per the Quality Manual. UES has a reputation for providing high-quality services to clients. The cornerstone for providing this commitment to quality is quality management system procedures, which cover the services provided by the company. UES understands that a top priority for clients is quality inspection services. Our Project Manager and Project Engineer assure that top quality services will be provided by qualified and accredited personnel, modern and calibrated equipment will be utilized, and all personnel assigned to this contract will closely follow written procedures for inspection services to maintain a high level of quality in our services. i�ui�lllllh'!II'iiill��'" ��"'iiiiul��UUUl�llll�lllllllplllli'iiiiiilllh��IllliuulNlV;,;�j�i'illldllll��;iii� I IU �S III 3 US Il IN E S S Ili., IIII '!III E IY S IIIE Name. � ILP1111VERSAIL. ENCUNEERING SCIENCES, LLIC (Ppimary Nommigif) Main hildressi 3532 KAGGIIII:;� 1111GUM"WOLD MAMIE:* Florida 328116647 CGunty., ORANGE Uiawmse Mading; Uic.eminse! Typemi Registry Rainllo FbiegiskrV Uiceinse, r9urnIbein 549 StItum Current tict-mmure. Dalbeu 04/27,11083 ecipm,res-, Universal Engineering Sciences Page 547 of 985 iiOFAMEEMEIIM VES CORPORA ['11E CHAR, .EIR State, of Florida Department of State I certify from the records of this office that UNIVERSAL ENGINEERING SCIENCES, LLC is a limited liability company organized under the laws of the State of Florida, filed on January 6, 2020, effective January 6, 2020. The document number of this limited liability company is L20000003595. 1 further certify that said limited liability company has paid all fees due this office through December 31, 2020 and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Second day of March, 2020 Tracking Dumber: 8446354133CU AKZA& Secretary of State To authenticate this certiticate,visit the following site,enter this number, and then follow the instructions displayed. UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 Universal Engineering Sciences Page 549 of 985 �u�llll j!; ���ii�w�l�(���IIIIIIII�iI�II�IIVllllllllll,���lllll°°i���°� �I��III�IIIIIIIII�I�� UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY CONTENTS Independent Auditors' Report..................................................................................................1-2 Consolidated Financial Statements BalanceSheet.......................................................................................................................... 34 Statementof Income...................................................................................................................5 Statement of Changes in Stockholders' Equity...........................................................................6 Statementof Cash Flows......................................................................................................... 7-8 Notes to Consolidated Financial Statements......................................................................... 9-28 MARCUM ACCOUNTANTS ,& ADVISORS II.III Dig D.III W1rlt+a�7�IYr1. Board of Directors and Stockholders' Universal Engineering Sciences, Inc. and Subsidiary Report on the Financial Statements We have audited the accompanying financial statements of Universal Engineering Sciences, Inc. and Subsidiary (the Company), which comprise the consolidated balance sheet as of December 31, 2019, and the related consolidated statements of income, changes in stockholders' equity, and cash flows for the year then ended, and the related notes to the financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of the financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of the financial statements that are free from material misstatement, whether due to fraud or error. Auditors' Responsibility Our responsibility is to express an opinion on these financial statements based on our audit. We conducted our audit in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free of material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditors' judgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness or significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our audit opinion. MEMBER MarCUM LLP IIIA 450 East Las Olas Boulevard iiii Ninth Floor wil Fort Lauderdale, Florida 33301 ill, Phone 954.320.8000 liju Fax 954.320.8001 mammllp.cam Universal Engineering Sciences Page 551 of 985 II ii \1 i �d h V �e r a; 1 I I V I� 1, I 1 VIYI � III I 1 � Opinion In our opinion, the financial statements referred to above present fairly, in all material respects, the financial position of Universal Engineering Sciences, Inc. and Subsidiary as of December 31, 2019, and the results of their operations and their cash flows for the year then ended in accordance with accounting principles generally accepted in the United States of America. Restatement Adjustments As discussed in Note 3 to the financial statements, certain errors resulting in an overstatement of advances to related parties, property and equipment, fee revenue and retained earnings and an understatement of costs and estimated earnings in excess of billings on uncompleted contracts and billings in excess of costs and estimated earnings on uncompleted contracts were discovered by Management during 2019. Additionally, management identified an error in which there was an improper reclassification between common stock and additional paid -in capital. Accordingly, an adjustment has been made to retained earnings as of January 1, 2019, to correct these errors. Fort Lauderdale, FL October 12, 2020 2 I o00 111116 i UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY CONSOLIDATED BALANCE SHEET DECEMBER 31, 2019 Current Assets Cash and cash equivalents Accounts receivable, net of allowance for doubtful accounts of $975,878 Costs and estimated earnings in excess of billings on uncompleted contracts Cash surrender value - life insurance Prepaid expenses and other current assets Total Current Assets Property and Equipment, Net of Accumulated Depreciation of $23,210,123 Deposits Total Assets 526,645 23,780,171 439,827 980,117 12,677,526 $ 38,404,286 10,718,974 1111111111158,778 $ 49,182,038 The accompanying notes are an integral part of these financial statements. 3 Universal Engineering Sciences Page 553 of 985 11W AdIMEM1111ME UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY CONSOLIDATED BALANCE SHEET DECEMBER 31, 2019 Liabilities and Stockholders' Equity Current Liabilities Bank overdraft $ 5,197,449 Accounts payable 3,112,611 Accrued expenses 5,197,401 Current maturities of long-term debt 3,325,295 Billings in excess of costs and estimated earnings on uncompleted contracts 2,296,419 Deferred compensation liability 3,943,320 Advance from stockholder 2,500,000 Total Current Liabilities $ 25,572,495 Long-term Debt 82,066 Total Liabilities 25,654,561 Stockholders' Equity Common stock, 1,000 shares authorized; $1 par value, 100 shares issued and outstanding 100 Additional paid in capital 23,955 Retained earnings 23,503,422 Total Stockholders' Equity 23,527,477 Total Liabilities and Stockholders' Equity $ 49,182,038 The accompanying notes are an integral part of these financial statements. 4 - .• 0 •: UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY CONSOLIDATED STATEMENT OF INCOME FOR THE YEAR ENDED DECEMBER 31, 2019 Fee Revenue Cost of Fee Revenue Gross Profit Operating Expenses Income from Operations Other Income (Expense) Other income Interest expense Total Other Expense Net Income $ 43,076 X240,611 $ 96,319,918 55,928,367 40,391,551 34,238,459 6,153092 $ 5,955,557 The accompanying notes are an integral part of these financial statements 5 Universal Engineering Sciences Page 555 of 985 iullu�llmpry � n � 'ti��I � � � i l6�ai��llllllllwi i �� �,� � �I�'lll�lll�ll p�i� II`iul`Illllil, UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY CONSOLIDATED STATEMENT OF CHANGES IN STOCKHOLDERS' EQUITY FOR THE YEAR ENDED DECEMBER 31, 2019 Balance - December 31, 2018 Restatement of revenue Restatement of advances to related parties Restatement of property and equipment Reclassification of common stock Balance - December 31, 2018 (Restated) (Note 3) Distributions to stockholders Net income Balance - December 31, 2019 Common Paid -in Retained Stock Capital E $ 2,000 $ 22,055 $ 25,912,865 (1,554,413) (866,414) (953,416) (1,900 1,900 100 23,955 22,538,622 (4,990,757) 5,955,557 ............... .................................................... - $ 100 $ 23,955 $ 23,503,422 The accompanying notes are an integral part of these financial statements. 6 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY CONSOLIDATED STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2019 Cash Flows From Operating Activities Net income $ 595555 Adjustments to reconcile net income to net cash provided by operating activities: Depreciation $ 3,290,211 Deferred compensation liability 1,116,469 Provision for doubtful accounts 785,345 Gain on sale of property and equipment (22,694) Increase in cash surrender value of life insurance (43,076) Bad debt expense (24,728) Changes in assets and liabilities: (Increase) decrease in: Accounts receivable (2,202,278) Costs and estimated earnings in excess of billings on uncompleted contracts 361,413 Unbilled revenue 283,017 Prepaid expenses and other current assets (2,999,045) Deposits (13,009) Increase (decrease)in: Accounts payable 576,223 Accrued expenses 1,373,547 Billings in excess of costs and estimated earnings on uncompleted contracts (59,234) Total Adjustments 2,422,161 Net Cash Provided by Operating Activities 8,377,718 Cash Flows From Investing Activities Purchase of property and equipment (4,389,518) Proceeds from sale of property and equipment 53,475 . .. Net Cash Used in Investing Activities (4, 3366,043) The accompanying notes are an integral part of these financial statements. 7 Universal Engineering Sciences Page 557 of 985 UNIVERSAL ENGINEERING SCIENCES, INC. CONSOLIDATED STATEMENT OF CASH FLOWS (CONTINUED) FOR THE YEAR ENDED DECEMBER 31, 2019 Cash Flows From Financing Activities Bank overdraft Repayments on long-term debt Distributions to shareholders Net Cash Used in Financing Activities Net Decrease in Cash Cash - Beginning Cash - Ending Supplemental Disclosures of Cash Flow Information Cash payments for interest Supplemental Schedules of Noncash Investing and Financing Activities Purchase of property and equipment from issuance of long-term debt Advances to stockholders converted to distributions $ (1,113,391) (1,782,040) '32420,539) $ (6,315,970) (2,274,295) 2,800,940 $ 526,645 $ 240,311 $ 77,038 $ 1,570,218 The accompanying notes are an integral part of these financial statements. 8 Universal Engin Pag � c s 1 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 1- NATURE OF BUSINESS N&AASRE Og Bi)SIrim The accompanying consolidated financial statements include the accounts of Universal Engineering Sciences, Inc. ("Universal" and its wholly owned subsidiary Universal Engineering Inspections, LLC ("Universal Inspections"), collectively (the "Company"). The Company provides professional engineering and consulting services in the areas of environmental analysis and clean-up, soil analysis, road construction, residential and commercial development and construction, and various aspects of civil engineering primarily in the southeastern United States. On April 26, 1966, Universal Engineering Sciences, Inc. was incorporated under the laws of the State of Florida. On January 23, 2017 Universal Engineering Inspections, LLC was formed as a Limited Liability Company, under the laws of the State of Florida. NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES 1gWkMAM% OF COR50LID ATlOI�i The accompanying consolidated financial statements ("financial statements") include the accounts of the above-named entities. All significant intercompany transactions and balances are eliminated in consolidation. USE oFESTwATEs The preparation of financial statements in conformity with accounting principles generally accepted in the United States of America ("GAAP") requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates and those differences could be material. Significant estimates in the preparation of the financial statements principally include assessing the collectability of accounts receivable, and determining the useful lives and potential impairment of long-lived assets. Estimates and assumptions are reviewed periodically and the effects of revisions are reflected in the financial statements in the period they are determined to be necessary. 9 Universal Engineering Sciences Page 559 of 985 !M7 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 2 - SUAMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) 14MNYN M AMID COST R MCOGMMON Revenues from fixed-price and modified fixed-price contracts are recognized on the percentage -of -completion method, measured by the percentage that incurred costs to date bear to estimated total costs for each contract. This method is used because management believes total incurred costs to be the best measure of progress on these contracts. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as labor, supplies, equipment rental, subcontractors and repairs. Selling, general and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions and estimated profitability, including those arising from contract penalty provisions, and final contract settlements may result in revisions to costs and income and are recognized in the period in which the revisions are determined. Profit incentives are included in revenue when their realization is reasonably assured. An amount equal to contract costs attributable to claims is included in revenue when realization is probable and the amount can be reliably estimated. The asset "costs and estimated earnings in excess of billings on uncompleted contracts" represents revenues recognized in excess of amounts billed. The liability "billings in excess of costs and estimated earnings on uncompleted contracts" represents billings in excess of revenues recognized. Revenues from time and material contracts are recognized as the work is performed. BALANCE SHEET CLASSIFICATION The Company includes in current assets retainage accounts receivable from contracts that may extend beyond one year. A one-year time period is used as the basis for classifying all other current assets. CONCENTRATION OF CREDIT RISK Financial instruments that potentially subject the Company to risk of loss consist primarily of cash and accounts receivables. 10 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) CONCENTRATION OF CREDIT RISK (CONTINUED) Cash The Company considers all highly liquid investments with original maturities of three months or less to be cash equivalents. As of December 31, 2019, the Company did not have any cash equivalents. The Company maintains its cash with financial institutions, which balances from time to time, may exceed the federally insured limits. Federally insured limits are $250,000 for interest and noninterest bearing deposits per each financial institution. At December 31, 2019, approximately $2,876,000, was in excess of federally insured limits. The Company believes it maintains its cash deposits with high quality financial institutions which the Company believes limits its risks. Accounts Receivables Accounts receivables are carried at the original charge amount less an estimate made for doubtful receivables based on a review of all outstanding amounts on a monthly basis. Certain customers withhold a retainage amount on the accounts receivable balance, which is generally paid upon completion of the contract. Management determines the allowance for doubtful accounts by identifying troubled accounts and by using historical experience applied to an aging of accounts. Accounts receivables are written off when deemed uncollectible. Recoveries of accounts receivables previously written off are recorded as income when received. At December 31, 2019, management determined that the allowance for doubtful accounts was approximately $976,000. FAIR VALUEMEASUREMENTS Pursuant to FASB ASC 820, Fair Value Measurements, the Company defines fair value as the price that would be received to sell an asset or the price paid to transfer a liability in an orderly transaction between market participants at the measurement date. GAAP establishes a hierarchy for inputs used in measuring fair value that maximizes the use of observable inputs and minimizes the use of unobservable inputs by requiring that the most observable inputs be used when available. Observable inputs are inputs that market participants would use in pricing the asset or liability based on market data obtained from sources independent of the Company. Unobservable inputs are inputs that reflect the Company's assumptions about the assumptions market participants would use in pricing the asset or liability developed based on the best information available in the circumstances. The hierarchy is broken down into three levels based on the reliability of inputs as follows: 11 Universal Engineering Sciences Page 561 of 985 u r AdENIMEEM UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) FAIR VALUE MEASUREMENTS (CONTINUED) Level I Inputs to the valuation methodology are unadjusted quoted prices for identical assets or liabilities in active markets. Level 2 Inputs to the valuation methodology include: • Quoted prices for similar assets or liabilities in active markets; • Quoted prices for identical or similar assets or liabilities in inactive markets; • Inputs other than quoted prices that are observable for the asset or liability; • Inputs that are derived principally from or corroborated by observable market data by correlation or other means. If the asset or liability has a specified (contractual) term, the Level 2 input must be observable for substantially the full term of the asset or liability. Level Inputs to the valuation methodology are unobservable and significant to the fair value measurement. The asset or liability's fair value measurement level within the fair value hierarchy is based on the lowest level of any input that is significant to the fair value measurement. Valuation techniques used need to maximize the use of observable inputs and minimize the use of unobservable inputs. The categorization of an asset or liability within the valuation hierarchy is based upon the lowest level of input that is significant to the fair value measurement. Valuation techniques used need to maximize the use of observable inputs and minimize the use of unobservable inputs. ~PERTYAND EQUIPMENT Property and equipment is stated at cost, net of accumulated depreciation. The costs of additions and betterments are capitalized and expenditures for repairs and maintenance are expensed in the period incurred. Idle property is stated at cost. No provision for depreciation is made on the idle asset until such time as the relevant assets are put into use. Leasehold improvements are amortized over the shorter of the noncancelable lease term or remaining useful lives. 12 y iw, �pi�, bol i I I i 1 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 2 — SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) PROPER TYAND EQUIPMENT (CONTINUED) Depreciation is computed utilizing the straight-line method over the estimated useful lives of the respective assets as follows: Estimate Useful Lives Office equipment 5 - 7 years Transportation equipment 5 years Machinery and equpment 5 - 7 years Leasehold improvements 7 years IMPAIRMENT OFLONGL u ED ASSETS The Company evaluates its long-lived assets such as property and equipment for impairment whenever events or changes in circumstances indicate that the carrying amount of such assets may not be recoverable. Recoverability of assets to be held and used is measured by a comparison of the carrying amount of an asset to estimated undiscounted future cash flows expected to be generated by the asset. if the carrying amount of an asset exceeds its estimated future cash flows, an impairment charge is recognized for the amount by which the carrying amount of the asset exceeds the fair value of the asset. No impairment loss was recorded for the year ended December 31, 2019. DEPOSITS The Company has paid security deposits on certain leased real estate which total approximately $59,000. These deposits are refundable upon the termination of the respective leases and are considered non-current by the Company as they are not expected to be realized during the next twelve months. DEFERRED RENT Real estate rent expense for operating leases is recognized on a straight-line basis over the estimated lease term. The lease term generally includes the initial non -cancelable lease term plus relevant option period considered reasonably assured. The difference between rent expense recognized and actual rent payments is recorded as deferred rent. Deferred rent as of December 31, 2019 was insignificant. 13 Universal Engineering Sciences Page 563 of 985 ow"AMOMENISM UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) CASH SURRENDER VALUE OF LIFE INSURANCE The Company has purchased life insurance policies on certain key executives. The life insurance policies are recorded at the amount that can be realized under the insurance contracts at the balance sheet date, which is the cash surrender value adjusted for other charges or other amounts due that are probable at settlement. The cash surrender value of the life insurance policies was approximately $980,000 as of December 31, 2019. Unrealized gain of approximately $43,000 for the year ended December 31, 2019 was recorded within operating expenses on the accompanying consolidated statement of income. SELF-INSURANCE The Company is self-insured for substantially all medical claims. The Company's responsibility is generally capped through the use of a stop loss contract with an insurance company at $150,000 per claimant per plan year. Third -party administrators are used to process claims. The Company uses actual claims data and estimates of claims incurred -but - not -reported (IBNR) to calculate estimated liabilities for unsettled claims on an undiscounted basis. Although management re-evaluates the assumptions and reviews the claims experience on an ongoing basis, actual claims paid could vary significantly from estimated claims. As of December 31, 2019, the Company recorded a reserve of approximately $449,000 for claims incurred but not paid including an estimate of IBNR and is presented within accounts payable on the accompanying consolidated balance sheet. ACCRUED VACATION The Company accrues for unused paid time off earned by employees for their continued employment in accordance with stated policies. Unused paid time off as of December 31, 2019 has been recorded as a current liability as it is expected to be settled in cash within the subsequent fiscal year. The amount accrued as of December 31, 2019 is approximately $1,905,000 and is included within accrued expenses on the accompanying consolidated balance sheet. 14 Universal En g ine9ag �M0 b85 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2419 NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) RISES AND UNCERTAINms During the normal course of business, the Company encounters significant economic and business risk. The Company, as well as the construction industry as a whole, are affected by changes in economic conditions (such as interest rates, personal income, unemployment levels and consumer confidence) and operates in an intensely competitive environment. In addition, the Company enters into contracts under competitive bidding, which requires them to make estimates of total costs and estimated gross profits. Changes in job performance, job conditions, estimated profitability, and the economic environment and market conditions may result in revisions to costs and revenues. Any adjustments that ultimately may be made because of inherent uncertainties in estimating costs could have a material impact on the financial statements. INCOME TAXES The Company, with the consent of its stockholders, has elected to be treated as an S corporation under the Internal Revenue Code. In lieu of corporate income taxes, the individual stockholders report their distributive share of income, deductions, gain/loss, credit and specifically allocated items on their respective income tax return. Accordingly, no provision for federal income taxes is reflected in the accompanying financial statements; however, the Company will continue to provide for appropriate state income taxes. The Company has concluded that it is a pass-through entity and there are no uncertain tax positions that would require recognition in the financial statements. The Company has adopted the applicable provisions of Financial Accounting Standards Board ("FASB") Accounting Standards Codification ("ASC") 740, Accounting for Uncertainty in Income Taxes, which provides guidance on the financial statement recognition of a tax position only after determining that the relevant tax authority would more likely than not sustain the position following an audit. For tax positions meeting the more likely than not threshold, the amount recognized in the financial statements is the largest benefit that has a greater than fifty percent likelihood of being realized upon ultimate settlement with the relevant taxing authority. The Company had no material unrecognized tax benefits as of December 31, 2019. The Company does not expect that unrecognized tax benefits will increase within the next twelve months. Respective taxing authorities may examine the Company's tax returns for three years from the date of filing. 15 Universal Engineering Sciences Page 565 of 985 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 2 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) INCOME TAXES (CONTINUED) The Company has accrued for state income taxes. All accrued state income taxes are considered current and are included in accrued expenses on the accompanying balance sheet. Accrued state income taxes are not significant as of December 31, 2019. As of December 31, 2019, there were no significant deferred tax assets or liabilities for state income taxes. During the year ended December 31, 2019, the Company recognized no interest or penalties related to income taxes. If the Company were to incur an income tax liability in the future, interest on any income tax liability would be reported as interest expense and penalties on any income tax liability would be reported as income taxes. ADVERTISING The Company expenses advertising costs as incurred. During the year ended December 31, 2019, the Company incurred approximately $12,000 in advertising costs, which is included in operating expenses on the accompanying consolidated statement of income. RECENT ACCOUNTING PRONOUNCEMENTS In February 2016, the Financial Accounting Standards Board (the FASB) issued ASU 2016-02, Leases (Topic 842), which sets out the principles for the recognition, measurement, presentation and disclosure of leases for both pasties to a contract (i.e. lessees and lessors). The new standard requires lessees to apply a dual approach, classifying leases as either finance or operating leases based on the principle of whether or not the lease is effectively a financed purchase by the lessee. This classification will determine whether lease expense is recognized based on an effective interest method or on a straight line basis over the term of the lease, respectively. A lessee is also required to record a right -of -use asset and a lease liability for all leases with a term of greater than 12 months regardless of their classification. Leases with a term of 12 months or less will be accounted for similar to existing guidance for operating leases today. The new standard requires lessors to account for leases using an approach that is substantially equivalent to existing guidance for sales -type leases, direct financing leases and operating leases. The new standard is effective for fiscal years beginning after December 15, 2021. A modified retrospective transition approach is required for lessees for capital and operating leases existing at, or entered into after, the beginning of the earliest comparative period presented in the financial statements, with certain practical expedients available. The Company is currently evaluating the impact of our pending adoption of the new standard on our financial statements. 16 III��I��II�I�p�9���ICI����� i ��luu IIIA jll� � � �� � Illlllllliii� UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 2 - SummARY OF SIGNIFICANT ACCOUNTING POLICIES (CONTINUED) RECENT ACCOUNTING PRONOUNCEMENTS (CONTINUED) In May 2014, the FASB issued new accounting guidance that outlines a single comprehensive model for companies to use in accounting for revenue arising from contracts with customers and supersedes most current revenue recognition guidance, including industry -specific guidance. The core principle of the revenue model is that revenue is recognized when a customer obtains control of a good or service. Transfer of control is not the same as transfer of risks and rewards, as it is considered in current guidance. The new guidance permits the use of either a full retrospective or retrospective with cumulative effect transition method. In May 2020, the FASB extended the effective date of the revenue recognition standard to all nonpublic entities that have not yet issued their financial statements. The effective date is now for annual reporting periods beginning after December 15, 2019. The Company has not yet selected a transition method and is currently evaluating the effect that the updated guidance will have on its financial statements. SiTBSEQiSET1T E�TEI�TS Subsequent events have been evaluated through October 12, 2020, which is the date the financial statements were available to be issued. NOTE 3 - RESTATEMENT OF PREVIOUSLY ISSUED FINANCIAL STATEMENTS During 2019, management discovered certain errors resulting in an overstatement of advances to related parties, property and equipment, fee revenue and retained earnings and an understatement of costs and estimated earnings in excess of billings on uncompleted contracts and billings in excess of costs and estimated earnings on uncompleted contracts as of December 31, 2018. These errors were a result of payments to related parties for operating expenses and distributions improperly recorded as advances, improper recognition of property and equipment and related depreciation expense, and improper revenue recognition policies for contracts that should have been recorded under the percentage of completion method rather than the completed contract method. Additionally, management identified an error in which there was an improper reclassification between common stock and additional paid -in capital. Accordingly, an adjustment has been made as of January 1, 2019, to correct these errors. 17 Universal Engineering Sciences Page 567 of 985 i "ii' "��'�. uuuuuuuuuuuuiiiuuuuuum ii'U�������������uuuuuuuuuuuuuu�u��� i�� ����:;'^ wiiiP „n I ilill�IPi �ui�l� (�Y;i��u �Ilu plUlli�lV UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 3 — RESTATEMENT OF PREVIOUSLY ISSUED FINANCIAL STATEMENTS (CONTINUED) The effect of these corrections was as follows: Adjustments to the consolidated balance sheet as of December 31, 2018: Assets Costs and estimated eamings in excess of Wings on uncompleted contracts Advances to related parties Property and equipment Total Assets Liabilities Bergs in excess of costs and estimated earnings on uncompleted contracts Total Liabilities Stockholders' Equity As Originally As Reported *„ Adjust=nts Restated $ -- $ 801,240 $ 801,240 866,414 (866,414) - 10,526,826 ___ 1,416) 9,573,410 $ 49,047,216 $ (1,018,590) $ 48,028,626 �MIMIi�ttJ!�f�G0u0u0P9NWM00WMNUH ��;'NYHY9Y➢ :•�m.,mm�.•.•. $ -- $ 2,355,653 $ 2,355,653 23,110,296 2,355,653 25,465,949 Retained earnings 25,912,865 (3,374,243) 22,538,622 Total Stockholders' Egidty 25,936,920 (3,374,243) ,562,677 Total Liabilities and Stockholders' Equity $ 49,047,216 $ (1,018,590) $ 48,028,626 * Certain reclassifications bave been made during the year ended December 31, 2019 that afrcct the balances as origin* reported at December 31, 2018. Adjustments to the consolidated statement of income as of December 31, 2018: As Originally As Reported Adjustments Restated Fee Revenue $ 85,669,415 $ (1,554,413) $ 84,115,002 Operating Expenses $ 76,224,540 $ 866,414 $ 77,090,954 Net Income $ 9,140,300 $ (2,420,827) $ 6,719,473 MH 18 f LII u� i i oi 1 i 1 II oo i II I I J I J I � I f I I I I I I I I I I I I I I I I "III IIII III VIII UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 4 — ACCOUNTS RECEIVABLE Accounts receivable as of December 31, 2019 consist of the following: Service work $ 16,954,978 Contracts in progress 3,861,429 Completed contracts 3,496,749 Retainage 442,893 24,756,049 Less allowance for doubtful accounts 975,878 Accounts Receivable, Net $ 23,780,171 A substantial amount of the contract receivables are due within one year and upon completion of the contracts. NOTE 5 — ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS Information regarding uncompleted contracts as of December 31, 2019 are as follows: Total Amount of Contracts in Process $ 26,212,868 Costs incurred on uncompleted contracts $ 7,589,475 Estimated earnings 11,297,996 18,887,471 Less billings to date 20,744,063 Net Overbillings $ (1,856,592) 19 Universal Engineering Sciences Page 569 of 985 puWl9i ;'ILII mV���lll��lll �I� " i� 1 uilui�ll IIIIII IUB' i lu'.lu ui% ilu i yy� UNIVERSAL ENGINEERING SCIENCES, INC, AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 5 - ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS (CONTINUED) Included in the accompanying consolidated balance sheet under the following captions: Costs and estimated earnings in excess of billings on uncompleted contracts $ 439,827 Billings in excess of costs and estimated earnings on uncompleted contracts (2,296,419) Net Overbillings $ (1,856,592) NOTE 6 - BACKLOG Following is a reconciliation of the backlog of signed percentage of completion contracts as of December 31, 2019: Contract Revenues Backlog, beginning $ 17,525,138 New contracts and adjustments mm 382,582 17,907,720 Less: Contract revenues earned during the year 10,582,323 Backlog - Ending $ 7,325,397 Cost of Contract Revenues Balance of signed but unperformed work, beginning $ 7,135,653 New contracts and change orders during the year 2„94,452„ 7,430,105 Less: cost of contract revenues earned during the year 4,685,241 Backlog - Ending $ 2,744,864 20 dll��iCll�l�4ul��l�ll �� Illlllli uuUu � n i a�lll i Illllii�iuigll UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 7 — PREPAID AND OTHER CURRENT Assm Prepaid and other current assets for the year ended December 31, 2019 consisted of the following: Prepaid insurance Prepaid telecomm uications Overpayrnents Prepaid fuel General prepaid expenses Prepaid rent Prepaid utilities Total Prepaid Expenses NOTE 8 — PROPERTY AND EQUIPMENT Property and equipment at December 31, 2019 consists of the following: Transportation equipment Machinery and equipment Office equipment Leasehold improvements Less accumulated depreciation Plus Idle property Property and Equipment, Net $ 5,780,109 2,599,964 2,003,407 1,284,431 425,613 331,936 252,066 $ 12,677,526 $ 18,541,852 11,037,791 3,073,485 1,145,181 33,798,309 (23,210,123) 130,788 $ 10,718,974 Depreciation of property and equipment for the year ended December 31, 2019 was approximately $3,281,000 and is included within operating expenses on the consolidated statement of income. 21 Universal Engineering Sciences Page 571 of 985 Ir"Pr'''AAMEEMEN UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NoTE 9 - LINES of CREDrr AND LoNc-TERM DEBT The Company has a line of credit that allows for maximum borrowings of up to $5,000,000 with the outstanding principal and interest due in full at maturity. The line accrues interest at the greater of 3.35% or one-month LIBOR plus 2.5% (4.26% as of December 31, 2019) and matures on June 5, 2020. The line of credit is secured by substantially all assets of the Company and is guaranteed by the Company's stockholders. As of December 31, 2019, there was no outstanding balance on the line of credit. The line of credit contain certain financial and nonfinancial covenants. The line of credit was subsequently paid in full during January 2020 in connection with the change of control (Note 15). Due to the repayment of the line of credit subsequent to year end, but prior to required compliance testing being performed, the Company's financial institution determined it was not necessary to test the covenant compliance as of December 31, 2019. With the same institution, the Company has a guided line loan that allows for maximum borrowings of up to $500,000 with the outstanding principal and interest due in full at maturity. The line accrues interest at the greater of 3.35% or one-month LIBOR plus 2.5% (4.26% as of December 31, 2019) and matures on June 5, 2020. The line of credit is secured by substantially all assets of the Company and is guaranteed by the Company's stockholders. As of December 31, 2019, there was no outstanding balance on the line of credit. The line of credit contain certain financial and nonfinancial covenants. The line of credit was subsequently paid in full during January 2020 in connection with the change of control (Note 15). Due to the repayment of the line of credit subsequent to year end, but prior to required compliance testing being performed, the Company's financial institution determined it was not necessary to test the covenant compliance as of December 31, 2019. As of June 21, 2017, the Company has available to them a $3,000,000 non -revolving line of credit with a financial institution. The amount of each advance under this line of credit shall not be less than $250,000. The line of credit requires monthly principal and interest payments based on a fixed rate equal to the three year treasury rate on the date of the advance plus 2.5% and a term not to exceed 36 months from the date of the advance. As of December 31, 2019, there was no outstanding balance on the line of credit. The line of credit contain certain financial and nonfinancial covenants. The line of credit was subsequently paid in full during January 2020 in connection with the change of control (Note 15). Due to the repayment of the line of credit subsequent to year end, but prior to required compliance testing being performed, the Company's financial institution determined it was not necessary to test the covenant compliance as of December 31, 2019. 22 Universal Engin ag 67 oiM685 � i I�� 111111 VIII ,ll II UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 9 - LINES OF CREDIT AND LONG-TERM DEBT (CONTINUED) On February 1, 2011, the Company entered into a loan payable with a financial institution in the amount of $3,200,000. The note is payable in monthly interest at 3.76% as of December 31, 2019 through June 5, 2020, at which time all unpaid principal and accrued interest is payable at maturity. The loan is guaranteed by the Company's stockholders. The line of credit contain certain financial and nonfinancial covenants. The line of credit was subsequently paid in full during January 2020 in connection with the change of control (Note 15). Due to the repayment of the line of credit subsequent to year end, but prior to required compliance testing being performed, the Company's financial institution determined it was not necessary to test the covenant compliance as of December 31, 2019. $3,200,000 On November 18, 2016, the Company entered into a note payable with a financial institution in the amount of $503,265. The note requires 36 monthly payments of principal and interest in the amount of $14,813. Interest accrues at the rate of 3.75% per annum. The note was paid off during 2019. On December 23, 2016, the Company entered into a note payable with a financial institution in the amount of $615,493. The note requires 36 monthly payments of principal and interest in the amount of $18,187. Interest accrues at the rate of 4.00% per annum. The note was paid off during 2019. On June 21, 2017, the Company entered into a note payable with a financial institution in the amount of $3,000,000. The note requires 36 monthly payments of principal and interest in the amount of $88,559. Interest accrues at 3.99% per annum. The note is secured by vehicles with a net book value of approximately $187,000 as of December 31, 2019. The note was subsequently paid in full during January 2020 in connection with the change of control (Note 15). Due to the repayment of the note subsequent to year end, but prior to required compliance testing being performed, the Company's financial institution determined it was not necessary to test the covenant compliance as of December 31, 2019. 1076214 Subtotal (Forward) 3,307214 23 Universal Engineering Sciences Page 573 of 985 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 9 - LINES OF CREDIT AND LONG-TERM DEBT (CONTINUED) Subtotal (Forward) In October 2019, the Company has obtained a $2,000,000 line of credit with a commercial lending company to purchase vehicles. The line of credit matures on October 31, 2020. As of year end, there are three outstanding notes for approximately $78,000 due in 60 monthly principal and interest payments of approximately $2,100. Interest accrues at 5.99% per annum. The note is secured by three vehicles with a net book value of approximately $69,000 as of December 31, 2019. As of September 5, 2019, the Company has obtained a $500,000 line of credit with a commercial lending company to purchase vehicles. The line of credit matures on August 31, 2020. As of year end, there is one outstanding note for $22,359 due in 60 monthly principal and interest payments of $426. Interest accrues at 5.30% per annum. The note is secured by a vehicle with a net book value of $20,123 as of December 31, 2019. Less: Current maturities Long -Term Debt, Less Current Maturities $3,307,214 77,788 22,w359 3,407,361 3.325.,.295 Following is a schedule by years of maturities of the notes at December 31, 2019: For the Year Ending December 31, Amount 2020 $ 3,325,295 2021 19,401 2022 20,564 2023 21,798 2024 20,303 Total $ 3,407,361 2 6 24 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 10 -ACCRUED EXPENSES Accrued expenses for the year ended December 31, 2019 consisted of the following: Accrued vacation $ 1,905,122 Accrued profit sharing 987,405 Accrued bonus 740,000 Accrued employee benefits 580,226 Accrued payroll and payroll taxes 538,164 General accrued expenses 446,484 Total Accrued Expenses $ 5,197,401 NOTE 11- COMMITMENTS AND CONTINGENCIES OPERATING LEASES The Company is committed under several operating leases for its building and office space with related parties and unrelated third parties. Unrelated third party lease agreements expire on various dates through January 2031. The lease agreements with a related parties will expire January 2040. Rent expense to related parties totaled approximately $1,229,000 for the year ended December 31, 2019. This amount is included in the consolidated statement of income within operating expenses. Rent expense to unrelated third parties totaled approximately $550,000 for the year ended December 31, 2019. This amount is included in the consolidated statement of income within operating expenses. 25 Universal Engineering Sciences Page 575 of 985 illlllllllli ��' li i mii I liillli � ; UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 11- COMMITMENTS AND CONTINGENCIES (CONTINUED) OPERATING LEASES (CoNTTNUED) Future annual minimum lease payments for related and unrelated third parties are as follows: For the Year Ending Unrelated December 31, Third Parties Related Party Total 2020 $ 456,127 $ 1,231,920 $ 1,688,047 2021 539,074 1,262,718 1,801,792 2022 444,985 1,294,286 1,739,271 2023 390,234 1,326,643 1,716,877 2024 275,443 1,359,809 1,635,252 Thereafter 1,263,096 27,012,243 28,275,339 Total $ 3,368,959 --,. $ 33,487,619 wmmimimimuuuuuuwm'wmwwuummuuwwm'uwwwwwmwrewiwHwrr $ 36,856,578 LITIGATION Claims and contingencies, including claims and legal actions arising in the ordinary course of business (if any), are recorded as liabilities when the likelihood of loss is probable and an amount of range of loss can be reasonably estimated. In consultation with legal counsel, the Company does not believe there are such matters that will have a material effect on the financial statements. NOTE 12 - RELATED PARTY TRANSACTIONS The Company has received advances from its stockholder. These advances are non-interest bearing and due on demand. The balance advanced to the Company as of December 31, 2019 was $2,500,000 and is recoded as a current liability on the accompanying consolidated balance sheet as of December 31, 2019. 26 Universal Engineering Sciences Page 576 of 985 �s iliUllll��ll �«<II ,,,, � �`�illllllllll��l��l q�� UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 13 - EMPLOYEE BENEFIT PLAN The Company sponsors a qualified defined contribution "401(k)" retirement plan (the "Plan") covering all employees who are 18 years old and have completed at least one hour of service during the first two months of employment or completed at least 1,000 hours of service during a twelve-month time period. The Plan allows participants to defer up to 90% of eligible compensation in the form of pre-tax salary and Roth deferrals. The Plan allows the Company to make matching contributions, at its sole discretion, determined each year by the Company and based on the amount of each participant's elective deferral for the Plan year. Additionally, the Plan allows the Company to make additional discretionary pro -rata employer contributions. Employee contributions and related earnings, if any, vest immediately while employer contributions vest 20% annually beginning on the participant's second anniversary of service. Participants are entitled, upon retirement, to their vested portion of the retirement fund assets. The Company contributed approximately $195,000 for the year ended December 31, 2019, $150,000 of which is included in cost of sales and $45,000 of which is included in operating expenses in the accompanying consolidated statement of income. NOTE 14 - DEFERRED COMPENSATION PLAN On January 1, 2006, the Company established a deferred compensation plan called the Capital Appreciation Program ("CAP") for a select group of the Company's management and executive employees. Under this Plan, annually a participant is granted compensation based on net sales and profit thresholds and an annual earnings credit based on a percentage basis tied to the weighted three year earnings of the Company. Because the CAP plan will be settled in cash, the fair value of CAP plan is presented as a liability on the Company's consolidated balance sheet. The deferred compensation CAP plan is not funded; therefore, benefits are paid from the general assets of the Company. The total deferred compensation payable under the plan at December 31, 2019 was approximately $3,943,000, which is reflected in current liabilities. During the year ended December 31, 2019, approximately $1,136,000 was earned by the participants and therefore expensed. The expense is recorded within operating expenses on the consolidated statement of income. Subsequent to year end, the CAP plan was terminated due to the change in control that occurred in January 2020 (Note 15) and as a result approximately $3,500,000 was paid in 2020 and the remaining balance remains outstanding. 27 Universal Engineering Sciences Page 577 of 985 UNIVERSAL ENGINEERING SCIENCES, INC. AND SUBSIDIARY NOTES TO CONSOLIDATED FINANCIAL STATEMENTS FOR THE YEAR ENDED DECEMBER 31, 2019 NOTE 15 - SUBSEQUENT EVENTS COVID-19 On January 30, 2020, the World Health Organization ("WHO") announced a global health emergency because of a new strain of coronavirus originating in Wuhan, China (the "COVID- 19 outbreak") and the risks to the international community as the virus spread globally beyond its point of origin. In March 2020, the WHO classified the COVID-19 outbreak as a pandemic, based upon the rapid increase in exposure globally. Uncertainty regarding the impact of any outbreak of pandemic or contagious disease, including COVID-19, could lead to increased volatility in the markets in which the Company operates; however, as of the date of the financial statements, the Company did not experience any negative material impacts to the business. The Company continues to monitor the credit quality and access to capital for the non- governmental clients as this can be an indication of their ability to go forth with future projects and continue to pay for contracted services. As of the date of this report, but any change from that designation could have a negative result on the business. CHANGE IN CONTROL On January 1, 2020, 78% of the issued and outstanding stock of the Company was acquired for a purchase price of approximately $106,000,000, less a seller note of $5,000,000 and earnout amount. Through the acquisition, the stockholders' contributed the remaining 22% of the Company's issued and outstanding stock to the acquiring company. Upon the change in control the company converted from a corporation to an LLC. 28 Universal Eninag 0685 Page 579 of 985 1MVIOAdMINNEEM NON COLLUSION AFFIDAVIT OF PROPOSER State of Florida County of Orange Melvin Rodriguez being first duly sworn, deposes and says that: 1) He is Vice President of Finance of Universal Fnineerin Sciences , the proposer that (Title) (Name of Corporation or Integrator) has submitted the attached RFP; 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said RFP is genuine and is not a collusive or sham RFP; 4) Further, the said 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 RFP in connection with the Contract for which the attached RFP has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communications or conference with any other proposer, integrator or person to fix the price or prices in the attached RFP or of any other proposer, or to fix any overhead, profit or cost element of the RFP price or the RFP 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 proo,.pr any of its agents, representatives, owners, employees, or parties in interest, (Signed .u,w.............. (Title) Vice President of Finane 4— Subscribed and sworn to before me' This 0 day of 17ecerKher 20 �P7 RM" LLASBANIEL lic • State of Florida, �sion # GG 909747 Expires Jul 2, 2023 N2� otary PUI: IC ( fgnature) National Notary Assn. My Commission Expires: JV2023 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No: 621-2411-26/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 30 Page 581 of 985 11W AM IRENE= STATE OF FLORIDA COUNTY OF PALM BEACH ANTI -KICKBACK AFFIDAVIT } SS 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: Sworn and subscribed before me this 10 day of a j o f , 2020 NOTARY PUBLIC,State of Florida at Large 6, ;j4,_ DALLAS DANIEL Notary Public • State of Florida Commisslon N GG W741 't or►� My Comm. Expires Jul 2, 2023 Banded through National Notary Assn. "OFFICIAL NOTARY SEAL" STAMP Printed Information: Melvin Rodriguez mmm. NAME Vice President of Finance TITLE �-...�,. Universal En jineerina Sciences COMPANY THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021.2411-20/RW FORA PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL MJILDING INSPECTIONS AND PLAN REVIEW SERVICES 29 • Page 583 of 985 AMINELIMEM CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 Melvin Rodrigniversal En Ineerin Sciences certify I, VP of Financeinance on behalf of U Print Name and Title Company Name thatUniversalwEj ineerin Sciences 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 Consultant of the City's determination concerning the false certification. The Consultant 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 Consultant 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 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 THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 31 Universal Engineering Sciences Page 584 of 985 1w, AM= IMMMM 2) Contracting with companies, for goods or services 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 Consultant, I hereby certify that the company identified above in the section entitled "Consultant 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. Universal Engineering Sciences COMPANY NAME Melvin Rodriguez PRINT NAME SIGNATURE ' Vice President of Finance TITLE THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING IN5PECTIONS AND PLAN REVIEW SERVICES 32 Universal Engineering Sciences Page 585 of 985 I I 1q: P IEMV AAA NOMMEM UES KEY PERSUNNEL LICENSES � �0 Ron ©eSantis, Governor Halsey Beshears, Secretary Y6r I/7A %r rf��%, ru q" Irrli dupr r lrrr ;r' STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR THE STANDARD 1 & 2 FAMILY DWELLING PLANS EXAMINER HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES DIXONOGEORGE ,P RIVER ER 0AE.7; DRI LICENSE NUMBER: SFP33 EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.com F 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. Sri Ron VeSantls, Governor Halsey Beshears, Secretary '>> Kg dllp "r STATE OF FLORIDA "'f'7 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR I H1 51Til l0AKI) PLA N $ 1:,tAMIVER Kt tlP lay ] r(+11'Dl �.IIND 04 1 HE P,QC) a"6K.jI S Nu F f; 4AirTVI 44B', fLf r+tkC. A, °SfA"9UFS I,Jfn m,fol Ef,I-I,li" ,V114 IX, GEORGE WE 27"5 RJVE,'R I MAKS DWI:, 'LV 'E+fERll".9CX IGA n417 LICENSE NUMBER PX440 EXPIRATION DATE: NOVEMBER 30,202-1 Always verify licenses online at MyFloridaLicense.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. Universa! Engineering Sciences Page 586 of 985 it VIII � !i T;jiii�l'i��iiiil�il���"" II���I�����ijII�IIIIVIIII�iii IIIIIIIIIIIIIIIIIIIIIIII iiuu� � � ��iuulll��l�l�l��ll` ����lililillllllllllllll���lll���� i Il�iiuuuullllll„ o " J/ld y: Ron DeSantis, Govemor 5/! r !� Halsey Beshears, Secretary d b r STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR THE STANDARD INSPECTOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES '10AIN8010tt, GA39917 LICENSE NUMBER: BN1008 EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.com (�' M 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, �i g, Ron Mantis, Governor Halsey Beshears, Secretary �, o dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS & INSPECTOR THE BUILDING CODE ADMINISTRATOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES DIXON,GEORGEWAYNE 278RIVER (WAK'$ DRIVE.. BA041,li ICYC"t I1AmA a(Y817 LICENSE NUMBER: BU0001097 EXPIRATION DATE: NOVEMBER 30,2021 Always verify licenses online at MyFloridaLicense.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. Universal Engineering Sciences Page 587 of 985 �II �i�i�j ��911111II: i uiifri �fi wd�V��illiiiliilllS��l��l�lmpllllq`��ill �im0 l ui4iimi dbpr STATE OF FLORIDA PARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMIKISTRATORS INSPECTOR rHf, S'rAND A 11JINDIER I HE 4 Tlu rs 14 40L F10ROA13"A T, to "YAL!, tH Mi AEL k'SK EXPIRATION DATE- NOVEMBER X2021 AJW45 vmry Ikeftm:% anine A Ww"mufm3ncam Do inuL slier this. d6tunneot iA arty forro. 7his I& your- Howse. It is unlawful fcrarqane athar than the ficerweL- tro urA- " document - — ------------- WK C.D%WW bpr $TAM OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULikTION BUILDING CODE ADMINISTRATORS & INSKCTOR "T 0 IE STAN DAP0 LAN FLONODA;VATUTES FV,C ci't � YA, L I HANELASR' EXPIRATION DATE: MWEMBERAMI AOoar verity lirimses online at MyFkyTidaIjctrac.cmn Do Kt ow 05 docurnwit in >-,,w form This is vow license. it'is unlawrul for a1yofte ixhieo dFm Poe 11cftsee to use 0i dw-unment. Universal Engineering Sciences Page 588 of 985 �iAimmem NMI fr fir,, Rnn . ............ . ...... . . . . . . . . . . . . ......... . . . . . .......................................... neSarrtk, Governor Halsey Besh�rs, Secretary db"pr oda" STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE AQ�"LSTRATORS & INSPECTOR 1"i`i� awP Irk, IIIr�IN II�Ia I„9IPTI EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the iicensee to use this document r r I J Ran DeSaotis, Governor Halsey Beshears, Secretary pr yn� F rich STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINLSTRATORS & INSPECTOR r TIIE :STANDARD 115'CERTIFIED UNDER Tlrai": EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.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 Universal Engineering Sciences Page 589 of 985 u AMEMENIME DeSanfls, Gowmor HA" Beshears, SmmWry da dbpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINWRATORS & INSPECTOR THE STANDARD INSPECTQR HEREIN L5 ItOMFIED UNDER TME PROVISIONS OFICHAPTER 46s, FLCAIDA°STATIJITES BOX, EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.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. ............... DeSarpb% Govemw H21SCY Beshears, Secretary dUpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINII.,,STRATORS & INSPECTOR THE STANDARD WSO CTG',RJ4EREIN IS CERTIFIED UNDER THE PROVISIONS'OF CHAPTER 468, FLO(RIDA STATUTES 44VILAP4, NELSON 0', 400 SW7TH'TERRAC t EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaUcense.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. Universal Engineering Sciences Page 590 of 985 ��"'�•I�I���lus ,,. lu�� illiUll����������llluiai� i�� �I���I������ ��liluu I u ��I��I Ilplllll Illlt. �� i tiu�iiuW a �, �� h�i il�IlUllllillllllllll� ����Illl,���ii Ron DeSani Gmirnor Halsey Beshears, Secretary lFbi1da (11-6 C-IrAmirll! ^C li ^Dlr%A drDpr EKPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridalLikensexorn 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 Llcelrtsee IDetaills Licen-see lnforwrintlort Name:: FAIRBANKS, JOIIN GILBER F T1 (Prilimary Name) l4allin, Acklressr *Private Address* *13irilvate Address* *1i Adclress* *Pli Addre!;.%* *Private Addii license Madlllin4- L1.1cerNse In'foi-imation l lypie: Standarcil InslIll RpIINIC: TrwspeLlor t iciarise i4L111`11A')0:J` BN7285 statuls° Current,At.,tive ill iiaeiasiaire Date: 1.2111.1201. t" ExpiIiiies: 12/30/2023, Sp�edal Qitiallficatillocit1ii QualfficzHort Effective 13 till d Irog 1.2/11J2017" plitilinbing 09/26/ 2011.4 Universal Engineering Sciences Page 591 of 985 I AMMINEMEM, I icieiosee Details Licensee Information Name!� Malki Aidkftess� I h:ense maifli-ig!! License linfDrmation Lkense I Rai,!&, I iceiise Iqn iinber� SUMIUB!� III fi:eii:suii11,)ate: illlii,Xll Special QualificAtiawns Building �,Jceiisee let ,4Bili ls Licensee Information Nainne: M4b Address: C(!wnty: [Jcense 1111alIflriig�! C,b:i,mLy�� L icarlisle ryIpe: irka iriii lin. : 11.1censle Muirindl,,*in IL31cieriw tirte, Date: SpedalQualifications Electrical 11*5pectar RA . 1IBI14AII SHANKEIR PO ASAID (PriI Name) �'.Priwate,hddiress* *lPirivateAddress* *Private Address4l *171rivatleAddiress'K *III:Dw--i%rateAddires,.r,* standard Inspector Inspector BM6096 Current,Active 03126/2008 11/30/2021 Qualification Effective 03/26/2008 VIGIRASS, GARY JOIE (Primary I 5896 1 IFAVIAN "E I ST ILUJO IIE Florida 34986 SY. LU IE 5896 1 FAVIANAVE POI T. LUCITE IFIL 34986 ST. LUCIE Standaiw,d Inspector D1511I BN66!5!5 Current,Active 04/17.1 2f.11.1 5 1.1/30/2021 Quaiii caUon IEffecdve 04/17/2015 . . ......... . .. . ........ . ..... Universal EnginParl'gg 'b9JTO'TM'585 1L 4" FAwAmmmmm a 1icel,11111sele [)etails Licensee Information Name: VIGRASS, GARY )OF. (111:�iw,fiiwnary Name) ;q aln Addrem 5W)6 HW IF:AVIAN AVIII!,::: PORT' ST LIII: PCIE F:Iowida 34986 County: ST. LUCIE Ucensie Ilmullullg-, 15896 NW F:!"IAN `III,,, PORT SL LUCIE IF111. 34986 County: ST. � UCII.E.. ijcense�i im:aticin : License Information Stag idaiii-d Immilled or I.Acenselype'. Standam d Plaws EXaIIIIIIII-Ael' Rank, Plains Exarniner Lkense Illsii.lumimmmlr, PX3589 StatUSv CurrentActive Ucemmm e Date: 04/1.7/2015 Expires: 11130/2021, Special Qualifications EleclxicW Qualification Effective 04/1,7/201.5 I iceinsee Details Licensee Information Narm@:� MONT(WA, M"R,ON VICENTE (PirimarV Uome) Main, Adchesp- *PrIvate Address* Private Address* *Privatp Address* *Pwivate Address* "ItPletvate Address* Umnse Maffirkg: L.. cen%flocablon „. License In-ftwmation N jCefljE;e Jyrpe: Stag idaiii-d Immilled or Rank: Inspec.tior I kxllnsulNumbier: BN7899 status: Curre,114AICAVe, � icensure Date: 12/16/2019 Expires: 11/30/2021 Spec[M Qualifications Qualification Effective 11111milding 12•/'J 6/201. Universal Engineering Sciences Page 593 of 985 �i�l� iiiiipiiiu� ' "" �,��IIIII'�Illlllllllllillllllllllllllllllllllllliiiiiiiiiiiiiiiiiiuuuuuuuuuuuuumiiiii�, I Maillirg: I -fype: I LlcicMnse Nuii,nher': Stabjis� Building I ice!ii'mee Details Licensee Information N a rri le � flaiii'kAddiiress� cq,mintry: L.k:einse MaiHngi: 1.1cerisd tlxzUorr BAR,,.10INS0, GASTII[l � IN (Primairy Mamma) *Private Address* Virivate.Address* *Pirlvatae Address* *Pirlvate Address* *Private Address* *Private Address* *Private Address* *Private Address* *Private Address* *Private Address* Stain daird Inspector Drispeclor BM6390 Current,Active 03/28/201.2 11/30/2021 Qualification Effective 03/28/2G12 SAWCHUIK, KYILE PATRICK (Pirfirnary Name) 2657 MIDDLE RIVER IDIR SUITE I FORT LAUDERDALE Florida 33306 BROWARD License ]information III icen"ie rype StaiI InSpeCt,011' 11insIlIpectior BIM7992 CurrenIa I ir!einsVire. Date, D3/31/2020 Expiiires i.1. 3 Of 202-t 'S jxal Quali scations Qualification Effective fluilldijinig 03/3112920 ............... ............ . . ..... . ........ ...................... Universal Enginepring, Wan age 85 I IItenseeDetails Licensee Information Name: Mah ddrew COMIty,� Ucense:III' aMng: I icenscA aicaltion : License Information 11(�Iei,lsie Tipp: Rain Ilk License Nurnber Status: Lic:ensur IDate: spedal Qualffication r, Romilkilinig SAVIOCI.R.0111K. KIii PATRICK, (Puimary Nnime), 2657 MIID111")LIII1::::RIAfER IIIM SUFFE I FORT E F:Iorlda 3i ,10 BROWARD Standard Plans II:..:.xa:rnIroer" Plans EXEM I I . I'leit" PX.4440 Owrent,Actu've 02/27/2020 11/30/2021 QUalification Effective 02/2712020 Universal Engineering Sciences Page 595 of 985 ^�� ����1� C'�m 4'i.,, uifiidullli��lui°i�'juu illlliilllii��ll�l�illliluiii�iiuuuuuuuuuuuuumiiuuu Client#: 1405231 131 U NIVEENG PATE (MDDlYYYY) -: ACORD- CERTIFICATE OF LIABILITY INSURANCE MI211112020 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($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: ff the certificate holder is an ADDITIONAL INSURED, the policy (ias) must have ADDITIONAL INSURED provision11 so 11 r be on11 doread. 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 endomement(s). PRODUCER McGriff Insurance Services PHONE 407 691-9600 T 888-6354183 PO Box 4927 r.An L Eay' I";INRI .. Orlando, FL 32802-4927 A �: 407691.9600INeur:Ea)aenPForadNccoyEwDE.. _ ..... wuCe... INSURER A: Valley Forge Insurance Company ,20508 ......., INSURED INSURER B : National Fire Insurance Co of Hartford 20478 Universal Engineering Sciences LLC ..,, 3532 Maggie Blvd. INSURER c : Various Camera -Sea Deseripdon .. .... ....... INSURER D Orlando, FL 32811 COVERAGES CERTIFICATE NUMBER: 20121 Master BAIIBWS 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. NSR .... .... .ill, .. .POIJCY EFF POLICY .TR TYPE OF INSURANCE INSP yyyp ; POLICY NUMBER,,, A X COMMERCIAL GENERAL LIABILITY M, " 6075841134 1/0112020 01/0112021 EACH OCCURRENCE $1,040440 .. _ NI'NTED CLAIMS -MADE DCDurt �� is. U499! �f ,., r100a000 a X Incl X1,CLV ... , MEb EXP I++� one i9+�a'+;r 515,000 GENq'L AGGREGATE LIMIT APPLIES PER: ',, '', 'GENERALAGGREGATf ;S POLICY FX PRO -J CT LOC PRODUCTS COMPlDPAGG S DTHER: S B AUTOMOBILE LIABILITY „ .. „6075841120 110112020 01/01/2021, M a� SINGLE LIMIT I _ X ANY AUTO BODILY INJURY $ OWNED SCHEDULED AUTOS ONLY AUTOS I ,. ,,,.. .., BODILY INJURY (PeracddeM. ) $ - ._w_... _..__ 4 ' HIRED I NON -OWNED PROPERIY�$AMAGE s „ AUTOS ONLY P AUTOS ONLY ,_(EfpccidpntL . UMBRELLA LIAR X OCCUR See Description 110112020 01/01/2021 EACH OCCURRENCE , S EXCESSCLAIMS-MADE for Excess lab AG RETENION Rfom On OERSCOMP , ,,,-,' PER,.,OA X,Y!N AND EMPLOYERS! LIABILITY ..G..SThnPT'TEJ-D 'ANY PROPRIETORIPARTNERIEXECUTIVEE. L. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? ® N!A' ----- -- --- „- (MandatoryinNH) If yos, deacdbe under yE.L.,�ISEASE-EA,EMPLOYEE,,S !. DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT -$ DESCRIPTION OF OPERATIONS! LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached H more space Is required) `Additional Insured status is granted with respect to General Liability if required by written contract per "Blanket Additional Insured -Owners, Lessees or Contractors -with Products -Completed Operations Coverage Endorsement" Form #CNA75079XX 10116. Primary and Non -Contributory status is granted with respects to General Liability if required by written (See Attached Descriptions) Proof of Insurance for SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Information Purposes Only ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ®1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) 1 of 2 The ACORD name and logo are registered marks of ACORD #S25184452IM25113912 PSBE A o, DESCRIPTIONS (Continued from Page 1) contract per "Architects, Engineers and Surveyors General Liability Extension Endorsement" Form #CNA74858 01115. Per Project Aggregate status Is granted as respects to General Liability as per "General Aggregate Limit - Per Project Endorsement" Form #CNA75061 01115. Contractual Liability as respects to General Liability as per Commercial General Liability Coverage Form form #CG0001 04113. "Additional Insured status is granted with respects to Automobile Liability policy on a primary basis with regard to the operations of the named insured if required by written contract per endorsement "Business Auto Coverage Form" form #CA0001 10113. "Waiver of Subrogation status Is granted with respects to General Liability If required by written contract per "Architects, Engineers and Surveyors General Liability Extension Endorsement" Form #CNA74858 01115. `Waiver of Subrogation status Is granted with respects to Workers Compensation If required by written contract per Waiver of Our Rights to Recover from Others Endorsement, form #WC000313. `Waiver of Subrogation status Is granted with respects to Automobile Liability If required by written contract per "Business Auto Coverage Form" form #CA0001 10113. Excess policies follow form of the underlying policies. EXCESS LIABILITY COVERAGES: Excess Liability Policy over General Liability: Firemans Fund Insurance Company (NAIC# 21873) Policy # USL004132201 Policy term 14-2020 to 1-1-2021 Provides an additional $9,000,000 per Occurrence, $9,000,000 per Aggregate, excess liability layer above the underlying $1,000,000 occurrence liability Iimlts152,000,000 aggregate liability limit provided by primary General Liability policy with Valley Forge Insurance Company, policy #6075841134. Excess Liability Policy over Auto Liability and Employers Liability: Endurance Assurance Corporation (NAIC#11551) Policy # EXC30000530702 Policy term 14-2020 to 1-1-2021 Provides an additional $1,000,000 excess automobile liability layer above the underlying $1,000,000 liability limits provided by primary automobile policy with National Fire Insurance of Hartford #6075841120. (Aggregate Limit where applicable) Excess Liability Policy over Auto Liability and Employers Liability: Landmark American Insurance Company (NAIC#33138) Policy # LHAOSS510 Pol Icy term 1-1-2020 to 1-1-2021 Provides an additional $4,000,000 excess automobile liability layer above the underlying $1,000,000 automobile liability limits provided by Endurance Assurance Corporation Policy # EXC30000530702. (Aggregate Limit where applicable) SAGITTA 25.3 (2018103) 2 of 2 #S251844521M25113912 Universal Engineering Sciences Page 597 of 985 IWAAMMKIMEEM UNIVENG-01 CERTIFICATE OF LIABILITY INSURANCE DATE fMMrDDnmrr)2/1112020 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. — __.-------------- — --------- ..._....._ ........2222....... ...., ...nLL 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 rlghjs to the certi#icate holder In lieu of such endorsemantfs). ® .................. PRODUCER FAX Ames & Gough 8300 Greensboro Drive PAlC No E,nI X703 827-2277 p ,Noj:(703) 827-2279 Suite 980 I Rt admin@amesgough.com McLean, VA 22102 INSURERpS),APPORDING COVERAGE MAIC Y , INSURED INSURERB ,,,, ,,,,,: 2222, ,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,, ,,,,, ,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,, Universal Engineering Sciences, LLC INSURER c; , ,,,,,, ---- 3532 Maggie Blvd INSURER D: Orlando, FL 32811-6697 2222_____ ________ INSURER F: _ ... ,,,.n,. COVERAGES _CERTIFICATE NUMBER _2222.__ ..... _2222 ....... R"' P9,N NIS" „„ 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 AODLSUBR, TYPE OF INS hY:... POLICY NUMBER ... POLICYEFF POUCYEXP ... .. LIMITS ., f LIMITS ,�, M---- ,,,, o,...-.. 2222 COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE CLAIMS -MADE OCCUR '.. , OAMA E TO RENTED ...._..... . Law�iAd�w �PI,r Iu,n��wN _J . '.., „PERS ONALSADVINJURY„ , $,,, ,,_, bEN'L AGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE POLICY ❑ j L] LOC PRODUCTS-COMPIOPAGG , ) SINGLE LIMIT AUTOMOBILE LIABILITYMBINED .,V&4"widaumll ,,,,,,,,,,,,,,,,,,,,--- ,,, , , ,,,, $„ , , „ , 2222,, ANY AUTO BODILY INJURY �Perpwrsan 1, OWNED ''.. SCHEDULED AUTOS ONLY AUUTNOSSW�JEp &10ILY INJI)RY.. QPer ecddgpt, AUTOS ONLY , , , , AL7T05 OS .IPS euE.iRd y",:IAMAGE, , . $ .. ,... , , . _. V ... ,,,.,, .. ,. 2222 ,»,m„ ,»»„�, mam®�...... ............................______..- .......___.__-.._.......___......__w_..._—..__ 2222 UMBRELLA LIAB ; OCCUR EACHOCCURRENCE Ti EXCESS LIAO CLAIMS -MADE. ,, , , , , , ,,,,,,, .., , AGGREGATE ,w, il, , RETENTION $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILRY YIN ANY PRgPRIETORI EXCLUDED? NIA EXCLUDED? E.L. EACH ACCIDENT ,.. 2222 I,I 2222 22_22. �hliedatoMrin NM 2222. rY ) EL,_DISEASE -EA EMPLOYEW,,I If yes, describe under _Primt��'essio�n AGF ., .. 2222.... . P ec.:AI iib. A Professional Llab. MKLV7PL0003969 11112020 7!1!2021 'Per GlaimlAggregate 1,000,000 laim Aggreg DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES f ACORD 101, AddRionel Remarks Schadula, may he atlaohad N more spats Is requhad) ,. ..... ... 2222 --- 2222 22.... _-2_2- . Evidence of Coverage SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD • e '.�- •: a •: Page 599 of 985 1W 11 ASWANEMEM, For nearly six decades, Universal Engineering Sciences (UES) has provided essential engineering services throughout the United States, including Building Code Compliance, Geotechnical Engineering, Construction Materials Testing & Inspection, Environmental, and Building Envelope. Experienced and proven, UES is considered a pioneer of the industry and stands at the forefront of emerging technology, best practices, and influential legislature. Our work includes both public and private clients and consists of projects ranging from transportation and healthcare to commercial and education. Our engineers, geologists, certified inspectors, and scientists offer an unwavering commitment to excellence, approaching each project as an opportunity to cultivate enduring relationships with our clients. Built on experience and driven by a determination to see our clients through to success, UES remains focused, optimistic, and grounded in excellence. t' t If you take care of your employees and take care of your clients, the rest will take care of itself." —Mark Israel, President N 10 A rdµIHIIIA;D 11RIESOURCES R UES is well -versed in the Florida statutory code compliance nuances and has over 17 years of experience in providing both private provider code compliance services and city/county building department services. With a growing demand for construction plans review and inspection services, UES has become the most reliable, cost-effective resource for government extension assistance. We provide expert assistance to our municipal clients to help them improve their level of service to the community while simultaneously reducing their operational cost. Our staff is certified to meet all the requirements of Florida Statute Chapters 468 Part XIII, 471, 481, and 633, as well as Florida Building Code Chapters 18 and 134, and can ensure compliance with local, state, and federal codes as well as the City building safety staff any other applicable Chapters of the County Planning and Development Department's codes and ordinances. Our r Ipa quo Ife � � s u Il�� I s t�If �If on s fl s Ls c df III." � u.� Ih bii.... 1. °..,fin o s tcases, sui 'a ° the as, tate ul�il U'ie ��III..I � stated II..°� Wth l .�. �' ° ' fl II"�i a ' i�� III�'� � I� II "'. aIII iIf �i . u , �u: II" � ' i e pIIIleIIri 10 LJIIIA IIE Illi IIL 1111"°UIEw We understand that we will be providing Building Official Services for the City of Boynton Beach. All of our building officials are State of Florida Certificated as a Building Code Administrators and many hold several other certifications such as those for fire and electrical. INSPECTION CREDENTIALS: is Master Code Professional (International Code Council) Certified Building Official (International Code Council) Certified Building Official (Council of American Building Officials) Code Enforcement and Administration Professional (Southern Building Code Congress International) UES IS CAPABLE OF PROVIDING THE FOLLOWING BUILDING CODE SERVICES: Private Provider Inspection and Plan Review Services Quality Assurance Services Punchlist Origination Services Threshold/Balcony Inspection Services Due Diligence/Property Condition Assessment Services Window Testing Blower DoorTesting Stucco Evaluations Photometric Studies * Green Building Evaluation Sound Measurements Universal Engineering Sciences Page 601 of 985 IEW PF ANNNEMMM 11" 1E C 14 1' !N IC III., Q U II IP M IIE I IN Il1PA.11IIll I"°IIIc°"I� �IIE UES relies upon a comprehensive system of software, both licensed and proprietary, to successfully manage our day-to-day operations and all aspects of a project. At the top level, our company utilizes Microsoft Windows 10 on all PCs in conjunction with Office 365, Sophos Cyber Security, Fortinet Firewall and Ransomware, a secured VPN, and GoToMeeting. But, at the center of our operations side lies Deltek Vision. Vision is an established industry standard and used extensively throughout the A/EIC community. This software serves as our main database capturing every project detail, such as the scope of work, duration, subconsultants used, and primary personnel. It also houses all of our client - base information and allows for detailed report generation. Another important function of Vision is billing. The book-keeping capabilities of this component are made possible due to the massive amount of captured project and client information. To ensure that all of these systems work seamlessly together, UES has on staff a full-time Application Business Analyst and Software Developer. Field Data Collection (FDC) is proprietary software used by UES technicians to gather testing data. Following a client's request for service, a work -order will immediately be created, and a UES field technician will be scheduled and dispatched to the test site. For this task a second piece of proprietary software entitled Dispatch is used to manage all incoming requests, the subsequent work -orders, as well as the progress of the technician and the tracking of the samples. With the use of remote devices in the field, the information gathered by the technicians is saved and transmitted to our office where, in conjunction with samples taken from the field, lab tests are performed and recorded. The resulting data is uploaded to our dispatch and scheduling application where reports are generated and reviewed by a project manager for quality. Once approved, the reports are then sent electronically to the client. This entire process begins and ends with the client—a fact that every UES employee involved in the process understands and strives to deliver fast, accurate results. THE FLEET UES has made it a point to own all of the equipment and vehicles that we use. This lack of debt contributes to our financial stability and gives our field crews and technicians a sense of pride and ownership resulting in better upkeep and care given to our vehicles. GREEN VEHICLES UES utilizes a private fleet of 60 field vehicles most of which have been converted to run on propane. This fuel source burns clean and has far less emissions than traditional gasoline or diesel powered engines. We have also developed a Remote Data Collection and Transmission System for our field reporting, which substantially reduces travel to and from our office by our field staff. Saving fuel diminishes our carbon footprint, increases productivity while reducing overhead, and leads to quicker report turnaround from the draft field to signed and sealed reports. INCYRIKI 0A DO,IIN'IH IIEI11: II11 NM UES will be a reliable, trusted, and proven partner to the City. Our in-depth experience and ability to respond to the needs of a project by extending our own staff and resources results in a much more fiscally -lean and efficient project. We have proven that we know how to scale our business, staff, and resources to appropriately and responsibly meet the demands of our clients through countless successful contracts. We are committed to providing ample resources to this contract (backed by the entire firm) to ensure timely and efficient responses to any task presented by the City. This contract will be serviced from our Delray Beach office. This branch, like most of our branches, possess a robust Building Inspections Department comprised of an ever-growing pool of certified building inspectors. JgUNIVERSAL Page 603 of 985 �vuoui� I���V' �" ugii,�� � �,i�(iiiiilll�hllllliii�llllllllllllllllllllllluuuugii IYES 011GANIZATIONAL CH&RT Michael Mayall* Michael Mayall* George Dixon* Dennis Hanrahan* Gary Vigrass Carl Crook* Nelson Aguilar* Jack Bothe Mayron Montoya Gaston Alonso John Fairbanks* Shanker Rajbhandari* * Key personnel resumes provided. Michael Mayall* George Dixon* GaryVigrass Kyle Sawchuk Dennis Hanrahan* �iillliii �II����II� i'���II�10PVVi 1il'i' iiiiii��llllllllllllllll �I,!I� III IIID � �l��wiuW�l����liiil�lllll lll��l��l�ll���ll til iiil'iilllliii � ILII Illlilllii,l George • opic Mr. Dixon has over 30 years of experience in the Construction Code Compliance profession. He is a Florida -licensed building code administrator, plans examiner, inspector, and certified floodplain manager (CFM). His professional career includes over 30 years of service as a municipal code compliance building code administrator, inspector, and plans examiner performing building code compliance inspection and plans examination, as well as managing building departments. His industry experience has involved various types of commercial and residential building construction ranging from small, single-family dwellings to large multi -story and multi -family structures. His main responsibilities as a building inspector/plans examiner include inspecting for code compliance and quality assurance per the approved plans, documents and project specifications; generating field reports for any code or specifications violations; and meeting with contractors to resolve field issues. Mr. Dixon's extensive code compliance administration career includes over ten (10) years serving the Leon County and the City of Tallahassee Building Departments as Combination Inspector. His duties included technical and administrative work related to permitted projects to ensure code compliance and enforcement of approved plans and specifications. As a building inspector/plans examiner, he has performed all trades (except commercial electrical) inspection on residential and commercial projects. His professional expertise includes inspection services in all trades for one- and two-family dwellings as well as commercial building, mechanical, plumbing, and gas inspections to verify compliance with the Florida Building Codes. Mr. Dixon served as a Deputy Building Official for Palm Beach County prior to accepting a position with an engineering firm to work in the private sector in 2002. He has worked in many states around the country providing similar code -compliance services for several jurisdictions. Mr. Dixon has extensive experience performing code compliance inspections and plan reviews on educational facilities. Work on educational facilities includes projects for the University of Central Florida, Valencia State College, State College of Florida, Manatee School District, Osceola School District, Charlotte School Districts and others. Recent experience includes serving as the Building Code Administrator for Florida Gulf Coast University and the School District of Lee County. Mr. Dixon has completed the certification requirements of the Department of Education and is current with all SREF requirements. Mr. Dixon has served as a Florida -certified building official (CBO), plans examiner, and inspector for multiple school jurisdictions. He has significant knowledge of State Requirements for Educational Facilities (SREF) and accessibility codes and standards. Academic Building #9, Florida Gulf Coast University, Florida Code Compliance Plan Review, Building Code Administrator, Ft Myers, Florida Mr. Dixon provided services as the Building Code Administrator and plans examiner to the University for this 4 -story Academic classroom building. New Traffic Control Tower for the Ft. Myers Regional Airport; Code Compliance Plan Review, Ft Myers, Florida Mr. Dixon conducted private provider code compliance plan review services for this large construction project.The new tower is approximately 200 feet tall and includes an adjacent equipment building and staff offices. Universal Engineering Sciences Page 605 of 985 P EV AdEMENEIM Berkeley Preparatory School Tampa; Florida Code Compliance Plan Review and Inspections; 2017 Tampa, Florida Mr. Dixon provided plan review and inspection services for renovation for a private preparatory school in 4 phases. Preserve at Sabal Park -Tampa; Florida Code Compliance Consulting, Plan Review, and Inspections Tampa, Florida Mr. Dixon provided consulting services as well as plan review and inspection services for a multi -story; multi - building affordable housing project following HUD guidelines for a private developer. Luminary Hotel Project for; Mainsail Development, LLC; Florida Code Compliance Plan Review and Inspection services Ft. Myers, Florida Mr. Dixon provided building code compliance services for a 7 -story hotel project with a 4 -story parking garage in Ft. Myers, Florida. Mattamy Homes Condominium Project in Collier County; Florida Code Compliance Plan Review and Inspection services Naples, Florida Mr. Dixon provided plan review and inspection services to the Mattamy Homes for a 3 -story multi -unit condominium project in Naples, Florida. Dwelling Inspector Accessibility1 & 2 Family Dwelling Plans Examiner • • Building • r. Analyst Building ••. Administrator,k Building Inspector B • - r • Plans Certified Building Official Certified Floodplain Manager Commercialw Coastal Construction Inspector i10 Commercial Combination Inspector •' • Sarasota Memorial Hospital Addition; Florida Code Compliance Plan Review and Inspection services Sarasota, Florida Mr. Dixon provided plan review and inspection services for a multi -story addition and facade renovation for Sarasota Memorial Hospital in Sarasota, Florida. Sarasota County Government; Florida Code Compliance Plan Review and Inspection Services Hillsborough County, Florida Mr. Dixon provided plan review and inspection services as supplemental staff for Sarasota County government in an on-going current contract for Universal Engineering Sciences. Sentosa Riverview; Florida Code Compliance Plan Review and Inspection Services Hillsborough County, Florida Mr. Dixon provided plan review and inspection services for a multi -building multi -story new apartment complex in Hillsborough County, Florida. Oasis Projects for Picerne Development in Sarasota and Manatee Counties; Florida Code Compliance Plan Review and Inspection Services Sarasota and Manatee Counties, Florida Mr. Dixon provided plan review and inspection services for multiple new apartment complexes for a developer for projects in both Sarasota and Manatee County Florida. Commercial• - •Inspector• Master •• Professional • Mechanical •. Analyst Mechanical Inspector Mechanical Plans Examiner Plumbing •• Analyst - Plumbing • Plumbing P Rehabilitation H! • Inspector Residential Residential Combination Inspector FLORIDA DEPT. OF BUSINESS AND PROFESSIONAL REGULATION BuildingodAdministrator, Building Plans Examiner Plumbing Mechanical Plans Examiner 4FamilyDwelling Plans Examiner Building• Inspector Inspector• Mechanical • Plumbing •^ • Dwelling Inspector ConstructionCoastal •` o Michael Mayall Code Compliance Services Manager/ Inspector/ Plans Examiner Mr. Mayall has over twenty-nine years of experienceenforcing construction codes for municipal and private employers along with thirteen years of experience|n the construction and maintenance industries, including ten years in supervision and construction management. Hehas been the superintendent Vfprojects from convenience stores to shopping centers and high-rise medical offices. Mr. Mayall also has thorough knowledge of construction practices and building, energy, plumbing, mechanical, electrical, and fire codes. @hghtline West Palm Beach Station West Palm Beach, FL that will connect Miami to Orlando in three hours.The West Palm Beach Stati . on project includes a 2 -story commuter rail station with a footprint of approximately 60,000 square feet, a 12 -story residential tower, and an 8 -story parking garage in the heart of downtown. The estimated total cost for the West Palm Beach Station is $29 million. We provided licensed plan review services in accordance with the Florida Building Code for the structural, mechanical, electrical, plumbing, and building disciplines. We provided private provider inspections for all building, mechanical, electrical, plumbing, and gas components. We provided threshold inspections for all reinforcing steel placement, shoring and re -shoring inspection verification, concrete and grout placement monitoring, pre and post fill cell grouting, and structural steel performing Private Provider Plan Review BrightUineFort Lauderdale Station Ft. Lauderdale, FL The BhghdineFort Lauderdale Station b part ofthe new high speed train system that will connect Miami toOrlando |n three hours, The Fort Lauderdale Station isa2-u1orycommuter rail station and has afootprint nfapproximately 6O,00O square feet.The estimated total cost forthe Fort Lauderdale Station is $14.6 million. This project also included the construction of a seven -story pre -cast parking garage with pre -topped double were responsible for providing private provider inspections for all building, reinforcing steel placement, shoring an and grout placement monitoring, pre and post fill cell grouting, and structural steel inspections, and licensed plan review services in accordance with the Florida Building Code for the structural, mechanical, electrical, plumbing, and building disciplines, as well as used for the project. We also provided geotechnical engineering services for vibration monitoring. Mr. Mayall was responsible for performing Private Pier 66,Pelican Landing Ft. Lauderdale, B This project consisted ofrenovations tn anexisting two-story building located inFort Lauderdale, Florida. VYeprovided alicensed plans examiner tnperform Private Provider Plan Review services |n accordance with the Florida Building Code for the Structural, Mechanical, Electrical, Universal Engineering 1W ANKINNEEM Gas disciplines. Mr. Mayall was responsible for performing Private Provider Plan Review services. Ft. Lauderdale, FL This project consists of the new construction of a seven story mixed-use office, retail, and restaurant building with a footprint area of approximately 94,532 -square feet and an eight -story parking garage with approximately ,J,_gA. 34A.U? Fe4eet_ to provide the necessary plans review or the project for the Structural, Mechanical, Electrical, Plumbing, and Building disciplines. We are providing licensed inspectors to perform Private Provider Inspections as required by the City of Fort Lauderdale for the Structural, Mechanical, Electrical, Plumbing, and Building disciplines. We are providing licensed inspectors to perform Threshold and and re -shoring inspection verification, concrete and grout placement monitoring, pre and post fill cell grouting, structural steel, exterior windows and doors, precast rnirrptpwi-it ivaso-irv, ani weld and bolt Wit so and a certified laboratory to complete Construction used for the project. Mr. Mayall was responsible for performing Private Provider Plan Review services. This project consisted of the new construction of an eleven -story condominium building with ground floor lobby, amenity, and common areas, and parking on levels 1, 2, 3, and 4. The building is approximately 146,470 total square feet. Our services included Private Provider Plan 12pvipty- PnvatP41rw14Pr I-isnectio-is. I I WON W 1. W11 W t I k NEK k r! 14, N.A. W., Cable Elongation Monitoring, Environmental Consulting, and Ground Penetrating Radar Survey. Mr. Mayall was responsible for performing Private Provider Plan Review services. Altis at Fairway Commons Boca Raton, FL This project consisted of the new construction of a story, 398 unit building located in Boca Raton, Florida. The footprint area is approximately 772,464 -square feet. We provided a licensed plans examiner to perform Private Provider Plans Review services in accordance with the Florida Building Code for the Structural, Mechanical, Electrical, Plumbing, and Building Disciplines. Additionally, WE X-rteii&i lic6nstif insXzctiors tit Adrfit.rm Prieatz Pr*yi.ve-T Inspection services for the Building, Electrical, Plumbing, Mechanical, and Gas disciplines. We also provided licensed inspectors to complete Threshold Inspections for Reinforcing Steel Placement, Shoring and re-shorIng inspection verification, concrete and grout placement monitoring, pre and post fill cell grouting, and structural steel. Mr. Mayall was responsible for performing Private Provider Plan Review services. Universal Engineering Sciences Page 608 of 985 Carl Crook Building Inspector / Duly Authorized Representative Mr. Crook isoBuilding Inspector with over nineteen years of experienceperfonning inspections within the construction industry. His project empehennerangesfrom single -story residential structures tocomplex, high rise commercial and residential projects. His responsibilities include performing Threshold Inspections and Special Inspections for various projects. City of Boynton Beach Police Headquarters Boynton Beach, FL This project consists of the new construction of a police station for the Ridge Road and Gateway Boulevard. The structure will be a combination of a approximately 58,234 -square feet. We performed a Geotechnical Exploration test borings to depths ranging from 10 to 25 feet below grade. In addition, two exfiltration tests to depths of 10 feet below existing grade were performed We are providing engineering field technicians and a certified laboratory to complete Construction Materials Testing services for all soil and concrete material utilized for the project. We are also providing licensed inspectors to complete special inspections. Mr. Crook is responsible for performing special inspections for the project. City of Boynton Beach City Hall &Ubrary Boynton Beach, FL This project consists ofthe new construction ofafour-story tilt wall and structural steel building and associated site work. The building will beapproximately 11O,O00sQuanefeet. VVeare providing licensed inspectors tucomplete Threshold Inspections for reinforcing steel placement, shoring and re -shoring inspection verification, concrete and grout placement monitoring, pre and post fill cell Fire Proofing Inspections. Mr. Crook is responsible for performing threshold for the project. The Club at Boynton Beach Boynton Beach, FL This project consisted of the new construction of a six -story assisted living facility and associated site work located in Boynton Beach, Florida.The building is approximately 72,489 -square feet. We provided licensed inspectors to perform Threshold Inspection services for all reinforcing steel placement, shoring and re -shoring inspection verification, concrete and grout placement monitoring, pre and post -fill cell grouting, and structural steel. We performed a Geotechnical Exploration consisting of four standard penetration test borings to depths of 35 -feet below existing grade. We provided a licensed inspector to monitor the post -tensioned cable stressing, measuring, and recording of the cable elongations. We provided engineering field technicians and a certified laboratory to perform Construction Materials Testing services for all soils and concrete material utilizec a geotechnical field technician to performed confirmation borin s =atthe Universal Engineering Sciences ti ��uiIl��JI�_iu ;i upii ii 9111111111 � �. iu, � u 4 il; w �� IiN4V � � vl � .,j�lu�iilll uuuuuuupl. Nelson Aguilar Mr. Aguilar is a Building Inspector with over two years of experience performing inspections within the construction industry. His project experience ranges from I* _WWI 16NOWN, I W "11 W• OW Inspections for various projects. PROJECT EXPERIENCE 550 Building and Parking Garage Fort Lauderdale, FL This project consists of the new construction of a seven story mixed-use office, retail, and restaurant building with a !•`• •• ri nt a rea of a pproxi mate ly 94,532 -square feet and an eight -story parking garage with approximately 245,943 -sq u a re feet. We p r4 ed a licensed plans reviewer to provide the necessary plans review or the project for the Structural, Mechanical, Electrical, Plumbing, and Building disciplines. GFA is providing licensed inspectors to perform Private Provider Inspections as required by the City of Fort Lauderdale for the Structural, Mechanical, Electrical, providing licensed inspectors to perform Threshold and Special Inspections for reinforcing steel placement, shoring and re -shoring inspection verification, 4-f afw�A pre and post fill cell grouting, structural concrete units, engineered unit masonry, and weld and bolt connections. We are providing engineering field technicians and a •. .o• to complete Construction Materials Testing services lor all soils and concrete material used for the project. Mr. Aguilar is responsible lor performing Threshold and Special Inspections for the project. Belmont Village Fort Lauderdale, FL This project consists of the new construction of a high-rise structure wit that will be used as an assisted senior living facility.The building footprint is approximately 322,789 -square feet. We perform pile installation monitoring. We provided engineering field technicians and a certified laboratory to perform MUMM UL6'LW.M BA 111 W _WW_WUrA1 J'3dF1ff=.# i project. We provided licensed inspectors 1,91 . a W, -I- 'I- . !. -III I tensioned cable elongation monitoring. Mr. Aguilar is responsible for performing project. 790 E. Broward Fort Lauderdale, FL This project consists of the new an 8 -story podium consisting of retail, parking, amenity, and residential areas, plus a 17 -story tower with residential units. The building will be approximately 660,835 -square feet. Our services include Private Provider Plan Review, Private Provider Inspections, Threshold Inspections, Geotechnical Engineering, Construction Materials Testing, and Post Tensioned Cable Elongation Monitoring. Mr. Aguilar is responsible for performing Threshold Inspections for the project. Universal Engineering Sciences Page 612 of 985 Jack Bothe Mr. Bothe is a Building Inspector with over twelve years of experience performing inspections within the construction industry. His project experience ranges from single -story residential structures to complex, high rise commercial and residential projects. His responsibilities include performing Threshold Inspections and Special Inspections for various projects. PROJECT EXPERIENCE 201 East Las Olas Fort Lauderdale, FL The 201 East Las Olas project consists of the new construction of a 4,349,040 ft2, 25 -story, class A office tower including 373,400 square feet of office space and 16,500 square feet of ground -floor retail and an associated parking structure. The project sits in the spot where Broward College long had a downtown campus. Our services include Environmental Consulting, Geotechnical Engineering, Pile installation Monitoring, Construction Materials Testing, Threshold Inspections, and Post -Tensioned Cable Elongation Monitoring. Mr. Bothe is responsible for performing Threshold Inspections for the project. Belmont Village Fort Lauderdale, FL This project consists of the new construction of a high-rise structure with 8 residential floors over 4 levels of garage that will be used as an assisted senior living facility.The building footprint is approximately 322,789 -square feet. We provided engineering field technicians to perform pile installation monitoring. We provided engineering field technicians and a certified laboratory to perform construction materials testing services for all soils and concrete material used for the project. We provided licensed inspectors to perform threshold inspections and post tensioned cable elongation monitoring. Mr. Bothe is responsible for performing Threshold and Special Inspections for the project. 212 SE 2nd Avenue Fort Lauderdale, FL This project consists of the new construction of a proposed twenty- seven story mixed-use retail and office building with a parking garage.The building is approximately 766,940 -square feet. Our services include geotechnical engineering, environmental consulting, ground penetrating radar survey, pre and post construction video survey, vibration monitoring, pile installation monitoring, construction materials testing, threshold inspections, floor flatness testing, and post -tensioned cable elongation monitoring. Mr. Bothe is responsible for performing Threshold and Special Inspections for the project. Universal Engineering Sciences Page 613 of 985 John G. Fairbanks -11 Building Inspector John Fairbanks has over 38years of experience|nthe construction industry. Heblicensed bvthe state ofFlorida under Chapter 488asaCertified Building Inspector. His responsibilities range from structural inspections for reinforced concrete elements and cast -in-place concrete placement, to interior tenant framing inspections for commercial, residential, and retail buildings. City of Ft. Lauderdale Ft. Lauderdale, Florida John oversaw building construction, ensured construction meets local and national building codes, made sure construction meets plans that were approved, monitored construction sites Universal Engineering Sciences Project Engineer 11& Building Inspector Sbanker has 17years ofexperience |nGeotechnical Engineering, Construction Materials Testing, and Structural Inspection services. His extensive experience |n performing inspections and testing include; soil classification, drafting, soil boring, log preparation, structural inspections for reinforced concrete elements and cast - in -place concrete placement. Shanker's geotechnical exploration and structural inspection projects hawerangedfrorncommercia|,neuidentia|.mndgmvernmenLa| building projects tngovernmentsec1nrroadways,schoo|s,andairports.AdditiVnaUy, he has experience in monitoring pile load tests on auger -cast -piles, production pile installation and reinforced concrete masonry unit wall construction inspection and has experience recording temperature data from thermocouples on mass concrete projects. PROJECT EXPERIENCE Turnpike Crossing Bldg #1&02 Palm Beach Counf)� Florida Shanker completed this project in 2016. The projectentailed performing structural inspections for footings, slab -on -grade, concrete tilt -wall panels, and structural steel framing. Additionally, this project included metal roof decking attachments for two 15O,O00square foot warehouse structures. Neighborhood Market #2396 Delray Beach, Florida Shanker completed this project in 2015. He performed structural inspections for footings, slab -on -grade, and concrete masonry unit walls. Additionally, structural steel framing, exterior light -gauge framing, and sheathing square foot grocery store. VA Hospital Parking Garage Addition West Polm Beach, Florida 5hanhercompleted this project in 2Ql2which encompassed performing structural inspections for footings, s|ab-on-grade,cast-in-p|acereinforced columns, welded connections for double Tstructural elements, along with vibration measurements and floor flatness/ levelness surveys (ASTM E -1155-g6). Universal Engineering Sciences 021-241 1-20RW - Supplemental Building Inspections and Plan Review Services Opening Date: November 18, 2020 12:00 PM Closing Date: December 16, 2020 2:30 PM Vendor Details Company Name: Calvin, Giordano & Associates, Inc. Does your company conduct business under any other name? If No yes, please state: 1800 Eller Drive Address: Suite 600 Fort Lauderdale, FL 33316 Contact: Jessica Koehler Email: procurement@cgasolutions.com Phone: 954-921-7781 Fax: 954-921-8807 HST#: 65-0013869 Submission Details Created On: Submitted On: Submitted By: Email: Transaction #: Submitter's IP Address: Bid Number: 021-2411-20RW Wednesday December 09, 2020 16:38:23 Wednesday December 16, 2020 10:48:20 Jessica Koehler procurement@cgasolutions.com 68d8d95f-57cc-4437-91 b1-5b7a6d357cc5 162.252.124.130 Vendor Name: Calvin, Giordano & Associates, Inc. Page 616 of 985 Schedule of Prices The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in this Bid, at the unit prices, and/or lump sums, hereinafter stated. *Denotes a "MANDATORY" field Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner (unless otherwise specified). If the line item and/or table is "NON -MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value. Price Proposal All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage, copies, etc.) Description of ServicesHourly Rate Per Individual °' Estimated Hours Annually Total Annual Cost Single Discipline Field Inspector ,$95 OD00 5613 ._ f$ 533,235.00 .... .:� .w_ ... .....__.—_ ............... ................ Single Discipline Plans Examiner ,$100.0000 2406 $ 240, 600.00 Subtotal:J$ 773,835. 00 Optional Services All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage copies, etc.) Description of Services Hourly Rate Per Individual Multi Discipline Field Inspector $95.0000 .......... ..... ......... ......... ......... ......... � .::.... w„� Multi Discipline Plans Examiner$100.0000 __..................... ...._ ...._.. rcIns Business e ...._ctor ........ ......... ,Application Technician $65.000 0 Price Proposal - COPY All hourly rates provided shall be inclusive of all reimbursable expenses (travel, mileage, copies, etc.) Description of Services Hourly Rate Per I I Estimated Hours Annual/ Individual y y .......... Total An Annual Cost 9 P P $ � � � Sin le Disci line Field Ins ector 95.0000 15613 ����� �� $ 533,235.00 Single Discipline Plans Examiner ; $100 0000 2406 ...... $ 240,600.00 ri ....,.. ,,,,,, ,.,� __ ,._ �m ........ _.........._ _�....... .. ......._ .... .... .... Subtotal: .... ,.$ 773,835.00 ... Summary Table Bid Form 'Amount ... __....................... Price Proposal $ 773,835.00 .... ........ .......... Price Proposal - COPY ., $ 773,835.00 SubtotalContract Amount:$1,547,670.00 Bid Number: 021-2411-20RW Vendor Name: Calvin, Giordano & Associates, Inc. Page 617 of 985 1. Letter of interest The Letter of Interest shall summarizes the Proposer's primary qualifications and a firm commitment to provide the proposed services. Description Response The Letter of Interest ,�„ -.._ ...___.............. ___................__ Letter shall summarizes the Please refer to document in supplemental information Tab 1 Letter of Interest for Proposer's primary qualifications and a firm complete details. commitment to provide the proposed services. 2. Firm's Qualifications Complete and submit Proposer's Qualification Statement, „ ,,,,,.,.. -------------... .. w............... Description �„ �_ Response Complete Proposers Qualification Statement Please refer to document in supplemental information Tab 2 Firm Qualifications for complete details or to the Document Tab with the portal for the completed . .,,,,,,,.. Proposers Qualification Statement. ,,,,,,,,,,.,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,„,,,,,,,,,,,,,,,,,,,,,,,,,,,,,-------- Describe the Firm a rid provide a statement of the Please refer to document in supplemental information Tab 2 Firm Qualifications Firm's qualifications for performing requested for complete details. consulting services ................_ Identify the services, which would be completed by Please refer to document in supplemental information Tab 2 Firm Qualifications your Firm's staff and those that would be provided by for complete details. sub -consultants �sub-consultants _ » Identify any you propose to utilize to Calvin, Giordano & Associates, Inc. is pleased to be able to provide all supplement your Firm's staff services utilizing full-time, in-house staff. ������ ��������e �� .,, ������he If the Principal Place of Business is different than the pWest Services to the City of will be supported and provided out of t CGA location specified in the Proposer's Qualification Palm Beach office (580 Village Boulevard, Suite 325, West Palm Beach, Statement, then proposer shall specify office location Florida 33409), which is only located 18 miles from City Hall. CGA also has where each project will be managed and produced the availability to supplement staff from any of our other locations, if needed. 4. Current and Projected Workload of the Propoer Provide quantitative data that clearly indicates the ability of the Proposer to devote the necessary resources to successfully complete the service and projects in a timely manner. Current and projected workload data shall be provided for each key project member as follows: Response" Current project work .. . ” "� ......--...___ ___......... _........ ____________..____............. listing p 1 g an d remaining labor commitments. Please refer to document in supplemental information Tab 4 Current and Projected Workload for complete details. Historically, describe the typical number of projects handled by the Please refer to document in supplemental information ation Tab 4 Proposer's key project managers at any given time. Current and Projected Workload for complete details. (Projected workload of project management activities as defined in the Please refer to document in supplemental information Tab 4 scope of services. Current and Projected Workload for complete details. Identification of any sub -contracting firms providing significant services Calvin, Giordano & Associates, Inc. is pleased to be able to that may be assigned more than five (5%) of the work. provide all services utilizing full-time, in-house staff. Bid Number: 021-2411-20RW Vendor Name: Calvin, Giordano & Associates, Inc. Page 618 of 985 5. References Provide three (3) governmental agencies references similar in scope contracts for which the Proposer has completed or are in progress within the past three (3) years. The City is interested in learning of other firms' or government agencies' experiences with your firm; as such, please do not list the City of Boynton as a reference. Contact persons must be informed that they are being used as reference and that the City or their designee will be contacting them for information. Selection Committee Members or designee will email and or call each reference up to three (3) times. Descri tion pnce Refere 7 r, _—_ Reference 2 Reference 3 ®__ Reference 4 — Additional _______ Reference 3 — Additional Name of Agency Town of Hillsboro City of Pembroke City of Deerfield Beach City of Lighthouse City of Lauderdale Beach Pines Point Lakes Name of Project: Project:P � Com rehensive Com re --- Comprehensive !Comprehensive Building P Comprehensive j Supplemental Building Code Services Building Code Code Services Building Code inspection and plan ervi Services s Siew Services review seNices Address. 1210 Hillsboro Mile _ 10100 Pines 150 NE 2nd Avenue 2200 NE 38th Street 4300 NW 36th Hillsboro Beach, FL Boulevard Deerfield Beach, FL 33441 Lighthouse Point, FL Street 33062 Pembroke Pines, FL 33064 Lauderdale Lakes, 33426 FL 33319 ate o Service: Date 2017-Ongoingm _ 2009 On oin ..............._ 2014 -Ongoing �________ g g 9 9 2014 -Ongoing -Ongoing 2017 -Ongoing Contact Person: Mac Serda, Town es Dodge, City Eric Power, Director of Charles John Lavisky, City Tanya Davis - Manager Manager Planning & Development Administrator Hernandez, Services Development Service Director r Il. MSerda@townofhlllsboro CDodge@ppines.comEPower@deerfield- JLavisky@lighthousep Itanyad@lauderdalela beach.com beach.com oint.com m mmm Phone #: _______________ �954.427.4011 ����� _.__________ 954.450.1040 '954.480.4206 .kes.org ..�......_ 954.943.6500 .,, 954.535 .24_80 Address: 1210 Hillsboro 10100 es 160 NE 2nd Avenue ONE th Street 4300 NW 36th Hillsboro Beach, FL Boulevare d Deerfield Beach, FL 33441 Lighthouse use Point, FL g Street 33062 Pembroke Pines, FL 33064 Lauderdale Lakes, 33026 FL 33319 Subcontractors The Bidder shall state all Subcontractor(s) and type of Work proposed to be used for this project. Bidders shall not indicate "TBD" (To Be Determined) or "TBA" (To Be Announced) or similar wording and shall not indicate multiple choices of Subcontractor names for any Subcontractor category in their list of Subcontractors. 7. Sub -Consultants Sub -Consultants - Sub -Consultant firms and key personnel from these firms shall be clearly identified. Proposers are to recognize that the City will not allow substitution of key project members during the Contract period without the agreement of the City I_ _.._........ , Name and Address of Sub Scope of Work License No Contract Amount Percentage (%) of Name of Key Contractor Contract Personnel Calvin, Giordano & Associates, Inc. is pleased to be able to provide all services utilizing full-time, in- house staff. __ .... ____ . ..... ................... Documents Bid !Number: 021-2411-20RW Vendor Name: Calvin, Giordano & Associates, Inc. Page 619 of 985 Ensure your submission document(s) conforms to the following: Documents should NOT have a security password, as City of Boynton Beach may not be able to open the file. It is your sole responsibility to ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed by City of Boynton Beach. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan." If the attached file(s) cannot be opened or viewed, your Bid Call Document may be rejected. THESE DOCUMENTS MUST BE UPLOADED ONLINE WITH THE PROPOSAL IN ORDER FOR THE PROPOSAL TO BE CONSIDERED COMPLETE AND ACCEPTABLE. S f Ali IA!!1 !.11NT - CGA -Proposers Qualification Statement.pdf - Wednesday December 16, 2020 10:29:41 . t4n-N C - 0I U a,!QU a :I ! IIUlVQI ?'��p. - CGA Non Collusion Affidavit of Proposer.pdf- Wednesday December 16, 2020 10:30:49 . , p p p ll�, p i "w�::f,. I° is �'d""" l.N - CGA Anti Kickback Affidavit.pdf - Wednesday December 16, 202010:30:55 . MINORITY OWNED BUSINESS CERTIFICATION (optional) . II h:' IIC A p Il0l"Iwp dUp6U,N p'.'p ��_ I "��F I I � i, p p a u p�,� �, "i� -CGA_ Certification Pursuant to Florida.pdf -Wednesday December 16, 2020 10:31:09 . Fllo0d a..l Irofes�'�bnd Ugj ia; V.ii]d�jdiu'V.gy, del:°p,��. dai._p,rr �,i� n of a k![fQd IIIM",��llu��;" i b::g �aaaa �Lm3ui s..- CGA Licenses and Certifications -RFP 021-241120 RW.pdf - Tuesday December 15, 2020 16:52:46 SdAlluu°jull...lau1Dufl of II"ud p_sbunll I.lilailli Ih:rsiu°ie—Ilu� li� 'I�uipu^�1 dat"u'k'pn Ilu�u�uu,�u, oM"� - ri.ii..i,.� - Exp20210512_CGA_COl.pdf - Tuesday December 15,2020 16:49:41 . SUi p.dleir enu ql .11.iirtl a uu 1,iirdu ...-- CGA -20 -41 -44 -Boynton Beach Building Inspections and Plan Review.pdf- Wednesday December 16, 202010:44:18 Bid Number: 021-2411-20RW Vendor Name: Calvin, Giordano & Associates, Inc. Page 620 of 985 Addenda & Acknowledgements 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 Consultant Agreement, and in furtherance thereof may demand and obtain records and testimony from the Consultant and its sub -consultants and lower tier sub -consultants. The Consultant understands and agrees that in addition to all other remedies and consequences provided by law, the failure of the Consultant or its subconsultants or lower tier sub -consultants 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. Confirmation of Drug Free Workplace 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 firm complies fully with the above requirements. ry I/We have the authority to bind the Company and submit this Bid on behalf of the Bidder. - Chris Giordano, Vice President, Calvin, Giordano & Associates, Inc. The bidder shall declare any potential or actual conflict of interest that could arise from Bidding on this Bid. Do you have a conflict of interest? r Yes a No The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda. rvie rev voaoed flhlie File Name Pages �ti�9`Pn�a k�riuiut��iuim�w;i��� Addendum No. 1 Mon December 7 2020 02:58 PM Bid Number: 021-2411-20RW F Vendor Name: Calvin, Giordano & Associates, Inc. Page 621 of 985 Bid Number: 021-2411-20RW Vendor Name: Calvin, Giordano & Associates, Inc. Page 622 of 985 Page 623 of 985 BE The undersigned certifies under oath the truth and correctness of all statements and of all answers to questions made hereinafter: SUBMITTED TO: IMMEMM, City of Boynton Beach Procurement Services 100 E. Ocean Avenue Boynton Beach, Florida 33435 Name: Calvin Giordano & Associates lnc Address: --1800 Eller Drive, Suite 600 - ....................... CITY, I State, Zip: � Fort Lauderda e FL 33316 ......... . I . ..... . -. ................. . ...... Telephone No.: 954921.7'i" 1_______......_._______... ....................... Fax No.: 954,921.8807 ............ — — - ------------- Email Address.: rriarketinnie�,�rans-,niii-tions.com Check One Corporation Partnership Individual Other 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: Calvin, Giordano & Associates, Inc. The address of the principal place of business is: 1800 Eller Drive Suite 600 . . . . . . ................ - ------------ Fort Lauderdale, FL 33316 If Proposer is a corporation, answer the following, AIR REP No, 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILWNG INSPECTIONS AND PLAN REVIEW SERVICES 23 Page 624 of 985 Treasurer's name: Chris Giordano, MSC, CCM g. Name and address of Resident Agent:orporatl on system, 1200 S Pine Island Rd, Plantation, FL 33324 . ...W 3. If Proposer is an individual or a partnership, answer the following: a. Date of organization: I NIA b. Name, address and ownership units of all partners: N/A State whether general or limited partnership: NIA ....... ...... 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. NIA 6. How many years has your organization been in business under its present business name? 21 Years Under what other former names has your organization operated? M.E. Berry & Associates. 1937 Berry & Calvin, Inc., 1985 - 1999 7. Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Proposal. Please attach certificate of competency and/or state registration. M17373 - Secretary of State Charter Number: Engineering License No. 514P Land Surveyor License No. LB 6791; 8. Did you attend the Pre -Proposal Conference if any such conference was held? YES EZ NO 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 24 Page 625 of 985 10. List the pertinent experience of the key individuals of your organization (continue an insert sheet, if ease reference ., .,m_ __..IabililJy e rence a Qualifications ications oro ect Team an vairy 11. State the name of the individual who will have personal supervision of the work: 12. State the name and address of attorney„ if any, for the business of the Proposer: Aker an tentett Afkorne t Lvy .. <<rtmm. ......... n ., . A tn.: David F istaino o 2 ran o, _ _® 11 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: S FF uil w LLC m 1 0% .., 3755 Precision Drive, Suite 140, Loveland, CO 80538 14. State the names, addresses, and the type of business of all firms that are partially or wholly awned by Proposer: 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 25 Page 626 of 985 16Annual Average Revenue of the Proposer for the last three years as follows: R V��qiiilppi� 11111111overnment Related Work Non -Govern mental Related Work 6 r 17 Bank References: Bank Address Telephone Sun Trust Bank 515 East a ° 954.495.75112 Fort Lauderdale, FL 333301 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). Please see attached 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Throughout the permitting process, the senior staff, of Chiefs and BOs provide a Quality Assurance (QA)peer review. These peer reviews occur on permit applications intake, permit fee ensuresappliestiam, plan that we are rovidin code com���liance rer 9! ion with a consistent and accurate,p, THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 26 Page 627 of 985 Is the financial statement submitted with your proposal (if applicable) for the identical organization 1 It riot, explain the relationship and financial responsibility of the organization Whose financial statement is provided (e.., parent -subsidiary). _ . _ ............... __ _... Ili I Fill 11 Iiiiii iiiiiiiiii JIM e----- r_� thin 2 hours,, unless detailed research is re�rf 'r d 2. Dist 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. 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. ciates, Inc. and AE Aa_jhi5������icycle accident that occurred within the boundaries of the constru AlA in Fort Lauderdale (Broward County). The nature of the project related to widening sidewalks, reducing traffic lanes, adding traffic signals, and adding a seawall along AIA Sunrise Boulevard North 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. RFP No, 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 27 Page 628 of 985 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. None. 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. 4 °) (Signed)—`.. .,,,, Chris Giordano, MSC, CCM (Title) Vice President Subscribed and sw n'fi, to before me ti This �day of, �,.. , w. „ L � _.. ........ . . . 2420 ��tir���i►Itiltlll�illyr�� s �y Qt,*tA HOPk,,y��fi���� r EiE"_ S5IOry s •` w � r"� ��+'•, =' aryPublic (� ign ture) f�fot g My Commission Expires:m„o w THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FORA PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 28 Page 629 of 985 �t �r Calvin,Giordano � Assoc�� ates Inc.�L0 S' POLICIES AND METHODS FOR PROJECT MONITORING AND BUDGETING CONTROL Performance Records / Effective Employee Performance and Training CGA has an exemplary record of performance with each of its contracts. Company -wide, CGA has never had a contract terminated or canceled for cause. The key to effective performance is assigning the right person for the job. The CGA team represents a highly qualified and experienced professional staff with almost every required discipline in one location. In order to maximize employee utilization and therefore performance, CGA utilizes an accounting software, Ajera, to track not only project budgets, but also employee workloads. In an effort to maintain the highest standards, our team receives continuing education to stay on top of the latest industry standards and processes. Through formal training, seminars and in-house technical sharing sessions our staff is kept abreast of ever changing methods and technology. Ability to Complete Projects on Schedule and Within Budget CGA is committed to completing all projects under this contract on-time and within budget. To ensure this commitment is met, CGA will manage staff schedules to ensure they are adequately available to support the workload as needed. CGA utilizes Ajera to manage the full project life cycle of each project. As one of our project management tools, the system controls all aspects of the project including accounting, project management, and resource utilization in real-time. This system is web based allowing both internal and remotely placed employees full function capabilities via any internet connection. Central to Ajera is customizable dashboards, offering unparalleled access to project's information at a glance for improved visibility and decision making. This software has integrated all the processes necessary to manage and improve the life cycle of the project, which in -turn saves our client both time and money. The system not only keeps a "live" accounting of all of our projects budgets, earned to date, work in progress and estimate to complete, but it also allows Project Managers to assign and resource load to our staff and projects. 021 2411/,20 1 +11/v &,ui:1e',ii ii N/1 i uiA, :'',KJiii.iiii°''I") �& Pil qP664 Wi�bf,' 85 C a OV°'V 9IIIoL't:ia,1r,o �;D' J",'" 5p�c'J,k"Vic, wv; A SAFE lb, iu it -company 1800 Eller Drive, Sulfa 600, Fart Lauderdale, Florida 33316 Phone: 954.921.7781 • Fax: 954.921.8807 Balance Sheet December 31, 2019 Assets Current Assets Cash $44,502 Cash - Suntrust SB -MTC Acct $53,096 Accounts Receivable - Net $13,685,926 Accounts Receivable - Bldg Code $9,480 Accounts Receivable - Other $9,175 Intercompany - MTC ($4,678,960) Intercompany - SAFEBuilt $18,606,431 Intercompany - Payroll ($343,626) Work in Progess - Reserve ($135,272) Work in Progress $1,034,407 Prepaid Insurance $15,868 Prepaid Expenses $249,72p Total Current Assets $2F,--50,754 Fixed Assets Furniture, Fixtures & Equipment $1, '72,982 Leasehold Improvement fi46z, 17' Vehicles Accumulated Depreciation ($1,707,516) Software Development (Internal) $1,003,013 Accumulated Amortization ($168,178) Total Fixed Assets $6,133,832 Other Assets Deposits $143,223 Total Other As- -As $143,223 Total Assets $34,827,809 Basis : Accrual Printed: July 27, 2020 Page 631 of 985 � � �<<,Po III"4d ! nll:Y`w;'�ahf lr U Via' �'� �r4,uL Ilsr�'l lniai II�11��":u t, c ASA hO;�urlo:�„y 1800 E1er We, suite 600, Fart Laudenlale, Florida 33316 Phone: 954.921.7781 • Fax: 954 221.8807 Balance Sheet December 31, 2019 Current Liabilities Accounts Payable Refundable Fees - Bldg Code BRA/Radon Taxes Payable Accrued Payrol I Taxes Accrued Liabilities Payroll Deduction Payable Accrued Salaries & PTO Accrued Bonus Prepaid Fees Unearned Revenue Note Payable - Equipment Lease Total Current Liabilities Long -Term Liabilities Note Payable -Equipment Lease Total Long-term Liabilities Liabilities and Eq;,u„„„ $613,885 $92,342 $37,321 $27,657 $213,155 $8,094 $2,117,076 $208,809 $270,952 $1,975,821 $4,280,884 .9,845,994 $75,589 Total Liabilities $9,921,584 Equity Additional Paid In Cl -'.,Lal $8,946,006 Retained Earnings $7,959,773 Net Income $8,000,446 Total Equity $24,906,226 Total Liabilities.. ” _4uity $34,827,809 Basis : Accrual Printed: July 27, 2020 Page 632 of 985 ASAFE111 11r.r 1800 HW DO^ 8" 800. Fal LaRWW. BMW =6 NOW 9519Z1 M•Fix:951AIAM Profit & Loss Statement For 12 Months Ended December 31, 2019 CGA Monthly This Month Year to Date Year to Date Budget Actual Variance Budget Actual Revenues Services Billed Intercompany Revenue -MTC Intercompany Revenue -SB Services Unbilled Services Refund Reimbursables Reimbursables Unbilled Consultants (40800) Consultants Unbilled WIP Reserve Services Write -Off Expenses Write-off Consultants Write-off Permit Income Misc. Income Total Revenues Direct Costs Direct Labor Direct Costs - Permitting Direct Costs - Permit Fees Wr ,ed Direct Costs - Consultants Direct Costs - Misc Total Direct Costs Gross Margin Operating Expenses Advertising/Promotions Auto - Gas Auto- MileageTolls Reimburse Auto - Repair Auto - Accessories Auto - License Auto - Allowance Auto - Lease Donations Variance $3,551,522 $2,947,472 ($604,050) $38,338,944 $37,.. 1,641 ($574,303) 1,616 0 (1,616) 17,293 42,, .,0 25,567 882 0 (882) 194 7P,526 70,332 86,760 (194,888) (281,648) 1 ,,o47',S., "" 1,281,045 233,460 0 0 0 0 (14,800) (14,800) 193,720 144,060 (49,660) 085 1,612,010 (225,075) 24,607 21,744 (2,863) 275,c,j7 200,276 (75,031) 584,377 544,800 (3,_. 851,959 6,736,345 884,386 (33) (33,402) r33,3L, 6,709 29,126 22,417 (4,566) 17,805 "_,371"' (55,307) (18,757) 36,550 (62,571) (93,284) 130,77", (709,286) (1,005,468) (296,182) (19,634) (14, ,3) x;571 (227,633) (189,577) 38,056 (328) (_.''35) (9,407) (6,411) (32,154) (25,743) 831,157 '10,1_ , (310,903) 10,055,200 5,739,753 (4,315,447) 5,021 " 176 ` (4,845) 45,455 64,014 18,559 $5,192,536 e",,850,74.0 ($1,341,789) $56,486,094 $52,288,838 ($4,197,256) 1 -117 1,412,615 (390,082) 21,371,473 18,619,461 (2,752,012) 472 2,011 1,139 10,463 (22,404) (32,867) 2,4 ' 29 (12,385) 148,963 90,840 (58,123) 47 ,948 515,119 42,171 5,675,320 6,904,193 1,228,873 2,613 98,972 (73,642) 2,071,356 1,276,253 (795,103) $2,461,544 $2,028,746 ($432,798) $29,277,575 $26,868,344 ($2,409,231) $2,730,986 $1,821,995 ($908,991) $27,208,519 $25,420,494 ($1,788,025) 18,408 5,688 (12,720) 220,894 133,549 (87,345) 8,758 10,469 1,712 105,092 105,169 77 3,173 7,722 4,549 38,071 60,985 22,914 7,084 8,434 1,350 85,007 118,691 33,684 1,615 607 (1,009) 19,384 16,812 (2,572) 1,282 1,906 624 15,379 41,560 26,181 14,596 15,925 1,329 175,153 202,475 27,322 17,605 6,307 (11,298) 211,257 34,746 (176,511) 13,728 1,000 (12,728) 164,730 74,245 (90,485) Page 633 of 985 61¢NVII (Ji wda w fiJ �e r U "SAFEII iPllf. 1000 Eft Ntm &M 000. Rd UU&rdde, flu &WS16 PfineEK 954921.7781 • Fax: 964921.8697 Profit & Loss Statement For 12 Months Ended December 31, 2019 CGA Monthly This Month Year to Date Budget Actual Variance Budget Corporate Licenses/Dues 101 0 (101) Errors & Omissions (Nan-lnsuranc 3,697 0 (3,697) Equipment- Purchase 1,847 742 (1,105) Sofware Subscriptions/Maint. 23,073 19,285 (3,788) Equipment/Rental 1,593 5,314 3,721 Insurance 125,861 113,137 (12,724) Office - Rental 102,214 101,020 (1,194) Admin Fees - Pines 14,442 15,191 748 Office Rent - Pines 59,197 32,384 (2f of ;l Office - Gifts/Awards 2,813 1,677 (11- 'S) Office - Expense 5,880 37,331 31,45- Office - Repair & Maintenance 473 283 (190) Postage & Shipping 3,265 2,3,0' (9w Office Reproduction 10 20 11 Salary - Indirect 151,540 80u -04 648,964 Bonus 89,329 1,00 (138,337) Personnel -401K Contribution 26,648 3.,'38 10,990 Personnel - Taxes 203,788 82,7os (121,085) Personnel - Insurance/Group Wai 102,/. ' 147,465 44,704 Personnel - Insurance/Life-SH's 3,221 0 (3,221) Personnel - Education/Seminars 7,bS ., 4,726 (3,170) Personnel - Licenses 1, Si 0 (1,061) Personnel - Employment 3,693 (3,765) Personnel - Corporate Events 2 ,655 (62,766) (90,421) Personnel -Mist 4 5,474 5,470 Personnel -Prof CluE /Mtg 4,819 7,464 2,645 Professional Services 42,907 1,972 (40,935) Merchant/Bank Fees 3,506 21,837 18,331 LOG Guarantee Fee 521 0 (521) Late Charges (26) 24 50 Gain/Loss on Disposal 0 (2,554) (2,554) Subscriptions/Publications 857 834 (23) Supplies Office 13,384 8,692 (4,692) Supplies -Uniform 3,136 1,123 (2,013) Taxes- Other (36,857) 0 36,857 Entertainment 6,071 1,970 (4,101) Travel 9,068 9,734 666 Utilities - Electric 227 36 (191) Utilities - Phone/Internet/Ofc 13,817 11,914 (1,904) Utilities - Cell Allowance 18,307 19,238 931 1,217 44,365 22,167 ` 27,r 870 _19,_: 1 500,376 1,� 5,562 173, ;.16 710,363 34,116 70,558 5,673 39,184 114 1,808,975 1,077,870 327,550 2,504,970 1,263,094 39,578 94,753 12,894 89,498 331,859 50 57,827 514,880 42,069 6,250 (308) 0 10,285 160,601 37,565 (442,282) 72,853 115,104 2,729 165,804 219,680 Year to Date Actual 1,217 9,000 11, ! Z.,_,228 56,166 1,269,563 1,244,043 180,644 345,544 4,208 90,310 1,805 36,995 3,647 6,026,327 372,548 342,516 1,885,820 1,667,898 0 104,684 13,794 64,671 202,946 5,574 61,543 589,905 311,695 0 1,325 (72,252) 10,695 131,014 43,919 20,361 41,472 163,324 751 148,244 232,136 Variance 0 (36,365) (10,980) (4,642) 37,055 (230,814) 17,481 7,338 (364,819) (29,908) 19,752 (3,868) (2,189) 3,533 4,217,352 (705,322) 14,966 (619,150) 404,804 (39,578) 9,931 900 (24,827) (128,913) 5,524 3,716 75,025 269,626 (6,250) 1,633 (72,252) 410 (29,587) 6,354 462,643 (31,381) 48,220 (1,978) (17,560) 12,456 Page 634 of 985 A�u�i SAFEIbPu,4Py� . 1800 9s' Oifie, &!lO 800. FOR IardeNele, FIdf0�Stl16 Moya 95492t7781 • FuAi49p1BSlF7 Utilities - Telephone/Mobile Bad Debt Allowance Total Operating Expenses Other Expenses Depreciation Interest Prior Period Adjustment Total Other Expenses Net Income (Loss) before Allocations Allocations Allocations - Executive Total Allocations Net Income (Loss) Profit & Loss Statement For 12 Months Ended December 31, 2019 CGA Monthly This Month Year to Date Year to Date Budget Actual Variance Budget Actual Variance 3,846 5,253 1,407 46,151 35,781 (10,370) 11,776 126,005 114,229 149,101 ti.'S,59S ' 296,494 $1,147,434 $1,570,756 $423,322 $13,868,349 "' 166, .5 $3,297,726 0 145,047 145,047 0 1,215,099 1,215,099 0 21,389 21,389 0 246,043 246,043 90 0 (90) ' 1,. ,'7 0 (1,077) ............................. ..... $90 .. ......... ...... .._....... $166,435 _ $1F" "A ........... $1,077 $1,461,142 .. $1,460,065 1,583,462 84,804 ',1,49P 658 13,339,093 6,793,277 ($6,545,815) 2 444,1' '44 _J5 32 444,108 444,075 $2 $41 .108 $4.4,105 $32 $444,108 $444,075 1,583,460 ......... _........ _:: (355, 104) ($1,942,763) 13,339,060 6,349,170 ($6,989,891) Page 635 of 985 M State of Fporud County of Broward fll 'Cerus r rdano,,. ,... Y ����� ., being first duly sworn, deposes and says'that: `t) Fle is Voce President of Calvin, Giordano &As uates lnc -the proposer that ��utle) Ql arne of orporatson or Mtegra'tor) has submitted the attached FFP 2) He is fully informed respecting 'the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal; 3) Said IFP is genuine and is not a collusive or skarn IPF?; ) 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 ind4ectly with any ether proposer, integrator or person to submit a collusive or sharp l FF1 in connection with the Contract -for which the attached RFP has been submitted or to refrain frorn bidding in connection with such Con'trac't, 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 l Fl::' or of any other proposer', or to fix any overhead„ profit or cost element of -the Rl:::P price or the tip::°P price of any other proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Cwt of Boynton Beach or any person interested in the proposed Contract; and ) 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,,,�prbposer or any of its agents, representatives, owners, employees, or parties in unterrf�nclu��is affiant. _ N n (igrroed), r .... .. (Title) Chris Giordano, Vice President Subscribed and sworn to before me Thisday of 20 f V oA w� �„����rt�wu►rrrrr�r���v �� Hoppv ®ray ' ss L,tRY iq A _ ry Pubic i . atu�) _03 hey ora mission Expires., IP GE MIDST BE SUBMITTEDLo WITH RESPONSEINORDER f11c, s FC oCONSIDEREDII�I'T h( II -I RFP N�er�rii 1-9441T20jRW FOR A PRCIFE.SSICbNAL.SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SFI?VICFS 30 Page 636 of 985 Page 637 of 985 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. ii By. .t _ ...,.,. NAME - SIGNATURE Sworn and sulhscdbed before me thus day of 2020 NOTARY PUBLI at Large 90" 1 HOPK• rf 1SSIONZ. . �VD0pRY 1B�GIs�• #GG 033944 y 6. °�as1 theOC�•' �4: ��/e-�/-•;. °EfiC Undo ;Nw of Florida "OFFICIAL N 31M Printed Information: Chris Giordano, MSC, CCM NAME Vice President TITLE Calvin, Giordano & Associates, Inc. COMPANY THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 29 Page 638 of 985 Page 639 of 985 CERTIFICATION PURSUANT TO FLORIDA STATUTE § 287.135 Chris Giordano on behalf of Calvin, Giordano & Associates. Inc certify Print Name and Title Company Name that Calvin, Giordano & Associates, Inc. does not: 1. Participate in a boycott of Israel; and . Is not on the Scrutinized Companies that Boycott Israel List; ars 3. Is not on the Scrutinized Companies with Activities in Sudan List; and . 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. provideSubmitting a false certification shall be deemed a material breach of contract. The City shall writingcertification. The Consultant shall have ninety (90) days following receipt of the notice to respond in edeterminationwaserror. Consultant does not demonstrate ,; e certification was made in goodserror then the City shall have the right to terminate the contract and seek civil remedies pursuant to Florida Statute § 287A 35. 1) Contracting with companies for services if at the time of bidding on, submifting-s- proposal for, or entering into or renewing a contract if the company is on the Scrutinized BoycottCompanies that Israel List, created _ engaged a boycott of Israel; and RFP No, 021-2411-20/RW FOR A PROFESSIONAL. SF_RVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 31 Page 640 of 985 2) Contracting with companies, for goods or services 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 Consultant, I hereby certify that the company identified above in the section entitled "Consultant 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 Petroa,um Energy Sector List. Calvin Giordano & Associates Inc. �a'-I .....— - - - - - _-............. COMPANY NAME SIGNATURE Chris Giordano MSC CCM Vice President PRINT NAME TITLE THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FORA PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 32 Page 641 of 985 Calvin, Giordano &Associates, Inc. E P T I -ON A L S -0, -L-U- T ---- I ------ 0---N--S- Licenses/Certif !cations License information for professional staff is obtained from the Department of Business and Professional www,myfloridalicense-corT I�brda STATE OF FLORIDA DEPARTMENT dopr OF BUSINESS AND PROFESSIONAL REGULATION BU1577 ISSUED: 11/16/2019 BUILDING CODE ADMINISTRATOR STONE, JOHN MICHAEL SR Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE; NOVEMBER 30, 2021 d5STATE OF FLORIDA DEPARTMENT jar OF BUSINESS AND PROFESSIONAL REGULATION PX3111 ISSUED: 11/16/2019 STANDARD PLANS EXAMINER STONE, JOHN MICHAEL SR ............... . . . ....................... . ... Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 U tr: da- STATE OF FLORIDA DEPARTMENT dDpr OF BUSINESS REGULATION AND PROFESSIONAL BU1920 ISSUED: 09/15/2019 BUILDING CODE ADMINISTRATOR BAUER, KENNETH M . . ............ . . . . . .......... . . LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 rda STATE OF FLORIDA DEPARTMENT jar OF BUSINESS AND PROFESSIONAL REGULATION DN6363 ISSUED: 09/15/2019 STANDARD INSPECTOR BAUER, KENNETH M Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 dSTATE OF FLORIDA DEPARTMENT Ular OF BUSINESS AND PROFESSIONAL REGULATION BN5210 ISSUED: 11/16/2019 STANDARD INSPECTOR STONE, JOHN MICHAEL SR ...................................................... Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 Wonda STATE OF FLORIDA DEPARTMENT dur',jar OF BUSINESS AND PROFESSIONAL REGULATION PX3385 ISSUED: 09/15/2019 STANDARD PLANS EXAMINER BAUER, KENNETH M ............... . .. . Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 09 F 0 2 1 � 24 I 1 /21,,) I!3 'hA/ S 1LF, all I N/1 1"'J, '14"'4..E3A, 11111H I )ING 11 10",4S & R X',J 1,w� Calvin, Giordano & Associates, Inc. E X C E P T 1 O N A L S O L U T 1 0 N S" 12115/2020 Licensing Portal - License Search .1:2;':19 Pill 211!11 Data Contained In Search Results Is Current As Of 12/15/2020 03:21 PM. Selair'ch i!tesulllts Please see our 5 esg.Lt� err9� for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. Name License License Type NameType Number/ Status/Expires Rank Certified Plumbing i X PH_3 Primary "" A SIr CFCO21440 Current, Inactive Contractor Cert Plumbing 08/31/2022 License Location Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 Main Address*: 2008 5 FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 Standard Plans iTA`I' °1P1t"�' Primary PX534 Current, Active Examiner Plans Examiner 11/30/2021 License Location Address*: Private Main Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 Building Code I, uI,gIiV� Primary BU420 Current, Active Administrator Building Code A 11/30/2021 License Location Address*., Private Main Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 Limited Inspector K_ :' Icy J 0S t'. P H :1' ft Primary IL430 Current, Active Limited Inspect 11/30/2021 License Location Address*: Private Main Address*: 2008 5 FEDERAL, HWY C-306 BOYNTON BEACH, FL 33435 Standard �� Itt i''1't Primary BN1217 Current, Active Inspector 'iX�' Inspector 11/30/2021 License Location Address*: Private Main Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 412M C= * denotes Main Address - This address Is the Primary Address on file. MZ1"Ing Address - This Is the address where the mall associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. 9§P1 . IP!lall,iu tp!nq mq' 9:1111«w,ll: erm'n" 111.111.3239III ualeill ,pui LnmmwwmMlr I!"o nL 11rt I p; aetreuneu, t':antactr 9-M11"n1U1e1r !U511,4821. p.W9:5 7111112 i Of F10111 RINN IS all ii AA/11 I p7 P&tlAlntnla Ileo ggjjp1�l lldh" .M.'2UZgA2 ��,�eNl Iib p NP.W,u fVIC�u°ub, j!1[iyagg �M,' Lx."tll�u.IM"II�p"A IGDun 11110.411' Fla 11 llde aliad,„ yelllmlill adid% d^s Lie > are pkuf1111le BCCumu ill S. ff you dol until v°d aniv `y'OR1111' OMNI Niddi e:s!S ii ele NfiLif» 1111/ I ieSjrj0u'Yi91' 111 «:w Iau4 b dL uecul ds, u%: Must, w'i'lt urd4',:,eond elki:hoillic ra 11111 Ila:u tt11115: ond11Dyl. Il1u sl ad, I,aaid1ll urt like liffff vu I p Ir,n"Q vii Iib r puundi'll'1; oinoll1 Lir adll. ;fill MC1.11 1UU,ws, duuxr oV eStIOu12 IdI90e0 ra.nu tad W50,407 p1M un11r 12 du p.0 ��pCCtuCuu +G „M.i tl 4'''pwbuli �. -! a p, ; °vl1C �uvhu�Ir�C,t„ u.ffliww.aux�C uM1�,IlauIIk11*11 �G.,„ pp,�L1t„ Iluarunµ,I�CIr� elclr,lrn:����at �uuuurDeu r�"Ilnnm,p�utu a 455, II.,yl1, ume.uC'1.: Il an O'dddin t11 lip I11311apialraric- i rrd1h ,aill I"111111 indilless If t11aa,'yl III U11W he °1n1CIlls pro rld v.dp nnra V Ilua u d d11 N311 DMI111u.111 CDIT111111 IIH111GAHU111u Lia illi 1111he Ic"11111slea 11 IIiinyLiivilu HnuiC or+,, pi Idly lldC a 1,t::rtaiue H rylnlu dllrc;l uad ll rursh to @v,ulNp>Ily Iw pull „a,111Ia 11 add:iess, p 1hapsbe p i oVid atate Lydall ^uallffld'lre"t wlldjj'n B11"u elylli ll addiriess adfldii a:Cd's be unmade C'waIIIICIl1lk VM klp'w pau.dlla11111c. hitps:llwww. myfloridal i ce nse. co mlwl l l . a sp7 mod e=2 &search= Name &SID=&brd=&typ=N Im 1 "I Ai,B % "J .S gi. 'f 12411/20 Wri ti'U 985 i Calvin, Giordano & Associates, Inc. �s ..................... .______ _. E X C E P T I O N A L S O L U T I O N S" 1 211 512 02 0 Licensing Portal - License Search Data Contained In Search Results Is Current As Of 12/15/2020 03:19 PM. 'P arclll'i III''Iel'II:.:Illts Please see our gA��m.mCaiL._ t E: for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. License Type Name Certified ElectricalT7fw 9 VWT„„ N Contractor 2AMEN Main Address*: Private Standard Electrical K7 He”, Inspector (SET) 3AMF- License License Location Address*: Private Main Address*: Private Standard 114)16ains iu I°TI I^II I I� I;)N�'lIEN Examiner JAMES BU1234 License Location Address*: Private Main Address*: Private Staindaird III III r li - A.E A ector Inspector A11'@�w„, p License Location Address*: Private Main Address*: Private Building CodeITC"ELi ,. "I'E iI Administrator JAMES Name License Plans Examiner Type Number/ Status/Expires Inspector Rank BU1234 Primary EC0003058 Current, Inactive A Cert Electrical 08/31/2022 PrimarySEI13 Current, Active Std Elec. Insp 11/30/2021 Primary PX1238 Current, Active Plans Examiner 11/30/2021 Primary BN1922 Current, Active Inspector 11/30/2021 BU1234 Current, Active Primary Building Code 11/30/2021 A License Location Address*: Private Main Address*: Private Pari-Mutuel I� III TTlll, llll �IIII II , S"flEVIII Iq!� 11242183 License Expired General Individual � AAllll A, Pnmary Gen Individual 06/30/2019 Occupational Main Address*: 29081 US HWY 19 NORTH LOT *261 CLEARWATER, FL 33761 Registered Electrical 9',➢bY"➢ly;y,1IIITII'!'Vwi Primary ER0014836 Null and Void Contractor LAMES Reg Electrical 08/31/2002 License Location Address*: 7661 NW 23 ST MARGATE, FL 33063 Main Address*: Private Provisional IIICVV N 4 Null and Void Electrical Plans 3AM A Primary Examiner 1AT5 Prov. Elec Plan 09/14/1998 License Location Address*: Private Main Address*: Private https:/Avaw. myHorid elicense.co m/wl l l .asp?mod a=2&sea rch=Name&SID=&brd=&typ=N 1/2 I .. ' �Fiu' U I r°°16;�4�Gri`� A X85 lZiiP 0a CalvinlG & Associates, Inc. P T� T O N A -LS O L U T I O N S"' 12/1612020 Licensing Portal - License Search 3:23:43 F46 1211.'dA720 Data Contained In Search Results Is Current As Of 12/15/2020 03:21 PM. Search III'te uIIP(„ Please see our I rym a for an explanation of the license status shown In these search results. For additional information, including any complaints or discipline, click on the name. !Name License License Type Name Type Number/ Status/Expires Rank Certified General AA E11111VIi�I"1, �Ai4E IlIt�III 'llVY111l,i' Primary CGCO22786 Current, Inactive Contractor Cert General 08/31/2022 Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Standard Plans A EIERLE SA ES MCKIVFR Primary PX105 Current, Active Examiner Plans Examiner 11/30/2021 License Location Address*: Private Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Building Code BU732 Current, Active Administrator ��'IiPIllit primary Building Code A 11/30/2021 License location Address*: Private Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Standard Primary BN757 Current, Active Inspector S.b�y..,'IA.ME IR,it Inspector 11/30/2021 License Location Address*: Private all Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Provision IIIA 1IIFIII, III''' Primary PEP406 Null and Void, Electrical lans AIA.'lllt.11ll IIIItIIV i'1 A l Prov. Elec Plan 10/31/2010 Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 mL, * denotes Main Address - This address is the Primary Address on file. Mailing Address - This Is the address where the mall associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. . tt pilk L��avnma.�tF AJ" F11.32399 III m�lly;p,lla w mu;n III iml ifl1 (';Lp L7111'W PI I�'aak's µcul int Cll.istui neii Cum6 twt Ceinf�eii 1 ��w.I�.aV,�C':"7 1395tit �� im sliate of IIT:IlannGpaw us a in,,da, kjFII01 pi n1101olVmll �i�llmluuuA!iill Unndeii II''Ilramulki Il eniw„ w=omen i0ifio::ss n air! Ix pnlllr II r^p>curtdq. H yinii ullu:w uxII ra aid'prmll.vu eilll^ IdII IIdn'ttliess a colla^awsedll tlor II usIxins II ru 8 IfaPdlll':gGk rimmunll,"s Ineq,iiest,, dlo rot::;end d ellN V'u'! ift uIW bral II':Il s rauulloll,y". h stead war�Cart the imiffice li II':w@r�mne oil Ilb9rILII udilkuLmlmll uunlilill. H N I. ua Ilp.lunrms collum rivaa^m:Iieuuw„ palleaaw�m. n: uoll. a(.:. H 50,4�07'' 139!5 m141'o.uv ,u. vur ll to Section 4 a ��,,,27 a(m„ II1011Aaa Stahlllwe,,„ Ctee-rtIVO. tt".'udDhllau p,, 2II312" Lc�."aous Ilicensed uummcu 101a;lnujjken F!n, 0,,9 rriusL IN yJiiJle Ii Il'Itldl;u'a;,ap"CI;,Inn relay Vo-dll%;IIn Vin i,uar vuiill Yiddrn' as ttll Yrllur,4y II ivo Ulm, "II"he uwnn IIIIIm hull"" lid •Pu nay Ilan R4!ge{ II)�6 god% claal I':u,'awrrplYllpll"Illlm,'NYrliUll'Y vfltl^ Yli1it,"," Illla:l.11b^e�e.. Hu'vneveii muu^wdi8 ma'Vdua ss,RS eIPe' pmywii da ualtk ^vtta'i+ll'a to uolla:1ly va jimirsonall raddi ess pnlll.m,m�a Illsn'mrdlid'a yllhna Ilbv pamu%.mn� 11 1,11 wilh elnr, e"Ni llll wall LNuo^wuw 'uvilldijN cd n b1 uw uplll :1vlfiila1li11II lu 111nw° public. hUps:/lwww.mynoridalicense.com/wli 1.asp?mode=2&warch=Name&SlD=8brd=&typ*N V y ("b',21 '1 1 �!°d.al�"f II"�'M�pM�tt" � R..ul��llll'��II"`III ��Y��„ Pa16II��Ihll.... I".°iuj I SIIII"�l s N'I'�r� ;rll"II�'IP�"'1C IlDl"^JS 8, R NN IRI�� k' V985 es, Inc. Calvin, pGiordano � Asaociat 1 O N S' 12115/2020 Licensing Portal - License Search 3 24:21 fW t 2ffi"tkQ`42i020 Data Contained In Search Results Is Current As Of 12/15/2020 03:23 PM. Search Ac ulll'i Please see our OiAAiu, o'twmu':ms for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. * denotes Main Address - This address is the Primary Address on file. Mailing Address - This is the address where the mall associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This is the address where the place of business Is physically located. https:llwww.myAloddalicense.com[vAl l .asp?mode=2&search=Name&Sidz&brd=8typ=N 112 amm0Uia®e tC 0., Name License License Type NameType Number/ Status/Expires Rank Certified Building 1 �U,,,, � YMI Primary CBC12607400 Current, Inactive ,Illi„�„ Contractor Cert Building 08/31/2022 Main Address*: Private Certified CRC034483 Current, Inactive Residential VPII,IAw".1.„ Primary Cert Residental 08/31/2022 Contractor Main Address*: Private Certified General JIVI m, A IAN Primary CGC1524783 Current, Inactive Contractor Cert General 08/31/2022 Main Address*: Private Building Code RXCBU2038 t°�V,p' Primary Current, Active Administrator'�� "I�„�m�m Building Code A 11/30/2021 Main Address*: Private Standard PCtt ia.li Primary BN6800 Current, Active Inspector �--�—�' Inspector 11/30/2021 Main Address*: Private Standard Plans iii � AI�,,,.�Ilw AYE Primary PX3960 Current, Active Examiner , plans Examiner 11/30/2021 Main Address*: Private HI811 Voluntary Nuil & Void, Home Inspector MIL , DAI.E WAYNE Primary Home InsP 07/31/2016 Main Address*: Private m * denotes Main Address - This address is the Primary Address on file. Mailing Address - This is the address where the mall associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This is the address where the place of business Is physically located. https:llwww.myAloddalicense.com[vAl l .asp?mode=2&search=Name&Sidz&brd=8typ=N 112 amm0Uia®e tC 0., Calvin, Giordano & Associates, Inc. E X C E P T 1 0 N A L S 0 L u �T 1 �0� N S' +4 . 12!1512020 Licensing Portal - License Search ^:24:45 PW 12/1&2020 Data Contained In Search Results Is Current As Of 12/15/2020 03:23 PM. Search Itesulllts Please see our a l s wry o't_tg rEnS for an explanation of the license status shown In these search results. For additional information, Including any complaints or discipline, click on the name. License Name License Type NameType Number/ Status/Expires Rank Certified Plumbing CUE DJ IAN, AR EN Primary CFC057388 Current, Inactive Contractor Cert Plumbing 08/31/2022 Main Address*: 291 OREGON LANE BOCA RATON, FL 33487 Standard GlUENlllll01AN ARMEN Primary BN2978 Current, Active Inspector Inspector 11/30/2021 License Location Address*: Private Main Address*: 291 OREGON LANE BOCA BATON, FL 33487 Standard Plans t�Bllt'ilm't,ttll.N, Al �IN Primary PX4057 Current, Active Examiner - Plans Examiner 11/30/2021 Main Address*: 291 OREGON LANE BOCA RATON, FL 33487 Registered RF0036116 Null and Void, Plumbing 1�1�1It11Nt11 2GIA11Nt, AIIIt1111E114N Primary Reg Plumbing 08/31/2001 Contractor License Location Address*: PO BOX 1756 BOCA RATON, FL 33429-1756 !lain Address*: 291 OREGON LANE BOCA RATON, FL 33487 * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mail associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. , „ 4 It411� mBu n,ulm IIY'.'r, aim 1111�rm0111 11m i° mm� ^ IIPo"SII, 1 nu. p l!�i a Innaull Ii gg!!ltgct gm!I, Igpi, R; uus aainf r Untact I W51, 41197.1295 RIO Statim wh 11II ye w .,ICk,k 4i L ..tt, .. ,,. „ e 0' W.Plvally lui IYawu'llnm^�� ig tltatM:11,1e onu-lurm �1Gathdtallmp��tt lrurrua4m a umnm, mY null tm,,,,,,,,,� �tt:u�,�m, VPuude" I11:11uum1.11e Omw, pauul'1fl1u mu.0 u,u r,Vu111. til bI,riiu du III lrirmull: 'p'0111111 can 111111 addiess released in, aesix'�llse Vun a pu11.1tlbilk a :rrm14a15 a°'e Gyi uePl4ha alum 1w t 111:,emll clllacti'ondp um 111" 'yp, �h) ilu.wll„ !r�+muu&a f ansa office It qp ll',uµ�i�tmai�i�rm rmu 1111: ay (u-Fmu':I111111011),0ll urcurmlill. Yr �yinil I1111HVIC amuou v�uw SIairauu a Milk a��.n,r, w unt6'm�id 110 1taa� tOiuP eu7hdd 8::0 113) 1395 w'lIN 1111 suilinull to su'djlmuro 1!55 2 50 y", I�Iodda 511holLffi2q, mflu"crNduu,e (DotiTllimi'V Itot,a °t:u1p., fu�c+enii,^,,ee fico u,l�rrnp:II auuroder CIhalliitol 155"UFISinw!�i�t Ilpu trvide. e De0uelry;u'1meult YtJth an elfin 111 addinasa lit Iflewe inure. IMP cnn;i1111«. 11�1a1cwd hlv II urriErik Ih 1111 11. full u11ftllcllell a".olnnhiuuu11rc'tfiaio III dheIlhimnscia Ildurlleinveu efnaH adlll rlue 'ef Imre p71u1111111u III Y 'damru eft uumt vinllSh 'V,�m ,111111>II>0"V 'a !IIjW11,50uu 10 aurtCvalu-ess„ please lipmvide, llltpe 17epacmrlklrvnell, with, fin euuu;Is1111 acrtu rens v hh:Ilh coin be inland!: avullb 11 le Vis I['hii^ pruullalkua haps JAvww. myfloddalieense. comlwl l l .asp? mode=2&search=Name&51 D=&brd=&typ=N iff r �I-" o"2 r9"4��1 1,20 FlAY & IIdl AltJ I111F� ���" I "I I r. 79iYi��1 %����/���, ,� ��µ Calvin, Giordano & Associates, Inc. E X C E P T 1 0 N A L S 0 L U T 1 0 N S' 1211512020 Licensing Portal - License Search Data Contained In Search Results Is Current As Of 12/15/2020 03:23 PM- Sear'ch 'Riesult„ Please see our g1 ii , of to re^,was for an explanation of the license status shown In these search results. For additional information, including any complaints or discipline, click on the name. Name license License Type Name Type Number/ Status/Expires Rank Certified ElectricalTiw ' rllt � �� II V�A ' Illtlll . III IIL!IIC't' primary ECO002280 Current, Inactive Contractor Cert Electrical 08/31/2022 Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 StandardBN361 "1 Current, Active Inspector tt SA1t'�A itli" Primary Inspector 11/30/2021 License Location Address*: Private Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Standard Plans Pr w ry PX169 �� SLPrima Current, Active Examiner Plans Examiner 11/30/2021 License Location Address*: Private Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Provisional PBC190 Null and Void, Building Code UCZj A, S Il..V "t i E T'Itlll',�, Primary provisional Bld 10/27/2006 Administrator Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Registered ER0014826 Null and Void Electrical lapG a P SAI ° i oplt,g-!'IED Primary Reg Electrical 08/31/2002 Contractor License Location Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Provisional Electrical Plans l..T ° °IPA,,. o tt6 1�� Primary Application in Progress Examiner Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This is the address where the mail associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. 't�'.rm�wwlllu� II wIIIV��alllmm...�"L..Mmrriii t, ILmaofl Q�Jq,1'i'"'"!"OL.'wlrrm""�^ iCo-as1ru':7rva"i)u"V:R:�V^uuXliem� 850 187. 1 595 https:llwww.myiloddalicense.comlwll l .asp?mode=2&search=Name&SIO=&brd=&typ=N 112 a; 0WTII a0., Calvin, Giordano & Associates, Inc. N E X C E P T I O N A L S O L U T I O N S' 12/1512020 Licensing Portal - License Search 25-35 PAi 7." 1. {2f'd20 Data Contained In Search Results Is Current As Of 12/15/2020 03:23 PM. Search"w'I sufts Please see our 01 Sisal mit terms. for an explanation of the license status shown in these search results. For additional information, Including any complaints or discipline, click on the name. Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Building Code BU2110 Administrator PERDIAly-1" -A NON Primary Building Cade A Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard PlansPX3558 Examiner MT' ,-KZ1114;,W��? Primary plans Examiner Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Provisional bri�"„•IAAtll�l primary PBI1638 Building Inspector a Prov. Bid Insp. Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard Modular Plans Examiner I. � , ' -HAR�� W Primary Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Current, Active 11/30/2021 Current, Active 11/30/2021 Null and Void, 08/19/2014 Application in Progress * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mail associated with a particular license will be sent (if different From the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. lm Zte!! IV,,,,,,,, 9 nail! Cul„ ointia t Ca�lq ter,. „, V",.ijstcWiinei! G"ar°uYr^iu.t Ce nteii 050 fiNa`�, 1395 �fmn"ni Illllur�¢:aall IIInwIIIIIn�,iVa:�rmarall',II;��'lnpliaivammwmemm, The Starr al' IFiau da ua �:iin AA;1' I11:0 an1p abet sn,prl,�mIl�lpa�'�pIDniill,;';�' ,:val l.� a'�,31L�2f E22ERO;R Il�umnr�;,"',fgiu u�':�,n^am�irmw�rura"a t dieii I Ilaaa, a,ur ce llddii^iva, sas ra pii 11flic a eaalr�ds, It V�aun ci,� atoll YyaiiA y¢iaana euu^ ulll :idiJur a .Ia, Ilr�a�3 r MS11:1110u1uan Ri> a IN 1111)11111C u,0 auL'a uegi, vi https:/Avww.myRoridalicense.com/w111.asp?mode=2&search=Name&SID=&brd=&typ=N 112 SII IIS x,21 NaCl"II'l/ 01 SUI'°'uPII.II.W',!"'I VV/'III.... 1!,13 UIIII''.I'''AV"IG VII1,JS 1V.,C.�..I01NJS & IIuN..)VJ 4I0k&d1 5 Name License License Type NameType Number/ Status/Expires Rank Certified General 0 Primary CGC1521436 Current, Active Contractor - Cert General 08/31/2022 License Location Address*: 620 CYPRESS CLUB WAY G POMPANO BEACH, FL 33064 Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard V CUt" - AtUfl Primary BN6514 Current, Active Inspector Inspector 11/30/2021 Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Building Code BU2110 Administrator PERDIAly-1" -A NON Primary Building Cade A Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard PlansPX3558 Examiner MT' ,-KZ1114;,W��? Primary plans Examiner Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Provisional bri�"„•IAAtll�l primary PBI1638 Building Inspector a Prov. Bid Insp. Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard Modular Plans Examiner I. � , ' -HAR�� W Primary Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Current, Active 11/30/2021 Current, Active 11/30/2021 Null and Void, 08/19/2014 Application in Progress * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mail associated with a particular license will be sent (if different From the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. lm Zte!! IV,,,,,,,, 9 nail! Cul„ ointia t Ca�lq ter,. „, V",.ijstcWiinei! G"ar°uYr^iu.t Ce nteii 050 fiNa`�, 1395 �fmn"ni Illllur�¢:aall IIInwIIIIIn�,iVa:�rmarall',II;��'lnpliaivammwmemm, The Starr al' IFiau da ua �:iin AA;1' I11:0 an1p abet sn,prl,�mIl�lpa�'�pIDniill,;';�' ,:val l.� a'�,31L�2f E22ERO;R Il�umnr�;,"',fgiu u�':�,n^am�irmw�rura"a t dieii I Ilaaa, a,ur ce llddii^iva, sas ra pii 11flic a eaalr�ds, It V�aun ci,� atoll YyaiiA y¢iaana euu^ ulll :idiJur a .Ia, Ilr�a�3 r MS11:1110u1uan Ri> a IN 1111)11111C u,0 auL'a uegi, vi https:/Avww.myRoridalicense.com/w111.asp?mode=2&search=Name&SID=&brd=&typ=N 112 SII IIS x,21 NaCl"II'l/ 01 SUI'°'uPII.II.W',!"'I VV/'III.... 1!,13 UIIII''.I'''AV"IG VII1,JS 1V.,C.�..I01NJS & IIuN..)VJ 4I0k&d1 5 ft'� ��IVr �I; %/%ar Calvin, Giordano 9 Associates, Inc. --- ....._.....- E X C E Now, P T 10 N A f_ S 0 t u I it y f� N 4 . 'G A �N t.f N P.O. Box 3353, West Palm Beach, 133402-3353 —LOCATED AT" r f www.pbctax.com 561 355-2264 ,G , �ci ��' o Ili ry u�'� p � 1 nrIoldhil 580 VILLAGE BLVD STE 325 Seas fcc � ���i������:� iri�i� i�'t��;����+ V�„aodisrrl��Mr�r WEST PALM BEACH, FL 33409 Si"""r � 4°:'�m you , TYPE 6F BllSINE55,••• OWNER•.,"• CERTIFICATION ti RECEiPi #lUATE PAID•,., AMT PAID "'� SILL# 5fi-0016 ENGINEER BUSINESS CALVIN G30RflAN0&ASSOCiNG ._ 514 620.539196-07/30!20 533-QO ------------- 94D106674 ; This document is valid only when receipted by the Tax Collector's Office. STATE OF FLORIDA PALM BEACH COUNTY 202012021 LOCAL BUSINESS TAX RECEIPT LBTR Number: 200205566 CALVIN GIORDANO & ASSOCIATES INC EXPIRES: SEPTEMBER 30, 2021 �N CALVIN GIORDANO & ASSOCIATES INC m 580 VILLAGE BLVD STE 325 This receipt grants the privilege of engaging in or w WEST PALM BEACH FL 33409-1960 managing any business profession or occupation r��lII111"I'�IIIII'II'Itl11lill111111llll'l1Jill III III within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. 4:I212411/20!!;10d,. ,�,�I„,lllf�II'I II ��"jll.!''!'11,6 541 LJ[H DIII,IGIll 1SFI11 iC "Ik'll1;.d',,4, A `,4 Page 651 of 985 Rom CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDfYYYY) 10/212020 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 endorsements). PRODUCER RBN Insurance Services 303 E Wacker Dr Ste 650 Chicago IL 60601 31 ------- ... --� .... INSURERA: Hartford Fire Insurance Co 1 19682 INSURED SAFELLC-01Associates, IN5URETtB NaV1atOrs InSUrance COm,r�an� 42307 Calvin, Giordano 8c Inc. INSURER c: Twin City,Fire Insurance Co. 29459 1800 Eller Drive _ Suite 600 INSURERD. Great American_ ESS Ins. Co. 37532 — . . Fort Lauderdale FL 33316 iNSUREI E: Hartford Casually Insurance Co 29424 _, _ .......... mmmm INSURER F :... COVERAGES CERTIFICATE NUMBER: 1942078253 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. jkSR ADDL4U R ITR TYPE OF INSURANCE INS ,` POLICY NUMBER .. POLICY EFF POLICY EXP , LIMITS ............. LMi"M°kr A IX GOMMERCIAL GENERAL LIABILITY 83UENZV3951 10/312020 10/3/2021 EACH OCCURRENCE $1 D00 000 .. X CLAIMS -MADE OCCUR DAMAt !E TOR "rEO PREMISES„BEaowurrenced_ $„1,000,000 1 MED EXP An,one ereon° $10 000 . .. PERSONALRADVINJURY 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 XPRO- POLICY 171 0 LOC � PRODUCTS - COMPlOP AGG J $ 2,000,000 ECT $ OTHER: _ ,... ........ . �,- . . .........�,�.�.,.,.,.............. E AUTOMOBILE LIABILITY 83UENPY9100 �.,�.,..�C .w ,. 10/312020 10/3/2421 COMBINED SINGLE LIMIT $1,000,000 jEa acGden)I . ANY AUTO BODILY INJURY (Per person) $ OWNED 'SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ X ' HIRED X ' NON -OWNED ®� AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ VPer accidggty S B f- -.., UMBRELLALIAB X OCCUR CH2OEXC8856001V 10/312020 10/3/2021 EACH OCCURRENCE, $10 000 000 X LIAB CLAIMS MADE, AGGREGATE $ 0 DIECESS DED X RETENTION 1t $ : . ... mm� .., RKERSCOMPENSATION 83WECE0623 m 511212020. 5/12/2021 'X PER DTH - €TAI TE ° AND EMPLOYERS' LIABILITY YIN , . .. , .ER. .... ... ,,........ ANYPROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? 1 A (Mandatary In NH) E.L. F1 CH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 , ,,, , If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $1 000,000 D Professional Liability TER 286-10-59 te I 10/3/2020 1013/2021 Each ClainlAggrega14,000,000 I ......aaaaaaa. mm.... ......, DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addrdonal Remarks Schedule, maybe attached If more space Is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Evidence Of Coverage AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Page 652 of 985 Page 653 of 985 Supplemental Building Inspections and Plan Review Services Solicitation No. RFP No. 021-2411-20/RW Prime Firm: Calvin, Giordano & Associates, Inc. Due Date and Time: December 16, 2020 at 2:30 PM Primary Contact John M. Stone, CBO Project Manager jstone@cgasolutions.com Address: 1800 Eller Drive Suite 600 Fort Lauderdale, FL 33316 Telephone No.: 954.921.7781 Page 654 of 985 1 i uuum umu uuuuumu uuuuuum CONTENTS uuou,.IIIIIIIIIIIIu uumi uuuuu uuuu Tab1 - Letter of Interest...........................................................................................................................3 Tab2 - Firm's Qualifications.....................................................................................................................6 Tab 3 - Qualifications of Project Team and Availability.........................................................................29 Tab 4 - Current and Projected Workload...............................................................................................41 Tab5 - References..................................................................................................................................43 Tab 6 - Procurement Forms and Documents.........................................................................................45 Tab7 - Sub-Consultants.........................................................................................................................60 Tab8 - Sub-Consultants.........................................................................................................................62 2 �k �I Pn.Y Wf' 4. o s & 0" �r 1 M"�1� �I �I+� ��.�'�I���IV� ��" ';'fir, '1 �r �( �' 1 2 Page 6� of" b$5 T�AI13 I I uuuuumuuum e"I l"If �bllllle��resllllt Page 656 of 985 3 Calvin, Giordano & Associates, Inc. .. ..............__.--___� .. _ .......... E X C E P T 1 0 N A L S O L U T I O N S'" December 16, 2020 City of Boynton Beach City Nall ATTN: Selection Committee 100 East Ocean Avenue Boynton Beach, FL 33435 Building Code Services RE: RFP Professional Services - Supplemental Building Inspections and Plan Review Civil Engineering / Roadway $ervices & Highway Design Coastal Engineering Dear Selection Committee, Code Enforcement ConstrucInspection(CEngineering& Inspection {CEI) C,zIPivhi, Cliiordaiiiio A A acclii4tes, ur:c CGA') is pleased to submit our response for Supplemental Construction Services Building Inspections and Plan Review Services as set forth in the RFP issued by the City of Boynton Data Technologies & Beach (City). We have reviewed the scope of services and have identified a project team with the Development necessary experience and skills to successfully complete all requested services and exceed all Electrical Engineering qualifications. Engineering Environmental Services Facilities Management At CGA we are proud of our long standing history as the largest privately -held South Florida based Geographic Information municipal consultant and engineering firm. Throughout our 80 -year history we have maintained our Systems (GIS) South Florida based corporate headquarters. We pride ourselves on the volume of business we obtain Governmental Services via repeat customers and additional service agreements from existing clients. We attribute this to our Indoor Air Quality high level of customer service. Landscape Architecture Planning Project Management GGA has grown to a size that best serves our clients. We are able to provide the benefits of a large Redevelopment firm while remaining local and small enough to provide personalized services to all of our clients. & Urban Design Our size and diversity allow CGA to provide staff redundancies, exceed insurance requirements and Surveying & Mapping absorb any unforeseen circumstances without interruption to any client services. Traffic Engineering Transportation Planning Water/ Utilities Engineering Our Fort Lauderdale corporate headquarters will act as the office that will service this contract. Website Development This will be in addition to the on-site employees located at the City. The Principal -in -Charge for this contract will be Chris Giordano, MSG, CCM, Vice President, and our Project Manager will be John M. Stone, CBO. We feel our greatest assets are our staff and their ability to provide exceptional service to our client base. In the case of Building Code Services, our client base includes the Elected Officials, City Staff, City Residents, Businesses and Licensed Contractors. At CGA, we don't feel that licenses and 00 Eller Drive certifications are enough to properly complete the scope of work. We ensure that each employee is Sute 600 trained in the means and methods of CGA's level of customer service. Although there is no license Fort Lauderdale, FL or certification given for our customer service orientation, we feel that it is noteworthy and a key 33316 ingredient to our long history of repeat clients. 954.921.7781 phone 954.921.8807 fax Firm's Background Providing Services CGA Building Services Division has experience in large and small communities and understands that www.%mlutions.com each have different needs. Each Inspector, Plans Examiner, and Building Official have in excess of 5 years' experience providing contract services. CGA teams are dedicated to the community they serve FORTLAUDERDALE MIAMI-DADE WEST PALM BEACH CLEARWATERITAMPA ESTERO PORTSTRage 657 of 985 4 and not other businesses, which provides focus on consistency in reviews and inspections. With every new opportunity we utilize a base of existing CGA staff, and depending on the new project, an injection of new professional staff. We pride ourselves on recognizing our existing staff, which are performing above their current levels and providing there new opportunities by promoting from within. Due to our long-term relationships with our existing clients, our staff becomes a part of the City and the community proudly taking ownership of their responsibilities. Thank you for giving us the opportunity to respond to this RFP I know that given the opportunity, CGAs extensive Florida government experience and expertise can provide the quality services the City desires and expects. Sincerely, Calvin, ;Ordano & Associates, inc. Chris Giordano, MSC, CCM Vice President Page 658 of 985 5 TAB 2 Page 659 of 985 fi Is to questions made hereinafter: SUBMITTED TO: City of Boynton Beach Procurement Services 100 E. Ocean Avenue Boynton Beach, Florida 33435 Check One Submitted By: Corporation V/ Name: ___�Qalvin,, Giordano & associates, jnc . ...... .......... Partnership Address., 1800 Eller Drive .,,.,a &A ............. . . . . individual CITY, State, Zip: Fort_Lauderdale FL 33316 Other ................................................... Telephone No., „.92,, 7761 Fax No.: 954,921.8807 Email Address.: imarketinq@c—qasolutions.com 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: Calvin, Giordano & Associates, Inc. The address of the principal place of business is: 1800 Eller Drive Suite 600 . „Suite ......... . ........... .......... . . . . . . . . . ......................................................................................... - Fart Lauderdale, FL 33316 If Proposer is a corporation, answer the following: a. Date of Incorporation-, _,June27f 1985 111111----111- ................ . ............ laState of Incorporation: --- — ----- C. President's name-, tennis tior ane El. Vice President's name: Chris Giordano, MSC, CCM e. Secretary's name: Dawn Ho kins RFP No. 021 2411..20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 23 Page 660 of 985 7 Treasurer's name: Chris Giordano, MSC, CCM g. Name and address of Resident Agent: System 1200 S Pine Island Rd, Plantation, FL 33324 . Corporation 3. If Proposer is an individual or a partnership, answer the following: a. Date of organization: NIA b. Name, address and ownership units of all partners: NIA State whether general or limited partnership: NIA. 4. If Proposer is other than an individual, corporation or partnership, describe the organization and give the name and address of principals: NIA 5. If Proposer is operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. NIA 6. How many years has your organization been in business under its present business name? 21 Years Under what other former names has your organization operated? M.E. Berry & Associates. 1937 Berry & Calvin, Inc., 1985 - 1999 7 Indicate registration, license numbers or certificate numbers for the businesses or professions, which are the subject of this Proposal. Please attach certificate of competency and/or state registration. M17373 - Secretary of State Charter Number: Engineering License No. 514: Land Surveyor License No. LB 6791; 8. Did you attend the Pre -Proposal Conference if any such conference was held? YES F�/ NO 9. Have you ever failed to complete any work awarded to you? If so, state when, where and why: No THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 24 Page 661 of 985 8 10. List the pertinent experience of the Ivey individuals of your organization (continue on insert sheet, if necessary) Please reference Tab 3- Qualifications of Projgjcj.Team and Availabiiit m„ 11. State the name of the individual who will have personal supervision of the work: 12. State the name and address of attorney, if any, for the business of the Proposer: 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: SAFEbuilt 100% 3755 Precision Drive, Suite 140, Loveland, CO 80538 14. State the names, addresses, and the type of business of all firms that are partially or wholly owned by Proposer: 15. State the name of Surety Company which will be providing the bond (if applicable), and name and address of agent: RFP No, 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 25 Page 662 of 985 9 16. Annual Average Revenue of the Proposer for the last three years as follows: 17. Bank References: Bank Address Telephone SunTrust Bank 515 East Las Olas Blvd 954.495 7512 ,,,,,,,,, ,,,,, �,� ,. .� ......... Fort Lauderdale, FL 333301 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). Please see attached 19. Provide descriptions of quality assurance/quality control management methods (continue on insert sheet, if necessary): Throughout the permitting process, the senior staff, of Chiefs and BOs provide a Quality Assurance (QA) ~ peer review. These eer reviews occur oormit`a lira .... p p pp tions intake, permit fee ensures that we are_ .� ulati m ....... urate l.arocess. �rov�dm code compliance regulation with a consistent and acc v.,. THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 26 Page 663 of 98514 20. is the financial statement submitted with your proposal (if applicable) For the identical organization named on page one? YE E 21 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent -subsidiary). /XList all claims, arbitrations, administrative hearings and lawsuits brought by oragainst 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. ciates, Inc. and {[; [ occurred within the boundaries of the construction pro'ect known as the AIA Washout project alor AM in Fort Lauderdale +14 M" [related signals,reducing traffic lanes, adding traffic al C.i 31FP lt4d'io 071 ICU -21"YIH,9dW Il d':AG{, A FIRI,1G fEMK:bk'+IAII..;{ill RIOC,ESo A(31lUF,P:IMIf::',N F F()R -.51 PIP EAMEHM AL 1:31,IIIIf..DIlNG ll'NSPIE(M!"yN n AND 11uLAI 110A UGC.w'$L4NSERVIICES 27 Page 664 of 98511 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. None. 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.A. ,d m• 1 (Signed) Chris Giordano, MSC, CCM (Title)__ Vice President Subscribed and swo ri to before me I This °"" dayof i 2020 Q09 HOP4,�,h�i f i SSION% VIr�i 1 �u o �y /h�Jotary Public (' ign ture) r + My Commission Expires s yr, hyJl , THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 022-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 28 Page 665 of 98512 Calvin, Giordano & Associates, Inc. E X C E P T I O V _AL S O L _UT I 0"""N 5"' POLICIES AND METHODS FOR PROJECT MONITORING AND BUDGETING CONTROL Performance Records / Effective Employee Performance and Training CGA has an exemplary record of performance with each of its contracts. Company -wide, CGA has never had a contract terminated or canceled for cause. The key to effective performance is assigning the right person for the job. The GGA team represents a highly qualified and experienced professional staff with almost every required discipline in one location. In order to maximize employee utilization and therefore performance, CGA utilizes an accounting software, Ajera, to track not only project budgets, but also employee workloads. In an effort to maintain the highest standards, our team receives continuing education to stay on top of the latest industry standards and processes. Through formal training, seminars and in-house technical sharing sessions our staff is kept abreast of ever changing methods and technology. Ability to Complete Projects on Schedule and Within Budget CGA is committed to completing all projects under this contract on-time and within budget. To ensure this commitment is met, CGA will manage staff schedules to ensure they are adequately available to support the workload as needed. CGA utilizes Ajera to manage the full project life cycle of each project. As one of our project management tools, the system controls all aspects of the project including accounting, project management, and resource utilization in real-time. This system is web based allowing both internal and remotely placed employees full function capabilities via any internet connection. Central to Ajera is customizable dashboards, offering unparalleled access to project's information at a glance for improved visibility and decision making. This software has integrated all the processes necessary to manage and improve the life cycle of the project, which in -turn saves our client both time and money. The system not only keeps a "live" accounting of all of our projects budgets, earned to date, work in progress and estimate to complete, but it also allows Project Managers to assign and resource load to our staff and projects. RU1, 2 241' f'2 II°!I'°m4M� �..�II;: II"II. 1144A II II ���nII �����IIII.I':�IIII°'4I� II II` II II .�..IIS°II''�9,� , Il!!!Vd° R!!!!''JpI � ��Il f�°§8513 A SAM.,.m V � Vo,Company 1800 Eger Drive, Suite 600, Fart Lauderdale, RorWa 33316 Phone: 954.921.7781- Fax: 954.921.8807 Balance Sheet December 31, 2019 Current Assets Cash Cash - Su ntrust SB -MTC Acct Accounts Receivable - Net Accounts Receivable - Bldg Code Accounts Receivable - Other Intercompany - MTC Intercompany - SAFEBuilt Intercompany - Payroll Work in Progess - Reserve Work in Progress Prepaid Insurance Prepaid Expenses Total Current Assets Fixed Assets Assets $44,502 $53,096 $13,685,926 $9,480 $9,175 ($4,678,960) $18,606,431 ($343,626) ($135,272) $1,034,407 $15,868 $249,72p Furniture, Fixtures & Equipment $1,,'72,982 Leasehold Improvement 1405,,`7' Vehicles $5,_ 'q,603 Accumulated Depreciation ($1,707,516) Software Development (Internal) $1,003,013 Accumulated Amortization, ($168,178) Total Fixed Assets Other Assets Deposits $143,223 Total Other As --ts Total Assets Basis : Accrual Printed: July 27, 2020 $2Fr' ;50,754 $6,133,832 $143,223 $34,827,809 Page 667 of 98514 II��pGh �iVc.ir a o� ��1� P�u�ss D�,V''I: r,'0 ���, A SAFE V 1i i�u V U� .company 1800 Eger Ddve, Suite 600, Fort Lauderdale, Florida 33316 Phone: 954.921.7781 • Fax: 954-921.8807 Balance Sheet December 31, 2019 Current Liabilities Accounts Payable Refundable Fees - Bldg Code BRA/Radon Taxes Payable Accrued Payroll Taxes Accrued Liabilities Payroll Deduction Payable Accrued Salaries & PTO Accrued Bonus Prepaid Fees Unearned Revenue Note Payable - Equipment Lease Total Current Liabilities Long -Term Liabilities Note Payable -Equipment Lease Total Long-term Liabilities Total Liabilities Equity Additional Paid In C, ,.Lai Retained Earnings Net Income Total Equity Total Liabilities _quity Basis : Accrual Printed: July 27, 2020 bilities and E uit $613,885 $92,342 $37,321 $27,657 $213,155 $8,094 $2,117,076 $208,809 $270,952 $1,975,821 $4,280,884 ,9,845,994 - $75,589 $9,921,584 $8,946,006 $7,959,773 $8,000,446 $24,906,226 $34,827,809 Page 668 of 98515 L°,aIl mr( t,,c>ii yvio,x6� *c batt eshr i< A SAFE N"a"41- 1800 ger DrK Stile 800. FartLMdKd11 , PAM 35716 PbD= 95922L7M • RX 934921M07 Revenues Services Billed Intercompany Revenue -MTC Intercompany Revenue -SB Services Unbilled Services Refund Reimbursables Reimbursables Unbilled Consultants (40800) Consultants Unbilled WIP Reserve Services Write -Off Expenses Write-off Consultants Write-off Permit Income Misc. Income Total Revenues Direct Costs Direct Labor Direct Costs - Permitting Direct Costs - Permit Fees Wz" jed Direct Costs - Consultants Direct Costs - Misc Total Direct Costs Cross Margin Operating Expenses Advertising/Promotions Auto - Gas Auto - MileageTalls Reimburse Auto - Repair Auto - Accessories Auto - License Auto - Allowance Auto - Lease Donations Profit & Loss Statement For 12 Months Ended December 31, 2019 CGA Monthly This Month Year to Date Year to Date Budget Actual Variance Budget Actual $3,551,522 $2,947,472 ($604,050) $38,338,944 $37,: 1,64 1,616 0 (1,616) 17,293 42;: �0 882 0 (882) a 194 iy,526 86,760 (194,888) (281,648) 047,x,,,- 1,281,045 0 0 0 0 (14,800) 193,720 144,060 (49,660) 1,8--085 1,612,010 24,607 21,744 (2,863) 275,:..7 200,276 584,377 544,800 (3_ 951,959 6,736,345 (33) (33,402) (33,31L ' 6,709 29,126 (4,566) 17,805 --,371 (55,307) (18,757) (62,571) (93,284) 130,79 ` (709,286) (1,005,468) (19,634) (14,' s) x,171 (227,633) (189,577) (328) (,,'35) (9,407) (6,411) (32,154) 831,157 '70,2-' (310,903) 10,055,200 5,739,753 5,021 176 (4,845) 45,455 64,014 $5,192,530 a",,850,74J ($1,341,789) $56,486,094 $52,288,838 1, 1,412,615 (390,082) 21,371,473 18,619,461 972 2,011 1,139 10,463 (22,404) 2,4, ' 29 (12,385) 148,963 90,840 47, ,948 515,119 42,171 5,675,320 6,904,193 2,613 98,972 (73,642) 2,071,356 1,276,253 $2,461,544 $2,028,746 ($432,798) $29,277,575 $26,868,344 Variance ($574,303) 25,567 70,332 233,460 (14,800) (225,075) (75,031) 884,386 22,417 36,550 (296,182) 38,056 (25,743) (4,315,447) 18,559 ($4,197,256) (2,752,012) (32,867) (58,123) 1,228,873 (795,103) ($2,409,231) $2,730,986 $1,821,995 ($908,991) $27,208,519 $25,420,494 ($1,788,025) 18,408 5,688 (12,720) 220,894 133,549 (87,345) 8,758 10,469 1,712 105,092 105,169 77 3,173 7,722 4,549 38,071 60,985 22,914 7,084 8,434 1,350 85,007 118,691 33,684 1,615 607 (11009) 19,384 16,812 (2,572) 1,282 11906 624 15,379 41,560 26,181 14,596 15,925 1,329 175,153 202,475 27,322 17,605 6,307 (11,298) 211,257 34,746 (176,511) 13,728 1,000 (12,728) 164,730 74,245 (90,485) Page 669 of 98516 SAFEbm4tvxmm x f880 ger M1re. S1i1e880, FeAlt�dBYA119. FIuiO� 3ts18 ROW 96!.9¢1.7781 • Fox 2S192 A W Profit & Loss Statement For 12 Months Ended December 31, 2019 CGA Monthly This Month Year to Date Year to Date Budget Actual Variance Budget Actual Corporate Licenses/Dues 101 Errors & Omissions (Non-Insuranc 3,697 Equipment - Purchase 1,847 5ofware Subscriptions/Maint. 23,073 Equipment/Rental 1,593 Insurance 125,861 Office - Rental 102,214 Admin Fees - Pines 14,442 Office Rent - Pines 59,197 Office - Gifts/Awards 2,813 Office - Expense 5,880 Office - Repair & Maintenance 473 Postage & Shipping 3,265 Office Reproduction 10 Salary - Indirect 151,540 Bonus 89,329 Personnel -401K Contribution 26,648 Personnel - Taxes 203,788 Personnel - Insurance/Group Wai 102;i` ' Personnel - Insurance/Life-SH's 3,221 ' Personnel - Education/Seminars 7,257. Personnel - Licenses 1, ,51 Personnel - Employment ',45c, Personnel - Corporate Events ? ,655 Personnel -Mist 4 Personnel -Prof Clut /Mtg 4,819 Professional Services 42,907 Merchant/Bank Fees 3,506 LOC Guarantee Fee 521 Late Charges (26) Gain/Loss on Disposal 0 Subscriptions/Publications 857 Supplies Office 13,384 Supplies -Uniform 3,136 Taxes- Other (36,857) Entertainment 6,071 Travel 9,068 Utilities - Electric 227 Utilities- Phone/Internet/Ofc 13,817 Utilities - Cell Allowance 18,307 Variance 0 (101) 1,217 1,217 0 0 (3,697) 44,365 4,000 (36,365) 742 (1,105) 22,167 , 11, ,1 (10,980) 19,285 (3,788) 27F870 27-,228 (4,642) 5,314 3,721 19,y 1 56,166 37,055 113,137 (12,724) 500,376 1,269,563 (230,814) 101,020 (1,194), 1, '5,562 1,244,043 17,481 15,191 748 17�s,, 16 180,644 7,338 32,384 (?F 01'1) 710,363 345,544 (364,819) 1,677 (1,_ ,$) 34,116 4,208 (29,908) 37,331 31,45-. 70,558 90,310 19,752 283 (1901 5,673 1,805 (3,868) 2,34' (9" .,) 39,184 36,995 (2,189) 20 11 114 3,647 3,533 80L;-04 648,964 1,808,975 6,026,327 4,217,352 1,00. (138,337) 1,077,870 372,548 (705,322) 3'/, -38 10,990 327,550 342,516 14,966 82,7bs (121,085) 2,504,970 1,885,820 (619,150) 147,465 44,704 1,263,094 1,667,898 404,804 0 (3,221) 39,578 0 (39,578) 4,726 (3,170) 94,753 104,684 9,931 0 (1,061) 12,894 13,794 900 3,693 (3,765) 89,498 64,671 (24,827) (62,766) (90,421) 331,859 202,946 (128,913) 5,474 5,470 50 5,574 5,524 7,464 2,645 57,827 61,543 3,716 1,972 (40,935) 514,880 589,905 75,025 21,837 18,331 42,069 311,695 269,626 0 (521) 6,250 0 (6,250) 24 50 (308) 1,325 1,633 (2,554) (2,554) 0 (72,252) (72,252) 834 (23) 10,285 10,695 410 8,692 (4,692) 160,601 131,014 (29,587) 1,123 (2,013) 37,565 43,919 6,354 0 36,857 (442,282) 20,361 462,643 1,970 (4,101) 72,853 41,472 (31,381) 9,734 666 115,104 163,324 48,220 36 (191) 2,729 751 (1,978) 11,914 (1,904) 165,804 148,244 (17,560) 19,238 931 219,680 232,136 12,456 Page 670 of 98517 aIIwli rI rlc;, Y tl Illi Id As.g p,1,1'0 C u; A SAFEbiuNtr—�, 1860 �a 6wM,S�ik 800. Fal WGde�gMe, Fiu18a 3!716 NOW 864.821.7761 • W.964A21.6 V Utilities - Telephone/Mobile Bad Debt Allowance Total Operating Expenses Other Expenses Depreciation Interest Prior Period Adjustment Total Other Expenses Net Income (Loss) before Allocations Allocations Allocations - Executive Total Allocations Net Income (Loss) Basis : Accrual Profit & Loss Statement For 12 Months Ended December 31, 2019 CGA Monthly This Month Year to Date Year to Date Budget Actual Variance Budget Actual Variance 3,846 5,253 1,407 46,151 35,781 (10,370) 11,776 126,005 114,229 149,101 s,'S,595' ` 296,494 $1,147,434 $1,570,756 $423,322 $13,868,349 ' 166, _ 5 $3,297,726 0 145,047 145,047 0 1,215,099 1,215,099 0 21,389 21,389; 0 246,043 246,043 90 0 (90) 1,,77 0 (1,077) $90 $166,435 $1i:- $1,077 $1,461,142 $1,460,065 1,583,462 84,804 ',1,49F 658.. 13,339,093 6,793,277 ($6,545,815) 2 444,' - '4a .4 32 444,108 444,075 $2 $4r '.108 $4.4,105 $32 $444,108 $444,075 1,583,460 ( ) ($1,942,763) 13,339,060 6,349,170 ($6,989,891) Printed ,'020 Page 671 of 98518 Calvin Giordano & Associates Inc. E X C E P T 1 0 N A L S O L U T �I O N S' 2.2 Describe the Firm and provide a statement of the Firm's qualifications for performing requested services COMPANY'S HISTORY AND QUALIFICATIONS Calvin, Giordano &Associates, Inc. (CGA) is awell established multi -disciplinary firm with offices located in Fort Lauderdale, Miami -Dade, West Palm Beach, Port St. Lucie, Estero, and Clearwater. For over 80 years, our firm has been providing consulting services to both public and private sector clients. From the beginning, much of our reputation was built on repeat business with clients from the public and private sectors. Our success is reflected in the quality of work we consistently provide and also in the personal approach we take with each client. The winning combination is affirmed by our large number of repeaVlong term municipal clients. Because of our diversity, CGA can control the entire process, offering a host of professional services as a one - source partner, or efficiently tackle time -sensitive individual projects, providing customized solutions with handpicked teams of highly experienced professionals. Custom building Exceptional Solutions is the core of our business. CGA strategically provides a broad range of services to meet our clients' needs. Our professional services include: • Building Code Services • Civil Engineering/Roadway and Highway Design • Coastal Engineering • Code Compliance • Construction Engineering and Inspection (CEI) • Construction Services • Data Technologies and Development • Electrical Engineering • Civil Engineering • Environmental Services • Facilities Management • Geographic Information Systems (GIS) • Governmental Services • Landscape Architecture • Planning • Project Management • Redevelopment and Urban Design • Surveying and Mapping • Traffic Engineering • Transportation Planning • Water/Utilities Engineering • Website Development Taking advantage of our diversified staff's experience and knowledge is what distinguishes CGA as a professional consultant and what allows our team to repeatedly complete projects on-time,under budget and exceeding expectations while doing so. VIII "' I� IIIIII IIIIIIIIIIIIIIIIVlII VIII VIII Illlh°°°I' VIII JI1 YW I VIII 9P f"021 24"11/20 TO,/ Sl.Jll�lf�l II ��^III�IkCI^ul����4f.Ifllll�il,�Tll I�Illl�uu�� III'"M��..;�I"I �r��f�ll���rl li; ���.11�ll�ci,P�6I���I � ���� �11���8519 rel '��r � �,, ' ® Calvin, Giordano & Associates, Inc. 111,1111 E X C E P T I O N A L S O L U T I O N S'" Past Experience CGA is a multi -disciplinary firm that began as a small two person surveying firm in Florida over 80 years ago. CGA has extensive experience providing Contract Building Code Services. CGA has successfully provided Contract Building Code Services in Florida communities for more than 13 continuous years. CGA began providing Building Code Services in West Parkand Surfside in 2007. Since that time our satisfied client list has continued to grow. We now provide Contract Building Code Services in Pembroke Pines, Deerfield Beach, Lighthouse Point, Hollywood, Hallandale Beach, and Lauderdale Lakes acting as the Cities Building Department. We also serve numerous other clients on an hourly as - needed basis. These communities vary in size and work load. Pembroke Pines permitting staff processes approximately 1,350 permits per month, Deerfield Beach permitting staff processes approximately 650 permits per month, and Lighthouse Point permitting staff processes approximately 35 permits per month. Within the past two (2) years, CGA is providing Building Code Services to over 25 municipalities in Florida. CGA Building Services Division has experience in large and small communities and understands that each have different needs. Each Inspector, Plans Examiner, Building Official and senior permitting staff member have in excess of 2 years' experience providing contract services. The Comprehensive Listing - Similar projects identifies the experience of CGA and the Building Division staff including the current permit activity in each community. CGA teams are dedicated to the community, which provides consistency in reviews and inspections. With every new opportunity we utilize a base of existing CGA staff, and depending on the new project, an injection of new professional staff. We pride ourselves on recognizing our existing staff, which are performing above their current levels and providing them new opportunities by promoting from within. Due to our long term relationships with our existing clients, our staff becomes a part of the City and the community and become proud and take ownership of their responsibilities. Professional and Trade Services Our only asset which could surpass our technology is the knowledge and experience of our in-house staff. We currently employ over 370 employees who provide 22 distinct services, all of which are located in Florida. A large number of our staff have worked for municipal governments and have been licensed contractors prior to entering their careers in the private sector. This mixed experience allows our team to envision and avoid areas of concerns prior to them becoming issues. The highlights of these employees are shown below: • 26 Professional Engineers • 71 Licensed Contractors • Over 50 NIMS Certified • Over 50 FEMA Certified • 53 BORA Certified • 8 LEED Certified • Over 15 OSHA Certified • 15 AICP Certified Planners • 4 Landscape Architects • Over 5 Flood Plain Managers • 28 Permitting Specialist • 8 Landscape Designers/Inspectors • 32 Code Enforcement Specialist • Over 15 SREF Certified 2.3 Identify the services, which would be completed by your Firm's staff and those that would be provided by sub - consultants. All services described with the scope of services will be performed in-house by the CGA Building Code Services department. Building Code Administrators (aka Building Official) —� Plan Examiners • Building • Mechanical • Electrical • Plumbing Inspectors • Building • Roofing • Mechanical • Electrical • Plumbing • Fire 2.4 Identify any sub -consultants you propose to utilize to supplement your Firm's staff. Calvin, Giordano & Associates, Inc. is pleased to be able to provide all services utilizing full-time, in-house staff. 2.5. If the Principal Place of Business is different than the location specified in the Proposer's Qualification Statement then the proposer shall specify office location where each project will be managed and produced. Services to the City of will be supported and provided out of the GGA West Palm Beach office (580 Village Boulevard, Suite 325, West Palm Beach, Florida 33409), which is only located 18 miles from City Hall. CGA also has the availability to supplement staff from any of our other locations, if needed. I'"' CIIIIII Illlkp ��'. ,..,,,y,r.. �r� ..,i VIII R ,.. IIIC CIII 1111111: CIIIIP ."".. 11111 .." "'. 11116 IIIIIIPi .. i' "" „II810 CHIP IIIIIP IIIIIIII'4 y' ' IIIIIP II""'i�' R' ° IIIIII'�i u ii 2 a 2 u 1 / 0 ii �I U ii i_ii....ii ii....ii iii... ii.. uiiii....ii.. iiia iiia iii ii.... ii ii � ii iii ii is ii i d� ii 5 20 Calvin, Giordano & Associates, Inc. E X C E P T 1 0 N A L S 0 L U Tm„ �,. I O N STM Firm's Background Providing Services The table below identifies the experience of CGA and the Building Division staff including the current and past activity in each community. With every new opportunity we utilize a base of existing CGA staff, and depending on the new project, an injection of new professional staff. We pride ourselves on recognizing our existing staff which are performing above their current levels and providing them new opportunities by promoting from within. Cue to our long term relationships with our existing clients, our staff becomes a part of the City and the community and become proud and take ownership of their responsibilities. m Town of Hillsboro Beach Complete building code services 0212017 - Ongoing 1210 Hillsboro Mile Hillsboro Beach, FL 33062 City of Deerfield Beach Complete building code services 03/2014 - Ongoing 150 NE 2nd Avenue Deerfield Beach, FL 33441 City of Lighthouse Point Complete building code inspection, review 04/2014 - Ongoing 2200 NE 38th Street and building official services Lighthouse Point, FL 33064 City of Pembroke Pines Complete building code services 2009 - Ongoing 10100 Pines Boulevard Pembroke Pines, FL 33026 City of Fort Lauderdale Supplemental inspection and review services 04/2014 - Ongoing 700 NW 19th Avenue Fort Lauderdale, FL 33311 City of Parkland Supplemental inspection and review services 04/2007 - 04/2010 6600 University Drive 2016 - Ongoing Parkland, FL 33067 Osceola County Supplemental inspection and plan review 2016 - Ongoing 1 Courthouse Square, Suite 1100 services Kissimmee, FL 34741 Village of Estero Complete community development services 09/2015 - Ongoing 9401 Corkscrew Palms Circle Estero, FL 33928 Hardee County Supplemental inspection and plan review 2016 - Ongoing 401 West Main Street services Wauchula, FL 33873 City of Cape Coral Supplemental inspection and plan review 2016 - Jan 2021 1015 Cultural Park Boulevard services Cape Coral, FL 33990 City of Oakland Park Supplemental inspection and plan review 11/2012 - Ongoing 3650 NE 12th Avenue services Oakland Park, FL 33334 City of Hollywood Supplemental inspection and plan review 05/2013 - Ongoing 2600 Hollywood Boulevard services Hollywood, FL 33020 iC)21 2411/20 IRW- &V�F�1�� 1°1 E 1,,A 4Ei�! N If +fll BUI Xll llIIII G II'NSRG If 1iG' 1S & SII N`J !! 6 � 4 9861 Calvin, Giordano & Associates, Inc. 11 A „ /� E X C E P T 1 O N A E 5 0! U T 1 O N 5'° Mu Hendry County Supplemental inspection and plan review 2016 - Ongoing 640 South Main Street service LaBelle, FL 33935 City of Sunny Isles Beach Supplemental inspection and plan review 1112007 - Ongoing 18070 Collins Avenue services Sunny Isles Beach, FL 33160 City of Parkland Supplemental Inspection and Review Services March 2007 - Ongoing 6600 University Drive Parkland, FL 33067 Town of Surfside Complete Building Code Services June 2007- Jan 2010 9293 Harding Ave. Surfside, FL 33154 Town of Loxahatchee Groves Supplemental Inspection and Review Services Aug 2007 - May 2010 14579 Southern Blvd, Suite 2 Loxahatchee Groves, FL 33470 City of Coral Springs Supplemental Inspection and Review Services Aug 2015 - Feb 2022 2730 University Dr. Coral Springs, FL 33065 City of Tamarac Supplemental Inspection and Review Services May 2014 - Feb 2022 6011 Nob Hill Rd. Tamarac, FL 33321 City of Naples Supplemental Inspection and Review Services Sept 2016 - Sept 2021 295 Riverside Circle Naples, FL 34102 City of Sanibel Supplemental Inspection and Review Services Sept 2016 - Sept 2021 800 Dunlop Road Sanibel, FL 33957 Hendry County Supplemental Inspection and Review Services 2016 - Dec 2021 640 South Main Street LaBelle, FL 33935 Seminole Tribe of Florida Supplemental Inspection and Review Services Oct 2004- Sept 2019 6300 Sterling Road Hollywood, FL 33024 City of Cooper City Supplemental Inspection and Review Services Dec 2019 - Feb 2022 9090 SW 50th Place Cooper City, FL 33328 City of Lauderdale Lakes Supplemental Inspection and Review Services 2017 - Feb 2022 4300 NW 36th Street Lauderdale Lakes, FL 33319 City of Hallandale Beach Supplemental Inspection and Review Services 2016 - Ongoing 400 South Federal Highway Hallandale Beach, FL 33309 �S"� �522'3 �uM1X1U111:IIN' LII �.Nf� ',� �� I ' w�� 9 Calvin, Giordano & Associates, Inc. X C E P T I O N A L S O L U T I O N S' Approach and Methods CGA understands that to achieve a winning solution and to offer the highest level of service, we must first understand the City's needs. This includes how services function from a process standpoint, from a financial perspective, and most importantly CGA must understand the end user and their needs. CGA will ensure customer service is always a top priority and satisfaction is always pursued. CGA staff is professional in every way, our goals are to support the City in their efforts to maintain an efficient and effective Building Department. All staff will accept direction and instructions, while performing their responsibilities independently and in a professional manner with minimal supervision required. CGA conducts training and mentoring throughout the year to ensure this concept is followed by appropriate actions. Hiring professional staff is the basis to providing exceptional service. As a standard, CGA staff will: • Be respectful to Residents, Contractors, Staff and supervisors always; • Be professional and courteous always; • Consistently follow rules and procedures of the City; • Be able to provide and accept constructive criticism with professionalism; • Be able to perform their responsibilities successfully, independently, and efficiently in a diverse environment with minimal direct supervision; • Work reliably on a regular schedule; • Effectively utilize the City's computer system; • Protect confidential information with integrity; • Prepare and record written reports and records of daily activities accurately in the City's computer system; • Provide professional and accurate interaction with owners, contractors, architects, engineers, neighbors, coworkers and supervisors; • Provide services at the hours needed by the City; and • Work effectively with all coworkers regardless of their employer.. CGA takes pride in providing exceptional service to our customers and the customers of the Building Department. CGA provides staff with professional uniforms logoed as desired by the City. This project provides many opportunities, but not without challenges. This project will provide the City of Oakland Park Building Department the opportunity to utilize staff more efficiently and improve service during the constantly fluctuating construction industry in Florida. Construction in Florida creates a dilemma for communities as project size and scope continues to increase in spurts and then decline rapidly without warning. This process creates a difficult and sometimes impossible situation for Building Departments. The CGA Building Division will have the opportunity to create a relationship with the City's Building Department to help smooth the hills and valleys by providing qualified and professional resources. By integrating CGA professional staff into the City Building Department, CGA will be able to better handle the same fluctuations in our growing Building Division. Also, as our staff is utilized to accommodate the ebb and flow of workload, the reductions in staff will not leave the City with any legacy costs. GGA can curtail some of the challenges of hiring qualified professionals by creating in-house training and advancement opportunities from other CGA divisions. CGA has also been able to create relationships with colleges in the State of Florida providing a pool of potential candidates. This improves CGAs ability to identify and hire qualified professionals. Our client base continues to grow, which allows us to be able to handle the large fluctuations in the industry more efficiently. As one community experiences a need for more staff, another community is completing a large project and is experiencing a decrease in need for staff. Our firm adds value to this contract with our vast resources of staff. EGA and its parent company, SAFEbuilt, employ over 500 professionals that provide services to communities throughout Florida. This large pool of professionals will assist the City's Building Department by being there when the City needs them. CGA has been in business for more than 80 years providing professional services and we take pride in our service. ()24i. �/2 P� ° r I,J6��rll 41�^IE i� yl. IIsilJlll uuil„ III�;..al�ll A V�,�I��S& X11,1 G: 1111I�666" �1 a 8523 Calvin, � �ior� ano � �s�sociates �Inc. s� Plan Review/Processing Plans will be reviewed in compliance with Florida Building Code standards in addition to, but not limited to, International Energy Conservation Code (IECC), Life Safety Requirements, and the Florida Protection Code. The staff proposed underthis project are licensed plan reviewers who will be responsible for reviewing the permit applications, plans and all other required documents including shop drawings and product approvals. Plan Reviewers create detailed comments regarding conflicts of the plans with applicable codes. Staff will review plans between normal business hours as prescribed by the City. Permit application and commercial plans will be reviewed by all disciplines with a goal of three (3) business days. We understand that fluctuations in the workload may not always allow us to maintain that threshold, but all major reviews will be completed in no more than 10 business days and five (5) business days for minor permits. CGA plan reviewers will provide approval to applications when the file is in compliance with all applicable laws, codes and ordinances. The review of plans will result in recommendation of approval, approval with modification, or denial of the plans. If the permit file is found to be deficient, concise comments will be provided identifying the deficiencies to include citing the applicable code section. CGA staff will provide the customer with a clear path to approval, All plan reviews will be documented in the City's software system at the time the review is complete. Plans examiners also meet with and assist design professionals, contractors and homeowners to answer questions about the code and its intent. In addition, plans examiners are capable of providing plan review for clients with schedule constraints or an aggressive schedule at the discretion of the Building Official. All trades or disciplines included in the proposed services will be reviewed to ensure compliance with adopted building, electrical, mechanical, plumbing, accessibility, energy codes, and other City ordinances and State Statutes. Upon completion of each review, the plans examiner will approve the proposed work or reject it for specific code deficiencies. All examinations will be recorded in the City's computer system. CGA has the resources to provide remote plan review services through our parent company, SAFEbuilt. The process is simple, increases efficiency, and reduces cost. • Plans are emailed to our office (via FTP Site, Dropbox, or ProjectDox); • Plans are reviewed by in-house reviewers Broward County BORA certified in each trade; • Comments are issued upon completion of review and can be reviewed through ourweb-based system; • Building Official reviews, the comments and decides which comments to enforce based on the City's ordinances and regulations; and • Any additional follow-up reviews are completed by the Building Official. Inspections • Inspectors will conduct technical field inspections of residential and commercial structures and equipment installations during the various phase of construction, installation and operation, assuring work conforms to all applicable building codes and approved plans and specifications. Written comments will be issued if the work is not in accordance with the approved plans or applicable codes; • Inspectors will maintain formal inspection records and will process inspection comments and results immediately upon completion of inspection; and • Inspectors will advise and confer with architects, engineers and City, personnel, as well as homeowners, contractors and developers. Questions, concerns, and inquires shall be received and responded to within one business day, all inspections shall be performed within 24 hours. Communication The City will be provided with a detailed phone list of staff including contact information during after-hours and weekends. CGA strive to maintain clear lines of communication and make ourselves available on multiple platforms, Le, phone, e-mail, fax. Code Violations Inspectors will investigate possible code violations and respond to hazard and nuisance complaints within one (1) business day upon notification. Emergency Services Staff will be available to respond to any type of emergency requested by the City's Law Enforcement or the City's authorized representative within one (1) hour. Mr. John M. Stone, CBO, will be the primary point -of -contact and can be reached via cell phone at any time. SII 14 �'�u'�n fl 241 "'V 0 II''�'10,w �. LP!!1!!!' dt„�illM[1� V "Ud_ �� flL]L.":IH\V . IIII' II I IL:. "1f"116,.�II,,Is � Iu�II.. ��II � SII ti 6 " G/ �� �� 5 24 11 Calvin, Giordano & Associates, Inc. E X C E P T 1 0 N A L 5 0 L U T f 0 N 5" e� Customer Service Requirements The GGA team provides customer service standards for all personnel and will also follow the City's guidelines. Staff shall greet each customer visiting the office and by phone in a courteous and professional manner. Questions, concerns, and phone calls shall be responded to within one (1) business day. Flexible work schedules may be established to extend office hours and services following a natural disaster to perform special code compliance sweeps and enforce building code regulations and other unexpected issues. Staff will be properly identified utilizing agreed upon identification or uniforms. The GGA team is well-known for their customer service skills throughout Florida. We strive to provide a professional welcoming atmosphere in the building department. It is our goal to work with customers in order to reach optimum New • outcomes. Our staff will blend in well with the City staff to create a cohesive working relationship. The CGA team is able to assist the City staff with implementing additional customer service standards, which include scripting for telephone and counter etiquette, as well as appearance and non-verbal issues, if requested. The CGA team assures the City customer service is of extreme importance, as our reputation depends on it. It is our goal to assist contractors, developers and property owners in a courteous and professional manner. Rather than saying "no" to a customer, we believe it is important to try to find a way to assist them in achieving their goal yet ensure the Florida Building Code and all other related codes are complied with. Our CGA team is committed to providing efficient, prompt, time -sensitive responses to all requests. Our staff strives to provide friendly, professional customer service. �1111 aiiiiiiiiii WORKFLOW PRODUCTIVITY ELECTRONIC PLAN REVIEW AND EFFICIENT FRONT COUNTER SERVICES ��021 �����,1°Il�°4All''P�m�''+��' SrifR,fl�"I II N,"'III'.Ia,RI,���,1.II.'.0°��IlVlll plll�'6(,�III"1���I�I �.SIC'°II��;)IN,I��„�u"���i:ll�l �w1a41����11 � �"°���ll��'.�8�5 Calvin Gordano l Record Keeping Associates, Inc. S O L U T I O N S" All plans, sketches, drawings, computation details, inspector reports and other documents will be the property of the City. The CGA team will work with the City to ensure proper storage of files. Adequacy of Resources We pride ourselves on being responsible team members. This is accomplished by hiring the best people available to service your community. Our Building Code Division is staffed with experienced, qualified individuals with great attitudes. The plan review and inspection staff will bring their knowledge and friendly attitude to the City of Boynton Beach. We will provide cost effective, customer centered service for the effective enforcement of the City and the State of Florida Ordinances, Laws and Codes. Our goals include making the City's Building Department an exceptional place for Residents and Contractors to do business. Recognizing the importance of consistency, CGA always endeavor to provide stability in the personnel providing service to the Building Division. All resources including staff are available and ready for immediate deployment. The proposed staff for this project is comprised of full complement of DPBR certified plans examiners and inspectors employed by CGA and its sister companies. All staff are fully equipped with electronic devices including cell phones, vehicles and computers. Any additional equipment, vehicle and computers required are readily available. Training and Safety CGA prides itself on maintaining a high level of efficiency. This starts with a quality, highly trained staff. CGA team members are trained on a continuous basis utilizing several methods. CGA provides in house training through professional programs, mentoring, continuing education, participation in local seminars, and participation in non -local training opportunities. Recent training of Building Division staff includes but is not limited to: • Florida Lien Law and Understanding the Notice of Commencement; • Building Officials, Inspectors Educational Association Conference; • Florida Floodplain Managers Annual Conference; • Building Officials Association of Florida Site Education; • International Association of Electrical Inspectors Florida Chapter Conference; • Monthly Building Officials, Inspectors Educational Association training; and • OSHA and other safety training. All CGA staff practices a safe workplace. Safety meetings are held monthly. Resources: • Vehicle fleet of approximately 200, including compact pickup trucks and energy efficient cars. All inspectors are equipped with late model vehicles in proper working order, grey in color with the CGA logo and name adhered to both sides of the vehicle (not magnets that can be removed, lost or stolen). • Mobile Apple devices with iOS 11 or above or laptops with Verizon MIR access points • GPS tracking devices installed and monitored in all vehicles • Uniforms and vehicles identified to the City's specifications • Miscellaneous tools/equipment including ladders, cell phones, etc. Services to the City of will be supported and provided out of the CGA West Palm Beach office (580 Village Boulevard, Suite 325, West Palm Beach, Florida 33409), which is only located 18 miles from City Ball. CGA also has the availability to supplement staff from any of our other locations, if needed. Methodology Intended to Implement and Accomplish CGA provides a broad range of services including Building Department Operations, Building Department Management, Building Official Services, Inspection Services, and Pian Review. Our approach is simple and effective, become part of the community's team of committed public servants. We pride ourselves on being responsible team members. This is accomplished by hiring the best people available to service your community. Our Building Code Services Division is staffed with experienced, qualified individuals with great attitudes. The plan review and inspection staff will bring their knowledge and friendly attitude to the City of Boynton Beach. We will provide cost effective, customer centered service for the effective enforcement of the City of Boynton Beach, Palm Beach County and the State of Florida Ordinances, Laws and Codes. Our goals including making the City of Boynton Beach Permitting and Inspections Department an exceptional place for residence and contractors to do business. Quality Assurance and Quality Control Throughout the permitting process, the senior staff, of Chiefs and BOs provide a Quality Assurance (QA) peer review. These peer reviews occur on permit applications intake, permit fee application, plan review, inspections and TCO/CO packages. This QA process ensures that we are providing code compliance regulation with a consistent and accurate process. VI II 0 i 24 1/ 20 'I _IIB I IIIL..IIDI,11G 1141 II1II!-(`�` 1 0 IIIJ S & P IL...AII4 ILII II��f46526 „, g% Calvin,, Giordano & Associates, Inc. EXCEPT IONAL SOLUTIONS' Ability to Complete Projects on Schedule and Within Budget GGA is committed to completing all projects underthis contract on-time and within budget. To ensure this commitment is met, GGA will manage staff schedules to ensure they are adequately available to supportthe workload as needed. CGA utilizes Ajera to manage the full project life cycle of each project. As one of our project management tools, the system controls all aspects of the project including accounting, project management, and resource utilization in real-time. This system is web based allowing both internal and remotely placed employees full function capabilities via any internet connection. Central to Ajera is customizable dashboards, offering unparalleled access to project's information at a glance for improved visibility and decision making. This software has integrated all the processes necessary to manage and improve the life cycle of the project, which in -turn saves our client both time and money. The system not only keeps a 'live” accounting of all of our projects budgets, earned to date, work in progress and estimate to complete, but it also allows Project Managers to assign and resource load to our staff and projects. Quarterly Business Review Quarterly Business Reviews (QBR) are part of CCA's contract process and procedures. The purpose of the QBR is to ensure alignment between CGA and client expectations, review status of service level agreements (SLA) and Key Performance Metrics (KPIS), and ongoing initiatives to identify performance risks and ensure contract success. These meetings provide both the City and CGA the opportunity to communicate successes and challenges, make adjustments to performance metrics as necessary. A typical QBR follows the process below: 1. Review existing Service Line Agreements 2. Review previous QBR and action items • Actions identified • Completed Actions • Outstanding Actions 3. Review Successes and Challenges over the last Quarter 4. Review KPIs 5. Alignment: • Do the KPIs align with City's goals and expectations? • Is software meeting your needs? • What can we start doing that would be of value? • What should we stop doing that is not adding value or creating a distraction for you or your team? • What would you like for me/us to continue doing 6. Future planning: Identify projects, events, or happenings for the next quarter. 7. Create Action items for next quarter and assign tasks, due dates and communication methods. Project Example (meeting client deadlines — providing high level of service) Under ourcontinuing contractfor Building Services at Deerfield Beach, our Chief Building Official and the entire CGA Deerfield Beach Building Department Team received recognition fortheir extraordinary effort in assisting the Deerfield Beach Housing Authority (DBHA) achieve their certificate of Occupancy on their Stanley Terrace Apartment renovations project. The project, a seven (7) building 96 unit housing project, was at risk of losing federal funding if the Certificate of Occupancy (CO) wasn't achieved before the end of the year. With nine (9) days before the end of the year, CGA Inspectors came out to the site as many as 3 times a day to conduct the required inspections. With two days before the deadline, CGA was able to deliver DBHA a GO and meet their development obligation per their funding agreement. The DBHA describes the experience with CGA as a "great team that is committed to ensuring compliance with codes while also keeping projects moving and on schedule. They make the best use of their time by conducting multiple inspections a day — even staying long hours to conduct after hour inspections when necessary". CGA has provided complete building Code services to Deerfield Beach since June 2015. The department has grown tremendously over the past three years and throughout this growth; the relationship between CGA staff and The City of Deerfield Beach has also grown stronger. Accolades I would like to take this opportunityto thank you and your staff for all of the help and cooperation we received from the City of Pembroke Pines during the construction of our project. have worked with many of the local building departments in my 40 years of building in South Florida and yours is at the top of the list of the ones I have worked with. The building trade inspectors and the fire department inspectors were always courteous, professional and proactive in helping us deliver a successful project and all of them are an assetto the city.l look forward to, hopefully, working with you again in the future. - Superintendent j Altman-Glenewinkel Construction 0121 2411/20 i!!3VV S U1 4,,h ii.. iia 7r 4ii i u ii .ic:: a irNJ G aA,S iii mC �. ii(''flWiii NNi 614186 bf, 85?7 41t) Calvin, Giordano &Associates, Inc. �EX C E P I O N A L S O L U T I O N S" On-going Contracts and Projects EGA Building Services Division has experience in large and small communities and understands that each have different needs. The Comprehensive Listing - Similar projects identifies the experience of CGA and the Building Division staff including the current permit activity in each community. CGA teams are dedicated to the community, which provides consistency in reviews and inspections. With every new opportunity we utilize a base of existing CGA staff, and depending on the new project, an injection of new professional staff. We pride ourselves on recognizing our existing staff, which are performing above their current levels and providing them new opportunities by promoting from within. Due to our long-term relationships with our existing clients, our staff becomes a part of the City and the community proudly taking ownership of their responsibilities. Below is a list of all services contracts performed for governmental agencies: I I INS Kill fil III, Town of Hillsboro Beach City of Deerfield Beach City of Lighthouse Point City of Pembroke Pines City of Fort Lauderdale City of Parkland Osceola County I I Active Active Active Active On-call On-call Active n ii 06/06/2021 09/30/2025 10/01/2021 06/30/2021 05/15/2021 02/28/2022 09/30/2021 Village of Estero Active Continuing Contract No end date City of Oakland Park On-call 09/30/2022 City of Hollywood On-call 05/15/2021 City of Tamarac Active 02/25/2022 City afMMargate mm -.- ......................................-.mm...- Active 09/30/2021 ---....- City of Hallandale_ Beach ..��.. - Active .- -,.,m..,.,�...........................mmmmmmmmmm............mmmm....--- Continuing Contract No end date -..�-.�- �-...............mm...........mm. Cityof Cooper Gitym.,m........- Active 02/14/2022 City of Coral Springs Active 02/28/2022 City of Doral On-call 08/10/2021 City of Naples On-call 09/30/2021 City of North Miami On-call 05/15/2021 City of Winter Park On-call 06/26/2021 City of Lake Mary Active 09/30/2021 City of Sanibel On-call 09/30/2021 City of Lauderdale Lakes On-call 02/28/2022 Hardee County On-call 02/28/2022 City of Cape Coral On-call 01/11/2021 Hendry County On-call 12/16/2021 mm, Sunny Isles Beach On-call 09/30/2021 M-241 1 x'211) I �^YW S4n.JIpI, SII JENAIIII II 4 Ml.... I U'U.UIIII & II SII AJINJ RJ�Ihdf,11°811ill28 I VII 1➢IUIU�VIIIA 3 SII MVIII IIII fl l�µQual,J�:ficatbiois �''' �� IIID � � IIII III�I Page 682 of 98529 Calvin, Giordano & Associates, Inc. E X C E P 7 1 0 N A L S 0 L U T 1 0 N S' Key IIIIIIIeprlillrliiei,ice alliin Quallli1ica liirillrm We have designated a team of multi -licensed individuals that meet the City's requirements and are known for their exceptional people skills. The assigned personnel include: Building X X X X X Electrical X X X Mechanical X X Inspector Electrical X X X Plumbing X X X Our team has worked and trained with multiple municipalities throughout Florida. Consequently, staff are knowledgeable in various computer software including MyPermitNow.org. Their experience working in the building department with municipality staff, contractors and homeowners has resulted in a level of knowledge that enables them to provide quality service with the welfare of the citizens as the principal goal. Collectively, staff holds over fifteen different types of licenses, such as: --+ Building Code Administrators (aka Building Official) Plan Examiners • Building • Mechanical • Electrical (Commercial & Residential) • Plumbing • 1 &2 Family Inspectors • Building • Roofing • Mechanical • Electrical (Commercial & Residential) • Plumbing • U2 Family • Home • Fire -+ Certified Contractors To stay current with the latest code changes, the professional team completes a minimum of sixteen (16) hours of continuing education every year. Some staff members have obtained Bachelor's degree in construction management and others have further advanced their studies by obtaining their Master's degree. With more than 20 years of experience per staff member, collectively the assigned personnel has over 180 years of experience providing Building Official, Plan Review and Inspection services. IP �.��r ��'lu.1 . /r/20klvV �{ :k .YIP C a IO �u:U & 111I �f 'nl� aII SII I1RI, II..... �IIII,.III'RGMIIII�I'�IIdrCIIw'��530 Y I r(1 Calvin, Giordano & Associates, Inc. J..________ _.. �' TW P T I O N A L "'-i"'0--L--U T I O N S" Chart l������ ' IIII3 IIII IIII1� IIII IIIIIII III" G Joseph Kajak, Jr„ CB Q Leven Mitchell, CHO Ken Bauer, CHO James erle, CHO Dale is , CHO Resumes Chris Giordano, MSC, CC Calvin, Giordano & Associates, Inc. PROJEC"" IPwm IIIIIjIIIIIII'IIIIIII� �j'°°'`III'°°IIII jnllll John M. Stone, CHO .. ......... IIII j6II[' E C j"° IIII'°° Joseph Kajak, Jr„ CB[ Steven Mitchell, CHO Ken Bauer, CHO James Adderley, CHO Dale Rich, CHO Armen ue j i Salvatore Licitra K-Maron Perdue Resumes for the above listed personnel can be found immediately following this page. Steven Mitchell, CHO Ken Bauer, CHO James Adderley, CHO Dale Rich, CHO Armen u jai Salvatore Licitra K-Maron Perdue 021 2,4 1 .Il s� 2("'l� �l �r" i�P � Y l� �d ':� '° �l . l"r'�I ,., "l, I A'':"m�� i6 A� W'�dfi 114 dill 11 �I� N fiI&NIIIII �,a M1���. X11bip f"' �'] kn� ii�pi, 9 �gi '.4 'V J , ;�� ��/ a Ilk Calvin, Giordano Associates, Inc. X C E P T I O N A L SOL UT I O N S'" Official SUMMARY OF QUALIFICATIONS For nearly two decades, John has been involved with a wide range of construction projects. He first began as a contractor working on the remodeling and renovation of existing homes as well as the new construction of residential and commercial projects. He later focused his career on performing home inspections in compliance with the American Society of Home Inspectors. As a result of the experience and training he received, John furthered his career by working as a municipal building inspector for a coastal city located in Brevard County. To date, John has performed thousands of technical field inspections of new and existing building construction, assuring construction conforms to all applicable building codes and approved specifications. Additionally, he has carried out the role of Building Official performing supervisory and administrative duties in planning and coordinating the operation of the building inspections division, which includes complex technical duties in enforcing construction codes to ensure public safety and health. EXPERIENCE 2019 - Present Calvin, Giordano & Associates, Inc., Fort Lauderdale, FL: Building Official, Inspector, Plans Examiner, Floodplain Manager, Community Redevelopment Administrator, Code Enforcement Officer, Development Director Municipal Experience: • Village of North Palm Beach, North Palm Beach, FL - Multi -certified Inspector and Building Official • Town of Melbourne Beach, Melbourne Beach, FL - Building Official • City of Casselberry, Casselberry, FL — Building Official • Town of Orchid, Orchid, FL - Building Official • City of Palm Bay, Palm Bay, FL - Building Official • City of Satellite Beach, Satellite Beach, FL - Building Official, Floodplain Manager, Code Enforcement Officer, Development Director • City of Fellsmere, Fellsmere, FL - Building Official • Okeechobee County, Okeechobee, FL - Building Official 2005-2019 City of Satellite Beach, Satellite Beach, FL: Building Official, Inspector, Plans Examiner, Floodplain Manager, Community Redevelopment Administrator, Code Enforcement Officer, Development Director 2003-2005 Tepee Home Inspections, Melbourne, FL: Responsible for performance based full home inspections as described in the FABI and ASHI Standards of Practice to include but not limited too the Structural, Electrical, HVAC, Roofing and Plumbing of single, multi -family and commercial buildings. Air quality testing with mold screening to include recommendations of corrective actions. Hurricane Damage Assessments that document repairs needed, design solutions and cost estimations. New construction monitoring from preslab to final. "''�' ," . alvin,Sociates, Inc. E X C E P.. TIO ano L S0 L U T 1 0 N...S- ,IbseIIp IK I if w l''IIIII'° Chief Building Official' SUMMARY OF QUALIFICATIONS Joseph has over thirty years of experience in the construction industry with the bulk of his experience being in Inspection and Instruction. Prior to joining the M.T. Causley, he worked for Palm Beach County for more than twenty-five years. As a result he has broad understanding of the Florida Building Code which has allowed him to serve in different capacities. As a Building Official, he is responsible for directing, managing, supervising, and coordinating the activities and operations of the building department, including building inspection and enforcement of state laws, codes, and local ordinances dealing with the construction of new and existing buildings. EXPERIENCE Municipal Experience: • Village of North Palm Beach, North Palm Beach, FL - Building Official, Mechanical and Plumbing Inspector • Town of Palm Beach Shores, Palm Beach Shores, FL - Building Official • City of West Palm Beach, West Palm Beach, FL - Mechanical & Plumbing Inspector Okeechobee County, Okeechobee, FL - Mechanical and Plumbing Inspector and Plumbing Plans Examiner • Palm Beach County, West Palm Beach, FL: • Chief Plumbing Inspector, 2003 - 2015 • Chief Mechanical Inspector, 1999 - 2003 • CEU Instructor, 1994 - Present • Plumbing Inspector III, 1992 - 1999 • Meter Repair Technician II, 1991 - 1992 • Plumbing Inspector II, 1986 - 1991 '110 k, Calvin, Giordano 9 Associates, Inc E X C E P T I O„��� ,o,�.,:� .6.7,.� e ilii li'iitc IIIIIIIIIII, Cf,?def , � pct” "'"i '' ' In m ,Pec o,�'- & ";'tans Exatr°able SUMMARY OF QUALIFICATIONS Steven Mitchell is a certified building official and electrical inspector and plan reviewer with more than thirty years of professional experience in the electrical and construction industry. Steven has performed work in several municipalities such as Parkland, Pembroke Pines, Deerfield Beach, Lighthouse Point, and Coral Springs and has worked for Broward County Schools. Steven is currently available to provide services on this contract. He is Certified and currently holds many State Certifications including: Building Official, Electrical Inspector, Electrical Plans Examiner, 1 & 2 Family Inspector. EXPERIENCE 201 S - Present Calvin, Giordano & Associates, Inc., Fort Lauderdale, FL: Building Official, Electrical Plans Examiner, Electrical Inspector, One- and Two -Family Inspector. Job duties include municipal inspections, plan review, and building official administrative tasks. Responsible for all means and method of building department operations. Assisted with transitions for the City of Deerfield Beach and Town of Hillsboro Beach turnkey projects 1994-2015 City of Parkland Building Department, Parkland, Florida, Chief Electrical Inspector / Plans Examiner/ Inspector Responsibilities included performing inspections and examining plans of electrical installations in the City of Parkland, FL. Inspections were performed for residential, commercial and industrial projects. 1995-2001 Broward Schools, Fort Lauderdale, Florida, Electrical Apprenticeship Instructor • Practical, Technical and Code Training 1992-1994 Broward County Schools, District Maintenance Department, Fort Lauderdale, Florida, Fire Alarm Installation, Testing and Certification 1987-1992 International Brotherhood of Electrical Workers, Fort Lauderdale, Florida, Journeyman / Master Electrician /,Foreman • Commercial, Industrial and Institutional New Construction Wiring 5g Calvin, Giordano & Associates, Inc. ........ ........ ......_ E X C E P T I O N A L S O L U T I O N S- lKenneth IM Pl ),'', Review and Inspector SUMMARY OF QUALIFICATIONS Ken has over fifteen years of experience in the construction industry. Prior to beginning his career as a municipal professional, Ken worked as a general contractor. During his tenure, he worked on projects ranging from single family homes, to retail spaces, warehouses, and commercial buildings. His responsibilities included design construction, scheduling, phase analysis, estimating, general construction as well as construction, development and project management. The experience acquired throughout the years has allowed Ken to advanced his career focusing on Building Department management. As a Master Code Professional, Building Code Administrator and experienced FEMA Disaster Inspector, Ken has hands-on experience supervising and administrating the operations of the Building Department. EXPERIENCE Municipal Experience: • Town of Orchid, Orchid, FL - Multi -licensed Inspector • City of Fellsmere, Fellsmere, FL - Building Code Administrator • Town of Melbourne Beach, Melbourne Beach, FL - Multi -licensed Inspector • Indian River County, Vero Beach, FL - Multi -licensed Inspector • Village of North Palm Beach, North Palm Beach, FL - Multi -licensed Plans Reviewer • Village of Hinsdale, Hinsdale, IL - Plan Reviewer • Village of Oak Park, Oak Park, IL, Plan Reviewer/Permit Counter Specialist Calvin, Giordano & Associates, Inc ., ,.. ,...�.,.,. �,..,. ........... r E X C E P T I O N A L S O L U T 1 D N S'" aiiimi sVIII' Illllh iiiii �� iiiiiiHll SUMMARY OF QUALIFICATIONS James diverse knowledge and experience makes him a great asset to the organization. As a Certified General Contractor, James has construction management experience with commercial projects including office, industrial, retail, schools, hospitality, and mixed use projects as well property condition assessments experience. Additionally, he's worked with municipal departments as a Building Official and multi -licensed Inspector and Plans Examiner. More than two decades in these municipal roles taught him the ins and outs of the permitting and inspection process. EXPERIENCE Municipal Experience: • Okeechobee County, Okeechobee, FL - Multi -licensed inspector Florida State University, FL - Building Official • City of Destin, Destin, FL - Building Inspector • Madison County, Madison, FL - Building Official • City of Deerfield Beach, Deerfield Beach, • Building Inspector • Community Development Project Manager • Construction & Property Consultants, Alpharetta, GA - Regent's Construction Inspector • Deerfield Beach Community Development Corporation, Deerfield Beach, FL - Project Manager �1 f i� �, ,� t�, Calvin, Giordano Associates, Inc. E X C E P T f O N A L SOL LITION S" SUMMARY OF QUALIFICATIONS Dale began his contractor career more than twentyyears ago and is highly knowledgeable in all aspects of building construction. He has experience supervising and overseeing all aspects of projects including coordination, budgeting, scheduling, and estimating. His experience includes construction for new and existing structures including, but not limited to, hospitals, residential developments, residential and mix -use buildings, high-rises and hotels. As a result of his extensive experience, he possesses a profound knowledge and understanding of the Florida Building Codes. As a Building Inspector, Dale is currently inspecting new and renovated construction ensuring with compliance with the approved specifications and codes. EXPERIENCE: Municipal Experience: • City of Deerfield Beach, Deerfield Beach, FL - Chief Building Inspector • Town of Hillsboro Beach, Hillsboro Beach, FL - Building Inspector City of Lighthouse Point, Lighthouse Point, FL - Building Inspector D.W. Rich Construction, Inc.; Wellington, Florida; Owner; 1984 - 2016. Residential remodeling and additions, some new construction. City of Miami Fire Department; Miami, Florida; Driver/Fire Fighter; 1975 - 1999. Drive ladder truck and fire fighting. J&R Construction; Florida; Carpenter, 1976 -1984. Remodeling and additions, and new construction for residential and commerical. United States Army; 1969 - 1972. Drove tanks. Calvin, Giordano Associates, Inc. � no � A s , � E% C�F SUMMARY OF QUALIFICATIONS Armen began his career in the construction industry as a plumbing contractor over thirty years ago. As a result, he has hands-on experience managing and overseeing the installation, maintenance and alteration of grease interceptors, lift stations, sanitary drainage, water piping, irrigation systems, sizing, plumbing fixtures, venting system and gas piping on residential and commercial construction. Armen is now focused on assisting municipal governments by reviewing construction drawings for compliance as well as conducting technical field inspections of new and existing plumbing systems, assuring work conforms with all applicable building codes. EXPERIENCE Municipal Experience: Cityof Deerfield Beach, Deerfield Beach, FL- Plumbing Inspectorand Plans Examiner • City of Boca Raton, Boca Raton, FL - Plumbing Inspector Palm Beach County, West Palm Beach, FL - Plumbing Inspector ? �U Calvin, Giordano & Associates, Inc. . ..., ..__ __....... m E X C E P T I O N A L S O L U T I O N 5" SiIIIvataI ed I id"b" SUMMARY OF QUALIFICATIONS Salvatore "Sal" has more than thirty years within the construction industry with more than twenty years as a municipal Inspector and Plans Examiner. His responsibilities include electrical inspections and plan review of municipal and private projects to assure compliance with the South Florida Building Code and the National Electric Code. EXPERIENCE Municipal Experience: • City of Pembroke Pines, Pembroke Pines, FL - Chief Electrical Inspector and Plans Examiner • City of West Park, West Park, FL - Chief Electrical Inspector and Plans Examiner • Broward County, Ft. Lauderdale, FL - Chief Electrical Inspector and Plans Examiner • Fort Lauderdale -Holly International Airport - Electrical Inspector and Plans Examiner for the renovations and construction of new terminals at the airport, 8 -story parking garage, rental car facility that included parking on all levels including 64 gasoline dispensers on the bottom level, resource recovery plants. • Marina Grande Riviera Beach, Riviera Beach, FL - Electrical Inspector of the new, 26 -story waterfront residential development featuring 264 units Calvin, Giordano 9 Associates, Inc ci E X C E P T 1 0 N A L S 0 L U T 1 O N S- Illlh��������� SUMMARY OF QUALIFICATIONS Prior to joining the Calvin, Giordano & Associates, Inc.,family, K-maron worked for several large contractors in south Florida. During his tenure, he proved to be a reliable, and organized project manager capable to oversee all types of construction including those in a fast paced, deadline driven environment. He later advanced his career and became a State of Florida licensed Inspector and Plans Examiner. He's worked with several municipalities performing inspections of new, existing and phase construction ensuring compliance with approved specifications and the Florida Building Code. 4:1».i11►III; Municipal Experience: • City of Lighthouse Point, Lighthouse Point, FL - Building Inspector & Pians Examiner • Town of Hillsboro Beach, Hillsboro Beach, FL - Building Inspector & Plans Examiner • City of Coconut Creek, Coconut Creek, FL - Building Inspector • City of Pembroke Pines, Pembroke Pines, FL - Building Plans Examiner • City of Oakland Park, Oakland Park, FL - Building Inspector & Plans Examiner • City of Deerfield Beach, Deerfield Beach, FL - Building Inspector & Plans Examiner • City of Lauderdale Lake, Lauderdale Lakes, FL - Building Inspector & Plans Examiner • City of Hallandale Beach, Hallandale Beach, FL - Building Inspector & Plans Examiner VFC:U�:,���,-en yit � Ilro- um° �m�� i wmmWa1b i""'". Page 694 of 9851 Calvin, E X C E Giordano & Associates, Inc. Y 1 0 N A L S O L U T 1 0 N S" 4. CURRENT AND PROJECTED WORKLOAD OF THE PROPOSER TEAM CGA has sufficient staff to support the projects underthis contract because we serve as municipal staff, and in keeping with our reputation of being promptly responsive, we ensure that availability of our staff never goes below 40 percent for our senior staff and 30 percent for our technical support staff, amending our staffing needs as necessary. This is a strategy that we maintain to allow us to meet the impromptu and unexpected demands of all of our clients without sacrificing the needs of others. CGA guarantees that we will have the necessary staff to meet all the needs and will always be 100% available to the City. 4.1. Current project work listing and remaining labor commitments (in hours per week) Hillsboro Beach 2�0 20 10 20 Pembroke Pines ; On-call 20 Parkland On-call On-call On-call On-call On-call Hendry County On-call On-call On-call On-call On-call On-call 4.2. Number of Projects Handled By Proposer's Key Project Managers at Any Given Time 4.3. Projected Workload of Project Management Activities as Defined in Scope of Services (In hours for the next 12 months, based on 2080 working hours per year) Inspections 400 400 400 400 400 400 400 800 700 4.4. Sub -Consultant Firms Providing Significant Services Calvin, Giordano & Associates, Inc. is pleased to be able to provide all services utilizing full-time, in-house staff. I� lD'1^l 02 24 /2(,) °'IA/ "9Yf'I l 4l"l11,-V4� ��W",Il�l542 TAB 5 Page 696 of 985t3 Calvin, Giordano & Associates, Inc. E X C E P T 1 O N A L S O L U T 1 0 N S'" CGA has performed the same scope of work for numerous jurisdictions over the years. Below are relevant and recent projects, including references, demonstrating our experience in South Florida within the past three (3) years. alie City of Lighthouse Point 2014 - Ongoing Comprehensive Building Code Services • 11,000 Population in 2.3 sq. land miles 2017 - Ongoing Supplemental inspection and plan review services - CGA's scope of work includes all inspections and plan reviews for the Building Department SII II O21 24 /20 1, lv%' S� fgnp�,"Ifs'; "uV f AN.- 131,,RIR, ",JG II6,,,VS `E°C U VC1 Ul n� � � ��� II � 5 44 of Siiii�°liiicl �I'''lesciiir'illll'�i�lliilc�iii� Service Town of Hillsboro Beach 2017 - Ongoing Comprehensive Building Code Services 1210 Hillsboro Mile 1,500 Population in 4.0 sq. land Hillsboro Beach, FL 33062 miles Point of Contact: Mac Serda, Town Manager Tel: 954.427.4011 Email: MSerda@townofhillsborobeach. com ......................................................................................................................................................................................................................................................................................................................... .. City of Pembroke Pines 2009 - Ongoing Comprehensive Building Code Services 10100 Pines Boulevard • Second largest City in Broward Pembroke Pines, FL 33026 County Point of Contact: 2 • 43,000 Inspections and 33,000 Charles Dodge, City Manager plan reviews per year Tel: 954.450.1040 Email: CDodge@ppines.com • 167,000 Population and 33.0 sq. ___ _________ land miles ..... ______....--- ____ City of Deerfield Beach 2014 - Ongoing Comprehensive Building Code Services 150 NE 2nd Avenue • 80,000 Population and 15.0 sq. Deerfield Beach, FL 33441 land miles Point of Contact: 3 Eric Power, Director of Planning & Development Services Tel: 954.480.4206 Email: EPower@deerfield-beach.com City of Lighthouse Point 2014 - Ongoing Comprehensive Building Code Services • 11,000 Population in 2.3 sq. land miles 2017 - Ongoing Supplemental inspection and plan review services - CGA's scope of work includes all inspections and plan reviews for the Building Department SII II O21 24 /20 1, lv%' S� fgnp�,"Ifs'; "uV f AN.- 131,,RIR, ",JG II6,,,VS `E°C U VC1 Ul n� � � ��� II � 5 44 arid iuuuuum�m ;gym wuuum elm �� ipu""uuiIts Page 698 of 98545 mum�m^' i� Ilii V�I� Vuuuuuuuum �' V Alffisliffl-ru ANTI -KICKBACK AFFIDAVIT SS Sworn and subscribed before, me thisn�,.... day of `., ;.,9 W :, rb .,..., 2020 w y NOTARY PUBLIC, State of Florida at Large `�0N `�� . • �1A5 N� . tz .'GO J►.RY 16 ip '. F` •r* r►�� .11f #GG 039444 4 0~• r��•o��'yo nde3ln�ty���4O�\ 4 Rhe O 1 U . • . � m q�4 ti:�ti "OFFICIAL NOT TIM Q NAME -SIGNATURE Printed Information: Chris Giordano, MSC, CCM NAME Vice President TLE Calvin, Giordano & Associates, Inc. COMPANY THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFA No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 29 Page 699 of 985 46 _....r___.. _....... a __ ......,..,,,, . �OOIO���. Inc,certify I, Chris Giordano on behalf of Calvin Giordano&c Print Name and Title Company Name that Calvin, Giordano & Associates, Inc- does na, Company Name I. Participate in a boycott of Israel; and 2. Is not on the Scrutinized Companies that Boycott Israel List; and . 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 provide notice, in writing, to the Consultant of the City's determination concerning the false certification. The Consultant shall e ninety (90) days following receipt of the notice to respond certificationin writing and demonstrate that the determination of false certification was made in error. If the Consultant does not demonstrate that the City's determination of false to Florida Statute § 287.135. Section 287.135, Florida Statutes, prohibits the City from: 1) Contracting with companies for goods or services 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 RFP No. 421-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN! REVIEW SERVICES 31 Page 700 of 987 with activities in the Iran Petroleum Energy Sector list, created pursuant to s. 215,473, or a engaged in business operations in Syria. 31 As the person authorized to sign on behalf of the Consultant, I hereby certify that the company identified above in the section entitled "Consultant 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 nres Wic Activities �nthe,,, Iran Petrtum Energy Sector Lista ✓. + Calvin, Gicr�danc & Associates inc ......_._..... _ __ .._-... .. COMPANY NAME SIGNATURE Chris Giordano Vice President PRINT NAME TITLE THIS PAGE MUST BE SUBMITTED ALONG WITH RESPONSE IN ORDER FOR PACKAGE TO BE CONSIDERED COMPLETE AND ACCEPTABLE RFP No. 021-2411-20/RW FOR A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTIONS AND PLAN REVIEW SERVICES 32 Page 701 of 985 48 r � i State of Florida County o m,,., roward ri ms _ „„ f ___________— ________�.............. berg fiat duly sworn, deposes and says that: 1) He is Vice President of Calvin, Giordano & Associates, ­Inc., the proposer that (Title) a ion or Integrator) has submitted the attached RFP: 2) He is fully informed respecting the preparation and contents of the attached submittal and of all pertinent circumstances respecting such submittal, ) Said RFP is genuine and is not a collusive or sham IFP; bidding4) 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 RFP in connection with the Contract for which the attached RFP has been submitted or to refrain from 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 RFP or of any other proposer, or to fix any overhead, profit or cost element of the RFP price or the RFP price of any other proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the or any person interested in the proposed Contract; and ) 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 '')poser or any of its agents, representatives, owners, employees, or parties in ir�ter�r�cl�ag fiwi affiant. Y (Signed) .....� (Title)_President Chris Giordano - Vice „F', This day of a 0 8>" �d ary Public (ignatu °e) My Commission . EI i A PROFESSIONAL SERVICES AGREEMENT FOR SUPPLEMENTAL BUILDING INSPECTQNS AND PLAN REVIEW SERVICES 30 Page 702 of 985A9 Calvin, Giordano & Associates, Inc. T I O N A L S O L U T I O N S- Licenses/Certifications License information for professional staff is obtained from the Department of Business and Professional www.myfloridalicense.corr bb STATE OF FLORIDA DEPARTMENT a OF BUSINESS AND PROFESSIONAL REGULATION BUIS77 ISSUED: 11/16/2019 BUILDING CODE ADMINISTRATOR STONE, JOHN MICHAEL SR ... a, Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 STATE OF FLORIDA DEPARTMENT db' pr OF BUSINESS AND PROFESSIONAL F REGULATION PX3111 ISSUED: 11/16/2019 STANDARD PLANS EXAMINER STONE, JOHN MICHAEL SR Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 STATE OF FLORIDA DEPARTMENT nva pr OF BUSINESS AND PROFESSIONAL REGULATION BU1920 ISSUED: 09/15/2019 BUILDING CODE ADMINISTRATOR BAUER, KENNETH M Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 STATE OF FLORIDA DEPARTMENT b" .. OF BUSINESS AND PROFESSIONAL REGULATION BN6363 ISSUED: 09/15/2019 STANDARD INSPECTOR BAUER, KENNETH M Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 �o� STATE OF FLORIDA DEPARTMENT r OF BUSINESS AND PROFESSIONAL REGULATION BN5210 ISSUED: 11/16/2019 STANDARD INSPECTOR STONE, JOHN MICHAEL SR ......................................_ Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 ca STATE OF FLORIDA DEPARTMENT lar OF BUSINESS AND PROFESSIONAL REGULATION PX3385 ISSUED: 09/15/2019 STANDARD PLANS EXAMINER BAUER, KENNETH M Signature LICENSED UNDER CHAPTER 468, FLORIDA STATUTES EXPIRATION DATE: NOVEMBER 30, 2021 0'p �I�1h�� fl"Js s & II 1I ,A V`,,1II �i I ����"��m'� ,�II d` �a II �'� 5 50 a Calvin, Giordano & Associates, Inc. Imd E X C E P T 1 0 N A L S O L U T 1 0 N S'" 12115!2020 Licensing Portal - License Search 12119 MW I VW020 Data Contained In Search Results Is Current As Of 12/15/2020 03:21 PM. Aug' ii -ch Results Please see our IiIIIfDdd wilr,; psi lllAlrl d ,'fair an explanation of the license status shown in these search results. For additional Information, including any complaints or discipline, click on the name. ml CC I""I ' * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mall associated with a particular license will be sent (if different from the Main or License Location addresses}. License Location Address - This is the address where the place of business is physically located. 2@01 'ce RL �"9 I 1171 ry _ .,0:li'dtt Ce Ler: I'V50 4187 tttt:"d _ tlIro¢49ara+lf f"'niu�110��11,wIrn,'M�Ayll_L.D einipleVer C»aU„E111Q11 rt91II27, "iIX@jg1 '�,j5' yoj'fl;'�,)�,' iv �"�i Vwu iM W'".iw'ttww�s.11rr r.11n;� IL'"Idru II"9unva111w 11411m, enla ll Bddreli:ses 111I I,I,avi111Ddtln, udans'T5.'wP ynitir do nvA wand b:wi,, arnalill Wdiin„ aakiasdd hii na.wDas'Ix'Se Ll a p'„w1w111b lc o eco* Ips uwru':duuent” di, urwtt l�rn^,�"dI decd u'nn�la'. Iind1111 Pup U'lld anM ' �Tinst-'aid, ddu"rWa,.tt idle ollca II jjphonr w sail IIIryy du aliflU1nno un1'sa11I. rfi Yuw do 4+t. drrp 02:!uItk:lnS, dll11CBSd I0 IP +wdtt"T.U39!5 "In'odm'lazint IUD L;ecttion wk. ?75V Q, 111101JIU11 Siall'Itte's", a ffecttIv�e 1101,01heir „, 211!9 9, Illcv„ seesIlIr Iuyar' U ulo 01"ap1buu p uIld�s. urin ist II' a. dde Irhe Il rondl<artilrnaalnt ^.Rhl aIrr, w; rl pill uuidaHur'ess If ih, ry II'uwawe acne 'll'1he ranr< lls 1ps""¢u Ia u^ un'lly he I s III !un PfficIIdll c,inuttvmiiifl nhldu'n v,Atl the tdconsee Kiown,,vi e;+urcdsl Iuft'd'w,ses I :na1Wh add mrd dG Nr011.11 da lot ,w�lldfu 'tt�d villalaly alN p�emclra i1 .eidid11iess II"da.iuw'n II"11ce kle 11 hn!! Itt1 Jjxiii hylli 11 Ili vN11111111 an a"nnaill adlil .wins r.,v1h1u.1h can llll�r 1M ands a%'211i113ulIC avw'T1fM I11:11L.IRpllliIc. haps://www. mynoridalirense. condwl l l .asp?mode=2&sea rch=Name&SID=&brd=&"N UE pnti �I I"d II"U'`I'�l� ° 'V eS!I!i�l`. 0416f§8551 Name License License Type Name Type Number/ Status/Expires Rank Certified Bing Primary Current, Co w Contractor Cert Plumbing 08/31/20 22ive License Location Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 Main Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 Standard Plans PX534 Current, Active Examiner m;.AllGt,,�'�V111''llllh i1 Primary plans Examiner 11/30/2021 License Location Address*: Private Main Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 Building Code I uAl�f,-.30S PH primary BU420 Current, Active Administrator �' _ Building Code A 11/30/2021 License Location Address*: Private Main Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 p IL430 Limited Inspector A"' Ai'�C'Edli"I :"imd Primary Limited Inspect Current, Active 11/30/2021 License Location Address*: Private Main Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 Standard gip.. ,1 11* BN1217 Vii- Primary Current, Active Inspector � � Inspector 11/30/2021 License Location Address*: Private Main Address*: 2008 S FEDERAL HWY C-306 BOYNTON BEACH, FL 33435 ml CC I""I ' * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mall associated with a particular license will be sent (if different from the Main or License Location addresses}. License Location Address - This is the address where the place of business is physically located. 2@01 'ce RL �"9 I 1171 ry _ .,0:li'dtt Ce Ler: I'V50 4187 tttt:"d _ tlIro¢49ara+lf f"'niu�110��11,wIrn,'M�Ayll_L.D einipleVer C»aU„E111Q11 rt91II27, "iIX@jg1 '�,j5' yoj'fl;'�,)�,' iv �"�i Vwu iM W'".iw'ttww�s.11rr r.11n;� IL'"Idru II"9unva111w 11411m, enla ll Bddreli:ses 111I I,I,avi111Ddtln, udans'T5.'wP ynitir do nvA wand b:wi,, arnalill Wdiin„ aakiasdd hii na.wDas'Ix'Se Ll a p'„w1w111b lc o eco* Ips uwru':duuent” di, urwtt l�rn^,�"dI decd u'nn�la'. Iind1111 Pup U'lld anM ' �Tinst-'aid, ddu"rWa,.tt idle ollca II jjphonr w sail IIIryy du aliflU1nno un1'sa11I. rfi Yuw do 4+t. drrp 02:!uItk:lnS, dll11CBSd I0 IP +wdtt"T.U39!5 "In'odm'lazint IUD L;ecttion wk. ?75V Q, 111101JIU11 Siall'Itte's", a ffecttIv�e 1101,01heir „, 211!9 9, Illcv„ seesIlIr Iuyar' U ulo 01"ap1buu p uIld�s. urin ist II' a. dde Irhe Il rondl<artilrnaalnt ^.Rhl aIrr, w; rl pill uuidaHur'ess If ih, ry II'uwawe acne 'll'1he ranr< lls 1ps""¢u Ia u^ un'lly he I s III !un PfficIIdll c,inuttvmiiifl nhldu'n v,Atl the tdconsee Kiown,,vi e;+urcdsl Iuft'd'w,ses I :na1Wh add mrd dG Nr011.11 da lot ,w�lldfu 'tt�d villalaly alN p�emclra i1 .eidid11iess II"da.iuw'n II"11ce kle 11 hn!! Itt1 Jjxiii hylli 11 Ili vN11111111 an a"nnaill adlil .wins r.,v1h1u.1h can llll�r 1M ands a%'211i113ulIC avw'T1fM I11:11L.IRpllliIc. haps://www. mynoridalirense. condwl l l .asp?mode=2&sea rch=Name&SID=&brd=&"N UE pnti �I I"d II"U'`I'�l� ° 'V eS!I!i�l`. 0416f§8551 11 Calvin, ~Giordano ii Associates, Inc. X C E -"-P"-"-T"-" 1 0 N A L S O L U T I O N S- 12/15/2020 Licensing Portal - License Search 3:22:04 PM 1!V2'WG2u Data Contained In Search Results Is Current As Of 12/15/2020 03:19 PM. Search Results Please see our g rLL EY tmL toEL �� for an explanation of the license status shown In these search results. For additional information, including any complaints or discipline, click on the name. License Type Name Certified Electrical 14th" ljVtVtl.m. rIEIIEl"a Contractor Main Address*: Private Standard Electrical HIMIELL, U9VAN Inspector (SEI) IMAES License License Location Address*: Private Main Address*: Private Standard Plans10[9"AUv_-S.l�:,.'EVEN Examiner JAMES License Location Address*: Private Main Address*: Private Standard l m"TORE E, .: V. Inspector ,p EIII't III S PrimarySEI13 License Location Address*: Private Main Address*.- Private Building Administrator " "K��,1.,,, MMES License Location Address*: Private Main Address*: Private Pari-Mutuel 1°i` IIPI.L, TE,VEN General Individual A Occupational Name License Inspector Type Number/ Status/Expires A Rank Primary EC0003058 Current, Inactive Cert Electrical 08/31/2022 PrimarySEI13 Current, Active Std Elec. Insp 11/30/2021 PrimaryPX1238 Current, Active Pians Examiner 11/30/2021 Primary BN1922 Current, Active Inspector 11/30/2021 BU1234 Primary Building Code Current, Active A 11/30/2021 Primary 11242183 License Expired Gen Individual 06/30/2019 Main Address*: 29981 US HWY 19 NORTH LOT #261 CLEARWATER, FL 33761 Registered Electrical ��° °�'�'`_T VE N Primary ER0014836 Null and Void Contractor JAMES Reg Electrical 08/31/2002 License Location Address*: 7661 NW 23 ST MARGATE, FL 33063 Main Address*: Private Provisional mEVEN 4 Null and Void Electrical Plans 3AMES Primary P Examiner rov. Elec Plan 09/19/1998 License Location Address*: Private Main Address*: Private httpsgtwww.myfloridaiicense.conilMi l .asp?mode=2&search=Name&SID=&brd=&typ=N 1/2 LII II� C) �i 2411 "'2 1I!!!1V'NSUl!�'ll)ll II dM� ll's �Il al �A^ I BIIJIIII ED"�N1 III`4ISII °II C""IC"'ll 0 `wllu & AINJ II III �C��� Calvin, Giordano & Associates, Inc. E X C E P T 1 0 N A L S 0 Lmm U T 1 O N 5" 1 211 5/2 02 0 Licensing Portal - License Search 3:21,41'q MW V15 N;I2d2 Data Contained In Search Results Is Current As Of 12/15/2020 03:21 PM. A ' prmclllil Ac: tpIIIIL Please see our gll for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. License Location Address*: Private Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Building Code A]'ME IM, ,LAM A IMCKI, I�l�' , Primary BU732 Current, Active Administrator Building Code A 11/30/2021 License Location Address*: Private Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Standard ADD],' J➢�V4aA, ° J GAt7, IA primary BN757 Current, Active Inspector �- Inspector 11/30/2021 License Location Address*: Private Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Provisional PEP406 Null and Void, Electrical Plans rA ADI@al_IIK :' JAI IP MC'KXyF, Primary Prov, Elec Plan 10/31/2010 Examiner Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mall associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. MrLI II NsflN°:., l aurrio � � . '9 m tteIIIIII IIPm a ^i II" .. k p'!I muru1::: 9n1J'4'5'p'A cuua�, 11Ylw 11, ca�u'IiW'l( q °u ll .,u r, I�"°C1 ^N'.'1`?13, �N''5 Il nme 'dN' , u �'a��r ll'�I'eu a4� Iii- �,^��u7i �n"Mo°II &.rte rau�uro,�al6cvru�u uN.`,atlll'��'r,�'n'"��Ilml'r :��111C�°�"„'�iINWAu�1 'vz?t����ir nD IC 11111 nAm h��w Ill��m fi!w uil�,'N�'��Nh,�Nhu�lrmrvm�uuia'V,' PVyuu%eu Ilr'lla all ldd Iluwvr,, r*ulun, ull r iVr esses are p;rvr,Illlrr�pllc Il eseu'q,l,. 'U ° m: elle nou; ui `+raouuu^ a iina!ill "Ne rPuunsa ii nlim%ed IN aas1>;ulrro5C ttD 11, Inuilglll ii r*crridH,ll re q,1i sNie urosr IuraniJl ialccttmsunYC 11Y.ua 1l Pohl'. a p IniSqu sv1, r-011t,Mt thiie i Il)"y IlyhNm rawIlrryy pu (5:' �rta halliw ailk 'IIt u„euu Ihavi;^, all r yru e,rr1crns, II'aMeese c�u�urP4aA WlO 1821.1391E: a II°ua lq ua nR -N iau"hustle Statute!;, gym. l Hvi�u V"Da„N oily; r p, 2W2. Ilu pll Ds4a u i llpuCIlu n,p tell 4!:6” I" 4'I. i rvnu s; pnu ucau iNe "th'8 )rwpn,u°dvmeu lit will tiro ,uo niln.,. aiddlh es, uu” hey Ilne"raa One "II'tlus rwrv; ull, II', u°,:ur, usr e rr °Ilia uun k Ifiruu rrr Illi Mae unu uoe;n uuuu alPrrlrn weu o Vlln.^ ppr rr ri 7,iu. Hulora'n"e'r Durrne 11 ectal ,, nes hive paiuullollui oar„nl d ll” ynuu.0 thio una� a. liersrurall address, I pan a ide. the DgIPsupurr eld wvulr s4;o umaill s°pgIc s v4delle can Iqa lr ljj%u, public https://www. myna ridelicense. comMi l l .asp7mode=2&sea rch=Name&S t D=&b rd=&typ=N H � I ICi���'I '24�:.I�,r'��vi� II''� n���ly�hP �r�ll'"II'^II E P'rarglll ",JI1:A, �:I�tJI L.�u 1'd1G.� ��ua�'°.��IIPII ���II�`�II",6���,�,�� Ilp11-ArJ Fi, � �"^� "���: 8�3 Name License License Type Name Type Number/ Status/Expires Rank Certified General A DERIILi 2AEIE " „ Primary CGCO22786 Current, Inactive Contractor Cert General 08/31/2022 Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Standard Plans AI i Ala„ IV iVW; 0 Q IAV' Primary PX105 Current Active Examiner � plans Examiner 11/30/2021 License Location Address*: Private Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Building Code A]'ME IM, ,LAM A IMCKI, I�l�' , Primary BU732 Current, Active Administrator Building Code A 11/30/2021 License Location Address*: Private Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Standard ADD],' J➢�V4aA, ° J GAt7, IA primary BN757 Current, Active Inspector �- Inspector 11/30/2021 License Location Address*: Private Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 Provisional PEP406 Null and Void, Electrical Plans rA ADI@al_IIK :' JAI IP MC'KXyF, Primary Prov, Elec Plan 10/31/2010 Examiner Main Address*: 1937 SW CYCLE ST PORT SAINT LUCIE, FL 34953 * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mall associated with a particular license will be sent (if different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. MrLI II NsflN°:., l aurrio � � . '9 m tteIIIIII IIPm a ^i II" .. k p'!I muru1::: 9n1J'4'5'p'A cuua�, 11Ylw 11, ca�u'IiW'l( q °u ll .,u r, I�"°C1 ^N'.'1`?13, �N''5 Il nme 'dN' , u �'a��r ll'�I'eu a4� Iii- �,^��u7i �n"Mo°II &.rte rau�uro,�al6cvru�u uN.`,atlll'��'r,�'n'"��Ilml'r :��111C�°�"„'�iINWAu�1 'vz?t����ir nD IC 11111 nAm h��w Ill��m fi!w uil�,'N�'��Nh,�Nhu�lrmrvm�uuia'V,' PVyuu%eu Ilr'lla all ldd Iluwvr,, r*ulun, ull r iVr esses are p;rvr,Illlrr�pllc Il eseu'q,l,. 'U ° m: elle nou; ui `+raouuu^ a iina!ill "Ne rPuunsa ii nlim%ed IN aas1>;ulrro5C ttD 11, Inuilglll ii r*crridH,ll re q,1i sNie urosr IuraniJl ialccttmsunYC 11Y.ua 1l Pohl'. a p IniSqu sv1, r-011t,Mt thiie i Il)"y IlyhNm rawIlrryy pu (5:' �rta halliw ailk 'IIt u„euu Ihavi;^, all r yru e,rr1crns, II'aMeese c�u�urP4aA WlO 1821.1391E: a II°ua lq ua nR -N iau"hustle Statute!;, gym. l Hvi�u V"Da„N oily; r p, 2W2. Ilu pll Ds4a u i llpuCIlu n,p tell 4!:6” I" 4'I. i rvnu s; pnu ucau iNe "th'8 )rwpn,u°dvmeu lit will tiro ,uo niln.,. aiddlh es, uu” hey Ilne"raa One "II'tlus rwrv; ull, II', u°,:ur, usr e rr °Ilia uun k Ifiruu rrr Illi Mae unu uoe;n uuuu alPrrlrn weu o Vlln.^ ppr rr ri 7,iu. Hulora'n"e'r Durrne 11 ectal ,, nes hive paiuullollui oar„nl d ll” ynuu.0 thio una� a. liersrurall address, I pan a ide. the DgIPsupurr eld wvulr s4;o umaill s°pgIc s v4delle can Iqa lr ljj%u, public https://www. myna ridelicense. comMi l l .asp7mode=2&sea rch=Name&S t D=&b rd=&typ=N H � I ICi���'I '24�:.I�,r'��vi� II''� n���ly�hP �r�ll'"II'^II E P'rarglll ",JI1:A, �:I�tJI L.�u 1'd1G.� ��ua�'°.��IIPII ���II�`�II",6���,�,�� Ilp11-ArJ Fi, � �"^� "���: 8�3 �X C E.... ,�„�, 0 .....i..6".. 0 mF1'� ,.; Calvin, Giordano & Associates Inc. 12/15!2020 Licensing Portal - License Search 124:21 N1wt ",,"2V &2020 Data Contained In Search Results Is Current As Of 12/15/2020 03:23 PM. Ae-:' lll°dll llestillts Please see our gie,' ry, of tafnbs for an explanation of the license status shown in these search results. For additional information, Including any complaints or discipline, click on the name. Contractor Name License License Type NameType Number/ Status/Expires Certified General K1CHjALCGC1524783 �� Primary Rank Current, Inactive Certified Building UC111l�1,,,� It Alll Ilf��' 'N�ilfA'Alll'tIIIIIP Primary CBC1260740 Current, Inactive Contractor Cert Building 08/31/2022 Main Address'r: Private Primary BU2038 Current, Active Certified CRC034483 Current, Inactive Residential It'ICK„, IINsALJE A I�!�,III„ r Primary Cert Residental 08/31/2022 Contractor Main Address*: Private Certified General K1CHjALCGC1524783 �� Primary Current, Inactive Contractor a° Cert General 08/31/2022 Main Address*., Private Building Code Rt,.Ht Itl ® ' Primary BU2038 Current, Active Administrator Building Code A 11/30/2021 Main Address*, Private Standard tt.t �' dAO PrimaryInspector BN6800 Current, Active Inspector 11/30/2021 Main Address*: Private Standard Plans lCtDAL WAAIN111 , Primary PX3960 Current, Active Examiner Plans Examiner 11/30/2021 Main Address*: Private Home Inspectort i , V g AYN E Primary HI811 Voluntary Null & Void, Home Insp 07/31/2016 Main Address*: Private * denotes Main Address - This address Is the Primary Address on file. Melling Address - This Is the address where the mall associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. https:/!www. myfloddal i ce nse. comtwl l l .asp?mode=2 &search=Name&SID=&brd=&typ=N 1/2 ,II II 021 ' 41 "'N,^20 II°°�'�,f'V � �������II'°°�� II II � �n��VIII,II ��t�IL... II3ILUII'II.II'::��IING 11II' I��II�'ll �� "1 "S � IIwII.��'�''wII' II��II V685 54 E Calvin, lordansos,,»ssociates, Inc.. o 0 NsAa»L S O L U ......T.__I___O _N _S " 12/15/2020 Licensing Portal - License search 124:45 i1W 1211,1W2020 Data Contained In Search Results Is Current As Of 12/15/2020 03:23 PM. 3-:,1urich Resulllts Please see our g0l kgsm° xLfeormm°nre: for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. Name License License Type NameType Number/ Status/Expires Rank Certified Plumbing D3 E AR Primary CFC057388 Current, Inactive Contractor ....I.......I, Plumbing 08/31/2022 Main Address*: 291 OREGON LANE BOCA RATON, FL 33487 Standard IIItlllm'� 1tKK i'�i'Ilw Primary BN2978 Current, Active Inspector Inspector 11/30/2021 License Location Address*: Private Main Address*: 291 OREGON LANE BOCA RATON, FL 33487 Standard Plans % EIIIA, :IA�'t,,-Ai4P4EN Primary PX4057 Current, Active Examiner Plans Examiner 11/30/2021 Main Address*: 291 OREGON LANE BOCA RATON, FL 33487 Registered RF0036116 Null and Void, PlumbingI ..MCS, PI EN Primary Reg Plumbing 08/31/2001 Contractor License Location Address*: PO BOX 1756 BOCA RATON, FL 33429-1756 Main Address*: 291 OREGON LANE BOCA RATON, FL 33487 aii CM * denotes s Main Address - This address Is the Primary Address on file. Mailing Address - This is the address where the mall associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. �'It(„VlallyTtlui,.tyn&u1p1e IV�aµ,aatl IIL��I,I�a,IIT„�� �re..��IIL �T"1�N :: Illllrr� 4111 T"vaup',�mamaalca ITrui�ll ros^,,d.°u�mm,(,�Mr d;v���rq�uumuo�u� G'u�u�iw��q IX;�*IuY+rrv'. ti��Vv =p "9,�N.:11 t�"C"w T7aa,t.5tate. rn' 1191sll da elrrcipp^YoV r jLnjji.Mu°ujvf,m B ndrr Flloy' a ; v;w, elinau11 a1lNTuessea INI r» p ulIN1dllia: a 1s ords. TF ffau11 Mii ien:: WWII b'.ou:oli e ra II 1 T,6u'e.3 11eleaset in �, prrnu^ '��ry to ua p illlx c..u*rihs 11 e,uquirs% diy ura!! aeu°nd c au:yueu'flc unafl W This P uL Mwyi,. '�Ilinrte id, clauml'eat k11 e office Il,w ph,.No,:!! u11 by pu,auplill',iiiaiwll in'8111 119'you, Ihave, dllunyr apu11,n�t�ulaun:!, I11dla,,PMe oanloidl T roup. N,I? 395 "I'uuplmainl W Saction 1r,,5 TJ'P I,3 V„ II Oautlu:lla maluillins, ref'ruclivu* Octn llpwwu I, 211:1114, Ilicain^aeras ficiensed u,uidw ,:huell:i1iuu , . , 11:S mmiuies'll: Ilwuv ,idi!, PRuwr Vargroau'lll nig ucr, 3v lith 31111 Fme1 1 II w 2'dnes urr thliet IIN;uw e nine "1lih,e i.rr au11w pp11a:uvided uni,,'p' I1w a siad '(Dr 'r DMICuN111 CIDII Iu'111ru lull",!a:a41le11') Wkhv "le I11111C au See VXrnwv,,eu vun roll r, diil,Ilre!m w ,an iu, 111" 111,111111 uo u�r:'011,1 rf y ,u C,O riu,rp rut+-, to 5"1111:1111*w n 111:11eisanr 111 ,rcN,Nrra,3s, pisase Ilrnusv"Plh'!!!, 11)gjI 11,3118-l+-lnf wIln e” I I P!!:;:;;s which, a Hilo 1I aMH1111V Wdsiie11111 t0i 1%'11aa IVX.11b�lliC, https:lAvww.my0orid al i ce n se.con Vwl 11.asp7mod e=2&search=Name&SI D=&brd=&typ=N UE M�"MII 114 0 M 2 i Il,w^11'1Gi Il�)A�' TtII"'11311.1 IIV1IMI:J`l Il I,.. P'.:II �I II!116T�I ,l Ill"� .u11311 (I i,.�l l,. &Ill ,114Dp� II"'�G 64Mbf. 81-65 ``111 t� Calvin, Giordano 8 Associates, Inc. E X C E P_..T. 1 0 ------------ LS..,0 L .U,.mT 1 O_ N S- 12/15/2020 Licensing Portal - License Search 125:10 ria' 4 12/9, o 020 Data Contained in Search Results Is Current As Of 12/15/2020 03:23 PM. Semi ch Res uIllt Please see our gi °u ary f -Lerffjht for an explanation of the license status shown in these search results. For additional information, including any complaints or discipline, click on the name. Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Registered ER0014826 Null and Void Electrical LJQjM,-5ffiMTQl19 19l Primary Reg Electrical 08/31/2002 Contractor License Location Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Provisional Electrical Plans LCiT ® ALAT E TEQ Primary Application in Progress Examiner Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This is the address where the mail associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. t 2stoi s;w colitact Zefltee 850, 48 i” i "gall',, https:/lwww.myllorldaltcense.com/w111.asp7mode=2&search=Name&SIb=&b:d*&typ-N 112 t SIU H� I )i �� II S �� '�J 0�1NIS & �INJ �� � ��F � ! � ��i"� "' 556 Name License License Type Name.type Number/ Status/Expires Rank Certified Electrical LICIIi1�...:�." " ECO002280 Primary Current, Inactive Contractor . Cert Electrical 08/31/2022 Maln Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 StandardBN361 V4 I Primary Current, Active Inspector ° .,...5A1.VA'EQKr--'TFA Inspector 11/30/2021 License Location Address*: Private Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Standard Plans .. pi°� ��Q�� �_�,;t Prima PX169 ry Current, Active Examiner Plans Examiner 11/30/2021 License Location Address*: Private Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Provisional PBC190 Null and Void, Building Code V�„,,�� �.,;u�llllll ,�Illl.,;;.i:': Primary provisional Bid 10/27/2006 Administrator Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Registered ER0014826 Null and Void Electrical LJQjM,-5ffiMTQl19 19l Primary Reg Electrical 08/31/2002 Contractor License Location Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 Provisional Electrical Plans LCiT ® ALAT E TEQ Primary Application in Progress Examiner Main Address*: 14450 77 PLACE NORTH LOXAHATCHEE, FL 33470 * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This is the address where the mail associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. t 2stoi s;w colitact Zefltee 850, 48 i” i "gall',, https:/lwww.myllorldaltcense.com/w111.asp7mode=2&search=Name&SIb=&b:d*&typ-N 112 t SIU H� I )i �� II S �� '�J 0�1NIS & �INJ �� � ��F � ! � ��i"� "' 556 %; , � Calvin, Giordano & Associates, Inc. c0 E X C E P T I O N A L S O L U T 1 O N S' 1 211 5/2 02 0 � a« Licensing Portal - License Search 25 a a "SAA l z If Nw"PJ:B,20 Data Contained In Search Results Is Current As Of 12/15/2020 03:23 PM. Search III'lmww~"s'ults Please see our U16 jgLiary I terms for an explanation of the license status shown in these search results. For additional Information, including any complaints or discipline, click on the name. Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Building CodeP i'LC�L�~91itlu"'tl Primary BU2110 Administrator Building Code A Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard Plans PX3558 Examiner PERMI A714MRK49 Primary Plans Examiner Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Provisional l PBI1638 Building Inspector IV! d P, p "t� Primary Prov. Bid Insp. Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard Modular Ppls�lEn @ Primary Plans Examiner Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Current, Active 11/30/2021 Current, Active 11/30/2021 Null and Void, 08/19/2014 Application in Progress * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mail associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. �',atl m Ilmll w1ul,°:. "ttmuro IIIm ,at 11 ,p;rilVtp„ll,w se J1, 5,7w" II!,"uppGaall uuua,rrnvi*u wu�naN �.uo,� r� r5U 487 1319151 IfO:nu's^, state i. t I''➢^'tm oi.11a us reu'n. AntitF0 anrcno, Nr raYm u1D„.Wg1hN St , ttn, ,u 'lnPtp ,m flyE! VMM5a uy:.!!w ;” tennent Ukide� FbOda li ,v,, em H ,awOv Enb u�eN ara pmihuN 11010Q& It Vva du Ind v avit r, cuih "wennalt adu:4irx!s a deased ki, eaapa.udase kc ua lllwAN¢uwu. i. uv.I, aqunsw :, https://www.mylloddalicense.comlwll1.asp?mode=2&search=Name&SID=&brd=&typ=N 112 V° �I f I m (1;2 f 9411,1210 �1111m ,"If"FI,',AJw!!!!ld`J�'PI�"� ��,"I7 '�9'0O"bf 98557 Name License License Type Name Type Number/ Status/Expires Rank Certified General Primary PrimaCert CGC1521436 Current, Active Contractor General 08/31/2022 License Location Address*: 620 CYPRESS CLUB WAY G POMPANO BEACH, FL 33064 Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard islI'11001 1F,, G .ARA N Primary BN6514 Current, Active Inspector Inspector 11/30/2021 Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Building CodeP i'LC�L�~91itlu"'tl Primary BU2110 Administrator Building Code A Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard Plans PX3558 Examiner PERMI A714MRK49 Primary Plans Examiner Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Provisional l PBI1638 Building Inspector IV! d P, p "t� Primary Prov. Bid Insp. Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Standard Modular Ppls�lEn @ Primary Plans Examiner Main Address*: 2992 NW 35TH WAY LAUDERDALE LAKES, FL 33311 Current, Active 11/30/2021 Current, Active 11/30/2021 Null and Void, 08/19/2014 Application in Progress * denotes Main Address - This address Is the Primary Address on file. Mailing Address - This Is the address where the mail associated with a particular license will be sent (If different from the Main or License Location addresses). License Location Address - This Is the address where the place of business Is physically located. �',atl m Ilmll w1ul,°:. "ttmuro IIIm ,at 11 ,p;rilVtp„ll,w se J1, 5,7w" II!,"uppGaall uuua,rrnvi*u wu�naN �.uo,� r� r5U 487 1319151 IfO:nu's^, state i. t I''➢^'tm oi.11a us reu'n. AntitF0 anrcno, Nr raYm u1D„.Wg1hN St , ttn, ,u 'lnPtp ,m flyE! VMM5a uy:.!!w ;” tennent Ukide� FbOda li ,v,, em H ,awOv Enb u�eN ara pmihuN 11010Q& It Vva du Ind v avit r, cuih "wennalt adu:4irx!s a deased ki, eaapa.udase kc ua lllwAN¢uwu. i. uv.I, aqunsw :, https://www.mylloddalicense.comlwll1.asp?mode=2&search=Name&SID=&brd=&typ=N 112 V° �I f I m (1;2 f 9411,1210 �1111m ,"If"FI,',AJw!!!!ld`J�'PI�"� ��,"I7 '�9'0O"bf 98557 Calvin, Giordano &Associates, Inc. E X C E P T 1 0 N A L S 0 L U T 1 0 N S' Axrq% M. GSTN N ON P.O. Box 3353, West Palm Beach, FL 33402-3353 "LOCATED AT** Www.pbctaX.Com Tel: (561) 355-2264 Pa hf � PWrar"* cppn�y 580 VILLAGE BLVD STE 325 0 Servingyou, WEST PALM BEACH, FL 33409 TYPE OF BUSCERTIFICATION9 RECEIPT AIDATE PAID AIVITPAID BILL 9 56-0016 ENGIN FDZO & ASSOCINC 514 82o.5a91Dr, - 07735120 $33.00 =0 1 - This document Is valid only when recepted by the Tax Collectors Office. STATE OF FLORIDA PALM BEACH COUNTY 202012021 LOCAL BUSINESS TAX RECEIPT LBTR Number: 200205566 CALVIN GIORDANO & ASSOCIATES INC EXPIRES: SEPTEMBER 30, 2021 CALVIN GIORDANO& ASSOCIATES INC 580 VILLAGE BLVD STE 325 This receipt grants the privilege of engaging in or WEST PALM BEACH FL 33409-1960 managing any business profession or occupation within its jurisdiction and MUST be conspicuously displayed at the place of business and in such a manner as to be open to the view of the public. !SII!!!]!!" 02 1 241 '1 /20 !!I%I"'I/ SU!!)I!!5IIi (,- A )H',JG fil S� '-�-�Ol & II!!5]'AjN'j il! ir �j 5 58 ,�c R CERTIFICATE OF LIABILITY INSURANCE DATE (MWDDNYYY) 10/2/2020 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 rlahts to the certificate holder in lieu of such endorsementlsl. PRODUCER RBN Insurance Services 303 E Wacker Dr Ste 650 Chicago IL 60601 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Evidence of Coverage - � AUTHORIZED REPRESENTATIVE © 1968-2015 ACORD CORPORATION. Ail rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Page 712 of 989 INSURERA: Hartford Fire Insurance Co. ....... 19682 INSURED SAFELLC-01 IN 9B: NaV1 latOrs Insurance F,,--ann 42307 Calvin, Giordano & Associates, Inc. 11300 Eller Drive jNSURER, 9: TW In City Fire Insurance, Co. Suite 600 INSURER D: pGreat American F&S Ins. Co. 37532 Fort Lauderdale FL 33316 INSURER E. Hartford Casu IInsurance Co — � 29424 INSURER F : COVERAGES CERTIFICATE NUMBER: 1942078253 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. !NSR �--- POLICY EFF POLICY EXP LIMITS � LtTtl TYPE OF INSURANCE POLICYN,UMBERrvry ,�Id�NCDD!`W' MIMs1T70i'Y° A X COMMERCIAL GENERAL LutBlurr 83UENZV3951 10/3/2020 101312021 EACH OCCURRENCE $1 000 000 v CLAIMS -MADE 1K OCCUR (?REMISES IEa occurrence $1.000,000 ... MED EXP.Any one person h $ 10,000 PERSONAL, & ADV INJURY . ......,., $1,000,000 " GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X 7-1jEa F7 PRODUCTS COMP/OP AGG $2,000,000 POLICY LOC - OTHER:$ E AUTOMOBILE LIABILTTY _. 83UENPY9100 101312020 1013/2021 COMBINED SINGLE LIMIT $ 1,0000,,00000 X ANY O BODILY INJURY (Per person) $ OWNED SCHEDULED V BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS X HIRED X NON -OWNED PROPERTY DAMAGE ....................� $ AUTOS ONLY AUTOS ONLY J A n1.V— ....... , . B UMBRELLALUU3X !OCCUR CH2OEXC8856001V 101312020 J 101312021 EACH OCCURRENCE $10,000,000""""""""""""""""""""""""""""""""" X I EXCESS LIAB I CLAIMS -MADE AGGREGATE $ 10,000,000 DED X RETENTION %I C r"t WORKERSCOMPENSATION $3WECE0623 5!1212020 5/1212021 X PER OTH- $TATIJTF, AND EMPLOYERS' LIABILITY Y 1 NF , ...... ,<!.., ANYPROPRIETOR/PARTNERIEXECUT[VE --]:NIA OFFICERIMEMBER EXCLUDED? E.L"EACH ACCIDENT $ 1,000,000 (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $„1,000,000 Ifes, describe under DESCRIPTION OF OPERATIONS below E.L. ISEASE POLICY LIMIT $1,000,000 D �f Professional Liability m �m. TER 2$6-10-59 1013/2020 10!312021 Each ClaimlAggregaW 10,000,00m AAAAAAA 0 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES (ACORD . ... ��W�,,,, 707, Addldonal Remarks Schedule, maybe attached M more apace Is required) 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. Evidence of Coverage - � AUTHORIZED REPRESENTATIVE © 1968-2015 ACORD CORPORATION. Ail rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Page 712 of 989 Page 713 of 985 60 Calvin, Giordano &Associates, Inc. "I" E X C E P T 1 0 N A L $ 0 L U T 1 0 N S' --------------- - ---------- Calvin, Giordano & Associates, Inc. is pleased to be able to provide all services utilizing full-time, in-house staff. !!3 71!!!� 11,,)21 24, Z i iRW :1 Ad",4 116f 98551 O'l"A ii 8 Page 715 of 985 62 FIJI" 1Y7��r i P. Calvin, Giordano & Associates, Inc. E X C E P T 1 O N A L S O L U T I O N S' Acceptance of the City Agreement Terms The Calvin, Giordano & Associates, Inc., Contract and Legal team have carefully reviewed the contract terms presented in the Sample Agreement in the RFP. We respectfully request the following modifications to the agreement terms: 1. Article 9.1 Indemnification — revise as follows: CONSULTANT shall indemnify and hold harmless the CITY, its offices, agents and employees, from and against any and all I11°1i11rJ Cial, 11Y �� Il�uiu°i°°o, losses or liability, or any portion thereof, including attorney's fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT's own employees, or damage to property 1BY:Ie�, dl' a negligent act, omission 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 of 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. 2. Article 10. Insurance - Add 10.5 Limits of Liability: &II�J III�Ji LgJIwII\JJ YNolwJIIJaI,JI(,,]TY Ew IwIIJ',Bllwl. C(,.,M O,hII,SIE HDR Ill ilLUJ-34w.CTIl�ft,�rIIL.I�II.IIM1J�41,11_, ��e4�,pll��na�Ilw��,��JIIw10�llll'��_, 1",, ,iV �, �., °• r ;:: W � V �,;;:,r�,ep �" Y ;: '" r.. "" N1 ' k... r.. r d, ` ', � ', , L....... � � q I •..,,.... ,. ti ., r .,. l•",�C.1.11,4�15RJ� 1., Iy,�J,JC..A,l1 IJ,,l, In il)1-1, ��.�al IwJ�I)�J- IDAl,i�yGES lIIJ1C�IwC.111J�I[,,IG VllilICIIIyI,U� II�-VI«IIICyYyJJMC ,,,.� „,.,,, �i .��,^ .. ., i '� � ,, M r .,. a i,, r'", r, � r,, i, ,. Y t:'' P „U _� �i , .,.,,J' J .., ";�� 't, r .. I ' I,� .. ..,,. .. .. °, °ii .,,'�;� l-�i,h �I�EP,,lJ[ , I_✓V,�nf IDIJ�gC(,�h� C�JICY 4M�JII�III�[1 flihlJCCiIJ,lh�h��4PD'k, CHR I_OS I�kJ��.;Mll��llw°�u�,.�r hell II J.J�II��IIIJII�Clllill, Ilfllw�k,�d"�hI6IClN.I���.� �lll lllllw IFOFF1il rO y ,,k ,o 41 ,.,. •iL. .., 1,.1.. .., Fi ➢ 1 f� i. �p i t i .n.] ' YE p„�, o �,. 9� i, is f I i 1� �1dyn[�,�JLCn iJ�IIIIICw.klf flyllu llJ yfUlCly„aJ�ll, II�JLJL_II�hI�Cll! u, C�CfwJa,,_1J�IIwIUJ��II.., id�id�I�,V�,��l�in v„,ally,[„��t Iw.IIr�ICalll�.11l.r, ��,l�l I�I„lI�L �yJl�_IIC iCIY �iIIJ�JII,�I�_I,� vY ., h, I1 ,,., pp ') I„ „Y a Ipp A„ ,.�i,� ppii L,,. 1 , Ip �� pp pp A 1 �, , Y D1,,” C :: rtlpp „„� A p P... 0 I � , 6.e� ,�.Vy),., � I��I Iiw�wi i,�,��,.�e� yI,ICa� I tr��, C �il� 11 1 b III 6k �� 11 C���,� � III. k J,1„ Iv l l Irl_ ��. w.�,I _ E C 0.. i.�_ 11 I, II yi;eJ 11.E J 1 �J, d � Iw.11d�w.0 n C M PHI 1: P1 T Hl A 11 M1k '4JI�1I[ IP ll - I1,3 IJ ' r l `I w J,l °i° II I, )i f , r8r `f II'VVE' P1"yi y i.91y 11 �,.n ��"�i IC II I, Ni ��u �, Ii 1i J [3 i.411w.1�',JEJ�n°1yJ11'�J�:Y {II`M1J 1��1lyi L�'4FI:I�4f o)IRJ-'li�LL THE Lw,ll,PHIL11 DF' Ch 1 IJI", F CC°fll'1 1yDFFI18�JJT 4,',,AJ1°C O�Fs�JInI'�,I41��II�V�VII�.Ifl�P_/� R,�I����.r,I���VL��w,J,Y I�d �III�. �,.�('nIli �i�l ��LIC�i��,i 1� �w�iJ�_, IuM �,��,��� ��)�6�r��, ���h1 04'"41 yJ`4 V2 u�,I r ,.,. ti 1 ,.,. ,�z �, y °• r .., 7I 9 'i,,, d ° ,....., p 4 U 1 P I I g y p �wJ E ��I�L_II, l_IIwP;{� L�. �IwL�r.1, 4L�, 6�IwII�L, �,IpIIi��A ILII( wr.,lllwl a�w�,,. ICII�.1 Lr r� IMI. �, IIIIw,V�lIt��.� �� ,�. , it , i .... i � �.,. ,,.., .. 6 ,, .., �.� , n g'^��. ° n , �,.,.. �Y f„ ,. � ..,. „ fl..^. „n ti .. ,.„i.. rl n ,.. ,,p, .:: �.'I, M , ,.. a,0. y r ..,.., � :: A 1 f 1 p J , C J Ik P.. �x�, i�,i y II IL, ihL� II,a� IC., l . L,.II II+�d h l L �,� �,L II Vl�Ilw�i�llw.li� Curl ilP�l. 1�1�dnl„JI,JIISi lJll Il lwllw�a IJ�IIII i..0 f� yy�,�Ce�Iw�C�JIIJI II ICI�,,.,.�, IP,ill II ,.w ICI[J[,�. ,. ,J ll�lll����� i �.1� I �.„i 11 Y ` ��. �1 �;;' ,I�, 1"'t� l :.; o„� 1 c, ,M , ii;1 u;, ..uu �7 p �;;� +y�ry Vii” w ,� y� , p, M� a ( �d�����a�Y,�,yi ICu„� �ihi.�.V,,.��w�,��yI,�I IwY�o�.,� dIIk�L�.�,.�wIIih�, �,,,�� � ��l uIti��,IId��,Ii�� �_�fi„��_I� V 6�� I�_ �IY�IVC.e, ,.�,u.�L.I.�I� ��.��,. I )I1 Y CCd",D II3IImyIIM1C IICIRS JRQ.JIII�83lE 81111. IF'OlyDHyaa�. 3. Article 17.1 Termination — delete last sentence and replace with the following: Termination for Convenience: This Agreement may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. ,.,,, .,5,,,,.. r«,......... � 1,1 ,.,.,.. .t ,...,� ,. „,u.,.,.hl,.t r u ...,...u, .....,u. a 0.u,,, ;,,. s,,,,,,,.i•Fa. ..., „,a.{.. r9. �,.u� ,Sl...n � ( ,... ! r. ,... ,. w �� N 4 ,.,. y t 1 .,.. &,"”, 11,4, il4��H°���J.�ryiir�E�o9�wr�h��r�J����� ati.L�iyl�y�lyl4..nd�ylC �7Iu�Y�+��,�� 1.1���ii��Iuu7�-�J.ILI; ly�i ,,. �,� I ., � ,, Q i � a �� It i i i i i,�,I/ i� i,i '��¢��,i r i,u,l � �,,,, I i G��J.f��„bG �JCli�.l 4di,�p1V Mlfli VCaIIY„R,I, f,f� �)L�JIIIItlfJVl,,,L�� V�I,.�„all. �hd ,�f,,Wlli�.� iLVI„ V,�l.,� � YP.�I��s,.0 LLI IV{,��a f,��Cll,lr,�i.,y 'I I"11 r, .7 i ,,. r, ,I, ,a Y p � �..... ,~4 0 , ,� i•ul I ..,. aryl , oay Ie ii � 1Pv�1. I ( Lr Y�� I fp P �y q �a L'•••'- Iti �l J2,. u��. G�J1 o� uir 111 l,��,���� l���I .L�J„CCI, I,��J �eahv� �Ji.IJ )I �11'Ei.y Calfe ,�J �I,J� llf. � rnJ Ifni I,'h L�J[ ��I���Ih �,�I�r �J �.l i, L�.J n ,�I �.& v,,HJ,i�n Illrt, �; Jl4h felQ� �fC� I�JC C�Jriii, III�irirn°i�ii,',A 10 1, 4. Article 22 Sovereign Immunity — add to Section 22.1: It is the intention of the parties that, to the greatest extent permitted by applicable law, CONSULTANT shall be entitled to protection under the doctrine of sovereign immunity, including limitations of liability, to the same extent as CITY would be in the event that the services provided by CONSULTANT were being provided by CITY. Nothing in the Contract shall be deemed a waiver of such protections.” �'d �' 021-2411 /20 II°kVvI 6II / LJIII 14G1 (3 IIY ,dAd"”, Page 717 of 985 7.B. Requested Action by Commission: Approve Task Order UT -413-02 with CDM Smith, Inc. in the amount of $150,380.00 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category C awarded by City Commission on August 20, 2018 and renewed on the August 4, 2020 to conduct a stormwater modeling and conceptual evaluation for drainage improvements in the San Castle, Lake Boynton Estates and Chapel Hill areas. Explanation of Request: Boynton Beach Utilities is utilizing the General Consulting Services Contract (RFQ No. 046-2821-17/TP) to support implementation of the Utilities Capital Improvement Projects. CDM Smith, Inc. will provide data collection, stormwater modeling and conceptual evaluation for the San Castle, Lake Boynton Estates and Chapel Hill areas drainage improvements. The San Castle, Lake Boynton Estates and Chapel Hill areas are prone to flooding with water ponding during minor rainfall events to severe flooding during extreme rainfall events creating a nuisance that adversely affects the residents daily lives. For the period between September 20, 2020 and October 30, 2020, approximately 26 -inches of rainfall was recorded within the City. On October 24, 2020, 4.6 inches of rainfall occurred over an 8 -hour period that resulted in flooding throughout the City. As a result of the October 24 flooding, the CITY has requested the consultant to conduct an evaluation and recommend drainage improvements in the three study areas. How will this affect city programs or services? The study will address existing drainage issues. The project will result in an improved level of service to these neighborhoods to reduce flooding and provide improved ingress/egress during minor and major storm events. Fiscal Impact: Funds for the project are available in the Utilities CIP account. 403-5000-538-65.09 Alternatives: Not proceed with the project and continue the existing Stormwater Division maintenance operations to respond to emergency flood relief in the neighborhoods. Strategic Plan: Strategic Plan Application: Climate Action Application: Page 718 of 985 Is this a grant? Grant Amount: Attachments: Type D I E)ttENr D QLAOtE)S D Ag ir'EsE) rTIE) II'l t D IRE)S()l LA ti 0 II'l D A rTIE)ind irTIENI'l t Description TirainsirnittaII I E)ttENr S CO PE) Agir'E)E)irTlE)l['lt IfRl::::Q INoa 6...2821 17/ T F1 R 18 103 AgE)inda AL.Jlg 4 2020 Page 719 of 985 621 NW 53,d Street, Suite 265 Boca Raton, FL 33487 Tel: 561-571-3800 Fax: 561-241-7084 January 21, 2021 Mr. Joseph Paterniti Utilities Director Boynton Beach Utilities 124 E. Woolbright Rd. City of Boynton Beach, Fl 33435 Subject: City of Boynton Beach Stormwater Modeling Evaluation - Task Order No. UT -413-02 Contract No. 046-2821-17/TP - General Consulting Services Dear Mr. Paterniti: CDM Smith appreciates the opportunity to continue to provide professional consulting services for the City of Boynton Beach. We have developed a scope of work for a Stormwater Modeling Evaluation. The Scope of Work is included as Exhibit A. We look forward to continuing to work with the City on important projects. If you have any questions or need additional information, please feel free to contact me at any time. ince el , Yan ce Mercad , P.E. Principal CDM Smith Inc. cc: Suzanne Mechler, CDM Smith Brian Mack, CDM Smith Enclosures: Exhibit A: Scope of Work elf WATER ..,.. NWRONM N°r -� TRANS RORTKnON -1. NER Pa H72D Of 985 Exhibit A Page 721 of 985 TASK ORDER NO. UT -413-02 STORMWATER MODELING EVALUATION CONTRACT NO.: 046-2821-17/TP — GENERAL CONSULTING SERVICES SCOPE CATEGORY "B" This Task Order, when executed, shall be incorporated in and become part of the Agreement for Professional Services between the City of Boynton Beach (CITY) and CDM Smith Inc. (CONSULTANT), dated August 20, 2018, hereafter referred to as the Agreement. BACKGROUND The CONSULTANT submitted the Downtown Watershed Stormwater Model Update Final Report in June 2020 (2020 Report) that recommended stormwater Capital Improvement Projects (CIP) to improve the Level -of -Service (LOS) for flood control. For the period between September 20, 2020 and October 30, 2020, approximately 26 -inches of rainfall was recorded within the City. On October 24, 2020, 4.6 inches of rainfall occurred over an 8 -hour period that resulted in flooding throughout the City. As a result of the October 24 flooding, the CITY has requested the CONSULTANT to conduct stormwater modeling and conceptual evaluation for the following three study areas: ® San Castle ® Lake Boynton Estates ® Chapel Hill The location of the three study areas are outside of the Downtown Watershed as shown on Figure 1. Combined, the new study area is approximately 822 acres (watershed area). 041i]»i1A&MG] 1 The following is a description of the CONSULTANT services to be provided under this Task Order: Task 1 - Stormwater Modeling The CONSULTANT will develop a stormwater model for the three study areas previously presented on Figure 1. In general, the same methodologies that were used for the 2020 Downtown Watershed Stormwater Model Update will be followed. This includes use of the Environmental Protection Agency Stormwater Management Model Version 5 (SWWM5) and the geographical interface PCSWMM 2020 Version 7 (PCSWMM). The stormwater model will be used to represent existing and future conditions for each study area (Chapel Hill, Lake Boynton Estates and San Castle). CDM SmiIth Page 722 of 985 Subtask 1.1 Hydrologic Modeling The CONSULTANT will develop one hydrologic stormwater model for each study area (Chapel Hill, Lake Boynton Estates and San Castle). Hydrologic modeling activities will include: a. Creating new hydrologic unit delineations using available new topographic maps generated from the 2017 Light Detection and Ranging (LiDAR) technology; b. Applying the existing land use coverage used for the hydrologic evaluation, and integrating any development under review identified by the City; c. Review proposed development plans (to be provided by the City) within the areas of Chapel Hill, Lake Boynton Estates and San Castle to identify proposed stormwater infrastructure and to confirm hydrologic unit delineations; d. Contact FDOT and Palm Beach County to request model information and additional pipe information for evaluation of model boundary conditions; e. Apply the overland flow parameters (e.g., slope, path, and width) for each hydrologic unit using the 2017 DEM; and, f. Update the surface storage/depression areas for the modeled hydrologic units using the 2017 DEM. Subtask 1.2 Hydraulic Modeling The CONSULTANT will perform the following hydraulic modeling activities for each of the three study areas: a. Integration of stormwater infrastructure inventories (GIS coverage, project record drawings, additional survey) to develop a model schematic and establish connectivity, and; b. Explicitly model local hydraulic losses instead of integrating into an equivalent roughness coefficient (Manning's "n"). Using the PCSWMM, the CONSULTANT will simulate the 100 -Year, 25 -Year, and 10 -Year, 72 -Hour design storm events. The South Florida Water Management District (SFWMD) standard rainfall distribution will be used for each design storm event. The design storm event rainfall depths are shown in Table 1. Table 1. Rainfall Depth for Model Simulations CDM SmiIth Page 723 of 985 Subtask 1.3 — Level of Service (LOS) Analysis The CONSULTANT will establish landmark (indicator) elevations for structures and/or roadways evaluated in the stormwater model using data made available for this study by the CITY. The landmark elevations established for the LOS analysis are the critical or lowest landmark elevation. These elevations will be determined from topographic map information (2017 DEM). The CONSULTANT will designate a desired design storm event LOS for each conveyance element included in the stormwater model based on CITY standards. The established critical elevation will be compared to the predicted peak water surface elevation from each design storm event simulation to determine if a structure meets its designated LOS. The LOS results will be summarized in a tabular format. Subtask 1.4 — Floodplain Mapping The CONSULTANT shall conceptually delineate the 10 -Year, 25 -Year, and 100 -Year floodplain areas on 11" by 17" figures based on the model results from Task 1.2 and the 2017 DEM. This mapping will be for conceptual purpose only and will not be to FEMA standards for floodplain mapping. Subtask 1.5 — Identification of New Capital Improvements Projects The CONSULTANT will identify feasible stormwater capital improvement projects to improve the LOS for structures within the model extent that are predicted not to meet the assigned LOS. The CONSULTANT will develop conceptual layouts of up to three alternatives, per study area, using aerial photography, existing topographic contours, parcel data, drainage infrastructure, and conceptual Improvements for review and approval by the City. Depending on the location, the following project types (alternatives) may be considered but are not limited to: Swales / Exfiltration Trench —The CONSULTANT will identify streets that have the potential to be retrofit with swales and/or exfiltration trench for water quality treatment. Stormwater Ponds —The CONSULTANT will evaluate the possibility of a regional/neighborhood stormwater pond in these areas that may provide benefit for both flood control and water quality retrofit. Stormwater Conveyance Improvements —The Consultant will identify locations where a modeled pipe is predicted to not meet the desired LOS because of its conveyance capacity (not a storage restriction). The stormwater model will be used to simulate the proposed capital improvements for flood control benefit provided during the 100 -Year, 25 -Year, and 10 -Year/ 72 -hour design storm events. The CONSULTANT will provide the CITY with an engineer's opinion of the conceptual cost of construction for up to three alternative layouts, per study area. These cost estimates -, wetland mitigation or environmental remediation costs. If private property would be needed for recommended infrastructure improvements, the CONSULTANT will work with the CITY to identify potential property use, and a recommended cost of property acquisition (e.g., market value x 1.5). CDM SmiIth Page 724 of 985 Task 2 — Site Visit CONSULTANT will perform a site visit to the three (3) project study areas to document existing topographic conditions (i.e., low lying homes and elevations of roadways). The CONSULTANT will document the site visit with written notes and photographs. Task 3 — Groundwater Level Assessment The CONSULTANT will perform a desktop evaluation to evaluate seasonal groundwater depths in the three study areas. This task will consist of: a. Gathering available historical well data on seasonal groundwater elevation levels (GWELs) using FDEP OCULUS database and/or other available data. The data will be collected for years 2010 through 2020. b. Creating GWEL plots and analyzing initial trends. c. Identifying hydraulically feasible locations for exfiltration based on the data and comparison to failure locations. CONSULTANT will also perform one open -hole exfiltration test (per SFWMD specifications) to a depth of six feet at each testing area to determine the hydraulic conductivity of the soils. The results and recommendations for this Task will be documented as part of Task 3 Technical Memorandum. Task 4 —Technical Memorandum The CONSULTANT will develop a Draft Technical Memorandum to document the findings of Task 1 and 2 and will include a summary of the stormwater model results (peak stages and flows) and LOS analysis in tabular format, recommended conceptual stormwater capital improvement projects in a GIS layout, and associated engineer's opinion of the conceptual cost of construction for the proposed improvements. Additionally, the Technical Memorandum will discuss potential regulatory requirements for construction of the proposed improvement(s) based upon meetings with regulatory agencies as noted in Subtask 5.1. The Draft Technical Memorandum will be submitted to the CITY for review and comment. The CONSULTANT will incorporate comments from the CITY into a Final Technical Memorandum. Task 5 - Project Management, Meetings, and Quality Management Activities performed under this task consist of those general functions required to keep the project on schedule, within budget, and that the quality of the work products defined within this authorization is consistent with CONSULTANT's standards and CITY's requirements. Specific activities included are identified below: Subtask 5.1 Meetings The CONSULTANT will attend up to six (6) virtual meetings with the CITY. These meetings include: one project kickoff meeting with CITY staff, three meetings to gather additional data, review the results of the models and proposed capital improvements projects and to discuss CITY's comments to the Draft Technical Memorandum, and the remaining two meetings will be to meet with regulatory agencies (i.e., SFWMD, FDOT) to identify environmental permitting requirements. The CONSULTANT will prepare meeting minutes for documentation purposes. CDM SmiIth 4 Page 725 of 985 Subtask 5.2 Project Quality Technical Review The CONSULTANT maintains a quality management system (QMS) for CITY projects performed by CONSULTANT. Technical reviews of deliverables are budgeted for and will be performed to review various milestone submittals. Subtask 5.3 Project Management CONSULTANT will perform administrative and project management activities throughout the project consistent with CONSULTANT's quality management program and CITY's requirements. Project management will include maintaining lines of communication and project coordination, monthly financial performance monitoring of the budget and status reports, reporting schedules, technical conference calls, managing technical project resources, and maintaining quality control. CDM SmiIth Page 726 of 985 BASIS FOR ESTIMATE The above described services have been based upon the following: 1. The CITYwill provide data, support, and reviews as identified above, including existing GIS coverages, available survey for the stormwater management system and proposed development plans for the study area. 2. The CITY will be responsible for providing additional survey if deemed necessary by the CONSULTANT for this study. 3. Stormwater modeling will be done using PCSWMM. 4. Based upon available data, 1-95 and LWDD canals will be boundary conditions. TIME OF COMPLETION/SCHEDULE It is anticipated that the project will take seven (7) months to complete, starting within two weeks of receipt of a formal notice to proceed (NTP). CONSULTANT will prepare an updated detailed schedule within the first thirty (30) calendar days after Notice to Proceed. DELIVERABLES Task Number and Description Deliverables Task 1 — Stormwater Modeling Model Input/Output Files Task 2 — Site Visit N/A Task 3 — Groundwater Level Assessment (To be included as part of Task 3 deliverable) Task 4 —Technical Memorandum Draft and Final Technical Memorandum, electronic format Task 5 — Project Management, Meetings, and Quality Management Meeting Minutes, Monthly Invoices and Status Repots A preliminary list of figures to be included in the Technical Memorandum is provided in Attachment 1. PAYMENT AND COMPENSATION For the services performed under this Task Order, the CITY agrees to pay the CONSULTANT a lump sum amount of one hundred fifty thousand three hundred and eighty dollars ($150,380.00). The CONSULTANT will submit monthly invoices based in proportion to the percentage of work completed for each task. For invoice purposes only, the value of each task is presented in Attachment 2. CDM SmiIth 6 Page 727 of 985 Attachment 1 CDM SmiIth Page 728 of 985 Preliminary List of Figures for Technical Memorandum ■ Study Area ■ Digital Elevation Model (DEM) (per Study Area) ■ Hydrologic Soil Group Coverage (per Study Area) ■ Land Use Coverage (per Study Area) ■ FDOT and City Stormwater Inventories (per Study Area) ■ Problem Areas Map (per Study Area) ■ 10-Yr/72-Hr Design Storm Flood Inundation Map (per Study Area) ■ 25-Yr/72-Hr Design Storm Flood Inundation Map (per Study Area) ■ 100-Yr/72-Hr Design Storm Flood Inundation Map (per Study Area) ■ Conceptual Design of Proposed Improvements (per Study Area) ■ 10-Yr/72-Hr Flooding Extent with Proposed Improvements (per Study Area) CDM SmiIth 8 Page 729 of 985 Attachment 2 CDM SmiIth Page 730 of 985 City OtBO tont fBeach Stormwater Modeling Evaluation Task Order No. UT -40-02 Compensation Fee Breakdown Task Principal/ No. Task Description Associate Project Manager CDM —h Labor Cort ODCs OP Total Fee Clerical/ Senior Engineer Engineer GIS Specialist Administrative Total Hours 1.0 Stormwater Modeling 1.1 Hy -logic Motlelz (35-50 HUzf 2 D D 40 98 D $ $ $ 1.2 Hyr/ra km—1 Upd— 2 D D 40 98 D $ 2458000 $ $ 1.3 Level of Servlce(LOSf Analysis 2 D D 8 24 D $ 00 $ $ 1,14000 1.4 Fl.dplain Mapping 2 D D 8 24 34 $ 00 $ $ 00 1.5 Id—,flcatlon of New Capltal4 4 48 24 80 D $ $ $ 2.0 Site Visit D D 16 D 16 32 $ 00 $ $ 00 3.0 Groundwater Level Assessment D D 4 40 16 4 64 $ M $ 0 $ 4.0 Technical Memorandum 8 4 12 16 16 64 $ $ $ 5.0 Proleq Management D D D D D D $ $ B. 00$ $ 5.1 Meetings 24 12 D D 12 D $ M $ $ 5.2 Project Quality Technical Review 12 D D D 12 24 $ 00 $ $ 5.3 Project Management D 24 D D D 20 44 $ $ $ 56 44 80 126 396 32 284 $ 147,800.00 $ 1,080.00 $ 2,300.00 $ 150,380.00 y Iiiii.g $1]0.00 $250.00 $220.00 $160.00 $180.00 $120.00 $12,600.00 1 $28,160.00 1 $21,280.00 $3,840.00 $15,120.00 $11,000.00 Page 731 of 985 1.111,11-11.1-1-1.-1-k-, si r W --------- f; u San Castle P� Problem Area: 126 acres t udy Area: 266 acres c- - - - - - - - - -� v n � � L I fltf All VIUh Aeq wi s Vd fl llr )a lAv� a0J gyv� 1 111, A, I6 ` el rh rl fuuL v rv,V+ 4s N Figure 1 Project Study Area City of Boynton Beach, Florida i 0 0.25 os Miles Page 732 of 985 IIM 111 Page 733 of 985 Page 734 of 985 GENERAL CONSULTING SERVICES AGREEMENT THIS AGREEMENT' is entered into between the City of Boynton Beach, hereinafter referred to as "the CITY", and CDM SMITH, INC., hereinafter referred to as "the CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the Consultants' Competitive Negotiation Act, the CITY'S Procurement Code, the City of Boynton Beach solicited proposals for professional consulting services from qualified engineering firms for required City services; and WHEREAS, THE CITY issued a Request for Qualifications for General Consulting Services for the City of Boynton Beach, RFQ No. 046-2821-17rrP; and WHEREAS, the City Commission designated CONSULTANT as one of several qualified consulting firms to provide General Consulting services to the CITY; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform General Consulting Services by way of individual task orders, at the request of the CITY during the term of this Agreement, including the provision of all labor, materials, equipment and supplies. The specified projects which may be assigned to CONSULTANT is in conjunction with: Scope Category A Water Plant Modifications, Capacity and Operations Evaluation Scope Category B Infrastructure Improvements and Evaluations Scope Category C Ancillary Studies and Services Scope Category D Transportation Services Scope Category E Architectural and Landscaping Design Services 1.2 SERVICE AND RESPONSIBILITIES 1.2.1 GENERAL: The CONSULTANT agrees to perform work assigned by Task Order(s) under such terms as set forth in the Task Order(s). The terms of the Task Order(s) shall be supplemental to the terms of this Agreement. 1.2.2 The CONSULTANT is responsible for defects in its work and in the work of its Sub -consultants' work. The term "Agreement" has the same meaning as the term "contract". Boynton Beach Utilities - General Consulting Services C-1 V.5 CLEAN FINAL Page 735 of 985 1.2.3 PRELIMINARY SERVICES PHASE: The CONSULTANT shall prepare preliminary studies and reports, feasibility studies, financial and fiscal studies, and evaluation of existing facilities, preparation of schematic layouts and sketches where required; develop construction budgets, opinions of Probable Construction Cost, and shall consult and confer with the CITY as may be necessary for the CITY to reach decisions concerning the subject matter. The CONSULTANT shall attend meetings with the CITY Commission and CITY staff as may be required, and provide the CITY with a time schedule which shall include but not be limited to submittal of all milestones related to the project up to delivery of 100% construction documents. 1.2.4 During the preliminary services phase, the CONSULTANT shall advise the CITY, based on CONSULTANT'S professional opinion and the current project conditions and reasonably foreseeable conditions of the completeness of existing data and its suitability for the intended purposes of the project; CONSULTANT to obtain data from other sources; identify and analyze requirements of governmental authorities having jurisdiction to approve the design of the project; provide analyses of the CITY'S needs for surveys; perform site evaluations and comparative studies of prospective site and solutions; and prepare and furnish a report to the City setting forth the CONSULTANT'S findings and recommendations. 1.2.4.1 Providing any type of property surveys or related engineering services needed for the transfer of interests in real property, and field surveys for design purposes and engineering surveys and staking to enable Contractor to proceed with their work, and providing other special field surveys. 1.2.4.2 Preliminary design services to be performed by the CONSULTANT shall include consultation and advice concerning the extent and scope of proposed work and preparation of preliminary design documents consisting of design criteria, preliminary drawings, and outline specifications as well as preliminary estimates of probable Construction Costs. This phase will also include preparation of a preliminary site plan or schematic drawings when appropriate. Up to six (6) copies of the preliminary design documents shall be furnished to the CITY, the exact number needed shall be determined by the CITY. 1.2.4.3 CONSULTANT shall provide environmental assessment and impact statements as required to determine the suitability of the site and its surrounds for the proposed project; and/or 1.2.4.4 Upon authorization of the CITY, the CONSULTANT will provide advice and assistance relating to operation and maintenance of project or other systems; evaluate and report on operations; assist the CITY in matters relating to regulatory agency operations review or operating permit non-compliance; assist Boynton Beach Utilities - General Consulting Services C-2 V.5 CLEAN FINAL Page 736 of 985 with startup and operator training for newly installed or modified equipment and processes, and in the preparation of operating, maintenance and staffing manuals for the project. 1.2.5 BASIC SERVICES: The CONSULTANT shall consult and advise the CITY in the following manner: specifying the extent and scope of the work to be performed; prepare detailed construction drawings and specifications; revise and update, where necessary, previously designed construction plans and specifications, whether in whole or in part, to be incorporated into the proposed work and prepare construction documents and final estimate of probable Construction Cost. The final design services shall be provided in an electronic format, and shall also include furnishing up to six (6) copies of plans and specifications to the CITY; the exact number needed shall be determined by the CITY. 1.2.6 Final design services shall also include preparation of permit applications as may be required by such agencies as have legal review authority over the project. These applications shall include but not be limited to site plan approvals or other permits and work efforts and shall also consist of meetings at staff level and meetings with the appropriate governing body and the CITY. Unless specifically provided for under the final design phase, permit application services do not include applications requiring environmental impact statements or environmental assessments, consumptive use permits and landfill permits. 1.2.6.1 The CONSULTANT based upon the approved design documents and any adjustments authorized by the CITY in each project, project schedule or construction budget shall prepare for approval by the CITY, design development documents consisting of drawings and other documents to fix and describe the size and character of each project's civil engineering, environmental, landscape, architectural, structural, mechanical, and electrical systems and any other requirements or systems, materials and such other elements as may be appropriate for a complete project. The CONSULTANT shall also advise the CITY of any adjustments to the preliminary estimate of probable Construction Costs. 1.2.6.2 The CONSULTANT based on CITY approved design development documents and any further adjustments in the scope or quality of the project or in the construction budget shall prepare Construction Documents within the number of calendar days specified within any notice issued by the CITY. The Construction Documents shall consist of drawings and specifications setting forth in detail the requirements for the construction of the project. 1.2.6.3 The CONSULTANT shall assist the CITY in the preparation of the necessary proposal information and forms. 1.2.6.4 The CONSULTANT shall advise the CITY of any adjustments to previous estimates of probable Construction Costs indicated by changes in codes, administrative and jurisdictional requirements Boynton Beach Utilities - General Consulting Services C-3 V,5 CLEAN FINAL Page 737 of 985 of general market conditions. 1.2.6.5 The CONSULTANT shall submit to the CITY for each project, electronic format and up to six (6) copies of the Construction Documents, and a further revised estimate of total probable Construction Cost. 1.2.6.6 CONSULTANT shall include in the Construction Documents a requirement that the construction contractor shall provide a final as -built survey of the project in Autocad electronic format by a registered Land Surveyor, and provide marked up construction drawings to the CONS.ULTANT so that the CONSULTANT can prepare and deliver to the CITY the record drawings in the form required by the CITY and as required. 1.2.6.7 Prior to final approval of the Construction Documents by the CITY, the CONSULTANT shall conduct a thorough review and quality control evaluation of the entire work product for compliance with requirements of any local, state, or federal agency from which a permit or other approval is required. The CONSULTANT shall make sure that all necessary approvals have taken place. 1.2.6.8 Prior to each phased submittal, the CONSULTANT shall conduct a thorough quality control review and assessment of the work product to determine whether the work is property coordinated and confirm that the CITY and agency comments have been addressed and incorporated into the Contract Documents. The CONSULTANT shall provide to the CITY a Quality Assurance and Quality Control plan in a format that advises the CITY that all work has been performed as required. A report shall be submitted in accordance with those standards to apprise the CITY that due care has been taken in the preparation of the Contract Documents. 1.2.6.9 The CONSULTANT shall signify responsibility for the Contract Documents including technical specifications and drawings prepared pursuant to this Agreement by affixing a signature, date and seal as required by Florida Statutes Chapters 471 and 481, if applicable. The CONSULTANT shall comply with all of its governing laws, rules, regulations, codes, directives and other applicable federal, state and local requirements in preparation of the work. 1.2.7 The CONSULTANT shall provide the construction documents, technical specifications and drawings completed in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. 1.2.8 The CONSULTANT following the CITY'S approval of the Construction Documents and the latest estimate of probable Construction Cost shall when so directed and authorized by the CITY, assist the CITY in obtaining proposals or negotiated proposals, and assist in preparing contracts for construction. Boynton Beach Utilities - Genesi Consulting Services C-4 V.5 CLEAN FINAL Page 738 of 985 1.2.8.1 The CONSULTANT shall review and analyze the proposals received by the CITY and shall make a recommendation for any award based on the CITY'S Procurement Administrative Policy Manual. 1.2.8.2 Any Opinion of the Construction Cost prepared by CONSULTANT represents its judgment as a design professional and is supplied for the general guidance of the CITY. Since CONSULTANT has no control over market conditions, CONSULTANT does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the CITY. If the project is not advertised for proposals within three (3) months after delivery of Final Design Plans, through no fault of the CONSULTANT or if either local market conditions or industry- wide prices have changed because of unusual or unanticipated events effecting the general level of prices or times of delivery in the construction industry, the established Construction Cost limit may be adjusted as determined by the CITY'S Representative and as approved by the CITY, if necessary. Additionally, if the CITY expands a project scope of work after the CONSULTANT renders the Final estimated probable Construction Cost of the Final Design Plans, the CONSULTANT shall not be responsible for any redesign without compensation which shall be mutually agreed to by the parties hereto. 1.2.8.3 The CONSULTANT shall provide the CITY with a list of recommended prospective bidders. 1.2.8.4 The CONSULTANT shall attend all pre-proposal/per-bid conferences. 1.2.8.5 The CONSULTANT shall recommend any addenda, through the CITY'S representative as appropriate, to clarify, correct, or change proposal documents. 1.2.8.6 If Pre -Qualification of bidders is required as set forth in the Request for Proposals or Invitation to Bid (two-step bid process), CONSULTANT shall assist the CITY, if requested in developing qualifications criteria, review qualifications and recommend acceptance or rejection of the bidders. 1.2.8.7 If requested, CONSULTANT shall evaluate proposals and bidders, and make recommendations regarding any award by the CITY. 1.2.9 The CITY shall make decision on all claims regarding interpretation of the Construction Documents, and on all other matters relating to the execution and progress of the Work after receiving a recommendation from the CONSULTANT. The CONSULTANT shall check schedules, shop drawings and other submissions for the limited purpose of checking conformance with the concept of the project, and for compliance with the information given by the Construction Documents. The CONSULTANT shall also review change orders prepared and submitted by Contractor and review and make recommendations to the City for progress payments to the Contractor based on each project schedule of values and the percentage of work completed. The CONSULTANT will neither have Boynton Beach Utilities - General Consulting Services C-5 V.5 CLEAN FINAL Page 739 of 985 control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences, or procedures, or for the safety precautions and programs in connection with the construction of the assigned task order projects. 1.2.9.1 The CITY shall maintain a record of all change orders which shall be categorized to the various types, causes, etc. that may be determined useful and necessary for its purpose. 1.2.9.2 If the CONSULTANT is not the Construction Manager for the construction, the CITY shall notify the CONSULTANT within three (3) days of the discovery of any architectural/engineering error or omission so that the CONSULTANT can be part of the negotiations resolving the claim between the CITY and the Contractor. 1.2.10 The CONSULTANT shall carefully review and examine the Contractor's schedule of values, together with any supporting documentation. The purpose of such review and examination will be to protect the CITY from an unbalanced schedule of values which allocates greater value to certain elements of each project than is indicated by industry standards, supporting documentation, or data. If the schedule of values is not found to be appropriate, it shall be returned to the Contractor for revision for supporting documentation. After making such examination, when the schedule of values is found to be appropriate, the CONSULTANT shall sign the schedule of values indicated informed belief that the schedule of values constitute a reasonable, balanced basis for payment of the Application for Payment to the Contractor. 1.2.11 The CONSULTANT shall perform on-site construction observation of each project based on the Construction Documents in accordance with paragraph 1.2.16 "Resident Project Services" of this Agreement. The CONSULTANT'S observation shall determine the progress of the work completed, and whether the work is proceeding in a manner indicating that the work when fully competed will be in accordance with the Construction Documents. On the basis of site visits, the CONSULTANT will provide the CITY with a written report of each site visit in order to reasonably inform the CITY of the progress of the portion of the Work completed. The CONSULTANT shall endeavor to identify for the CITY any defects and deficiencies in the work of contractors, and make written recommendation to the CITY where the work fails to conform to the Construction Documents. The CONSULTANT shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures. or for safety precautions and programs in connection with the Work, nor shall the CONSULTANT be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The CONSULTANT shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Based on such observation and the Contractor's Application for Payment, the CONSULTANT shall determine the amount due to the Boynton Beach Utilities - General Consulting Services C-6 V.S CLEAN FINAL Page 740 of 985 Contractor and shall issue Certificates for Payment in such amount. These Certificates will constitute a representation to the CITY based on such observations and the data comprising the Application for Payment that the work has progressed to the point indicated. By issuing a Certificate of Payment, the CONSULTANT will also represent to the CITY that to the best of its information and belief, based on what its observation have revealed; the Work is in accordance with the Construction Documents. The CONSULTANT shall conduct observations to determine the dates of substantial and final completion and issue a recommendation for final payment. 1.2.12 The CONSULTANT shall revise the Construction drawings and submit record or corrected drawings to the CITY to show those changes made during the construction process based on the marked up prints, drawings and other data furnished by the Contractor. The record drawings shall be provided in electronic format inclusive of conformed PDF files and AutoCad files in a form compatible with the CITY'S version of AutoCad formats for archival purposes. 1.2.13 The CONSULTANT shall attend regularly scheduled progress meetings on site bi-monthly or as otherwise determined based on a specific need established prior to construction by the CITY. 1.2.14 The CONSULTANT shall review change orders prepared and submitted by the Contractorfor the CITY'S approval. CONSULTANT shall not authorize any changes in the work or time, no matter how minor without prior written approval by the CITY. 1.2.15 Each project's construction or demolition shall be considered complete upon compilation of a punchlist by CONSULTANT, which shall be timely completed by Contractor to the satisfaction of the CITY, written notification to Contractor by CONSULTANT that all releases of liens are satisfied and written recommendation by CONSULTANT for final payment to the Contractor which shall be at the sole discretion of the CITY. 1,2.16 RESIDENT PROJECT SERVICES: During the Construction progress of any work, the CONSULTANT will if authorized by the CITY, provide resident project observation services to be performed by one or more authorized employees ("Resident Project Representative") of the CONSULTANT. Resident Project Representatives shall provide extensive observation services at the project site during construction. The Resident Project Representative will endeavor to identify for the CITY any defects and deficiencies in the work of the Contractor(s). Resident project observation services shall include but is not limited to the following: Conducting all pre -construction conferences; •3 Conducting all necessary construction progress meetings; •A Observation of the work in progress to the extent authorized by the CITY; Receipt, review coordination and disbursement of shop drawings and other submittals; Maintenance and preparation of progress reports; Boynton Beach Utilities - General Consulting Services 7 V.5 CLEAN FINAL Page 741 of 985 Field observation and verification of quantities of equipment and materials installed; Verification of contractors' and subcontractors' payrolls and records for compliance with applicable contract requirements; Maintenance at each project site on a current basis of all drawings, specifications, contracts, samples, permits, and other project related documents, and at the completion of each project, deliver all such records to the CITY; •S Preparation, update and distribution of a project budget with each project schedule; Notification to the CITY immediately if it appears that either each project schedule or each project budget will not be met; Scheduling and conducting monthly progress meetings at which CITY, Engineer, general contractor, trade contractor, utilities representatives, suppliers can jointly discuss such matters as procedures, progress, problems and scheduling. Recommending courses of action, and enforcing action selected by the CITY, if so directed by the CITY, if the general and/or trade contractors are not meeting the requirements of the plans, specifications, and Construction Contract; B• Development and implementation of a system for the preparation, review, and processing of change orders; •t• Maintenance of a daily log of each project; •3 Recording the progress of each project, and submission of written monthly progress reports to the CITY including information on the Contractors' work and the percentage of completion; •'• Determination of substantial and final completion of work and preparation of a list of incomplete and unsatisfactory items, and a schedule of their completion; and S Securing and transmitting to the CITY, required guarantees; affidavits; releases; key manuals; record drawings; and maintenance stocks; The Resident Project Representative shall also investigate and report on complaints and unusual occurrences that may affect the responsibility of the CONSULTANT or the CITY in connection with the work. The Resident Project Representative shall be a person acceptable to the CITY, and the CITY shall have the right to employ personnel to observe the work in progress, provided however that such personnel as employed by the CITY, and such personnel will be responsible directly to the CITY in the performance of work that would otherwise be assumed and performed by the CONSULTANT. The Resident Project Representative shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, nor shall the Resident Project Representative be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Although CONSULTANT shall not be responsible for health or safety Boynton Beach Utilities - General Consulting Services $ V.5 CLEAN FINAL Page 742 of 985 programs or precautions related to CITY"s activities or those of CITY's other contractors and consultants or their respective subcontractors and vendors ("Contractors"), CONSULTANT shall nonetheless report to the Resident Project Representative health and safety conditions or deficiencies observed by CONSULTANT'S employees or representatives. CONSULTANT shall not be responsible for CITY's pre-existing site conditions or the aggravation of those preexisting site conditions to the extent not caused by the negligence or willful misconduct of CONSULTANT. CONSULTANT shall not be responsible for inspecting, observing, or correcting health or safety conditions or deficiencies of CITY, Contractors or others at project site ("Project Site") other than for CONSULTANT's employees, subconsultents and vendors. 1.3 ADDITIONAL SERVICES 1.3.1 When additional services are necessary they shall be specified in the written Task Order. Examples of additional (not exclusive) services are: Preparation of applications and supporting documents for private or governmental grants, loans or advances in connection with any particular project. •: Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by or to the CITY. •S Services resulting from significant changes in the general scope, extent or character of any particular project or its design including but not limited to, changes in size, complexity, the CITY'S schedule, character of construction or method of financing, and revising previously accepted studies, reports, design documents or Construction Contract Documents when such revisions are required by changes to laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond the CONSULTANT'S control. Providing renderings or models for the CITY'S use. Preparing documents for alternate Proposals requested by the CITY for work that is not executed for documents for out -of -sequence work. Investigations and studies involving but not limited to, detailed considerations of operations, maintenance and overhead expenses; providing value engineering during the course of design; the preparation of feasibility studies; cash flow and economic evaluations, rate schedules and appraisals; assistance in obtaining financing for a project; evaluating processes available for licensing and assisting the CITY in obtaining process licensing; detailed quantity surveys of material, equipment and labor, and audits or inventories required in connection with construction performed by the CITY. Assistance in connection with Proposa[/proposal protests, re -bidding or re -negotiating contracts for construction, materials, equipment or services, unless the need for such assistance is reasonably determined by the CITY to be caused by the CONSULTANT (e.g. defective plans and/or specifications which inhibit contractors from submitting Boynton Beach Utilities - General Consulting Services C-9 V.5 CLEAN FINAL Page 743 of 985 proposals) in which event there shall be no additional cost for the provision of such services. 4+ Preparing to serve or serving as a CONSULTANT or witness for the CITY in any litigation, arbitration or other legal or administrative proceeding. Additional services in connection with a project not otherwise provided in this Agreement. �• Services in connection with a project not otherwise provided for in this Agreement. ❖ Services in connection with a field order or change order requested by the CITY. +: Providing artwork, models, or renderings as requested by the CITY. 1.3.2 When required by the Construction Contract documents in circumstances beyond the CONSULTANT'S control, and upon the CITY'S authorization, it will furnish the following additional services. ❖ Services in connection with work changes necessitated by unforeseen conditions encountered during construction. Services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of claims submitted by Contractor, except to the extent such claims are caused by the errors or omissions of the CONSULTANT. Additional or extended services during construction made necessary by 1) work damaged by fire or other cause during construction, 2) a significant amount of defective or negligent work of any contractor, 3) acceleration of the progress schedule involving services beyond normal working hours, or 4) default by any contractor; provided however, if a fire occurs as a direct result of errors or omissions in the design by the CONSULTANT or if the CONSULTANT fails to notify the Contractor of the deficient quality of their workmanship pursuant to CONSULTANT'S duties as described in the Contract Documents, the CONSULTANT'S additional services shall be deemed part of Basic Services and compensated as such. Services in connection with any partial utilization of any part of a project by the CITY prior to Substantial Completion. Services to evaluate the propriety of substitutions or design alternates proposed by the Contractor and involving methods of construction, materials, or major project components either during bidding and/or Negotiation services or Construction Contract award. The cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. ❖ Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, unless such substitutions are due to a design error by the CONSULTANT in which case such services shall be deemed Basic Services. Except when caused by a design error by the CONSULTANT, the cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. Boynton Beach Utilities - General Consulting Services C-10 V.5 CLEAN FINAL Page 744 of 985 1.4 CITY'S RESPONSIBILITIES 1.4.1 The CITY shall do the following in a timely manner so as not to delay the services of the CONSULTANT: 1.4.1.1 Designate in writing a person or persons to act as the CITY'S representative with respect to the services to be rendered under this Agreement. Such person(s) shall have complete authority to transmit instructions and receive information with respect to the CONSULTANT'S services for a particular project. The CITY may have multiple CITY Representative(s) or project managers during the performance of this AGREEMENT based on the specific task orders/written task orders from each of the Scope Categories. 1.4.1.2 Provide all criteria and full information as to the CITY'S requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. 1.4.1.3 Assist the CONSULTANT by providing at the CONSULTANT'S request all available information pertinent to the Project including previous reports and any other data relative to design or construction of the project. 1.4.1.4 Furnish to the CONSULTANT, if required for the performance of CONSULTANT'S services (except where otherwise furnished by the CONSULTANT as Additional Services), the following: 1.4.1.5 Data prepared by, or services of others, including without limitations borings, probings and subsurface explorations, hydrographic surveys, laboratory tests and inspection of samples, materials and equipment; 1.4.1.6 Appropriate professional interpretations of all of the foregoing; 1.4.1.7 Environmental assessment and impact statements; 1.4.1.8 Property, boundary, easement, right-of-way, topographic and utility surveys; 1.4.1.9 Property descriptions; 1.4.1.10 Zoning, deed and other land use restrictions; 1.4.1.11 Approval and permits required in the CITY'S jurisdiction and those from outside agencies unless such approvals and permits are the responsibility of the CONSULTANT; and 1.4.1.12 Arrange for access to make all provisions for the CONSULTANT to enter upon the CITY'S property as required for the CONSULTANT to perform services under this Agreement. 1.4.1.13 Consistent with the professional standard of care and unless otherwise specifically provided herein, CONSULTANT shall be entitled to rely upon the accuracy of data and information provided by the CITY or others without independent review or evaluation. Boynton Beach Utilities - General Consulting Services V,5 CLEAN FINAL C-11 Page 745 of 985 1.5 SEQUENCE OF EVENTS 1.5.1 Following receipt of any task order/written task order, the CONSULTANT shall submit to the CITY, at least five (5) days prior to actual commencement of services, a schedule of services and expenses for approval by the CITY before any services commence. The CITY reserves the right to make changes to the sequence as necessary to facilitate the services or to minimize any conflict with operations. 1.5.2 Task orders will be issued to the CONSULTANT in the order in which the CITY wishes, and shall be performed and completed in the order they are issued, unless otherwise specifically permitted by the CITY. Minor adjustments to the timetable for completion approved by the CITY in advance, in writing, shall not constitute non-performance by CONSULTANT pursuant to this Agreement. 1.5.3 Proposals received by CONSULTANT as a result of task order/written task order that exceeds $25,000 in cost will require approval from CITY Commission before execution of services in accordance with the CITY'S Procurement Administrative Policy. 1.5.4 When the CITY issues task orders to the CONSULTANT, each authorization shall contain a stated completion schedule. If caused by the negligent errors or omissions of CONSU LTANT,fai lure of the CONSULTANT to meet the stated schedule shall constitute a default for which payment for services may be withheld until default is cured. Time extensions will be reviewed upon request for extenuating circumstances. 1.5.5 It is anticipated and intended that the CONSULTANT will be authorized to begin new task orders on a "rolling" basis, as some already assigned task orders near timely completion. if a subsequent Task Order is issued to the CONSULTANT before it has completed the current task order, the completion date for each Task Order will remain independent of each other so that the CONSULTANT will prioritize the uncompleted Task Order from the first Task Order and finish as soon as practical. Failure to complete the "older" task orders in a timely manner, may adversely impact upon continued early authorization to start a subsequent work. 1.5.6 When the CONSULTANT has exceeded the stated completion date including any extension for extenuating circumstances which may have been granted, a written notice of Default will be issued within seven (7) days of the date that the default became active with a requirement of seven (7) days to cure said default, to the CONSULTANT and payment for services rendered shall be withheld until such time that tho CITY has determined that default has been cured. 1.5.7 Should the CONSULTANT exceed the assigned completion time, the CITY reserves the right not to issue to the CONSULTANT any further task orders until such time as it is no longer in default, and the CONSULTANT has demonstrated to the CITY'S satisfaction, the reasons for tardy completion Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL G-12 Page 746 of 985 have been addressed and are not likely to be repeated in subsequent task orders. This restricted issuance provision may result in the CONSULTANT not being issued all of the planned work the CITY anticipated in this Agreement. The CONSULTANT shall have no right to the balance of any work, or to any compensation associated with these non -issued task orders due to the CONSULTANT being rendered in default. 1.5.8 Should the CONSULTANT remain in default for a period of fifteen (15) consecutive calendar days beyond the time frame provided in Paragraph 1.5.6 the CITY may at its sole option retain another CONSULTANT to perform any work arising out of this Agreement and/or terminate this Agreement. 1.6 DEFINITION OF DEFAULT 1.6.1. An event of default shall mean a material breach of this Agreement . Without limiting the generality of the foregoing and in addition to those instances referred to as a material breach, an event of default shall include the following: + CONSULTANT has not performed services on a timely basis due to CONSULTANT'S negligent errors or omissions; CONSULTANT has refused or failed to supply enough properly skilled personnel; CONSULTANT has failed to make prompt payments to SUB - CONSULTANTS or suppliers for any services after receiving payment from the CITY for such services or supplies; CONSULTANT has failed to obtain the approval of the CITY where required by this Agreement; CONSULTANT has refused or failed to provide the services as defined in this Agreement; CONSULTANT has filed bankruptcy or any other such insolvency proceeding and the same is not discharged within ninety (90) days of such date. CITY has failed to make payments to CONSULTANT in accordance with the requirements of this Agreement 1.6.2 In the event of Default, the CONSULTANT shall be liable for all damages resulting from the Default including: The difference between the amount that has been paid to the CONSULTANT and the amount required to complete the CONSULTANT'S work, provided the fees by the firm replacing the CONSULTANT are reasonable and the hourly rates do not exceed the CONSULTANT'S rates. This amount shall also include procurement and administrative costs incurred by the CITY. In the event of default by the City, CONSULTANT may suspend the Work pending receipt of such payment. Boynton Beach Utilities - General Consulting Services V.5 CLF,AN FINAL C-13 Page 747 of 985 1.6.3. The CITY may take advantage of each and every remedy specifically existing at law or in equity. Each and every remedy shall be in addition to every other remedy given or otherwise existing, and may be exercised from time to time and as often and in such order as may be deemed expedient by the CITY. The exercise or the beginning of the exercise of one remedy shall not be deemed to be a waiver of the right to exercise any other remedy, The CITY'S rights and remedies as set forth in this Agreement are not exclusive and are in addition to any other rights and remedies available to the CITY in law or in equity. ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial two (2) years, commencing at the execution of the contract, and the City reserves the right to unilaterally renew the contract for three (3) additional one (1) year periods under the same terms, conditions. The CONSULTANT understands and acknowledges that the Services to be performed during the two (2) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the CONSULTANT. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY'S discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the giving of written notice by the CITY to the CONSULTANT by way of an executed task order and resultant task order. CONSULTANT shall perform all services and provide all work product required pursuant to this Contract and the specific task order by the Sequence of Events, or unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 The CONSULTANT shall be paid by the CITY for completed work and for services rendered under this agreement as follows: Payment for the work provided by CONSULTANT shall be made in accordance with the Fee Schedule as provided in Exhibit "A" attached hereto. Payment as provided in this Section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. �:• Compensation for sub -CONSULTANTS will be negotiated based on each task order. Compensation will be through a direct mark-up in Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-14 Page 748 of 985 accordance with the Schedule of Professional Fees attached hereto. Sub -consulting services shall be approved by the CITY'S representative prior to performance of the sub -consulting work. Consulting time for processing and management of the sub - CONSULTANT shall not be included in direct costs as the direct mark- up is applied for management efforts. :• The CONSULTANT may submit vouchers to the CITY once per month during the progress of the Work for partial payment for project completed to date. Such vouchers will be verified by the CITY, and upon approval thereof, payment will be made to the CONSULTANT in the amount approved. In certain cases where incremental billing for partially completed Work is permitted by the CITY'S representative, the total incremental billings shall not exceed the percentage of estimated completion of identifiable deliverables or accepted deliverables as of the billing date. ❖ Computation of Time Charges/Not-to-Exceed Method of Payment: When a service is to be compensated based on time charge/not-to- exceed method, the CONSULTANT shall submit a not -to -exceed proposal to the CITY'S representative for prior approval based on estimated labor hours and hourly rates which shall not exceed the established hourly rates as per the Schedule of Professional Fees attached hereto, plus sub -CONSULTANT services and other related costs supporting the proposed work. The CITY shall not be obligated to reimburse the CONSULTANT for costs incurred in excess of the total not -to -exceed cost amount. Final payment of any balance due the CONSULTANT of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the Work under this Agreement and its acceptance by the CITY, which shall occur no later than 30 days following receipt of the invoice. Final Invoice: In order for both parties herein to close their books and records, the CONSULTANT will clearly state "final invoice" on the CONSULTANT'S final/last billing to the CITY. The final invoice certifies that all services have been properly performed and all charges and costs have been invoiced to the CITY. Since this account will thereupon be closed, and any other further charges if not properly included on this invoice are considered waived by the CONSULTANT. ❖ The cost of all services as stated herein shall remain fixed and firm for the initial two (2) year period of the contract. Costs for subsequent years and any extension terms shall be subject to an adjustment only if increases incur in the industry. However, unless very unusual and significant changes have occurred in the industry, such increases shall not exceed 5% per year, or whichever is less, the latest yearly percentage increase in the All Urban Consumers Price Index (CPI -U) (National) as published by the Bureau of Labor Statistics, U.S. Boynton Beach Utilities - General Consulting Services C-1 5 V.5 CLEAN FINAL Page 749 of 985 Department Labor. The yearly increase, or decrease in the CPI shall be the latest index published and available ninety (90) days prior to the end of the contract year then in effect, compared to the index for the same month one (1) year prior. Any requested cost increase shall be fully documented and submitted to the CITY at least sixty (60) days prior to the contract anniversary date. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or industry costs decline, the CITY shall have the right to receive from the CONSULTANT, a reasonable reduction in costs that reflect such changes in the industry. B• The CITY may after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient, In the event the CITY does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the CITY, the Contract may be cancelled by the CITY upon giving thirty (30) calendar days written notice to the CONSULTANT ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this Contract the documents shall be the property of the CITY whether the Project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design features on other projects. The CONSULTANT shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with CONSULTANT'S endeavors. Any use of the documents for purposes other than as originally intended by this Contract, without the written consent of CONSULTANT, shall be at the CITY'S sole risk and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Contract shall remain in full force and effect only as long as the expenditures provided in the Contract have been appropriated by the City Commission of Boynton Beach in the annual budget for each fiscal year of this Contract, and is subject to termination based on lack of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Contract and that it will retain and assign qualified professionals to all assigned projects during the term of this Contract. CONSULTANT'S services shall meet a standard of care for professional engineering and related services equal to the standard of care for engineering professional practicing under similar conditions. In submitting its response to the RFQ, CONSULTANT has represented to CITY that certain individuals employed Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-16 Page 750 of 985 by CONSULTANT shall provide services to CITY pursuant to this Contract. CITY has relied upon such representations. Therefore, CONSULTANT shall not change the designated Project Manager for any project without the advance written approval of the CITY, which consent shall not be unreasonably withheld. ARTICLE S - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Contract, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Contract, shall review and comply with laws, regulations, codes and standards in effect as of the date of this agreement that are applicable to CONSULTANT'S services and shall exercise professional care and judgment to comply with requirements imposed by governmental authorities having jurisdiction over the project. Should changes in any law, ordinance, or regulation result in increased costs or delays to services rendered, both parties agree to an equitable adjustment to schedules and prices. ARTICLES - INDEMNIFICATION 9.1 Subject to the limiting provisions of Florida Statute 725.08, CONSULTANT shall indemnify, and hold harmless the CITY, its offices, agents and employees, from and against any and all losses, or any portion thereof, including reasonable attorneys' fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT'S own employees, or damage to property to the extent caused by negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or other persons employed or utilized by CONSULTANT in performance of CONSULTANT'S duties. Neither party to this Contract shall be liable for any special, incidental, indirect or consequential damages of any kind, including but not limited to lost profits or use that my result from this Contract or out of the services or goods furnished hereunder. 9.2 To the greatest extent permitted pursuant to Section 725.06, Florida Statutes, CONSULTANT's indemnification obligation (when providing services to CITY) shall not exceed the value of CONSULTANT's total compensation. Such obligation shall not be construed to negate, abridge or otherwise reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Article. PURSUANT TO FLORIDA STATUTE, NO INDIVIDUAL DESIGN PROFESSIONAL EMPLOYED BY OR ACTING AS AN AGENT OF CONSULTANT MAY BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM THE NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT Boynton Beach Utilities - General Consulting Services C-17 V.5 CLEAN FINAL Page 751 of 985 ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide certificates of insurance evidencing such coverages and limits, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Contract, Worker's Compensation insurance covering all employees with limits meeting all applicable state and federal laws. CONSULTANT shall include the Worker's Compensation and Employer's Liability Insurance requirements in its subcontracts. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub - CONSULTANT that does not have their own Worker's Compensation and Employer's Liability Insurance, unless not required by statute. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors, Products Completed Operations and Contractual Liability with specific reference of Article 9, "Indemnification" of this Contract. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from CONSULTANT'S negligent performance of this Agreement. CONTRACTOR shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrence/aggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY, except for cancellation due to non-payment of premium. 10.1.3 Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non -owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per claimlaggregate. Boynton Beach Utilities - General Consulting Services C-18 V.5 CLEAN FINAL Page 752 of 985 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub - CONSULTANTS comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY'S written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above if coverage is not otherwise renewed for Comprehensive Liability Insurance on a claims -made policy only. ARTICLE 11 - INDEPENDENT CONTRACTOR 11.1 The CONSULTANT and the CITY agree that the CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Contract. Nothing in this Contract shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Contract. The CITY shalt not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. 11.2 CONSULTANT acknowledges and understands that, as an independent CONSULTANT pursuant to this Agreement, CONSULTANT shall comply with Chapter 119, Florida Statutes, as amended (Public Records). CONSULTANT'S obligation includes, but is not limited to CONSULTANT'S obligation to preserve public records and make public records available to third parties in addition to the CITY. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the CITY shall have the right to annul this Contract without liability or, in its discretion to deduct from the contract Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-19 Page 753 of 985 price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — TRUTH -IN -NEGOTIATION CERTIFICATE 13.1 Execution of this Contract by the CONSULTANT shall act as the execution of a truth -in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Contract is accurate, complete, and current as of the date of the Contract. 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside CONSULTANTS. The City shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - 14.1 The CITY reserves the right to accept the use of a SUB -CONSULTANT or to reject the selection of a particular sub -CONSULTANT and to inspect all facilities of any SUB -CONSULTANTS in order to make a determination as to the capability of the SUB -CONSULTANT to perform properly under this contract. The CONSULTANT is encouraged to seek local vendors for participation in subcontracting opportunities. If the CONSULTANT uses any sub CONSULTANTS on this project the following provisions of this Article shall apply: 14.2 If a SUB -CONSULTANT fails to perform or make progress, as required by this Contract, and it is necessary to replace the SUB -CONSULTANT to complete the work in a timely fashion, the CONSULTANT shall promptly do so, subject to acceptance of the new SUB -CONSULTANT by the CITY. The substitution of a subcontractor shall not be adequate cause to excuse a delay in the performance any portion of this contract as set forth in the Scope of Work. 14.3 The CONSULTANT, its SUB -CONSULTANTS, agents, servants, or employees agree to be bound by the Terms and Conditions of this Contract and it's agreement with the SUB -CONSULTANT for work to be performed for the City the CONSULTANT must incorporate the terms of this contract. ARTICLE 15 - DISCRIMINATION PROHIBITED 15.1 The CONSULTANT, with regard to the work performed by it under this Contract, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. ARTICLE 16 - ASSIGNMENT 16.1 The CONSULTANT shall not sublet or assign any of the services covered by this Contract without the express written consent of the CITY. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-20 Page 754 of 985 ARTICLE 17 - NON -WAIVER 17.1 A waiver by either CITY or CONSULTANT of any breach of this Contract shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 18 — TERMINATION 18.1 Termination for Convenience: This Contract may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Contract or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. 18.2 Termination for Default: In addition to all other remedies available to the CITY, this Contract shall be subject to cancellation by the CITY for cause, should the CONSULTANT neglect or fail to perform or observe any of the material terms, provisions, conditions, or requirements herein contained, if such neglect or failure continue for a period of thirty (30) days after receipt by CONSULTANT of written notice of such neglect or failure. In the event of non-payment of other material breach of this Contract by CITY, the Contract is subject to cancellation by CONSULTANT should such condition continue for a period of thirty (30) days after receipt by CITY of written notice of breach. ARTICLE 19 — DISPUTES AND VENUE 19.1 Any dispute arising out of the terms or conditions of this Contract shall be adjudicated within the courts of Florida. Further, this Contract shall be construed under Florida Law. Claims, disputes or other matters in question between the parties to this Contract arising out of or relating to this Contract shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Contract. The parties agree that any action arising out of this Contract shall take place in Palm Beach County, Florida. ARTICLE 20 — UNCONTROLLABLE FORCES 20.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Contract if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Contract and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and Boynton Beach Utilities - General Consulting Services G-21 V.5 CLEAN FINAL Page 755 of 985 governmental actions. In such circumstances, parties agree to an equitable adjustment of schedules and prices. 20.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non- performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Contract. ARTICLE 21 — CITY -PROVIDED INFORMATION AND SERVICES 21.1 CITY shall furnish CONSULTANT available studies, reports and other data pertinent to CONSULTANT'S services; obtain or authorize CONSULTANT to obtain or provide additional reports and data as required; furnish to CONSULTANT services of others required for the performance of CONSULTANT'S services hereunder, and CONSULTANT shall be entitled to use and rely upon all such information and services provided by CITY or others in performing CONSULTANT'S services under this Agreement. ARTICLE 22 — ESTIMATES AND PROJECTIONS 22.1 In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, CONSULTANT has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, CONSULTANT makes no warranty that CITY'S actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projections, or estimates. ARTICLE 23 — THIRD PARTIES 23.1 The services to be performed by CONSULTANT are intended solely for the benefit of CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on CONSULTANT'S performance of its services hereunder, and no right to assert a claim against CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of CONSULTANT'S services hereunder. ARTICLE 24 -.NOTICES 24.1 All notices required in this Contract shall be sent to the CITY and shall be mailed to: copy to: Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C"22 Page 756 of 985 City of Boynton Beach Attn: Utilities Director 124 E. Woolbri ht Road Boynton Beach, FL 33435 City of Boynton Beach Attn: Procurement Services P.O. Box 310 Boynton Beach, FL 33425 And Notices to CONSULTANT, shall be sent to the following address: CDM Smith Inc. Attn: Suzanne Mechler, P.E. 621 NE 53rd Street Suite 265 Boca Raton, FL 33487 ARTICLE 25 - INTEGRATED AGREEMENT 25.1 This Contract, together with the RFQ/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Contract may be amended only by written instrument signed by both CITY and CONSULTANT. 25.2 In the event of a conflict between a provision of this Agreement and a provision of an individual Task Order, the provision of the Task Order will control. ARTICLE 26 - SOVEREIGN IMMUNITY 26.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Contract, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Contract, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitatlon from liability provided to the State's subdivisions by state law. 26.2 In connection with any litigation or other proceeding arising out of the Contract, the prevailing party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post judgment proceedings. CITY'S liability for costs and attorney's fees, however, shall not alter or waive CITY'S entitlement to sovereign immunity, or extend CITY'S liability beyond the limits established in Section 768.28, Florida Statutes, as amended. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-23 Page 757 of 985 ARTICLE 27 — PUBLIC RECORDS 27.1 The City is public agency subject to Chapter 119, Florida Statutes, The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY'S custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY'S custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK) P.O. BOX 310 BOYNTON BEACH, FLORIDA, 33425 561-742-6061. PYLEJ(7,BBFL.US Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-24 Page 758 of 985 Article 28 - LIMITATION OF LIABILITY THE PARTIES HAVE EVALUATED THE RESPECTIVE RISKS AND REMEDIES UNDER THIS AGREEMENT AND AGREE TO ALLOCATE THE RISKS AND RESTRICT THE REMEDIES TO REFLECT THAT EVALUATION. CITY AGREES TO RESTRICT ITS REMEDIES UNDER THIS AGREEMENT AGAINST CONSULTANT, ITS PARENTS, AFFILIATES AND SUBSIDIARIES, AND THEIR RESPECTIVE DIRECTORS, OFFICERS, SHAREHOLDERS AND EMPLOYEES, ("CONSULTANT'S COVERED PARTIES"), SO THAT THE TOTAL AGGREGATE LIABILITY OF THE CONSULTANT'S COVERED PARTIES SHALL NOT EXCEED THE VALUE OF CONSULTANT'S SERVICES UNDER THE ASSIGNED TASK ORDER. THIS RESTRICTION OF REMEDIES SHALL APPLY TO ALL SUITS, CLAIMS, ACTIONS, LOSSES, COSTS (INCLUDING ATTORNEY FEES) AND DAMAGES OF ANY NATURE ARISING FROM OR RELATED TO THIS AGREEMENT WITHOUT REGARD TO THE LEGAL THEORY UNDER WHICH SUCH LIABILITY IS IMPOSED. CLAIMS MUST BE BROUGHT WITHIN ONE CALENDAR YEAR FROM PERFORMANCE OF THE SERVICES UNLESS A LONGER PERIOD IS REQUIRED BY LAW. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this )0 day of t -moo CITY OF BOYNTONB!E,A/CH City Manager Attest/Authenticated: Title City erk Approved to Fo Offi of the Cit Attorn Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL 20/x. , n"I� - C NSULTANT 'j �`\�QgNlrk%C� Zip 1970 = arat•• ; * aW Attest/Authenticated: T,..k ,t6, Secretary d C-25 Page 759 of 985 EXHIBIT "A" FEE SCHEDULE FIRM: CDM SMITH INC. DATE: March 19, 2018 Personnel Classifications Hourly Rate Principal $270.00 Project Manager $250.00 Senior Engineer $220.00 Process Engineer $220.00 Sr Electrical Egn. $230.00 Elec. Egn. $160.00 Process Control/Inst. Egn. $210.00 Sr. Mechanical Engineer $230.00 Mechanical Engineer $160.00 Engineer $160.00 Designer $140.00 GIS Specialist $180.00 CADD/Technician $140.00 Public Relations Specialist $150.00 Construction Inspector $165.00 Sr. Rate analyst $240.00 Clerical/Administrative $120.00 Reimbursable Expenses: Direct costs such as postage, prints, delivery service will be billed at cost. Boynton Beach Utilities - General Consulting Services V.5 CI.,EAN FINAL C-2fi Page 760 of 985 EXHIBIT "B" City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by AM, Best Co. of `B+" or higher. (NOTE do insurance contract or binder enay be accepted as proofof insurance if Certificate is provided upon selection of vendor,) The following is a list of types of insurance required of contractors, lessees, etc., and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) TYPE (Occurrence Based Only) General Liability Commercial General Liability Owners & Contractor's Protective (OCP) Liquor Liability Professional Liability Employees & Officers Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability MINIMUM LIMITS REQUIRED General Aggregate $ 1,000,000.00 Products-Comp/Op Agg. $ 1,000,000.00 Personal & Adv. Injury S 1,000,000.00 Each Occurrence $ 1,000,000.00 Fire Damage (any one fire) S 50,000.00 Med. Expense (any one person) $ 5,000.00 Automobile Liability Combined Single Limit $ 500,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50,000.00 Non -Owned Autos PIP Basic Internodal ---------------------------------------------------------------------------------------------------------------------------------- Garage Liability Auto Only, Each Accident $ 1,000,000.00 Any Auto Other Than Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1,000,000.00 Aggregate $ 1,000,000.00 ------------------------------- ..-_--------------------------------------------------------------------------- Excess Liability ----- Each Occurrence ----------------- to be determined Umbrella Form Aggregate to be determined ---------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit $ 500,000.00 ---------------------------------------------------------------------------------------------------------------------------------- Disease Each Employee $ 100,000.00 Property Homeowners Revocable Permit $ 300,000.00 Builder's Risk -------------------------------------------------------- Limits based on Project Cost --------------------------------------------------------------- Other - As Risk Identified -------------------------------------------------------------------------------------------------------------- ------ _--------------------- to be determined Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-27 Page 761 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS Date;I Name of Firm: Office Location: 1. 1 Service: I (Check One) p Plarmin /Study Activity, Re ortOther ❑ Design/Engineering Services/Preliminary Bid Document ❑ Finat Document/Bidding/Contractor Award ❑ Construction Phase/Completion 2. Name ofPraject: 3. Project Manager: CONSTRUCTION CONTRACT DATA 5. a. Engineer's estimate: $ Final Cost: $ b. Substantial Construction Completion Date: c. Final Construction Completion Date: 6. Overall Rating Check One ❑ Unsatisfactory ❑ Poor ❑ Fair ❑ Good ❑ Excellent 7. Recommended for Future Contracts? 1 ❑ I Yes 1 ❑ No ❑ Conditional If other than yes, provide detailed explanation on a separate sheet of paper, 8. Name title and office ofrating officer e.. Utilities Director): 9, Signature ofratinofficer: Boynton Beach Utilities - General Consulting Services V.5 CLF. AN FINAL C"28 Page 762 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) DESIGN/ENGINEERING SERVICES AND PRELIMINARY BID DOCUMENT PREPARTION PHASE Rate numerically 1 to 5 with 5 beina the hiahpsf ccnrp nun 1. Thorou h site investigation 1 12 3 4 15 2. Meeting cost limitations 1 12 3 4 5 3. Design/results suitability 1 2 3 4 5 4. Cooperative & responsive 1 2 3 4 5 5. Timeliness of submissions 1 2 3 4 5 6. *Plans clear/detailed 1 2 3 4 5- 7. *Plan/s ec accuracy 1 2 3 14 5 *Preliminary administrative/limited staff review/evaluation of levels of clarity, accuracy, and coordination between disciplines. Name and title of ratin officer (e.g. Utilities Director): Signature of rating officer: FINAL DOCUMENT PREPARATION, BID, & AWARD BY CONSULTANT Rate numerically 1 to 5 with 5 being the highest score N/A 1. Secs afford competition 1 12 3 4 15 2. Secs complete/thorough 1 12 3 4 5 3. Accuracy of documents 1 2 3 4 5 4. Requirements within engineers estimate 1 2 3 4 5 5. Cooperative attitude 1 2 3 4 5 6. Timeliness of submissions 1 2 3 4 5 7. Pre-bid conference participation 1 2 3 4 5 8. Respons to inquiries 1 2 3 4 5 9. Bid evaluation ualit /timelinesstt 3 4 5 10. Res onse to buildin & ermittin a encies 3 4 5 11. Addendum re aration & ermita lications 3 4 5 Name and title of rating officer (e.g. Utilities Director): rn Signature of rating officer: Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-29 Page 763 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) CONSTRUCTION PHASE COMPLETION Name and title of rating officer (e.g. Utilities Director): Si nature of rating officer: Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C -3U Page 764 of 985 Rate numerically 1 to 5 with 5 being the hi hest score N/A 1. Drawings Reflect True Conditions 1 12 3 4 5 2. Plans/Specs Accurate/Coordinated 1 2 3 4 5 3. Design Constructability 1 2 3 4 5 4. Timeliness/Quality of Processing Submittals 1 2 3 4 5 5. Product/E ui ment Selection Availability 1 2 3 4 5 6. Field Consultation and Investigations 1 2 3 4 5 7. Quality of Support Services 1 2 3 4 5 8. Overall Construction Contract Administration 1 2 3 4 5 9. Project Closeout Documentation Review 1 2 3 4 5 10. Validity of Claims for Extra Costs 1 2 3 4 5 11. Did Consultant provide sufficient copies of signed plans to allow for timely review and approval by all Permitting Agencies? 1 2 3 4 5 12. Did the Consultant actively participate in overcoming problems with the Contractor, Building Officials and/or Regulatory Agencies? 1 2 3 4 5 13. Change Order Processing (Accuracy, Timeliness, Documentation, etc. 1 2 3 4 5 14. Did the Consultant exercise adequate/effecting coordination and control of subconsultant(s) or associates work and paperwork? 1 2 3 4 5 15. Proactive Participation in Resolution of Dispute(s)? I 1 1 2 3 14 1 5 Name and title of rating officer (e.g. Utilities Director): Si nature of rating officer: Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C -3U Page 764 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (continued) PLANNING/STUDY ACTIVITY, REPORT, OTHER Rate numerically 1 to 5 with 5 heinn the hinhpct senro NIA 1. Thorou h investigation of situation or activity 1 2 3 4 5 2. Cooperative attitude 1 2 3 4 15 3. Timeliness of submissions 1 2 3 4 15 4. Accuracy of documents 1 2 3 4 5 5. Did the Consultant offer cost saving solutions? 1 2 3 4 5 6. Did the Consultant actively participate in problem solvin ? 1 2 3 4 5 7. Overall results 1 2 3 4 5 Name and title of rating officer (e.q. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-31 Page 765 of 985 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 RESOLUTION NO. R18-103 A RESOLUTION OF THE CITY OF BOYNTON BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO SIGN INDIVIDUAL AGREEMENTS AS A RESULT OF RFQ NO. 046-2821-17/TP 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; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on March 6, 2018, the City Commission approved the list of top ranked proposers identified by the Evaluation Committees from responses received from RFQ No. 046-2821-17/TP for General Consulting Services; and WHEREAS, the City Commission of the City of Boynton Beach, upon recommendation of staff, hereby deems it to be in the best interests of the citizens and residents of the City of Boynton Beach, to approve and authorize the City Manager to sign individual as a result of RFQ No. 046-2821-17/TP 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. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON BEACH, FLORIDA, THAT: Section 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. Section 2. The City Commission of the City of Boynton Beach, Florida does hereby approve the following firms as being qualified to provide General Consulting Services and does authorize the City Manager to sign the individual contracts: C \Users\StanzioneT\AppData\local\Microsoft\Windows\Temporary Internet Files\Content.IE5\SATNOEVN\General_Consulting_Services_(2018)_ _Reso.docx Page 766 of 985 32 33 34 35 36 37 38 SCOPE CATEGORY A Water Plant Modifications, Capacity and Operation Evaluation Carollo En ineers,lnc. CH2MHill Engineers, Inc. Globaltech, Inc. SCOPE CATEGORY B Infrastructure Improvements and Evaluations Carollo En ineers,lnc. Arcadis U.S., Inc. AEC—OM Technical Services, Inc. CDM Smith, Inc. SCOPE CATEGORY C Ancillary Studies and Services Carollo En ineers,lnc. CDM Smith, Inc. Globaltech, Inc.. SCOPE CATEGORY D Transportation Services Kimle -Horn and Associates, Inc. Calvin, Giordano & Assoc., Inc. Mathews Consulting SCOPE CATEGORY E Architectural and Landscape Design Services Gentile Glas Holloway O'Mahoney & Assoc., Inc. Alexis Knight Architects, Inc. West Architecture + Design, LLC Section 3. This Resolution shall become effective immediately upon passage. {Remainder of page intentionally left blank) C:\Users\StanzioneT\AppData\Local\Microsoft\Windows\Temporary Internet Files\Content.IE5\SATNOEVN\General_Consulting_Services_(2018)_ _Reso.docx Page 767 of 985 PASSED AND ADOPTED this 7 1 day of August, 2018. CITY OF BOYNTON BEACH, FLORIDA YES NO Mayor — Steven B. Grant Vice Mayor— Christina L. Romelus Commissioner — Mack McCray Commissioner — Justin Katz Commissioner — Joe Casello VOTE ATTEST: 4, e: 1(u.0 X 4 Juh A. Pyle, CNfV C y Clerk (Corporate Seal) C:\UserstStanzioneTAppData\Local\Microsoft\Windows\Temporary Internet Files\Content.IE5\SATNOEVN\General Consulting_Services_{2018}_-_Reso.docx Page 768 of 985 Coversheet City of Boynton Beach Agenda Item Request Form Commission Meeting Date: 8/4/2020 Page 1 of 2 7.A. Consent Bids And Purchases Over $100,000 8/4/2020 Requested Action by Commission: Approve the extension for RFPs/Bids and/or piggybacks for the procurement of services and/or commodities as described in the written report for August 4, 2020 -"Request for Extensions and/or Piggybacks Over $100,000." 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 SOLICITATION RENEWAL AMOUNT OF NUMBER TERM SOLICITATION Caler, Donten, Financial Auditing 072-1410-17/IT November 17, $106,725 Levine, Cohen, Services 2020 to Porter & Veil, November 16, P.A. 2022 Calvin General 046-2821-17/TP August 20, Varies by Giordano & Engineering 2020 thru department Associates; Consulting August 19, CDM Smith, Services 2021 Inc.; Kimley- Horn & Associates; August 22, Alexis Knight 2020 thru Architects; August 21, Carollo 2021 Engineers, Inc.; CH2M Hill Engineers, Inc.; September 7, West 2020 thru Architecture + September 6, Design, LLC; 2021 Globaltech, Inc How will this affect city programs or services? This renewal report will be used for those solicitations, contracts/agreements and piggy -backs that are renewed/extended with the same terms and conditions and pricing as the initial award. Fiscal Impact: 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: Strategic Plan Application: Climate Action: Climate Action Discussion: Is this a grant? https:llboyntonbeach.novusagenda.com/AgendaPublicICoverSheet.aspx?ItemlD=7844&M... PWb(ZM of 985 Coversheet Grant Amount: ATTACHMENTS: Type O Adderidurn a Add..endurn .......... 0 AfJdendurn 0 Aclderwdurn ........... I 0 Adder�d urn ........... 13 A(,kandunri 0 Addenclurn Page 2 of 2 Description REQUEST FORBID EXTENSIONS Over $100k August 4 2020 SIGNED Letter -Alexis Knight SIGNED Letter- Calvin, Giordano SIGNED Letter- Carollo SIGNED Letter- CDLCPA SIGNED Letter- CH2M SIGNED Letter- Kimley Horn SIGNED Letter- West Architecture SIGNED Letter- Globaltech https:llboyntonbeach.novusagenda.comlAgendaPublielCoverSheet.aspx?ltemlD=7844&M... Rb2jd2VZ0 of 985 Requested Action by Commission: Approve the purchase of 47 sets of firefighting bunker gear, at a discounted price of $132,634.00 via the Lake County Contract. The Lake County Contract meets the City's competitive bid requirements. Explanation of Request: This is a budgeted item for the fire department bunker gear replacement program. How will this affect city programs or services? Will help protect our firefighters. Fiscal Impact: Budgeted The cost of this gear was planned for in this budget year. Under the Lake County contract the vendor offers BBFR a 44% discount off retail due to being a repeat and high-volume purchaser. The vendor has given BBFR an additional 5% discount off the Lake County contract for this purchase. Alternatives: None. Strategic Plan: Strategic Plan Application: This purchase is part of the Fire Department's Strategic Plan with respect to ensuring each firefighter has 2 sets of fire gear, to comply with National Fire Protection and best industry standard practices for cancer prevention. Climate Action Application: N/A Is this a grant? No Grant Amount: Contracts Vendor Name: Bennett Fire Products inc. Start Date: 7/1/2017 End Date: 6/30/2021 Contract Value: Depends on items purchased Page 771 of 985 Minority Owned Contractor?: No Extension Available?: Yes Extension Explanation: There is a 1 year extension built into to the contract with a final expiration of 6-30-22 Attachments: Type QL.aiOtE)s Riggy lBack Description IF:::liir'E) (.,) sa i qUiOtE) 1.....a kE) COLAII'aity Coir:tira ct Page 772 of 985 E Quotation Bennett Fire Products Co., Inc. www.BennettFireProducts.co February 1, 2021 Chief Bruder Boynton Beach Fire Rescue 2080 High Ridge Road Boynton Beach, FL 3342 Price quote is valid until June 30, 2 02 1. Discounts in reference to Lake County, FL Contract 17-0606, expires June 30, 2021, 44% from manufacturer's current 2020 list price plus 3% price increase for 2021 for Globe Gxtreme 3.0 and GPS Trousers. Globe Price Lists dated 1/1/2020 are in effect at time of Lake County Contract/quotation. Contract may be viewed in its entirety at 'WWW.lakecounLLI gov. To find information regarding this contract, follow the instructions below. Globe Gxtreme 3.0 Jacket per BBFR specifications, plus flag on sleeve and Fire Department patch Retail Price - $2,868.69 each Lake County Contract Discount — 44% - $1,606.47 each Boynton Beach Volume Discount Price - $1,520. 00 each For 47+ jackets purchased at one time: 47 @ $1,463. 00 = $68,761. 00 Globe GPS Internal Harness Ready Trousers per BBFR specifications, plus emergency escape belt Retail Price - $2,664.76 each Lake County Contract Discount — 44% - $1,492.27 each Boynton Beach Volume Discount Price - $1,412. 00 each For 47+ trousers purchased at one time: 47 @ $1,359.00 = $63,8 73. 00 Total - $132,634. 00 Page 773 of 985 FOB Boynton Beach, FL Prices include shipping charges Delivery: 125-155 days after receipt of order Terms: net 30 days Thanks for giving us the opportunity to serve you! Bob Reardon, reardon7575@att.net, 561/644-5722 Instructions for downloading Lake County/Bennett Fire Products Company contract information: Visit the website www.lakecountyfl.gay. 1. View the left hand column, click on "Doing Business with Lake County". 2. View the left hand column, click on "View Term and Supplier Agreements". 3. Under the Search for Contracts space, type Bennett Fire 4. Contract 17-0606 will appear and the full contract or parts can be downloaded. If you have trouble finding the information you need regarding this contract, or if you need additional information, please contact Danny Bennett at bennettfire(2att.net or 770/402-9910. Page 774 of 985 COUNTY, FL REAL FLORIDA • REAL CLOSE MODIFICATION OF CONTRACT Modification Number:Four (4) Contract Number: 17-0606B Effective Date: 7/1/2021 Title: Fire E ui ment Parts Supplies, and Services Effective Date: July 1, 2417 Contracting Officer: Amy Munday Contractor Name and Address: E-mail: annlnday��lakecountyfl.go Telephone Number: (352) 343-9389 Name: Bennett Fire Products Co, Inc. Address: P.O. Box 2458 Issued By: Procurement Services City: Woodstock, GA 30188 Lake County Administration Building 315 W. Main St., Suite 441 ATTENTION: Dann Bennett y Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this form to Procurement Services within ten 10 days after receipt. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the original Contract. DESCRIPTION OF MODIFICATION:Extend contract one (1) year expiring June 30, 2022. CONTRACTOR SIG ATURE BLOCK LAKE COUNTY SIGNATUR E BLOCK Signature: Signature: Print Name: Q 4A 'Kelw e Print Name: Amy unday Title: lore Ole It Title: Contracting Officer Date: Date: January 21 2021 E-mail: A net Secondary E-mail: Distribution: Original — Bid Fife Copy — Contractor Contracting Officer PROCUREMENT SERVICES— DIVISION OF OFFICE OF MANAGEMENT AND BUDGET SERVICES P.O. BOX 7800.315 W. MAIN ST., TAVARES, FL 32778 • P 352.3-13.9839 • F 35.343.9473 Page 775 of 985 Board o fCcuniv Commissioners - wirmlakecouvve)fd.gov Fir, OWWW"Wele][1] IrITIMMIEW-W Modification Nurnber:Three (3) Contract Number: 17-060613 Effective Date: 6/30/2020 Title: Fire Equipment Parts -Supplies -Service Effective Date. July 1, 2017 Contracting Officer: Amy Munday Contractor Name and Address: E-mail': al —nn Llidin.�(Ath-1 Name: Bennett Fire Products Co., Inc. Telephone Number: (352) 343-9389 Address- P.O.Box 2458 Issued By: Procurement Services City: Woodstock, GA 3 Lake County Administration Building ATTENTION: Danny Bennett 315 W. Main St,, Suite 441 Tavares, Florida 32778-7800 INSTRUCTIONS: Contractor shall sign Signature Block showing acceptance of the below written modification and return this forst to Procurement Services within ten (10) lows after receilat. Once fully executed, a copy of this modification will be returned to the Contractor to attach to the orf incl Contract. DESCRIPTION OF MODIFICATION: Extend contract one (1) year - expiring June 30, 2021. AT CONT7RAC OR SIGIN'12URE BLOCK LAKE TY SIG RE BLOCK Signature: Signat Signature: Print Name- ame.. Print Name: re- :�, e6t Title: J e Title: Contracting Officer Date: Date: jK��,bevar q/ 2- 7.0 L I , E-mail: e- n4 P_ # A - Secondary E-mail: I -be nie— ebfe e_ I AA4; f -.O^ Distribution-. Original - Bid File Copy - Contractor Contracting Officer ( I tl FIC f.: f r MANAG0wiFNI AINDBUDGI:i SERVk- ��S I [XVISION 0� PO KA7800-35W PdAV14SFJAV)%RVS, &`1a"2778 1`352 'Y'4.31)839 -F 352394 3473 bo a r( I +'# ( 'o � In 11, ( ' ofn 1 n a 's 51 o , u'° r, " . I cw " , k3 A"'y 0 U I � 8'1 f7 g4)1, Page 776 of 985 LAKE COUNTY FC -0-- R 1—D -A' - MODIFICATION OF CONTRACT 1, Modification No,: 2 2. Contract No.; 17-0606B Effective Date: July 1, 2019 Effective Date: July 1, 2!017 3. Contracting Officer: Amy Munday 5. Contractor Name and Address., — Telephone Number: (352) 343-9765 Bennett Fire Products Company, Inc. 4. Issued By: P.O. Bo,x 2458 Procurement Services Woodstock, O.A. 30188, Lake County Administration Building Attn: Danny Bennett, President 315 W. Main St., Suite 441 Tavares. Florida 32778-7800 6. SPECIAL INSTRUCTIONS: Contractor is required to sign Block 8 showing acceptance of the below written modification and return -this form to address shown in Block 4 within ten (lQLdays after receipt, prefer, certified rtit_ I ed mail to ensure a system of positive receipts. Retain a—photocopy of the signed copy of this modification and attach to original of contract, which was previously provided, 7. DESCRIPTION OF MODIFICATION: Contract modification to extend for one (1) year, expiring June 30, 2020. Updated Pricing Forrns are also incorporated in this contract modification; please see attached. Title: 8. Contractor's Signature REQ 9. Lake C unty, F1 'da 4 AA Eefble-tf Name: By T Title.. itle: de A t n racting Officer I r -le 4 , 2- Date: �' 11 V Ae ) Date 10. Distribution., Original - Bid No. 17-0606B Copies - Contractor Contracting Officer Vie FS P.O BOX 78(10-315W.M,r%INST..,rAVARL",S. FL32778-P352,343.9831)- F351343.9473 ITM 0 1 ) I S t) L 1. 1 VA N SIAN M. IARKS, W1 N DY R r, R B 1, N N ILSI.11, C'k'�l r I 0�.' I low Iti,NKI Dj arh t j Mori'm I Dillrr.?3 Okfriet 4 Diifyirl ; Page 777 of 985 ATTACHMENT 2 -- PRICING ri oRm Cttrr<;nt brands in use by the Dire Rescue Division include the following. Nease complete the following information for those brands supported by your firm, Enter ••yes" or "no" for stocking; distribukir. If you represent other manufacturers for sirni lar Circ -related cquiptrtent, parts, or supplies not listed, please add the manufacturer and pricing information in the blank spaces at end of pricing table. prt&n1„.�/.3y.� "11'3k Yt_ Sh 3M COMPANY oUnL Fn�/■rl��4p{/3_i i (`a�f.�$ap�iJYY'l`n(Al� ani err�Ce'-. 4�' - 'tdf`ilYl Dlsttiiibtito�? . ABLE SHO MF ACTION All STOCK AIM AJAX AKRON BRAS5 ALI, AMERICAN FIRE HOSE ALLEN SYSTEMS ALOCOLITE. AM1I EX AMERICAN FIREWFAR ptal NoA9 wr�11 1 U S AMERICAN LAFRANCE ANGUS ANS UI FDAMS _ APPLECROFT 8 & B ENTERPRISES B10 S EMS BLACKINTON BADOES -- BOUTON CO ..., – .._.. BULLARI3 _ _.., CALIFORNIA MOUNTAIN —�-- CARNS BROTHER now&CaQASA45A 30 CAST PRODUCTS �en��� dive Prr�dv��5 Page 778 of 985 CHARKATE CHUBB (FOAM) CHURCtI VILLE CIRCUL AIR COLI; 3 COLLIN AXES COLLINS DYNAMICS (ROM CORP COUNCIL TOOLS CUITERS EDGE. CW NEIL,SI,N DARLEY & CO DAVID CLARK DIS SMITH INDIAN TANKS DICKE TOOL DRAEGER ENGINEERED SOLUTIONS DRFXEL DUO SAFETY EDISON EDWARDS AND CROMWELL EDWARDS MFG EWIART BRASS ETI EMERGENCY TECfINOLOGY EXTENDA LTTE (AKRON) FEDERAL SIGNAL CORP FIRE HOOKS UNLIMITED FIRCDEX FIRE POWER F IREQUIP FLAMEFIGHTER &mm lire Pr4,d-,)As Page 779 of 985 TOM A TANK CEMTOR GLASSMASTER WFUR GLOBE now tr) e 6 M5A t? i GLOVE COM' GORMAN RUPP PUMPS MALE FIRE PUMPS 'Lf AM10A v' bCVY 0 I4ARRINGTON HAZARD CONTROL ficBERT - HOLMATRO IfONEYWELL PRO HUMAT HUSKY HYDRA SHIELD IMPERIAL IIOS,E IOWA AMERICAN: JANESVILLE JUSTRI rli JV MFG KAPPLER KENDALL PRODUCTS K,OCHEK KOEHLER MFC CO KUSSMAUL LACROSSE BOOTS LIFE, LINERS INIONS UNIFORMS Page 780 of 985 LOUIS PRYER LOWELL MAG INSTRUMEN'T'S MANN AXE MAILS SIGNAL LIGHT MC PRODUCTS MORAN (FLASH.) MORNING PRIDE MSA NATALE (CIRCLE D) NORTH AMERICAN FIRFHOST NOVA - NUPLA PACIFIC.REFLEX PARATECH PARTNER PAUL CONWAY SHIELDS PELICAN -7% 1'lw P I PROTEXALL,. `, PHOENIX PIERCE PIGEON MOUNTAIN INDUSTRIES PLANO R & S FABRICATORS RANGER RUBBER ,nn.,s Nvn well 10 fa RAWHIDE FIREHOSE REDHEAD BRASS REFLE�CITI; 811m o ('re Pfelk4tS Page 781 of 985 RICE HYDRO CO SCBAS SCO°I"T AViAI'!ON sECUIUTiwx SENS113LEr MOUN'T'S SERVUS .BourS SHELBY WOLVFRlNg e !� SNAPTITE SNORKEL SOUTH PARI SIGNAL VEIRCLE PRODUCTS CLASS ONE (SPAN I NS'E'E2 UME.1�!'I'S) SPUMIFEK STERLING ROPE SUPERVAC TNT TOOLS TASK X OR4m "E'TPS TFTOROG000 Hours SUPERIOR PNEUMATIC T TASKMASTER TEAM EQUIPMENT TE3LELITE TEMPEST PANS 'T"OMAR TOPPS - TURTLE PLASTICS UNDERWATER KINE'T'ICS -- UNITY LIGI:E°I'S � VA.NNER Spml eH F re. P1,0 6ts Page 782 of 985 VERIDIAN VERTX no VET ER WATEROUS -S' WELDON /0 WHELEN ENGINEERING A.6 WILL BURT WINCO GENERATORS WINDSOL 149 IrtJ WILIJAMS FOAM WORDEN ZEPHYR ZIMA77C 149 ZIC0 111,10r &lobe- bq 1064 rpph-ae,4 r ..&lobe 6 MSA Ca P'M s no HlaCk biA44PAd -S' /0 I,'- ire c rA A.6 P6 -:r Ppole-itwe—It 90MWtll U4,W-55 149 IrtJ Ca,4605A HeNef5 COf,-A$m6A C,Q,,(ft,,"M:5A 149 z3e,vne-# h'ro_ Pr4>kztS Page 783 of 985 LAKE COUNTY F 1 0 It 1 1) A MODIFICATION OF CONTRACT 1. Modification No.: 1 2. Contract No.: 17-0606B Effective Date: July 1, 2018 Effective Date: June 1, 2017 1 Contr-acting Officer: Donna Villinis, CPPB 5. Contractor Name and Address: Telephone Number: (352) 343-9765 Bennett Fire Products Company, Inc. PO Box 2458 4. Issued BY: Procurement Services Woodstock, Georgia 30188 Lake County Administration Building 315 W. Main St., Suite 441 Tavares, Florida 32778-7800 Attn: Danny Bennett — President 6, SPECIAL INSTRUCTIONS: Contractor is required to sign Block 8 showing acceptance of the below written modification and return this form to address shown in Block 4 within ten..(] 0) days after receipt, preferably by certified mail to ensure a system of positive receipts. Retain a photocopy of the signed copy of this modification and attach to . ........... original of contract, Which Was PreVi 0 LIS I y -Provided. 7. DESCRIPTION OF MODIFICATION: Contract modification to extend for one (1) year expiring June 30, 2019. 8. Contractor's Signature REQUIRED Name: 9. Lake County, Flo ida By: Title: 5) de,,t-t Senior"C ritracting Officer Date: Q Date 10. Distribution: Original - Bid No. 17-0606B Copies - Contractor Contracting Officer I I et M I I � I , ' I I I I ', A 11ARK ' U, 11 WP M I z 10111 kf AK I jhstl h t / 0i 4 fri, t 2 Pi" I,;, Page 784 of 985 CONTRACT NO. 17-0606B Fire Equipment Parts — Supplies - Service LAKE COUNTY, FLORIDA, a political subdivision of the state of Florida, its successors and assigns through its Board of County Commissioners (hereinafter "County") does hereby accept, with noted modifications, if any, the bid of Bennet Fire Products (hereinafter "Contractor") to supply fire equipment parts, supplies, and services to the County pursuant to County Bid number 17-0606 (hereinafter "Bid"), addenda nos. 1 and 2, opening date 12/13/2016 and Contractor's Bid response thereto with all County Bid provisions governing. A copy of the Contractor's signed Bid is attached hereto and incorporated herein, thus making it a part of this Contract except that any items not awarded have been struck through. No financial obligation under this contract shall accrue against the County until a specific purchase transaction is completed pursuant to the terms and conditions of this contract. Contractor shall submit the documents hereinafter listed prior to commencement of this Contract: Insurance Certificate — an acceptable insurance certificate (in accordance with Section 1.8 of Bid) must be received and approved by County Risk Management prior to any purchase transactions against the contract. The County's Procurement Services Manager shall be the sole judge as to the fact of the fulfillment of this Contract, and upon any breach thereof, shall, at his or her option, declare this contract terminated, and for any loss or damage by reason of such breach, whether this Contract is terminated or not, said Contractor and their surety for any required bond shall be liable. This Contract is effective from July 1, 2017 through June 30, 2018 except the County reserves the right to terminate this Contract immediately for cause and/or lack of funds and with thirty (30) day written notice for the convenience of the County. This Contract provides for four (4) one year renewals at Lake County's sole option at the terms noted in the Bid. Any and all modifications to this Contract must be in writing signed by the County's Procurement Services Manager. LAKE COUNTY, FLORIDA By: Senior Contracting Officer Date: 3w 1 - -).() 1-7 Distribution: Original -Bid File Copy -Contractor Copy -Department "Earning Community Confidence Through Excellence in Service" Office of Procurement Services 315 W. Main, Suite 441 P.O. Box 7800 Page 785 of 985 Tavares, Florida 32778-7800 Ph (352) 343-9839 Fax (352) 343-9473 0 (0111"411."f LA KE C 0 t JNTY F 1, () I k, 1 1) A INVITATION TO BID, (ITB) FIRE EQUIPMEE, NT - PARTS, - SUPPLI ES - SERVICE ITB Nmmber: 17-0606 Coniractin�g officcr, D, Villinis Bid Dne Date: December 13; 2016 Pre -Did CnnE Date: Not ApplicablQ Bid DucTime: 3,00 p.m. ITIS Issue Date: October 24, 2016 SEk'TION L Special Tm-ms and Conditions 2 SECTION, I Statunicnt of Work 14 SLCJIONJ:� and Coadit,10119 16 SECTION 4-., Ili'iciii,g/('Qrtificatiolis�'LSibriiatL;LTc.,; 20 SECTTON 5. Aftachmunil& 2 _3 . .. .......... PrDposal atid)ar Pffrfornianuc Bond: Nut applivablu (0 this 1,113 .. ........ . ..... .... ...... . .............. .. .. ....... Curtificate gal; � Nut apVlicktblo to this 1'i"13 Indumnif icatim0nsuianuu. i seclion 1.8 Pru -Bid Cutifirunec/Walk-I'liru: Nat appi i cab le to this ITT At the date arid tirne specified above, all bids that have been received in to bluely Maiiiier WM be opened, recorded, and accepted for consideration. The narnes of the bidders n4hinitting bid ,, will be read aloud wid r"urd-We The bi& will be available for inspection during normal business hours in the Office of Procaremunt Surviix% &rty (30) calendar days after the official bid due date. Mien counter- signed by an authorized County reprusunuaivv, IN & document and any sree I f ictally i denti 5 ed. attachments may form. the contract document binding the pardes to -all porrormance sN65W bvr6n, Vendors Nhall, complete and, return the entirety of this ITB Docanent; sand attach all "Mer inforniation reque-9ted in this ITB doCUMCnt (See Provision 1.13). Failure to �igil tile: bi'd respo)Uel qtr to s uhmit the bid response by (he specified time and date, may be CH USC for rejection of the Inti, NO -RESPONSE REPLY If any vendor does not want to respond to this suliciladon ai. this lime, or, would like to lie removed from Lake County's Vendor List, please .mirk Lh.Q approprhite spaco, oornplete tiame below and return this page only. Not interested at this time; keel) our rinri on 1,oki Countys Vet dom List favi- future solicitations for this product / service E] Plcasc rernove our firm from Lake County's Vendor's.List f6r this produQ� I survive Company Name: S e /,)",I f", fire E-mail Address: i"� ie"r, 9" '11, c" t contact Person, ? Page 786 of 985 SECTION 4— PRICING/ CERT 111 TI NS/ SIGNATURES ITLI N ki mbp,,r: 17 -06 06 ITB TITLE- 14RE EQUIPMEN]" - PARTS ­ SUPPLI LOS - SE RVICE N(TrEs., a When prurQha,*ing on a direct basiN, Lake County is vxcmpt from all taxes (Fcderal, State, Local). A Tax Exurnplion Certificate will be rarnished upon rvqae%L for such prurchwws, However, the vendor will be responsible for payntent, of taxes oil nit matenals purchused by the vendor foe incorporation into the project (see provision 3.8 for further detail). 0 The vendor ',sliar ll riot alter or arnemi any or tiie int6mutlioli (imJuding T3 [.Q( to stated ,, but, not Iii i: I , t d Units Of llleaRlre, i10Tt dC9C1'jPtJO11, 03'qLjjjntiLV) Stated in the ?FiCing SCOU011, If ally (jUaTflitk9 al'c stated in the pricing s,L;Qflon as being "eslitmiled" quantities, vuridon, are advised to reviwy Lhe "Estimated QualllifiQs" clause contained in Section 3 of this sofiQil,atiorl- a Any hid containing -,i rutodifying or ulaLM not specifmilly allowed for under Ific solicitation will not be uon8i&rcd_ Unit prices shall govern, R)r all ser -vices lir-iced on that basis as rQqkwqtcd under this solicita:6011- All lir icilig shall be F013 DestimjtiOTI utiles othenyisQ q)Qvified itl this SoliCitatioll C10CLUTIent, A.11.1361Jng �;Llblllitted sharp FCITUfill valid for to 90 ckypuriod. By signing and suhmltfing a res ponseto this "allicitation, the Vendor haq ,,I)ccJjfic,ally agrmd to this condition. Vendors are advised to visci( our lvebsite at lift I wm%%IakecottMjyjjM and register us a potential vendor. Vendors that ]lave regilstere(l on-line receivc an "unail notice when the County issues a Solicitation matching the conimudity codes selected by A. vendor d,uring the regiNtration proces�. If t.be contractor has questions regarding the applicability ()f Chapter 119, Florida Statutes, to the contractor's duty to pr4mide public reccords relating to this, contract', cnntact the custodlan of public records via the individual designated in pruvision 1.2 of this soficitation. ACK'NOWPADGEMENT OF AVUE'NDA INSTRUCTIONS: C,,ompluw Part I or Part 11, whichever applies The lbiddcr triuqt list below the canes of issue for each add(mdutn receival in cunnootion with this ITB: Addemd urn 1Y I, Dated, , CJI V �'FW 19 r? 1 2 " ? G 11", AJAjen&rn #2, Dated: VO, b v, �r Z Addendum #3, Da(Qd" Addendum. 44, laded: [] No Addendum wm� rq;u6vcd in connection with this ITB. 20 jgo Page 787 of 985 'I LAKE C -,0U -N' -FY OFFICE OF PROCUREMENT SERVICIES, 315 WEST MAIN STREET, SUITE 441 PO BOX 7800 TA ARE FL 3277a-7800 cwsT �14 ITR 17-0606 Fire Equipment -Parts -Supplies -Service PHONE: (352) 343-9839 FAX: 352) 343-9473 it is the vendor's responsibility to ensure their receipt of all addenda, and to clearly acknowledge all addenda within their initial bid or proposal response. Acknowledgement may be confirmed either by inclusion of a signed copy of thi5 adderldUrn within the proposal response, or by coni pletion and return of the addendum acknowledgement section of the solicitation, Failure to acknowledge each addendum may prevent the bid or proposal from being considered for award, Thl.s addendum does not change the date for receipt of bids or propos,a[5. Questions concerning this solicitation are due December 2, 2016. The purpose of th1s addendum is address an inqUiry received. A vendor asked about the re -procurement Costs mentioned in Sections• 110,1-11, and 3.27 of the ITB. The County reserves the right to charge a ven,dorre-proctirement costs when the origin a I a wardee defaults in the performance of their contract, and the County is forced to obtain the NO& or services from another higher priced vendor through re-procurernent. This is suinflard langUage in the Cou:nty's solicitations and is an option available to the County to try and recoup sortie of the losses associated with re -procurement. The intent of this particular solicitation {ITIS 17-060fi) is to establish a pool of contracted vendors to cover the County's needs for varlovs goods and services utili2ed by the Public Safety and Fleet Management Departments. Re-procurernent woold not normally occur for this type of solicitation because there are usua Ily rTnultiple sources available to meet our needs. Acknowledgement of receiPt of —Addendum. 46,ag Date, o Firm Name: Ce", " I � -41C � , 4 2 '-7 51 Title. Pe"i" 5 gnature: L Typed/Printed Name: Page 788 of 985 T M A S LAKE COUNTY OFFICE OF PROCUREMENT SERVICES 315 WEST ST MAI N. STREET, S Ul ITE 441 PO BOX 7800 TAA RE FL 32778-780D ADDENDUM NO.2 N a vern ber 30, 2016 ITB 17-0606 Fire Equipment -Parts -Supplies -Service PHONP (352) 343-9539 FAX: 352) 343-9473 it is the vendor's responsibility to ensure their ret'-eipt of all addenda, and to clearly acknowledge all addenda within their initial bid or proposal response. Acknowledgement may be t',rvifirmed either by Inclusion of a signed Copyr of this, addendur'n within the proposal response, or by completion and return ofthe addendurn acknowledgement section of t[le solicitation. Failure to acknowledge each addendum may prevent the bid or proposal from being considered for award, This addendum does not change the date for receipt of bids Or PrOPOSaK Questions concerning this solicitation are due December 2, 2016. The purpose of this addendu U1 iq to address the following, Current term and slipply agreements under the previous Invit,ation to Bid (ITB #12-01906) cxplre jurke 30, 2017, It is anticipated that the new term and supply agreements aWra , rded u rider this ITI3 #17 0606 sh All be effective July 1, 2017. Vendors sha III submit price discoonts that will be deducted off current list prices fear products at: the thine of p u rchase. Acknowledgement of receipt of Addendum: Fi 1, sjp Date: rrTi Name. d 6, i"t e, / /' 1 '1' Signature: Title� / 1 11"e" Z I , 711 �4 it' "If Typed/Printed Name: 1) 1 0"1 114 L� 1 51 Page 789 of 985 SECTION 3 - GENERAL TERMS AND CONDITIONS 3.1 DEFINITIONS Addenda: A written change to a solicitation. Bid: Shall refer to any offer(s) submitted in response to this IIB. Bidder: Refers to any entity that submitted a bid under an IIB. Contract: The agreement to perforin the services set forth in this solicitation. The contract will be comprised of the solicitation document signed by both parties with any addenda and other attachments specifically incorporated. Contractor: The vendor to which award has been made. County: Shall refer to Lake County, Florida. Invitation to Bid (ITB): Shall mean this solicitation document, including any and all addenda. An ITB contains well-defined terms, conditions, and specifications, and is awarded to the lowest priced responsive and responsible bidder. Modification: A written change to a contract. Responsible: Refers to a bidder that has the capacity and capability to perforin the work required under an Invitation to Bid, and is otherwise eligible for award. Responsive: Refers to a bidder that has taken no exception or deviation from the terms, conditions, and specifications in an ITB. Solicitation: The written document requesting either bids or proposals from the marketplace. Vendor: A general reference to any entity responding to this solicitation or performing under any resulting contract. The County has established that the words "shall", "must', or "will" are equivalent within this ITB and indicate a mandatory requirement which shall not be waived by the County. 3.2 INSTRUCTIONS TO BIDDERS A. Bidder Qualification It is the policy of the County to encourage full and open competition among all available qualified vendors. All vendors regularly engaged in the type of work specified in the solicitation are encouraged to submit bids. To be recommended for award the County requires that vendors provide evidence of compliance with the requirements below upon request: 1. Disclosure of Employment 2. Disclosure of Ownership 3. Drug -Free Workplace 4. W-9 and 8109 Forms — The vendor roust furnish these forms upon request as required by the Internal Revenue Service. 5. Social Security Number — The vendor roust provide a copy of the primary owner's social security card if the social security number is being used in lieu of the Federal Identification Number (F.E.LN.) 6. Americans with Disabilities Act (A.D.A.) 7. Conflict of Interest 8. Debarment Disclosure Affidavit 9. Nondiscrimination 10. Family Leave 11 Antitrust Laws — By acceptance of any contract, the vendor agrees to comply with all applicable antitrust laws. B. Public Entity Crimes Pursuant to Section 287.133(2)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perforin as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. C. Request for Additional Information Any communication or inquiries, except for clarification of process or procedure already contained in the solicitation, are to be made in writing to the attention of the procurement representative identified in the solicitation no later than five (5) working days prior to the bid due date. Such inquiries shall contain the requester's name, address, and telephone number. The Procurement Services Office 16 ITB Number: 17-0606 may issue an addendum in response to any inquiry received, prior to bid opening, which changes, adds to, or clarifies the terms, provisions, or requirements of the solicitation. The bidder should not rely on any statement or explanation whether written or verbal, other than those made in this solicitation document or in any addenda issued. Where there appears to be a conflict between this solicitation and any addenda, the last addendum issued shall prevail. It is the bidder's responsibility to ensure receipt and to acknowledge all addenda and any accompanying documentation. Failure to acknowledge each addendum may prevent the bid from being considered for award D. Contents of Solicitation and Bidders' Responsibilities It is the responsibility of the bidder to become thoroughly familiar with the requirements, terms, and conditions of this solicitation. Stated unawareness of contractual terms and conditions will not be accepted as a basis for varying the requirements of the County or the amount to be paid to the vendor. E. Restricted Discussions From the date of issuance of this solicitation until final County action, vendors should not discuss the solicitation with any employee, agent, or any other representative of the County except as authorized by the designated procurement representative. The only communications that shall be considered pertinent to this solicitation are written documents from the vendor addressed to the designated procurement representative and relevant documents promulgated by the designated procurement representative. F. Change to, Withdrawal of, or Mistake in, Bid Changes to Bid - Prior to bid opening, a bidder may change its bid by submitting a new bid with notice on the firm's letterhead, signed by an authorized agent, stating that the new submittal replaces the original submittal. The new submittal shall contain all information as required for submitting the original bid. Withdrawal of Bid - A bid may be withdrawn, either physically or by written notice, at any time prior to the bid due date. If withdrawn by written notice, that notice must be addressed to, and received by, the designated procurement representative prior to the bid due date and time. A bid may also be withdrawn after expiration of the specified bid acceptance period, and prior to award, by submitting a letter to the designated procurement representative. The withdrawal letter must be on company letterhead and signed by an authorized agent of the bidder. Mistake in Bid - Any allegation of mistake in Bid shall be treated on a case-by-case basis. It is to be assumed that any alteration in bid price after receipt of bids will be exceptional in nature, and will be allowed only when substantiated by current legal precedence. G. Conflicts within the Solicitation Where there appears to be a conflict between contractual terms and conditions, the technical specifications, the pricing section, or any addendum issued, the order of precedence shall be: last addendum issued, the pricing section, the technical specifications, the special, and then general conditions. It is incumbent upon the vendor to identify such conflicts prior to the bid response date. H. Prompt Payment Terms It is the policy of the County that payment for all purchases by County agencies shall be made in a timely manner and that interest payments will be made on late payments in accordance with Part VII, Chapter 218, Florida Statutes, known as the Florida Prompt Payment Act The bidder may offer cash discounts for prompt payments; however, such discounts will not be considered in determining the lowest price during bid evaluation. Bidders are requested to provide prompt payment terms in the space provided on the signature page of the solicitation. 3.3 PREPARATION OF BIDS A. The Pricing Section of this solicitation defines the goods or services to be purchased, and roust be completed and submitted with the bid. Use of any other form or alteration of the form may result in the rejection of the bid. B. The bid submitted roust be legible, and completed using typewriter, computer or ink. Any entry change roust be crossed out and initialed in ink. Failure to comply with these requirements may cause the bid to be rejected. Page 790 of 985 SECTION 3 - GENERAL TERMS AND CONDITIONS C. An authorized agent of the bidder's firm must sign the bid. FAILURE TO SIGN THE BID MAY RENDER THE BID NON-RESPONSIVE. D. The bidder may be considered non-responsive if bids are conditioned to modifications, changes, or revisions to the terms and conditions of this solicitation. E. The bidder may submit alternate bid(s) for the same solicitation provided that such offer is allowable under the terms and conditions. The alternate bid must meet or exceed the minimum requirements and be submitted as a separate bid marked "Alternate Bid". F. When there is a discrepancy between the unit prices and any extended prices, the unit prices will prevail. G. Any bid received after the stipulated bid due date and time through no fault of the County will be considered late, and except under the most exceptional circumstances, not be considered for award. H. Unless otherwise specified in the solicitation, prices quoted shall be F.O.B. Destination. 3.4 COLLUSION Where two (2) or more related parties, as defined herein, each submit a bid for the same contract, or evidence any prior understanding, agreement, or connection in such regard, such bids shall be presumed to be collusive. Related parties shall mean bidder or principals thereof that have a direct or indirect ownership interest in another bidder for the same contract or in which a parent company or the principals thereof of one bidder have a direct or indirect ownership interest in another bidder for the same contract. Bids found to be collusive shall be rejected. Bidders which have been found to have engaged in collusion may be considered non - responsible, and may be suspended or debarred. Any contract resulting from collusive bidding may be terminated for default. 3.5 PROHIBITION AGAINST CONTINGENT FEES The vendor warrants that they have not employed or retained any company or person, other than a bona fide employee working solely for the vendor to solicit or secure the contract and that they have not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the vendor, any consideration contingent upon or resulting from the award or making of the contract. 3.6 CONTRACTING WITH COUNTY EMPLOYEES Any County employee or member of his or her immediate family seeking to contract with the County shall seek a conflict of interest opinion from the County Attorney prior to submittal of a response to contract with the County. The affected employee shall disclose the employee's assigned function within the County and interest or the interest of his or her immediate family in the proposed contract and the nature of the intended contract. 3.7 INCURRED EXPENSES This solicitation does not commit the County to award nor be responsible for any cost or expense which may be incurred by any bidder in preparing or submitting a bid, or any cost or expense incurred prior to the execution of a purchase order or contract. By submitting a bid, the bidder also agrees that the County bears no responsibility for any costs of the bidder associated with any administrative or judicial proceedings resulting from this solicitation process. 3.8 COUNTY IS TAX-EXEMPT When purchasing on a direct basis, the County is generally exempt from Federal Excise Taxes and all State of Florida sales and use taxes. The County will provide an exemption certificate upon request by the seller for such purchases. Except for item(s) specifically identified by the vendor and accepted by the County for direct County purchase under the Sales Tax Recovery Program, contractors doing business with the County are not exempt from paying sales tax to their suppliers for materials needed to fulfill contractual obligations with the County, nor is any vendor authorized to use the County Tax Exemptions for such purchases. 3.9 PROPRIETARY/CONFIDENTIAL INFORMATION Bidders are hereby notified that all information submitted as part of a bid will be available for public inspection in compliance with 17 ITB Number: 17-0606 Chapter 119 of the Florida Statutes (the "Public Record Act."). The bidder should not submit any information which the bidder considers proprietary or confidential. The submission of any information to the County in connection with any solicitation shall be deemed conclusively to be a waiver of any protection from release of the submitted information unless such information is exempt or confidential under the Public Records Act. 3.10 CANCELLATION OF SOLICITATION The County reserves the right to cancel, in whole or in part, any Invitation to Bid when it is in the best interest of the County. 3.11 AWARD A. Unless otherwise allowed by statute or ordinance, award will be made to the lowest priced responsive and responsible bidder. The County reserves the right to reject any and all bids, to waive non -material irregularities or technicalities and to re -advertise for all or any part of this solicitation as deemed in its best interest. The County shall be the sole judge of its best interest. B. When there are multiple line items in a solicitation, the County reserves the right to award on an individual item basis, any combination of items, total low bid or in whichever manner deemed in the best interest of the County. This provision specifically supersedes any method of award criteria stated in the solicitation when such action is clearly necessary to protect the best interests of the County. C. The County reserves the right to reject any and all bids if it is determined that prices are excessive or determined to be unreasonable, or it is otherwise determined to be in the County's best interest to do so. D. The County reserves the right to negotiate prices with the low bidder, provided that the scope of work is not amended. E. Award will only be made to firms that satisfy all legal requirements to do business with the County. The County may conduct a pre -award inspection of the bidder's site or conduct a pre -award qualification meeting to determine the responsibility and capacity of the bidder to perforin. Award may be predicated on compliance with and submittal of all required documents as stipulated in the solicitation. F. The bidder's performance as prime or subcontractor on previous County contracts shall be taken into account in evaluating the responsibility of a responding bidder. G. All tie bids will be resolved in consonance with current written procedure in that regard. H. A vendor wishing to protest any award decision resulting from this solicitation shall do as provided for in the County's Purchasing Procedure Manual. 3.12 GENERAL CONTRACT CONDITIONS The contract shall be binding upon and shall inure to the benefit of each of the parties and of their respective successors and permitted assigns. The contract may not be amended, released, discharged, rescinded or abandoned, except by a written instrument duly executed by each of the parties hereto. The failure of any party hereto at any time to enforce any of the provisions of the contract will in no way constitute or be construed as a waiver of such provision or of any other provision hereof, nor in any way affect the validity of, or the right thereafter to enforce, each and every provision of the contract. Any dispute arising during the course of contract performance that is not readily rectified by coordination between the vendor and the County user department shall be referred to Procurement Services office for resolution. 3.13 OTHER AGENCIES With the consent of the vendor, other agencies may make purchases in accordance with the contract. Such purchases shall be governed by the same terms and conditions as stated herein with the exception of the change in agency name. 3.14 CONTRACT EXTENSION The County has the unilateral option to extend a contract for up to ninety (90) calendar days beyond the current contract period. In such event, the County will notify the vendor(s) in writing of such extensions. The contract may be extended beyond the initial ninety (90) day extension upon mutual agreement between the Page 791 of 985 SECTION 3 - GENERAL TERMS AND CONDITIONS County and the vendor(s). Exercise of the above options requires the prior approval of the Procurement Services Manager. 3.15 WARRANTY All warranties express and implied, shall be made available to the County for goods and services covered by this solicitation. All goods furnished shall be fully guaranteed by the vendor against factory defects and workmanship. At no expense to the County, the vendor shall correct any and all apparent and latent defects that may occur within the manufacturer's standard warranty period. The special conditions of the solicitation may supersede the manufacturer's standard warranty. 3.16 ESTIMATED QUANTITIES Estimated quantities or dollars are for bidder's guidance only. No guarantee is expressed or implied as to quantities or dollar value that will be used during the contract period. The County is not obligated to place any order for a given amount subsequent to the award of this solicitation. The County may use estimated quantities in the award evaluation process. Estimated quantities do not contemplate or include possible additional quantities that may be ordered by other entities that may utilize this contract. hi no event shall the County be liable for payments in excess of the amount due for quantities of goods or services actually ordered. 3.17 NON -EXCLUSIVITY It is the intent of the County to enter into an agreement that will satisfy its needs as described within this solicitation. However, the County reserves the right to perform, or cause to be performed, all or any of the work and services herein described in the manner deemed to represent its best interests. hi no case will the County be liable for billings in excess of the quantity of goods or services actually provided under this contract. 3.18 CONTINUATION OF WORK Any work that commences prior to, and will extend, beyond the expiration date of the current contract period shall, unless terminated by mutual written agreement between the County and the vendor, continue until completion without change to the then current prices, terns and conditions. 3.19 LAWS, RULES, REGULATIONS AND LICENSES The vendor shall comply with all federal, state, and local laws and regulations applicable to provision of the goods and/or services specified in this solicitation. During the term of the contract the vendor assures that it is in compliance with Title VII of the 1964 Civil Rights Act, as amended, and the Florida Civil Rights Act of 1992, in that the vendor does not on the grounds of race, color, national origin, religion, sex, age, disability or marital status, discrimination in any form or manner against the end/or employees or applicants for employment. The vendor understands that any contract is conditioned upon the veracity of this statement. 3.20 SUBCONTRACTING Unless otherwise stipulated herein, the vendor shall not subcontract any portion of the work without the prior written consent of the County. Subcontracting without the prior consent of the County may result in termination of the contract for default. 3.21 ASSIGNMENT The vendor shall not assign or transfer any contract resulting from this solicitation, including any rights, title or interest therein, or its power to execute such contract to any person, company or corporation without the prior written consent of the County. This provision specifically includes any acquisition or hostile takeover of the awarded vendor. Failure to comply in this regards may result in termination of the contract for default. 3.22 RESPONSIBILITY AS EMPLOYER The employee(s) of the vendor shall be considered at all times its employee(s), and not an employee(s) or agent(s) of the County, The contractor shall provide employee(s) capable of performing the work as required. The County may require the contractor to remove any employee it deems unacceptable. All employees of the contractor may be required to wear appropriate identification. 3.23 INDEMNIFICATION To the extent pennitted by law, the vendor shall indemnify and hold harmless the County and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, IN ITB Number: 17-0606 including attorney's fees and costs of defense, which the County or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the vendor or its employees, agents, servants, partners, principals or subcontractors. The vendor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the County, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The vendor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the vendor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the County or its officers, employees, agents and instrumentalities as herein provided. 3.24 MODIFICATION OF CONTRACT Any contract resulting from this solicitation may be modified by mutual consent of duly authorized parties, in writing through the issuance of a modification to the contract and/or purchase order as appropriate. This presumes the modification itself is in compliance with all applicable County procedures. 3.25 TERMINATION FOR CONVENIENCE The County, at its sole discretion, reserves the right to tenninate this contract upon thirty (30) days written notice. Upon receipt of such notice, the vendor shall not incur any additional costs under this contract. The County shall be liable only for reasonable costs incurred by the vendor prior to notice of termination. The County shall be the sole judge of "reasonable costs." 3.26 TERMINATION DUE TO UNAVAILABILITY OF CONTINUING FUNDING When funds are not appropriated or otherwise made available to support continuation of performance in a current or subsequent fiscal year, the contract shall be cancelled and the vendor shall be reimbursed for the reasonable value of any non-recurring costs incurred amortized in the price of the supplies or services/tasks delivered under the contract. 3.27 TERMINATION FOR DEFAULT The County reserves the right to terminate this contract, in part or in whole, or effect other appropriate remedy in the event the vendor fails to perforin in accordance with the terns and conditions stated herein. The County further reserves the right to suspend or debar the vendor in accordance with the County ordinances, resolutions and/or administrative orders. The vendor will be notified by letter of the County's intent to terminate. In the event of termination for default, the County may procure the required goods and/or services from any source and use any method deemed in its best interest. All re -procurement cost shall be borne by the vendor. 3.28 FRAUD AND MISREPRESENTATION Any individual, corporation or other entity that attempts to meet its contractual obligations through fraud, misrepresentation or material misstatement, may be debarred for up to five (5) years. The County as a further sanction may tenninate or cancel any other contracts with such individual, corporation or entity with such vendor held responsible for all direct or indirect costs associated with termination or cancellation, including attorney's fees. 3.29 RIGHT TO AUDIT The County reserves the right to require the vendor to submit to an audit by any auditor of the County's choosing. The Contractor shall provide access to all of its records, which relate directly or indirectly to this Agreement at its place of business during regular business hours. The vendor shall retain all records pertaining to this Agreement and upon request make there available to the County for a minimum of three (3) years, or as required by Florida law, whichever is longer, following expiration of the Agreement. The vendor agrees to provide such assistance as may be necessary to facilitate the review or audit by the County to ensure compliance with applicable accounting and financial standards. Additionally, CONTRACTOR agrees to include the requirements of this provision in all contracts with subcontractors and material Page 792 of 985 SECTION 3 - GENERAL TERMS AND CONDITIONS suppliers in connection with the work performed hereunder. If an audit inspection or examination pursuant to this section discloses overpricing or overcharges of any nature by the CONTRACTOR to the COUNTY in excess of one percent (1%) of the total contract billings, in addition to making adjustments for the overcharges, the reasonable actual cost of the COUNTY's audit shall be reimbursed to the COUNTY by the CONTRACTOR. Any adjustments and/or payments which must be made as a result of any such audit or inspection of the CONTRACTOR's invoices and/or records shall be made within a reasonable amount of time, but in no event shall the time exceed ninety (90) days, from presentation of the COUNTY's audit findings to the CONTRACTOR. 3.30 PUBLIC RECORDS/ COPYRIGHTS Pursuant to Section 119.0701, Florida Statutes, the awarded contractor shall comply with the Florida Public Records' laws, and shall: 1. Keep and maintain public records required by the County to perform the services identified herein. 2. Upon request from the County's custodian of public records, provide the County 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 for by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the contractor or keep and maintain public records required by the County to perform the service. If the contractor transfers all public records to the County 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 County, upon request from the County's custodian of public records in a format that is compatible with the information technology systems of the County. Failure to comply with this section shall be deemed a breach of the contact and enforceable as set forth in Section 119.0701, Florida Statutes. Any copyright derived from this Agreement shall belong to the author. The author and the CONSULTANT shall expressly assign to the COUNTY nonexclusive, royalty free rights to use any and all information provided by the CONSULTANT in any deliverable and/or report for the COUNTY's use which may include publishing in COUNTY documents and distribution as the COUNTY deems to be in the COUNTY's best interests. If anything included in any deliverable limits the rights of the COUNTY to use the information, the deliverable shall be considered defective and not acceptable and the CONSULTANT will not be eligible for any compensation. 3.31 GOVERNING LAWS The interpretation, effect, and validity of any contract(s) resulting from this solicitation shall be governed by the laws and regulations of the State of Florida, and Lake County, Florida. Venue of any court action shall be in Lake County, Florida. In the event that a suit is brought for the enforcement of any tern of the contract, or any right arising there from, the parties expressly waive their respective rights to have such action tried by jury trial and hereby consent to the use of non -jury trial for the adjudication of such suit. 3.32 STATE REGISTRATION REQUIREMENTS Any corporation submitting a bid in response to this ITB shall either be registered or have applied for registration with the Florida Department of State in accordance with the provisions of Chapter 607, Florida Statutes. A copy of the registration/ application may be required prior to award of a contract. Any partnership submitting a bid in response to this ITB shall have complied with the applicable provisions of Chapter 620, Florida Statutes. For additional information on these requirements, please contact the Florida Secretary of State's Office, Division of Corporations, 19 ITB Number: 17-0606 800.755.5111 (http://www. dos. state.fl.us). 3.33 PRIME CONTRACTOR The vendor awarded the contract shall act as the prime contractor and shall assume full responsibility for successful performance of the contract. The vendor shall be considered the sole point of contact with regard to meeting all requirements of the contract. All subcontractors will be subject to advance review by the County in regards to competency and security concerns. After the award of the contract no change in subcontractors will be made without the consent of the County. The vendor shall be responsible for all insurance, permits, licenses, and related matters for any and all subcontractors. Even if the subcontractor is self-insured, the County may require the contractor to provide any insurance certificates required by the work to be performed. 3.34 FORCE MAJEURE The parties will exercise every reasonable effort to meet their respective obligations hereunder, but shall not be liable for delays resulting from force majeure or other causes beyond their reasonable control, including, but not limited to, compliance with revisions to Government law or regulation, acts of nature, acts or omissions of the other party, fires, strikes, national disasters, wars, riots, transportation problems and/or any other cause whatsoever beyond the reasonable control of the parties. Any such cause may be cause for appropriate extension of the performance period. 3.35 NO CLAIM FOR DAMAGES No claim for damages or any claim other than for an extension of time shall be made or asserted against the County because of any delays. No interruption, interference, inefficiency, suspension, or delay in the commencement or progress of the Work shall relieve the vendor of duty to perform, or give rise to any right to damages or additional compensation from the County. The vendor's sole remedy shall be the right to seek an extension to the contract time. However, this provision shall not preclude recovery of damages by the vendor for hindrances or delays due solely to fraud, bad faith, or active interference on the part of the County. 3.36 TRUTH IN NEGOTIATION CERTIFICATE For each contract that exceeds One Hundred Ninety Five Thousand dollars ($195,000.00), any organization awarded a contract must execute a truth -in -negotiation certificate stating that the wage rates and other factual unit costs are accurate, complete, and current, at the time of contracting. Any contract requiring this certificate shall contain a provision that the original contract price and any additions shall be adjusted to exclude any significant sums by which the County determines the contract price was increased due to inaccurate, incomplete, or non-current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year following the end of the contract. 3.37 GRANT FUNDING In the event any part of the contract is to be funded by federal, state, or other local agency monies, the vendor hereby agrees to comply with all requirements of the funding entity applicable to the use of the monies, including full application of requirements involving the use of minority firms, women's business enterprises, and labor surplus area firms. Vendors are advised that payments under the contract may be withheld pending completion and submission of all required forms and documents required of the vendor pursuant to the grant funding requirements. 3.38 TOBACCO PRODUCTS Due to the acknowledged hazards arising from exposure to tobacco products, and to protect the public and employees' health, safety, comfort and environment, tobacco use is prohibited on any County owned building and property. Tobacco products include both smoking and smokeless tobacco. Page 793 of 985 SECTION 4 — PRICINGI CERTIFWATIONS1SIGNATURE'S 1TB Number: 17-0606 PRICING SECTION — GENERAL INVORMATION (SAmiL discounts and houtlyservice rates in Atuichrrium 2 "Pricing Forni") - VAddruss` �,z, City/State/zip: 4, a leplpean 11 pax: . ... . ... 20 I Shop localion: Address,, citylslaluizip: 3, website addl-es'; fDr priou fistskatalogs: s 4, Standard Warranty; 5-j e n 44 A U,' V14 ivgl;z, I e -5- Lead, I �ne: 30 66-'� d C, 6. Minilmlyi udcr (if arry)_ 7, Handling iloo if less than minimum (if Rppliwible): — 11vil t. 9. Docs your firm offer pickup Hilid, dulivery of vehicles and cquipIllont needing repair? Yes Nu Cbarge fOT dchwrylpickup, . . .... 9- Dues your firm have towing capa bilil ies? Yes No Towing oil arges.: . ....... I.1). Will Yos—z No 11, Vrndur uonlacl fof emergoncy and/ur diskLsl er sed -viae 24 bour.07 days purr wook. Maine. 04 q c), CV11: "A"?;, "111 v I Exccptions to sptcificatiolw Ycs* No 21 Page 794 of 985 SECTION 4 — PRICING/ CERTIFICATIONS/ SIGNATURES ITB Number: 17-0606 By Signing this Bid the Bidder Attests and Certifies that: • It satisfies all legal requirements (as an entity) to do business with the County. ® The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the County that the vendor has the capacity and capability to successfully perform the contract. ® The bidder hereby certifies that it understands all requirements of this solicitation, and that the undersigned individual is duly authorized to execute this bid document and any contract(s) and/or other transactions required by award of this solicitation. Purchasing Agreements with Other Government Agencies This section is optional and will not affect contract award. If Lake County awarded you the proposed contract, would you sell under the same terms and conditions, for the same price, to other governmental agencies in the State of Florida? Each governmental agency desiring to accept to utilize this contract shall b responsible for its own purchases and shall be liable only for materials or services ordered and received by it. R Yes ❑ No (Check one) Certification Regarding Felony Conviction Has any officer, director, or an executive perfoi ing equivalent duties, of the bidding entity been convicted of a felony during the past ten (10) years? ❑ Yes No (Check one) Certification Regarding Acceptance of County VISA -based Payment System Vendor will accept payment through the County VISA- based payment system: ❑ Yes [01 No Reciprocal Vendor Preference: Vendors are advised the County has established, under Lake County Code, Chapter 2, Article VII, Sections 2-221 and 2-222; a process under which a local vendor preference program applied by another county may be applied in a reciprocal manner within Lake County" The following information is needed to support application of the Code: 1. Primary business location of the responding vendor (city/state): iMu R 2. Does the responding vendor maintain a significant physical location in Lake County at which employees are located and business is regularly transacted: ❑ Yes ff No If "yes" is checked, provide supporting detail: Conflict of Interest Disclosure Certification Except as listed below, no employee, officer, or agent of the firm has any conflicts of interest, real or apparent, due to ownership, other clients, contracts, or interests associated with this project; and, this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud. DUNS Number (Insert if this action involves a federal funded project): General Vendor Information and Bid Signature: 0 Firm Name: 13 :,' , 'i Street Address: l oc. 5 l am t'o e w Mailing Address (if different): P0 &) Y Telephone No.: ) )0 591 d m05', (' Fax No.: I /I -A E-mail w '. fl e / t a `, ) 4 " r1ell FEIN No. - •q 53 Prompt Payment Terms: /0 days, net Signature: !"� 10L11,w.—I 1�`„,,, -At Date: A� , �� t ( Print Name: NA art A tj 11� e rw A e tf Title: flre 4 a'd P wt Award of Contract by the County: Official Use Only) By signature below, the County confirms award to the above -identified vendor under the above identified solicitation. A separate purchase order will be generated by the County to support the contract. Signature of authorized County official: Date: 3, 2 Printed name: tcm0A�lt, �� 1 ^ Title: � b„:.. ���:... t "0 1.7 t �, fllrj C -,FiT2” W Page 795 of 985 SECTION 5— ATTACH MENTS THE FOLLOWING DOCUMENTS T ARE ATTACHED' ,attachment 1: Reference Form Attachment 2: Pricing Form 23 ITB Number: 17-0606 Page 796 of 985 SECTION 5 - ATTACHMENTS ATTACHME NT 1 - RE FERENCE S ITS Nuuiber 1.7-0606 Ap+cncy > Address A,(I i i J1 10A (`1 Aildiess k pp < o, -,e e, C57niact Person t 7CJQll]lDnc 3,4 (7nnt3at Nrsi3n. qj I, q V� Telopliam j? smicc , t Typr "I 90mice Ap+cncy -Z, 4, =+ I Address A,(I i i J1 10A (`1 l" Ple, k 1 45 - k pp Cancan Fmum C57niact Person t 7CJQll]lDnc 3,4 Y 3 0y. qj I, q Daw(s) of smice T-Alc nf Caniments: 24 Page 797 of 985 VI) A r Address A,(I i i J1 10A (`1 k Cancan Fmum t 7CJQll]lDnc 3,4 Y 3 0y. Date(q) T-Alc nf Caniments: 24 Page 797 of 985 TTB Number: 17-0606 SE( 1'ION 5 — ATTACHME NTS ATTACHMENT 2 — PRICING FORM Current braxids in use by the fire Rcwuc Division include the fifflowing- Please complete thv following iiiroriiiaLioll f6j- those brands msppofted I)y YOL11' 11LIM. Effivi,•-ycs" or "w" tbr stocking distrihwuw- Ifyou represent other manufaotarers for similar. fart;-rulawd q0pment, parts, ur suppfiu� VOL listed, please add the mmufaUaor and pricing information in tlu� blank spaces at end of pricing (able. 25 Page 798 of 985 ITourly Rate S toeldlig, Brand off L.i.st for Repair Service Distr-ibutor? , 3M coml-A ABLE SHO ME ........... ACHON ,AT -T STOCK AIM AJAX BRASS . . .......... ALL AIdERICAN F]Rhl4OSF. ALLENSYSTEMS ALOCOLITh AMEREX . . ........ ;i�Lad : C A N FIREWEAR ........... AMERICAN 1AVkA*F . .......... .... ......... ... ANSUL 174' �Ws B & B ENTERPFISES BIO SYSI ; EMS .. .......... -iiEkkTNTON BADGES iiOUTON CO BULLARD . . ........ CAi,11701(Ni� MOUNTAIN . . . . . ........ (,'AR -,N,',5 & BROUIER ................ ..... --CA-—SF FkODUCTS 25 Page 798 of 985 SECTION 5 - ATTACHMENTS TTB Numbun 17-0606 26 3cel i, Page 799 of 985 SECTION 5 - ATTACHME N TS M Number: 17-0606 27 Page 800 of 985 SECTION 5 - ATTACHMENTS T,TB Numbcr. 17-0606 1,01JIS PRYER LOWELL MAG rNSTRUMENTS -iTA­NN AXE MARS Sl(j:N A L LIGHT Nic PRODUCTS M0RA.N'0-'A9H) MORNING PIUDL . ...... . .. . .... . ..... NATA LL (C:? (.:LE D) NORTH AMMUCAN FFRF. HOSE NUPLA, PACIFIC REFLEX PARTNER PAUL CO&WAY SHIELDS _OETACAN PL,'IZL _P61 PROTFXALL PHOENIX. -i-il,04, 0 N M, 0 U N T AIN INDUSTIUBS PL NO 11 B FABRICATORS RANGER'kUBBER 10 RAVOTIDEFIREHOSE REDEEADBRAS� REFLEXITF bee 28 Page 801 of 985 SECTION 5 — All'.A CHME NTS fili Number: 17-0006 29 Page 802 of 985 SECTION 5 — ATTACHAIE N TS T7B Nunibur17-060 6 t!)J A i" - 10 Page 803 of 985 VERTX . ...... WATEROUS WE LOON j,FN ENGINEERING WILL BURT, IIWC )GENERATORS WTNDSOL WILLIAMS FOAM ZEPHYR . .......... . DUO TOM BRANDS NGTUSTE�D'. )o b e t"� dek . ... ........ tj . . ......... t!)J A i" - 10 Page 803 of 985 D Z mf lee, Limited Warranty for Globe Lifeline Protective Clothing Globe Lifeline, LLC warrants its protective clothing to be free from defects in materials and workmanship for a period of three (3) gears from the date of purchase when properly used and oared for_ Our obligation under this warranty shall be limited to the repair or replacement, without charge, of any product which is returned to Globe at buyer's expense and is determined by us to be defective in materials or workmanship, but is otherwise serviceable. This warranty shall not be effective unless the products are used for the purpose for which they were designed and are used by trained personnel following proper emergency medical, rescue or recovery procedures and in accordance with the product's warning, use, inspection, maintenance, care, storage, and retirement instructions. Failure to properly care for the garment will lead to a shortening of the serviceable life, "Serviceable" refers to the general condition of the garment which can be expected to provide at least reasonable limited protection against the hazards from which the garment was designed to protect. °Serviceable life° is the period of time protective clothing, which has been }properly cared for, can be expected to provide reasonable limited protection, "Defects in Materials" refers to weak areas or other flaws caused by irregularities in their manufacture, "Defects in Workmanship" refers to improperly manufactured seams, stitching, or other construction methods, This warranty does not cover wear and tear nor damage from fire, beat, chemicals, misuse, accident or negligence. THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING IMPLIED WARRANTIES OF MERCHANTABILITY ANIS FITNESS FOR A PARTICULAR PURPOSE_ The remedy of repair or replacement for breach of this warranty shall be the sole and exclusive remedy and Globe Lifeline, LLC shall not under any circumstances be liable for incidental or consequential damages. 37 Loudon Roel, Pittsfield NH 03263 a -o SOO-232-8323 F03-431;-3323 `v., 800-442-6386 603-435-09S mvw. glob e rireso fts. co rr? MOO fir nghfursaitb o 9168 911trns - 818br, Iffelble a 910ho tautBear 0 910ho EAKS 4109 Page 804 of 985 lined Wdyrraflty for V/9P9 faAe r Fryteefive f9fftwedf Globe Footwear, LLC warrants its protective footwear to be free from defects in materiels and workmanship for a period of one (1) year from the date of purchase when properly used and cared for. Our obligation under this warranty shall be Ifmfted to the repair or replacement, without charge, of any product which is returned to Globe at buyer's expense and is determined by tis to be defective in materials or workmanship, but is otherwise serviceable. This warranty shall not be effective unless the products are used for the purpose for which they were designed and are used by trained personnel fallowing proper procedures and in accordance with the product's warning, use, inspection, maintenance, care, storage, and retirement instructions. Failure to properly care for the footwear will lead to a shortening of the serviceable life. "Serviceable" refers to the general condition of the footwear which can be expected to provide at least reasonable limited protection against the hazards from which the footwear was designed to protect. "Serviceable life" is the period of time protective footwear, which has been properly cared for, can be expected to provide reasonable limited protection. "refects in Materials" refers to weak areas or other flaws caused by irregularities in their manufacture. "Defects in Workmanship' refers to improperly manufactured seams, stitching, or other construction methods This warranty does not cover wear and tear nor damage from fire, beat, chemicals, misuse, accident or negligence, THIS WARRANTY IS EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING IMPLIES] WARRANTIES OF MERCHANTABILITY BILI`f AND FITNESS FOR A PARTICULAR PURPOSE. The remedy of repair or replacement for breach of this warranty shall be the sole and exclusive remedy and dobe Footwear LLC shall not under any circumstances be liable for incidental or consequential damages. GNU finfthbw EMIN Q, ludo 10kag a fibblit m a rJobs fniaruum * Who 90S 4109 Page 805 of 985 Lifetime Warranty and Terms of Sale 1, Express Warranty—Cairns products and/or com- ponents furnished under this order carry a Lifetime Warranty against material defects and/or faulty workmanship, with the exception of the helmet shell, which carries 3 5 -year shell replacement warranty. Cairns/M5A shall be released from all obligations under this warranty in the event repairs or modifications are glade by persons other than its own or authorized service personnel or if the warranty claim results from abuse, misuse, or normal wear and tear of the product. No agent, employee or representative of Cairns/MSA may bind Cairns/ SA to any affir- 2, Exclusive Remedy—It is expressly agreed that the Purchaser's sole and exclusive remedy for breach of the above warranty, for any tortious conduct of Ca i rns/MSA, or for any other cause of action, shall be the repair and/or replacement, at Cairns/MSA option, of any equipment or parts thereof, that after examination by Cairns/VISA 3. Exclusion of Consequential Damages— Purchaser specifically understands and agrees that under no circumstances will Cairns/MSA be liable to Purchaser for econorrlic,special, indicen- tal, or consequential damages or losses of any Dine/ whatsoever, including but not limited to, Notc;Thi'-r#.i:k�.1inco-alnsanly3 Curlx,laieHeadquarters Pncm! dcsn ixr{xi u1 I hr L1 WLIOs FU. Lax ;; F, PYicharph. PA •S:$u USA srcwn. whdc 11S{'y aryl p l fWM.1 qef '9c%Ir .1v 96f 3ouu L303711it:_5 arc SCS I:r:l, urdw lei m W.fflwile.wlll Or c"istancc9',h;.11 ;hr !;,rni-.iL.% U.S. Custolnpr 5, mire Center be used by untrai'i 6 c.T uui{uali ai j PIinnr i Roo ?ASA 333: Iqd141dua1;pridnulwdilthe I�ix i-evo-f,f7-019> product myt, ir:.I i:)"w i-aluL1111.1� MEA Canada aff} Warr. nip v ra ukb-r. pfiwiJP.d N1'rn:C Suu-267-11572 liar , b-cn tho'uurhl4 1 rafI rel rax ardmto.d.On1};'it'ycm11 rn i:e cam Pict: ano dth, .gid r� MSA Mulm :rdarn',at10n r0�'rri r��n_N Pty I& ke�'i5313357�' .r."'°�• prop=' -r u:c and rare of c rdx r2-Sr-A59�133n I hP.&e prcduns. ' _;� MSA Ince mah"al rl Ftrmm .t12 -967-4;+A ID }600-09-1410 f ]tri 4005 rax 4¢-763.3451 q, r.751, 20^, Priniol in I i.SA. mation, representation or modification of the warranty concerning the goods sold under this contract. Cairns/RASA makes no warranty con- cerni ng components or accessories not man ufac- tured by Cairns/MSL, but will pass on to the Purchaser all warranties of manufacturers of such components. THis WARRANTY 6 IN LIEU OF ALL OTHER WARRANTIES, EXPRESS, IMPLIED OR STATUTO- RY,, AND +S STRICTLY LIMITED TO THE TERMS HEREOF. MSA SPECS ICALLV DISCLAIMS ANY WARRANTY Of MERCHANTABILITY OR OF F-IrNESS FOR A PART;CULAR PURPOSE, are proven to be defective. Replacement equip- ment and/or parts will be provided at no cost to the Purchaser, F0.13, Purchaser's named place of destinationk Failure of Cairns/NASA to successful- ly repair any nonconforming product shall not cause the remedy established hereby to fail of its essential purpose, loss of anticipated profits and any other loss caused by reason of the non -operation of the goods. This exclusion is applicable to claims for breach of wa rranty, tortious conductor any other cause of action against Cairns/MSA. Offices and representatives waTILIWIde F01 rulI11r.' il"rUr11-0L-01': 4 i o Serving Ihofirm &BrVJae VIN 1934 .' 10 -Year Warranty and Terms of Sale 1. The fffectNoD7tcoftbisftkYear WarrantyfarCairns"FireHelmetsiSJ@nuary1,2015.All Cairns FirehWmots man. facturedonarafterJOIRiaryI.21015, Sha 11 be covered by th a terms Issued u n der this warrarFty. This wa rranty super€ed es aq prl rEted or electronic wa rranti es. provided with a Cairns Fi re Helmet which was J'narLufactuTed on or after January 1, 2015- �, All Cairns Fine Helmets maafuFad ured afore January 1 �O1.S, shat€ be covered by the term& issued under the previous Warranty - 3, Express Warranty—Mine SafpLy Appliances Company, LLC (MSA) warfants MSA (aims Fera IIclmets. manufactured or, or after January 1, 2015, to befree frolrF defects in materials andlaxfoLilly workmanship for a period of tcn (10�yea rs from the date of manufacture by MSA. -chis warrri Wy appNes to all: originalassembled comps lapmts of the fire helmet i17cltEding'sh01, impact capasserillbly; suspension; retrorenectiyetrloi, ear laps; and face5hield nr gaggle. 4, Release of obligations—MISA shal3 be released from all obl lgations under th is warran[y in t 11 P m- ent that repa irs ar mad ifacot ions are mad a by persons oth er than its own ox authorized service person n el, or If the warranty claim raw Its frog a€cid ent, a Iteration, misuse, o r a bust. MSA makes no warrant y conceml ng replacement ca mpon2+115 {I-a.r ane that was not dart of t1i a original assembly) or noon -certified accessories, but w i11 pass on to the Pu r€haser a It wa rrantf es of maordfactu mrs of such components, This wa rranty is in lieu of a 11 oth or warrantles, express, im plied or statuto ry, a nd is strictly 1i mited to the terms hereof, MSA specifically disclairn5 any warranty of merchantability or oFfilness fora particular purpose. 5, Exclusive Remedy—It is expmr sly ag reed that the f'urchdsprrs sole and excl usive remedy for breach of the above warranty, for any to rtious Gond u ct of MSA, or for any other cause of action, SWI be the repair anWor replxemel1r, at NISA's option, of any equipment ar parts thereofr that aftor exdtriiitation by MSA are proyen to bedefecfiwe, Replacenierktequipmoitandforparn wvilI be prpalded at no cost to the Purchaser, F.0 B. Destination, Fre ight P repa id, to Nle purehas&s. na med d estinatl obi. Fail u re of MSA to successful ly repair a ny non€onforen ing product shal I not ca u se the rem edy establi sheet here by to fai I of its essential purpose. 6. Exclusion of Accessories—Accessories are not a part of the €crtifLed product but could brf attached to the €ertified product by a means not engineered, manufactured, orauthorized bythe rilanuFacturer- MSACairnsRdMt l Accos,saries made avaitablefar puech isc byMSA are excluded from this warranty- M5A Cairns HElmet Accessorles indudcare but not limited to; #rant -piece holders, front-plecPs, front -piece bra€ketsr a11[t Pourkes- 7, FWusioxL of Consequentlol Damages -Pur€haserspeclfl[aliyi nderstandsand at roes that under no circumstalices will MSA be liable to Purchaser for iconami4 speuialr indlcentai, ar consequential damages or losses of any kind wbats0ewr.r, including but not 11ml1:0 to, loss of anticipated Pro Flis and any oth er I ass caused lay reason of the nu n-operarion of the goods. Th is exclusion is applicable to c aims for broach of wa rranty, tortious con duct OF any other Cause of action against MSA. This warranty 3s in lieu of all o#tier warranties, expressed imptted, or statutory i nrlud ing, but not I invited to, any implied warranty of merchantability or fitness for a particular purpose. lin additlon, M5A expressly disclaims any liability for economic, special, incidental, or €onseq uentiol damagcls in any way connected w tth the sale. or use of MSA products, incl uding, but not limited to, loss of anticipated profits. 8, MSA reserves the right to review and update the wvarra n ty terms, as needed, to cam ply wi th app If nibl a laws or Standards, i mss -11heSoFeLyCompany mtfttamda 1000 Crerl*i ;vc<^MW Rocs 1-50.02-2M +.rf. C1d11b"r0.s,!h!rVA irr,r,r, Fac I. rr4 .r,711M ;'r.1 y P.',7m f1-0 uI,OGG} }ASQ r,IRM1KU i �.> vwwM5,4s8re7y€bm lryxr 01 &79 573 X28 .. . U.S. CIIStUnIRF NIM6knteF raa p44737711Jti rhnnr 1 WA .45k12222 MS/, In7urnallonal k� .... • i Fax 1-0 }57-039& Vhonc 721 -M -a625 ................. . t• Y ni Ie.uL201 PrInuI1ry201 FAXTdi1Z414r7r3 The cr�etyCompany f}MS0.3[ISi !'rinlRdIA U.S.A.U.S„5, Fax l33 J45-1713 „ Page 807 of 985 BENFI-1 OP ID'Ra 1 rt CERTIFICATE OF LIABILITY INSURANCE CATEJrdML'€MVVj 1113012016 TRIS CERTIFICATE tS ISSUED AS A MATTER OF IWORMATION ONLY AND C014FERS NO RIGHTS UPON THE CERTIFICATE HOLUER- THIS CERTIFICATE DOES NOT AFi=IRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVE RAGE AFFORDED BY THE POLICIES RELOW, THIS CERTIFICATE OF 1NSURANC15 DOES NOT CONSTITIJTF A CONTRACT EFTWEi--N THE 1SSUING INSURER13j, AUTHORIZED REPRESENTAT E O#; PRODUCER, AND THE CEERTIFICATE HOLDER. IMPORTANT: ff the oaritFlcste holder is an ADIATIONAL INSURED, Iho Pollcy{les) must be endnrsad. if SUBROGATION IS WAIVED, subject to the terms and cnndll,ons of the policy, gertaln policies may Tequire an andarsament. A slatement an this ceetlfleate does nnl aonf9r rlglits to the cerftflcafe holdeT in lieu of such endorseme0 . prgobLK%R NAME: Beth Hill TMD1 . {F} PRONE P.O. Bax 6 89 (arc, Lea, rig! 251-472-004 F,�c E . Na): 251-473-9010 F{FAIL M4h;re. PLL 36660 ADDRESS - Both HIP s INSURED#I a�:FGR6'N6 COVERAGE _ ... k�.41C YI INSURERA; Arch Insuran"Ce CO- ..._ ..... .".. ........— ... ".. .. .... rNSLIRED Bennett Fire Products Co., Inc INSURER0;7he Hartford Insuranee Group ... 22357 PO Box 2458 R INsuRERa ; WoodsWcK GA 30189 INSURER 0 INSURER E' I ... INSURER r COVE=RAGE=$ CERWICATE NUMSER: RF-VI51ON ryUM16h; c: -17*8 IS TO CERTIFY THAT THE FoLIC II=3 OF INSURANCE LISTED BFL04W HAVE BEEN ISSUED TO THI= INSURED NAMED ABDVF FOR THE POLICY PE 11100 4 ENDICATED. NOTWITHSTANDING ANY REQUI RrcM ENT. TERM 0 CONDITION OF ANY CONTRACT OR OTHER DOGtIMENT WITH RESPECT TO WHICH THIS OERTIFICATE MAY BE ISSUED OR MAY PERTAIN- THE INSURANCE AFFORDEt) BY THE POI-ICIES DESCRI13r-D HEREIN IS SUBJECT TO ALL THE TERMS, EXP-WSIONS AND CON01 TI ONS OF 5UCH POLI CIES. LI41ITS 23HOM MAY HAVE B EEN REDUCED BY QAl D CLAMS. I r{ TYKE INSURAh9CE PaLICYNUMl3ER hUlld EFF Pwcu LIMITS A y : CDMMERCIAL GENERAL LLA9vey1"b ACcOFDANCE WITH THE POLICY PROVISIONS - Lake catinty, a political sula- .I I OC�U?rEW I: AUTRI)RIZED REPRE81Er-01'n'I IVL -TavaresL FL 32770-7800 ccc'�r IIr1J=GL0653 1t1 03!1412016 '& IQ -- L-riIF0 0aM4?;!U1Y T rAr') I�tnr,k ��i r11x•�Sai7� ' S 5,00Q ISP.'-f.'i ?%. a ADY NdikY 8 1,0t}Q,00 i GEr rL 1L1REf;AI L L ISS I A' P: Ir9 PER {'rfJ-F.'Jw A , fRECok-re ICIf .r.. IECT I L'}ti' O--IEI is CCS�RIhF_IJ�S ;+}I.l-. I �u• .� QQ, Q ALfTOMOBILE LiABUTY 03N41201a 03M412017 :117r,IlY"N:Uvperaencn? # A ILNY'XOJI0 ... ELL O}4TY -.... ^C:'CCLLEo j E!(;L)II Y eJ,1 IRY ID':I uw.-elr.7': f .. I rrr]'NNtr �FRC'P-Iz'YL�OAW-F : .€ : I Irn hTOS h1JLO9 (Fir ;:1^.i:i{k7:1 .... ".. 5 UM13RELLAUA9 i rNC'I,.CC--Rd:WE .." $ "... EISCESSLIhH vLAh15-F{,bL.t +�;�=F -.CxTE ..." ... . k CFL; I P TrknoN S rEri I I WORKERS COMPENSATION S' TUTE =I� I3 AND EMPLOYERS' LLa61LLTY-"' ANY IV-ZI1+k 11PPARTT�rL,+<ECUTaE *�FiJR '21 ECZ8V74 1F+Fk'11VIIS 12V)2016 { 100,00 EL.��[;Fw:t'llll"rJT OF=1GEr<,n1eyF%FIr'�>x'I;r}-" Wartd~!rkiNH)�L.'ISEAZE- Ea. rVPI :l'r:r, � 4 _.. I F•1._IiL+}L17�erQQ006 r:'r.:Rlr'-10h E i. 'JIv'trtk't - I "7_I{:'Y I .kil $ 0E9CFUTI9441 C)F oP6RATIONS f LOCATMN9 f VkHIL:Ut8 (AC60D 161, AddHlonel Romo6s Schedeit, may Ue aRachod If mm sp3co is r [Luiredl Lake County Is named as additional Ir1sured with respect to neral Il ability, per t11e attached fora, 00 OL0596 50 04 10 if req ui recl by wrlftern contract r. 1% r Ir I4t41 �►+�✓�� - - - LAKE004 9ft0ULD ANY OF THE ABOVE DESCRIBED POLICIES 9E CAKUELLEO 2EFORE THE EXPIRATION DATE TMRREOF, NOTICE WILL IBE DELWERED It[ ACcOFDANCE WITH THE POLICY PROVISIONS - Lake catinty, a political sula- dlvnsnon Of the stats' of FL & The Board of Co" Commissioners P.O. Box 7800 AUTRI)RIZED REPRE81Er-01'n'I IVL -TavaresL FL 32770-7800 Lv itFuu-lUl4;Au. mw k vmrvnm I iv"' Fill I IL,. PILa Paao3 rou, ACO RD 25 (2014f01 } The ACORD namo and Ingo are r8glate md marks of ACORN Page 808 of 985 7.D. Requested Action by Commission: Approve Task Order UT -313-02 with AECOM in the amount of $183,200.00 for the Coquina Cove Stormwater and Water Main Improvements project in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category B awarded by City Commission on August 20, 2018 and renewed on September 7, 2020 through September 6, 2021. Explanation of Request: Boynton Beach Utilities is utilizing the General Consulting Services Contract (RFQ No. 046-2821-17/TP) to support implementation of the Utilities Capital Improvement Projects. AECOM will provide data collection, stormwater modeling, water main upgrade design, construction plans and specifications, permitting assistance, bid phase services, public engagement, and services during construction for the Coquina Cove neighborhood stormwater and water main improvements. The Coquina Cove neighborhood is prone to flooding with water ponding during rainfall events creating a nuisance that affect the residents' daily lives. How will this affect city programs or services? Will allow for an improved level of service to the neighborhood by reducing flooding and providing improved ingress/egress during major and minor storm events. In addition, the existing water main in Ocean Inlet Drive will be replaced, resulting in improved service and fire protection for the neighborhood. Fiscal Impact: Funds for the project are available in the Utilities Cl P account. 403-5000-538-65.09 Alternatives: Not proceed with the project and continue the existing Utilities Stormwater Division's maintenance operations to respond to emergency flood relief in the neighborhood. Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Page 809 of 985 Attachments: Type QLAOtE)S Ca: intract Description Fliroposa11 (.,)ENIIE)ir'4C0111SLARillIg Cointiract Page 810 of 985 /� _r/'� M Imagined. /r'\�`�„//I� Delivered. Mr. Joe Paterniti, PE Utility Director Boynton Beach Utilities City of Boynton Beach 124 E. Woolbright Road Boynton Beach, Florida 33435 AECOM 2090 Palm Beach Lakes Blvd., Suite 600 West Palm Beach, FL 33409 aecom.com January 19, 2021 City of Boynton Beach — Coquina Cove Drainage Improvement Project Dear Mr. Paterniti, This proposal constitutes AECOM's scope of services for the Coquina Cove Drainage Improvement Project. AECOM assumes this work will be as a purchase order executed under the renewed agreement between the City of Boynton Beach and AECOM Technical Services Inc. for General Consulting Services Scope B — Infrastructure Improvements and Evaluations dated September 16, 2020. Attached is our scope of services for your review and approval. We are excited to be working with you on this very important project. Should you have any questions or need any additional information concerning this scope and fee, please contact me or Amy Eason, PE at 561-515-3925. Sincerely, Karen Brandon, PE Principal Engineer/Associate Vice President AECOM T. 561-684-3375 M: 561-719-4308 E: karen.brandon@aecom.com Enclosures aecom.com Page'811 of 985 O TASK ORDER # UT -313-02 January 19, 2021 FEE PROPOSAL AND SCOPE OF SERVICES CITY OF BOYNTON BEACH Coquina Cove Drainage & Water Improvement Project Design and Permitting Services A. Project Background The Coquina Cove neighborhood is located east of US 1, west of the Intracoastal Waterway, south of NE 15th Place and north of the Boynton Canal. The neighborhood is approximately 15.5 acres in size and consists of two roadways, Ocean Inlet Drive and Shore Drive, and 64 single-family residences. The existing drainage network is insufficient to serve the area and needs to be modified and supplemented. Based on the existing survey information, there are only two small outfalls. The City has recommended that the project include a complete standard paving, grading and drainage project with replacement of an existing AC Watermain on Ocean Inlet Drive and associated utility relocation to accommodate the proposed drainage system. A detailed survey of the road rights-of-way and limits is important to define the limits of the road construction and private improvements, such as pavers and landscaping. The survey will be performed by the City's surveyor under a separate contract to the City. Exhibit A shows the project area. B. Scope of Services The City has asked AECOM to provide the following services: • Geotechnical Investigations • Stormwater Calculations • Water Upgrades • Sewer Relocation (as needed) • Construction Plans and Specifications Preparation • Permitting • Bid Phase Services • Public Engagement • Services During Construction Task 1.0 Project Management Project Management activities comprise contract administration, coordination of project staff, monitoring of progress and project costs, monthly reporting of project progress to the City, and maintaining a project Quality Management System during the engineering design phase of the project. AECOM will utilize the City's e -Builder website for the submittal of deliverables and invoices. Page 812 of 985 AECOM will attend meetings with representatives of the City as part of this project, as follows: a. Project kick-off b. Monthly Design progress / review meetings Task 2.0 Geotechnical AECOM will be providing geotechnical work through our subcontractor, Terracon. This task includes three (3) field permeability tests to provide information for the possible use of exfiltration trench that will be taken approximately 2 feet below the existing water table. When performing the test, Terracon will determine the seasonal high groundwater elevation along with the soil profile that will be considered typical for the neighborhood. Terracon will also provide three (3) borings within the roadway to determine the existing road section and two (2) ten (10) foot auger borings to determine underlying soil conditions. Terracon will also provide a typical paving recommendation for the area. The geotechnical proposal is provided in Exhibit B. Task 3.0 Preparation of Construction Plans and Technical Specifications AECOM will provide contract drawings of the project area using the survey information provided by the City's surveyor. AECOM will utilize City of Boynton Beach design and construction standard details, or Palm Beach County standard details where applicable, in the preparation of the documents required for this project. A specification sheet contained in the plans, referencing FDOT standards, will be used when there are no local standards. These specifications will be based on standard terms commonly used in construction contracts and will be edited to suit the project. There are limited existing outfalls for this neighborhood. The proposed drainage system shall consist of new piping, inlets, and outfalls to improve drainage and reduce localized flooding. Water quality structures will be included with possible exfiltration trench, where feasible. There is an existing AC water main on Ocean Inlet Drive. The City desires to replace this main with an 8" diameter water main due to its age and to provide fire protection. There is an existing ductile iron water main on Shore Drive that is in good condition according to the City. The City has indicated that lining of the existing sanitary sewer mains on Ocean Inlet Drive and Shore Drive are included in the next phase of the City's Capital Improvement Project Plan and are not part of this project. If sanitary sewer modifications are needed, lining of the sewer main shall be considered. The only anticipated changes to the sanitary sewer are the laterals to the homes, which the City desires the laterals to be placed above the proposed storm sewer. As part of this scope, an alternatives analysis shall be performed to evaluate an appropriate solution to address water quality and level of service concerns. Initially, the 2 Page 813 of 985 system will be evaluated at a level of service as specified in the CDM report dated July 2020 titled "Downtown Watershed Stormwater Model Update", which indicates a level of service as follows: Roadways • 0.5 feet or less of road flooding for the 10-year/72-hour design storm event • 0.8 feet or less or road flooding for the 25-year/72-hour design storm event Buildings/Homes • No building flooding for the 100-year/72-hour design storm event Pre -project versus post -project hydrologic and hydraulic modeling is included in the analysis and the pre -project analysis may be included as an alternative for a "do nothing" scenario. Water Quality volumes shall be calculated per the South Florida Water Management District Basis of Review. The analysis will also include a cost estimate for each alternative. After the alternatives analysis has been reviewed by the City, a conceptual plan of the decided solution will be developed. The Conceptual Plan at approximately 30% design and conceptual cost estimate will be submitted and approved prior to moving to the 60% design. AECOM shall coordinate with all utility agencies (Florida Public Utilities, FPL, AT&T, and Comcast) to identify conflicts and coordinate with the agencies on design relocations, as necessary. The following is the anticipated drawing list for the project with plan and profile at a scale of 1"=20' (assuming a street length of approximately 2,890 LF): • Cover Sheet (Title and Vicinity Map) • Drainage Site Plan • General Notes and Abbreviations • Plan and Profile • Utility Plan and Profile • Details • SWPPP Plan • Supplemental Specifications After incorporating comments from the 30% plans, AECOM will proceed to the 60% plans and cost estimate and submit to the City for review and comments. After the 60% submittal has been reviewed and approved, plans, technical specifications, and an engineer's estimate of probable construction costs will be developed and then submitted at the 90% completion milestone. The engineer's estimate of probable construction cost will be based on the schedule of bid items and will be provided at each submittal phase. Page 814 of 985 After submitting the 90% documents and the City has reviewed and approved the deliverable, AECOM will conduct a value engineering process to optimize the design at the best price. Task 4.0 Permitting Activities Permitting activities will consist of the following efforts and will begin after the 60% submittal and review phase: a) Preparation of SFWMD Environmental Resource Permit for the construction of a surface water management system including a SWPPP plan sheet included in the construction documents. The permit application will be submitted using the SFWMD's E -Permitting process. b) Preparation of City Right -Of -Way permit. c) Florida Department of Environmental Protection and Health Department Permit for Utilities d) Preparation of a FDOT right-of-way permit for the entrance as well as any utility connections that are needed. If feasible, a Drainage Connection Permit may be needed if one of the alternatives discharges to the FDOT system. e) AECOM will prepare responses for up to one Request for Additional Information (RAI) made by regulatory agencies following submittal of the permit applications. Responses required by additional agency requests for additional information will be considered an Additional Services item. AECOM shall obtain City's approval in writing of any resubmittals. AECOM shall incorporate permit agency comments into the 100% contract documents (bid ready). f) One meeting with each regulatory agency is anticipated. The Contractor will be responsible for obtaining the final City ROW permit. If any de- watering permits are necessary to conduct the work, their acquisition will be the responsibility of the Contractor, unless they are required by SFWMD in advance of ERP permit issuance. Quality Control Reviews As part of AECOM's compliance with ISO 9001 certifications and QA/QC engineering practices, we will be conducting internal value engineering and QA/QC technical and financial meetings at various completion milestones for the project to enhance value to the City. Results will be incorporated into the deliverable at each milestone. Deliverables: AECOM will provide the City with the following deliverables: • Alternatives Analysis Evaluation Letter Report • Conceptual Design Plans based on recommendations from the Alternatives Analysis Evaluation Report and conceptual cost estimate • 60% Plans and Cost Estimate 11 Page 815 of 985 • 90% Contract Documents (plans, technical specifications, and cost estimates) • Tabulation of Value Engineering Cost Savings • Permit application packages • 100% Contract documents (bid ready) Each deliverable will consist of electronic copy in pdf format. Task 5.0 Bidding Services AECOM will assist the City during the bidding and award of the project to a single general contractor. The following tasks are anticipated: A. Provide the City with electronic copies of the final contract documents B. Attend pre-bid meeting C. Respond to questions from prospective bidders during the bidding process D. Review and provide comments to proposed addenda E. Assist the City in review and evaluation of bids F. Provide a written recommendation, and G. Provide up to four (4) sets of Conformed Documents for the Contractor. All other Document copies will be provided electronically. Task 6.0 Public Engagement Services AECOM will provide Public Engagement Services through The Merchant Strategy, Inc. (TMS). The Public Engagement proposal is provided as Exhibit C and includes the following subtasks: Subtask 6.1 Project Meetings • Develop a Public Involvement Plan (PIP) • Attend Project Meetings with the City, Staff from various Departments, other suitable Stakeholders and AECOM Project Team. • Follow up with Progress Report Subtask 6.2 Neighborhood Outreach Support Materials and Activities TMS will assist in providing the City with drafts of all Neighborhood Outreach documents and will edit as needed to final approval. Services will be provided through completion of construction. Design services are assumed 4 to 6 months and Construction Services are assumed for 12 months. The list below represents all necessary support documents for Virtual Public Meetings. Develop, print and preparation for delivery of Virtual Public Meeting Invitations for two (2) virtual meetings to all Property Owners/Residents/Tenants and stakeholders Assist with Meeting Agenda Development/Refinement 5 Page 816 of 985 Resident Mailer list and labels Resident Mailer coordination and distribution (labor) Project Factsheet (Used as Project Update tool at various stages of the project) for each virtual meeting Subtask 6.3 Schedule, Coordinate and Conduct (2) Virtual Neighborhood Outreach Meetings • Conduct two (2) Neighborhood Outreach Meetings • Progress Reports Subtask 6.4 Neighborhood/Resident Easement Canvasing • Attend AECOM Meeting regarding Easements required, issues/concerns and City concessions. • Assist City/AECOM develop Resident approach strategy • Conduct Easement discussions with subject Residents • Progress Report Subtask 6.5 Neighborhood Construction Notifications Up to four (4) Construction Notifications will be e-mailed and/or mailed to all Residents. These Notifications will outline detours, road closures, service interruptions and other important information that assist in easing the inconveniences and nuisances of the construction phase. Subtask 6.6 Resident Communications Phone Line The Merchant Strategy will set up project telephone hotline, voicemail, man, maintain, and report all activities and Resident communications. Actual costs associated with the set up and maintenance are included in TMS services. The following is based through the end of the contract. • Hours of Operation: Monday -Friday 8 am — 5 pm • Monthly Hotline Activities Report Subtask 6.7 Social Media TMS will monitor Next-door application, Ring Doorbell application, and Facebook for activity in the Coquina Cove accounts to watch for and respond to concerns, comments and/ questions about this project. TMS will also utilize these platforms to post notifications Subtask 6.8 Project Webpage The Merchant Strategy will create and develop a project webpage to be hyperlinked to the City's website for continual public outreach, including updates and questions through completion of construction contract. Merchant Strategy will post updates, MOT changes, 6 Page 817 of 985 notifications and any other needed information to the project webpage throughout the duration of the project. Information will be provided to client for approval prior to posting. Task 7.0 Services during Construction AECOM will provide services during construction as outlined below for the duration of the project through Final Completion. Services are described as follows: Preconstruction Meeting — AECOM will attend the preconstruction meeting between the City and project representatives to assist in explaining construction administration procedures. Engineering Services — AECOM engineers will provide necessary inspections at key points during project construction to certify the project. Our level of effort is budgeted at three hours for seven (7) site visits. Contractor Submittals — AECOM will respond to - requests for information (RFIs) by the Contractor and will review - shop drawings submitted by the Contractor to determine general conformance to the design concept and project manual. AECOM will provide a review and submit comments regarding acceptance status for each set submitted using the City's eBuilder program. Proposed Change/Field Orders — As budgeted, AECOM engineers will review design related change/field orders submitted by the Contractor. Review will address conformance to original design concepts and cost-effectiveness. AECOM will evaluate requested price changes and time extensions for proposed change orders and make recommendations in writing via the Construction Manager. Substantial Completion/Final Acceptance — Key members of AECOM's team will conduct a substantial completion inspection of the work with project representatives and the Contractor and provide written recommendations in the form of a punch list for acceptance of the work. Once the punch list items have been completed, a final inspection will be performed for confirmation. Record Drawings and Certification Submittals — AECOM will review the signed and sealed record drawings provided by the Contractor's surveyor showing changes made during construction, as provided by the contractor, and as required in the contract specifications, depicting any significant deviations and changes in the Contract Drawings. It is assumed that all required testing will be performed by an independent testing company and paid by the contractor and results will be provided to AECOM. AECOM will provide for Certification of Completion of Construction type forms and submit them to the governing agencies for final acceptance. 7 Page 818 of 985 C. Assumptions 1. Acquiring new easements or rights of way required for the project are not included as part of this project. AECOM will support this effort through public engagement, only. The City will be contracting with a surveyor to prepare the sketch and legal descriptions as needed for this work. 2. Traffic Control Plan (MOT) will be by the City's selected contractor. 3. The design drawings will be based on plan scale 1 "= 20' horizontal, 1 "= 4' vertical on Palm Beach County property appraiser aerial photos on 24"x36" paper for construction with reduced prints for construction on 11"x17" paper (therefore a 22"x34" sheet border will be used). 4. All permitting fees under this scope of work will be paid by the City. 5. Environmental services are not included in this scope of work. Should they be required during the permitting process, these services will be considered Additional Services and compensated as such. 6. Front end documents will be provided by the City for use in the Bid Documents. 7. The Contract Documents will be prepared as a single package. 8. A single bidding effort is assumed. 9. Our default submittal will be electronic unless specifically required by permit to provide hard copies. 10. It is assumed that there are no contaminated soils, endangered species or habitat, archeological artifacts, or other sensitive environmental issues to be avoided during the design and construction. 11. The City will provide AutoCAD standards that will be followed regarding sheet borders, fonts, layer names, etc. 12. The design is to be based on the local codes and standards in effect at the beginning of the project. Revisions required for compliance with any subsequent changes to those regulations is considered an additional service item. 13. During construction, regular progress meetings will be conducted by the City. AECOM will not attend the progress meetings. The City will report to AECOM as needed on issues that are brought up at the meetings. 14. Review of monthly pay requests will be completed by the City. If the City would like AECOM to perform this task, additional scope and fee may be needed. 15.A condition assessment is not part of the scope, it is assumed that the City is proposing replacement of utilities due to older materials such as AC pipe, which will be required to be replaced. 16.A capacity analysis of the utilities is assumed to not be needed except on Ocean Inlet Drive. All other existing sizes of the utilities are to remain the same. 17. Hydraulic modeling for the water main is not included in this scope. 18. Groundwater modeling or containment plume modeling is not included in this scope. 19. The design of relocated utilities such as those by the following agencies, Florida Public Utilities, FPL, AT&T, and Comcast, are not included in this scope. Page 819 of 985 D. Contract Reference This Task Order shall be performed under the terms and conditions described within the Consultant Agreement for General Consulting Services Scope B -Infrastructure Improvements and Evaluations renewed effective September 7, 2020 between the City of Boynton Beach and AECOM Technical Services, Inc. E. Additional Services The following are examples of some specific Additional Services Items that may be required, however, are not included within this Task Order. Generally, a condition contrary to the work description herein (upon which the design fee is based) is considered an Additional Services item. Examples include: 1. Development of property descriptions of easements, road rights-of-way, etc. Preparation of right-of-way or easement boundary surveys. 2. Soft digs, should conflicting underground information be found in exceedance of the allowance. 3. Threatened or endangered species and species of special concern permitting or relocation work. 4. Environmental Studies (seagrass surveys, etc.) 5. Archeological/Historical preservation permits, studies, or reports. 6. Analysis of additional corridors 7. Dewatering plans or permits 8. Groundwater modeling for contaminated sites 9. Condition assessment of utilities 10. Hydraulic modeling of water main These and other services can be provided, if desired by the City, under separate Task Order(s) or by an amendment to this Task Order. Services performed will be on an as - directed basis in accordance with a written Notice to Proceed from the City. F. Obligations of the City 1. The City shall provide AECOM in a timely manner, all requested and available record data and information related to the project as necessary for the performance of the services specified herein. 2. The City shall review all documents presented by AECOM; obtain advice of others as City deems appropriate for such review and render decisions pertaining thereto within reasonable time so as not to delay the services of AECOM. G. Compensation and Schedule A cost estimate presenting a breakdown of fees and hours per task is presented in Table 1 for a total lump sum of $183,200. AECOM proposes to perform the tasks outlined above on a lump sum basis and invoiced on a percent complete each month. The fees for each task are summarized as follows: 9 Page 820 of 985 Table 1. Compensation Table m Page 821 of 985 a. 0 15 tm Role Rate w Project Manager $210 10 0 45 10 2 10 15 92 Senior Engineer $177 29 0 62 39 14 18 45 207 Engineer $120 0 0 270 82 19 24 95 490 Total Hours 45 0 625 165 49 57 230 1,171 ITotal Other Direct Costs $350 $0 $500 $0 $50 $50 $650 $1,600 m Page 821 of 985 Design services through Permitting shall be completed within 180 calendar days from Notice to Proceed (NTP). This schedule is dependent on receiving the appropriate information for the project and expedited reviews of each deliverable. The time to receive the appropriate permits are dependent on the permitting agencies and their additional requests. Task No. Task Description 1.0 Project Management 2.0 Geotechnical 3.0 Preparation of Construction Plans and Technical Specifications Alternatives Analysis Conceptual Plans 60% Deliverable 90% Deliverable 100% Deliverable 4.0 Permitting 5.0 Bidding Services 6.0 Public Engagement During Construction 7.0 Construction Phase Services Estimated Completion from NTP 180 days 30 days 45 days 60 days 100 days 150 days 180 days 180 days TBD 180 days TBD (Assumed 12 months) Assume 12 months from TBD TBD — To Be Determined. AECOM understands that the City may not immediately bid the project. Construction time period is assumed at 12 months. 11 Page 822 of 985 Exhibit A — General Project Location Page 823 of 985 Exhibit B December 15, 2020 (Revised) AECOM 2090 Palm Beach Lakes Blvd. Suite 600 West Palm Beach, FL 33409 Attn: Ms. Karen Brandon, P.E. Associate Vice President, Water Business Line Re: Proposal for Geotechnical Services Coquina Cove Drainage Improvements City of Boynton Beach, Florida Terracon Proposal No. PHD205094 Dear Ms. Brandon: Terracon Consultants, Inc. (Terracon) is pleased to submit this proposal to provide Geotechnical services for the above -referenced project. The scope of work described in this work assignment is based on information and drawings sent via email by you on October 14, 2020 and subsequent telephone conversations with Ms. Amy Eason, P.E. of AECOM. Site Location ITEM DESCRIPTION The Coquina Cove residential neighborhood is situated on the east side of US Location Highway One and just north of the Boynton Canal in the City of Boynton Beach, Florida. Existing Site Two asphalt paved roadways (Ocean Inlet Drive and Shore Drive) that Improvements provide access to a total of about 64 single-family residences. Based on review of aerial photographs, the site appears to be covered with Current Ground Cover asphalt pavement, a landscaped median, and decorative landscaping associated with the residences. The provided topographic survey for Coquina Cove (dated April 2019) Existing Topography indicates the ground surface within the project area slopes downward from west to east from +8.5 to +4 feet NAVD88. Terracon Consultants, Inc. 1225 Omar Road West Palm Beach, Florida 33405 P [561] 689 4299 F [561] 689 5955 terracon.com Proposal for Geotechnical Services Page 2 Coquina Cove Drainage Improvements uuuu City of Boynton Beach, Florida December 15, 2020 1111111 Terracon Proposal No. PHD205094 ITEM DESCRIPTION We expect the site, and the exploration locations, are accessible with our truck -mounted drilling equipment. Given the site setting, we anticipate that the Site Access test locations will need to be positioned within the grass shoulder(s) and in the roadways and/or the landscaped median area at the entrance of the neighborhood. Because of this safety signage and cones will be required to create a safe work area. Expected Subsurface Our experience near the vicinity of the proposed site indicates that subsurface conditions will likely consist of loose to medium dense relatively clean sands Conditions and sand with shell from the surface to a depth of at least 10 feet. Project Description ITEM DESCRIPTION The project includes drainage improvements in the form of new piping, inlets, and outfalls; maybe valley gutter and pollutant control boxes. An exfiltration trench for the Coquina Cove neighborhood Project Description may be necessary to meet water quality requirements. Therefore, a K -value is desired for proposed exfiltration trench. In addition, the existing pavement component of the roadways is needed to be understood. Lastly, a determination of seasonal high water table elevation is required. Should any of the above information be inconsistent with the planned construction please let us know so that we may make any necessary modifications to this proposal. B. SCOPE OF SERVICES Ms. Brandon, P.E. has prescribed the following scope of work: Number of Tests Planned Depth (feet-bgs) Planned Location Landscape median or grassy 3 (Borehole Permeability Tests) One to two feet into water table embankment area at the west end of the neighborhood, Ocean Inlet Drive & Shore Drive 3 (Pavement Cores) Four feet into the subgrade Ocean Inlet Drive, Shore Drive and entrance roadway 2 Standard Penetration Test (SPT) Borings Ten feet deep Ocean Inlet Drive &Shore Drive IR&Hdbll to uuuui IRes�poinslive uuuur Illi o o ui efW° L 2 Page 825 of 985 Proposal for Geotechnical Services Page 3 Coquina Cove Drainage Improvements uuuu City of Boynton Beach, Florida December 15, 2020 1111111 Terracon Proposal No. PHD205094 Field Test Layout: We will use handheld GPS equipment to locate the SPT Borings, field permeability tests and pavement cores with an estimated horizontal accuracy of +/-10 feet. Field measurements from existing site features may be utilized. SPT Borings: We will advance the SPT borings with a truck -mounted drill rig using mud rotary drilling. Five samples will be obtained in the upper 10 feet of each boring. Soil sampling is typically performed using thin-wall tube and/or split -barrel sampling procedures. The split -barrel samplers are driven in accordance with the standard penetration test (SPT). The samples will be placed in appropriate containers, taken to our soil laboratory for testing, and visually classified by a Geotechnical Engineer. In addition, we will observe and record groundwater levels during drilling and sampling. Our exploration team will prepare field boring logs as part of standard drilling operations including sampling depths, penetration distances, and other relevant sampling information. Field logs include visual classifications of materials encountered during drilling, and our interpretation of subsurface conditions between samples. Final boring logs, prepared from field logs, represent the Geotechnical Engineer's interpretation, and include modifications based on observations and laboratory tests. Field Permeability Test Procedures: We will conduct the field permeability test using procedures and nomenclature developed by the South Florida Water Management District (SFWMD), namely the Usual Open Hole Test procedure. Pavement Cores: We will complete the pavement cores using portable coring equipment. Nominal 4 -inch diameter cores will be obtained for thickness measurement. The aggregate base course and subbase (if encountered) will be augered and its thickness measured. Property Disturbance: We will backfill the boreholes with auger cuttings upon completion and surface the pavement cores with cold -patch asphalt. Our services do not include repair of the site beyond backfilling our boreholes. Excess soil cuttings will be dispersed in the general vicinity of the borehole. Safety: Terracon is not aware of environmental concerns at this project site that would create health or safety hazards associated with our exploration program; thus, our Scope considers standard OSHA Level D Personal Protection Equipment (PPE) appropriate. Our Scope of Services does not include environmental site assessment services, but identification of unusual or unnatural materials encountered while drilling will be noted on our logs and discussed in our report. IR&Hdbll to uuuui IRes�poinslive uuuur Illi o o ui efW° L Page 826 of 985 Proposal for Geotechnical Services Page 4 Coquina Cove Drainage Improvements uuuu City of Boynton Beach, Florida December 15, 2020 1111111 Terracon Proposal No. PHD205094 Exploration efforts require borings (and possibly excavations) into the subsurface, therefore Terracon will comply with local regulations to request a utility location service through SSOCOF. We will consult with the owner/client regarding potential utilities, or other unmarked underground hazards. Based upon the results of this consultation, we will consider the need for alternative subsurface exploration methods, as the safety of our field crew is a priority. Private utilities should be marked by the owner/client prior to commencement of field exploration. Terracon will not be responsible for damage to private utilities not disclosed to us. If the owner/client is unable to accurately locate private utilities, Terracon can assist the owner/client by coordinating or subcontracting with a private utility locating services. Fees associated with the additional services are not included in our current Scope of Services. However, the cost for this service is shown under Compensation & Project Schedule should it be determined that you would want to engage this additional service. The detection of underground utilities is dependent upon the composition and construction of the utility line; some utilities are comprised of non -electrically conductive materials and may not be readily detected. The use of a private utility locate service would not relieve the owner of their responsibilities in identifying private underground utilities. Site Access: Terracon must be granted access to the site by the property owner. By acceptance of this proposal, without information to the contrary, we consider this as authorization to access the property for conducting field exploration in accordance with the Scope of Services. Client Provided Information: We request copies of any surveys and record drawings (as-builts for existing construction) for the project area. Engineering Report: We will provide an engineering report that includes the subsurface profile(s) encountered and provides the results of the field permeability testing for exfiltration trench design, results of the pavement coring, pavement design recommendations and an estimate of seasonal high water table elevation. Compensation We will complete the scope of geotechnical services outlined in this proposal that includes completion of the SPT Borings, field permeability testing, pavement coring and an engineering report for $3,800. The cost for the private utility locate service is an additional $750. If desired, please confirm when authorization to proceed is given. IR&Hdbll to uuuui IRes�poinslive uuuur Illi o o ui efW° L Page 827 of 985 Proposal for Geotechnical Services Page 5 Coquina Cove Drainage Improvements uuuu City of Boynton Beach, Florida December 15, 2020 1111111 Terracon Proposal No. PHD205094 Project Schedule We will mobilize to the site within 7 business days of your written authorization to proceed. The field work will take 2 days to complete. Our engineering report will be delivered 5 days after the field work is completed. Your authorization for Terracon to proceed in accordance with this proposal can be issued by your IPO which will reference our MSA and this proposal (scope, fee and schedule). We appreciate the opportunity to be part of your team on this project. Please contact us if you have questions or comments regarding this proposal. Sincerely, Terracon Consultants;, Inc. Ja on DuBois Project Manager lR&Hudbll to uuuur IIIIResl oinsoli o uuuur Illi o o ui efW° L for Dou, las S. Dunkelberger, PJE. Principal Page 828 of 985 Exhibit C MERCHANI STRATEGY LETTER OF AGREEMENT with AECOM This letter of agreement is intended to set forth our understanding as to the nature, scope, and terms of professional consulting services. The Merchant Strategy, Inc., (hereinafter referred to as the "FIRM"), has agreed to provide to AECOM (hereinafter referred to as "CLIENT"),the amount of servicesfor said fees, and the manner in which those fees and related expenses will be billed. SCOPE. For the City of Boynton Beach Coquina Cove Drainage Improvement Projeci Design and Permitting Services the scope includes: Le Mal Subtask 6.1 Project Meetings * Attend Project Meetings with the City, Staff from various Departments, other suitable Stakeholders and AECOM Project Team. * Follow up with Progress Report Subtask 6.2 Neighborhood Outreach Support Materials and Activities THE FIRM will assist in providing the City with drafts of all Neighborhood Outreach documents and will edit as needed to final approval. Services will be provided through completion of construction. Design services are assumed 6 to 8 months and Construction Services are assumed for 12 months. * Develop, print and preparation for delivery of Virtual Public Meeting Invitations for two (2) virtual meetings to all Property Owners/Residents/Tenants and stakeholders * Assist with Meeting Agenda Development/Refinement ® Resident Mailer list and labels * Resident Mailer coordination and distribution (labor) ® Project Factsheet (Used as Project Update tool at various stages of the project) for each virtual meeting Subtask 6.3 Schedule, Coordinate and Conduct (2) Virtual Neighborhood Outreach Meetings • Conduct two (2) Neighborhood Outreach Meetings ® Progress Reports Page 829 of 985 Sutak 6.4 NeighborhoodIResident Easement Canvasing * Attend AECOM Meeting regarding Easements required, issues/concerns and City concessions. * Assist City/AECOM develop Resident approach strategy * Conduct Easement discussions with subject Residents * Progress Report Subtask 6.5 Neighborhood Construction Notifications Up to four (4) Construction Notifications will be e-mailed and/or mailed to all Residents. These Notifications will outline detours, road closures, service interruptions and other important information that assist in easing the inconveniences and nuisances *f the construction phase. Subtask 6.6 Resident Communications Phone Line THE FIRM will set up project telephone hotline, voicemail, man, maintain, and report all activities and Resident communications. Actual costs associated with the set up and maintenance. Are included in THE FIRM's services. The following is based through the end of the contract. * Hours of Operation: Monday -Friday 8 am — 5 pm * Monthly Hotline Activities Report Int"11 _11071FIRIMMIN07111-0, 11 � �E � I ; 04 W THE FIRM will monitor Next-door application, Ring Doorbell application, and Facebo for activity in the Coquina Cove accounts to watch for and respond to concer comments and/ questions about this project. THE FIRM will also utilize these platforl to post notifications. 0 Subtask 6.8 Project flfebpage THE FIRM will create and develop a project webpage to be hyperlinked to the City website for continual public outreach, including updates and questions throu completion of construction contract. Merchant Strategy will post updates, MOT change notifications and any other needed information to the project webpage throughout t duration of the project. Information will be provided •to client for approval prior to postin] TERM. The term of this relationship shall be from date of signing through completion of the project. In the event of termination by CLIENT, any unpaid fees, or expenses due the FIRM shall be payable through the effective date of termination. FEES. The FIRM Will provide the above referenced professional services for a fee of $23,451.16. Invoices will be issued monthly for task hours completed. No expenses will be incurred without prior approval. All expenses will be paid by CLIENT. Payment for services shall be due upon receipt of invoice. In any matter relating to non-payment of t, of4We CLIUL�. Page 830 of 985 otherwise directed or authorized by CLIENT our ordered to do so by a court of competent jurisdiction. REPORTING. The FIRM will be available to meet or discuss the status of any activities undertaken on behalf of CLIENT. ETHICAL & LEGAL CONSIDERATIONS. The FIRM agrees to comply with all applicable local, state, and federal laws, rules and regulations in its representation of CLIENT under this agreement, including applicable lobbyist compensation reporting requirements under Florida law. haron J. Merc nt Date President The Merchant Strategy, Inc. Page 831 of 985 GENERAL CONSULTING SERVICES AGREEMENT THIS AGREEMENT' is entered into between the City of Boynton Beach, hereinafter referred to as "the CITY", and CAROLLO ENGINEERS, INC., hereinafter referred to as "the CONSULTANT", in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287.055, Florida Statutes, the Consultants' Competitive Negotiation Act, the CITY'S Procurement Code, the City of Boynton Beach solicited proposals for professional consulting services from qualified engineering firms for required City services; and WHEREAS, THE CITY issued a Request for Qualifications for General Consulting Services for the City of Boynton Beach, RFQ No. 046-2821-17(TP; and WHEREAS, the City Commission designated CONSULTANT as one of several qualified consulting firms to provide General Consulting services to the CITY; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform General Consulting Services by way of individual task orders, at the request of the CITY during the term of this Agreement, including the provision of all labor, materials, equipment and supplies. The specified projects which may be assigned to CONSULTANT is in conjunction with: ® Scope Category A Water Plant Modifications, Capacity and Operations Evaluation Scope Category B Infrastructure Improvements and Evaluations Scope Category C Ancillary Studies and Services Scope Category D Transportation Services Scope Category E Architectural and Landscaping Design Services 1.2 SERVICE AND RESPONSIBILITIES 1.2.1 GENERAL: The CONSULTANT agrees to perform work assigned by Task Order(s) under such terms as set forth in the Task Order(s). The terms of the Task Order(s) shall be supplemental to the terms of this Agreement. 1.2.2 The CONSULTANT is responsible for defects in its work and in the work of its Sub -consultants' work. The term "Agreement" has the same meaning as the term "contract". Boynton Beach Utilities - General Consulting Services C-1 V.5 CLEAN FINAL Page 832 of 985 1.2.3 PRELIMINARY SERVICES PHASE: The CONSULTANT shall prepare preliminary studies and reports, feasibility studies, financial and fiscal studies, and evaluation of existing facilities, preparation of schematic layouts and sketches where required; develop construction budgets, opinions of Probable Construction Cost, and shall consult and confer with the CITY as may be necessary for the CITY to reach decisions concerning the subject matter. The CONSULTANT shall attend meetings with the CITY Commission and CITY staff as may be required, and provide the CITY with a time schedule which shall include but not be limited to submittal of all milestones related to the project up to delivery of 100% construction documents. 1.2.4 During the preliminary services phase, the CONSULTANT shall advise the CITY, based on CONSULTANT'S professional opinion and the current project conditions and reasonably foreseeable conditions of the completeness of existing data and its suitability for the intended purposes of the project; CONSULTANT to obtain data from other sources; identify and analyze requirements of governmental authorities having jurisdiction to approve the design of the project; provide analyses of the CITY'S needs for surveys; perform site evaluations and comparative studies of prospective site and solutions; and prepare and furnish a report to the City setting forth the CONSULTANT'S findings and recommendations. 1.2.4.1 Providing any type of property surveys or related engineering services needed for the transfer of interests in real property, and field surveys for design purposes and engineering surveys and staking to enable Contractor to proceed with their work, and providing other special field surveys. 1.2.4.2 Preliminary design services to be performed by the CONSULTANT shall include consultation and advice concerning the extent and scope of proposed work and preparation of preliminary design documents consisting of design criteria, preliminary drawings, and outline specifications as well as preliminary estimates of probable Construction Costs. This phase will also include preparation of a preliminary site plan or schematic drawings when appropriate. Up to six {6} copies of the preliminary design documents shall be furnished to the CITY, the exact number needed shall be determined by the CITY. 1.2.4.3 CONSULTANT shall provide environmental assessment and impact statements as required to determine the suitability of the site and its surrounds for the proposed project; and/or 1.2.4.4 Upon authorization of the CITY, the CONSULTANT will provide advice and assistance relating to operation and maintenance of project or other systems; evaluate and report on operations; assist the CITY in matters relating to regulatory agency operations review or operating permit non-compliance; assist Boynton Beach Utilities - General Consulting Services C_2 V.5 CLEAN FINAL Page 833 of 985 with startup and operator training for newly installed or modified equipment and processes, and in the preparation of operating, maintenance and staffing manuals for the project. 1.2.5 BASIC SERVICES: The CONSULTANT shall consult and advise the CITY in the following manner: specifying the extent and scope of the work to be performed; prepare detailed construction drawings and specifications; revise and update, where necessary, previously designed construction plans and specifications, whether in whole or in part, to be incorporated into the proposed work and prepare construction documents and final estimate of probable Construction Cost. The final design services shall be provided in an electronic format, and shall also include furnishing up to six (6) copies of plans and specifications to the CITY; the exact number needed shall be determined by the CITY. 1.2.6 Final design services shall also include preparation of permit applications as may be required by such agencies as have legal review authority over the project. These applications shall include but not be limited to site plan approvals or other permits and work efforts and shall also consist of meetings at staff level and meetings with the appropriate governing body and the CITY. Unless specifically provided for under the final design phase, permit application services do not include applications requiring environmental impact statements or environmental assessments, consumptive use permits and landfill permits. 1.2.6.1 The CONSULTANT based upon the approved design documents and any adjustments authorized by the CITY in each project, project schedule or construction budget shall prepare for approval by the CITY, design development documents consisting of drawings and other documents to fix and describe the size and character of each project's civil engineering, environmental, landscape, architectural, structural, mechanical, and electrical systems and any other requirements or systems, materials and such other elements as may be appropriate for a complete project. The CONSULTANT shall also advise the CITY of any adjustments to the preliminary estimate of probable Construction Costs. 1.2.6.2 The CONSULTANT based on CITY approved design development documents and any further adjustments in the scope or quality of the project or in the construction budget shall prepare Construction Documents within the number of calendar days specified within any notice issued by the CITY. The Construction Documents shall consist of drawings and specifications setting forth in detail the requirements for the construction of the project. 1.2.6.3 The CONSULTANT shall assist the CITY in the preparation of the necessary proposal information and forms. 1.2.6.4 The CONSULTANT shall advise the CITY of any adjustments to previous estimates of probable Construction Costs indicated by changes in codes, administrative and jurisdictional requirements Boynton Beach Utilities - General Consulting Services C-3 V.5 CLEAN FINAL Page 834 of 985 of general market conditions. 1.2.6.5 The CONSULTANT shall submit to the CITY for each project, electronic format and up to six (6) copies of the Construction Documents, and a further revised estimate of total probable Construction Cost. 1.2.6.6 CONSULTANT shall include in the Construction Documents a requirement that the construction contractor shall provide a final as -built survey of the project in Autocad electronic format by a registered Land Surveyor, and provide marked up construction drawings to the CONSULTANT so that the CONSULTANT can prepare and deliver to the CITY the record drawings in the form required by the CITY and as required. 1.2.6.7 Prior to final approval of the Construction Documents by the CITY, the CONSULTANT shall conduct a thorough review and quality control evaluation of the entire work product for compliance with requirements of any local, state, or federal agency from which a permit or other approval is required. The CONSULTANT shall make sure that all necessary approvals have taken place. 1.2.6.8 Prior to each phased submittal, the CONSULTANT shall conduct a thorough quality control review and assessment of the work product to determine whether the work is properly coordinated and confirm that the CITY and agency comments have been addressed and incorporated into the Contract Documents. The CONSULTANT shall provide to the CITY a Quality Assurance and Quality Control plan in a format that advises the CITY that all work has been performed as required. A report shall be submitted in accordance with those standards to apprise the CITY that due care has been taken in the preparation of the Contract Documents. 1.2.6.9 The CONSULTANT shall signify responsibility for the Contract Documents including technical specifications and drawings prepared pursuant to this Agreement by affixing a signature, date and seal as required by Florida Statutes Chapters 471 and 481, if applicable. The CONSULTANT shall comply with all of its governing laws, rules, regulations, codes, directives and other applicable federal, state and local requirements in preparation of the work. 1.2.7 The CONSULTANT shall provide the construction documents, technical specifications and drawings completed in accordance with generally accepted professional practices and principles and in a manner consistent with the level of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. 1.2.8 The CONSULTANT following the CITY'S approval of the Construction Documents and the latest estimate of probable Construction Cost shall when so directed and authorized by the CITY, assist the CITY in obtaining proposals or negotiated proposals, and assist in preparing contracts for construction. Boynton Beach Utilities - General Consulting Services C-4 V.5 CLEAN FINAL Page 835 of 985 1.2.8.1 The CONSULTANT shall review and analyze the proposals received by the CITY and shall make a recommendation for any award based on the CITY'S Procurement Administrative Policy Manual. 1.2.8.2 Any Opinion of the Construction Cost prepared by CONSULTANT represents its judgment as a design professional and is supplied for the general guidance of the CITY. Since CONSULTANT has no control over market conditions, CONSULTANT does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the CITY. If the project is not advertised for proposals within three (3) months after delivery of Final Design Plans, through no fault of the CONSULTANT or if either local market conditions or industry- wide prices have changed because of unusual or unanticipated events effecting the general level of prices or times of delivery in the construction industry, the established Construction Cost limit may be adjusted as determined by the CITY'S Representative and as approved by the CITY, if necessary. Additionally, if the CITY expands a project scope of work after the CONSULTANT renders the Final estimated probable Construction Cost of the Final Design Plans, the CONSULTANT shall not be responsible for any redesign without compensation which shall be mutually agreed to by the parties hereto. 1.2.8.3 The CONSULTANT shall provide the CITY with a list of recommended prospective bidders. 1.2.8.4 The CONSULTANT shall attend all pre-proposal/per-bid conferences. 1.2.8.5 The CONSULTANT shall recommend any addenda, through the CITY'S representative as appropriate, to clarify, correct, or change proposal documents. 1.2.8.6 If Pre -Qualification of bidders is required as set forth in the Request for Proposals or Invitation to Bid (two-step bid process), CONSULTANT shall assist the CITY, if requested in developing qualifications criteria, review qualifications and recommend acceptance or rejection of the bidders. 1.2.8.7 If requested, CONSULTANT shall evaluate proposals and bidders, and make recommendations regarding any award by the CITY. 1.2.9 The CITY shall make decision on all claims regarding interpretation of the Construction Documents, and on all other matters relating to the execution and progress of the Work after receiving a recommendation from the CONSULTANT. The CONSULTANT shall check schedules, shop drawings and other submissions for the limited purpose of checking conformance with the concept of the project, and for compliance with the information given by the Construction Documents. The CONSULTANT shall also review change orders prepared and submitted by Contractor and review and make recommendations to the City for progress payments to the Contractor based on each project schedule of values and the percentage of work completed. The CONSULTANT will neither have Boynton Beach Utilities - General Consulting Services C-5 V.5 CLEAN FINAL Page 836 of 985 control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences, or procedures, or for the safety precautions and programs in connection with the construction of the assigned task order projects. 1.2.9.1 The CITY shall maintain a record of all change orders which shall be categorized to the various types, causes, etc. that may be determined useful and necessary for its purpose. 1.2.9.2 If the CONSULTANT is not the Construction Manager for the construction, the CITY shall notify the CONSULTANT within three (3) days of the discovery of any architectural/engineering error or omission so that the CONSULTANT can be part of the negotiations resolving the claim between the CITY and the Contractor. 1.2.10 The CONSULTANT shall carefully review and examine the Contractor's schedule of values, together with any supporting documentation. The purpose of such review and examination will be to protect the CITY from an unbalanced schedule of values which allocates greater value to certain elements of each project than is indicated by industry standards, supporting documentation, or data. If the schedule of values is not found to be appropriate, it shall be returned to the Contractor for revision for supporting documentation. After making such examination, when the schedule of values is found to be appropriate, the CONSULTANT shall sign the schedule of values indicated informed belief that the schedule of values constitute a reasonable, balanced basis for payment of the Application for Payment to the Contractor. 1.2.11 The CONSULTANT shall perform on-site construction observation of each project based on the Construction Documents in accordance with paragraph 1.2.16 "Resident Project Services" of this Agreement. The CONSULTANT'S observation shall determine the progress of the work completed, and whether the work is proceeding in a manner indicating that the work when fully competed will be in accordance with the Construction Documents. On the basis of site visits, the CONSULTANT will provide the CITY with a written report of each site visit in order to reasonably inform the CITY of the progress of the portion of the Work completed. The CONSULTANT shall endeavor to identify for the CITY any defects and deficiencies in the work of contractors, and make written recommendation to the CITY where the work fails to conform to the Construction Documents. The CONSULTANT shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures. or for safety precautions and programs in connection with the Work, nor shall the CONSULTANT be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The CONSULTANT shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Based on such observation and the Contractor's Application for Payment, the CONSULTANT shall determine the amount due to the Boynton Beach Utilities - General Consulting Services C-6 V.5 CLEAN FINAL Page 837 of 985 Contractor and shall issue Certificates for Payment in such amount. These Certificates will constitute a representation to the CITY based on such observations and the data comprising the Application for Payment that the work has progressed to the point indicated. By issuing a Certificate of Payment, the CONSULTANT will also represent to the CITY that to the best of its information and belief, based on what its observation have revealed; the Work is in accordance with the Construction Documents. The CONSULTANT shall conduct observations to determine the dates of substantial and final completion and issue a recommendation for final payment. 1.2.12 The CONSULTANT shall revise the Construction drawings and submit record or corrected drawings to the CITY to show those changes made during the construction process based on the marked up prints, drawings and other data furnished by the Contractor. The record drawings shall be provided in electronic format inclusive of conformed PDF files and AutoCad files in a form compatible with the CITY'S version of AutoCad formats for archival purposes. 1.2.13 The CONSULTANT shall attend regularly scheduled progress meetings on site bi-monthly or as otherwise determined based on a specific need established prior to construction by the CITY. 1.2.14 The CONSULTANT shall review change orders prepared and submitted by the Contractor for the CITY'S approval. CONSULTANT shall not authorize any changes in the work or time, no matter how minor without prior written approval by the CITY. 1.2.15 Each project's construction or demolition shall be considered complete upon compilation of a punchlist by CONSULTANT, which shall be timely completed by Contractor to the satisfaction of the CITY, written notification to Contractor by CONSULTANT that all releases of liens are satisfied and written recommendation by CONSULTANT for final payment to the Contractor which shall be at the sole discretion of the CITY. 1.2.16 RESIDENT PROJECT SERVICES: During the Construction progress of any work, the CONSULTANT will if authorized by the CITY, provide resident project observation services to be performed by one or more authorized employees ("Resident Project Representative") of the CONSULTANT. Resident Project Representatives shall provide extensive observation services at the project site during construction. The Resident Project Representative will endeavor to identify for the CITY any defects and deficiencies in the work of the Contractor(s). Resident project observation services shall include but is not limited to the following: Conducting all pre -construction conferences; Conducting all necessary construction progress meetings; ❖ Observation of the work in progress to the extent authorized by the CITY; Receipt, review coordination and disbursement of shop drawings and other submittals; Maintenance and preparation of progress reports; Boynton Beach Utilities - General Consulting Services C-7 V.5 CLEAN FINAL Page 838 of 985 Field observation and verification of quantities of equipment and materials installed; Verification of contractors' and subcontractors' payrolls and records for compliance with applicable contract requirements; *o Maintenance at each project site on a current basis of all drawings, specifications, contracts, samples, permits, and other project related documents, and at the completion of each project, deliver all such records to the CITY; Preparation, update and distribution of a project budget with each project schedule; Notification to the CITY immediately if it appears that either each project schedule or each project budget will not be met; Scheduling and conducting monthly progress meetings at which CITY, Engineer, general contractor, trade contractor, utilities representatives, suppliers can jointly discuss such matters as procedures, progress, problems and scheduling. :• Recommending courses of action, and enforcing action selected by the CITY, if so directed by the CITY, if the general and/or trade contractors are not meeting the requirements of the plans, specifications, and Construction Contract; Development and implementation of a system for the preparation, review, and processing of change orders; ❖ Maintenance of a daily log of each project; Recording the progress of each project, and submission of written monthly progress reports to the CITY including information on the Contractors' work and the percentage of completion; :• Determination of substantial and final completion of work and preparation of a list of incomplete and unsatisfactory items, and a schedule of their completion; and Securing and transmitting to the CITY, required guarantees; affidavits; releases; key manuals; record drawings; and maintenance stocks; The Resident Project Representative shall also investigate and report on complaints and unusual occurrences that may affect the responsibility of the CONSULTANT or the CITY in connection with the work. The Resident Project Representative shall be a person acceptable to the CITY, and the CITY shall have the right to employ personnel to observe the work in progress, provided however that such personnel as employed by the CITY, and such personnel will be responsible directly to the CITY in the performance of work that would otherwise be assumed and performed by the CONSULTANT. The Resident Project Representative shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, nor shall the Resident Project Representative be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Although CONSULTANT shall not be responsible for health or safety Boynton Beach Utilities - General Consulting Services C-8 V.5 CLEAN FINAL Page 839 of 985 programs or precautions related to CITY"s activities or those of CITY's other contractors and consultants or their respective subcontractors and vendors ("Contractors"), CONSULTANT shall nonetheless report to the Resident Project Representative health and safety conditions or deficiencies observed by CONSULTANT'S employees or representatives. CONSULTANT shall not be responsible for CITY's pre-existing site conditions or the aggravation of those preexisting site conditions to the extent not caused by the negligence or willful misconduct of CONSULTANT. CONSULTANT shall not be responsible for inspecting, observing, or correcting health or safety conditions or deficiencies of CITY, Contractors or others at project site ("Project Site") other than for CONSULTANT's employees, subconsultants and vendors. 1.3 ADDITIONAL SERVICES 1.3.1 When additional services are necessary they shall be specified in the written Task Order. Examples of additional (not exclusive) services are: Preparation of applications and supporting documents for private or governmental grants, loans or advances in connection with any particular project. Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by or to the CITY. Services resulting from significant changes in the general scope, extent or character of any particular project or its design including but not limited to, changes in size, complexity, the CITY'S schedule, character of construction or method of financing, and revising previously accepted studies, reports, design documents or Construction Contract Documents when such revisions are required by changes to laws, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond the CONSULTANT'S control. :• Providing renderings or models for the CITY'S use. ❖ Preparing documents for alternate Proposals requested by the CITY for work that is not executed for documents for out -of -sequence work. ❖ Investigations and studies involving but not limited to, detailed considerations of operations, maintenance and overhead expenses; providing value engineering during the course of design; the preparation of feasibility studies; cash flow and economic evaluations, rate schedules and appraisals; assistance in obtaining financing for a project; evaluating processes available for licensing and assisting the CITY in obtaining process licensing; detailed quantity surveys of material, equipment and labor, and audits or inventories required in connection with construction performed by the CITY. ❖ Assistance in connection with Proposal/proposal protests, re -bidding or re -negotiating contracts for construction, materials, equipment or services, unless the need for such assistance is reasonably determined by the CITY to be caused by the CONSULTANT (e.g. defective plans and/or specifications which inhibit contractors from submitting Boynton Beach Utilities - General Consulting Services C-9 V.5 CLEAN FINAL Page 840 of 985 proposals) in which event there shall be no additional cost for the provision of such services. Preparing to serve or serving as a CONSULTANT or witness for the CITY in any litigation, arbitration or other legal or administrative proceeding. Additional services in connection with a project not otherwise provided in this Agreement. Services in connection with a project not otherwise provided for in this Agreement. Services in connection with a field order or change order requested by the CITY. :• Providing artwork, models, or renderings as requested by the CITY. 1.3.2 When required by the Construction Contract documents in circumstances beyond the CONSULTANT'S control, and upon the CITY'S authorization, it will furnish the following additional services. Services in connection with work changes necessitated by unforeseen conditions encountered during construction. Services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of claims submitted by Contractor, except to the extent such claims are caused by the errors or omissions of the CONSULTANT. Additional or extended services during construction made necessary by 1) work damaged by fire or other cause during construction, 2) a significant amount of defective or negligent work of any contractor, 3) acceleration of the progress schedule involving services beyond normal working hours, or 4) default by any contractor; provided however, if a fire occurs as a direct result of errors or omissions in the design by the CONSULTANT or if the CONSULTANT fails to notify the Contractor of the deficient quality of their workmanship pursuant to CONSULTANT'S duties as described in the Contract Documents, the CONSULTANT'S additional services shall be deemed part of Basic Services and compensated as such. ❖ Services in connection with any partial utilization of any part of a project by the CITY prior to Substantial Completion. ❖ Services to evaluate the propriety of substitutions or design alternates proposed by the Contractor and involving methods of construction, materials, or major project components either during bidding and/or Negotiation services or Construction Contract award. The cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, unless such substitutions are due to a design error by the CONSULTANT in which case such services shall be deemed Basic Services. Except when caused by a design error by the CONSULTANT, the cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract. Boynton Beach Utilities - General Consulting Services C-10 V.5 CLEAN FINAL Page 841 of 985 1.4 CITY'S RESPONSIBILITIES 1.4.1 The CITY shall do the following in a timely manner so as not to delay the services of the CONSULTANT: 1.4.1.1 Designate in writing a person or persons to act as the CITY'S representative with respect to the services to be rendered under this Agreement. Such person(s) shall have complete authority to transmit instructions and receive information with respect to the CONSULTANT'S services for a particular project. The CITY may have multiple CITY Representative(s) or project managers during the performance of this AGREEMENT based on the specific task orders/written task orders from each of the Scope Categories. 1.4.1.2 Provide all criteria and full information as to the CITY'S requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. 1.4.1.3 Assist the CONSULTANT by providing at the CONSULTANT'S request all available information pertinent to the Project including previous reports and any other data relative to design or construction of the project. 1.4.1.4 Furnish to the CONSULTANT, if required for the performance of CONSULTANT'S services (except where otherwise furnished by the CONSULTANT as Additional Services), the following: 1.4.1.5 Data prepared by, or services of others, including without limitations borings, probings and subsurface explorations, hydrographic surveys, laboratory tests and inspection of samples, materials and equipment; 1.4.1.6 Appropriate professional interpretations of all of the foregoing; 1.4.1.7 Environmental assessment and impact statements; 1.4.1.8 Property, boundary, easement, right-of-way, topographic and utility surveys; 1.4.1.9 Property descriptions; 1.4.1.10 Zoning, deed and other land use restrictions; 1.4.1.11 Approval and permits required in the CITY'S jurisdiction and those from outside agencies unless such approvals and permits are the responsibility of the CONSULTANT; and 1.4.1.12 Arrange for access to make all provisions for the CONSULTANT to enter upon the CITY'S property as required for the CONSULTANT to perform services under this Agreement. 1.4.1.13 Consistent with the professional standard of care and unless otherwise specifically provided herein, CONSULTANT shall be entitled to rely upon the accuracy of data and information provided by the CITY or others without independent review or evaluation. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-11 Page 842 of 985 1.5 SEQUENCE OF EVENTS 1.5.1 Following receipt of any task order/written task order, the CONSULTANT shall submit to the CITY, at least five (5) days prior to actual commencement of services, a schedule of services and expenses for approval by the CITY before any services commence. The CITY reserves the right to make changes to the sequence as necessary to facilitate the services or to minimize any conflict with operations. 1.5.2 Task orders will be issued to the CONSULTANT in the order in which the CITY wishes, and shall be performed and completed in the order they are issued, unless otherwise specifically permitted by the CITY. Minor adjustments to the timetable for completion approved by the CITY in advance, in writing, shall not constitute non-performance by CONSULTANT pursuant to this Agreement. 1.5.3 Proposals received by CONSULTANT as a result of task order/written task order that exceeds $25,000 in cost will require approval from CITY Commission before execution of services in accordance with the CITY'S Procurement Administrative Policy. 1.5.4 When the CITY issues task orders to the CONSULTANT, each authorization shall contain a stated completion schedule. If caused by the negligent errors or omissions of CONS ULTANT,faiIure of the CONSULTANT to meet the stated schedule shall constitute a default for which payment for services may be withheld until default is cured. Time extensions will be reviewed upon request for extenuating circumstances. 1.5.5 It is anticipated and intended that the CONSULTANT will be authorized to begin new task orders on a "rolling" basis, as some already assigned task orders near timely completion. If a subsequent Task Order is issued to the CONSULTANT before it has completed the current task order, the completion date for each Task Order will remain independent of each other so that the CONSULTANT will prioritize the uncompleted Task Order from the first Task Order and finish as soon as practical. Failure to complete the "older" task orders in a timely manner, may adversely impact upon continued early authorization to start a subsequent work. 1.5.6 When the CONSULTANT has exceeded the stated completion date including any extension for extenuating circumstances which may have been granted, a written notice of Default will be issued within seven (7) days of the date that the default became active with a requirement of seven (7) days to cure said default, to the CONSULTANT and payment for services rendered shall be withheld until such time that the CITY has determined that default has been cured. 1.5.7 Should the CONSULTANT exceed the assigned completion time, the CITY reserves the right not to issue to the CONSULTANT any further task orders until such time as it is no longer in default, and the CONSULTANT has demonstrated to the CITY'S satisfaction, the reasons for tardy completion Boynton Beach Utilities - General Consulting Services C-12 V.5 CLEAN FINAL Page 843 of 985 have been addressed and are not likely to be repeated in subsequent task orders. This restricted issuance provision may result in the CONSULTANT not being issued all of the planned work the CITY anticipated in this Agreement. The CONSULTANT shall have no right to the balance of any work, or to any compensation associated with these non -issued task orders due to the CONSULTANT being rendered in default. 1.5.8 Should the CONSULTANT remain in default for a period of fifteen (15) consecutive calendar days beyond the time frame provided in Paragraph 1.5.6 the CITY may at its sole option retain another CONSULTANT to perform any work arising out of this Agreement and/or terminate this Agreement. 1.6 DEFINITION OF DEFAULT 1.6.1. An event of default shall mean a material breach of this Agreement . Without limiting the generality of the foregoing and in addition to those instances referred to as a material breach, an event of default shall include the following: 4- CONSULTANT has not performed services on a timely basis due to CONSULTANT'S negligent errors or omissions; CONSULTANT has refused or failed to supply enough properly skilled personnel; ❖ CONSULTANT has failed to make prompt payments to SUB - CONSULTANTS or suppliers for any services after receiving payment from the CITY for such services or supplies; CONSULTANT has failed to obtain the approval of the CITY where required by this Agreement; s CONSULTANT has refused or failed to provide the services as defined in this Agreement; CONSULTANT has filed bankruptcy or any other such insolvency proceeding and the same is not discharged within ninety (90) days of such date. •3 CITY has failed to make payments to CONSULTANT in accordance with the requirements of this Agreement 1.6.2 In the event of Default, the CONSULTANT shall be liable for all damages resulting from the Default including: The difference between the amount that has been paid to the CONSULTANT and the amount required to complete the CONSULTANT'S work, provided the fees by the firm replacing the CONSULTANT are reasonable and the hourly rates do not exceed the CONSULTANT'S rates. This amount shall also include procurement and administrative costs incurred by the CITY. ❖ In the event of default by the City, CONSULTANT may suspend the Work pending receipt of such payment. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-13 Page 844 of 985 1.6.3. The CITY may take advantage of each and every remedy specifically existing at law or in equity. Each and every remedy shall be in addition to every other remedy given or otherwise existing, and may be exercised from time to time and as often and in such order as may be deemed expedient by the CITY. The exercise or the beginning of the exercise of one remedy shall not be deemed to be a waiver of the right to exercise any other remedy. The CITY'S rights and remedies as set forth in this Agreement are not exclusive and are in addition to any other rights and remedies available to the CITY in law or in equity. ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial two (2) years, commencing at the execution of the contract, and the City reserves the right to unilaterally renew the contract for three (3) additional one (1) year periods under the same terms, conditions. The CONSULTANT understands and acknowledges that the Services to be performed during the two (2) year term will be governed by this Agreement, and that there is no guarantee of future work being given to the CONSULTANT. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY'S discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the giving of written notice by the CITY to the CONSULTANT by way of an executed task order and resultant task order. CONSULTANT shall perform all services and provide all work product required pursuant to this Contract and the specific task order by the Sequence of Events, or unless an extension of time is granted in writing by the CITY. ARTICLE 4 - PAYMENT 4.1 The CONSULTANT shall be paid by the CITY for completed work and for services rendered under this agreement as follows: Payment for the work provided by CONSULTANT shall be made in accordance with the Fee Schedule as provided in Exhibit "A" attached hereto. ❖ Payment as provided in this Section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. Compensation for sub -CONSULTANTS will be negotiated based on each task order. Compensation will be through a direct mark-up in Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-14 Page 845 of 985 accordance with the Schedule of Professional Fees attached hereto. Sub -consulting services shall be approved by the CITY'S representative prior to performance of the sub -consulting work. Consulting time for processing and management of the sub - CONSULTANT shall not be included in direct costs as the direct mark- up is applied for management efforts. The CONSULTANT may submit vouchers to the CITY once per month during the progress of the Work for partial payment for project completed to date. Such vouchers will be verified by the CITY, and upon approval thereof, payment will be made to the CONSULTANT in the amount approved. 4 In certain cases where incremental billing for partially completed Work is permitted by the CITY'S representative, the total incremental billings shall not exceed the percentage of estimated completion of identifiable deliverables or accepted deliverables as of the billing date. ❖ Computation of Time Charges/Not-to-Exceed Method of Payment: When a service is to be compensated based on time charge/not-to- exceed method, the CONSULTANT shall submit a not -to -exceed proposal to the CITY'S representative for prior approval based on estimated labor hours and hourly rates which shall not exceed the established hourly rates as per the Schedule of Professional Fees attached hereto, plus sub -CONSULTANT services and other related costs supporting the proposed work. The CITY shall not be obligated to reimburse the CONSULTANT for costs incurred in excess of the total not -to -exceed cost amount. ❖ Final payment of any balance due the CONSULTANT of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the Work under this Agreement and its acceptance by the CITY, which shall occur no later than 30 days following receipt of the invoice. Final Invoice: In order for both parties herein to close their books and records, the CONSULTANT will clearly state "final invoice" on the CONSULTANT'S final/last billing to the CITY. The final invoice certifies that all services have been properly performed and all charges and costs have been invoiced to the CITY. Since this account will thereupon be closed, and any other further charges if not properly included on this invoice are considered waived by the CONSULTANT. The cost of all services as stated herein shall remain fixed and firm for the initial two (2) year period of the contract. Costs for subsequent years and any extension terms shall be subject to an adjustment only if increases incur in the industry. However, unless very unusual and significant changes have occurred in the industry, such increases shall not exceed 5% per year, or whichever is less, the latest yearly percentage increase in the All Urban Consumers Price Index (CPI -U) (National) as published by the Bureau of Labor Statistics, U.S. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-15 Page 846 of 985 Department Labor. The yearly increase, or decrease in the CPI shall be the latest index published and available ninety (90) days prior to the end of the contract year then in effect, compared to the index for the same month one (1) year prior. Any requested cost increase shall be fully documented and submitted to the CITY at least sixty (60) days prior to the contract anniversary date. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or industry costs decline, the CITY shall have the right to receive from the CONSULTANT, a reasonable reduction in costs that reflect such changes in the industry. The CITY may after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient. In the event the CITY does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the CITY, the Contract may be cancelled by the CITY upon giving thirty (30) calendar days written notice to the CONSULTANT ARTICLE 5 - OWNERSHIP AND USE OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this Contract the documents shall be the property of the CITY whether the Project for which they are made is executed or not. Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design features on other projects. The CONSULTANT shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with CONSULTANT'S endeavors. Any use of the documents for purposes other than as originally intended by this Contract, without the written consent of CONSULTANT, shall be at the CITY'S sole risk and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Contract shall remain in full force and effect only as long as the expenditures provided in the Contract have been appropriated by the City Commission of Boynton Beach in the annual budget for each fiscal year of this Contract, and is subject to termination based on lack of funding. ARTICLE 7 - WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Contract and that it will retain and assign qualified professionals to all assigned projects during the term of this Contract. CONSULTANT'S services shall meet a standard of care for professional engineering and related services equal to the standard of care for engineering professional practicing under similar conditions. In submitting its response to the RFQ, CONSULTANT has represented to CITY that certain individuals employed Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-16 Page 847 of 985 by CONSULTANT shall provide services to CITY pursuant to this Contract. CITY has relied upon such representations. Therefore, CONSULTANT shall not change the designated Project Manager for any project without the advance written approval of the CITY, which consent shall not be unreasonably withheld. ARTICLE 8 - COMPLIANCE WITH LAWS 8.1 CONSULTANT shall, in performing the services contemplated by this service Contract, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Contract, shall review and comply with laws, regulations, codes and standards in effect as of the date of this agreement that are applicable to CONSULTANT'S services and shall exercise professional care and judgment to comply with requirements imposed by governmental authorities having jurisdiction over the project. Should changes in any law, ordinance, or regulation result in increased costs or delays to services rendered, both parties agree to an equitable adjustment to schedules and prices. ARTICLE 9 - INDEMNIFICATION 9.1 Subject to the limiting provisions of Florida Statute 725.08, CONSULTANT shall indemnify, and hold harmless the CITY, its offices, agents and employees, from and against any and all losses, or any portion thereof, including reasonable attorneys' fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANT'S own employees, or damage to property to the extent caused by negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or other persons employed or utilized by CONSULTANT in performance of CONSULTANT'S duties. Neither party to this Contract shall be liable for any special, incidental, indirect or consequential damages of any kind, including but not limited to lost profits or use that my result from this Contract or out of the services or goods furnished hereunder. 9.2 To the greatest extent permitted pursuant to Section 725.06, Florida Statutes, CONSULTANT's indemnification obligation (when providing services to CITY) shall not exceed the value of CONSULTANT's total compensation. Such obligation shall not be construed to negate, abridge or otherwise reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Article. PURSUANT TO FLORIDA STATUTE, NO INDIVIDUAL DESIGN PROFESSIONAL EMPLOYED BY OR ACTING AS AN AGENT OF CONSULTANT MAY BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM THE NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT Boynton Beach Utilities - General Consulting Services C-17 V.5 CLEAN FINAL Page 848 of 985 ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide certificates of insurance evidencing such coverages and limits, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. CONSULTANT shall include the Worker's Compensation and Employer's Liability Insurance requirements in its subcontracts. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub - CONSULTANT that does not have their own Worker's Compensation and Employer's Liability Insurance, unless not required by statute. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1.2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors, Products Completed Operations and Contractual Liability with specific reference of Article 9, "Indemnification" of this Contract. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from CONSULTANT'S negligent performance of this Agreement. CONTRACTOR shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrencelaggregate for property damage. The general liability insurance shall include the CITY as an additional insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY, except for cancellation due to non-payment of premium. 10.1.3 Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non -owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per claim/aggregate. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-18 Page 849 of 985 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub - CONSULTANTS comply with the same insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY'S written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above if coverage is not otherwise renewed for Comprehensive Liability Insurance on a claims -made policy only. ARTICLE 11 - INDEPENDENT CONTRACTOR 11.1 The CONSULTANT and the CITY agree that the CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Contract. Nothing in this Contract shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any benefits accorded CITY employees by virtue of the services provided under this Contract. The CITY shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. 11.2 CONSULTANT acknowledges and understands that, as an independent CONSULTANT pursuant to this Agreement, CONSULTANT shall comply with Chapter 119, Florida Statutes, as amended (Public Records). CONSULTANT'S obligation includes, but is not limited to CONSULTANT'S obligation to preserve public records and make public records available to third parties in addition to the CITY. ARTICLE 12 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the CITY shall have the right to annul this Contract without liability or, in its discretion to deduct from the contract Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-19 Page 850 of 985 price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — TRUTH -IN -NEGOTIATION CERTIFICATE 13.1 Execution of this Contract by the CONSULTANT shall act as the execution of a truth -in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Contract is accurate, complete, and current as of the date of the Contract. 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside CONSULTANTS. The City shall exercise its rights under this "Certificate" within one (1) year following payment. ARTICLE 14 - SUBCONTRACTING 14.1 The CITY reserves the right to accept the use of a SUB -CONSULTANT or to reject the selection of a particular sub -CONSULTANT and to inspect all facilities of any SUB -CONSULTANTS in order to make a determination as to the capability of the SUB -CONSULTANT to perform properly under this contract. The CONSULTANT is encouraged to seek local vendors for participation in subcontracting opportunities. If the CONSULTANT uses any sub CONSULTANTS on this project the following provisions of this Article shall apply: 14.2 If a SUB -CONSULTANT fails to perform or make progress, as required by this Contract, and it is necessary to replace the SUB -CONSULTANT to complete the work in a timely fashion, the CONSULTANT shall promptly do so, subject to acceptance of the new SUB -CONSULTANT by the CITY. The substitution of a subcontractor shall not be adequate cause to excuse a delay in the performance any portion of this contract as set forth in the Scope of Work. 14.3 The CONSULTANT, its SUB -CONSULTANTS, agents, servants, or employees agree to be bound by the Terms and Conditions of this Contract and it's agreement with the SUB -CONSULTANT for work to be performed for the City the CONSULTANT must incorporate the terms of this contract. ARTICLE 15 - DISCRIMINATION PROHIBITED 15.1 The CONSULTANT, with regard to the work performed by it under this Contract, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. ARTICLE 16 - ASSIGNMENT 16.1 The CONSULTANT shall not sublet or assign any of the services covered by this Contract without the express written consent of the CITY. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-20 Page 851 of 985 ARTICLE 17 - NON -WAIVER 17.1 A waiver by either CITY or CONSULTANT of any breach of this Contract shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 18 — TERMINATION 18.1 Termination for Convenience: This Contract may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Contract or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. 18.2 Termination for Default: In addition to all other remedies available to the CITY, this Contract shall be subject to cancellation by the CITY for cause, should the CONSULTANT neglect or fail to perform or observe any of the material terms, provisions, conditions, or requirements herein contained, if such neglect or failure continue for a period of thirty (30) days after receipt by CONSULTANT of written notice of such neglect or failure. In the event of non-payment of other material breach of this Contract by CITY, the Contract is subject to cancellation by CONSULTANT should such condition continue for a period of thirty (30) days after receipt by CITY of written notice of breach. ARTICLE 19 — DISPUTES AND VENUE 19.1 Any dispute arising out of the terms or conditions of this Contract shall be adjudicated within the courts of Florida. Further, this Contract shall be construed under Florida Law. Claims, disputes or other matters in question between the parties to this Contract arising out of or relating to this Contract shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Contract. The parties agree that any action arising out of this Contract shall take place in Palm Beach County, Florida. ARTICLE 20 — UNCONTROLLABLE FORCES 20.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Contract if delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of its obligations under this Contract and which is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-21 Page 852 of 985 governmental actions. In such circumstances, parties agree to an equitable adjustment of schedules and prices. 20.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non- performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Contract. ARTICLE 21 — CITY -PROVIDED INFORMATION AND SERVICES 21.1 CITY shall furnish CONSULTANT available studies, reports and other data pertinent to CONSULTANT'S services; obtain or authorize CONSULTANT to obtain or provide additional reports and data as required; furnish to CONSULTANT services of others required for the performance of CONSULTANT'S services hereunder, and CONSULTANT shall be entitled to use and rely upon all such information and services provided by CITY or others in performing CONSULTANT'S services under this Agreement. ARTICLE 22 — ESTIMATES AND PROJECTIONS 22.1 In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, CONSULTANT has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, CONSULTANT makes no warranty that CITY'S actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projections, or estimates. ARTICLE 23 — THIRD PARTIES 23.1 The services to be performed by CONSULTANT are intended solely for the benefit of CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on CONSULTANT'S performance of its services hereunder, and no right to assert a claim against CONSULTANT by assignment of indemnity rights or otherwise shall accrue to a third party as a result of this Agreement or the performance of CONSULTANT'S services hereunder. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-22 Page 853 of 985 ARTICLE 24 -.NOTICES 24.1 All notices required in this Contract shall be sent to the CITY and shall be mailed to: City of Boynton Beach Co y to: _ Attn: Utilities Director City of Boynton Beach 124 E. Woolbri ht Road Attn: Procurement Services Boynton Beach, FL 33435 P.O. Box 310 Boynton Beach, FL 33425 And Notices to CONSULTANT, shall be sent to the following address: CAROLLO ENGINEERING INC. Attn: Elizabeth Fujikawa 9897 Lake Worth Road Suite 302 Lake Worth, FL 33467 ARTICLE 25 - INTEGRATED AGREEMENT 25.1 This Contract, together with the RFQ/RFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Contract may be amended only by written instrument signed by both CITY and CONSULTANT. 25.2 In the event of a conflict between a provision of this Agreement and a provision of an individual Task Order, the provision of the Task Order will control. ARTICLE 26 - SOVEREIGN IMMUNITY 26.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terms and provisions contained in the Contract, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Contract, or any disagreement or dispute concerning it, shall be construed or resolved so as to insure CITY of the limitation from liability provided to the State's subdivisions by state law. 26.2 In connection with any litigation or other proceeding arising out of the Contract, the prevailing party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post -judgment proceedings. CITY'S liability for costs and attorney's fees, however, shall not alter or waive CITY'S entitlement to sovereign immunity, or extend CITY'S liability beyond the limits established in Section 768.28, Florida Statutes, as amended. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-23 Page 854 of 985 ARTICLE 27 — PUBLIC RECORDS 27.1 The City is public agency subject to Chapter 119, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CITY'S custodian of public records, provide the CITY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in chapter 119, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the CITY'S custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK) P.O. BOX 310 BOYNTON BEACH, FLORIDA, 33425 561-742-6061. PYLEJ(a,BBFL.US Boynton Beach Utilities - General Consulting Services C-24 V.5 CLEAN FINAL Page 855 of 985 Article 28 - LIMITATION OF LIABILITY THE PARTIES HAVE EVALUATED THE RESPECTIVE RISKS AND REMEDIES UNDER THIS AGREEMENT AND AGREE TO ALLOCATE THE RISKS AND RESTRICT THE REMEDIES TO REFLECT THAT EVALUATION. CITY AGREES TO RESTRICT ITS REMEDIES UNDER THIS AGREEMENT AGAINST CONSULTANT, ITS PARENTS, AFFILIATES AND SUBSIDIARIES, AND THEIR RESPECTIVE DIRECTORS, OFFICERS, SHAREHOLDERS AND EMPLOYEES, ("CONSULTANT'S COVERED PARTIES"), SO THAT THE TOTAL AGGREGATE LIABILITY OF THE CONSULTANT'S COVERED PARTIES SHALL NOT EXCEED THE VALUE OF CONSULTANT'S SERVICES UNDER THE ASSIGNED TASK ORDER. THIS RESTRICTION OF REMEDIES SHALL APPLY TO ALL SUITS, CLAIMS, ACTIONS, LOSSES, COSTS (INCLUDING ATTORNEY FEES) AND DAMAGES OF ANY NATURE ARISING FROM OR RELATED TO THIS AGREEMENT WITHOUT REGARD TO THE LEGAL THEORY UNDER WHICH SUCH LIABILITY IS IMPOSED. CLAIMS MUST BE BROUGHT WITHIN ONE CALENDAR YEAR FROM PERFORMANCE OF THE SERVICES UNLESS A LONGER PERIOD IS REQUIRED BY LAW. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this day of A 01 20 /; CITY OF BOYNTON BEACH L4L6' rnu�cC City Manager CONSULTAND_ Attest/Authenticated: Title City CI k Approved as to Form: Offf6e of the City Attorney Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL rO�TF.S' •�� e Seal) ttest/Authenticated: Michael W. Barnes, Secretary C-25 Page 856 of 985 EXHIBIT "A" FEE SCHEDULE FIRM: Carollo Engineers, Inc. DATE: March 14 2018 Personnel Classifications Hourly Rate Principal $279.00 Project Manager $279.00 Senior Engineer $202.00 Process Engineer $202.00 Sr Electrical Egn. $257.00 Elec. Egn. $202.00 Process Control/Inst. Egn. $202.00 Sr. Mechanical Engineer $257.00 Mechanical Engineer $202.00 Engineer $162.00 Designer $140.00 GIS Specialist $185.00 CADD/Technician $140.00 Public Relations Specialist N/A Construction Inspector $141.00 Sr. Rate analyst $202.00 Clerical/Administrative $105.00 Reimbursable Expenses: Direct costs such as postage, prints, delivery service will be billed at cost. Boynton Beach Utilities - General Consulting Services C-26 V.5 CLEAN FINAL Page 857 of 985 EXHIBIT "B" City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Boynton Beach as Additional Insured. 'This is done by providing a Certificate of Insurance listing the City as "Certificate Holder" and "The City of Boynton Beach is Additional Insured as respect to coverages noted." Insurance companies providing insurance coverages must have a current rating by A.M. Best Co. of "B+" or higher. (NOTA : An insurance contract or binder may be accepted as proof o/'insurance if Certificate is provided upon selection of -vendor.) The following is a list of types of insurance required of contractors, lessees, etc.. and the limits required by the City: (NOTE: This list is not all inclusive, and the City reserves the right to require additional types of insurance, or to raise or lower the stated limits, based upon identified risk.) TYPE (Occurrence Based Only) MINIMUM LIMITS REQUIRED General Liability General Aggregate $ 1.000,000.00 Commercial General Liability Products-Comp/Op Agg. $ 1.000,000.00 Owners & Contractor's Protective (OCP) Personal & Adv. Injury $ 1.000.000.00 Liquor Liability Each Occurrence $ 1,000,000.00 Professional Liability Fire Damage (any one fire) $ 50.000.00 Employees & Officers Med. Expense (any one person) $ 5,000.00 Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual Independent Contractors Broad Form Property Damage Fire Legal Liability ------------------------------------------------------------------------------------------------------------------------------------------- Automobile Liability Combined Single Limit $ 500,000.00 Any Auto Bodily Injury (per person) to be determined All Owned Autos Bodily Injury (per accident) to be determined Scheduled Autos Property Damage to be determined Hired Autos Trailer Interchange $ 50.000.00 Non -Owned Autos PIP Basic Intermodal ------------------------------------------------------------------------------------------------------------------------------------------- Garage liability Auto Only. Each Accident $ 1,000.000.00 Any Auto Other Tban Auto Only $ 100,000.00 Garage Keepers Liability Each Accident $ 1.00Qoo0.00 Aggregate $ 1.000,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Excess Liability Each Occurrence to be determined Umbrella Form Aggregate to be determined ------------------------------------------------------------------------------------------------------------------------------------------- Worker's Compensation Statutory Limits Employer's Liability Each Accident $ 100.000.00 Disease, Policy Limit $ 500,000.00 Disease Each Employee $ 100,000.00 ------------------------------------------------------------------------------------------------------------------------------------------- Property Homeowners Revocable Permit $ 300.000.00 Builder's Risk Limits based on Project Cost ----------------------------------------------------------------------------------------------------------------------------------------- Other - As Risk Identified to be determined Bovnton Beach Utilities - General Consulting Services C-27 6 CLEAN FINAL Page 858 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS Date: I I Name of Firm: Office Location: I. Service: I (Check One) ❑ Planning/Study Activity, Report, Other ❑ Design/Engineering Services/Preliminary Bid Document ❑ Final Document/Bidding/Contractor Award p Construction Phase/Completion 2. Name of Project: 3. Project Manager: CONSTRUCTION CONTRACT DATA 5. a. Engineer's estimate: $ Final Cost: $ b. Substantial Construction Completion Date: c. Final Construction Completion Date: 6. Overall Rating I (Check One) ❑ Unsatisfactory ❑ Poor ❑ Fair ❑ Good ❑ Excellent 7. Recommended for Future Contracts? ❑ I Yes I ❑ No ❑ Conditional If other than yes, provide detailed explanation on a separate sheet of paper. 8. Name, title, and office of rating officer e.. Utilities Director): 9. Signature of rating officer: Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-28 Page 859 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) DESIGN/ENGINEERING SERVICES AND PRELIMINARY BID DOCUMENT PREPARTION PHASE Rate numerically 1 to 5 with 5 being the highest score N/A 1. Thorou h site investigation 1 2 3 4 5 2. Meetinj cost limitations 1 2 3 4 5 3. Desi n/results suitability 1 2 3 4 5 4. Cooperative & responsive 1 2 3 4 5 5. Timeliness of submissions 1 1 2 34 4 5 6. 'Plans clear/detailed 1 2 3 4 5 7. 'Plan/spec accuracy 1 1 2 1 3 14 1 5 `Preliminary administrative/limited staff review/evaluation of levels of clarity, accuracy, and coordination between disciplines. Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: FINAL DOCUMENT PREPARATION, BID, & AWARD BY CONSULTANT Rate numerically 1 to 5 with 5 bein the highest score N/A 1. Secs afford competition 1 2 3 4 5 2. Secs complete/thorough 1 2 3 4 5 3. Accuracy of documents 1 2 3 4 5 4. Requirements within engineer's estimate 1 2 3 4 5 5. Cooperative attitude 1 2 3 4 5 6. Timeliness of submissions 1 2 3 4 5 7. Pre-bid conference participation 1 2 3 4 5 8. Response to inquiries 1 2 3 4 5 9. Bid evaluation quality/timeliness 1 2 3 4 5 10. Response to building & permitting agencies 1 2 3 4 5 11. Addendum preparation & permit applications 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-29 V.5 CLEAN FINAL Page 860 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) CONSTRUCTION PHASE COMPLETION Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-30 V.5 CLEAN FINAL Page 861 of 985 Rate numerically 1 to 5 with 5 being the highest score I NIA 1. Drawings Reflect True Conditions 1 2 1 3 14 5 2. Plans/S ecs Accurate/Coordinated 1 2 3 4 5 3. Design Constructabilit 1 2 3 4 5 4. Timeliness/Quality of Processing Submittals 1 2 3 4 5 5. Product/Equipment Selection Availability 1 2 3 4 5 6. Field Consultation and Investigations 1 2 3 4 5 7. Quality of Support Services 1 2 3 4 5 8. Overall Construction Contract Administration 1 2 3 4 5 9. Project Closeout Documentation Review 1 2 3 4 5 10. Validity of Claims for Extra Costs 1 2 3 4 5 11. Did Consultant provide sufficient copies of signed plans to allow for timely review and approval by all Permitting Agencies? 1 2 3 4 5 12. Did the Consultant actively participate in overcoming problems with the Contractor, Building Officials and/or Regulatory Agencies? 1 2 3 4 5 13. Change Order Processing (Accuracy, Timeliness, Documentation, etc. 1 2 3 4 5 14. Did the Consultant exercise adequate/effecting coordination and control of subconsultant(s) or associates work and paperwork? 1 2 3 4 5 15. Proactive Participation in Resolution of Dis ute s ? 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer: Boynton Beach Utilities - General Consulting Services C-30 V.5 CLEAN FINAL Page 861 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (continued) PLANNING/STUDY ACTIVITY, REPORT, OTHER Rate numerically 1 to 5 with 5 being the highest score N/A 1. Thorough investigation of situation or activity 1 2 3 4 5 2. Cooperative attitude 1 2 3 4 5 3. Timeliness of submissions 1 2 3 4 5 4. Accuracyof documents 1 2 3 4 5 5. Did the Consultant offer cost savingsolutions? 1 2 3 4 5 6. Did the Consultant actively participate in problem solving? 1 2 3 4 5 7. Overall results 1 2 3 4 5 Name and title of rating officer (e.g. Utilities Director): Signature of rating officer Boynton Beach Utilities - General Consulting Services C-31 V.5 CLEAN FINAL Page 862 of 985 7.E. Requested Action by Commission: Approve Addendum No. 1 to Task Order UT -1C-05 with Carollo Engineers in the amount of $52,500.00 for the Community Rating System (CRS) support services for the five-year verification process and yearly recertification in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category C executed on August 22, 2018 and renewed September 7, 2020 through September 6, 2021. Explanation of Request: The National Flood Insurance Program's (NFIP) Community Rating System (CRS) was implemented in 1990 as a voluntary program for recognizing and encouraging community floodplain management activities exceeding the NFIP's minimum standards. Flood insurance rates, which are calculated by the Federal Emergency Management Agency's (FEMA's) National Flood Insurance Program, are determined in part by the work that each community does to reduce the effects of flooding in the community. The CRS uses a Class Rating system that is similar to fire insurance rating to determine flood insurance premium reductions for residents. The CRS Class Ratings are rated from 10 (no premium reduction) to 1 (45% premium reduction). Each class rating improvement accounts for an additional 5% premium reduction for the City's residents. The City of Boynton Beach CRS Class 6 rating became effective on October 1, 2017, which would give residents a 20% discount on flood insurance premiums within the City's Special Flood Hazard Area. Properties outside of this area receive a 10% discount. As the requirements of the CRS verification process are complex, the City works with a team of specialized consultants to provide support services to guide the City through its five-year cycle and the following yearly recertification. The CRS Verification visit was moved from October of 2020 to January 2021. This extended the CRS consulting services work by 5 months. Rescheduling the visit was necessary to comply with all the requirements in the 2017 CRS Manual. This also afforded the City the opportunity for additional credit made available by the 2021 Addendum to the 2017 CRS Manual. The professional consulting services requested under this addendum are for additional services in support of the 2021 verification visit and the yearly recertification process. These services include extensive review of the City's Elevation Certificates; a complete rewrite of the Program for Public Information, redesigning all the outreach materials and website; customized reports and documentation for each department involved in the production of the documentation for CRS compliance (Utilities, Building Department, Fire Rescue, Community Standards, Planning & Zoning, Information Technology Services, and City Manager's Office); and providing additional activities to support advancement in the CRS program and a roadmap that include lessons learned and suggestions for day-to- day program management. The original and proposed amended fee for this Task Order are as follows: Original Task Order fee: $73,600.00 Amendment No. 1: $52,500.00 For a total Task Order fee of $126,100.00 How will this affect city programs or services? The City must respond to the post -verification visit inquires conducted by the CRS program administrator, the Insurance Services Office (ISO), in order for the City residents and businesses to continue to receive the current discounts on their flood insurance. Staff recommends that the Carollo Engineers consulting team complete the 2021 verification process and assist the City in complying with the CRS program's yearly requirements. Page 863 of 985 Fiscal Impact: Utilities Fund account to be used: 401-2824-536.49-17 Alternatives: Not to approve the requested Amendment No. 1. Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Type Description D QL.11(.'. tE)S l.::ali'6'Dp(.'. sail Page 864 of 985 ngineers ... ftrking Wonders MY) Water",, "> January 26, 2021 Mrs. Angela Primas Boynton Beach Utilities 124 E. Woolbright Road Boynton Beach, FL 33435 Subject: Amendment No. 1 to Task Order No. UT -1C-05 under Contract No. 046282117A Dear Mrs. Primas: 'Ani Po!01I IoHh at "VH1. '61.1868 6/1 00 1 )61 868 (7iIWI Enclosed is Carollo documentation to support Addendum No.1 to the subject Task Order, due to necessary work beyond the original scope of work for the Community Rating System Evaluation and Support Services for the Community Rating Verification Process. The original and proposed amended fee for this Task Order are as follows: • Original Task Order fee: $73,600.00 • Amendment No. 1: $52,500.00 For a total Task Order fee of $126,100.00 We look forward to keep working with the City in this important project. Sincerely, CAROLLO ENGINEERS, INC. opt M. Angelica Gregory, PhD., PE. Associate Vice President ag CC: Liz Fujikawa, Chris Roschek I'rojec:t.: No I Nr7endirnent.: No.1 Cover I ettrr.....January 1.6.do(:x m� mlllllllu OUR FOCUS milmmmWliiiiOiiWlll�liim OUR BUSINESS OUR Fa jeD865 of 985 Community Rating System Evaluation and Support Services for the Community Rating Verification Process Contract No.: 046-2821-17/TP-General Consulting Services Scope Category "C" Task Order No. UT -1 C-05 AMENDMENT NO. 1 January 26, 2021 In an effort to accommodate needs of the Community Rating System Evaluation and Support Services for the Community Rating Verification Process project beyond the original scope, Carollo shall facilitate sub consultant Lori Lehr, Inc. to complete the following additional work: 1. Extensive review of the City's Elevation Certificates for compliance with the National Flood Insurance Program and the CRS Program. Elevation Certificate compliance is a prerequisite for participation in the CRS program. 2. A complete rewrite of the Program for Public Information. This is projected to include multiple public meetings, review of all current outreach, coordination with staff, and tracking of public input and comments as required by the CRS program. Several iterations of the document would be produced to obtain an end product (Program for Public Information) that can be adopted by the City. 3. Designing all the outreach associated with, and required by, the Program for Public Information. 4. Customized reports and documentation for each department involved in the production of the documentation for the CRS Verification process. This include the building, utilities, planning, information technology, marketing, and fire. 5. The CRS Verification visit was moved from October of 2020 to January 27th of 2021. This extended the CRS Services work with the City by 4 months. Moving the visit was necessary to comply with all the requirements in the 2017 CRS Manual. The moving of the visit also afforded the City the opportunity for additional credit made available by the 2021 Addendum to the 2017 CRS Manual. 6. Follow-up work with the departments involved with the CRS program to ensure processes are in place post CRS Verification to support a sustainable CRS program. 7. Provide a roadmap of additional activities to support advancement in the CRS program. Roadmap will include lessons learned and suggestions for day-to-day program management. 8. Review of all the Elevation Certificates submitted from October 2020 to October 2021 for compliance with the National Flood Insurance Program for submission to ISO as required by the 2021 Addendum. Through this amendment, Carollo kindly requests compensation for its sub consultant Lori Lehr, Inc., as summarized in the following table. The attached letter dated January Page 1 of 2 Page 866 of 985 2021 provides further detail and substantiation of this additional work. Task Description Fee 1. Elevation Certificate review $6,000.00 2. Rewrite Program for Public Information $10,500.00 3. Design outreach projects per the Program for Public Information $5,250.00 4. Customized documentation for each department $1,500.00 5. Four month extension for Verification Visit under 2021 Addendum $15,000.00 6. Follow-up on department processes $3,000.00 7. Roadmap for the CRS program moving forward $4,500.00 8. Review of Elevation Certificates for 2021 submission $6,750.00 Total = $52,500.00 Page 2 of 2 Page 867 of 985 Joseph Paterniti, P.E. Utilities Director Boynton Beach Utilities City of Boynton Beach 124 East Woolbright Road Boynton Beach, Florida 33453 Via Email: PaternitiJCibbfl.us LORI LEHR INC Lori Lehr, CFM 727.235.3875 YOUR LINK TO cis succrss lord@lorilehriinc.com January 11, 2021 RE: Proposal to Amend the Current Agreement to Perform Professional Community Rating System Services and Support. Dear Mr. Paterniti, On December 5, 2019, a proposal was submitted to Boynton Beach for CRS services related to an anticipated 2020 CRS Verification. An agreement was reached in June of 2020 to provide the service listed in the proposal. Angela Prymas and many other staff members have worked together weekly to gather the documentation necessary to for the City to maintain their CRS Class 6 rating which affords the flood insurance policy holders in the City a 20% discount annually on their policies. During the process, we have identified activities that need to be revised or in some cases enacted to maintain the current program. The necessary programmatic adjustments are largely due to a CRS Manual Change in 2017 and an amendment to that plan that became effective on January 1, 2021 and will benefit the City's participation in the CRS program. Additional proposed services related to these activities that were not included in the original proposal for services are the following: 1. Extensive review of the City's Elevation Certificates for compliance with the National Flood Insurance Program and the CRS Program. Elevation Certificate compliance is a prerequisite for participation in the CRS program. 2. A complete rewrite of the Program for Public Information. This is projected to include multiple public meetings, review of all current outreach, coordination with staff, and tracking of public input and comments as required by the CRS program. Several iterations of the document would be produced to obtain an end product (Program for Public Information) that can be adopted by the City. 3. Designing all the outreach associated with, and required by, the Program for Public Information. 4. Customized reports and documentation for each department involved in the production of the documentation for the CRS Verification process. This include the building, utilities, planning, information technology, marketing, and fire. 5. The CRS Verification visit was moved from October of 2020 to January 27th of 2021. This extended the CRS Services work with the City by 4 months. Moving the visit was necessary to comply with all the requirements in the 2017 CRS Manual. The moving of the visit also afforded the City the opportunity for additional credit made available by the 2021 Addendum to the 2017 CRS Manual. Page 868 of 985 City of Boynton Beach Community Rating System Program Support Service 6. Follow-up work with the departments involved with the CRS program to ensure processes are in place post CRS Verification to support a sustainable CRS program. 7. Provide a roadmap of additional activities to support advancement in the CRS program. Roadmap will include lessons learned and suggestions for day-to-day program management. 8. Review of all the Elevation Certificates submitted from October 2020 to October 2021 for compliance with the National Flood Insurance Program for submission to ISO as required by the 2021 Addendum. Professional Fee for Proposed Changes: Task I Hours I Rate I Cost 1. Elevation Certificate review 40 $150.00 $6,000.00 2. Rewrite Program for Public Information 70 $150.00 $10,500.00 3. Design outreach projects per the Program for Public Information 35 $150.00 $5,250.00 4. Customized documentation for each department 10 $150.00 $1,500.00 5. Four month extension for Verification Visit under 2021 Addendum 100 $150.00 $15,000.00 6. Follow-up on department processes 20 $150.00 $3,000.00 7. Roadmap for the CRS program moving forward 30 $150.00 $4,500.00 8. Review of Elevation Certificates for 2021 submission 45 $150.00 $6,750.00 Total = 350 $52,500.00 Total Fee of $52,500 The total fee shall not be exceeded without further written authorization by the City of Boynton Beach. This Proposal is only for the items specifically mentioned above in numbers 1-8. The project shall be billed monthly based upon the hourly rate schedule above. Please Note: Reimbursable travel expenses, such as mileage, hotel, and per diem are not included in the estimate. I look forward to working with you and appreciate the opportunity to submit this proposal for additional CRS support services. The Contract Amendment will be effective to October 1, 2021, Please contact me if you have any questions. Sincerely, p Lori Lehr, CFM Lori Lehr Inc. CIJ j LORI LEHR INIC. Page 869 of 985 ngineers ... ftrking Wonders MY) Water",, "> January 26, 2021 Mrs. Angela Primas Boynton Beach Utilities 124 E. Woolbright Road Boynton Beach, FL 33435 Subject: Amendment No. 1 to Task Order No. UT -1C-05 under Contract No. 046282117A Dear Mrs. Primas: 'Ani Po!01I IoHh at "VH1. '61.1868 6/1 00 1 )61 868 (7iIWI Enclosed is Carollo documentation to support Addendum No.1 to the subject Task Order, due to necessary work beyond the original scope of work for the Community Rating System Evaluation and Support Services for the Community Rating Verification Process. The original and proposed amended fee for this Task Order are as follows: • Original Task Order fee: $73,600.00 • Amendment No. 1: $52,500.00 For a total Task Order fee of $126,100.00 We look forward to keep working with the City in this important project. Sincerely, CAROLLO ENGINEERS, INC. opt M. Angelica Gregory, PhD., PE. Associate Vice President ag CC: Liz Fujikawa, Chris Roschek I'rojec:t.: No I Nr7endirnent.: No.1 Cover I ettrr.....January 1.6.do(:x m� mlllllllu OUR FOCUS mummm�m000iiWlwl��iim OUR BUSINESS OUR RapeDB70 of 985 Community Rating System Evaluation and Support Services for the Community Rating Verification Process Contract No.: 046-2821-17/TP-General Consulting Services Scope Category "C" Task Order No. UT -1 C-05 AMENDMENT NO. 1 January 26, 2021 In an effort to accommodate needs of the Community Rating System Evaluation and Support Services for the Community Rating Verification Process project beyond the original scope, Carollo shall facilitate sub consultant Lori Lehr, Inc. to complete the following additional work: 1. Extensive review of the City's Elevation Certificates for compliance with the National Flood Insurance Program and the CRS Program. Elevation Certificate compliance is a prerequisite for participation in the CRS program. 2. A complete rewrite of the Program for Public Information. This is projected to include multiple public meetings, review of all current outreach, coordination with staff, and tracking of public input and comments as required by the CRS program. Several iterations of the document would be produced to obtain an end product (Program for Public Information) that can be adopted by the City. 3. Designing all the outreach associated with, and required by, the Program for Public Information. 4. Customized reports and documentation for each department involved in the production of the documentation for the CRS Verification process. This include the building, utilities, planning, information technology, marketing, and fire. 5. The CRS Verification visit was moved from October of 2020 to January 27th of 2021. This extended the CRS Services work with the City by 4 months. Moving the visit was necessary to comply with all the requirements in the 2017 CRS Manual. The moving of the visit also afforded the City the opportunity for additional credit made available by the 2021 Addendum to the 2017 CRS Manual. 6. Follow-up work with the departments involved with the CRS program to ensure processes are in place post CRS Verification to support a sustainable CRS program. 7. Provide a roadmap of additional activities to support advancement in the CRS program. Roadmap will include lessons learned and suggestions for day-to-day program management. 8. Review of all the Elevation Certificates submitted from October 2020 to October 2021 for compliance with the National Flood Insurance Program for submission to ISO as required by the 2021 Addendum. Through this amendment, Carollo kindly requests compensation for its sub consultant Lori Lehr, Inc., as summarized in the following table. The attached letter dated January Page 1 of 2 Page 871 of 985 2021 provides further detail and substantiation of this additional work. Task Description Fee 1. Elevation Certificate review $6,000.00 2. Rewrite Program for Public Information $10,500.00 3. Design outreach projects per the Program for Public Information $5,250.00 4. Customized documentation for each department $1,500.00 5. Four month extension for Verification Visit under 2021 Addendum $15,000.00 6. Follow-up on department processes $3,000.00 7. Roadmap for the CRS program moving forward $4,500.00 8. Review of Elevation Certificates for 2021 submission $6,750.00 Total = $52,500.00 Page 2 of 2 Page 872 of 985 Joseph Paterniti, P.E. Utilities Director Boynton Beach Utilities City of Boynton Beach 124 East Woolbright Road Boynton Beach, Florida 33453 Via Email: PaternitiJCibbfl.us LORI LEHR INC Lori Lehr, CFM 727.235.3875 YOUR LINK TO cis succrss lord@lorilehriinc.com January 11, 2021 RE: Proposal to Amend the Current Agreement to Perform Professional Community Rating System Services and Support. Dear Mr. Paterniti, On December 5, 2019, a proposal was submitted to Boynton Beach for CRS services related to an anticipated 2020 CRS Verification. An agreement was reached in June of 2020 to provide the service listed in the proposal. Angela Prymas and many other staff members have worked together weekly to gather the documentation necessary to for the City to maintain their CRS Class 6 rating which affords the flood insurance policy holders in the City a 20% discount annually on their policies. During the process, we have identified activities that need to be revised or in some cases enacted to maintain the current program. The necessary programmatic adjustments are largely due to a CRS Manual Change in 2017 and an amendment to that plan that became effective on January 1, 2021 and will benefit the City's participation in the CRS program. Additional proposed services related to these activities that were not included in the original proposal for services are the following: 1. Extensive review of the City's Elevation Certificates for compliance with the National Flood Insurance Program and the CRS Program. Elevation Certificate compliance is a prerequisite for participation in the CRS program. 2. A complete rewrite of the Program for Public Information. This is projected to include multiple public meetings, review of all current outreach, coordination with staff, and tracking of public input and comments as required by the CRS program. Several iterations of the document would be produced to obtain an end product (Program for Public Information) that can be adopted by the City. 3. Designing all the outreach associated with, and required by, the Program for Public Information. 4. Customized reports and documentation for each department involved in the production of the documentation for the CRS Verification process. This include the building, utilities, planning, information technology, marketing, and fire. 5. The CRS Verification visit was moved from October of 2020 to January 27th of 2021. This extended the CRS Services work with the City by 4 months. Moving the visit was necessary to comply with all the requirements in the 2017 CRS Manual. The moving of the visit also afforded the City the opportunity for additional credit made available by the 2021 Addendum to the 2017 CRS Manual. Page 873 of 985 City of Boynton Beach Community Rating System Program Support Service 6. Follow-up work with the departments involved with the CRS program to ensure processes are in place post CRS Verification to support a sustainable CRS program. 7. Provide a roadmap of additional activities to support advancement in the CRS program. Roadmap will include lessons learned and suggestions for day-to-day program management. 8. Review of all the Elevation Certificates submitted from October 2020 to October 2021 for compliance with the National Flood Insurance Program for submission to ISO as required by the 2021 Addendum. Professional Fee for Proposed Changes: Task I Hours I Rate I Cost 1. Elevation Certificate review 40 $150.00 $6,000.00 2. Rewrite Program for Public Information 70 $150.00 $10,500.00 3. Design outreach projects per the Program for Public Information 35 $150.00 $5,250.00 4. Customized documentation for each department 10 $150.00 $1,500.00 5. Four month extension for Verification Visit under 2021 Addendum 100 $150.00 $15,000.00 6. Follow-up on department processes 20 $150.00 $3,000.00 7. Roadmap for the CRS program moving forward 30 $150.00 $4,500.00 8. Review of Elevation Certificates for 2021 submission 45 $150.00 $6,750.00 Total = 350 $52,500.00 Total Fee of $52,500 The total fee shall not be exceeded without further written authorization by the City of Boynton Beach. This Proposal is only for the items specifically mentioned above in numbers 1-8. The project shall be billed monthly based upon the hourly rate schedule above. Please Note: Reimbursable travel expenses, such as mileage, hotel, and per diem are not included in the estimate. I look forward to working with you and appreciate the opportunity to submit this proposal for additional CRS support services. The Contract Amendment will be effective to October 1, 2021, Please contact me if you have any questions. Sincerely, p Lori Lehr, CFM Lori Lehr Inc. CIJ j LORI LEHR INIC. Page 874 of 985 ngineers ... ftrking Wonders MY) Water",, "> January 26, 2021 Mrs. Angela Primas Boynton Beach Utilities 124 E. Woolbright Road Boynton Beach, FL 33435 Subject: Amendment No. 1 to Task Order No. UT -1C-05 under Contract No. 046282117A Dear Mrs. Primas: 'Ani Po!01I IoHh at "VH1. '61.1868 6/1 00 1 )61 868 (7iIWI Enclosed is Carollo documentation to support Addendum No.1 to the subject Task Order, due to necessary work beyond the original scope of work for the Community Rating System Evaluation and Support Services for the Community Rating Verification Process. The original and proposed amended fee for this Task Order are as follows: • Original Task Order fee: $73,600.00 • Amendment No. 1: $52,500.00 For a total Task Order fee of $126,100.00 We look forward to keep working with the City in this important project. Sincerely, CAROLLO ENGINEERS, INC. opt M. Angelica Gregory, PhD., PE. Associate Vice President ag CC: Liz Fujikawa, Chris Roschek I'rojec:t.: No I Nr7endirnent.: No.1 Cover I ettrr.....January 1.6.do(:x m� mlllllllu OUR FOCUS milmmmWliiiiOiiWlll�liim OUR BUSINESS OUR RapeDB75 of 985 Community Rating System Evaluation and Support Services for the Community Rating Verification Process Contract No.: 046-2821-17/TP-General Consulting Services Scope Category "C" Task Order No. UT -1 C-05 AMENDMENT NO. 1 January 26, 2021 In an effort to accommodate needs of the Community Rating System Evaluation and Support Services for the Community Rating Verification Process project beyond the original scope, Carollo shall facilitate sub consultant Lori Lehr, Inc. to complete the following additional work: 1. Extensive review of the City's Elevation Certificates for compliance with the National Flood Insurance Program and the CRS Program. Elevation Certificate compliance is a prerequisite for participation in the CRS program. 2. A complete rewrite of the Program for Public Information. This is projected to include multiple public meetings, review of all current outreach, coordination with staff, and tracking of public input and comments as required by the CRS program. Several iterations of the document would be produced to obtain an end product (Program for Public Information) that can be adopted by the City. 3. Designing all the outreach associated with, and required by, the Program for Public Information. 4. Customized reports and documentation for each department involved in the production of the documentation for the CRS Verification process. This include the building, utilities, planning, information technology, marketing, and fire. 5. The CRS Verification visit was moved from October of 2020 to January 27th of 2021. This extended the CRS Services work with the City by 4 months. Moving the visit was necessary to comply with all the requirements in the 2017 CRS Manual. The moving of the visit also afforded the City the opportunity for additional credit made available by the 2021 Addendum to the 2017 CRS Manual. 6. Follow-up work with the departments involved with the CRS program to ensure processes are in place post CRS Verification to support a sustainable CRS program. 7. Provide a roadmap of additional activities to support advancement in the CRS program. Roadmap will include lessons learned and suggestions for day-to-day program management. 8. Review of all the Elevation Certificates submitted from October 2020 to October 2021 for compliance with the National Flood Insurance Program for submission to ISO as required by the 2021 Addendum. Through this amendment, Carollo kindly requests compensation for its sub consultant Lori Lehr, Inc., as summarized in the following table. The attached letter dated January Page 1 of 2 Page 876 of 985 2021 provides further detail and substantiation of this additional work. Task Description Fee 1. Elevation Certificate review $6,000.00 2. Rewrite Program for Public Information $10,500.00 3. Design outreach projects per the Program for Public Information $5,250.00 4. Customized documentation for each department $1,500.00 5. Four month extension for Verification Visit under 2021 Addendum $15,000.00 6. Follow-up on department processes $3,000.00 7. Roadmap for the CRS program moving forward $4,500.00 8. Review of Elevation Certificates for 2021 submission $6,750.00 Total = $52,500.00 Page 2 of 2 Page 877 of 985 Joseph Paterniti, P.E. Utilities Director Boynton Beach Utilities City of Boynton Beach 124 East Woolbright Road Boynton Beach, Florida 33453 Via Email: PaternitiJCibbfl.us LORI LEHR INC Lori Lehr, CFM 727.235.3875 YOUR LINK TO cis succrss lord@lorilehriinc.com January 11, 2021 RE: Proposal to Amend the Current Agreement to Perform Professional Community Rating System Services and Support. Dear Mr. Paterniti, On December 5, 2019, a proposal was submitted to Boynton Beach for CRS services related to an anticipated 2020 CRS Verification. An agreement was reached in June of 2020 to provide the service listed in the proposal. Angela Prymas and many other staff members have worked together weekly to gather the documentation necessary to for the City to maintain their CRS Class 6 rating which affords the flood insurance policy holders in the City a 20% discount annually on their policies. During the process, we have identified activities that need to be revised or in some cases enacted to maintain the current program. The necessary programmatic adjustments are largely due to a CRS Manual Change in 2017 and an amendment to that plan that became effective on January 1, 2021 and will benefit the City's participation in the CRS program. Additional proposed services related to these activities that were not included in the original proposal for services are the following: 1. Extensive review of the City's Elevation Certificates for compliance with the National Flood Insurance Program and the CRS Program. Elevation Certificate compliance is a prerequisite for participation in the CRS program. 2. A complete rewrite of the Program for Public Information. This is projected to include multiple public meetings, review of all current outreach, coordination with staff, and tracking of public input and comments as required by the CRS program. Several iterations of the document would be produced to obtain an end product (Program for Public Information) that can be adopted by the City. 3. Designing all the outreach associated with, and required by, the Program for Public Information. 4. Customized reports and documentation for each department involved in the production of the documentation for the CRS Verification process. This include the building, utilities, planning, information technology, marketing, and fire. 5. The CRS Verification visit was moved from October of 2020 to January 27th of 2021. This extended the CRS Services work with the City by 4 months. Moving the visit was necessary to comply with all the requirements in the 2017 CRS Manual. The moving of the visit also afforded the City the opportunity for additional credit made available by the 2021 Addendum to the 2017 CRS Manual. Page 878 of 985 City of Boynton Beach Community Rating System Program Support Service 6. Follow-up work with the departments involved with the CRS program to ensure processes are in place post CRS Verification to support a sustainable CRS program. 7. Provide a roadmap of additional activities to support advancement in the CRS program. Roadmap will include lessons learned and suggestions for day-to-day program management. 8. Review of all the Elevation Certificates submitted from October 2020 to October 2021 for compliance with the National Flood Insurance Program for submission to ISO as required by the 2021 Addendum. Professional Fee for Proposed Changes: Task I Hours I Rate I Cost 1. Elevation Certificate review 40 $150.00 $6,000.00 2. Rewrite Program for Public Information 70 $150.00 $10,500.00 3. Design outreach projects per the Program for Public Information 35 $150.00 $5,250.00 4. Customized documentation for each department 10 $150.00 $1,500.00 5. Four month extension for Verification Visit under 2021 Addendum 100 $150.00 $15,000.00 6. Follow-up on department processes 20 $150.00 $3,000.00 7. Roadmap for the CRS program moving forward 30 $150.00 $4,500.00 8. Review of Elevation Certificates for 2021 submission 45 $150.00 $6,750.00 Total = 350 $52,500.00 Total Fee of $52,500 The total fee shall not be exceeded without further written authorization by the City of Boynton Beach. This Proposal is only for the items specifically mentioned above in numbers 1-8. The project shall be billed monthly based upon the hourly rate schedule above. Please Note: Reimbursable travel expenses, such as mileage, hotel, and per diem are not included in the estimate. I look forward to working with you and appreciate the opportunity to submit this proposal for additional CRS support services. The Contract Amendment will be effective to October 1, 2021, Please contact me if you have any questions. Sincerely, p Lori Lehr, CFM Lori Lehr Inc. CIJ j LORI LEHR INIC. Page 879 of 985 7. F. Requested Action by Commission: Approve Task Order UT -2D-05 with Calvin Giordano and Associates, in the amount of $196,962.00 in accordance with RFQ No. 046-2821-17/TP, General Consulting Services Contract, Scope Category D for the Gulfstream Boulevard (SE 36th Avenue) Streetscape Improvements. Explanation of Request: In 2019, Staff assessed the pavement condition of SE 36th Ave. The road condition rating is an F. The road is past its design life and at a stage where it requires an ever-increasing amount of maintenance (i.e. pothole and edge failure repairs). When roads reach this condition, the cost- effective approach is for the roads to be re -engineered and replaced. I n May of last year the City of Boynton Beach entered into an interlocal agreement with the City of Delray Beach for the purpose of jointly funding an Engineering Consultant to design the replacement of SE 36th Ave from Seacrest Blvd to the FEC Right-of-way. See Attachment 1 - Project Location Map. Staff requests approval to award the task order for the engineering design and permitting of the replacement road. Attachments 2 and 3 are of the Calvin Giordano proposal and a copy of their executed agreement, respectively. Construction is being planned for next fiscal year, this will allow the City of Delray Beach and the City of Boynton Beach time to properly budget for the expenditures in the upcoming year. How will this affect city programs or services? Once reconstructed, the roads service life will be extended another 15 - 20 years. Fiscal Impact: Budgeted The project will be funded from the Capital Improvement Program (302-4905- 580.63-08, TR2102). Alternatives: None Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Page 880 of 985 Grant Amount: Attachments: Type D AttacftrTIENI'lt D AttacftrTIENI'lt D AttacftrTIENI'lt Description AttachirTIENI'lt 1 AE)rlia of I Jirnits of Coir stir'LACti011'I AttachirTIENI'lt 2 T,,.-,.isk OrdE)rFliroposal� Attac,hirTIENI'lt 3 Ca�viin (3)iordaino Cointract Page 881 of 985 Attachment 1- Location Map SE 36th Avenue (aka Gulfstream Blvd) Reconstruction Boynton Beach and Delray Beach Aerial 1- SE 36th Ave - the segment of road to be rehabilitated is highlighted in yellow 11 u:, g e Page 882 of 985 Building Code Services Civil Engineering / Roadway & Highway design. Coastal. Engineering Code Enforcement Construction Engineering & Inspechon (CEI) Construchon Services Data Technologies & Develop pent Electrical Engineering Engineering Environmental Services Facilities Management Geographic Information Systems (RIS) Governmental Services Indoor Air duality Landscape Architecture Planning Project Management Redevelopment & Urban Design Surveying & Mapping Traffic Engmeenng Transportation Planning Water / Utilities Encgineerung Website Development 1800, Her Drive Suite 600, Fart Lauderdale, FL 33316 954.921.7781 phone 954.921.8807 fax u wwxgssolutjttns. omm Calvin, Giordano & Associates, Inc.. E X C E P T 1 0 N A L SOLU T I o N S'" February 8, 2021 Mr. Gary Dunmyer, MBA, PE, GC City Engineer City of Boynton Beach P.O. Box 310 Boynton Beach, FL 33425 RE: SE 36th Avenue Streetscape Improvements CGA Proposal No. 20-4088 City Task Order No. UT2D05 Dear Mr. Dunmyer, Calvin, Giordano & Associates, Inc. (CGA) is pleased to submit this proposal to the City of Boynton Beach (CITY) for Professional Services on the above referenced project located in the Palm Beach County. The scope of this project includes roadway improvements to SE 36th Avenue from Seacrest Boulevard to the west side of the FEC Railroad Tracks and Right of Way (R/W). The project falls within the limits of the City of Boynton Beach and the City of Delray Beach. Although the requested improvements within their respective right of ways may vary and the cost estimate will be split, this proposal only includes one set of construction plans for the improvements. The project includes services for civil engineering, photometrics, landscape architecture, geotechnical engineering, subsurface utility exploration services for the design, permitting and bidding phases of the project. CGA will specify environmentally friendly dark -sky LED luminaires for the photometric design, using FPL poles and lights, to minimize energy consumption and maintenance. Construction phase services are not included but can be provided in a separate proposal. The specific scope of professional services is detailed below. L PROFESSIONAL SERVICES 1. TASK 1 — DATA COLLECTION, TYPICAL SECTION DEVELOPMENT, AND INITIAL PUBLIC OUTREACH A. CIVIL ENGINEERING Page 883 of 985 FORT ILAUDERDALE MIIAMI-dA 1E WEST PA1LMI BEACH CILEAR fAT'ER/TAIhaIIPA ESTERO PORTST. LUiCI,E February 8, 2021 Page 2 of 17 • Utility Coordination - Create an 811 Design Ticket, submit Utility Request Letters to applicable utility owners (UOs), create a matrix for tracking, and input utility information into AutoCAD. - Subsurface Utility Engineering (SUE) Quality Levels (QL) A through D shall be provided for this project in accordance with ASCE "Standard Guidelines for the Collection and Depiction of Existing Subsurface Utility Data". Subconsultant services to complete the SUE are described in Task 2. • Data Collection and Evaluation - Perform site visit of the corridor to understand existing conditions and site constraints, gather existing permits and historical information from both cities, and meet with city staff to confirm project goals and schedule. - Correspond with FEC but no work is anticipated in their R/W and, therefore, no permit will be required. - Coordinate with Palm Beach County Traffic to discuss the existing loop detectors needing replacement at the west end of the corridor. • Typical Section Development - Evaluation of the corridor to develop typical sections that fit within available right of way (R/W) and fit the goals of the project. - Prepare up to three (3) typical section alternatives with a high level of magnitude engineer's opinion of probable cost for each. The costs shall be divided by the respective City's Right of Way (R/W) improvements. • Initial Public Outreach - Prepare for and attend one meeting with stakeholders to gain feedback on the typical sections. • Finalize one typical section and submit to CITY for review and written approval prior to any plan production or releasing subconsultants to begin their scope of work. B. ELECTRICAL ENGINEERING • Data Collection and Evaluation - Provide field visit to review existing lighting pole locations and existing service points for light poles and irrigation system. - Contact the owner of the existing lights to obtain information of the type of light, wattage, and lighting distribution for the preparation of the photometric street plan. Page 884 of 985 February 8, 2021 Page 3 of 17 - Prepare a photometric street plan implementing existing lighting pole locations and type of light source used. - Present existing photometric street plan lighting level conditions and report evaluating of the exiting conditions to the City of Boynton Beach and City of Delray Beach for review and comments. - Provide one meeting with the City of Boynton Beach personnel to review existing conditions, obtain the CITY's street lighting requirements and evaluate CITY's need. - Provide one meeting with the City of Delray Beach personnel to review existing conditions, obtain their street lighting requirements and evaluate their needs. C. LANDSCAPE ARCHITECTURE • Perform site visit of the corridor to understand the existing conditions and site constraints and meet with CITY staff. • This proposal includes utilizing the survey provided by the CITY for the right of way and providing identification of existing trees and palms, providing the Scientific and Common names of the existing trees and palms, the Diameter at Breast Height, estimated height and spread and condition of specimens. The Disposition of the existing trees and palms shall be included in this assessment. o Please note that the survey information that missing on the current survey are spot elevations at the base of each existing tree. This is essential for us to protect the root zone of the existing trees in the median as the roots cannot be cut to any degree without jeopardizing the health of these trees. We would request that the CITY provide this as additional information to the survey for this project. • Provide color renderings of the typical sections as needed for the Public Participation for the project. 2. TASK 2 — PRELIMINARY DESIGN A. CIVIL ENGINEERING • Prepare 30% plans to include the cover sheet and preliminary layout of the corridor. • Perform a drainage evaluation of the corridor and provide recommendations to the City of Delray Beach and Boynton Beach. Since there are different Page 885 of 985 February 8, 2021 Page 4 of 17 requirements and preferences for each right -of- way owner, two sets of drainage calculations will be required. • Update the engineer's opinion of probable cost for the 30% layout. • Attend and prepare meeting minutes for a public meeting at the 30% design phase. • Conduct a meeting with the CITY to confirm the alignment and proposed improvements prior to proceeding to 60% plans. • Pre -application meetings with the permitting agencies listed in Task 3. • Sub -Consultant to perform utility potholes throughout the project corridor. Twenty (20) soft digs are anticipated and are included in this proposal as well as a report of findings. An additional service agreement shall be required if more than twenty (20) soft digs are required. • Sub -Consultant to perform a Geotechnical Investigation including (3) Standard Penetration Tests (SPTs) to a depth of 20', and six (6) pavement cores, and two (2) open hole exfiltration tests to understand existing pavement condition and subsurface characteristics. The Geotechnical Report will include results of the testing, recommendation for pipe and structure bedding, hydraulic conductivity, and pavement analysis and recommendations. • Prepare 60% plans for roadway improvements including Paving, Grading & Drainage Plans; Pavement Marking and Signage Plans; Cross Sections every 100 ft; SWPPP Plans; Details and General Notes. • Prepare drainage calculations and report. • Update the engineer's opinion of probable costs for the 60% design plans. • Attend One (1) meeting with CITY staff to discuss 60% plans and cost estimate. • Conduct QA/QC for the 60% plan documents consisting of a multidisciplinary peer review and a constructability review. • Attend and prepare meeting minutes for a public meeting at the 60% design phase. B. ELECTRICAL ENGINEERING • Prepare 60% roadway photometric plans as per meetings with the City of Boynton Beach and City of Delray Beach. • Provide one meeting with the City of Boynton Beach personnel and one meeting with the City of Delray Beach personnel to review the proposed photometric Page 886 of 985 February 8, 2021 Page 5 of 17 street plan. • Adjust photometric street plan as per each city's comments. • Provide revised photometric street plan to the CITY for final approval. • CGA will provide no more than two rounds of revised photometric street plans for final approval. • Prepare 60% plans indicating electrical distribution design and electrical point of services for the irrigation system. • Prepare cost estimates for the City of Boynton Beach and for the City of Delray Beach. C. LANDSCAPE ARCHITECTURE • Provide one plan view color rendering of the proposed roadway design for the Public Participation meeting. • Prepare 60% plans for roadway improvements including Tree Disposition Plans and Details, Planting Plans and Preliminary Irrigation Plans, Planting Notes and Details and Irrigation Notes and Details. • CGA will work with CITY staff regarding the proposed Landscape Architectural plans to ensure that the direction meets with their approval. • Provide 60% construction estimates. • One (1) meeting with CITY staff to discuss 60% plans and cost estimate. • Attend two public participation meetings (30% plan meeting and 60% plan meeting) D. DELIVERABLES: Submit 60% plan pdf s and cost estimates to CITY for review. 3. TASK 3 — PERMITTING/90% PLANS PRODUCTION A. CIVIL, ENGINEERING • Revise plans per CITY's comments from the 60% Plans Production review. Fee includes responding and addressing comments. • Submit plans to the following agencies for permits: Page 887 of 985 February 8, 2021 Page 6 of 17 - South Florida Water Management District (SFWMD) • Prepare 90% plans for roadway improvements including Paving, Grading & Drainage Plans; Cross Sections every 100 ft; Pavement Marking and Signage Plans; SWPPP Plans; Details and General Notes. • Prepare 90% construction cost. • Prepare Technical Specifications. It is our understanding that the CITY will prepare and provide their own Front -End Specifications for this project. • Conduct QA/QC for the 90% documents consisting of a multidisciplinary peer review and a constructability review. • Attend One (1) meeting with CITY staff to discuss 90% plans, technical specifications and cost estimate. • Attend and prepare meeting minutes for a public meeting at the 90% design phase. B. ELECTRICAL ENGINEERING • Prepare plans incorporating CITY's 60% plan production comments. • Prepare Technical Specifications for electrical scope of work. • Revise cost estimates as required per CITY's 60% plan production comments. • Provide a dry run to each CITY building department for review and comments. C. LANDSCAPE ARCHITECTURE • Revise plans per CITY's comments from the 60% Plans Production review. Fee includes responding and addressing comments. • Prepare 90% plans for roadway improvements including revising plans per base changes typically necessary through the plans production process. This will require revision time to modify the Tree Disposition, Planting Plans and Irrigation Plans. • Prepare 90% construction cost estimates for the landscape architectural scope of services. • Prepare Technical Specifications. It is our understanding that the CITY will prepare and provide their own Front -End Specifications for this project. • One (1) meeting with CITY staff to discuss 90% plans, technical specifications Page 888 of 985 February 8, 2021 Page 7 of 17 and cost estimate. • Attend one (1) public participation meeting for the 90% plans. D. DELIVERABLES: Submit PDF's f plans and cost estimate to CITY for review. 4. TASK 4 — FINAL PLANS AND BID DOCUMENTS A. CIVIL ENGINEERING • Revise plans per CITY's comments from the 90% Plans Production review. Fee includes responding and addressing comments. • Prepare 100% plans for roadway improvements including Paving, Grading & Drainage Plans; Pavement Marking and Signage Plans; SWPPP Plans; Details and General Notes. • Prepare 100% construction cost. • Prepare 100% Technical Specifications. • Conduct QA/QC for the Bid documents consisting of a multidisciplinary peer review and a constructability review. B. ELECTRICAL ENGINEERING • Revised plans and cost estimates per CITY's and building department comments. • Prepare 100% technical specifications, photometric plans, and electrical plans for the irrigation system service. C. LANDSCAPE ARCHITECTURE • Revise plans per CITY's comments from the 90% Plans Production review. Fee includes responding and addressing comments. • Prepare 100% plans for roadway improvements including revising plans per base changes typically necessary through the plans production process. This will require revision time to modify the Tree Disposition, Planting Plans and Irrigation Plans. Provide final Irrigation Plans for project. • Prepare 100% construction cost estimate. • Prepare 100% Technical Specifications. Page 889 of 985 February 8, 2021 Page 8 of 17 D. DELIVERABLES: Submit PDF's of plans and cost estimate to CITY for bidding. 5. TASK 5 — BIDDING ASSISTANCE A. Bidding services are based on the available budget and may not be needed. A confirmation of sufficient scope will be confirmed prior to moving forward. B. CIVIL ENGINEERING, ELECTRICAL ENGINEERING, LANDSCAPE ARCHITECTURE • Attendance by the engineering of record (EOR) to the pre-bid meeting. It is anticipated that CITY staff will conduct the pre-bid meeting and prepare meeting minutes. • Address bidder RFI's and revise plans during bidding, as required. • The City will perform the review and evaluation of bids received; these services are not included. 6. TASK 6 — PROJECT MANAGEMENT • CGA shall provide project management and coordination services throughout the design and permitting process. This includes the following: - A Project Control System, which provides the planning, monitoring, analyzing, and reporting of project progress through schedule updates, scope changes, budget control, and risk management. - Coordination of the design team, subconsultant deliverables, adherence of design to the CITY's goals and objectives, and interactions with CITY Staff. - Prompt resolutions of issues that may arise during the design or permitting process. Status updates shall be submitted to the CITY at key milestones, indicating percent complete for each task. - Attendance of meetings and presentations including a kick- off meeting to confirm CITY's goals and objectives for the project. Preparation of an agenda and meeting minutes. - Coordination with local utility companies regarding the project schedule and obtaining utilities schedules for CITY's coordination. - Quality Assurance/Quality Control - Review of the contract documents prior Page 890 of 985 February 8, 2021 Page 9 of 17 to each phase submittal through internal disciplinary review, interdisciplinary reviews and cross-checking, constructability review prior to the 60% design and 100% permit review, as well an in-house review by a professional not directly involved with the project. 7. ASSUMPTIONS AND EXCLUSIONS The only services included in this contract are those specifically identified above. An Additional Services Agreement (ASA) shall be required if additional services are requested by the CITY. The following are assumptions and exclusions for this contract: • Assumptions: - All contract and bid documents will be submitted electronically for the whole corridor. No hard copies will be submitted. - This project is not going to be LAP funded. If this changes, an ASA shall be required due to the additional requirements for LAP funded projects. - The City shall provide an AutoCAD file of a recent survey of the corridor with enough information to evaluate the corridor and design the plans. The City shall also provide a S&S survey for submittal to the permitting agencies. - Attendance of three (3) public or community meetings (30%, 60% & 90%) is included. Attendance at additional meetings can be billed at the contracted hourly rates. - The limits of work are on SW 36th Ave and will not extend into Seacrest Blvd or FEC R/W. - If the project is put on hold or "shelved", a new agreement may be required to re -start the plans. - Electrical street lighting design and construction documents shall be provided by FPL. • Exclusions: - No work in FEC R/W and therefore no FEC permitting. - No mast arm upgrades or traffic studies, including pedestrian study for mid - block crossing justification. If needed, these items would be an ASA. - No utility plans for water or sewer upgrades or replacements. - No Maintenance of Traffic Plans Page 891 of 985 February 8, 2021 Page 10 of 17 - Structural engineering documents and calculations are excluded. - Construction phase services are not included. - Electrical street lighting design and construction documents. BASIS OF PROPOSAL • Any opinion of the construction cost prepared by Calvin, Giordano & Associates, Inc. represents its judgment as a design professional and is supplied for the general guidance of the CLIENT since Calvin, Giordano & Associates, Inc. has no control over the cost of labor and material, or over competitive bidding or market conditions. Calvin, Giordano & Associates, Inc. does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the CLIENT. • Any outside engineering services, studies, or laboratory testing not specifically mentioned in the Scope of Services will be the responsibility of the CLIENT. All municipal, permit, and agency fees as well as Title Certificates will be paid by the CLIENT. • Basic services outlined within this proposal shall be considered complete when the project plans are submitted to the regulatory agencies for Certification. • Calvin, Giordano & Associates, Inc. is performing the consultant services set forth in this Agreement strictly as a professional consultant to CLIENT. Nothing contained in this Agreement shall create any contractual relationship between Calvin, Giordano & Associates, Inc. and any contractor or subcontractor performing construction activities on the project, or any of CLIENT's other professional consultants. • Calvin, Giordano & Associates, Inc. shall not be responsible for the contractor's schedules or failure to carry out the construction in accordance with the construction documents. Calvin, Giordano & Associates, Inc. shall not have control over or charge of acts or omissions of the contractor, subcontractors, or their agents or employees, or of any other persons performing portions of the construction. • Calvin, Giordano & Associates, Inc. will require that all consultants carry proper insurance, including professional liability insurance, if appropriate. • Permit construction certification will include one partial and one final inspection. • Only meetings specifically noted in the fee proposal are included in this proposal_ If additional meetings beyond those mentioned are required, they shall be bill at the attached hourly rates. Page 892 of 985 February 8, 2021 Page 11 of 17 ADDITIONAL FEES The following services are NOT included in this proposal and will be considered Additional Services, which will be addressed in a separate contractual agreement. The services include but are not limited to: • Architectural, structural (i.e., retaining walls, bridges, docks), mechanical (i.e., fire pumps), fire protection, geotechnical and testing, environmental assessment, power, gas, telephone, cable television, site lighting services. • Calculations of off-site flood stages. • Construction quality control inspections. • Off-site engineering and negotiations for off-site easements, if required (other than as specified in the Scope of Services). • Permit application or negotiation with permitting authorities other than those specifically listed herein. • Preparation of construction contract documents, other than drawings and technical specifications (e.g., bid schedule, project manual). • Professional land surveying not included in the scope of services (i.e., buried utility investigation, easement research, condominium documents, project stake- out and as - built drawings). • Professional services required due to conditions different from those itemized under the Scope of Services or due to events beyond the control of Calvin, Giordano & Associates, Inc. • Professional services required, due to changes in the site plan initiated by the CLIENT, their representatives or other consultants (e.g., architects, landscape architects, etc.) after either design or preparation of the construction drawings has commenced. • Updated boundary survey, site evaluation or closing assistance work, unless specified above. REIMBURSABLE EXPENSES Calvin, Giordano & Associates, Inc. and its consultants will be reimbursed for the printing of drawings and specifications, deliveries, Federal Express services, required travel time and travel expenses, long distance telephone calls, fax transmittals, postage, fees paid for securing approval of authorities having jurisdiction over the project, renderings, models and mock-ups required by CLIENT, as required. Reimbursable expenses and sub -consultant invoices will be billed directly to the CLIENT at a multiplier of 1.25. Page 893 of 985 February 8, 2021 Page 12 of 17 MEETING ATTENDANCE Due to the difficulties of predicting the number or duration of meetings, no meetings other than those listed above, are included in the Schedule of Fees shown below. Preparation for and meeting attendance, as necessary, will be provided on a time and materials basis and will be billed at the standard hourly rates in accordance with the attached Hourly Rate Schedule. FEES Calvin, Giordano & Associates, Inc. will perform the Scope of Services for a lump sum fee as shown in the table below: COST BREAKDOWN BY TASK Discipline ICost Task 1- Data Collection, Typical Section Development, and Initial Public Outreach Civil $15,910 Electrical $6,080 Landscape Architecture $9,600 Total Task 1 = $31,590 Task 2 - Preliminary Design Civil $43,015 Electrical $20,255 Landscape Architecture $4,410 Geotechnical Investigation $12,612 Subsurface Utility Exploration $9,700 Total Task 2 = $89,992 Task 3 - Permitting/90% Plans Production Civil $23,925 Electrical $6,410 Landscape Architecture $8,000 Total Task 3 = $38,335 Task 4 - Final Plans and Bid Documents Civil $10,090 Electrical $4,320 Landscape Architecture $3,760 Total Task 4 = $18,170 Task 5 - Bidding Assistance Civil $2,645 Electrical $570 Landscape Architecture $460 Total Task 5 = $3,675 Task 6 - Project Management Civil $15,200 Total Task 6 = $15,200 Total Proposal Fee = $196,962.00 Page 894 of 985 February 8, 2021 Page 13 of 17 TERMS OF THE AGREEMENT • All aspects of GIS data development created by Calvin, Giordano & Associates, Inc., will be property of the CLIENT and will be given to the CLIENT at time of project completion. • Calvin, Giordano & Associates, Inc. and the CLIENT agree by their signatures on this document that each party will not hire or attempt to hire any staff from the other party while under contract together. • Calvin, Giordano & Associates, Inc. is preparing and providing drawings, plans, specifications and other documents as outlined in the scope of services for this Agreement for use in the construction of this project, based upon design and construction criteria prepared and provided by others, including but not limited to the CLIENT and CLIENT's consultants. Calvin, Giordano & Associates, Inc. is not responsible for any errors and omissions in the aforesaid design and construction criteria provided by others. • CLIENT agrees to indemnify, hold harmless and, at Calvin, Giordano & Associates, Inc.'s option, defend or pay for an attorney selected by Calvin, Giordano & Associates, Inc., to defend Calvin, Giordano & Associates, Inc., its officers, agents, servants, and employees against any and all claims, losses, liabilities, and expenditures of any kind, including attorney fees, any appellate attorney costs, court costs, and expenses, caused by, arising from, or related to any acts, omissions or negligence of CLIENT or its consultants. • CLIENT agrees to limit Calvin, Giordano, & Associates, Inc.'s liability for any and all claims that CLIENT may assert on its own behalf or on behalf of another, including but not limited to claims for breach of contract or breach of warranty, to the amount of fees paid to Calvin, Giordano & Associates, Inc., pursuant to this Agreement. • Drawings, specifications, and other documents and electronic data furnished by Calvin, Giordano & Associates, Inc. in connection with this project are instruments of service. All original instruments of service shall be retained by Calvin, Giordano & Associates, Inc. and will remain their property, with all common law, statutory and other reserved rights, including copyright, in those instruments. This information provided in the instruments of service is proprietary and will not be shared with others without prior written consent. The CLIENT may request reproducible copies, and all original documents upon payment of all outstanding invoices, and expenses. • In the event of termination in accordance with this Agreement or termination not the fault of Calvin, Giordano & Associates, Inc., Calvin, Giordano & Associates, Inc. shall be compensated for services properly performed prior to receipt of notice of termination, together with Reimbursable Expenses then due. • Invoices for work accomplished to date will be submitted monthly and are payable within thirty (30) days. The CLIENT will pay invoices upon receipt and understands interest charges of 1.5% per month will be applied to any unpaid balance past thirty (30) days. Calvin, Giordano & Associates, Inc. may elect to stop work until payment is received. If work is stopped for thirty (30) days or more, Calvin, Giordano & AssocOIV , 895 of 985 February 8, 2021 Page 14 of 17 Inc. may request compensation for start-up costs when work resumes. PURSUANT TO SECTION 558.0035, FLORIDA STATUTES, AN INDIVIDUAL EMPLOYEE OR AGENT OF CALVIN, GIORDANO & ASSOCIATES, INC. MAY NOT BE HELD INDIVIDUALLY LIABLE IN NEGLIGENCE FOR ANY CLAIMS, DAMAGES, LOSSES, OR DISPUTES ARISING OUT OF OR SUBJECT TO THE CONTRACT. The CLIENT or their representative shall be available to meet with Calvin, Giordano & Associates, Inc. and provide decisions in a timely manner throughout the course of the project. The CLIENT will provide all plans and other pertinent information, which are necessary for Calvin, Giordano & Associates, Inc. to provide complete professional services as outlined in this contract. The terms of Agreement shall be valid for the Client's acceptance for a period of thirty (30) days from the date of execution by Calvin, Giordano & Associates, Inc. after which time this contract offer becomes null and void if not accepted formally (evidenced by receipt of an executed copy of this document). All rates and fees quoted in this document shall be effective for a period of six (6) months, after which time they may be renegotiated with the CLIENT. This Agreement may be terminated by either party upon not less than seven (7) days written notice should the other party fail substantially to perform in accordance with the terms of this Agreement through no fault of the party initiating the termination. Failure of CLIENT to make payments to Calvin, Giordano & Associates, Inc., in accordance with this Agreement, shall be considered substantial nonperformance and cause for termination. MISCELLANEOUS PROVISIONS CLIENT and Calvin, Giordano & Associates, Inc., respectively, bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of this Agreement. Neither CLIENT nor Calvin, Giordano & Associates, Inc. shall assign this Agreement without written consent of the other. • This Agreement represents the entire and integrated agreement between the CLIENT and Calvin, Giordano & Associates, Inc. and supersedes all prior negotiations, representations or agreements, either written or oral. This Agreement may be amended only by written instrument signed by both Calvin, Giordano & Associates, Inc. and the CLIENT. Unless otherwise provided, this Agreement shall be governed by the law of the place where the project is located. Page 896 of 985 February 8, 2021 Page 15 of 17 TERMINATION OF THE AGREEMENT • This Agreement may be terminated by either parry upon not less than seven (7) days written notice should the other parry fail substantially to perform in accordance with the terms of this Agreement through no fault of the parry initiating the termination. Failure of CLIENT to make payments to Calvin, Giordano & Associates, Inc., in accordance with this Agreement, shall be considered substantial nonperformance and cause for termination. • In the event of termination in accordance with this Agreement or termination not the fault of Calvin, Giordano & Associates, Inc., Calvin, Giordano & Associates, Inc. shall be compensated for services properly performed prior to receipt of notice of termination, together with Reimbursable Expenses then due. We appreciate the opportunity to submit this proposal. Calvin, Giordano & Associates, Inc. is prepared with the necessary manpower to proceed with the proposed scope of services upon receipt of the executed authorization. Our personnel are committed to completing the project in a timely manner. Please indicate your acceptance of this proposal by signing below and returning one executed copy of the contract to this office. We look forward to working with you in making this project a success. Sincerely, CALVIN, GIORDANO & ASSOCIATES, INC. Chris Giordano Vice President Page 897 of 985 February 8, 2021 Page 16 of 17 Cost of these services are $196,962.00 plus hourly as noted in fee breakdown. ACCEPTANCE OF CONTRACT CALVIN, GIORDANO & ASSOCIATES, INC. By: Date: Name: Chris Giordano Title: Vice President By: Date: Name: Mr. Gary Dunmyer, MBA, PE, GC Title: City Engineer Page 898 of 985 February 8, 2021 Page 17 of 17 COST BREAKDOWN BY PERSONNEL Civil Engineering Personnel Classification Hourly Rate Total Hours Total Cost Principal $215 21 $4,515 Project Manager $190 380 $72,200 Engineer $130 12 $1,560 Engineering Technician $115 34 $3,910 CADD Technician $95 290 $27,550 Clerical $75 14 $1,050 Total Civil = $110,785 Electrical Engineering Personnel Classification Hourly Rate Total Hours Total Cost Project Manager $190 150 $28,500 Engineer $130 14 $1,820 CADD Technician $95 77 $7,315 Total Electrical = $37,635 Landscape Architecture Personnel Classification Hourly Rate Total Hours Total Cost Associate Landscape Architect $165 18 $2,970 Environmental Specialist $125 8 $1,000 Landscape Architect $115 182 $20,930 CADD Technician $95 14 $1,330 Total Landscape Architecture = $26,230 Geotechnical Investigation Total = $12,612 Subsurface Utility Exploration Total = $9,700 Total Proposal Fee =F$196,962.00 Page 899 of 985 Coversheet Page 1 of 2 6.F. CONSENTAGENDA &712018 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 817/2018 REQUESTED ACTION BY COMMISSION: PROPOSED RESOLUTION NO. R18-103 -Authorize the City Manager to sign multiple agreements as a result of RFQ No.: 046-2821-17frP 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.: 046-2821-17rrP for General Consulting Services, who authorized staff to conduct negotiations with the firms as follows: as ...SC ECTEGORYA J Modifigftnj.Ca aci and v O ration_ I Garollo En�neers,lnc. CH2MHill Engineers, Inc. Globaltech. Inc. SCOPE CATEGORY B Infrastructure 1111 wrovernents and Evaluations Carollo Enr,; ineers Inc. Arcadis U.S., Inc. AECOM Technical Services,Inc., In CDM Smith Inc. .:,... SCOPE CATEGORY C Ancilla "Wnd l 1pdM Carollo En ineers,lnc. CDM Smith, Inc. Globaltech„ Inc.. SCOPE CATEGORY D T n f on Services Kimle -Horn and Associates, Inc. Calvin, Giordano & Assoc., Inc. Mathews Consulting SCOPE LATE Y_ Architectural and Landscape Design Services Gentile Glas Hollows O'Mahoney & Assoc. Inc., �Alexis Knight Architects, Inc. West Architecture t Design, 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) fines 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:liboyntonbeach.novusagenda.comlAgendaPublicICoverSheet.aspx?ItemID=4382&M... P9MPA(Pf 985 Coversheet Page 2 of 2 This agreement 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: ATTACHMENTS: Type Description D I°mesob,flo 1, Resolution approving General Consulting Services Agreements o Agreeunent AGREEMENT-2GHO o tw a mt o Mt, AGREEMENT - AECOM o Aga+ emma.nt AGREEMENT -ALEXIS KNIGHT o dn2eement AGREEMENT-ARCADIS D AGREEMENT - CALVIN, GIORDANO & ASSOC. D Mww AGREEMENT - CAROLLO n Mrw¢r AGREEMENT -CDM SMITH Esu urum,rrlt AGREEMENT -CH2M HILL n mqu a:ulm AGREEMENT- GLOBALTECH D 6@ gucIent ATTACHMENT - KIMLEY-HORN D Age::u,uri,ent ATTACHMENT -MATHEWS CONSULTING D &am !QtsW AGREEMENT -WEST ARCHITECTURE https://boyntonbeach.novusagenda.comlAgendaPubliclCoverSheet.aspx?ItemID=4382&M...P-l"OO bf 985 GENERAL, CONSULTING SERVICES AGREEMENT THIS AGREEMENT' is entered into between the City of Boynton Beach, hereinafter referred to as "the CITY", and CALVIN, GIORDANO & ASSOCIATES, INC., hereinafter referred to as 'the CONSULTANT', in consideration of the mutual benefits, terms, and conditions hereinafter specified. WHEREAS, pursuant to Section 287,055, Florida Statutes, the Consultants' Competitive Negotiation Act, the CITY'S Procurement Code, the City of Boynton Beach solicited proposals for professional consulting services from qualified engineering firms for required City services; and WHEREAS, THE CITY issued a Request for Qualifications for General Consulting Services for the City of Boynton Beach, RFQ No. 446-2821-17IrP; and WHEREAS, the City Commission designated CONSULTANT as one of several qualified consulting firms to provide General Consulting services to the CITY; and NOW, THEREFORE, in consideration of the mutual covenants expressed herein, the parties agree as follows: ARTICLE 1 - SERVICES 1.1 CONSULTANT agrees to perform General Consulting Services by way of individual task orders, at the request of the CITY during the term of this Agreement, including the provision of all labor, materials, equipment and supplies. The speed projects which may be assigned to CONSULTANT is in conjunction with: Scope Category A Water Plant Mod'if'ication, Capacity and Operations Evaluation Scope Category B Infrastructure Improvements and Evaluations Scope Category C Ancillary Studies and Services ® Scope Category D Transportation Services Scope Category E Architectural and Landscaping Design Services 1.2 SERVICE AND RESPONSIBILITIES 1.2.1 GENERAL: The CONSULTANT agrees to perform work assigned by Task Order(s) under such terms as set forth in the Task Order(s). The terms of the Task Order(s) shall be supplemental to the terms of this Agreement. 1.2.2 The CONSULTANT is responsible for defects in its work and in the work of Its Sub -consultants' work. The term "Ageement' bas the same meaning as the term "contract". Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-1 Page 902 of 985 1.2.3 PRELIMINARY SERVICES PHASE: The CONSULTANT shall prepare preliminary studies and reports, feasibility studies, financial and fiscal studies, and evaluation of existing facilities, preparation of schematic layouts and sketches where required; develop construction budgets, opinions of Probable Construction Cost, and shall consult and confer with the CIT! as may be necessary for the CITY to reach decisions concerning the subject matter. The CONSULTANT shall attend meetings with the CITY Commission and CITY staff as may be required, and provide the CITY with a time schedule which shall include but not be limited to submittal of all milestones related to the project up to delivery of 100% construction documents. 1.2.4 During the preliminary services phase, the CONSULTANT shall advise the CITY, based on CONSULTANTS professional opinion and the current project conditions and reasonably foreseeable conditions of the completeness of existing data and its suitability for the intended purposes of the project; CONSULTANT to obtain data from other sources; identify and analyze requirements of governmental authorities having jurisdiction to approve the design of the project; provide analyses of the CITY'S needs for surveys; perform site evaluations and comparative studies of prospective site and solutions; and prepare and furnish a report to the City setting forth the CONSULTANTS findings and recommendations. 1.2.4.1 Providing any type of property surreys or related engineering services needed for the transfer of Interests In real property, and field surveys for design purposes and engineering surveys and staking to enable Contractor to proceed with their work, and providing other special field surveys. 1.2.4.2 Preliminary design services to be performed by the CONSULTANT shall include consultation and advice concerning the extent and scope of proposed work and preparation of preliminary design documents consisting of design criteria, preliminary drawings, and outline specifications as well as preliminary estimates of probable Construction Costs. This phase will also include preparation of a preliminary site plan or schematic drawings when appropriate. Up to six (a) copies of the preliminary design documents shall be furnished to the CITY, the exact number needed shall be determined by the CITY. 1.2.4.3 CONSULTANT shall provide environmental assessment and impact statements as required to determine the suitability of the site and Its surrounds for the proposed project; and/or 1.2.4.4 Upon authorization of the CITY, the CONSULTANT will provide advice and assistance relating to operation and maintenance of project or other systems; evaluate and report on operations; assist the CITY in matters relating to regulatory agency operations review or operating permit non-compliance; assist with startup and operator training for newly Installed or modified equipment and processes, and in the preparation of operating, Boynton Beach Utilities - General Consulting Services W CLEAN FINAL C2 Page 903 of 985 maintenance and staffing manuals for the project. 1.2.5 BASIC SERVICES: The CONSULTANT shall consult and advise the CITY in the following manner: specifying the extent and scope of the work to be performed; prepare detailed construction drawings and specifications; revise and update, where necessary, previously designed construction plans and specifications, whether in whole or in part, to be incorporated into the proposed work and prepare construction documents and final estimate of probable Construction Cost. The final design services shall be provided in an electronic format, and shall also include furnishing up to six (6) copies of plans and specifications to the CITY; the exact number needed shall be determined by the CITY. 1.2.6 Final design services shall also include preparation of permit applications as may be required by such agencies as have legal review authority over the project These applications shall include but not be limited to site plan approvals or other permits and work efforts and shall also consist of meetings at staff level and meetings with the appropriate governing body and the CITY. Unless specifically provided for under the final design phase, permit application services do not include applications requiring environmental impact statements or environmental assessments, consumptive use permits and landfill permits. 1.2.6.1 The CONSULTANT based upon the approved design documents and any adjustments authorized by the CITY In each project, project schedule or construction budget shall prepare for approval by the CITY, design development documents consisting of drawings and other documents to fix and describe the size and character of each project's civil engineering, environmental, landscape, architectural, structural, mechanical, and electrical systems and any other requirements or systems, materials and such other elements as may be appropriate for a complete project The CONSULTANT shall also advise the CITY of any adjustments to the preliminary estimate of probable Construction Costs. 1.2.6.2 The CONSULTANT based on CITY approved design development documents and any further adjustments in the scope or quality of the project or in the construction budget shall prepare Construction Documents within the number of calendar days specified within any notice Issued by the CITY. The Construction Documents shall consist of drawings and specifications setting forth in detail the requirements for the construction of the project. 1.2.6.3 The CONSULTANT shall assist the CITY in the preparation of the necessary proposal information and forms. 1.2.6.4 The CONSULTANT shall advise the CITY of any adjustments to previous estimates of probable Construction Costs indicated by changes in codes, administrative and jurisdictional requirements of general market conditions. 1.2.6.5 The CONSULTANT shall submit to the CIN for each project, Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C3 Page 904 of 985 electronic format and up to six (6) copies of the Construction Documents, and a further revised estimate of total probable Construction Cost. 1.2.6.6 CONSULTANT shall include in the Construction Documents a requirement that the construction contractor shall provide a final as -built survey of the project in Autocad electronic format by a registered Land Surveyor, and provide marked up construction drawings to the CONSULTANT so that the CONSULTANT can prepare and deliver to the CITY the record drawings in the fors required by the CITY and as required. 1.2.6.7 Prior to final approval of the Construction Documents by the CITY, the CONSULTANT shall conduct a thorough review and quality control evaluation of the entire work product for compliance with requirements of any local, state, or federal agency from which a permit or other approval is required. The CONSULTANT shall make sure that all necessary approvals have taken place. 1.2.6.8 Prior to each phased submittal, the CONSULTANT shall conduct a thorough quality control review and assessment of the work product to determine whether the work Is property coordinated and confirm that the CITY and agency comments have been addressed and incorporated into the Contract Documents. The CONSULTANT shall provide to the CITY a Quality Assurance and Quality Control plan In a format that advises the CITY that all work has been performed as required. A report shall be submitted in accordance with those standards to apprise the CITY that due care has been taken in the preparation of the Contract Documents. 1.2.6.9 The CONSULTANT shall signify responsibility for the Contract Documents including technical specifications and drawings prepared pursuant to this Agreement by affixing a signature, date and seal as required by Florida Statutes Chapters 471 and 481, if applicable. The CONSULTANT shall comply with all of its governing laws, rules, regulations, codes, directives and other applicable federal, state and local requirements in preparation of the work. 1.2.7 The CONSULTANT shall provide the construction documents, technical specifications and drawings completed in accordance with generally accepted professional practices and principles and in a manner consistent with the levet of care and skill ordinarily exercised by members of the profession currently practicing under similar conditions. 1.2.8 The CONSULTANT following the CITY'S approval of the Construction Documents and the latest estimate of probable Construction Cost shall when so directed and authorized by the CITY, assist the CITY in obtaining proposals or negotiated proposals, and assist in preparing contracts for construction. 1.2.8.1 The CONSULTANT shall review and analyze the proposals Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-4 Page 905 of 985 received by the CITY and shall make a recommendation for any award based on the CITY'S Procurement Administrative Policy Manual. 1.2.8.2 Any Opinion of the Construction Cost prepared by CONSULTANT represents its judgment as a design professional and is supplied for the general guidance of the CITY. Since CONSULTANT has no control over market conditions, CONSULTANT does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to the CITY. If the project is not advertised for proposals within three (3) months after delivery of Final Design Plans, through no fault of the CONSULTANT or 9 either local market conditions or industry- wide prices have changed because of unusual or unanticipated events effecting the general level of prices or times of delivery in the construction industry, the established Construction Cost limit may be adjusted as determined by the CITPS Representative and as approved by the CITY, if necessary. Additionally If the CITY expands a project scope of work after the CONSULTANT renders the Final estimated probable Construction Cost of the Final Design Plans, the CONSULTANT shall not be responsible for any redesign without compensation which shall be mutually agreed to by the parties hereto. 1.2.8.3 The CONSULTANT shall provide the CITY with a list of recommended prospective bidders. 1.2.8.4 The CONSULTANT shall attend all pre-proposal/per-bid conferences. 1.2.8.5 The CONSULTANT shall recommend any addenda, through the CITY'S representative as appropriate, to clarify, correct, or change proposal documents. 1.2.8.6 If Pre -Qualification of bidders is required as set forth in the Request for Proposals or Invitation to Bid (two-step bid process), CONSULTANT shall assist the CITY, if requested in developing qualifications criteria, review qualifications and recommend acceptance or rejection of the bidders. 1.2.8.7 If requested, CONSULTANT shall evaluate proposals and bidders, and make recommendations regarding any award by the CITY. 1.2.9 The CITY shall make decision on all claims regarding interpretation of the Construction Documents, and on all other matters relating to the execution and progress of the Work after receiving a recommendation from the CONSULTANT. The CONSULTANT shall check schedules, shop drawings and other submissions for the limited purpose of checking conformance with the concept of the project, and for compliance with the information given by the Construction Documents. The CONSULTANT shall also review change orders prepared and submitted by Contractor and review and make recommendations to the City for progress payments to the Contractor based an each project schedule of values and the percentage of work completed. The CONSULTANT will neither have control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences, or procedures, or for the safety Boynton Bcacb Utilities - General Consulting 5erviccs V.5 CLEAN FINAL C-6 Page 906 of 985 precautions and programs in connection with the construction of the assigned task order projects. 1.2.9.1 The CITY shall maintain a record of all change orders which shall be categorized to the various types, causes, etc. that may be determined useful and necessary for its purpose. 1.2.9.2 If the CONSULTANT is not the Construction Manager for the construction, the CITY shall notify the CONSULTANT within three (3) days of the discovery of any architecturalfengineering error or omission so that the CONSULTANT can be part of the negotiations resolving the claim between the CITY and the Contractor. 1.2.10 The CONSULTANT shall carefully review and examine the Contractor's schedule of values, together with any supporting documentation. The purpose of such review and examination will be to protect the CITY from an unbalanced schedule of values which allocates greater value to certain elements of each project than is indicated by industry standards, supporting documentation, or data. If the schedule of values is not found to be appropriate, it shall be returned to the Contractor for revision for supporting documentation. After making such examination, when the schedule of values is found to be appropriate, the CONSULTANT shall sign the schedule of values indicated informed belief that the schedule of values constitute a reasonable, balanced basis for payment of the Application for Payment to the Contractor. 1.2.11 The CONSULTANT shall perform on-site construction observation of each project based on the Construction Documents in accordance with paragraph 1.2.16 "Resident Project Services' of this Agreement. The CONSULTANTS observation shall determine the progress of the work completed, and whether the work is proceeding in a manner indicating that the work when fully competed will be in accordance with the Construction Documents. On the basis of site visits, the CONSULTANT will provide the CITY with a written report of each site visit in order to reasonably Inform the CITY of the progress of the portion of the Work completed. The CONSULTANT shall endeavor to identify for the CITY any defects and deficiencies in the work of contractors, and make written recommendation to the CITY where the work fails to conform to the Construction Documents. The CONSULTANT shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures. or for safety precautions and programs in connection with the Work, nor shall the CONSULTANT be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The CONSULTANT shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Based on such observation and the Contractor's Application for Payment, the CONSULTANT shall determine the amount due to the Contractor and shall issue Certificates for Payment in such amount. These Certificates will constitute a representation to the CITY based on such Boynton Beach Utilities - General Consulting Services V.S CLEAN FINAL C$ Page 907 of 985 observations and the data comprising the Application for Payment that the work has progressed to the point indicated. By issuing a Certificate of Payment, the CONSULTANT will also represent to the CITY that to the best of its information and belief, based on what its observation have revealed; the Work is in accordance with the Construction Documents. The CONSULTANT shall conduct observations to determine the dates of substantial and final completion and issue a recommendation for final payment. 1.2.12 The CONSULTANT shall revise the Construction drawings and submit record or corrected drawings to the CITY to show those changes made during the construction process based on the marked up prints, drawings and other data furnished by the Contractor. The record drawings shall be provided in electronic format inclusive of conformed PDF files and AutoCad flies in a form compatible with the CITY'S version of AutoCad formats for archival purposes. 1.2.13 The CONSULTANT shall attend regularly scheduled progress meetings on site bimonthly or as otherwise determined based on a specific need established prior to construction by the CITY. 1.2.14 The CONSULTANT shall review change orders prepared and submitted by the Contractor for the CITY'S approval. CONSULTANT shall not authorize any changes In the work or time, no matter how minor without prior written approval by the CITY. 1.2.15 Each project's construction or demolition shall be considered complete upon compilation of a punchlist by CONSULTANT, which shall be timely completed by Contractor to the satisfaction of the CITY, written notification to Contractor by CONSULTANT that all releases of liens are satisfied and written recommendation by CONSULTANT for final payment to the Contractor which shall be at the sole discretion of the CITY. 1.2.16 RESIDENT PROJECT SERVICES: During the Construction progress of any work, the CONSULTANT will if authorized by the CITY, provide resident project observation services to be performed by one or more authorized employees (°Resident Project Representative") of the CONSULTANT. Resident Project Representatives shall provide extensive observation services at the project site during construction. The Resident Project Representative will endeavor to identity for the CITY any defects and deficiencies in the work of the Contractor(s). Resident project observation services shall include but is not limited to the following: `i Conducting all pre -construction conferences; 4r Conducting all necessary construction progress meetings; %I, Observation of the work in progress to the extent authorized by the CITY; 0 Receipt, review coordination and disbursement of shop drawings and other submittals; +� Maintenance and preparation of progress reports; •A Field observation and verification of quantities of equipment and materials installed; Boynton Beach Utilities - General Consulting Services V.5 CLEANS FILIAL C7 Page 908 of 985 4- Verification of contractors' and subcontractors' payrolls and records for compliance with applicable contract requirements; 4 Maintenance at each project site on a current basis of all drawings, specifications. contracts, samples, permits, and other project related documents, and at the completion of each project, deliver all such records to the CITY; + Preparation, update and distribution of a project budget with each project schedule; 6 Notification to the CITY immediately if it appears that either each project schedule or each project budget will not be met; 4 Scheduling and conducting monthly progress meetings at which CIN, Engineer, general contractor, trade contractor, utilities representatives, suppliers can jointly discuss such matters as procedures, progress, problems and scheduling. + Recommending courses of action, and enforcing action selected by the CITY, if so directed by the CITY, if the general and/or trade contractors are not meeting the requirements of the plans, specifications, and Construction Contract; * Development and Implementation of a system for the preparation, review, and processing of change orders; 4 Maintenance of a daily tog of each project; + Recording the progress of each project, and submission of written monthly progress reports to the CITY including information on the Contractors' work and the percentage of completion; + Determination of substantial and final completion of work and preparation of a list of incomplete and unsatisfactory items, and a schedule of their completion; and + Securing and transmitting to the CITY, required guarantees; affidavits; releases; key manuals; record drawings; and maintenance stocks; The Resident Project Representative shall also investigate and report on complaints and unusual occurrences that may affect the responsibility of the CONSULTANT or the CITY in connection with the work. The Resident Project Representative shall be a person acceptable to the CITY, and the CITY shall have the right to employ personnel to observe the work in progress, provided however that such personnel as employed by the CITY, and such personnel will be responsible directly to the CITY in the performance of work that would otherwise be assumed and performed by the CONSULTANT. The Resident Project Representative shall not have control over or charge of, or responsibility for the construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with the Work, nor shall the Resident Project Representative be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Resident Project Representative shall not have control over or charge of, and shall not be responsible for, acts or omissions of the Contractor or of any other persons or entities performing portions of the Work. Although CONSULTANT shall not be responsible for health or -safety programs or precautions related to CITY"s activities or those of CITY'S other contractors and consultants or their respective subcontractors and Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-8 Page 909 of 985 vendors ("Contractors"), CONSULTANT shall nonetheless report to the Resident Project Representative health and safety conditions or deficiencies observed by CONSULTANT'S employees or representatives. CONSULTANT shalt not be responsible for CITY's pre-existing site conditions or the aggravation of those preexisting site conditions to the extent not caused by the negligence or willful misconduct of CONSULTANT. CONSULTANT shall not be responsible for inspecting, observing, or correcting health or safety conditions or deficiencies of CITY, Contractors or others at project site ("Project Site") other than for CONSULTANTs employees, subconsultants and vendors. 1.3 ADDITIONAL SERVICES 1.3.1 When additional services are necessary they shall be specified in the written Task Order. Examples of additional (not exclusive) services are: 9 Preparation of applications and supporting documents for private or governmental grants, loans or advances in connection with any particular project. 0 Services to make measured drawings of or to investigate existing conditions or facilities, or to verify the accuracy of drawings or other information furnished by or to the CITY. 0 Services resulting from significant changes in the general scope, extent or character of any particular project or its design including but not limited to, changes in size, complexity, the CITY'S schedule, character of construction or method of financing, and revising previously accepted studies, reports, design documents or Construction Contract Documents when such revisions are required by changes to Ism, rules, regulations, ordinances, codes or orders enacted subsequent to the preparation of such studies, reports or documents, or are due to any other causes beyond the CONSULTANTS control. •'r Providing renderings or models for the CITY'S use. Preparing documents for altemate Proposals requested by the CITY for work that is not executed for documents for out -of -sequence work. t Investigations and studies involving but not limited to, detailed considerations of operations, maintenance and overhead expenses; providing value engineering during the course of design; the preparation of feasibility studies; cash flow and economic evaluations, rate schedules and appraisals; assistance in obtaining financing for a project; evaluating processes available for licensing and assisting the CITY in obtaining process licensing; detailed quantity surveys of material, equipment and labor, and audits or inventories required in connection with construction performed by the CITY. Assistance in connection with Proposallproposel protests, re -bidding or re -negotiating contracts for construction, materials, equipment or services, unless the need for such assistance is reasonably determined by the CITY to be caused by the CONSULTANT (e.g. defective plans andlor specifications which inhibit contractors from submitting proposals) in which event there shall be no additional cost for the provision of such services. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-9 Page 910 of 985 • Preparing to serve or serving as a CONSULTANT or witness for the CITY in any litigation, arbitration or other legal or administrative proceeding. 9 Additional services in connection with a project not otherwise provided in this Agreement. • Services In connection with a project not otherwise provided for in this Agreement. • Services in connection with a field order or change order requested by the CITY. G Providing artwork, models, or renderings as requested by the CITY. 1.3.2 When required by the Construction Contract documents in circumstances beyond the CONSULTANT'S control, and upon the CITY'S authorization, it will furnish the following additional services. Services in connection with work changes necessitated by unforeseen conditions encountered during construction. Services after the award of each contract in evaluating and determining the acceptability of an unreasonable or excessive number of claims submitted by Contractor, except to the extent such claims are caused by the errors or omissions of the CONSULTANT. Additional or extended services during construction made necessary by 1) work damaged by fire or other cause during construction, 2) a significant amount of defective or negligent work of any contractor, 3) acceleration of the progress schedule involving services beyond nominal working hours, or 4) default by any contractor, provided however, if a fire occurs as a direct result of errors or omissions in the design by the CONSULTANT or if the CONSULTANT fails to notify the Contractor of the deficient quality of their workmanship pursuant to CONSULTANT'S duties as described in the Contract Documents, the CONSULTANTS additional services shall be deemed part of Basic Services and compensated as such. Services in connection with any partial utilization of any part of a project by the CITY prior to Substantial Completion. Services to evaluate the propriety of substitutions or design altemates proposed by the Contractor and involving methods of construction, materials, or major project components either during bidding and/or Negotiation services or Construction Contract award. The cost of such services shall be borne by the Contractor, and this requirement shall be included in the construction contract Services in making revisions to drawings and specifications occasioned by the acceptance of substitutions proposed by the Contractor, unless such substitutions are due to a design error by the CONSULTANT in which case such services shall be deemed Basic Services. Except when caused by a design error by the CONSULTANT, the cost of such services shall be bome by the Contractor, and this requirement shall be included in the construction contract. Boynton Beach Utilities - General Consulting Services V.S CLEAN FINAL C4O Page 911 of 985 1.4 CITY'S RESPONSIBILITIES 1.4.1 The CITY shall do the following in a timely manner so as not to delay the services of the CONSULTANT: 1.4.1.1 Designate in writing a person or persons to act as the CITY'S representative with respect to the services to be rendered under this Agreement. Such person(s) shall have complete authority to transmit Instructions and receive information with respect to the CONSULTANTS services for a particular project. The CITY may have multiple CITY Representative(s) or project managers during the performance of this AGREEMENT based on the specific task orders/written task orders from each of the Scope Categories. 1.4.1.2 Provide all criteria and full information as to the CITY'S requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations. 1.4.1.3 Assist the CONSULTANT by providing at the CONSULTANT'S request all available Information pertinent to the Project including previous reports and any other data relative to design or construction of the project. 1.4.1.4 Furnish to the CONSULTANT, if required for the performance of CONSULTANTS services (except where otherwise furnished by the CONSULTANT as Additional Services), the following: 1.4.1.5 Data prepared by, or services of others, including without limitations borings, probings and subsurface explorations, hydrographic surveys, laboratory tests and inspection of samples, materials and equipment; 1.4.1.8 Appropriate professional interpretations of all of the foregoing; 1.4.1.7 Environmental assessment and Impact statements; 1.4.1.8 Property, boundary, easement, right-of-way, topographic and utility surveys; 1.4.1.9 Property descriptions; 1.4.1.10 Zoning, dead and other land use restrictions; 1.4.1.11 Approval and permits required in the CITY'S jurisdiction and those from outside agencies unless such approvals and permits are the responsibility of the CONSULTANT; and 1.4.1.12 Arrange for access to make all provisions for the CONSULTANT to enter upon the CITY'S property as required for the CONSULTANT to perform services under this Agreement. 1.4.1.13 Consistent with the professional standard of care and unless otherwise specifically provided herein, CONSULTANT shall be entitled to rely upon the accuracy of data and information provided by the CITY or others without independent review or evaluation. Boynton Beach Utilities - Gencrai Consulting Services V.5 CLEAN FINAL C41 Page 912 of 985 1.5 SEQUENCE OF EVENTS 1.5.1 Following receipt of any task ordeftritten task order, the CONSULTANT shall submit to the CITY, at least five (5) days prior to actual commencement of services, a schedule of services and expenses for approval by the CITY before any services commence. The CITY reserves the right to make changes to the sequence as necessary to facilitate the services or to minimize any conflict with operations. 1.5.2 Task orders will be issued to the CONSULTANT in the order in which the CITY wishes, and shall be perFoimed and completed in the order they are issued, unless otherwise specifically permitted by the CITY. Minor adjustments to the timetable for completion approved by the CITY in advance, in writing, shall not constitute non-performance by CONSULTANT pursuant to this Agreement. 1.5.3 Proposals received by CONSULTANT as a result of task order/written task order that exceeds $25,000 in cost will require approval from CITY Commission before execution of services in accordance with the CITY S Procurement Administrative Policy. 1.5.4 When the CITY issues task orders to the CONSULTANT, each authorization shall contain a stated completion schedule. If caused by the negligent errors or omissions of CONSULTANT,fallure of the CONSULTANT to meet the stated schedule shall constitute a default for which payment for services may be withheld until default is cured. Time extensions will be reviewed upon request for extenuating circumstances. 1.5.5 It is anticipated and intended that the CONSULTANT will be authorized to begin new task orders an a "rolling' basis, as some already assigned task orders near timely completion. If a subsequent Task Order is issued to the CONSULTANT before it has completed the current task order, the completion date for each Task Order will remain independent of each other so that the CONSULTANT will prioritize the uncompleted Task Order from the first Task Order and finish as soon as practical. Failure to complete the "older• task orders In a timely manner, may adversely impact upon continued early authorization to start a subsequent work. 1.5.6 When the CONSULTANT has exceeded the stated completion date including any extension for extenuating circumstances which may have been granted, a written notice of Default will be Issued within seven (7) days of the date that the default became active with a requirement of seven (7) days to cure said default, to the CONSULTANT and payment for services rendered shall be withheld until such time that the CITY has determined that default has been cured. 1.5.7 Should the CONSULTANT exceed the assigned completion time, the CITY reserves the right not to issue to the CONSULTANT any further task orders until such time as it is no longer in default, and the CONSULTANT has demonstrated to the CITY'S satisfaction, the reasons for tardy completion have been addressed and are not likey to be repeated in subsequent task Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-12 Page 913 of 985 orders. This restricted issuance provision may result in the CONSULTANT not being issued all of the planned work the CITY anticipated in this Agreement. The CONSULTANT shall have no right to the balance of any work, or to any compensation associated with these non -issued task orders due to the CONSULTANT being rendered in default. 1.5,8 Should the CONSULTANT remain in default for a period of fifteen (15) consecutive calendar days beyond the time frame provided In Paragraph 1.5.6 the CITY may at its sole option retain another CONSULTANT to perform any work arising out of this Agreement andfor terminate this Agreement. 1.6 DEFINMON OF DEFAULT 1.6.1. An event of default shall mean a material breach of this Agreement Without limiting the generality of the foregoing and in addition to those instances referred to as a material breach, an event of default shall include the following: + CONSULTANT has not performed services on a timely basis due to CONSULTANTS negligent errors or omissions; CONSULTANT has refused or failed to supply enough properly skilled personnel; G CONSULTANT has failed to make prompt payments to SUB- CONSULTANTS U&CONSULTANTS or suppliers for any services after receiving payment from the CITY for such services or supplies; + CONSULTANT has failed to obtain the approval of the CITY where required by this Agreement; `e CONSULTANT has refused or failed to provide the services as defined in this Agreement; * CONSULTANT has filed bankruptcy or any other such insolvency proceeding and the same is not discharged within ninety (90) days of such date. * CITY has failed to make payments to CONSULTANT In accordance with the requirements of this Agreement 1.6.2 In the event of Default, the CONSULTANT shall be liable for all damages resulting from the Default including: The difference between the amount that has been paid to the CONSULTANT and the amount required to complete the CONSULTANT'S work, provided the fees by the firm replacing the CONSULTANT are reasonable and the hourly rates do not exceed the CONSULTANT'S rates. This amount shall also include procurement and administrative costs incurred by the CITY. In the event of default by the City, CONSULTANT may suspend the Work pending receipt of such payment. 1.6.3. The CITY may take advantage of each and every remedy specifically e)dsting at law or in equity. Each and every remedy shall be in addition to Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-13 Page 914 of 985 every other remedy given or otherwise existing, and may be exercised from time to time and as often and in such order as may be deemed expedient by the CITY. The exercise or the beginning of the exercise of one remedy shall not be deemed to be a waiver of the right to exercise any other remedy. The CITY'S rights and remedies as set forth in this Agreement are not exclusive and are in addition to any other rights and remedies available to the CITY in law or in equity. ARTICLE 2 - TERM 2.1 The initial Contract period shall be for an initial two (2) years, commencing at the execution of the contract, and the City reserves the right to unilaterally renew the contract for three (3) additional one (1) year periods under the same terms, conditions. The CONSULTANT understands and acknowledges that the Services to be performed during the two (2) year temp will be governed by this Agreement, and that there is no guarantee of future work being given to the CONSULTANT. 2.2 In the event that services are scheduled to end either by contract expiration or by termination by the CITY (at the CITY'S discretion), the CONSULTANT shall continue the services, if requested by the CITY, or until task or tasks is/are completed. At no time shall this transitional period extend more than one -hundred and eighty (180) calendar days beyond the expiration date of the existing contract. The CONSULTANT will be reimbursed for this service at the rate in effect when this transitional period clause was invoked by the CITY. ARTICLE 3 - TIME OF PERFORMANCE 3.1 Work under this Contract shall commence upon the giving of written notice by the CITY to the CONSULTANT by way of an executed task order and resultant task order. CONSULTANT shall perform all services and provide all work product required pursuant to this Contract and the specific task order by the Sequence of Events, or unless an extension of time is granted in writing by the CITY. ARTICLE 4 - E&YMM, 4.1 The CONSULTANT shall be paid by the CITY for completed work and for services rendered under this agreement as follows: Payment for the work provided by CONSULTANT shall be made in accordance with the Fee Schedule as provided in Exhibit "A- attached hereto. Payment as provided in this Section shall be full compensation for work performed, services rendered and for all materials, supplies, equipment and incidentals necessary to complete the work. Compensation for sub -CONSULTANTS will be negotiated based on each task order. Compensation will be through a direct mark-up in accordance with the Schedule of Professional Fees attached hereto. Sub -consulting services shall be approved by the CITY'S representative prior to performance of the sub -consulting work. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-14 Page 915 of 985 Consulting time for processing and management of the sub - CONSULTANT shall not be included in direct costs as the direct mark- up is applied for management efforts. The CONSULTANT may submit vouchers to the CITY once per month during the progress of the Work for partial payment for project completed to date. Such vouchers will be verified by the CITY, and upon approval thereof, payment will be made to the CONSULTANT in the amount approved. In certain cases where incremental billing for partially completed Work is permitted by the CITY'S representative, the total incremental billings shall not exceed the percentage of estimated completion of identifiable deliverables or accepted deliverables as of the billing date. Computation of Time ChargeslNot-to-Exceed Method of Payment: When a service is to be compensated based on time charge/not-to- exceed method, the CONSULTANT shall submit a not-to-exoeed proposal to the CITY'S representative for prior approval based on estimated labor hours and hourly rates which shall not exceed the established hourly rates as per the Schedule of Professional Fees attached hereto, plus sub -CONSULTANT services and other related costs supporting the proposed work. The CITY shall not be obligated to reimburse the CONSULTANT for costs Incurred in excess of the total not -to -exceed cosi amount. � Final payment of any balance due the CONSULTANT of the total contract price earned will be made promptly upon its ascertainment and verification by the CITY after the completion of the Work under this Agreement and its acceptance by the CITY, which shall occur no later than 30 days following receipt of the invoice. 4, Final ]nice In order for both parties herein to close their books and records, the CONSULTANT will clearly state "final invoice" on the CONSULTANT'S finalllast billing to the CITY. The final invoice certifies that all services have been properly performed and all charges and costs have been invoiced to the CITY. Since this account will thereupon be dosed, and any other further charges if not properly included on this invoice are considered waived by the CONSULTANT. �r The cost of all services as stated herein shall remain foxed and firm for the initial two (2) year period of the contract. Costs for subsequent years and any extension terms shall be subject to an adjustment only if increases incur in the industry. However, unless very unusual and significant changes have occurred in the industry, such Increases shall not exceed 5% per year, or whichever is less, the latest yearly percentage increase in the All Urban Consumers Price Index (CPI -U) (National) as published by the Bureau of Labor Statistics, U.S. Department Labor. The yearly increase, or decrease in the CPI shall be the latest index published and available ninety (90) days prior to the end of the contract year then in effect, compared to the index for the Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C -t5 Page 916 of 985 same month one (1) year prior. Any requested cost increase shall be fully documented and submitted to the CITY at least sixty (60) days prior to the contract anniversary date. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or industry costs decline, the CITY shall have the right to receive from the CONSULTANT, a reasonable reduction in costs that reflect such changes in the industry. 4 The CITY may after examination, refuse to accept the adjusted costs if they are not property documented, increases are considered to be excessive, or decreases are considered to be Insufficient. In the event the CITY does not wtsh to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the CITY, the Contract may be cancelled by the CITY upon giving thirty (30) calendar days written notice to the CONSULTANT ARTICLE.5 - OWNERSHIP AND USE -OF DOCUMENTS 5.1 Upon completion of the project and final payment to CONSULTANT, all documents, drawings, specifications and other materials produced by the CONSULTANT in connection with the services rendered under this Contract the documents shall be the property of the CITY whether the Project for which they are made is executed or not Notwithstanding the foregoing, the CONSULTANT shall maintain the rights to reuse standard details and other design features on other projects. The CONSULTANT shall be permitted to retain copies, Including reproducible copies, of drawings and specifications for information, reference and use in connection with CONSULTANT'S endeavors. Any use of the documents for purposes other than as originally intended by this Contract, without the written consent of CONSULTANT, shalt be at the CITY'S sole risk and without liability to CONSULTANT and CONSULTANT'S sub -CONSULTANTS. ARTICLE 6 - FUNDING 6.1 This Contract shall remain in full force and effect only as long as the expenditures provided In the Contract have been appropriated by the City Commission of Boynton Beach in the annual budget for each fiscal year of this Contract, and is subject to termination based on lack of funding. ARTICLE 7 -WARRANTIES AND REPRESENTATIONS 7.1 CONSULTANT represents and warrants to the CITY that it is competent to engage in the scope of services contemplated under this Contract and that it will retain and assign qualified professionals to all assigned projects during the term of this Contract. CONSULTANT'S services shall meet a standard of care for professional engineering and related services equal to the standard of care for engineering professional practicing under similar conditions. In submitting its response to the RFQ, CONSULTANT has represented to CITY that certain individuals employed by CONSULTANT shall provide services to CITY pursuant to this Contract. CITY has relied upon such representations. Therefore, CONSULTANT shall not change Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C -1s Page 917 of 985 the designated Project Manager for any project without the advance written approval of the CITY, which consent shall not be unreasonably withheld. ARTICLE 8 - CQMWLIANCE_WITH LAWS 8.1 CONSULTANT shall, In performing the services contemplated by this service Contract, faithfully observe and comply with all federal, state and local laws, ordinances and regulations that are applicable to the services to be rendered under this Contract, shall review and comply with laws, regulations, codes and standards in effect as of the date of this agreement that are applicable to CONSULTANTS services and shall exercise professional care and judgment to comply with requirements imposed by governmental authorities having jurisdiction over the project. Should changes In any law, ordinance, or regulation result in increased costs or delays to services rendered, both parties agree to an equitable adjustment to schedules and prices. ARTICLE 9 - 9.1 Subject to the limiting provisions of Florida Statute 725.08, CONSULTANT shall indemnify, and hold harmless the CITY, its offices, agents and employees, from and against any and all losses, or any portion thereof, including reasonable attorneys' fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to CONSULTANTS own employees, or damage to property to the extent caused by negligence, recklessness, or intentionally wrongful conduct of CONSULTANT or other persons employed or utilized by CONSULTANT in performance of CONSULTANT'S duties. Neither party to this Contract shall be liable for any special, incidental, indirect or consequential damages of any kind, Including but not limited to lost profits or use that my result from this Contract or out of the services or goods furnished hereunder. 9.2 To the greatest extent permitted pursuant to Section 725.06, Florida Statutes, CONSULTANT's indemnification obligation (when providing services to CITY) shall not exceed the value of CONSULTANTs total compensation. Such obligation shall not be construed to negate, abridge or otherwise reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Article. PURSUANT TO FLORIDA STATUTE, NO INDIVIDUAL DESIGN PROFESSIONAL EMPLOYED BY OR ACTING AS AN AGENT OF CONSULTANT MAY BE HELD INDIVIDUALLY LIABLE FOR DAMAGES RESULTING FROM THE NEGLIGENCE OCCURRING WITHIN THE COURSE AND SCOPE OF THIS PROFESSIONAL SERVICES AGREEMENT Boynton Beach Utilities - General Consulting Services V.5 CLEAN RNAL C-17 Page 918 of 985 ARTICLE 10 - INSURANCE 10.1 During the performance of the services under this Contract, CONSULTANT shall maintain the following insurance policies, and provide certficates of insurance evidencing such coverages and limits, and shall be written by an insurance company authorized to do business in Florida. 10.1.1 Worker's Compensation Insurance: The CONSULTANT shall procure and maintain for the life of this Contract, Worker's Compensation Insurance covering all employees with limits meeting all applicable state and federal laws. CONSULTANT shall include the Worker's Compensation and Employer's Liability Insurance requirements in its subcontracts. This coverage shall include Employer's Liability with limits meeting all applicable state and federal laws. This coverage must extend to any sub - CONSULTANT that does not have their own Worker's Compensation and Employer's Liability Insurance, unless not required by statute. The policy must contain a waiver of subrogation in favor of the CITY of Boynton Beach, executed by the insurance company. 10.1,2 Comprehensive General Liability: The CONSULTANT shall procure and maintain for the life of this Contract, Comprehensive General Liability Insurance. This coverage shall be on an "Occurrence" basis. Coverage shall include Premises and Operations; Independent Contractors, Products Completed Operations and Contractual Liability with specific reference of Article 9, "Indemnification" of this Contract. This policy shall provide coverage for death, personal injury or property damage that could arise directly or indirectly from CONSULTANT'S negligent performance of this Agreement. CONTRACTOR shall maintain a minimum coverage of $1,000,000 per occurrence and $1,000,000 aggregate for personal injury/ and $1,000.000 per occurrenoeleggregate for property damage. The general liability insurance shall include the CITY as an additional Insured and shall include a provision prohibiting cancellation of the policy upon thirty (30) days prior written notice to the CITY, except for cancellation due to non-payment of premium. 10.1.3 Business Automobile Liability: The CONSULTANT shall procure and maintain, for the life of this Contract, Business Automobile Liability Insurance. The CONSULTANT shall maintain a $1,000,000 combined single limit for bodily injury and property damage liability to protect the CONSULTANT from claims for damage for bodily and personal injury, including death, as well as from claims for property damage, which may arise from the ownership, use of maintenance of owned and non -owned automobile, included rented automobiles, whether such operations be by the CONSULTANT or by anyone directly or Indirectly employed by the CONSULTANT. 10.1.4 Professional Liability (Errors and Omissions) Insurance: The CONSULTANT shall procure and maintain for the life of this Contract in the minimum amount of $1,000,000 per claimlaggregate. Boynton Bcad Utilities - Genera] Consulting Services Y.5 CLEAN FINAL C-18 Page 919 of 985 10.2 It shall be the responsibility of the CONSULTANT to ensure that all sub - CONSULTANTS comply with the same Insurance requirements referenced above. 10.3 In the judgment of the CITY, prevailing conditions warrant the provision by the CONSULTANT of additional liability insurance coverage or coverage which is different in kind, the CITY reserves the right to require the provision by CONSULTANT of an amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect Should the CONSULTANT fail or refuse to satisfy the requirement of changed coverage within the thirty (30) days following the CITY'S written notice, the CITY, at its sole option, may terminate the Contract upon written notice to the CONSULTANT, said termination taking effect on the date that the required change in policy coverage would otherwise take effect. 10.4 CONSULTANT shall, for a period of two (2) years following the termination of the Agreement, maintain a "tail coverage" in an amount equal to that described above if coverage is not otherwise renewed for Comprehensive Liability Insurance on a claims -made policy only. ARTICLE 11 - INDEPRISIDEME CONTRACTOR 11.1 The CONSULTANT and the CITY agree that the CONSULTANT is an independent CONSULTANT with respect to the services provided pursuant to this Contract. Nothing in this Contract shall be considered to create the relationship of employer and employee between the parties hereto. Neither CONSULTANT nor any employee of CONSULTANT shall be entitled to any beneftts accorded CITY employees by virtue of the services provided under this Contract. The CITY shall not be responsible for withholding or otherwise deducting federal Income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to CONSULTANT, or any employee of CONSULTANT. 11.2 CONSULTANT acknowledges and understands that, as an independent CONSULTANT pursuant to this Agreement, CONSULTANT shall comply with Chapter 119, Florida Statutes, as amended (Public Records). CONSULTANTS obligation includes, but is not limited to CONSULTANT'S obligation to preserve public records and make public records available to third parties in addition to the CITY. ARTICLE 42 - COVENANT AGAINST CONTINGENT FEES 12.1 The CONSULTANT warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the CONSULTANT, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bonsfide employee working solely for the CONSULTANT, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the CITY shall have the right to annul this Contract without liability or, in its discretion to deduct from the contract Boynton Beach Utilities - General Consulting Services V.S CLEAN FINAL C49 Page 920 of 985 price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. ARTICLE 13 — U EG ON CERTIFJCkTE 13.1 Execution of this Contract by the CONSULTANT shall act as the execution of a truth-in-negotlation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Contract is accurate, complete, and current as of the date of the Contract 13.2 The said rates and cost shall be adjusted to exclude any significant sums should the CITY determine that the rates and costs were increased due to inaccurate, incomplete, or non-current wage rates or due to inaccurate representations of fees paid to outside CONSULTANTS. The City shall exercise its rights under this "Certificate' within one (1) year following payment. ARTICLE 14 - SUBCONTRACTING 14.1 The CITY reserves the right to accept the use of a SUB -CONSULTANT or to reject the selection of a particular sub -CONSULTANT and to inspect all facilities of any SUB -CONSULTANTS in order to make a determination as to the capability of the SUB -CONSULTANT to perform properly under this contract. The CONSULTANT is encouraged to seek local vendors for participation in subcontracting opportunities. If the CONSULTANT uses any sub CONSULTANTS on this project the following provisions of this Article shall apply: 14.2 If a SUB -CONSULTANT fails to perform or make progress, as required by this Contract, and it is necessary to replace the SUB -CONSULTANT to complete the work in a timely fashion, the CONSULTANT shall promptly do so, subject to acceptance of the new SUB -CONSULTANT by the CITY. The substitution of a subcontractor shaft not be adequate cause to excuse a delay in the performance any portion of this contract as set forth in the Scope of Work. 14.3 The CONSULTANT, its SUB -CONSULTANTS, agents, servants, or employees agree to be bound by the Terms and Conditions of this Contract and i s agreement with the SUB -CONSULTANT for work to be performed for the City the CONSULTANT must incorporate the terms of this contract. ARTICLE 15 - 15.1 The CONSULTANT, with regard to the work performed by it under this Contract, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap in the selection and retention of employees or procurement of materials or supplies. ARTICLE 16 - ASSIGNMENT 16.1 The CONSULTANT shall not sublet or assign any of the services covered by this Contract without the express written consent of the CITY, Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-20 Page 921 of 985 ARTICLE 17 - NON -WAIVER 17.1 A waiver by either CITY or CONSULTANT of any breach of this Contract shall not be binding upon the waiving party unless such waiver is in writing. In the event of a written waiver, such a waiver shall not affect the waiving party's rights with respect to any other or further breach. The making or acceptance of a payment by either party with knowledge of the existence of a default or breach shall not operate or be construed to operate as a waiver of any subsequent default or breach. ARTICLE 18—TERMIM ON 18.1 Termination for Convenience: This Contract may be terminated by the CITY for convenience, upon ten (10) days of written notice by the terminating party to the other party for such termination in which event the CONSULTANT shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONSULTANT abandons the Contract or causes it to be terminated, CONSULTANT shall indemnify the CITY against loss pertaining to this termination. 18.2 Termination for Default: In addition to all other remedies available to the CITY, this Contract shall be subject to cancellation by the CITY for cause, should the CONSULTANT neglect or fail to perform or observe any of the material terms, provisions, conditions, or requirements herein contained, if such neglect or failure continue for a period of thirty (30) days after receipt by CONSULTANT of written notice of such neglect or failure. In the event of non-payment of other material breach of this Contract by CITY, the Contract is subject to cancellation by CONSULTANT should such condition continue for a period of thirty (30) days after receipt by CITY of written notice of breach. ARTICLE 19 —P13_eWM AMR YOM 19.1 Any dispute arising out of the terms or conditions of this Contract shall be adjudicated within the courts of Florida. Further, this Contract shall be construed under Florida Law. Claims, disputes or other matters in question between the parties to this Contract arising out of or relating to this Contract shall be in a court of law. The CITY does not consent to mediation or arbitration for any matter connected to this Contract. The parties agree that any action arising out of this Contract shall take place in Palm Beach County, Florida. ARTICLE 20 — UNCONTROLLABLE FORCES 20.1 Neither the CITY nor CONSULTANT shall be considered to be in default of this Contract If delays in or failure of performance shall be due to Uncontrollable Forces, the effect of which, by the exercise of reasonable diligence, the non- performing party could not avoid. The term "Uncontrollable Forces" shall mean any event which results in the prevention or delay of performance by a party of Its obligations under this Contract and which Is beyond the reasonable control of the non-performing party. It includes, but is not limited to fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and Boynton Beach Utilities - General Consulting Services V.i CLEAN FINAL C-21 Page 922 of 985 governmental actions. In such circumstances, parties agree to an equitable adjustment of schedules and prices. 20.2 Neither party shall, however, be excused from performance if non-performance is due to forces which are preventable, removable, or remediable, and which the non- performing party could have, with the exercise of reasonable diligence, prevented, removed, or remedied with reasonable dispatch. The non-performing party shall, within a reasonable time of being prevented or delayed from performance by an uncontrollable force, give written notice to the other party describing the circumstances and uncontrollable forces preventing continued performance of the obligations of this Contract. ARTICLE 21— CITY -PROVIDED INFO TION AND SERVICES 21.1 CITY shall furnish CONSULTANT available studies, reports and other data pertinent to CONSULTANTS services; obtain or authorize CONSULTANT to obtain or provide additional reports and data as required; furnish to CONSULTANT services of others required for the performance of CONSULTANT'S services hereunder, and CONSULTANT shall be entitled to use and rely upon all such information and services provided by CITY or others in performing CONSULTANT'S services under this Agreement AR71CLE 22 — ESTIMATES AND PROJECTIONS 22.1 In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential projects, CONSULTANT has no control over cost or price of labor and material; unknown or latent conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance of third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, CONSULTANT makes no warranty that CITY'S actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT'S opinions, analyses, projectlons, or estimates. ARTICLE 23 — THIRD PARTIES 23.1 The services to be performed by CONSULTANT are intended solely for the benefit of CITY. No person or entity not a signatory to this Agreement shall be entitled to rely on CONSULTANT'S performance of its services hereunder, and no right to assert a claim against CONSULTANT by assignment of indemnity rights_or otherwise shall accrue to a third party as a result of this Agreement or the performance of CONSULTANT'S services hereunder. Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL Page 923 of 985 ARTICLE 24 - NOTICES 24.1 AN notices required in this Contract shall be sent to the CITY and shall be mailed to: C on Beach Co to Attu Utilities Director Cof,Boyton Beach 124 E. Waolb�t Raad Attn: Procurement Services l3o ratan Beat s FL 33435 P.O. Box 310 .. �„ — - — . @""q Beach, FL 33425 And Notices to CONSULTANT, shall be sent to the following address: --.- Cahrin�Glordano 8 AssaclatesW Ina Attn: Shellev Etchner 560 Villa a Blvd Suite 340 —,,,, West Palm Beach. FL 33408 ARTICLE 26 - INTEGRATED AGEEMMIT 25.1 This Contract, together with the RFQIRFP and any addenda and/or attachments, represents the entire and integrated agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or agreements written or oral. This Contract may be amended only by written instrument signed by both CITY and CONSULTANT. 25.2 In the event of a conflict between a provision of this Agreement and a provision of an individual Task Order, the provision of the Task Order will control. ARTICLE 26 - SOVEMIGN-IMM&INITY 26.1 CITY is a political subdivision of the State of Florida and enjoys sovereign immunity. Nothing in the Agreement is intended, nor shall be construed or interpreted, to waive or modify the immunities and limitations on liability provided for in Section 768.28, Florida Statute, as may be emended from time to time, or any successor statute thereof. To the contrary, all terns and provisions contained in the Contract, or any disagreement or dispute concerning It, shall be construed or resolved so as to insure CITY of the limitation from liability provided to any successor statute thereof. To the contrary, all terms and provision contained in the Contract, or any disagreement or dispute concerning It, shall be construed or resolved so as to Insure CITY of the limitation from liability provided to the State's subdivisions by state law. 26.2 In connection with any litigation or other proceeding arising out of the Contract, the prevailing party shall be entitled to recover its own costs and attorney fees through and including any appeals and any post -judgment proceedings. CITY'S liability for costs and attorney's fees, however, shall not alter or waive CITY'S entitlement to Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-23 Page 924 of 985 sovereign immunity, or extend CITY'S liability beyond the fimits established in Section 768.28, Florida Statutes, as amended. ARTICLE 27 — EMC RECORDS 27.1 The City is public agency subject to Chapter I19, Florida Statutes. The CONSULTANT shall comply with Florida's Public Records Law. Specifically, the Contractor shall: A. Keep and maintain public records required by the CITY to perform the service; B. Upon request from the CrrY'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 1] 9, Fla. Stat. or as otherwise provided by law; C. Ensure that public records that are exempt or that are confidential and exempt from public record disclosure requirements are not disclosed except as authorized by law for the duration of the contract tern and, following completion of the contract, Contractor shall destroy all copies of such confidential and exempt records remaining in its possession once the Contractor transfers the records in its possession to the CITY; and D. Upon completion of the contract, Contractor shall transfer to the CITY, at no cost to the CITY, all public records in Contractor's possession All records stored electronically by Contractor must be provided to the CITY, upon request from the C='S custodian of public records, in a format that is compatible with the information technology systems of the CITY. E. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: (CITY CLERK) P.O. BOX 310 BOYNTON BEACH, FLORIDA, 33425 561-742-6061. PYLMBBFL.US Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-24 Page 925 of 985 Article 28 - LIMITATION OF LIABILITY THE PARTIES HAVE EVALUATED THE RESPECTIVE RISKS AND REMEDIES UNDER THIS AGREEMENT AND AGREE TO ALLOCATE THE RISKS AND RESTRICT THE REMEDIES TO REFLECT THAT EVALUATION. CITY AGREES TO RESTRICT ITS REMEDIES UNDER THIS AGREEMENT AGAINST CONSULTANT, ITS PARENTS, AFFILIATES AND SUBSIDIARIES, AND THEIR RESPECTIVE DIRECTORS, OFFICERS, SHAREHOLDERS AND EMPLOYEES, ("CONSULTANT'S COVERED PARTIES"), SO THAT THE TOTAL AGGREGATE LIABILITY OF THE CONSULTANT'S COVERED PARTIES SHALL NOT EXCEED THE VALUE OF CONSULTANT'S SERVICES UNDER THE ASSIGNED TASK ORDER THIS RESTRICTION OF REMEDIES SHALL. APPLY TO ALL SUITS, CLAIMS, ACTIONS, LOSSES, COSTS (INCLUDING ATTORNEY FEES) AND DAMAGES OF ANY NATURE ARISING FROM OR RELATED TO THIS AGREEMENT WITHOUT REGARD TO THE LEGAL THEORY UNDER WHICH SUCH LIABILITY IS IMPOSED. CLAIMS MUST BE BROUGHT WITHIN ONE CALENDAR YEAR FROM PERFORMANCE OF THE SERVICES UNLESS A LONGER PERIOD IS REQUIRED BY LAW. IN WITNESS WHEREOF, the parties hereto have executed this Contract in multiple copies, each of which shall be considered an original on the following dates: DATED this LL day of20�y CITY OF BOYNTON BEACH - - — IYWA&�� City Manager Attest/Authenticated: Title City... mmrk Approve as t(F, .....,Offi of ilie Cmey Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL CONS JANT (Corporate Seal) ttest/Authent' y ted: Secretary C-25 Page 926 of 985 EXHIBIT "A" 0(m]a4p�9 W11.l01tlid FIRM: Calvin Giordano & Associates. Inc. DATE' Qi119/2018 - REVISED PER NEGOTIATION MEETING p1 Personnel ClasdiRmlons _....... _ _ _ r..._ "'"Rate .H Rate� Reimbursable Expenses: Direct costs such as postage, prints, delivery service will be billed at cost. Boynton Beach Utilities - General Consulting Services V.S CLEAN FINAL G -M Page 927 of 985 EXHIBIT "B" City of Boynton Beach Risk Management Department INSURANCE ADVISORY FORM Under the terms and conditions of all contracts, leases, and agreements, the City requires appropriate coverages listing the City of Baynton Beach as Additional Insured. This is done by providing a Certificate oflosurance listing the City as "Certificate Holder' and "Ibe City of Boynton Beach is Additional Insured as respect to coverages Dated." Insurance companies providing insurance coverages must have a current rating by A.M Best Co. of "B4^ or higher. (NOTE., An insurance contract or hunter may he accepted as proof of insurance itf Certificate is provkkd upon sekalon ojvendor.) The following is a list of types of insun = required of contractors, lessees, etc., and the limits required by the City; (NOTE: This list is not all loclmive, and the City reserva the right to require additional types of insuraDee, or to rake or lower the stated limits, band upon identified risk) 3= (Occurrence Based Only) General Liability Commercial General Liability Owners & Contractors Protective (OCP) Liquor Liability Professional Liability Employees & Officers Pollution Liability Asbestos Abatement Lead Abatement Broad Form Vendors Premises Operations Underground Explosion & Collapse Products Completed Operations Contractual IndependentContractin Broad Form Property Damage Fire Legal Liability General Aggregate S 1,000,000.00 Products-Comp/Op Agg. S 1,000,000.00 Personal At Adv. Injury S 11000,000.00 Each Occurrence S I,000,000.00 Fire Damage (any one fire) S 50,000.00 Med. Expense (any one person) S 5,000.00 . .. Automobile Liability Combined Single Limit S 500,400.00 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 S 50,000.00 Non -Owned Autos PEP Basic Intermodal Garage Liability Auto Only, Each Accident S 1,000,000.00 Any Auto Other Than Auto Only S 100,000.04 Garage Keepers Liability Each Accident S 1,000,004.00 Aggregate $ 1,000,000.00 Excess Liability Eacb Occurrence to be determined Umbrella Form Aggregate to be determined Workers Compensation Statutory Limits Employer's Liability Each Accident $ 100,000.00 Disease, Policy Limit S 500,000.00 Disease Each Employee $ 100,000.04 Property Homeowners Revocable Permit S 300,000.00 Builders Risk Limits based on Project Cost Other - As Risk Identified to be determined Boynton Beach Vtilities - General Consulting Services V.5 CLEAN FINAL G27 Page 928 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS Boynton Beach Utilities - General Consulting Services VS CLEAN FINAL C-20 Page 929 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) DESIGNIENGINEERING SERVICES AND PRELIMINARY BID DOCUMENT PREPARTION PHASE "Preliminary adminlstrativeAmited staff review/evaluation of levels of clarity, accuracy, and coordination between disciplines. FINAL DOCUMENT PREPARATION, BID, & AWARD BY CONSULTANT officer ie.a. Utilities Boynton Beach Utilities - General Consulting Services V.S CLEAN FINAL C-29 Page 930 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (CONTINUED) CONSTRUCTION PHASE COMPLETION Boynton Beach Utilities - General Consulting services V,5 CLEAN FINAL C-30 Page 931 of 985 EXHIBIT "C" PERFORMANCE EVALUATION FORM CONSULTING ENGINEERS (continued) PLANNINGISTUDY ACTMTY, REPORT, OTHER Boynton Beach Utilities - General Consulting Services V.5 CLEAN FINAL C-31 Page 932 of 985 Page 933 of 985 Greco-Arencibia, Adrianna From: Miller, Keyla Sent: Tuesday, January 28, 2020 11:56 AM To: Greco-Arencibia, Adrianna Cc: Javier, Andrea Subject: RE: Calvin, Giordano & Associates - FW: Task Order # UT -2D-02 — Mangrove Park Boardwalk Demolition Plan and Survey Approved by Risk Management. Keyla Miller, MHA, ARM -P, CWC Manager of Risk and Wellness Human Resources and Risk Management Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 3301 Quantum Blvd., Suite 101 j Boynton Beach, Florida 33426 561-742-6271 MillerK@bbfl.us r6'r, boynton-beach.org/ IIIIIIII, y o u of u m m u uuuuuuuuuuuuuuuuuuuuuuuum II� '�� o - 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 <Greco-ArencibiaA@bbfl.us> Sent: Tuesday, January 28, 202010:09 AM To: Certificate of Insurance <COI@bbfl.us> Cc: Miller, Keyla <MillerK@bbfl.us>; Javier, Andrea <JavierA@bbfl.us> Subject: Calvin, Giordano & Associates - FW: Task Order # UT -213-02 — Mangrove Park Boardwalk Demolition Plan and Survey Importance: High Good morning, Could you please review the attached Col and if it meets City requirements. Thank you Adrianna Greco-Arencibia Assistant to Director Public Works / Solid Waste Mailing Address: P.O. Box 310 1 Boynton Beach, Florida 33425 Physical Address: 222 N.E. 9th Ave. I Boynton Beach, Florida 33435 561-742-6596 t 561-742-6211 Greco-ArencibiaA@bbfl.us;� boynton-beach.org/ 1 Page 934 of 985 Page 935 of 985 R CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDNYYY) 1/27/2020 ......... 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 ...s e 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 RBN Insurance Services 303 E Wacker Dr Ste 650 Chicago IL 60601 INSURED Calvin, Giordano & Associates, Inc. 1800 Eller Drive Suite 600 Fort Lauderdale FL 33316 312-856-9400 AFFORDING COVERAGE Hartford Fire Insurance Co. Navi9atorS insurance Com,y. Twin Chy Fire Insurance Co. E&S Ins. Co. Insurance Co 312-856-9425 NAIC N 19682 4230.7 29459 37532 COVERAGES CERTIFICATE NUMBER. 328158128 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 a,,,,,,,,,, -- .POLICY EFf _POLICY EXP , „ , LIMITS , LTR TYPE OF INSURANCE ti" POLICY NUMBER MM U-4)V"e"w w v ,iiitll110�Mc W"P"N"�"Y � A X COMMERCIAL GENERAL LIABILITY Y 83UENZV3951 10/3/2019 10/3/2020 EACHOCCURRENCE $1,000,000 CLAIMS MADEX I OCCUR P „EMISES {„F�� grry� renogf $ 300,000 R „ .... _. MED EXP (Any orieparson) $10,000 PERSONAL&ADV INJURY ;$1,000,000 GEN'LAGGREGATELIMITAPPLIESPER GENERALAGGREGATE $2,000,090 X POLICY E:] JET 7 LOC PRODUCTS -COMPIOPAGG , $2,000,000 w OTHER. W ,. COMBM $ �1/3/201��10/3/2020 $ 1,000,000E AUTOMOBILE LIASILIY L.. X J ANY AUTO BODILY INJURY (Per person) $ XJ OWNED u SCHEDULED BODILY INJURY {Peracddeni} $ AUTOS ONLY �AUTOS PRPET]MX WON -OWNED $ ATOS ONLY AUTOS ONLY , B f X EXCESS pBIAB X i CH19EXC8856001V 10/3/2019 - I OCCUR 10/3/2020 EACH OCCURRENCE 4 $10,000,DUO i DED _ X,,,,_ RETENTION U „ ........ � AGGRE� TE- . •DTH $ 10,DOU,000 .. CLAIMS -MADE C WORKERS COMPENSATION 83WECE0623 5/12/2019 512/2020 X !STATUTE ER ' AND EMPLOYERS'LIABILITY- ANYPROPRIETORIPARTNERIEXECTiVE Y 1 N E.L. EACH ACCIDENT $ 1,000 049 OFFICERIMEMBEREXCLUDED? F-1 NIA (Mandatory In NH) E.L DISEASE - EA EMPLOYEE! $ 1,000,000 ff yes ,,,„�,,,.,. .. .. #. E.L. DISEASE - POLICY LIMIT f . .. ... ... DESCRIPTION OF OPERATIONS below t $ 1 000,000 describe under D Professional Liability TER285-99-95 16/3/2019 10/3/2020 Each ClaimlAggregate 9,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) The City of Boynton Beach is additional insured as respects the general liability as required by written contract. 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 3301 QUANTUM BLVD. °- ��AUTHORIZED REPRESENTATIVE BEACH FL 33425 ©1968-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD Page 936 of 985 Page 937 of 985 7.G. Requested Action by Commission: Approve the one-year extension for RFPs/Bids and/or piggy -backs for the procurement of services and/or commodities as described in the written report for February 16, 2021 - "Request for Extensions and/or Piggybacks Over $100,000." 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 SOLICITATION NUMBER RENEWAL TERM AMOUNT Brenntag Mid- Sodium Hydroxide 015-2821-19/IT MARCH 20, $139,000 South (Liquid Caustic Soda) 2021 THRU Annual MARCH 19, Estimate 2022 How will this affect city programs or services? This renewal report will be used for those solicitations, contracts/agreements and piggy -backs that are renewed/extended with the same terms and conditions and pricing as the initial award. Fiscal Impact: 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: Strategic Plan Application: Climate Action Application: Is this a grant? Page 938 of 985 Grant Amount: Attachments: Type D I E)ttENr D I E)ttENr D I E)ttENr Description l:REqL.JIE)St forIC:: AE)II'lSi011'I Siglu Ed I E)ttENr 2019 AgE)inda IItE)irn Cover ShE�'E)t Page 939 of 985 REQUESTING DEPARTMENT: Utilities DEPARTMENT CONTACT: Joseph Paterniti TERM: March 20, 2021 thru March 19, 2022 SOURCE FOR PURCHASE: City Bid: 015-2821-19/IT ACCOUNT NUMBER: 401-2821-536-52-35 VENDOR(S): BRENNTAG MID -SOUTH ANNUAL ESTIMATED EXPENDITURE: $139,000. DESCRIPTION: This awarded bid for sodium hydroxide (Liquid Caustic Soda) will be entering the second renewal year. Sodium hydroxide is added to the system to neutralize the corrosive and noxious odors associated with the release of hydrogen sulfide into the atmosphere. The addition of the sodium hydroxide raises the pH which prevents scaling in the pipelines to the consumer. The City of Boynton Beach February 12, 2020 Finonce/Procurement services R0. Box 310 Boynton Beach, Florida 33425-0310 Telephone No: (561)' 742-6310 FAX.- (561) 742-6316 Brenntaq Mid -South Inc. 250 Central Florida Parkway Orlando, FL. 32824 VIA EMAIL TRANSMITTAL TO: subach@brenntag.corn RE. "ANNUAL SUPPLY OF SODIUM HYDROXIDE (LIQUID CAUSTIC SODAy, BID #., 015-2821-1911T CURRENT CONTRACT (PERIOD., March 20, 2019 THRU March 19, 202'£1` 2.G Dear Mr. Ray Sibbitt: The Agreement for "ANNUAL SUPPLY OF SODIUM HYDROXIDE (LIQUID CAUSTIC SODA)" will expire on March 19, 2020. This Agreement allows for three (3) additional one-year renewals under the same prices, terms and conditions. The City of Boynton Beach would like to renew this contract with your firm for an additional one-year term under the same terms and conditions. Please indicate your response on the following page and return it to Procurement Services via email to marrn.tre+bbf�Lus at your soonest convenience. If you should have any questions, please do not hesitate to call Eric Marmer, Senior Buyer at (561) 742-6318- ;�incerely, J1 Mara Frederiksen Director of Financial Services cc: Tremaine Johnson, Manager, Field Operations Taralyn Pratt, Contract Coordinator File America's Gateway to the Gulf Stream Page 941 of 985 The City of Boynton Beach FinoncelProcurement Services P.O. BOX 310 Boynton Beach, Florida 33425-0310 Telephone No: (561) 74.2-6310 FAX. (561) 742-6316 RE: "ANNUAL SUPPLY OF SODIUM HYDROXIDE (LIQUID CAUSTIC SODA)" BID #' 015-2821-1911T CONTRACT RENEWAL PERIOD: March 20, 2020 THRU March 19, 2021 Yes, I agree to renew the existing agreement with the same Terms and Conditions for the renewal period of March 20, 2020 THRU March 19, 2021 No, I do not wish to renew the agreement for the following reason(s): Brenntag Mid -South Inc NAME OF COMPANY 31, , 6,vtn,'�e, �Axkcvl NAVE OF REPRESENTATIVE (Please print) 2, � \,L �'z DATE E-MAIL ADDRESS _u SICNA �NAA U R E l.f, V1 e "1G ("i L TITLE V (AREA CODE) TELEPHONE NUMBER America's Gateway to the Gulf Stream Page 942 of 985 Item Coversheet (91 CITY OF BOYNTON BEACH AGENDA ITEM REQUEST FORM COMMISSION MEETING DATE: 311912019 Pagel of 2 7,13. Consent Bids and Purchases Over $100,000 311912019 REQUESTED ACTION BY COMMISSION: Award Bid No. 015-2821-1911T for Annual Supply of Sodium Hydroxide (Liquid Caustic Soda) to the lowest responsive and responsible bidder, Brenntag Mid -South, Inc. of Orlando, Florida for an estimated annual amount of $210,658, The initial term is for one year upon date of award contingent upon receipt and approval of insurance. The Bid allows for three (3) one-year renewals contingent upon mutual approval and termination that renewal is in the City's best interest. EXPLANATION OF REQUEST: Initial Term Period: March 20, 2019 - March 19, 2020 On January 27, 2019, Purchasing Services issued a Bid for "Annual Supply of Sodium Hydroxide (Liquid Caustic Soda).' The purpose of the bid was to obtain firm fixed prices, per dry ton, for the purchase and delivery of Sodium Hydroxide to be used at the West Water Treatment Plant located at 5469 W. Boynton Beach Blvd., Boynton Beach, Florida. On February 25, 2019, the City opened a total of three (3) submittals to this Bid. After reviewing the bid and references submitted by the lowest responsive bidder, Brenntag Mid -South, Inc., Utilities staff and Purchasing Services recommend this bid be awarded to Brenntag Mid -South, Inc. as the lowest, responsive, responsible bidder. Will be ordered on an as needed basis HOW WILL THIS AFFECT CITY PROGRAMS OR SERVICES? Feed water to the West Water Treatment Plant (West WiP) has a high pH and contains the dissolved gas hydrogen sulfide (produces a rotten egg smell). Sulfuric acid is therefore added to the feed water before the membrane filtration system to lower the pH, thereby aiding in reducing the formation of calcium carbonate scale on the membranes. However, this produces carbon dioxide which, along with hydrogen sulfide, remains dissolved in the water and is not separated out by the membrane system. During the degasification process that follows, sodium hydroxide is added to the system to neutralize the corrosive and noxious odors associated with the release of hydrogen sulfide to the atmosphere. Sodium Hydroxide is also added to raise the pH of the water leaving the plant, which prevents deterioration of the pipelines to the consumer. The use of sodium hydroxide is necessary to adjust water pH, and aid in the removal of hydrogen sulfide. Thus, reducing any potential risk to the City's infrastructure and to public health. FISCAL IMPACT: Budgeted Funds for this expenditure are available in Fund #401-2811-536.52-35 Previous years expenditures: FY 17118 $ 73,000 FY 16117 $110,000 FY 15116 $ 80,000 ALTERNATIVES: Reject all bids received. Resolicil the requirement. STRATEGIC PLAN: STRATEGIC PLAN APPLICATION: CLIMATE ACTION: No CLIMATE ACTION DISCUSSION: Is this a grant? No Grant Amount: https://boyntonbeach.novusagenda.com/AgendaWeb/CoverShect.aspx?ItemID=5558 Pa /%§1of 985 Item Coversheet ATTACHMENTS: Type 0 DIL%, I ab.am2tg� O 6t@awjt Description Tabulation Sheet - Pricing Tabulation Sheet - Responsiveness Brenntag Submittal Page 2 of 2 https://boyntonbeach.novusagenda.com/AgendaWeb/CoverSheet.aspx?ltemlD=5558 Pac ,j3d504WW 985 9.A. City Manager's Report 2/16/2021 Requested Action by Commission: Consider modifications to the City's CDBG Small Business Grant Program Eligibility Criteria to include businesses within the CRA. Explanation of Request: The City Commission approved Staff's request to allocate $231,000 in CDBG funding to support small Boynton Beach Businesses impacted by the COVID-19 pandemic in the form of $10,000 maximum grants. In addition to other criteria, these funds were restricted to businesses outside of the CRA District. Commission Requested Eligibility Criteria for Consideration -Located within the City limits and outside of the Boynton Beach CRA District How will this affect city programs or services? N/A Fiscal Impact: Budgeted N/A Alternatives: N/A Strategic Plan: Building Wealth in the Community Strategic Plan Application: Supporting small business retention and expansion. Climate Action Application: N/A Is this a grant? Grant Amount: Attachments: Type Description D ttaclht irTIENI'l t l:: oy irn to inIBE: ,ac h C Ul::: (3) S irna ill ll IB L.ai§i ir1 E)S > (3) it a in t Pirogira irn Page 945 of 985 Community Development Block Grant (CDBG) CARES ACT - COVI D-19 Small Business Grant Program Update Page 946 of 985 Grant Overview Budgeted Amount: $231,000 Maximum Assistance: $10,000* *Up to $10K with documentation - First Qualified — First Served Eligible Reimbursable Uses (per CDBG Guidelines): • Salaries/Payroll • Commercial Mortgage or Rental Payments • Commercial Utility Payment • Expenses due to new COVID-19 Safety Provision • Inventory Page 947 of 985 Number of Grant Applications Received 51 Number of Applicants who Received Funding From Another Source* 21 Number of Applicants in the CRA District** 5 Number of Applications Approved for Final Review 7 Applicants in the Queue 18 *HUD Disqualification **City Disqualification Page 948 of 985 2021 CDBG Business Grant Considerations Commission Requested Eligibility Criteria for Consideration • Located within the City limits and outside of the Boynton Beach CRA District Qualified Applicants 7 $70,000 Max Applicants Under Review 18 $180,000 Max Total Potentially Committed 25 $250,000 (19,000) Suggested Guidance • Process Qualified Applicants in Queue • 7 Approved + 18 Under Review* *Up to $10K with documentation, First Qualified — First Served • Open Any Unawarded Grant Funding Eligibility Citywide • Consider Opening Future Grant Funding to Citywide Eligibility Page 949 of 985 4 Questions? Page 950 of 985 12.A. Legal 2/16/2021 Requested Action by Commission: Proposed Ordinance No. 21-003 - Second Reading - Approve a revision to City Ordinances section 9-3 (c) to include Photovoltaic systems. Explanation of Request: Section 9 of the City Ordinances pertaining to fire prevention and control must remain consistent with the latest edition of the Florida Fire Prevention Code, which is revised every three (3) years. The statute also requires local government to review local ordinances to ensure that they are consistent with the latest edition of the code. This revision of Section 9 of the City Ordinances complies with this statutory requirement. How will this affect city programs or services? The adoption of this revision will allow the Fire Department and the City of Boynton Beach to comply with State Statutes. It will update our local ordinances to become consistent with the Florida Fire Prevention Code. Ambiguous and outdated language has been revised to increase clarity and to improve our ability to deliver the best service to our community. Fiscal Impact: Non -budgeted N/A Alternatives: N/A Strategic Plan: Strategic Plan Application: Approval of this revision will update the local ordinance, the plans review, permitting, and our annual fire inspection activities. Climate Action Application: N/A Is this a grant? No Grant Amount: Attachments: Page 951 of 985 Type OrdinainCE) Description Ordinall'IC2, appirtmAingr'E)ViSk)I['l tO SE)CAiOln 9°•3 Q": SE�ICUOIII 9...3 (c) Page 952 of 985 I ORDINANCE NO. 21- 2 3 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, 4 FLORIDA, AMENDING CHAPTER 9, "FIRE PROTECTION 5 AND PREVENTION", ARTICLE I, "GENERAL", SECTION 9- 6 3, "EXAMINATION OF BUILDING PERMITS" TO INCLUDE 7 PHOTOVOLTAIC SYSTEMS; PROVIDING FOR REPEAL 8 OF LAWS IN CONFLICT, SEVERABILITY, CODIFICATION 9 AND AN EFFECTIVE DATE. 10 I I WHEREAS, Section 9 of the City Ordinances pertaining to fire prevention and control 12 must remain consistent with the latest edition of the Florida Fire Prevention Code which is 13 revised every three (3) years; and 14 WHEREAS, pursuant to Florida Statutes, local government is required to ensure that 15 they are consistent with the latest edition of the Florida Fire Prevention Code. 16 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 17 THE CITY OF BOYNTON BEACH, FLORIDA THAT: 18 Section 1. The foregoing "WHEREAS" clauses are hereby ratified and confirmed 19 as being true and correct, and are hereby incorporated herein and made a part hereof. 20 Section 2. Chapter 9 entitled "Fire Protection and Prevention", Article I, "General", 21 Section 9-3(c) of the Code of Ordinances is hereby amended to read as follows: 22 ARTICLE 1. GENERAL 23 24 Sec. 9-3. Examination of building permits. 25 (a) No building permit shall be issued by the Building Department for new 26 construction, demolition, moving of existing buildings or renovation of existing 27 structures normally requiring a building permit until a complete set of plans and/or 28 specifications have been examined and approved by the Fire and Life Safety Division. 29 (b) No building that requires a certificate of occupancy (CO) from the Building Official 30 shall be occupied for any purpose until a Fire Department fire final inspection has been 31 approved. 32 (c) Nothing in this section shall apply to single-family or duplex residential 33 units. Exceptions: fire sprinkler systems, generators, o -gas installations _a,fl d.. S:ACA\Ordinances\Fire Protection and Prevention Chapter 9-3(c) (2021) - Ordinance.docx 2 Page 953 of 985 I (d) When work for which a permit is required by this chapter is started prior to 2 issuance of a permit, the fees herein specified shall be four (4) times the original fees. 3 (e) The payment of such fees shall not relieve any person from fully complying with 4 the requirements of this chapter in the execution of the work, nor from any other 5 penalties prescribed herein. 6 7 Section 3. Each and every other provision of the Code of Ordinances of the City of 8 Boynton Beach not herein specifically amended shall remain in full force and effect as 9 previously enacted. 10 Section 4. All ordinances or parts of ordinances in conflict herewith be and the same 11 are hereby repealed. 12 Section 5. Should any section or provision of this ordinance or portion hereof, any 13 paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, such 14 decision shall not affect the remainder of this ordinance. 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 Section 6. Authority is hereby granted to codify said ordinance. Section 7. This ordinance shall become effective immediately upon passage. FIRST READING this _ day of February, 2021. SECOND, FINAL READING AND PASSAGE this day of CITY OF BOYNTON BEACH, FLORIDA Mayor — Steven B. Grant Vice -Mayor — Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L. Romelus VOTE ATTEST: Tammy Stanzione Deputy City Clerk (Corporate Seal) 2021. YES NO S:ACA\Ordinances\Fire Protection and Prevention Chapter 9-3(c) (2021) - Ordinance.docx 2 Page 954 of 985 (b) Periodic fire safety inspections. (1) The Florida Fire Prevention Code and the Florida statutes provide that each municipality, county, and special district with fire safety responsibilities is required to enforce the Florida Fire Prevention Code. Such enforcement requires inspections of each new structure or buildings whose occupancy type as defined by the state statute and the Florida Fire Prevention Code. Fire safety annual inspections shall be conducted on each existing structure or building as defined by the F.S. Ch. 633 and the Florida Fire Prevention Code as adopted by the State Fire Marshal. (2) No such building shall be occupied without the required fire safety inspection. The frequency of the inspections shall be annually or as otherwise determined by the Fire Marshal. A building occupied in violation of this section is subject to a fine of five hundred dollars ($500.00) per day. Each day constitutes a separate and continuing offense. The city may enforce this provision of the code by action before the Code Enforcement Board, by notice to appear for violation of a municipal ordinance, or by action for injunctive relief. The fines provided herein are in addition to the penalties authorized by F.S. § 205.053. (3) The inspection or permitting of any building or plan under the requirements of this code shall not be construed as a warranty of the physical condition of such building or the adequacy of such plan. The city or its employees shall not be liable in tort for damages for any defect or hazardous or illegal condition or inadequacy in such building or plan, or for any failure of any component of such building, which may occur subsequent to such inspection or permitting, pursuant to this code. (4) Records of all system inspections, tests and maintenance required by the referenced standards shall be maintained on the premises for a minimum of three (3) years, and shall be provided to the fire district through a third -party inspection reporting system,. (Ord. 18-008, § 3, 5-1-18) Sec. 9-3. Examination of building permits. (a) No building permit shall be issued by the Building Department for new construction, demolition, moving of existing buildings or renovation of existing structures normally requiring a building permit until a complete set of plans and/or specifications have been examined and approved by the Fire and Life Safety Division. (b) No building that requires a certificate of occupancy (CO) from the Building Official shall be occupied for any purpose until a Fire Department fire final inspection has been approved. (c) Nothing in this section shall apply to single-family or duplex residential units. Exceptions: fire sprinkler systems, generators, gas installations and Photovoltaic systems (d) When work for which a permit is required by this chapter is started prior to issuance of a permit, the fees herein specified shall be four (4) times the original fees. (e) The payment of such fees shall not relieve any person from fully complying with the requirements of this chapter in the execution of the work, nor from any other penalties prescribed herein. Page 955 of 985 12. B. Legal 2/16/2021 Requested Action by Commission: Proposed Ordinance No. 21-004 - First Reading - On December 1, 2020 City staff received correspondence from the South Florida Water Management District (District) requesting that the City implement a Year -Round I rrigation Ordinance. Explanation of Request: The District is encouraging municipalities to implement a Mandatory Year -Round Landscape Irrigation Conservation Measures Rule in accordance with Chapter 40E-24, Florida Administrative Code (FAC). The District informed staff that applications for funding under the District's Cooperative Funding Program for FY -2022 will be evaluated based on several factors including the adoption of an ordinance which fully comports with Chapter 40E-24 F.A.C. This consideration may be extended to other cooperative funding programs in the future as well. Staff has prepared a draft of the code that conforms to the District's request for review and discussion with the Commission. Highlights of the code are as follows: The code does not apply to athletic play areas (including golf courses) or agricultural operations (including nurseries), and irrigation accomplished using reclaimed water or saltwater. Landscape irrigation is prohibited daily between the hours of 10:00 a.m. and 4:00 p.m., with exceptions for new landscaping or reuse irrigation. The code requires 2 days per week for even addresses and 2 other days per week for odd addresses. In conjunction with this ordinance, the Utility would also like to enhance the regulations for the utilization of reclaimed water to further protect potable water sources. The draft ordinance includes connection requirements where reclaimed water is available adjacent to a property that utilizes an average daily water use of potable water, surface water or ground water (or a combination) of over 5,000 gallons per day which require connection and utilization of reclaimed water to the fullest extent possible as supply allows. Declaration of a water shortage condition and/or water shortage emergency within all or parts of the CITY Water Service Area by the District's Governing Board or Executive Director shall supersede this Code for the duration of the applicable declaration, in accordance with City Ordinance No.85-36 establishing Chapter 26, Article I I I — Water Shortage Plan. A water shortage usually occurs due to drought. Enforcement: Every law enforcement official having jurisdiction in the area governed by this Code shall, in connection with all other duties imposed by law, diligently enforce the provisions of this Code by issuance of a citation, summons, or notice to appear in county court, or by filing an action in civil court for injunctive relief. The City of Boynton Beach administrator/ manager may also delegate enforcement responsibility for this Code to other departments of the city government, or cities in the service areas governed by this Code, in accordance with state and local law. How will this affect city programs or services? May require additional city staff time and county Page 956 of 985 assistance to educate and enforce the ordinance within the water service area. Fiscal Impact: None Alternatives: Not adopt ordinance. Strategic Plan: Strategic Plan Application: Climate Action Application: This ordinance supports a sustainable water source to support a growing population. Is this a grant? Grant Amount: Attachments: Type D OrdiinainCE) D AttachirTIENI'lt Description Ordiinal['IC2, appirtnkng Yea ir' lROLAind I irrigatioin C,01['1SE)irv,-,.kioin Draft ordiinall'ICE) Ila llIgUiagE) Page 957 of 985 I ORDINANCE NO. 21 - 2 3 AN ORDINANCE OF THE CITY OF BOYNTON BEACH, FLORIDA 4 AMENDING CHAPTER 26. WATER, SEWERS AND CITY UTILITIES, 5 CREATING ARTICLE X, ENTITLED "YEAR-ROUND LANDSCAPE 6 IRRIGATION CONSERVATION MEASURES, VARIANCES; 7 ENFORCEMENT; PENALTIES"; PROVIDING FOR INTENT AND 8 PURPOSE, DEFINITIONS, APPLICATION, YEAR-ROUND 9 PERMANENT LANDSCAPE IRRIGATION MEASURES, ADDITIONAL 10 MEASURES, VARIANCE RELIEF, ENFORCEMENT AND 11 PENALTIES; PROVIDING FOR CONFLICTS, SEVERABILITY, 12 CODIFICATION AND AN EFFECTIVE DATE. 13 14 WHEREAS, South Florida Water Management District (District) is encouraging 15 municipalities to implement a Mandatory Year -Round Landscape Irrigation Conservation 16 Measures Rule in accordance with Chapter 40E-24, Florida Administrative Code (FAC); and 17 WHEREAS, the District informed staff that applications for funding under the 18 District's Cooperative Funding Program for FY -2022 will be evaluated based on several factors 19 including the adoption of an ordinance which fully comports with Chapter 40E-24 F.A.C. 20 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF 21 THE CITY OF BOYNTON BEACH, FLORIDA, THAT: 22 Section 1. Each Whereas clause set forth above is true and correct and incorporated 23 herein by this reference. 24 Section 2. That Chapter 26, Article X, entitled "YEAR-ROUND LANDSCAPE 25 IRRIGATION CONSERVATION MEASURES; VARIANCES; ENFORCEMENT; 26 PENALTIES" is hereby created by adding the words and figures in underlined type, and by 27 deleting the words and figures in struck -through type, as follows: 28 ART11 LE X. Year round landsca mrrmg,ition conservation measures v��,�m�iiic ,s„;„ 29 enforcement 1, m;m,pl1,lies. 30 31 Sec. 26 700.:11.ntent and p;p,!.Lp�;�r,s, 32 33 It its the intent anal pu�r ore of tl�ii .orae to iiia �ei�eiint roeecau�re to roteet tl�e water 34 re 0L!ree of CI7Y Y.N T B f�.,4C 1....Q..R /. . aincato roi ote water 35 eosin s ervatiioiin t rou.I l� tl�e effiieiieiint us e of �aiinca ea e iirrii atiioiin aiinca eosin ii teiine wirpl� tl�e 36 5...:!.........A..r:.......W a t .r:.... ..pi a e enl i Iriol” i Irmanda earid �andsco 37 iirriic�atiioin conservation mea Ure u. rider Ch , ter 4S�IG:.- 4, Roriida Administrative Code , 38 �,,,,,,I ,� ,�.,� ,� j.bj .orae wiiH increase water Use effiieiien.g � revent and WrtaH wa tefLfl ................................................)......................................................................................................................................................................................................................................................... ............................................................................................. 39 iirrii atiioii raetiiee l� roviica111i maincaator �aiinca ea e iirrii atiioiin conservation .................. 40 mea Ur " and rol�ii irp tlI o -tion of iirrii atioin teirn iiin a rrmaininer eausiiin water ..................................................................................................................................................................................................... 41 to be wa ted S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx - I - Page 958 of 985 42 43 Sec. 26 701. 11I)efiiiiniiifiiion 44 45 ,or....;t,��, .......g.!�. , , ...., ;f...;t, �N o o. ���e foNNo Nisi terms. hira e . words and their 'eir[ye-Ave .........................................................A............................................................ 46 shall have tho i�oaii�Nii� listed Wow When not inconsistent with the ooii1to �. or .......................................................................................................................................................................9....................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 47 USe.d in the ro oii�� !oiii e also Nii�&ide the W.Wre. and word's Used in the Nii�gg ar also .............................................................................................................................................................................................................................................................................................................................................................. ............................... 48 N„iii �..u��... '.....:th........i..� „irk ...::............... c..!r.......°e ....�..�.°.e......li .......� i andetoir and nat imeireN Nireotoir . 49 50..................................`"Address”mean :t"house k.r"......a numeric oraan ero e N nation .`........ .... ........ ......_:> .. 51 that..A.....to.n o�hor ir�h rho �roo� ii�ai o. do orNho rho �� shoal Nooation of a eoirlNo ........................................ 52 ro er`1hN Nr�oNde "rural r`o1e"" r�rr�k:�er` k:�1 eoNde 01 offNoe k:�o .....................................X.............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. 53 ii]ulirr�hor . If a lob ii]ulirr�hor Niii a i ohNlo holo airy or NIn ar C..OM L..1i.]jt ............................................................................................................................................................................ 54 the L.9. . Postal Service to determine a do.fi r NooatNon, the lot 11ILlirr�her l��all he ...................................................................:..................................................................................................................................................................................................................................................................... 55 the ro er`1 " address.If a l01 number k:�er` Nr� a mobile home ark or` Nm ar .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 56 re s Ndeii�Lial .C..OM L..1 i.1 N ii�o� u� od rho I..9. Po ul or�rNoo o. .. the ark 57 r2 �.. er...... or`1 Nr).00r in r aNN eNN ere to the oor r r�N� " a re there the g....................................................................................................................................................................................................................r....................................................................................................................................................X....................................................................................................................................................... 58 oorrr�N1 " raNr� addre shall k:�e 1he ro er1 " address. If a ro er1 hay no ................................................................................................................................................................................................................................................................................................................................................................................................................X........................................................ 59 address N1 s h a,I,N ,be oor) si.der`ed "eY erg-r)umber.-.e. Met 61 ( .............................._` "Athletic PI � Area"" r gams olf core fairw, '� tees � roe h 62 t��.. '.!r........:t.h.�. ':t.li ........rip..�...�.........��„i ...A........N„i� �..�l....iii�... fogtba . ba ebaH. 0000ir. oho. tei�nl . 63 Na w il. ho WJNo ena . 64 65 ( ................................. `.`.r1..N...:.....................:..I.:l,.........1... ream a errll Ie rar�1 10 aha ler 66 49IG::.:- . .. aa��ho!Jzi � rho ooii� u�i �N�ro u� o of a�or. .....................................................................................................................r............................................................................................................................... 67 6s t 69 oiDLit. oiroa�o u�ii� oir aha dor �3 �3. IF IorNda �a�u��o . 70 71......... 5................................ .Even.-Numbered Address” ream ars address erldNrlNr� the r� r k:�er 4 8 ......................................................................................................................................................................................................................................................................................................................................................................................................... 72Ir 8° iri9..:...::.r - oir o���air Nooa�Noii� ir��� ii�o a rra ° oir ���a Na��eir -M. ..................................... 73 74(5 ��....... N 1Nr� N......ar�d oa Nr� ”"ream ars lard oa Nr� �hNoh has been Olanted in the 75 round for morethan ir�inety C9O7 da .� 76 77 (Z.)..........................._`.`..N::::::.r� ...l.r�.,,.11 ream hr` k:�k:�er` 1r`ee la�rr� god ra r`o rid oo�er` 78 ther flora not intended for resale. 79 which are SitUated ire SUch diverse Iocations as residential lai dscaoe ., 80 ireoireatioi] areas. ceme�terie � a�hlNo. ooi�i�oroNal. aii�d Nii�da� ��rNal o ��ahlN hments. ........................................... a........................................................................................ A...... ��.................................................................................................................................A........................................................................................................................................................................................................................... A.. 81 p,..,!Jmedaiair,...jii,....ii,...i. ��� of a. o oo � a���lo�No la airoa . 82 83(.............................._`.`..N::::::.r..........�..:.:.,,. a1Nor�"" ream the oa�tNdo atorNii� of hra�hhor treeslain. 84 .....A......od n Lass. c�rou�ii�d oo�ror , ��..�...il.:�..A......�Ni�.....A.........ir.i�....i „i�.:� ..�.......n air 'en , and such atheir 85 flora o Nii]tei2de d for royale. which aro laii��od aii�d acro ir�a�a�od in Uch diverse ........................................................A..................................................................................r................................................................................................................................................................................................................................................................................................ 86 IooaLioa s re aide iti.al laid oa o reorogtloii� aroa ooirr�o�orNo a�hlNo. S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx - 2 - Page 959 of 985 87 22 In neroiiaN. and iii dUstriiaN e tabfii hment a��Niio i�et�iiaii� aii�c� rii h� ._off._ a� . ............................ .............. ......... ....... .................... .......a..........................................................................................................................................................................................................................................r............................................................................................................,................................................... �� 13 89 1 the number -1. '13. 5 .� or 90 ( N......a r r�for`oer er�� C ff�o�aN rears he irk of Ir o i��oi� I each Pofice 91 G:1e r�irr�eii��. nd or the Girt oM.M.U.lir� tailor ' IG e �r�irr�eii��. r...........................................................A.......................................................................................................... a�................................................................................. a�......................................................................................................................................................................... 92 5. ...................... ..............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................y .. Reclaimed Water`"" means wastewater- �that has receive at leant eoondar.' 93 ( "N......or(oNre Nary a�er`�r� "" rears thera�er`�r� of Nar�oa e k:� orae 94 or as tOmatiio ShUtOff 95iso z.Je. 96 ( er"" rears ars eror� lr�llal� flrr� aoola�lor�� or ar�la�lor�� 97 and deviceseoifioaNN 98 cue ii ned to aHow the VoNulme of water defivered to he Niiir ite ' to a NeveN .............................. 99 ggosii teo. t Wirth .the water ire a�iireirr�e.int of the Kant heiiii iirrii aced and to aHo ....... ...............Naoe ...... 00 that.... ateir.....toirtI....a ��ii n de tree of effiioiieii10 in t0he hoot gone of t1he ...........................................................................................................................r.............................................................................................................. 01 d iirl Mist hOUses and simflar 02 ..:t ...�..i! _��„ir „ii .:t ......:fair........ ii .:....... irr ..� ... a�iioii�. C �reir��ea iiiririi a�iioii� aii� fNoo iiiririi a�iioIl 03 acre ii�0t i2DCNa�c�ed ........................................................................................................................... 04 05 "�lN�oro-�rr� anion means thea N�oa��or� of r aNN ar�����e of �ra�er` on or` below ...............................................................................................................g....................................................................................................................................................................................................................................................................g.......................................................................................................................................................................................................................... 06 t,��, ....,�ai�.,H....., .,Urf , ...., , ...., !rr�..p, ....., ..!r.....;!ii„ii�... �ireai� of ira ���iroa� �� ei�ir��eir oir a Niioa�oir 07� .. . . ........... ..�, ..li ..� a ager elii�er liiii�e.� l iioro-iirrii a�iioii� kide a iilu, tuber of 08 metho d. or co.n.ce t Uch a bUlbbler. drip �riiol�le. i ii a or i iioro.- ra aii�c� ...................................................................................................................................................................................................................................A.............................................................................. 09 SL..BSL..„irf ......ii„iririi..g anion. 10 11 1 �3 "Neer N......ar�oa ing” rears ars ' lar�oa lr� hiioh has heeii� laii���et� ac� ....................................................................................................................................................................... g............................................................................................... X................................................................................... g....................................................................................................................................................................................................................................... 12 , .;Lab!.!§,,b.ed.....;E.ir....o. ii„ii. et.� 190 a� oir Ne . 13 14 1 the number -1. '13. 5 .� or ..... 16 17 5. ...................... ..............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................y .. Reclaimed Water`"" means wastewater- �that has receive at leant eoondar.' 18 treats e.rit. and basic disinfection and its reU e ' after flowiiii� ou�� of a gra �e�ra�er .......................................................................a............................................................................................................................................................................................................................................................................................................................................................... 19 �ireati ei].-! [a. cJl t a defined h FRL le 52._40.210. F.A. Q. 20 21 ( er"" rears ars eror� lr�llal� flrr� aoola�lor�� or ar�la�lor�� 22 or other 23 le ed States of America and the ............. 24 tatei�.......,, ,..i��r igmia, district fi ia� o,....,..ii..,.,....,.i,, ., i,„i,rii,..ai 25 takes water from the water 26 re S 0L!roe. i.22C.lL.i.diUnder water 27 u. e .i.Ue..............................................:...... a.........E. aor ases from indiviUaN ..............................................................a..4............................................................................................................................................................................ 28 ,�.,�,.....,..!r......p,!....,:. 29 30 ( Z. without art ' 31 excessive landsca e iirrii anion. S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx -3 - Page 960 of 985 32IiatteIide ' hose oIi a driveair with water to iiii i, aHo iii�ir to 33 b.9.......il.. t ie etre iiiiu iro n iiii�effiioiieiily iMaiuiueir. ire .1 ..x.9.. :...:.......:t .r......9:... .9.:..ir....� .e° ....................... 34 for......... i ..i..�...: ..�.�.. ii..IIS.9...........� ii ..i............ii„iririi.. ��iioii1 Moir to a�ii�ii�000 Biro fc 01iTto 35 ater flow 36 thr ..n �� hirol�eiiu oir i a�fu,�ii�o�iioii�iiii� weir r�e�ii�reir oir �aiiu oa e 11'rii atloil 37!..:.. 38 39 (.... "WWa�er Pe ou roe"" i eat a ai a aiiu �� weir oIi or heIieath the SUrface of the 40 ir e . fake . oIid . or diffUsed 41 SUrface weir. aIid water eiroo�gtlll-g. �aii�r�iiii� oir fno hitt heIieath tihe U rfaoe ................................................................................................................................................................................. ................ 42 9:f....:t.�'�......:: 43 44 Water Shor�a e"" r ears when the Distr ct eteirir kie theire is the o iihii�ir� ...................................................................................................................................................9................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 45 khat iiii� u.I.[!JcJeo. t w..at.eir ii] he ayaHaNe to meet the ire eiiu� aiiu aii��iioii ale iiuee .................................................................................................................................................................................................................................................................................................................................................... 46 of the L.I. eir . oir heiiu ooii�r: itJol acre u,.loh 5.S. to ire u,�iiire a tet oirair� ire 'u gtloii Iii ...........................................................................r�................................ 47 total ogee i hiin a 5 ftiiou,flair area to iro�eo� weir ire OUroe firom eiriiOU harm. .................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 48 A watershorta.ge usuaHy occurs due to drou M. 49 50 hen the District determines the 51 AC.. are IlOt SUfficigit to iro�teo�t 52 , ,9...... , ., ,..!, ....., , 9,�.;t,�.�.�...A...., ,9.;f9„t . or effara-, the heath of aIiiima� . fish. or 53 p, ., ,..I!, .... .;, ..!r...., ., ....i..�.. ° oir ooi i eiroiia�. iiii� u,� �iriia�. a iriiou,���u,�ira�. ireoireaHoIiaL or other 54 irea o iah�e-hei]e[cJau,.l s e s. 55 56 57 Sec. 26.....702. ,I „ I,i, ,�1l in ......................................................................................................„,,,,;;, 58 59 .,, �, .......1r ii,iii, ii ., ...., .;f...;t,hii, ..., ., ...., .,��, ,�.,�....,� rp... ,�.. �o eao�� u,� eir iro�rii iiii� �aii� oa e iiiririi a�iioii� firom 60 aH ateir ire OUroe irthki the bQLMdaries of the CITY OF BOYNTON BEACH WATER ..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... 61 I ....ARE ..:....._T..��....... irr�vii IQr .]......:f....:thii ...... rrton Beach Cocke of Ordinancesaha fer 62 1.25 . rfiolo X title "Year 1:32�12 d Land oa e b afior C o n s..erzaf.o ea s �lre ha[I 63 11�?.,9.;t......,ap... ,�.. �o a�h�e�iio �a airea oir a iriiou,���u,�ira� o eira�ii0II iiii�uo�u,i 'iii iilUr eiriie . aIid 64 1rrJ!.9.9.:ti!,,oJ]......9.999.i [ hed u,� iii ireo�alirne ' ateir or aUeTteir. 65 66 L.ffiifiizatiioIi of Ifs eo�aiimed Water Where ireo�aiimed water its avaHaNea 'iaoeiTt to a ................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................. 67 9,ir .9,9..ir that Utifizes aIi aveira ie dail water Use of otaNe wat water or 68 to ooii ieot aIid 69 Utiifiize ireo�aiimed water to the fLIHe t e teIit o iiNe a LI �� alb . ........................................................................................................................................................................................................................................................................................................................... r.................................................................................................. . �..... 70 71 G:1eo[airatiioo. of a w ateir S hoerto e ooii�r�ir�iioii� aii� /oir weir hoir�a e ei eir eii�o ir�hiiii� a�� 72 o r.......9...........9 ......thg Qj .'ly.......::.. the f � �r�o�” 3o err��r� g3oar orf ecu �� e Director shaH 73 S U eir e e �bj Code for the r:�UratiioIl of the a �iioaNe r: �eo�airatiioii. iiia a000irdaiioe with ...................................................................................................................................................................................................................................................................................................................................rP......................................................................................................................................... ............................... 74 in Q.! r�Ji iaii�oe I.No.85-�36 e t.ab�J.§ i ] aha heir 25. ir�iio�e 111111 WWateir hoirtacge Rain. a�...............................................................................................................................................................................................................................................n r.............................................A............................................................................................................................................................................................ S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx - 4 - Page 961 of 985 75 water hoilaeco USUIE' �� 000u.�rs dUo to drOUM.� 76 77 ��...5.................... ' � !r ti!r�ii�.......... c�_��..�...............i�..�.. �o ��� av oir a� iiii� ���o ��oir iro oa�iroo ir��fln the 78 0o ra ��iioa� aroa u� ooh �o a�or ��or�a o or a�or ��or�a o oirruor ouuo 79 determined b the IG ii triiot. whether from g.�fjo or rii�ra�o� -o uuo a�or aitii�irt .......................................................................................................w.................................................................................................A..............................................................................................................................r........................................................................r..............................................w.................................................................................................................................................... 80 s is tern riivate weHs or riivate connections with SUrface water bodies. bUt shaH not 81 ..i .� qtr �o u,� seru s l iii 9......lr ..�...11.m........w a:t e.lr.......!r..... t. .:t e.lr.:: 82 83 Sec. 26.....703. " eair 111 ound III°leirurinainein-t Il,,,,,.aindsca e Illiririii a-flea u�uire 84 85 71 o�.....n irement or e obion haH to aH Users une otherwise ................... . .. ...o .u. 86..i,,il;.l!,,...,.. 87 88 n the hOUrs of 10::00 a.m. 90 91(..)..............................I.r!rl!. F.flio! .......:f....i.stJi]...9......� 92 93 a.. Even.-If�u,�mbere ' Ad'd'resses and rii �Yt -of- a or ather �ooariioul thout 94 a.IIS...............iro..............iia...................a000i ..........�..ii ��............neoe ar �a.�.d oa o iiiririi a�iiou1 ou1� our .......................................................................................................................Y i�................................................................................................................................................................................................................... 96 97 0 dd-.lNL.�mbered ddr.e e Ma a000rlrm fish necessary handscar o 98 iiiririi,...............our................our.....louu�or�,.........,',....,au�r�/oir 99 00(...................................!r.!r.1!.9..:ii!.......:....iof !........ew �i!.�iiu�c� ��a�� ooi���.....II:..5......:.......:r��ii„i!..Giro�riiiioul 02 :IIdsc�i,�.., ed ithOUt ........................... .. ......:::::,.! .. 03 . Ilrrii anion of the soH 04 iimmdiia�o�.riior to the iinstaHatiion of the newhand oa hi its aHo ed ................................................................................ 05it.hoU.t ro and to the Hated ateirin da and Climes. 06 07 ..::.............................i! „ii„i!�. ':. .�..5 .. ria o �a iii ��i ou�� oiriior� o ..!!i ..... i!�.....:t.��.. '.......Y use �au�r:� oai�..i!!i�..9 08 J s........!o. st a.... d .............. Li., .......!.. ,, ', ......................... ..�,ii„n �iaH bo 1nata.Hed irthlin a irea onaWe, 09 .1!.m, .....;fr..o!r .....;t, , ....., , .;t . ...... :......i., ..lr , , , , ...A...... „i!, , ......! , „ bo 'eirnonatirate ' th a dated' 10!r..11..,....,,!r......i!,!!ii,..::. 11 12.::..........................II!riri Irrigation of newhand oarp.i!!i�..� � ich bias boen In �aoe for th it ' ...�......... 13 or � ma be a000i a iii ��od on Mo da �u�o da W�lor�u�o ria . ....................................................................................................................................................................................................................................................................A....................................................................... .. 15 16 d., Ilrrii �aoe for thiiirt.-ouzo 31 � to 17 ..u� il.]e� 9S3 da cia o a000i iii ��od ouu Il ouuda redne da . ��hUr da . ..................................... 19 S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx -5 - Page 962 of 985 0 0. .1irr..J.. 1 � rid iii ..::...... ii ........ '..iii„ti r ....... iii.......:f..... ii�........i.ririi..n tiion systern shaH on�y be, u�iifio 2 f .!r.......� iii_ ...........il.lr.irii..� � OII ander this Code if the zone iiii� Uestiion its for an 3 ..ir. '.......:.b. a t.....c oiii„ta ii„iii ......:t.......'...:!......:f.I!:f t..........ir „ii .:.......( ..5 / iii o � a iii oc l iii . Il f a 7 o iii o 4 coin.:tail..o........... [ess..........:.tl]ai].........: iifly..........ip...m2.! .:t...........�,. /„ iiia � ndsca In oir irk the iiia 5 �a n ii iii iii ii iii iii iro that vvii � � iii o t iio � � o ii iririi � ..........................................................................................................................................................iii iiiririii.ii�.. 6 teirn. oii the iiii diiviire eh iiWe for a dffiiona� 7 iiiririi voWme hand 8 vv5�oiriiii� oir iii r, iriiate method ' Mich isoWes and water oink the 0 1(.................................1I1.!rl.25.�iir ii ........... :t .!!�..........ir �o 0 oir��o oa�� ii o iro �iriio�o � �ii� /oir times for 2 0]0aiiiiiiii on-site in the area boii 3 tested ..::...........1I.:::::...iii.... ...............iliririi..n bion tern irn irOUtiiiilo� be 0 oirate for UCC 4 u�ir o o ii�o i oiro ��� iii oii�oo oir vvool�. ii�c� the irMl time for anv one t.o s L ........:.................:......................:..................-......................-......-......:..................................�....................�.................................................................� 5 �� u��c� ii�o� o c� � iii �7 i iiii�a��e , .ir gone. 6 7 �( Il..... ii�c� o o iiiririi �iioii� foir ���o u�ir opo of v� �oiriiii� -tin fertiifiizer . iinsectiiciide- 8 , s.!j ii............................ de . fu,.IIl.., iioiic�o ii�c� ��oir iioii o . vv��oiro u�o�� vv �oiriiii� -iiii� its ire antro' b the ....A........ 9 marl L..�[CtLiroir. or b fo oir �. state or foo � haw.. haH be aHowed u,�nder the ..........................................................................................................A................................................................................................................................................. ............................... 0 fono Tina conditions:: 2 ..� 1.1C�".l w. t..erliii -iiii� �� �� o viii ir�o �o oii�o �iio �iioii� iiii� ��io absence of 3....,.....o2ffiio...,aRernatiive iinstra�o� OII from the ir�anUfact lr ..r° and ...................................................................................................................................................................................................................................................................................................................................................................................................%................................. 5 t�..::........................ _�� ��...... tern„ii..9..:ii„iii...... .��...�..�.......'...... r�ir�...j..i _��.'.......'Uriini noirmgfl �toiriin a and 6 dime iii ted above u,.l e a irofo iiongfl �iicensed a fiioatoir ha oto ' a .............................................................................................................................................................................................................. 7 tem ...!r !rY ic�ii� ooii�taiiiiihi the date of y ip..Mica„tiir�ii�..... ii�.....:t.�i.. ie date.( ) of iiioodod 8w..a t.lr.l.i!..Wiiii�o�iivir�y. 9 SOW VOklme irriciation. mucro-iiiriri �UiioiI 1 �0W V u..lme Liaii�d w. tern.] i o���o . it iiii� iriro� . oii �oirii� . oir o���oir iii ii�ar rain.- L) raiin._ 2 L)airvo tiiii ............... ovioo......vvir���oa�� he it �o ���o iii �oc� vv �oiriiii� da or times. (., Ilii ir�iioii� �o ���o ooir�iio iii �oc� i o u�iro �� vv �ofufl and Unnece air w... ter 7 8 Ilii ���o ovoii�t t��o IG:1ii tiriiot iii o o ire �iriio�iioii� oii� � ii�c� o F.iiori foir ri ew art d ............................................................................................................................................................................................ ..........................................................................................................................................................................................................................................................r.............................................................................................................................................................. ... 8 o ii iin iii those iiia o o ' by hilts 9 r�........n a.lo�) . S u..l der..t e. 'oo]ai..a . ori o a vva torr oirt.. o oir vv coir ��oir� o 0 i „rGrp,. lfoir the afiioabko 1 Uratiion of the more restrictive ireaLflatiion ., 1.2 irmed as to the irriciation conservation meaSUiro within th.ii Code Mich affect each �ir�iioa���ir vv��oir u� o. .................................................................................................................................................................................................................................................................................................................................................. S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx - 6 - Page 963 of 985 6.S e c 2 704dd..11i1lligrmaIII I.M ea s vire 7 iii u� or ��o u�ro��a o aIid kistaH aIi as tOmatiio �aii ' oa o iirrii F.floIi poi ��a�� ...................................................................................................... i...................................................................................................................................................................................................................................................................................................................................... i...................................9....................................................Y 8 !r ne.ir,fl„ iiii� �a��. i aiiii��aiiii�. aii� o ora�o �oo��ii�o�o ���at iiiii�� bit or iiiiiterrLI � o eiratiioIi 9 :f.....:!..... '...... st r .......��irii„ii�..n oiriio of Uffiioiigit MOii tUre hitt a000ir give irffi eotiioIi 373.,6 2, 0 Roriida Stakltai]d Cif o� o rrton Beach ode of Ordinances, Chapter 4, rfio�� 1 eofiorr 4. 2 3 Sec 26 70 5 .V airiiiairmoe Ill eIII iiief 4 6 7 2 ................................... X11?...............!r..........:affected .:.....................:ffi...I!..........Code............! a .. I for a vairlaiioe to ffie CITY OF BOYNTON BEACH maIiaaeir/admkiii tratoir. or ffieiir de ii tee. vairiialice from ..p.. is�.l!...............!r.......days.....iii' i! .:t.II:f.I!. '.......ii„ii ....... .....code....i� „ be, iraiiTte ' if tr[Gt a fiioa�iioiii of ffie restrictigis WOWd dead to Lflirea oIiaWe or Wifaiiir re UR. roMii 'e ' ffie ............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... ..i.. ,..!, „ii.;...., , ! ,r,i!, ,,ir , , ...., .!I;, .......i, !r,JCU.�ar,ii.;t.. ffiatooi �iiaiiioo irtl-i ffio s&EALfle wiH re Lflt iirl UbstaIitiia� eooiiiomiio. �ieaUl... or other �iard �ij oii� ���o a �iioaii�t. or .......................................................................... i.. ................................... ��, , , ......;ffie...., ...p. ,..ii, ,i! .;....., , ,iry . ............1 , ..�,li, ;f......ma be, iraiiited oiii� a oiii a r: �eirnoiiistratloiii thatUCS l �iard �ij e ii t . is ooa��iiar �o ���o or oii� or ���o affoo�od ro oirf ...................................................................................................................................................................................................................................................................................................................................................... r................. r..................... Iiot eff_iii cod. aii�d farther r:�emoIistrate ffiat iraiiTtlri ffie vairiiaiiioe oar d be, ........^...... ................... .............. ............... ooIi ii teIit wiffi ffieiiieirah iiiiTteiiTt aiid u,�r o e of ffiii Code. .................................lr::::::...i Ut are Iiot fimirted to a. Two () or more DrODerties Mi&i sdare a coir moIi SOUrce of water ............................. ........p, ..L.Iji, ....., !r....... !rii, , .;t..e.......w..a.; , ..!r......, .. C., User makitakis aIi iirrii atiioig stem that oases soH MOii tUre sensors or oattieir-bas iiirrJ ...............r.fli.oJ] goritro1.1oir ° oir 6 d.. W b.ero a ooii��ii u�ou� ro ori iii di�id d iiii��o dir��oroii�� oii�o a vairiialice 7 iia raii�� d o ���a� ao�� oii� cia o iirrii a�od oIi da dirffereIl ffiali ........................ 8 r.;tLier....... ,o ii., , ......, ;f......;ffie........r..irr..�, !r Il o o�roir. ii�o iiii� �o oii�o cia o iiiririi ado ' 9 ir�oro .tLiari.. o da or ooh u�ii��o a u� ori aiiii��aiiii� aIi iirrii atiioIi ..................................................................................................................... 0s stem that oases soH MOii tUre sensors or eaffier._ba ed irricia iioIl 1 ooIitroHer . 3 ., ....,I.! e1r....,Inaiii]taiiii] .......i .,a!] o ,oro iii a ii�oii�._ro iideiiitiia� )r, )er�1�, u�o�� a a .................................................................................. 4 �I,p,��.,,.....,;f......ir,.,��..11.....,..!r.....,,1�„ iairl�o� fairioir/f�oa . ��oiro ���o iriiiair a of 5 ��, ....., .!r....., .;t,t ,ii ., ', .!i ., '......;fry.!r.....;�,��., ....... !E2.p ir,� ooiiii�oii o ir��� ���o a cro re or�k:.�e� 6 Ater day. 7 S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx - 7 - Page 964 of 985 08(�..)„3..) .............................. ..p...ii .......ir.. .ii ..l of air Hcatiion for variance from the re Uireirnents of this Code 09. . .......... ..1".........ma1.?., .., er/admiinii trator or de li nee haH render a decision on the 10 riia�]ee wirlhiiii� �30 da .� IDeriiia� of variance reHef irnbe � � � eased to the Cif 11 00 i iorr.......wirlhiiii].........1...4 da . of the veer-” reaei �l of the r�ol�ae of der��aN. Ari ....... ........... ..........................X...............................................................................................................................................................................................................................................................................................................................................................................X.. 12 notice of deriiia� or SUbseaUerit aooea� shaH be serit by certified maH., retUrri 13 re c..e ii!...rpt......!rg ale ate,d. 14 15 notice at each 16 , ..ir, ......;t ..., which '....,vari, ,ri.ce....p, ..irtaii„iii, ...., , ....!r ..g,L.Jr , ....., .. Cita ieir4S31f::.:-24.553` I .A.C. 17 18 19 Sec. 26.....706 111::::;infoiroeiinnein't 20 21 Eyeir haw eo foreemei2 fiiieiia� baviiii c� ia�irii diieiiioii� iiii� ii�e sires c�o�eirii�ed � i�i�ii Co ie 22 h H iiii ... eoii�ii eeliio,il will „ a�� r lher....., �it e .. iiir r ..., .. haw. dilii eii�t� eii�foree the 23 tiiOIT SUMMOIIS, or notice to a12��...lr....in il.11�.. 24 CO Il eoa�rt. or b fii[iirI a!i agtiiOrl iirl eiiVH eoa�rt for .........................................V............................................... y.................................9................................................................................................................................................................................................................................... 25 CY TO BEACH admiinii trator/mariacieir rna� also de�ec�ate enforeeir�ent 26 it , .l, ..ii . ii.J !I,�..it for thii Code to other de ailment of the towii� o�rerii�i�eiiit. or cities in 27 the erviiee areas o�erii�ed thin Code. iiii� aeeordaii�ee wirlh Mate and �oea� �aw.� .................................................................................................... 28 29 Sec. 26 708. III°Ieinallltlle 30 31 The eirl or all other �e a� aUthorirl haH enforce ari viioWiiori of this artiie�e � it aiarit .................................................. 32 t ;t.herp.11.- eetOr� of these 11 and ..... . 33 r eve., .i !ren, ,il .;......1 a��aiiioii� . (Gird. S3 -S3 5, a ed S31 oir a otherwise Then 34 owed haw. Thea caW enaffies shaH he deteriined h the foirUM e�eeted to 35 enforce the viioWiiori. 336 337 Section 3. Each and every other provision of Chapter 26, not herein specifically 338 amended shall remain in full force and effect as previously enacted. 339 Section 4. All ordinances or parts of ordinances in conflict herewith be and the same 340 are hereby repealed. 341 Section 5. Should any section or provision of this ordinance or portion hereof, any 342 paragraph, sentence or word be declared by a court of competent jurisdiction to be invalid, such 343 decision shall not affect the remainder of this ordinance. 344 Section 6. Authority is hereby granted to codify said ordinance. 345 Section 7. This ordinance shall become effective immediately. S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx - 8 - Page 965 of 985 346 347 348 349 350 351 352 353 354 355 356 357 358 359 360 361 362 363 364 365 366 367 368 369 370 371 372 373 374 375 FIRST READING this day of February, 2021. SECOND, FINAL READING AND PASSAGE this , 2021. CITY OF BOYNTON BEACH, FLORIDA YES Mayor — Steven B. Grant Vice -Mayor — Ty Penserga Commissioner — Justin Katz Commissioner — Woodrow L. Hay Commissioner — Christina L. Romelus VOTE ATTEST: Tammy Stanzione Deputy City Clerk (Corporate Seal) S:ACA\Ordinances\Year Round Landscape Irrigation Conservation (Article X) - Ordinance.Docx -9- day of NO Page 966 of 985 MODEL CODE LANGUAGE FOR LOCAL GOVERNMENTS TO ACCOMPANY THE MANDATORY YEAR-ROUND LANDSCAPE IRRIGATION CONSERVATION MEASURES MODEL ORDINANCE OF THE SOUTH FLORIDA WATER MANAGEMENT DISTRICT It is the intent and purpose of this Code to implement procedures to protect the water resources of CITY OF BOYNTON BEACH FLORIDA and to promote water conservation through the efficient use of landscape irrigation and consistency with the South Florida Water Management District's (District) mandatory year-round landscape irrigation conservation measures under Chapter 40E-24, Florida Administrative Code, (F.A.C.). This Code will increase water use efficiency; prevent and curtail wasteful irrigation practices by providing mandatory landscape irrigation conservation measures; and prohibit the operation of irrigation systems in a manner causing water to be wasted. For the purpose of this Code, the following terms, phrases, words and their derivatives shall have the meaning listed below. When not inconsistent with the context, words used in the present tense also include the future, and words used in the singular also include the plural. The word "shall" is always mandatory and not merely directory. (1) "Address" means the "house number" (a numeric or alphanumeric designation) that, together with the street name, describes the physical location of a specific property. This includes "rural route" numbers, but excludes post office box numbers. If a lot number in a mobile home park or similar community is used by the U.S. Postal Service to determine a delivery location, the lot number shall be the property's address. If a lot number in a mobile home park or similar residential community is not used by the U.S. Postal Service (e.g., the park manager sorts incoming mail delivered to the community's address), then the community's main address shall be the property's address. If a property has no address, it shall be considered "even -numbered." (2) "Athletic Play Area" means all golf course fairways, tees, roughs, greens, and other athletic play surfaces; including, football, baseball, soccer, polo, tennis, lawn bowling fields, and rodeo, equestrian and livestock arenas. (3) "Consumptive Use Permit" (CUP) means a permit issued pursuant to Chapter 40E- 2, F.A.C., authorizing the consumptive use of water. (4) "District" means the South Florida Water Management District, a government entity created under Chapter 373, Florida Statutes. Page 967 of 985 (5) "Even -Numbered Address" means an address ending in the number 0, 2, 4, 6 or 8; rights-of-way or other locations with no address; or the letters A -M. (6) "Existing Landscaping" means any landscaping which has been planted in the ground for more than ninety (90) days. (7) "Landscaping" means shrubbery, trees, lawns, sod, grass, ground covers, plants, vines, ornamental gardens, and such other flora not intended for resale, which are situated in such diverse locations as residential landscapes, recreation areas, cemeteries, public, commercial, and industrial establishments, public medians, and rights-of-way, except athletic play areas. (8) "Landscape Irrigation" means the outside watering of shrubbery, trees, lawns, sod, grass, ground covers, plants, vines, ornamental gardens, and such other flora not intended for resale, which are planted and are situated in such diverse locations as residential landscapes, recreation areas, cemeteries, public, commercial, and industrial establishments, public medians, and rights-of-way, except athletic play areas. (9) "Law Enforcement Official(s)" means The City of Boynton Beach Police Department, and or the City Community standards Department. (10) "Low Volume Hand Watering" means the watering of landscape by one (1) person, with one (1) hose, fitted with a self -canceling or automatic shutoff nozzle. (11) "Low Volume Irrigation" means the use of equipment and devices specifically designed to allow the volume of water delivered to be limited to a level consistent with the water requirement of the plant being irrigated, and to allow that water to be placed with a high degree of efficiency in the root zone of the plant. The term also includes water used in mist houses and similar establishments for plant propagation. Overhead irrigation and flood irrigation are not included. (12) "Micro -irrigation" means the application of small quantities of water on or below the soil surface as drops or tiny streams of spray through emitter or applicators placed along a water delivery line. Micro -irrigation includes a number of methods or concepts such as bubbler, drip, trickle, mist or micro -spray, and subsurface irrigation. (13) "New Landscaping" means any landscaping which has been planted and established for ninety (90) days or less. (14) "Odd -Numbered Address" means an address ending in the number 1, 3, 5, 7 or 9; or the letters N -Z. 2 Page 968 of 985 (15) "Reclaimed Water" means wastewater that has received at least secondary treatment, and basic disinfection and is reused after flowing out of a wastewater treatment facility as defined by Rule 62-40.210, F.A.C. (16) "User" means any person, individual, firm, association, organization, partnership, business trust, corporation, company, agent, employee or other legal entity, whether natural or artificial, the United States of America, and the State and all political subdivisions, regions, districts, municipalities, and public agencies thereof, which directly or indirectly takes water from the water resource, including uses from private or public utility systems, uses under water use permits issued pursuant to Chapter 40E-2, F.A.C., or uses from individual wells or pumps. (17) "Wasteful and unnecessary" means allowing water to be dispersed without any practical purpose to the water use; for example, excessive landscape irrigation, leaving an unattended hose on a driveway with water flowing, allowing water to be dispersed in a grossly inefficient manner, regardless of the type of water use; for example, allowing landscape irrigation water to unnecessarily fall onto pavement, sidewalks and other impervious surfaces; or allowing water flow through a broken or malfunctioning water delivery or landscape irrigation system. (18) "Water Resource" means any and all water on or beneath the surface of the ground, including natural or artificial watercourses, lakes, ponds, or diffused surface water, and water percolating, standing, or flowing beneath the surface of the ground. (19) "Water Shortage" means when the District determines there is the possibility that insufficient water will be available to meet the present and anticipated needs of the users, or when conditions are such as to require a temporary reduction in total use within a particular area to protect water resources from serious harm. A water shortage usually occurs due to drought. (20) "Water Shortage Emergency" means when the listed in Part II of Chapter 40E-21, F.A.C., are health, safety, or welfare; the health of animals, supply; or commercial, industrial, agricultural, beneficial uses. District determines the provisions not sufficient to protect the public fish, or aquatic life; a public water recreational, or other reasonable- The provisions of this Code shall apply to each user providing landscape irrigation from all water resources within the boundaries of the CITY OF BOYNTON BEACH WATER SERVICE AREA. The provisions of this Boynton Beach Code of Ordinances, Chapter 26, Article X titled "Year Round Landscape Irrigation Conservation Measures" shall not apply to athletic play areas or agricultural operations (including nurseries), and irrigation accomplished using reclaimed water or saltwater. 3 Page 969 of 985 Utilization of Reclaimed Water: Where reclaimed water is available adjacent to a property that utilizes an average daily water use of potable water, surface water or ground water (or a combination) of over 5,000 gallons, will be required to connect and utilize reclaimed water to the fullest extent possible as supply allows. Declaration of a water shortage condition and/or water shortage emergency within all or parts of the CITY by the District's Governing Board or Executive Director shall supersede this Code for the duration of the applicable declaration, in accordance with City Ordinance No.85-36 extablishing Chapter 26, Article III — Water Shortage Plan. A water shortaged usually occurs due to drought. Such a declaration would apply to all users using the water resource within the geographical areas subject to a water shortage or water shortage emergency, as determined by the District, whether from public or privately -owned water utility systems, private wells or private connections with surface water bodies, but shall not apply to users using reclaimed water or saltwater. • • '' • . • ' • . • The following requirements or exceptions shall apply to all users, unless otherwise specified. (1) Landscape irrigation shall be prohibited daily between the hours of 10:00 a.m. and 4:00 p.m., except as provided below. (2) Irrigation of existing landscaping shall comply with the following provisions: a. Even -Numbered Addresses and rights-of-way, or other locations without an address, may accomplish necessary landscape irrigation only on Thursdays, and/or Sundays. b. Odd -Numbered Addresses may accomplish necessary landscape irrigation only on Wednesdays, and/or Saturdays. (3) Irrigation of new landscaping shall comply with the following provisions: a. New Landscaping may be irrigated once on the day it is installed without regard to the listed watering days and times. Irrigation of the soil immediately prior to the installation of the new landscaping is allowed without regard to the listed watering days and times. b. A ninety (90) day establishment period begins on the day new landscaping is installed. The new landscaping shall be installed within a reasonable time from the date of purchase, which may be demonstrated with a dated receipt or invoice. 0 Page 970 of 985 C. Irrigation of new landscaping which has been in place for thirty (30) days or less may be accomplished on Monday, Tuesday, Wednesday, Thursday, Saturday, and/or Sunday. d. Irrigation of new landscaping which has been in place for thirty-one (31) to ninety (90) days may be accomplished on Monday, Wednesday, Thursday, and/or Saturday. e. Irrigation of the new landscaping is limited to areas containing only the new landscaping. An entire zone of an irrigation system shall only be utilized for landscape irrigation under this Code if the zone in question is for an area that contains at least fifty percent (50%) new landscaping. If a zone contains less than fifty percent (50%) new landscaping, or if the new landscaping is in an area that will not typically be irrigated by an irrigation system, only the individual new plantings are eligible for additional irrigation. Targeted watering may be accomplished by low volume hand watering, or any appropriate method which isolates and waters only the new landscaping. (4) Irrigation systems may be operated outside restricted days and/or times for cleaning, maintenance, and repair with an attendant on-site in the area being tested. Landscape irrigation systems may routinely be operated for such purposes no more than once per week, and the run time for any one (1) test should not exceed ten (10) minutes per zone. (5) Landscape irrigation for the purpose of watering -in fertilizers, insecticides, pesticides, fungicides, and herbicides, where such watering -in is required by the manufacturer, or by federal, state or local law, shall be allowed under the following conditions: a. Such watering -in shall be limited to one (1) application in the absence of specific alternative instructions from the manufacturer; and b. Such watering -in shall be accomplished during normal watering days and times fisted above unless a professional licensed applicator has posted a temporary sign containing the date of application and the date(s) of needed watering -in activity. (6) Any plant material may be watered using low volume irrigation, micro -irrigation, low volume hand watering methods, rain barrels, cisterns, or other similar rain - harvesting devices without regard to the listed watering days or times. (7) In addition to the specific listed measures, all wasteful and unnecessary water use is prohibited. 5 Page 971 of 985 (8) In the event the District imposes restrictions on landscape irrigation for new and existing installations which are more restrictive than those imposed by this Code, such as under the declaration of a water shortage or water shortage emergency, the more restrictive regulations shall apply for the applicable duration of the more restrictive regulations. (9) It shall be the duty of each user to keep informed as to the irrigation conservation measures within this Code, which affect each particular water use. Additional Measures Any user who purchases and installs an automatic landscape irrigation system shall properly install, maintain, and operate technology that inhibits or interrupts operation of the system during periods of sufficient moisture in accordance with Section 373.62, Florida Statutes and City of Boynton Beach Code of Ordinances, Chapter 4, Article 11, Section 4. Variance Relief (1) Any user affected by this Code may apply for a variance to the CITY OF BOYNTON BEACH manager/administrator, or their designee. A variance from specific day or days identified in this code may be granted if strict application of the restrictions would lead to unreasonable or unfair result, provided the applicant demonstrates with particularity that compliance with the schedule will result in substantial economic, health, or other hardship on the applicant, or those the applicant serves. Relief may be granted only upon a demonstration that such hardship exists, is peculiar to the person or the affected property, is not self-imposed, and further demonstrates that granting the variance would be consistent with the general intent and purpose of this Code. (2) Examples of circumstances for a variance include, but are not limited to: a. Two (2) or more properties which share a common source of water; b. A public or private water system experiencing or anticipating distribution problems; c. A user maintains an irrigation system that uses soil moisture sensors or weather -based irrigation controllers; or d. Where a contiguous property is divided into different zones, a variance may be granted so that each zone may be irrigated on days different than other zones of the property. However, no single zone may be irrigated more than two (2) days per week unless a user maintains an irrigation system that uses soil moisture sensors or weather -based irrigation controllers. R Page 972 of 985 e. A user maintains, manages, or owns a non-residential property, such as a house of worship or weekly market (farmer/flea), where the primary day of use or attendance for the property coincides with the address' prescribed watering day. (3) Upon receipt of an application for variance from the requirements of this Code, the City manager/administrator or designee shall render a decision on the variance within 30 days. Denials of variance relief may be appealed to the City commission within 14 days of the user's receipt of the notice of denial. Any notice of denial or subsequent appeal shall be sent by certified mail, return receipt requested (4) If a variance is granted, the applicant shall be required to post a notice at each parcel to which the variance pertains as required by Chapter 40E-24.501 F.A.C. Enforcement Every law enforcement official having jurisdiction in the area governed by this Code shall, in connection with all other duties imposed by law, diligently enforce the provisions of this Code by issuance of a citation, summons, or notice to appear in county court, or by filing an action in civil court for injunctive relief. The CITY OF BOYNTON BEACH administrator/ manager may also delegate enforcement responsibility for this Code to other departments of the town government, or cities in the service areas governed by this Code, in accordance with state and local law. Penalties The city or any other legal authority shall enforce any violation of this article pursuant to the penalty provisions contained in QIh rig: E I &±Icle II Section . of these Land Development Regulations. (Ord. 10-025, passed 12-7-10) or as otherwise then allowed by law. The applicable penalties shall be determined by the forum selected to enforce the violation. 7 Page 973 of 985 13.A. Future Agenda Items 2/16/2021 Requested Action by Commission: Consider Polystyrene Ordinance for First Reading. - March 2, 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 974 of 985 13.B. Future Agenda Items 2/16/2021 Requested Action by Commission: ILA for Sara Sims Park Pavilion I mprovements - March 16, 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 975 of 985 13.C. Future Agenda Items 2/16/2021 Requested Action by Commission: Charlotte Pelton & Associates to provide an update on the naming rights campaign - March 16, 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 976 of 985 13.D. Future Agenda Items 2/16/2021 Requested Action by Commission: Mayor Grant requested information on the water quality of canal systems within the City. - March 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 977 of 985 13. E. Future Agenda Items 2/16/2021 Requested Action by Commission: Vice Mayor Penserga requested a discussion regarding a City Mural Program - March 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 978 of 985 13. F. Future Agenda Items 2/16/2021 Requested Action by Commission: Present option for management of canal assessment program - March 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 979 of 985 13.G. Future Agenda Items 2/16/2021 Requested Action by Commission: Voluntary Sustainability Payment on Water Bills - April 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 980 of 985 13. H. Future Agenda Items 2/16/2021 Requested Action by Commission: Discussion on funding for expanding W i-Fi to City parks. -April 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 981 of 985 11 City of Boynton Beach D Agenda Item Request Form Commission Meeting Date: 2/16/2021 Requested Action by Commission: Monuments of City Property - April 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: 13.1. Future Agenda Items 2/16/2021 Page 982 of 985 13.J. Future Agenda Items 2/16/2021 Requested Action by Commission: Present results of the multi -jurisdictional Climate Change Vulnerability Assessment — April 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 983 of 985 13. K. Future Agenda Items 2/16/2021 Requested Action by Commission: Hear presentation from City staff on Neighborhood Traffic Calming Program - May 2021 Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 984 of 985 1131. Future Agenda Items 2/16/2021 Requested Action by Commission: Discussion of LOI process for sale of city land - TBD Explanation of Request: How will this affect city programs or services? Fiscal Impact: Alternatives: Strategic Plan: Strategic Plan Application: Climate Action Application: Is this a grant? Grant Amount: Attachments: Page 985 of 985