HomeMy WebLinkAboutAgenda Council Agenda 020416CITY OF PALM BEACH GARDENS
COUNCIL AGENDA
February 4, 2016
7:00 P.M.
I. PLEDGE OF ALLEGIANCE
II. ROLL CALL
III. ADDITIONS, DELETIONS, MODIFICATIONS:
IV ANNOUNCEMENTS / PRESENTATIONS:
a. VETERANS CHECK PRESENTATION.
b. FLORIDA LEAGUE OF CITIES – RECOGNITION AWARDS TO MAYOR JABLIN
AND COUNCIL MEMBER RUSSO FOR THEIR YEARS OF SERVICE.
V. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS:
VI. COMMENTS FROM THE PUBLIC: (For Items Not on the Agenda, please submit
request form to the City Clerk prior to this Item)
VII. CITY MANAGER REPORT:
VIII. CONSENT AGENDA:
• APPROVE MINUTES FROM JANUARY 6, 2016 CITY COUNCIL MEETING.
• APPROVE MINUTES FROM JANUARY 7, 2016 CITY COUNCIL MEETING.
• RESOLUTION 13, 2016 – UTILITY EASEMENT TO SEACOAST. A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH
GARDENS, FLORIDA GRANTING A UTILITY EASEMENT TO SEACOAST
UTILITY AUTHORITY FOR THE CONSTRUCTION, OPERATION, AND
MAINTENANCE OF UNDERGROUND WATER LINES; AUTHORIZING THE
MAYOR TO EXECUTE THE EASEMENT; PROVIDING AN EFFECTIVE DATE;
AND FOR OTHER PURPOSES.
Mayor Jablin
Vice Mayor Levy
Council Member Russo
Council Member Premuroso
Council Member Tinsley
• RESOLUTION 14, 2016 - RELEASE OF UNITY OF TITLE FOR THE CVS
PLANNED UNIT DEVELOPMENT (PUD). A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING
A RELEASE OF UNITY OF TITLE FOR THE CVS PLANNED UNIT
DEVELOPMENT (PUD); PROVIDING AN EFFECTIVE DATE; AND FOR
OTHER PURPOSES.
• PURCHASE AWARD - ITB2016-056PS, COMPREHENSIVE GENERATOR
MAINTENANCE SERVICE.
• PROPOSAL
• SUBMITTALS
• PROCLAMATION - NATIONAL ENGINEERS WEEK.
• PROCLAMATION - WEAR RED FOR WOMEN DAY. (FEBRUARY 5, 2016)
• PROCLAMATION – RECOGNITION OF TOM DERITA – BIG HEART
BRIGADE.
• PROCLAMATION – RECOGNITION OF BARBARA NICKLAUS – NICKLAUS
CHILDREN’S HEALTH CARE FOUNDATION.
• PROCLAMATION – IN MEMORY OF H. MALLORY PRIVETT, JR.,
VOLUNTEER CHAIRMAN OF THE HONDA CLASSIC FROM 2006-2012.
• PROCLAMATION – IN MEMORY OF TORY BUCKLEY – FOR YEARS OF
DEDICATED SERVICE AND CONTRIBUTIONS TO THE YOUTH OF PALM
BEACH GARDENS.
IX. PUBLIC HEARINGS: (* Designates Quasi-Judicial Hearing)
a. ORDINANCE 2, 2016 – (2nd READING AND ADOPTION) BUDGET
AMENDMENT FOR FISCAL YEAR 2016. AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING
THE CITY OF PALM BEACH GARDENS’ BUDGET FOR THE FISCAL YEAR
BEGINNING OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 2016,
INCLUSIVE; PROVIDING A CONFLICTS CLAUSE, A SEVERABILITY CLAUSE,
AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND FOR
OTHER PURPOSES.
b. *RESOLUTION 7, 2016 - MISCELLANEOUS MIRASOL PCD AMENDMENT. A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH
GARDENS, FLORIDA APPROVING A MISCELLANEOUS AMENDMENT TO
ALLOW THE INSTALLATION OF A 50-FOOT-TALL FLAGPOLE AND AN 8-
FOOT BY 12-FOOT FLAG WITH AN AREA OF 96 SQUARE FEET TO BE
LOCATED NORTH OF THE MIRASOL CLUBHOUSE FACILITY. THE MIRASOL
CLUBHOUSE PARCEL IS A 27.27-ACRE PARCEL LOCATED AT THE
INTERSECTION OF MIRASOL WAY AND MIRASOL BOULEVARD, AS MORE
PARTICULARLY DESCRIBED HEREIN; PROVIDING CONDITIONS OF
APPROVAL; PROVIDING WAIVERS; PROVIDING AN EFFECTIVE DATE; AND
FOR OTHER PURPOSES.
X. RESOLUTIONS:
XI. ITEMS FOR COUNCIL ACTION/DISCUSSION:
XII. CITY ATTORNEY REPORT:
XIII. ADJOURNMENT
PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal
any decision made by the City Council with respect to any matter considered at this public
hearing, such interested persons will need a record of the proceedings and may need to ensure
that a verbatim record is made, including the testimony and evidence upon which the appeal is
to be based.
In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes,
persons with disabilities needing special accommodations in order to participate in this
proceeding are entitled to the provision of certain assistance at no cost. Please call the City
Clerk’s Office at 561-799-4122 no later than 5 days prior to the hearing if this assistance is
required. For hearing impaired assistance, please call the Florida Relay Service Numbers:
800-955-8771 (TDD) or 800-955-8770 (VOICE).
NOTE:
All presentation materials must be received by
the City Clerk prior to the presentation to the Council.
CITY OF PALM BEACH GARDENS SPECIAL MEETING PAGE 1
01-06-16
CITY OF PALM BEACH GARDENS 1
CITY COUNCIL 2
SPECIAL MEETING 3
January 6, 2016 4
5
The regular meeting was called to order at 7:11p.m. by Mayor Jablin. 6
I. PLEDGE OF ALLEGIANCE 7
II. ROLL CALL 8
PRESENT: Mayor Jablin, Vice Mayor Levy, Council Member Russo, Council Member 9
Premuroso, Council Member Tinsley. 10
ABSENT: None. 11
III. PUBLIC HEARINGS: (*Designates Quasi-Judicial Hearing) 12
The City Clerk read Ordinance 3, 2016 by title. 13
a. ORDINANCE 3, 2016 – (1ST READING) AVENIR. AN ORDINANCE OF THE CITY 14
COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA ADOPTING A 15
LARGE-SCALE AMENDMENT TO ITS COMPREHENSIVE PLAN IN ACCORDANCE 16
WITH THE MANDATES SET FORTH IN CHAPTER 163, FLORIDA STATUTES, 17
SPECIFICALLY SECTION 163.3184, ET SEQ., FLORIDA STATUTES, PURSUANT TO 18
APPLICATION NO. CPMA-13-07-000016, WHICH PROVIDES FOR AN AMENDMENT TO 19
THE FUTURE LAND USE MAP IN ORDER TO CHANGE THE LAND-USE 20
DESIGNATION ON 4,763 ACRES FROM RURAL RESIDENTIAL (RR10) AND RURAL 21
RESIDENTIAL (RR20) TO MIXED USE DEVELOPMENT (MXD); TO RELOCATE THE 22
URBAN GROWTH BOUNDARY (UGB) IN ORDER TO INCLUDE THE SUBJECT 23
PROPERTY; PROVIDING A NOTATION ON THE FUTURE LAND USE MAP 24
PERTAINING TO THE PERMITTED LAND-USE DENSITIES AND INTENSISTIES 25
RELATED TO THE SUBJECT PROPERTY; PROVIDING FOR A TEXT AMENDMENT TO 26
THE FUTURE LAND USE ELEMENT BY AMENDING OBJECTIVE 1.1.1. FUTURE LAND 27
USE CATEGORIES, POLICY 1.1.2.8. URBAN GROWTH BOUNDARY (UGB), POLICY 28
1.2.4.1.(a)2., AND POLICY 1.2.4.4.(b) IN ORDER TO AMEND THE URBAN GROWTH 29
BOUNDARY TO INCLUDE CERTAIN REAL PROPERTY LOCATED ON THE NORTH 30
SIDE OF NORTHLAKE BOULEVARD, EAST OF GRAPEVIEW BOULEVARD, WEST OF 31
BAY HILL DRIVE, AND SOUTH OF BEELINE HIGHWAY; PROVIDING FOR 32
COMPLIANCE WITH ALL REQUIREMENTS OF CHAPTER 163, FLORIDA STATUTES; 33
PROVIDING FOR TRANSMITTAL TO THE FLORIDA DEPARTMENT OF ECONOMIC 34
OPPORTUNITY (DEO); PROVIDING A CONFLICTS CLAUSE, A SEVERABILITY 35
CLAUSE, AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND 36
FOR OTHER PURPOSES. 37
Mayor Jablin opened the Public Hearing. 38
Petitioner: Ken Tuma, Urban Design Kilday Studios. 39
Staff presentation: Principal Planner, Dawn Sonneborn. 40
Public comment: Rick Reikenis, 13081 SE Green Turtle, Tequesta; Joanne Davis, 1029 N. 41
Lakeside Drive, Lake Worth; Jean Wihbey, 3160 PGA Blvd, Palm Beach Gardens; Peter 42
Colella, 8724 Oldham Way, West Palm Beach; Danny Martell 218 Datura Street, West Palm 43
Beach; Jeffrey Ornstein, 15695 76th Trail N. Palm Beach Gardens; Rich Waleski, 2941 44
Appaloosa Trail, Wellington; Lisa Interlandi, 378 Northlake Blvd, North Palm Beach; 45
Christine Morrison, 2809 Florida Blvd, Delray Beach; Bob Hodgson, 41 Greenpoint Circle, 46
Palm Beach Gardens; Dan Weisberg, 4310 Camrose Lane, West Palm Beach; Gary Cook, 47
5689 Native Dancer Road S., Palm Beach Gardens; Mitchell Levinson, 8740 Oldham Way, 48
CITY OF PALM BEACH GARDENS SPECIAL MEETING PAGE 2
01-06-16
West Palm Beach; Kimberly Rothenburg, 401 Clematis Street, West Palm Beach; Joan 1
Altwater, 9180 Cypress Hollow Drive, Palm Beach Gardens; George Blanck, 12829 Woodmill 2
Drive, Palm Beach Gardens; Tim Hullihan, 840 Country Club Drive, North Palm Beach; 3
Linda Monroe, 619 Hudson Bay Drive, Palm Beach Gardens; Amir Kanel, 2332 Man O War 4
Road, Palm Beach Gardens; Jim Ewing, 1039 Bedford Avenue, Palm Beach Gardens; Gerald 5
Rideout II, 10303 Myrtlewood West, Palm Beach Gardens; Julia Hathaway, 4143 Hickory 6
Drive, Palm Beach Gardens; Sal Faso, 7741 Blue Heron Way, West Palm Beach; Richard 7
Orman, 4203 Oak Street, Palm Beach Gardens; Ken Link, 13300 Night Owl Lane, Palm Beach 8
Gardens; Patricia Curry, 12390 59th Street N., Palm Beach Gardens; Allan Ballweg, 11223 9
40th Street N, Royal Palm Beach; Jeff Welch, 3100 Burns Road, Palm Beach Gardens; Tom 10
Cairnes, 3101 PGA Blvd, Palm Beach Gardens; Joanie Elias, 1009 Diamond Head Way, Palm 11
Beach Gardens; Joanne Davis, 1029 N. Lakeside Drive, Lake Worth; Jack Weir, 5604 PGA 12
Blvd, Palm Beach Gardens; Amy Garelick, 3 Marlwood Lane, Palm Beach Gardens; Jennifer 13
Morton, 525 Tomahawk Court, Palm Beach Gardens; Cort Durocher, 6560 Sparrow Hawk 14
Drive, West Palm Beach; James Fantin, 7676 Jasmine Court, West Palm Beach; Doron 15
Nuchovich, 131 Florence Drive, Jupiter; Sandra Foland, 5631 Whirlaway Road, Palm Beach 16
Gardens; Hal Valeche, 128 Viera Drive, Palm Beach Gardens; Beth Kigel, 5520 PGA Blvd 17
#200, Palm Beach Gardens; Chip Block, 101 Lighthouse Drive, Jupiter; Randy Hansen, 9 18
Dunbar Road, Palm Beach Gardens; Tracy Hawse, 16688 S. A1A, Jupiter; Drew Martin, 1015 19
N “M” Street, Lake Worth; Leslie Evans, 135 Seminole Avenue, Palm Beach; Mitchell 20
Zachary, 122 Dalena Way, Palm Beach Gardens; Michael Gottlieb, 12471 Aviles Circle, Palm 21
Beach Gardens. 22
Mayor Jablin closed the Public Hearing. 23
Council Member Tinsley made a motion to approve Ordinance 3, 2016 on first reading. 24
Council Member Premuroso seconded. 25
Motion passed 5-0. 26
b. *ORDINANCE 4, 2016 – (1ST READING) AVENIR. AN ORDINANCE OF THE CITY 27
COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA REZONING CERTAIN 28
REAL PROPERTY, SUCH PROPERTY BEING COMPRISED OF 4,763 ACRES IN SIZE, 29
MORE OR LESS, AND LOCATED ON THE NORTH SIDE OF NORTHLAKE 30
BOULEVARD, EAST OF GRAPEVIEW BOULEVARD, WEST OF BAY HILL DRIVE, AND 31
SOUTH OF BEELINE HIGHWAY, INFORMALLY KNOWN AS THE AVENIR PCD; 32
PROVIDING THAT THIS PARCEL(S) OF REAL PROPERTY, WHICH IS MORE 33
PARTICULARLY DESCRIBED HEREIN, SHALL BE REZONED FROM PLANNED 34
DEVELOPMENT AREA (PDA) DISTRICT TO PLANNED COMMUNITY DEVELOPMENT 35
(PCD) OVERLAY WITH AN UNDERLYING ZONING DESIGNATION OF MIXED USE 36
DEVELOPMENT (MXD) DISTRICT WITH A CONSERVATION PRESERVED LAND 37
OVERLAY ON 2,407 ACRES; PROVIDING THAT THE ZONING MAP OF THE CITY OF 38
PALM BEACH GARDENS BE AMENDED ACCORDINGLY; PROVIDING A CONFLICTS 39
CLAUSE AND A SEVERABILITY CLAUSE; PROVIDING AN EFFECTIVE DATE; AND 40
FOR OTHER PURPOSES. 41
RESOLUTION 4, 2016 IS A COMPANION ITEM TO ORDINANCE 4, 2016 AND WILL 42
REQUIRE COUNCIL ACTION ON SECOND READING 43
*RESOLUTION 4, 2016 – AVENIR. A RESOLUTION OF THE CITY COUNCIL OF THE 44
CITY OF PALM BEACH GARDENS, FLORIDA APPROVING THE AVENIR PLANNED 45
COMMUNITY DEVELOPMENT (PCD) OVERLAY / MIXED USE DEVELOPMENT (MXD) 46
DISTRICT MASTER PLAN CONSISTING OF 4,763 ACRES, MORE OR LESS, AND 47
DEVELOPMENT STANDARDS, LOCATED ON THE NORTH SIDE OF NORTHLAKE 48
CITY OF PALM BEACH GARDENS SPECIAL MEETING PAGE 3
01-06-16
BOULEVARD, EAST OF GRAPEVIEW BOULEVARD, WEST OF BAY HILL DRIVE, AND 1
SOUTH OF BEELINE HIGHWAY, AS MORE PARTICULARLY DESCRIBED HEREIN; 2
PROVIDING CONDITIONS OF APPROVAL; PROVIDING AN EFFECTIVE DATE; AND 3
FOR OTHER PURPOSES. 4
Due to the late hour this item was continued to the January 7, 2016 City Council meeting. 5
6
(The remainder of this page intentionally left blank.) 7
8
CITY OF PALM BEACH GARDENS SPECIAL MEETING PAGE 4
01-06-16
IV. ADJOURNMENT 1
Council Member Levy made a motion to adjourn. 2
Council Member Tinsley seconded. 3
Motion passed 5-0. 4
The meeting adjourned at 11:23 p.m. 5
The next regularly scheduled City Council meeting will be held January 7, 2016. 6
7
APPROVED: 8
9
10
11 Eric Jablin, Mayor 12
13
14
15 David Levy, Vice Mayor 16
17
18
19 Joseph R. Russo, Council Member 20
21
22
23 Robert G. Premuroso, Council Member 24
25
26
27 Marcie Tinsley, Council Member 28
29
30
31
32
33
34
35
ATTEST: 36
37
38
39
40 Patricia Snider, CMC 41
City Clerk 42
43
44
45
Note: These minutes are prepared in compliance with 286.011 F.S. and are not verbatim transcripts of the 46
meeting. A verbatim audio record is available on the City Website or from the Office of the City Clerk. 47
All referenced attachments are on file in the Office of the City Clerk. 48
1 CITY OF PALM BEACH GARDENS
2 CITY COUNCIL
3 REGULAR MEETING
4 January 7, 2016
5
6 The regular meeting was called to order at 7:02 p.m. by Mayor Jablin.
7 I. PLEDGE OF ALLEGIANCE
8 II. ROLL CALL
9 PRESENT: Mayor Jablin, Vice Mayor Levy, Council Member Russo, Council Member
10 Premuroso, Council Member Tinsley.
11 ABSENT: None.
12 III. PUBLIC HEARING (*designates Quasi-Judicial Hearine) CONTINUED FROM
13 JANUARY 6, 2016
14 a. *ORDINANCE 4, 2016 -(lsr READING) AVENIR. AN ORDINANCE OF THE CITY
15 COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA REZONING CERTAIN
16 REAL PROPERTY, SUCH PROPERTY BEING COMPRISED OF 4,763 ACRES IN SIZE,
17 MORE OR LESS, AND LOCATED ON THE NORTH SIDE OF NORTHLAKE
18 BOULEY ARD, EAST OF GRAPEVIEW BOULEY ARD, WEST OF BAY HILL DRIVE, AND
19 SOUTH OF BEELINE HIGHWAY, INFORMALLY KNOWN AS THE AVENIR PCD;
20 PROVIDING THAT THIS PARCEL(S) OF REAL PROPERTY, WHICH IS MORE
21 PARTICULARLY DESCRIBED HEREIN, SHALL BE REZONED FROM PLANNED
22 DEVELOPMENT AREA (PDA) DISTRICT TO PLANNED COMMUNITY DEVELOPMENT
23 (PCD) OVERLAY WITH AN UNDERLYING ZONING DESIGNATION OF MIXED USE
24 DEVELOPMENT (MXD) DISTRICT WITH A CONSERVATION PRESERVED LAND
25 OVERLAY ON 2,407 ACRES; PROVIDING THAT THE ZONING MAP OF THE CITY OF
26 PALM BEACH GARDENS BE AMENDED ACCORDINGLY; PROVIDING A CONFLICTS
27 CLAUSE AND A SEVERABILITY CLAUSE; PROVIDING AN EFFECTIVE DATE; AND
28 FOR OTHER PURPOSES.
29 RESOLUTION 4, 2016 IS A COMPANION ITEM TO ORDINANCE 4, 2016 AND WILL
30 REQUIRE COUNCIL ACTION ON SECOND READING
31 *RESOLUTION 4, 2016 -AVENIR. A RESOLUTION OF THE CITY COUNCIL OF THE
32 CITY OF PALM BEACH GARDENS, FLORIDA APPROVING THE A VENIR PLANNED
33 COMMUNITY DEVELOPMENT (PCD) OVERLAY I MIXED USE DEVELOPMENT (MXD)
34 DISTRICT MASTER PLAN CONSISTING OF 4,763 ACRES, MORE OR LESS, AND
35 DEVELOPMENT STANDARDS, LOCATED ON THE NORTH SIDE OF NORTHLAKE
36 BOULEY ARD, EAST OF GRAPEVIEW BOULEY ARD, WEST OF BAY HILL DRIVE, AND
37 SOUTH OF BEELINE HIGHWAY, AS MORE PARTICULARLY DESCRIBED HEREIN;
38 PROVIDING CONDITIONS OF APPROVAL; PROVIDING AN EFFECTIVE DATE; AND
39 FOR OTHER PURPOSES.
40 Mayor Jablin opened the public hearing.
41 Mayor Jablin asked for an ex-parte.
42 Mayor Jablin met with the petitioners, applicant and residents regarding the project; Vice
43 Mayor Levy met with applicant, residents, and elected officials from other government
44 agencies; Council Member Russo met with the applicant; Council Member Premuroso met
45 with applicant, received emails, met with City staff, and attended workshops; Council Member
46 Tinsley met with owner, agent, consultant, applicant and members of the public
47 Petitioner: Ken Tuma, Urban Design Kilday Studios.
CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING
01--07-16
PAGE 1
1 Staff Presentation: Principal Planner, Dawn Sonneborn.
2 Public Comment: Karen Marcus, 920 Evergreen Drive, North Palm Beach; Kimberly
3 Rothenburg, 401 Clematis Street, West Palm Beach; Beth Kigel 5606 PGA Blvd Palm Beach
4 Gardens; Bob Frein, 113 Osceola Lane, Jupiter; Rick Reikenis, 130851 SE Green Turtle,
5 Tequesta; Jack Weir, 10258 Allamanda Circle, Palm Beach Gardens; Rick Sartory, 130 Santa
6 Barbara Way, Palm Beach Gardens; Dee Sheehan, 11544 Villa Vasari Drive, Palm Beach
7 Gardens; David Aiken, 6234 Winding Lake Drive, Jupiter;
8 Mayor Jablin closed the Public Hearing.
9 Council Member Tinsley made a motion to approve Ordinance 4, 2016 on first reading.
10 Council Member Russo seconded.
11 Motion passed 5-0.
12 IV.ADDITIONS, DELETIONS, MODIFICATIONS
13 Mayor Jablin requested moving Public Hearing Item G to the first item under Public Hearing.
14 Vice Mayor Levy made a motion to move Item G.
15 Council Member Tinsley seconded.
16 Motion passed 5-0.
17 V. ANNOUNCEMENTS AND PRESENTATIONS
18 a HONDA CLASSIC ECONOMIC IMPACT PRESENTATION
19 b . RECOGNITION OF GOLF COURSE VOLUNTEERS
20 c . MARIE CARACUZZO, PRINCIPAL, PALM BEACH GARDENS ELEMENTARY -
21 OVERVIEW OF PROGRAMS FOR THE UPCOMING SCHOOL YEAR.
22 d. LARRY CLAWSON, PRINCIPAL, PALM BEACH GARDENS HIGH SCHOOL -
23 OVERVIEW OF PROGRAMS FOR THE UPCOMING SCHOOL YEAR
24 VI. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS
25 Vice Mayor David Levy: Wished everyone a Happy New Year; asked for everyone to vote for
26 his photograph in the Florida State Park photo contest for January 2016.
27 Mayor Eric Jablin: Invited everyone to come out to the 14th anniversary of the Palm Beach
28 Gardens Green Market on January 10, 2016. Wished everyone a Happy New Year.
29 Council Member Marcie Tinsley: Wished everyone a Happy New Year. Congratulated
30 Kenthia White, Assistant to the City Clerk on graduating for Palm Beach State College with
31 honors.
32 Council Member Joseph Russo: Wished everyone a Happy New Year and extended his
33 congratulations to Kenthia White.
34 Council Member Robert Premuroso: Nothing to report.
35 VII. COMMENTS FROM THE PUBLIC
36 Barry Mendelewicz, 4010 Willow Run, Palm Beach Gardens; Kathy Beamer, 2258 Quail
37 Ridge N. Palm Beach Gardens; George Gehl, 1053 Shady Lakes Circle, Palm Beach Gardens.
38 VIII. CITY MANAGER REPORT
39 None.
40 IX. CONSENT AGENDA
41 a. APPROVE MINUTES FROM DECEMBER 3, 201 5 CITY COUNCIL MEETING.
42 c. RESOLUTION 10, 2016 -MODIFICATION TO CONDITION OF APPROVAL NUMBER
43 14 OF RESOLUTION 53 , 2014. A RESOLUTION OF THE CITY COUNCIL OF THE CITY
44 OF PALM BE ACH GARDENS, FLORIDA AMENDING RESOLUTION 53 , 2014 BY
45 REPEALING CONDITION OF APPROVAL NUMBER 14 AND READOPTING SAME, AS
46 REVISED, IN ORDER TO GRANT A SIX-(6) MONTH TIME EXTENS ION FOR THE
47 EXIST ING SALES/LEASING T RAI LER UNTIL JUNE 30, 2016; SUCH TRAILER BEING
48 LOCATED ON PARCEL "A" OF THE 31.04 PLANNED COMMUNITY DEVELOPMENT
CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING
01-07-16
PAGE 2
1 (PCD), WHICH IS LOCATED SOUTH OF VICTORIA FALLS BOULEY ARD AND EAST
2 OF CENTRAL BOULEVARD AND INTERSTATE 95; PROVIDING A CONDITION OF
3 APPROVAL; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES.
4 d. RESOLUTION 11, 2016 -PLAT FOR CVS PUD. A RESOLUTION OF THE CITY
5 COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING THE
6 CVS PLANNED UNIT DEVELOPMENT (PUD) PLAT; PROVIDING AN EFFECTIVE
7 DATE; AND FOR OTHER PURPOSES.
8 e. RESOLUTION 12, 2016 -CENTRAL GARDENS PLAT 2. A RESOLUTION OF THE
9 CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING
10 THE CENTRAL GARDENS PLAT TWO; PROVIDING AN EFFECTIVE DATE; AND FOR
11 OTHER PURPOSES.
12 f. PURCHASE AWARD -ITB2016-049PS -ROOF MAINTENANCE AT CITY HALL,
13 LAKESIDE AND PUBLIC WORKS.
14 g. PROCLAMATION -ARBOR DAY
15 Vice Mayor Levy made a motion to approve the Consent Agenda without Item B.
16 Council Member Tinsley seconded.
17 Motion passed 5-0.
18 The City Clerk read Resolution 3, 2016 by title.
19 b. RESOLUTION 3, 2016 -AGREEMENT WITH THE CHILDREN'S HEALTHCARE
20 CHARITY, INC. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM
21 BEACH GARDENS, FLORIDA AWARDING A PUBLIC SAFETY GRANT FOR OFF-DUTY
22 POLICE AND FIRE PERSONNEL TO THE CHILDREN'S HEALTHCARE CHARITY, INC.
23 FOR THE 2016 HONDA CLASSIC PGA GOLF TOURNAMENT AND TO APPROVE A
24 LEASE AGREEMENT FOR THE USE OF SPECIFIC PORTIONS OF MIRASOL AND PGA
25 NATIONAL PARKS FOR VARIOUS PARKING FACILITIES AND GENERAL
26 OPERATIONS; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES.
27 Council Member Russo recused himself and filled out form 8B.
28 Petitioner: None
29 Staff Presentation: None.
30 Public Comment: None.
31 Vice Mayor Levy made a motion to approve Resolution 3, 2016.
32 Council Member Tinsley seconded.
33 Motion passed 4-0.
34 Council Member Russo returned to the diaz.
35 X. PUBLIC HEARINGS: (*Designates Quasi-Judicial Hearing)
36 Those preparing to give testimony were sworn in.
37 The City Clerk read Resolution 9, 2016 by title.
38 g. RESOLUTION 9, 2016 -AMENDING THE CITY OF PALM BEACH GARDENS'
39 BUDGET FOR THE FISCAL YEAR 2016 TO FUND BODY-WORN CAMERAS. A
40 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS,
41 FLORIDA AMENDING THE CITY OF PALM BEACH GARDENS' BUDGET FOR THE
42 FISCAL YEAR BEGINNING OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 2016,
43 INCLUSIVE, BY APPROVING THE TRANSFER OF FUNDS PURSUANT TO SECTION 2-
44 293. APPROPRIATIONS., CODE OF ORDINANCES, TO FUND THE COST OF A BODY-
45 WORN CAMERA PROGRAM FOR THE FISCAL YEAR ENDING SEPTEMBER 30, 2016;
46 AUTHORIZING THE CITY MANAGER TO TAKE CERTAIN ACTIONS TO IMPLEMENT
47 THE BODY-WORN CAMERA PROGRAM; PROVIDING AN EFFECTIVE DATE; AND
48 FOR OTHER PURPOSES
CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING
01-07-16
PAGE 3
1 Mayor Jablin opened the Public Hearing.
2 Petitioner: None.
3 Staff presentation: Police Chief, Stephen Stepp.
4 Public comment: Rae Whitely, 239 NE 12th Avenue, Boynton Beach; Anthony Maroon, 9846
5 Daisy Avenue, Palm Beach Gardens; Matt Benzion, 9691 Sunny Isles Circle, Boca Raton;
6 Nicholas O'Neal, 306 Ontario Place, West Palm Beach; Sabrina Johnson, 426 NW 12th
7 Avenue, Boynton Beach; Terry Banks, 411 NW 2~ Avenue, Boynton Beach; Derrick
8 McCray, 2315 A venue S, Riviera Beach.
9 Mayor Jablin closed the Public Hearing.
10 Vice Mayor Levy made a motion to approve Resolution 9, 2016.
11 Council Member Tinsley seconded.
12 Motion passed 5-0.
13 The City Clerk read Ordinance 14, 2015 by title.
14 a. *ORDINANCE 14, 2015 (2°d READING AND ADOPTION) MARY CIRCLE
15 COMMERCIAL REZONING. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY
16 OF PALM BEACH GARDENS, FLORIDA REZONING CERTAIN REAL PROPERTY
17 WITHIN THE CORPORATE LIMITS OF THE CITY OF PALM BEACH GARDENS,
18 CONSISTING OF ONE (1) PARCEL OF REAL PROPERTY TOTALING 0.57 ACRES IN
19 SIZE, MORE OR LESS, LOCATED AT THE SOUTHEAST CORNER OF MILITARY TRAIL
20 AND MARY CIRCLE; PROVIDING THAT THIS PARCEL OF REAL PROPERTY, WHICH
21 IS MORE PARTICULARLY DESCRIBED HEREIN, SHALL BE ASSIGNED THE CITY
22 ZONING DESIGNATION OF PLANNED UNIT DEVELOPMENT (PUD) OVERLAY WITH
23 AN UNDERLYING ZONING DESIGNATION OF PROFESSIONAL OFFICE (PO);
24 PROVIDING THAT THE ZONING MAP OF THE CITY OF PALM BEACH GARDENS BE
25 AMENDED ACCORDINGLY; PROVIDING A CONFLICTS CLAUSE, A SEVERABILITY
26 CLAUSE, AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND
27 FOR OTHER PURPOSES.
28 Mayor Jablin opened the public hearing.
29 Mayor Jablin asked for an ex-parte.
30 None.
31 Petitioner: Brett Leone, Cotleur and Hearing.
32 Staff Presentation: No changes since first reading.
33 Public Comment: None.
34 Mayor Jablin closed the Public Hearing.
35 Vice Mayor Levy made a motion to approve Ordinance 14, 2015 on second reading and
36 adoption.
37 Council Member Tinsley seconded.
38 Motion passed 5-0.
39 RESOLUTION 65, 2015 IS A COMP ANION ITEM TO ORDINANCE 14, 2015 AND
40 WILL REQUIRE COUNCIL ACTION.
41 The City Clerk read Resolution 65, 2015 by title.
42 *RESOLUTION 65, 2015 -MARY CIRCLE COMMERCIAL REZONING. A RESOLUTION
43 OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA
44 APPROVING THE DEVELOPMENT OF A NEW 3,560-SQUARE-FOOT OFFICE
45 BUILDING; THE SUBJECT SITE IS LOCATED AT THE SOUTHEAST CORNER OF
46 MILITARY TRAIL AND MARY CIRCLE, AS MORE PARTICULARLY DESCRIBED
47 HEREIN; PROVIDING CONDITIONS OF APPROVAL; PROVIDING WAIVERS ;
48 PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES.
CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING
01-07-16
PAGE 4
1 Mayor Jablin opened the public hearing.
2 Mayor Jablin asked for an ex-parte.
3 None.
4 Petitioner: Brett Leone, Cotleur and Hearing.
5 Staff Presentation: None.
6 Public Comment: None.
7 Mayor Jablin closed the Public Hearing.
8 Vice Mayor Levy made a motion to approve Resolution 65, 2015.
9 Council Member Tinsley seconded.
10 Motion passed 5-0.
11 The City Clerk read Ordinance 15, 2015 by title.
12 b. ORDINANCE 15, 2015 -(2nd READING AND ADOPTION) AMEND THE CAPITAL
13 IMPROVEMENTS ELEMENT (CIE). AN ORDINANCE OF THE CITY COUNCIL OF THE
14 CITY OF PALM BEACH GARDENS, FLORIDA ADOPTING AN AMENDMENT TO ITS
15 COMPREHENSIVE PLAN IN ACCORDANCE WITH THE MANDATES SET FORTH IN
16 SECTIONS 163.3177, FLORIDA STATUTES, PURSUANT TO A CITY-INITIATED
17 AMENDMENT WHICH PROVIDES FOR THE ANNUAL UPDATE TO THE FIVE-YEAR
18 CAPITAL IMPROVEMENTS SCHEDULE WITHIN THE CAPITAL IMPROVEMENTS
19 ELEMENT, PROVIDING THAT THE DATA, AS AMENDED OR REVISED, SHALL BE
20 SUBSTITUTED FOR AND REPLACE THE EXISTING DATA IN THE CAPITAL
21 IMPROVEMENTS ELEMENT; PROVIDING FOR TRANSMITTAL TO THE STATE LAND
22 PLANNING AGENCY FOR REVIEW ; PROVIDING A CONFLICTS CLAUSE, A
23 SEVERABILITY CLAUSE, AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE
24 DA TE; AND FOR OTHER PURPOSES.
25 Mayor Jablin opened the public hearing.
26 Petitioner: None
27 Staff Presentation: No changes since first reading.
28 Public Comment: None.
29 Mayor Jablin closed the Public Hearing.
30 Vice Mayor Levy made a motion to approve Ordinance 15, 2015 on second reading and
31 adoption.
32 Council Member Tinsley seconded.
33 Motion passed 5-0.
34 The City Clerk read Resolution 1, 2016 by title.
35 c. *RESOLUTION 1, 2016 -TACO BELL SITE PLAN AMENDMENT. A RESOLUTION
36 OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA
37 APPROVING A SITE PLAN AMENDMENT AND MAJOR CONDITIONAL USE;
38 PROVIDING FOR THE DEMOLITION OF THE EXISTING TACO BELL FAST-FOOD
39 RESTAURANT AT NORTHLAKE COMMONS, WHICH IS LOCATED ON THE SOUTH
40 SIDE OF NORTHLAKE BOULEVARD, EAST OF INTERSTATE 95, AS MORE
41 PARTICULARLY DESCRIBED HEREIN, IN ORDER TO CONSTRUCT A NEW 2,674-
42 SQUARE-FOOT FAST-FOOD RESTAURANT WITH DRIVE-THROUGH; PROVIDING
43 CONDITIONS OF APPROVAL; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER
44 PURPOSES.
45 Mayor Jablin opened the public hearing.
46 Mayor Jablin asked for an ex-parte.
47 None.
48 Petitioner: Tara Toto, Core States Group.
CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING
01-07-16
PAGE 5
1 Staff Presentation: Senior Planner, Joann Skaria.
2 Public Comment: None.
3 Mayor Jablin closed the Public Hearing.
4 Vice Mayor Levy made a motion to approve Resolution 1, 2016.
5 Council Member Tinsley seconded.
6 Motion passed 5-0.
7 The City Clerk read Ordinance 2, 2016 by title.
8 d . ORDINANCE 2, 2016-(lsT READING) BUDGET AMENDMENT FOR FISCAL YEAR
9 2015 . AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH
10 GARDENS, FLORIDA AMENDING THE CITY OF PALM BEACH GARDENS' BUDGET
11 FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2015 , AND ENDING SEPTEMBER
12 30, 2016, INCLUSIVE; PROVIDING A CONFLICTS CLAUSE, A SEVERABILITY
13 CLAUSE, AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND
14 FOR OTHER PURPOSES.
15 Mayor Jablin opened the public hearing.
16 Petitioner: None.
17 Staff Presentation: Finance Administrator, Allan Owens.
18 Public Comment: None.
19 Mayor Jablin closed the Public Hearing.
20 Vice Mayor Levy made a motion to approve Ordinance 2, 2016 on first reading.
21 Council Member Tinsley seconded.
22 Motion passed 5-0.
23 The City Clerk read Resolution 6, 2016 by title.
24 e. RESOLUTION 6, 2016. COLLECTIVE BARGANING AGREEMENT. A RESOLUTION
25 OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA
26 APPROVING AND RATIFYING A COLLECTIVE BARGAINING AGREEMENT AND
27 TWO MEMORANDUMS OF UNDERSTANDING WITH THE PROFESSIONAL
28 FIREFIGHTERS AND PARAMEDICS OF PALM BEACH COUNTY, LOCAL 2928, IAFF,
29 INC. EMPLOYED BY THE CITY FOR FISCAL YEARS 2015-2016, 2016-2017, AND 2017-
30 2018; AUTHORIZING THE MAYOR TO EXECUTE SAID AGREEMENT; PROVIDING AN
31 EFFECTIVE DATE; AND FOR OTHER PURPOSES.
32 Mayor Jablin opened the public hearing.
33 Petitioner: None .
34 Staff Presentation: Human Resources Administrator, Sheryl Stewart.
35 Public Comment : None.
36 Mayor Jablin closed the Public Hearing.
37 Council Member Russo made a motion to approve Resolution 6, 2016.
38 Council Member Tinsley seconded.
39 Motion passed 5-0.
40 The City Clerk read Resolution 8, 2016 by title.
41 f. RESOLUTION 8, 2016 -AMENDING THE CITY OF PALM BEACH GARDENS '
42 BUDGET FOR THE FISCAL YEAR 2016 TO FUND IAFF. A RESOLUTION OF THE CITY
43 COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING THE
44 CITY OF PALM BEACH GARDENS' BUDGET FOR THE FISCAL YEAR BEGINNING
45 OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 2016, INCLUSIVE, BY APPROVING
46 THE TRANS FER OF FUNDS PURSUANT TO SECTION 2-293. APPROPRIATIONS.,
47 CODE OF ORDINANCES, TO FUND THE COS T OF THE COLLECTIVE BARGAINING
48 AGREEMENT WITH THE PROFESSIONAL FIREFIGHTERS AND PARAMEDICS OF
CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING
01-07-16
PAGE 6
1 PALM BEACH COUNTY, LOCAL 2928, IAFF, INC., FOR THE FISCAL YEAR ENDING
2 SEPTEMBER 30, 2016; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER
3 PURPOSES.
4 Mayor Jablin opened the public hearing.
5 Petitioner: None.
6 Staff Presentation: None.
7 Public Comment: None.
8 Mayor Jablin closed the Public Hearing.
9 Council Member Russo made a motion to approve Resolution 8, 2016.
10 Council Member Tinsley seconded.
11 Motion passed 5-0.
12 XI. ITEMS FOR COUNCIL ACTION/DISCUSSION
13 None.
14 XII. CITY ATTORNEY REPORT
15 City Attorney R. Max Lohman reported the court granted the City the Motion for Summary
16 Judgement for the Palm Beach Puppies case.
17 (The remainder of this page intentionally left blank.)
18
19
CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING
01-07-16
PAGE 7
1 XIII. ADJOURNMENT
2 Council Member Russo made a motion to adjourn.
3 Council Member Tinsley seconded.
4 Motion passed 5-0.
5 The meeting adjourned at 10:35 p.m.
6
7 The next regularly scheduled City Council meeting will be held February 4, 2016.
8
9 APPROVED:
10
11
12
13 Eric Jablin, Mayor
14
15
16
17 David Levy, Vice Mayor
18
19
20
21 Joseph R. Russo, Council Member
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36 ATTEST:
37
38
39
40
41 Patricia Snider, CMC
42 City Clerk
43
44
45
Robert G. Premuroso, Council Member
Marcie Tinsley, Council Member
46 Note: These minutes are prepared in compliance with 286.011 F.S. and are not verbatim transcripts of the
47 meeting. A verbatim audio record is available on the City Website or from the Office of the City Clerk.
48 All referenced attachments are on file in the Office of the City Clerk.
CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING
01--07-16
PAGE 8
CITY OF PALM BEACH GARDENS
CITY COUNCIL
Agenda Cover Memorandum
Meeting Date: February 4, 2016
Resolution 13, 2016
Subject/Agenda Item: Granting a Utility Easement to Seacoast Utility Authority for the
construction of underground water lines on 4Q1h Terrace North that was installed as part of
the Neighborhood Improvement Assessment Program for water and roadway ·
improvements for Sunset Drive and 401h Terrace North.
[X] Recommendation to APPROVE
Recommendation to DENY
Reviewed by: Originating Dept.:
Legal Departmen
Advertised: NA
Date:
Allan Owens
Paper:
[ x ] Not Required
Affected parties
Approved by: [ ] Notified
[ x ] Not required
Costs:$ ___ _
(Total}
$ ____ _
Current FY
Funding Source:
[ ] Operating
[x] Other
Contract/Agreement:
Effective Date:
N/A
Expiration Date:
N/A
Budget Acct.#:
Council Action:
] Approved
] Approved w/
Conditions
] Denied
] Continued to:
Attachments:
.• Resolution 13, 2016
-Exhibit "A": Grant
of Easement
Meeting Date: February 4, 2016
Resolution 13, 2016
Page 2 of 2
BACKGROUND: Seacoast Utility Authority (SUA) is requesting the City to execute a utility
easement in favor of SUA for the construction, operation , and maintenance of underground
water lines on 4Q 1h Terrace North that was installed as part of the Neighborhood
Improvement Assessment Program for water and roadway improvements for Sunset Drive
and 4Q1h Terrace North .
STAFF RECOMMENDATION: Staff recommends approval of Resolution 13, 2016 as
presented .
1
2
3 RESOLUTION 13, 2016
4
5
6 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM
7 BEACH GARDENS, FLORIDA GRANTING A UTILITY EASEMENT
8 TO SEACOAST UTILITY AUTHORITY FOR THE CONSTRUCTION,
9 OPERATION, AND MAINTENANCE OF UNDERGROUND WATER
10 LINES; AUTHORIZING THE MAYOR TO EXECUTE THE
11 EASEMENT; PROVIDING AN EFFECTIVE DATE; AND FOR
12 OTHER PURPOSES.
13
14
15 WHEREAS, Seacoast Utility Authority (SUA) is requesting the City to execute a
16 Utility Easement in favor of SUA for the construction, operation, and maintenance of
17 underground water lines on 4Qth Terrace North ; and
18
19 WHEREAS, such Easement has been prepared and is attached hereto; and
20
21 WHEREAS, the City Council deems approval of this Resolution to be in the best
22 interest of the health , safety, and welfare of the residents and citizens of the City of
23 Palm Beach Gardens and the public at large.
24
25
26 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
27 OF PALM BEACH GARDENS, FLORIDA that:
28
29 SECTION 1. The foregoing recitals are hereby affirmed and ratified .
30
31 SECTION 2. The City Council hereby grants a Non-Exclusive Utility Easement
32 to Seacoast Utility Authority for the construction , operation , and maintenance of
33 underground water lines located at 8511 4Qth Terrace North, as more particularly
34 described and depicted in Exhibit "A", which is attached hereto and incorporated
35 herein , and hereby authorizes the Mayor to execute the Easement.
36
37 SECTION 3. This Resolution shall become effective immediately upon adoption.
38
39
40
41
42
43
44
45
46
Page 1 of 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Resolution 13, 2016
PASSED AND ADOPTED this __ day of ________ , 2016.
CITY OF PALM BEACH GARDENS, FLORIDA
BY: ·~-------------~ Eric Jablin, Mayor
ATTEST:
BY: ~------------Patricia Snider, CMC , City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
BY: ~------------R. Max Lohman , City Attorney
VOTE: AYE NAY ABSENT
MAYORJABLIN
VICE MAYOR LEVY
COUNCILMEMBER RUSSO
COUNCILMEMBER PREMUROSO
COUNCILMEMBER TINSLEY
\\pbgsnas'Attorney\attorney_share\RESOLUTIONS\2016\Resolution 13 2016-Granting Easement-SUA-40th Terrace.docx
Page 2 of 2
Resolution 13 , 2016
EXHIBIT "A"
RECORD & RETURN TO:
This instrument prepared
by: R. Max Lohman, Esq.
City Attorney
City of Palm Beach Gardens
10500 N. Military Trail
Palm Beach Gardens, Florida 33410
GRANT OF EASEMENT
KNOW ALL MEN BY THESE PRESENTS, that the undersigned, City of Palm Beach Gardens, owner of
the property described herein below, hereinafter referred to as "Grantor", for and in consideration of the
sum of TEN DOLLARS AND N0/100 ($10.00) and other good and valuable consideration, the receipt and
sufficiency whereof is hereby acknowledged, does hereby grant, in perpetuity, unto the Seacoast Utility
Authority, whose address is 4200 Hood Road, Palm Beach Gardens, Florida 33410, hereinafter referred
to as "Grantee", a Utility Easement and construction easement, hereinafter referred to as the
"Easement", in order to construct, install, reconstruct, repair, remove, replace, inspect, maintain, and
operate Underground water lines and to allow access and use for utility purposes to and for the public
under, across, along, and on the property hereinafter described, together with the right of access
thereto for the personnel and equipment necessary and required for such uses and purposes, together
with the right to cut, trim, or remove trees, bushes, and roots as may be reasonably required incidental
to the right herein given and the right to enter upon the property for all such purposes. Improvements
or obstructions shall not be placed over Grantee's facilities or in, upon, or over the property within said
Easement. The Easement being granted herein is located on the following described land lying and being
situated in the City of Palm Beach Gardens in Palm Beach County, Florida, to wit:
(SEE EASEMENT SKETCH and LEGAL DESCRIPTION OF EASEMENT PROPERTY
ATTACHED HERETO AS EXHIBIT "A")
IT IS EXPRESSLY COVENANTED AND AGREED that this Grant of Easement does in no way convey
the fee simple title to this property but is only a Grant of Easement for the uses and purposes stated
herein. In the event that this parcel of property is no longer necessary as an easement for underground
water lines as stated above, all rights, titles, and interests herein granted shall be released to the fee
simple owner, successors, and/or assigns in title, through the abandonment of easements by the City of
Palm Beach Gardens.
Page 1 of 2
Grant of Easement
IN WITNESS WHEREOF, the Grantor has hereunto caused this Grant of Easement to be signed on
this __ day of _______ 2016.
Signed, Sealed, and Delivered in the presence of:
Witness -Print name Eric Jablin, Mayor
City of Palm Beach Gardens
Witness -Signature
Witness -Print name
Witness -Signature
STATE OF FLORIDA
) ss:
COUNTY OF PALM BEACH )
The foregoing instrument was acknowledged and executed before me this __ day of
______ _.., 2016, by Eric Jablin, Mayor of Palm Beach Gardens, who is personally known to me or
who has produced a Florida driver's license as identification and who did/did not take an oath.
(Seal)
Notary Public
State of Florida
Page 2 of 2
Grant of Ea sement
EXHIBIT "A"
E
Q.
~
"'
"' 5
N
...
0 e
I ~
I
iil
I >
I
0
"' ::!
0
I .....
0 g ....
~
~
J < ~ ::, v,
0
!
,5
:1 c: ::, v, .. c: ., .,,
8
~
" 2 a,
E
0
Q.
0
1:-u
in
::!
0 ;:=
5!-
i!
0
Q.
0 c:
.!!
0 z
< <.,
Q. ..
!
8
~
" 0 .,
a,
E
0
Q.
0
>,.
u
SKETCH AND LEGAL DESCRIPTION
(NOT A SURVEY)
SECTION 24, TOWNSHIP 42 SOUTH, RANGE 42 EAST,
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY, FLORIDA
LEGAL DESCRIPTION:
NOT VALID WITHOUT
ACCOMPANYING
SHEETS 1 AND 2 OF 2
*THIS IS NOT A SURVEY•
A PORTION OF THE NORTHEAST ONE-QUARTER {NE 1/4) OF SECTION 24, TOWNSHIP 42 SOUTH, RANGE 42 EAST, PALM BEACH
COUNTY, FLORIDA, DESCRIBED AS FOLLOWS:
COMMENCE AT THE SOUTHEAST CORNER OF SAID NORTHEAST ONE-QUARTER (NE 1/4): THENCE ALONG THE SOUTH LINE OF SAID
NORTHEAST ONE-QUARTER (NE 1/4), NORTH 88'.38'04" WEST A DISTANCE OF 150.00 FEET TO AN INTERSECTION WITH THE WEST
RIGHT-OF-WAY LINE OF INTERSTATE-95 AND THE POINT OF BEGINNING; THENCE CONTINUE ALONG SAID SOUTH LINE, NORTH
88'38'04" WEST A DISTANCE OF 20.00 FEET; THENCE ALONG A LINE 20.00 FEET WEST OF, AS MEASURED AT RIGHT ANGLES, AND
PARALLEL WITH SAID WEST RIGHT-OF-WAY LINE OF INTERSTATE-95, NORTH 01'28'02'' EAST A DISTANCE OF 80.20 FEET TO THE
SOUTH RIGHT-OF-WAY LINE OF 40TH TERRACE NORTH AS RECORDED IN OFFICIAL RECORDS BOOK 1912, PAGE 798 OF THE PUBLIC
RECORDS OF PALM BEACH COUNTY, FLORIDA; THENCE ALONG SAID SOUTH RIGHT-OF-WAY LINE, SOUTH 88'38'00" EAST A DISTANCE
OF 20.00 FEET: THENCE ALONG SAID WEST RIGHT-OF-WAY LINE OF INTERSTATE-95, SOUTH 01'28'02" WEST A DISTANCE OF 80.20
FEET TO THE POINT OF BEGINNING.
SAID LANDS LYING AND BEING IN THE CITY OF PALM BEACH GARDENS, PALM BEACH COUNTY, FLORIDA, AND CONTAINING 1,604
SQUARE FEET (0.0.368 ACRE), MORE OR LESS.
NOTES:
1. NOT VALID WITHOUT THE SIGNATURE AND ORIGINAL RAISED SEAL OF A FLORIDA LICENSED PROFESSIONAL SURVEYOR AND
MAPPER AND ACCOMPANIED BY SHEET 2 OF 2. THIS INSTRUMENT MAY NOT BE REPRODUCED IN PART OR WHOLE WITHOUT THE
CONSENT OF CALVIN, GIORDANO AND ASSOCIATES, INC.
2. LANDS DESCRIBED HEREON WERE NOT ABSTRACTED, BY THE SURVEYOR, FOR OWNERSHIP, EASEMENTS, RIGHTS-OF-WAY OR
OTHER INSTRUMENTS THAT MAY APPEAR IN THE PUBLIC RECORDS OF PALM BEACH COUNTY.
3. THE BEARINGS SHOWN HEREON REFER TO THE STATE OF FLORIDA STATE PLANE COORDINATE SYSTEM, TRAVERSE MERCATOR
PROJECTION, EAST ZONE, NORTH AMERICAN DATUM OF 1983, '2007 ADJUSTMENT (NAO 8.3/07} AND ARE BASED ON A
CALCULATED BEARING OF SOUTH 00'10'09.37" EAST BETWEEN FOUND PALM BEACH COUNTY HORIZONTAL CONTROL STATIONS
"M-51" AND "VAST II" AND ALL BEARINGS SHOWN HEREON ARE RELATIVE THERETO.
4. THE DESCRIPTION CONTAINED HEREIN AND THE ATIACHED SKETCH DOES NOT REPRESENT A FIELD BOUNDARY SURVEY.
5. THIS DOCUMENT IS INTENDED TO PROVIDE FOR CONVEYANCE OF A UTILITY EASEMENT.
CALVIN, GIORDANO & ASSOCIATES, INC .
_ ~-~ 12r n ____ _
DAVID E. ROHAL ~--
PROFESSIONAL SURVEYOR AND MAPPER NO. 4315
STATE OF FLORIDA REVISED: 1-11-2016
~ ..--~~~~~~~~~~~--...-~~~~~~~~~~~~--~~~...-~~~---~~----
., Calvin, Giordano S Associates, Inc. ,s~ r=ECT No SHEET 0 ;:=
l
8
~
EXCEPTIONAL SOLUTIONS•
srov.n...,.~ ·~ile.340 •We!lf'otnB•oci\Fl.33409
fhcnc561 .684.6161 • F.1':561.684.6360
EXHIBIT A
CITY OF PALM BEACH GARDENS
NONE 07-1032.60 1 I DATE
I sawr-... N a.-~~~~~~~~~~~__..._~~~~~~~~~~~~--~~~,1,1,,,_~~~.1.1,=,~~---11
II CAD R~
4-15-15 2 CerUnoole or AulhorluUon 8791 I OF
...
0
.; .. c :,
Ill ..
i
'O
8
.c
0 g
m
E
0
Q.
0 ,..
0 20 40
1-1-1
(IN FEET)
1 INCH = 40 FEET
,,.
/
I
~
\
SKETCH OF
DESCRIPTION
I
j I
I-n::
0 ~ z , ~ w c 0.: u L&J •
L&J co
<( ccn ...... n:: :::::s •
0::: I ~~ w I •
t:~ I-:::> en o-
..c a:I ..... oi
o , 2 -q-
I()
0)
I
w z ,::::;
~ a::
I-
(/) w
3=
I
S88"38'00~
SOUTH R/W LINE
NOT PLATTED
PORTION OF NE 1/4, SECTION 24-42-42
ADDRESS:
8511 40th TERRACE NORTH
PCN: 52-42-42-24-00-000-1230
(O.R.B. 17999, PG. 874, P.B.C.R.) z
20.00'
NOT VALID WITHOUT
ACCOMPANYING
SHEETS 1 AND 2 OF 2
*THIS IS NOT A SURVEY•
EASEMENT
AREA
L{)
0)
I w
I-
~
(/) n:: w
1-z
.,,_NI ,.,,.,
=~1 ZI .,,.
WN z
::::;~
,_ i= I
Vl u I L5~ G
;;;
~ ;:::
9-
-"' 15
POB P.O.C.~ • • • SE CORNER NE 1/4
--------------..L.L,4:::: __ N88"38'04~ .!_50.00' SECTION 24-42-42
Q.
0 c
0 :;;
0 z
i3
Q. ..
i
'O
8
.c
0
0 .,
m
E
0
Q.
CANAL
(O.R.B. 2063, PG. 826, P.C.R.)
(O.R.B. 2137, PG. 1834, P.B.C.R.)
LEGEND:
O.R.B. = OFFICIAL RECORDS BOOK
P.B.C.R. PALM BEACH COUNTY RECORDS
PG. PAGE
P.O.B. POINT OF BEGINNING
P.O.C. = POINT OF COMMENCEMENT
R/W RIGHT-OF-WAY
20.00 SOUTH LINE NE 1 / 4 --
N88"38'04"W SECTION 24-42-42
I
I
I
PCN PALM BEACH COUNTY PROPERTY CONTROL NUMBER REVISED: 1-11 -2016
~ t---------------------------------------------------------------------------..--------1 ~ .. Calvin, Giordano & Associates, Inc. SCALE PROJtcr "° SHEET
·-1"=40' 07-1032.60 ~ ~~:.~.::!.~!!'~~;:! EXHIBIT A ! "'-:S6l.684J,U,l•l,1'C%l."84.6JOO CITY OF PALM BEACH GARDENS DATE CAO FILE
CerUllcole of Aulhorlzollon 8791 4-15-15 Sit lD1 ""'°" or 2 N ._ __________________________ ......._ __________________________ ..,......_ ______ ......, ________ ..._ ______ .......
2
CITY OF PALM BEACH GARDENS
CITY COUNCIL
Agenda Cover Memorandum
Meeting Date: February 4, 2016
Resolution 14, 2016
Subject/Agenda Item:
Consideration for Approval: Approving a Release of Unity of Title for the CVS Planned
Unit Development (PUD).
[X] Recommendation to APPROVE
[ ] Recommendation to DENY
Reviewed by:
Engineering Department
-~
Originating Dept.:
Planning & Zoning:
Project Manager
Pe~
Principal Planner
r----,----,~~~~~----,
Quasi -Judicial
[ 1 Legislative
[ ] Public Hearing
Paper: NIA
Affected parties:
[ ] Notified
[X] Not Required
Finance:
Accountant
NIA
Tresha Thomas
Fees Paid: Yes
Funding Source:
[ ] Operating
[X] Other ___ N_IA ____ _
Budget Acct.#:
NIA
Contract/ Agreement:
Effective Date:
NIA
Expiration Date:
NIA
Council Action:
] Approved
] Approved wl
Conditions
] Denied
] Continued to: _
Attach men ts:
• Resolution 14, 2016
-Exhibit A: Release
Of Unity of Title
EXECUTIVE SUMMARY
Meeting Date: February 4 , 2016
Resolution 14, 2016
Page 2 of 2
The Applicant, CVS 3269 FL , LLC, is requesting the City of Palm Beach Gardens to
execute a Release of Unity of Title for CVS Planned Unit Development (PUD). On
December 5 , 2013, the City Council of Palm Beach Gardens adopted Resolution 67 ,
2013 , approving the CVS PUD site plan . Resolution 67 , 2013 contained a Condition of
Approval requiring the Applicant to submit for review and approval by the City Attorney a
Unity of Title to bring the four (4) properties, which comprise the PUD , under unified
control.
The Applicant satisfied the Condition of Approval on August 8, 2015 , by recording the
reviewed and approved Unity of Title in O.R. Book 27735, Page 1669 , Public Records of
Palm Beach County, bringing the four (4) properties of the CVS PUD under unified control.
Subsequently, after the recording of the Unity of Title, the Applicant finalized the purchase
of all four (4) properties and submitted the required development application requesting
to plat the PUD . On December 18 , 2015 , the City issued Technical Compliance Approval
(TCA) for the plat of the project pursuant to Section 78-446(d)(2)(d) of the City's Code .
On January 7 , 2016, the City Council adopted Resolution 11 , 2016, approving the CVS
PUD plat.
The adoption of Resolution 11 , 2016 approving the plat for the CVS PUD has rendered
the Unity of Title obsolete and unnecessary because the project's plat has permanently
unified all four (4) properties. It is the Applicant's desire, at the request of Palm Beach
County, for the City to execute a Release of Unity of Title to convey approximately 0.062
acres of land without a title encumbrance to Palm Beach County for future roadway
improvements along Northlake Boulevard .
STAFF RECOMMENDATION
Staff recommends APPROVAL of Resolution 14, 2016 as presented .
1
2
3 RESOLUTION 14, 2016
4
5
6 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM
7 BEACH GARDENS, FLORIDA APPROVING A RELEASE OF UNITY
8 OF TITLE FOR THE CVS PLANNED UNIT DEVELOPMENT (PUD);
9 PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES.
10
11
12 WHEREAS, on December 5 , 2013, the City Council adopted Resolution 67 ,
13 2013 , approving the CVS site plan located at the northeast corner of the Military Trail
14 and Northlake Boulevard intersection ; and
15
16 WHEREAS, on August 8, 2015, the Unity of Title combining the subject
17 properties comprising the CVS PUD was recorded in O.R. Book 27735, Page 1669,
18 Public Records of Palm Beach County , Florida, as corrected by that certain Corrective
19 Unity of Title recorded in O.R. Book 27949 , Page 1176, Public Records of Palm Beach
20 County, Florida; and
21
22 WHEREAS, on January 7 , 2016, the City Council adopted Resolution 11 , 2016,
23 approving the CVS PUD Plat; and
24
25 WHEREAS, the City Council deems approval of this Resolution to be in the best
26 interests of the health, safety, and welfare of the residents and citizens of the City of
27 Palm Beach Gardens and the public at large .
28
29
30 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
31 OF PALM BEACH GARDENS, FLORIDA that:
32
33 SECTION 1. The foregoing recitals are hereby affirmed and ratified .
34
35 SECTION 2. The Mayor and City Clerk are hereby directed and authorized to
36 execute the Release of Unity of Title of the CVS PUD , attached hereto as Exhibit "A."
37
38 SECTION 3. This Resolution shall become effective immediately upon adoption .
39
40 (The remainder of this page intentionally left blank)
41
42
43
44
45
46
Page 1 of 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Resolution 14, 2016
PASSED AND ADOPTED this __ day of _______ , 2016.
CITY OF PALM BEACH GARDENS, FLORIDA
BY: ---------------Eric Jablin , Mayor
ATTEST:
BY: ------------Patricia Snider, CMG , City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
BY: -------------R. Max Lohman , City Attorney
VOTE: AYE NAY
MAYORJABLIN ----
VICE MAYOR LEVY ----
COUNCILMEMBER RUSSO ----
COUNCILMEMBER PREMUROSO ----
COUNCILMEMBER TINSLEY ----
ABSENT
\\pbgsnas\Attorney\attorney_share\RESOLUTIONS\2016\Resolution 14 2016-CVS Release of Unity of Title.docx
Page 2 of 2
Resolution 14, 2016
EXHIBIT "A"
Prepared by and Return to:
Kyla 0. Baker, Esq .
Holland & Knight LLP
200 South Orange Avenue, Ste. 2600
Orlando , Florida 32801
Tel.: (407) 425-8500
RELEASE OF UNITY OF TITLE
WHEREAS, that certain Unity of Title was created by virtue of an instrument recorded in O.R. Book
27735, Page 1669, Public Records of Palm Beach County, Florida, as corrected by that certain
Corrective Unity of Title recorded in O.R. Book 27949, Page 1176, Public Records of Palm Beach
County , Florida (hereinafter the "Unity of Title").
WHEREAS, the Unity of Title can be released in writing by the City Council of the City of Palm
Beach Gardens (hereinafter "City Council").
WHEREAS, the City Council desires to execute this Release of Unity of Title to establish of record
that the Unity of Title has been released .
NOW THEREFORE, the City Council hereby terminates, discharges, cancels and releases
the Unity of Title and hereby releases, discharges and cancels the operation and effect of the Unity
of Title.
The City Council hereby represents and warrants that it has the authority to execute this
Release of Unity of Title.
Witnesses:
Print Name:---------
Print Name: ----------
STATE OF ----COUNTY OF __ _
CITY COUNCIL OF THE CITY
OF PALM BEACH GARDENS
Print Name: ------Title: --------
The foregoing instrument was acknowledged before me this __ day of ,
2016, by as on behalf of the City Council of the
City of Palm Beach Gardens who is either personally known to me or has produced
as identification. ----------
#38148550 v3
Notary Public
Print Name:
My Commission expires:
1
PALM BEACH GARDENS
':4 unique place to live, learn, work & play"
CITY OF PALM BEACH GARDENS
PURCHASE AWARD TRANSMITIAL
It is the policy of the City of Palm Beach Gardens to consistently purchase goods and services using full and open competition. Solicitations are advertised in a newspaper
of general circulation, and copies are made available through DemandStar, Public Purchase, the City's Purchasing webpage, Vendors list, and the Office of the City Clerk.
Copies of all solicitations, addenda, and award documentation are provided to the Office of the Inspector General. The following summary provides project information
on the procurement action identified below.
Cl
SOLICITATION TYPE: Invitation to Bid
TITLE: Comprehensive Generator Maintenance Service
DATE ADVERTISED: 11/15/2015
WAS SOLICITATION OPENLY COMPETED? Yes
FUNDING ACCOUNT INFORMATION:
501.3020 .539.3400 (Contractual Services)
CONTRACT TERM : Five (5) Years
OPTIONS TO RENEW : None
VENDOR(S): All Power Generators Corp
CONTRACT NO.: ITB2016-056PS
DEPARTMENT: Parks and Public Facilities
BIDS/PROPOSALS DUE DATE: 12/11/2015
RESPONSES RECEIVED: Eight (8)
ANNUAL CONTRACT VALUES:
Year One: $38,700
Year Two: $38,700
Year Three: $38,700
Year Four: $38,700
Year Five: $38,700
TOTAL CONTRACT VALUE: $193,500
BACKGROUND: This Agreement will allow the City to contract with a qualified and experienced generator contractor for the
scheduled maintenance and servicing of the City's stationary and mobile generators. Sixteen (16) generators will be covered by
this Agreement. All servicing will be performed based on the standards established in NFPA 110 for Level 2 power generation
systems. The contractor has to be on site within two (2) hours after receiving an emergency call or req uest. This is the first time
that the City will have one contractor res pon sible for servicing and maintaining all its generators. This allows for better
accountability, operational efficiencies, and more effective contract administration.
COMMENTS: All Power Generators Corp is based in Medley, Florida and has over 25 years' experience servicing all brands of
generators and their electrical components . The company is certified by the State as a licensed electrical contractor. The firm
provides 24-hour 7-days per week emergency service and has the t echnicians, trucks, and equipment to meet the City's needs.
Among its many clients are private companies and other public entities, including Miami-Dade County.
Originator David Reyes
Department Head J.E. Doughney Ill
Purchasing Km! Ra
Finance Allan Owens
D NOT APPROVED D DEFERRED
DATE
PALM B EACH GARDENS
':t uniqu,, pl"" to live, learn, lfltJl'k & play"
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
AGREEMENT
FOR
COMPREHENSIVE GENERATOR MAINTENANCE SERVICE
AGREEMENT NO. ITB2016-056PS
THIS AGREEMENT is made and entered into this __ day of
_______ , 2016 (the "effective date"), by and between the City of Palm
Beach Gardens, a Florida municipal corporation (hereinafter referred to as "City"), whose
address is 10500 North Military Trail , Palm Beach Gardens, Florida 33410, and All Power
Generators Corp, a Florida corporation (hereinafter referred to as "Contractor"), whose
principal address is 9841 NW 117 Way, Medley, Florida 33178.
WHEREAS, the City desires to retain the services of the Contractor to provide
services in accordance with the City's Invitation to Bid ITB2016-056PS, Comprehensive
Generator Maintenance Services, and the Contractor's response thereto , which are
attached hereto and incorporated herein as Exhibit "A".
NOW, THEREFORE , in consideration of the mutual covenants and promises
hereafter set forth , the Contractor and the City agree as follows :
ARTICLE 1. INCORPORATION OF INVITATION TO BID
The terms and conditions of this Agreement shall include and incorporate the
terms , conditions, and specifications set forth in the City's Invitation to Bid ITB2016-
056PS and the Contractor's response to the Invitation to Bid , including all addenda and
documentation required thereunder.
ARTICLE 2. SCOPE OF SERVICES
The Contractor shall provide Comprehensive Generator Maintenance Services to
the City's several facilities and locations, inclusive of stationary and mobile units.
The Contractor shall provide the services on an as-needed and scheduled basis,
based on the frequencies established by the City, which may be altered from time to time.
Page 11 of 4
ARTICLE 3. COMPENSATION
City of Palm Beach Gardens
Agreement No. ITB2016-056PS
Comprehensive Generator Maintenance Services
The City shall pay the Contractor for performing the services, according to the
terms and conditions of the Invitation to Bid and the Contractor's price offer. The City
shall pay the Contractor the amount of Thirty-Eight Thousand Seven Hundred Dollars
($38,700) for the performance of scheduled maintenance services.
In accordance with Section 218.74, Florida Statutes, the time at which payment
shall be due from the City shall be forty-five (45) days from receipt of a proper invoice.
The time at which payment shall be due to small businesses shall be thirty (30) days from
receipt of a proper invoice.
ARTICLE 4. MISCELLANEOUS PROVISIONS
a. Notice Format. All notices or other written communications required,
contemplated, or permitted under this Agreement shall be in writing and shall be hand
delivered, telecommunicated , mailed by registered or certified mail (postage prepaid),
return receipt requested, or delivered by overnight courier to the following addresses:
As to the City:
With a copy to:
As to the Contracto r:
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, Florida 33410
Attn : City Manager
Facsimile: (561) 799-4111
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, Florida 33410
Attn: City Attorney
Email : mlohman@pbgfl .com
All Power Generators Corp
9841 NW 117 Way
Medley, Florida 33178
Attn : Juan R. Garcia, President
Email: allpwr@bellsouth.net
b . Headings. The headings contained in this Agreement are for convenience
of reference only and shall not limit or otherwise affect in any way the meaning or
interpretation of this Agreement.
ARTICLE 5. TERM
The term of this Agreement shall be from the effective date until February 28, 2021,
unless terminated beforehand as provided for in Article 6 .
Page 12 of 4
ARTICLE 6. TERMINATION
City of Palm Beach Gardens
Agreement No . ITB2016-056PS
Comprehensive Generator Maintenance Services
This Agreement may be terminated by the City, with or without cause, upon
providing written notice to the Contractor. This Agreement may be terminated by the
Contractor upon thirty (30) days' prior written notice to the City. Upon any such
termination , the Contractor waives any claims for damages from such termination ,
including, but not limited to, loss of anticipated profits . Unless the Contractor is in breach
of this Agreement , the City shall pay the Contractor for services rendered through the
date of termination in accordance with the terms of this Agreement.
(The remainder of this page intentionally left blank)
Page 13 of 4
City of Palm Beach Gardens
Agreement No. ITB2016-056PS
Comprehensive Generator Maintenance Services
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
date hereinabove first written.
CITY OF PALM BEACH GARDENS, FLORIDA
Eric Jablin, Mayor
ATTEST:
By: ____________ _
Patricia Snider, CMC, City Clerk
ALL POWER GENERA TORS CORP
\\pbgsnas\Attorney\attorney_share\AGREEMENTS\2016\AII Power Generators Corp-Gen Maint Svc-lTB2016-056PS Agmt.docx
Page 14 of 4
EXHIBIT "A"
City of Palm Beach Gardens
Agreement No . ITB2016-056PS
Co mprehensive Gen erator Maintenance Services
PALM BEACH GAIDENS
"A indqrle phll¥ to liw, leam. 1Wri & play"
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PUBLIC NOTICE-RECOMMENDATION TO AWARD
DATE: December 22, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Service
Notice is hereby given that the City of Palm Beach Gardens has completed its evaluation of offers
received for the above-mentioned Solicitation. The City Manager or designee has recommended
award of the contract to the following Bidder:
NAME OF VENDOR: All Power Generators Corp
DETAILS:
Year One: $38,700 (Thirty Eight Thousand Seven Hundred Dollars)
Year Two: $38,700
Year Three: $38,700
Year Four: $38,700
Year Five: $38,700
Total Contract Value: $193,500 (One Hundred Ninety Three Thousand Five Hundred Dollars)
Options to Renew: None.
NOTES: None.
Per:
~f ~, CPPO, CPPB, CPSM, C.P .M., CAP-OM, CPCP
Purchasing and Contracts Director
c: Patty Snider, CMC
City Clerk
City of Palm Beach Gardens, Aortd1
Bid Tabulation
ITB No.: IT82016-056PS
Bid Title: Com rehenslve Generator Maintenance Services
Bid Opening Date: Friday, December 11, 2015@ 3:00PM
Prepared by: 1(../ e,.
DOR AME: ZABAlT PO ER SY E
Vendor FEIN 59·1889271
LL 0 E E E ORS
65-1130895
..
PALN B IA C H CA&DINI "A ___ ,,... __ .,,.,.
ASSURANCE POWER SYSTEMS MEGAWAlTAGE OK GENERATORS PARAMO UNT POWER PEAK POWER SERVICES
2().3706628 06-1788554 59,.2473830 59-3306520 2().3516517
Medley, Fl Delray Beach, FL Fort U uderdale, FL Deerfle,ld Beach Largo , FL Tampa, FL CorporatlonAddress(State);l----'•-cJ<so_,_v1_11_e._FL ___ -t----------+-----------t----------,1-----------t----------+----------
v .. v .. v .. Vos Vos No AreSubmittal Fo rmsComplete?l-____ v_es ____ --t----------1-----------t----------+----------t----------1----------
No No No No No No ConvictlonOisdosure(Yes/No)I-____ N_o ____ -t----------1-----------1----------+----------t----------1----------
No No No No No No lncumbentVendor(Yes/No)I-____ N_a ____ -t----------1-----------t----------+----------t----------1----------
Yes Yes Yes v .. Yes Ya AddendaAcknowledged(Yes/No):I-----Y-es ____ -t----------l-----------t----------+----------t----------l----------
Vendor Contact (for this bid) J. Michael Sabal:ttr Juan R. Garda BtandonDavls Mkhae,I S. Jansen Rlchm!A.SWlrtl BradJonH Kevin &oyte1
30S.888.00S9 561.886.0470 954.328.0232 954.428.9990 727.536.9979 813 .248.5200 Ve ndor Con tact Ph oneNumberl-___ 904_._384_.4_50_5 ___ +----------+-----------4----------1----------+----------+----------
305.888.2090 561.892.82'3 305.436.3736 95,.360.7969 727.530.1495 813.248.522• Vend orContattfa11 Numbe rl----904-.3_B4_,9_91_5 ___ +----------+-----------4----------1----------+----------+----------
Vendor Contact Email scrvlc:t@zabatt.com ;illpwr@bellsouth.net bcaOOOQ.d;1Vldi>auuranceDOwer com miansenPmc11w1ttacc com dchfl?ok1enerators.com bloncs@caramountcwr com kbovlcsPceakDOWCCSS!CYICU com
NO. LOCATION
1 PREVENTATIVE MAINTENANCE SERVICES
a Municipal Complex, City Hall $3,880.00 $3,450.00 $3,876.42 $3,450.00 $11,610 .00 $3,031.00 $4,294.75
Bums Ro~ Recreatio n Cente r $2,950.00 52.600.00 $2,835 .67 $2,900.00 $9,0 15.00 $3,031 .00 52,832 .75
c Public Works Department $2,350.00 52,125.00 $2,661.42 $2,900.00 $8,44-0.00 $3,031 .00 $2,483.75
Riverside Youth Enrichment Cent er $2,350.00 52,200.00 $2,661.42 $2,900.00 58,285 .00 $3,031.00 $2,483.75
e Police Cell Tower, Old Dixie Highway $2,205.00 $2,050.00 $2,613.42 $2,900.00 57,990.00 $3,031.00 $2,152.0 2
PubUc Services Building $2,350.00 52,125.00 $2,661 .42 $2,900.00 $8,240.00 53.031.00 $2,292.75
Fire Rescue Station No. 1 $2,950.00 52,625.00 $2,83 5.67 $2.875.00 $9,555.00 $3,031.00 $3,057.75
Fire Rescue Station No. 2 $2,470.00 $2,275.00 $2,661.42 $2,900.00 56,575 .00 $3,031 .00 $2,483 .75
I Fire Rescue Station No. 3 $2,900.00 52,600.00 52,756.92 $2,900.00 $9,320 .00 53,031.00 53,057.75
Fire Rescue Station No. 4 $2.72 0.00 $2,600.00 52,756.92 52,900.00 58,350.00 $3,031.00 52,995.75
Fire Rescue Station No. 5 52,720.00 52,600.00 52,756.92 $2,900.00 57,165.00 53,031.00 $2,995.75
I Public Works Department -Coleman $2,470.00 $2,200.00 $2,756.92 52,900.00 58,360.00 $3,031.00 $2,484.75
Public Worts Department -Terex $2,470.00 52,200.00 $2,756.92 52,900.00 58,390.00 $3,031.00 $2,484.75
n Public Works Department -Terex 52,350.00 $2,100.00 $2,661.42 $2,900.00 $8,440.00 $3,031 .00 $2,484.75
o Public; Works Department -Terex $2,350.00 $2,200.00 $2,661.4 2 $2,900.00 $8,440.00 $3,031 .00 $2,484.75
p Municipal Complex, PSA.P $3,100.00 S2,7SO.OO $2,835.67 $2,875.00 $9,415.00 $3,0 31 .00 $3,057.75
TOTAl ANNUAL PRJCE: $42.585.00 $31,700.00 $44,749.97 $46,900.00 $1)7,590.00 $48.496,00 $44,U7.27
EMERGENCY REPAI R SERVICES
• Ell!ctr ician $85.00 $60.00 $65.00 $84.00 $12 5.00 $85.00 $110.00
Mechanic $85.00 $60.00 $65.00 $84.00 $1 25.00 $85.00 $90 .00
Technician/Repairman $85.00 $60.00 $65.00 $84.00 $125.00 585.00 $80.00
Technician's Hel per $85.00 $40.00 $45.00 $65.00 $75.00 $65.00 $75.00
e labore r $85.00 $40.00 $45.00 $60.00 $75.00 $65.00 570.00
M ark-Up on M aterials, Parts and Equipment '°" 10% 10% I°" 10% 10% 10%
n&No.: ITB2016-056PS
ComDrehenslve Generator Mai ntenance Services
8&d 0.-,lng Date: Friday, December 11, 2015 @ l:OOPM
Plepan,dby: l<'...111,.
----...:..
PALM 8 &ACH G AIDI NI ... _ ...... a... ..... _,,.,.,.
VENDOR NAM E: I ZABATT PO WER SYSIIMS I~~ I ASSURANCE POWER SYSTEMS I
Vendo, FEIN I 59·1889271 I 65-U30895 I 20-3706628 I
NOTE: This bid tabulation Is an lndiation of prices only and notadetennlnetion of the NSpClll5fve. responslble bidders.
M EGA WATTAGE
06-1788SS4
TAW Power SystMnS was deemed non-responslw. The INdder t.led to provide I requited Yll ld and current license as an electrtcal, rnectwnk:11, or 1ener.l contnctor.
I OK GENERATORS I PARAMOUNT POWER
I I 59-3306520
I PEAK POWER SERVI CES
I 20-3516517
~<)°',.•'{;-'-'>ffi'..!''1'Ji :r rll•~ '4~_.,
;{tei;~~ -~ 1:. :~~~
PALM BEACH GARDENS
"A ll1lique p"1a 10 Im. learn. wort & play ·
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PUBLIC NOTICE -RECOMMENDATION TO AWARD
DATE: December 22, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Service
Notice is hereby given that the City of Palm Beach Gardens has completed its evaluation of offers
received for the above-mentioned Solicitation. The City Manager or designee has recommended
award of the contract to the following Bidder:
NAME OF VENDOR: All Power Generators Corp
DETAILS:
Year One: $38,700 (Thirty Eight Thousand Seven Hundred Dollars)
Year Two: $38,700
Year Three: $38,700
Year Four: $38,700
Year Five: $38,700
Total Contract Value: $193,500 (One Hundred Ninety Three Thousand Five Hundred Dollars)
Options to Renew: None.
NOTES: None.
Per:
((,,,..! ~, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
c: Patty Snider, CMC
City Clerk
City of Palm BNdl Gltdens, Florida
Bid Tabulation
IT8 No.: ITB2016-056PS
Bid Title: Com rehenstve Generator Maintenance Services
Btd Opening Date: Friday, December 11, 2015@) 3:00PM
Prepare d by: K..I t.
PALM B IACH GAIDIWS
w,Allldfwplla,O/J'lf,,.,.., lll'Ofi:4""1"
VENDOR NAME , ZABATT POWER SYSTEMS All POWER GENERATORS ASSURANCE POWER SYSTEMS MEGAWATTAGE OK GENERATORS PARAMOUNT POWER PEAK POWER SERVICES
Vend~FEIN1------=s=~=1889::::2=7=1---+----6=~=1=13089===s----+----=2~~3=7066===28:.._ __ -l----=06-==1788::::S=S4:.._ __ ---t----5~~~2~47~~=30~---f-----'5=~=3306~5~2=0---+----~---'3~51~6=51~7----II
COfpotatiooAddren(State):f----'-"-"'-o_nv_lll_•·-'-'----+----M-•d_lev_,,_L ___ -+----o-e_l,_,,_8_ea_c_h,_FL ___ +---'°-"-la_ud_e_rd_,1_,,_,_L __ -l----°"--rlle-ld_B•_•_ch ___ +-----la-'&_o_,,_L ___ --+----'-'m_p_,,_,_L ___ _
A.reSubmittalFormsComplete?I-----Y-es ____ -+-----Y-es ____ ---l-----Y., _____ I-----Y-•s ____ -+-----y-"'-----1-----Y-es ____ -+ _____ No ____ _
ConvictionOisclosure(Ves/No)I-----No-----+-----N-o ____ --+-----N_o ____ +-----N_o ____ -+ _____ N_• ____ -+------N_o ____ -+-----N• ____ _
lncumbentVendor(Ves/No)I-____ N_•-----+-----N-•------+-----No-----1-----N-o ____ -+-----N-• ____ -+------N-• ____ -+-----N• ____ _
Addenda Acknowledged (Ves/No):l-____ v_., ____ -+ _____ v_ .. ____ --+ _____ Y•_• ____ -+-_____ Y_••-----+-----Y-"'-----1-----'-''-----+-----'-"'-----
Vendor Contact lforthis bidl1-__ J._M_kh_,.i_s._1>o_u.r ___ +-___ 1_u_,n_R_._Ga_rcill ___ --+ ____ en_nc1o_n_o,_v1s ___ -+-___ M_1_cn._.i_s._11_nse_n __ -+ ______ rd_A._s_ .... _ru ___ l-___ Br_ad_Jon_n ___ -+----"-''-'"_8_c,y.c.1_,, __ _
vendorContactPhoneNumberl-___ 904_._™_·•_sos ___ -+ ____ 30S_.888_.oos_• ___ 4-___ S6_1_.8_86_.04_70 ___ +---954-._328._0_23_2 ___ +----954-A_2s_.9990 ____ +---7-2_7.S_36_.99_79 ___ -+----8-13_.2_48_.s_2_00 __ _
Vendor contact fall Numberl-___ 904_._384_.99_1S ___ -+ ____ 30_5_.888_.2_090 ___ ---l,----S6-1_.8_9_2._82_4_3 ---l----30S_._436_.3_736 ___ -+ ____ 954_.3_60_.796_9 ___ -+-___ n_1._s30_.1_49_5 ___ +----•-13_.2_48_.s_2_24 __ _
Vendor Contact Email 5e,v1ce@zabatt-oom ;tllpwr@btllsputh.net brandon.g;vl$@aooranceoower.com mlansen@menwattaae com rlch@PkKeDCCi f0'Ui:9m blonue>onnmountowr-com kbovles@oeakooweoervlces com
NO. LOCATION
1 PREVINTATIVE MAINTENANCE SERVICU
• Municipal Comple1t, City Hall $3,880.00 $3,450.00 $3,876.42 $3,450.00 $11,610.00
Burns Road Recreation Center $2,950.00 $2,600.00 $2,835.67 $2,900.00 $9,015.00 $3,031.00 $2,832.75
c Public Works Department $2,350.00 52,125.00 $2,661.42 $2,900.00 $8,440.00 $3.031.00 $2,483.75
Riverside Youth Enrichment Center 52,350.00 $2,200.00 $2,661.42 $2,900.00 $8,285.00 $3,031.00 $2,483.75
c Police Cell Tower, Old Dix.ie Highway $2,205.00 $2,050.00 $2,613.42 $2,900.00 $7,990.00 $3,031.00 $2,152.02
f Public Services Building $2,350.00 $2,125.00 $2,661.42 $2,900.00 $8,240.00 $3,031.00 $2,292.75
Fire Rescue Station No. 1 $2,950.00 S2,625.00 $2,835.67 $2,875.00 $9,555 .00 $3,031.00 $3,057.75
Fire Resc ue Station No. 2 $2,470.00 $2,275.00 $2,661.42 $2,900.00 $6,575.00 $3,031.00 $2,483.75
I Fire Rescue Station No. 3 $2,900.00 $2,600.00 $2,756.92 $2,900.00 $9,320.00 $3,031.00 $3,057.75
Fire Rescue Station No. 4 $2,720.00 $2,600.00 $2,756.92 $2,900.00 $8,350.00 $3,031.00 $2,995.75
Fire Rescue Station No. S $2,720.00 $2,600.00 $2,756.92 $2,900.00 $7,165.00 $3,031.00 $2,995.75
1 Public Works Department · Coleman $2,470.00 $2,200.00 $2,756.92 $2,900.00 58,360.00 $3,031.00 $2,484.75
m Public Works Department · Terell $2,470.00 $2,200.00 $2,756.92 $2,900.00 $8,390.00 $3,031 .00 $2,484.75
n Public Works Department -Terell $2,350.00 $2,100.00 $2,661.42 $2,900.00 58,440.00 $3,031.00 $2,484.75
o Public Works Department· Terell $2,350.00 $2.200.00 $2,661.42 $2,900.00 $8,440.00 $3,031.00 $2,484.75
p Municlpal Complell, PSAP $3,100.00 $2,750.00 $2,835.67 $2,875.00 $9,415.00 $3,0 31.00 $3,057.75
TOTAL ANNUAL PRIQ: $42,.585,00 $)1,700.00 $44,749.97 $46,900,00 $U7,S90.00 $48,496.00 $44,U1.Z7
EMERGENCY REPAIR SERVICES
• Electrician $85.00 $60.00 $65.00 $84.00 $125.00 $85.00 $110.00
Mechanic $85.00 $60.00 $65.00 $84.00 $125 .00 $85.00 $90 .00
c Technkian/Repairman $85.00 $60.00 $65.00 $84.00 $125.00 $85.00 $80.00
d Technkian's Helper $85.00 $40.00 $45.00 $65.00 $75.00 $65.00 $75 .00
e Laborer $85.00 540.00 $45.00 $60.00 $75.00 $65.00 $70.00
10% '°" '°" 10% 10% '°"
NOT£: This bid tlbutation 11 •n lndk:atlan of prices only .nd not • detennlmidon of the responsive, raponslble bklmn.
TAW Power Systems was deemed non-responsive. The Bickler falted to prOYtde 1 ""ulred vaNd ind current lkense Han eiectrlc:al. mechlnlcl~ or 1eneral contractor.
TO:
P A LM BEACH GAKD E NS
"A ull/qw ploa ro /fw,, /Nim, wort <I play"
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 3
All Potential Bidders
DATE: November 30, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: Friday, December 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following questions were received from a potential Bidder, and the answers are provided as shown.
Question 1:
Response:
Question 2:
Response:
Page 1 of 2
On page 17, section 3.2 -it states "exercise no less than 15 minutes"
On page 17 section 3.3.a -it states "take fuel sample for lab testing (annual)"
On page 18, section 3.3.e -it states "test no load operation" and then "test operation with
building load (annual)"
On page 19, section 3.3.f-it states "transfer test (bi-annual)"
And
On page 19 section 3.5 "4 hour load bank test every 6 months (bi-annual)"
NFPA 110 Operational Inspection and Testing section 8.4.2 (1), (2) and (3) describes the
testing for diesel generator sets in service (all your generators except page 22, Section 4,
items h. and k.).
The sections referenced above differ than what is required as far as the length of testing
and frequency. Load banks are only required annually if the conditions are not met for
monthly testing. Having to do load banks for 4 hours twice a year per the bid docs greatly
increases the cost to the city when testing is only required annually for 2 hours.
The standards and testing frequencies established in the Invitation to Bid are the
requirements the Bidder must perform, irrespective of whether they are more stringent
than those established by the NFPA or are more costly.
Does the city want full slate testing on fuel or only water and sediment? The cost of full
slate testing is greater than 4 times the cost of water and sediment only testing?
The testing on fuel should be only for water and sediment. Full slate testing is not required.
Question 3:
Response:
Question 4:
Response:
Question 5:
Response:
On page15 ofthe bid docs, section 2.14 Performance Bond states "intentionally omitted"
yet page 31 & 32 (actual bid submittal pages) are the Sample Performance Bond Format.
Are the Sample Performance Bond Format pages required to be submitted?
As identified and stated in the Invitation to Bid, these as sample formats and not required
for submittal. There is no Performance Bond requirement for this project.
Same question as below for the Sample Payment Bond Format on pages 33 & 34 of the
bid submittal.
See response to Question 3 above.
Also, page 40, section 9, exhibit A, Generator identification and location, number 9, Fire
station 3, our research shows this to be a diesel generator, not gas or propane. Please
clarify and or verify generator model number and fuel source.
The City's Facilities staff have verified that the generator is fueled by natural gas, as stated
in the Invitation to Bid.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
~! ~. CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
Page 2 of2
TO:
P AL M BEA C H GAID E KS
",f Nit ... p/4u 10 /ftle, kam. wont ,I play"
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 2
All Potential Bidders
DATE: November 19, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: FRIDAY, DECEMBER 11, 2015@ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following licensing requirements are added to the Invitation to Bid as Section 2.15.
2.15 CERTIFICATIONS/LICENSES
Any Bidder which submits an offer in response to this Solicitation shall, at the time of such offer,
hold a valid Electrical Contractor License, or Mechanical Contractor License, or a General
Contractor License, issued by the State or County Examining Board qualifying the Bidder to
perform the work proposed. If work for other trades is required in conjunction with this
Solicitation and will be performed by a subcontractor(s), the applicable License issued to the
subcontractor(s) shall be submitted with the Bidder's offer; provided, however, the City may at
its option and in its best interest allow the Bidder to supply the subcontractor(s) license to the
City during the Bid evaluation period.
All other terms, covenants and conditions of the subject solicitat ion and any addenda issued thereto shall apply,
except to the extent herein amended .
~! ~' CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
TO:
PALM B EACH GARDENS
•,4 .,,,,,,_ place to Ihle. INUn, ...,,,t & play "
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 1
All Potential Bidders
DATE: November 17, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: Friday, December 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following question was received from a potential Bidder, and the answer is provided as shown.
Question:
Response:
We have reviewed the bid and understood that you changed the response time to two
hours. However, the load banking and ATS testing are still included in the scope and yet
there is no requirement for a licensed electrician as the prime on this job. Perhaps the
easiest way to settle this matter is to get the Chief Electrical Inspector at the Palm Beach
Gardens Building Department to make a decision. He is the final authority having
jurisdiction.
The City's Chief Building official and the Electrical Inspector state that the firm selected to
perform the Comprehensive Generator Maintenance Service does not need to be a
licensed electrician provided the person who performs the electrical aspect of the
maintenance work and the load bank testing is a licensed electrician. The generator firm
must have a licensed electrician on staff or contract with a licensed electrician to perform
the electrical aspects of the scope of work.
Bidders must state in their bid response whether they have a licensed electrician on staff
to perform the electrical aspect of the work or will contract with a licensed electrician to
perform these services. A copy of the relevant license shall be included with the bid
submittal.
All other t erms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended .
fl,,.!~. CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
INSTRUCTIONS
PALM BEACH GARDENS
':4 unique place to live, lean,, work cl play••
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Ga rd ens, FL 33410
PURCHASING DEPARTM ENT
INVITATION TO BID
ITB NO.: ITB2016-056PS
TITLE: COMPREHENSIVE GENERATOR MAINTENANCE SERVICES
DUE DATE AND TIME: FRIDAY. DECEMBER 11, 2015@ 3:00PM
Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500
North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5 :00 p.m.,
Monday through Friday, except holidays. All Bids will be publicly opened and read aloud at City Hall . Each Bid
submitted to the City Clerk shall have the following i nformation clearly marked on the face of the envelope : the
Bidder's name, return address, ITB number, due date for Bids, and the title of the Bid . Included in the envel o pe shall
be a signed o rigi nal of the Solici t at io n Sum m ary and one (1) el ectro nic version of your Bid on CD or a thumb drive
in a usable PDF format. If the Solicitation Summary is not included in the envelope as a hard copy, the City may
deem your Bid non-responsive. A hard-copy of your Bid is not required. Bids must contain all information required
to be included in the submittal, as described in this Solicitation.
BROADCAST
The City of Palm Beach Gardens utilizes electronic online services for notification and distribution of its Solic itation
documents. The City's So licitation informatio n can be ob tained from: a) Public Pu rchase -Please contact Public
Purchase at support@publicpurchase .com ; www.publicpurchase.com ; or call 801-932-7000 for additional
information on registration; b) DemandStar -Please contact Deman dSt ar at www.demandstar.com or by calling
them at 1-800-711-1712; c) The City's Vend o r s List -The City ema ils all advertised Solicitations to vendo rs which
have joined the City's Vendors list. To join the City's Vendor list, please visit the City's Purchasing webpage at
www.pbgfl.com/purchasing and cl ick on the "Joi n Vendors list" li nk . Bidders who obtain Solicitations from sources
other than those named above are cautioned that the Invitation to Bid package may be incomplete. The City will
not evaluate incomplete Bid packages . DemandStar and Public Purchase are independent entities and are not agents
or representatives of the City. Communicat ions to these entities do not constitute communications to the City. The
City is not responsible for errors and omissions occurring in the t ransmission or downloading of any documents,
addenda, plans, or specifications from these websites . In the event of any discrepancy between information on
these websites and the hard copy Solicitation documents, the terms and co nditions of the hardcopy documents will
prevail.
CONTACT PE RSON
Any questions regarding the specifications and Solicitation process must be submitted in writing to the Purchas i ng
Department for the Purchasing and Contracts Director at kmra@pbgfl.com . To allow enough time for the City to
respond, requests for clarification and additiona l information should be r eceived at least forty-eig ht (48) hours
before the Due Date for Bids.
Page 11
P AL M B EAC H G A RD E NS
•:.4 unique placd to live, karn, work & play"
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
LEGAL ADVERTISEMENT
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
INVITATION TO BID NO. ITB2016-056PS
Comprehensive Generator Maintenance Services
The City of Palm Beach Gardens is seeking Bids from qualified firms to provide comprehensive generator
maintenance services at several City facilities, in accordance with the terms, conditions, and
specifications contained in this Invitation to Bid.
Invitation to Bid documents are available beginning Monday, November 16, 2015, at 8:00 a.m. local
time on the City of Palm Beach Gardens website at www.pbgfl.com and following the link to the
Purchasing webpage, or by contacting the City Clerk's Office at (561) 799-4121.
Sealed Bid packages must be clearly marked "ITB2016-056PS, Comprehensive Generator Maintenance
Services" and delivered to the Office of the City Clerk at 10500 North Military Trail, Palm Beach Gardens,
Florida 33410. The deadline for submission of Bids is Friday, December 11, 2015, at 3:00 p.m. local time.
At that time, the Bids will be publicly opened and read aloud at City Hall, 10500 North Military Trail,
Palm Beach Gardens, Florida 33410.
Late Bids will not be accepted and will be returned to the sender unopened.
It is the responsibility of the Bidder to ensure all pages are included in the submission. All Bidders are
advised to closely examine the Solicitation package. Any questions regarding the completeness or
substance of the Solicitation package or the goods or services must be submitted in writing via email or
fax to Km! Ra, Purchasing and Contracts Director, kmra@pbgfl .com or (561) 799-4134.
The City of Palm Beach Gardens is exempt from Federal and State Taxes for tangible personal property
tax.
The City of Palm Beach Gardens reserves the right to accept or reject any or all Bid submittals, in whole
or in part, with or without cause, to waive any irregularities and/or technicalities, and to award the
contract on such coverage and terms it deems will best serve the interests of the City.
CITY OF PALM BEACH GARDENS
Patricia Snider, CMC, City Clerk
Publish: Palm Beach Post
Sunday, November 15, 2015
Page I 2
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Page I 3
TABLE OF CONTENTS
SECTION
General Terms and Conditions
Special Terms and Conditions
Oty of Palm Beach Gardens
ITB No. ITB2016-056P5
Comprehensive Generator Maintenance Services
PAGE
4
12
Technical Specifications, Statement of Work, or Scope of Services 17
Bid Submittal
Pricing Schedule 22
Acknowledgement of Addenda 24
Signature Page 25
Affidavits, Performance and Payment Bonds Format, Letter of Credit Format 26
Sample Agreement Format 37
Exhibits (if applicable) 40
Solicitation Summary
(MUST BE INCLUDED AS A HARD-COPY IN THE BID PACKAGE) 42
City of Palm Beach Gardens
ITB No. IT82016-056PS
Comprehensive Generator Maintenance Services
SECT ION 1
GENERAL TERMS AND CO NDITI ONS
l.l DEFINITIONS
a. Bid: any offer(s) submitted in response to on Invitation to Bid.
b. Bidder: person or firm submitting a Bid in response to on
Invitation to Bid.
c. Bid Solicitation or Invitation to Bid: this Solicitation
documentation, including any and all addenda.
d. Bid Submittal Form: describes the goods or services to be
purchased, and must be completed and submitted with the
Bid.
e. City: shall refer to the City of Palm Beach Gardens, Florido.
f Contract or Agreement: the Invitation to Bid, all addenda
issued thereto, oil affidavits, the signed agreement, and all
related documents which comprise the totality of the contract
or agreement between the City and the Bidder.
g. Contractor: successful Bidder or Bidder who Is awarded a
contract to provide goods or services to the City.
h. Invitation to Bid: formal request for Bids from qualified
Bidders.
i. Purchasing Department: the Purchasing Deportment of the
City of Palm Beach Gardens, Florido .
j. Responsible Bidder:a Bidder which has the capability in all
respects to perform in full the contract requirements, as
stated in the Invitation to Bid, and the integrity and reliability
that will assure good-faith performance.
k. Responsive Bidder: a Bidder whose Bid conforms in all
material respects to the terms and conditions included in the
Invitation to Bid.
1.2 CONE OF SILENCE
1.3
Pursuant to Section 2-355 of Palm Beach County Ordinance
No. 2011-039, and the purchasing policies of the City of Palm
Beach Gardens, all Solicitations, once advertised and until the
appropriate authority has approved on award
recommendation, are under the ncone of Silencen. This limits
and requires documentation of communications between
potential Bidders and/or Bidders on City Solicitations, the
City's professional staff, and the City Council members.
ADDENDUM
The Purchasing Deportment may issue on addendum in
response to any inquiry received, prior to the close of the
Solicitation period, which changes, adds, or clarifies the terms,
provisions, or requirements of the Solicitation . The Bidder
Page I 4
1.4
should not rely on any representation, statement, or
explanation, whether written or verbal, other than those
made in the Solicitation document or In the addenda issued.
Where there appears to be a conflict between the Solicitation
and any addenda, the lost addendum issued shall prevail. It is
the vendor's responsibility to ensure receipt of all addenda,
and any accompanying documentation. The vendor is
required to submit with its Bid or Bid a signed
nAcknow/edgment of Addendan form, when any addenda
hove been issued.
LEGAL REQUIREMENTS
This Solicitation is subject to a/I legal requirements contained
In the applicable Qty Ordinances and Resolutions, as well as
oil applicable City, State, and Federal Statutes. Where conflict
exists between this Bid Solicitation and these legal
requirements, the authority shall prevail in the following
order: Federal, State, and local.
1.5 CHANGE OF BID
1.6
1.7
1.8
Prior to the scheduled Bid opening a Bidder may change its Bid
by submitting a new Bid (as indicated on the cover page) with
a letter on the firm's letterhead, signed by on authorized
agent stating that the new submittal replaces the original
submittal. The new submittal shall contain the letter and all
information as required for submitting the original Bid. No
changes to a Bid will be accepted after the Bid has been
opened.
WITHDRAWAL OF BID
A Bid shall be irrevocable unless the Bid is withdrawn as
provided herein. Only a written letter received by the
Purchasing Department prior to the Bid opening dote may
withdraw a Bid. A Bid may also be withdrawn ninety (90) days
after the Bid hos been opened and prior to award, by
submitting a letter to the Purchasing and Contracts Director.
The withdrawal letter must be on company letterhead and
signed by an authorized agent of the Bidder.
CONFLICTS WITHIN THE BID SOLICITATION
Where there appears to be a conflict between the General
Terms and Conditions, Special Conditions, the Techn ical
Specifications, the Bid Submittal Form, or any addendum
issued, the order of precedence shall be: the last addendum
issued, the Bid Submittal Form, the Technical Specifications,
the Special Conditions, and then the General Terms and
Conditions.
PROMPT PAYMENT TERMS
It Is the policy of the City of Palm Beach Gardens that payment
for all purchases by City departments shall be made in a timely
manner. The City will pay the awarded Bidder upon receipt
and acceptance of the goods or services by a duly authorized
1.9
representative of the City. In accordance with Section 218. 74,
Florida Statutes, the time at which payment shall be due from
the City shall be forty-five (45) days from receipt of a proper
invoice. The time at which payment shall be due to small
businesses shall be thirty {30} days from receipt of a proper
invoice. Proceedings to resolve disputes for payment of
obligations shall be concluded by final written decision of the
City Manager or designee, not later than sixty {60) days after
the date on which the proper invoice was received by the City.
DISCOUNTS (PROMPT PAYMENTS)
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 Bid submittal signature page of the Solicitation.
1.10 PREPARATION OF BIDS
1.11
Page I 5
a. The Bid forms define requirements of Items to be
purchased, and must be completed and submitted with
the Bid. Use of any other forms will result in the rejection
of the Bidder's offer. The Bid submittal forms must be
legible. Bidders shall use typewriter, computer, or ink. All
changes must be crossed out and initialed in ink. Failure
to comply with these requirements may cause the Bid to
be rejected.
b. An authorized agent of the Bidder's firm must sign the
Bid submittal form. Failure to sign the Signature Page
of the Bid shall render the Bid non-responsive.
c. The Bidder may be considered non-responsive if Bids are
conditioned upon modifications, changes, or revisions to
the terms and conditions of this Solicitation.
d. 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 submittal marked "Alternate Bidn.
e. When there is a discrepancy between the unit prices and
any extended prices, the unit prices will prevalf.
f. Late Bids will not be accepted and will be returned to the
sender unopened. It is the Bidder's responsibility to
ensure timely delivery by the due date and time, and at
the place stated in this Solicitation. No exceptions will be
made due to weather, carrier, traffic, illness, or other
issues.
CANCELLATION OF BID SOLICITATION
The City of Palm Beach Gardens reserves the right to cancel,
in whole or in part, any Invitation to Bid when it is in the best
interest of the City.
1.12
1.13
1.14
City of Palm Beach Gardens
ITB No. ITB2016--056P5
Comprehensive Generator Maintenance Services
AWARD OF CONTRACT
a. The contract may be awarded to the responsive and
responsible Bidder meeting all requirements as set forth
in the Solicitation. The City reserves the right to reject any
and all Bids, to waive irregularities or technicalities, and
to re-advertise for all or any part of this Bid Solicitation
as deemed in its best interest. The City shall be the sole
judge of its best interest.
b. The City reserves the right to reject any and all Bids if it is
determined that prices are excessive, best offers are
determined to be unreasonable, or it is otherwise
determined to be in the City's best Interest to do so.
c. The City reserves the right to negotiate prices with the
responsive and responsible low Bidder, provided that
the scope of work of this Solicitation remains the same.
d. The Bidder's performance as a prime contractor or
subcontractor on previous City contracts shall be taken
into account in evaluating the Bid received for this Bid
Solicitation.
e. The City will provide a copy of the Bid Tabulation to all
Bidders responding to this Solicitation.
f. The Bid Solicitation, any addenda and/or properly
executed modifications, the signed Agreement, the
purchase order, and any change order(s) shall constitute
the contract.
g. The Purchasing and Contracts Director will decide all tie
Bids.
h. Award af this Bid may be predicated on compliance with
and submittal of all required documents as stipulated in
the Bid Solicitation.
i. The City reserves the right to request and evaluate
additional information from any Bidder after the
submission deadline as the City deems necessary.
CONTRACT EXTENSION
The City reserves the right to automatically extend any
agreement for a maximum period not to exceed ninety (90)
calendar days in order to provide City departments with
continual service and supplies while a new agreement is being
solicited, evaluated, and/or awarded.
WARRANTY
All warranties express and implied shall be made available to
the City for goods and services covered by this Bid Solicitation.
All goods furnished shall be fully guaranteed by the awarded
Bidder against factory defects and workmanship. At no
expense to the City, the awarded Bidder shall correct any and
all apparent and latent defects that may occur within the
manufacturer's standard warranty.
1.15 ESTIMATED QUANTITIES
1.16
1.17
Estimated quantities or dollars ore for Bidder's guidance only:
(o) estimates ore based on the City's anticipated needs ond/ar
usage; and (b) the City may use these estimates ta determine
the low Bidder. No guarantee is expressed or implied as ta
quantities or dollars that will be used during the contract
period. The City is not obligated to place any order far the
given amount subsequent ta the award of this Bid Solicitation.
NON-EXCLUSIVITY
It is the intent of the City to enter into on agreement with the
awarded Bidder that will satisfy its needs as described herein.
However, the City reserves the right as deemed in its best
interest ta perform, or cause ta be performed, the work and
services, or any portion thereof, herein described in any
manner it sees [rt, including but not limited to, award of other
contracts, use of any contractor, or perform the work with its
awn employees.
CONTINUATION OF WORK
Any work that commences prior to and will extend beyond the
expiration dote of the current contract period shall, unless
terminated by mutual written agreement between the City
and the successful Bidder, continue until completion at the
some prices, terms, and conditions.
1.18 BID PROTEST
1.19
Page I 6
A recommendation for contract award or rejection of award
may be protested by o Bidder. The Bidder may file o written
protest with the City Clerk's office. The Bidder shall file its
written protest with the City Clerk, Monday through Friday,
between the hours of 8:00 a.m . and 5 :00 p.m., excluding /ego/
holidays. Protests shall contain the name, address, and phone
number of the petitioner, name of the petitioner's
representative (if any), and the title and Bid number of the
Solicitation. The protest shall specifically describe the subject
matter, facts giving rise to the protest, and the action
requested from the City.
The written protest must be received no later than seventy-
twa (72) consecutive hours (excluding Saturdays, Sundays,
and legal holidays) after the time of award pasting. Failure to
file o timely formal written protest within the time period
specified shall constitute o waiver by the Bidder of oil rights of
protest.
In the event of o timely protest, the City will not proceed
further with award of the contract and agreement until oil
administrative remedies are exhausted, or until the City
Manager determines the award of the contract is immediately
necessary ta protect the public health, we/fore, or safety.
LAWS AND REGULATIONS
The awarded Bidder shall comply with a/I laws and regulations
applicable to provide the goods or services specified in this Bid
Solicitation. The Bidder shall be familiar with oil federal, state,
and local laws that may affect the goods and/or services
offered.
1.20
1.21
1.22
1.23
1.24
1.25
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
LICENSES, PERMITS AND FEES
The awarded Bidder(s) shall hold oil licenses and/or
certifications, obtain and pay for oil permits and/or
inspections, and comply with a/I laws, ordinances, regulations,
and building code requirements applicable to the work
required herein. Damages, penalties, and/or fines imposed on
the City or an awarded Bidder for failure to obtain and
maintain required licenses, certifications, permits, and/or
inspections shall be borne by the awarded Bidder.
SUBCONTRACTING
Unless otherwise specified in this Bid Solicitation, the
successful Bidder shall not subcontract any portion of the
work without the prior written consent of the City. The ability
to subcontract may be further limited by the Special
Conditions. Subcontracting without the prior consent of the
City may result in termination of the contract far default.
ASSIGNMENT
The awarded Bidder shall not assign, transfer, hypothecote, or
otherwise dispose of this contract, 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 City. Assignment without the prior consent of
the City may result In termination of the contract for default.
SHIPPING TERMS
Unless otherwise specified in the Bid Salicitotian, prices
quoted shall be F.O.B. Destination. Freight shall be included
in the proposed price.
RESPONSIBILITIES AS EMPLOYER
The employee(s) of the awarded Bidder shall be considered ta
be at all times its employee(s), and not on employee(s) or
agent(s) of the City or any of its departments. The awarded
Bidder shall provide physically competent emp/oyee(s)
capable of performing the work as required. The City may
require the awarded Bidder to remove any employee it deems
unacceptable. All employees of the awarded Bidder shall
wear proper identification.
It is the awarded Bidder's responsibility to ensure that oil its
employees and subcontractors comply with the employment
regulations required by the US Deportment of Homeland
Security. The City shall hove no responsibility to check or verify
the legal immigration status of any employee of the awarded
Bidder,
INDEMNIFICATION
The awarded Bidder shall indemnify and hold harmless the
City and its officers, employees, agents, and instrumentalities
from any and all liability, lasses or damages, including
attorney's fees and costs of defense, which the City or its
officers, employees, agents, or instrumentalities may incur as
o result of claims, demands, suits, causes of actions, or
proceedings of any kind or nature arising out of, relating ta,
or resulting from the performance of the agreement by the
1.26
1.27
1.28
Page I 7
awarded Bidder or its empfoyees, agents, servants, partners,
principafs, or subcontractors. The awarded Bidder shaf/ pay
af/ claims and losses in connection therewith, and shaf/
investigate and defend afl claims, suits, or actions of any kind
or nature in the name of the City, where appficable, including
appef/ate proceedings, and shaf/ pay af/ costs, judgments, and
attorney's fees which may be incurred thereon. The awarded
Bidder expressly understands and agrees that any insurance
protection required by this contract agreement or otherwise
provided by the awarded Bidder shaf/ in no way limit the
responsibility to indemnify, keep and save harmfess, and
defend the City or its officers, employees, agents, and
instrumentafities as herein provided.
COLLUSION
A Bidder recommended for award as the result of a
competitive Solicitation for any City purchases of supplies,
materials, and services (including professional services, other
than professional architectural, engineering, and other
services subject to Sec. 287.055 Florida Stats.), purchase,
lease, permit, concession, or management agreement shafl,
within five (5) business days of the filing of such
recommendation, submit an affidavit under the penalty of
perjury, on a form provided by the City, stating either that the
contractor is not related to any of the other parties Bidding in
the competitive Solicitation or identifying af/ related parties,
as defined in this Section, which Bid in the Solicitation; and
attesting that the contractor's Bid is genuine and not a sham
or cof/usive or made in the interest or on behalf of any person
not therein named, and that the contractor has not, directly
or indirectly, induced or solicited any other Bidder to put in a
sham Bid, or any other person, firm, or corporation to refrain
from proposing, and that the Bidder has not In any manner
sought by collusion to secure to the Bidder an advantage over
any other Bidder. In the event o recommended Bidder
identifies related parties in the competitive Solicitation its Bid
shall be presumed to be collusive and the recommended
Bidder shaf/ be ineligible for award unless that presumption is
rebutted to the satisfaction of the City. Any person or entity
that fails to submit the required affidavit shall be ineligible for
contract award.
MOD/FICA T/ON OF CONTRACT
The contract may be modified by mutual consent, in writing,
through the issuance of a modification to the contract, a
supplemental agreement, purchase order, or change order, as
appropriate.
TERMINATION FOR CONVENIENCE
The City, at its sole discretion, reserves the right to terminate
any contract entered into pursuant to this Invitation to Bid
(/TB) with or without cause immediately upon providing
written notice to the awarded Bidder. Upon receipt of such
notice, the awarded Bidder shall not incur any additional costs
under the contract. The City shall be liable only for reasonable
costs incurred by the awarded Bidder prior to the date of the
notice of termination. The City shaf/ be the sole judge of
"reasonable costs. N
1.29
1.30
1.31
1.32
1.33
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
TERMINATION FOR DEFAULT
The City reserves the right to terminate this contract, in part
or in whole, or place the vendor on probation in the event the
awarded Bidder fails to perform in accordance with the terms
and conditions stated herein by providing written notice of
such failure or default and by specifying a reasonable time
period within which the awarded Bidder must cure any such
failure to perform or default. The awarded Bidders' failure to
timely cure any default shafl serve to automatically terminate
any contract entered into pursuant to this /TB. The City further
reserves the right to suspend or debar the awarded Bidder in
accordance with the appropriate City ordinances, resolutions,
and/or policies. The vendor will be notified by letter of the
City's intent to terminate. In the event of termination for
default, the City may procure the required goods and/or
services from any source and use any method deemed in its
best interest. Alf re-procurement costs shaf/ be borne by the
incumbent Bidder.
FRAUD AND MISREPRESENTATION
Any individual, corporation, or other entity that attempts to
meet its contractual obligations with the City through fraud,
misrepresentation, or material misstatement, may be
debarred for up to five (5) years. The City, as a further
sanction, may terminate or cancel any other contracts with
such Individual, corporation, or entity. Such individual or
entity shall be responsible for all direct or indirect costs
associated with termination or cancellation, including
attorney's fees.
ACCESS AND AUDIT OF RECORDS
The City reserves the right to require the awarded Bidder to
submit to an audit by an auditor of the City's choosing at the
awarded Bidder's expense. The awarded Bidder 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 awarded Bidder shall retain all records
pertaining to this Agreement, and upon request, make them
available to the City for three (3) years following expiration of
the Agreement. The awarded Bidder agrees to provide such
assistance as may be necessary to facilitate the review or
audit by the City to ensure compliance with applicable
accounting and financial standards.
OFFICE OF THE INSPECTOR GENERAL
Palm Beach County has established the Office of the Inspector
General, which is authorized and empowered to review past,
present, and proposed County programs, contracts,
transactions, accounts and records. The Inspector General
(IG) has the power to subpoena witnesses, administer oaths,
require the production of records, and monitor existing
projects and programs. The Inspector General may, on a
random basis, perform audits on all City contracts.
PRE-AWARD INSPECTION
The City may conduct a pre-award inspection of the Bidder's
site or hold a pre-award quafification hearing to determine if
1.34
1.35
Page I 8
the Bidder is capable of performing the requirements of this
Bid Solicitation.
PROPRIETARY AND/OR CONFIDE NTIAL INFORMATION
Bidders are hereby notified that all information submitted as
part ot or in support of Bid submittals will be available for
public inspection after the opening of Bids in compliance with
Chapter 119 of the Florida Statutes, popularly known as the
0 Public Record Law." The Bidder shall not submit any
information in response to this Solicitation which the Bidder
considers to be a trade secret, proprietary, or
confidential. The submission of any information to the City in
connection with this Solicitation shall be deemed conclusively
to be a waiver of any trade secret or other protection which
would otherwise be available to the Bidder. In the event that
the Bidder submits information to the City in violation of this
restriction, either inadvertently or intentionally, and clearly
identifies that information in the Bid as protected or
confidential, the City may, In its sole discretion, either (a)
communicate with the Bidder in writing in an effort to obtain
the Bidder's withdrawal of the confidentiality restriction, or
(b) endeavor to redact and return that information to the
Bidder as quickly as possible, and if appropriate, evaluate the
balance of the Bid. The redaction or return of information
pursuant to this clause may render a Bid non-responsive.
HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT
(HIPAA)
Any person or entity that performs or assists the City of Palm
Beach Gardens with a function or activity involving the use or
disclosure of "individually identifiable health information
(/IHI) and/or Protected Health Information (PHI} shall comply
with the Health Insurance Portability and Accountability Act
(HIPAA) of 1996. HIPAA mandates for privacy, security, and
electronic transfer standards include, but are not limited to:
a. Use of information only for performing services required
by the contract or as required by law;
b. Use of appropriate safeguards to prevent non-permitted
disclosures;
c. Reporting to the City of Palm Beach Gardens any non-
permitted use or disclosure;
d. Assurances that any agents and subcontractors agree to
the same restrictions and conditions that apply to the
Bidder and reasonable assurances that I/HI/PHI will be
held confidential;
e. Making Protected Health Information (PHI) available to
the customer;
f Making PHI available to the customer for review and
amendment, and incorporating any amendments
requested by the customer;
1.36
1.37
1.38
1.39
1.40
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Com p rehensive Generator Ma intenance Services
g. Making PHI available to the City of Palm Beach Gardens
for an accounting of disclosures; and
h. Making internal practices, books, and records related to
PHI available to the City of Palm Beach Gardens for
compliance audits.
PHI shall maintain its protected status regardless of the form
and method of transmission (paper records and/or electronic
transfer of data). The Bidder must give its customers written
notice of its privacy information practices, including
specifically, a description of the types of uses and disclosures
that would be made with protected health information.
ADDITIONAL FEES AND SURCHARGES
Unless provided for in the contract/agreement, the Qty will
not make any additional payments such as fuel surcharges,
demurrage fees, or delay-in-delivery charges.
COMPLIANCE WITH FEDERAL STANDARDS
All items to be purchased under this contract shall be in
accordance with all governmental standards, to include, but
not be limited to, those issued by the Occupational Safety and
Health Administration (OSHA), the National Institute of
Occupational Safety Hazards {NIOSH), and the National Fire
Protection Association (NFPA).
COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF
FEDERAL FUNDING
If the goods or services to be acquired under this So licitation
are to be purchased, in part or in whole, with Federal funding,
it is hereby agreed and understood that Section 60-250.4,
Section 60-250.5, and Section 60-741.4 of Title 41 of the
United States Code, which addresses Affirmative Action
requirements for disabled workers, is incorporated into this
Solicitation and resultant contract by reference.
BINDING EFFECT
All of the terms and provisions of this contract/agreement,
whether so expressed or not, shall be binding upon, inure to
the benefit ot and be enforceable by the parties and their
respective legal representatives, successors, and permitted
assigns.
SEVERABILITY
The City's obligation pursuant to any contract or agreement
entered into in accordance with this Solicitation is specifically
contingent upon the lawful appropriation a/funds. Failure to
lawfully appropriate funds for any contract or agreement
awarded shall result in automatic termination of the contract
or agreement. A non-appropriation event shall not constitute
a default or breach of said contract or agreement by the City.
1.41 GOVERNING LAW AND VENUE
This contract and all transactions contemplated by this
agreement shall be governed by and construed and enforced
in accordance with the Jaws of the State of Florida without
regard to any contrary conflicts of law principle. Venue of all
proceedings in connection herewith shall lie exclusively in
1.42
1.43
1.44
1.45
1.46
Page I 9
Palm Beach County, Florida, and each party hereby waives
whatever its respective rights may have been in the selection
of venue.
ATTORNEY'S FEES
It is hereby understood and agreed that in the event any
lawsuit In the judicial system, federal or state, is brought to
enforce compliance with this contract or interpret same, or if
any administrative proceeding is brought for the same
purposes, each party shall pay their own attorney's fees and
costs, including appellate fees and costs.
EQUAL OPPORTUNITY AND ANTI-DISCRIMINATION
The City of Palm Beach Gardens complies with all laws
prohibiting discrimination on the basis of age, race, gender,
religion, creed, political affiliation, sexual orientation, physical
or mental disability, color or national origin, and therefore is
committed to assuring equal opportunity in the award of
contracts and encourages small, local, minority, and female-
owned businesses to participate.
During the performance of this contract, the awarded Bidder
agrees it will not discriminate or permit discrimination in its
hiring practices or in its performance of the contract. The
awarded Bidder shall strictly adhere to the equal employment
opportunity requirements and any applicable requirements
established by the State of Florida, Palm Beach County and the
federal government.
The awarded Bidder further acknowledges and agrees to
provide the City with all information and documentation that
may be requested by the City from time to time regarding the
Solicitation, selection, treatment and payment of
subcontractors, suppliers, and vendors in connection with this
Contract.
AVAILABILITY OF CONTRACT TO OTHER CfTY DEPARTMENTS
It is agreed and understood that any City department or
agency may access this contract and purchase the goods or
services awarded herein. Each City department will issue a
separate purchase order to the awarded Bidder for the
department's specific purchases.
CRIMINAL HISTORY BACKGROUND CHECKS
Prior to hiring a contract employee or contracting with a
Bidder, the City may conduct a comprehensive criminal
background check by accessing any Federal State, or local law
enforcement database available. The contract employee or
Bidder will be required to sign an authorization for the City to
access criminal background information. The costs for the
background checks shall be borne by the City.
LABOR, MATERIALS, AND EQUIPMENT
Unless specified elsewhere in the Solicitation or resultant
contract, al/ labor, materials, and equipment required for the
performance of the requirements of the Contract shall be
supplied by the awarded Bidder.
1.47
1.48
1.49
1.50
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
MINIMUM WAGE REQUIREMENTS
The awarded Bidder shall comply with all minimum wage and
living wage requirements, such as living Wage requirements,
minimum wages based on Federal Law, minimum wages
based on the Davis-Bacon Act, and the provisions of any other
wages laws, as may be applicable to this Contract.
PACKING SLIP AND DELIVERY TICKET
A packing slip and/or delivery ticket shall accompany all items
during delivery to the City. The documents shall include
information on the contract number or purchase order, any
back order items, and the number or quantity of items being
delivered.
PURCHASE OF OTHER ITEMS
The City reserves the right to purchase other related goods or
services, not listed in the Solicitation, during the contract
term. When such requirements are identified, the City may
request price quote(s) from the awarded Bldder(s) on the
contract. The City, at its sole discretion, will determine if the
prices offered are reasonable, and may choose to purchase
the goods or services from the awarded Bidder, another
contract vendor, or a non-contract vendor.
PUBLIC RECORDS
Florida law provides that municipal records shall at all times
be available to the public for inspection. Chapter 119, Florida
Statutes, the Public Records law, requires that all material
submitted in connection with a Bid response shall be deemed
to be public record subject to public inspection upon award,
recommendation for award, or thirty (30) days after Bid
opening, whichever occurs first. Certain exemptions to public
disclosure are statutorily provided for in Section 119.07,
Florida Statutes. If the Bidder believes any of the information
contained in his/her/its Bid is considered confidential and/or
proprietary, inclusive of trade secrets as defined in Section
812.081, Florida Statutes, and is exempt from the Public
Records Law, then the Bidder, must In its response, specifically
identify the material which is deemed to be exempt and state
the legal authority for the exemption. All materials that
qualify for exemption from Chapter 119, Florida Statutes or
other applicable law must be submitted in a separate
envelope, clearly identified as "EXEMPT FROM PUBLIC
DISCLOSURE" with the firm's name and the Bid number clearly
marked on the outside. The City will not accept Bids when the
entire Bid is labeled as exempt from disclosure. The City's
determination of whether an exemption applies shall be final,
and the Bidder agrees to defend, indemnify, and hold
harmless the City and the City's officers, employees, and
agents, against any loss or damages incurred by any person
or entity as a result of the City's treatment of records as public
records.
The awarded Bidder(s) shall keep and maintain public records
and fully comply with the requirements set forth at Section
119.0701, Florida Statues, as applicable; failure to do so shall
constitute a material breach of any and all agreements
awarded pursuant to this Solicitation .
1.51
1.52
1.53
1.54
1.55
CONFLICTS OF INTEREST
All Bidders must disclose with their Bid the nome of any
officer, director, or agent who is also an employee of the City
of Palm Beach Gardens. Further, all Bidders must disclose the
name of ony City employee who has any interest, financial or
otherwise, direct or indirect, of five percent (5%) or more in
the Bidders' firm or any of its branches. Failure to disclose any
such affiliation will result in disqualification of the Bidder from
this Invitation to Bid and may be grounds for further
disqualification from participating in any future Bids with the
City.
PUBLIC ENTITY CRIMES
As provided in Section 287.133(2) (a), Florida Statutes, a
person or affiliate who has been placed on the convicted
vendors 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 pub/le entity for the construction or repair of a public
building or pub/le work; may not submit Bids on leases of real
property to a public entity; may not be awarded or perform
work as a contractor, supplier, subcontractor, or consultant
under a contract with any public entity.
OTHER GOVERNMENTAL AGENCIES
If a Bidder is awarded a contract as a result of this /TB, the
Bidder shall allow other governmental agencies to access this
contract and purchase the goods and services under the terms
and conditions at the prices awarded, as applicable .
COMPLETION OF WORK AND DELIVERY
All work shall be performed and all deliveries made in
accordance with good commercial practice. The work
schedule and completion dates shall be adhered to by the
awarded Bidder(s), except in such cases where the completion
date will be delayed due to acts of nature, farce majeure,
strikes, or other causes beyond the control of the awarded
Bidder. In these cases, the awarded Bidder shall notify the City
of the delays in advance of the original completion so that a
revised delivery schedule can be appropriately considered by
the City.
FAILURE TO DELIVER OR COMPLETE WORK
Should the awarded Bidder(s) fail to deliver or complete the
work within the time stated in the contract, it Is hereby agreed
and understood that the City reserves the authority to cancel
the contract with the awarded Bidder and secure the services
of another vendor to purchase the items or complete the
work. If the City exercises this authority, the City shall be
responsible for reimbursing the awarded Bidder for work that
was completed, and items delivered and accepted by the City
in accordance with the contract specifications. The City may,
at its option, demand payment from the awarded Bidder,
through an invoice or credit memo, for any additional costs
over and beyond the original contract price which were
incurred by the City as a result of having to secure the services
of another vendor.
Page I 10
1.56
1.57
1.58
1.59
1.60
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
CORRECTING DEFECTS
The awarded Bidder shall be responsible for promptly
correcting any deficiency, at no cost to the City, within three
(3) calendar days after the City notifies the awarded Bidder of
such deficiency in writing. If the awarded Bidder fails to
correct the defect, the City may (a) place the awarded Bidder
in default of its contract; and/or (b) procure the products or
services from another source and charge the awarded Bidder
for any additional costs that are incurred by the City for this
work or items, either through a credit memorandum or
through invoicing.
ACCIDENT PREVENTION AND BARRICADES
Precautions shall be exercised at all times for the protection
of persons and property. All awarded Bidders performing
services or delivering goods under this contract shall conform
to all relevant OSHA, State, and County regulations during the
course of such effort. Any fines levied by the above-mentioned
authorities for failure to comply with these requirements shall
be borne solely by the awarded Bidder. Barricades shall be
provided by the awarded Bidder when work is performed In
areas traversed by persons, or when deemed necessary by the
City.
OMISSIONS IN SPECIFICATIONS
The specifications and/or statement of work contained within
this Solicitation describe the various functions and classes of
work required as necessary for the completion of the project.
Any omissions of inherent technical functions or classes of
work within the specifications and/or statement of work shall
not relieve the Bidder from furnishing, installing, or
performing such work where required to the satisfactory
completion of the project.
MATERIALS SHALL BE NEW AND WARRANTED AGAINST
DEFECTS
The awarded Bidder hereby acknowledges and agrees that all
materials, except where recycled content Is specifically
requested, supplied by the awarded Bidder in conjunction with
this Solicitation and resultant contract shall be new,
warranted for their merchantability, and fit for a particular
purpose. In the event any of the materials supplied to the City
by the awarded Bidder are found to be defective or do not
conform ta specifications, (1) the materials may be returned
to the awarded Bidder at the Bidder's expense and the
contract cancelled; or (2) the City may require the awarded
Bidder to replace the materials at the Bidder's expense.
TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW"
REGULATIONS
The Federal "Right to Know" Regulation implemented by the
Occupational Safety and Health Administration (OSHA)
requires employers to inform their employees of any toxic
substances to which they may be exposed in the workplace,
and to provide training in safe handling practices and
emergency procedures. It also requires notification to local
fire departments of the location and characteristics of all toxic
substances regularly present in the workplace.
1.61
Accordingly, the awarded Bidder(s) performing under this
contract are required to provide two (2) complete sets of
Material Safety Data Sheets to each City department utilizing
the any awarded products that are subject to these
regulations. This information should be provided at the time
when the initial delivery is made, on a department-by-
department basis.
TAXES
The City of Palm Beach Gardens is exempt from Federal and
State taxes for tangible personal property.
1.62 BIDDER'S COSTS
1.63
1.64
The City shall not be liable for any costs incurred by Bidders in
responding to this Invitation to Bid.
SUBSTITUTION OF PERSONNEL
It fs the intention of the City that the awarded Bidder's
personnel proposed for the contract shall be available for the
initial contract term. In the event the awarded Bidder wishes
to substitute personnel, the awarded Bidder shall propose
personnel of equal or higher qualifications, and all
replacement personnel are subject to the City's approval. In
the event the substitute personnel are not satisfactory to the
City, and the matter cannot be resolved to the satisfaction of
the City, the City reserves the right to cancel the contract for
cause.
FORCE MAJEURE
The City and the awarded Bidder are excused from the
performance of their respective obligations under the contract
when and to the extent that their performance is delayed or
prevented by any circumstances beyond their control,
including fire, flood, explosion, strikes or other labor disputes,
natural disasters, public emergency, war, riot, civil
commotion, malicious damage, act or omission of any
governmental authority, delay or failure or shortage of any
type of transportation, equipment, or service from a public
utility needed for their performance provided that:
a. The non-performing party gives the other party prompt
written notice describing the particulars of the force
majeure, including, but not limited to, the nature of the
occurrence and its expected duration, and continues to
furnish timely reports with respect thereto during the
period of the force majeure.
b. The excuse of performance is of no greater scope and of
no longer duration than is required by the force majeure.
c. No obligations of either party that arose before the force
majeure causing the excuse of performance are excused
as a result of the force majeure.
Page 111
1.65
1.66
1.67
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
d. The non-performing party uses its best efforts to remedy
its inability to perform.
Notwithstanding the above, performance shall not be excused
under this section for a period in excess of two (2) months,
provided that in extenuating circumstances, the City may
excuse performance for a longer term. Economic hardship of
the awarded Bidder shall not constitute a force majeure. The
term of the contract shall be extended by a period equal to
that during which either party's performance is suspended
under this section.
NOTICES
Notices shall be effective when received at the addresses
specified in the contract/agreement. Changes in respective
addresses to which such notices are to be directed may be
made from time to time by either party by written notice to
the other party. Facsimile and email transmissions are
acceptable notice effective when received; however, facsimile
and email transmissions received 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 also be mailed
to the receiving party.
Nothing contained in this section shall be construed to restrict
the transmission of routine communications between
representatives of the successful Proposer and the City of
Palm Beach Gardens.
POOL CONTRACTS
During the term of contracts and agreements that are
executed as vendor pools, awarding vendors in prequalified
pools of vendors, either as a general pool or by categories,
sub-categories, or groups, the City reserves the right to add
new vendors to these contracts for goods or services not
awarded for the original Solicitation or as part of the general
pool category, sub-category or group. To be eligible to be
added to these pool contracts, a vendor must meet the same
eligibility requirements established in the original Invitation to
Bid.
FISCAL FUNDING OUT
The Qty's obllgation pursuant to any contract or agreement
entered into in accordance with this Solicitation is specifically
contingent upon the lawful appropriation of funds. Failure to
lawfully appropriate funds for any contract or agreement
awarded shall result in automatic termination of the contract
or agreement.
SECTION 2
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SPECIAL TERMS AND CONDITIONS
2.1 PURPOSE
The purpose of this Solicitation is to establish a Contract for the purchase of comprehensive
generator maintenance services, including emergency repairs, for several stationary and mobile
generators, for the City of Palm Beach Gardens, Florida.
2.2 CONTRACT MEASURES AND PREFERENCES
Intentionally Omitted
2.3 PRE-BID CONFERENCE
Intentionally Omitted
2.4 TERM OF CONTRACT: Five (5) Years
The Contract shall commence on the date of the duly executed Agreement, and shall remain in
effect for Five (5) Years, contingent upon the completion and submittal of all required Bid
documents.
2.5 OPTIONS TO RENEW
Intentionally Omitted
2.6 METHODS OF AWARD: Lowest Priced Bidder: and Secondary and Tertiary Bidders
The City will award the Preventative Maintenance Services portion of this Contract, to the
responsive and responsible Bidder who submits the lowest price to perform the Service. To be
considered for award of this portion of the Contract, the Bidder must submit a price for each
generator listed . If a Bidder fails to offer a price for each generator listed, the City will deem the
Bidder non-responsive.
The City may also award Primary, Secondary, and Tertiary Bidders for the Emergency Repair
Services portion of the Contract. If the City chooses to award the Emergency Repairs to multiple
Bidders, then the City will designate the Bidder awarded the Preventative Maintenance Services
portion as the Primary Vendor, and then award the Secondary and Tertiary Vendors based on the
lower prices submitted.
The Primary vendor shall have the primary responsibility for responding in an emergency. If the
Primary Vendor is unable to respond, or the City is unable to contact the Primary Vendor, then
the City will contact the Secondary Vendor, and if necessary, then the Tertiary Vendor to perform
the work. The City reserves the right to use a non -contract vendor to perform the work if the City
is unable to contact any of the vendors under this Contract.
The City shall have the right to terminate from the Contract the Primary, Secondary, or Tertiary
Vendors for failure to respond to a City request for emergency repairs.
MINIMUM CRITERIA FOR AWARD
To be considered for award under this Solicitation, Bidders must provide written evidence
showing that they meet the following minimum criteria:
Page I 12
Oty of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
a. The Bidder has been in the business of providing satisfactory Comprehensive Generator
Maintenance Services for at least three (3) years, to public or private clients.
b. The Bidder has the necessary staff, trained and certified technicians, tools and equipment,
vehicles, and/or subcontractors to perform the services required under the Contract.
c. The Bidder must have communications avai lable for contact by the City on a 24-hour
basis.
2.7 PRICES
If the Bidder is awarded a Contract under this Solicitation, the prices offered by the Bidder shall
remain fixed and firm during the Contract Term.
2.8 PRICE ADJUSTMENTS
Intentionally Omitted
2.9 EXAMINATION OF CITY FACILITIES OR EQUIPMENT
Prior to submitting its offer, it is recommended that the Bidder visit the site of the proposed work
and become familiar with any conditions which may in any manner affect the work to be done or
affect the equipment, materials and labor required. The Bidder is also advised to examine
carefully any drawings, specifications, or equipment, and become thoroughly aware regarding any
and all conditions and requirements that may in any manner affect the work to be performed
under the Contract. No additional allowances will be made because of lack of knowledge of these
conditions.
For site visitation and equipment inspections please contact the City department's representative
Joe Corrao at 561.804.7049 for an appointment.
2.10 EMERGENCY RESPONSE TIME
The Bidder must state in its Bid that it is capable of responding to an emergency request from the
City, and be on site within Two (2) Hours of notification. The City reserves the right to deem a
Bidder non-responsible as a vendor, if the Bidder is unable to respond to a City emergency request
within the Two (2) Hour period.
2.11 NATIONAL FIRE PROTECTION ASSOCIATION STANDARDS
The work contemplated under the Contract resultant from this Solicitation must meet the
standards established under NFPA 110. The City's expectations are that the awarded Bidder(s}
must have the staffing, qualifications, equipment, and experience to perform the work on the
generator systems to meet NFPA 110 for Level 2 emergency power generator systems .
By submitting a bid in response to this Solicitation, Bidders are attesting that they can and will
perform the work to meet the requirements of the NFPA 110 Standard.
The standards established in NFPA 110 for Level 2 power generator systems are incorporated into
this Solicitation by reference.
Page I 13
Oty of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
2.12 INSURANCE
The awarded Bidder shall not commence any performance pursuant to the terms of this Bid until
certification or proof of insurance has been received and approved by the City's Risk Coordinator
or designee.
The required insurance coverage is to be issued by an insurance company authorized, licensed
and registered to do business in the State of Florida, with the minimum rating of B+ or better, in
accordance with the latest edition of A.M. Best's Insurance Guide. This insurance shall be
documented in certificates of insurance which provides that the City of Palm Beach Gardens shall
be notified at least thirty (30) days in advance of cancellation, non-renewal, or adverse change.
The receipt of certificates or other documentation of insurance or policies or copies of policies by
the City or by any of its representatives, which indicate less coverage than is required, does not
constitute a waiver of the awarded Bidder's obligation to fulfill the insurance requirements
herein. Deductibles must be acceptable to the City of Palm Beach Gardens.
The awarded Bidder must submit a current Certificate of Insurance, naming the City of Palm Beach
Gardens as an additional insured and listed as such on the insurance certificate. New certificates
of insurance are to be provided to the City upon expiration.
The awarded Bidder shall provide insurance coverage as follows :
i. WORKERS COMPENSATION
Awarded Bidder shall carry Workers Compensation Insurance to apply for all employees
in compliance with the "Workers Compensation Law" of the State of Florida and all
applicable Federal laws. The City reserves the right not to accept exemptions to the
Workers Compensation requirements of this Solicitation.
ii. COMPREHENSIVE GENERAL LIABILITY
Awarded Bidder shall carry Comprehensive General Liability Insurance with minimum
limits of One Million Dollars ($1,000,000.00}; and include Products/Completion Liability
of One Million Dollars ($1,000,000). Such certificate shall list the City as additional
insured.
NOTE: If Comprehensive General Liability limits are less than One Million Dollars
($1,000,000.00}, the sum of Comprehensive General Liability limits and Excess Liability
limits must equal no less than One Million Dollars ($1,000,000.00).
iii. AUTOMOBILE LIABILITY
Awarded Bidder shall carry Automobile Liability Insurance to include owned, non-owned,
and hired, with minimum limits of One Million Dollars ($1,000,000.00} each occurrence.
The awarded Bidder must submit, no later than ten (10} days after award and prior to
commencement of any work, a Certificate of Insurance naming the City of Palm Beach Gardens as
an additional insured.
2.13 BID BOND/GUARANTY
Intentionally Omitted
Page I 14
2.14 PERFORMANCE BOND
Intentionally Omitted
2.15 CERTIFICATIONS
Intentionally Omitted
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
2.16 METHOD OF PAYMENT: Periodic Invoices for Completed Work
The awarded Bidder shall submit an invoice to the City after work has been performed and
accepted by the City. The date of the invoices shall not exceed thirty (30) calendar days from the
performance of the service. Under no circumstances shall the invoice be submitted to the City in
advance of the performance of the work.
The invoice shall contain the following basic information: the awarded Bidder's name and address,
invoice number, date of invoice, description of the service performed and the location, the
Contract number, purchase order number, and any discounts.
2.17 PURCHASE OF PARTS AND OTHER MATERIALS FOR EMERGENCY REPAIRS
The City may request that the awarded Bidder(s) purchase a part or equipment to repair a
generator, when such purchase will expedite the repairs to the generator. In such i nstances, the
awarded Bidder(s) shall have the right to charge a Handling Fee of no more than Ten Percent
(10%) of the cost of the part or equipment. This Handling Fee shall not be applicable to labor or
other charges on the awarded Bidder(s) invoice. The City may request a copy of the awarded
Bidder(s) supplier's invoice to verify the price of the part or equipment.
2.18 WARRANTY REQUIREMENTS
In addition to all other warranties that may be supplied by the Bidder, the awarded Bidder(s) shall
warrant its products and/or service against faulty labor and/or defective material, for a minimum
period of One (1) Year from the date of acceptance of the labor, materials and/or equipment by
the City. This warranty requirement shall remain in force for the full period; regardless of whether
the awarded Bidder is under Contract with the City at the time of defect. Any payment by the
City on behalf of the goods or services received from the awarded Bidder does not constitute a
waiver of these warranty provisions.
2.19 ADDITIONAL FACILITIES
Although this Solicitation and resultant Contract identifies specific facilities to be serviced, it is
hereby agreed and understood that any City department or agency facility may be added to this
Contract at the option of the City, for similar services. When required by the pricing structure of
the Contract, awarded Bidders shall be invited to submit price quotes for these additional
facilities. If these quotes are determined to be fair and reasonable, then the additional work will
be awarded to the current awarded Bidder(s) that offers the lowest acceptable pricing. If this
Contract has a single awarded Bidder, the additional site(s) may be added to this Contract by
formal modification of the Contract. The City may determine to obtain price quotes for the
additional facilities from non-Contract vendors in the event that fair and reasonable pricing is not
obtained from the current awarded Bidders, or for other reasons at the City's discretion .
Page I 15
2.20 MAINTENANCE, REPAIR, AND OPERATING SUPPLIES
Oty of Palm Beach Gardens
ITB No. ITB2016-056P5
Comprehensive Generator Maintenance Services
Except for replacement parts and equipment, the awarded Bidder shall be responsible for
providing all maintenance, repairs, and operating (MRO) supplies to perform the work required
under the Contract. Such MRO items shall include filters, oils, grease, screws, bolts, fasteners,
and other items.
2.21 CLEAN UP
The awarded Bidder shall remove all unusable materia ls and debris from the work areas at the
end of each workday, and disposed of in an appropriate manner. Upon final completion, the
awarded Bidder shall thoroughly clean up all areas where work has been involved as mutually
agreed with the City's authorized representative.
2.22 DEMONSTRATION OF EQUIPMENT
Intentionally Omitted
2.23 HOURLY RATE
The hourly rate quoted shall be deemed to provide full compensation to the awarded Bidder for
labor, equipment use, travel time, and any other element of cost or price. This rate is assumed
to be at straight-time for all labor, except as otherwise noted.
2.24 MOTOR VEHICLE LICENSE REQUIREMENT
Intentionally Omitted
2.25 PATENTS AND ROYALTIES
Intentionally Omitted
2.26 PRE-CONSTRUCTION CONFERENCE
Intentionally Omitted
2.27 RELEASE OF CLAIM REQUIRED
Intentionally Omitted
2.28 SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED
As part of its Bid, the Bidder must identify any and all subcontractors that will be used in the
performance of the proposed Contract, their capabilities and experience, and the portion of the
work to be done by the subcontractor. The competency of the subcontractor(s) with respect to
experience, skill, responsibility and business standing shall be considered by the City when making
the award in the best interest of the City. If the Bidder fails to identify any and all sub-Contractors
in the Bid, the Bidder may be allowed to submit this documentation to during the Bid evaluation
period if such action is in the best interest of the City.
2.29 OTHER FORMS OR DOCUMENTS
If the City is required by the awarded Bidder to complete and execute any other forms or
documents in relation to this Solicitation, the terms, conditions, and requirements in this
Solicitation shall take precedence to any and all conflicting or modifying terms, conditions or
requirements of the Bidder's forms or documents.
Page I 16
SECTION 3
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
STATE M ENT OF WORK AND TEC HNICAL SPECIFICATIONS
3.1 PROJECT SCOPE
The intent of this Solicitation is to Contract with a suitably qualified and experienced firm to
perform Comprehensive Generator Maintenance Services for the City of Palm Beach Gardens.
The awarded Bidder{s) must have the capacity and capability to service the entire standby power
generation systems.
All maintenance and inspection services must be completed in accordance to NFPA {National Fire
Protection Association) 110, Standard for Emergency and Standby Power Systems, effective
February 2016 and shall be updated as new standards become available. All City generators are
classified as Level 2 under NFPA 110 standards. (Chapter 4.4.2)
3.2 MONTHLY SERVICE AND PERFORMANCE INSPECTION
Every month. the awarded Bidder shall perform the following minimum services and inspections
for each generator system.
a. LUBRICATION SYSTEM
Check oil level
Inspect engine seals for leaks
Inspect lube oil for obvious contamination
Take oil sample for lab testing (annual)
General overview visual check
Document and log all findings
b. COOLANT SYSTEM
Check coolant level and top off
General overview visual check
Document and log all findings
c. GENERATOR
Exercise generator for no less than 15 minutes
General overview visual check
Document and log all findings
3.3 QUARTERLY SERVICE AND PERFORMANCE INSPECTION
Every 3 months (quarterly), except as otherwise indicated, the awarded Bidder shall perform the
following minimum services and inspections for each generator system .
a. FUEL/EXHAUST SYSTEM
Inspect air filters
Page I 17
Take fuel sample for lab testing (annual)
Inspect intake system
Inspect exhaust system
Test fuel transfer pumps and lines
Inspect gas lines for leaks or corrosion
Inspect gas and fuel tanks
Check gas and fuel levels
Inspect carburetors, regulators, and linkages
General overview visual check
Document and log all findings
b. BATIE RY
Check charger and gauges
Inspect racks, mountings, and casings
Inspect cabling condition
Inspect connections and clean
Check electrolyte levels and fill
Load test
General overview visual check
Document and log all findings
c. COOLANT SYSTEM
Test coolant protection levels (bi -annual)
Inspect hoses
Inspect for leaks
Inspect radiator cap
General overview visual check
Document and log all findings
d. ENGINE
Inspect belts and tension
Inspect and lubricate all governor linkage
Adjust governor linkage (as needed)
Test starter operation
Check engine block heater operation
Check of all gauges and meters
Inspect crankcase breather and clean (as needed)
General overview visual check
Document and log all findings
e . GENERATOR
Check unit voltage and adjust
Check frequency of output voltage and adjust
Check exciter rotor
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Clean/Inspect DC commutator and slip rings (as applicable)
Inspect all cabling connections
Page I 18
Check for any bearing, grinding, or arcing
Foreign debris check
Test no load operation
Test operation with building load (annual)
Check control panel operation
General overview visual check
Document and log hour meter/run time
f. TRANSFER SWITCH
Check of all gauges and meters
Test all alarms and auto shutdowns
Inspect all safety switches
Check the exerciser clock operation
Check wiring and connectors
Check relays and controls
Transfer Test (bi-annual)
General overview visual check
Document and log all findings
g. GENERAL
Inspect condition of all mountings
Inspect weather protection
Inspect/check safety shutdown devises
Inspect/adjust locks, latches, and weather seals
Check fans dampers and louvers
General overview visual check
Document and log all findings
3.4 ANNUAL SERVICE AND PERFORMANCE INSPECTION
City of Palm Beach Gardens
ITB No. ITB201fH>56PS
Comprehensive Generator Maintenance Services
The Annual Service and Performance Inspection includes all items in the Monthly and Quarterly
Services and Performance Inspections, plus the following items listed below:
a. Change oil
b. Change oil filters
c. Lube grease fittings
d. Change fuel filters
e. Bleed fuel system
f. Change coolant filters
g. Change air filters (only if necessary, after inspection)
3.5 FOUR (4) HOUR LOAD BANK TEST
Every 6 months (bi-annually), the awarded Bidder shall perform a load bank test on all the
generators covered by this Contract. The load bank test shall be reported w ith 15 minutes
readings attesting to the following:
a. Clean out exhaust piping to prevent wet stacking
b. Determination cooling system efficiency
c. Identifies problematic leaks in the lubrication system
d. Ensures that the voltage and frequency is stable
e. Tests the complete fuel system
f . Evaporates moisture from windings and other components
g. Tests overall cond it ion of the excitation system
h. Tests governors and controllers under load
Page I 19
i. Reseats piston rings and other engine components
City of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
j. Cleans out unburned product on valves, turbochargers and man ifolds
k. Overall assurance that the unit will function when needed
I. Document and log all findings
3.6 REPORTS, DOCUMENTATION AND LOGS
The awarded Bidder(s) shall provide written reports, documentation, and logs each time a
generator is serviced or repaired. This information shall be provided in a format that is acceptable
to the City, and shall contain the names and signatures of the attend ing technicians or
subcontractors.
Reports, documentation, and logs should be emailed for the attention of Joe Corrao at
jcorrao@pbgfl.com .
3.7 EQUIPMENT AND LOCATIONS
The generators to be serviced under this Contract are identified in Exhibit A, Generator
Identification and Location, which is attached to this Solicitation.
3.8 HURRICANE SEASON AND DISASTER MANAGEMENT
The awarded Bidders under this contract must be available to respond to the City during the
regular hurricane season, for any storm-related requests, whether for an emergency or not, and
must also be available to participate in any City organized disaster-preparation activities when so
requested.
Page I 20
BID SUBMITTAL
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
This Page and all following pages comprise your original Bid Submittal package. Please also attach any
additional information or documentation requested in this Invitation to Bid. There is no need to include
the preceding Sections 1, 2, and 3 in your Bid Submittal package.
INSTRUCTIONS
Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk,
10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m.
to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each
Bid submitted to the City Clerk shall have the following information clearly marked on the face of the
envelope: the Bidder's name, return address, ITB number, due date for Bids, and the title of the Bid.
Included in the envelope shall be one (1) original and one (1) electronic version on CD or a thumb drive
in a usable PDF format. The original should be marked "ORIGINAL", and the electronic copy must be
identical to the original. In the event of any discrepancy between the original bid and the electronic copy,
the original bid shall be the governing document. Bids must contain all information required to be
included in the submittal, as described in the Solicitation.
Invitation to Bid No.: ITB2016-056PS
Title: Comprehensive Generator Maintenance Services
Name of Bidder
Page I 21
4.1 PRICES AND RATES
SECTION 4
PRICING SCHEDULE
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
The Bidder shall indicate in the spaces provided, the firm and fixed prices and rates offered to the City for the goods and/or services
described below.
COMPREHENSIVE GENERATOR MAINTENANCE SERVICES
To supply labor, technicians, materials, and all MRO supplies to perform Comprehensive Generator Maintenance Service on the generating
systems described in Exhibit A and below, and as per the frequencies and specifications detailed in Section 3, Statement of Work and
Technical Specifications of this Invitation to Bid.
PREVENTATIVE MAINTENANCE SERVICES
ITEM 1 LOCATION MAKE MODEL ANNUAL COST
a. Municipal Complex, City Hall, 10500 N Mil itary Trail Spectrum 750DS4 $
b. Burns Road Recreation Center, 4404 Burns Road Kohler 230REOZJB $
c. Public Works Department, 3704 Burns Road Terex OT90P $
d. Riverside Youth Enrichment Cen, 10170 Riverside Drive Generac 98A055580-S $
e. Police Cell Tower, Old Dixie Highway Onan GGFD-4959819 $
f. Public Services Building, 4301 Burns Road Magnum MMGSO $
g. Fire Rescue Station No. 1, 10500 N Military Trail Broad crown BCJD275-60 $
h. Fire Rescue Station No. 2, 11025 Campus Drive Kohler lOOREZGD $
i. Fire Rescue Station No. 3, 5161 Northlake Boulevard Generac 2424030600 $
j. Fire Rescue Station No. 4, 11264 Jog Road Wacker 5891169 $
k. Fire Rescue Station No. 5, 3913 Hood Road Kohler 180RZD $
I. Public Works Department, 3704 Burns Road Coleman CJ6T105SQ $
m. Public Works Department, 3704 Burns Road Terex OT180C $
n. Public Works Department, 3704 Burns Road Terex OT90P $
o. Public Works Department, 3704 Burns Road Terex OT90P $
p. Municipal Complex, PSAP, 10500 N Military Trail Kohler 350REOZDD $
TOTAL ANNUAL PRICE: $
Page I 22
ITEM 2 EMERGENCY REPAIR SERVICES -HOURLY RATES FOR WORKMEN /TECHS
Electrician
Mechanic
Technician/Repairman
Technician's Helper
Laborer
$
$
$
$
$
City of Palm Beach Gardens
ITB No. ITB2016·056PS
Comprehensive Generator Maintenance Services
PER HOUR
I. Maximum Mark-Up on Materials, Parts, and Equipment for Emergency Repairs (Must Not Exceed 10%): %
II. The Bidder affirms that it has the capability and capacity to meet the TWO (2) HOUR Emergency Response Time: initials
iii. The Bidder affirms that it has the resources, equipment, and subcontractors to perform the work: initials
iv. The Bidder affirms that it is in the business of Comprehensive Generator Maintenance Services (at least 3 years):
NOTE : The City will not pay any transportation, fuel surcharges, or additional fees added to the rates and prices above.
Page I 23
PARTI:
Oty of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SECTION 5
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
List below the dates of issue for each addendum received in connection with this Solicitation:
Addendum #1, Dated------------
Addendum #2, Dated------------
Addendum #3, Dated------------
Addendum #4, Dated------------
Addendum #5, Dated------------
Addendum #6, Dated------------
Addendum #7, Dated-----------
Addendum #8, Dated------------
Addendum #9, Dated------------
Addendum #10, Dated-----------
PART II:
O NO ADDENDUM WAS RECEIV ED IN CONNECTION WITH THIS SOLICITATION
Firm Name
Signature
Name and Title (Print or Type)
Date
Page I 24
SECTION 6
City of Palm Beach Gardens
ITB No. ITB2016--056PS
Comprehensive Generator Maintenance Services
BID SUBMITTAL SIGNATURE PAGE
By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business
with the City, including all Conflict of Interest and Code of Ethics provisions.
Firm Name:
Street Address :
Mailing Address (if different than Street Address):
Telephone Number(s): -----------------
Fax Number(s): -------------------
Email Address:--------------------
Federal Employer Identification Number:------------------
Prompt Payment Terms: __ % __ days' net __ days
Signature: ___________________________ _
(S ignature of authorized agent)
Print Name:-----------------
Title : ___________________ _
By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the
resulting Contract/ Agreement.
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY
THE TERMS OF ITS OFFER, FOR NOT LESS THAN 90 DAYS, AND THE BIDDER'S UNEQUIVOCAL OFFER TO
BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN
THIS SOLICITATION WHERE INDICATED ABOVE, BY AN AUTHORIZED REPRESENTATIVE, SHALL RENDER
THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT
INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF
ITS OFFER.
Page I 25
SECTION 7
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT
7.1 AFFIDAVITS
The forms listed below must be completed by an official having legal authorization to
contractually bind the company or firm. Each signature represents a binding commitment upon
the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to
be the lowest responsive and responsible Bidder.
a. Conflict of Interest Disclosure Form
b. Notification of Public Entity Crimes Law
c. Drug-Free Work Place
d. Non-Collusion Affidavit
e. Sample Performance Bond Format
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
f . Sample Payment Bond Format
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
g. Sample Letter of Credit Format
Page I 26
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
City of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
CONFLICT OF INTEREST DISCLOSU RE FORM
The awa rd of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must
disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City
of Palm Beach Gardens.
Furthermore, all Bidders must disclose the name of any City employee who owns, directly, o r indirectly,
an interest of more than five percent {5%) in the Bidder's firm or any of its branches.
The purpose of this disclosure form is to give the City the information needed to identify potential conflicts
of interest for evaluation team members and other key personnel involved in the award of this contract.
The term "conflict of interest" refers to situations in which financial or other personal considerations may
adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in
exercising any City duty or responsibility in administration, management, instruction, research, or other
professional activities.
Please check one of the following sta t ements and attach additional documentation if necessary:
To the best of our knowledge, the undersigned firm has no potential conflict of interest
due to any other Cities, Counties, contracts, or property interest for this Bid.
The undersigned firm, by attachment to this form, submits information which may be a
potential conflict of interest due to other Cities, Counties, contracts, or property interest
for this Bid.
Acknowledged by:
Firm Name
Signature
Name and Title (Print or Type)
Date
Page I 27
···---.. , ....... -----
Cty of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
NOTIFICATION OF PUBLIC ENTITY CRIMES LAW
Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has
been placed on the convicted contractors 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 or real property to a public entity, may not be awarded or perform work as a
contractor, supplier, sub-vendor, 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
[F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed
on the convicted contractors list.
Acknowledged by:
Firm Name
Signature
Name and Title (Print or Type)
Date
Page I 28
DRUG-FREE WORKPLACE
Oty of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
_________________________ is a drug-free workplace and has
(Company Name)
a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes.
Acknowledged by:
Firm Name
Signature
Name and Title (Print or Type)
Date
Page I 29
NON-COLLUSION AFFIDAVIT
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
STATE OF ____ _
COUNTY OF ____ _
Before me, the undersigned authority, personally appeared ___________ ___J who, after
being by me first duly sworn, deposes and says of his/her personal knowledge that:
a. He/She is of --------------' the Bidder
that has submitted a Bid to perform work for the following:
ITB No.: __________ _ Title: ---------------
b. He/She is fully informed respecting the preparation and contents of the attached Request for Bids,
and of all pertinent circumstances respecting such Solicitation.
Such Bid is genuine and is not a collusive or sham Bid .
c. Neither 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 Solicitation and contract for which the attached Bid
has been submitted orto refrain from proposing in connection with such Solicitation and contract,
or has in any manner, directly or indirectly, sought by agreement or collusion or communication
or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid
or 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 or any person interested in the proposed contract.
d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
Signature
Subscribed and sworn to (or affirmed) before me this day of 2014, by
who is personally known to me or who has produced
_____________________ as identification.
SEAL
Page I 30
Notary Signature ____________ _
Notary Name:--------------
Notary Public (State):-----------
My Commission No:------------
Expires on:---------------
Oty of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SAMPLE PERFORMANCE BOND FORMAT
KNOW All MEN BY THESE PRESENTS: that --------------------
(Insert full name and address or legal t itle of successful Bidder)
as Principal, hereinafter called Contractor, and--------------------'
(Name of Insurer)
as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm
Beach County, Florida.
As Obligee, hereinafter called the City, in the amount of _______________ _,
($ ___________ , for the payment whereof, Contractor and Surety bind themselves, their
heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents.
WHEREAS, Contractor has by written agreement dated 2014, entered into
Contract No. with the City i n accordance with the Solicitation
specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter
referred as the Contract, for the performance of the following Work:
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and
faithfully perform said Contract, then this obligation shall be null and void; otherwise, it shall remain in
full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the City.
Whenever Contractor shall be and declared by the City to be in default under the Contract, the City having
performed City's obligations thereunder, the Surety may promptly remedy the default or shall promptly:
a. Complete the Contract in accordance with its terms and conditions; or
b. Obtain a Bid or Bids for completing the Contract in accordance with its terms and conditions, and
upon determination by Surety of the most responsible Bidder, or if the City elects, upon
determination by the City and the Surety jointly of the most responsible Bidder, arrange for a
Contract between such Bidder and the City, and make available as work progresses (even though
there should be a default or a succession of defaults under the contract or contracts of completion
arranged under this paragraph} sufficient funds to pay the cost of completion less the balance of
the contract price; but not exceeding, including ot her costs and damages for which the Surety
may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance
Page I 31
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
of the contract price", as used in this paragraph, shall mean the total amount payable by the City
to Contractor under the contract and any amendments thereto, less the amount properly paid by
the City to the Contractor.
Any suit under this bond must be instituted before the expiration of twenty-five (25) months from the
date on which final payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the
City named herein or the heirs, executors, administrators, or successors of the City.
Signed and sealed this ____ day of _________ __, 2014.
(Principal) (Seal)
(Witness) (Title)
(Name of Insurer) Surety (Seal)
By: ____________ _
(Witness) (Attorney-in-Fact)
Page I 32
Oty of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SAMPLE PAYMENT BOND FORMAT
KNOW ALL MEN BY THESE PRESENTS: that--------------------
(Insert full name and address or legal title of successful Bidder)
as Principal, hereinafter called Contractor, and------------------~
(Name of Insurer)
as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm
Beach County, Florida.
As Obligee, hereinafter called the City, in the amount of _______________ _,
($ __________ _,, for the payment whereof, Contractor and Surety bind themselves, their
heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents.
WHEREAS, Contractor has by written agreement dated 2014, entered into
Contract No . with the City in accordance with the Solicitation
specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter
referred as the Contract, for the performance of the following Work:
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said Contractor and all
subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees
of said Contract and of such subcontractors shall promptly make payments to all persons supplying him
or them with labor, products, services, or supplies for or in the prosecution of the work provided for in
such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of
reasonable attorney's fees, incurred by the claimants in suits on this bond, then the above obligation shall
be void; otherwise, it shall remain in full force and effect.
HOWEVER, this bond is subject to the following conditions and limitations:
a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the
prosecution of the work provided for in said Contract shall have a direct right of action against the
Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, instituted in
the county in which the work provided for in said Contract is to be performed or in any county in which
Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the
name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or
either of them (but not later than one year after the final settlement of said Contract) in which action such
claim or claims shall be adjudicated and judgment rendered thereon.
b) The Principal and Surety hereby designate and appoint---------------
Page I 33
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
________________________ as the agent of each of them to
receive and accept service of process or other pleading issued or filed in any proceeding instituted on this
bond and hereby consent that such service shall be the same as personal service on the Contractor and/or
Surety.
c) In no event shall the Surety be liable for a greater sum than the penalty of this bond, or subject
to any suit, action or proceeding thereon that is instituted later than one year after the final settlement
of said Contract.
d) This bond is given pursuant to and in accordance with the provisions of Florida Statutes, and all
the provisions of the law referring to this character of bond as set forth in any sections or as may be
hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in
full.
Any suit under this bond must be instituted before the expiration of twenty-five (25) months from the
date on which final payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the
City named herein or the heirs, executors, administrators, or successors of the City.
Signed and sealed this ____ day of _________ _, 2014.
{Principal) {Seal)
(Witness) (ntle)
(Name of Insurer) Surety (Seal)
(Witness) (Attorney-in-Fact)
Page I 34
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SAMPLE LETTER OF CREDIT FORMAT
APPLICANT:
{Name of Corporation} __________ _
{Address} _____________ _
{City, State, Zip} ____________ _
BENEFICIARY:
CITY OF PALM BEACH GARDENS
10500 N. MILITARY TRAIL
PALM BEACH GARDENS, FLORIDA 33410
FOR U.S.D. $ ___ _
DATE OF EXPIRATION: ______ _
LETTER OF CREDIT NO.: -------
ISSUANCE DATE:
WE HEREBY ESTABLISH OUR IRREVOCABLE LETIER OF CREDIT NO. ___ IN FAVOR OF THE
BENEFICIARY, THE CITY OF PALM BEACH GARDENS, FLORIDA (HEREINAFTER "PBG") FOR THE ACCOUNT OF
THE ABOVE -R EFERENCED APPLICANT, AVAILABLE BY YOUR DRAFTS DRAWN ON (Insert name of Bank)
PAYABLE AT SIGHT FOR ANY SUM OF MONEY NOT TO EXCEED A TOTAL OF (Insert the amount of money).
THE AMOUNT REFERENCED ABOVE.
DEMANDS OF THE LETIER OF CREDIT MUST BE ACCOMPANIED BY A STATEMENT FROM THE CITY
MANAGER OF THE CITY OF PALM BEACH GARDENS CERTIFYING EITHER: (1) THAT SAID LETIER OF CREDIT
IS ABOUT TO EXPIRE AND HAS NOT BEEN RENEWED, OR (2) THAT WORK HAS NOT BEEN COMPLETED IN
ACCORDANCE WITH THE PLANS, SPECIFICATIONS, AND AGREEMENTS (INCLUDING ANY AMENDMENTS
THEREOF) FOR THE FOLLOWING PROJECT: {Name of Project}
--------------(THE 'PROJECT').
IT IS A CONDITION OF THIS LETTER OF CREDIT THAT IT WILL BE AUTOMATICALLY EXTENDED FOR PERIODS
OF ONE YEAR FROM EXPIRY DATE HER EOF, OR ANY FUTURE EXPIRATION DATE, WITHOUT ANY
AMENDMENT, UNLESS THIRTY (30) DAYS BUT NO MORE THAN SIXTY (60) DAYS PRIOR TO ANY EXPIRATION
DATE WE SHALL NOTIFY PBG IN WRITING BY CERTIFIED MAIL RETURN RECEIPT REQUESTED, OR BY
COURIER VIA HAND DELIVERY AT THE ABOVE-LISTED ADDRESS, THAT WE ELECT NOT TO CONSIDER THIS
LETIER OF CREDIT RENEWED FOR ANY SUCH ADDITIONAL PERIOD .
WE HEREBY AGREE WITH THE DRAWERS, ENDORSERS, AND BONA FIDE HOLDERS OF ALL DRAFTS DRAWN
UNDER AND IN COMPLIANCE WITH THE TERMS OF THE CREDIT THAT SUCH DRAFTS WILL BE DULY
HONORED UPON PRESENTATION TO {Name of Bank} (THE 'BANK'),
WHICH IS DULY AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA IN ACCORDANCE WITH
THE TERMS HEREOF. IF A DRAFT, AS DESCRIBED IN THIS LETIER OF CREDIT, IS PRESENTED PRIOR TO THE
EXPIRATION DATE AND IN CONFORMITY WITH THE TERMS OF THIS LETIER OF CREDIT AND UPON
Page I 35
City of Palm Beach Gardens
ITB No. ITB2016--056PS
Comprehensive Generator Maintenance Services
PRESENTATION IT IS WRONGFULLY DISHONORED BY THE BANK, THE BANK AGREES TO PAY REASONABLE
ATTORNEYS FEES AND COSTS, INCLUDING FEES AND COSTS ON APPEAL, INCURRED BY THE CITY OF PALM
BEACH GARDENS TO ENFORCE THIS LETTER OF CREDIT SHOULD PBG PREVAIL.
DOCUMENTS MUST BE PRESENTED FOR PAYMENT TO:
{Name of Bank Branch} ___________ _
(Address} _______________ _
{City, State, Zip} _____________ _
ATTN: {Department} ____________ _
ALL DRAWINGS UNDER THIS LETTER OF CREDIT MUST BE ACCOMPANIED BY THE ORIGINAL LETTER OF
CREDIT INSTRUMENT WHICH WILL BE RETURNED TO THE BENEFICIARY AFTER ENDORSING THE BACK OF
SAME WITH THE AMOUNT OF EACH DRAWING BY US.
PARTIAL DRAWINGS ARE PERMITTED.
THE AMOUNT OF ANY DRAFT DRAWN UNDER THIS CREDIT MUST BE ENDORSED ON THE REVERSE OF THE
ORIGINAL CREDIT. ALL DRAFTS MUST BE MARKED "DRAWN UNDER {Name of Bank}
LETTER OF CREDIT NUMBER DATED
_______ _, 20_."
THIS CREDIT IS SUBJECT TO THE "UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS, (2007
REVISION), INTERNATIONAL CHAMBER OF COMMERCE PUBLICATION NO. 600", AND TO THE PROVISIONS
OF FLORIDA LAW. IF A CONFLICT BETWEEN THE UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY
CREDITS AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. IF A CONFLICT BETWEEN THE
LAW OF ANOTHER STATE OR COUNTRY AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL.
VENUE FOR ANY DISPUTES RELATING TO THE ENFORCEMENT OF THIS LITTER OF CREDIT SHALL BE PALM
BEACH COUNTY, FLORIDA.
{Name of aank} _________ _
BY: __________ _
{Name} _______ _
{Title} _______ _
Page I 36
SECTION 8
Oty of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SAMPL E AG REE MENT FORMAT
Below is the standard agreement format for this Invitation to Bid. This is a sample agreement only and is
subject to revisions. PLEASE DO NOT COMPLETE.
AGREE ME NT
THIS AGREEMENT is hereby made and en t ered into this __ day of 20_, (the
"effective date") by and between the City of Palm Beach Gardens, a Florida municipal corporation ("City''),
whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and a
corporation (hereafter referred to as "Contractor"), whose address is-------
WHEREAS, the City desires to retain the services of the Contractor to provide the goods and
services in accordance with the City's Invitation to Bid No. and the Contractor's
response thereto, all of which are incorporated herein by reference.
NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth,
the Contractor and the City agree as follows:
ARTICLE 1. INCORPORATION OF INVITATION TO BID
The terms and conditions of this Agreement shall include and incorporate the terms, conditions,
and specifications set forth in the City's Invitation to Bid No. and the Contractor's
response to the Invitation to Bid, including all documentation required thereunder.
ARTICLE 2. DESCRIPTION OF GOODS OR SCOPE OF SERVICES
The Contractor shall provide the goods and/or perform those services identified in the
specifications accompanying the City's Invitation to Bid, which are incorporated herein by reference.
ARTICLE 3. COMPENSATION
The City shall pay to the Contractor, in compliance with the Pricing Schedule attached hereto and
incorporated herein, according to the terms and specifications of the referenced Invitation to Bid.
ARTICLE 4. MISCELLANEOUS PROVIS IONS
a. Notice Format. All notices or other written communications required, contemplated, or
permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or
mailed by registered or certified mail (postage prepaid), return receipt requested, to the following
addresses:
Page I 37
i. As to the City:
ii. with a copy to:
iii. As to the Contractor:
City of Palm Beach Gardens
ITS No. ITB2016-056P5
Comprehensive Generator Maintenance Services
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, Florida 33410
Attn: City Manager
Email :
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, Florida 33410
Attn: City Attorney
Email :
Attn.:. ___________ _
Email: ________ _
b. Headings. The headings contained in this Agreement are for convenience of reference
only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement.
c. Effective Date. The effective date of this Agreement shall be as of the date it has been
executed by both the parties hereto.
ARTICLE 5. CONTRACT TERM
This term of this Agreement shall be from the effective date through _____ 20__, unless
terminated earlier in accordance with terms set forth in the ITB.
(Remainder of this page is intentionally left blank.)
Page I 38
City of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written.
[SEAL]
ATTEST:
By: _________ _
Patricia Snider, CMC, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
By: _________ _
R. Max Lohman, City Attorney
WITNESS:
CITY OF PALM BEACH GARDENS, FLORIDA
By: _____________ _
Ronald M. Ferris, City Manager
By: _____________ _
Print Name:--------------
Title: _______________ _
By: ____________ _
Print Name:------------
Page I 39
NO. LOCATION
Municipal Complex, City Hall
1. 10500 N Military Trail
Burns Road Recreation Cen
2. 4404 Burns Road
Public Works
3. 3704 Burns Road
Riverside Youth Center
4. 10170 Riverside Drive
Police Cell Tower
5 . Old Dixie Highway
Public Services Building
6. 4301 Burns Road
Fire Station 1
7. 10500 N Military Trail
Fire Station 2
8. 11025 Campus Drive
Fire Station 3
9. 5161 Northlake Blvd
Fire Station 4
10. 11264 Jog Road
Fire Station 5
11. 3913 Hood Road
Public Works*
12. 3704 Burns Road
Public Works*
13. 3704 Burns Road
Page I 40
SECTION 9
EXHIBIT A
GENERATOR IDENTIFICATION AND LOCATION
MAKE MODEL KW
Spectrum 750054 750
Kohler 230REOZJB 225
Terex OT90P 72
Generac 98A055580-S 85
Onan GGFD-4959819 35
Magnum MMG80 55
Broad crown 800275-60 275
Kohler lOOREZGD 100
Generac 2424030600 200
Wacker 5891169 180
Kohler 180RZD 180
Coleman CJ6T10SSQ 105
Terex OT180C 135
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
FUEL TYPE STATIONARY /MOBILE
Diesel Stationary
Diesel Stationary
Diesel Stationary
LNG Stationary
LNG Stationary
Diesel Stationary
Diesel Stationary
LNG Stationary
LNG Stationary
Diesel Stationary
LNG Stationary
Diesel Mobile
Diesel Mobile
Public Works*
14. 3704 Burns Road Terex OT90P
Public Works*
15 . 3704 Burns Road Terex OT90P
Municipal Complex, PSAP
16. 10500 N Military Trail Kohler 350REOZDD
NOTE: *Public Works is the storage site for all mobile generators.
Page I 41
72
72
350
City of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
Diesel Mobile
Diesel Mobile
Diesel Stationary
IMPORTANT NOTICE
SECTION 10
SOLICITATION SUMMARY
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
SOLICITATION SUMMARY
Oty of Palm Beach Gardens
ITB No . ITB2016-056PS
Comprehensive Generator Maintenance Services
The information you provide on this page will be read aloud at the PUBLIC OPENING for this Solicitation.
It is VERY IMPORTANT that the summary information you provide below is exactly the same information
contained in your Bid. If subsequent to the opening of Bids, the City determines that the information
contained in the electronic version of your Bid is different from the information on this Solicitation
Summary, the City reserves the right to deem your Bid NON-RESPONSIVE, and remove your Bid from
further evaluation and consideration for contract award.
BID INFORMATION
Proposal Number: ITB2016-056PS
Title: Comprehensive Generator Maintenance Services
Due Date and Time:
Name of Proposer:
Address:
Contact Person:
Bid Amount:
Authorized Signature:
Date:
By signing and submitting this Solicitation Summary, the Bidder affirms that the information provided
above is an exact and correct summary of the information contained in the electronic version of the
Bidder's Bid to the City of Palm Beach Gardens .
NOTE: This Solicitation Summary must be signed and included as an ORIGINAL HARDCOPY in the
envelope containing your Bid.
Page I 42
l
I
I
I
I
I
i
I
I
I
0 -:r ~~ \6 _.: \\---
~
~~~
I
,0 N ..
u w
0
\J) -
INSTRUCTIONS
PALM BEACII GARDENS
•;1 rml,111t.• 11l11n~ ,,, /ir .. •. lt.•t1n1, u·,011'· t.~~ p/11y••
The Cltv of Palm Beach Gardens
10500 North Mllltary Trail
Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
INVITATION TO BID
ITB NO.: ITB2016-056PS
TITLE: COMPREHENSIVE GENERATOR MAINTENANCE SERVICES
DUE DATE AND TIME: FRIDAY. DECEMBER 11, 2015@ 3:00PM
Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500
North Military Trait, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m.,
Monday through Friday, except holidays. All Bids will be publicly opened and read aloud at City Hall. Each Bid
submitted to the City Clerk shall have the following Information clearly marked on the face of the envelope: the
Bidder's name, return address, ITB number, due date for Bids, and the title of the Bld. Included in the envelope shall
be a signed original of the Solicitation Summary and one (1) electronlc version of your Bid on CD or a thumb drive
In a usable PDF format. If the ~u:nma~s not included in the envelope as a hard copy, the City may
deem your Bid non-responsive. A hard-copy of your Id is not required. Bids must contain all information required
to be Included In the submittal, as described in this Solicitation.
BROADCAST
The City of Palm Beach Gardens utilizes electronic onllne services for notification and distribution of its Solicitation
documents. The City's Sollcitatlon Information can be obtained from: a) Public Purchase • Please contact Public
Purchase at support@publicpurchase.com; www.publicpurchase.com: or call 801-932-7000 for additional
Information on registration; b) DemandStar • Please contact DemandStar at www.demandstar.com or by calling
them at 1-800-711-1712; c) The City's Vendors List -The City emails all advertised Solicitations to vendors which
have joined the City's Vendors list. To join the City's Vendor List, please visit the City's Purchasing webpage at
www.pbgfl.com/purchasfng and click on the "Join Vendors list" link. Bidders who obtain Solicitations from sources
other than those named above are cautioned that the Invitation to Bid package may be Incomplete. The City wilf
not evaluate incomplete Bid packages. DemandStar and Public Purchase are Independent entitles and are not agents
or representatives of the City. Communications to these entitles do not constitute communications to the City. The
City is not responsible for errors and omissions occurring In the transmission or downloading of any documents,
addenda, plans, or specifications from these websites. In the event of any discrepancy between information on
these websites and the hard copy Solicitation documents, the terms and conditions of the hardcopy documents wilf
prevail.
CONTACT PERSON
Any questions regarding the specifications and Solicitation process must be submitted In writing to the Purchasing
Department for the Purchasing and Contracts Director at kmra@pbgfl.com. To allow enough time for the City to
respond, requests for clarification and additional Information should be received at least forty-eight (48) hours
before the Due Date for Bids. ·
Page 11
PALM llliAC:11 GAt<l>ENS
•:,1 m,1,,,w p/11n • 1,; //rL•. /1·111·,r. ,rur.t .~ ,,J,w"'
The City of Palm Beach Gardens
10500 North Miiitary Trail
Palm Beach Gardens, FL 33410
1.EGAL ADVERTISEMENT
City of Palm Beach Ga1dens
ITB No. lTB2016-056PS
Comp1ehenslve Gene,ator Maintenance Services
INVITATION TO BID NO. 1TB2016-056PS
Comprehensive Generator Maintenance Services
The City of Palm Beach Gardens is seeking Bids from qualified firms to provide comprehensive generator
maintenance services at several City facilities, In accordance with the terms, conditions, and
specifications contained in this Invitation to Bid.
Invitation to Bid documents are available beginning Monday, November 16, 2015, at 8:00 a.m. local
time on the City of Palm Beach Gardens website at www.pbgfl.com and following the lin k to the
Purchasing webpage, or by contacting the City Clerk's Office at (561) 799 -4121.
Sealed Bid packages must be clearly marked "ITB2016-056PS, Comprehensive Generator Maintenance
Services" and delivered to the Office of the City Clerk at 10500 North Military Trail, Palm Beach Gardens,
Florida 33410 . The deadl!ne for submission of Bids is Friday, December 11, 2015, at 3:00 p.m . local time.
At that time, the Bids will be publicly opened and read aloud at City Hall, 10500 North Military Trail,
Palm Beach Gardens, Florida 33410.
Late Bids wlll not be accepted and wlll be returned to the sender unopened.
It is the responsibility of the Bidder to ensure all pages are included In the submission. All Bidders are
advised to closely examine the Solicitation pa cka ge . Any questions regarding the completeness or
substance of the Solicitation package or the goods or services must be submitted in writing via email or
fax to Km! Ra, Purchasing and Contracts Director, kmra@pbgfl.com or (561) 799-4134.
The City of Palm Beach Gardens fs exempt from Federal and State Taxes for tangible personal property
tax.
The City of Palm Beach Gardens reserves the right to accept or reject any or all Bid submittals, fn whole
or in part, with or without cause, to waive any Irregularities and/or technfcalities, and to award the
contract on such coverage and terms it deems will best serve the Interests of the City . .
CITY OF PALM BEACH GARDENS
Patricia Snider, CMC, City Clerk
Publlsh: Palm Beach Post
Sunday,NovemberlS,2015
Page 12
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Page I 3
TABLE OF CONTENTS
SECTION
General Terms and Conditions
Special Terms and Conditions
City of Palm Beach Gardens
ITB No. ITB2016·056PS
Comprehensive Generator Maintenance Services
PAGE
4
12
Technical Specifications, Statement of Work, or Scope of Services 17
Bid Submittal
Pricing Schedule 22
Acknowledgement of Addenda 24
Signature Page 25
Affidavits, Performance and Payment Bonds Format, Letter of Credit Format 26
Sample Agreement Format 37
Exhibits (if applicable) 40
Solicitation Summary
(MUST BE INCLUDED AS A HARD-COPY IN THE BID PACKAGE) 42
SECTION 1
City of Palm Sea ch Gardens
ITB No. ITB2016·056PS
Comprehensive Generator Mainte nance Services
GENE RA L TE RMS A ND CONDI TI ONS
1.1 DEFINITIONS
o. Bid: any offer(s) subm/tfed In response to an Invitation to Bid.
b. Bidder: person or firm submitting a Bid in response to an
Invitation to Bid.
c. Bid Solie/tot/on or lnvitotlon to Bid: this Solicitation
documentation, Including any and all addenda.
d. Bid Submittal Farm: describes the goods or services to be
purcl,ased, and must be completed and submitted with the
Bid.
e. City: shall refer to the City of Palm Beach Gardens, Florida.
f. Contract or Agreement: the Invitation to Bid, all addenda
Issued thereto, all affidavits, the signed agreement, and oil
related documents which comprise the totality of the contract
or agreement between the City and the Bidder.
g. Contractor: successful Bidder or Bidder who Is awarded a
contract to provide goods or services to the City.
h. Invitation to Bid: f armal request for Bids from qt1alified
Bidders.
/. Purchosfng Deportment: the Purchasing Department of the
City of Palm Beach Gardens, Florida.
J. Responsible Bldder:a Bidder which has the capability In oil
respects to perform In full the contract requirements, as
stated In the lnvltotion to Bid, and the Integrity ond reliobllfty
that wifl assure good-folth performance.
k. Responsive Bidder: a Bidder whose Bid conforms In all
material respects to the terms and conditions fncfuded in the
Invitation to Bid.
1.2 CONE OF SILENCE
1.3
Pursuant to Section 2-355 of Palm Beach County Ordinance
Na. 2011-039, and the purchasing policies of the City of Palm
Beoch Gardens, af/ Sol/citations, once advertised and until the
appropriate authority has approved an award
recommendation, are under the "Cone of Siience". This limits
and requires documentation of communlcatfons between
potential Bidders and/or Bidders on City Sofidtot/011s, the
City's professional staff, and the Qty Councfl members.
ADDENDUM
The Purchasing Deportment may Issue an addendum In
response to any fnquity received, prior to the close of the
Sal/citation period, which changes, adds, or cforlfies the terms,
provisions, or requirements of the Sol/citation . The Bidder
Page 14
1.4
1.5
1.6
1.7
1.8
should not rely on o ny representation, statement, or
expfanatlon, whether written or verbai other than those
made In the Sollcitatian document or In the addenda Issued.
Where there appears to be a con/I/ct between the Solicitation
and any addenda, the fast addendum issued shall prevail. It Is
the vendor's respanslbllity to ensure receipt of of/ addenda,
and any accompanying documentat ion. The vendor fs
required to submit with Its Bid or Bid a signed
"Acknowledgment of Addenda" farm, when any addenda
have been issaed.
LEGAL REQUIREMENTS
This Solle/tot/on is subject t o all legal requirements contained
In the applicable City Ordinances and Resolutions, as well os
all applicable City, State, and Federal Stotates. Where confflct
exists between this Bi d Soficltation and these /ego /
requirements, tlie authority shafl prevail In the fol/owing
order: Federal, State, and local.
CHANGE OF BIO
Prior to the scheduled Bid opening a Bidder may change Its Bid
by submitting o new Bid (as Indicated on the cover page) w i th
a fetter on the firm's letterhead, signed by on authorized
agent stat ing that the new submittal replaces the original
submittal. The new submittal shall con tain the letter and off
Information as required for submi tting the original Bid. No
changes to a Bid w//1 be accepted after the Bid has been
opened.
WITHDRAWAL OF BID
A Bid shall be Irrevocabl e unless the Bid Is withdrawn as
provided herein. Only a written letter recei ved by t he
Purchasing Department prior to the Bid opening date may
withdraw a Bid. A Bid may also be withdrawn ninety {90) days
after the Bi d has been opened and prior t o award, by
submitting a letter to the Purchasing and Contracts Director.
The withdrawal Jetter must be on company letterhead and
signed by an authorized agent of the Bi dder.
CONFLICTS WITHIN THE BID SOL/CITATION
Where there appears to be a conflict between the General
Terms and Conditions, Special Conditions, the Technical
Specifications, the Bid Submittal Form, or any addendum
Issued, the order of precedence shall be: the lost addendum
Issued, the Bid Submittal Form, the Technical Specifications,
the Special Conditions, and then the General Terms and
Conditions.
PROMPT PAYMENT TERMS
/tis the policy of tl1e City of Palm Beach Gardens t hat payment
for oil purchases by City departments shall be made In a timely
manner. The City wlfl pay the awarded Bidder upon receipt
and acceptance of the goads or servi ces by o duly authorized
1.9
representative of the City. In accordance 111/th Section 218. 74,
Florida Statutes, the time ot which payment shall be due from
the City shall be forty-five (45} days from receipt of a proper
Invoice. The time at which payment shall be due to small
businesses shall be thirty (30} days from receipt of o proper
invoice. Proceedings to resolve disputes for payment of
obligations shall be concluded by flnol 111ritten decision of the
City Manager or designee, not later than sixty (60} days ofter
the date on which the proper invoice was received by the City.
DISCOUNTS (PROMPT PAYMENTS}
The Bidder may offer cash discounts for prompt payments;
however, such discounts w/11 not be considered In determining
the lowest price during Bid evaluation. Bidders ore requested
to provide prompt payment terms In the space provided on
the Bid submlttol signoture page of tl1e Sol/citotion.
1.10 PREPARATION OF BIDS
1,11
Page IS
a. The Bid forms define requirements of items to be
purchased, and must be completed and submitted with
the Bid. Use of any other forms will result In the refection
of the Bidder's offer. The Bid submittal forms must be
leglble. Bidders shall use typewriter, computer, or Ink. All
changes must be crossed out and Initialed In Ink. Failure
to comply with these requirements may cause the Bid to
be rejected.
b. An authorized agent of the Bidder's firm must sign the
Bid submittal form. Faf/ure to sign the Slgnotllre Page
of the Bid shalt render the Bid non-responsive.
c. The Bidder may be considered non-responsive if Bids ore
conditioned upon modifications, changes, or revisions to
the terms and conditions of this Sol/citation.
d. The Bidder may submit olternote Bld(s) for the same
Solicitation provided that such of fer Is allowable under
the terms ond conditions. The alternate Bid must meet
or exceed the minimum requirements ond be submitted
os a separate Bid submittal marked HAfternote Bid".
e. When there ls o discrepancy between the unit prices ond
any extended prices, the unit prices wll/ prevail.
f. late Bids wllf not be accepted ond w/11 be returned to the
sender unopened. It Is the Bidder's responsibility to
enstlfe timely dellvery by the due dote and time, and at
the place stated In this Solicitation. No exceptions will be
mode due to weather, carrier, traffic, Illness, or other
issues.
CANCELIATION OF BID SOLICITATION
The City of Palm Beach Gardens reserves the right to cancel,
in whole or In part, any Invitation to Bid when It Is in the best
Interest of the City.
1.12
1.13
1.14
City of Palm Beach Gardens
ITB No. lTB2016-056PS
Comprehensive Generator Maintenance Service~
AWARD OF CONTRACT
a. The contract may be awarded to the responsive and
responsible Bidder meeting oil requirements as set forth
In the Sol/citation. The City reserves the right to reject any
and of/ Bids, to waive Irregularities or technicalities, and
to re-advertise for all or any port of this Bid Solicitation
as deemed In Its best interest. The City shall be the sole
judge of Its best interest.
b. The City reserves the right to reject any and all Bids If it is
determined that prices ore excessive, best offers ore
determined to be unreasonable, or it Is otherwise
determined to be In the City's best Interest to do so.
c. The City reserves the right to negotiate prices with the
responsive and responsible low Bidder, provided that
the scope of work of this Solicitation remains the same.
d. The Bidder's performance as a prime contractor or
subcontractor on previous aty contracts slrofl be token
into account In evaluating the Bid received for this Bid
Solicitation.
e. The City will provide a copy of the Bid Tabulation to off
Bidders responding to this Solie/tot/on .
f The Bid Solicitation, any addenda and/or properly
executed modifications, the signed Agreement, the
purchase order, and any change order(s) shell constitute
the contract.
g. The Purchasing and Contracts Director wll/ decide all tie
Bids.
h. Award of this Bid may be predicated on compliance with
ond submittal of oil required documents as stipulated In
the Bid Sollcltot/011.
I. The City reserves the right to request and evaluate
additional Information from any Bidder ofter the
submission deadline as the City deems necessary.
CONTRACT EXTENSION
The City reserves the right to ot1tomotlcally extend any
agreement for a maximum period not to exceed ninety (90)
calendar days In order to provide City deportments with
continue/ service and st1ppl/es whlle o new agreement is being
solicited, evaluated, and/or awarded.
WARRANTY
All warranties express ond implied shall be made avollable to
the City for goods and services covered by this Bid Solicitotlon.
All goods furnished shall be fully guaranteed by the awarded
Bidder against factory defects and workmanship. At no
expense to the City, the awarded Bidder shall correct any and
oil apparent and latent defects thot may occur within the
manufacturer's standard warranty.
1.15 ESTIMATED QUANTITIES
1.16
1.17
Estimated quantities or dollars ore for Bidder's guidance only:
(a) estimates are based on the City's anticipated needs and/or
usage; ond {b) the City may use these estimates to determine
the low Bidder. No guarantee Is expressed or Implied as to
quantities or doHars that w/11 be used during the contract
period. The City Is not obligated to place any order for the
given amount subsequent to the award of this Bid Solicitation.
NON-EXCLUSIVITY
It is the intent of the City to enter into 011 agreement with the
awarded Bidder that w/11 satisfy Its needs as described herein.
However, the City reserves the right as deemed In Its best
Interest to perform, or cot1se to be performed, the work and
services, or any portion thereof, herein described In any
manner it sees flt, including but not limited to, award of other
contracts, use of any contractor, or perform the work with Its
own employees.
CONTINUATION OF WORK
Any work that commences prior to and w/1/ extend beyond the
expiration date of the current contract period shall, unless
terminated by mutual written agreement between the City
and the successful Bidder, continue 1mtll completion ot the
same prices, terms, and conditions.
1.18 BID PROTEST
1.19
Page I 6
A recommendation for contract award or rejection of oword
may be protested by a Bidder. The Bidder may /lie a written
protest with the City Clerk's office. The Bidder shall file Its
written protest with the City Clerk, Monday through Friday,
between the hours of 8:00 a.m. and 5:00 p.m., excluding legal
holidays. Protests shall contain the name, address, and phone
number of the petitioner, name of the petitioner's
representotive (If any), and the title and Bid number of the
Sol/citation. The protest shall speclflcolly describe the subject
matter, facts giving rise to the protest, and the action
requested from the City.
The written protest must be received no later than seventy-
t111a (12) consecutive hours (excluding Saturdays, Sundays,
and legal holidays) ofter the time of award posting. Failure to
file a timely f ormol written protest within the time period
specified shall constitute o waiver by the Bidder of all rights of
protest.
In the event of a timely protest, the City will not proceed
further with oward of the contract and agreement tmtll all
odminfstrotlve remedies ore exhausted, or unt/1 the City
Manager determines the award of the contract is immediately
necessary to protect the public health, welfare, or safety.
LAWS AND REGULATIONS
The awarded Bidder shall comply with of/ lows and regulations
opp/fcable to provide the goods or services specified In this Bid
Solicitation. The Bidder shall be familiar with allfederol, state,
and focal Jaws that may off ect the goods and/or services
offered.
1.20
1.21
1.22
1.23
1.24
1.25
City of Palm Beach Gardens
no No. lT82016·056PS
Comprehensive Generator Maintenance Services
LICENSES, PERMITS AND FEES
The awarded Bldder{s) shall hold all licenses and/or
certificotlons, obtain and pay for oil permits and/or
inspections, and comply with al/ lows, ordinances, regulations,
and building code requirements applicable to the work
required herein. Damages, penalties, and/or fines Imposed on
the Cfty or an awarded Bidder for failure to obtain ond
maintain required licenses, certlflcotions, permits, and/or
inspections shall be borne by the awarded Bidder.
SUBCONTRACT/NG
Unless otherwise specified in this Bid Sol/citotlon, the
successful Bidder shall not subcontract any portion of the
work without the prior written consent of the City. The ability
to st1bcontract may be further limited by the Spec/al
Conditions. Subcontracting without the prior consent of the
City moy result In termination of the contract for default.
ASSIGNMENT
The awarded Bidder shoJ/ not assign, transfer, hypothecote, or
otherwise dispose of this contract, includlng any rights, tltle,
or Interest therein, or its power to execute st1ch contract to
onyperson, company, or corporation without the prlonvritten
consent of the City. Assignment without the prior consent of
the City moy rest1lt In termination of the contract for default.
SHIPPING TERMS
Unless otherwise specified in the Bid Solicitation, prices
quoted shall be F.O.B. Destination. Freight shall be included
in the proposed price.
RESPONSIBILITIES AS EMPLOYER
The employee{s) of the a worded Bidder shall be considered to
be at all times its employee(s}, and not an emp/oyee(s) or
ogent{s) of the City or any of Its deportments. The awarded
Bidder shall provide physlcol/y competent employee(s)
capable of performing the work as required. The City may
require the awarded Bidder to remove any employee it deems
unacceptable. All employees of the awarded Bidder shall
wear proper identification.
It Is the awarded Bidder's responsibility to ensure t hat a/I Its
employees and subcontractors comply with the employment
regulations required by the US Department of Homeland
Security. The City shall have no responsibility to check or verify
the legal Immigration status of any employee of the awarded
Bidder.
INDEMNIFICATION
The awarded Bidder shall Indemnify and hold harmless the
City and Its officers, employees, agents, and instrumer1talitles
from any and oil /lobi/ity, losses or dam ages, Including
attorney's fees and costs of defense, which the City or its
officers, employees, agents, or Instrumental/ties may Incur as
a result of claims, demands, stilts, 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
1.26
1.27
1,28
Page 11
awarded Bidder or its employees, agents, servants, partners,
princfpafs, or subcontractors. The awarded Bidder shall pay
olf claims and losses in connection therewith, and shalf
Investigate and defend all claims, suits, or actions of cmy kind
or nature in the name of the City, where applicable, Including
appellate proceedings, and shalf pay all costs, Judgments, and
attorney's fees which may be Incurred thereon. The awarded
Bidder expressly understands and agrees that any insurance
protection required by this contract agreement or otherwise
provided by the awarded Bidder sholf in no way limit the
responslbilfty to indemnify, keep and save harmless, and
defend the City or its officers, employees, agents, and
instrumentalities as herein provided.
COLLUSION
A Bidder recommended for award as the result of a
competitive So/fcitatlon for any City purchases af suppl/es,
materials, 011d services (Including professional services, other
than professional architectural, engineering, ond other
services subject to Sec. 287.055 Florida Stats.), purchase,
lease, permit, concession, or management agreement shall,
within five (5) bw,iness days of the filing of such
recommendation, submit on affidavit under the penalty of
perjury, 011 of arm provided by the City, statl11g either that the
co11tractor Is not related to any of the other parties Bidding In
the competitive So/fcltatlon or identifying all related port/es,
as defined In this Section, which Bid In the Solicitation; and
attesting that the contractor's Bid Is genuine and not a sham
or collusive or mode In the Interest or on behalf of any person
not therein named, and that the contractor has not, directly
or Indirectly, Induced or solicited any other Bidder to put In o
sham Bid, or any other person, firm, or corporation to refrain
from proposing, and that the Bidder has not in ony manner
sought by col/us/an to secure to the Bidder an advantage over
any other Bidder. In the event a recommended Bidder
Identifies related parties in the competitive Sol/citation Its Bid
shall be presumed to be collusive and the recommended
Bidder shall be Ineligible for award unless that presumption Is
rebutted to the sat/sf action of the City. Any person ar entity
that falls to submit the required off/davit shall be Ineligible for
contract award.
MODIFICATION OF CONTRACT
The contract may be modified by mutual consent, In writing,
through the issuance of a modification to the contract, a
supplemen to/ agreement, purchase order, or change order, os
appropriate.
TERMINATION FOR CONVENIENCE
The City, at Its sole discretion, reserves the right to terminate
any contract entered Into pursuant ta this Invitation to Bid
(ITB) with or without cause immediately upon providing
written notice to the awarded Bidder. Upon receipt of such
notice, the awarded Bidder shall not Incur ony addltlonal costs
under the contract. The City sha/f be liable only for reasonable
casts Incurred by the awarded Bidder prior to the dote of the
notice of termination. The City shaf/ be the sole judge of
Hre osonable costs."
1.29
1.30
1.31
1.32
1.33
-------------------
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
TERMINATION FOR DEFAULT
The City reserves the right to terminate tl1is contract, In part
or In whole, or place the vendor on probation In the event the
awarded Bidder falls to perform In accordance with the terms
and conditions stated herein by providing written notice of
such f allure or default and by specifying a reasonable time
period within which the awarded Bidder must cure any such
Jaf/ure to perform or default. The awarded Bidders' failure to
timely cure oriy default shall serve to automatlcolly terminate
any contract entered Into pursuant to this ITB. The City further
reserves the right to suspend or debor the awarded Bidder in
accordance with the appropriate City ordinances, resolutions,
and/or policies. The vendor will be 11otified by Jetter of the
City's Intent to terml11ate. In the event of termination for
default, the City may procure the required goods and/or
services from any source and use any method deemed in Its
best interest. All re-procurement costs shall be borne by the
Incumbent Bidder.
FRAUD ANO MISREPRESENTATION
Any Individual, corporation, or other entity that attempts to
meet its contractual obligations with the City through froud,
misrepresentation, or material misstatement, may be
debarred for up to five (5) years. The City, as a further
sanction, may terminate or cancel any other contracts with
such Individual, corporation, or entity. Such Individual or
entity shall be responsible for all direct or indirect costs
associated with termination or cancelfotlon, Including
attorney's fees.
ACCESS AND AUDIT OF RECORDS
The City reserves the right ta require the awarded Bidder to
submit to an audit by an auditor of the City's choosing at the
awarded Bidder's expense. The awarded Bidder shall provide
access to all of Its records, which relate directly or Indirectly to
this Agreement, ot Its place of business during regular
business hours. The awarded Bidder shall retain all records
pertaining to this Agreement, and upon request, make them
available to the City far three (3) years fol/owing exp/ration of
the Agreement. The awarded Bidder agrees to provide such
assistance as may be necessary to facilitate the revle1v or
audit by the City to ensure compliance with app/lcoble
accauntlng and financial standards.
OFFICE OF THE INSPECTOR GENERAL
Palm Beach County hos established the Office of the Inspector
General, which Is authorized and empowered to review past,
present, and proposed County programs, contracts,
transactions, accounts and records. The Inspector General
(IG) has the power to subpoena witnesses, administer oaths,
require the production of records, and monitor existing
projects and programs. The Inspector General may, on a
random basis, perform audits on all City contracts.
PRE·AWARD INSPECTION
The City may conduct a pre-award inspection of the Bidder's
site or 110/d a pre-award quallffcatlon hearing to determine If
1.34
1.35
Page I 8
the Bidder Is capable of performing the requirements of this
Bid Sal/citation.
PROPRIETARY AND/OR CONFIDENTIAL INFORMATION
Bidders are hereby notified that all Information submitted as
port of, or In s11pport of Bid submlttols w/11 be oval/able for
pub/le Inspection after the opening of Bids in compliance with
Chapter 119 of the Florida Statutes, popularly known os the
"Public Record Law." The Bidder shall not submit any
information In response to this Solicitation which the Bidder
considers to be a trade secret, proprietary, or
confidential. The submission of any Information to the City In
connection with this Solicitation shall be deemed concfusfvely
to be CJ waiver of ony trade secret or other protection which
would otherwise be oval/able to the Bidder. In the event that
the Bidder submits information to the City In v/o/at/011 of this
restriction, either Inadvertently or Intentionally, ond clearly
Identifies that information In the Bid as protected or
confldentlol, the City may, In its sole discretion, either (o)
communicate with the Bidder In writing In an effort to obtain
the Bidder's withdrawal of the co11ftde11tlality restrlctioJJ, or
(b} endeavor to redact and return that Information to the
Bidder as quickly as possible, ond if appropriate, evaluate the
balance of the Bid. The redaction or return of Information
pursuant to this clause may render a Bid non-responsive.
HEAL TH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT
(HIPM)
Any person or entity that performs or assists the City of Palm
Beach Gardens with a function or activity involving the use or
disclosure of "lndlvlduolly Identifiable health information
(/IHI} and/or Protected Health Information (PHI) shall comply
with the Health Insurance Portability and Accountability Act
(HIPM} of 1996. HIPM mandates for privacy, security, and
electro11/c trans/ er standards Include, b1Jt ore not limi ted to:
o. Use of Information only for performing services required
by the contract or as required by low;
b. Use of appropriate sofeg1Jords to prevent non-permitted
disclosures;
c. Reporting to the Cfty of Palm Beach Gardens any non·
permitted use or disclosure;
d. Ass1Jrances that any agents and subcontractors agree to
the some restrictions and conditions that apply to the
Bidder and reasonable assurances that /IHI/PHI wl/l be
held confidential;
e. Making Protected Health Information (PHI} oval/able to
the customer;
f. Making PHI available to the customer for review and
amendment, and lnco1poratlng any amendments
requested by the customer;
1.36
1.37
1.38
1.39
1.40
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
g. Making PHI available to the City of Palm Beach Gardens
for an accounting of disclosures; and
h. Making l11ternol practices, books, and records related to
PHI oval/able to the City of Palm Beach Gardens for
comp/lance audits.
PHI shall maintain its protected status regardless of the form
and method of transmission (paper records a11d/or electronic
transfer of data}. The Bidder must give Its customers written
notice of its privacy Information practices, Including
speclficolly, a description of the types of 11ses and disclosures
that would be mode with protected health Information.
ADDJT/ONAL FEES AND SURCHARGES
Unless provided for i11 the contract/agreement, the City will
not make any additional payments such as fuel surcharges,
demurroge fees, or delay-in-delivery charges.
COMPLIANCE WITH FEDERAL STANDARDS
All Items to be purchased under this contract shall be /11
accordance with all governmental standards, to Include, but
not be limited to, those Issued by the Occupof/onol Safety and
Health Administration (OSHA}, the Notional Institute of
Occupot/onol Safety Hazards (NIOSH}, and the National Fire
Protection Association (NFPA).
COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF
FEDERAL FUNDING
If the goods or services to be acquired under this Solicitation
are to be purchased, In part or In whole, with Federal funding,
It Is hereby agreed and understood that Section 60-250.4,
Section 60-250.5, and Section 60-741.4 of Title 41 of the
United States Code, which addresses Af/lrmative Action
requirements for disabled workers, Is Incorporated Into this
Solicitation and resultaot contract by reference.
BINDING EFFECT
All of the terms ond provisions of this contract/agreement,
whether so expressed or not, shall be binding upon, Inure to
the benefit of, and be enforceable by the port/es and their
respective legal representatives, successors, and permitted
assigns.
SEVERA BIL/TY
The City's obligation pursuant to any contract or agreement
entered Into In accordance with this Solicitation Is specifically
contingent upon the lawful opproprlotlan of funds. Fallure to
lawfully opproprlote funds for any contract or agreement
awarded shall result In 011 tomotlc termination of the contract
or agreement. A non-appropriation event shall not constitute
a default or breach of sold contract or agreement by the City.
1.41 GOVERNING LAW AND VENUE
This contract ond all transactions contemplated by this
agreement shall be governed by and construed and enforced
In accordance with the lows of the State of Florida without
regard to a11y contrary conflicts of law principle. Ven11e of all
proceedings in connection herewith shall lie exclusively in
1.42
1.43
1.44
1.45
1.46
Page I 9
Palm Beach County, Florida, and each party hereby wolves
whatever its respective rights may hove been in the selection
of venue.
AITORNEY'S FEES
It ls hereby understood and agreed that In the event ony
lawsuit In the judicial system, /ede;af or state, Is brought to
enforce comp/lance wlt/1 this contract or Interpret some, or if
any odmlnlstrotive proceeding Is brought for the same
purposes, each party shall pay their own attorney's fees and
costs, including appellate fees and costs.
EQUAL OPPORTUNITY AND ANTI-DISCRIMINATION
The City of Palm Beach Gardens complies with all laws
prohibiting discrimination an the basis of age, race, gender,
religion, creed, politico/ off/1/atlon, sexual orlentotlan, physical
or mental disability, color or national origin, and therefore is
committed to assuring equol opportunity in the 01vard of
contracts and encourages small, local, minority, and femo/e-
owned businesses to participate.
During the performance of this contract, the awarded Bidder
agrees It will not discriminate or permit discrimination In Its
hiring practices or In its performance of the contract. The
awarded Bidder shall strictly adhere to the equal employment
opportunity requirements and any oppllcable requirements
established by the State of Florido, Palm Beach County and the
federal government.
The awarded Bidder further acknowledges and agrees to
provide the City with off information and dowmentotlon that
may be requested by the City from time to time regarding the
Sol/citation, selection, treatment and payment of
subcontractors, suppliers, and vendors in connection with this
Contract.
AVAILABILITY OF CONTRACT TO OTHER CITY DEPARTMENTS
It Is agreed ond understood that any City department or
agency may access this contract and purchase the goods or
services awarded herein. Each City department will Issue a
separate purchase order to the awarded Bidder for the
department's specific purchases.
CRIMINAt HISTORY BACKGROUND CHECKS
Prior to hiring a contract employee or contracting with a
Bidder, the City moy conduct a comprehensive crlmlnol
background check by accessing any Federal, State, or local low
enforcement database oval/able. The contract employee or
Bidder wlf/ be required to sign an authorization for the City to
access criminal background Information. The costs for the
background checks shall be borne by the City.
LABOR, MATERIALS, AND EQUIPMENT
Unless specified elsewhere In the Sol/citation or resultant
contract, all labor, materials, ond equipment required for the
performance of the requirements of the Contract shall be
supplied by the awarded Bidder.
1.47
1.48
1.49
1.50
City of Palm Beach Gardens
ITB No. ITD2016 ,056PS
Comprehensive Generator Malntena11ce Services
MINIMUM WAGE REQUIREMENTS
The awarded Bidder shall comply with all minimum wage and
living wage requirements, such os Living Wage requirements,
minimum wages based on Federal Low, minimum wages
bosed on the Dovls·Bocon Act, and the provisions of any other
woges lows, as may be opp/lcoble to this Contract.
PACKING SLIP AND DEUVERY TICKET
A pocking slip and/or de/Ivery ticket shall accompany all Items
during delivery to the City. The dowments shall Include
information on the contract number or purchase order, any
back order items, and the number or quantity of items being
delivered.
PURCHASE OF OTHER ITEMS
The City resefl!eS the right to purchase other related goods or
services, not listed in the Solicitation, during the contract
term. When such requirements ore Identified, the City may
request price quote(s) from the awarded Bldder(s) on the
contract. The City, at its sole discretion, will determine If the
prices offered ore reasonable, and may choose to purchase
the goods or services from the oworded Bidder, another
contract vendor, or o non-contract vendor.
PUBLIC RECORDS
Florido low provides that municipal records sholl at all times
be ovolloble to the pub/le for Inspection. Chapter 119, Florida
Statutes, the Pub/le Records Low, requires that off material
submitted In connection with a Bid response shall be deemed
to be public record subject to public Inspection upon award,
recommendation for award, or thirty (30} days ofter Bid
opening, whichever occurs first. Certain exemptions to pubflc
disclosure ore statutorily provided for In Section 119.07,
Florido Statutes. If the Bidder believes any of the Information
contained in his/her/its Bid Is considered confidential and/or
proprietary, Inclusive of trade secrets as defined In Section
812.081, Florida Statutes, and Is exempt from the Public
Records Low, then the Bidder, must fn Its response, speciflcally
Identify the material which Is deemed to be exempt and state
the /ego/ authority for the exemption. All materials that
qualify for exemption from Chapter 119, Florido Statutes or
other applicable law must be submitted In a separate
envelope, clearly Identified OS "EXEMPT FROM PUBLIC
DISCLOSURE" with the firm's name and the Bid number clearly
marked on the outside. The City wJ/1 not accept Bids when lhe
entire Bid Is labeled as exempt from disclosure. The City's
determination of whether on exemption applies shall be final,
and the Bidder agrees to defend, indemnify, and hold
harmless the City and the City's officers, employees, and
agents, against any loss or damages Incurred by any person
or entity as a result of the City's treatment of r ecords as p11bllc
records.
The awarded Bldder(s} shall keep ond maintain public records
and fully comply with the requirements set forth ot Section
119.0701, Florida Statues, osoppl/coble; failure to do so shofl
constitute a mater/al breach of any and all agreements
mvarded pursuant to this Solicitotlon.
1.51
1.52
1.53
1.54
1.55
CONFLICTS OF INTEREST
All Bidders m11st disclose with their Bid the name a/ any
officer, dfrectar, or agent who Is also on employee of the City
a/ Palm Beach Gardens. Further, all Bidders m11st disclose the
name of any City employee who hos any Interest, flnanclal or
otherwise, direct or Indirect, of five percent (5%} or more In
the Bidders' firm or any of its branches. Failure to disclose any
such a/fillotion tvl/1 result in disqua/1/lcatlon of the Bidder /ram
this Invitation to Bid and may be grounds for further
disqualiflcotlon from participating in any future Bids with the
City.
PUBLIC ENTITY CRIMES
As provided In Section 287.133(2) (a}, Florida Statutes, a
person or affiliate who hos been placed on the convicted
vendors /!st following a conviction for a public entity crime
may not submit a Bid on a contract to provide any goods or
services to a publ/c entity; may not submit o Bfd on o contract
with a public entity for the construction or repair of a public
bulldlng or public work; may not submit Bids on leases of real
property to a public entity; may not be awarded or perform
work as a contractor, supplier, subcontractor, or cons11/tant
under a contract with any pubflc entity.
OTHER GOVERNMENTAL AGENCIES
If a Bidder is awarded a contract as a result of this /TB, the
Bidder shall allow other governmental agencies to access this
contract and purchase the goads and services under the terms
and conditions at the prices awarded, as appllcable.
COMPLETION OF WORK AND DELIVERY
All work shall be performed and oil deliveries mode In
accordance with good commercial practice. The work
schedule ond completion dates shall be adhered to by the
a worded Bldder(s), except in s11ch cases where the completion
dote w//1 be delayed due to acts of nature, force mojeure,
strikes, or other causes beyond the control of the awarded
Bidder. In these cases, the awarded Bldders/,a// notify the City
of the delays In advance of the original completion so that a
revised delivery schedule con be appropriately considered by
the City.
FAILURE TO DELIVER OR COMPLETE WORK
Should the awarded Bidder(s) fall to deliver or complete the
work within the time stated In the contract, it Is hereby agreed
and understood that the City reserves the authority to cancel
the contract with the awarded Bidder and secure the services
of another vendor to purchase the Items or complete the
work. If the City exercises this authority, the City shall be
responsible far reimbursing the awarded Bidder for work that
was completed, and Items delivered ond accepted by the City
in accordance with the contract specifications. The City may,
at Its option, demand payment from the awarded Bidder,
through an Invoice or credit memo, for any additional costs
over and beyond the original contract price which were
Incurred by the City as a result of having ta secure the services
of another vendor.
Page I 10
1.56
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
CORRECTING DEFECTS
The awarded Bidder shall be responsible for promptly
correcting any deficiency, at no cost to the City, within three
(3) colendar days after the City notifies the owarded Bidder of
such deficiency In writing. If the awarded Bidder falls to
correct the defect, the City may (a) place the awarded Bidder
In default of Its contract; and/or (b) procure the products or
services from another so11rce ond charge the awarded Bidder
for any additional costs thot ore Incurred by the City for this
work or items, either through a credit memorandum or
throt1gh Invoicing.
1.57 ACCIDENT PREVENTION AND BARRICADES
Precautions shall be exercised at all times for the protection
of persons and property. All awarded Bidders performing
services or dellvering goods under this contract shall can/arm
to all relevant OSHA, State, ond County regulations during the
course of such effort. Any fines levied by f he above-men tfoned
authorities for fa/lure to comply with these requirements shall
be borne so lely by the awarded Bidder. Barricades shall be
provided by the awarded Bidder when work is performed In
areas traversed by persons, or when deemed necessary by the
City.
1.58 OMISSIONS IN SPECIFICATIONS
The specifications ond/or statement of work contained within
this Sollcftotlon describe the various functions and classes of
work required as necessary for the completion of the project.
Any omissions of Inherent technical Junctions or classes of
work within the specifications and/or statement of work shalt
not relieve · the Bidder from furnishing, installing, or
performing such work where required to the satisfactory
completion of the project.
1.59 MATERIALS SHAlL BE NEW AND WARRANTED AGAINST
DEFECTS
The awarded Bidder hereby acknowledges and agrees that all
materials, except where recycled content Is speciflcally
requested, supplied by the awarded Bidder In co11Junctlon with
this Solicitation and r esultant contract shall be new,
warranted for their merchantability, and fit for a port/cu/or
purpose. In the event any of the materials supplied to the City
by the awarded Bidder are found to be defective or do not
conform to specifications, (1) the materials may be returned
to the awarded Bidder at the Bidder's e,cpense and the
contract cancelled; or (2) the City may require the awarded
Bidder to replace the materials at the Bi dder's expense.
1.60 TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW"
REGULATIONS
The Federal "Right to Know" Regulation Implemented by the
Occt1potlonol Safety and Health Administration (OSHA}
requires employers to Inform their employees of any taxfc
substances to which they may be exposed In the workplace,
and to provide training In sofe handling practices and
emergency procedures. It also requires notification to local
fire deportments of the /ocotlon and chorocterlstlcs of all toxic
substances regularly present In the workplace.
1.61
Accordfngfy, the oworded Bidder(s) performing under this
contract are required to provide two (2) complete sets of
Mater/of Safety Doto Sheets to each City department utilizing
the ony awarded products thot are subject to these
reg11/otlons. This informotfon should be provided at the time
when the Initial delivery is mode, 011 a deportment-by-
department bosls.
TAXES
The City of Palm Beoch Gordens Is exempt from Federal and
State foxes for tangible personal property.
1.62 BIDDER'S COSTS
1.63
1.64
The City shol/ not be liable for ony costs Incurred by Bidders In
responding to this Invitation ta Bid.
SUBSTITUTION OF PERSONNfl
It is the Intention of the City that the awarded Bidder's
personnel proposed for the contract sholf be available for the
lnltlol contract term. In the event the awarded Bidder wishes
ta substitute person11el, the oworded Bidder shall propose
personnel of equal or higher quoliflcotions, and all
replacement personnel are subject to the City's approval. In
the event the substitute personnel are not satisfactory to the
City, and the matter cannot be resolved to the satisfaction of
the City, the City reserves the right to cancel the contract for
cause.
FORCE MAJEURE
The City ond the awarded Bidder ore excused from the
performance of their respective obllgotlons 1mder the contract
when and to the extent that thefr performance is delayed or
prevented by any circumstances beyond their control,
Including /lre,flood, exploslon, strikes or other lobar disputes,
natural disasters, public emergency, war, riot, civil
commotion, malicious damage, act or omission of any
governmental authority, delay or folfure or shortage of any
type of transportation, equipment, or service from a public
utility needed for their performance provided that:
a. The non-performing party gives the other party prompt
written notice describing the part/cu/ors of the force
ma]eure, Including, b11t not limited to, the noture of the
occurrence and Its expected duration, and continues to
furnish timely reports with respect thereto during the
period of the force majeure.
b. The excuse of performance Is of no greater scope and of
no longer duration than is required by the force ma]eure.
c. No obligations of either party that arose before the force
moje111e causing the excuse of performance are excused
as a result of the force mo]eure.
Page ( 11
1.65
1.66
1.67
City of Palm Beach Gardens
ITB No. IT82016-056PS
Comprehensive Generator Maintenance Services
d . The non-performing party uses its best efforts to remedy
its inobllfty to perform.
Notwithstanding the above, performance shall not be excused
under this section for a period In excess of two (2} months,
provided that In extenuating circumstances, the City may
excuse performance for a longer term. Economic hardship of
the awarded Bidder shall not constitute a force mojeure. The
term of the contract shofl be extended by o period equal to
that during which either party's performance is suspended
under this section.
NOTICES
Notices sho/1 be effective when received at the addresses
specified in the controct/ogreement. Changes in respective
addresses to which such notices ore to be directed may be
made from time to time by either party by written notice to
the other party. Facsimile and email transmissions are
acceptable notice effective when received; however, facsimlle
and emall transmissions received after 5:00 p.m. or on
weekends or holidays will be deemed received on the next
business doy. The orig/no/ of the notice must also be mai led
to the receiving party.
Not/Jing contained In this section shall be construed to restrict
the transmission of routine comnwnications between
representatives of the successful Proposer and the City of
Palm Beach Gardens.
POOL CONTRACTS
During the term of contracts and ogreemen ts that ore
executed as vendor poofs, awarding vendors In prequo/lfied
pools of vendors, either os a general poof or by categories,
sub-categories, or groups, the City reserves the right to odd
new vendors to these contracts for goods or services not
awarded for the original Sofie/tot/on or as port of the general
poof category, sub-category or gro11p. To be eligible to be
added to these pool contracts, a vendor must meet the some
eligibility requirements established In the original Invitation to
Bid.
FISCAL FUNDING OUT
The City's obligation pursuant to any contract or agreement
entered Into 111 accordance with this Solicitation Is specifically
contingent upon the lawful appropriation of funds. Fallure to
lawfully appropriate funds for any contract or agreement
awarded shall result In automatic term/notion of the contract
or agreement.
SECTION 2
City of Palm Beach Gardens
ITB No. lTB2016 -056PS
Comprehensive Generator Maintenance Services
SPECIAL TERMS AND COND ITIONS
2.1 PURPOSE
The purpose of this Solicitation is to establish a Contract for the purchase of comprehensive
generator maintenance services, inducting emergency repairs, for several stationary and mobile
generators, for the City of Palm Beach Gardens, Florida .
2.2 CONTRACT MEASURES AND PREFERENCES
Intentionally Omitted
2.3 PRE-BID CONFERENCE
Intentionally Omitted
2.4 TERM OF CONTRACT: Five (Sl Years
The Contract shall commence on the date of the duly executed Agreement, and shall remain in
effect for Five (5) Years, contingent upon the completion and submittal of all required Bid
documents .
2.5 OPTIONS TO RENEW
Intentionally Omitted
2.6 METHODS OF AWARD: Lowest Priced Bidder: and Secondary and Tertiary Bidders
The City will award the Preventative Maintenance Services portion of this Contract, to the
responsive and responsible Bidder who submits the lowest price to perform the Service . To be
considered for award of this portion of the Contract, the Bidder must submit a price for each
generator listed . If a Bidder fails to offer a price for each generator listed, the City will deem the
Bidder non-responsive.
The City may also award Primary, Secondary, and Tertiary Bidders for the Emergency Repair
Services portion of the Contract. If the City chooses to award the Emergency Repairs to multiple
Bidders, then the City will designate the Bidder awarded the Preventative Maintenance Services
portion as the Primary Vendor, and then award the Secondary and Tertiary Vendors based on the
lower prices submitted.
The Primary vendor shall have the primary responsibility for responding in an emergency. If the
Primary Vendor is unable to respond, or the City is unable to contact the Primary Vendor, then
the City will contact the Secondary Vendor, and if necessary, then the Tertiary Vendor .to perform
the work. The City reserves the right to use a non -contract vendor to perform the work if the City
is unable to contact any of the vendors under this Contract.
The City shall have the right to terminate from the Contract the Primary, Secondary, or Tertiary
Vendors for failure to respond to a City request for emergency repairs.
MINIMUM CRITERIA FOR AWARD
To be considered for award under this Solicitation, Bidders must provide written evidence
showing that they meet the following minimum criteria:
Page I 12
City of Palm Beach Gardens
ITB No. HB2016·056PS
Comprehensive Generator Maintenance Services
a. The Bidder has been in the business of providing satisfactory Comprehensive Generator
Maintenance Services for at least three (3) years, to public or private clients.
b. The Bidder has the necessary staff, trained and certified technicians, tools and equipment,
vehicles, and/or subcontractors to perform the services required under the Contract.
c. The Bidder must have communications available for contact by the City on a 24-hour
basis.
2.7 PRICES
If the Bidder is awarded a Contract under this Solicitation, the prices offered by the Bidder shall
remain fixed and firm during the Contract Term.
2.8 PRICE ADJUSTMENTS
Intentionally Omitted
2.9 EXAMINATION OF CITY FACILITIES OR EQUIPMENT
Prior to submitting its offer, it is recommended that the Bidder visit the site of the proposed work
and become familiar with any conditions which may in any manner affect the work to be done or
affect the equipment, materials and labor required. The Bidder is also advised to examine
carefully any drawings, specifications, or equipment, and become thoroughly aware regarding any
and all conditions and requirements that may in any manner affect the work to be performed
under the Contract. No additional allowances will be made because of lack of knowledge of these
conditions.
For site visitation and equipment inspections please contact the City department's representative
Joe Corrao at 561.804.7049 for an appointment.
2.10 EMERGENCY RESPONSE TIME
The Bidder must state in its Bid that it Is capable of responding to an emergency request from the
City, and be on site within Two (2) Hours of notification. The City reserves the right to deem a
Bidder non-responsible as a vendor, if the Bidder is unable to respond to a City emergency request
within the Two (2) Hour period.
2.11 NATIONAL FIRE PROTECTION ASSOCIATION STANDARDS
The work contemplated under the Contract resultant from this Solicitation must meet the
standards established under NFPA 110. The City's expectations are that the awarded Bidder(s)
must have the staffing, qualifications, equipment, and experience to perform the work on the
generator systems to meet NFPA 110 for Level 2 emergency power generator systems.
By submitting a bid In respons e to this Solicitation, Bidders are attesting that they can and will
perform the work to meet the requirements of the NFPA 110 Standard.
The standards established In NFPA 110 for Level 2 power generator systems are Incorporated into
this Solicitation by reference.
Page I 13
2.12 INSURANCE
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Com prehensive Ge nerato r Ma intenance Se rvices
The awarded Bidder shall not commence any performance pursuant to the terms of this Bid until
certification or proof of insurance has been received and approved by the City's Risk Coordi nator
or deslgnee .
The required insurance coverage is to be issued by an insurance company authori zed, licensed
and registered to do business in the State of Florida, with the minimum rating of B+ or better, In
accordance with the latest edition of A.M. Best's Insurance Guide. This Insurance shall be
documented in certificates of insu ranee which provides that the City of Palm Beach Gardens sha ll
be notified at least thirty {30) days In advance of cancellation, non-renewal, or adverse change.
The receipt of ce1tificates or other documentation of Insurance or policies o r copies of policies by
the City or by any of its representatives, which indicate less coverage than is required, does not
constitute a waiver of the awarded Bidder's obligation to fulfill the i nsurance requirements
herein. Deductibles must be acceptable to the City of Palm Beach Gardens.
The awarded Bidder must submit a current Certificate of Insurance, naming the City of Palm Beac h
Gardens as an addltional insured and listed as such on the Insurance certificate. New certificates
of insurance are to be provided to the City upon expiration.
The awarded Bidder shall provide insurance coverage as follows:
i. WORKERS COMPENSATION
Awarded Bidder shall carry Workers Compensation Insurance to apply for all employees
in compliance with the "Workers Compensation Law" of the State of Florida and all
applicable Federal laws. The City reserves the right not to accept exemptions to the
Workers Compensation requirements of this Solicitation.
ii. COMPREHENSIVE GENERAL LIABILITY
Awarded Bidder shall carry Comprehensive General Li ability Ins urance with minim u m
limits of One Million Dollars ($1,000,000.00); and include Products/Com1>letion Liability
of One Million Dollars ($1,000,000). Such certificate shall list t he City as additional
Insured.
NOTE: If Comprehensive General Liability limits are less than One Million Dollars
{$1,000,000.00), the sum of Comprehensive General Ll ablllty limits and Excess liabilit y
llmlts must equal no less than One Million Dollars ($1,000,000.00).
iii. AUTOMOBILE LIABILITY
Awarded Bidder shall carry Automobile Liability Insurance to include owned, non-owned,
and hired, with minimum limits of One Miiiion Dollars ($1 ,000,000.00) each occurrence.
The awarded Bidder must submit, no later than ten (10) days after award and prior to
commencement of any work, a Certificate of Insurance naming the City of Palm Beach Gardens as
an additional insured.
2.13 BID BOND/GUARANTY
lntentlonally Omitted
Page I 14
2.14 PERFORMANCE BOND
Intentionally Omitted
2.15 CERTIFICATIONS
Intentionally Omitted
City of Palm Beach Gardens
ITO No. IT02016 -056PS
Comprehensive Generator Maintenance Services
2.16 METHOD OF PAYMENT : Periodic Invoices for Completed Work
The awarded Bidder shall submit an invoice to the City after work has been performed and
accepted by the City. The date of the invoices shall not exceed thirty (30) calendar days from the
performance of the service. Under no circumstances shall the Invoice be submitted to the City In
advance of the performance of the work.
The invoice shall contain the following basic Information: the awarded Bidder's name and address,
invoice number, date of invoice, description of the service performed and the location, the
Contract number, purchase order number, and any discounts.
2.17 PURCHASE OF PARTS AND OTHER MATERIALS FOR EMERGENCY REPAIRS
The City may request that the awarded Bidder(s) purchase a part or equipment to repair a
generator, when such purchase will expedite the repairs to the generator. In such instances, the
awarded Bldder(s) shall have the right to charge a Handling Fee of no more than Ten Percent
(10%) of the cost of the part or equipment. Th i s Handling Fee shall not be applicable to labor or
other charges on the awarded Bldder(s) invoice. The City may request a copy of the awarded
Bidder(s) supplier's invoice to verify the price of the part or equipment.
2.18 WARRANTY REQUIREMENTS
In addition to all other warranties that may be supplied by the Bidder, the awarded Bldder(s) shall
warrant Its products and/or service against faulty labor and/or defective material, for a minimum
period of One (1) Vear from the date of acceptance of the labor, materials and/or equipment by
the City. This warranty requirement shall remain in force for the full period; regardless of whether
the awarded Bidder Is under Contract with the City at the time of defect. Any payment by the
City on behalf of the goods or services received from the awarded Bidder does not constitute a
waiver of these warranty provisions.
2.19 ADDITIONAL FACILITIES
Although this Solicitation and resultant Contract Identifies specific facilities to be serviced, it is
hereby agreed and understood that any City department or agency facility may be added to this
Contract at the option of the City, for similar services . When required by the pricing structure of
the Contract, awarded Bidders shall be Invited to submit price quotes for these additional
facilities. If these quotes are determined to be fair and reasonable, then the additional work will
be awarded to the current awarded Bldder(s) that offers the lowest acceptable pricing. If this
Contract has a single awarded Bidder, the additional site(s) may be added to this Contract by
formal modification of the Contract. The City may determine to obtain price quotes for the
additional facilities from non-Contract vendors In the event that fair and reasonable pricing is not
obtained from the current awarded Bidders, or for other reasons at the City's discretion.
Page I 15
2.20 MAINTENANCE, REPAIR, AND OPERATING SUPPLIES
Oty of Palm Beach Gardens
ITB No. ITB2016 ·056PS
Comprehensive Generator Maintenance Services
Except for replacement parts and equipment, the awarded Bidder shall be responsible for
providing all maintenance, repairs, and operating {MRO) supplies to perform the work required
under the Contract. Such MRO Items shall include filters, oils, grease, screws, bolts, fasteners,
and other items.
2.21 CLEAN UP
The awarded Bidder shall remove all unusable materials and debris from the work areas at the
end of each workday, and disposed of in an appropriate manner. Upon final completion, the
awarded Bidder shall thoroughly clean up all areas where work has been involved as mutually
agreed with the City's authorized representative.
2.22 DEMONSTRATION OF EQUIPMENT
Intentionally Omitted
2.23 HOURLY RATE
The hourly rate quoted shall be deemed to provide full compensation to the awarded Bidder for
labor, equipment use, travel time, and any other element of cost or price. This rate ls assumed
to be at straight-time for all labor, except as otherwise noted.
2.24 MOTOR VEHICLE LICENSE REQUIREMENT
Intentionally Omitted
2.25 PATENTS AND ROYALTIES
Intentionally Omitted
2.26 PRE-CONSTRUCTION CONFERENCE
Intentionally Omitted
2.27 RELEASE OF CLAIM REQUIRED
Intentionally Omitted
2.28 SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED
As part of its Bid, the Bidder must identify any and all subcontractors that will be used in the
performance of the proposed Contract, their capabilities and experience, and the portion of the
work to be done by the subcontractor. The competency of the subcontractor{s) with respect to
experience, skill, responsibility and business standing shall be considered by the City when making
the award in the best interest of the City. If the Bidder falls to identify any and all sub-Contractors
in the Bid, the Bidder may be allowed to submit this documentation to during the Bid evaluation
period if such action Is In the best Interest of the City.
2.29 OTHER FORMS OR DOCUMENTS
If the City is required by the awarded Bidder to complete and execute any other forms or
documents in relation to this Solicitation, the terms, conditions, and requirements in this
Solicitation shall take precedence to any and all conflicting or modifying terms, conditions or
requirements of the Bidder's forms or documents.
Page I 16
SECT I ON 3
City of Palm Beach Gardens
ITS No. ITB2016 ·056PS
Comprehensive Generator Maintenance Services
STATEMENT OF WORK AND TECHNICAL SPECIFICATIONS
3.1 PROJECT SCOPE
The intent of this Solicitation is to Contract with a suitably qualified and experienced firm to
perform Comprehensive Generator Maintenance Services for the City of Palm Beach Gardens.
The awarded Bidder(s} must have the capacity and capability to service the entire standby power
generation systems.
All maintenance and inspection services must be completed in accordance to NFPA (National Fire
Protection Association) 110, Standard for Emergency and Standby Power Systems, effective
February 2016 and shall be updated as new standards become available. All City generators are
classified as Level 2 under NFPA 110 standards. (Chapter 4.4.2)
3.2 MONTHLY SERVICE AND PERFORMANCE INSPECTION
Every month, the awarded Bidder shall perform the following minimum services and inspections
for each generator system.
a. LUBRICATION SYSTEM
Check oil level
Inspect engine seals for leaks
Inspect lube oil for obvious contamination
Take oil sample for lab testing (annual)
General overview visual check
Document and log all findings
b. COOLANT SYSTEM
Check coolant level and top off
General overview visual check
Document and log all findings
c. GENERATOR
Exercise generator for no less than 15 minutes
General overview visual check
Document and log all findings
3.3 QUARTERLY SERVICE AND PERFORMANCE INSPECTION
Every 3 months (quarterly), except as otherwise Indicated, the awarded Bidder shall perform the
following minimum services and Inspections for each generator system.
a. FUEL/EXHAUST SYSTEM
Inspect air filters
Page I 17
Take fuel sample for lab testing (annual)
Inspect Intake system
Inspect exhaust system
Test fuel transfer pumps and lines
Inspect gas lines for leaks or corrosion
Inspect gas and fuel tanks
Check gas and fuel levels
Inspect carburetors, regulators, and linkages
General overview visual check
Document and log all findings
b. BATIERY
Che ck charger and gauges
Inspect racks, mountings, and casings
Inspect cabling condition
Inspect connections and clean
Check electrolyte levels and fill
Load test
General overview visual check
Document and log all findings
c. COOLANT SYSTEM
Test coolant protection levels {bi -annual)
Inspect hoses
Inspect for leaks
Inspect radiator cap
General overview visual check
Document and log all findings
d. ENGINE
Inspect belts and tension
Inspect and lubricate all governor linkage
Adjust governor linkage (as needed)
Test starter operation
Check engine block heater operation
Check of all ga uges and meters
Inspect crankcase breather and clean (as neede d)
General overview visual check
Document and log all findings
e. GENERATOR
Check unit voltage and adjust
Check frequency of output voltage and adjust
Check exciter rotor
City of Palm Beach Gardens
ITB No. ITB2016 ·056PS
Comprehensive Generator Maintenance Services
Clean/Inspect DC commutator and slip rings (as applicable}
Inspect all cabling connections
Page I 18
Check for any bearing, grinding, or arcing
Foreign debris check
Test no load operation
Test operation with building load (annual)
Check control panel operation
General overview visual check
Document and log hour meter/run time
f. TRANSFER SWITCH
Check of all gauges and meters
Test all alarms and auto shutdowns
Inspect all safety switches
Check the exerciser clock operation
Check wiring and connectors
Check relays and controls
Transfer Test (bi-annual)
General overview visual check
Document and log all findings
g. GENERAL
Inspect condition of all mountings
Inspect weather protection
Inspect/check safety shutdown devises
Inspect/adjust locks, latches, and weather seals
Check fans dampers and louvers
General overview visual check
Document and log all findings
3.4 ANNUAL SERVICE AND PERFORMANCE INSPECTION
City of Palm Beach Gardens
ITB No. ITB2016 -0S6PS
Comprehensive Generator Maintenance Services
The Annual Service and Performance Inspection includes all items in the Monthly and Quarterly
Services and Performance Inspections, plus the following items listed below:
a. Change oil
b. Change oil filters
c. Lube grease fittings
d. Change fuel filters
e. Bleed fuel system
f. Change coolant filters
g. Change air filters (only If necess ary, after inspection)
3.5 FOUR (4) HOUR LOAD BANK TEST
Every 6 months (bl-annually}. the awarded Bidder shall perform a load bank test on all the
generators covered by this Contract. The load bank test shall be reported with 15 minutes
readings attesting to the following:
a. Clean out exh aust piping to prevent wet st acking
b. Determination cooling system efficiency
c. Identifies problematic leaks In the lubrication system
d. Ensures that the voltage and frequency Is stable
e. Tests the complete fuel system
f. Evaporates moisture from windings and other components
g. Tests overall condition of the excitation system
h. Tests gove rnors and controllers under load
Page I 19
i. Reseats piston rings and other engine components
City of Palm Beach Gardens
ITB No. IT62016·056PS
Comprehensive Generator Maintenance Services
j. Cleans out unburned product on valves, turbochargers and manifolds
k. Overall assurance that the unit will function when needed
I. Document and log all findings
3.6 REPORTS, DOCUMENTATION AND LOGS
The awarded Bidder(s) shall provide written reports, documentation, and logs each time a
generator Is serviced or repaired. This information shall be provided in a format that Is acceptable
to the City, and shall contain the names and signatures of the attending technicians or
subcontractors.
Reports, documentation, and logs should be emailed for the attention of Joe Corrao at
jcorrao@pbgfl.com.
3.7 EQUIPMENT AND LOCATIONS
The generators to be serviced under this Contract are identified in Exhibit A, Generator
Identification and Location, which is attached to this Solicitation.
3.8 HURRICANE SEASON AND DISASTER MANAGEMENT
Page I 20
The awarded Bidders under this contract must be available to respond to the City during the
regular hurricane season, for any storm-related requests, whether for an emergency or not, and
must also be available to participate in any City organized disaster-preparation activities when so
requested.
BID SUBMITTAL
City of Palm Beach Gardens
ITB No. ITB2016·056PS
Comprehensive Generator Maintenance Services
This Page and all following pages comprise your original Bid Submittal package. Please also attach any
additional information or documentation requested In this Invitation to Bid. There ls no need to Include
the preceding Sections 1, 2, and 3 in your Bid Submittal package.
INSTRUCTIONS
Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk,
10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m.
to 5:00 p.m., Monday through Friday, except holidays . All Bids will be publicly opened at City Hall. Each
Bid submitted to the City Clerk shall have the following information clearly marked on the face of the
envelope: the Bidder's name, return address, ITB number, due date for Bids, and the title of the Bid.
Included in the envelope shall be one (1) original and one {1) electronic version on CD or a thumb drive
in a usable PDF format. The original should be marked "ORIGINAL", and the electronic copy must be
identical to the original. In the event of any discrepancy between the original bid and the electronic copy,
the original bid shall be the governing document. Bids must contain all information required to be
Included In the submittal, as described in the Solicitation.
Invitation to Bid No.: ITB2016-056PS
Title: Comprehensive Generator Maintenance Services
f-1 l L
Name of Bidder
Page I 21
4.1 PRICES AND RATES
SECTION 4
PRICING SCHEDULE
City of Palm Beach Gardens
ITB No. ITB2016-056P5
Comprehensive Generator Maintenance Services
The Bidder shall indicate in the spaces provided, the firm and fixed prices and rates offered to the City for the goods and/or services
described below.
To supply labor, technicians, materials, and all MRO supplies to perform Comprehensive Generator Maintenance Service on the generating
systems described in Exhibit A and below, and as per the frequencies and specifications detailed in Section 3, Statement of Work and
Technical Specifications of this Invitation to Bid.
.. : .. ·-
ITEMl LOCATION MAKE MODEL ANNUAL COST
a. Municipal Complex, City Hall, 10500 N Military Trail Spectrum 750054 s31lSO.,oo
b. Burns Road Recreation Center, 4404 Burns Road Kohler 230REOZJB $ z.7,0CJ,00
c. Public Works Department, 3704 Burns Road Terex OT90P S 2.l 2S .-oo
d. Riverside Youth Enrichment Cen, 10170 Riverside Drive Generac 98A055580-S s Z.Zoo,oo
e. Police Cell Tower, Old Dixie Highway Onan GGFD-4959819 s 2t'JSo,oo
f. Public Services Building, 4301 Burns Road Magnum MMG80 S 2.( zs ~oo
g. Fire Rescue Station No. 1, 10500 N Military Trail Broad crown BCJD275-60 s z?.7.s-,,.00
h. Fire Rescue Station No. 2, 11025 Campus Drive Kohler lOOREZGD s 2.2-:;.s ,oo
i. Fire Rescue Station No. 3, 5161 Northlake Boulevard Generac 2424030600 s 2.t:.ooroc>
j. Fire Rescue Station No. 4, 11264 Jog Road Wacker 5891169 $ Z.AO/J.·OD
k. Fire Rescue Station No. 5, 3913 Hood Road Kohler 180RZD S z. t:.ol'"J,, oO
I. Public Works Department, 3704 Burns Road Coleman 06T105SQ $ z.. Z()(J>Or,
m. Public Works Department, 3704 Burns Road Terex OT180C s 2200,on
n. Public Works Department, 3704 Burns Road Terex OT90P $ 2 i!'Jt, • 00
o. Public Works Department, 3704 Burns Road Terex OT90P $ 7? (Y)d)(>
p . Municipal Complex, PSAP, 10500 N Military Trail Kohler 350REOZDD s '2-:::;so,oo
TOTAL ANNUAL PRICE: s 38 ~oo,.oo
?age J 22
City of Palm Beach Gardens
ITB No. ITB2016-056P5
Comprehensive Generator Maintenance Services
ITEM 2 EMERGENCY REPAIR SERVICES-HOURLY RATES FOR WORKMEN /TECHS PER HOUR
Electrician $
Mechanic $
Technician/Repairman $ ~O,oo
Technician's Helper $ ~o" o o
I. Maximum Mark-Up on Materials, Parts, and Equipment for Emergency Repairs (Must Not Exceed 10%): l O %
II. The Bidder affirms that it has the capability and capacity to meet the TWO (2) HOUR Emergency Response Time: ! G initials
iii. The Bidder affirms that it has the resources, equipment, and subcontractors to perform the work: r G initials
NOTE: The City will not pay any transportation, fuel surcharges, or additional fees added to the rates and prices above.
Page I 23
PARTI:
Clly of Palm Beach Gardens
ITB No, ITB2016 -056PS
Comprehensive Generator Maintenance Services
SECTION 5
ACl<NOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
list below the dates of issue for each addendum received in connection with this Sollcltatlon:
PART II:
Addendun1#l,Oated
Addendum #2, Dated
Addendum #3, Dated
N o\.lt1_"" 'o12.v... , "\ +\... ~ c \ 5
tb vu.> ... \~ t<f\LJ ~cv5
kb\R.()\ b e:ff.-.30-\\ 1 ;;l~ l $
Addendum #4, Dated __________ _
Addendum #5, Dated-----------
Addendum #6, Dated __________ _
Addendum #17, Dated __________ _
Addendum #8, Dated-----------
Addendum #9, Dated __________ _
Addendum #10, Dated----------
O NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION
\:\LL
Firm Na, e
I~ -\ D -\5
Date
Page I 24
SECTION 6
City of Palm Beach Gardens
118 No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
BID SUBMIITAL SIGNATURE PAGE
By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business
with the City, including all Conflict of Interest and Code of Ethics provisions.
Firm Name:
~ l L POlk'l E f.. Qt: NEB.A IOI?$ ~ D €6'
Street Address:
)\ 1
Mailing Address (if different than Street Address):
Telephone Number(s): 3 0 ,5 __ ~ '6 ? -0 05 9
Fax Number(s): ___ 3~0~5~---~~~g-i~-~d--_0_9~C) __ _
Email Address: AuPw<s. W be.\\ SC>0>f\-\. Nt'J
Federal Employer Identification Number: (o5.. \ \ 30 8 '15
Prompt Payment Terms: __ % __ days' net ~days
ignature of authorized agent)
Print Name: --,=--~~U~A~·-~0_._--K-'--'-'.~0~:,~A~R~e.,~·' ~IA
Title: ---~-:)"--IP:,,---==:f:::"-"'?,r«-~ \-"Q"-'-E-~,___._'T ___ _
By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the
resulting Contract/Agreement.
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIO DER TO BE BOUND BY
THE TERMS OF ITS OFFER, FOR NOT LESS THAN 90 DAYS, AND THE BIDDER'S UNEQUIVOCAL OFFER TO
BE BOUND BY THE TERMS AND CONDIT IONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN
THIS SOLICITATION WHERE INDICATED ABOVE, BY AN AUTHORIZED REPRESENTATIVE, SHALL RENDER
THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT
INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF
ITS OFFER.
Page I 25
SECTI ON 7
City of Palm Beach Gardens
ITB No . ITB2016-0S6PS
Comprehensive Generator Maintenance Services
AFF IDAVITS, PERFORMAN CE AND PAYME NT BO N DS FORMAT, LETTER OF CRED IT FORMAT
7.1 AFFIDAVITS
The forms listed below must be completed by an official having legal au thorization to
contractually bind the company or firm. Each signature represents a binding commitment upon
the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to
be .the lowest responsive and responsible Bidder.
a. Conflict of Interest Disclosure Form
b. Notification of Public Entity Crimes Law
c. Drug-Free Work Place
d . Non-Collusion Affidavit
e. Sample Performance Bond Format
(If required, will be requested from bidder recommended for award)
DO NOT COMPLETE
f. Sample Payment Bond Format
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
g. Sample letter of Credit Format
Page I 26
(if required, will be requested from bidder recomme nd ed for award)
DO NOT COMPLETE
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Servlces
CONFLICT OF INTEREST DISCLOSURE FORM
The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must
disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City
of Palm Beach Gardens.
Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly,
an interest of more than five percent (5%) in the Bidder's firm or any of its branches.
The purpose of this disclosure form is to give the City the information needed to identify potential conflicts
of interest for evaluation team members and other key personnel involved in the award of this contract.
The term "conflict of Interest" refers to situations in which financial or other personal considerations may
adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in
exercising any City duty or responsibility in administration, management, instruction, research, or other
professional activities.
Please check one of the following statements and attach additional documentation if necessary:
~ To the best of our knowledge, the undersigned firm has no potential conflict of interest
due to any other Cities, Counties, contracts, or property interest for this Bid.
The undersigned firm, by attachment to this form, submits information which may be a
potential conflict of interest due to other Cities, Counties, contracts, or property Interest
for this Bid.
Acknowledged by:
Firm Name
Name and Title (Print or Type)
12:-l0 -l5
Date
Page I 27
City of Palm Beach Gardens
ITB No. IT82016·056PS
Comprehensive Generator Maintenance Services
NOTIFICATION OF PUBLIC ENTITY CRIMES LAW
Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has
been placed on the convicted contractors 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 or real property to a public entity, may not be awarded or perform work as a
contractor, supplier, sub-vendor, 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
[F.S.J for Category Two ($35,000.00) for a period of thirty-six (36) months from the date of being placed
on the convicted contractors list.
Acknowledged by:
Firm Name
Name and Title (Print or Type) )
Date
Page [ 28
DRUG-FREE WORKPLACE
Ci ty of Palm IJeach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
Al\.. .£\.u€.CL G 'er,.\ t;;" #..~ -ro~'i.' ~rug-free workplace and has
(Company Name)
a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes.
Acknowledged by:
ALL
Firm Name
Slgn!f ~
Name and Title (Print or Type)
Date
Page I 29
NON-COLLUSION AFFIDAVIT
City of Palm Beach Gardens
ITB No. lTB2016 -0S6PS
Comprehensive Generator Maintenance Services
STATEOF f\')Rt~f\
COUNTY OF ]) AO. €.
Before me, the undersigned authority, personally appeared $,Aµ e f w R.c{ a I who, after
being by me first duly sworn, deposes and says of his/her personal knowledge that:
a. He/She is ~G"~\dE"~ r of A\\ R'illee. ak')!(~(\:f()e.sC~~ Bidder
that has submitted a Bid to perform work for the following: (}"'
--(" . .-f"ll I' p Cil)m Vl.e..he.~\\)CL Ge.~_~.~~
ITB No.: k IO ~D "'-{)5(o s Title: ~l,A \ ~' ·nz-M p.~~C 'Q. $Q..~\) l c Q_s
b. He/She is fully informed respecting the preparation and contents of the attached Request for Bids,
and of ail pertinent circumstances respecting such Solicitation.
Such Bid is genuine and is not a collusive or sham Bid.
c. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties In interest, including this afflant, 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 Solicitation and contract for which the attached Bid
has been submitted or to refrain from proposing In connection with such Solicitation and contract,
or has in any manner, directly or indirectly, sought by agreement or collusion or communication
or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid
or 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 or any person Interested in the proposed contract.
d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this afflant.
Page I 30
,,,t'ff-.v'r.iJ,,,. Ana P. Mejia
_rn,!';A;·~.~~COMMISS!ON # EE 204506
\~;.;.1~}?.~f EXPIR£S: JUN. 03, 2016
'11,,W.,f.;~,,, YNl\'/,MRONNOTAR'f.()Qm
Signature
City of Palm Beath Gardens
ITB No. IT82016-056PS
Comprehensive Generator Maintenance Services
SAMPLE PERFORMANCE BOND FORMAT
KNOW All MEN BY THESE PRESENTS: that--------------------
(Insert full name and address or legal title of successful Bidder)
as Principal, hereinafter called Contractor, and-------------------'
(Name of Insurer)
as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm
Beach County, Florida.
As Obligee, hereinafter called the City, in the amount of ______________ --,J
($ __________ ), for the payment whereof, Contractor and Surety bind themselves, their
heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents.
WHEREAS, Contractor has by written agreement dated 2014, entered Into
Contract No. with the City in accordance with the Solicitation
specifications prepared by the City which Contract ls by reference made a part hereof and is hereinafter
referred as the Contract, for the performance of the following Work:
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION Is such that, if Contractor shall promptly and
faithfully perform said Contract, then this obligation shall be null and void; otherwise, It shall remain In
full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the City.
Whenever Contractor shall be and declared by the City to be in default under the Contract, the City having
performed City's obligations thereunder, the Surety may promptly remedy the default or shall promptly:
a. Complete the Contract in accordance with its terms and conditions; or
b. Obtain a Bid or Bids for completing the Contract in accordance with its terms and conditions, and
upon determination by Surety of the most responsible Bidder, or if the City elects, upon
determination by the City and the Surety jointly of the most responsible Bidder, arrange for a
Contract between such Bidder and the City, and make available as work progresses (even though
there should be a default or a succession of defaults under the contract or contracts of completion
arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of
the contract price; but not exceeding, Including other costs and damages for which the Surety
may be liable hereunder, the amount set forth In the first paragraph hereof. The term "balance
Page I 31
Cily of Palm Beach Gardens
ITB No . ITB2016-056PS
Comprehensive Generator Maintenance Services
of the contract price", as used in this paragraph, shall mean the total amount payable by the City
to Contractor under the contract and any amendments thereto, less the amount properly paid by
the City to the Contractor.
Any suit under this bond must be instituted before the expiration of twenty-five (25) months from the
date on which final payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the
City named herein or the heirs, executors, administrators, or successors of the City.
Signed and sealed this ____ day of _________ ~ 2014.
(Prin ci pal) (Seal)
(Witness) (Titre)
{Name of Insurer) Surety (Seat)
By: _____________ ~
(Witness) (Attorney-in-Fact)
Page I 32
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SAMPLE PAYMENT BOND FORMAT
KNOW ALL MEN BY THESE PRESENTS: that --------------------
(Insert full name and address or legal title of successful Bidder)
as Principal, hereinafter called Contractor, and-------------------'
(Name of Insure r)
as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm
Beach County, Florida.
As Obllgee, hereinafter called the City, in the amount of ______________ __,
($ __________ ), for the payment whereof, Contractor and Surety bind themselves, their
heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents.
WHEREAS, Contractor has by written agreement dated 2014, entered into
Contract No. with the City in accordance with the Solicitation
specifications prepared by the City which Contract is by reference made a part hereof and Is hereinafter
referred as the Contract, for the performance of the following Work:
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, If said Contractor and all
subcontractors to whom any portion of the work provided for In said Contract is sublet and all assignees
of said Contract and of such subcontractors shall promptly make payments to all persons supplying him
or them with labor, products, services, or supplies for or in the prosecution of the work provided for in
such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of
reasonable attorney's fees, incurred by the claimants In suits on this bond, then the above obligation shall
be void; otherwise, it shall remain in full force and effect.
HOWEVER, this bond is subject to the following conditions and limitations:
a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the
prosecution of the work provided for In said Contract shall have a direct right of action against the
Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, instituted in
the county in which the work provided for in said Contract is to be performed or In any county In which
Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the
name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or
either of them (but not later than one year after the final settlement of said Contract) in which action such
claim or claims shall be adjudicated and judgment rendered thereon.
b) The Principal and Surety hereby designate and appoint --------------
Page I 33
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
________________________ a.s the agent of each of them to
receive and accept service of process or other plea ding issued or filed in any proceeding instituted on this
bond and hereby consent that such service shall be the same as personal service on the Contractor and/or
Surety.
c) In no event shall the Surety be liable for a greater sum than the penalty of this bond, or subject
to any suit, action or proceeding thereon that Is Instituted later than one year after the final settlement
of said Contract.
d) This bond is given pursuant to and in accordance with the provisions of Florida Statutes, and all
the provisions of the law referring to this character of bond as set forth in any sections or as may be
hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in
full.
Any suit under this bond must be instituted before the expiration of twenty-five (25) months from the
date on which final payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the
City named herein or the heirs, executors, administrators, or successors of the City.
Signed and sealed this ____ day of _________ _, 2014.
(Principal) (S eal)
(Witness) (ntlel
(Nam e of Insurer) Surety (S eal)
By: ____________ _
(Witn ess) (Attorney-In-Fa ct)
Pa ge I 34
City of Palm Beach Gardens
ITB No. ll62016-0S6PS
Comprehensive Generator Maintenance Services
SAMPLE LETTER OF CREDIT FORMAT
APPLICANT:
{Name of Corporation} _________ _
{Address} _____________ _
{City, State, Zip} ___________ _
BENEFICIARY:
CITY OF PALM BEACH GARDENS
10500 N. MILITARY TRAIL
PALM BEACH GARDENS, FLORIDA 33410
FOR U.S.D. $ __ _
DATE OF EXPIRATION: ______ _
LEDER OF CREDIT NO.: ------
ISSUANCE DATE:
WE HEREBY ESTABLISH OUR IRREVOCABLE LEDER OF CREDIT NO. IN FAVOR OF THE
BENEFICIARY, THE CITY OF PALM BEACH GARDENS, FLORIDA (HEREINAFTER "PBG") FOR THE ACCOUNT OF
THE ABOVE-REFERENCED APPLICANT, AVAILABLE BY YOUR DRAFTS DRAWN ON (Insert name of Bank)
PAYABLE AT SIGHT FOR ANY SUM OF MONEY NOTTO EXCEED A TOTAL OF (Insert the amount of money).
THE AMOUNT REFERENCED ABOVE.
DEMANDS OF THE LEDER OF CREDIT MUST BE ACCOMPANIED BY A STATEMENT FROM THE CITY
MANAGER OF THE CITY OF PALM BEACH GARDENS CERTIFYING EITHER: (1) THAT SAID LEDER OF CREDIT
IS ABOUT TO EXPIRE AND HAS NOT BEEN RENEWED, OR (2) THAT WORK HAS NOT BEEN COMPLETED IN
ACCORDANCE WITH THE PLANS, SPECIFICATIONS, AND AGREEMENTS (INCLUDING ANY AMENDMENTS
THEREOF) FOR THE FOLLOWING PROJECT: {Name of Project}
______________ (THE 'PROJECT').
IT IS A CONDITION OF THIS LEDER OF CREDIT THAT ITWILL BE AUTOMATICALLY EXTENDED FOR PERIODS
OF ONE YEAR FROM EXPIRY DATE HEREOF, OR ANY FUTURE EXPIRATION DATE, WITHOUT ANY
AMENDMENT, UNLESS THIRTY (30) DAYS BUT NO MORE THAN SIXTY (60) DAYS PRIOR TO ANY EXPIRATION
DATE WE SHALL NOTIFY PBG IN WRITING BY CERTIFIED MAIL RETURN RECEIPT REQUESTED, OR BY
COURIER VIA HAND DELIVERY AT THE ABOVE-LISTED ADDRESS, THAT WE ELECT NOT TO CONSIDER THIS
LEDER OF CREDIT RENEWED FOR ANY SUCH ADDITIONAL PERIOD.
WE HEREBY AGREE WITH THE DRAWERS, ENDORSERS, AND BONA FIDE HOLDERS OF ALL DRAFTS DRAWN
UNDER AND IN COMPLIANCE WITH THE TERMS OF THE CREDIT THAT SUCH DRAFTS WILL BE DULY
HONORED UPON PRESENTATION TO {Name of Bank} (THE 'BANK'),
WHICH IS DULY AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA IN ACCORDANCE WITH
THE TERMS HEREOF. IF A DRAFT, AS DESCRIBED IN THIS LEDER OF CREDIT, IS PRESENTED PRIOR TO THE
EXPIRATION DATE AND IN CONFORMITY WITH THE TERMS OF THIS LEDER OF CREDIT AND UPON
Page I 35
CilV of Palm Beach Gardens
ITB No. ITB2016 ·056PS
Comprehensive Generator Maintenance Services
PRESENTATION IT IS WRONGFULLY DISHONORED BY THE BANK, THE BANK AGREES TO PAY REASONABLE
ATTORNEYS FEES AND COSTS, INCLUDING FEES AND COSTS ON APPEAL, INCURRED BY THE CITY OF PALM
BEACH GARDENS TO ENFORCE THIS LETTER OF CREDIT SHOULD PBG PREVAIL.
DOCUMENTS MUST BE PRESENTED FOR PAYMENT TO:
{Name of Bank Branch} ___________ _
{Address} _______________ _
{City, State, Zip} _____________ _
ATTN: {Department} ____________ _
ALL DRAWINGS UNDER THIS LETTER OF CREDIT MUST BE ACCOMPANIED BY THE ORIGINAL LETTER OF
CREDIT INSTRUMENT WHICH WILL BE RETURNED TO THE BENEFICIARY AFTER ENDORSING THE BACK OF
SAME WITH THE AMOUNT OF EACH DRAWING BY US.
PARTIAL DRAWINGS ARE PERMITTED .
THE AMOUNT OF ANY DRAFT DRAWN UNDER THIS CREDIT MUST BE ENDORSED ON THE REVERSE OF THE
ORIGINAL CREDIT. ALL DRAFTS MUST BE MARKED "DRAWN UNDER {Name of Bank}
LETTER OF CREDIT NUMBER DATED
________ ., 20 _."
THIS CREDIT IS SUBJECT TO THE "UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS, {2007
REVISION), INTERNATIONAL CHAMBER OF COMMERCE PUBLICATION NO. 600", AND TO THE PROVISIONS
OF FLORIDA LAW. IF A CONFLICT BETWEEN THE UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY
CREDITS AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. IF A CONFLICT BETWEEN THE
LAW OF ANOTHER STATE OR COUNTRY AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL.
VENUE FOR ANY DISPUTES RELATING TO THE ENFORCEMENT OF THIS LETTER OF CREDIT SHALL BE PALM
BEACH COUNTY, FLORIDA.
{Name of Bank} ________ _
BY: __________ _
{Name} _______ _
{Title} _______ _
Page I 36
SECTION 8
City of Palm Beach Ga,dens
ITB No. ITB2016 ·056PS
Comprehensive Generator Maintenance Services
SAMPLE AGREEMENT FORMAT
Below is the standard agreement format for this Invitation to Bid. This Is a sample agreement only and is
subject to revisions. PLEASE DO NOT COMPLETE.
AGREEMENT
THIS AGREEMENT is hereby made and entered into this __ day of 20__, (the
"effective date") by and between the City of Palm Beach Gardens, a Florida municipal corporation ("City"),
whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and a
corporation (hereafter referred to as "Contractor"), whose address is-------
WHEREAS, the City desires to retain the services of the Contractor to provide the goods and
services in accordance with the City's Invitation to Bid No. and the Contractor's
response thereto, all of which are Incorporated herein by reference.
NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth,
the Contractor and the City agree as follows:
ARTICLE 1. INCORPORATION OF INVITATION TO BID
The terms and conditions of this Agreement shall include and incorporate the terms, conditions,
and specifications set forth in the City's Invitation to Bid No. and the Contractor's
response to the Invitation to B,id, includlng all documentation required thereunder.
ARTICLE 2. DESCRIPTION OF GOODS OR SCOPE OF SERVICES
The Contractor shall provide the goods and/or perform those services identified in the
specifications accompanying the City's Invitation to Bid, which are Incorporated herein by reference.
ARTICLE 3. COMPENSATION
The City shall pay to the Contractor, In compliance with the Pricing Schedule attached hereto and
incorporated herein, according to the terms and specifications of the referenced Invitation to Bid.
ARTICLE 4. MISCELLANEOUS PROVISIONS
a. Notice Format. All notices or other written communications required, contemplated, or
permitted under this Agreement shall be In writing and shall be hand delivered, telecommunicated, or
mailed by registered or certified mail (postage prepaid), return receipt requested, to the following
addresses:
Page I 37
I. As to the City:
ii. with a copy to:
iii. As to the Contractor:
City of Palm Beach Gardens
ITB No. IT82016·056PS
Comprehensive Generator Maintenance Services
City of Palm Beach Gardens
10500 North Mil ita ry Tra il
Palm Beach Gardens, Florida 33410
Attn: City Manager
Email:
City of Palm Beach Gardens
10500 North Milita ry Trail
Palm Beach Gardens, Florida 33410
Attn: City Attorney
Email:
Attn.:, ___________ _
Email : ________ _
b. Hea dings . The headings contained in this Agreement are for convenience of reference
only, and shall not limit or otherwise affect in any way the meaning or Interpretation of this Agreement.
c. Effective Date. The effective date of this Agreement shall be as of the da te It has been
executed by both the parties hereto.
ARTICLES. CONTRACT TERM
This term of this Agreement shall be from the effective date through ----...J 20__, unless
terminated earlier in accordan ce with terms set forth in the ITB.
(Remainder of this page is intentionally left blank.)
Page I 38
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
IN WITNESS WH EREOF, the parties have executed this Agreement on the dates hereinafter written.
[S EAL]
ATIEST:
By: _________ _
Patricia Snider, CMC, City Cl erk
APPROV ED AS TO FORM AND
LEGAL SUFFI CIENCY
By: _________ _
R. Max Lohman, City Att orney
WITNESS:
CITY OF PALM BEACH GARDENS, FLORIDA
By: ____________ _
Ronald M. Ferris, City Manager
By: ____________ _
Print Name: _____________ _
Title: _______________ _
By: ____________ _
Pri nt Name:------------
Page I 39
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
Page I 40
Municipal Complex, City Hall
10500 N Military Trail
Burns Road Recreation Cen
4404 Burns Road
Public Works
3704 Burns Road
Riverside Youth Center
10170 Riverside Drive
Police Cell Tower
Old Dixie Highway
Public Services Building
4301 Burns Road
Fire Station l
10500 N Military Trail
Fire Station 2
11025 Campus Drive
Fire Station 3
5161 Northlake Blvd
Fire Station 4
11264 Jog Road
Fire Station 5
3913 Hood Road
Public Works*
3704 Burns Road
Public Works*
3704 Burns Road
SECTION 9
EXHIBIT A
GENERATOR IDENTIFICATION AND LOCATION
KW
Spectrum 750054 750
Kohler 230REOZJB 225
Terex OT90P 72
Generac 98A055580-S 85
Onan GGFD-4959819 35
Magnum MMG80 55
Broad crown BCJD275-60 275
Kohler lOOREZGD 100
Generac 2424030600 200
Wacker 5891169 180
Kohler 180RZD 180
Coleman CJ6Tl05SQ 105
Terex OT180C 135
City of Palm Beach Gardens
ITS No. IT82016-056PS
Comprehensive GeneratDr Maintenance Services
.....
FUEL TYPE STATIONARY/MOiilLE .
Diesel Stationary
Diesel Stationary
Diesel Stationary
LNG Stationary
LNG Stationary
Diesel Stationary
Diesel Stationary
LNG Stationary
LNG Stationary
Diesel Stationary
LNG Stationary
Diesel Mobile
Diesel Mobile
Public Works*
14. 3704 Burns Road Terex OT90P
Public Works*
15. 3704 Burns Road Terex OT90P
Municipal Complex, PSAP
10500 N Military Trail
NOTE: "'Public Works is the storage site for all mobile generators.
Page I 41
72
72
City of Palm Beach Ga rdens
ITS No. IT820l6-0S6PS
Comprehensive Generawr Maintenance Services
Diesel Mobile
Diesel Mobil e
IMPORTANT NOTICE
SECTION 10
SOLICITATION SUMMARY
The Ctty of Palm Beach Gardens
10500 North Miiitary Traii
Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
SOLICITATION SUMMARY
City of Palm lleach Gardens
ITB No. ITB2016 -0S6PS
Comprehensive Generator Maintenance Services
The Information you provide on this page will be read aloud at the PUBLIC OPENING for this Solicitatlon.
It Is VERY IMPORTANT that the summary Information you provide below is exactly the same information
contained in your Bld. If subsequent to the opening of Bids, the City determines that the Information
contained in the electronic version of your Bid is different from the information on this Solicitation
Summary, the City reserves the right to deem your Bid NON-RESPONSIVE, and remove your Bld from
further evaluation and consideration for contract award.
Proposal Number:
Title:
Due Date and Time:
Name of Proposer:
Address:
Contact Person:
Bid Amount:
Authorized Signature:
Date :
BID INFORMATION
ITB2016-056PS
Comprehensive Generator Maintenance Services
fg, M~ =:J)t::"cero 'o.e.,<2. I ' ~o \ s @.. 5.'00 fm ~ ) .
At\ Q<:>u)o.f (.-!et..>eJ?ffT.o~s 0£)<4j .
q '6\.\ l )\W \\'l \,B -~ 1 \.\s,\\aJ~\ 3 3 118 m \ci)~\)g__ 5~\ \ C,\f\\\)U
By signing and submitting this Solicitation Summary, the Bidder affirms that the information provided
above is an exact and correct summary of the information contained In the electronic version of the
Bidder's Bid to the City of Palm Beach Gardens.
NOTE: This Solicitation Summary must be signed and Included as an ORIGINAL HARDCOPY in the
envelope containing your Bid. ·
Page I 42
TO:
PA I.M B t h C II G,\R D F.llS
·:, 1111lq11 ,• 11lr,,·,• la /i,· .. ·, /,•drJrp muJ. ,C· J'ld,1•"
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 1
All Potential Bidders
DATE: November 17, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: Friday, December 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following question was received from a potential Bidder, and the answer ls provided as shown.
Question:
Response:
We have reviewed the bid and understood that you changed the response time to two
hours. However, the load banking and ATS testing are still included in the scope and yet
there is no requirement for a licensed electrician as the prime on this job. Perhaps the
easiest way to settle this matter is to get the Chief Electrical Inspector at the Palm Beach
Gardens Building Department to make a decision. He is the final authority having
jurisdiction .
The City's Chief Building official and the Electrical Inspector state that the firm selected to
perform the Comprehensive Generator Maintenance Service does not need to be a
licensed electrician provided the pe rson who performs the electrical aspect of the
maintenance work and the load bank testing is a licensed electrician. The generator f irm
mu st have a licensed electrician on staff or contract with a licensed electrician to perform
the electrical aspects of the scope of work.
Bidders must state in their bid response whether they have a licensed electrician on staff
to per/ orm the electrical aspect of the work or will contract with a licensed electrician to
perform these services. A copy of the relevant license shall be included with the bid
submittal.
All other terms, covenants and conditions of the subject solicitation and any addenda is sued thereto shall apply,
except to the extent herein amended.
fl,,..{~. CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
I I
TO:
PA lM B[ACn GARD E NS
·:11mlq111· pl11L\" l,1 li1't.•, f,•11rn, »·ml: ,~ 1•f1\\'0
'
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 2
All Potential Bidders
DATE: November 19, 2015
SOLICITATION NO.: ITB2016-05 6PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: FRIDAY, DECEMBER 11, 2015@ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following licensing requirements are added to the Invitation to Bid as Section 2.15.
2.15 CERTIFICATIONS/LICENSES
Any Bidder which submits an offer in response to this Solicitation shall, at the time of such offer,
hold a valid Electrical Contractor License, or Mechanical Contractor License, or a General
Contractor License, issued by the State or County Examining Board qualifying the Bidder to
perform the work proposed. If work for other trades Is required in conjunction with this
Solicitation and will be performed by a subcontractor(s), the applicable License Issued to the
subcontractor(s) shall be submitted with the Bidder's offer; provided, however, the City may at
Its option and in its best Interest allow the Bidder to supply the subcontractor(s) license to the
City during the Bid evaluation period .
All other terms, covenants and conditions of the subject solicitation and any addenda Issued thereto shall apply,
except to the extent here in amended.
fl,,,/ ~' CPPO, CPPB, CPSM, C.P.M., CAP·OM, CPCP
Purchasing and Contracts Director
TO:
PAlM BEA C II GARDF.NS
':f rm/t/llc• pfun• fr, /it•,·. /,'IU(I, 1Wtl ,f rf°')·''
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 3
All Potential Bidders
DATE: November 30, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: Friday, December 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following questions were received from a potential Bidder, and the answers are provided as shown.
Question 1:
Response:
Question 2:
Response:
Page 1 of 2
On page 17, section 3.2 -it states "exercise no less than 15 minutes"
On page 17 section 3.3.a -it states "take fuel sample for lab testing (annual)"
On page 18, section 3 .3.e -it states "test no load operation" and then "test operation with
building load (annual)"
On page 19, section 3.3.f -it states "transfer test (bi -annual)"
And
On page 19 section 3.5 "4 hour load bank test every 6 months {bi-annual)"
NFPA 110 Operational Inspection and Testing section 8.4.2 (1), (2) and (3) describes the
testing for diesel generator sets in service (all your generators except page 22, Section 4,
items h. and k.).
The sections referenced above differ than what is required as far as the length of testing
and frequency. Load banks are only required annually if the conditions are not met for
monthly testing. Having to do load banks for 4 hours twice a year per the bid docs greatly
increases the cost to the city when testing is only required annually for 2 hours.
The standards and testing frequencies established In the Invitation to Bid are the
requirements the Bidder must perform, irrespective of whether they are more stringent
than those established by the NFPA or are more costly.
Does the city want full slate testing on fuel or only water and sediment? The cost of full
slate testing Is greater than 4 times the cost of water and sediment only testing?
The testing on fuel should be only for water and sediment. Full slate testing Is not required.
,,'
Question 3:
Response:
Question 4 :
Response:
Question S:
Response:
On page15 of the bid docs, section 2.14 Performance Bond states "inte nti onall y omi tted"
yet page 31 & 32 (actual bid submittal pages) are the Sample Performance Bon d For mat.
Are the Sample Performance Bond Format pages required to be submitted?
As Identified and stated in the Invitation to Bid, these as sample formats and not required
for submittal. There Is no Performance Bond requirement for this project.
Same question as below for the Sample Payment Bond Format on pages 33 & 34 of the
bid submittal.
See response to Question 3 above .
Also, page 40, section 9, exhibit A, Generator id entification and location, number 9, Fire
station 3, our research shows this to be a diese l generator, not gas or propane . Please
clarify and or verify generator model number and fuel source .
The City's Facilities staff have verified that the generator is fueled by natural gas, as stated
in the Invitation to Bid.
All other terms, covenants and conditions of the subject solicita t ion and any addenda Issued thereto shall apply,
except to the extent herein amended.
fli,._f RA, CPPO, CPPB, CPSM, C.P .M ., CAP -OM, CPCP
Purchasing and Contracts Director
Page 2 of2
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PUBLIC NOTICE – RECOMMENDATION TO AWARD
DATE: December 22, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Service
Notice is hereby given that the City of Palm Beach Gardens has completed its evaluation of offers
received for the above-mentioned Solicitation. The City Manager or designee has recommended
award of the contract to the following Bidder:
NAME OF VENDOR: All Power Generators Corp
DETAILS:
Year One: $38,700 (Thirty Eight Thousand Seven Hundred Dollars)
Year Two: $38,700
Year Three: $38,700
Year Four: $38,700
Year Five: $38,700
Total Contract Value: $193,500 (One Hundred Ninety Three Thousand Five Hundred Dollars)
Options to Renew: None.
NOTES: None.
Per:
Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
c: Patty Snider, CMC
City Clerk
Ci
t
y
of
Pa
l
m
Be
a
c
h
Ga
r
d
e
n
s
,
Fl
o
r
i
d
a
Bi
d
Ta
b
u
l
a
t
i
o
n
IT
B
2
0
1
6
‐05
6
P
S
Co
m
p
r
e
h
e
n
s
i
v
e
Ge
n
e
r
a
t
o
r
Ma
i
n
t
e
n
a
n
c
e
Se
r
v
i
c
e
s
Km
!
R
a
ZA
B
A
T
T
PO
W
E
R
SY
S
T
E
M
S
A
L
L
PO
W
E
R
GE
N
E
R
A
T
O
R
S
A
S
S
U
R
A
N
C
E
PO
W
E
R
SY
S
T
E
M
S
M
E
G
A
W
A
T
T
A
G
E
O
K
GENERATORS PARAMOUNT POWER PEAK POWER SERVICES TAW POWER SYSTEMS
59
‐18
8
9
2
7
1
6
5
‐11
3
0
8
9
5
2
0
‐37
0
6
6
2
8
0
6
‐17
8
8
5
5
4
5
9
‐2473830 59 ‐3306520 20 ‐3516517 45 ‐4241826
Ja
c
k
s
o
n
v
i
l
l
e
,
FL
M
e
d
l
e
y
,
FL
D
e
l
r
a
y
Be
a
c
h
,
FL
F
o
r
t
La
u
d
e
r
d
a
l
e
,
FL
D
e
e
r
f
i
e
l
d
Beach Largo, FL Tampa, FL Riverview, FL
Ye
s
Y
e
s
Y
e
s
Y
e
s
Y
e
s
Y
e
s
N
o
Y
e
s
No
N
o
N
o
N
o
N
o
N
o
N
o
N
o
No
N
o
N
o
N
o
N
o
N
o
N
o
Y
e
s
Ye
s
Y
e
s
Y
e
s
Y
e
s
Y
e
s
Y
e
s
Y
e
s
Y
e
s
J.
Mi
c
h
a
e
l
Sa
b
a
t
i
e
r
J
u
a
n
R.
Ga
r
c
i
a
B
r
a
n
d
o
n
Da
v
i
s
M
i
c
h
a
e
l
S.
Ja
n
s
e
n
R
i
c
h
a
r
d
A. Swartz Brad Jones Kevin Boyles Michael MacInnes
90
4
.
3
8
4
.
4
5
0
5
3
0
5
.
8
8
8
.
0
0
5
9
5
6
1
.
8
8
6
.
0
4
7
0
9
5
4
.
3
2
8
.
0
2
3
2
9
5
4
.
4
2
8
.
9
9
9
0
7
2
7
.
5
3
6
.
9
9
7
9
8
1
3
.
2
4
8
.
5
2
0
0
8
1
3
.
6
2
1
.
5
6
6
1
Ve
n
d
o
r
Co
n
t
a
c
t
Fa
x
Nu
m
b
e
r
90
4
.
3
8
4
.
9
9
1
5
3
0
5
.
8
8
8
.
2
0
9
0
5
6
1
.
8
9
2
.
8
2
4
3
3
0
5
.
4
3
6
.
3
7
3
6
9
5
4
.
3
6
0
.
7
9
6
9
7
2
7
.
5
3
0
.
1
4
9
5
8
1
3
.
2
4
8
.
5
2
2
4
8
1
3
.
2
1
7
.
8
0
7
4
se
r
v
i
c
e
@
z
a
b
a
t
t
.
c
o
m
al
l
p
w
r
@
b
e
l
l
s
o
u
t
h
.
n
e
t
br
a
n
d
o
n
.
d
a
v
i
s
@
a
s
s
u
r
a
n
c
e
p
o
w
e
r
.
c
o
m
mj
a
n
s
e
n
@
m
e
g
a
w
a
t
t
a
g
e
.
c
o
m
ri
c
h
@
o
k
g
e
n
e
r
a
t
o
r
s
.
c
o
m
bjones@paramountpwr.com kboyles@peakpowerservices.com michael.macinnes@tawinc.com
NO
.
1 a
$
3
,
8
8
0
.
0
0
$
3
,
4
5
0
.
0
0
$
3
,
8
7
6
.
4
2
$
3
,
4
5
0
.
0
0
$
1
1
,
6
1
0
.
0
0
$
3
,
0
3
1
.
0
0
$
4
,
2
9
4
.
7
5
$
3
,
5
7
9
.
0
0
b
$
2
,
9
5
0
.
0
0
$
2
,
6
0
0
.
0
0
$
2
,
8
3
5
.
6
7
$
2
,
9
0
0
.
0
0
$
9
,
0
1
5
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
8
3
2
.
7
5
$
2
,
3
5
9
.
0
0
c
$
2
,
3
5
0
.
0
0
$
2
,
1
2
5
.
0
0
$
2
,
6
6
1
.
4
2
$
2
,
9
0
0
.
0
0
$
8
,
4
4
0
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
4
8
3
.
7
5
$
1
,
7
4
5
.
0
0
d
$
2
,
3
5
0
.
0
0
$
2
,
2
0
0
.
0
0
$
2
,
6
6
1
.
4
2
$
2
,
9
0
0
.
0
0
$
8
,
2
8
5
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
4
8
3
.
7
5
$
1
,
6
9
5
.
0
0
e
$
2
,
2
0
5
.
0
0
$
2
,
0
5
0
.
0
0
$
2
,
6
1
3
.
4
2
$
2
,
9
0
0
.
0
0
$
7
,
9
9
0
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
1
5
2
.
0
2
$
1
,
6
9
5
.
0
0
f
$
2
,
3
5
0
.
0
0
$
2
,
1
2
5
.
0
0
$
2
,
6
6
1
.
4
2
$
2
,
9
0
0
.
0
0
$
8
,
2
4
0
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
2
9
2
.
7
5
$
1
,
7
4
5
.
0
0
g
$
2
,
9
5
0
.
0
0
$
2
,
6
2
5
.
0
0
$
2
,
8
3
5
.
6
7
$
2
,
8
7
5
.
0
0
$
9
,
5
5
5
.
0
0
$
3
,
0
3
1
.
0
0
$
3
,
0
5
7
.
7
5
$
2
,
4
3
4
.
0
0
h
$
2
,
4
7
0
.
0
0
$
2
,
2
7
5
.
0
0
$
2
,
6
6
1
.
4
2
$
2
,
9
0
0
.
0
0
$
6
,
5
7
5
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
4
8
3
.
7
5
$
1
,
7
8
4
.
0
0
i
$
2
,
9
0
0
.
0
0
$
2
,
6
0
0
.
0
0
$
2
,
7
5
6
.
9
2
$
2
,
9
0
0
.
0
0
$
9
,
3
2
0
.
0
0
$
3
,
0
3
1
.
0
0
$
3
,
0
5
7
.
7
5
$
2
,
1
0
9
.
0
0
j
$
2
,
7
2
0
.
0
0
$
2
,
6
0
0
.
0
0
$
2
,
7
5
6
.
9
2
$
2
,
9
0
0
.
0
0
$
8
,
3
5
0
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
9
9
5
.
7
5
$
1
,
9
3
4
.
0
0
k
$
2
,
7
2
0
.
0
0
$
2
,
6
0
0
.
0
0
$
2
,
7
5
6
.
9
2
$
2
,
9
0
0
.
0
0
$
7
,
1
6
5
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
9
9
5
.
7
5
$
1
,
8
8
4
.
0
0
l
$
2
,
4
7
0
.
0
0
$
2
,
2
0
0
.
0
0
$
2
,
7
5
6
.
9
2
$
2
,
9
0
0
.
0
0
$
8
,
3
6
0
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
4
8
4
.
7
5
$
1
,
8
3
4
.
0
0
m
$
2
,
4
7
0
.
0
0
$
2
,
2
0
0
.
0
0
$
2
,
7
5
6
.
9
2
$
2
,
9
0
0
.
0
0
$
8
,
3
9
0
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
4
8
4
.
7
5
$
1
,
8
3
4
.
0
0
n
$
2
,
3
5
0
.
0
0
$
2
,
1
0
0
.
0
0
$
2
,
6
6
1
.
4
2
$
2
,
9
0
0
.
0
0
$
8
,
4
4
0
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
4
8
4
.
7
5
$
1
,
7
4
5
.
0
0
o
$
2
,
3
5
0
.
0
0
$
2
,
2
0
0
.
0
0
$
2
,
6
6
1
.
4
2
$
2
,
9
0
0
.
0
0
$
8
,
4
4
0
.
0
0
$
3
,
0
3
1
.
0
0
$
2
,
4
8
4
.
7
5
$
1
,
7
4
5
.
0
0
p
$3
,
1
0
0
.
0
0
$
2
,
7
5
0
.
0
0
$
2
,
8
3
5
.
6
7
$
2
,
8
7
5
.
0
0
$
9
,
4
1
5
.
0
0
$
3
,
0
3
1
.
0
0
$
3
,
0
5
7
.
7
5
$
2
,
5
5
9
.
0
0
$4
2
,
5
8
5
.
0
0
$
3
8
,
7
0
0
.
0
0
$
4
4
,
7
4
9
.
9
7
$
4
6
,
9
0
0
.
0
0
$137,590.00 $48,496.00 $44,127.27 $32,680.00
2 a
$
8
5
.
0
0
$
6
0
.
0
0
$
6
5
.
0
0
$
8
4
.
0
0
$
1
2
5
.
0
0
$
8
5
.
0
0
$
1
1
0
.
0
0
$
1
0
5
.
0
0
b
$
8
5
.
0
0
$
6
0
.
0
0
$
6
5
.
0
0
$
8
4
.
0
0
$
1
2
5
.
0
0
$
8
5
.
0
0
$
9
0
.
0
0
$
8
8
.
0
0
c
$
8
5
.
0
0
$
6
0
.
0
0
$
6
5
.
0
0
$
8
4
.
0
0
$
1
2
5
.
0
0
$
8
5
.
0
0
$
8
0
.
0
0
$
8
8
.
0
0
d
$
8
5
.
0
0
$
4
0
.
0
0
$
4
5
.
0
0
$
6
5
.
0
0
$
7
5
.
0
0
$
6
5
.
0
0
$
7
5
.
0
0
$
7
2
.
0
0
e
$
8
5
.
0
0
$
4
0
.
0
0
$
4
5
.
0
0
$
6
0
.
0
0
$
7
5
.
0
0
$
6
5
.
0
0
$
7
0
.
0
0
$
5
5
.
0
0
f
1
0
%
1
0
%
1
0
%
1
0
%
1
0
%
1
0
%
1
0
%
1
0
%
3
E
l
e
c
t
r
i
c
a
l
E
l
e
c
t
r
i
c
a
l
E
l
e
c
t
r
i
c
a
l
,
Ge
n
e
r
a
l
E
l
e
c
t
r
i
c
a
l
N
o
n
e
L
P
G
N
o
n
e
N
o
n
e
El
e
c
t
r
i
c
i
a
n
Ma
r
k
‐Up
on
Ma
t
e
r
i
a
l
s
,
Pa
r
t
s
an
d
Eq
u
i
p
m
e
n
t
Pu
b
l
i
c
Wo
r
k
s
De
p
a
r
t
m
e
n
t
‐
Co
l
e
m
a
n
Pu
b
l
i
c
Wo
r
k
s
De
p
a
r
t
m
e
n
t
‐
Te
r
e
x
Bu
r
n
s
Ro
a
d
Re
c
r
e
a
t
i
o
n
Ce
n
t
e
r
Me
c
h
a
n
i
c
Pu
b
l
i
c
Wo
r
k
s
De
p
a
r
t
m
e
n
t
‐
Te
r
e
x
Ty
p
e
of
Li
c
e
n
s
e
Su
b
m
i
t
t
e
d
:
Pu
b
l
i
c
Se
r
v
i
c
e
s
Bu
i
l
d
i
n
g
Fi
r
e
Re
s
c
u
e
St
a
t
i
o
n
No
.
1
Ve
n
d
o
r
FE
I
N
La
b
o
r
e
r
Pu
b
l
i
c
Wo
r
k
s
De
p
a
r
t
m
e
n
t
PR
E
V
E
N
T
A
T
I
V
E
MA
I
N
T
E
N
A
N
C
E
SE
R
V
I
C
E
S
Te
c
h
n
i
c
i
a
n
'
s
He
l
p
e
r
Fi
r
e
Re
s
c
u
e
St
a
t
i
o
n
No
.
5
Fi
r
e
Re
s
c
u
e
St
a
t
i
o
n
No
.
4
IT
B
No
.
:
Bi
d
Ti
t
l
e
:
Pr
e
p
a
r
e
d
by
:
VE
N
D
O
R
NA
M
E
:
Nt
Wh
ll
i
td
hi
h
l
i
h
t
l
id
d
i
ll
(d
if
li
b
l
f
d
bl
f
tt
i
)
Bi
d
Op
e
n
i
n
g
Da
t
e
:
Fr
i
d
a
y
,
De
c
e
m
b
e
r
11
,
20
1
5
@ 3:
0
0
P
M
Ve
n
d
o
r
Co
n
t
a
c
t
Em
a
i
l
LO
C
A
T
I
O
N
Ri
v
e
r
s
i
d
e
Yo
u
t
h
En
r
i
c
h
m
e
n
t
Ce
n
t
e
r
Mu
n
i
c
i
p
a
l
Co
m
p
l
e
x
,
PS
A
P
TO
T
A
L
AN
N
U
A
L
PR
I
C
E
:
EM
E
R
G
E
N
C
Y
RE
P
A
I
R
SE
R
V
I
C
E
S
Po
l
i
c
e
Ce
l
l
To
w
e
r
,
Ol
d
Di
x
i
e
Hi
g
h
w
a
y
Mu
n
i
c
i
p
a
l
Co
m
p
l
e
x
,
Ci
t
y
Ha
l
l
Fi
r
e
Re
s
c
u
e
St
a
t
i
o
n
No
.
2
Fi
r
e
Re
s
c
u
e
St
a
t
i
o
n
No
.
3
Co
r
p
o
r
a
t
i
o
n
Ad
d
r
e
s
s
(S
t
a
t
e
)
:
Ar
e
Su
b
m
i
t
t
a
l
Fo
r
m
s
Co
m
p
l
e
t
e
?
Co
n
v
i
c
t
i
o
n
Di
s
c
l
o
s
u
r
e
(Y
e
s
/
N
o
)
In
c
u
m
b
e
n
t
Ve
n
d
o
r
(Y
e
s
/
N
o
)
Ve
n
d
o
r
Co
n
t
a
c
t
(f
o
r
th
i
s
bi
d
)
Ad
d
e
n
d
a
Ac
k
n
o
w
l
e
d
g
e
d
(Y
e
s
/
N
o
)
:
Ve
n
d
o
r
Co
n
t
a
c
t
Ph
o
n
e
Nu
m
b
e
r
Pu
b
l
i
c
Wo
r
k
s
De
p
a
r
t
m
e
n
t
‐
Te
r
e
x
Te
c
h
n
i
c
i
a
n
/
R
e
p
a
i
r
m
a
n
IT
B
2
0
1
6
‐05
6
P
S
Co
m
p
r
e
h
e
n
s
i
v
e
Ge
n
e
r
a
t
o
r
Ma
i
n
t
e
n
a
n
c
e
Se
r
v
i
c
e
s
Km
!
R
a
ZA
B
A
T
T
PO
W
E
R
SY
S
T
E
M
S
A
L
L
PO
W
E
R
GE
N
E
R
A
T
O
R
S
A
S
S
U
R
A
N
C
E
PO
W
E
R
SY
S
T
E
M
S
M
E
G
A
W
A
T
T
A
G
E
O
K
GENERATORS PARAMOUNT POWER PEAK POWER SERVICES TAW POWER SYSTEMS
59
‐18
8
9
2
7
1
6
5
‐11
3
0
8
9
5
2
0
‐37
0
6
6
2
8
0
6
‐17
8
8
5
5
4
5
9
‐2473830 59 ‐3306520 20 ‐3516517 45 ‐4241826
Ve
n
d
o
r
FE
I
N
IT
B
No
.
:
Pr
e
p
a
r
e
d
by
:
VE
N
D
O
R
NA
M
E
:
Nt
Wh
ll
i
td
hi
h
l
i
h
t
l
id
d
i
ll
(d
if
li
b
l
f
d
bl
f
tt
i
)
Bi
d
Op
e
n
i
n
g
Da
t
e
:
Fr
i
d
a
y
,
De
c
e
m
b
e
r
11
,
20
1
5
@ 3:
0
0
P
M
NO
T
E
:
T
h
i
s
bi
d
ta
b
u
l
a
t
i
o
n
is
an
in
d
i
c
a
t
i
o
n
of
pr
i
c
e
s
on
l
y
an
d
no
t
a de
t
e
r
m
i
n
a
t
i
o
n
of
th
e
re
s
p
o
n
s
i
v
e
,
re
s
p
o
n
s
i
b
l
e
bi
d
d
e
r
s
.
1T
A
W
Po
w
e
r
Sy
s
t
e
m
s
wa
s
de
e
m
e
d
no
n
‐re
s
p
o
n
s
i
v
e
.
Th
e
Bi
d
d
e
r
fa
i
l
e
d
to
pr
o
v
i
d
e
a re
q
u
i
r
e
d
va
l
i
d
an
d
cu
r
r
e
n
t
li
c
e
n
s
e
as
an
el
e
c
t
r
i
c
a
l
,
me
c
h
a
n
i
c
a
l
,
or
ge
n
e
r
a
l
co
n
t
r
a
c
t
o
r
.
City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PUBLIC NOTICE – RECOMMENDATION TO AWARD
DATE: December 22, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Service
Notice is hereby given that the City of Palm Beach Gardens has completed its evaluation of offers
received for the above-mentioned Solicitation. The City Manager or designee has recommended
award of the contract to the following Bidder:
NAME OF VENDOR: All Power Generators Corp
DETAILS:
Year One: $38,700 (Thirty Eight Thousand Seven Hundred Dollars)
Year Two: $38,700
Year Three: $38,700
Year Four: $38,700
Year Five: $38,700
Total Contract Value: $193,500 (One Hundred Ninety Three Thousand Five Hundred Dollars)
Options to Renew: None.
NOTES: None.
Per:
Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
c: Patty Snider, CMC
City Clerk
City of Palm Beach Gardens, Florida
Bid Tabulation
ITB2016-056PS
Comprehensive Generator Maintenance Services
Km! Ra
ZABATT POWER SYSTEMS ALL POWER GENERATORS ASSURANCE POWER SYSTEMS MEGAWATTAGE OK GENERATORS PARAMOUNT POWER PEAK POWER SERVICES TAW POWER SYSTEMS
59-1889271 65-1130895 20-3706628 06-1788554 59-2473830 59-3306520 20-3516517 45-4241826
Jacksonville, FL Medley, FL Delray Beach, FL Fort Lauderdale, FL Deerfield Beach Largo, FL Tampa, FL Riverview, FL
Yes Yes Yes Yes Yes Yes No Yes
No No No No No No No No
No No No No No No No Yes
Yes Yes Yes Yes Yes Yes Yes Yes
J. Michael Sabatier Juan R. Garcia Brandon Davis Michael S. Jansen Richard A. Swartz Brad Jones Kevin Boyles Michael MacInnes
904.384.4505 305.888.0059 561.886.0470 954.328.0232 954.428.9990 727.536.9979 813.248.5200 813.621.5661
Vendor Contact Fax Number 904.384.9915 305.888.2090 561.892.8243 305.436.3736 954.360.7969 727.530.1495 813.248.5224 813.217.8074
service@zabatt.com allpwr@bellsouth.net brandon.davis@assurancepower.com mjansen@megawattage.com rich@okgenerators.com bjones@paramountpwr.com kboyles@peakpowerservices.com michael.macinnes@tawinc.com
NO.
1
a $3,880.00 $3,450.00 $3,876.42 $3,450.00 $11,610.00 $3,031.00 $4,294.75 $3,579.00
b $2,950.00 $2,600.00 $2,835.67 $2,900.00 $9,015.00 $3,031.00 $2,832.75 $2,359.00
c $2,350.00 $2,125.00 $2,661.42 $2,900.00 $8,440.00 $3,031.00 $2,483.75 $1,745.00
d $2,350.00 $2,200.00 $2,661.42 $2,900.00 $8,285.00 $3,031.00 $2,483.75 $1,695.00
e $2,205.00 $2,050.00 $2,613.42 $2,900.00 $7,990.00 $3,031.00 $2,152.02 $1,695.00
f $2,350.00 $2,125.00 $2,661.42 $2,900.00 $8,240.00 $3,031.00 $2,292.75 $1,745.00
g $2,950.00 $2,625.00 $2,835.67 $2,875.00 $9,555.00 $3,031.00 $3,057.75 $2,434.00
h $2,470.00 $2,275.00 $2,661.42 $2,900.00 $6,575.00 $3,031.00 $2,483.75 $1,784.00
i $2,900.00 $2,600.00 $2,756.92 $2,900.00 $9,320.00 $3,031.00 $3,057.75 $2,109.00
j $2,720.00 $2,600.00 $2,756.92 $2,900.00 $8,350.00 $3,031.00 $2,995.75 $1,934.00
k $2,720.00 $2,600.00 $2,756.92 $2,900.00 $7,165.00 $3,031.00 $2,995.75 $1,884.00
l $2,470.00 $2,200.00 $2,756.92 $2,900.00 $8,360.00 $3,031.00 $2,484.75 $1,834.00
m $2,470.00 $2,200.00 $2,756.92 $2,900.00 $8,390.00 $3,031.00 $2,484.75 $1,834.00
n $2,350.00 $2,100.00 $2,661.42 $2,900.00 $8,440.00 $3,031.00 $2,484.75 $1,745.00
o $2,350.00 $2,200.00 $2,661.42 $2,900.00 $8,440.00 $3,031.00 $2,484.75 $1,745.00
p $3,100.00 $2,750.00 $2,835.67 $2,875.00 $9,415.00 $3,031.00 $3,057.75 $2,559.00
$42,585.00 $38,700.00 $44,749.97 $46,900.00 $137,590.00 $48,496.00 $44,127.27 $32,680.00
2
a $85.00 $60.00 $65.00 $84.00 $125.00 $85.00 $110.00 $105.00
b $85.00 $60.00 $65.00 $84.00 $125.00 $85.00 $90.00 $88.00
c $85.00 $60.00 $65.00 $84.00 $125.00 $85.00 $80.00 $88.00
d $85.00 $40.00 $45.00 $65.00 $75.00 $65.00 $75.00 $72.00
e $85.00 $40.00 $45.00 $60.00 $75.00 $65.00 $70.00 $55.00
f 10%10%10%10%10%10%10%10%
3 Electrical Electrical Electrical, General Electrical None LPG None None
NOTE:This bid tabulation is an indication of prices only and not a determination of the responsive, responsible bidders.
1 TAW Power Systems was deemed non-responsive. The Bidder failed to provide a required valid and current license as an electrical, mechanical, or general contractor.
Electrician
Mark-Up on Materials, Parts and Equipment
Public Works Department - Coleman
Public Works Department - Terex
Burns Road Recreation Center
Mechanic
Public Works Department - Terex
Type of License Submitted:
Public Services Building
Fire Rescue Station No. 1
Vendor FEIN
Laborer
Public Works Department
PREVENTATIVE MAINTENANCE SERVICES
Technician's Helper
Fire Rescue Station No. 5
Fire Rescue Station No. 4
ITB No.:
Bid Title:
Prepared by:
VENDOR NAME:
Note: When all prices are entered, highlight low priced vendor in yellow (and if applicable, green for secondary, blue for tertiary).
Bid Opening Date: Friday, December 11, 2015 @ 3:00PM
Vendor Contact Email
LOCATION
Riverside Youth Enrichment Center
Municipal Complex, PSAP
TOTAL ANNUAL PRICE:
EMERGENCY REPAIR SERVICES
Police Cell Tower, Old Dixie Highway
Municipal Complex, City Hall
Fire Rescue Station No. 2
Fire Rescue Station No. 3
Corporation Address (State):
Are Submittal Forms Complete?
Conviction Disclosure (Yes/No)
Incumbent Vendor (Yes/No)
Vendor Contact (for this bid)
Addenda Acknowledged (Yes/No):
Vendor Contact Phone Number
Public Works Department - Terex
Technician/Repairman
Page 1 of 2
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 3
DATE: November 30, 2015
TO: All Potential Bidders
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: Friday, December 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following questions were received from a potential Bidder, and the answers are provided as shown.
Question 1: On page 17, section 3.2 - it states “exercise no less than 15 minutes”
On page 17 section 3.3.a - it states “take fuel sample for lab testing (annual)”
On page 18, section 3.3.e - it states “test no load operation” and then “test operation with
building load (annual)”
On page 19, section 3.3.f - it states “transfer test (bi-annual)”
And
On page 19 section 3.5 “4 hour load bank test every 6 months (bi-annual)”
NFPA 110 Operational Inspection and Testing section 8.4.2 (1), (2) and (3) describes the
testing for diesel generator sets in service (all your generators except page 22, Section 4,
items h. and k.).
The sections referenced above differ than what is required as far as the length of testing
and frequency. Load banks are only required annually if the conditions are not met for
monthly testing. Having to do load banks for 4 hours twice a year per the bid docs greatly
increases the cost to the city when testing is only required annually for 2 hours.
Response: The standards and testing frequencies established in the Invitation to Bid are the
requirements the Bidder must perform, irrespective of whether they are more stringent
than those established by the NFPA or are more costly.
Question 2: Does the city want full slate testing on fuel or only water and sediment? The cost of full
slate testing is greater than 4 times the cost of water and sediment only testing?
Response: The testing on fuel should be only for water and sediment. Full slate testing is not required.
Page 2 of 2
Question 3: On page15 of the bid docs, section 2.14 Performance Bond states “intentionally omitted”
yet page 31 & 32 (actual bid submittal pages) are the Sample Performance Bond Format.
Are the Sample Performance Bond Format pages required to be submitted?
Response: As identified and stated in the Invitation to Bid, these as sample formats and not required
for submittal. There is no Performance Bond requirement for this project.
Question 4: Same question as below for the Sample Payment Bond Format on pages 33 & 34 of the
bid submittal.
Response: See response to Question 3 above.
Question 5: Also, page 40, section 9, exhibit A, Generator identification and location, number 9, Fire
station 3, our research shows this to be a diesel generator, not gas or propane. Please
clarify and or verify generator model number and fuel source.
Response: The City’s Facilities staff have verified that the generator is fueled by natural gas, as stated
in the Invitation to Bid.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 2
DATE: November 19, 2015
TO: All Potential Bidders
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: FRIDAY, DECEMBER 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following licensing requirements are added to the Invitation to Bid as Section 2.15.
2.15 CERTIFICATIONS/LICENSES
Any Bidder which submits an offer in response to this Solicitation shall, at the time of such offer,
hold a valid Electrical Contractor License, or Mechanical Contractor License, or a General
Contractor License, issued by the State or County Examining Board qualifying the Bidder to
perform the work proposed. If work for other trades is required in conjunction with this
Solicitation and will be performed by a subcontractor(s), the applicable License issued to the
subcontractor(s) shall be submitted with the Bidder’s offer; provided, however, the City may at
its option and in its best interest allow the Bidder to supply the subcontractor(s) license to the
City during the Bid evaluation period.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 1
DATE: November 17, 2015
TO: All Potential Bidders
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: Friday, December 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following question was received from a potential Bidder, and the answer is provided as shown.
Question: We have reviewed the bid and understood that you changed the response time to two
hours. However, the load banking and ATS testing are still included in the scope and yet
there is no requirement for a licensed electrician as the prime on this job. Perhaps the
easiest way to settle this matter is to get the Chief Electrical Inspector at the Palm Beach
Gardens Building Department to make a decision. He is the final authority having
jurisdiction.
Response: The City’s Chief Building official and the Electrical Inspector state that the firm selected to
perform the Comprehensive Generator Maintenance Service does not need to be a
licensed electrician provided the person who performs the electrical aspect of the
maintenance work and the load bank testing is a licensed electrician. The generator firm
must have a licensed electrician on staff or contract with a licensed electrician to perform
the electrical aspects of the scope of work.
Bidders must state in their bid response whether they have a licensed electrician on staff
to perform the electrical aspect of the work or will contract with a licensed electrician to
perform these services. A copy of the relevant license shall be included with the bid
submittal.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
Km! Ra, CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
Page | 1
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
INVITATION TO BID
ITB NO.: ITB2016-056PS
TITLE: COMPREHENSIVE GENERATOR MAINTENANCE SERVICES
DUE DATE AND TIME: FRIDAY, DECEMBER 11, 2015 @ 3:00PM
INSTRUCTIONS
Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk, 10500
North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m. to 5:00 p.m.,
Monday through Friday, except holidays. All Bids will be publicly opened and read aloud at City Hall. Each Bid
submitted to the City Clerk shall have the following information clearly marked on the face of the envelope: the
Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid. Included in the envelope shall
be a signed original of the Solicitation Summary and one (1) electronic version of your Bid on CD or a thumb drive
in a usable PDF format. If the Solicitation Summary is not included in the envelope as a hard copy, the City may
deem your Bid non-responsive. A hard-copy of your Bid is not required. Bids must contain all information required
to be included in the submittal, as described in this Solicitation.
BROADCAST
The City of Palm Beach Gardens utilizes electronic online services for notification and distribution of its Solicitation
documents. The City’s Solicitation information can be obtained from: a) Public Purchase - Please contact Public
Purchase at support@publicpurchase.com; www.publicpurchase.com; or call 801-932-7000 for additional
information on registration; b) DemandStar - Please contact DemandStar at www.demandstar.com or by calling
them at 1-800-711-1712; c) The City’s Vendors List - The City emails all advertised Solicitations to vendors which
have joined the City’s Vendors List. To join the City’s Vendor List, please visit the City’s Purchasing webpage at
www.pbgfl.com/purchasing and click on the “Join Vendors List” link. Bidders who obtain Solicitations from sources
other than those named above are cautioned that the Invitation to Bid package may be incomplete. The City will
not evaluate incomplete Bid packages. DemandStar and Public Purchase are independent entities and are not agents
or representatives of the City. Communications to these entities do not constitute communications to the City. The
City is not responsible for errors and omissions occurring in the transmission or downloading of any documents,
addenda, plans, or specifications from these websites. In the event of any discrepancy between information on
these websites and the hard copy Solicitation documents, the terms and conditions of the hardcopy documents will
prevail.
CONTACT PERSON
Any questions regarding the specifications and Solicitation process must be submitted in writing to the Purchasing
Department for the Purchasing and Contracts Director at kmra@pbgfl.com. To allow enough time for the City to
respond, requests for clarification and additional information should be received at least forty-eight (48) hours
before the Due Date for Bids.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 2
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
LEGAL ADVERTISEMENT
INVITATION TO BID NO. ITB2016-056PS
Comprehensive Generator Maintenance Services
The City of Palm Beach Gardens is seeking Bids from qualified firms to provide comprehensive generator
maintenance services at several City facilities, in accordance with the terms, conditions, and
specifications contained in this Invitation to Bid.
Invitation to Bid documents are available beginning Monday, November 16, 2015, at 8:00 a.m. local
time on the City of Palm Beach Gardens website at www.pbgfl.com and following the link to the
Purchasing webpage, or by contacting the City Clerk’s Office at (561) 799 -4121.
Sealed Bid packages must be clearly marked “ITB2016-056PS, Comprehensive Generator Maintenance
Services” and delivered to the Office of the City Clerk at 10500 North Military Trail, Palm Beach Gardens,
Florida 33410. The deadline for submission of Bids is Friday, December 11, 2015, at 3:00 p.m. local time.
At that time, the Bids will be publicly opened and read aloud at City Hall, 10500 North Military Trail,
Palm Beach Gardens, Florida 33410.
Late Bids will not be accepted and will be returned to the sender unopened.
It is the responsibility of the Bidder to ensure all pages are included in the submission. All Bidders are
advised to closely examine the Solicitation package. Any questions regarding the completeness or
substance of the Solicitation package or the goods or services must be submitted in writing via email or
fax to Km! Ra, Purchasing and Contracts Director, kmra@pbgfl.com or (561) 799-4134.
The City of Palm Beach Gardens is exempt from Federal and State Taxes for tangible personal property
tax.
The City of Palm Beach Gardens reserves the right to accept or reject any or all Bid submittals, in whole
or in part, with or without cause, to waive any irregularities and/or technicalities, and to award the
contract on such coverage and terms it deems will best serve the interests of the City.
CITY OF PALM BEACH GARDENS
Patricia Snider, CMC, City Clerk
Publish: Palm Beach Post
Sunday, November 15, 2015
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 3
TABLE OF CONTENTS
SECTION PAGE
1. General Terms and Conditions 4
2. Special Terms and Conditions 12
3. Technical Specifications, Statement of Work, or Scope of Services
Bid Submittal
17
4. Pricing Schedule 22
5. Acknowledgement of Addenda 24
6. Signature Page 25
7. Affidavits, Performance and Payment Bonds Format, Letter of Credit Format 26
8. Sample Agreement Format 37
9. Exhibits (if applicable) 40
10.
Solicitation Summary
MUST BE INCLUDED AS A HARD-COPY IN THE BID PACKAGE) 42
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 4
SECTION 1
GENERAL TERMS AND CONDITIONS
1.1 DEFINITIONS
a. Bid: any offer(s) submitted in response to an Invitation to Bid.
b. Bidder: person or firm submitting a Bid in response to an
Invitation to Bid.
c. Bid Solicitation or Invitation to Bid: this Solicitation
documentation, including any and all addenda.
d. Bid Submittal Form: describes the goods or services to be
purchased, and must be completed and submitted with the
Bid.
e. City: shall refer to the City of Palm Beach Gardens, Florida.
f. Contract or Agreement: the Invitation to Bid, all addenda
issued thereto, all affidavits, the signed agreement, and all
related documents which comprise the totality of the contract
or agreement between the City and the Bidder.
g. Contractor: successful Bidder or Bidder who is awarded a
contract to provide goods or services to the City.
h. Invitation to Bid: formal request for Bids from qualified
Bidders.
i. Purchasing Department: the Purchasing Department of the
City of Palm Beach Gardens, Florida.
j. Responsible Bidder: a Bidder which has the capability in all
respects to perform in full the contract requirements, as
stated in the Invitation to Bid, and the integrity and reliability
that will assure good-faith performance.
k. Responsive Bidder: a Bidder whose Bid conforms in all
material respects to the terms and conditions included in the
Invitation to Bid.
1.2 CONE OF SILENCE
Pursuant to Section 2-355 of Palm Beach County Ordinance
No. 2011-039, and the purchasing policies of the City of Palm
Beach Gardens, all Solicitations, once advertised and until the
appropriate authority has approved an award
recommendation, are under the “Cone of Silence”. This limits
and requires documentation of communications between
potential Bidders and/or Bidders on City Solicitations, the
City’s professional staff, and the City Council members.
1.3 ADDENDUM
The Purchasing Department may issue an addendum in
response to any inquiry received, prior to the close of the
Solicitation period, which changes, adds, or clarifies the terms,
provisions, or requirements of the Solicitation. The Bidder
should not rely on any representation, statement, or
explanation, whether written or verbal, other than those
made in the Solicitation document or in the addenda issued.
Where there appears to be a conflict between the Solicitation
and any addenda, the last addendum issued shall prevail. It is
the vendor’s responsibility to ensure receipt of all addenda,
and any accompanying documentation. The vendor is
required to submit with its Bid or Bid a signed
Acknowledgment of Addenda” form, when any addenda
have been issued.
1.4 LEGAL REQUIREMENTS
This Solicitation is subject to all legal requirements contained
in the applicable City Ordinances and Resolutions, as well as
all applicable City, State, and Federal Statutes. Where conflict
exists between this Bid Solicitation and these legal
requirements, the authority shall prevail in the following
order: Federal, State, and local.
1.5 CHANGE OF BID
Prior to the scheduled Bid opening a Bidder may change its Bid
by submitting a new Bid (as indicated on the cover page) with
a letter on the firm’s letterhead, signed by an authorized
agent stating that the new submittal replaces the original
submittal. The new submittal shall contain the letter and all
information as required for submitting the original Bid. No
changes to a Bid will be accepted after the Bid has been
opened.
1.6 WITHDRAWAL OF BID
A Bid shall be irrevocable unless the Bid is withdrawn as
provided herein. Only a written letter received by the
Purchasing Department prior to the Bid opening date may
withdraw a Bid. A Bid may also be withdrawn ninety (90) days
after the Bid has been opened and prior to award, by
submitting a letter to the Purchasing and Contracts Director.
The withdrawal letter must be on company letterhead and
signed by an authorized agent of the Bidder.
1.7 CONFLICTS WITHIN THE BID SOLICITATION
Where there appears to be a conflict between the General
Terms and Conditions, Special Conditions, the Technical
Specifications, the Bid Submittal Form, or any addendum
issued, the order of precedence shall be: the last addendum
issued, the Bid Submittal Form, the Technical Specifications,
the Special Conditions, and then the General Terms and
Conditions.
1.8 PROMPT PAYMENT TERMS
It is the policy of the City of Palm Beach Gardens that payment
for all purchases by City departments shall be made in a timely
manner. The City will pay the awarded Bidder upon receipt
and acceptance of the goods or services by a duly authorized
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 5
representative of the City. In accordance with Section 218.74,
Florida Statutes, the time at which payment shall be due from
the City shall be forty-five (45) days from receipt of a proper
invoice. The time at which payment shall be due to small
businesses shall be thirty (30) days from receipt of a proper
invoice. Proceedings to resolve disputes for payment of
obligations shall be concluded by final written decision of the
City Manager or designee, not later than sixty (60) days after
the date on which the proper invoice was received by the City.
1.9 DISCOUNTS (PROMPT PAYMENTS)
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 Bid submittal signature page of the Solicitation.
1.10 PREPARATION OF BIDS
a. The Bid forms define requirements of items to be
purchased, and must be completed and submitted with
the Bid. Use of any other forms will result in the rejection
of the Bidder’s offer. The Bid submittal forms must be
legible. Bidders shall use typewriter, computer, or ink. All
changes must be crossed out and initialed in ink. Failure
to comply with these requirements may cause the Bid to
be rejected.
b. An authorized agent of the Bidder’s firm must sign the
Bid submittal form. Failure to sign the Signature Page
of the Bid shall render the Bid non-responsive.
c. The Bidder may be considered non-responsive if Bids are
conditioned upon modifications, changes, or revisions to
the terms and conditions of this Solicitation.
d. 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 submittal marked “Alternate Bid”.
e. When there is a discrepancy between the unit prices and
any extended prices, the unit prices will prevail.
f. Late Bids will not be accepted and will be returned to the
sender unopened. It is the Bidder’s responsibility to
ensure timely delivery by the due date and time, and at
the place stated in this Solicitation. No exceptions will be
made due to weather, carrier, traffic, illness, or other
issues.
1.11 CANCELLATION OF BID SOLICITATION
The City of Palm Beach Gardens reserves the right to cancel,
in whole or in part, any Invitation to Bid when it is in the best
interest of the City.
1.12 AWARD OF CONTRACT
a. The contract may be awarded to the responsive and
responsible Bidder meeting all requirements as set forth
in the Solicitation. The City reserves the right to reject any
and all Bids, to waive irregularities or technicalities, and
to re-advertise for all or any part of this Bid Solicitation
as deemed in its best interest. The City shall be the sole
judge of its best interest.
b. The City reserves the right to reject any and all Bids if it is
determined that prices are excessive, best offers are
determined to be unreasonable, or it is otherwise
determined to be in the City’s best interest to do so.
c. The City reserves the right to negotiate prices with the
responsive and responsible low Bidder, provided that
the scope of work of this Solicitation remains the same.
d. The Bidder’s performance as a prime contractor or
subcontractor on previous City contracts shall be taken
into account in evaluating the Bid received for this Bid
Solicitation.
e. The City will provide a copy of the Bid Tabulation to all
Bidders responding to this Solicitation.
f. The Bid Solicitation, any addenda and/or properly
executed modifications, the signed Agreement, the
purchase order, and any change order(s) shall constitute
the contract.
g. The Purchasing and Contracts Director will decide all tie
Bids.
h. Award of this Bid may be predicated on compliance with
and submittal of all required documents as stipulated in
the Bid Solicitation.
i. The City reserves the right to request and evaluate
additional information from any Bidder after the
submission deadline as the City deems necessary.
1.13 CONTRACT EXTENSION
The City reserves the right to automatically extend any
agreement for a maximum period not to exceed ninety (90)
calendar days in order to provide City departments with
continual service and supplies while a new agreement is being
solicited, evaluated, and/or awarded.
1.14 WARRANTY
All warranties express and implied shall be made available to
the City for goods and services covered by this Bid Solicitation.
All goods furnished shall be fully guaranteed by the awarded
Bidder against factory defects and workmanship. At no
expense to the City, the awarded Bidder shall correct any and
all apparent and latent defects that may occur within the
manufacturer’s standard warranty.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 6
1.15 ESTIMATED QUANTITIES
Estimated quantities or dollars are for Bidder’s guidance only:
a) estimates are based on the City’s anticipated needs and/or
usage; and (b) the City may use these estimates to determine
the low Bidder. No guarantee is expressed or implied as to
quantities or dollars that will be used during the contract
period. The City is not obligated to place any order for the
given amount subsequent to the award of this Bid Solicitation.
1.16 NON-EXCLUSIVITY
It is the intent of the City to enter into an agreement with the
awarded Bidder that will satisfy its needs as described herein.
However, the City reserves the right as deemed in its best
interest to perform, or cause to be performed, the work and
services, or any portion thereof, herein described in any
manner it sees fit, including but not limited to, award of other
contracts, use of any contractor, or perform the work with its
own employees.
1.17 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 City
and the successful Bidder, continue until completion at the
same prices, terms, and conditions.
1.18 BID PROTEST
A recommendation for contract award or rejection of award
may be protested by a Bidder. The Bidder may file a written
protest with the City Clerk’s office. The Bidder shall file its
written protest with the City Clerk, Monday through Friday,
between the hours of 8:00 a.m. and 5:00 p.m., excluding legal
holidays. Protests shall contain the name, address, and phone
number of the petitioner, name of the petitioner’s
representative (if any), and the title and Bid number of the
Solicitation. The protest shall specifically describe the subject
matter, facts giving rise to the protest, and the action
requested from the City.
The written protest must be received no later than seventy-
two (72) consecutive hours (excluding Saturdays, Sundays,
and legal holidays) after the time of award posting. Failure to
file a timely formal written protest within the time period
specified shall constitute a waiver by the Bidder of all rights of
protest.
In the event of a timely protest, the City will not proceed
further with award of the contract and agreement until all
administrative remedies are exhausted, or until the City
Manager determines the award of the contract is immediately
necessary to protect the public health, welfare, or safety.
1.19 LAWS AND REGULATIONS
The awarded Bidder shall comply with all laws and regulations
applicable to provide the goods or services specified in this Bid
Solicitation. The Bidder shall be familiar with all federal, state,
and local laws that may affect the goods and/or services
offered.
1.20 LICENSES, PERMITS AND FEES
The awarded Bidder(s) shall hold all licenses and/or
certifications, obtain and pay for all permits and/or
inspections, and comply with all laws, ordinances, regulations,
and building code requirements applicable to the work
required herein. Damages, penalties, and/or fines imposed on
the City or an awarded Bidder for failure to obtain and
maintain required licenses, certifications, permits, and/or
inspections shall be borne by the awarded Bidder.
1.21 SUBCONTRACTING
Unless otherwise specified in this Bid Solicitation, the
successful Bidder shall not subcontract any portion of the
work without the prior written consent of the City. The ability
to subcontract may be further limited by the Special
Conditions. Subcontracting without the prior consent of the
City may result in termination of the contract for default.
1.22 ASSIGNMENT
The awarded Bidder shall not assign, transfer, hypothecate, or
otherwise dispose of this contract, 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 City. Assignment without the prior consent of
the City may result in termination of the contract for default.
1.23 SHIPPING TERMS
Unless otherwise specified in the Bid Solicitation, prices
quoted shall be F.O.B. Destination. Freight shall be included
in the proposed price.
1.24 RESPONSIBILITIES AS EMPLOYER
The employee(s) of the awarded Bidder shall be considered to
be at all times its employee(s), and not an employee(s) or
agent(s) of the City or any of its departments. The awarded
Bidder shall provide physically competent employee(s)
capable of performing the work as required. The City may
require the awarded Bidder to remove any employee it deems
unacceptable. All employees of the awarded Bidder shall
wear proper identification.
It is the awarded Bidder’s responsibility to ensure that all its
employees and subcontractors comply with the employment
regulations required by the US Department of Homeland
Security. The City shall have no responsibility to check or verify
the legal immigration status of any employee of the awarded
Bidder.
1.25 INDEMNIFICATION
The awarded Bidder shall indemnify and hold harmless the
City and its officers, employees, agents, and instrumentalities
from any and all liability, losses or damages, including
attorney’s fees and costs of defense, which the City 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
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 7
awarded Bidder or its employees, agents, servants, partners,
principals, or subcontractors. The awarded Bidder 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 City, where applicable, including
appellate proceedings, and shall pay all costs, judgments, and
attorney’s fees which may be incurred thereon. The awarded
Bidder expressly understands and agrees that any insurance
protection required by this contract agreement or otherwise
provided by the awarded Bidder shall in no way limit the
responsibility to indemnify, keep and save harmless, and
defend the City or its officers, employees, agents, and
instrumentalities as herein provided.
1.26 COLLUSION
A Bidder recommended for award as the result of a
competitive Solicitation for any City purchases of supplies,
materials, and services (including professional services, other
than professional architectural, engineering, and other
services subject to Sec. 287.055 Florida Stats.), purchase,
lease, permit, concession, or management agreement shall,
within five (5) business days of the filing of such
recommendation, submit an affidavit under the penalty of
perjury, on a form provided by the City, stating either that the
contractor is not related to any of the other parties Bidding in
the competitive Solicitation or identifying all related parties,
as defined in this Section, which Bid in the Solicitation; and
attesting that the contractor’s Bid is genuine and not a sham
or collusive or made in the interest or on behalf of any person
not therein named, and that the contractor has not, directly
or indirectly, induced or solicited any other Bidder to put in a
sham Bid, or any other person, firm, or corporation to refrain
from proposing, and that the Bidder has not in any manner
sought by collusion to secure to the Bidder an advantage over
any other Bidder. In the event a recommended Bidder
identifies related parties in the competitive Solicitation its Bid
shall be presumed to be collusive and the recommended
Bidder shall be ineligible for award unless that presumption is
rebutted to the satisfaction of the City. Any person or entity
that fails to submit the required affidavit shall be ineligible for
contract award.
1.27 MODIFICATION OF CONTRACT
The contract may be modified by mutual consent, in writing,
through the issuance of a modification to the contract, a
supplemental agreement, purchase order, or change order, as
appropriate.
1.28 TERMINATION FOR CONVENIENCE
The City, at its sole discretion, reserves the right to terminate
any contract entered into pursuant to this Invitation to Bid
ITB) with or without cause immediately upon providing
written notice to the awarded Bidder. Upon receipt of such
notice, the awarded Bidder shall not incur any additional costs
under the contract. The City shall be liable only for reasonable
costs incurred by the awarded Bidder prior to the date of the
notice of termination. The City shall be the sole judge of
reasonable costs.”
1.29 TERMINATION FOR DEFAULT
The City reserves the right to terminate this contract, in part
or in whole, or place the vendor on probation in the event the
awarded Bidder fails to perform in accordance with the terms
and conditions stated herein by providing written notice of
such failure or default and by specifying a reasonable time
period within which the awarded Bidder must cure any such
failure to perform or default. The awarded Bidders’ failure to
timely cure any default shall serve to automatically terminate
any contract entered into pursuant to this ITB. The City further
reserves the right to suspend or debar the awarded Bidder in
accordance with the appropriate City ordinances, resolutions,
and/or policies. The vendor will be notified by letter of the
City’s intent to terminate. In the event of termination for
default, the City may procure the required goods and/or
services from any source and use any method deemed in its
best interest. All re-procurement costs shall be borne by the
incumbent Bidder.
1.30 FRAUD AND MISREPRESENTATION
Any individual, corporation, or other entity that attempts to
meet its contractual obligations with the City through fraud,
misrepresentation, or material misstatement, may be
debarred for up to five (5) years. The City, as a further
sanction, may terminate or cancel any other contracts with
such individual, corporation, or entity. Such individual or
entity shall be responsible for all direct or indirect costs
associated with termination or cancellation, including
attorney’s fees.
1.31 ACCESS AND AUDIT OF RECORDS
The City reserves the right to require the awarded Bidder to
submit to an audit by an auditor of the City’s choosing at the
awarded Bidder’s expense. The awarded Bidder 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 awarded Bidder shall retain all records
pertaining to this Agreement, and upon request, make them
available to the City for three (3) years following expiration of
the Agreement. The awarded Bidder agrees to provide such
assistance as may be necessary to facilitate the review or
audit by the City to ensure compliance with applicable
accounting and financial standards.
1.32 OFFICE OF THE INSPECTOR GENERAL
Palm Beach County has established the Office of the Inspector
General, which is authorized and empowered to review past,
present, and proposed County programs, contracts,
transactions, accounts and records. The Inspector General
IG) has the power to subpoena witnesses, administer oaths,
require the production of records, and monitor existing
projects and programs. The Inspector General may, on a
random basis, perform audits on all City contracts.
1.33 PRE-AWARD INSPECTION
The City may conduct a pre-award inspection of the Bidder’s
site or hold a pre-award qualification hearing to determine if
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 8
the Bidder is capable of performing the requirements of this
Bid Solicitation.
1.34 PROPRIETARY AND/OR CONFIDENTIAL INFORMATION
Bidders are hereby notified that all information submitted as
part of, or in support of Bid submittals will be available for
public inspection after the opening of Bids in compliance with
Chapter 119 of the Florida Statutes, popularly known as the
Public Record Law.” The Bidder shall not submit any
information in response to this Solicitation which the Bidder
considers to be a trade secret, proprietary, or
confidential. The submission of any information to the City in
connection with this Solicitation shall be deemed conclusively
to be a waiver of any trade secret or other protection which
would otherwise be available to the Bidder. In the event that
the Bidder submits information to the City in violation of this
restriction, either inadvertently or intentionally, and clearly
identifies that information in the Bid as protected or
confidential, the City may, in its sole discretion, either (a)
communicate with the Bidder in writing in an effort to obtain
the Bidder’s withdrawal of the confidentiality restriction, or
b) endeavor to redact and return that information to the
Bidder as quickly as possible, and if appropriate, evaluate the
balance of the Bid. The redaction or return of information
pursuant to this clause may render a Bid non-responsive.
1.35 HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT
HIPAA)
Any person or entity that performs or assists the City of Palm
Beach Gardens with a function or activity involving the use or
disclosure of “individually identifiable health information
IIHI) and/or Protected Health Information (PHI) shall comply
with the Health Insurance Portability and Accountability Act
HIPAA) of 1996. HIPAA mandates for privacy, security, and
electronic transfer standards include, but are not limited to:
a. Use of information only for performing services required
by the contract or as required by law;
b. Use of appropriate safeguards to prevent non-permitted
disclosures;
c. Reporting to the City of Palm Beach Gardens any non-
permitted use or disclosure;
d. Assurances that any agents and subcontractors agree to
the same restrictions and conditions that apply to the
Bidder and reasonable assurances that IIHI/PHI will be
held confidential;
e. Making Protected Health Information (PHI) available to
the customer;
f. Making PHI available to the customer for review and
amendment, and incorporating any amendments
requested by the customer;
g. Making PHI available to the City of Palm Beach Gardens
for an accounting of disclosures; and
h. Making internal practices, books, and records related to
PHI available to the City of Palm Beach Gardens for
compliance audits.
PHI shall maintain its protected status regardless of the form
and method of transmission (paper records and/or electronic
transfer of data). The Bidder must give its customers written
notice of its privacy information practices, including
specifically, a description of the types of uses and disclosures
that would be made with protected health information.
1.36 ADDITIONAL FEES AND SURCHARGES
Unless provided for in the contract/agreement, the City will
not make any additional payments such as fuel surcharges,
demurrage fees, or delay-in-delivery charges.
1.37 COMPLIANCE WITH FEDERAL STANDARDS
All items to be purchased under this contract shall be in
accordance with all governmental standards, to include, but
not be limited to, those issued by the Occupational Safety and
Health Administration (OSHA), the National Institute of
Occupational Safety Hazards (NIOSH), and the National Fire
Protection Association (NFPA).
1.38 COMPLIANCE WITH FEDERAL REGULATIONS DUE TO USE OF
FEDERAL FUNDING
If the goods or services to be acquired under this Solicitation
are to be purchased, in part or in whole, with Federal funding,
it is hereby agreed and understood that Section 60-250.4,
Section 60-250.5, and Section 60-741.4 of Title 41 of the
United States Code, which addresses Affirmative Action
requirements for disabled workers, is incorporated into this
Solicitation and resultant contract by reference.
1.39 BINDING EFFECT
All of the terms and provisions of this contract/agreement,
whether so expressed or not, shall be binding upon, inure to
the benefit of, and be enforceable by the parties and their
respective legal representatives, successors, and permitted
assigns.
1.40 SEVERABILITY
The City’s obligation pursuant to any contract or agreement
entered into in accordance with this Solicitation is specifically
contingent upon the lawful appropriation of funds. Failure to
lawfully appropriate funds for any contract or agreement
awarded shall result in automatic termination of the contract
or agreement. A non-appropriation event shall not constitute
a default or breach of said contract or agreement by the City.
1.41 GOVERNING LAW AND VENUE
This contract and all transactions contemplated by this
agreement shall be governed by and construed and enforced
in accordance with the laws of the State of Florida without
regard to any contrary conflicts of law principle. Venue of all
proceedings in connection herewith shall lie exclusively in
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 9
Palm Beach County, Florida, and each party hereby waives
whatever its respective rights may have been in the selection
of venue.
1.42 ATTORNEY’S FEES
It is hereby understood and agreed that in the event any
lawsuit in the judicial system, federal or state, is brought to
enforce compliance with this contract or interpret same, or if
any administrative proceeding is brought for the same
purposes, each party shall pay their own attorney’s fees and
costs, including appellate fees and costs.
1.43 EQUAL OPPORTUNITY AND ANTI-DISCRIMINATION
The City of Palm Beach Gardens complies with all laws
prohibiting discrimination on the basis of age, race, gender,
religion, creed, political affiliation, sexual orientation, physical
or mental disability, color or national origin, and therefore is
committed to assuring equal opportunity in the award of
contracts and encourages small, local, minority, and female-
owned businesses to participate.
During the performance of this contract, the awarded Bidder
agrees it will not discriminate or permit discrimination in its
hiring practices or in its performance of the contract. The
awarded Bidder shall strictly adhere to the equal employment
opportunity requirements and any applicable requirements
established by the State of Florida, Palm Beach County and the
federal government.
The awarded Bidder further acknowledges and agrees to
provide the City with all information and documentation that
may be requested by the City from time to time regarding the
Solicitation, selection, treatment and payment of
subcontractors, suppliers, and vendors in connection with this
Contract.
1.44 AVAILABILITY OF CONTRACT TO OTHER CITY DEPARTMENTS
It is agreed and understood that any City department or
agency may access this contract and purchase the goods or
services awarded herein. Each City department will issue a
separate purchase order to the awarded Bidder for the
department’s specific purchases.
1.45 CRIMINAL HISTORY BACKGROUND CHECKS
Prior to hiring a contract employee or contracting with a
Bidder, the City may conduct a comprehensive criminal
background check by accessing any Federal, State, or local law
enforcement database available. The contract employee or
Bidder will be required to sign an authorization for the City to
access criminal background information. The costs for the
background checks shall be borne by the City.
1.46 LABOR, MATERIALS, AND EQUIPMENT
Unless specified elsewhere in the Solicitation or resultant
contract, all labor, materials, and equipment required for the
performance of the requirements of the Contract shall be
supplied by the awarded Bidder.
1.47 MINIMUM WAGE REQUIREMENTS
The awarded Bidder shall comply with all minimum wage and
living wage requirements, such as Living Wage requirements,
minimum wages based on Federal Law, minimum wages
based on the Davis-Bacon Act, and the provisions of any other
wages laws, as may be applicable to this Contract.
1.48 PACKING SLIP AND DELIVERY TICKET
A packing slip and/or delivery ticket shall accompany all items
during delivery to the City. The documents shall include
information on the contract number or purchase order, any
back order items, and the number or quantity of items being
delivered.
1.49 PURCHASE OF OTHER ITEMS
The City reserves the right to purchase other related goods or
services, not listed in the Solicitation, during the contract
term. When such requirements are identified, the City may
request price quote(s) from the awarded Bidder(s) on the
contract. The City, at its sole discretion, will determine if the
prices offered are reasonable, and may choose to purchase
the goods or services from the awarded Bidder, another
contract vendor, or a non-contract vendor.
1.50 PUBLIC RECORDS
Florida law provides that municipal records shall at all times
be available to the public for inspection. Chapter 119, Florida
Statutes, the Public Records Law, requires that all material
submitted in connection with a Bid response shall be deemed
to be public record subject to public inspection upon award,
recommendation for award, or thirty (30) days after Bid
opening, whichever occurs first. Certain exemptions to public
disclosure are statutorily provided for in Section 119.07,
Florida Statutes. If the Bidder believes any of the information
contained in his/her/its Bid is considered confidential and/or
proprietary, inclusive of trade secrets as defined in Section
812.081, Florida Statutes, and is exempt from the Public
Records Law, then the Bidder, must in its response, specifically
identify the material which is deemed to be exempt and state
the legal authority for the exemption. All materials that
qualify for exemption from Chapter 119, Florida Statutes or
other applicable law must be submitted in a separate
envelope, clearly identified as “EXEMPT FROM PUBLIC
DISCLOSURE” with the firm’s name and the Bid number clearly
marked on the outside. The City will not accept Bids when the
entire Bid is labeled as exempt from disclosure. The City’s
determination of whether an exemption applies shall be final,
and the Bidder agrees to defend, indemnify, and hold
harmless the City and the City’s officers, employees, and
agents, against any loss or damages incurred by any person
or entity as a result of the City’s treatment of records as public
records.
The awarded Bidder(s) shall keep and maintain public records
and fully comply with the requirements set forth at Section
119.0701, Florida Statues, as applicable; failure to do so shall
constitute a material breach of any and all agreements
awarded pursuant to this Solicitation.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 10
1.51 CONFLICTS OF INTEREST
All Bidders must disclose with their Bid the name of any
officer, director, or agent who is also an employee of the City
of Palm Beach Gardens. Further, all Bidders must disclose the
name of any City employee who has any interest, financial or
otherwise, direct or indirect, of five percent (5%) or more in
the Bidders’ firm or any of its branches. Failure to disclose any
such affiliation will result in disqualification of the Bidder from
this Invitation to Bid and may be grounds for further
disqualification from participating in any future Bids with the
City.
1.52 PUBLIC ENTITY CRIMES
As provided in Section 287.133(2) (a), Florida Statutes, a
person or affiliate who has been placed on the convicted
vendors list following a conviction for a public entity crime
may not submit a Bid on a contract to provide any goods or
services to a public entity; may not submit a Bid on a contract
with a public entity for the construction or repair of a public
building or public work; may not submit Bids on leases of real
property to a public entity; may not be awarded or perform
work as a contractor, supplier, subcontractor, or consultant
under a contract with any public entity.
1.53 OTHER GOVERNMENTAL AGENCIES
If a Bidder is awarded a contract as a result of this ITB, the
Bidder shall allow other governmental agencies to access this
contract and purchase the goods and services under the terms
and conditions at the prices awarded, as applicable.
1.54 COMPLETION OF WORK AND DELIVERY
All work shall be performed and all deliveries made in
accordance with good commercial practice. The work
schedule and completion dates shall be adhered to by the
awarded Bidder(s), except in such cases where the completion
date will be delayed due to acts of nature, force majeure,
strikes, or other causes beyond the control of the awarded
Bidder. In these cases, the awarded Bidder shall notify the City
of the delays in advance of the original completion so that a
revised delivery schedule can be appropriately considered by
the City.
1.55 FAILURE TO DELIVER OR COMPLETE WORK
Should the awarded Bidder(s) fail to deliver or complete the
work within the time stated in the contract, it is hereby agreed
and understood that the City reserves the authority to cancel
the contract with the awarded Bidder and secure the services
of another vendor to purchase the items or complete the
work. If the City exercises this authority, the City shall be
responsible for reimbursing the awarded Bidder for work that
was completed, and items delivered and accepted by the City
in accordance with the contract specifications. The City may,
at its option, demand payment from the awarded Bidder,
through an invoice or credit memo, for any additional costs
over and beyond the original contract price which were
incurred by the City as a result of having to secure the services
of another vendor.
1.56 CORRECTING DEFECTS
The awarded Bidder shall be responsible for promptly
correcting any deficiency, at no cost to the City, within three
3) calendar days after the City notifies the awarded Bidder of
such deficiency in writing. If the awarded Bidder fails to
correct the defect, the City may (a) place the awarded Bidder
in default of its contract; and/or (b) procure the products or
services from another source and charge the awarded Bidder
for any additional costs that are incurred by the City for this
work or items, either through a credit memorandum or
through invoicing.
1.57 ACCIDENT PREVENTION AND BARRICADES
Precautions shall be exercised at all times for the protection
of persons and property. All awarded Bidders performing
services or delivering goods under this contract shall conform
to all relevant OSHA, State, and County regulations during the
course of such effort. Any fines levied by the above-mentioned
authorities for failure to comply with these requirements shall
be borne solely by the awarded Bidder. Barricades shall be
provided by the awarded Bidder when work is performed in
areas traversed by persons, or when deemed necessary by the
City.
1.58 OMISSIONS IN SPECIFICATIONS
The specifications and/or statement of work contained within
this Solicitation describe the various functions and classes of
work required as necessary for the completion of the project.
Any omissions of inherent technical functions or classes of
work within the specifications and/or statement of work shall
not relieve the Bidder from furnishing, installing, or
performing such work where required to the satisfactory
completion of the project.
1.59 MATERIALS SHALL BE NEW AND WARRANTED AGAINST
DEFECTS
The awarded Bidder hereby acknowledges and agrees that all
materials, except where recycled content is specifically
requested, supplied by the awarded Bidder in conjunction with
this Solicitation and resultant contract shall be new,
warranted for their merchantability, and fit for a particular
purpose. In the event any of the materials supplied to the City
by the awarded Bidder are found to be defective or do not
conform to specifications, (1) the materials may be returned
to the awarded Bidder at the Bidder’s expense and the
contract cancelled; or (2) the City may require the awarded
Bidder to replace the materials at the Bidder’s expense.
1.60 TOXIC SUBSTANCES/FEDERAL "RIGHT TO KNOW"
REGULATIONS
The Federal "Right to Know" Regulation implemented by the
Occupational Safety and Health Administration (OSHA)
requires employers to inform their employees of any toxic
substances to which they may be exposed in the workplace,
and to provide training in safe handling practices and
emergency procedures. It also requires notification to local
fire departments of the location and characteristics of all toxic
substances regularly present in the workplace.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 11
Accordingly, the awarded Bidder(s) performing under this
contract are required to provide two (2) complete sets of
Material Safety Data Sheets to each City department utilizing
the any awarded products that are subject to these
regulations. This information should be provided at the time
when the initial delivery is made, on a department-by-
department basis.
1.61 TAXES
The City of Palm Beach Gardens is exempt from Federal and
State taxes for tangible personal property.
1.62 BIDDER’S COSTS
The City shall not be liable for any costs incurred by Bidders in
responding to this Invitation to Bid.
1.63 SUBSTITUTION OF PERSONNEL
It is the intention of the City that the awarded Bidder’s
personnel proposed for the contract shall be available for the
initial contract term. In the event the awarded Bidder wishes
to substitute personnel, the awarded Bidder shall propose
personnel of equal or higher qualifications, and all
replacement personnel are subject to the City’s approval. In
the event the substitute personnel are not satisfactory to the
City, and the matter cannot be resolved to the satisfaction of
the City, the City reserves the right to cancel the contract for
cause.
1.64 FORCE MAJEURE
The City and the awarded Bidder are excused from the
performance of their respective obligations under the contract
when and to the extent that their performance is delayed or
prevented by any circumstances beyond their control,
including fire, flood, explosion, strikes or other labor disputes,
natural disasters, public emergency, war, riot, civil
commotion, malicious damage, act or omission of any
governmental authority, delay or failure or shortage of any
type of transportation, equipment, or service from a public
utility needed for their performance provided that:
a. The non-performing party gives the other party prompt
written notice describing the particulars of the force
majeure, including, but not limited to, the nature of the
occurrence and its expected duration, and continues to
furnish timely reports with respect thereto during the
period of the force majeure.
b. The excuse of performance is of no greater scope and of
no longer duration than is required by the force majeure.
c. No obligations of either party that arose before the force
majeure causing the excuse of performance are excused
as a result of the force majeure.
d. The non-performing party uses its best efforts to remedy
its inability to perform.
Notwithstanding the above, performance shall not be excused
under this section for a period in excess of two (2) months,
provided that in extenuating circumstances, the City may
excuse performance for a longer term. Economic hardship of
the awarded Bidder shall not constitute a force majeure. The
term of the contract shall be extended by a period equal to
that during which either party’s performance is suspended
under this section.
1.65 NOTICES
Notices shall be effective when received at the addresses
specified in the contract/agreement. Changes in respective
addresses to which such notices are to be directed may be
made from time to time by either party by written notice to
the other party. Facsimile and email transmissions are
acceptable notice effective when received; however, facsimile
and email transmissions received 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 also be mailed
to the receiving party.
Nothing contained in this section shall be construed to restrict
the transmission of routine communications between
representatives of the successful Proposer and the City of
Palm Beach Gardens.
1.66 POOL CONTRACTS
During the term of contracts and agreements that are
executed as vendor pools, awarding vendors in prequalified
pools of vendors, either as a general pool or by categories,
sub-categories, or groups, the City reserves the right to add
new vendors to these contracts for goods or services not
awarded for the original Solicitation or as part of the general
pool category, sub-category or group. To be eligible to be
added to these pool contracts, a vendor must meet the same
eligibility requirements established in the original Invitation to
Bid.
1.67 FISCAL FUNDING OUT
The City’s obligation pursuant to any contract or agreement
entered into in accordance with this Solicitation is specifically
contingent upon the lawful appropriation of funds. Failure to
lawfully appropriate funds for any contract or agreement
awarded shall result in automatic termination of the contract
or agreement.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 12
SECTION 2
SPECIAL TERMS AND CONDITIONS
2.1 PURPOSE
The purpose of this Solicitation is to establish a Contract for the purchase of comprehensive
generator maintenance services, including emergency repairs, for several stationary and mobile
generators, for the City of Palm Beach Gardens, Florida.
2.2 CONTRACT MEASURES AND PREFERENCES
Intentionally Omitted
2.3 PRE-BID CONFERENCE
Intentionally Omitted
2.4 TERM OF CONTRACT: Five (5) Years
The Contract shall commence on the date of the duly executed Agreement, and shall remain in
effect for Five (5) Years, contingent upon the completion and submittal of all required Bid
documents.
2.5 OPTIONS TO RENEW
Intentionally Omitted
2.6 METHODS OF AWARD: Lowest Priced Bidder; and Secondary and Tertiary Bidders
The City will award the Preventative Maintenance Services portion of this Contract, to the
responsive and responsible Bidder who submits the lowest price to perform the Service. To be
considered for award of this portion of the Contract, the Bidder must submit a price for each
generator listed. If a Bidder fails to offer a price for each generator listed, the City will deem the
Bidder non-responsive.
The City may also award Primary, Secondary, and Tertiary Bidders for the Emergency Repair
Services portion of the Contract. If the City chooses to award the Emergency Repairs to multiple
Bidders, then the City will designate the Bidder awarded the Preventative Maintenance Services
portion as the Primary Vendor, and then award the Secondary and Tertiary Vendors based on the
lower prices submitted.
The Primary vendor shall have the primary responsibility for responding in an emergency. If the
Primary Vendor is unable to respond, or the City is unable to contact the Primary Vendor, then
the City will contact the Secondary Vendor, and if necessary, then the Tertiary Vendor to perform
the work. The City reserves the right to use a non-contract vendor to perform the work if the City
is unable to contact any of the vendors under this Contract.
The City shall have the right to terminate from the Contract the Primary, Secondary, or Tertiary
Vendors for failure to respond to a City request for emergency repairs.
MINIMUM CRITERIA FOR AWARD
To be considered for award under this Solicitation, Bidders must provide written evidence
showing that they meet the following minimum criteria:
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 13
a. The Bidder has been in the business of providing satisfactory Comprehensive Generator
Maintenance Services for at least three (3) years, to public or private clients.
b. The Bidder has the necessary staff, trained and certified technicians, tools and equipment,
vehicles, and/or subcontractors to perform the services required under the Contract.
c. The Bidder must have communications available for contact by the City on a 24-hour
basis.
2.7 PRICES
If the Bidder is awarded a Contract under this Solicitation, the prices offered by the Bidder shall
remain fixed and firm during the Contract Term.
2.8 PRICE ADJUSTMENTS
Intentionally Omitted
2.9 EXAMINATION OF CITY FACILITIES OR EQUIPMENT
Prior to submitting its offer, it is recommended that the Bidder visit the site of the proposed work
and become familiar with any conditions which may in any manner affect the work to be done or
affect the equipment, materials and labor required. The Bidder is also advised to examine
carefully any drawings, specifications, or equipment, and become thoroughly aware regarding any
and all conditions and requirements that may in any manner affect the work to be performed
under the Contract. No additional allowances will be made because of lack of knowledge of these
conditions.
For site visitation and equipment inspections please contact the City department’s representative
Joe Corrao at 561.804.7049 for an appointment.
2.10 EMERGENCY RESPONSE TIME
The Bidder must state in its Bid that it is capable of responding to an emergency request from the
City, and be on site within Two (2) Hours of notification. The City reserves the right to deem a
Bidder non-responsible as a vendor, if the Bidder is unable to respond to a City emergency request
within the Two (2) Hour period.
2.11 NATIONAL FIRE PROTECTION ASSOCIATION STANDARDS
The work contemplated under the Contract resultant from this Solicitation must meet the
standards established under NFPA 110. The City’s expectations are that the awarded Bidder(s)
must have the staffing, qualifications, equipment, and experience to perform the work on the
generator systems to meet NFPA 110 for Level 2 emergency power generator systems.
By submitting a bid in response to this Solicitation, Bidders are attesting that they can and will
perform the work to meet the requirements of the NFPA 110 Standard.
The standards established in NFPA 110 for Level 2 power generator systems are incorporated into
this Solicitation by reference.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 14
2.12 INSURANCE
The awarded Bidder shall not commence any performance pursuant to the terms of this Bid until
certification or proof of insurance has been received and approved by the City’s Risk Coordinator
or designee.
The required insurance coverage is to be issued by an insurance company authorized, licensed
and registered to do business in the State of Florida, with the minimum rating of B+ or better, in
accordance with the latest edition of A.M. Best’s Insurance Guide. This insurance shall be
documented in certificates of insurance which provides that the City of Palm Beach Gardens shall
be notified at least thirty (30) days in advance of cancellation, non-renewal, or adverse change.
The receipt of certificates or other documentation of insurance or policies or copies of policies by
the City or by any of its representatives, which indicate less coverage than is required, does not
constitute a waiver of the awarded Bidder’s obligation to fulfill the insurance requirements
herein. Deductibles must be acceptable to the City of Palm Beach Gardens.
The awarded Bidder must submit a current Certificate of Insurance, naming the City of Palm Beach
Gardens as an additional insured and listed as such on the insurance certificate. New certificates
of insurance are to be provided to the City upon expiration.
The awarded Bidder shall provide insurance coverage as follows:
i. WORKERS COMPENSATION
Awarded Bidder shall carry Workers Compensation Insurance to apply for all employees
in compliance with the “Workers Compensation Law” of the State of Florida and all
applicable Federal laws. The City reserves the right not to accept exemptions to the
Workers Compensation requirements of this Solicitation.
ii. COMPREHENSIVE GENERAL LIABILITY
Awarded Bidder shall carry Comprehensive General Liability Insurance with minimum
limits of One Million Dollars ($1,000,000.00); and include Products/Completion Liability
of One Million Dollars ($1,000,000). Such certificate shall list the City as additional
insured.
NOTE: If Comprehensive General Liability limits are less than One Million Dollars
1,000,000.00), the sum of Comprehensive General Liability limits and Excess Liability
limits must equal no less than One Million Dollars ($1,000,000.00).
iii. AUTOMOBILE LIABILITY
Awarded Bidder shall carry Automobile Liability Insurance to include owned, non-owned,
and hired, with minimum limits of One Million Dollars ($1,000,000.00) each occurrence.
The awarded Bidder must submit, no later than ten (10) days after award and prior to
commencement of any work, a Certificate of Insurance naming the City of Palm Beach Gardens as
an additional insured.
2.13 BID BOND/GUARANTY
Intentionally Omitted
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 15
2.14 PERFORMANCE BOND
Intentionally Omitted
2.15 CERTIFICATIONS
Intentionally Omitted
2.16 METHOD OF PAYMENT: Periodic Invoices for Completed Work
The awarded Bidder shall submit an invoice to the City after work has been performed and
accepted by the City. The date of the invoices shall not exceed thirty (30) calendar days from the
performance of the service. Under no circumstances shall the invoice be submitted to the City in
advance of the performance of the work.
The invoice shall contain the following basic information: the awarded Bidder’s name and address,
invoice number, date of invoice, description of the service performed and the location, the
Contract number, purchase order number, and any discounts.
2.17 PURCHASE OF PARTS AND OTHER MATERIALS FOR EMERGENCY REPAIRS
The City may request that the awarded Bidder(s) purchase a part or equipment to repair a
generator, when such purchase will expedite the repairs to the generator. In such instances, the
awarded Bidder(s) shall have the right to charge a Handling Fee of no more than Ten Percent
10%) of the cost of the part or equipment. This Handling Fee shall not be applicable to labor or
other charges on the awarded Bidder(s) invoice. The City may request a copy of the awarded
Bidder(s) supplier’s invoice to verify the price of the part or equipment.
2.18 WARRANTY REQUIREMENTS
In addition to all other warranties that may be supplied by the Bidder, the awarded Bidder(s) shall
warrant its products and/or service against faulty labor and/or defective material, for a minimum
period of One (1) Year from the date of acceptance of the labor, materials and/or equipment by
the City. This warranty requirement shall remain in force for the full period; regardless of whether
the awarded Bidder is under Contract with the City at the time of defect. Any payment by the
City on behalf of the goods or services received from the awarded Bidder does not constitute a
waiver of these warranty provisions.
2.19 ADDITIONAL FACILITIES
Although this Solicitation and resultant Contract identifies specific facilities to be serviced, it is
hereby agreed and understood that any City department or agency facility may be added to this
Contract at the option of the City, for similar services. When required by the pricing structure of
the Contract, awarded Bidders shall be invited to submit price quotes for these additional
facilities. If these quotes are determined to be fair and reasonable, then the additional work will
be awarded to the current awarded Bidder(s) that offers the lowest acceptable pricing. If this
Contract has a single awarded Bidder, the additional site(s) may be added to this Contract by
formal modification of the Contract. The City may determine to obtain price quotes for the
additional facilities from non-Contract vendors in the event that fair and reasonable pricing is not
obtained from the current awarded Bidders, or for other reasons at the City’s discretion.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 16
2.20 MAINTENANCE, REPAIR, AND OPERATING SUPPLIES
Except for replacement parts and equipment, the awarded Bidder shall be responsible for
providing all maintenance, repairs, and operating (MRO) supplies to perform the work required
under the Contract. Such MRO items shall include filters, oils, grease, screws, bolts, fasteners,
and other items.
2.21 CLEAN UP
The awarded Bidder shall remove all unusable materials and debris from the work areas at the
end of each workday, and disposed of in an appropriate manner. Upon final completion, the
awarded Bidder shall thoroughly clean up all areas where work has been involved as mutually
agreed with the City’s authorized representative.
2.22 DEMONSTRATION OF EQUIPMENT
Intentionally Omitted
2.23 HOURLY RATE
The hourly rate quoted shall be deemed to provide full compensation to the awarded Bidder for
labor, equipment use, travel time, and any other element of cost or price. This rate is assumed
to be at straight-time for all labor, except as otherwise noted.
2.24 MOTOR VEHICLE LICENSE REQUIREMENT
Intentionally Omitted
2.25 PATENTS AND ROYALTIES
Intentionally Omitted
2.26 PRE-CONSTRUCTION CONFERENCE
Intentionally Omitted
2.27 RELEASE OF CLAIM REQUIRED
Intentionally Omitted
2.28 SUBCONTRACTORS OF WORK SHALL BE IDENTIFIED
As part of its Bid, the Bidder must identify any and all subcontractors that will be used in the
performance of the proposed Contract, their capabilities and experience, and the portion of the
work to be done by the subcontractor. The competency of the subcontractor(s) with respect to
experience, skill, responsibility and business standing shall be considered by the City when making
the award in the best interest of the City. If the Bidder fails to identify any and all sub-Contractors
in the Bid, the Bidder may be allowed to submit this documentation to during the Bid evaluation
period if such action is in the best interest of the City.
2.29 OTHER FORMS OR DOCUMENTS
If the City is required by the awarded Bidder to complete and execute any other forms or
documents in relation to this Solicitation, the terms, conditions, and requirements in this
Solicitation shall take precedence to any and all conflicting or modifying terms, conditions or
requirements of the Bidder’s forms or documents.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 17
SECTION 3
STATEMENT OF WORK AND TECHNICAL SPECIFICATIONS
3.1 PROJECT SCOPE
The intent of this Solicitation is to Contract with a suitably qualified and experienced firm to
perform Comprehensive Generator Maintenance Services for the City of Palm Beach Gardens.
The awarded Bidder(s) must have the capacity and capability to service the entire standby power
generation systems.
All maintenance and inspection services must be completed in accordance to NFPA (National Fire
Protection Association) 110, Standard for Emergency and Standby Power Systems, effective
February 2016 and shall be updated as new standards become available. All City generators are
classified as Level 2 under NFPA 110 standards. (Chapter 4.4.2)
3.2 MONTHLY SERVICE AND PERFORMANCE INSPECTION
Every month, the awarded Bidder shall perform the following minimum services and inspections
for each generator system.
a. LUBRICATION SYSTEM
Check oil level
Inspect engine seals for leaks
Inspect lube oil for obvious contamination
Take oil sample for lab testing (annual)
General overview visual check
Document and log all findings
b. COOLANT SYSTEM
Check coolant level and top off
General overview visual check
Document and log all findings
c. GENERATOR
Exercise generator for no less than 15 minutes
General overview visual check
Document and log all findings
3.3 QUARTERLY SERVICE AND PERFORMANCE INSPECTION
Every 3 months (quarterly), except as otherwise indicated, the awarded Bidder shall perform the
following minimum services and inspections for each generator system.
a. FUEL/EXHAUST SYSTEM
Inspect air filters
Take fuel sample for lab testing (annual)
Inspect intake system
Inspect exhaust system
Test fuel transfer pumps and lines
Inspect gas lines for leaks or corrosion
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 18
Inspect gas and fuel tanks
Check gas and fuel levels
Inspect carburetors, regulators, and linkages
General overview visual check
Document and log all findings
b. BATTERY
Check charger and gauges
Inspect racks, mountings, and casings
Inspect cabling condition
Inspect connections and clean
Check electrolyte levels and fill
Load test
General overview visual check
Document and log all findings
c. COOLANT SYSTEM
Test coolant protection levels (bi-annual)
Inspect hoses
Inspect for leaks
Inspect radiator cap
General overview visual check
Document and log all findings
d. ENGINE
Inspect belts and tension
Inspect and lubricate all governor linkage
Adjust governor linkage (as needed)
Test starter operation
Check engine block heater operation
Check of all gauges and meters
Inspect crankcase breather and clean (as needed)
General overview visual check
Document and log all findings
e. GENERATOR
Check unit voltage and adjust
Check frequency of output voltage and adjust
Check exciter rotor
Clean/Inspect DC commutator and slip rings (as applicable)
Inspect all cabling connections
Check for any bearing, grinding, or arcing
Foreign debris check
Test no load operation
Test operation with building load (annual)
Check control panel operation
General overview visual check
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 19
Document and log hour meter/run time
f. TRANSFER SWITCH
Check of all gauges and meters
Test all alarms and auto shutdowns
Inspect all safety switches
Check the exerciser clock operation
Check wiring and connectors
Check relays and controls
Transfer Test (bi-annual)
General overview visual check
Document and log all findings
g. GENERAL
Inspect condition of all mountings
Inspect weather protection
Inspect/check safety shutdown devises
Inspect/adjust locks, latches, and weather seals
Check fans dampers and louvers
General overview visual check
Document and log all findings
3.4 ANNUAL SERVICE AND PERFORMANCE INSPECTION
The Annual Service and Performance Inspection includes all items in the Monthly and Quarterly
Services and Performance Inspections, plus the following items listed below:
a. Change oil
b. Change oil filters
c. Lube grease fittings
d. Change fuel filters
e. Bleed fuel system
f. Change coolant filters
g. Change air filters (only if necessary, after inspection)
3.5 FOUR (4) HOUR LOAD BANK TEST
Every 6 months (bi-annually), the awarded Bidder shall perform a load bank test on all the
generators covered by this Contract. The load bank test shall be reported with 15 minutes
readings attesting to the following:
a. Clean out exhaust piping to prevent wet stacking
b. Determination cooling system efficiency
c. Identifies problematic leaks in the lubrication system
d. Ensures that the voltage and frequency is stable
e. Tests the complete fuel system
f. Evaporates moisture from windings and other components
g. Tests overall condition of the excitation system
h. Tests governors and controllers under load
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 20
i. Reseats piston rings and other engine components
j. Cleans out unburned product on valves, turbochargers and manifolds
k. Overall assurance that the unit will function when needed
l. Document and log all findings
3.6 REPORTS, DOCUMENTATION AND LOGS
The awarded Bidder(s) shall provide written reports, documentation, and logs each time a
generator is serviced or repaired. This information shall be provided in a format that is acceptable
to the City, and shall contain the names and signatures of the attending technicians or
subcontractors.
Reports, documentation, and logs should be emailed for the attention of Joe Corrao at
jcorrao@pbgfl.com.
3.7 EQUIPMENT AND LOCATIONS
The generators to be serviced under this Contract are identified in Exhibit A, Generator
Identification and Location, which is attached to this Solicitation.
3.8 HURRICANE SEASON AND DISASTER MANAGEMENT
The awarded Bidders under this contract must be available to respond to the City during the
regular hurricane season, for any storm-related requests, whether for an emergency or not, and
must also be available to participate in any City organized disaster-preparation activities when so
requested.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 21
BID SUBMITTAL
This Page and all following pages comprise your original Bid Submittal package. Please also attach any
additional information or documentation requested in this Invitation to Bid. There is no need to include
the preceding Sections 1, 2, and 3 in your Bid Submittal package.
INSTRUCTIONS
Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk,
10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00 a.m.
to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each
Bid submitted to the City Clerk shall have the following information clearly marked on the face of the
envelope: the Bidder’s name, return address, ITB number, due date for Bids, and the title of the Bid.
Included in the envelope shall be one (1) original and one (1) electronic version on CD or a thumb drive
in a usable PDF format. The original should be marked “ORIGINAL”, and the electronic copy must be
identical to the original. In the event of any discrepancy between the original bid and the electronic copy,
the original bid shall be the governing document. Bids must contain all information required to be
included in the submittal, as described in the Solicitation.
Invitation to Bid No.: ITB2016-056PS
Title: Comprehensive Generator Maintenance Services
Due Date and Time: __________________________________________________
Name of Bidder
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 22
SECTION 4
PRICING SCHEDULE
4.1 PRICES AND RATES
The Bidder shall indicate in the spaces provided, the firm and fixed prices and rates offered to the City for the goods and/or services
described below.
COMPREHENSIVE GENERATOR MAINTENANCE SERVICES
To supply labor, technicians, materials, and all MRO supplies to perform Comprehensive Generator Maintenance Service on the generating
systems described in Exhibit A and below, and as per the frequencies and specifications detailed in Section 3, Statement of Work and
Technical Specifications of this Invitation to Bid.
PREVENTATIVE MAINTENANCE SERVICES
ITEM 1 LOCATION MAKE MODEL ANNUAL COST
a. Municipal Complex, City Hall, 10500 N Military Trail Spectrum 750DS4 $
b. Burns Road Recreation Center, 4404 Burns Road Kohler 230REOZJB $
c. Public Works Department, 3704 Burns Road Terex OT90P $
d. Riverside Youth Enrichment Cen, 10170 Riverside Drive Generac 98A055580-S $
e. Police Cell Tower, Old Dixie Highway Onan GGFD-4959819 $
f. Public Services Building, 4301 Burns Road Magnum MMG80 $
g. Fire Rescue Station No. 1, 10500 N Military Trail Broadcrown BCJD275-60 $
h. Fire Rescue Station No. 2, 11025 Campus Drive Kohler 100REZGD $
i. Fire Rescue Station No. 3, 5161 Northlake Boulevard Generac 2424030600 $
j. Fire Rescue Station No. 4, 11264 Jog Road Wacker 5891169 $
k. Fire Rescue Station No. 5, 3913 Hood Road Kohler 180RZD $
l. Public Works Department, 3704 Burns Road Coleman CJ6T105SQ $
m. Public Works Department, 3704 Burns Road Terex OT180C $
n. Public Works Department, 3704 Burns Road Terex OT90P $
o. Public Works Department, 3704 Burns Road Terex OT90P $
p. Municipal Complex, PSAP, 10500 N Military Trail Kohler 350REOZDD $
TOTAL ANNUAL PRICE:
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 23
ITEM 2 EMERGENCY REPAIR SERVICES – HOURLY RATES FOR WORKMEN /TECHS PER HOUR
Electrician
Mechanic
Technician/Repairman
Technician’s Helper
Laborer
I. Maximum Mark-Up on Materials, Parts, and Equipment for Emergency Repairs (Must Not Exceed 10%): ________%
II. The Bidder affirms that it has the capability and capacity to meet the TWO (2) HOUR Emergency Response Time: ____________ initials
iii. The Bidder affirms that it has the resources, equipment, and subcontractors to perform the work: _____________ initials
iv. The Bidder affirms that it is in the business of Comprehensive Generator Maintenance Services (at least 3 years): ____________initials
NOTE: The City will not pay any transportation, fuel surcharges, or additional fees added to the rates and prices above.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 24
SECTION 5
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
PART I:
List below the dates of issue for each addendum received in connection with this Solicitation:
Addendum #1, Dated
Addendum #2, Dated
Addendum #3, Dated
Addendum #4, Dated
Addendum #5, Dated
Addendum #6, Dated
Addendum #7, Dated
Addendum #8, Dated
Addendum #9, Dated
Addendum #10, Dated
PART II:
NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION
Firm Name
Signature
Name and Title (Print or Type)
Date
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 25
SECTION 6
BID SUBMITTAL SIGNATURE PAGE
By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business
with the City, including all Conflict of Interest and Code of Ethics provisions.
Firm Name:
Street Address:
Mailing Address (if different than Street Address):
Telephone Number(s): _________________________________________
Fax Number(s): _______________________________________________
Email Address: ________________________________________________
Federal Employer Identification Number: _____________________________________________
Prompt Payment Terms: _____% _____ days’ net _____days
Signature: _____________________________________________________________________
Signature of authorized agent)
Print Name: ___________________________________________
Title: _________________________________________________
By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the
resulting Contract/Agreement.
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY
THE TERMS OF ITS OFFER, FOR NOT LESS THAN 90 DAYS, AND THE BIDDER’S UNEQUIVOCAL OFFER TO
BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN
THIS SOLICITATION WHERE INDICATED ABOVE, BY AN AUTHORIZED REPRESENTATIVE, SHALL RENDER
THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT
INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF
ITS OFFER.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 26
SECTION 7
AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT
7.1 AFFIDAVITS
The forms listed below must be completed by an official having legal authorization to
contractually bind the company or firm. Each signature represents a binding commitment upon
the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to
be the lowest responsive and responsible Bidder.
a. Conflict of Interest Disclosure Form
b. Notification of Public Entity Crimes Law
c. Drug-Free Work Place
d. Non-Collusion Affidavit
e. Sample Performance Bond Format
if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
f. Sample Payment Bond Format
if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
g. Sample Letter of Credit Format
if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 27
CONFLICT OF INTEREST DISCLOSURE FORM
The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must
disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City
of Palm Beach Gardens.
Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly,
an interest of more than five percent (5%) in the Bidder’s firm or any of its branches.
The purpose of this disclosure form is to give the City the information needed to identify potential conflicts
of interest for evaluation team members and other key personnel involved in the award of this contract.
The term “conflict of interest” refers to situations in which financial or other personal considerations may
adversely affect, or have the appearance of adversely affecting, an employee’s professional judgment in
exercising any City duty or responsibility in administration, management, instruction, research, or other
professional activities.
Please check one of the following statements and attach additional documentation if necessary:
To the best of our knowledge, the undersigned firm has no potential conflict of interest
due to any other Cities, Counties, contracts, or property interest for this Bid.
The undersigned firm, by attachment to this form, submits information which may be a
potential conflict of interest due to other Cities, Counties, contracts, or property interest
for this Bid.
Acknowledged by:
Firm Name
Signature
Name and Title (Print or Type)
Date
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 28
NOTIFICATION OF PUBLIC ENTITY CRIMES LAW
Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has
been placed on the convicted contractors 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 or real property to a public entity, may not be awarded or perform work as a
contractor, supplier, sub-vendor, 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
F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed
on the convicted contractors list.
Acknowledged by:
Firm Name
Signature
Name and Title (Print or Type)
Date
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 29
DRUG-FREE WORKPLACE
is a drug-free workplace and has
Company Name)
a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes.
Acknowledged by:
Firm Name
Signature
Name and Title (Print or Type)
Date
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 30
NON-COLLUSION AFFIDAVIT
STATE OF ______________
COUNTY OF ____________
Before me, the undersigned authority, personally appeared ____________________________, who, after
being by me first duly sworn, deposes and says of his/her personal knowledge that:
a. He/She is __________________________ of ______________________________, the Bidder
that has submitted a Bid to perform work for the following:
ITB No.:_______________________ Title:
b. He/She is fully informed respecting the preparation and contents of the attached Request for Bids,
and of all pertinent circumstances respecting such Solicitation.
Such Bid is genuine and is not a collusive or sham Bid.
c. Neither 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 Solicitation and contract for which the attached Bid
has been submitted or to refrain from proposing in connection with such Solicitation and contract,
or has in any manner, directly or indirectly, sought by agreement or collusion or communication
or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid
or 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 or any person interested in the proposed contract.
d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
Signature
Subscribed and sworn to (or affirmed) before me this _______ day of _____________________ 2014, by
who is personally known to me or who has produced
as identification.
SEAL Notary Signature_____________________________
Notary Name: _______________________________
Notary Public (State): __________________________
My Commission No: ___________________________
Expires on: __________________________________
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 31
SAMPLE PERFORMANCE BOND FORMAT
KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________
Insert full name and address or legal title of successful Bidder)
as Principal, hereinafter called Contractor, and ___________________________________________,
Name of Insurer)
as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm
Beach County, Florida.
As Obligee, hereinafter called the City, in the amount of ___________________________________,
for the payment whereof, Contractor and Surety bind themselves, their
heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents.
WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into
Contract No._____________________________ with the City in accordance with the Solicitation
specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter
referred as the Contract, for the performance of the following Work:
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and
faithfully perform said Contract, then this obligation shall be null and void; otherwise, it shall remain in
full force and effect.
The Surety hereby waives notice of any alteration or extension of time made by the City.
Whenever Contractor shall be and declared by the City to be in default under the Contract, the City having
performed City’s obligations thereunder, the Surety may promptly remedy the default or shall promptly:
a. Complete the Contract in accordance with its terms and conditions; or
b. Obtain a Bid or Bids for completing the Contract in accordance with its terms and conditions, and
upon determination by Surety of the most responsible Bidder, or if the City elects, upon
determination by the City and the Surety jointly of the most responsible Bidder, arrange for a
Contract between such Bidder and the City, and make available as work progresses (even though
there should be a default or a succession of defaults under the contract or contracts of completion
arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of
the contract price; but not exceeding, including other costs and damages for which the Surety
may be liable hereunder, the amount set forth in the first paragraph hereof. The term “balance
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 32
of the contract price”, as used in this paragraph, shall mean the total amount payable by the City
to Contractor under the contract and any amendments thereto, less the amount properly paid by
the City to the Contractor.
Any suit under this bond must be instituted before the expiration of twenty -five (25) months from the
date on which final payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the
City named herein or the heirs, executors, administrators, or successors of the City.
Signed and sealed this _________ day of _______________________, 2014.
Principal) (Seal)
Witness) (Title)
Name of Insurer) Surety (Seal)
By:
Witness) (Attorney-in-Fact)
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 33
SAMPLE PAYMENT BOND FORMAT
KNOW ALL MEN BY THESE PRESENTS: that -_________________________________________________
Insert full name and address or legal title of successful Bidder)
as Principal, hereinafter called Contractor, and ___________________________________________,
Name of Insurer)
as Surety, hereinafter called Surety, are held and firmly bound unto the City of Palm Beach Gardens, Palm
Beach County, Florida.
As Obligee, hereinafter called the City, in the amount of ___________________________________,
for the payment whereof, Contractor and Surety bind themselves, their
heirs, executors, administrators, successors, and assigns, jointly and severably, firmly by the presents.
WHEREAS, Contractor has by written agreement dated _______________________, 2014, entered into
Contract No._____________________________ with the City in accordance with the Solicitation
specifications prepared by the City which Contract is by reference made a part hereof and is hereinafter
referred as the Contract, for the performance of the following Work:
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if said Contractor and all
subcontractors to whom any portion of the work provided for in said Contract is sublet and all assignees
of said Contract and of such subcontractors shall promptly make payments to all persons supplying him
or them with labor, products, services, or supplies for or in the prosecution of the work provided for in
such Contract, or in any amendment or extension of or addition to said Contract, and for the payment of
reasonable attorney's fees, incurred by the claimants in suits on this bond, then the above obligation shall
be void; otherwise, it shall remain in full force and effect.
HOWEVER, this bond is subject to the following conditions and limitations:
a) Any person, firm or corporation that has furnished labor, products, or supplies for or in the
prosecution of the work provided for in said Contract shall have a direct right of action against the
Contractor and Surety on this bond, which right of action shall be asserted in a proceeding, instituted in
the county in which the work provided for in said Contract is to be performed or in any county in which
Contractor or Surety does business. Such right of action shall be asserted in proceedings instituted in the
name of the claimant or claimants for his or their use and benefit against said Contractor and Surety or
either of them (but not later than one year after the final settlement of said Contract) in which action such
claim or claims shall be adjudicated and judgment rendered thereon.
b) The Principal and Surety hereby designate and appoint _____________________
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 34
as the agent of each of them to
receive and accept service of process or other pleading issued or filed in any proceeding instituted on this
bond and hereby consent that such service shall be the same as personal service on the Contractor and/or
Surety.
c) In no event shall the Surety be liable for a greater sum than the penalty of this bond, or subject
to any suit, action or proceeding thereon that is instituted later than one year after the final settlement
of said Contract.
d) This bond is given pursuant to and in accordance with the provisions of Florida Statutes, and all
the provisions of the law referring to this character of bond as set forth in any sections or as may be
hereinafter enacted, and these are hereby made a part hereof to the same extent as if set out herein in
full.
Any suit under this bond must be instituted before the expiration of twenty -five (25) months from the
date on which final payment under the Contract falls due.
No right of action shall accrue on this bond to or for the use of any person or corporation other than the
City named herein or the heirs, executors, administrators, or successors of the City.
Signed and sealed this _________ day of _______________________, 2014.
Principal) (Seal)
Witness) (Title)
Name of Insurer) Surety (Seal)
By:
Witness) (Attorney-in-Fact)
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 35
SAMPLE LETTER OF CREDIT FORMAT
LETTER OF CREDIT NO.: _________________
ISSUANCE DATE: _________________
APPLICANT:
Name of Corporation}___________________________
Address}______________________________________
City, State, Zip}________________________________
BENEFICIARY:
CITY OF PALM BEACH GARDENS
10500 N. MILITARY TRAIL
PALM BEACH GARDENS, FLORIDA 33410
FOR U.S.D. $_________
DATE OF EXPIRATION: ________________
WE HEREBY ESTABLISH OUR IRREVOCABLE LETTER OF CREDIT NO. _________ IN FAVOR OF THE
BENEFICIARY, THE CITY OF PALM BEACH GARDENS, FLORIDA (HEREINAFTER “PBG”) FOR THE ACCOUNT OF
THE ABOVE-REFERENCED APPLICANT, AVAILABLE BY YOUR DRAFTS DRAWN ON (Insert name of Bank)
PAYABLE AT SIGHT FOR ANY SUM OF MONEY NOT TO EXCEED A TOTAL OF (Insert the amount of money),
THE AMOUNT REFERENCED ABOVE.
DEMANDS OF THE LETTER OF CREDIT MUST BE ACCOMPANIED BY A STATEMENT FROM THE CITY
MANAGER OF THE CITY OF PALM BEACH GARDENS CERTIFYING EITHER: (1) THAT SAID LETTER OF CREDIT
IS ABOUT TO EXPIRE AND HAS NOT BEEN RENEWED, OR (2) THAT WORK HAS NOT BEEN COMPLETED IN
ACCORDANCE WITH THE PLANS, SPECIFICATIONS, AND AGREEMENTS (INCLUDING ANY AMENDMENTS
THEREOF) FOR THE FOLLOWING PROJECT: {Name of Project}
THE ‘PROJECT’).
IT IS A CONDITION OF THIS LETTER OF CREDIT THAT IT WILL BE AUTOMATICALLY EXTENDED FOR PERIODS
OF ONE YEAR FROM EXPIRY DATE HEREOF, OR ANY FUTURE EXPIRATION DATE, WITHOUT ANY
AMENDMENT, UNLESS THIRTY (30) DAYS BUT NO MORE THAN SIXTY (60) DAYS PRIOR TO ANY EXPIRATION
DATE WE SHALL NOTIFY PBG IN WRITING BY CERTIFIED MAIL RETURN RECEIPT REQUESTED, OR BY
COURIER VIA HAND DELIVERY AT THE ABOVE-LISTED ADDRESS, THAT WE ELECT NOT TO CONSIDER THIS
LETTER OF CREDIT RENEWED FOR ANY SUCH ADDITIONAL PERIOD.
WE HEREBY AGREE WITH THE DRAWERS, ENDORSERS, AND BONA FIDE HOLDERS OF ALL DRAFTS DRAWN
UNDER AND IN COMPLIANCE WITH THE TERMS OF THE CREDIT THAT SUCH DRAFTS WILL BE DULY
HONORED UPON PRESENTATION TO {Name of Bank}______________________________ (THE ‘BANK’),
WHICH IS DULY AUTHORIZED TO CONDUCT BUSINESS IN THE STATE OF FLORIDA IN ACCORDANCE WITH
THE TERMS HEREOF. IF A DRAFT, AS DESCRIBED IN THIS LETTER OF CREDIT, IS PRESENTED PRIOR TO THE
EXPIRATION DATE AND IN CONFORMITY WITH THE TERMS OF THIS LETTER OF CREDIT AND UPON
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 36
PRESENTATION IT IS WRONGFULLY DISHONORED BY THE BANK, THE BANK AGREES TO PAY REASONABLE
ATTORNEYS FEES AND COSTS, INCLUDING FEES AND COSTS ON APPEAL, INCURRED BY THE CITY OF PALM
BEACH GARDENS TO ENFORCE THIS LETTER OF CREDIT SHOULD PBG PREVAIL.
DOCUMENTS MUST BE PRESENTED FOR PAYMENT TO:
Name of Bank Branch}_______________________________
Address}__________________________________________
City, State, Zip}_____________________________________
ATTN: {Department} _________________________________
ALL DRAWINGS UNDER THIS LETTER OF CREDIT MUST BE ACCOMPANIED BY THE ORIGINAL LETTER OF
CREDIT INSTRUMENT WHICH WILL BE RETURNED TO THE BENEFICIARY AFTER ENDORSING THE BACK OF
SAME WITH THE AMOUNT OF EACH DRAWING BY US.
PARTIAL DRAWINGS ARE PERMITTED.
THE AMOUNT OF ANY DRAFT DRAWN UNDER THIS CREDIT MUST BE ENDORSED ON THE REVERSE OF THE
ORIGINAL CREDIT. ALL DRAFTS MUST BE MARKED “DRAWN UNDER {Name of Bank}
LETTER OF CREDIT NUMBER _____________ DATED
20__.”
THIS CREDIT IS SUBJECT TO THE "UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY CREDITS, (2007
REVISION), INTERNATIONAL CHAMBER OF COMMERCE PUBLICATION NO. 600", AND TO THE PROVISIONS
OF FLORIDA LAW. IF A CONFLICT BETWEEN THE UNIFORM CUSTOMS AND PRACTICE FOR DOCUMENTARY
CREDITS AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL. IF A CONFLICT BETWEEN THE
LAW OF ANOTHER STATE OR COUNTRY AND FLORIDA LAW SHOULD ARISE, FLORIDA LAW SHALL PREVAIL.
VENUE FOR ANY DISPUTES RELATING TO THE ENFORCEMENT OF THIS LETTER OF CREDIT SHALL BE PALM
BEACH COUNTY, FLORIDA.
Name of Bank}_________________________
BY: ______________________________
Name}_____________________
Title}______________________
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 37
SECTION 8
SAMPLE AGREEMENT FORMAT
Below is the standard agreement format for this Invitation to Bid. This is a sample agreement only and is
subject to revisions. PLEASE DO NOT COMPLETE.
AGREEMENT
THIS AGREEMENT is hereby made and entered into this ____ day of ____________, 20__, (the
effective date”) by and between the City of Palm Beach Gardens, a Florida municipal corporation (“City”),
whose address is 10500 North Military Trail, Palm Beach Gardens, Florida 33410, and _____________, a
corporation (hereafter referred to as “Contractor”), whose address is ______________.
WHEREAS, the City desires to retain the services of the Contractor to provide the goods and
services in accordance with the City’s Invitation to Bid No. , and the Contractor’s
response thereto, all of which are incorporated herein by reference.
NOW, THEREFORE, in consideration of the mutual covenants and promises hereafter set forth,
the Contractor and the City agree as follows:
ARTICLE 1. INCORPORATION OF INVITATION TO BID
The terms and conditions of this Agreement shall include and incorporate the terms, conditions,
and specifications set forth in the City’s Invitation to Bid No. ________, and the Contractor’s
response to the Invitation to Bid, including all documentation required thereunder.
ARTICLE 2. DESCRIPTION OF GOODS OR SCOPE OF SERVICES
The Contractor shall provide the goods and/or perform those services identified in the
specifications accompanying the City’s Invitation to Bid, which are incorporated herein by reference.
ARTICLE 3. COMPENSATION
The City shall pay to the Contractor, in compliance with the Pricing Schedule attached hereto and
incorporated herein, according to the terms and specifications of the referenced Invitation to Bid.
ARTICLE 4. MISCELLANEOUS PROVISIONS
a. Notice Format. All notices or other written communications required, contemplated, or
permitted under this Agreement shall be in writing and shall be hand delivered, telecommunicated, or
mailed by registered or certified mail (postage prepaid), return receipt requested, to the following
addresses:
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 38
i. As to the City: City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, Florida 33410
Attn: City Manager
Email:
ii. with a copy to: City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, Florida 33410
Attn: City Attorney
Email:
iii. As to the Contractor:
Attn.:
Email:
b. Headings. The headings contained in this Agreement are for convenience of reference
only, and shall not limit or otherwise affect in any way the meaning or interpretation of this Agreement.
c. Effective Date. The effective date of this Agreement shall be as of the date it has been
executed by both the parties hereto.
ARTICLE 5. CONTRACT TERM
This term of this Agreement shall be from the effective date through ___________, 20__, unless
terminated earlier in accordance with terms set forth in the ITB.
Remainder of this page is intentionally left blank.)
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 39
IN WITNESS WHEREOF, the parties have executed this Agreement on the dates hereinafter written.
CITY OF PALM BEACH GARDENS, FLORIDA
SEAL]
By: ______________________________________
Ronald M. Ferris, City Manager
ATTEST:
By: ____________________________
Patricia Snider, CMC, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
By: ____________________________
R. Max Lohman, City Attorney
By: ______________________________________
Print Name: ________________________________
Title: _____________________________________
WITNESS:
By: ___________________________________
Print Name: ____________________________
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 40
SECTION 9
EXHIBIT A
GENERATOR IDENTIFICATION AND LOCATION
NO. LOCATION MAKE MODEL KW FUEL TYPE STATIONARY/MOBILE
1.
Municipal Complex, City Hall
10500 N Military Trail Spectrum 750DS4 750 Diesel Stationary
2.
Burns Road Recreation Cen
4404 Burns Road Kohler 230RE0ZJB 225 Diesel Stationary
3.
Public Works
3704 Burns Road Terex OT90P 72 Diesel Stationary
4.
Riverside Youth Center
10170 Riverside Drive Generac 98A055580-S 85 LNG Stationary
5.
Police Cell Tower
Old Dixie Highway Onan GGFD-4959819 35 LNG Stationary
6.
Public Services Building
4301 Burns Road Magnum MMG80 55 Diesel Stationary
7.
Fire Station 1
10500 N Military Trail Broadcrown BCJD275-60 275 Diesel Stationary
8.
Fire Station 2
11025 Campus Drive Kohler 100REZGD 100 LNG Stationary
9.
Fire Station 3
5161 Northlake Blvd Generac 2424030600 200 LNG Stationary
10.
Fire Station 4
11264 Jog Road Wacker 5891169 180 Diesel Stationary
11.
Fire Station 5
3913 Hood Road Kohler 180RZD 180 LNG Stationary
12.
Public Works*
3704 Burns Road Coleman CJ6T105SQ 105 Diesel Mobile
13.
Public Works*
3704 Burns Road Terex OT180C 135 Diesel Mobile
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 41
14.
Public Works*
3704 Burns Road Terex OT90P 72 Diesel Mobile
15.
Public Works*
3704 Burns Road Terex OT90P 72 Diesel Mobile
16.
Municipal Complex, PSAP
10500 N Military Trail Kohler 350REOZDD 350 Diesel Stationary
NOTE: *Public Works is the storage site for all mobile generators.
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
Page | 42
SECTION 10
SOLICITATION SUMMARY
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
SOLICITATION SUMMARY
IMPORTANT NOTICE
The information you provide on this page will be read aloud at the PUBLIC OPENING for this Solicitation.
It is VERY IMPORTANT that the summary information you provide below is exactly the same information
contained in your Bid. If subsequent to the opening of Bids, the City determines that the information
contained in the electronic version of your Bid is different from the information on this Solicitation
Summary, the City reserves the right to deem your Bid NON-RESPONSIVE, and remove your Bid from
further evaluation and consideration for contract award.
BID INFORMATION
Proposal Number: ITB2016-056PS
Title: Comprehensive Generator Maintenance Services
Due Date and Time: ___________________________________________________
Name of Proposer: ___________________________________________________
Address: ___________________________________________________
Contact Person: ___________________________________________________
Bid Amount: ___________________________________________________
Authorized Signature: ___________________________________________________
Date: ___________________________________________________
By signing and submitting this Solicitation Summary, the Bidder affirms that the information provided
above is an exact and correct summary of the information contained in the electronic version of the
Bidder’s Bid to the City of Palm Beach Gardens.
NOTE: This Solicitation Summary must be signed and included as an ORIGINAL HARDCOPY in the
envelope containing your Bid.
-z_nbo.t+ t=bwer 5-jGitN.s
ITB NO.: ITB2016-056PS
--=rm.E: COMPREHENSIVE GENERATOR MAINTENACNE SERVICES
. DUE OAT~ AND TIME: FRIDAY, DECEMBER 11, 2q1S@ 3:00PM
---~· .01 tm! wnn me Touowing services: UPS Next Day Ai r'
UPS Worldwide Expressfl
Extremely Urgent
Caii 1-800 -PICK-UPS® (1-800-742~5877) or · •·•· "~~ '"'
CESAR RODRIGUEZ 1 LBS UPS 2nd Day Air®
Small Box
(13" X 11" X 2")
~t:J.~IN~~o5 1119
~----:... -4612-HIGHWAY AVE JACKSONVILLE FL 32254-4124
owr: 13,11,2 UPS Worldwide Expedited iP
SHIP TO:
CITY CLERK ITB2016-056PS
CITY PALM BEACH GARDENS
10500 NORTH MILITARY TRAIL
PALM BEACH GARD ENS FL 33410
FL 334 0-01
llllll lllllllll lllll\1
UPS GROUND
TRACKING If: 1Z 548 642 03 7639 4054
BILLING: PIP
REF l:BID ITB2016-066PS
WI 17.D.31 ze-.n ZP 4fiD H.DA 10/1:0115
Do not use this box for: UPS Ground
UPS Standard
UPS 3 Day Select®
Apply shipping documents here.
@ 90% Post-Consumer Content
International Shipping Notice-Carriage hereunder may be subject lo the rules relatlng to liability and other terms and/or conditions estabUshed by the Convention for the Unification of Certain Rules Relating
to International Carriage by A,jr (the -warsaw ConvenUonj and/or the Convention on the Contract!~ tN: International ~~e of G.o.~~ '!f Road (the "CMR Convention"). These commoditiei, technology 01019510603 04/10 FC United Parcel Service, Louisville, ICY
~~8 ...... c.. 3 f ~l ~ , ~~
CY 9---' OJ
co-
38
ct\.
('\
~
~
~
--
'-
~ -
\J)
~H r\~ ~ ~ 0 . . . .. j\j
~~
~ 0 :r-B ~ 'P _, I
-~~ -z, (0 D
~ U1 :p~~ z: CJJ ~ §
if\0
Cl\r'>
~
G -..
0 m
\;)
..
N
L}.
1i
3
t~ -+---> J3 E: & en ii~ 70 -1~ ~ ct<\_! J;>
~
T\)
\
{/}
PS
~uAAJ.,...., POWER SYSTEMS
S.W. 4th Avenue
lray Beach, FL 33444
Assur-AfoJC£ Yowe~ S" Y.srEt-'IS
J5qs-6W 4+h A\IENCLE
DEL-RAY Bc:-AcJ.t FL. 331#
I.TB NO: ITB~oi~-OSi4PS
i) e-c-e-J-i'l B£2. II"" .;). o 1 s-
LOMPREl-laJ~ive G£Ne~t\iOfZ. MAi~~NAt\fcE'" 5E'2vic~
.'It '4~ I 1 I f.t ' I I I t I I 4 I I I I I f-i. I If; I I I ., I ~ ~ _... I I Q, I I ~ I I ;...; CV\ I If., I I
\~ ~ .... I I
I
,
l ''-I
~ ~ ~·
t ll.:. ~ I
~ u ...... I
-.::::. 1 I
~ ~~
,
.;s
I
~
I
~~ u I
-f ~
I
~ '-L
b I
0 <: ¢ I
~ ti '> ~
~ ~ ~ I
u I
0 0 ~ I ---I
I
I
I
I
I
~
,
I
('A I ~ ~
~ I --& I
c\ I
\ -I -I
~ -\..) I
c::::::...._ ~ I
"-......1>
I rl
V"\ { --C) 4:
~ ' 1 ~~
-........o Ll --c\ ..
~~~ ~ ~
~ ~ ~ ~ ~ ~
~'Ct ~
~
~ -l i a~ }
I
<)'t-
~
~~
~() ~ \-\
I
I
I
I
BID SUBMITTAL
City of Palm Beach Gardens
ITB No. ITB2016-GS6PS
Comprehensive Generator Maintenance Services
This Page and all following pages comprise your original Bid Submittal package. Please also attach any
additional information or documentation requested in this Invitation to Bid. There is no need to include
the preceding Sections 1, 2, and 3 in your Bid Submittal package.
INSTRUCTIONS
Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk,
10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00a.m.
to 5:00p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each
Bid submitted to the City Clerk shall have the following information clearly marked on the face of the
envelope: the Bidder's name, return address, ITB number, due date for Bids, and the title of the Bid.
Included in the envelope shall be one {1} original and one (1) electronic version on CD or a thumb drive
in a usable PDF format. The original should be marked "ORIGINAL", and the electronic copy must be
identical to the original. In the event of any discrepancy between the original bid and the electronic copy,
the original bid shall be the governing document. Bids must contain all information required to be
included in the submittal, as described in the Solicitation.
Invitation to Bid No.: ITB2016-056PS
Title: Comprehensive Generator Maintenance Services
Name of Bidder
Page I 21
4.1 PRICES AND RATES
SECTION 4
PRICING SCHEDULE
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
The Bidder shall indicate in the spaces provided, the firm and fixed prices and rates offered to the City for the goods and/or services
described below.
COMPREHENSIVE GENERATOR MAINTENANCE SERVICES
To supply labor, technicians, materials, and all MRO supplies to perform Comprehensive Generator Maintenance Service on the generating
systems described in Exhibit A and below, and as per the frequencies and specifications detailed in Section 3, Statement of Work and
Technical Specifications of this Invitation to Bid.
PREVENTATIVE MAINTENANCE SERVICES
ITEMl LOCATION MAKE MODEL ANNUAL COST
a. Municipal Complex, City Hall, 10500 N Military Trail Spectrum 750DS4 $ 3VSo
b. Burns Road Recreation Center, 4404 Burns Road Kohler 230REOZJB $ )'fOO
c. Public Works Department, 3704 Burns Road Terex OT90P $ ).~0
d. Riverside Youth Enrichment Cen, 10170 Riverside Drive Generac 98A055580-S $ ;;_roo
e. Police Cell Tower, Old Dixie Highway On an GGFD-4959819 $ J.?qO
f . Public Services Building, 4301 Burns Road Magnum MMG80 $ ;! 9(10
g. Fire Rescue Station No. 1, 10500 N Military Trail Broadcrown BCJD275-60 $ Jf7S
h. Fire Rescue Station No. 2, 11025 Campus Drive Kohler 100REZGD $ ;)'KJO
i. Fire Rescue Station No. 3, 5161 Northlake Boulevard Generac 2424030600 $ d-?cro
j. Fire Rescue Station No. 4, 11264 Jog Road Wacker 5891169 $ )-;tJO
k. Fire Rescue Station No. 5, 3913 Hood Road Kohler 180RZD $ :l9crd
I. Public Works Department, 3704 Burns Road Coleman CJ6T105SQ $ :;. ~"
m. Public Works Department, 3704 Burns Road Terex OT180C $ .'J-9(/Cl
n. Public Works Department, 3704 Burns Road Terex OT90P $ :J. 9ot:J
o. Public Works Department, 3704 Burns Road Terex OT90P $ )'irfo
p. Municipal Complex, PSAP, 10500 N Military Trail Kohler 350REOZDD $ )81~
TOTAL ANNUAL PRICE: $ 4,, 9oo
Page I 22
ITEM 2 EMERGENCY REPAIR SERVICES-HOURLY RATES FOR WORKMEN
Electrician
Mechanic
Technicia airman
Technician's Hel r
Laborer
I. on Materials, Parts, and Equi ment for Emergency Repairs
II. The Bidder affirms that it has theca to meet the
iii. The Bidder affirms that it has the reso
$
$
$
s bO
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
PER HOUR
/o %
initials
NOTE: The City will not pay any transportation, fuel surcharges, or additional fees added to the rates and prices above.
Page I 23
PART I:
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SECTION 5
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
list below the dates of issue for each addendum received in connection with this Solicitation:
Addendum #1, Dated __ /-j/ hu.L_7...,t~S _____ _
Addendum #2, Dated __ /1+-'t'--'i+oti-"/J'---------
Addendum #3, Dated_..:..}~/ t_J_oH/I:..:S';.....__._ __ _
Addendum #4, Dated-----------
Addendum #5, Dated-----------
Addendum #6, Dated-----------
Addendum #7, Dated-----------
Addendum #8, Dated-----------
Addendum #9, Dated-----------
Addendum #10, Dated-----------
PART II:
0 NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION
Date
1
'
Page I 24
TO:
P AL M B EACH GARD E N S
".4 IUI/qw p/IIN to ltw. t.uw, ""'* .. pill)' ..
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 1
All Potential Bidders
DATE: November 17, 2015
SOLICITATION NO.: ITB2016"056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: Friday, December 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following question was received from a potential Bidder, and the answer is provided as shown.
Question:
Response:
We have reviewed the bid and understood that you changed the response time to two
hours. However, the load banking and ATS testing are still included in the scope and yet
there is no requirement for a licensed electrician as the prime on this job. Perhaps the
easiest way to settle this matter is to get the Chief Electrical Inspector at the Palm Beach
Gardens Building Department · to make a decision. He is the final authority having
jurisdiction.
The City's Chief Building official and the Electrical Inspector state that the firm selected to
perform the Comprehensive Generator Maintenance Service does not need to be a
licensed electrician provided the person who performs the electrical aspect of the
maintenance work and the load bank testing is a licensed electrician. The generator firm
must have a licensed electrician on staff or contract with a licensed electrician to perform
the electrical aspects of the scope of work.
Bidders must state in their bid response whether they have a licensed electrician on staff
to perform the electrical aspect of the work or will contract with a licensed electrician to
perform these services. A copy of the relevant license shall be included with the bid
submittal.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
((.! ~. CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
TO:
PALM BEACH GARDENS
':4 Ulliqw ~"'live. ...... ....,. 4 play"
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 2
All Potential Bidders
DATE: November 19, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: FRIDAY, DECEMBER 11, 2015@ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following licensing requirements are added to the Invitation to Bid as Section 2.15.
2.15 CERTIFICATIONS/LICENSES
Any Bidder which submits an offer in response to this Solicitation shall, at the time of such offer,
hold a valid Electrical Contractor License, or Mechanical Contractor License, or a General
Contractor License, issued by the State or County Examining Board qualifying the Bidder to
perform the work proposed. If work for other trades is required in conjunction with this
Solicitation and will be performed by a subcontractor{s), the applicable License issued to the
subcontractor{s) shall be submitted with the Bidder's offer; provided, however, the City may at
its option and in its best interest allow the Bidder to supply the subcontractor{s) license to the
City during the Bid evaluation period.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
((,..[ ~. CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
TO:
PALM BEACH GARDENS
':4 .....,... p/11« 1o IIWI. /«mt, -'* 4 pltzy"
CITY OF PALM BEACH GARDENS
PURCHASING DEPARTMENT
SOLICITATION ADDENDUM
Addendum No. 3
All Potential Bidders
DATE: November 30, 2015
SOLICITATION NO.: ITB2016-056PS
TITLE: Comprehensive Generator Maintenance Services
OPENING DATE: Friday, December 11, 2015 @ 3:00PM
This Addendum is and does become a part of the above-mentioned Solicitation.
The following questions were received from a potential Bidder, and the answers are provided as shown.
Question 1:
Response:
Question 2:
Response:
Page 1 of 2
On page 17, section 3.2-it states "exercise no less than 15 minutes"
On page 17 section 3.3.a-it states "take fuel sample for lab testing (annual)"
On page 18, section 3.3.e-it states "test no load operation" and then "test operation with
building load (annual)"
On page 19, section 3.3.f-it states "transfer test (bi-annual)"
And
On page 19 section 3.5 "4 hour load bank test every 6 months (bi-annual)"
NFPA 110 Operational Inspection and Testing section 8.4.2 (1), (2) and (3) describes the
testing for diesel generator sets in service (all your generators except page 22, Section 4,
items h. and k.).
The sections referenced above differ than what is required as far as the length of testing
and frequency. Load banks are only required annually if the conditions are not met for
monthly testing. Having to do load banks for 4 hours twice a year per the bid docs greatly
increases the cost to the city when testing is only required annually for 2 hours.
The standards and testing frequencies established in the Invitation to Bid are the
requirements the Bidder must perform, irrespective of whether they are more stringent
than those established by the NFPA or are more costly.
Does the city want full slate testing on fuel or only water and sediment? The cost of full
slate testing is greater than 4 times the cost of water and sediment only testing?
The testing on fuel should be only for water and sediment. Full slate testing is not required.
Question 3:
Response:
Question 4:
Response:
Question 5:
Response:
On page15 of the bid docs, section 2.14 Performance Bond states "intentionally omitted"
yet page 31 & 32 (actual bid submittal pages) are the Sample Performance Bond Format.
Are the Sample Performance Bond Format pages required to be submitted?
As identified and stated in the Invitation to Bid, these as sample formats and not required
for submittal. There is no Performance Bond requirement for this project.
Same question as below for the Sample Payment Bond Format on pages 33 & 34 of the
bid submittal.
See response to Question 3 above.
Also, page 40, section 9, exhibit A, Generator identification and location, number 9, Fire
station 3, our research shows this to be a diesel generator, not gas or propane. Please
clarify and or verify generator model number and fuel source.
The City's Facilities staff have verified that the generator is fueled by natural gas, as stated
in the Invitation to Bid.
All other terms, covenants and conditions of the subject solicitation and any addenda issued thereto shall apply,
except to the extent herein amended.
~(,..[ ~~ CPPO, CPPB, CPSM, C.P.M., CAP-OM, CPCP
Purchasing and Contracts Director
Page 2 of 2
SECTION 6
City of Palm Beach Gardens
ITB No. ITB2016·056PS
Comprehensive Generator Maintenance Services
BID SUBMITTAL SIGNATURE PAGE
By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business
with the City, including all Conflict of Interest and Code of Ethics provisions.
Firm Name:
Street Address:
Mailing Address (if different than Street Address):
Telephone Number(s): 9Sf1--):J.? -o1. .?~
Fax Number(s): 3of --lf )~-373 t
Email Address: /1 J'Mf<rJ §J> jl/le9tl lv11i""CJ.Ge, (o!'1
I
Federal Employer Identification Number: _0=--=-{;-=-/_7'--"-j;-"'f ..... i::.....)"--'L(:..__ _________ _
Prompt Payment Terms: __ % __ days' net __ days
S~n~ure: __ ~~--~~~~~·~--~~~----------------~f authorized agent)
Print Name: _)1_r_ckt_{__5_~_¥_f-_~-----
Title: JVlA!f/Aj t,(l~ ~hM_
7
By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the
resulting Contract/ Agreement.
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY
THE TERMS OF ITS OFFER, FOR NOT LESS THAN 90 DAYS, AND THE BIDDER'S UNEQUIVOCAL OFFER TO
BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN
THIS SOLICITATION WHERE INDICATED ABOVE, BY AN AUTHORIZED REPRESENTATIVE, SHALL RENDER
THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT
INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF
ITS OFFER.
Page I 25
SECTION 7
City of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT
7.1 AFFIDAVITS
The forms listed below must be completed by an official having legal authorization to
contractually bind the company or firm . Each signature represents a binding commitment upon
the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to
be the lowest responsive and responsible Bidder.
a. Conflict of Interest Disclosure Form
b. Notification of Public Entity Crimes law
c. Drug-Free Work Place
d. Non-Collusion Affidavit
e. Sample Performance Bond Format
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
f. Sample Payment Bond Format
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
g. Sample letter of Credit Format
Page I 26
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
City of Palm Beach Gardens
ITB No. ITB2016-Q56PS
Comprehensive Generator Maintenance Services
CONFLICT OF INTEREST DISCLOSURE FORM
The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must
disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City
of Palm Beach Gardens.
Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly,
an interest of more than five percent (5%) in the Bidder's firm or any of its branches.
The purpose of this disclosure form is to give the City the information needed to identify potential conflicts
of interest for evaluation team members and other key personnel involved in the award of this contract.
The term "conflict of interest" refers to situations in which financial or other personal considerations may
adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in
exercising any City duty or responsibility in administration, management, instruction, research, or other
professional activities.
Please check one of the following statements and attach additional documentation if necessary: ~ To the best of our knowledge, the undersigned firm has no potential conflict of interest
due to any other Cities, Counties, contracts, or property interest for this Bid.
The undersigned firm, by attachment to this form, submits information which may be a
potential conflict of interest due to other Cities, Counties, contracts, or property interest
for this Bid.
Acknowledged by:
Firm Name
Sign?:P~
Name and Title (Print or Type) 1 ..I
Date I I
Page I 27
City of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
NOTIFICATION OF PUBLIC ENTITY CRIMES LAW
Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has
been placed on the convicted contractors 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 or real property to a public entity, may not be awarded or perform work as a
contractor, supplier, sub-vendor, 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
[F.S .] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed
on the convicted contractors list.
Acknowledged by:
Firm Name
Sig?::H~
Date r 1
Page I 28
DRUG-FREE WORKPLACE
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
--~/ft"--' ..... ~<..::..A/M.;..;;.;.;~~~~='-•I.Jc"-=.,;_----------·is a drug-free workplace and has
(Company Name)
a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes.
Acknowledged by:
Firm Name
Name and Title (Print or Typ~ /
Date 1 I
Page I 29
NON-COLLUSION AFFIDAVIT
City of Palm Beach Gardens
ITB No. ITB2016.{)56PS
Comprehensive Generator Maintenance Services
STATE OF fLonJ't
COUNTY OF 9 (1w/Ul0
Before me, the undersigned authority, personally appeared ;f1, O~AJ.,{, S Jll#f/;J
being by me first duly sworn, deposes and says of his/her personal knowledge that:
who, after
a. He/She is jl14,v.49"1 ~W of /16GBklf11tp, t/c , the Bidder
that has submitted a Bid to perform work for the following:
b. He/She is fully informed respecting the preparation and contents of the attached Request for Bids,
and of all pertinent circumstances respecting such Solicitation.
Such Bid is genuine and is not a collusive or sham Bid.
c. Neither 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 Solicitation and contract for which the attached Bid
has been submitted or to refrain from proposing in connection with such Solicitation and contract,
or has in any manner, directly or indirectly, sought by agreement or collusion or communication
or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid
or 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 or any person interested in the· proposed contract.
d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interw~nature
ubscribed and sworn to (or affirmed) before me this 0 ~ day of -\).Jr .f k')/1 L.. 20 £by
' ~ V who is personally known to me or who has produced
SEAL
Page I 30
1 \. c.t V\ 5.&--
Williamson Oorvil
Notary Public
State of Aorida
My Commission ExpireS 12/15/2018
Commission No. FF 183503
'---------------------~---·--·--
Notary Signature.+lr:I"=-''---'-+--------..,..,.-
Nota ry Name: -;-~.;..;-'--'-'~~._,_~~-=-""'-'--'--'-
Notary Public (State): ___,~,........::::....L:-'-"":.-':;~.=:...L--=--c=----
IMPORTANT NOTICE
SECTION 10
SOLICITATION SUMMARY
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
SOLICITATION SUMMARY
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
The information you provide on this page will be read aloud at the PUBLIC OPENING for this Solicitation.
It is VERY IMPORTANT that the summary information you provide below is exactly the same information
contained in your Bid. If subsequent to the opening of Bids, the City determines that the information
contained in the electronic version of your Bid is different from the information on this Solicitation
Summary, the City reserves the right to deem your Bid NON-RESPONSIVE, and remove your Bid from
further evaluation and consideration for contract award.
Proposal Number:
Title:
Due Date and Time:
Name of Proposer:
Address:
Contact Person:
Bid Amount:
Authorized Signature:
Date:
BID INFORMATION
ITB2016-056PS
Comprehensive Generator Maintenance Services
f So )?J 'JI H: &urn{Jl, (or-( {,4ukck f.e f( 3 JJ I).
/1 tO~tJt{ S' ::]4»hJ
It IJC 9(Jo
By signing and submitting this Solicitation Summary, the Bidder affirms that the information provided
above is an exact and correct summary of the information contained in the electronic version of the
Bidder's Bid to the City of Palm Beach Gardens.
NOTE: This Solicitation Summary must be signed and included as an ORIGINAL HARDCOPY in the
envelope containing your Bid.
Page I 42
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ELECTRICAL CONTRACTORS LICENSING BOARD
1940 NORTH MONROE STREET
(850) 487-1395
TALLAHASSEE FL 32399-0783
JANSEN, MICHAEL SCOT
MEGAWATTAGE LLC
850 SW21STTERRACE
FORT LAUDERDALE FL 33312
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque restaurants,
and they keep Florida's economy strong .
Every day we work to improve the way we do business in order to
serve you better. For information about our services, please log onto
www.myfloridalicense.com. There you can find more information
about our divisions and the regulations that impact you, subscribe
to department newsletters and learn more about the Department's
initiatives .
Our mission at the Department is: License Efficiently, Regulate Fairly.
We constantly strive to serve you better so that you can serve your
customers . Thank you for doing business in Florida,
and congratulations on your new license!
DETACH HERE
RICK SCOTT, GOVERNOR
STATE OF FLORIDA
DEPARTMENT .OF BUSINESS AND
PROFESSIONA()REGULATION
EC13004670 -: ;:.~:~ ... $.Su~::. 05/29/2014
-::,i~ :7/-~. ~· . -_~ _:_·_-·-·, -.
CERTIFIED EL~¢.:~t~AL C,~N~~OR
. JANSEN, MIC~SGQJ:..._: ... .. · -·: · .
· MEGAWATTAGt;'~-..:_:.:<'~ --~"""'" ~ ::=--
• ~· _. --~r~ ... :~· .. 7~~;::~ _· . -~-· #
,-·' . _ .. · "' : -~:~· -?~-~:~::::.~~-
'···~·IS CERTIFIED undei.the. provisions of Ch.489 FS .
. exPntion date : AUG 31 , 2016 • L 1<405290002921 . -' -·· .. . ..
KEN LAWSON, SECRETARY
,!',·
'"'
.. t4
1'-----·----------..,...--------------·----------··-----·---------·--------·--·----.
' • I
l
i
'
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ELECTRICAL CONTRACTORS LICENSING BOARD
~~~•n=n· n~;na/?n1A ntC:::OI liV liC::: D!:niiiD!:n !:IV I 1!1.\A/ ~C:" 41. I 1AOIO?QOM?Q?1
... ;,. --
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
1940 NORTH MONROE STREET
(850) 487-1395
TALLAHASSEE FL 32399-0783
JANSEN, MICHAEL SCOT
MEGAWATTAGE.COM GENERATORS
850 SW21STTERRACE
FORT LAUDERDALE FL 33312
Congratulations! With this license you become one of the nearly
one million Floridians licensed by the Department of Business and
Professional Regulation. Our professionals and businesses range
from architects to yacht brokers, from boxers to barbeque restaurants, ·
and they keep Florida's economy strong.
Every day we work to improve the way we do business in order to
serve you better. For information about our services, please log onto
www.myfloridalicense.com. There you can find more information
about our divisions and the regulations that impact you, subscribe
to department newsletters and learn more about the Department's
initiatives.
Our mission at the Department is: License Efficiently, Regulate Fairly.
We constantly strive to serve you better so that you can serve your
customers. Thank you for doing business in Florida,
and congratulations on your new license!
DETACH HERE
RICK SCOTT, GOVERNOR
STATE OF FLORIDA
·~ STATE OF FLORIDA , DEPARTMENT OF BUSINESS AND
,.,._,,i/ PROFESSIONAL REGULATION
PCC1256877 ISSUED: 05/29/2014
CERT POLLUTA!"T STORAGE S~S CONTR
JANSEN, MIGHAELSeOT _,
MEGAWATTAGS:COM GalER!fORS
IS CERTIFIED under the provis i ons of Ch.489 FS.
Expiration date : AUG 31, 2016 L 1405290002792
KEN LAWSON, SECRETARY
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
CONSTRUCTION INDUSTRY LICENSING BOARD
The POLLUTANT STORAGE SYSTEMS CONTRACTOR
Named below IS CERTIFIED
Under the provisions of Chapter 489 FS.
Expiration date: AUG 31, 2016
JANSEN, MICHAEL SCOT -....
MEGAWATTAGE.COM GI::NEMJOBS
850 SW 21ST TERRACE ~
FORT LAUDERDALE 'FL 33~12
ISSUED: 05/29/2014 DISPLAY AS REQUIRED BY LAW SEQ# L 1405290002792
=
,.
AGREEMENT FORM 38
SUPPLEMENTAL REFERENCES
Additional references may be listed below.
Name of Entity: {5gp~A@ C(/vnf:j .
Address: liS"' >4 L.J;.ewl 4eMe EtLA~~JvJ~tz Pi 3JJo}
~ .
Year Contract Initiated: ::fv..w. :J.-D/j
Name of Entity: k1f11'1 ol,tfj
Address: I ( <i l G (teN Wrlod Bt~d
Year Contract Terminated: 1f.n1J. :J!t~ :J.-•"
LAke. ~o/ fi ~I '1 b
Email Address*: LM 'J..I179M1cDI'1 PhoneNumber*: Lf8 7-S79-00.f(.
Principal Contact Person(s):. L'1"' MA>cka s~ (),,..rftyrc-f'/rtvr4'12 5-pec,p-h!f: I I ~
Year Contract Initiated: 2Fft1Wlcy .:J_o/ £ Year Contract Terminated: *fl.rwti Y J.o/ {
Name of Entity: Crftof /+~ f{p,f~}V'!!'L
Address: )5o }.E ':0.~~ .
f-lo~ f( >3o3o
Email Address*: Ltrb. tlcdipfhof"f1:uc{. Cot~» Phone Number*: 3~J-;):),tf-L(,,'l
Principal Contact Person(s}: Li,,) p_,~ 1 Fkt.f~{},,r,..,v ~
Year Contract Initiated: Avj,Jf ~ f Year Contract Terminated: ~J Avj11dd-D/'
· * Contact Information rpust be current •
. . ..
. ,.
-
= =
AGREEMENT FORM 3A
CONTRACTOR REFERENCE FORM
CONTRACTOR: t1e.J A. WCc-{f-G'i1 e. L L(
The items below SHAU be COMPLETED AND SIGNED by CONTRACTOR'S Reference person. The above
mentioned company has listed you as a project/business reference. Please provide reference Information as
requested below. .
1. Name of Reference: -----------------------------------------------
2. Title: o,(f~.f.i,d~ ~ HMa.1e~tutl-b41fisltJttu.l
3. NameofEntity/Agency: -r;'WIJ ~ o~,;-e. . Pu,lr"L LlJ.-1:-s
4. Email Address: fllik~-.,,o-fte> do.fit. -Ft,ye;, Phone#: f/(Cf, 1'17 ~ ''-'13
s. Name of Project Performed by Contractor: G&~<r~r Mo..V.f4nau c:e. 'i' ~:cpAir
6. Describe the project/work the ContradorNendor has performed for your entity/agency:
-;;-LV,1 ... w.·~~ 7-eVT<f'q_;/:sJr ~ /1et.t'l'ltxnecvtf.~ I rera..i'F' "#5' /c~J
I
7. Year Contract Initiated: P. D{ 'f Year Contract Terminated: --LtJ~IftL.:.----
8. What was the approxi~te contract/construction value of this workt f t) I oD 0 · ""II 11 ,._f ~
9. Did the Contractor meet the expectations ad needs of the project! How would you rate the
work performance/product of the Contractor!
· 0 Below Expectations D Average ~llent
10. Overall, how would you rate the responsiveness of the Contractor!
0 Below Expectations . 0 Average ~ellent
11. Is there anything else you wish to let me know about this Contractor!
-rt,,( · v-ct1d,, r'S ll·e.rr re ¥orr<;i·v~ ,· ~n d{ -:c /tll7~ly
Signature: }{ c J l~
.._
-.
-.
' .,.
AGREEMENT FORM 3A
CONTRACTOR R~FERENCE FORM
The items below SHAU be COMPLETED AND SIGNED by CONTRACTOR'S ReFerence person. The above
mentioned company has listed you as a project/business reference. Please provide ref~nce Information as
requested below.
1. Name of Reference: ~,.; "1t~IIG-4",../.s-{£.AA/.. . 19 -C.·FAC/~/ni.r /1'1.9,~ , . .
2. Title: /V;I~,PF&./d#t:~ s~~~r//.r~ut..L/ '
4. Email Address: ______________ Phone 1: 9.rt-.. .tS.?-,:--' .r ..2.
5. NameofProjectPerformedbyContractor: {;lr..,/~r~~A • ;0~£,1,~p,;e //JAG,EN/}t/~ -
6. Describe the project/work the ContractorNendor has perform~ for your entity/ag~ ~~,;t/7
. ' -' ' -. .. . ~AEJ~er'"l:.; ,t6~ri/-&Jyr/1! <'?4'.A/L!., r"'.,.,A~€£Ke,p~ ANA .tf/".&A'~~.r
~ li-ueb!-p.e.r~ ,...,..~~ e~;t'r~£-vr H .. ~ Mc~AJ ~4 £.,.,u"""'!Cr.rav"
~~~ ei'.?Fe:t #,,~_,
7. Year Contract Initiated: .lot 3 Year Contract Terminated: _.-tf...,.U..<.!A----::-----:
8. What was the approximate contradlconstruction value of this world f l, J.oo; ~ (3 y«s)
9. Did the Contractor meet the expectations ad needs of the projedl How would urate the
work performance/product of the Contractorl
0 Below Expectations 0Average
10. Overall, how would you rate the responsiveness of the Contractorl
. 0 Below Expectations · 0 Average · ·
11. Is there anything else you wfsh to let me know about this Contractort
Excellent
~
Date: ? .. .r..-/r
,·.
. -..,
= = -
-.
-.
)·
AGREEMENT FORM 3A
CONTRACTOR REFERENCE FORM
...... . .....
coNTRACTOR: /1CGAwrl'~tj,e Lt C •
The Items below SHALL be COMPLETED AND SIGNED by CONTRACTOR'S Reference per5on . The above
mentioned company has listed you as a project/business reference. Please provide reference information as
requested below.
1. Name of Reference: :J~Ffo-y 1/vfF~
2. Title: l!tee pt!J, W
3. Name of Entity/Agency: R t 11 Lo'itr/1 (,J {t:~r~o rtf'{(~
4. Email Address: JEIIflf.lt.wJ [1, QMt~l. @111 Phone#: 3a5-1lf7-lf6fb
5.~ Name of Proje~ Performed by Contractor: /ko. tfb C4n f 11-ftrl;{ ~~'kt ~~.we
6. Describe the project/work the ContractorNendor has performed for your entity/agency:
c~Wpfr; folAurtf#MCe f if{!IJCe ~c ffCfls-£qt ~ rfP.Yf letve . ~f/1/lJ ltrtfft: /:) { ~J 'JAC/Cfe.V NOrl/, -f,gm ;f/W ~J ~.,cef/1tiJM;)
7. Year Contract Initiated: 'J..C!0 7 Year Contract Terminated: __ M....:..,,,.,_h..__ __ _
8. What was the approximate contract/construction value of this workt .J .s; ooo f!!L..V~D/l.
·I
9. Did the Contractor meet the expectations ad needs of the projectt How would you rate the
wOrk performance/product of the Contractor'!
0 Below Expectations 0 Average (B"Excellent
10. Overall, how would you rate the responsiveness of the Co,.trac:;torl
0 Below Expectations 0 Average [B{xcellent
11. Is there anything else you wish to let ine know about this Contractor¥
-
,•
Electronic Articles of Organization
F or
Florida Limited L iability Company
Article I
The name of the Limited Liability Company is:
MEGAWATIAGE LLC
Article II
L06000079232
FILED 8:00AM
August11,2006
Sec. Of State
mthomas
The street address of the principal office of the Limited Liability Company is:
9820 SW 168TH ST
MIAMI, FL. 33157
The mailing address of the Limited Liability Company is:
9715 WEST BROW ARD BLVD
SUITE 263
PLANTATION, FL. 33324
Article III
The purpose for which this Limited Liability Company is organized is:
ANY AND ALL LAWFUL BUSINESS .
Article I V
The name and Florida street address of the registered agent is:
MICHAEL S JANSEN
9715 WEST BROW ARD BLVD
SUITE 263
PLANTATION, FL. 33324
Having been named as registered agent and to accept service of process
for the above stated limited liability company at the place designated
in this certificate, I hereby accept the appointment as registered agent
and agree to act in this capacity. I further agree to comply with the
provisions of all st atutes relating to the proper and complete performance
of my duties, and I am familiar with and accept the obligations of my
position. as registered agent.
Registered Agent Signature: MICHAEL S. JANSEN
Article V
The name and address of managing members/managers are :
Title: MGRM
MICHAEL S JANSEN
9715 WEST BROWARD BLVD #263
PLANTATION, FL. 33324 US
Title: MGRM
AL BRENNER
9820 SW 168TH ST
MIAMI, FL. 33157 US
Article VI
The effective date for this Limited Liability Company shall be:
08/11/2006
Signature of member or an authorized representative of a member
Signature: MICHAEL S. JANSEN
L06000079232
FILED 8:00AM
August 11, 2006
Sec. Of State
mthomas
Committed to excellence, quality, and customer satisfaction
OVER 25 YEARS OF EXPERIENCE IN THE
POWER GENERATION INDUSTRY
EC13004670 GC1516226 PCC1256877
-------------------------------------------------------
Introduction
• Megawattage was created through the combination of two companies :
Al's Gas and Diesel Machine Shops & 24/7 Power Company
• Megawattage is owned and operated by Allen Brenner and Michael
Jansen
• Both company founders have over 25 years experience in the
power generation
• Licensed and Insured : Electrical , General , Mechanical &
Pollutant Storage Contractors
• COL Hazmat Certified Drivers
• ASE certified diesel engine technicians. Perkins , Caterpillar, Cummins,
Kohler, Detroit Diesel certified generator maintenance technicians
• Ado pt-A-Road
Prog r am
A partnership to enhance
the appearance of our
roadways
Meg awattage.Com
" G e nerators ~
·D --·-
Business Clientele
& Environmental Values
Blue Chip Clients
FEMA
AT&T
US Army Corp of Engineers
US Southern Command
Environmentally Aware
•Megawattage has fixed up a Brownfield in a
blighted area it has purchased in Hialeah, FL
•Megawattage has beautified a portion of 58th
Street in Miami Dade County for Miami Dade
County
Credibility & Education
Megawattage Credibility
Megawattage Blue Chip client list
currently includes: ·
FEMA, the US Army Corp of Engineers,
lAP Worldwide, Broward County, US
Southern Command, The City of
Sunrise, The City of Homestead, The
Town of Davie and the City of
Pembroke Park
Megawattage services and maintains
over 2 ,500 mission critical generators
throughout the United States .
Megawattage University
Megawattage Employees have free
access to Megawattage University
our online training center.
Rental Se,rvices
Generator Rentals
Light Tower Rentals
Fuel Polisher Rentals
Fuel Testing
Load Bank Rentals
Megawattage
Equipment Inventory
• I . •
Load Banks
Trailers
Lift Trucks
Light Towers
Bobcats
Emergency Fuel Tanks
Emergency Generators
Customized Field Support Trucks
Electrical Supplies
Heavy Duty Construction
Equipment
and much much more
a.
:::l
0
I..
(!)
c::
0 ·-.....,
ra
I..
Q)
c::
Q)
(!)
I..
(1)
~
0 c..
Contact Us
24/7 Emergency Service : {954)-302-3565
Toll Free: {888)-255-1834 ext:701
850 SW 21 st Terrace Fort
Lauderdale Florida 33312
Geo r g i a, Maryland, Texas,
Ca lifo rn ia
1601 Belvedere Rd, Ste 3035
W Palm Beach Florida 33406
47 Krome Avenue
Homestead Florida 33030
~
MEGAWATT AGE
Megawattage LLC is fully capable of responding to an emergency request from the City of Palm Beach
Gardens, Florida within two (2) hours of notification.
sw~ J)./fhs
Michael S Jansen Date
Managing Member
Megawattage LLC
1UfL9/l015
' A ~
Account Detail
1 •. T
ANNE M. GANNON
CONSTITUTIONAL TAX COLLECTOR
Se111lng Ptdrn Bellm Cortnty
Anne M. Gannon
Constitutional Tax CoDector
Serving Palm Beach County
P.O. Box 3353
West Palm Beach, Fl33402-3353 Serving you.
Business Tax Account
LBTR Number I Tax Type ! Status ·----·--20_1_2_4_9-25_1 ___________ --~------··-------s~~~~e;s -,_a~-··-·· ··-----r --·--·Activ_e ___ ---·
Mailing Address: '
MEGAWATTAGE UC
1601 BELVEDERE RD STE 303S
WEST PALM BEACH , FL 33409-1558
Notice to Business Tax Payer
!Important Payment Information
Location Address:
1601 BELVEDERE RD 303S
WEST PALM BEACH FL 33409-1558
Local business tax receipts expire September 30 and may be renewed on or after July 1.
Delinquent business taxes are payable online. Local business tax receipts not renewed by
September 30 are delinquent and subject to a delinquency oenalty of ten percent for the month of
October, plus an additional five percent for each month of delinquency.
Business Account Tax Bills
Bill Year
f 2016
I Gross Tax : Amount Paid 1 Discount i Penalty/Fees ! Interest l __ Du_e_D_a_te _ _,_, -~m_o_u~t Due '
$.33.00 $36.30 $0.00 $0.00 $0.00 9/30/2015 $0.00
$33.00 $51.25 $0.00 $0.00 $0.00 9/30/2014 $0.00
I 2014 $33.00 $36.30 $0.00 $0.00 $0.00 9/30/2013 $0.00
$33.00 $54.55 $0.00 $0.00 $0.00 9/30/2012 $0.00
----.
: 2012 l $0.00 $0.00 $0.00 1/11/2012 $0.00 $33.00 $51.25
$0.00
http://pbctax.manatron.comfrabs/BuslnessTax/Accountoetall.aspx?p=201249251&a=2600640 ~~~
1UfLY/2015 City of West Palm Beach eGovPius
1 I '
__ ... ·;:._-" . .:::.:~
r---··--------------.--·-------------------------·--· --------·--··----,
L. ~ . Becords and · Business Tax My Account · Code Enforcement ~ : J.Qg f!iD1 • --· Bm!2d! 1 • -.. -! .!.l§ . In/Out ~ ! I ·-·--·-· ·--·-·----... -----·-------
;:r •.
BUSINESS DETAIL )
Business Name MEGAWAlTAGE LLC Business Info ELECTRICAL CONTRACTOR
Business Address 1601 BELVEDERE RD # 3035 ADMIN OFFICE
City/State WEST PALM BEACH, FL Bus lnfo3 EC13004670
Zip Code 33409 Bus lnfo4
Phone Number (561) 2os-1sn Bus lnfo5
Owner JANSEN MICHAEL S New Comm Bus?
Established 2012-03-21 Home Bus?
Balance Due $0.00
Renew Cycle
BUSINESS TAX RECEIPT INFORMATION
Receipt Number Category Issued Expiration
57422 ELECTRICAL CONTRACTOR CONSTRUCTION 05116/2012 09/3012016
Account Summarv I Usage Polley 1 Privacy Polley
Copyright 0 2005 -2014, SunGard Pentamatlon. Inc & Cltv of West Palm Beach. FL-All Rights Reserved
http://onestopshop.wpbgov.com/eGovPius/licenselbuslic_dU.aspx?bus_id=0000028n2 111
'
OK Generators
373 N. Ri ver Ave
Deerfield Beach, FL 3 344 1
DEC 09 15
\
otf,~~of'+lt c.., Ctec-k
C.if1t o.f Pa.Jm ee~~ G~
/OS"oo /J. ftflh~ '{;..i/
l'a.-1~ 8ea.c.k GArcl~s , fi-. 331/lt>
I I
~ ,
00
E
0
(.)
~
"'C
~
..1
Ill
Ill
IL
.:.: z
Ill
iL u
Ill
II:
2
3
:;:t
CD
~ ::::-,
ct
s::J
xpress
••
••
"" • •
~-~ 8698 4128 3502
THU -10 DEC 10 :30A
PRIORITY OVERNIGHT •
A
3502
12 .10
XH PBIA
riD 211515 19DEC15 TPFA 53 9Cl/lliB /llDI
~9 -..~· USAirbi/1 r.= 8b98 412& 3502 ~p~ --
PAR!\MO
Canpny
~T m
VE-E •
LARGO
"" s.. . L ZIP --•• -
Your Jrltemal Billing Reference
To
Recipient's L. /l Phone Name
{ 1 ~~If~ g~(_ /. Company
Recipjenl's '{) 5 00· }J{)t-, H ft/t:t.nA/ Address
, .:/'-11 '/l
ZIP L/
4 ..:1 3
L
33410
FL-1..5
PBI
=. 0215
4b Express Fre ight Service
D ~~I:.r.e~ D ~~~llllJ!-. -wilbo_oo_ -wilbo_oo_
-SATUIIIAY_o_ -SAT\JRDAY_io_.
'Coi .. Cdrmolion:
0 FedEx Pa k" 0 FedEx
=:"~S.::~SUdyPK Box
6 Special Handling
TOIIIIPIICbges
P8clr.-upto t51J/bs.
D FedEx First Overnight
&rlntnlllbutiNIII'I'IOf'IWIG
~11>-loc-' --NOT...a.blo .
0 FedEx
Tube
.... _ .......
-111 ............
8 Residenti al Delivery Signatu re Options w""""*''.,_.,""ctDnct«-·
o Sijjnature Direct Signature
eqUJred 0 Somoontllioapionl's ka9'!"'Yboloft _....,., ..
=-~ doM!y.Foo ......
Ind irect Sianature
0 lfnooneisaYiil bttll ,..;pionl's-....-
llef11191boringtddmlmey
s9lfordoMiy.Foo ......
Rfv. 0 ~ 1MII!'Irt i 15JZ7"l!M'-8!.f«&Pft~•~
--(~ -
0
u w ·
Q
\/) ~ I -~ ~ .s: ~ ~ s:: -~ £ ~ 0 0 ' M ~ "-. ~
~I : ., .It 1,'1
Prepared By:
Kevin Boyles
Regional Account Manager-Product Sales Southeast
Peak Power Services, Inc.
Cell#:813-240-1747
PEAK POWER SERVICES, lac.
7819 Professional Place
T1111p1, FL 33637
IMPORTANT NOTICE
SECTION 10
SOLICITATION SUMMARY
The City of Palm Beach Gardens
10500 North Military Trail
Palm Beach Gardens, FL 33410
PURCHASING DEPARTMENT
SOLICITATION SUMMARY
Oty of Palm Beach Gardens
ITB No. IT82016-056PS
Comprehensive Generator Maintenance Services
The information you provide on this page will be read aloud at the PUBLIC OPENING for this Solicitation.
It is VERY IMPORTANT that the summary information you provide below is exactly the same information
contained in your Bid. If subsequent to the opening of Bids, the City determines that the information
contained in the electronic version of your Bid is different from the information on this Solicitation
Summary, the City reserves the right to deem your Bid NON-RESPONSIVE, and remove your Bid from
further evaluation and consideration for contract award.
BID INFORMATION
Proposal Number: ITB2016-056PS
Title:
Due Date and nme:
Comprehensive Generator Maintenance Services . 4 r:;-,loj ,b:au,b.r /J-f ,;ws (§'.;.on-
Art /dtv-<r. (errvJG/~ Ac. Name of Proposer:
Address :
Contact Person:
Bid Amount:
Authorized Signature:
Date:
By signing and submitting this Solicitation Summary, the Bidder affirms that the information provided
above is an exact and correct summary of the information contained in the electronic version of the
Bidder's Bid to the City of Palm Beach Gardens.
NOTE: This Solicitation Summary must be signed and included as an ORIGINAL HARDCOPY in the
envelope containing your Bid.
Page 142
BID SUBMITTAL
City of Palm Beach Gardens
IT8 No. ITB201fHlS6PS
Comprehensive Generator Maintenance Services
This Page and all following pages comprise your original Bid Submittal package. Please also attach any
additional information or documentation requested in this Invitation to Bid. There is no need to include
the preceding Sections 1, 2, and 3 in your Bid Submittal package.
INSTRUCTIONS
Sealed Bids must be received on or before the due date and time (local time) at the office of the City Clerk,
10500 North Military Trail, Palm Beach Gardens, Florida 33410. Normal City business hours are 8:00a.m.
to 5:00 p.m., Monday through Friday, except holidays. All Bids will be publicly opened at City Hall. Each
Bid submitted to the City Clerk shall have the following information clearly marked on the face of the
envelope: the Bidder's name, return address, ITB number, due date for Bids, and the title of the Bid.
Included in the envelope shall be one (1) original and one (1) electronic version on CD or a thumb drive
in a usable PDF format. The original should be marked "ORIGINAL", and the electronic copy must be
identical to the original. In the event of any discrepancy between the original bid and the electronic copy,
the original bid shall be the governing document. Bids must contain all information required to be
included in the submittal, as described in the Solicitation .
Invitation to Bid No.: ITB2016-056PS
Title: Comprehensive Generator Maintenance Services
Due Date and Time: fr ;rkj 1 [}eL-i..,/:,.( fl. ~Is' e 3 (Ji'Y1
Name of Bidder
Page 121
Generator Maintenance & Deployment:
Peak Power Services Inc. can provide generator service and maintenance programs anywhere in the
state. We have caterpillar certified Generator Maintenance Technicians strategically placed all around
the state equipped with services trucks and all the necessary parts and knowledge to troubleshoot,
service and maintain your on-site or mobile generators. We can also support any generator deployment
needed. We will mobilize within two hours and travel to where ever needed. Generator delivery and
fueling can be done anywhere in the state within hours. We have the following equipment to support
your Network.
References:
Hillsborough County Sheriffs Department 2008 E. Eigth Ave. Tampa, Fl
Contact: Johnny Page Phone #:813-247-8034
Description of Services: We provide 24/7/365 service and maintenance on their generators. We provide
preventative maintenance similar to this RFP to SO generators once to twice a year. We do the oil, oil filter,
coolant, coolant filter, air filter, and fuel filter changes once a year. The generators serviced are Onan, cat, and
Cummins generators SOkw thru 750kw size. Contract started on 3/1/2010 and it goes through 3/1/2013.
AT&T 2299 Ponce de leon Blvd. Coral Gables, fl
Contact: Jose Tarafa Phone:305-663-8226
Description of Services: We provide 24/7/365 service and maintenance on their generators. We provide
preventative maintenance similar to this RFP to 545 generators once to twice a year. We do the oil and oil filter
twice a year along with the Fuel Riter. The coolant, molant filter, and air filter are changed once a year. The
generators serviced are a 1200KW Onan, 750 cat, 60 cat, 60MQ , SO Generac, and 35 Katolite. Contract started on
1/1/2009 and goes through 1/1/2012.
Florida highway Patrol 11305 N. Mckinley Dr. Tampa, Fl
Contact: Ondy Robinson Phone: 813-632-6859
Description of Services: We provide 24/7/365 service and maintenance on their generators. We provide
preventative maintenance similar to this RFP to 4 generators once to twice a year. We do the oil, oil filter, coolant,
coolant filter, air filter, and fuel filter changes once a year. Generators services Kohler 8kw & 100kw. Contract
started on7/1/09 through 7/1/10.
Harris Corporation 7022 TPC Dr. Orlando, Fl
Contact: Greg Reynolds Phone: 407-581-1069
Description of Services: We provide service and repair on their generators throughout the state of Florida. The
jobs have ranged from repladng interface boards & control boards, repladng and repairing radiators, fixing
senders, controllers, and resetting all alarms. We do not have a contract with them but have doing repairs since
7/1/11.
4.1 PRICES AND RATES
SECTION 4
PRICING SCHEDULE
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
The Bidder shall indicate in the spaces provided, the firm and fixed prices and rates offered to the City for the goods and/or services
described below.
COMPREHENSIVE GENERATOR MAINTENANCE SERVICES
To supply labor, technicians, materials, and all MRO supplies to perform Comprehensive Generator Maintenance Service on the generating
systems described in Exhibit A and below, and as per the frequencies and specifications detailed in Section 3, Statement of Work and
Technical Specifications of this Invitation to Bid.
PREVENTATIVE MAINTENANCE SERVICES
ITEM 1 LOCATION MAKE MODEL ANNUAL COST
a. Municipal Complex, City Hall, 10500 N Military Trail Spectrum 750DS4 $ lfJ... 9'1, ? ~
b. Burns Road Recreation Center, 4404 Burns Road Kohler 230REOZJB $ ~ ~ 3.;2,. Is-'
c. Public Works Department, 3704 Burns Road Terex OT90P $ :;-4~3. 7.5
d. Riverside Youth Enrichment Cen, 10170 Riverside Drive Generac 98A055580-S $ ~'/¥3. 7$"
e. Police Cell Tower, Old Dixie Highway On an GGFD-4959819 s J..t s~ ();)...
f. Public Services Building, 4301 Burns Road Magnum MMG80 $~9J... ,_s-
g. Fire Rescue Station No.1, 10500 N Military Trail Broadcrown BCJD275-60 $ :Jd$"7. 75"
h. Fire Rescue Station No. 2, 11025 Campus Drive Kohler 100REZGD $ ~ 'f"i3 ']s-
i. Fire Rescue Station No. 3, 5161 Northlake Boulevard Generac 2424030600 $ -30S7. 7S
j. Fire Rescue Station No. 4, 11264 Jog Road Wacker 5891169 $ ~91S'. 7~
k. Fire Rescue Station No. 5, 3913 Hood Road Kohler 180RZD $ ~99S. 75"
I. Public Works Department, 3704 Burns Road Coleman CJ6T105SQ $~¥'if. 7S
m. Public Works Department, 3704 Burns Road Terex OT180C $ ;).~&/. 7 s-
n. Public Works Department, 3704 Burns Road Terex OT90P $ ~'I 'if'/. 7 J
o. Public Works Department, 3704 Burns Road Terex OT90P $;).'(it/. 75'
p. Municipal Complex, PSAP, 10500 N Military Trail Kohler 350REOZDD S JoS7t ?S"
TOTAL ANNUAL PRICE: $ W,/rJ.. 7. 37
Page I 22
ITEM 2 EMERGENCY REPAIR SERVICES-HOURLY RATES FOR WORKMEN
Electrician $
Mechanic $
Technicia irman
Technician's He r $
Laborer $
I.
II. The Bidder affirms that it has the ca to meet the
0.
~o .
7S.
City of Palm Beach Gardens
ITB No. ITB2016..0S6PS
Comprehensive Generator Maintenance Services
PER HOUR
o6
co
0{;)
C)O
/0 . ao
() %
;(/3 initials
iii. The Bidder affirms that it has the resou and subcontractors to erform the work: ;(8 initials
iv. The Bidder affirms that it is in the business of Com
NOTE: The City will not pay any transportation, fuel surcharges, or additional fees added to the rates and prices above.
Page I 23
PART 1:
City of Palm Beach Gardens
ITB No. ITB2016-056P5
Comprehensive Generator Maintenance SeNices
SECTIONS
ACKNOWLEDGEMENT OF ADDENDA
INSTRUCTIONS: COMPLETE PART I OR PART II, WHICHEVER APPLIES
List below the dates of issue for each addendum received in connection with this Solicitation:
Addendum #1, Dated------------
Addendum #2, Dated------------
Addendum #3, Dated------------
Addendum #4, Dated------------
Addendum #5, Dated------------
Addendum #6, Dated------------
Addendum #7, Dated------------
Addendum #8, Dated------------
Addendum #9, Dated------------
Addendum #10, Dated-----------
PART II:
~ NO ADDENDUM WAS RECEIVED IN CONNECTION WITH THIS SOLICITATION
Firm Na~ 4£= I
SP.
Date
Page I 24
City of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
SECTION 6
BID SUBMITTAL SIGNATURE PAGE
By signing this Bid the Bidder certifies that it satisfies all legal requirements as an entity to do business
with the City, including all Conflict of Interest and Code of Ethics provisions.
Firm Name: p eaJ ..
Street Address:
3J6 3 7
Mailing Address (if different than Street Address):
Telephone Number(s): 71 ]-:;}~-5;;..oo
FaxNumber(s): <(13-J-4~-7'~~
Email Address: k~lts&,jXAk~~~~5, (..()IV\
Federal Employer Identification Number: Q...()-)S lf)s" /]
Prompt Payment Terms :lOO % _}Q_ days' net 30 days
Signature: 2~
J/ -~thorized agent)
Print Name: ~)"' J3qy r.e.S
TKie: ~6'.:2 /kwv.} ~~
By signing this document the Bidder agrees to all Terms and Conditions of this Solicitation and the
resulting Contract/ Agreement.
THE EXECUTION OF THIS FORM CONSTITUTES THE UNEQUIVOCAL OFFER OF BIDDER TO BE BOUND BY
THE TERMS OF ITS OFFER, FOR NOT LESS THAN 90 DAYS, AND THE BIDDER'S UNEQUIVOCAL OFFER TO
BE BOUND BY THE TERMS AND CONDITIONS SET FORTH IN THIS INVITATION TO BID. FAILURE TO SIGN
THIS SOLICITATION WHERE INDICATED ABOVE, BY AN AUTHORIZED REPRESENTATIVE, SHALL RENDER
THE BID NON-RESPONSIVE. THE CITY MAY, HOWEVER, IN ITS SOLE DISCRETION, ACCEPT ANY BID THAT
INCLUDES AN EXECUTED DOCUMENT WHICH UNEQUIVOCALLY BINDS THE BIDDER TO THE TERMS OF
ITS OFFER.
Page I 25
SECTION 7
City of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
AFFIDAVITS, PERFORMANCE AND PAYMENT BONDS FORMAT, LETTER OF CREDIT FORMAT
7.1 AFFIDAVITS
The forms listed below must be completed by an official having legal authorization to
contractually bind the company or firm. Each signature represents a binding commitment upon
the Bidder to provide the goods and/or services offered to the City if the Bidder is determined to
be the lowest responsive and responsible Bidder.
a. Conflict of Interest Disclosure Form
b. Notification of Public Entity Crimes Law
c. Drug-Free Work Place
d. Non-Collusion Affidavit
e. Sample Performance Bond Format
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
f. Sample Payment Bond Format
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
g. Sample Letter of Credit Format
Page I 26
(if required, will be requested from bidder recommended for award)
DO NOT COMPLETE
aty of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
CONFLICT OF INTEREST DISCLOSURE FORM
The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All Bidders must
disclose within their Bids: the name of any officer, director, or agent who is also an employee of the City
of Palm Beach Gardens.
Furthermore, all Bidders must disclose the name of any City employee who owns, directly, or indirectly,
an interest of more than five percent (5%) in the Bidder's firm or any of its branches.
The purpose of this disclosure form is to give the City the information needed to identify potential conflicts
of interest for evaluation team members and other key personnel involved in the award of this contract.
The term "conflict of interest" refers to situations in which financial or other personal considerations may
adversely affect, or have the appearance of adversely affecting, an employee's professional judgment in
exercising any City duty or responsibility in administration, management, instruction, research, or other
professional activities.
Plea ~f eck one of the following statements and attach additional documentation if necessary:
--A-To the best of our knowledge, the undersigned firm has no potential conflict of interest
due to any other Cities, Counties, contracts, or property interest for this Bid.
The undersigned firm, by attachment to this form, submits information which may be a
potential conflict of interest due to other Cities, Counties, contracts, or property interest
for this Bid.
Acknowledged by:
&k
Firm Name S~nat ?.~
Name and Title (Print or Type)
Date
Page I 27
Oty of Palm Beach Gardens
ITB No. ITB2016-0S6PS
Comprehensive Generator Maintenance Services
NOTIFICATION OF PUBLIC ENTITY CRIMES LAW
Pursuant to Section 287.133, Florida Statutes, you are hereby notified that a person or affiliate who has
been placed on the convicted contractors 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 or real property to a public entity, may not be awarded or perform work as a
contractor, supplier, sub-vendor, 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
[F.S.] for Category Two [$35,000.00] for a period of thirty-six (36) months from the date of being placed
on the convicted contractors list.
Acknowledged by:
Firm Name 7
Date 'I
Page I 28
DRUG-FREE WORKPLACE
Oty of Palm Beach Gardens
ITB No. IT82016-056PS
Comprehensive Generator Maintenance Services
--~=-~-l ___ ~_0_~ ____ 0 ___ \)_;_ce_~--+)+) -~---'"""•L---is a drug-free workplace and has
(Company Name)
a substance abuse policy in accordance with and pursuant to Section 440.102, Florida Statutes.
Acknowledged by:
~aol
Firm Name
Signature
Nam/.~~I ;(Prinhv&
Date ~I
'
Page I 29
NON-COLLUSION AFFIDAVIT
Oty of Palm Beach Gardens
ITB No. ITB2016-056PS
Comprehensive Generator Maintenance Services
STATE OF n~r,' dC)
COUNTY OF t\,' \ ls bl rov.c:h
Before me, the undersign: authority, personally appeared &~~ fb ~ ')
being by me first duly sworn, deposes and says of his/her personal knowleCJge that:
, who, after
a. He/She is ~~~ ~~Q_~ of rfeak ~W<J S;rv,~ces. &c,7 , the Bidder
that has submitted a Bid to perform work for the following: 1
1ra No.!-rwtaiS -osGP 5 Title: fkrJ,(,;,. ~ fiZ~of...,ort ~·~~
b. He/She is fully informed respecting the preparation and contents of the attached Request for Bids,
and of all pertinent circumstances respecting such Solicitation .
Such Bid is genuine and is not a collusive or sham Bid .
c. Neither 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 Solicitation and contract for which the attached Bid
has been submitted or to refrain from proposing in connection with such Solicitation and contract,
or has in any manner, directly or indirectly, sought by agreement or collusion or communication
or conference with any other Bidder, firm, or person to fix the price or prices in the attached Bid
or 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 or any person interested in the proposed contract .
d. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in inte;z~
~Signature
Sub~cribed ~nd sworn to (or affirmed) before me this _..2___ day of Oec.erf)1e.c 20~ by
~\111\ ~~e5 , who is personally known to me or who has produced
f:b D& t.J ..... c__ as identification). fV
SEAL NotarySignature 9! owlf . 00
Notary Name: ~ie 'Yt.J ~
Notary Public (State): _ ...... 6-"L"---------
My Commission No: '"":""<_\""'i::..~~ .... ) ... i).=-''--------
Expires on: \\)&!)(. 'j t lo l S
Page I 30
r-------------------------------------------------------------------------------------------------------~-----------0 ,
(")
After printing this label:
-c OJ -)>
.,
r-
C:::: en
w w ""0~ m....a.
-0
........ ........ Ul ....a. 0') CD 0 l'oJ ........ ()0 Ul 0')
1. Use the 'Print' button on this page to print your label to your laser or inkjet printer.
2. Fold the printed page along the horizontal line.
539J1 n :Dll31 oo
Page 1 of 1
o:::J
F .....
en m z
0 m
::0
3. Place label in shipping pouch and affix it to your shipment so that the barcode portion of the label can be read and scanned.
Warning: Use only the printed original label for shipping. Using a photocopy of this label for shipping purposes is fraudulent and could
result in additiona l billing charges, along with the cancellation of your Fed Ex account number.
Use of this system constitutes your agreement to the service conditions in the current Fed Ex Service Guide, available on
fedex .com.FedEx will not be responsible for any claim in excess of $100 per package , whether the result of loss, damage, delay, non-
delivery,misdelivery,or misinformation, unless you declare a higher value, pay an additional charge, document your actual loss and file a
timely claim.Limitations found in the current Fed Ex Service Guide apply. Your right to recover from Fed Ex for any loss, including intrinsic
value of the package, loss of sales, income interest, profit, attorney's fees, costs, and other forms of damage whether direct,
incidental,consequential, or special is limited to the greater of $100 or the authorized declared value. Recovery cannot exceed actual
documented loss. Maximum for items of extraordinary value is $1 ,000, e.g. jewelry, precious metals, negotiable instruments and other
items listed in our ServiceGuide . Written claims must be filed within strict time limits, see current FedEx Service Guide.
https:/ /www.fedex.com/shipping/htm1/en//Print1Frame.htm1 12/10/2015
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, enguieers help to design, construct and maintain the infrastructure
and facilities that cont;ri,bute to a high quality of life for all resident of Palm Beach
Gardens; and
WHEREAS, Pabr. Beach Garden's future growth depends on engineers executing
innovative, creati ve, hi5 R-quality solutions to technical problems; and
WHEREAS, the stated purposes of the Florida Engineering Society shall be to
advance the pubEc welfare and to promote the professional, social and economic interests
of the engineering profe~wn and to stimulate and develop professional concepts among all
engineers thr-0ugh education and in practice; and
WHEREAS, cu~·nt members of the Florida Engineering Society and the Florida
Institute of Consulting Engineers are making strides to interact with the engineering
education Se!:tor to pr€p!J,re future engineers to maintain our economic leadership and
quality of life; and
WHEREAS, it is .fitting that we recognize and honor the continuing contributions
of America~ ~ngineers t2 observing Engineers Week with the motto:
"ENGINEERING NEW HORIZONS"
NOW, THEREFYJRE, I, Eric Jablin, Mayor of the City of Palm Beach Gardens,
Florida, do hereb:1 prockli,m the week of February 21 -27, 2016 National Engineers Week.
ATTEST:
Patricia Snider, CMC, Ci~ Clerk
IN WITNESS WHEREOF, I have hereunto set
my hand and caused the Seal of the City of Palm
Beach Gardens, Florida, to be affixed this 4th
Day of February, in the year Two Thousand and
Sixteen.
Eric Jablin, Mayor
CITY OF PALM BEACH GARDENS
PAL . .lf BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, diseases of the heart, which are often preventable, are the nation's leading
cause of death, with strokes b:ing the fifth-leading cause of death; and
WHEREAS, 43 million women in the United States are affected by heart disease, and in
Florida alone, approximately c 5 women die each day from cardiovascular disease and stroke; and
WHEREAS, in the United States, heart disease causes 1 in 3 women's deaths each year,
killing approximately one wonan every minute; and
WHEREAS, the direct a..,d indirect costs of cardiovascular diseases in 2011, including
stroke, were estimated to exceed $319 billion in the Unites States; and
W1/EREAS, mosl wcoen die of heart disease, stroke, and other cardiovascular diseases
than all forms of cancer oombired; and
WHEREAS, February is designated as American Heart Month with Go Red For Women as
the Heart Associaticn's c.all to women to increase their awareness of heart disease and to inspire
them to take charge of their IL<>ftrt health; and
WHEREAS, :ill w:,men are urged to learn more about their own risk for heart disease, using
tools such as the American Heart Association's My Life Check; Go Red For Women Heart
CheckUp; Go Red F:>r Womff_ Better U; and by talking to their doctors.
NOW, THEREFORE, l, Eric Jablin, by virtue of the authority vested in me as Mayor of the
City of Palm Beach Gardens, Florida, do hereby proclaim February 5, 2016:
NATIONAL WEAR RED DAY
in the City of Palm Beach Greens and urge all citizens to show their support for women's fight
against heart disease by ·Nearmg red on this day. Thousands of lives can be saved each year by
raising awareness an:l empowering women to reduce their risks for cardiovascular disease.
Attest:
Patricia Snider, CMC, City Clerk
IN WITNESS WHEREOF, I have hereunto set my hand
and caused the Seal of the City of Palm Beach Gardens,
Florida, to be affixed on this 4th day of February in the Year
Two Thousand and Sixteen.
Eric Jab/in, Mayor
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, The Big Heart B,igade is one of the largest volunteer-driven programs in the United States
providing over 106, 000 Thanksgiving meals for distribution throughout south and central Florida; and
WHEREAS, Tom DeRita, Di~ector and founder of the Palm Beach Gardens charitable organization
was inspired by his son Dave DeRitc. whose compassion for homeless families, motivated them to begin their
annual Thanksgiving meal giveaway in 1992, providing meals for 1 7 needy families and thus the Big Heart
Brigade was born; and
WHEREAS, The Big Heart Brigade spread to Palm Beach Gardens in 1997 serving roughly 50,000
meals to needy families; and
WHEREAS, in 2001 Christ Fellowship joined the effort and 6,000 meals were served and that total has
increased each year; and
WHEREAS, this massive undertaking involves many thousands of volunteers that arrive in shifts,
morning, afternoon, and evening helping prepare and deliver turkey dinners in time for Thanksgiving; and
WHEREAS, The Big Heart Brigade hosted its 23rd annual Thanksgiving feast and prepared more than
7 5, 000 meals for those in need this ho;iday; and
WHEREAS, during Hurrican ~ Katrina, The Big Heart Brigade supplied meals to over 1 Ok families;
and
WHEREAS, throughout its hi~tory the Brigade has conducted holiday toy drives, donated over 750,000
pounds of food and supplies to victims of the earthquake in Haiti; and
WHEREAS, for the past four years The Big Heart Brigade joined Renewal Coalition working to help
wounded warriors and their families returning from Iraq and Afghanistan; and
WHEREAS, The Big Heart Brigade is a non -profit which is 100% volunteers and 100% of all funds
goes back to the community; and
WHEREAS, The Brigade 's mi .. sion is to enrich the lives of those in need by providing a holiday meal or
some much needed support to member~ of our community.
NOW, THEREFORE, I, Eric Jab/in, by virtue of the authority vested in me as Mayor of the City of
Palm Beach Gardens, Florida, do hereby congratulate and express recognition and gratitude to Tom DeRita,
founder of The Big Heart Brigade for years of outstanding devotion, dedication and service to our community.
Attest:
Patricia Snider, CMC, City Clerk
IN WITNESS WHEREOF, I have hereunto s et my hand and
caused the Seal of the City of Palm Beach Gardens, Florida, to
be affvced on this 4th day of February in the year Two Thousand
and Sixteen .
Eric Jab/in, Mayor
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, Barbara ..1.\7ck/aus and golfing legend Jack Nicklaus will be married 55 years, have five
children and 22 ~andchildrer.; and
WHEREAS, in 2005 :he couple formed the Nicklaus Children's Health Care Foundation, to help the
youth in the area and partneri!'d with the Miami Children's Hospital on a 23, 000-square-foot pediatric urgent-
care center after me loss ofthci, Grandson Jake; and
WHEREA, each year ,he Nicklaus's honor their grandson with The Jake, a golf tournament that
benefits the foundation and keeps his memory alive; and
WHEREA S , the Hon<!.a Classic, a PGA Tour golf tournament played February at PGA National in
Palm Beach Gardens, Floridc 11nd the tournament's main beneficiary is the Nicklaus Children's Health Care
Foundation, chaired by Barba.a Nicklaus; and
WHEREAS, generoll.'5 sponsors and participants in The Lost Tree Pro-Member Tournament, The
Honda Classic, <R1d The Jake Golf Tournament contributed generously to provide fonding for much needed
services for children battling c::u,cer, cystic fibrosis, sickle cell and other chronic illnesses; and
WHEREAS, The Ho1'.aa Classic and the Nicklaus family have teamed up to benefit children's
healthcare throughout Florid:; and their charitable foundation has transformed pediatric health in South
Florida (now na"flled Nicklaus Children's Hospital) and the most recently Jupiter Medical, where their $7.5
million donation will help estai:Jfi.sh a pediatric unit in February, 2016; and
WHEREAS, in 2015 liia;-bara 's charitable work earned her the Bob Jones Award which is the highest
honor bestowed by the United StJtes Golf Association; and
WHEREAS, most rece?:dy Barbara and her family published a formal cookbook containing more than
300 of their favorite tried-and true recipes, many of them continental classics to raise fonds for the Nicklaus
Children's Health Care Foundufi.on.
NOW, THEREFORE, l Eric Jab/in, by virtue of the authority vested in me as Mayor of the City of
Palm Beach Gardens, Florida, do hereby congratulate and express gratitude to Barbara Nicklaus for her
outstanding achieYements, dedication and service to our community.
Attest:
Patricia Snider, CMC, City Cle ... k
IN WITNESS WHEREOF, I have hereunto set my hand
and caused the Seal of the City of Palm Beach Gardens,
Florida, to be affixed on this 4th day of February in the year
Two Thousand and Sixteen.
Eric Jab/in, Mayor
CITY OF PALM B EACH GA RDENS
PALJf BEACH COUNTY, FL ORIDA
PROCLAMATION
WHEREAS, H Mallory Prii.ett Jr. was born on Christmas Eve in the year 1936, raised in Selma,
Alabama, and graduated from the U.'1iversity of Alabama in 1958 with a Bachelor of Science in Mechanical
Engineering; and
WHER EAS, Mallory was in~duced to golf by his father and grew up caddying at Selma Country club
maintaining a single-digit handicap fGJ" much of his life; and
WHEREAS, Mallory served lhree years in the U.S. Navy as an engineering officer on the Destroyer
U.S.S. O'Hare. He was later employef! by the Pratt & Whitney Division of United Technologies Corporation for
thirty-three years: managing enginee:-ing development of jet engines, served as President of the North Palm
Beach -Palm Beach Gardens Jaycef.S in 1967 -1968, served as a member of the North Palm Beach Village
Council.from 1969-1974, served as Mayor of North Palm Beach.from 1971 -1974, was named Palm Beach
County Engineer of the year in 1973 and retired in 1992: and
WHEREAS, in 1992, the yea. he retired, he won the PGA National Golf Club Senior Championship,
the Palm Beach Gardens City Championship, and the Palm Beach Gardens City Senior Championship; and
WHEREAS, since retiring i"l 1992, Mallory has served as Overall Volunteer Chairman for 21
professional tour events plus hundreds of local events and freely given his time as a volunteer for numerous
associations being recognized for his Jneri!orious service to golf by a volunteer; and
WHEREAS, Mallory has bee11 a member of the U.S Senior Amateur Championship Committee, a rules
official at over 30 USGA National Championships, has served as the FSGA President.from 2002-2003, and has
served on the FSGA Board of Directors for countless years; and
WHER EAS, Mallory was re.:ognized at the eight annual Junior Honda Classic at PGA National,
inducted into the FSGA Hall of Farr.e in 2010, added to the South Florida PGA Hall of Fame and was a
recipient of the FSGA Lifetime Achievi!ment Award in November 2015; and
WHER EAS, Mallory 's /eader~hip as an outstanding rules official excelled in organizing volunteers in a
very professional manner resulting in superior performance; and
WHER EAS , Mallory lived in Palm Beach County, Florida for fifty years with his wife Margaret, three
sons and ten grandchildren.
N O W, THER EFORE, I, Eric Jab/in, by virtue of the authority vested in me as Mayor of the City of
Palm Beach Gardens, Florida, do hereby honor and express gratitude for H Mallory Pruitt's outstanding
achievements, dedication and service JO our community.
Attest:
Patricia Snider, CMC, City Clerk
IN WITNESS WHEREOF, I have hereunto set my hand and
caused the Seal of the City of Palm Beach Gardens, Florida,
to be affixed on this 4th day of February in the year Two
Thousand and Sixteen.
Eric Jab/in, Mayor
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, Tory Stephen Bueldey was born on November 21, 1948 in Sandusky, Ohio, graduated from
high school in Avon Lake, Ohio, received his Bachelor of Arts Degree from Florida Atlantic University and
served in the United States Army; and
WHEREAS, Tory was an active member of the Palm Beach Gardens community serving as the past
President of the Palm Beach Garaens Youth Athletic Association, Chairman of the Parks & Recreation
Advisory Board as well as being on n:.tmerous city boards and committees since 1998; and
WHEREAS, Tory 's passion to serve his community and the youth of the area was ever his first
intention, and through his work on many committees, ad hoc groups, and active boards the Palm Beach
Gardens Parks and Recreation faci/it;es and services are some of the finest in South Florida; and
WHEREAS, Tory was the found£r and President of the Amanda J. Buckley Give a Smile to a Child
Foundation for the last 7 years sinct: the tragic passing of his daughter, a Palm Beach Gardens High School
athlete and scholar; and
WHEREAS, the Amanda J. Buckley Give a Smile to a Child Foundation helps families facing hardship
and supports young girls striving to achieve their potential providing meals for the homeless, clothing for
babies, classroom supplies for children and annual scholarships to girls who have demonstrated their desire to
be leaders both on and off the playingfield; and
WHEREAS, the Foundation's contributions to the Palm Beach Gardens Police and Fire Department's
Holiday Joy Drives have touched the ,ives of thousands of families; and
WHEREAS, a key achievemEnt is the "Field of Dreams " Memorial Stadium and training facility in
Palm Beach Gardens, which provides a safe and nurturing environment for sports activities; and
WHEREAS, Tory Buckley wiN be remembered as a man of conviction who was devoted to the causes he
believed in. He will be missed by mar.y and our community has lost a great friend.
NOW, THEREFORE, I, Eric Jab/in, by virtue of the authority vested in me as Mayor of the City of
Palm Beach Gardens, Florida, do hereby honor and express gratitude for Tory Buckley 's outstanding
achievements, dedication and service ~o the City of Palm Beach Gardens.
Attest:
Patricia Snider, CMC, City Clerk
IN WITNESS WHEREOF, I have hereunto set my
hand and caused the Seal of the City of Palm Beach
Gardens, Florida, to be affixed on this 4th day of
February in the year Two Thousand and Sixteen.
Eric Jab/in, Mayor
CITY OF PALM BEACH GARDENS
CITY COUNCIL
Agenda Cover Memorandum
Meeting Date: February 4, 2016
Ordinance 2, 2016
Subject/Agenda Item: Second Reading and Adoption. An amendment to the Fiscal Year
2015/16 budget to adjust fund balance carryovers to actual amounts; re-appropriate
amounts committed from the FY 2014/2015 budget for outstanding purchase orders and
open projects; and for other purposes.
[X] Recommendation to APPROVE
[ ] Recommendation to DENY
Reviewed by: Originating Dept.: Costs:$ Council Action:
Finance 0
(Total}
!lL2 ] Approved
] Approved w/
Allan Owens $ 0 Conditions
Finance Administrator Current FY
] Denied
Advertised: Funding Source:
] Continued to:
Date: January 20, 2016 [ ] Operating Attachments:
Paper: Palm Beach Post [ ] Other • Ordinance 2, 2016
-Exhibit "1"
[ ] Not Required
Contract/Agreement:
Effective Date:
Submitted by: N/A
Department Director Expiration Date: dL}_ N/A
Allan Owens
Affected parties Budget Acct.#:
Approved by: [ ] Notified
City Manager [X] Not required
Meeting Date: February 4, 2016
Ordinance 2, 2016
Page 2 of 3
BACKGROUND: Section 166.241 , Florida Statutes, requires that amounts available
from taxation and other sources , including amounts carried over from prior fiscal years,
must equal total appropriations for expenditures and reserves. To ensure budgeted
expenditures do not exceed available resources, it is customary to adjust beginning fund
balances to the prior year's actual year-end amounts . This Ordinance amends the FY
2015/2016 budget by adjusting Fund Balance Carryovers to actual amounts , as detailed
in Exhibit "1".
Carry-forward of Projects and Purchase Orders
In addition , under Generally Accepted Accounting Principles, as one fiscal year comes to
a close and a new fiscal year begins, the City is required to carry forward the funds
appropriated for prior year obligations that will be paid in the new fiscal year. This
Ordinance amends the FY 2015/2016 budget for amounts reserved , committed , or
assigned from the FY 2014/2015 budget for outstanding purchase orders and
commitments as they relate to open projects that cross fiscal years, as detailed in Exhibit
"1 ". Some of the more significant projects, by fund , that are being re-appropriated include
the following :
• General Fund
Replacement Fire Station #2
Municipal Complex Enhancements
Monopole -Lake Catherine Park
Radio Consortium
• Gas Tax Fund
Bridge Refurbishment
Stormwater Master Plan
FEC Repairs & Maintenance
• Recreation Impact Fund
Golf Clubhouse Expansion
City Park Expansion-Phase Ill
• Police Impact Fund
Tactical Training Facility
• Road Impact Fund
Campus Drive Improvements
Johnson Dairy/Military Trail Light
Riverside Drive/Burns Road
• Art Impact Fund
Art in Public Places -Bus Shelters
$1,488,273
516,935
195 ,656
159,659
395,600
286,000
144,573
3,490,843
1,888,075
2 ,970,487
593, 197
400 ,420
100,000
144 ,400
• Capital Improvement Fund
Water/Road Improvements-40th/Sunset
Meeting Date: February 4, 2016
Ordinance 2, 2016
Page 3 of 3
447 ,602
In addition to the above projects, staff is also requesting a transfer of $113,091 from
reserves for the purchase of sixty-nine (69) portable radios to be used by the Community
Services Department. These radios will allow employees in the field and at other critical
locations to communicate within the department and with Police Dispatch, thereby
enhancing the overall safety and welfare of both our employees and citizens .
After all adjustments have been made, the General Fund Budget Stabilization Reserves
will total $3, 134, 110 in FY 2016, an increase of $1 ,008,598 from the originally adopted
budget, while Assigned Reserves for Infrastructure Improvements increase $2,331,335
to $2,386,909 . Unassigned General Fund Reserves are unaffected , and will remain at
$23,066, 106.
CITY COUNCIL: On January 7 , 2016, the City Council approved Ordinance 2, 2016 on
first reading by a vote of 5 to 0.
STAFF RECOMMENDATION: Staff recommends approval of Ordinance 2, 2016 as
presented on second and final reading .
1
2 ORDINANCE 2, 2016
3
4
5 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM
6 BEACH GARDENS, FLORIDA AMENDING THE CITY OF PALM
7 BEACH GARDENS' BUDGET FOR THE FISCAL YEAR BEGINNING
8 OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 2016,
9 INCLUSIVE; PROVIDING A CONFLICTS CLAUSE, A SEVERABILITY
10 CLAUSE, AND AUTHORITY TO CODIFY; PROVIDING AN
11 EFFECTIVE DATE; AND FOR OTHER PURPOSES.
12
13
14 WHEREAS, the City Council of the City of Palm Beach Gardens, Florida adopted
15 a Budget for the 2015/2016 Fiscal Year; and
16
17 WHEREAS, the City Council has determined that an amendment needs to be
18 made to the previously adopted Fiscal Year 2015/2016 Budget; and
19
20 WHEREAS, the City Council deems approval of this Ordinance to be in the best
21 interest of the health, safety, and welfare of the residents and citizens of the City of Palm
22 Beach Gardens and the public at large.
23
24
25 NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY
26 OF PALM BEACH GARDENS, FLORIDA that:
27
28 SECTION 1. The foregoing recitals are hereby affirmed and ratified .
29
30 SECTION 2. The City Council hereby amends the revenues and expenditures
31 listed in the attached Exhibit "1 " and adopts such amendments as to the Budget of the
32 City of Palm Beach Gardens for the Fiscal Year October 1, 2015, through September 30,
33 2016, inclusive.
34
35 SECTION 3. All ordinances or parts of ordinances in conflict be and the same are
36 hereby repealed .
37
38 SECTION 4. Should any section or provision of this Ordinance or any portion
39 thereof, any paragraph, sentence, or word be declared by a court of competent jurisdiction
40 to be invalid, such decision shall not .affect the validity of the remainder of this Ordinance.
41
42 SECTION 5. This Ordinance shall become effective immediately upon adoption .
43
44
45
46
Page 1 of 2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Ordinance 2 , 2016
~ PASSED this 7 day of J111Jvli'fl'I , 2016, upon first reading .
PASSED AND ADOPTED this __ day of ______ , 2016, upon second
and final reading .
CITY OF PALM BEACH GARDENS
Eric Jablin, Mayor
David Levy, Vice Mayor
Joseph R. Russo, Councilmember
Robert G. Premuroso, Councilmember
Marcie Tinsley, Councilmember
ATTEST:
Patricia Snider, CMC, City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
R. Max Lohman, City Attorney
FOR AGAINST ABSENT
\\pbgsnas\Attorney\attorney_share\ORDINANCES\2016\0rdinance 2 2016-budget amendment.docx
Page 2 of 2
O rdin an ce 2, 2016
EXHIBIT "1"
City of Palm Beach Gardens
Budget Amendment -Ordinance 2, 2016
FYE 09/30/2016
Exhibit "1"
Additional Budget Reserved for Designated for lncrease[[Decreasel
GLAccount Ex~nditure[Pro(ect Name Adjustment Encumbrances ProJects to Budget
GENERAL FUND
001.0220.512.3150 Professional Services -Other 3,200 3,200
001.0220.512.4420 Rental Equipment 15,152 $15,152
001.0220.512.4650 Maintenance Contracts 407 407
001.0250.512.4800 Community Promotion 3,025 3,025
001.0900.519.3150 Professional Services -Other 44,900 44,900
001.1000.521.4600 Repair and Maintenance 4,248 4,248
001.1000.521.5200 Materials and Supplies 18,630 9,383 28,013
001 .1000.521.6400 Equipment 6,970 6,970
001.1000.521.6420 Controlled Capital-Type Property 94,461 1,257 95,718
001.1000.521 .6900 CIP-Monopole at lake Catherine Park/MacAuthur Blvd . 195,656 195,656
001.1000.521.8120 Aid to Gov Agencies -Radio Consortium 159,659 159,659
001.1030.521.5200 Materials and Supplies 6,732 6,732
001.1030.521.5294 Uniforms and Leather Goods 819 819
001.1030.521.6400 Equipment 700 700
001.1030.521.6420 Controlled Capital-Type Property 1,495 1,495
001.1200.522.3150 Professional Services -Other 16,000 16,000
001.1200.522.6900 CIP-Replacement Fire Station #62 55,000 1,400,911 32,362 1,488,273
001.1230.522.5200 Materials and Supplies 53,529 53,529
001.1230.522.5206 Materials and Supplies-Training 4,891 4,891
001 .1400.515.3150 Professional Services -Other 19,050 19,050
001.2000.572.6900 CIP-Municipal Complex Ovic Enhancement 516,935 516,935
001.2080.519.4600 Repair and Maintenance 11,860 11,860
001.2080.519.6400 Equipment 24,906 24,906
001.3000.539.3155 Professional Services -Remediation 3,328 3,328
001.3030.539.6900 CIP -Equipment Upgrades for Energy Efficiency 16,271 16,271
001.3030.539.3150 Professional Services -Other 20,433 20,433
001.3030.539.4600 Repair and Maintenance 4,614 4,614
001.3030.539.6900 CIP-Golf Course Cart Path 2,348 2,348
001.3040.541.4420 Equipment Rental 7,000 7,000
001.3040.541.5200 Materials and Supplies 6,107 6,107
001.3040.541.6900 CIP -Allamanda Water Control Structure 98,149 98,149
001.3090.524.6900 CIP-Clty Hall Unified Services Renovations 30,000 8,520 38,520
001.0900.519.9100 Transfers Out 30,000 30,000
001.0900.519.9921 Non-spendable Reserves -Prepaid Items 7,018 7,018
001.0900.519.9928 Committed for Economic Development 364,875 364,875
001 .0900.519 .9929 Commited for Law Enforcement 197,049 197,049
001 .0900.519.9930 Assigned for Budget Stabilization 1,008,598 1,008,598
001.0900.519.9931 Assigned for Infrastructure 2,444,426 2,444,426
001.0900.519.9931 Assigned for Infrastructure (143 ,091) (143,091)
Total Increase to Exl)!!ndltures $ 4,076,966 $ 1,696,026 $ 1,034,792 $ 6,~~
GLAccount Revenues
001.381.0000 Transfer In 55,000 55,000
001.389.0000 Appropriated Fund Balance 4,021,966 1,696,026 1,034,792 6,752,784
Total Increase to Revenues $ 4,076,966 $ 1,696,026 $ 1,034,792 $ ''6,807,784
POLICE TRAINING FUND -002.1000.521.9924 Reserves -Restricted for Law Enforce (5 ,610.00) --(5 ,610.00)
Total Increase to l:JqJendltures $ (S,610.00) $ -$ -$ . (S,61D.OO]
GLAccount Revenues
002.389.0000 Appropriated Fund Balance (5,610 .00) --(5,610.00)
'fatal Increase to Revenues $ n (5,610.00) $ -' $ . $ n (5,610.00)
GLAccount
103.3000.539.4600
103.3000.539.4660
103.3000.539.6900
103.3000.539.6900
103.3000.539.6900
103.3000.539.9924
GLAccount
103.381.0000
103.389.0000
'" 104.2040.575.5200
104.2000.519.9931
GLAccount
104 .389.0000
106.2550.572.6400
106.2500.572.9920
GLAccount
106.366.0000
106.389.0000
301 .2000.572.6900
301.2000.572 .6900
301.2000.572.6900
301.2000.572.9924
GLAccount
301.389.0000
302.1000.521.6900
302.1000.521 .6900
302 .1000.521.9924
GLAccount
302.389.0000
City of Palm Beach Gardens
Budget Amendment -Ordinance 2, 2016
FYE 09/30/2016
Exhibit "1"
Additional Budget Reserved for
Expenditure/Proiect Name Adjustment Encumbrances
LOCAL OPTION GAS TAX FUND
Repair and Maintenance 14,728
FEC Repairs and Maintenance
CIP -Bridge Refurbishment 1,822
CIP • Miscellaneous Alley Roadway Improvements
CIP • Stormwater Master Plan
Reserves-Restricted for Road Repairs 199,992
Total Increase to ~nditures 16,550
Revenues
Transfer In
Appropriated Fund Balance 199,992 16,550
Total Increase to Revenues $ 199,992 $ 16,550
RECREATION PROGRAMS FUND
Material and Supplies . 4,100
Reserves· Assigned for Recreation Prog. 129,629 .
Total Increase to Expenditures $ 129,629 $ 4,100
Revenues
Appropriated Fund Balance 129,629 4,100
Total Increase to Revenues ~ ~ ... ~ ~ 4,.1.uu
GOLF COURSE FUND
Equipment 20,000.00 .
Reserves-Assigned For Other Purposes 49,495 .00 .
Total Increase to Expenditures $ 69,495.00 $ -
Revenues
Contributions and Donations From Private 20,000.00 .
Appropriated Fund Balance 49,495 .00 .
Total Increase to Revenues $ 69,495.00 $ .
RECREATION IMPACT FUND
CIP • Plant/Lilac Expansion
CIP • City Park Expansion (Phase Ill) 688.25
CIP • Golf Clubhouse Expansion 220,764.84
Reserves -Restricted for Capital lmprov. 206 ,120.00
Total Increase to Ex~nditures $ 206,120,00 $ 221,453.09
Revenues
Appropriated Fund Balance 206,120 .00 221,453.09
Total Increase to Revenues $ 206,120.00 $ 221,453.09
POLICE IMPACT FUND
CIP • Fi ber Optic Network to Landmark
CIP • Tactical Training Facility 553.00
Reserves· Restricted for Capital lmprov. (12,989 .00)
Total Increase to Elg>l!flclitures $ (12,989.00) $ 553.00
Revenues
Appropriated Fund Balance (12,989 .00) 553.00
Total Increase to Revenues $ l! (12,989.00) $ 553 .00
Designated for lncrease/(Decreasel
Projects to Budget
14,728
144,573 144,573
393,778 395,600
24,947 24,947
286,000 286,000
19 9,992
$ 849,298 $ 1,065.MQ
849,298 1,065,840
$ 849,298 $ 1,065,840
. 4,100
. 129,629
$ . $ 133.729
133,729
~ -~ ~.,~
. 20,000.00
. 49,495.00
$ . $ 69,495.00
. 20,000.00
. 49,495.00
$ . $ 69,495.00
1,145.73 1,145.73
1,887,386.29 1,888,074.54
3,270,077.84 3,490,842.68
206 ,120.00
$ 5,158,609.86 $ 5,586,182.9,~ ..
5,158,609.86 5,586,182.95
$ 5,158,609.86 $ 5,586,182.95
50,000.00 50,000.00
2,969,934.09 2,970,487.09
(12 ,989.00)
$ 3,019,934.09 $ 3,007,498..09
3,019,934.09 3,007,498.09
$ 3,019,934.09 $ 3,(I07,498.09
GLAccount
303.1200.522.9100
303.1200.522.9924
GLAccount
303 .389.0000
304.1400.515 .4600
304.1400.515.6900
304.1400.515.9924
GLAccount
304.389.0000
305.0900.541.3150
305.0900.541 .6899
305.0900.541.6900
305.0900.541.6900
305.0900.541.9924
GLAccount
305.389.0000
311.0900.519.6900
311.0900.519 .9924
GLAccount
311.381.000
311.389.0000
,-
505.0950.519.9920
505.0950.519.9921
GLAccount
505.389.0000
501.3020.539.4640
501.3020.539.6900
501.3020.539.9920
501.3020.539.9921
GLAccount
501 .389.0000
City of Palm Beach Gardens
Budget Amendment -Ordinance 2, 2016
FYE 09/30/2016
Exhibit "1"
Additional Budget Reserved for
Expenditure/Profect Name Adjustment Encumbrances
FIRE IMPACT FUND
CI P-Transfer Out 55,000.00
Reserves -Restricted for Capital lmprov. (7,292.00)
Total Increase to Expenditures $ 47,708.00 $ -
Revenues
Appropriated Fund Balance 47,708 .00 -
Total Increase to Revenues $ 47,708.00 $ -
ART IMPACT FUND
Repair and Maintenance
Art In Public Places-Bus Shelters Design 94,160.00
Reserves -Restricted for Capital Im prov. (45 ,068 .00)
Total Increase to ExJ>!!nditures $ 145,068.00) $ 94,160.00
Revenues
Appropriated Fund Balance (45 ,068 .00) 94 ,160 .00
Total Increase to Revenues $ (45,068.00) $ 94,160.00
ROAD IMPACT FUND
Professional Services -Other 2,931.76
CIP -Johnson Dairy/ Military Trail 40,050.00
CIP -Riverside Drive/Burns Road
CIP -Campus Drive Improvements 5,625.00
Reserves -Restricted for Capital lmprov. 4,439.00
Total Increase to Expenditures $ 4,439.00 $ 48,606.76
Revenues
Appropriated Fund Balance 4,439 .00 48,606.76
Total Increase to Revenues $ 4,439.00 $ 48,606.76
CAPITAL IMPROVEMENT AND REPlACEMENT FUND
NAIP-40th/Sunset/Brenna Improvements 30,000.00 226,796.69
Reserves -Restricted for Capital Improvements 29 ,041.00 -
Total Increase to Ex~nditures $ 59,041.00 $ 226,796.69
Revenues
Transfer In 30,000.00 -
Appropriated Fund Balance 29,041.00 226,796.69
Total Increase to Revenues $ 59,041.00 $ 226,796.69
SELF-INSURANCE FUND
Unrestricted Reserves 34,265.00 -
Restricted Reserves 33,030.00 -
Total Increase to ~nditures $ 67295,00 $ -
Revenues
Appropriated Fund Balance 67 ,295 .00 -
Total Increase to Revenues $ 67,295.00 $ -
FLEET MAINTENANCE FUND
Outside Vehicle Repair 1,507.39
Equipment -Vehicles 19,592.00
Unrestricted Reserves 166,530.00 -
Restricted Reserves 1,282,043.00 -
TotaUncrease to Ex.,.,nditures S 1,448,573.00 s 21,099.39
Revenues
Appropriated Fund Balance 1,448,573.00 21,099 .39
Total Increase to Revenues $ 1,448,573.00 $ 21,099.39
Designated for lncrease/fDecreasel
Projects to Budget
55,000.00
(7,292.00)
s -$ 47,708.00
-47,708.00
$ -$ 47,708.00
56,768.94 56,768.94
50,240.40 144,400.40
(45,068.00)
$ 107,009.34 $ 156,101.34
107,009.34 156,101.34
$ 107,009.34 $ 156,10L34
2,931.76
360,369.59 400,419.59
100,000.00 100,000.00
587,571.68 593,196.68
4,439.00
$ 1,047,941.27 $ 1,100~.03
1,047,941 .27 1,100,987.03
$ 1,047 ,941.27 $ 1,100,987.03
190,805.39 447,602.08
-29 ,041.00
$ 190,805.39 $ 476,643.08
-30,000.00
190,805.39 446,643.08
$ 190,805.39 $ 476,643.08
-34,265.00
-33 ,030.00
$ -$ 67,295.00
-67,295 .00
$ -$ 67,295.00
-1,507.39
-19,592.00
-166,530.00
-1,282,043.00
$ -$ 1,469,672.39
-1,469,672.39
$ -$ 1,469,672.39
Grand Total All Funds $ 6,245,590.96 $ 2,329,345.04 $ 11,408,389. 79 $ 19,983,325.79
CITY OF PALM BEACH GARDENS
CITY COUNCIL
Agenda Cover Memorandum
Meeting Date: February 4, 2016
Resolution 7, 2016
Subject/Agenda Item:
Mirasol Club and Association Miscellaneous Amendment
Public Hearing and Consideration for Approval: A request from Mirasol Club and
Association for a Miscellaneous Amendment to approve two (2) waivers for the installation
of a 50-foot-tall flagpole and an 8-foot by 12-foot flag with an area of 96 square feet to be
located on the golf course behind the Mirasol Clubhouse. The Mirasol Planned
Community Development (PCD) is located at the northwest corner of PGA Boulevard and
the Florida Turnpike .
[X] Recommendation to APPROVE
[ ] Recommendation to DENY
Development Compliance
and Zoning Manager
Originating Dept.:
Planning & Zon ing :
Project Manager
CJ<
Erin Kelley
Planner
[X] Quasi -Jud icial
[ J Legislative
[X] Public Hearing
..--~~~~~~~
Advertised:
[X] Required
[ ] Not Requ ired
Date : 1/20/2016
Paper: Palm Beach
Post
ed parties:
] Notified
[X] Not Required
Finance:
Accountant
5,l~,~
Tresha Thomas
Fees Paid: N/A
Funding Source:
[ ] Operating
[X] Other N/A
Budget Acct.#: N/A
Contract/ Agreement:
Effective Date:
N/A
Expi ration Date:
N/A
Council Action:
] Approved
] Approved w/
Conditions
] Denied
] Continued to:
Attachments:
• Development
Application
• Location Map
• Resolution 7 , 2016
EXECUTIVE SUMMARY
Meeting Date: February 4 , 2016
Resolution 7, 20 16
Page 2 of 5
The subject petition is a request for the approval of two (2) waivers from City Code Section
78-287(c) to allow the installation of a 50-foot-tall flagpole and an 8-foot by 12-foot flag
with an area of 96 square feet to be located on the Mirasol Planned Community
Development (PCD) golf course, approximately 250 feet north of the Mirasol Clubhouse.
The flagpole and flag were originally approved as part of the 2003 Honda Classic Golf
Tournament. The Mirasol Club and Association is requesting approval to install the
flagpole and flag in approximately the same location on a permanent basis. Staff is
recommending approval.
BACKGROUND
On October 15, 1998, the City Council approved Ordinance 21 , 1998, which rezoned
approximately 2,305 acres of land to allow the original "Golf Digest" PCD , now known as
the Mirasol PCD , which consists of 2, 145 dwelling units, three (3) golf courses , clubhouse ,
training and support facilities, 105,000 square feet of office use, 15,000 square feet of
commercial use , 10 ,000 square feet of community facility use, and 5,000 square feet of
sales center use.
On May 18, 2000, the City Council approved Ordinance 8, 2000, which approved
modifications to the Master Plan , amendments to the parkway cross-sections, revisions
to the conditions of approval , and related changes to other plans and illustrations.
On August 2, 2001 , the City Council approved Ordinance 18, 2001 , which approved an
amendment to the PCD Master Plan to reconfigure the 'golf course and residential parcels .
On September 18, 2002, the City Council approved Ord inance 14, 2002 , which amended
conditions of approval and the Master Plan to reflect a lake reconfiguration .
On May 7 , 2015, the City Council approved Ordinance 6, 2015 and Resolution 16 , 2015,
which amended the Mirasol PCD Master Plan to accommodate an expansion to the
Mirasol Clubhouse.
(The remainder of this page intentionally left blank)
I
I
_ _J
LAND USE AND ZONING
Meeting Date: February 4, 2016
Resolution 7 , 2016
Page 3 of 5
The land-use designation of the Mirasol PCD , as shown on the City's Future Land Use
Map, is Residential Low (RL). The zoning designation is a Planned Unit Development
(PCD) overlay with underlying zoning designed for Residential Low-3. The zoning and
land-use designations of the adjacent properties are as follows:
Planned Community
Mirasol PCD Development (PCD)/ Residential Low Density
Residential Low-3 (RL-3) (RL)
North
Conservation Conservation (CONS) Conservation (CONS)
Eastpointe Country Club
Residential Estates (RE) Residential Low-2 (RL-2) Palm Beach Count
East
Mirasol Walk General Commercial (CG-1) Commercial (C)
Florida Turnpike N/A N/A
Residential Medium
Old Palm PCD/RL-3 (RM)/Residential High
(RH)
Westwood Gardens RM RM
South
PGA Boulevard N/A NIA
PGA National PCD PCD Golf (G)/RL/RM/RH
West
Conservation Area CONS CONS
PROJECT DETAILS
Site Details
The Mirasol Golf Course consists of 144.60 acres and is integrated throughout the Mirasol
PCD . The location where the flagpole and flag are proposed to be re -installed consists of
golf course green space in between the practice driving range and putting green and the
Mirasol Clubhouse to the south .
Subiect Request
Meeting Date: February 4, 2016
Resolution 7, 2016
Page 4 of 5
The Applicant is requesting approval to install a 50-foot-tall flagpole and an 8-foot by 12-
foot flag at 96 square feet on the Mirasol Golf Course approximately 250 feet north of the
clubhouse. The proposed flagpole height of 50 feet exceeds the City's Code requirement
of 25 feet, and the proposed flag size and area of 8 feet by 12 feet and 96 square feet
exceeds the City's Code size and area requirement of 5 feet by 8 feet and 40 square feet.
The Applicant is requesting two (2) waivers. Please see the waiver section below.
Waiver Request
The Applicant is requesting two (2) waivers.
S.'·~-----.' .... _-. ,, .... ---~~ .'"·r~;!i··: •... /·~-·~= ... •-: .···-, .. J ... ~L .. -~. -·', . · s1aw ··.: · · Code Section .· · :·. '. · 'Requirerrie.nt . . : (P.roposed Waiver _. _ .Suppor,t.; ~ , • <• _,· ':_ -, '> • • t ~ }l,...t~ Ji....-.i. ~ (r. ,/~,._l\_f: •-' . ., -a '-"\.",-J ~IJ:'f ..... ~,.)I, •: , -
Section 78-287 (c}, 25 feet maximum height for 50 feet 25 feet Approval Flags flagpoles
5 feet by 8 feet maximum 8 feet by 3 feet by 4 Section 78-287 (c}, flag dimension I 12 feet/ 96 feet/ 56 Approval Flags 40 square feet maximum square feet square feet flag area
1. The Applicant is requesting a waiver from City Code Section 78-287(c), Flags, which
allows a maximum flagpole height of 25 feet. The Applicant is proposing a flagpole
with a maximum height of 50 feet. Staff supports the Applicant's proposed waiver
request. The flagpole is located more than 550 feet from the nearest residential lot. In
addition, the flagpole's 50-foot height will be consistent with the recently approved
Mirasol Clubhouse renovation height of 50 feet (Resolution 16, 2015), and therefore
will look proportionately scaled to the facility. The flagpole is setback more than three
(3) times its height to the nearest golf course property line. Staff recommends
approval.
2. The Applicant is requesting a waiver from City Code Section 78-287(c), Flags, which
allows a maximum flag dimension of 5 feet by 8 feet and a maximum flag area of 40
square feet. The Applicant is proposing a flag with a dimension of 8 feet by 12 feet
and an area of 96 square feet. Staff supports the Applicant's proposed waiver request.
The flag's size and area will look proportionately scaled to the proposed flagpole
height and the recently approved Mirasol Clubhouse renovation height of 50 feet
(Resolution 16, 2015). Staff recommends approval.
STAFF ANALYSIS
Meeting Date: February 4, 2016
Resolut ion 7, 2016
Page 5 of 5
Staff recommends approval of the Applicant's request. The original flagpole and flag was
installed when the Mirasol Club and Association hosted the Honda Classic Golf
Tournament in 2003. The flagpole and flag will be installed in approximately the same
location where it previously stood with the intent to create a permanent landmark. The
flagpole and flag's proposed location is located more than 550 feet from the nearest
residential lot and will not impact the Mirasol residences.
PLANNING, ZONING, AND APPEALS BOARD (PZAB)
On December 8, 2015, the PZAB recommended approval of the subject petition to the
City Council by a vote of 7 to 0.
STAFF RECOMMENDATION
Staff recommends APPROVAL of Resolution 7, 2016 as presented .
CITY OF PALM BEACH GARDENS
DEVELOPMENT APPLICATION M\~e.-1~-, 1-oooU&
1"3ll2. i~o
Planning and Zoning Department
CITY OF PALM BEACH GARDENS
10500 North Military Trail
Palm Beach Gardens, FL 33410
(561) 799-4243 Fax (561) 799-4281
Request:
1Planned Community Development (PCD)
1Planned Unit Development (PUD)
r Amendment to PCD, PUD or Site Plan
I Conditional Use
I Amendment to the Comprehensive Plan
r Administrative Approval
r Administrative Appeal
Project Name: Mirasol -Golf Course Flag Pole
Owner: Mirasol Club and Association
[" Annexation
1Rezoning
CSite Plan Review
rconcurrency Certificate
C'Time Extension
r'Miscellaneous
rother I \/JI\\ \lef<.
-------H--·--·---
Date Submitted: [ ___ ~ ___ J
Applicant (if notOwner): ----------------------
Applicant's Address:11600 Mirasol Wav, PBG FL 33418 TelephoneNo.561.776-4949
Contact Person: ....aaD;..;.e=bo=ra=ha..;.R=o=ss'-------E-Mail: dross@mirasolcc,com
Agent's Mailing Address: ---......... ------------------
Agent's TelephoneNumber: ---------------------
FOR OFFICE USE ONLY
Petition Number: _____ _ Date & Time Received: _____ _
Fees Received
Application $
Receipt Number: _______ _
Architect:
Planner:
Landscape Architect: --------------------------
Site Information: Note: Petitioner shall submit electronic digital files of
approved projects. See attachment for details.
G I L . North of the existing Mirasol Clubhouse enera ocat1on:
Add 11836 Mirasol Way ress:
Section: Township: Range: -------------~
P C IN b ( ) 52-42-41-32-02-007-0000
roperty ontro um er s: -----------------------
Acreage: Current Zoning: RequestedZoning: -----------------
Flood Zone _____ Base Flood Elevation (BFE) -to be indicated on site plan __ _
Current Comprehensive Plan Land Use Designation:
. . Golf Course Existing Land Use:
--------------~
Same Requested Land Use: --------------------
P d U ( ) • h 1 . 1 f .1 .d Golf Course ropose se s 1.e. ote , smg e am, y res, ence,etc.: -----
Proposed Square Footageby Use: ----------------------
ProposedNumberandType of Dwelling Unit(s) i.e. single family, multifamily, etc. (if applicable):
2
Justification
Information concerning all requests (attach additional sheets if needed.)
{ Section 78-46, Application Procedures, Land Development Regulations.}
I. Explain the nature of the request: We would like to request to re-install a 50' flagpole in its original
position. The existing flag pole was taken down due to Golf Course renovation and a new one was ordered
due to corrosion. We would like to re-install a 50' flagpole since it is a Mirasol landmark on the Golf Course.
The flagpole is not located next to any residential communities. It can be seen from the Golf Course and
also our existing Clubhouse. The main view from our upstairs Dining Room will include the landmark flagpole.
,H€ NN,. t-\ae;rrf 0t= Tti6 'RfT\O'/f'qoCJ CL()8r:Jl5U se_ INt U-186
8:) IO 11 u..G u..A u.... 26 ~ I 11.6-M lED LMOS~ L.iSitr Pz9-Z. JtiE
;.,-o..r-PQL:EN'"° r-Jl61IT. -rHF, l..Mr:E'"P'JPJnb;:J:$ ~tsnfl6-Mo °"1 ffi 2.1v'ltat'w11l be the impact of the proposeachange on 1ne surrounillng area? Effi;'l ~ Ttt6
None. ~f'rbJV$;.
3. Describe how the rezoning request complies with the City's Vision Plan and the following elements
of the City's Comprehensive Plan -Future Land Use, Transportation, Housing, Infrastructure,
Coastal Management, Conservations, Recreation and Open space, Intergovernmental Coordination
and Capital Improvement.
NIA.
3
4. How does the proposed project comply with City requirements for preservation of natural
resources and native vegetation (Section 78-301, Land Development Regulations)?
N/A.
5. How will the proposed project comply with City requirements for Art in Public Places (Chapter
78-261, Land Development Regulations)?
N/A.
6. Has project received concurrency certification?
N/A.
Date Receivcd4 ____ . _______ . _____ ·--·· _·
Legal Description of the Subject Property
(Attach additional sheets if needed)
Or see attached deed for legal description.
Location
The subject property is located approximately _1·_s __ mile(s) from theintersectionof Mirasol Way
_M_ir_as_o_1 _B_ou_1e_v_a_rd ______ , on the! LI northQeast,OsouthLlwest side of the existing
Clubhouse (street/road). ----------------~
4
•(
Statementof Ownership and Designatiomf AuthorizedAg81t
Before me, the undersigned authority, personally appeared Tobi D'Andrea
who, being by me first duly sworn, on oath deposed and says : ~-~-~-----~
1. That he/she is the fee simple title owner of the property described in the attached
Legal Description.
2. That he/she is requesting in the
City of Palm Beach Gardens, Florida.
3. That he/she has appointed _M_a_tt_L_a_m_b_ert ______________ to act
as authorized agent on his/her behalf to accomplish the above project.
Signatureof Owner
11600 Mirasol Way
Street Address
P. 0. Box
TelephoneNumber
mlambert@mirasolcc.com
E-mail Address
Sworn and subscribed before me this
My Commission expires:
President -Mirasol Club and Association, Inc .
By: Name/Title
Palm Beach Gardens, FL 33418
City, State, Zip Code
City, State, Zip Code
Fax Number
2'0/S
Applicant's Certification
I/We affirm and certify that I/we understand and will comply with the land development regulations of
the City of Palm Beach Gardens, Florida. I We further certify that the statements or diagrams made on
any paper or plans submitted here with are true to the best of my/our knowledge and belief. Further,
I/we understand that this application, attachments, and application filing fees become a part of the
official records of the City of Palm Beach Gardens, Florida, and are not returnable.
Applicant is:
17 Owner
r Optionee
r Lessee
r Agent
r Contract Purchaser
,fat c£lt~
Signatureof Applicant
Tobi D'Andrea
Print Name of Applicant
11600 Mirasol Way
Street Address
City, State, Zip Code
Palm Beach Gardens, FL 33418
TelephoneNumber
561.776.4949
Fax Number
mlambert@mirasolcc.com
E-Mail Address
6
Palm Beach Gardens Planning and Zoning Department
10500 North Miiitary Trail, Palm Beach Gardens, FL 33410
561-799-4230
Financial Responsibility Form
The owner understands that all City-Incurred professional fees and expenses associated with the
processing of this application request are ultimately the responsiblllty of the owner. A security
deposit shall be deposited in an interest-bearing account with any accrued interest to be retained by the
City of Palm Beach Gardens .
The owner and/or designee shall be invoiced on a monthly basis for professional fees such as. but not
limited to, consultant engineering services, legal services, advertising costs, and/or any other costs
attributable to the processing of the permit for which the City incurred during the previous month . The
owner and/or designee shall reimburse the City within thirty (30) days from date of invoice. If payment is
not received, the City may utilize the security deposit for re-imbursement purposes. All activities related
to the pending permit(s) will cease until any outstanding invoices are paid.
The owner/deslgnee further understands that transfer of this responsibility shall require a
completed form, signed and notarized by the responsible party, and delivered to the City Planning
and Zoning Department if the name and/or address of the responslble party changes at anytime
during he appli 'gm review process.
Tobi D'Andrea
Owner printed name
DESIGNEE/BILL TO:
Mirasol Club and Association Attn: Matt Lambert
11600 Mirasol Way
Palm Beach Gardens , FL 33418
I 0/2(() { IS
Date
52-42-41-32-02-007-0000
Property Control Number
oestg,Je Acceptance Signature
NOTARY ACKNOWLEDGEMENT
STATEOF t=we,o~
COUNTY OF f'~ ~
I hereby certify that the foregoing instrument was acknowledged before me this~ da of
~f!;Z. , 2d~. by MrctT (}Yl\i!!,~ . He or she · personally known
~ as identification.
Notary public signature
~ Po$~
Printed name
State of fl..(5YZ,t~ at-large My Commission expires: ------
.... ,,"""'''' l'\CIM'\nau ROSS •'ti '• U"'1UrVV1 f.: :•\ l.f'f COMMISSION t EE~ ~. ti EXPIRES: February 15, 2017 '·iilf..~·· ·· Bonded Tivu Nu)' Pub&: Uncr-tbn
Location Map
1 RESOLUTION 7, 2016
2
3
4 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM
5 BEACH GARDENS, FLORIDA APPROVING A MISCELLANEOUS
6 AMENDMENT TO ALLOW THE INSTALLATION OF A 50-FOOT-
7 TALL FLAGPOLE AND AN 8-FOOT BY 12-FOOT FLAG WITH AN
8 AREA OF 96 SQUARE FEET TO BE LOCATED NORTH OF THE
9 MIRASOL CLUBHOUSE FACILITY. THE MIRASOL CLUBHOUSE
10 PARCEL IS A 27.27-ACRE PARCEL LOCATED AT THE
11 INTERSECTION OF MIRASOL WAY AND MIRASOL BOULEVARD,
12 AS MORE PARTICULARLY DESCRIBED HEREIN; PROVIDING
13 CONDITIONS OF APPROVAL; PROVIDING WAIVERS; PROVIDING
14 AN EFFECTIVE DATE; AND FOR OTHER PURPOSES.
15
16
17 WHEREAS, the City Council, as the governing body of the City of Palm Beach
18 Gardens, Florida, pursuant to the authority in Chapter 163 and Chapter 166, Florida
19 Statutes, and the City's Land Development Regulations (LOR), is authorized and
20 empowered to consider petitions related to zoning and land development orders; and
21
22 WHEREAS, the City Council adopted Ordinance 21, 1998, which approved the
23 rezoning of lands located between PGA Boulevard and Hood Road, west of Florida's
24 Turnpike, known as "Golf Digest", to Planned Community District ("PCD"); and
25
26 WHEREAS, the City Council adopted Ordinance 8, 2000, which approved an
27 amendment to the Golf Digest PCD to allow modifications to the PCD Master Plan ,
28 amendments to the parkway cross-sections, revisions to the conditions of approval , and
29 related changes to other plans and illustrations ; and
30
31 WHEREAS, the City Council adopted Ordinance 18, 2001 , which approved an
32 amendment to the PCD Master Plan to reconfigure the golf course and residential
33 parcels ; and
34
35 WHEREAS, the City Council adopted Ordinance 14, 2002 , which approved an
36 amendment to the PCD Master Plan to reflect a lake reconfiguration and revised
37 conditions of approval; and
38
39 WHEREAS, the City Council adopted Ordinance 6, 2015, which approved an
40 amendment to the PCD Master Plan to update the tabular data related to the Mirasol
41 Clubhouse expansion; and
42
43 WHEREAS, the City Council adopted Resolution 16, 2015, which approved a
44 Site Plan Amendment to allow an expansion of the Mirasol Clubhouse and to provide
45 additional parking spaces at the southwest Maintenance Facility; and
46
Page 1 of 4
Resolution 7, 2016
1 WHEREAS, the subject site has a Planned Community Development (PCD)
2 Overlay with an underlying Residential Low-3 (RL-3) zoning designation and has the
3 land-use designation Residential Low (RL); and
4
5 WHEREAS, the Planning and Zoning Department has reviewed the application,
6 has determined that it is sufficient and consistent with the City's Comprehensive Plan
7 and Land Development Regulations, and has recommended approval; and
8
9 WHEREAS, the Planning, Zoning, and Appeals Board reviewed the petition at its
10 December 8, 2015, meeting and recommended approval of the subject petition (MISC-
11 MISC-15-11-000116) by a vote of 7 to O; and
12
13 WHEREAS, the City Council has considered the evidence and testimony
14 presented by the Applicant and other interested parties and the recommendations of the
15 various City of Palm Beach Gardens reviewing agencies and staff; and
16
17 WHEREAS, the City Council deems approval of this Resolution to be in the best
18 interests of the health, safety, and welfare of the residents and citizens of the City of
19 Palm Beach Gardens and the public at large .
20
21
22 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
23 OF PALM BEACH GARDENS, FLORIDA that:
24
25 SECTION 1. The foregoing recitals are hereby affirmed and ratified .
26
27 SECTION 2. The application is hereby APPROVED for the installation of a 50-
28 foot-tall flagpole and an 8-foot by 12-foot flag in its proposed location on the Mirasol
29 Golf Course, subject to the conditions of approval contained herein, which are in
30 addition to the general requirements otherwise provided by resolution for real property
31 described as follows:
32
33 LEGAL DESCRIPTION:
34
35 MIRASOL PLAT FIVE, PART OF THE GOLF DIGEST P.C.D., BEING IN SECTIONS 32
36 AND 33, TOWNSHIP 41 SOUTH, RANGE 42 EAST, AS RECORDED IN PLAT BOOK 98,
37 PAGES 73 THROUGH 91 OF THE PUBLIC RECORDS OF PALM BEACH COUNTY,
38 FLORIDA.
39
40 SECTION 3. The City Council of the City of Palm Beach Gardens, Florida hereby
41 APPROVES the following waivers:
42
43 1. Section 78-287(c), Flags, to allow a waiver to exceed the maximum
44 permitted flagpole height of 25 feet for the installation of a 50-foot flagpole at
45 the Mirasol Clubhouse and Golf Course .
46
Page 2 of 4
Resolution 7 , 2016
1 2 . Section 78-287(c), Flags, to allow a waiver to exceed the maximum
2 permitted flag size of 5 feet by 8 feet with an area of 40 square feet for the
3 installation of a flag of 8 feet by 12 feet with an area of 96 square feet at the
4 Mirasol Clubhouse and Golf Course.
5
6 SECTION 4. All conditions from the development orders related to this project
7 remain in full force and effect.
8
9 SECTION 5. This approval is subject to the following conditions, which shall be
10 the responsibility of and binding upon the Applicant, its successors, or assigns.
11
12 1. Prior to the issuance of a Certificate of Completion, an inspection from
13 Development Compliance is required . (Development Compliance)
14
15 2 . The construction , operation , and/or maintenance of any elements of the
16 subject project shall not have any negative impacts on the existing drainage
17 of surrounding areas. (Engineering)
18
19 SECTION 6. This petition is approved subject to strict compliance with the
20 Exhibits listed below , which are attached hereto and made a part hereof as Exhibit "A":
21
22 1. Mirasol Flagpole Previous Location , Exhibit 1, prepared by Mirasol Club and
23 Associates, dated November 2, 2015.
24
25 2 . Mirasol Flagpole Proposed Location, Exhibit 2, Page 1, prepared by Mirasol
26 Club and Associates, dated November 2, 2015.
27
28 3. Mirasol Flagpole Proposed Location, Exhibit 2, Page 2 , prepared by Mirasol
29 Club and Associates, dated November 2, 2015.
30
31 4. Mirasol Flagpole Proposed Location , Exhibit 2, Page 3, prepared by Mirasol
32 Club and Associates, dated November 2, 2015.
33
34 5. Mirasol Proposed Flag , Exhibit 3, Page 1, prepared by Mirasol Club and
35 Associates, dated January 6, 2016.
36
37 SECTION 7. All representations made by the Applicant or the Applicant's agent
38 at any public hearing regarding this application are specifically incorporated herein , and
39 this approval is granted subject to same.
40
41 SECTION 8. This Resolution shall become effective immediately upon adoption .
42
43
44
45
46
Page 3 of 4
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
Resolution 7 , 2016
PASSED AND ADOPTED this __ day of _______ , 2016.
CITY OF PALM BEACH GARDENS, FLORIDA
BY: --------------~ Eric Jablin , Mayor
ATTEST:
BY: ------------Patricia Snider, CMG , City Clerk
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
BY: -------------R. Max Lohman , City Attorney
VOTE: AYE NAY ABSENT
MAYORJABLIN
VICE MAYOR LEVY
COUNCILMEMBER RUSSO
COUNCILMEMBER PREMUROSO
COUNCILMEMBER TINSLEY
\\pbgsnas\Attorney\attorney _s hare\RESOLUTIONS\2016\Resolution 7 201 6-Flagpole at M iraso l.docx
Page 4 of 4
Resolution 7 , 2016
EXHIBIT "A"
z
~l u
0 .....
V)
:::,
0 > UJ a::
Q.
I
T""I
~
iii -J: x
UJ
ED LOCATION EXHIBIT 2 -PROPOS -
Page:1
Date: 11/02/20~5 I Club and Association
Prepared By: M1raso --.. -~--. , . . I " f •
1rcrs0i
PROPOSED LOCATION EXHIBIT 2--
Page:2
Date: 11/02/2015 I b and Association ed By. Mirasol C u Pre par ·
1risol
z
0
5
0
..I
c
LIJ v,
0
0..
0 er:::
0..
I
N
t: cc t
J: x
LIJ
c:
0 .:. ns 'u
0
Ill
~
-0 c:
(IS
.a
j
'O
0
Ill
&.n ~ s~ N ....... .. ~~
....... "C
M ::I f .... ns
Qj a, c.
g;o 1ii f a. Q a.
EXHIBIT 3 -PROPOSED FLAG
TOTAL AREA = 96 Square Feet
8'0"
12'0"
Page:1
Date: 1/6/2016
Prepared By: Mirasol Club and Association tfifol
CITY OF PALM BEACH GARDENS
COUNCIL AGENDA
February 4, 2016
7:00 P.M.
Mayor Jablin
Vice Mayor Levy
Council Mem her Russo
Council Member Premuroso -~t,sur
Council Member Tinsley
I. PLEDGE OF ALLEGIANCE
II. ROLL CALL
III. ADDITIONS, DELETIONS, MODIFICATIONS:
IV ANNOUNCEMENTS I PRESENTATIONS:
a . VETERANS CHECK PRESENTATION .
b . FLORIDA LEAGUE OF CITIES -RECOGNITION AWARDS TO MAYOR JABLIN
AND COUNCIL MEMBER RUSSO FOR THEIR YEARS OF SERVICE.
V. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS:
VI. COMMENTS FROM THE PUBLIC: {For Items Not on the Agenda, please submit
request form to the City Clerk prior to this Item)
VII. CITY MANAGER REPORT:
VIII. CONSENT AGENDA:
a. APPROVE MINUTES FROM JANUARY 6, 2016 CITY COUNCIL MEETING.
b. APPROVE MINUTES FROM JANUARY 7, 2016 CITY COUNCIL MEETING.
c. RESOLUTION 13, 2016 -UTILITY EAS EMEN T TO SEACOAST. A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH
GARDENS, FLORIDA GRANTING A UTILITY EASEMENT TO SEACOAST
UTILITY AUTHORITY FOR TH E CONSTRUCTION , OPERATION, AND
MAINTENANCE OF UNDERGROUND WATER LINES; AUTHORIZING THE
MAYOR TO EXECUTE THE EASEMENT; PROVIDING AN EFFECTIVE DATE;
AND FOR OTHER PURPOSES .
d . RESOLUTION 14, 2016 -RELEASE OF UNITY OF TITLE FOR THE CVS
PLANNED UNIT DEVELOPMENT (PUD). A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING
A RELEASE OF UNITY OF TITLE FOR THE CVS PLANNED UNIT
DEVELOPMENT (PUD); PROVIDING AN EFFECTIVE DATE; AND FOR
OTHER PURPOSES.
e. PURCHASE AWARD -ITB2016-056PS, COMPREHENSIVE GENERATOR
MAINTENANCE SERVICE.
f. PROCLAMATION-NATIONAL ENGINEERS WEEK.
g. PROCLAMATION-WEAR RED FOR WOMEN DAY. (FEBRUARY 5, 2016)
h. PROCLAMATION -RECOGNITION OF TOM DERITA -BIG HEART BRIGADE.
i. PROCLAMATION -RECOGNITION OF BARBARA NICKLAUS -NICKLAUS
CHILDREN'S HEAL TH CARE FOUNDATION.
j. PROCLAMATION -IN MEMORY OF H. MALLORY PRIVEIT, JR.,
VOLUNTEER CHAIRMAN OF THE HONDA CLASSIC FROM 2006-2012.
k. PROCLAMATION -IN MEMORY OF TORY BUCKLEY -FOR YEARS OF
DEDICATED SERVICE AND CONTRIBUTIONS TO THE YOUTH OF PALM
BEACH GARDENS.
IX. PUBLIC HEARINGS: <* Designates Quasi-Judicial Hearing)
a .
b.
ORDINANCE 2 , 2016 -(2nd READING AND ADOPTION) BUDGET
AMENDMENT FOR FISCAL YEAR 2015. AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING
THE CITY OF PALM BEACH GARDENS' BUDGET FOR THE FISCAL YEAR
BEGINNING OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 2016,
INCLUSIVE; PROVIDING A CONFLICTS CLAUSE , A SEVERABILITY CLAUSE,
AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND FOR
OTHER PURPOSES.
*RESOLUTION 7 , 2016 -MISCELLANEOUS MIRASOL PCD AMENDMENT. A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH
GARDENS, FLORIDA APPROVING A MISCELLANEOUS AMENDMENT TO
ALLOW THE INSTALLATION OF A 50-FOOT-TALL FLAGPOLE AND AN 8-
FOOT BY 12-FOOT FLAG WITH AN AREA OF 96 SQUARE FEET TO BE
LOCATED NORTH OF THE MIRASOL CLUBHOUSE FACILITY. THE MIRASOL
CLUBHOUSE PARCEL IS A 27.27-ACRE PARCEL LOCATED A T THE
INTERSECTION OF MIRASOL WAY AND MIRASOL BOULEVARD, AS MORE
PARTICULARLY DESCRIBED HEREIN; PROVIDING CONDITIONS OF
APPROVAL; PROVIDING WAIVERS; PROVIDING AN EFFECTIVE DATE; AND
FOR OTHER PURPOSES.
X. RESOLUTIONS:
XI. ITEMS FOR COUNCIL ACTION/DISCUSSION:
XII. CITY ATTORNEY REPORT:
XIII. ADJOURNMENT
PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal
any decision made by the City Council with respect to any matter considered at this public
hearing, such interested persons will need a record of the proceedings and may need to ensure
that a verbatim record is made, including the testimony and evidence upon which the appeal is
to be based.
In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes,
persons with disabilities needing special accommodations in order to participate in this
proceeding are entitled to the provision of certain assistance at no cost. Please call the City
Clerk's Office at 561-799-4122 no later than 5 days prior to the hearing if this assistance is
required. For hearing impaired assistance, please call the Florida Relay Service Numbers:
800-955-8771 (TDD) or 800-955-8770 (VOICE).
NOTE:
All presentation materials must be received by
the City Clerk prior to the presentation to the Council.
CITY OF PALM BEACH GARDENS
COUNCIL AGENDA
February 4, 2016
7:00 P.M.
Mayor Jablin
Vice Mayor Levy
Council Member Russo
Council Member Premuroso ~
Council Member Tinsley
I. / PLEDGE OF ALLEGIANCE
II. /ROLL CALL
lf-0 III. /ADDITIONS, DELETIONS, MODIFICATIONS:
t{--0
IV V ANNOUNCEMENTS I PRESENTATIONS:
a . VETERANS CHECK PRESENTATION.
b. FLORIDA LEAGUE OF CITIES-RECOGNITION AWARDS TO MAYOR JABLIN
AND COUNCIL MEMBER RUSSO FOR THEIR YEARS OF SERVICE.
V. / ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS:
VI. v'COMMENTS FROM THE PUBLIC: (For Items Not on the Agenda, please submit
request form to the City Clerk prior to this Item)
VII. V'C ITY MANAGER REPORT:
VIII./cONSENT AGENDA:
a . APPROVE MINUTES FROM JANUARY 6, 2016 CITY COUNCIL MEETING.
b. APPROVE MINUTES FROM JANUARY 7 , 2016 CITY COUNCIL MEETING .
c. RESOLUTION 13, 2016 -UTILITY EASEMENT TO SEACOAST. A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH
GARDENS, FLORIDA GRANTING A UTILITY EASEMENT TO SEACOAST
UTILITY AUTHORITY FOR THE CONSTRUCTION , OPERATION , AND
MAINTENANCE OF UNDERGROUND WATER LINES; AUTHORIZING THE
MAYOR TO EXECUTE THE EASEMENT ; PROVIDING AN EFFECTIVE DATE;
AND FOR OTHER PURPOSES .
d.
e .
f .
g.
h.
j.
k.
RESOLUTION 14, 2016 -RELEASE OF UNITY OF TITLE FOR THE CVS
PLANNED UNIT DEVELOPMENT (PUD). A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM BEACH GARDENS , FLORIDA APPROVING
A RELEASE OF UNITY OF TITLE FOR THE CVS PLANNED UNIT
DEVELOPMENT (PUD); PROVIDING AN EFFECTIVE DATE; AND FOR
OTHER PURPOSES.
PURCHASE AWARD -ITB2016-056PS, COMPREHENSIVE GENERATOR
MAINTENANCE SERVICE.
PROCLAMATION-NATIONAL ENGINEERS WEEK .
PROCLAMATION -WEAR RED FOR WOMEN DAY. (FEBRUARY 5, 2016)
PROCLAMATION -RECOGNITION OF TOM DERITA-BIG HEART BRIGADE.
PROCLAMATION -RECOGNITION OF BARBARA NICKLAUS -NICKLAUS
CHILDREN'S HEAL TH CARE FOUNDATION.
PROCLAMATION -IN MEMORY OF H. MALLORY PRIVETT, JR.,
VOLUNTEER CHAIRMAN OF THE HONDA CLASSIC FROM 2006-2012.
PROCLAMATION -IN MEMORY OF TORY BUCKLEY -FOR YEARS OF
DEDICATED SERVICE AND CONTRIBUTIONS TO THE YOUTH OF PALM
BEACH GARDENS.
IX. /'pUBLIC HEARINGS: <* Designates Quasi-Judicial Hearing)
a.
b.
ORDINANCE 2, 2016 -(2nd READING AND ADOPTION) BUDGET
AMENDMENT FOR FISCAL YEAR 2015. AN ORDINANCE OF THE CITY
COUNCIL OF THE CITY OF PALM BEACH GARDENS , FLORIDA AMENDING
THE CITY OF PALM BEACH GARDENS ' BUDGET FOR THE FISCAL YEAR
BEGINNING OCTOBER 1, 2015, AND ENDING SEPTEMBER 30, 2016,
INCLUSIVE; PROVIDING A CONFLICTS CLAUSE , A SEVERABILITY CLAUSE ,
AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND FOR
OTHER PURPOSES .
*RESOLUTION 7, 2016 -MISCELLANEOUS MIRASOL PCD AMENDMENT. A
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH
GARDENS , FLORIDA APPROVING A MISCELLANEOUS AMENDMENT TO
ALLOW THE INSTALLATION OF A 50-FOOT-TALL FLAGPOLE AND AN 8-
FOOT BY 12-FOOT FLAG WITH AN AREA OF 96 SQUARE FEET TO BE
LOCATED NORTH OF THE MIRASOL CLUBHOUSE FACILITY. THE MIRASOL
CLUBHOUSE PARCEL IS A 27.27-ACRE PARCEL LOCATED AT THE
INTERSECTION OF MIRASOL WAY AND MIRASOL BOULEVARD, AS MORE
PARTICULARLY DESCRIBED HEREIN; PROVIDING CONDITIONS OF
APPROVAL; PROVIDING WAIVERS ; PROVIDING AN EFFECTIVE DATE; AND
FOR OTHER PURPOSES.
X. ~ RESOLUTIONS:
XI. t/!TEMS FOR COUNCIL ACTION/DISCUSSION:
XII~ITY ATTORNEY REPORT:
XIII. ADJOURNMENT
PLEASE TAKE NOTICE AND BE ADVISED that if any interested party wishes to appeal
any decision made by the City Council with respect to any matter considered at this public
hearing, such interested persons will need a record of the proceedings and may need to ensure
that a verbatim record is made, including the testimony and evidence upon which the appeal is
to be based.
In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes,
persons with disabilities needing special accommodations in order to participate in this
proceeding are entitled to the provision of certain assistance at no cost. Please call the City
Clerk's Office at 561-799-4122 no later than 5 days prior to the hearing if this assistance is
required. For hearing impaired assistance, please call the Florida Relay Service Numbers:
800-955-8771 (TDD) or 800-955-8770 (VOICE).
NOTE:
All presentation materials must be received by
the City Clerk prior to the presentation to the Council.
PLEASE PRINT
C01\1MENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
NAME: p, ~ i)')Pnh ~
SUBJECT:
ITEM ON THE AGENDA: YES: NO:fL_
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
· cards must be filled out for each specific Agenda Item about which you wish to speak.
PLEASE PRINT
C011MENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
NAME: llJ'1it:f!G'tJGF<1TE Co(,...LJ,J.S. ..
ADDRESS : 'f 3 9 8' f'" L. ~ Co tJ t..,
CITY: eaG zw:33~~
SUBJECT: _l-to __ Lt_..S_£___,_"'-_c _R_o_S_s_...._fr_o_~_'Y'r"U--.;__._-_4.._.3::;...;;;f.;.._S-__ _
r:::-LA.Y-
ITEM ON THE AGENDA: YES: NO:
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
NMvffi:
ADDRESS:_L~~-+--'L...£.-~~~~.JL...1---'-L..~~~==---~~~
CITY:
SUBJECT:
z
ITEM ON THE AGENDA: YES: NO:A7
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. Tbis request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (I) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
COWvIBNTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
PLEASE PRINT
NAlvffi: ~tr bQJ.L,v:
ADDRESS: ---=·'2=-2~0 __ \ ...... e-..\ ....... e___..V ...... :e.__..:s:: __ d_eii:---l..o--=4<.f=--t--.-------------
c1TY: --+-?~..-·_!:,:'-----------------._ZIP: 83l{J~
SUBJECT: AcWRW£ 'N--Rffi) 6Y--e.s:tzi.b M IJ~
ITEM ON THE AGENDA: YES: NO: '{;:J__
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
PLEASE PRINT
COMMENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
NAME: , ~'1 '.:BaY,e_r q .
..;
ADDRESS: Z2..o \p\e \{e s::&e ( i)cµ..)
CITY: -~----........._ _________ --i-___ ZIP: 33<t l ~
SUBJECT: &,&.c, 0tv.g_ s~ 5~ b OYJ G lf
ITEM ON THE AGENDA: YES: _ NO: -Jt!
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda Tbis request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
COMMENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
ITEM0NTimAGENDA: YES: NO:¥
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
C01\1MENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
PLEASE PRINT
NAME:
ADDRESS: ~~~1---=~___;~.J.A.~L..'._--=-_..l...J.~~.L._~_;_~~~~~~
CITY:
SUBJECT:
________ ___.._. _____________ "'"+-"__.. ........ ____ _
IT.BM ON THE AGJ,!NDA:
I
YES: NO:_?
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (I) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
PLEASE PRINT
NAME:
...
C011MENTS FROM THE PUBLIC
REQUEST TO ADDRESS CI1Y COUNCIL
ITEM ON THE AGENDA: YES:
, :_:::..;::--1 s
NO:
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda Tbis request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
NAME:
CO:rvfMENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
ADDRESS:--1-~~~~~"-1-----=~k-=:.o==----'-~~==-~~~~~
CITY:
ITEM ON THE AGENDA: YES: NO:
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
COMMENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
PLEASE PRINT
NAME: ,~~ f ,1c.dt-oll.0
ADDRESS: L\-.3li& FLA-')(. ~
CITY: P~ ~~t-4 ~~-ZIP: 33 ~l()
SUBJECT: t.\--?.CoS" F\..0,)( e_~V-Lf
ITEM ON THE AGENDA: YES: NO::i_
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. 1bis request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be :filled out for each specific Agenda Item about which you wish to speak.
PLEASE PRINT
CO:Mrv1ENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
NAME: G-&~'1 P1--r ct+~nn
ADDRESS: 't,395' Lh A ){ Co v (2.f]
CITY: ?9~ 1
.
sUBmcT: 't3 e s-th-AX c-r
;
ITEM ON 'Ilm AGENDA: YES: No:jZ'
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (I) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
COMMENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
PLEASE PRINT
N.AlvIE:
ADDRESS: ~-=::::........,~,;--+-~--±-,:,~---'~...,_,.__,_~~-'--JL---.>,,,o:,J-~~~~~~
CITY:
SUBJECT:
ITEM ON THE AGENDA: YES: _ NO: t<--:
Members of the public may address the City Council dunng the "Comments by the Public" and
"Public Hearings" portions of the agenda. This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
· cards must be filled out for each specific Agenda Item about which you wish to speak.
COM1v1ENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
PLEASE PRINT
NAME: A A.I A · .s -, A-:!_T A
ADDRESS: 32..D S--C 6-AlfD>~ LA-:f-r ~£1ve ----------------=-------------~,....-----
CITY: ------'--~~~~6-~ __ F_I_-,...-__ ZIP: ~ 3'{10
SUBJECT: (» 1-h/-N ~u &t:.. PAvl/1 #l/J1Al~v.JrJ
(),._/ ~jyy,OL,£/ ~v~
ITEM ON THE AGENDA: YES: NO:
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
COMMENTS FROM THE PUBLIC
REQUEST TO ADDRESS CITY COUNCIL
PLEASE PRINT
NAME: t!\\'C ~q €. \ M~ rs Y)
ADDRESS: _P...__~__..O....____,_D~o ___,_'( _---=-6 ___.0l._._} -=-0 _6 -----'-J ____ _
_ v_e~f_Q~D~~-~c_h __ P_l· ___ zw: 3&96;
&Jvccd--,'(/(1~ I p'e. ce
CITY:
SUBJECT:
ITEM ON THE AGENDA: YES: NO:~
Members of the public may address the City Council during the "Comments by the Public" and
"Public Hearings" portions of the agenda. 'This request to address the City Council must be
delivered to the City Clerk prior to the commencement of the item. Each speaker will be given
three (3) minutes and is limited to one (1) comment card per Agenda Item. Separate comment
cards must be filled out for each specific Agenda Item about which you wish to speak.
-----------------------------.:i/4//f, cNf ~~CAL Me..e-r.~ • ~,o.J.. ·~ -,-1....t. ~ By ~"'"" :f(M')«..c\4'. ·@
Tonight we are holding quasi-judicial hearings on the following cases
• *RESOLUTION 7, 2016 -MISCELLANEOUS MIRASOL PCD AMENDMENT.
This means that the City Council is required by law to base its decision on the evidence contained in the
record of this proceeding, which consists of the testimony at the hearing, the materials which are in the
official City file on this application and any documents presented during this hearing.
The Council is also required by law to allow cross-examination of any witnesses who testify tonight. Cross-
examination may occur after the staff, the applicant and other participants have made their presentations
and will be permitted in the order of the witnesses' appearance. It is necessary that anyone who testifies at
the hearing rem.ain until the conclusion of the hearing in order to be able to respond to any questions.
If you plan to testify this evening, or wish to off er written comments, please fill out a card and give it to the
City Clerk.
The City Clerk will now swear in all persons who intend to offer testimony this evening on any of these
cases.
CITY COUNCIL MEETING 02/04/16
PROPOSED ADDITIONS, DELETIONS AND MODIFICATIONS
ADDITIONS:
DELETIONS:
MODIFICATIONS:
NONE
Under Consent: Item i.
The Proclamation will be moved to the March
3rd City Council meetin2 since Barbara
Nicklaus is unable to attend this evenin2.
NONE
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, H Mallory Privett Jr. was born on Christmas Eve in the year 1936, raised in Selma,
Alabama, and graduated from the University of Alabama in 1958 with a Bachelor of Science in Mechanical
Engineering; and
WHEREAS, Mallory was introduced to golf by his father and grew up caddying at Selma Country club
maintaining a single-digit handicap for much of his life; and
WHEREAS, Mallory served three years in the U.S. Navy as an engineering officer on the Destroyer
U.S.S. O'Hare. He was later employed by the Pratt & Whitney Division of United Technologies Corporation for
thirty-three years, managing engineering development of jet engines, served as President of the North Palm
Beach -Palm Beach Gardens Jaycees in 1967 -1968, served as a member of the North Palm Beach Village
Council from 1969-1974, served as Mayor of North Palm Beach from 1971 -1974, was named Palm Beach
County Engineer of the year in 197 3 and retired in 199 2: and
WHEREAS, in 1992, the year he retired, he won the PGA National Golf Club Senior Championship,
the Palm Beach Gardens City Championship, and the Palm Beach Gardens City Senior Championship; and
WHEREAS, since retiring in 1992, Mallory has served as Overall Volunteer Chairman for 21
professional tour events plus hundreds of local events and freely given his time as a volunteer for numerous
associations being recognized for his meritorious service to golf by a volunteer; and
WHEREAS, Mallory has been a member of the U.S Senior Amateur Championship Committee, a rules
official at over 30 USGA National Championships, has served as the FSGA President from 2002-2003, and has
served on the FSGA Board of Directors for countless years; and
WHEREAS, Mallory was recognized at the eight annual Junior Honda Classic at PGA National,
inducted into the FSGA Hall of Fame in 2010, added to the South Florida PGA Hall of Fame and was a
recipient of the FSGA Lifetime Achievement Award in November 2015; and
WHEREAS, Mallory's leadership as an outstanding rules official excelled in organizing volunteers in a
very professional manner resulting in superior performance; and
WHEREAS, his wife Margaret, "Boo" Privett, three sons, twelve grandchildren and one great-
grandchild are all very proud of his accomplishments throughout the years.
NOW, THEREFORE, I, Eric Jab/in, by virtue of the authority vested in me as Mayor of the City of
Palm Beach Gardens, Florida, do hereby honor and express gratitude for H Mallory Pruitt's outstanding
achievements, dedication and service to our community.
Attest:
Patricia Snider, CMC, City Clerk
IN WITNESS WHEREOF, I have hereunto set my hand and
caused the Seal of the City of Palm Beach Gardens, Florida,
to be a.ffu:ed on this 4th day of February in the year Two
Thousand and Sixteen.
~ EricJab/i,ayor
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY. FLORIDA
PROCLAMATION
WHEREAS, Tory Stephen Buckley was born on November 21, 1948 in Sandusky, Ohio, waduated from
high school in Avon Lake, Ohio, received his Bachelor of Arts Degree from Florida Atlantic University and
served in the United States Army; and
WHEREAS, Tory was an active member of the Palm Beach Gardens community serving as the past
President of the Palm Beach Gardens Youth Athletic Association, Chairman of the Parks & Recreation
Advisory Board as well as bei~ on numerous city boards and committees since 1998; and
WHEREAS, Tory's passion to serve his community and the youth of the area was ever his first
intention, and through his work on many committees, ad hoc woups, and active boards the Palm Beach
Gardens Parks and Recreation facilities and services are some of the finest in South Florida; and
WHEREAS, Tory was the founder and President of the Amanda J. Buckley Give a Smile to a Child
Foundation for the last 7 years since the tragic passing of his daughter, a Palm Beach Gardens High School
athlete and scholar: and
WHEREAS, the Amanda J. Buckley Give a Smile to a Child Foundation helps families facing hardship
and supports younK ~rls strivinK to achieve their potential providinK meals for the homeless, clothing for
babies, classroom supplies for children and annual scholarships to girls who have demonstrated their desire to
be leaders both on and off the playing field; and
WHEREAS, the Foundation's contributions to the Palm Beach Gardens Police and Fire Department's
Holiday Joy Drives have touched the lives of thousands of families; and
WHEREAS, a key achievement is the "Field of Dreams" Memorial Stadium and training facility in
Palm Beach Gardens, which provides a safe and nurturing environment for sports activities; and
WHEREAS, Tory Buckley will be remembered as a man of conviction who was devoted to the causes he
believed in. He will be missed by many and our community has lost a weat friend
NOW, THEREFORE, L Eric Jab/in, by virtue of the authority vested in me as Mayor of the City of
Palm Beach Gardens, Florida, do hereby honor and express watitude for Tory Buckley 's outstandinR
achievements, dedication and service to the City of Palm Beach Gardens.
Attest:
Patricia Snider, CMC, City Clerk
IN WITNESS WHEREOF, I have hereunto set my
hand and caused the Seal ~f the City of Palm Beach
Gardens, Florida, to be affixed on this 4th day of
February in the year Two Thousand and Sixteen.
~~ EricJab/in,ayor
CITY OF PALM BEACH GARDENS
PAL.~ BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, engineers help to design, construct and maintain the infrastructure
and facilitU!s that contrib-;ite to a high quality of life for all resident of Palm Beach
Gardens; and
WHEREAS, Palm Beach Garden's future growth depends on engineers executing
innovative, creative, high-q:iality solutions to technical problems; and
WHEREAS, the stated purposes of the Fforida Engineering Society shall be to
advance the pu':>lic welfare and to promote the professional, social and economic interests
of the engineering professio:i and to stimulate and develop professional concepts among all
engineers through educatio-.i and in practice; and
WHEREAS, current members of the Fforida Engineering Society and the Florida
Institute of Consulting Engineers are making strides to interact with the engineering
education sector to prepare future engineers to maintain our economic leadership and
quality of life; and
WHERE_4S, it is fitiing that we recognize and honor the continuing contributions
of Americas engineers by otserving Engineers Week with the motto:
"ENGINEERING NEW HORIZONS,,
NOH~ THEREFORE, I, Eric Jablin, Mayor of the City of Palm Beach Gardens,
Florida, do hereby proclaim the week of February 21 -27, 2016 National Engineers Week.
IN WITNESS WHEREOF, I have hereunto set
my hand and caused the Seal of the City of Palm
Beach Gardens, Florida, to be affixed this 41h
Day of February, in the year Two Thousand and
Sixteen.
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, The Big Heart Brigade is one of the largest volunteer-driven programs in the United States
providing over 106, 000 Thanksgiving meals for distribution throughout south and central Florida; and
WHEREAS, Tom DeRita, Director and founder of the Palm Beach Gardens charitable organization
was inspired by his son Dave DeRita whose compassion for homeless families, motivated them to begin their
annual Thanksgiving meal giveaway in 1992, providing meals for 17 needy families and thus the Big Heart
Brigade was born; and
WHEREAS, The Big Heart Brigade spread to Palm Beach Gardens in 1997 serving roughly 50,000
meals to needy families; and
WHEREAS, in 2001 Christ Fellowship joined the effort and 6,000 meals were served and that total has
increased each year; and
WHEREAS, this massive undertaking involves many thousands of volunteers that arrive in shifts,
morning, afternoon, and evening helping prepare and deliver turkey dinners in time for Thanksgiving; and
WHEREAS, The Big Heart Brigade hosted its 23rd annual Thanksgiving feast and prepared more than
75,000 meals/or those in need this holiday; and
WHEREAS, during Hurricane Katrina, The Big Heart Brigade supplied meals to over 1 Ok families;
and
WHEREAS, throughout its history the Brigade has conducted holiday toy drives, donated over 750,000
pounds of food and supplies to victims of the earthquake in Haiti; and
WHEREAS, for the past four years The Big Heart Brigade joined Renewal Coalition working to help
wounded warriors and their families returning from Iraq and Afghanistan; and
WHEREAS, The Big Heart Brigade is a non -profit which is 100% volunteers and 100% of all funds
goes back to the community; and
WHEREAS, The Brigade 's mission is to enrich the lives of those in need by providing a holiday meal or
some much needed support to members of our community.
NOW, THEREFORE, I, Eric Jablin, by virtue of the authority vested in me as Mayor of the City of
Palm Beach Gardens, Florida, do hereby congratulate and express recognition and gratitude to Tom DeRita,
founder of The Big Heart Brigade for years of outstanding devotion, dedication and service to our community.
Attest:
IN WITNESS WHEREOF, I have hereunto set my hand and
caused the Seal of the City of Palm Beach Gardens, Florida, to
be affued on this 4th day of February in the year Two Thousand
and Sixteen.
Eric Jablin, Mayor
CITY OF PALM BEACH GARDENS
PALM BEACH COUNTY, FLORIDA
PROCLAMATION
WHEREAS, diseases o:= the heart, which are often preventable, are the nation's leading
cause of death, with strokes behg the fifth-leading cause of death; and
WHEREAS, 43 million women in the United States are affected by heart disease, and in
Florida alone, apJ)l'oximately 65 women die each day from cardiovascular disease and stroke; and
WHEREAS, in the Uni1ed States, heart disease causes 1 in 3 women's deaths each year,
killing approximately one woman every minute; and
WHEREAS, the direct and indirect costs of cardiovascular diseases in 2011, including
stroke, were estimated to exceed $319 billion in the Unites States; and
WHEREAS, mos1 women die of heart disease, stroke, and other cardiovascular diseases
than all forms of cancer combired; and
WHEREAS, February is designated as American Heart Month with Go Red For Women as
the Heart Associa:ion's call to women to increase their awareness of heart disease and to inspire
them to take charge offaeir heart health; and
WHEREAS, all w,)men are urged to learn more about their own risk for heart disease, using
tools such as the American Heart Association's My Life Check; Go Red For Women Heart
CheckUp; Go Red For W:)men Better U; and by talking to their doctors.
NOW, THEREFORE, I, Eric Jablin, by virtue of the authority vested in me as Mayor of the
City of Palm Beacil Gardens, F1orida, do hereby proclaim February 5, 2016:
NATIONAL WEAR RED DAY
in the City of Palo Beach Garcens and urge all citizens to show their support for women's fight
against heart disease by "'·earing red on this day. Thousands of lives can be saved each year by
raising awareness and empowermg women to reduce their risks for cardiovascular disease.
P~MC, Cit;/Clerk
IN WITNESS WHEREOF, I have hereunto set my hand
and caused the Seal of the City of Palm Beach Gardens,
Florida, to be affIXed on this 4th day of February in the Year
TwoThou,a~
Eric Jablm, Mayor
Analysis
Of
2015 FOOT Justification Report
For
Central Blvd./1-95 Interchange
This analysis examines the details presented in the FOOT's report supporting the need
for the development of a new 1-95 Interchange at Central Blvd. The report was put together
after a 2011 Areawide Mobility Study was completed on an area extending from south of PGA
Blvd. to Indiantown Road. The 2011 document reviewed all 1-95 elements as well as activities
along the major corridors within the study area.
The Mobility Study primarily highlighted the congestion problems associated with both
Indiantown Road and PGA Blvd. Both of these major arteries were considere d h ighly over
utilized and causing significant impacts on other connecting corridors throughout the study
area. The report reviewed traffic counts along the roadway themselves, at the intersections of
the key facilities and at the three 1-95 interch anges in the study area. The actual traffi c counts
used as the basis for this study were performed in 2009.
The 2011 study clearly indicated that high Level of Service (LOS) failures on both
Indiantown Road and PGA will continue to worsen as the area's economy strengthens and
building construction resumes throughout the northern county area. The study showed the
PGA Blvd. -Military Tr. -1-95 Interchange complex as a major area of concern -an area
projected to dramatically grow in the coming years.
Consequently, FOOT undertook a preliminary engineering review of the PGA Blvd.
corridor from the Florida Turnpike east to near the Gardens Mall. After the review of a number
of possible avenues of relief for the area, FOOT targeted a new 1-95 Interchange at Central Blvd
as the tool to provide the benefits they were seeking for the community.
Th e new study known as the 2015 Justification Report based its analysis and projections
on traffic counts made in 2013. The study was coordinated with the Pal m Bea ch County
Metropolitan Plan Organization's Long Range Transportation Plan and therefore demonstrated
projected traffic usage through the Plan's 2040 planning period.
This analysis of the Justification Report is broken into two sections: a fundamental
review of the descriptive write up included in the report and an examination of the numbers
detailed in the reports data elements. The written portion of the Justification Report provides
some insight into the department's reasoning for focusing on the Central Blvd. project. The
details presented in the data portions of the report give a clearer picture of what the results
could be from the development of a new interchange as expressed in the report. Each provides
insight into how FDOT supported moving forward with the proposal in the Justification Report.
The Justification Report has been sent from the FDOT's South Florida Regional Office to
the state headquarters for further review. The report should be sent on to Washington D.C. for
federal transportation offices approval in the very near future.
Fundamental Review of the Report's Descriptive Narrative
• As an introduction to this study FOOT notes that "combined with existing high density
commercial/retail development of regional impact along with future planned
development have created the need for additional transportation solutions." Much
associated with the commercial development surrounding the PGA Blvd./1-95
interchange.
• The report clearly states that they only explored options for a new interchange between
PGA Blvd. and Donald Ross Road.
• The FDOT design study area was from Northlake Blvd. to Donald Ross Rd. However,
there were no options considered south of PGA Blvd as possible relief for area
congestion.
• The report notes a number of times that this project is about relief to access roa ds to 1-
95. There is no relief planned or necessary for the mainline of 1-95.
• The leading problem of congestion in the area was the "SR786/PGA Blvd. and SR
809/Military Tr." Additionally, the conditions at the intersection of these two roads is
expected to worsen in the coming years.
• The "constrained facilities" are listed as:
Interchange of Fla. Turnpike and PGA Blvd.
Intersection of Central Blvd. at PGA Blvd .
Intersection of Military Tr. and PGA Blvd.
PGA Blvd . from the Turnpike to U.S. 1
• The intersections were considered to be the source of many of the Level of Service (LOS)
problems on each of these corridors.
• The 1st intersection predicted as an LOS failure is the PGA & M i litary crossing. This
intersection along with its connection to the 1-95 Interchange at PGA is projected to fall
to LOS category F in 2015.
No Build Condition
• The No Build scenarios describe conditions with no improvements except th ose already
in the planning stages. The only three in the study area that were considered are: a new
four-lane section of Hood Rd. west of Central Blvd; improvements at the intersections of
PGA/Central and the PGA/ Florida Turnpike.
Alternatives considered
• Alternative #1-is a basic diamond interchange at Central Blvd. It also provides widening
Central Blvd. to eight lanes thru the intersection only.
• Alternatives #2 -is the same diamond development as #1 but removes the existing
Military Tr. ramps. This option was rejected due to the loss of existing access.
• Alternative # 3 -is simply a variation of #1 with adjustments for the safety problems
associated with the existing ramps for Military Tr. Access to the Military Tr. ramps
would be gained by aerial crossings of Central Blvd. itself.
• Alternatives #4 thru #9 -are the consideration of a variety of partial interchange
structures at Central Blvd. Each was rejected due to loss of mobility issue
improvements.
• Alternative #9 -considered the addition of access lanes to and from the south at
Military Trail. The idea was dropped due to the lack of area relief and land space issues.
• Alternatives #11 thru #21 -considered a variety of options for an interchange at Hood
Road. Land problems and the amount of area relief provided removed these from
consideration.
• Alternatives #22 thru #26 -considered a number of concepts associated with future
special use (toll and HOV lanes) interchange concepts as well as partial interch ange
designs. None show a high level of projected congestion relief for the study area.
• Alternative Summary -Only Alternatives #1 & #3 were forwarded for further
consideration and future engineering study funding from the Federal transportation
authorities. These two Alternatives only differ in the type of interchange construction
design to be used. Both would be very intrusive to the surrounding communities in
terms of traffic impacts. However, Alternative #3's flyover concept would create an
additional set of issues.
Response to FHWA Policy Considerations
• FDOT's addresses eight specific elements required to gain Federal support (i.e., funding)
for the proposed project. In many of their responses, critical elements are either
incorrect or misleading.
• Under FHWA Policy element 8.1-FOOT states that there is a single interchange serving
the "Palm Beach Gardens area" when in fact there are three (PGA, Northlake Blvd. &
Donald Ross Rd.).
• Under 8.1-Part of their description of the land use elements is also misleading. The
statement that "a large tract of vacant land exists from Central Blvd. north to Donald
Ross Road" is incorrect. With present day construction, there is no vacant land on
Central Blvd. from PGA to Donald Ross with the exception of a small commercial
property at the corner of Victoria Falls Blvd. While it could be assumed that the parcel
being referred to is the Briger tract, that property does not have any borders along
Central Blvd. and the primary access is on Donald Ross Rd.
• Perhaps the most important response to 8.1 is the following statement-" .... while the
build alternatives continue to show sections of PGA Blvd. and Military Tr. with LOS
conditions less than LOS D . " In other words, basically no long term improvement for the
targeted area is projected by the numbers associated with the Justification Report.
• Under 8.2, the Report states "the predominant problem discovered by these studies was
the SR786/PGA Blvd. corridor from Florida's Turnpike to east of 1-95."
• Under 8.2 -FOOT 's response makes the statement that relief for the PGA Blvd./Military
Tr. problem can only be solved through "two improvement strategies ..... the
interchange proposal for new access at Central Blvd. or the widening of SR786/PGA Blvd
over the entire length of PGA Blvd. within the study area." However, the study does not
demonstrate how this conclusion was reached.
• The answer to 8.2 also states "the interchange proposal demonstrates significant
diversion (13 % drop in ramp volumes at PGA Blvd interchange) of traffic from the
congested areas along PGA Blvd. and Military Tr."
• Under the response to 8.5 -the statement in explaining the "Objective: Interregional
Connectivity'' says "the proposed interchange will help support enhanced mobility for
freight by providing more direct connection to Central Blvd. which is a primary truck
route within Palm Beach County, providing an east-west connection to US-1 and several
north-south arterials." This is wrong on many levels. First, Central Blvd. is a "north-south
arterial" not an east -west connection. Second, Central does not intersect with any
north -south roads. Lastly and most important, Central is a neighborhood community
road used very infrequently by any truck traffic. It clearly is not a factor in freight
movements throughout Palm Beach County. And, it does not have any connection to
US-1 other than PGA and Donald Ross.
• Under the response to 8.7 - " ... the proposed Central Blvd./1-95 interchange, in
particular, could have a sizeable impact on job creation in this northern portion of the
study area, given the propensity of businesses to locate at higher volume traffic
locations." Nearly all of the land developed along Central Blvd. is some form of
residential communities. Only one parcel of undeveloped land has a commercial
designation allowing business growth along Central Blvd. between PGA and Donald Ross
Rd. The addition of this interchange would simply place large amounts of additional
traffic in neighborhood areas including the primary access routes to four schools.
Section 5.0 of the Report -Purpose and need for the Project
• Points out Palm Beach County's use of the CRALLS (Constrained Roadways at Lower
Level of Service) designation for both PGA Blvd. and Military Tr. north of PGA Blvd. The
report also found that like many of other failing roadway segments, the major part of
the issues can be attributed to intersection failures. (The development of the Central
Blvd./1-95 Interchange will not remove the CRALLS designation from either of these two
roads or upgrade the LOS from the intersections creating the need for a CRALLS
designation.)
• The findings in this section of the report show all parts of the PGA/Military Tr/1-95
intersection complex fail by 2025 even with some short term improvements.
• The section contends that a new Central interchange would reduce the future demand
in these roadway areas. However, the data elements of the study show that where
there is relief, it is temporary and the roadway areas designed for re li ef will again reach
failing levels of service (LOS) before the end of the study period in 2040.
Examination of the Report's Data Elements
The data analysis is broken down into two primary concerns. The first is the level of
service conditions and projections for the study period. The second is the traffic counts from
actual field work in 2013 and projections through the study period ending in 2040. The
numbers reflect both roadway sections and intersection conditions. This ana lysis will deal with
elements of both. The analysis will consider the data for the two alternatives selected for the
final report (Alternative #1 and #3 -interchange build scenarios) to be the same as there is no
difference in traffic impacts to the surrounding communities. The only variation between these
two remaining alternatives is the design of the interchange itself.
Traffic counts will be associated with peak hour volumes. The Level of Service (LOS)
grading is an A - F system focused on peak hour conditions for both AM an d PM activities.
The analysis will not address FDOT's further data summaries that deal with formulated
estimates of Delay Benefits, Peak Hour Delays, Delay Cost or Benefit and Annual Delay Benefit.
As these numbers are second tier projections assigned based on other estimates of traffic
counts and estimates of future costs elements. The key to this examination is simply the traffic
impacts that a new interchange would impose on the neighboring communities and the actual
relief provided to the target area -PGA Blvd./ Military Tr./1-95 complex.
Level of Service (LOS) Comparisons
• Under conditions surveyed in 2013 the three intersections along PGA -the Turnpike,
Central Blvd. and Military Tr. receive AM and PM LOS grades of F. With planned
improvements, the Central intersection improves slightly to 0/F (am/pm) condition in
the early years but returns to F grades by the study end in 2040. The Military Tr
intersection remains an F condition. The key element of failure at these intersections is
the volume of traffic on PGA Blvd.
• The PGA/1-95 ramp intersections conditions show some improvement with a new
Central Interchange. But discrepancies in the report findings bring into question the
validity of those LOS gradings.
• Military Tr. roadway sections and intersections show very minimal improvements with a
new interchange. The exception would be the Military Tr. roadway section immediately
north of PGA to the intersection at Kyoto Gardens which shows relief throughout the
study. However, the traffic growth estimates do not reflect the appropriate impact for
the planned development in what is known as Parcels SA and SB along with two other
neighboring properties.
• A confusing fact in the report is the treatment of the Donald Ross/1-95 Interchange.
Today, it is one of the more underutilized interchanges in Palm Beach County. An
interchange that will be seeing immediate relief from currently planned construction
associated with the start of development in the Brigger Tract that fronts along Donald
Ross immediately east of the 1-95 intersection.
• Another unexplained element in the report is the development of Alternative #1
interchange that shows significant relief to the Northlake Blvd. Interchange area. An
interchange that has no connectivity to the Central Blvd. area in terms commercial or
residential usage.
• The roadway LOS projections from the study indicate significant improvement in traffic
on Central Blvd between the proposed interchange and PGA Blvd. from the current
conditions even in the No Build scenario. They also show very limited impact from a new
interchange. Both of these factors are extremely questionable.
• Perhaps the biggest problems for neighboring communities are the LOS conditions the
new interchange estimates show north of the interchange itself. While the No Build
scenario congestion in the area is increasing for almost every intersection and roadway
segment associated with both Central Blvd and Military Tr., the Alternative #1 LOS
impact can't be clearly seen by simply LOS indicators. The important numbers are in the
estimate traffic counts.
Comparison of Traffic Count Estimates
• The fundament issues with the overall traffic estimates are based in the assumptions
that drive the projected numbers. A good example is the roadway section of Central
Blvd. north of PGA. The 2013 AM Northbound traffic grew 7% or under 2%/year from
2009 count. Projections thru 2020 show 29% increase without an interchange and a
39% increase with an interchange. More than doubling of the growth rate.
• PM traffic counts for the same section of Central are even more differentiated. Growth
from 2009 to 2013 was 20%. Projections for 2020 show a 350% increase without an .
interchange and 287% with.
• The impact of a new interchange on Central Blvd. cannot be demonstrated any better
than thru the comparison of traffic estimates between the Military Tr. @ Kyoto Gardens
and Central Blvd. @ Victoria Falls. By almost every count (Northbound, Southbound,
AM, and PM) the traffic volumes on Central will exceed those on Military Tr by the end
of the study period. So, while the new interchange eliminates a number of vehicles on
the six-lane Military Tr. it produces massive new volumes on the four-lane Central Blvd.
• The 2013 peak hour counts on Central Blvd . @ Victoria Falls were under 600 trips for
both AM & PM periods and in all directions. Projected volumes from the addition of a
new interchange range from over 2700 to 3400 by the end of the study period - a 5-6
fold increase.
• While the massive increases are projected for Central, the relief to Military Tr. is only
temporary as the volume increases continue.
• Reduction of traffic on PGA Blvd . thru the study period is only minimal with the addition
of the new interchange. The PGA roadway section west of Military Tr. shows from 5% -
12% reduction based on direction and time of the day with a Central interchange. But,
the report still shows a growth of as high as 20% during the study period.
• Another area of concern associated with the Justification Report is its treatment of the
area that will be providing additional traffic components around or on Kyoto Gardens
Drive. With four major parcels for development or redevelopment in the immediate
vi cinity of Kyoto that could represent as much as 1 Yz to 2 million sq ft of commercial
property, the study appears to allocate only a few hundred new trips that will circulate
thru the PGA/Military Tr./1-95 complex. However, this kind of development should
indicate a much greater volume growth during all time periods of the day.
Overview
Central Blvd./ 1-95 Interchange
October 2015 Justification Report
Analysis
While the revisions to the original 2014 Interchange Justification Report (UR) did correct a
number of significant elements concerning both the knowledge of the area and the traffic
volume estimates, the new UR clearly falls short of its stated goal. As in the original UR, th e
fundamental statement of need for the proposed new interchange is still to provide traffic
mobility relief to PGA Blvd. and the surrounding roadways. What actually is presented in the
new IJR is a project that provides very minimal relief to the PGA corridor, does not provide for
the large commercial growth planned near the PGA/Military Tr./1-95 complex and creates
significant new mobility issues in the middle of a community area comprised of only residential
neighborhood developments.
Perhaps the most conflicting element of this purposed undertaking can be demonstrated by a
single roadway comparison:
Using the modeling estimates shown in the new IJR for the development of the interchange,
AM traffic volumes along Central Blvd. at Victoria Falls Blvd. (immediately north of the
proposed interchange) will be the same as those along PGA Blvd west of Military Tr. (2040 AM
Peak Hour: Central Blvd. -4,469; PGA -4470) This is compounded by the fact that Central Blvd.
between PGA and Donald Ross Rd. is a four-lane roadway and provides direct morning
commuter access to five schools within a mile of this location. PGA Blvd at Military Tr. is a six-
lane structure (with three additional turn lanes in all directions). It would appear that the
attempt to relieve PGA Blvd mobility issues will create much more complex and dangerous
traffic issues for thousands of students and commuters every morning.
The remainder of this analysis report will detail a number of concerning factors with th e IJR and
the basic concept of the development of this new interchange. In summary, this analysis points
to the need to step back and address the underlying issues that must be to dealt with in order
to provide sound relief to the current and growing traffic congestion problems centered in the
PGA Blvd./Military Tr./1-95 complex. The solution to the problems of that complex are neither
simple nor resolved by the latest UR. However, it is clear that desired long-term relief is not
provided by the addition of a Central Blvd. Interchange.
..
Unchanged Elements
A number of factors in the October 2015 Revision of the Interchange Justification Report
remained unchanged from the original IJR. The most important of those items are:
• No additional alternatives were considered as solutions to the PGA Blvd. issue that is the
primary focus of the interchange project. The original IJR displayed 26 alternatives.
However, as demonstrated in the analysis of that report, few of those alternatives
showed any sound usefulness in terms of being able to address today's conditions.
• No direct changes to the existing PGA Blvd/1-95/Military Tr. com p lex were considered
beyond the originally discounted widening of PGA Blvd over the entire length within the
study area.
• Changes to existing structures at the 1-95 structure were also not included in the
countywide 1-95 Interchanges Study completed by FDOT in 2014.
• The area growth assumptions remained fundamentally the same as in the original UR.
• The study area and the study time frames remained the same.
• The basic selective alternative remained as the development of a new interchange at
Central Blvd.
• The study still refers to Central Blvd. as "major collector" road.
• The new IJR still does not recognize the differentials among the various sections of the
Briger tract. With the north portion of that development area being co m mercial and
research designations and the southern areas the residential, these are two very
different areas. The primary traffic generator from this site will be the northern
commercial land which will be serviced by Donald Ross Rd. and will have little impact on
the PGA/ 1-95/ Military Tr. complex.
• Like the original report, the new IJR does not look at ways to better use the Military Tr.
Southbound exit ramps as a method to remove traffic from the Military Tr. /PGA Blvd
intersection. Currently, all traffic exiting the 1-95 mainline must travel sou th·on Military
Tr. into this congested intersection.
• No reflection of the actual city approved growth around Kyoto Gardens Drive is
demonstrated in the traffic count projections.
• The modeling still shows that a new Central Blvd. interchange would be providing relief
to the Northlake Blvd. Interchange.
Important Element Changes
Some elements of the original IJR were adjusted, revised or corrected. Th e critical ones are:
• The most notable change in the new IJR is the adjustments in the projected traffic
volumes. The changes ranged from very minor percentages to estimates that showed
more than 50% variations from the first IJR. Virtually all of the adjustments were
significant reductions in the future traffic estimates.
• The changes in traffic volume estimates culminated in a reduction of the projected relief
to PGA Blvd. traffic from former levels of 12-15% to new estimate of 8-9%.
• The new study removed the reference to Central Blvd. being a major truck route
connecting commerce with U.S. 1.
• Another major change in the new UR is the elimination of a braided designed roadway
usage (incorporates a flyover structure) for the interchange. The new alternative design
suggests the use of a collector-distributor which can be developed parallel to the
mainline surface.
• The study noted that there are four interchanges currently serving Palm Beach Gardens
as opposed the original IJR's comments that PGA Blvd was the only interchange serving
the city. However, the new UR did state that "PBG area concentrates the demand for
access and consequent congestion in the area of the PGA Blvd. Interchange." This
statement is not a true reflection of the PBG community when you consider the traffic
volumes on Northlake Blvd. and Donald Ross Rd.
• As part of the Community Services listed in the immediate area of the proposed
interchange, the new study still does not identify three of the five schools located within
1 mile of the new interchange project. Two of the unidentified schools are high schools.
The importance of this omission is due to the proposed dramatic increases AM traffic
volumes along the section of Central Blvd. where today the vast majority of the morning
traffic is connected to the five schools.
...
Summary
The October 2015 revisions to the original IJR do show many dramatic modeling changes to the
traffic projections and reflect an awareness of some of the issues that were pointed out in our
analysis of the original document. However, these adjustments appear to be more cosmetic
than actual research into a better solution for the Palm Beach Gardens community.
PGA Blvd. traffic issues are not created as much by growing local trips as commuters to city. A
look at the numbers demonstrated in both IJ R's show the traffic loading comes from the job
growth and customers associated with commercial and retail development in the rapidly
expanding areas east of 1-95 on Northlake Blvd., Donald Ross Rd. and especially PGA Blvd. Relief
for PGA Blvd. cannot be found in the neighborhoods along Central Blvd.
To successfully remove trips from PGA Blvd . and consequently relieve congestion in the
surrounding areas roadways like on Military Tr., there are three basic elements that need to be
targeted:
1. By the traffic studies shown in both IJR's, in the AM peak hours eastbound and the PM
peak hours westbound over 1,000 trips an hour result from vehicles using the Turnpike
to access PGA Blvd. These trips can be tracked directly to the commercial locations east
of 1-95. Also, with no access from the PGA Blvd. to Indiantown Rd ., these trips can be
expected to grow as the Donald Ross Rd. corridor continues to expand.
Solution -Examine Turnpike access between PGA and Indiantown Rd.
2. The congestion in PGA Blvd./Military Tr./1-95 complex is magnified by the limited access
from the Interstate to and from PGA Blvd. Today, all traffic looking to access or leave the
commercial areas east of the 1-95 have limited options. Single lane ramps to southbound
1-95 both from the east and west cause serious peak hour congestion on PGA and oth er
surround roadways. Direct access into major commercial locations and connector roads
for commuter options does not exist. While a PGA Blvd. solution of adding ad ditional
lanes along the corridor was quickly and correctly dismissed, no other solutions at PGA
Blvd. were part of this IJR or FDOT's previous Countywide Interchange study.
So l ution -Study direct relief at PGA Blvd. /1-95 Interchange location. Look for ways to
connect traffic to their end destinations with possible direct access to Kyoto Gardens
Dr., RCA Blvd. and/or Military Tr. Thereby, eliminating usage of PG A Blvd. itself.
3. The Military Tr./1 -95 ramps are significantly underused. Forcing 1-95 southbound traffic
to travel only south on Military not only limits the use of the ramp itself, it also adds to
the congestion at the Military /PGA intersection. With a growing university cam p us
immediately north of this mainline connection, it seems that many daily trips to that
institution alone could be removed from the PGA problem with a left-hand turn option
for exiting traffic. With additional connectivity of other interchange parts, it would
appear that there could be a much great utilization the Military Tr. ramps.
Solution -Study a plan to improve the usage of the Military Tr. Interchange area.
The above items alone could provide a much better future for those using PGA Blvd. and the
surrounding roadways than a new interchange at Central Blvd. The 2015 IJR shows a reduction
of only a few hundred trips in year-to-year comparisons thru out the course (2013-2040) of the
study. The changes suggested above could much greater mobility relief for all of the roadways
connected to this area far into the future.
•
{
2013
2020
2040
2013
2020
2040
2013
2020
2040
2013
2020
2040
2013
2020
20 40
PGA Blvd. Traffic Volu m es
Morning Trips
(Peak Hour traffic counts between major intersections)
Location
Eastbound Westbound
No Build
936
992
1,142
2,096
2,222
2,557
2,166
2,339
2,859
2,174
2,261
2,500
3,458
3,596
4,046
Build
1,029
1,185
Turnpike
2,305
2,653
Cen t ral Blvd.
2,185
2,670
Militarv Trail
2,156
2,384
3,403
3,8 2 9
1-9 5
No Build
1,068
1,132
1,335
1,563
1,657
1,954
1,540
1,602
1,802
1,203
1,275
1,492
1,474
1,577
1,947
Build
1,075
1,268
1,573
1,855
1,600
1,800
1,052
1,230
1,387
1,711
.,
2013
2020
2040
2013
2020
2040
2013
2020
2040
2013
2020
2040
2013
2020
2040
PGA Blvd. Traffic Volumes
Afternoon Trips
(Peak Hour Traffic counts between major intersections)
Location
Eastbound Westbound
No Build
808
873
1,042
1,654
1,786
2,134
1,845
1,919
2,122
1,981
2,080
2,357
2,912
2,970
3,145
Build
879
1,049
Turnpike
1,799
2,149
Central Blvd.
1,811
2,003
Military Trail
1,903
2,156
2,688
2,847
1-95
No Build
1,125
1,193
1,361
2,129
2,257
2,576
2,103
2,250
2,692
2,090
2,174
2,424
2,940
3,146
3,881
Build
1,217
1,388
2,302
2,677
2,069
2,475
1,963
2,188
2,281
2,814
'< ,/--~
"
Comparison Numbers
Along Central Blvd.
from
Mobility Study and Justification Reports
Central Blvd --North of PGA Blvd.
(Numbers are peak hour from intersection counts)
Northbound
Year No Build 10[15 Build 10[15
AM 2009 900 900
2013 962 962
2020 1242 1038 1334 1216
2040 1545 1212 1661 1481
PM 2009 510 510
2013 611 611
2020 2136 1983 1751 1349
2040 2658 2337 2179 1631
Sou th bound
AM 2009 830 830
2013 1304 1304
2020 1865 1029 1510 816
2040 2322 1301 1881 1127
PM 2009 670 670
2013 762 762
2020 1669 1004 1494 865
2040 2077 1270 1859 1175
Central Blvd. -between Hood & Donald Ross
Northbound
Year No Build 10/15 Build 10/15
AM 2009 940 940
2013 635 63 5
2020 1094 773 1369 1044
2040 1363 1053 1704 1194
PM ·2009 710 710
2013 666 666
2020 1840 1050 1841 1016
2040 2289 1377 2290 1447
Southbound
AM 2009 610 610
2013 853 853
2020 1610 982 1840 111 1
2040 2004 1416 2290 1447
PM 2009 720 720
2013 628 628
2020 1699 954 1556 943
2040 2112 1660 1937 1679
p ·
Central Blvd @ Victoria Falls
Northbound
Year No Build 10[15 Bu ild 10[1 5
AM 2009 N/A N/A
2013 545 545
2020 1104 809 2225 1799
2040 1374 1055 2768 2143
PM 2009 N/A N/A
2013 545 545
2020 1846 791 2733 148 1
2040 2298 1113 3401 2184
Sound bound
AM 2009 N/A N/A
2013 575 575
2020 1841 1030 2654 1627
2040 2251 1435 3303 2006
PM 2009 N/A N/A
2013 575 575
2020 1538 941 2388 1238
2040 1914 1340 2973 1816
Military Tr. & Kyoto Gardens Dr.
Projected Traffic Comparisons
AM-Military tr. n/o PGA
No Build Build
2013 2020 2040 2020 2040
Southbound 1762 2898 3594 2453 3051
10/15 1617 1844 1434 1733
Northbound 816 2850 3549 2329 2899
10/15 1732 2089 1469 1723
AM-Military tr. n/o K~oto
No Build Build
2013 2020 2040 2020 2040
Southbound 1592 2869 3570 2335 2905
10/15 1139 2021 890 1193
Northbound 759 2339 2911 1747 2174
10/15 1105 1304 866 999
AM -Military Tr. s/o Hood Rd.
No Build Build
2013 2020 2040 2020 2040
Southbound 1155 2449 3049 2013 2504
10/15 1238 1536 988 1298
Northbound 1098 1965 2445 1707 2124
10/15 1074 1347 822 1030
PM -Military Tr. n[o PGA
No Build Build
2013 2020 2040 2020 2040
Southbound 1659 2798 3481 2359 2909
10/15 1713 2022 1557 1800
Northbound 1189 3201 3862 2735 3402
10/15 1867 2126 1676 2042
PM-Military Tr. nlo Kioto
No Build Build
2013 2020 2040 2020 2040
Southbound 1199 2295 2857 1905 2305
10/15 1230 1475 1034 1192
Northbound 1138 2668 3322 2251 2801
10/15 1284 1602 1063 1330
PM -Military Tr. slo Hood Rd.
No Build Buil d
2013 2020 2040 2020 2040
Southbound 1200 1932 2404 1758 2187
10/15 1111 1332 1011 1193
Northbound 1107 2275 2830 2132 2655
10/15 974 1445 1033 1218
Kyoto Gardens Dr. Traffic from Military Tr. to the East
AM -Off of Military Tr. -on to Kioto
No Build Build
2013 2020 2040 2020 20 40
From South 73 370 461 442 550
10/15 171 201 210 248
From North 129 229 285 165 205
10/15 91 113 68 84
PM -Off of Military Tr. -on to Kioto
No Build Build
2013 2020 2040 2020 20 40
From South 128 585 728 581 723
10/15 317 362 319 364
From North 45 40 so 40 so
10/15 21 25 21 25
Traffic from Kyoto Gardens Dr. on to Military Tr.
AM -On to Military Tr. from Kioto
No Build Buil d
2013 2020 2040 2020 2040
To South 288 252 314 218 271
10/15 252 314 218 249
To North 94 47 58 65 80
10/15 47 58 65 68
•.
PM -On to Militarv Tr. from Kioto
No Build Build
20 13 2020 2040 2020 2040
To South 506 298 370 260 323
10/15 298 370 260 323
To North 296 151 189 156 194
10/15 116 149 121 194
• Lower lnleBedion Delay
• ticher lrr..er.actlon Delay
-LowerV~i.re
tricher Vclur,e
ii@tdffii:\11
SR 9 / 1-95 at PGA Boulevard I Central Bcdevard
Changes im Traffic Conditions Due to Interchange
Project Develooment & Ervironmental Study-FM No. 413265-1-22-0l
@:@;#I
LEGEND
No-Build Condition
Build Condition
[!] Round trip time in mirutes
illlii¥5=Mi
SR 9 / 1-95 at PGA. Boulevard / Central Boulevard
Round Tri:> Time Comparison -1
Pr•ject Development & Ervironmenlal St•d) -FM No. "13265-1-22-01
L£GE'\ID
No-3uild Dndition
Buil:I Concltion
[!] Ron trip time in ini"lutes
Hi15t4ii#ii
SR 9 / 1-95 at PGJ!. 3oulevard ,· Central loulevad
Rou ,d Tr s: Time Comparison -2
P11>ject Oeveloprrent & &l .. ironmentals~•v -fM No. 4:32e5 -1-21-01
I
LEGEND
No-Build Condilioo
Build Condition
[!] Round trip time in mhi.tes I
iitM@#lf#H
SR 9 / 1-95 at PGA Boolevard I Central B•:>ulevard
Round Trip Time Compcrison - 3
P11>j!ct Development Ii Enviro,mental ~udtf-FM 'IJ . 41:265-1-22-01
FDOJ'"~ .. a .
L=GEND
No-Bud Condit'on
Buid Condition
0 Ro•n.:I trip time in minutes I
UMldMUI
SR 9 / 1-95 at PGA Bouleva-c I Central BoulEvard
Rcu1cl Trip Time Co•parison -4
Project D=lop:l'Ed & E•vironmentalSll.dy -FM No. 4 :32165i -:-22-01
FDQ.Tl) a -
LEGEND
No-3uild Condiilm
Bufj Conditior
[!] RolWld trip time in mi,utes I
iiM@tJ:ili#I '
SR 9 / 1-95 at PGA Bo•levard I Central Bwevard
Round rr., Time Cc-nparison -5
PIOject DelOl!lopment r. Envi romiental Si'.wy -FM No. 4132!i5-:-21-01
FD~