Loading...
HomeMy WebLinkAboutAgenda Council Agenda 010611 CITY OF PALM BEACH GARDENS COUNCIL AGENDA January 6, 2011 7:00 P.M. I. PLEDGE OF ALLEGIANCE II. ROLL CALL III. ADDITIONS, DELETIONS, MODIFICATIONS: IV ANNOUNCEMENTS / PRESENTATIONS: a. MAYOR’S VETERANS GOLF TOURNAMENT CHECK PRESENTATION. b. FIRE RESCUE VOLUNTEER RECOGNITION. V. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS: VI. CITY MANAGER REPORT: VII. COMMENTS FROM THE PUBLIC: (For Items Not on the Agenda, please submit request form to the City Clerk prior to this Item) VIII. CONSENT AGENDA: a. (Page 4) APPROVE MINUTES FROM DECEMBER 16, 2010 CITY COUNCIL MEETING. b. (Staff Report on Page 9, Resolution on Page 11) RESOLUTION 1, 2011 - FOUR YEAR MASTER LEASE AGREEMENT. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING A FOUR (4) YEAR MASTER LEASE AGREEMENT WITH GE CAPITAL CORPORATION/VFS FOR GOLF MAINTENANCE EQUIPMENT THROUGH AN EXISTING CONTRACT WITH THE STATE OF FLORIDA NO. 760-000-10-1; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. Mayor Levy Vice Mayor Premuroso Council Member Russo Council Member Jablin Council Member Tinsley c. (Staff Report on Page 107, Resolution on Page 109) RESOLUTION 3, 2011 - PURCHASE AWARD TO XYBIX SYSTEMS, INC. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING AN AGREEMENT WITH ERGOFLEX SYSTEMS, INC. (D/B/A XYBIX SYSTEMS, INC.) FOR THE PURCHASE AND INSTALLATION OF DISPATCH AND COMMUNICATIONS WORKSTATIONS FOR THE EMERGENCY OPERATIONS AND COMMUNICATIONS CENTER VIA AN EXISTING RFP (NO. 10P-075) AND CONTRACT WITH MARION COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. d. (Page 155) PROCLAMATION – ARBOR DAY IX. PUBLIC HEARINGS: (* Designates Quasi-Judicial Hearing) a. (Staff Report on Page 156, Ordinance on Page 164) ORDINANCE 1, 2011 – (1st READING) AMENDING THE CITY’S LAND DEVELOPMENT REGULATIONS. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING CHAPTER 78. LAND DEVELOPMENT. BY REPEALING SUBSECTION 78-80(a)(12) AND READOPTING SAME, AS REVISED; FURTHER AMENDING CHAPTER 78. BY REPEALING SUBSECTION 78-157(b). DEFINITIONS. IN ITS ENTIRETY AND RESERVING SAME FOR FUTURE LEGISLATION; FURTHER AMENDING CHAPTER 78. BY REPEALING SECTIONS 78-571. AND 78-572. AND SUBSECTION 78-681(b)(5) AND READOPTING SAME, AS REVISED IN ORDER TO CLARIFY PARK AND RECREATION REQUIREMENTS; FURTHER AMENDING CHAPTER 78. AT SECTION 78-751. DEFINITIONS. BY REPEALING THE DEFINITIONS OF “ALLEY” AND “GOVERNMENT USES” AND READOPTING SAME, AS REVISED, AND ADOPTING NEW DEFINITIONS OF “BUILD TO LINE”, “COMMUNITY PARK”, “LIVE-WORK”, “MAIN STREET”, “NEIGHBORHOOD PARK”, “PEDESTRIAN-ORIENTED GROUND FLOOR USES”, “PRIMARY STREET”, “SECONDARY STREET”, “TERTIARY STREET”, AND “WATER ACCESS”; PROVIDING THAT EACH AND EVERY OTHER SECTION AND SUBSECTION OF CHAPTER 78. LAND DEVELOPMENT. SHALL REMAIN IN FULL FORCE AND EFFECT AS PREVIOUSLY ADOPTED; PROVIDING A CONFLICTS CLAUSE, A SEVERABILITY CLAUSE, AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. b. *(Staff Report on Page 174, Resolution on Page 198) RESOLUTION 2, 2011 - AMENDING RESOLUTION 83, 2005. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING CERTAIN CONDITIONS OF APPROVAL FOR THE CHRIST FELLOWSHIP CHURCH NORTH CAMPUS PLANNED UNIT DEVELOPMENT (PUD), LOCATED ON NORTHLAKE BOULEVARD APPROXIMATELY 0.8 MILES WEST OF NORTH MILITARY TRAIL, AS DESCRIBED MORE PARTICULARLY HEREIN; PROVIDING CONDITIONS OF APPROVAL; 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 REGULAR COUNCIL MEETING PAGE 1 12•16•10 CITY OF PALM BEACH GARDENS 1 CITY COUNCIL 2 REGULAR MEETING 3 DECEMBER 16, 2010 4 5 The regular meeting was called to order at 7:00 p.m. by Mayor Levy. 6 I. PLEDGE OF ALLEGIANCE 7 Mayor Levy requested a moment of silence in remembrance of Palm Beach Gardens resident 8 Thomas Sosey. 9 II. ROLL CALL 10 PRESENT: Mayor David Levy, Vice Mayor Robert Premuroso, Councilmember Joseph 11 Russo, Councilmember Eric Jablin, Councilmember Marcie Tinsley. 12 ABSENT: None. 13 III. ADDITIONS, DELETIONS, MODIFICATIONS 14 UNDER ANNOUNCEMENTS AND PRESENTATIONS 15 a. Federal Emergency Management Agency (FEMA) Reimbursements Recognition. 16 Councilmember Jablin made a motion for approval of the addition. 17 Councilmember Russo seconded. 18 Motion passed 5-0. 19 IV. ANNOUNCEMENTS AND PRESENTATIONS 20 a. Federal Emergency Management Agency (FEMA) Reimbursements Recognition. 21 City Manager Ferris recognized Risk Management Coordinator Gracie Wong for her 22 efforts in obtaining reimbursement from FEMA for expenses incurred by the City following 23 hurricanes Frances and Jeanne. 24 V. ITEMS OF RESIDENT INTEREST AND BOARD/COMMITTEE REPORTS 25 Councilmember Tinsley thanked Gracie Wong for her hard work and reported on attending 26 a Chamber of Commerce meeting. Councilmember Russo reported on Downtown at the 27 Gardens activities and recognized Thomas Sosey. Vice Mayor Premuroso reported on City 28 financial interests. Councilmember Jablin recognized Thomas Sosey and reported on 29 improvements at Landmark at the Gardens. Mayor Levy reported on the Hanukkah party held 30 at Midtown at the Gardens and a caroling event and wished all happy holidays. 31 VI. CITY MANAGER REPORT 32 None. 33 VII. COMMENTS FROM THE PUBLIC 34 None. 35 VIII. CONSENT AGENDA 36 a. APPROVE MINUTES FROM NOVEMBER 4, 2010 CITY COUNCIL MEETING. 37 b. APPROVE MINUTES FROM NOVEMBER 18, 2010 CITY COUNCIL MEETING. 38 c. APPROVE MINUTES FROM DECEMBER 2, 2010 CITY COUNCIL MEETING. 39 d. PROCLAMATION – LET’S MOVE CAMPAIGN. 40 Councilmember Jablin made a motion for approval of the Consent Agenda. 41 Councilmember Russo seconded. 42 Motion passed 5-0. 43 IX. PUBLIC HEARINGS: (*Designates Quasi-Judicial Hearing) 44 Mayor Levy announced the procedures for tonight’s proceedings. 45 Those preparing to give testimony were sworn in. 46 The City Clerk read Ordinance 27, 2010 by title. 47 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 2 12•16•10 a. *ORDINANCE 27, 2010 – (2nd READING AND ADOPTION) REZONING PARCEL 18.A07. 1 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, 2 FLORIDA REZONING ONE (1) PARCEL OF REAL PROPERTY CONSISTING OF 3 APPROXIMATELY TWELVE AND 39/100 (12.39) ACRES, MORE OR LESS; SUCH PARCEL 4 BEING LOCATED GENERALLY AT THE NORTHWEST CORNER OF THE INTERSECTION 5 OF HOOD ROAD AND THE FLORIDA TURNPIKE, INFORMALLY KNOWN AS “PARCEL 6 18.A07”, AS MORE PARTICULARLY DESCRIBED HEREIN, FROM PALM BEACH COUNTY 7 RESIDENTIAL SINGLE FAMILY (RS) AND RESIDENTIAL ESTATE (RE) TO CITY OF PALM 8 BEACH GARDENS RESIDENTIAL LOW, UP TO 4 UNITS PER ACRE (RL-2) ZONING 9 DISTRICT; PROVIDING FOR REVISIONS TO THE ZONING DISTRICT MAP; PROVIDING A 10 CONFLICTS CLAUSE, A SEVERABILITY CLAUSE, AND AUTHORITY TO CODIFY; 11 PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. 12 Mayor Levy opened the public hearing. 13 No ex parte communication was declared. 14 Public Comment: None. 15 Mayor Levy closed the public hearing. 16 Councilmember Jablin made a motion for approval of Ordinance 27, 2010 on second 17 reading and adoption. 18 Vice Mayor Premuroso seconded. 19 Motion passed 5-0. 20 The City Clerk read Resolution 91, 2010 by title. 21 b. *RESOLUTION 91, 2010 –- OUTDOOR ACCESSORY STRUCTURE AT MIDTOWN. A 22 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, 23 FLORIDA APPROVING A MAJOR SITE PLAN AMENDMENT TO THE MIDTOWN PLANNED 24 UNIT DEVELOPMENT (PUD), LOCATED AT 4801 PGA BOULEVARD, AS MORE 25 PARTICULARLY DESCRIBED HEREIN, TO ADD AN OUTDOOR ACCESSORY STRUCTURE 26 IN THE PLAZA BETWEEN CANTINA LAREDO AND III FORKS STEAKHOUSE; PROVIDING 27 CONDITIONS OF APPROVAL; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER 28 PURPOSES. 29 Mayor Levy opened the public hearing. 30 No ex parte communication was declared. 31 Presentation by: Alessandria Kalfin, Cotleur & Hearing, Inc. 32 Staff Presentation: Director of Planning and Zoning Natalie Wong. 33 Public Comment: Vito DeFrancesco, 1049 Shady Lakes Circle, Palm Beach Gardens. 34 Mayor Levy closed the public hearing. 35 Councilmember Jablin made a motion for approval for Resolution 91, 2010. 36 Vice Mayor Premuroso seconded. 37 Motion passed 5-0. 38 The City Clerk read Ordinance 28, 2010 by title. 39 c. ORDINANCE 28, 2010 – (1ST READING) AMENDING FISCAL YEAR 2010/2011 40 BUDGETED FUND BALANCE CARRY. AN ORDINANCE OF THE CITY COUNCIL OF 41 THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING THE CITY OF PALM 42 BEACH GARDENS’ BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 43 2010, AND ENDING SEPTEMBER 30, 2011, INCLUSIVE; PROVIDING A CONFLICTS 44 CLAUSE AND A SEVERABILITY CLAUSE; PROVIDING AN EFFECTIVE DATE; AND 45 FOR OTHER PURPOSES. 46 Mayor Levy opened the public hearing. 47 Staff Presentation: Finance Administrator Allan Owens. 48 Public Comment: None. 49 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 3 12•16•10 Mayor Levy closed the public hearing. 1 Councilmember Jablin made a motion for approval for Ordinance 28, 2010 on first reading. 2 Vice Mayor Premuroso seconded. 3 Motion passed 5-0. 4 The City Clerk read Ordinance 29, 2010 by title. 5 d. ORDINANCE 29, 2010 – (1ST READING) AMENDING THE FISCAL YEAR 6 2010/2011 BUDGET. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF 7 PALM BEACH GARDENS, FLORIDA AMENDING THE CITY OF PALM BEACH 8 GARDENS’ BUDGET FOR THE FISCAL YEAR BEGINNING OCTOBER 1, 2010, AND 9 ENDING SEPTEMBER 30, 2011, INCLUSIVE; PROVIDING A CONFLICTS CLAUSE 10 AND A SEVERABILITY CLAUSE; PROVIDING AN EFFECTIVE DATE; AND FOR 11 OTHER PURPOSES. 12 Mayor Levy opened the public hearing. 13 Staff Presentation: Finance Administrator Allan Owens. 14 Public Comment: None. 15 Mayor Levy closed the public hearing. 16 Councilmember Jablin made a motion for approval for Ordinance 29, 2010 on first reading. 17 Vice Mayor Premuroso seconded. 18 Motion passed 5-0. 19 e. *RESOLUTION 55, 2010 – (CONTINUED FROM NOVEMBER 18, 2010) 20 AMENDMENT TO THE SOUTHAMPTON PLANNED UNIT DEVELOPMENT (PUD). A 21 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, 22 FLORIDA APPROVING AN AMENDMENT TO THE SOUTHAMPTON PLANNED 23 UNIT DEVELOPMENT (PUD), LOCATED AT THE NORTHEAST CORNER OF 24 CENTRAL BOULEVARD AND PGA BOULEVARD, AS MORE PARTICULARLY 25 DESCRIBED HEREIN, TO ALLOW THE CONSTRUCTION OF 96 TOWNHOMES AND 26 58 SINGLE-FAMILY HOMES; PROVIDING WAIVERS; PROVIDING CONDITIONS OF 27 APPROVAL; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. 28 Mayor Levy continued the public hearing. 29 Presentation by: Dodi Glas, Gentile, Holloway, O’Mahoney & Associates. 30 Public Comment: None. 31 Mayor Levy let the public hearing remain open. 32 Councilmember Jablin made a motion to continue Resolution 55, 2010 to date certain 33 February 3, 2011. 34 Vice Mayor Premuroso seconded. 35 Motion passed 5-0. 36 X. RESOLUTIONS 37 The City Clerk read Resolution 93, 2010 by title. 38 a. RESOLUTION 93, 2010 – APPOINTMENT OF ONE MEMBER TO THE BUDGET 39 OVERSIGHT COMMITTEE. A RESOLUTION OF THE CITY COUNCIL OF THE CITY 40 OF PALM BEACH GARDENS, FLORIDA APPROVING THE APPOINTMENT OF A 41 REGULAR MEMBER TO THE BUDGET OVERSIGHT COMMITTEE; PROVIDING AN 42 EFFECTIVE DATE; AND FOR OTHER PURPOSES. 43 Discussion ensued. 44 Councilmember Jablin made a motion to approve Resolution 93, 2010 nominating Marilyn 45 Lew Jacobs for membership on the Budget Oversight Committee. 46 Councilmember Tinsley seconded. 47 Motion passed 5-0. 48 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 4 12•16•10 The City Clerk read Resolution 94, 2010 by title. 1 b. RESOLUTION 94, 2010 – PURCHASE OF FIFTEEN REPLACEMENT VEHICLES. A 2 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, 3 FLORIDA APPROVING THE PURCHASE OF FIFTEEN (15) REPLACEMENT POLICE 4 DEPARTMENT VEHICLES FROM MAROONE DODGE OF PEMBROKE PINES AND 5 HUB CITY FORD, INC. VIA AN EXISTING CONTRACT WITH THE FLORIDA 6 SHERIFF’S ASSOCIATION, CONTRACT NO. 10-18-0907; PROVIDING AN 7 EFFECTIVE DATE; AND FOR OTHER PURPOSES. 8 Staff Presentation: Police Sergeant Joseph Corrao. 9 Public Comment: None. 10 Councilmember Jablin made a motion for approval of Resolution 94, 2010. 11 Vice Mayor Premuroso seconded. 12 Motion passed 5-0. 13 The City Clerk read Resolution 95, 2010 by title. 14 c. RESOLUTION 95, 2010 - GENERAL OBLIGATION REFUNDING BONDS. A 15 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, 16 FLORIDA AUTHORIZING THE ISSUANCE OF $4,440,996.89 GENERAL OBLIGATION 17 REFUNDING BONDS, SERIES 2010 FOR THE PURPOSE OF REFUNDING ALL OF 18 THE CITY'S GENERAL OBLIGATION BONDS, SERIES 1998 AND SERIES 1999, THAT 19 REMAIN OUTSTANDING; PRESCRIBING THE FORM, TERMS, AND DETAILS OF 20 SUCH BONDS; MAKING CERTAIN OTHER COVENANTS AND AGREEMENTS IN 21 CONNECTION WITH THE ISSUANCE OF SUCH BONDS; SPECIFYING THE USE OF 22 THE PROCEEDS OF SUCH BONDS; AWARDING SUCH BONDS TO SUNTRUST 23 BANK BY NEGOTIATED SALE; DIRECTING THE LEVY OF THE AD VALOREM 24 TAXES OF THE CITY OF PALM BEACH GARDENS TO THE REPAYMENT OF THE 25 BONDS; DESIGNATING THE BONDS AS “QUALIFIED TAX-EXEMPT 26 OBLIGATIONS” WITHIN THE MEANING OF SECTION 265(b)(3) OF THE INTERNAL 27 REVENUE CODE OF 1986, AS AMENDED; PROVIDING A CONFLICTS CLAUSE AND 28 A SEVERABILITY CLAUSE; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER 29 PURPOSES. 30 Staff Presentation: Finance Administrator Allan Owens. 31 Public Comment: None. 32 Discussion ensued. 33 Councilmember Jablin made a motion for approval of Resolution 95, 2010. 34 Vice Mayor Premuroso seconded. 35 Motion passed 5-0. 36 XI. ITEMS FOR COUNCIL ACTION/DISCUSSION 37 Councilmember Russo made a motion nominating Councilmember Tinsley as the Council 38 Liaison to the Parks and Recreation Advisory Board. 39 Vice Mayor Premuroso seconded. 40 Motion passed 5-0. 41 XII. CITY ATTORNEY REPORT 42 None. 43 44 45 46 47 48 49 CITY OF PALM BEACH GARDENS REGULAR COUNCIL MEETING PAGE 5 12•16•10 XIII. ADJOURNMENT 1 Councilmember Jablin made a motion to adjourn. 2 Vice Mayor Premuroso seconded. 3 Motion passed 5-0. 4 The meeting adjourned at 7:59 p.m. 5 The next regularly scheduled City Council meeting will be held January 6, 2011. 6 7 APPROVED: 8 9 10 11 David Levy, Mayor 12 13 14 15 Robert G. Premuroso, Vice Mayor 16 17 18 19 Joseph R. Russo, Councilmember 20 21 22 23 Eric Jablin, Councilmember 24 25 26 27 Marcie Tinsley, Councilmember 28 29 30 31 32 33 34 35 ATTEST: 36 37 38 39 40 Patricia Snider, CMC 41 City Clerk 42 43 44 Note: These minutes are prepared in compliance with 286.011 F.S. and are not verbatim transcripts of 45 the meeting. A verbatim audio record is available from the Office of the City Clerk. 46 All referenced attachments are on file in the Office of the City Clerk. 47 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Meeting Date: January 6, 2011 Resolution 1, 2011 SubjectlAgenda Item: Approve a four (4) year Master Lease Agreement with GE Capital CorporationNFS for Golf Maintenance Equipment [XI Recommendation to APPROVE ] Recommendation to DENY ieviewed by: -inance dm' istrator a- Man Owens Submitted by: Approved by: Ronald M.ferris Originating Dept.: Operations Director *&- Tim Kasher Advertised: Date: Paper: [ x ] Not Required Affected parties [ ] Notified [ X ] Not required 2osts: $241,298.24 (Total) $40,633.04 Current FY 'unding Source: ] Operating X ] Other Budget Acct.#: 106.2540.572.4420 Council Action: [ ]Approved [ ] Approved w/ conditions [ ] Denied [ ] Continued to: Attachments: -Resolution 1, 201 1 -Exhibit A: Leaselpurchase Quotation -Exhibit B: State of Florida Contract No. 760-000-1 0-1 -Exhibit C: Sample Master Lease Agreement Meeting Date: January 6,2011 Resolution 1, 2011 Page 2 of 2 BACKGROUND: The Palm Beach Gardens Golf Course requires daily use of maintenance equipment to maintain turf grass, common grass, sand traps, greens, and tees, as well as the surrounding common areas. Utility carts are used by staff as all- purpose work vehicles for the golf course. Our current lease with Siemens Financial Services Inc. is coming to an end; therefore, new equipment is required to maintain the facility. Wesco Turf, Inc. was awarded State of Florida Contract No. 760-000-10 for landscape maintenance equipment. Hector Turf, Inc. is an authorized dealer for Wesco Turf, Inc. for our geographic area; therefore, Hector Turf, Inc. will be supplying the required equipment. Staff recommends entering into a new four (4) year Master Lease Agreement for such equipment with GE Capital CorporationNFS, which is Hector Turf, Inc.’s financing company. The agreement will include the following equipment: 0 2 Tor0 Greenmaster 3050 Mowers (for greens) 0 2 Tor0 Greenmaster 3050 Mowers (for tees) 0 1 Tor0 5510 Reelmaster Fairway Mower 0 1 Tor0 3500 Groundsmaster 0 1 Tor0 SandPro 3040 0 1 Tor0 Rough Area Mower 4500-D 0 1 Tor0 Workman HD Utility Vehicle 0 1 Tor0 Z Master G3 This equipment provides the latest in technology and efficiency. The estimated annual cost to the City after the first year will be $60,199.56, for a total contract sum of $241,298.07 over the four (4) year period. STAFF RECOMMENDATION: Staff recommends approval of Resolution 1, 201 1 as presented. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 1,2011 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING A FOUR (4) YEAR MASTER LEASE AGREEMENT WITH GE CAPITAL CORPORATIONNFS FOR GOLF MAINTENANCE EQUIPMENT THROUGH AN EXISTING CONTRACT WITH THE STATE OF AND FOR OTHER PURPOSES. FLORIDA NO. 760-000-1 0-1 ; PROVIDING AN EFFECTIVE DATE; WHEREAS, the City operates a municipal golf course that utilizes specialized equipment for golf course operations and maintenance of turf; and WHEREAS, Section 2-294, Code of Ordinances permits the City to “piggyback” an agreement awarded to another governmental agency pursuant to a competitive sealed bid; and WHEREAS, the City has received a quote from Hector Turf, Inc., an authorized dealer of Wesco Turf, Inc., a copy of which is attached hereto as Exhibit “A, in accordance with an existing contract with the State of Florida No. 760-000-10-1, a copy which is attached hereto as Exhibit “B”: and WHEREAS, City staff recommends entering into a Master Lease Agreement with GE Capital CorporationNFS for such golf maintenance equipment, a sample of which is attached hereto as Exhibit “C”; and WHEREAS, the City Council deems approval of this Resolution to be in the best interests of the health, safety, and welfare of the residents and citizens of the City of Palm Beach Gardens and the public at large. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City Council hereby approves the lease of golf maintenance equipment from GE Capital CorporationNFS, and hereby authorizes the City Manager to execute the necessary leasing documents in a form acceptable to the City Attorney. SECTION 3. This Resolution shall become effective immediately upon adoption. Page 1 of 2 Resolution 1,201 1 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 PASSED AND ADOPTED this day of ,2011 CITY OF PALM BEACH GARDENS, FLORIDA BY: David Levy, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SU FFl Cl ENCY BY: R. Max Lohman, City Attorney VOTE: MAYOR LEVY VICE MAYOR PREMUROSO COUNCILMEMBER RUSSO COUNCILMEMBER JABLIN COUNCILMEMBER TINSLEY AYE NAY ABSENT G:\attorney-share\RESOLUTlONSPOl l\Resolution 1 201 1 -golf maint equip 3.docx Page 2 of 2 EXHIBIT “A” - 1301 N.W. THIRD mEET DEERFIELD REACII. Ft.33442 Qty. Model# 1 03680 f054) 429 - 3200 FAX (OS41 7254701 Description ________ Tor0 Reelmaster 5510 Midweight Fairway Mower Qnotation Provided for Palm Beach Gardens Municipal Golf Course October 25,201 0 - ,' 03682 I 1 Blade DPA Fairway Cutting Units (5) 1 10-8860 2-P&t R6R- z __ - - - _- I , MSRP/ State1 Extembnl Coutract $53,781.98 $42.487.76 542,487.76 __ -- 30358-Birnini Canws Canopy Top 2 043s 1 'I'&-hsk%cr 3050 Triplex Riding Ciracnsmow& . $26,402.00 $20,857.58 .~ $41.7 15.16 -- - 0461 1 11 Eladc Cutting Unit, DPA(3) 04626 Wichlc Kollm Kit (Namw) - - - -- Triplex Riding G&mower __ 04610 8 Blade Cutting Unit. DPA(3) 04626 Wichle Roller Kit ma&&) ___ - .. - 30359 Universal Sun Shade $26,120.00 .- I I 1 1 I 30839 I 'I'm GToundsrnid& 3500-D Rotary Trim Mower _.. 1 07369 1 30857 1 74923 - - __ 1 __ _- I 08755 QhS Spiker __ 087 14 Manual Hladc (40") Tm Workman HD Heavy Duty Utility Vehicle Toro Groundsmaster 4500-D Rotary Rmgh Mower $20,007.00 $1 5,805.53 $1 5.805.53 $62,902.00 $49.692.58 $49,692.58 - __ -- __ .- - - -- - .~ 30359 Universal Sun Shade - ._ - $1 1,221 .OO $7,742.49 57,742.49 TOTAL $245,780.53 - __ Z Master <i3 - 27 HP Kawasaki 52" 'I'urbo Fwcc Dcck __ - - __ WITwo &nd Pro 3040 Rmmker Rak<--2* 08751 Tooth Rake proridcdby: Tm DeYoung 954-429-3200 Financing TO: ATTENTION: Distributor: Sales Rep: December 8,2010 Palm Beach Gardens Municipal Golf Course Cindy Unger Hector Turf Tom DeYoung Thank you for the opportunity to propose the following equipment leasing solution on behalf of Tor0 Financing. We appreciate this opportunity to earn your business. Leased Property: Supplier's Invoice Prices (estimated): LESS: Down PaymentlTrade-in: TOTAL AMOUNT LEASED: Monthly Payment: New Tor0 Turf Equipment $245,780.53 $ 245,780.53 $ 5,016.63 Base Term Rent CalculationlPayment Information Term Number of Pavments Pavment Factor 48 Months 48 0.02041 1 - ONE monthly payment@) islare due in advance. All payments are net of applicable taxes, insurance and any other sums you may be responsible for under the terms of the lease. These calculations are based on the United States Treasury obligations as quoted in the Wall Street Journal (the "Index"), on the date of this letter and are subject to adjustments due to increases occurring in the Index between the date of this proposal and the date of any schedule under your lease, with the payment amounts to be adjusted to reflect a proportionate increase. (Adjustments also occur if the total amount of supplier invoice prices is less than the above estimated amount) Supplier Payment Process Tor0 Financing will pay your supplier upon acceptance of financed property, and your authorization, under the terms of the supplier invoice. Rentals Due on Execution of Lease Documents When Tor0 Financing prepares and provides the Lease Documents, an initial payment amount of is required. This will be applied as your first monthly rental and documentation fee due. $ 5,266.63 Fair Market Value Purchase Option At the end of the Base Term, providing all terms and conditions have been satisfied, and subject to the tens and conditions of the Lease Documents, you may either return the leased property under the terms and conditions of the lease, or purchase the leased equipment for its then Fair Market Value. Documentation Fee: $ 250.00 (Due upon execution of lease documents) Hourly Limitations: Your lease payment is based upon usage of according to the terms and conditions of the lease. - 900 hours per year. Any usage in excess of that amount will be billed Good Faith Proposal Only Please note that this is a proposal only representing a preliminary description of the possible terms of a future transaction. This proposal cannot define all of the possible terms and conditions of the proposed transaction. Tor0 Financing's acceptance of any deposit is not intended to be a commitment to enter into a lease, nor is it intended to obligate Tor0 Financing to you in any way. Tor0 Financing has not yet sought the internal credit approval to finalize this lease offering. This approval would be subject to Tor0 Financing's further due diligence, analysis and consideration. The proposed terms and conditions listed here must be approved by Tor0 Financing's internal credit group, at which point, execution and delivery of documentation satisfactory in form and substance to Tor0 Financing would follow. Also, the terms of this proposal may be modified during this credit review process and/or Tor0 Financing may decide to decline the application. Tor0 Financing, program administered by GE Capital Mark McCommon Vice President 386-274-1 759 Terms of Proposal Accepted. Please submit for credit review By: Date: Palm Beach Gardens Municipal Golf Course 2101 Cantu Court, Sarasota, FL. 34232-6242 941.377.6777 800.486.8873 Fax 941.371.2967 300 Technology Park, Lake Mary, FL. 32746 407.333.3600 Fax 407.333.9246 7037 Commonwealth Ave., Jacksonville. FL. 42220 904.783.0500 Fax 904.783.3835 December 8,2010 To whom it may concern, Wesco Turf, Inc. was awarded the Florida State Contract No 760-000-10-1; Construction, Agricultural & Lawn Equipment effective April 28,2010 through June 30,2012. All purchase orders must be made out to Wesco Turf, Inc., however orders will be handled by authorized dealers based in your area. Hector Turf is an authorized State Contract Dealer for Tor0 commercial turf equipment for your geographic area. Please feel free to contact me if 1 can be of any further assistance. Greg Gamble Vice President Wesco Turf, Inc. .G reg.gam bIe @wescoturf.com 941.487.6887 EXHIBIT “B” 1 DEPARTMENT OF MANAGEMENT le r v i c e -s Division of State Purchasing 4050 Esplanade Way Suite 360 Tallahassee. Florida 32399-0950 Tel: 8~0.488.8+10 www.dms.Myflorida.com F~x: 850.4 14-6 I 22 Gwemor Charlie Crist CERTIFICATION OF CONTRACT TITLE: Construction, Industrial, Agricultural, & Lawn Equipment CONTRACT NO.: 760-000-1 0-1 ITB NO.: 03-760-000-S EFFECTIVE: April 28, 201 0 through June 30, 2012 CONTRACTOR(S) (REV 11 JUN 2010): ADM Ventures, Inc. dba Yale Lift Trucks of Florida Alamo Industrial dba Alamo Sales Corp. (A) American Sportworks LLC (A) Ariens Company - Gravely (A) Barloworld Handling LLC (A) Best Equipment & Repair Inc. (A) Bobcat Company (A) CNH America LLC (A) Construction Sales & Service, Inc. (A) Georgia (A) Secretary Linda H. South Excel Industries Inc. dba Hustler Turf Equipment (A) Florida Outdoor Equipment, Inc. (R) Glade & Grove Supply Co., Inc. (A) Golf Ventures (A) Gradall Industries, Inc. (A) G S Equipment, Inc. (A) Gulf Coast Turf and Tractor LLC dba Gulf Coast Tractor and Equipment (A) JCB, Inc. (A) John Deere Company - A Division of Deere & Company (C&CE Division) (A) John Deere Construction Retail Sales (A) Kelly Tractor Co. (A) Komatsu America Corporation (A) Live Oak Lawn Supply, Inc. (R) Magic Circle Corporation dba Dixie Chopper (A) Nortrax Equipment Company SE LP (A) Ring Power Corporation (A) Roberts Supply, Inc. (A) Robinson Outdoors, Inc (A) Sarlo Power Mowers, Inc. (A) Stihl Southeast, Inc. (A) Superior Tractor Company (A) Suwannee River Kubota LLC (A) Tiger Corporation (A) Trekker Tractor, LLC (A) Triple D Equipment, Inc. (A) U.S. Shoring & Equipment Co. (A) Wesco Turf, Inc. (A) We serve those who serve Florida. A. AUTHORITY - Upon affirmative action taken by the State of Florida Department of Management Services, a Contract has been executed between the State of Florida and the designated Contractor(s). B. EFFECT - This Contract was entered into to provide economies in the purchase of Construction, Industrial, Agricultural, & Lawn Equipment by all State of Florida agencies and institutions. Therefore, in compliance with Section 287.042, Florida Statutes, all purchases of these commodities shall be made under the prices, discounts, requirements, specifications, terms, and conditions of this Contract and with the Contractor(s) specified. C. ORDERING INSTRUCTIONS -All purchase orders shall be issued in accordance with the attached ordering instructions, requirements, terms, and conditions. Purchaser shall order at the prices and discounts indicated, exclusive of all Federal, State, and local taxes. All Contract Purchase Orders shall show the State Purchasing Contract Number, Commodity Group Number, Line Number, Commodity(ies) Description, quantity, with unit prices extended and purchase order totaled. (This requirement may be waived when purchase is made by a blanket purchase order.) D. CONTRACTOR PERFORMANCE - Agencies shall report any Contractor failure to perform according to the requirements of this Contract on Complaint to Vendor, form PUR7017. Should the Contractor fail to correct the problem within a prescribed period of time, then form PUR7029, Request for Assistance, is to be filed with this office. E. SPECIAL AND GENERAL CONDITIONS - Special and general conditions are enclosed for your information. Authorized Sign a tu re DSP/cw Attachments (date) 2 CONTRACT MANAGER NAME: CHRISTOPHER WALKER E-MAIL: christoDher.walker@.dms.mvflorida.com TELEPHONE: 850-488-7540 rhe remainder of this page is intentionally left blank (other than footer information).] 3 TABLE OF CONTENTS 1 .O INTRODUCTION 2.0 3.0 SPECIAL INSTRUCTIONS TO RESPONDENTS GENERAL INSTRUCTIONS TO RESPONDENTS [PUR1 001 (10/06)] 4.0 5.0 SPECIAL CONDITIONS 6.0 TECHNICAL SPECIFICATIONS GENERAL CONTRACT CONDITIONS [PUR1 000 (1 0/06)] 7.0 PRICE SHEET & ORDERING INSTRUCTIONS AND FORMS phe remainder of this page is intentionally left blank (other than footer information).] 4 SECTION 1 .O INTRODUCTION CONTENTS: 1.2 TIMELINE 1 .I PURPOSE AND SCOPE nhe remainder of this page is intentionally left blank (other than footer information).] 5 1.1 Purpose and Scope The State of Florida (“State”), Department of Management Services (“Department”), invites interested Vendors, including Construction, Industrial, Agricultural, & Lawn Equipment Manufacturers and Dealers, to submit Responses in accordance with these solicitation documents. The purpose of the solicitation is to establish a State Term Contract for the acquisition of Construction, Industrial, Agricultural, & Lawn Equipment with potential options for renewals as allowed by Chapter 287, Florida Statutes. The intent of the solicitation is to obtain the most cost effective Construction, Industrial, Agricultural, & Lawn Equipment for the State of Florida while maximizing availability, quality, and level of service. Qualified Vendors must have the capability to provide Construction, Industrial, Agricultural, & Lawn Equipment in all respects in accordance with the solicitation documents and to the satisfaction of the Department. The State Term Contract period, if awarded, is anticipated to begin on the Contract Formation date, per Section 2.17, and to end June 30, 2012, with potential options to renew per Chapter 287, Florida Statutes. 1.2 Timeline January 27,2010 Llssue Solicitation within MyFloridaMarketPlace Sourcing Tool (Provide Notice within -e Vendor Bid System) February 03,2010 Requests for Approved Equivalents Due via Mail (No later than 2:OO pm ET). Note: See Section 3.8, Manufacturer I Brand Names and Approved Equivalents February 03,2010 Questions from Vendors Due via Q&A Board within MyFloridaMarketPlace Sourcing Tool (No later than 2:OO pm ET). February 10,2010 Post Responses to Vendor Requests for Approved Equivalents and Questions within MyFloridaMarketPlace Sourcing Tool and Vendor Bid System. Solicitation Responses Due within MyFloridaMarketPlace Sourcing Tool (Some Required Documents via Mail) (No later than 2:OO pm ET). Post Notice of Intended Award within Vendor Bid System (Per Section 2.13, Electronic Posting of Notice of Intended Award). February 18,201 0 March 23,2010 DO NOT RELY ON THE MYFLORIDAMARKETPLACE SOURCING TOOL’S TIME REMAINING CLOCK. THE OFFICIAL SOLICITATION CLOSING TIME SHALL BE AS REFLECTED IN SECTION 1.2, TIMELINE. The response deadline(s) shall be as reflected in Section 1.2, Timeline, of this solicitation. The MyFloridaMarketPlace Sourcing Tool’s time remaining clock is not the official submission date and time deadline, it is intended only to approximate the solicitation closing and may require periodic adjustments. It is stronqlv recommended to submit your Response as early as possible. You should allow time to receive any requested assistance and to receive verification of your submittal: waiting until the last hours of the solicitation could impact the timelv submittal of your Response. Fhe remainder of this page is intentionally left blank (other than footer information).] 6 SECTION 2.0 GENERAL INSTRUCTIONS TO RESPONDENTS rPURl001 (1 OlO6u CONTENTS: 2.1 DEFINITIONS. 2.2 2.3 2.4 2.5 2.6 2.7 2.8 2.9 2.10 2.1 1 2.12 2.13 2.14 2.1 5 2.16 2.17 2.18 2.19 2.20 2.21 GENERAL INSTRUCTIONS. TERMS AND CONDITIONS. QUESTIONS. CONVICTED VENDORS. DISCRIMINATORY VENDORS. PERFORMANCE QUALIFICATIONS. PUBLIC OPENING. CLARIFICATIONSIREVISIONS. CONTRACT FORMATION. CONTRACT OVERLAP. PUBLIC RECORDS. PROTESTS. ELECTRONIC SUBMISSION OF RESPONSES. CONFLICT OF INTEREST. RESPONDENT’S REPRESENTATION AND AUTHORIZATION. MANUFACTURER’S NAME AND APPROVED EQUIVALENTS. ELECTRONIC POSTING OF NOTICE OF INTENDED AWARD. FIRM RESPONSE. MINOR IRREGULARITIES~RIGHT TO REJECT. LIMITATION ON VENDOR CONTACT WITH AGENCY DURING SOLICITATION PERIOD. phe remainder of this page is intentionally left blank (other than footer information).] 7 2.1 Definitions. The definitions found in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined: (a) "Buyer" means the entity that has released the solicitation. The "Buyer" may also be the "Customer" as (b) "Procurement Officer" means the Buyer's contracting personnel, as identified in the Introductory Materials. (c) "Respondent" means the entity that submits materials to the Buyer in accordance with these Instructions. (d) "Response" means the material submitted by the respondent in answering the solicitation. (e) "Timeline" means the list of critical dates and actions included in the Introductory Materials. defined in the PUR 1000 if that entity meets the definition of both terms. 2.2 General Instructions. Potential respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare responses accordingly. 2.3 Electronic Submission of Responses. Respondents are required to submit responses electronically. For this purpose, all references herein to signatures, signing requirements, or other required acknowledgments hereby include electronic signature by means of clicking the 'Submit Response" button (or other similar symbol or process) attached to or logically associated with the response created by the respondent within MyFloridaMarketPlace. The respondent agrees that the action of electronically submitting its response constitutes: an electronic signature on the response, generally, an electronic signature on any form or section specifically calling for a signature, and an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement. 2.4 Terms and Conditions. All responses are subject to the terms of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed: Technical Specifications, Special Conditions and Instructions, Introductory Materials. Instructions to Respondents (PUR IOOI), General Conditions (PUR IOOO), and The Buyer objects to and shall not consider any additional terms or conditions submitted by a respondent, including any appearing in documents attached as part of a respondent's response. In submitting its response, a respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with terms and conditions, including those specifying information that must be submitted with a response, shall be grounds for rejecting a response. 2.5 Questions. Respondents shall address all questions regarding this solicitation to the Procurement Officer. Questions must be submitted via the Q&A Board within MyFloridaMarketPlace and must be RECEIVED NO LATER THAN the time and date reflected on the Timeline. Questions shall be answered in accordance with the Timeline. All questions submitted shall be published and answered in a manner that all respondents will be able to view. Respondents shall not contact any other employee of the Buyer or the State for information with respect to this solicitation. Each respondent is responsible for monitoring the MyFloridaMarketPlace site for new or changing information. The Buyer shall not be bound by any verbal information or by any written information that is not contained within the solicitation documents or formally noticed and issued by the Buyer's contracting personnel. Questions to the Procurement Officer or to any Buyer personnel shall not constitute formal protest of the specifications or of the solicitation, a process addressed in paragraph 19 of these Instructions. 2.6 Conflict of Interest. This solicitation is subject to chapter 112 of the Florida Statutes. Respondents shall disclose with their response the name of any officer, director, employee or other agent who is also an employee of the State. Respondents shall also disclose the name of any State employee who owns, directly or indirectly, an interest of five percent (5%) or more in the respondent or its affiliates. 8 2.7 Convicted Vendors. A person or affiliate placed on the convicted vendor list following a conviction for a public entity crime is prohibited from doing any of the following for a period of 36 months from the date of being placed on the convicted vendor list: submitting a bid on a contract to provide any goods or services to a public entity; submitting a bid on a contract with a public entity for the construction or repair of a public building or public work; submitting bids on leases of real property to a public entity; being awarded or performing work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and transacting business with any public entity in excess of the Category Two threshold amount ($25,000) provided in section 287.01 7 of the Florida Statutes. 2.8 Discriminatory Vendors. An entity or affiliate placed on the discriminatory vendor list pursuant to section 287.1 34 of the Florida Statutes may not: submit a bid on a contract to provide any goods or services to a public entity; submit a bid on a contract with a public entity for the construction or repair of a public building or public work; submit bids on leases of real property to a public entity; be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity; or transact business with any public entity. 2.9 Respondent’s Representation and Authorization. In submitting a response, each respondent understands, represents, and acknowledges the following (if the respondent cannot so certify to any of following, the respondent shall submit with its response a written explanation of why it cannot do so). The respondent is not currently under suspension or debarment by the State or any other governmental authority. To the best of the knowledge of the person signing the response, the respondent, its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (1 0) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract. Respondent currently has no delinquent obligations to the State, including a claim by the State for liquidated damages under any other contract. The submission is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive response. The prices and amounts have been arrived at independently and without consultation, communication, or agreement with any other respondent or potential respondent; neither the prices nor amounts, actual or approximate, have been disclosed to any respondent or potential respondent, and they will not be disclosed before the solicitation opening. The respondent has fully informed the Buyer in writing of all convictions of the firm, its affiliates (as defined in section 287.133(1)(a) of the Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company. Neither the respondent nor any person associated with it in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or position involving the administration of federal funds: o Has within the preceding three years been convicted of or had a civil judgment rendered against them or is presently indicted for or othewise criminally or civilly charged for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; violation of federal or state antitrust statutes; or 9 commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; or o Has within a three-year period preceding this certification had one or more federal, state, or local government contracts terminated for cause or default. The product offered by the respondent will conform to the specifications without exception. The respondent has read and understands the Contract terms and conditions, and the submission is made in conformance with those terms and conditions. If an award is made to the respondent, the respondent agrees that it intends to be legally bound to the Contract that is formed with the State. The respondent has made a diligent inquiry of its employees and agents responsible for preparing, approving, or submitting the response, and has been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in the response. The respondent shall indemnify, defend, and hold harmless the Buyer and its employees against any cost, damage, or expense which may be incurred or be caused by any error in the respondent’s preparation of its bid. All information provided by, and representations made by, the respondent are material and important and will be relied upon by the Buyer in awarding the Contract. Any misstatement shall be treated as fraudulent concealment from the Buyer of the true facts relating to submission of the bid. A misrepresentation shall be punishable under law, including, but not limited to, Chapter 817 of the Florida Statutes. 2.1 0 Manufacturer’s Name and Approved Equivalents. Unless otherwise specified, any manufacturers’ names, trade names, brand names, information or catalog numbers listed in a specification are descriptive, not restrictive. With the Buyer’s prior approval, the Contractor may provide any product that meets or exceeds the applicable specifications. The Contractor shall demonstrate comparability, including appropriate catalog materials, literature, specifications, test data, etc. The Buyer shall determine in its sole discretion whether a product is acceptable as an equivalent. 2.11 Performance Qualifications. The Buyer reserves the right to investigate or inspect at any time whether the product, qualifications, or facilities offered by Respondent meet the Contract requirements. Respondent shall at all times during the Contract term remain responsive and responsible. In determining Respondent’s responsibility as a vendor, the agency shall consider all information or evidence which is gathered or comes to the attention of the agency which demonstrates the Respondent’s capability to fully satisfy the requirements of the solicitation and the contract. Respondent must be prepared, if requested by the Buyer, to present evidence of experience, ability, and financial standing, as well as a statement as to plant, machinery, and capacity of the respondent for the production, distribution, and servicing of the product bid. If the Buyer determines that the conditions of the solicitation documents are not complied with, or that the product proposed to be furnished does not meet the specified requirements, or that the qualifications, financial standing, or facilities are not satisfactory, or that performance is untimely, the Buyer may reject the response or terminate the Contract. Respondent may be disqualified from receiving awards if respondent, or anyone in respondent‘s employment, has previously failed to perform satisfactorily in connection with public bidding or contracts. This paragraph shall not mean or imply that it is obligatory upon the Buyer to make an investigation either before or after award of the Contract, but should the Buyer elect to do so, respondent is not relieved from fulfilling all Contract requirements. 2.12 Public Opening. Responses shall be opened on the date and at the location indicated on the Timeline. Respondents may, but are not required to, attend. The Buyer may choose not to announce prices or release other materials pursuant to s. 119.071 (l)(b), Florida Statutes. Any person requiring a special accommodation because of a disability should contact the Procurement Officer at least five (5) workdays prior to the solicitation opening. If you are hearing or speech impaired, please contact the Buyer by using the Florida Relay Service at (800) 955-8771 (TDD). 10 2.13 Electronic Posting of Notice of Intended Award. Based on the evaluation, on the date indicated on the Timeline the Buyer shall electronically post a notice of intended award at httD://fcn.state.fl.us/owa vbs/owa/vbs www.main menu. If the notice of award is delayed, in lieu of posting the notice of intended award the Buyer shall post a notice of the delay and a revised date for posting the notice of intended award. Any person who is adversely affected by the decision shall file with the Buyer a notice of protest within 72 hours after the electronic posting. The Buyer shall not provide tabulations or notices of award by telephone. 2.14 Firm Response. The Buyer may make an award within sixty (60) days after the date of the opening, during which period responses shall remain firm and shall not be withdrawn. If award is not made within sixty (60) days, the response shall remain firm until either the Buyer awards the Contract or the Buyer receives from the respondent written notice that the response is withdrawn. Any response that expresses a shorter duration may, in the Buyer's sole discretion, be accepted or rejected. 2.1 5 ClarificationslRevisions. Before award, the Buyer reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of submissions from all respondents deemed eligible for Contract award. Failure to provide requested information may result in rejection of the response. 2.16 Minor IrregularitieslRight to Reject. The Buyer reserves the right to accept or reject any and all bids, or separable portions thereof, and to waive any minor irregularity, technicality, or omission if the Buyer determines that doing so will serve the State's best interests. The Buyer may reject. any response not submitted in the manner specified by the solicitation documents. 2.17 Contract Formation. The Buyer shall issue a notice of award, if any, to successful respondent@), however, no contract shall be formed between respondent and the Buyer until the Buyer signs the Contract. The Buyer shall not be liable for any costs incurred by a respondent in preparing or producing its response or for any work performed before the Contract is effective. 2.18 Contract Overlap. Respondents shall identify any products covered by this solicitation that they are currently authorized to furnish under any state term contract. By entering into the Contract, a Contractor authorizes the Buyer to eliminate duplication between agreements in the manner the Buyer deems to be in its best interest. 2.19 Public Records. Article 1, section 24, Florida Constitution, guarantees every person access to all public records, and Section 119.011, Florida Statutes, provides a broad definition of public record. As such, all responses to a competitive solicitation are public records unless exempt by law. Any respondent claiming that its response contains information that is exempt from the public records law shall clearly segregate and mark that information and provide the specific statutory citation for such exemption. 2.20 Protests. Any protest concerning this solicitation shall be made in accordance with sections 120.57(3) and 287.042(2) of the Florida Statutes and chapter 28-1 10 of the Florida Administrative Code. Questions to the Procurement Officer shall not constitute formal notice of a protest. It is the Buyer's intent to ensure that specifications are written to obtain the best value for the State and that specifications are written to ensure competitiveness, fairness, necessity and reasonableness in the solicitation process. Section 120.57(3)(b), F.S. and Section 28-110.003, Fla. Admin. Code require that a notice of protest of the solicitation documents shall be made within seventy-two hours after the posting of the solicitation. Section 120.57(3)(a), F.S. requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in section 120.57(3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes." Section 28-1 10.005, Fla. Admin. Code requires the following statement to be included in the solicitation: "Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, or failure to post the 11 bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes.” 2.21 Limitation on Vendor Contact with Agency During Solicitation Period. Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response. phe remainder of this page is intentionally left blank (other than footer information).] 12 CONTENTS: 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.10 3.1 1 3.12 3.13 SECTION 3.0 SPECIAL INSTRUCTIONS To RESPONDENTS CONTACT PERSON DEFINITIONS MYFLORIDAMARKETPLACE SOLICITATION OVERVIEW ESTIMATED QUANTITIES SUBMITTAL OF RESPONSE EVALUATION CRITERIA STATE OBJECTIVES LOBBYING TERMS AND CONDITIONS WHO MAY RESPOND AMENDMENTS OR ADDENDUMS TO THE SOLICITATION DOCUMENTS MANUFACTURER / BRAND NAMES AND APPROVED EQUIVALENTS BASIS FOR AWARD [The remainder of this page is intentionally left blank (other than footer information).] 13 3.1 Contact Person Refer ALL Inquiries to: Christopher Walker, FCCM Purchasing Analyst Division of State Purchasing Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, FL 32399-0950 (850)488-7540 (voice) (850)414-6122 (facsimile) christoDher.walker@dms.mvflorida.com Please Note: All solicitation related Questions must be submitted through the MyFloridaMarketPlace Sourcing Tool Q&A Board per Section 2.5; MyFloridaMarketPlace system Questions may be answered in the MyFloridaMarketPlace Solicitation Overview, Section 3.5. Any additional technical Questions related to the MyFloridaMarketPlace system can be directed to the MyFloridaMarketPlace Customer Service Desk at 866-FLA-EPRO (866-352-3776) or vendorhelD@mvfloridamarkettdace.com. 3.2 Terms and Conditions Potential Respondents to the solicitation are encouraged to carefully review all the materials contained herein and prepare Responses accordingly. All Responses are subject to the requirements, specifications, terms, and conditions of the following sections of this solicitation, which, in case of conflict, shall have the order of precedence listed: Section 1 .O, Introduction Section 6.0, Technical Specifications Section 5.0, Special Conditions Section 3.0, Special Instructions to Respondents Section 4.0, General Contract Conditions [PUR 1000 (10/06)] Section 2.0, General Instructions to Respondents [PUR 1001 (10/06)] Section 7.0, Price Sheet & Ordering Instructions and Forms The Department objects to and shall not consider any additional terms or conditions submitted by a Respondent, including any appearing in documents attached as part of a Respondent‘s Response. In submitting its Response, the Respondent agrees that any additional terms or conditions, whether submitted intentionally or inadvertently, shall have no force or effect. Failure to comply with the solicitation requirements, specifications, terms, and conditions, including those specifying information that must be submitted with a Response, shall be grounds for rejecting a Response. This Section, 3.2, supersedes and replaces Section 2.4, Terms and Conditions. 3.3 Definitions The Definitions found and referenced in the General Instructions to Respondents [PUR1001 (10/06)], Section 2.1, and General Contract Conditions [PUR1000 (10/06)], Section 4.1, shall apply to this Section. The following additional terms are also defined: (a) “State” means the State of Florida. (b) “Department“ means the Florida Department of Management Services. 14 “Procurement Officer”, “Contract Manager”, or “Contract Administrator” means the Buyer’s contracting personnel, as identified in Section 3.1 or as amended by the Department. “Eligible User(s)” is defined in 60A-1.005, F.A.C. The following entities are eligible users: 1. All governmental agencies, as defined in Section 163.3164, F.S., which have a physical presence within the State of Florida; 2. Any independent, non-profit college or university that is located within the State of Florida and is accredited by the Southern Association of Colleges and Schools. Section 287.056 of the Florida Statutes governs agencies’ use of the Contract. Others may seek Department approval under section 287.042(2)(a) as an eligible user of the Contract. “Vendor(s)” means the entity that believes itself capable and is in the business of providing a Commodity and / or service similar to those within the solicitation, and may or may not respond to the solicitation. “Contractor(s)” means the Respondent that has been awarded and contracts to sell Commodities and / or contractual services, which meet the requirements, specifications, terms, and conditions herein, to an Eligible User. “OEM(s)” or “Manufacturer(s)” means the Original Equipment Manufacturer or original producer or provider of a Commodity and / or service. “Dealer(s)” means a Manufacturer’s certified representative authorized by the Manufacturer to market, sell, provide, and / or service specific Commodities and / or services of the Manufacturer in the State of Florida. “Commodity(ies)” means a tangible good, which may or may not meet the specifications herein. “Commodity Code(s)” means the State of Florida specified numeric code for classifying Commodities and contractual services which meet specific requirements, specifications, terms, and conditions herein. “Approved Equivalent” means a Manufacturer / Brand Name, Commodity, or contractual service that meets or exceeds the requirements, specifications, terms, and conditions of the solicitation, and is approved by the Department as an equivalent to a Manufacturer / Brand Name, Commodity, or contractual service listed in the solicitation documents. “Base Equipment”, “Base Vehicle(s)”, “Equipment”, “Machine(s)”, “Unit(s)”, or “Vehicle(s)” unless stated otherwise, means a Department specified Commodity, which meets the requirements, specifications, terms, and conditions herein, and may include components, features, and configurations different than those provided by the Manufacturer and Dealer on the standard version of the Commodity. “OEM Option(s)”, “OEM Accessory(ies)”, “OEM Implement(s)”, “Option(s)”, “Accessory(ies)”, and “lmplement(s)” means an original Manufacturer’s Base Equipment related optional component, feature, or configuration, which meets the requirements, specifications, terms, and conditions herein, and may be installed to, uninstalled from, or provided with or separately from the Base Equipment by the Manufacturer or Dealer, as is specified, ordered, legal, customary, reasonable, and prudent in the industry. “MSRP(s)” is an acronym for the Manufacturer’s Suggested Retail Price. It represents the Manufacturer’s pre-determined and recommended retail selling price, list price, published price, or other usual and customary price that would be paid by the purchaser for specific 15 Commodities and contractual services without benefit of a Contract resulting from the solicitation, if awarded. “MSRP List(s)” is an acronym for the Manufacturer’s Suggested Retail Price List, a collection of MSRPs and related information. In the priority listed below, only the following are acceptable sources of current MSRPs and MSRP Lists for use under the solicitation and resulting Contract, if awarded: 1. Manufacturer’s Annual U.S. Price Book, and 2. Manufacturer’s official website. MSRPs and MSRP Lists must be formally published, publicly listed and available, and verifiable by the Department. MSRPs and MSRP Lists may not be custom or solely developed, created, maintained, altered, revised, changed, modified, or utilized for purposes of the solicitation and resulting Contract, if awarded. 3.4 Who May Respond The Department will accept Responses from capable Construction, Industrial, Agricultural, & Lawn Equipment Manufacturers and Dealers, who are in good standing with the State of Florida, satisfying the requirements, specifications, terms, and conditions of the solicitation documents. To be eligible for award, a Respondent shall have the demonstrated capability to perform a statewide Contract in the State of Florida. By submitting a Response, each Respondent certifies that it understands, agrees to, and satisfies all criteria specified in the solicitation documents. The Department may request, and the Respondent shall provide, supporting information and documentation. Failure to su~plv sumortinq information and documentation as required or requested will result in disqualification of the Response. 3.5 MyFloridaMarketPlace Solicitation Overview The Department uses the MyFloridaMarketPlace System (“MFMP”) to receive Responses to solicitations electronically. 3.5.1 MyFloridaMarketPlace Vendor Registration Application Vendors must have a revised, current, and complete Vendor Registration Application identified on the MyFloridaMarket Place Vendor Registration System at: httDs://vendor.mvfloridamarketdace.com/. If you have not registered or have requested a registration update, please be advised that a minimum of forty-eight (48) hours will be required for access to the MyFloridaMarketPlace Sourcing Tool. Completion of this registration is mandatory for those Vendors who wish to submit a Response. 3.5.2 MyFloridaMarketPlace Sourcing Tool Training This solicitation will be conducted using the MyFloridaMarketPlace Sourcing Tool at: httDs://sourcina.mvforidamarket~lace.com/. Optional training on how to respond to this solicitation electronically is offered at: httD://marketDlace.mvflorida.com/vendor/vendor solicitation hebhtm. Download and review the document titled “ITB Event User Guide.” 0 For all technical questions about the Sourcing Tool, Vendors should contact the MyFloridaMarketPlace Customer Service Desk at 866-FLA-EPRO (866-352-3776) or: vendorhelD@mvfloridamarketDlace.com. 0 For additional information or assistance on using the Sourcing Tool, please visit the MyFloridaMarketPlace website at the following link: httD://marketDlace.mvflorida.com/vendor/vendor solicitation hebhtm. 16 This site includes: a. Solicitation User Guides b. On Demand web-based Sourcing training link c. WinZip FAQs d. Vendor FAQs 3.5.3 MyFloridaMarketPlace Sourcing Tool Tips When working in the MyFloridaMarketPlace Sourcing Tool, be aware of the twenty (20) minute time-out function in the tool. This means that you should save your work (click the SAVE button) at intervals of less than twenty (20) minutes to ensure your entries since you last saved are not lost. Please note that clicking the SAVE button within the MyFloridaMarketPlace Sourcing Tool only saves your solicitation Responses. The SAVE button does not transmit vour solicitation Response to the State. In order to transmit your solicitation Response to the State, you must click the SUBMIT button on the SUMMARY page of the solicitation Response. After clicking the SUBMIT button, it is the Respondent‘s responsibility to check any submitted Response within the My FloridaMarketPlace Sourcing Tool to verify that the Response is accurately and completely captured within the MyFloridaMarketPlace Sourcing Tool. Respondents must do this while there is sufficient time remaining in the solicitation period in the event you discover an error and need to resubmit a revised Response. To validate your Response, you should do the following before the solicitation period ends: Go to the “My Bids / My Responses” tab within the MyFloridaMarketPlace Sourcing Tool after you submitted your Response. Click on the Response ID number of your last submitted Response. Review entire Response to make sure all responses are complete, accurate, and as you intended to submit. Minimum areas to check are: Text boxes - Is your entire answer viewable? Yes/No questions - Is the displayed answer correct? All uploaded document files - Can you open attached document(s) and clearly view entire content? Does the content of the file(s) match your intended Response within the MyFloridaMarketPlace Sourcing Tool (e.g., not an earlier version, incomplete copy, or working copy)? Pricing and Other Information - Are all Prices and other information you intended to submit visible and accurately captured within MyFloridaMarketPlace Sourcing Tool? Required Items - Are all items listed in the solicitation completed as required within the MyFloridaMarketPlace Sourcing Tool? 0 DO NOT RELY ON THE MYFLORIDAMARKETPLACE SOURCING TOOL’S TIME REMAINING CLOCK. THE OFFICIAL SOLICITATION CLOSING TIME SHALL BE AS REFLECTED IN SECTION 1.2, TIMELINE. The response deadline(s) shall be as reflected in Section 1.2, Timeline, of this solicitation. The MyFloridaMarketPlace Sourcing Tool’s time remaining clock is not the official submission date and time deadline, it is intended only to approximate the solicitation closing and may require periodic adjustments. It is stroncrlv recommended to submit vour Response as earlv as possible. You should allow time to receive any requested assistance and to receive verification of vour submittal; waitina until the last hours of the solicitation could impact the timelv submittal of vour Response. 17 3.5.4 MyFloridaMarketPIace and Vendor Bid System Email Notification 3.6 3.7 3.8 Vendors are reminded that the sourcing tools’ Email Notifications are an option provided as a courtesy. The State of Florida is not under any obligation and does not guarantee that Vendors will receive Email Notifications concerning the posting, Addendum, Amendment, or close of solicitations. Vendors are responsible for checkina the MvFloridaMarketPlace Sourcina Tool and the Vendor Bid Svstem for information and updates concerninq solicitations. Amendments or Addendums to the Solicitation Documents The Department reserves the right to issue Amendments or Addendums to the solicitation. Notice of any Amendment or Addendum will be posted within the MyFloridaMarketPlace Sourcing Tool and / or the Vendor Bid System. Such notice, if required, will contain the appropriate details for identifying and reviewing the formal notices and / or changes to the solicitation. Each Vendor is responsible for monitoring the MyFloridaMarketPlace Sourcing Tool and the Vendor Bid System sites for new or changing information concerning the solicitation. Estimated Quantities To assist Respondents in the solicitation process, average estimated annual historical spend information is provided. Spend information is based on historic data. This figure shall not be construed as a commitment. Estimated Annual Spend: $30 Million ($30M USD) The above figure reflects estimated annual spend generated by Eligible Users of past contracts for similar Commodities and or contractual services and is not a commitment. Additional estimations of usage, quantity, volume, weight, spend, and / or other estimates may be provided by the Department in the solicitation documents. The figures provided are to assist Respondents in the solicitation process and / or to assist the Department in evaluating, measuring, and / or scoring Responses to the solicitation and shall not be construed as commitments. Manufacturer I Brand Names and Approved Equivalents Unless otherwise specified, any Manufacturer / Brand Names, Commodities, or contractual services listed in the solicitation documents are descriptive, not restrictive. However, Vendors must request and receive a determination by the Department of an Approved Equivalency for any Manufacturer / Brand Name, Commodity, or contractual service not specifically listed. The term, Approved Equivalent, indicates a Manufacturer / Brand Name, Commodity, or contractual service that meets or exceeds the requirements, specifications, terms, and conditions of the solicitation, and is approved by the Department as an equivalent to a Manufacturer / Brand Name, Commodity, or contractual service listed in the solicitation documents. To request an Approved Equivalent determination by the Department, the Vendor will submit in writing (via U.S. Mail or courier service) to the Contact Person, Section 3.1, a request for approval as an Approved Equivalent by the Requests for Approved Equivalents Due Date and Time from the Timeline, Section 1.2. The Request for Approved Equivalent must contain the following: 1. the requested Manufacturer / Brand Name; 2. the applicable Commodity Group(s); 3. a brief description of how the Vendor believes the requested Manufacturer / Brand Name’s Commodities and / or contractual services meet or exceed listed Manufacturer / Brand Name’s Commodities and / or contractual services and the solicitation’s requirements, specifications, terms, and conditions; 18 4. supporting documentation, which demonstrates the comparability of the requested Manufacturer / Brand Name’s Commodities and / or contractual services to the other listed Manufacturer / Brand Name’s Commodities and / or contractual services, including: a. applicable Manufacturer’s literature, documentation, specifications, test data, etc.; and b. any additional documentation demonstrating to the Department the comparability of the requested Manufacturer / Brand Name’s Commodities and / or contractual services. c. Note: i. All supporting documentation shall be individually labeled with the applicable Commodity Group or Section Number. ii. The Department. at its sole discretion, reserves the ricrht to consider Manufacturer’s literature or information that is in the possession of the Department or readilv accessible bv the Department. if the literature or information supersedes the Manufacturer’s literature or information submitted bv the Vendor. 5. acceptable documentation that the requesting Vendor is an authorized Construction, Industrial, Agricultural, & Lawn Equipment Manufacturer or Dealer and capable of providing Commodities or contractual services to meet or exceed the complete requirements, specifications, terms, and conditions, and not just supply aftermarket options or third-party services; 6. the outer packaging of the request shall clearly state: Solicitation Number; Title, Request for Approved Equivalents (ITB No. 03-760-000-S; Construction, Industrial, Agricultural, & Lawn Equipment: Request for Approved Equivalents), and the Requests for Approved Equivalents Due Date and Time from the Timeline in Section 1.2 of the solicitation; and 7. multiple requests may be contained in one package, but each request must be documented and labeled independently and clearly. Failure to Drovide all reauired information with the Reauest for ADDroved Eauivalent bv the date and time specified on the Timeline will result in reiection of the request. As time is of the essence, should the Department receive Requests for Approved Equivalents that are either significant in number or in complexity, the Department in its sole discretion may prioritize the requests for evaluation purposes. The Department will make every reasonable effort to review Requests for Approved Equivalents in the time available, but not all requests may be evaluated. Requests for Approved Equivalents that are not evaluated by the Department will not be approved. The Department shall determine in its sole discretion whether a request for an Approved Equivalent is compliant and complete, and whether the Manufacturer / Brand Name, Commodity, or contractual service requested is acceptable as an Approved Equivalent. Any determinations by the Department will be provided in the Post Responses to Vendor Requests for Approved Equivalents and Questions reply, as provided in the Timeline, Section 1.2. Approved Equivalent determinations will not be given by any other method. If the Department approves a requested Manufacturer / Brand Name, Commodity, or contractual service as an Approved Equivalent, the Department will amend the solicitation documents to list the approved Manufacturer / Brand Name, Commodity, or contractual service in the location(s) where the Department determines is the best fit. The Respondent may offer only Manufacturer / Brand Names, Commodities, or contractual services that meet or exceed the solicitation’s requirements, specifications, terms, and conditions, and which are listed as Manufacturer / Brand Names, Commodities, or contractual services. Should a Respondent submit a Response containing a Manufacturer / Brand Name, Commodity, or contractual service that does not meet or exceed the solicitation’s requirements, specifications, terms, and conditions, or is not listed as a Manufacturer / Brand Name, Commodity, or contractual service in the applicable solicitation documents, the offer for the individual non-compliant or non-listed Manufacturer / Brand Name, Commodity, or contractual service will be disqualified as non-responsive. This Section, 3.8, supersedes and replaces Section 2.1 0, Manufacturer’s Name and Approved Equivalents. 19 3.9 Submittal of Response 3.9.1 Submittal of Offer Respondents will submit their offers via the MyFloridaMarketPlace Sourcing Tool (httDs://sourcina.mvtloridamarketDlace.com/). The Response shall include all appropriate pricing, discounts, documents, forms, files, question responses, and information responses located within the MyFloridaMarketPlace Sourcing Tool for the solicitation. All required or requested pricing, discounts, documents, forms, files, question responses, and information responses will be entered electronically in the MyFloridaMarketPlace Sourcing Tool during this solicitation as indicated. If no indication for submission is provided for required or requested documents or files, or if instructions to mail a specific document, form, or file are provided, then those specific documents, forms, or files only shall be mailed to the attention of the Contact Person in Section 3.1 of the solicitation. The outer packaging of mailed documents shall clearly state: Solicitation Title, Number (ITB No. 03-760-000-S; Construction, Industrial, Agricultural, & Lawn Equipment), and the Solicitation Responses Due Date and Time from the Timeline in Section 1.2 of the solicitation. Failure to provide all reauired information within the solicitation Response shall result in reiection of the Response. In the event the Respondent submits more than one Response in the MyFloridaMarketPlace Sourcing Tool, only the last Response received by the system shall be considered for award. Previous Responses will not be visible to the State of Florida. Responses (other than document, file, or form submissions indicated by the solicitation to be mailed) not submitted within the MyFloridaMarketPlace Sourcing Tool shall be rejected. The system will require Respondents to review the Solicitation Preparation Checklist (Section 7.2) and confirm that they have completed all required activities before receiving the offer. The Solicitation Preparation Checklist does not relieve the Respondent of responsibility for ensuring that all requirements of the solicitation are included with the solicitation Response. The Solicitation Preparation Checklist does not have to be provided with the Response. Each Respondent is responsible for ensuring that their offer is accurately and completely submitted before the Solicitation Responses Due Date and Time noted on the Timeline in Section 1.2 of the solicitation. The Department shall not consider late offers and the System will NOT accept offers after the Solicitation Responses Due Date and Time specified in the Timeline. The ResDonse must be accurate, complete. and submitted in the MvFloridaMarketplace Sourcina Tool. or as otherwise provided in the solicitation documents, by the date and time specified on the Timeline or the Response shall be deemed non-responsive. 3.9.2 Price Sheet & Ordering Instructions Responses Price Sheet & Ordering Instructions Responses will be submitted in the locations and formats provided in the Price Sheet & Ordering Instructions, Section 7.1, as described and / or referenced within this Section, 3.9.2. The Price Sheet & Ordering Instructions, Section 7.1, is contained within a separate Microsoft ExcelTM workbook. There are two (2) individual spreadsheet tabs within the Price Sheet & Ordering Instructions: one (1) Price Sheet tab (per this Section 3.9.2) and one (1) Ordering Instructions Form tab (per Sections 3.9.8, Ordering Instructions, and 5.5, Ordering Instructions Information). The Price Sheet tab contains twenty-four (24) Commodity Groups, each with individual lines (rows) for each related Manufacturer / Brand Name (listed in alphabetical order) and its associated fields: Line No.; Manufacturer / Brand Name; Organization Name; Base Equipment MSRP Discount [##.##%I; OEM Options, Accessories, & Implements MSRP Discount [##.##%I; OEM Parts MSRP Discount [##.##YO]; and MSRP List [Include: MSRP List Name, MSRP List Date, and MSRP List 20 Pages / Sections]. Information regarding the Ordering Instructions and their submission can be found in Sections 3.9.8, Ordering Instructions, and 5.5, Ordering Instructions Information. Respondents are encouraged to respond for as many of the provided Commodity Groups and Manufacturer / Brand Names (with their associated fields) as they may choose to offer, but for each Commodity Group and Manufacturer / Brand Name offered, all related information must be supplied and submitted in the appropriate fields, provided locations, and formats required on the Price Sheet & Ordering Instructions, Section 7.1. Unless specifically noted as optional, the Respondent must complete the following fields for each Commodity Group and Manufacturer / Brand Name offered in the Section 7.1, Price Sheet & Ordering Instructions, Price Sheet tab: Organization Name; Base Equipment MSRP Discount [##.##%I; OEM Options, Accessories, & Implements MSRP Discount [##.##%I (Except Group No. 15); OEM Parts MSRP Discount [##.##%I (Optional); and MSRP List [Include MSRP List Name, MSRP List Date, and MSRP List Pages / Sections]. Note: See Section 3.9.5, Supporting Documents, MSRP List for additional information. The light-yellow colored spaces (cells) on the Price Sheet & Ordering Instructions, Section 7.1, are the places where the Respondent may offer specific Base Equipment MSRP Discounts; OEM Options, Accessories, & Implements MSRP Discounts; and OEM Parts Discounts and is required to supply accurate, compliant, and comDlete information per the requirements, specifications, terms, and conditions herein. These light-yellow colored spaces (cells) on the Price Sheet & Ordering Instructions may contain bracketed notes providing instructions and requirements to assist the Respondent in providing the required information in the required format. Where provided, the Respondent shall follow the instructions and formats noted in any bracketed instructions for all Commodity Groups and Manufacturer / Brand Names offered. Should a Respondent not offer a specific Commodity Group or Manufacturer / Brand Name, they shall leave the associated line (row), space(s), and field(s) untouched or blank (do not delete the line (row)); it is not required to mark a line as “No Bid”. Where a Commodity Group and Manufacturer / Brand Name is offered, the Respondent must offer the associated Base Equipment MSRP Discount and OEM Options, Accessories, & Implements MSRP Discount along with supplying the applicable MSRP List information. The Respondent is not required, but is encouraged to offer the associated OEM Parts Discount. Offers for Base Eauipment Discounts without an offer for the associated OEM Options, Accessories, & Implements MSRP Discounts will be reiected as non-responsive. Offers for OEM Options, Accessories, & Implements MSRP Discounts and I or OEM Parts MSRP Discounts without an offer for the associated Base Equipment Discounts will be reiected as non-responsive. Offers not includinq the applicable MSRP List information will be reiected as non-responsive. All Prices will be in U.S. Dollars, whole ($USD; e.g., $999.999); all Discounts shall be a positive Percentage to the one-hundredth decimal place (%; e.g., 99.99%); and all Dates will be in full standard numerical format (e.g., #/#/##/W). The Respondent agrees and confirms that the prices (net after discount, as applicable) offered do not exceed the MSRP for the respective Commodity. The Respondent may offer only Commodities that meet or exceed the solicitation’s requirements, specifications, terms, and conditions, and for which the Commodity Group and Manufacturer / Brand Name is listed in the Price Sheet & Ordering Instructions (Section 7.1). Should a Respondent submit a Response containing a Commodity that does not meet or exceed the solicitation’s requirements, specifications, terms, and conditions, and for which the Commodity Group and Manufacturer / Brand Name is not listed in the Price Sheet & Ordering Instructions, that offer will be disqualified as non-responsive. The Department in its sole discretion shall determine the acceptability of a Manufacturer / Brand Name and Commodity offered. The Price Sheet & Ordering Instructions, Section 7.1, will be submitted to the Department electronically using the MyFloridaMarketPlace Sourcing Tool, per Section 3.9.1 of the solicitation. 21 Failure to properlv submit or provide a compliant Section 7.1. Price Sheet & Ordering Instructions. with the Response shall result in the Respondent beinq deemed non- responsive. 3.9.3 Alternate Responses Respondent may not submit more than one offer for each listed Manufacturer / Brand Name per Commodity Group. The Department seeks each Respondent‘s single-best Response by Manufacturer / Brand Name per Commodity Group. 3.9.4 Full-Service Repair Facilities Respondent must offer Commodities and contractual services having a minimum of one (1) Manufacturer’s authorized Full-Service Repair Facility available in the State of Florida from which the Commodities offered may be installed, serviced, and repaired under Warranty and the requirements, specifications, terms, and conditions of the Contract, if awarded. Provision of a Manufacturer’s authorized Full-Service Repair Facility shall be a requirement for the entire Period of Agreement, Section 5.2. Respondent shall submit with their Response an answer in the MyFloridaMarketPlace Sourcing Tool RFX Info section of the solicitation attesting to this requirement. A positive, “Yes”, answer is one requirement of a responsive Response. 3.9.5 Supporting Documents Respondent shall submit the following Supporting Documents with their Response, as noted: MSRP List: With the Response, Respondent shall provide one (1) applicable, current, complete, and separate MSRP List (as defined under Section 3.3(n)) for each Commodity Group and Manufacturer / Brand Name offered under Section 7.1, Price Sheet & Ordering Instructions. Therefore, multiple MSRP Lists may be required (e.g., by Commodity Group and Manufacturer / Brand Name). The MSRP List will include the Manufacturer’s Item Number, Manufacturer’s Item Description, and MSRP for only and each of the Manufacturer / Brand Name and Commodity Group’s applicable Base Equipment; OEM Options, Accessories, & Implements; and OEM Parts offered. The MSRP List must include the applicable Commodity Group, Manufacturer / Brand Name, MSRP List Name, and MSRP List Date on the cover or first page. The submitted MSRP List(s) shall only be submitted and accepted as follows: o MSRP List specific terms and conditions which conflict with the requirements, specifications, terms, and conditions of the solicitation and resulting Contract, if awarded, must be deleted, omitted, removed, concealed, or marked void; o In Adobe Acrobat 9 or earlier (.pd9 electronic format (encoded or scanned) with logical electronic filenames, and o On CD(s) or DVD(s) [clearly mark the exterior of each CD or DVD for its general content]. o Note: It is the Respondent‘s responsibility to ensure that the documents and discs are applicable, complete, and readable. Non-compliant or non-readable documents and discs will be rejected. The Supporting Documents shall be mailed to the DeDartment Der Section 3.9.1 of the solicitation. Failure. to provide accurate and compliant Supportina Documents with the Response will result in the Respondent beina deemed non-responsive. 22 3.9.6 Manufacturer’s Certification Respondent shall submit one (1) completed Manufacturer’s Certification form (Section 7.3), certifying that the Respondent is the Manufacturer or a Dealer for each Manufacturer / Brand Name they offer Commodities for as part of their Response. The Manufacturer’s Certification form must be executed by the Manufacturer only and may not be completed by a Dealer or third-party. Dealer agreements will not be accepted in lieu of a Manufacturer’s Certification form. The Manufacturer’s Certification form shall be mailed to the Department per Section 3.9.1 of the solicitation. Failure to provide a complete and compliant Manufacturer’s Certification form with the Response will result in the Respondent beinu deemed non-responsive. 3.9.7 Savings I Price Reductions Respondent shall submit one (1) accurately completed Savings / Price Reductions form (Section 7.4) with their Response containing the required aggregate Base Equipment MSRP Discount; OEM Options, Accessories, & Implements MSRP Discount; and OEM Parts Discount savings information for each Commodity Group and Manufacturer / Brand Name offered and a method(s) for the Department to verify the savings information provided. The Savings / Price Reductions form will not be used to determine award, only to verify the Savings / Price Reductions being offered. The Savings / Price Reductions form shall be mailed to the Department per Section 3.9.1 of the solicitation. Failure to provide the Savinus I Price Reductions form with the Response may result in the Respondent beinu deemed non-responsive. 3.9.8 Ordering Instructions Respondent shall submit one (1) completed Ordering Instructions Form (contained within Section 7.1, Price Sheet & Ordering Instructions) with their Response identifying persons responsible for answering questions about the Response and administering the Contract, if awarded, and shall provide information necessary for placing orders and remitting payments under the Contract, if awarded. Additional Ordering Instruction requirements, terms, and conditions can be found in Section 5.5, Ordering Instructions Information. The Ordering Instructions Form will be submitted with Section 7.1, Price Sheet & Ordering Instructions, to the Department electronically using the MyFloridaMarketPlace Sourcing Tool, per Section 3.9.1 of the solicitation. Failure to provide the Ordering Instructions Form with the Response may result in the Respondent beinu deemed non-responsive. 3.10 Evaluation Criteria The Department shall evaluate eligible responsive offers. Responses that do not meet all requirements of the solicitation or fail to provide all required information, documents, or materials may be rejected as non-responsive. Respondents whose Responses, past performance, or current status do not reflect the capability, integrity, or reliability to fully and in good faith perform the requirements of a Contract may be rejected as non-responsible. The Department reserves the right to determine which Responses meet the requirements, specifications, terms, and conditions of the solicitation, and which Respondents are responsive and responsible. 3.1 1 Basis for Award The Department shall make a single award statewide for each Manufacturer / Brand Name (Line Number) per Commodity Group to the responsive and responsible Respondent offering the highest Base Equipment MSRP Discount from the most recent and complete MSRP List (therefore providing the lowest Net Prices). Therefore, multiple Manufacturer / Brand Name awards per Commodity Code group are possible. 23 The Department reserves the right to make awards as determined to be in the best interest of the State of Florida, and to accept or reject any and all offers, or separable portions, and to waive any minor irregularity, technicality, or omission if the Department determines that doing so will serve the State of Florida’s best interest. 3.12 State Objectives Within thirty (30) calendar days following award of the Contract, if awarded, the successful Respondent shall submit plans addressing each of the State’s five (5) objectives listed below, to the extent applicable to the items / services covered by this solicitation. 3.12.1 Diversity The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority-, women-, and service-disabled veteran business enterprises in the economic life of the State. The State of Florida Mentor Protege Program connects minority-, women-, and service-disabled veteran business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protege Program, please contact the Office of Supplier Diversity at (850) 487-091 5. The State is dedicated to fostering the continued development and economic growth of small, minority-, women-, and service-disabled veteran business enterprises. Participation by a diverse group of Vendors doing business with the State is central to this effort. To this end, it is vital that small, minority-, women-, and service-disabled veteran business enterprises participate in the State’s procurement process as both Contractors and Sub-Contractors in this solicitation. Small, minority-, women-, and service-disabled veteran business enterprises are strongly encouraged to contribute to this solicitation. The Contractor shall submit documentation addressing diversity and describing the efforts being made to encourage the participation of small, minority-, women-, and service-disabled veteran business enterprises. Information on Certified Minority Business Enterprises (CMBE) and Certified Service-Disabled Veteran Business Enterprises (CSDVBE) is available from the Office of Supplier Diversity at: http://dms.mvflorida.com/other woarams/office of sumlier diversitv osd/. Quarterly Reports of revenue paid to certified W/MBE and certified SDVBE Contractors (agents or Sub-Contractors) as a result of any award shall be provided to the Agency Purchasing Office by the Prime Contractor on an Agency by Agency (or other Eligible User) level. 3.1 2.2 Environmental Considerations The State supports and encourages initiatives to protect and preserve our environment. The Contractor shall submit as part of any response the Contractor’s plan to support the procurement of products and materials with recycled content, and the intent of Section 287.045, Florida Statutes. The Contractor shall also provide a plan for reducing and or handling of any hazardous waste generated by Contractor’s company. Reference Rule 62-730.160, Florida Administrative Code. It is a requirement of the Florida Department of Environmental Protection that a generator of hazardous waste materials that exceeds a certain threshold must have a valid and current Hazardous Waste Generator Identification Number. This identification number shall be submitted as part of Contractor’s explanation of its company’s hazardous waste plan and shall explain in detail its handling and disposal of this waste. 24 3.12.3 Certification of Drug-Free Workplace Program The State supports and encourages initiatives to keep the workplaces of Florida’s Suppliers and Contractors drug free. Section 287.087 of the Florida Statutes provides that, where identical tie responses are received, one preference shall be given to a response received from a Respondent that certifies it has implemented a drug-free workforce program. If applicable, Respondent shall certify that the Respondent has a drug-free workplace program using the Certification of Drug-Free Workplace form included in Section 7.6 of the solicitation. The Contractor shall describe how it will address the implementation of a drug free workplace in offering the items of the solicitation. 3.12.4 Products Available from the Blind or Other Handicapped (RESPECT) The State supports and encourages the gainful employment of citizens with disabilities. It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this Contract shall be purchased from a nonprofit agency for the blind or for the severely handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in Section 413.036(1) and (2), Florida Statutes; and for purposes of this Contract the person, firm, or other business entity carrying out the provisions of this Contract shall be deemed to be substituted for the state agency insofar as dealings with such qualified nonprofit agency are concerned. Additional information about the designated nonprofit agency and the products it offers is available at httD://www.resDectofflorida.orq. The Contractor shall describe how it will address the use of RESPECT in offering the items of the solicitation. 3.12.5 Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE) The State supports and encourages the use of Florida correctional work programs. It is expressly understood and agreed that any articles which are the subject of, or required to carry out, this Contract shall be purchased from the corporation identified under Chapter 946, F.S., in the same manner and under the same procedures set forth in Section 946.515(2), and (4), F.S.; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this Contract shall be deemed to be substituted for this agency insofar as dealings with such corporation are concerned. Additional information about PRIDE and the products it offers is available at httD://www.Dridefl.com. The Contractor shall describe how it will address the use of PRIDE in offering the items of the solicitation. 3.13 Lobbying Please reference Section 2.21, Limitation on Vendor Contact with Agency During Solicitation Period. Respondents are advised that the following will be included in the Contract for these services: In accordance with Section 216.347, Florida Statutes, and as provided herein, the Contractor may not expend any State funds for the purpose of lobbying the legislature, the judicial branch, the executive branch, or any State Agency. [The remainder of this page is intentionally left blank (other than footer information).] 25 SECTION 4.0 GENERAL CONTRACT CONDITIONS rPURl000 (1 OlO6)J CONTENTS: 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 4.10 4.1 1 4.12 4.1 3 4.14 4.15 4.16 4.17 4.18 4.19 4.20 4.21 4.22 4.23 4.24 4.25 4.26 4.27 4.28 4.29 4.30 4.31 4.32 4.33 4.34 4.35 4.36 4.37 4.38 4.39 4.40 4.41 4.42 4.43 4.44 4.45 4.46 4.47 DEFINITIONS. PURCHASE ORDERS. PRODUCT VERSION. PRICE CHANGES APPLICABLE ONLY TO TERM CONTRACTS. ADDITIONAL QUANTITIES. PACKAGING. SAFETY STANDARDS. LITERATURE. INSTALLATION. R~SK OF LOSS. TRANSACTION FEE. INSPECTION AT CONTRACTOR’S SITE. AMERICANS WITH DISABILITIES ACT. TRANSPORTATION AND DELIVERY. INVOICING AND PAYMENT. TAXES. GOVERNMENTAL RESTRICTIONS. LOBBYING AND INTEGRITY. INDEMNIFICATION. LIMITATION OF LIABILITY. SUSPENSION OF WORK. TERMINATION FOR CONVENIENCE. TERMINATION FOR CAUSE. FORCE MAJEURE, NOTICE OF DELAY, AND NO DAMAGES FOR DELAY. CHANGES. RENEWAL. PURCHASE ORDER DURATION. ADVERTISING. ASSIGNMENT. ANTITRUST ASSIGNMENT. DISPUTE RESOLUTION. EMPLOYEES, SUBCONTRACTORS, AND AGENTS. SECURITY AND CONFIDENTIALITY. CONTRACTOR EMPLOYEES, SUBCONTRACTORS, AND OTHER AGENTS. WARRANTY OF AUTHORITY. INSURANCE REQUIREMENTS. WARRANTY OF ABILITY TO PERFORM. NOTICES. LEASES AND INSTALLMENT PURCHASES. PRISON REHABILITATIVE INDUSTRIES AND DIVERSIFIED ENTERPRISES, INC. (PRIDE). PRODUCTS AVAILABLE FROM THE BLIND OR OTHER HANDICAPPED. MODIFICATION OF TERMS. COOPERATIVE PURCHASING. WAIVER. ANNUAL APPROPRIATIONS. SEVERABILITY. EXECUTION IN COUNTERPARTS. phe remainder of this page is intentionally left blank (other than footer information).] 26 4.1 Definitions. The definitions contained in s. 60A-1.001, F.A.C. shall apply to this agreement. The following additional terms are also defined: (a) “Contract” means the legally enforceable agreement that results from a successful solicitation. The parties to the Contract will be the Customer and Contractor. (b) “Customer” means the State agency or other entity identified in a contract as the party to receive commodities or contractual services pursuant to a contract or that orders commodities or contractual services via purchase order or other contractual instrument from the Contractor under the Contract. The “Customer” may also be the “Buyer” as defined in the PUR 1001 if it meets the definition of both terms. (c) “Product” means any deliverable under the Contract, which may include commodities, services, technology or software. (d) “Purchase order” means the form or format a Customer uses to make a purchase under the Contract (e.g., a formal written purchase order, electronic purchase order, procurement card, contract or other authorized means). 4.2 Purchase Orders. In contracts where commodities or services are ordered by the Customer via purchase order, Contractor shall not deliver or furnish products until a Customer transmits a purchase order. All purchase orders shall bear the Contract or solicitation number, shall be placed by the Customer directly with the Contractor, and shall be deemed to incorporate by reference the Contract and solicitation terms and conditions. Any discrepancy between the Contract terms and the terms stated on the Contractor’s order form, confirmation, or acknowledgement shall be resolved in favor of terms most favorable to the Customer. A purchase order for services within the ambit of section 287.058(1) of the Florida Statutes shall be deemed to incorporate by reference the requirements of subparagraphs (a) through (9 thereof. Customers shall designate a contract manager and a contract administrator as required by subsections 287.057(15) and (16) of the Florida Statutes. 4.3 Product Version. Purchase orders shall be deemed to reference a manufacturer’s most recently release model or version of the product at the time of the order, unless the Customer specifically requests in writing an earlier model or version and the contractor is willing to provide such model or version. 4.4 Price Changes Applicable only to Term Contracts. If this is a term contract for commodities or services, the following provisions apply. (a) Quantitv Discounts. Contractors are urged to offer additional discounts for one time delivery of large single orders. Customers should seek to negotiate additional price concessions on quantity purchases of any products offered under the Contract. State Customers shall document their files accordingly. (b) Best Pricina Offer. During the Contract term, if the Customer becomes aware of better pricing offered by the Contractor for substantially the same or a smaller quantity of a product outside the Contract, but upon the same or similar terms of the Contract, then at the discretion of the Customer the price under the Contract shall be immediately reduced to the lower price. (c) Sales Promotions. In addition to decreasing prices for the balance of the Contract term due to a change in market conditions, a Contractor may conduct sales promotions involving price reductions for a specified lesser period. A Contractor shall submit to the Contract Specialist documentation identifying the proposed (1) starting and ending dates of the promotion, (2) products involved, and (3) promotional prices compared to then- authorized prices. Promotional prices shall be available to all Customers. Upon approval, the Contractor shall provide conspicuous notice of the promotion. (d) Trade-In. Customers may trade-in equipment when making purchases from the Contract. A trade-in shall be negotiated between the Customer and the Contractor. Customers are obligated to actively seek current fair market value when trading equipment, and to keep accurate records of the process. For State agencies, it 27 may be necessary to provide documentation to the Department of Financial Services and to the agency property custodian pursuant to Chapter 273, F.S. (e) Eauitable Adiustment. The Customer may, in its sole discretion, make an equitable adjustment in the Contract terms or pricing if pricing or availability of supply is affected by extreme and unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to causes wholly beyond the Contractor’s control, (2) the volatility affects the marketplace or industry, not just the particular Contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4) the volatility so affects the Contractor that continued performance of the Contract would result in a substantial loss. 4.5 Additional Quantities. For a period not exceeding ninety (90) days from the date of solicitation award, the Customer reserves the right to acquire additional quantities up to the amount shown on the solicitation but not to exceed the threshold for Category Two at the prices submitted in the response to the solicitation. 4.6 Packaging. Tangible product shall be securely and properly packed for shipment, storage, and stocking in appropriate, clearly labeled, shipping containers and according to accepted commercial practice, without extra charge for packing materials, cases, or other types of containers. All containers and packaging shall become and remain Customer’s property. 4.7 Inspection at Contractor’s Site. The Customer reserves the right to inspect, at any reasonable time with prior notice, the equipment or product or plant or other facilities of a Contractor to assess conformity with Contract requirements and to determine whether they are adequate and suitable for proper and effective Contract performance. 4.8 Safety Standards. All manufactured items and fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate State inspector. Acceptability customarily requires, at a minimum, identification marking of the appropriate safety standard organization, where such approvals of listings have been established for the type of device offered and furnished, for example: the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and/or National Electrical Manufacturers’ Association for electrically operated assemblies; and the American Gas Association for gas-operated assemblies. In addition, all items furnished shall meet all applicable requirements of the Occupational Safety and Health Act and state and federal requirements relating to clean air and water pollution. 4.9 Americans with Disabilities Act. Contractors should identify any products that may be used or adapted for use by visually, hearing, or other physically impaired individuals. 4.10 Literature. Upon request, the Contractor shall furnish literature reasonably related to the product offered, for example, user manuals, price schedules, catalogs, descriptive brochures, etc. 4.1 1 Transportation and Delivery. Prices shall include all charges for packing, handling, freight, distribution, and inside delivery. Transportation of goods shall be FOB Destination to any point within thirty (30) days after the Customer places an Order. A Contractor, within five (5) days after receiving a purchase order, shall notify the Customer of any potential delivery delays. Evidence of inability or intentional delays shall be cause for Contract cancellation and Contractor suspension. 4.12 Installation. Where installation is required, Contractor shall be responsible for placing and installing the product in the required locations at no additional charge, unless otherwise designated on the Contract or purchase order. Contractor’s authorized product and price list shall clearly and separately identify any additional installation charges. All materials used in the installation shall be of good quality and shall be free of defects that would diminish the appearance of the product or render it structurally or operationally unsound. Installation includes the furnishing of any equipment, rigging, and materials required to install or replace the product in the proper location. Contractor shall protect the site from damage and shall repair damages or injury caused during installation by Contractor or its employees or agents. If any alteration, dismantling, 28 excavation, etc., is required to achieve installation, the Contractor shall promptly restore the structure or site to its original condition. Contractor shall perform installation work so as to cause the least inconvenience and interference with Customers and with proper consideration of others on site. Upon completion of the installation, the location and surrounding area of work shall be left clean and in a neat and unobstructed condition, with everything in satisfactory repair and order. 4.13 Risk of Loss. Matters of inspection and acceptance are addressed in s. 215.422, F.S. Until acceptance, risk of loss or damage shall remain with the Contractor. The Contractor shall be responsible for filing, processing, and collecting all damage claims. To assist the Contractor with damage claims, the Customer shall: record any evidence of visible damage on all copies of the delivering carrier’s Bill of Lading; report damages to the carrier and the Contractor; and provide the Contractor with a copy of the carrier’s Bill of Lading and damage inspection report. When a Customer rejects a product, Contractor shall remove it from the premises within ten days after notification or rejection. Upon rejection notification, the risk of loss of rejected or non-conforming product shall remain with the Contractor. Rejected product not removed by the Contractor within ten days shall be deemed abandoned by the Contractor, and the Customer shall have the right to dispose of it as its own property. Contractor shall reimburse the Customer for costs and expenses incurred in storing or effecting removal or disposition of rejected product. 4.14 Transaction Fee. The State of Florida has instituted MyFloridaMarketPlace, a statewide eprocurement System (“System”). Pursuant to section 287.057(23), Florida Statutes (2002), all payments shall be assessed a Transaction Fee of one percent (1 .O%), which the Contractor shall pay to the State, unless exempt pursuant to 60A-1.032, F.A.C. For payments within the State accounting system (FLAIR or its successor), the Transaction Fee shall, when possible, be automatically deducted from payments to the Contractor. If automatic deduction is not possible, the Contractor shall pay the Transaction Fee pursuant to Rule 60A-1.031(2), F.A.C. By submission of these reports and corresponding payments, Contractor certifies their correctness. All such reports and payments shall be subject to audit by the State or its designee. Contractor shall receive a credit for any Transaction Fee paid by the Contractor for the purchase of any item(s) if such item(s) are returned to the Contractor through no fault, act, or omission of the Contractor. Notwithstanding the foregoing, a Transaction Fee is non-refundable when an item is rejected or returned, or declined, due to the Contractor‘s failure to perform or comply with specifications or requirements of the agreement. Failure to comply with these requirements shall constitute grounds for declaring the Contractor in default and recovering reprocurement costs from the Contractor in addition to all outstanding fees. CONTRACTORS DELINQUENT IN PAYING TRANSACTION FEES MAY BE SUBJECT TO BEING REMOVED FROM THE DEPARTMENT OF MANAGEMENT SERVICES’ VENDOR LIST AS PROVIDED IN RULE 60A-1.006, F.A.C. 4.15 Invoicing and Payment. Invoices shall contain the Contract number, purchase order number if applicable, and the appropriate vendor identification number. The State may require any other information from the Contractor that the State deems necessary to verify any purchase order placed under the Contract. At the State’s option, Contractors may be required to invoice electronically pursuant to guidelines of the Department of Management Services. Current guidelines require that Contractor supply electronic invoices in lieu of paper-based invoices for those transactions processed through the system. Electronic invoices shall be submitted to the Customer through the Ariba Supplier Network (ASN) in one of the following mechanisms - ED1 810, cXML, or web-based invoice entry within the ASN. Payment shall be made in accordance with sections 215.422 and 287.0585 of the Florida Statutes, which govern time limits for payment of invoices. Invoices that must be returned to a Contractor due to preparation errors will result in a delay in payment. Contractors may call (850) 413-7269 Monday through Friday to inquire about the status of payments by State Agencies. The Customer is responsible for all payments under the Contract. A Customer’s failure to pay, or delay in payment, shall not constitute a breach of the Contract and shall not relieve the Contractor of its obligations to the Department or to other Customers. 29 4.16 Taxes. The State does not pay Federal excise or sales taxes on direct purchases of tangible personal property. The State will not pay for any personal property taxes levied on the Contractor or for any taxes levied on employees’ wages. Any exceptions to this paragraph shall be explicitly noted by the Customer in the special contract conditions section of the solicitation or in the Contract or purchase order. 4.1 7 Governmental Restrictions. If the Contractor believes that any governmental restrictions have been imposed that require alteration of the material, quality, workmanship or performance of the products offered under the Contract, the Contractor shall immediately notify the Customer in writing, indicating the specific restriction. The Customer reserves the right and the complete discretion to accept any such alteration or to cancel the Contract at no further expense to the Customer. 4.18 Lobbying and Integrity. Customers shall ensure compliance with Section 11.062, FS and Section 216.347, FS. The Contractor shall not, in connection with this or any other agreement with the State, directly or indirectly (1) offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any State officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or (2) offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any State officer or employee. For purposes of clause (2), “gratuity” means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. Upon request of the Customer’s Inspector General, or other authorized State official, the Contractor shall provide any type of information the Inspector General deems relevant to the Contractor’s integrity or responsibility. Such information may include, but shall not be limited to, the Contractor’s business or financial records, documents, or files of any type or form that refer to or relate to the Contract. The Contractor shall retain such records for the longer of (1) three years after the expiration of the Contract or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: httD://dlis.dos.state.fl.us/barm/clenschedules/~ensched. htm). The Contractor agrees to reimburse the State for the reasonable costs of investigation incurred by the Inspector General or other authorized State official for investigations of the Contractor’s compliance with the terms of this or any other agreement between the Contractor and the State which results in the suspension or debarment of the Contractor. Such costs shall include, but shall not be limited to: salaries of investigators, including overtime; travel and lodging expenses; and expert witness and documentary fees. The Contractor shall not be responsible for any costs of investigations that do not result in the Contractor’s suspension or debarment. 4.19 Indemnification. The Contractor shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the State and Customers, and their officers, agents, and employees, from suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors, provided, however, that the Contractor shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the State or a Customer. Further, the Contractor shall fully indemnify, defend, and hold harmless the State and Customers from any suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation shall not apply to a Customer’s misuse or modification of Contractor’s products or a Customer’s operation or use of Contractor’s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit, or in the Contractor’s opinion is likely to become the subject of such a suit, the Contractor may at its sole expense procure for the Customer the right to continue using the product or to modify it to become non-infringing. If the Contractor is not reasonably able to modify or otherwise secure the Customer the right to continue using the product, the Contractor shall remove the product and refund the Customer the amounts paid in excess of a reasonable rental for past use. The customer shall not be liable for any royalties. 30 The Contractor’s obligations under the preceding two paragraphs with respect to any legal action are contingent upon the State or Customer giving the Contractor (1) written notice of any action or threatened action, (2) the opportunity to take over and settle or defend any such action at Contractor’s sole expense, and (3) assistance in defending the action at Contractor’s sole expense. The Contractor shall not be liable for any cost, expense, or compromise incurred or made by the State or Customer in any legal action without the Contractor’s prior written consent, which shall not be unreasonably withheld. 4.20 Limitation of Liability. For all claims against the Contractor under any contract or purchase order, and regardless of the basis on which the claim is made, the Contractor’s liability under a contract or purchase order for direct damages shall be limited to the greater of $100,000, the dollar amount of the contract or purchase order, or two times the charges rendered by the Contractor under the purchase order. This limitation shall not apply to claims arising under the Indemnity paragraph contain in this agreement. Unless otherwise specifically enumerated in the Contract or in the purchase order, no party shall be liable to another for special, indirect, punitive, or consequential damages, including lost data or records (unless the contract or purchase order requires the Contractor to back-up data or records), even if the party has been advised that such damages are possible. No party shall be liable for lost profits, lost revenue, or lost institutional operating savings. The State and Customer may, in addition to other remedies available to them at law or equity and upon notice to the Contractor, retain such monies from amounts due Contractor as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against them. The State may set off any liability or other obligation of the Contractor or its affiliates to the State against any payments due the Contractor under any contract with the State. 4.21 Suspension of Work. The Customer may in its sole discretion suspend any or all activities under the Contract or purchase order, at any time, when in the best interests of the State to do so. The Customer shall provide the Contractor written notice outlining the particulars of suspension. Examples of the reason for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Contractor shall comply with the notice and shall not accept any purchase orders. Within ninety days, or any longer period agreed to by the Contractor, the Customer shall either (1) issue a notice authorizing resumption of work, at which time activity shall resume, or (2) terminate the Contract or purchase order. Suspension of work shall not entitle the Contractor to any additional compensation. 4.22 Termination for Convenience. The Customer, by written notice to the Contractor, may terminate the Contract in whole or in part when the Customer determines in its sole discretion that it is in the State’s interest to do so. The Contractor shall not furnish any product after it receives the notice of termination, except as necessary to complete the continued portion of the Contract, if any. The Contractor shall not be entitled to recover any cancellation charges or lost profits. 4.23 Termination for Cause. The Customer may terminate the Contract if the Contractor fails to (1) deliver the product within the time specified in the Contract or any extension, (2) maintain adequate progress, thus endangering performance of the Contract, (3) honor any term of the Contract, or (4) abide by any statutory, regulatory, or licensing requirement. Rule 60A-1.006(3), F.A.C., governs the procedure and consequences of default. The Contractor shall continue work on any work not terminated. Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises from events completely beyond the control, and without the fault or negligence, of the Contractor. If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Contractor and the subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted products were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule. If, after termination, it is determined that the Contractor was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Customer. The rights and remedies of the Customer in this clause are in addition to any other rights and remedies provided by law or under the Contract. 31 4.24 Force Majeure, Notice of Delay, and No Damages for Delay. The Contractor shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Contractor or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Contractor's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Contractor. In case of any delay the Contractor believes is excusable, the Contractor shall notify the Customer in writing of the delay or potential delay and describe the cause of the delay either (1) within ten (IO) days after the cause that creates or will create the delay first arose, if the Contractor could reasonably foresee that a delay could occur as a result, or (2) if delay is not reasonably foreseeable, within five (5) days after the date the Contractor first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE CONTRACTOR'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Customer. The Contractor shall not be entitled to an increase in the Contract price or payment of any kind from the Customer for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Contractor shall perform at no increased cost, unless the Customer determines, in its sole discretion, that the delay will significantly impair the value of the Contract to the State or to Customers, in which case the Customer may (1) accept allocated performance or deliveries from the Contractor, provided that the Contractor grants preferential treatment to Customers with respect to products subjected to allocation, or (2) purchase from other sources (without recourse to and by the Contractor for the related costs and expenses) to replace all or part of the products that are the subject of the delay, which purchases may be deducted from the Contract quantity, or (3) terminate the Contract in whole or in part. 4.25 Changes. The Customer may unilaterally require, by written order, changes altering, adding to, or deducting from the Contract specifications, provided that such changes are within the general scope of the Contract. The Customer may make an equitable adjustment in the Contract price or delivery date if the change affects the cost or time of performance. Such equitable adjustments require the written consent of the Contractor, which shall not be unreasonably withheld. If unusual quantity requirements arise, the Customer may solicit separate bids to satisfy them. 4.26 Renewal. Upon mutual agreement, the Customer and the Contractor may renew the Contract, in whole or in part, for a period that may not exceed 3 years or the term of the contract, whichever period is longer. Any renewal shall specify the renewal price, as set forth in the solicitation response. The renewal must be in writing and signed by both parties, and is contingent upon satisfactory performance evaluations and subject to availability of funds. 4.27 Purchase Order Duration. Purchase orders issued pursuant to a state term or agency contract must be received by the Contractor no later than close of business on the last day of the contract's term to be considered timely. The Contractor is obliged to fill those orders in accordance with the contract's terms and conditions. Purchase orders received by the contractor after close of business on the last day of the state term or agency contract's term shall be considered void. Purchase orders for a one-time delivery of commodities or performance of contractual services shall be valid through the performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the single delivery/performance, and shall survive the termination of the Contract. Contractors are required to accept purchase orders specifying delivery schedules exceeding the contracted schedule even when such extended delivery will occur after expiration of the state term or agency contract. For example, if a state term contract calls for delivery 30 days after receipt of order (ARO), and an order specifies delivery will occur both in excess of 30 days ARO and after expiration of the state term contract, the Contractor will accept the order. However, if the Contractor expressly and in writing notifies the ordering office within ten (IO) calendar days of receipt of the purchase order that Contractor will not accept the extended delivery terms beyond the expiration of the state term contract, then the purchase order will either be amended 32 in writing by the ordering entity within ten (IO) calendar days of receipt of the contractor’s notice to reflect the state term contract delivery schedule, or it shall be considered withdrawn. The duration of purchase orders for recurring deliveries of commodities or performance of services shall not exceed the expiration of the state term or agency contract by more than twelve months. However, if an extended pricing plan offered in the state term or agency contract is selected by the ordering entity, the contract terms on pricing plans and renewals shall govern the maximum duration of purchase orders reflecting such pricing plans and renewals. Timely purchase orders shall be valid through their specified term and performance by the Contractor, and all terms and conditions of the state term or agency contract shall apply to the recurring delivery/performance as provided herein, and shall survive the termination of the Contract. Ordering offices shall not renew a purchase order issued pursuant to a state term or agency contract if the underlying contract expires prior to the effective date of the renewal. 4.28 Advertising. Subject to Chapter 119, Florida Statutes, the Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from the Customer, including, but not limited to mentioning the Contract in a press release or other promotional material, identifying the Customer or the State as a reference, or otherwise linking the Contractor’s name and either a description of the Contract or the name of the State or the Customer in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative. 4.29 Assignment. The Contractor shall not sell, assign or transfer any of its rights, duties or obligations under the Contract, or under any purchase order issued pursuant to the Contract, without the prior written consent of the Customer. In the event of any assignment, the Contractor remains secondarily liable for performance of the contract, unless the Customer expressly waives such secondary liability. The Customer may assign the Contract with prior written notice to Contractor of its intent to do so. 4.30 Antitrust Assignment. The Contractor and the State of Florida recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Florida. Therefore, the contractor hereby assigns to the State of Florida any and all claims for such overcharges as to goods, materials or services purchased in connection with the Contract. 4.31 Dispute Resolution. Any dispute concerning performance of the Contract shall be decided by the Customer’s designated contract manager, who shall reduce the decision to writing and serve a copy on the Contractor. The decision shall be final and conclusive unless within twenty one (21) days from the date of receipt, the Contractor files with the Customer a petition for administrative hearing. The Customer’s decision on the petition shall be final, subject to the Contractor’s right to review pursuant to Chapter 120 of the Florida Statutes. Exhaustion of administrative remedies is an absolute condition precedent to the Contractor’s ability to pursue any other form of dispute resolution; provided, however, that the parties may employ the alternative dispute resolution procedures outlined in Chapter 120. Without limiting the foregoing, the exclusive venue of any legal or equitable action that arises out of or relates to the Contract shall be the appropriate state court in Leon County, Florida; in any such action, Florida law shall apply and the parties waive any right to jury trial. 4.32 Employees, Subcontractors, and Agents. All Contractor employees, subcontractors, or agents performing work under the Contract shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Contractor shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Contract must comply with all security and administrative requirements of the Customer and shall comply with all controlling laws and regulations relevant to the services they are providing under the Contract. The State may conduct, and the Contractor shall cooperate in, a security background check or otherwise assess any employee, subcontractor, 33 or agent furnished by the Contractor. The State may refuse access to, or require replacement of, any personnel for cause, including, but not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with a Customer's security or other requirements. Such approval shall not relieve the Contractor of its obligation to perform all work in compliance with the Contract. The State may reject and bar from any facility for cause any of the Contractor's employees, subcontractors, or agents. 4.33 Security and Confidentiality. The Contractor shall comply fully with all security procedures of the United States, State of Florida and Customer in performance of the Contract. The Contractor shall not divulge to third parties any confidential information obtained by the Contractor or its agents, distributors, resellers, subcontractors, officers or employees in the course of performing Contract work, including, but not limited to, security procedures, business operations information, or commercial proprietary information in the possession of the State or Customer. The Contractor shall not be required to keep confidential information or material that is publicly available through no fault of the Contractor, material that the Contractor developed independently without relying on the State's or Customer's confidential information, or material that is otherwise obtainable under State law as a public record. To insure confidentiality, the Contractor shall take appropriate steps as to its personnel, agents, and subcontractors. The warranties of this paragraph shall survive the Contract. 4.34 Contractor Employees, Subcontractors, and Other Agents. The Customer and the State shall take all actions necessary to ensure that Contractor's employees, subcontractors and other agents are not employees of the State of Florida. Such actions include, but are not limited to, ensuring that Contractor's employees, subcontractors, and other agents receive benefits and necessary insurance (health, workers' compensations, and unemployment) from an employer other than the State of Florida. 4.35 Insurance Requirements. During the Contract term, the Contractor at its sole expense shall provide commercial insurance of such a type and with such terms and limits as may be reasonably associated with the Contract. Providing and maintaining adequate insurance coverage is a material obligation of the Contractor. Upon request, the Contractor shall provide certificate of insurance. The limits of coverage under each policy maintained by the Contractor shall not be interpreted as limiting the Contractor's liability and obligations under the Contract. All insurance policies shall be through insurers authorized or eligible to write policies in Florida. 4.36 Warranty of Authority. Each person signing the Contract warrants that he or she is duly authorized to do so and to bind the respective party to the Contract. 4.37 Warranty of Ability to Perform. The Contractor warrants that, to the best of its knowledge, there is no pending or threatened action, proceeding, or investigation, or any other legal or financial condition, that would in any way prohibit, restrain, or diminish the Contractor's ability to satisfy its Contract obligations. The Contractor warrants that neither it nor any affiliate is currently on the convicted vendor list maintained pursuant to section 287.133 of the Florida Statutes, or on any similar list maintained by any other state or the federal government. The Contractor shall immediately notify the Customer in writing if its ability to perform is compromised in any manner during the term of the Contract. 4.38 Notices. All notices required under the Contract shall be delivered by certified mail, return receipt requested, by reputable air courier service, or by personal delivery to the agency designee identified in the original solicitation, or as otherwise identified by the Customer. Notices to the Contractor shall be delivered to the person who signs the Contract. Either designated recipient may notify the other, in writing, if someone else is designated to receive notice. 4.39 Leases and Installment Purchases. Prior approval of the Chief Financial Officer (as defined in Section 17.001, F.S.) is required for State agencies to enter into or to extend any lease or installment-purchase agreement in excess of the Category Two amount established by section 287.017 of the Florida Statutes. 4.40 Prison Rehabilitative Industries and Diversified Enterprises, Inc. (PRIDE). Section 946.51 5(2), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles which are the subject of, or required to carry out, the Contract shall be purchased from the corporation identified under Chapter 946 of the Florida Statutes (PRIDE) in the same manner and under the 34 same procedures set forth in section 946.515(2) and (4) of the Florida Statutes; and for purposes of the Contract the person, firm, or other business entity carrying out the provisions of the Contract shall be deemed to be substituted for the agency insofar as dealings with such corporation are concerned." Additional information about PRIDE and the products it offers is available at httD://www.Dridefl.com. 4.41 Products Available from the Blind or Other Handicapped. Section 413.036(3), F.S. requires the following statement to be included in the solicitation: "It is expressly understood and agreed that any articles that are the subject of, or required to carry out, this contract shall be purchased from a nonprofit agency for the Blind or for the Severely Handicapped that is qualified pursuant to Chapter 413, Florida Statutes, in the same manner and under the same procedures set forth in section 413.036(1) and (2), Florida Statutes; and for purposes of this contract the person, firm, or other business entity carrying out the provisions of this contract shall be deemed to be substituted for the State agency insofar as dealings with such qualified nonprofit agency are concerned." Additional information about the designated nonprofit agency and the products it offers is available at httD://www.resDectofflorida.orq. 4.42 Modification of Terms. The Contract contains all the terms and conditions agreed upon by the parties, which terms and conditions shall govern all transactions between the Customer and the Contractor. The Contract may only be modified or amended upon mutual written agreement of the Customer and the Contractor. No oral agreements or representations shall be valid or binding upon the Customer or the Contractor. No alteration or modification of the Contract terms, including substitution of product, shall be valid or binding against the Customer. The Contractor may not unilaterally modify the terms of the Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, "shrink wrap" terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto the Contractor's order or fiscal forms or other documents forwarded by the Contractor for payment. The Customer's acceptance of product or processing of documentation on forms furnished by the Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions. 4.43 Cooperative Purchasing. Pursuant to their own governing laws, and subject to the agreement of the Contractor, other entities may be permitted to make purchases at the terms and conditions contained herein. Non-Customer purchases are independent of the agreement between Customer and Contractor, and Customer shall not be a party to any transaction between the Contractor and any other purchaser. State agencies wishing to make purchases from this agreement are required to follow the provisions of s. 287.042(16)(a), F.S. This statute requires the Department of Management Services to determine that the requestor's use of the contract is cost-effective and in the best interest of the State. 4.44 Waiver. The delay or failure by the Customer to exercise or enforce any of its rights under this Contract shall not constitute or be deemed a waiver of the Customer's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 4.45 Annual Appropriations. contingent upon an annual appropriation by the Legislature. The State's performance and obligation to pay under this contract are 4.46 Execution in Counterparts. The Contract may be executed in counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 4.47 Severability. If a court deems any provision of the Contract void or unenforceable, that provision shall be enforced only to the extent that it is not in violation of law or is not otherwise unenforceable and all other provisions shall remain in full force and effect. rhe remainder of this page is intentionally left blank (other than footer information).] 35 SECTION 5.0 SPECIAL CONDITIONS CONTENTS: 5.1 5.2 5.3 5.4 5.5 5.6 5.7 5.8 5.9 5.10 5.1 1 5.12 5.13 5.14 5.1 5 5.16 5.17 5.1 8 5.19 DEFINITIONS CATALOG DATA PERIOD OF AGREEMENT INTERNET POSTING OF AUTHORIZED LISTS ORDERING INSTRUCTIONS INFORMATION CEILING PRICES COMMODITY, COMMODITY GROUP, AND MANUFACTURER / BRAND NAME ADDITIONS AND DELETIONS MSRP LIST AND PRICE ADJUSTMENT ACQUISITION BY ELIGIBLE USERS CONTRACT PRICE QUOTES AND SALES LITERATURE / TECHNICAL INFORMATION PURCHASE ORDERS PURCHASING CARD ACKNOWLEDGEMENT OF ORDER TRANSPORTATION AND DELIVERY ACCEPTANCE COMMODITIES TITLE AND REGISTRATION CONTRACT SALES SUMMARY AND TRANSACTION FEE REPORTS LOBBYING COMPLIANCE WITH LAWS nhe remainder of this page is intentionally left blank (other than footer information).] 36 5.1 Definitions The Definitions found and referenced in the General Contract Conditions [PUR1000 (10/06)], Section 4.1, and the Definitions found and referenced in Section 3.3, Definitions, shall apply to this Section 5.1, Definitions. 5.2 Period of Agreement The State Term Contract shall be in effect beginning on the Contract Formation date, per Section 2.17, and end June 30, 2012. This agreement has the option to renew for one (1) additional three (3) year period, or any portion or portions thereof. Renewal is contingent upon satisfactory performance by the Contractor and will not be subject to pricing or discount adjustments. 5.3 Catalog Data The MyFloridaMarketPlace (“MFMP”) third-party service provider is responsible for converting Contract catalog information into a format supported by the system. To accomplish this conversion, the Contractor, if requested, shall provide certain information in electronic format directly to the service provider (Note: This format is generally Microsoft ExcelTM .). Within ten (IO) business days of written notice from the MFMP service provider, Contractor shall provide all information necessary to facilitate electronic purchases from this Contract. Such information may include, but is not limited to, Contractor Name, Manufacturer / Brand Name, S,KU, Commodity Description, unit of measure, and Contract Ceiling Price, per Section 5.6. Contractor shall provide this information in the format required by the MFMP service provider. No costs or expenses associated with providing this information shall be charged to the State, Department, Eligible Users, or MFMP service provider. With the Contractor’s timely assistance, the MFMP service provider shall create and maintain web-based placement of the requested Contract information. 5.4 Internet Posting of Authorized Lists During the Contract Period of Agreement, Section 5.2, the Department shall maintain on the internet a working copy of the complete Contract, including, but not limited to, the Section 7.1, Price Sheet & Ordering Instructions, with the associated and Department approved MSRP List@). The MSRP List@) will be provided to the Department by the Contractor in electronic format as stipulated in Section 3.9.5, Supporting Documents, MSRP List; as required herein; and in accordance with the prices, discounts, requirements, specifications, terms, and conditions of the Contract. The Contractor agrees to not maintain, publish, provide, or allow discovery of competing, conflicting, unofficial, unauthorized, or non-Department approved contract similar documents to or by Eligible Users. However, the Contractor may manually or electronically direct Eligible Users to the Department‘s Contract website. The Contractor shall not accept any orders using unofficial MSRP List(s) until the Department approves the respective MSRP List(s) and publishes it / them to the Contract website as noted above. The Department may, in its sole discretion, prohibit any update or change of the MSRP List(s), or direct a Contractor to undo any update or change made. In addition, the Department may direct rescission of any purchase entered into on the basis of competing, conflicting, unofficial, unauthorized, or non- Department approved documents or lists. 5.5 Ordering Instructions Information The Ordering Instructions are contained or referenced via a link from the individual Line No.3 Organization Name field in the Section 7.1, Price Sheet & Ordering Instructions. Click on the specific link for the associated Ordering Instructions. 37 The Ordering Instructions contained or referenced within Section 7.1, Price Sheet & Ordering Instructions, will contain current information relevant to the acquisition of the awarded Commodities and / or contractual services under the Contract. This information shall include, but not be limited to, the Contractor’s Organization Information, the Contractor’s Representative Information, the Contractor’s Remit-To Information, and a list of Department maintained instructions to assist Eligible Users in placing orders under the Contract. Should the Contractor be the Manufacturer (not a Dealer) of the Commodities and / or contractual services awarded, they may also include specific Dealer information within the Ordering Instructions in the provided locations. The Manufacturer as Contractor who selects to also include specific Dealer information within the Ordering Instructions is also required to appropriately register the listed Dealers as locations under the Contractor’s vendor registration in the State of Florida Vendor Registration System (Vendor Information Portal (“VIP”): httDs://vendor.mvfloridamarketDlace.com/). A Dealer as Contractor may not include other Dealer’s information in the Ordering Instructions. The Manufacturer as Contractor is fully responsible for compliance with all the prices, discounts, requirements, specifications, terms, and conditions of the Contract and for any actions or inactions of the Dealer(s) they include in the Ordering Instructions. It is the Contractor’s responsibility to notify the Department of any updates to organization information, relevant personnel, and contact information contained in the Ordering Instructions. The Contractor shall notify the Department of a requested change to the Ordering Instructions in writing (email is acceptable) and received by the Contract Manager no later than five (5) business days prior to the effective date of the proposed change. The Department may accept or reject any proposed change, or may unilaterally amend the Ordering Instructions as it deems is in the best interest of the State and / or will best assist Eligible Users. Please Note: Any changes to the Ordering Instructions will also require the Contractor to appropriately update their vendor registration in the State of Florida Vendor Registration System (Vendor Information Portal (“VIP”): https://vendor.mvfloridamarketDlace.com/). 5.6 Ceiling Prices The individual Base Equipment Net Price (after the applicable Base Equipment MSRP Discount is applied to the approved MSRP); OEM Option, Accessory, & Implement Net Price (after the applicable OEM Options, Accessories, & Implements MSRP Discount is applied to the approved MSRP); and OEM Part Net Price (after the applicable OEM Parts MSRP Discount is applied to the approved MSRP) contained or referenced in the Section 7.1, Price Sheet & Ordering Instructions, will be the not-to- exceed Ceiling Prices under the Contract. The Ceiling Prices for the Base Equipment; OEM Options, Accessories, & Implements; and OEM Parts individually and collectively include (as applicable): all profit, administrative charges / fees, environmental charges / fees, title application and registration charges / fees, license plate transfer charges / fees, preparation charges / fees, assembly charges / fees, installation charges / fees (except OEM Parts), shop charges / fees, warehousing charges / fees, packing charges / fees, handling charges / fees, transit charges / fees, freight charges / fees, shipping charges / fees, delivery charges / fees to any point within the State of Florida, fuel charges / fees, warranty charges / fees, and any other charges or fees necessary to provide and deliver the Base Equipment; OEM Options, Accessories, & Implements; and OEM Parts according to the requirements, specifications, terms, and conditions, exclusive of taxes. Where a Ceiling Price is a Base Equipment Net Price; OEM Option, Accessory, & Implement Net Price; or OEM Part Net Price, the individual Net Prices shall be calculated by applying the applicable Base Equipment MSRP Discount; OEM Options, Accessories, & Implements MSRP Discount; or OEM Parts MSRP Discount from Section 7.1, Price Sheet & Ordering Instructions, to the individual Base Equipment’s; OEM Option’s, Accessory’s, & Implement‘s; and OEM Part’s approved MSRP and rounding to the nearest whole cent. For example, if the applicable Discount is 30.00% and the 38 individual Commodity’s MSRP is $24,447.59, then the Net Price will be $17,113.31 [$24,447.59 - 30.00% = $17,113.313 = $17,113.31 (as rounded to the nearest whole cent)]. The individual and applicable Base Equipment MSRP Discounts; OEM Options, Accessories, & Implements MSRP Discounts; and OEM Parts Discounts listed in Section 7.1, Price Sheet & Ordering Instructions shall be the minimum Discounts used under the Contract. The Contractor may, and is encouraged to provide larger Discounts (e.g., lower Net Prices) for contracted and awarded Commodities. Eligible Users may negotiate Base Equipment Net Prices; OEM Options, Accessories, & Implements Net Prices; and OEM Parts Net Prices for the contracted and awarded Commodities with the Contractor, provided the negotiated prices do not exceed the Ceiling Prices for the respective Base Equipment; OEM Option, Accessory, & Implement; and OEM Part. The Contractor is prohibited from negotiating and charging prices that exceed the Ceiling Prices set forth or referenced in the Price Sheet & Ordering Instructions, Section 7.1, and from invoicing or billing at prices that exceed the total ordered (e.g., via Purchase Order or Purchasing Card, as applicable). The Ceiling Prices are only subject to adjustments per Sections 4.4, 4.25, and 5.8, and any revision requests must have received the prior approval of the Department. The Ceiling Price for any Base Equipment; OEM Options, Accessories, & Implements; and OEM Parts must not exceed the current MSRP. In the event a Ceiling Price for any Commodity is found to be above the current MSRP, the Department, at its sole option, shall reduce the Ceiling Price to the current MSRP less the applicable contracted Discount or terminate and remove the Contractor’s award from the Contract. 5.7 Commodity, Commodity Group, and Manufacturer I Brand Name Additions and Deletions During the Contract Period of Agreement, Section 5.2, the Department shall have the right to add or delete Commodities, Commodity Groups, and / or Manufacturer / Brand Names to or from this agreement by adding them to or removing them from the Price Sheet & Ordering Instructions, Section 7.1. Any new Commodities, Commodity Groups, and / or Manufacturer / Brand Names added will be at the requirements, specifications, terms, and conditions herein or as later stipulated by the Department, and at mutually agreed pricing and discounts accepted, in writing, by both the added Commodity’s, Commodity Group’s, and / or Manufacturer / Brand Name’s Vendor(s) and the Department. Commodities, Commodity Groups, and / or Manufacturer / Brand Names may be removed at the sole discretion of the Department, per the requirements, specifications, terms, and conditions herein or as permitted by Florida Statutes or Florida Administrative Code. 5.8 MSRP List and Price Adjustment The per Commodity Group and Manufacturer / Brand Name Department authorized MSRP List will be contained or referenced in Section 7.1, Price Sheet & Ordering Instructions. The Department authorized MSRP List shall be based on the Section 7.1, Price Sheet & Ordering Instructions, Commodity Group and Manufacturer / Brand Name, and in accordance with the Contract requirements, specifications, terms, and conditions. The Contract‘s initial MSRP List shall be based on the Section 7.1, Price Sheet & Ordering Instructions, Commodity Group and Manufacturer / Brand Name MSRP List awarded under the Contract‘s solicitation. The Department authorized per Commodity Group and Manufacturer / Brand Name MSRP List for use under the Contract may be updated from time-to-time as specified herein; however, the per Commodity Group and Manufacturer / Brand Name Base Equipment MSRP Discount; OEM Options, Accessories, & Implements MSRP Discount; and OEM Parts MSRP Discount shall not decrease for the length of the Contract, during both the original and any renewal term(s) of the Contract. At any time during the Contract, during both the original and any renewal term(s) of the Contract, the Contractor may request an increase of the per Commodity Group and Manufacturer / Brand Name Base 39 Equipment MSRP Discount; OEM Options, Accessories, & Implements MSRP Discount; and OEM Parts MSRP Discount. The Department may, in its sole discretion, accept or deny any requested per Commodity Group and Manufacturer / Brand Name Base Equipment MSRP Discount; OEM Options, Accessories, & Implements MSRP Discount; and OEM Parts MSRP Discount increases. If a per Commodity Group and Manufacturer / Brand Name Base Equipment MSRP Discount; OEM Options, Accessories, & Implements MSRP Discount; and OEM Parts MSRP Discount increase request is approved by the Department, it shall not become effective for new orders placed by Eligible Users until the Department approved effective date and posting by the Department. Any Department approved updates to the MSRP List, if Department approved, shall be based on the Section 7.1, Price Sheet & Ordering Instructions, Commodity Group and Manufacturer / Brand Name, and in accordance with the Contract requirements, specifications, terms, and conditions. During the Contract Period of Agreement, Section 5.2, including any renewal term(s), after the first twelve (12) months following the start of the Contract term, and no more often than one (1) time per calendar year, the Contractor may request to use an updated per Commodity Group and Manufacturer / Brand Name MSRP List for use under the Contract. The Contractor shall advise the Department of a request for a per Commodity Group and Manufacturer / Brand Name MSRP List update in writing (email is acceptable) and received by the Contract Manager no later than sixty (60) days prior to the requested effective date of the proposed update. However, the Department will not consider a per Commodity Group and Manufacturer / Brand Name MSRP List update request received by the Contract Manager within one hundred fifty (150) days of Contract termination, including any renewal term(s). The Contractor fully agrees that any per Commodity Group and Manufacturer / Brand Name MSRP List update request must: include a detailed request letter identifying the requested per Commodity Group and Manufacturer / Brand Name MSRP List information to be used in the Section 7.1, Price Sheet & Ordering Instructions, per Commodity Group and Manufacturer / Brand Name [Include MSRP List Name, MSRP List Date, and MSRP List Pages / Sections ] field; be from the most current per Commodity Group and Manufacturer / Brand Name MSRP List publicly listed and verifiable at the time of the requested MSRP List update; include the applicable requested per Commodity Group and Manufacturer / Brand Name MSRP List in accordance with Section 3.9.5, Supporting Documents, MSRP List; fully offer, provide, and demonstrate through a separate electronic analysis document that the per common Commodity (those specific Commodities currently on the pre-existing per Commodity Group and Manufacturer / Brand Name MSRP List and the requested per Commodity Group and Manufacturer / Brand Name MSRP List update) difference in the pre- existing MSRP and requested MSRP update does not exceed the resulting percent change in the latest version of the U.S. Department of Labor, Producer Price Index (“PPI”) for Series ID: o for Commodity Group Nos. 1 and 8: WPUl12D03; Not Seasonally Adjusted; Group: Machinery and equipment; Item: Graders, rollers, compactors, forklifts; Base Date: 0312; from the Base Month (Contract Formation Date, Section 2.17, or last approved MSRP List update date, whichever is later) to the latest month for which non-preliminary data is available at the time of the requested MSRP List update; o for Commodity Group No. 2: WPUl12B05; Not Seasonally Adjusted; Group: Machinery and equipment; Item: Power cranes, excavators & equipment; Base Date: 9912; from the Base Month (Contract Formation Date, Section 2.17, or last approved MSRP List update date, whichever is later) to the latest month for which non-preliminary data is available at the time of the requested MSRP List update; o for Commodity Group Nos. 3, 7, 9, 10, and 11: WPUl14403; Not Seasonally Adjusted; Group: Machinery and equipment; Item: Industrial trucks and tractors; Base Date: 8200; from the Base Month (Contract Formation Date, Section 2.17, or last approved MSRP List update date, whichever is later) to the latest month for which non-preliminary data is available at the time of the requested MSRP List update; o for Commodity Group Nos. 4, 5, and 6: WPUl14A04; Not Seasonally Adjusted; Group: Machinery and equipment; Item: Tractor shovel loaders; Base Date: 8200; from the Base Month (Contract Formation Date, Section 2.17, or last approved MSRP List update 40 date, whichever is later) to the latest month for which non-preliminary data is available at the time of the requested MSRP List update; o for Commodity Group Nos. 12, 13, and 14: WPU149111; Not Seasonally Adjusted; Group: Transportation equipment; Item: Transportation equipment, n.e.c.; Base Date: 198506; from the Base Month (Contract Formation Date, Section 2.17, or last approved MSRP List update date, whichever is later) to the latest month for which non-preliminary data is available at the time of the requested MSRP List update; o for Commodity Group No. 15: WPUl11408; Not Seasonally Adjusted; Group: Machinery and equipment; Item: Farm machinery and equipment, nec excl parts; Base Date: 0212; from the Base Month (Contract Formation Date, Section 2.17, or last approved MSRP List update date, whichever is later) to the latest month for which non- preliminary data is available at the time of the requested MSRP List update; o for Commodity Group Nos. 16, 17, 18, 19, 20, 21, 22, 23, and 24: WPU111401; Not Seasonally Adjusted; Group: Machinery and equipment; Item: Commercial turf & grounds care equipment; Base Date: 200212; from the Base Month (Contract Formation Date, Section 2.17, or last approved MSRP List update date, whichever is later) to the latest month for which non-preliminary data is available at the time of the requested MSRP List update; and . Note: The U.S. Department of Labor, PPI indices are available at: http://www.bls.qov/ppi/home. htm. Scroll to and click on: “Series Report”; Enter Series ID “WPUW#M” (see Series ID codes above) and scroll to and click on “Retrieve Data”. The Department may, in its sole discretion, accept or deny any requested per Commodity Group and Manufacturer / Brand Name MSRP List update. If a per Commodity Group and Manufacturer / Brand Name MSRP List update request is approved by the Department, it shall not become effective for new orders placed by Eligible Users until the Department approved effective date and posting by the Department. be in accordance with the requirements, specifications, terms, and conditions of the Contract. 5.9 Acquisition by Eligible Users Eligible Users are encouraged to purchase any contracted Commodities and contractual services, including Base Equipment; OEM Options, Accessories, & Implements; and OEM Parts, that will meet their needs, provide the lowest total cost, and be in accordance with the Eligible User’s applicable procurement and fleet statutes, laws, ordinances, codes, rules, policies, and procedures. Any non- contract products and services must be ordered and invoiced as non-contract options separately from Contract purchases in accordance with the Eligible User’s applicable procurement and fleet statutes, laws, ordinances, codes, rules, policies, and procedures. Eligible Users may purchase Base Equipment with any individual or combination of contracted OEM Options, Accessories, & Implements and OEM Parts or without any contracted OEM Options, Accessories, & Implements and OEM Parts. Additionally, OEM Options, Accessories, & Implements and OEM Parts may be purchased separate of any contracted Base Equipment. 5.10 Contract Price Quotes and Sales Literature / Technical Information Eligible Users may request and the Contractor will provide within five (5) business days no charge Contract Price Quotes under the Contract. The Contractor agrees that Contract Price Quotes provided to an Eligible User shall be submitted for only those Commodity Groups, Manufacturer / Brand Names, and Commodities which the Contractor is awarded, and that the awarded Commodities quoted are the minimum required to meet the Eligible User’s needs. All Contract Price Quotes will be according to the Prices, Discounts, requirements, specifications, terms, and conditions of the Contract, and will include the following: Quotation Date. Quotation Number (as applicable). 41 Contractor Information. State Term Contract Number and Name. Base Equipment: Commodity Group, Line Number, Base Equipment code and description, and negotiated Base Equipment Net Price (per Section 5.6, Ceiling Prices). OEM Options, Accessories, & Implements (if applicable, individually listed): OEM Option, Accessory, & Implement code and description; OEM Option, Accessory, & Implement negotiated OEM Option, Accessory, & Implement Net Price (as applicable, per Section 5.6, Ceiling Prices). OEP Parts (if applicable, individually listed): OEM Part code and description, and negotiated OEM Part Net Price (per Section 5.6, Ceiling Prices). New License Plate Fee (if applicable, per Section 5.14, Commodities Title and Registration). Total State Term Contract negotiated Price (sum of the applicable negotiated Base Equipment Net Price(s); OEM Options, Accessories, & Implements Net Price(s); OEM Parts Net Price(s), and New License Plate Fee(s)). During the Term of the Contract, the Contractor shall supply no charge printed Sales Literature and Technical Information to Eligible Users upon request, unless the literature and information requested is available on the Contractor’s or Manufacturer’s website. If the literature and information is available on the Contractor’s or Manufacturer’s website, the Contractor will direct the requesting Eligible User to the specific website location. All Eligible User requests for Sales Literature and Technical Information shall be completed by the Contractor within five (5) business days. 5.1 1 Purchase Orders Under the Contract, Eligible Users may place orders using a Purchase Order or using a Purchasing Card, per Section 5.12. Purchase Orders issued by Eligible Users shall be in accordance with the Ordering Instructions (contained within Section 7.1, Price Sheet & Ordering Instructions) and the Prices, Discounts, requirements, specifications, terms, and conditions of the Contract. The Contractor and the Eligible User agree to the following: Under the Contract, Eligible Users may only place and Contractors shall only accept Purchase Orders for Commodity Group and Manufacturer / Brand Name and Commodities the Contractor is awarded. For each Commodity and contractual service ordered, Eligible Users are responsible for notating the following information on and with the Purchase Order based on their negotiations (per Section 5.6, Ceiling Prices) with the Contractor: 0 o Eligible User’s issuing contact person and contact information; o Contractor Information from the Ordering Instructions; o State Term Contract Number and Name; o Base Equipment: Commodity Group, Line Number, Base Equipment code and description, and negotiated Base Equipment Net Price (per Section 5.6, Ceiling Prices); Note: Specify any special needs or instructions (e.a., other associated eauipment). o OEM Options. Accessories. & Implements (if applicable, individually listed): OEM Option, Accessory, & Implement code and description; OEM Option, Accessory, & Implement negotiated OEM Option, Accessory, & Implement Net Price (as applicable, per Section 5.6, Ceiling Prices); . Note: Specify any special needs or instructions (ea, other associated o OEP Parts (if applicable, individually listed): OEM Part code and description, and negotiated OEM Part Net Price (per Section 5.6, Ceiling Prices); o New License Plate Fee (if applicable, per Section 5.14, Commodities Title and Registration); and o Any Eligible User special instructions, requirements, terms, and conditions; eauipment). 42 o Total State Term Contract negotiated Price (sum of the applicable negotiated Base Equipment Net Price(s); OEM Options, Accessories, & Implements Net Price(s); OEM Parts Net Price(s), and New License Plate Fee(s)). Contractor will place all orders received with the Manufacturer(s) within seven (7) calendar days after receipt of the Purchase Order unless the Contractor has the applicable Base Equipment; OEM Options, Accessories, & Implements (if applicable); and OEM Parts (if applicable) ordered in their possession and can Deliver the order to the Eligible User within fourteen (14) calendar days. All orders placed with the Manufacturer(s) shall be made in full compliance with the requirements, specifications, terms, and conditions herein. Contractor shall honor all Purchase Orders received during the Contract Period of Agreement (Section 5.2) for Commodity Group and Manufacturer / Brand Name Commodities the Contractor is currently awarded (Section 7.1, Price Sheet & Ordering Instructions). Unless the Contractor has the applicable Base Equipment; OEM Options, Accessories, & Implements (if applicable); and OEM Parts (if applicable) ordered by the Eligible User in their possession, the Contractor will provide an Acknowledgement of Order form, per Section 5.#, to the Eligible User. Contractor, from receipt of the Purchase Order until delivery is made to the ordering Eligible User, shall promptly notify the Eligible User of any potential delivery delays. Additionally, the Contractor must promptly advise the ordering Eligible User if their order may not be delivered prior to the end of the Eligible User’s Fiscal Year (State Agency’s Fiscal Year ends June 30). Evidence of intentional delavs in deliverv shall be cause for default Droceedinqs and I or Contract termination. This Section 5.1 1, Purchase Orders, does not modify or replace Section 4.2, Purchase Orders, of the Contract. 5.12 Purchasing Card The State of Florida and numerous Eligible Users have adopted and implemented various Purchasing Card programs using different universal card formats (e.g., American Express, Mastercard, and Visa). Accordingly, the Contractor and the Manufacturer’s authorized Dealers must have the ability to accept universal card format Purchasing Cards, including American Express, Mastercard, and Visa, during the Contract term. Contractors and Manufacturer’s authorized Dealers may receive payments from Eligible Users by universal card format Purchasing Cards in the same manner as other credit / debit card purchases. Universal card format Purchasing Cards (e.g., American Express, Mastercard, and Visa) acceptance is mandatory, but is not the exclusive method of payment (e.g., Purchase Order). The method of ordering and payment (e.g., Purchase Order, Purchasing Card) shall be selected by the Eligible User. The Eligible User will not fill out any Contractor or Manufacturer’s authorized Dealer forms or separate contracts in association with the Contractor or Manufacturer’s authorized Dealer accepting a Purchasing Card payment. Contractors and Manufacturer’s authorized Dealers are not allowed to charge a fee for accepting a Purchasing Card payment. Surcharges or convenience fees are prohibited. On-line billing or payment systems maintained by the Contractor, Manufacturer’s authorized Dealer, or their respective agent will not store the card holder’s name, account number, and expiration date for re-use. Card holders will provide the Contractor or Manufacturer’s authorized Dealer, as applicable, with card account information at each Purchasing Card transaction. All individual purchases made using a Purchasing Card must be equal to or less than $500.00, and Contractors, Manufacturer’s authorized Dealers, and Eligible Users may not intentionally segment or divide orders to avoid the stated dollar limitation. 43 5.13 Acknowledgement of Order For orders which the Contractor does not have the awarded Commodities in stock and cannot Deliver the Commodities to the ordering Eligible User within fourteen (14) calendar days, the Acknowledgement of Order form shall be fully completed and issued by the Contractor to notify the ordering Eligible User of the receipt of the Purchase Order for Commodities awarded under the Contract, the Manufacturer’s order confirmation information, and the estimated delivery date. The Contractor must mail, email, or fax the fully completed Acknowledgement of Order form to the ordering Eligible User’s issuing office within fourteen (14) calendar days from the date the Contractor receives the Purchase Order under the Contract. Failure of the Contractor to provide the ordering Eligible User the Acknowledgement of Order form within fourteen (14) calendar days from the date the Contractor received the Purchase Order will be considered acceptance of the order by default, which, if necessary, shall require the provision of the next new model of the Commodity, which meets the Prices, Discounts, requirements, specifications, terms, and conditions herein. Submission of the Acknowledgement of Order form is to be the responsibility of the Contractor without prompting or notification by the Contract Manager or Eligible User. Repeated failures bv the Contractor to submit completed Acknowledqement of Order forms to the ordering Eliqible Users shall be cause for default proceedinqs and I or Contract termination. Upon Contract Formation, Section 2.1 7, the Department shall distribute, in electronic format, the Acknowledgement of Order form to be used by the Contractor. 5.14 Commodities Title and Registration Applicable awarded Commodities delivered under the Contract will be titled and registered by the Contractor in accordance with Chapters 319 and 320 of the Florida Statutes. The Contractor shall send any necessary form(s) that must be signed by an authorized representative of the Eligible User with the awarded Commodity(ies) upon delivery, and the Contractor shall obtain any necessary signature(s) and complete the titling and registration process for the Eligible User in a timely manner. In the event the Eligible User is permitted by statute, law, rule, ordinance, code, policy, and procedure to obtain Title and Registration independent of the Contractor, and chooses to obtain Title and Registration independent of the Contractor, the Eligible User shall notify the Contractor in writing of this decision no later than three (3) business days following receipt of the Acknowledgement of Order form, per Section 5.8, Acknowledgement of Order. However, the Eligible User will then be obligated to Title and Register the awarded Commodity per applicable statute, law, rule, ordinance, code, policy, and procedure, and the Contractor shall provide any documents necessary for the Eligible User to do so. For applicable awarded Commodities, Eligible Users may elect to transfer an existing license plate, or may choose to obtain a new license plate. Should an Eligible User elect to transfer an existing license plate, this is the standard default order type and does not require specific notation on the Purchase Order. All related fees, see Section 5.6, Ceiling Prices, are included in the Base Equipment Net Price. Should an Eligible User elect to obtain a new license plate in lieu of transferring their old license plate, or if the awarded Commodity is an addition to their fleet and requires a new license plate, the Purchase Order should include a notation and an additional amount to cover the cost of a new license plate. The Contractor is not required to obtain new license plates for the Eligible User unless there is a notation and a new license plate fee is included on the Purchase Order. All related charges and fees, see Section 5.6, Ceiling Prices, except the new license plate cost are included in the Base Equipment Net Price. o The Eligible User’s Purchase Order notation for a new license plate must include the request for a new license plate, what type of license plate is required, and a contact person’s name, title, and telephone number should there be any questions. 44 o The Contractor may obtain special plates such as “State”, “County”, or “City” from most county tax offices, but agency plates such as “DOT”, “DC”, “DNR”, etc. must be obtained from the Department of Highway Safety and Motor Vehicles, Division of Motor Vehicles, in Tallahassee, Florida. Note: The State of Florida is self-insured; therefore, a “Proof of Insurance” form is not required (Refer to F.S. Chapter 284.30, Part II) for Title and Registration. Questions concerning the lack of a “Proof of Insurance Certificate” when applying for a license plate may be answered by calling (850) 488-4127. 5.15 Transportation and Delivery In conjunction with Section 5.6, Ceiling Prices, Base Equipment Net Prices; OEM Options, Accessories, & Implements Net Prices; and OEM Parts Net Prices shall include all charges for packing, handling, freight, distribution, and delivery. Transportation and Delivery of goods shall be FOB Destination to any point statewide as follows: o Manufacturer direct to the Eligible User: Within one hundred eighty (1 80) calendar days after receipt of order. o Dealer to the Eligible User: Within fourteen (14) calendar days after receipt of order or the Commodities from the Manufacturer(s), with one exception - Commodities requiring post- Manufacturer Dealer installed OEM Options, Accessories, & Implements must be delivered within thirty (30) calendar days after receipt of the Commodities from the Manufacturer(s). Delivery of the awarded Commodity is defined as receipt of the Commodity at the Eligible User’s place of business or designated location. Delivery does not constitute Acceptance, per Section 5.16 of the Contract. The Contractor must give the ordering Eligible User a minimum of twenty-four (24) hours notice prior to delivery. Deliveries will be received as stipulated by the Eligible User. Deliveries of awarded Commodities shall be made by either private or common carrier transport. Where deliveries may be accomplished by driving the self-propelled, street-legal, Commodity three (3) road miles or less, the self-propelled Commodity may be driven, under supervision, to the delivery location. The Contractor must comply with the Manufacturer’s break-in requirements and all applicable traffic laws. All self-propelled operator occupied Commodities Delivered by the Contractor to the Eligible User shall contain no less than one-quarter (1/4) tank of fuel as indicated by the fuel gauge at the time of delivery. At the Eligible User’s option, Commodities with less than one-quarter (1/4) tank of fuel at delivery may be rejected or $3.00 per gallon or gallon equivalent up to one-quarter of the Commodity’s fuel tank capacity may be deducted from the invoice and payment. The Contractor will perform the standard Manufacturer’s Pre-Delivery Inspection, and is responsible for delivering an awarded Commodity that is properly serviced, clean, and in first class operating condition. Pre-delivery service, at a minimum, shall include the following: 0 Complete lubrication of operating chassis, engine, and mechanisms with Manufacturer’s 0 0 recommended grades of lubricants; Check / Fill all fluid levels to assure proper fill; Adjust engine(s) to proper operating condition(s); Inflate tires to proper pressure; Check to assure proper operation of all accessories, gauges, lights, and mechanical and h yd rau I ic features; Clean equipment, if necessary, and remove all unnecessary tags, stickers, papers, etc.; Assure that the awarded Commodity is completely assembled (unless otherwise noted in the following sub-section) including Base Equipment and OEM Options, Accessories, & Implements, thoroughly tested, and ready for immediate operation upon delivery; and o For Commodities within Commodity Group No. 16, the Commodities shall be fully assembled except that components vulnerable to damage, pilferage, and loss, or that 45 would otherwise increase cubage, such as controls, control rods, levers, and handles may be packed separately. For such Commodities, printed assembly instructions along with all bolts, nuts, pins, and washers necessary to assemble removed components shall be securely packaged with the Commodities. Where applicable, packaged to insure safe delivery to the destination. Packaging shall comply with the requirements of Section 403.7191, Florida Statutes. Each package will be marked to include the name of the Contractor, the State Term Contract number, Purchase Order number, and brief description of the contents. All Commodities will be delivered with each of the following applicable documents completed and included: Copy of the Manufacturer’s Pre-Delivery Inspection form, which meets or exceeds the requirement herein; Copy of ordering Eligible User’s Purchase Order; Copy of the applicable Manufacturer(s)’s specification(s); Copy of the Manufacturer’s Invoice(s) (prices may be deleted or obscured) for each Commodity, including individual Base Equipment and OEM Options, Accessories, 8, Implements, in the shipment; Manufacturer’s Window Sticker(s), if applicable; Manufacturer’s Certificate of Origin, if applicable; Manufacturer’s Operator Manual, and (if not included in the operator manual) one (1) each of the Manufacturer’s lubrication and maintenance instructions; Copy of the Manufacturer’s Standard Warranty Certifications; Sales Tax Exemption Form, if applicable; Temporary Tag and twenty (20) day Extension Tag, if applicable; and DHSMV82040, Application for Certificate of Title and/or Vehicle Registration, if applicable. Deliveries that do not include the above applicable forms and publications, or that have forms that have been altered, or are not properly completed, will be refused! Repeated failures bv the Contractor to include the above properlv completed forms and publications. or that have submitted altered forms, to the orderinq Eligible Users shall be cause for default proceedinqs and I or Contract termination. These Transportation and Delivery requirements, terms, and conditions also apply to the re-delivery of an awarded Commodity that was previously rejected upon initial delivery. This Section 5.13, Transportation and Delivery, supersedes and replaces Section 4.1 1, Transportation and Delivery. 5.16 Acceptance The Eligible User, within three (3) business days of delivery, will thoroughly inspect the Commodity(ies) received for acceptability. The Eligible User shall compare the physical Commodity(ies) delivered; Contract Prices, Discounts, requirements, specifications, terms, and conditions; Purchase Order; and Manufacturer’s Window Sticker / Manufacturer’s Invoice(s) to ensure the Commodity(ies) received meet or exceed the requirements, specifications, terms, and conditions of the Contract and Purchase Order. Additionally, the Eligible User will inspect the Commodity(ies) for any physical damage. The Contractor is obligated to correct any errors or damage in the Commodity(ies). Failure by the Eligible User to discover an error in the Commodity(ies) shall not relieve the Contractor from their obligation to correct the error in the event it is found anytime after the Commodity(ies) is delivered. The Parties agree that inspection and Acceptance will be the Eligible User’s responsibility and occur at the location of the Eligible User. Title and risk of loss or damage to all Commodities shall be the responsibility of the Contractor until Accepted by the Eligible User. The Contractor shall be responsible for filing, processing, and collecting all damage claims. The Eligible User shall assist the Contractor by: Recording any evidence of visible damage on all copies of the delivering carrier’s bill of lading; 46 Report any known visible and concealed damage to the carrier and the Contractor; Confirm said reports in writing within fifteen (1 5) business days of delivery, requesting that the carrier inspect the damaged merchandise; and Provide the Contractor with a copy of the carrier’s bill of lading and damage inspection report. Transportation and Delivery of the Commodity(ies), per Section 5.15 of the Contract, does not constitute Acceptance for the purpose of payment. Final Acceptance and authorization of payment shall be given by the Eligible User only after a thorough inspection indicates that the Commodity(ies) is undamaged and meets the Contract requirements, specifications, terms, and conditions. Should the delivered Commodity(ies) be damaged or differ in any respect from the Contract requirements, specifications, terms, and conditions, payment will be withheld until such time as the Contractor completes the required, Eligible User approved, corrective action(s). Should the Commodity(ies) require service or adjustments as part of the Eligible User approved corrective action(s), the Contractor shall either remedy the defect(s) or be responsible for reimbursing the Manufacturer’s local authorized service Vendor or others selected by the Eligible User to remedy the defect(s). The Contractor shall initiate such required service or adjustments within two (2) business days following notification by the Eligible User. The Commodity(ies) will not be Accepted until all service and / or adjustments are satisfactory and the Commodity(ies) is re-delivered in acceptable condition. The costs of any Transportation and Delivery, Section 5.15, required as part of the initial or any re-deliveries due to error or damage are the responsibility of the Contractor. The ordering Eligible User shall notify the Department of any Contract deviation that it cannot resolve with the Contractor. The Department and Eligible User will develop a corrective action plan related to the Contract deviation, which may include the Eligible User’s permanent refusal to Accept the Commodity(ies), in which case the Commodity(ies) shall remain the property of the Contractor, and the Eligible User and the State will not be liable for payment for any portion thereof. 5.17 Contract Sales Summary and Transaction Fee Reports Contract Sales Summary: The Contractor is required to provide annual fiscal year Contract Sales Summaries to the Contract Manager within fifteen (15) calendar days after the end of each fiscal year during the term of the Contract, including any renewals. The fiscal year is a twelve (12) month period beginning July 1 and ending on June 30 of each year. Contract Sales Summaries shall document all orders completed, for which payment was received, during the specified fiscal year. Contract Sales Summaries will have two (2) separate components: 1. The report’s first component shall specifically document the quantity and total sales by Commodity Group and Manufacturer / Brand Name sold; including Base Equipment; OEM Options, Accessories, & Implements; and OEM Parts; differentiating between Eligible User types, State Agencies and Other Eligible Users. 2. The report‘s second component shall specifically document all individual sales, including the sales date, Eligible User’s organization name, a brief Commodity and / or contractual service description, quantity, and total sales amount. The Contractor is also required to provide partial year Contract Sales Summaries under the same terms as the annual summaries for portions of the Contract term that occur outside a complete fiscal year. These partial summaries will be due July 15, 2010 for the period beginning on the Contract Formation date, per Section 2.17, and ending June 30, 2010, and within fifteen (15) calendar days after the termination of the Contract for the period beginning July 1 of the Contract‘s final year and ending on the Contract termination date. The Department may require additional ad hoc Contract Sales Summaries for various periods of time; the Contractor shall submit these specific ad hoc summaries within twenty (20) calendar days of notification by the Department. Initiation and submission of the Contract Sales Summaries are to be the responsibility of the Contractor without prompting or notification by the Contract Manager. The Contractor will submit the completed 47 Contract Sales Summary forms by email to the Contract Manager as stipulated. The Department shall distribute, in electronic format, the Contract Sales Summary forms to be used by the Contractor upon Contract Formation, Section 2.17. Transaction Fee Report: The Contractor is required to submit monthly Transaction Fee Reports in electronic format. For information on how to submit Transaction Fee Reports online, please reference the detailed fee reporting instructions and Vendor training presentations available online at the Transaction Fee Reporting and Vendor Training subsections under Vendors on the MyFloridaMarketPlace website (located at httD://dms.mvflorida.com/mfmD). Assistance is also available with the Transaction Fee Reporting System from the MyFloridaMarketPlace Customer Service Desk at feeDrocessinq@mvfloridamarketDlace.com or 866-FLA-EPRO (866-352-3776) between the hours of 8:OO AM to 530 PM Eastern Time. 5.18 Lobbying In accordance with Section 216.347, Florida Statutes, and as provided herein, the Contractor may not expend any State funds for the purpose of lobbying the legislature, the judicial branch, the executive branch, or any State Agency. This restriction does not apply to requests of the Contractor to provide any information relating to any aspect of this Contract, if requested by any legislative, judicial, or executive branch, or any State Agency. 5.19 Compliance with Laws The Contractor shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of federal, State, and local agencies having jurisdiction and authority. By way of non-exhaustive example, Chapter 287 of the Florida Statutes and Chapter 60A-1 of the Florida Administrative Code govern the Contract. By way of further non- exhaustive example, the Contractor shall comply with section 247A(e) of the Immigration and Nationalization Act, the Americans with Disabilities Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. Violation of such laws shall be grounds for Contract termination. rhe remainder of this page is intentionally left blank (other than footer information).] 48 SECTION 6.0 TECHNICAL SPECIFICATIONS CONTENTS: 6.1 DEFINITIONS 6.2 SCOPE AND ELIGIBLE COMMODITIES 6.3 COMMODITY SPECIFICATIONS AND STANDARDS 6.4 FEDERAL AND STATE STANDARDS 6.5 TESTING 6.6 WARRANTY 6.7 COMMODITY COMPLIANCE AND COMPATIBILITY [The remainder of this page is intentionally left blank (other than footer information).] 49 6.1 Definitions The Definitions found and referenced in the Special Conditions, Section 5.1, shall apply to this Section 6.1, Definitions. 6.2 Scope and Eligible Commodities The Construction, Industrial, Agricultural, & Lawn Equipment Commodities (including the Base Equipment; associated OEM Options, Accessories, & Implements; and associated OEM Parts) offered under the Contract shall be classified under twenty-four (24) Commodity Groups, which are listed and described as follows: ;ROUP DESC GUNS I KUCl IUNllNDUS rRIAL, MOTOR GRADER & MAINTAINER CONSTRUCTIONlINDUSTRIAL, EXCAVATOR: CRAWLERITRACK, WHEEL, & TRUCK MOUNTED t Grow No. 1 760-840 Group No. 2 760-900 760-420 CONSTRUCTlONllNDUSTRIAL, DOZER: CRAWLERTTRACK & WHEEL CONSTRUCTlONllNDUSTRIAL, LOADER: CRAWLERTTRACK CONSTRUCTlONllNDUSTRIAL. LOADER: SKID STEER 760-460 760-480 760-960 CONSTRUCTlONllNDUSTRIAL, LOADER: WHEEL WHEEL FORKLIFTTTELESCOPIC HANDLER, RIDING TYPE (INCLUDING ROUGH TERRAIN) TRACTOR, AGRICULTURAUSPECIALTY: CRAWLERnRACK 8, WHEEL {INCLUDING 4WD) TRACTOR, UTILITY: CRAWLERTTRACK & WHEEL (EQUAL TO OR GREATER THAN 40 HP) TRACTOR, COMPACT UTILITY: CRAWLERTTRACK & WHEEL (LESS THAN 40 HP) CONSTRUCTlONllNDUSTRIAL, BACKHOE-LOADER: CRAWLERTTRACK & UTILITY VEHICLE, OFF-ROAD: PASSENGER, CARGO, INDUSTRIAL, & TURF (NOT INCLUDING LOW-SPEED VEHICLE (“LSV’) OR NEIGHBORHOOD ELECTRIC VEHICLE (“NEV)) ALL TERRAIN VEHICLE (“AW) 1 GroupNo.7 I GroupNo.8 560-650 765-900 Group No. 9 Group No. 11 765-900 765-900 071 -860 Group No. 12 07 1 -820 07 1-840 AMPHIBIOUS ALL TERRAIN VEHICLE (“AAW) ACCESSORY & IMPLEMENT, MOWER/TRACTORNEHICLE/EQUIPMENT MOUNTED OR TOWED: INCLUDING AERATOR, BACKHOE, BLOWER, BOX BLADE, CATCHER, CHIPPERISHREDDER, DETHATCHER, DOZER BLADE, EDGER, GRINDER, LOADER, MATERIAL HANDLING (E.G., FORKS), MOWERlCUTTER (FINISHING, FLAIL, ROTARY, SICKLE, & REEL TYPES; BOOM MOUNTED OR PULL BEHIND), PAINTER, PLOW, POSTHOLE DIGGER, PULVERIZER, RAKE, SEEDER, SOD CUTTER, SPIKER, SPLITTER, SPRAYER, SPREADER, TILLER, TOPDRESSER, TRENCHER, TRIMMER, & VACUUM BEHIND: INCLUDING AERATOR, BLOWER, CHAIN SAW, CHIPPEWSHREDDER, EDGER, GRINDER, PAINTER, OVERSEEDER, RAKE, SEEDER, SOD CUTTER, TILLER, TOPDRESSER, TRIMMER, & VACUUM {NOT INCLUDING MOWER) LAWN EQUIPMENT; STANDING, HAND-HELD, BACKPACK, & WALWORK- MOWER, LAWN, WALWSTAND-BEHIND, OCCASlONALlRESlDENTlAL TYPE MOWER, LAWN, WALWSTAND-BEHIND, PROFESSIONAUCOMMERCIAL TYPE 020-010, 020-030, 020-150, 020- 360, 020-660, 020-670, 51 5-070, 515-140, 515-210, 515-280, 515- 350, 51 5-490, 51 5-700, 51 5-770, 515-860, 765-430, 765-640, EtC. Group No. 15 020-660, 515-070, 515-140, 515- 21 0, 51 5-350, 51 5-490, 51 5-700, 515-770, 545-680, EtC. Group No. 16 51 5-630 51 5-630 Group No. 18 51 5-630 51 5-630 MOWERTTRACTOR, LAWN, RIDING TYPE MOWERTTRACTOR. LAWN & GARDEN. RIDING TYPE 51 5-630 MOWER, FRONT (REAR WHEEL STEERING). RIDING TYPE MOWER, ZERO TURN RADIUS, RIDING TYPE Group No. 22 51 5-630 51 5-630 MOWER, WIDE-AREA, RIDING TYPE GOLF & TURF EQUIPMENT. OTHER (NOT INCLUDED IN OTHER GROUPS) I GrouPNo.24 51 5-900 iodity Codes are provided for general ii rmation purposes only. Eligible Users must confirm the appropriate and applicable to be used. 50 The Contract is intended to cover only those Construction, Industrial, Agricultural, and Lawn Equipment Commodities generally used by the State of Florida as listed and described herein, and does not include all varieties of equipment that are commercially available. Commodities not eligible, permitted, included, or available under the requirements, specifications, terms, and conditions of the Contract include, but are not limited to, portable generators, pressure washers, specialty forestry equipment, and street-legal small utility vehicles (a.k.a. Low-Speed Vehicles [“LSVs”], Neighborhood Electric Vehicles [“NEVs”]). The Department in its sole discretion shall determine the eligibility and acceptability of all Commodities available and included under the Contract. The Contractor will be responsible for removing all non-eligible and unacceptable Commodities under the Contract. Deliverv of non-conformina Commodities and contractual services, which are not remedied as required herein, shall be cause for default proceedinus and I or Contract termination. 6.3 Commodity Specifications and Standards The Commodity Specifications and Standards are based on the known needs of Eligible Users and best information available to the Department at the time the Commodity Specifications and Standards were created. The following specifications and standards form a part of the overall Technical Specifications except as modified or noted herein. All Commodities, including all Base Equipment; OEM Options, Accessories, & Implements; OEM Parts; and their respective features, equipment, and components, must individually and jointly comply with the following: All Commodities shall be designed, constructed, equipped, assembled (except as specified in Section 5.1 5, Transportation and Delivery), and installed (OEM Parts do not include installation) to be fully suitable for their intended use, purpose, and service; All Commodities shall be new and unused (except as specified in Section 5.15, Transportation and Delivery), for the current Manufacturer’s model year or later, of current or recent production, and of the latest design and construction; All Commodities shall be bio-diesel (B-20), compressed natural gas (“CNG”), diesel, electric, gasoline (E-I 0 to E-85), liquefied petroleum gas (“LPG”), natural gas, or propane powered; All Commodities shall include all OEM standard features, equipment, and components, Manufacturer or Dealer installed according to the Manufacturer’s standard procedures, requirements, and specifications; All Commodities shall be free of damage and / or rust which may affect appearance or serviceability; All Commodities shall comply with current legal, customary, reasonable, and prudent standards of professionalism and care in the industry; All Commodities shall comply with current mandatory and applicable federal and State of Florida motor vehicle, mobile equipment, legal, safety, and environmental standards and requirements; and All Commodities shall meet the requirements, specifications, terms, and conditions herein. No Contractor’s or Dealer’s advertising or identification (name, logos, etc.) is permitted on the Commodities, including all Base Equipment; OEM Options, Accessories, & Implements; OEM Parts; and their components. Commodity Manufacturer’s advertising or identification (name, model, logos, etc.) shall be permitted on the respective Commodities if such advertising or identification is a Manufacturer’s standard on the specific Commodity. The Department in its sole discretion will determine what is Contractor’s or Dealer’s advertising or identification, what is Commodity Manufacturer’s advertising or identification, and what advertising or identification is acceptable. The Contractor shall be responsible for removing, without damage, all unacceptable advertising or identification. 51 Deliverv of non-conforminq Commodities and contractual services. which are not remedied as required herein, shall be cause for default proceedinqs and I or Contract termination. 6.4 Federal and State Standards It is the intent of the Department that all specifications herein are in full and complete compliance with all federal and State of Florida laws, requirements, and regulations applicable to the type and class of Commodities and contractual services being provided. This includes, but is not limited to, Federal Motor Vehicle Safety Standards (“FMVSS”), Occupational Safety and Health Administration (“OSHA), Environmental Protection Agency (“EPA) Standards, and State of Florida laws, requirements, and regulations that apply to the type and class of Commodities and contractual services being provided. In addition, any applicable federal or State legislation that should become effective during the term of the Contract, including any renewals, regarding the Commodities and contractual services’ specifications, safety, and environmental requirements shall immediately become a part of the Contract. The Contractor must meet or exceed any such requirements of the laws and regulations. If an apparent conflict exists, the Contractor and Authorized Dealer must contact the Contract Manager immediately. Deliverv of non-conformina Commodities and contractual services, which are not remedied as required herein, shall be cause for default proceedinas and I or Contract termination. 6.5 Testing Samples of delivered Commodities and contractual services may be selected at random by the Department or Eligible User and tested for compliance with the requirements, specifications, terms, and conditions. Deliverv of non-conforminq Commodities and contractual services, which are not remedied as required herein, shall be cause for default proceedinas and I or Contract termination. 6.6 Warranty The Manufacturer’s Standard Warranty shall cover all Commodities and contractual services of the Contract. The Manufacturer’s Standard Warranty is required to provide coverage against defective material, workmanship, and failure to perform in accordance with the specifications and required performance criteria. The Manufacturer’s Standard Warranty coverage must be identical to or exceed the most inclusive of those normally provided for the Commodities and contractual services specified herein that are sold to any state or local governments. The Manufacturer’s Standard Warranty shall have a minimum term of one (1) year from the date of Acceptance, Section 5.16, and will begin only at the time of Acceptance by the Eligible User. Should the Manufacturer’s Standard Warranty conflict with any requirements, specifications, terms, or conditions of the Contract, the Contract requirements, specifications, terms and conditions shall prevail. The Manufacturer’s Standard Warranty terms and conditions are not part of the Contract requirements, specifications, terms, and conditions. Deliverv of non-conformina Commodities and contractual services, which are not remedied as required herein, shall be cause for default proceedinqs and I or Contract termination. 6.7 Commodity Compliance and Compatibility It is the Contractor’s responsibility to insure that the Commodity / Commodities supplied are compliant with the Contract requirements, specifications, terms, and conditions. Additionally, the Contractor must insure that the Commodity / Commodities ordered by the Eligible User are fully compatible with each other and with any associated pre-existing Commodity / Commodities possessed by the Eligible User 52 and pre-disclosed to the Contractor by the Eligible User. The Contractor’s acceptance of the Eligible User’s Purchase Order shall indicate that the Contractor agrees to deliver Commodity / Commodities that will be fully compliant and compatible with the Contract requirements, specifications, terms, and conditions. In the event any ordered Base Equipment; OEM Options, Accessories, & Implements; OEM Parts; and their respective features, equipment, and components are found by the Eligible User to be missing, incorrect, defective, damaged, non-compatible, or non-compliant, the Contractor shall, at the Eligible User’s discretion, be required to do one of the following: Install or repair the Base Equipment; OEM Options, Accessories, & Implements; OEM Parts; and their respective features, equipment, and components; Replace the Base Equipment; OEM Options, Accessories, & Implements; OEM Parts; and their respective features, equipment, and components; or Refund the purchase price of the applicable Base Equipment; OEM Options, Accessories, & Implements; and OEM Parts to the Eligible User. Anv chanues necessary after the deliverv of the Commoditv I Commodities that are reuuired to brinu a Commoditv I Commodities into compliance and I or compatibilitv due to an incorrect order fulfillment bv the Contractor will be accomplished at the Contractor’s expense. Deliverv of non-conforminu Commodities and contractual services, which are not remedied as required herein, shall be cause for default proceedings and I or Contract termination. phe remainder of this page is intentionally left blank (other than footer information).] 53 SECTION 7.0 PRICE SHEET & ORDERING INSTRUCTIONS AND FORMS CONTENTS: 7.1 7.2 SOLICITATION PREPARATION CHECKLIST 7.3 MANUFACTURER’S CERTIFICATION 7.4 SAVINGS I PRICE REDUCTIONS 7.5 CONTRACT SIGNATURE PAGE PRICE SHEET & ORDERING INSTRUCTIONS (MICROSOFT EXCELTM AlTACHMENT REQUIRING SEPARATE DOWNLOAD; SUBMllTED ORIGINAL@) MAINTAINED BY THE DEPARTMENT OF MANAGEMENT SERVICES.) (SUBMITTED ORIGINAL(S) MAINTAINED BY THE DEPARTMENT OF MANAGEMENT SERVICES.) (SUBMITTED ORIGINAL@) MAINTAINED BY THE DEPARTMENT OF MANAGEMENT SERVICES.) (SUBMITTED ORIGINAL(S) MAINTAINED BY THE DEPARTMENT OF MANAGEMENT SERVICES.) (PLEASE NOTE: THIS DOCUMENT IS PROVIDED FOR REFERENCE PURPOSES AND IS NOT REQUIRED TO BE SUBMllTED AS PART OF A SOLICITATION RESPONSE. HOWEVER, SHOULD THE DEPARTMENT DETERMINE TO MAKE AWARD, SUBMllTAL OF THIS DOCUMENT IN DUPLICATE SHALL BE REQUIRED. ANY SUBMllTED ORIGINAL(S) MAINTAINED BY THE DEPARTMENT OF MANAGEMENT SERVICES.) (SUBMITTED ORIGINAL(S) MAINTAINED BY THE DEPARTMENT OF MANAGEMENT SERVICES.) 7.6 CERTIFICATION OF DRUG-FREE WORKPLACE rhe remainder of this page is intentionally left blank (other than footer information).] 54 7.2 Solicitation Preparation Checklist The Solicitation Preparation Checklist is a guide to assist the Respondent in verifying the completeness of their response. The Solicitation Preparation Checklist does not relieve the Respondent of the responsibility of ensuring that all reauirements of the solicitation are met with submittal of their response. Check off each of the following as you comply: The Respondent has fulfilled Sales Summary, Usage Fee, and Transaction Fee reporting and payment requirements as specified in the requirements, terms, and conditions of all previous or existing agreements with State of Florida agencies. Download, read, understand, and agree to the entire solicitation, including all attachments (ITB No. 03-760-000-S; Construction, Industrial, Agricultural, & Lawn Equipment: Sections 1 .O through 7.6 of the solicitation, and the MyFloridaMarketPlace RFX Info tab contents). Review and abide by the Timeline, Section 1.2 of the solicitation. If necessary, review the MyFloridaMarketPlace Sourcing Tool Online Training Guide and / or receive assistance from the MyFloridaMarketPlace Customer Service Desk at 866-FLA-EPRO (866-352-3776) or vendorhelD@mvfloridamarketDlace.com. Submit any Questions via the MyFloridaMarketPlace Q&A Board, no later than as specified in the Timeline, Section 1.2 of the solicitation. View the Department's Answers to the submitted questions as posted in any Addendum or Amendment to the solicitation on the MyFloridaMarketPlace Sourcing Tool and / or Vendor Bid System. Download the Price Sheet & Ordering Instructions (Section 7. I), review carefully, enter required discounts and information on the Price Sheet & Ordering Instructions, and upload the Price Sheet & Ordering Instructions to the My FloridaMarketPlace Sourcing Tool as required. Provide answers to all required questions within the MyFloridaMarketPlace Sourcing Tool. Submit response using the MyFloridaMarketPlace Sourcing Tool. Mail any required documents and forms specified in Section 3.9, Submittal of Response, of the solicitation documents to the attention of: Christopher P. Walker, FCCM Purchasing Analyst Division of State Purchasing Department of Management Services 4050 Esplanade Way, Suite 360 Tallahassee, FL 32399-0950 The outer packaging shall clearly state Solicitation Title, Solicitation Number, and Solicitation Opening Date and Time. 55 7.3 Manufacturer’s Certification This is to certify that Organization Name is the Manufacturer or Manufacturer’s authorized Dealer of Manufacturer / Brand Name BY: DATE: MANUFACTURER NAME: ADDRESS: TELEPHONE NUMBER(S): E-MAIL: AUTHORIZED EMPLOYEE NAME: TITLE: SIGNATURE: NOTE: THE MANUFACTURER’S CERTIFICATION FORM MUST BE COMPLETED AND SUBMITTED PER SECT1 ON 3.9.6, MANUFACTURER’S CERTl Fl CAT1 ON. 56 7.4 Savings I Price Reductions The Respondent is required to furnish the combined average percent (%) savings offered compared to MSRP, retail, list, published, or other usual and customary prices that would be Daid bv the purchaser without benefit of a contract resulting from this solicitation. DATE Competitive Discounts offered in Section 7.1, Price Sheet & Ordering Instructions, provide llnserf Savinus % for Commodifies Offered in Table Below1 % combined average savings off of the MSRP, retail, list, published, or other usual and customary prices for: HOW CAN WE VERIFY THE CLAIMED SAVINGS (example: retail or other usual and customary prices published at [URL], or other source of benchmark prices [supply documents])? AUTHORIZED SIGNATURE: TELEPHONE NUMBER: RESPONDENT NAME: 57 IF CONTRACT AWARDED, STATE PURCHASING ANALYST / SPECIALIST TOOK THE FOLLOWING STEPS TO VERIFY THE SAVINGS OFFERED: WHAT WERE THE RESULTS? PURCHASING ANALYST / SPECIALIST: PUR 7064 (Rev 2/04) 58 7.5 Contract Signature Page CONTRACT This Contract, effective the last date signed below, is by and between the State of Florida, Department of Management Services (“Department”), an agency of the State of Florida with offices at 4050 Esplanade Way, Tallahassee, Florida 32399-0950, and the entity identified below as Contractor (“Contractor”). The Contractor responded to the Department‘s Invitation to Bid (“ITB”) No. 03-760-000-S; Construction, Industrial, Agricultural, & Lawn Equipment. The Department has determined to accept select Contractor’s offers and to enter into this Contract in accordance with the requirements, specifications, terms, and conditions of the solicitation. Accordingly, and in consideration of the mutual promises contained in the Contract documents, the Department and the Contractor do hereby enter into this Contract, which is a state term contract authorized by section 287.042(2)(a) of the Florida Statutes (2001). The term of the Contract begins on the Contract Formation Date, per Section 2.17, and expires June 30, 2012. The Contract consists of the following documents, which, in case of conflict, shall have priority in the order listed, and which are hereby incorporated as if fully set forth: Any written Amendments to the Contract Section 6.0, Technical Specifications Section 5.0, Special Conditions Section 4.0, General Contract Conditions [PUR1 000 (1 0/06)] This document, Section 7.5, Contract Signature Page Section 7.1, Price Sheet & Ordering Instructions Section 3.0, Special Instructions to Respondents Section 2.0, General Instructions to Respondents [PUR1 001 (1 0/06)] Any Purchase Order under the Contract Contractor’s Response State of Florida, Date Department of Management Services By: Linda H. South, Secretary Contractor Name: Street Address or P.O. Box: City, State, Zip: By: Date Its’ (Title): Approved as to form and legality by the Department of Management Services, General Counsel’s Office: (Seal) Print Name: Date: 59 7.6 Certification of Drug-Free Workplace Section 287.087 of the Florida Statutes provides that, where identical tie offers are received, one preference shall be given to an offer received from a Respondent that certifies it has implemented a drug-free workforce program. Please sign below and return this form to certify that your business has a drug-free workplace program. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. Give each employee engaged in providing the commodities or contractual services that are under the solicitation a copy of the statement specified in Subsection (1). In the statement specified in Subsection (I), notify the employees, as a condition of working on the commodities or contractual services that are under the solicitation, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any State, for a violation occurring in the workplace no later than five (5) days after such conviction. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community by any employee who is so convicted. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. False statements are punishable at law. DATE: ORGANIZATION NAME: BY: Authorized Sign a tu re Print Name and Title 60 A I 1 z L I I 1 1 f L 1 Y I L 1 Y r ; < L ! 5 I z z I ? r 1 5 E \ ? I 1 1 f I L 1 Y Y L 1 I I 1 ! ! c I z ? I ? r : E I L I 0 ! : : c L c ( L ( c s L I i ! c t I: I I t c t i I: i 5 C C C r F I ! I i I . E ! ? E ! 1 1; I I \ I 2 I I t 1 ' L L c : . E ! E ! i f I \ E ! : ? c P I \ 1 L 2 Y : \ I C ! E a E E e : e c 1 I : , ! ? c \ T: L L ? E I i ! : E 8 1 i > I \ I E E i I F 1 *1 i ! ? E ! 1 i > I I ! \ ! ? I P E P I r I I E t I I i : ! E ! 1 ? I , I E , c Lu P 3 m W. -1 "g I C 1 ! ? ! 1 1 I \ ! ? F 1 t f t c F I e : I a E E e E e : c 3 f c F . e f I a I h I E e c 3 2 i : i! r f \ ! L $ I E E E 1 E c E : E c : 1 ? ? E c ? E . c : I ! ! 1 f 1 I \ F C F c \ r I: ! ? I I 1 I i C C z I I C C a C C a C C c . E 4 2 i - E 3 6 i - E a s C 2 - E 3 a 2 C - e 3 a z m 0 b cn C m c a, _ 2 u I I ? ! < I - ? ! i I - ? ! i I - ? ! i I 1 - E a z 5 C - L P s c I P c 0 m a, cn a" u a, Y K -1 a, D 0 v) ._ - - 2 8 a .- w 2 'C U L 0 5 0 0 0 ?! B 0 7 c .c 0 W a, m m a I L c c c 5 E ? 3 e ? 2 3 1 3 i : I ? f > 3 2 2 2 ? f > I ? . I C E I E I : E 2 I : E i I 2 ? 3 2 > ? > I I 5 C ! C E ? i : E 2 : E i I : E 2 ! J i > I E I E i E E ? i : E i 2 i! E ? J 2 ? . I E ? I E : C E i : E 2 2 i! E 2 P z 3 ? ! i 5 i ! I L i > 1 I \ \ \ \ F c c c v I: 1 I: I i ? Y I ; t ? 5 t ? 5 t ? C E i : E 2 U 3 P 2 3 4 I I E 2 i : E i 2 i! E i ? i! E 2 I ? ; ? ? 1 2 L 0 IC a, m m a 5 c ? i t ? 5 c ? i t ? 4 ? I t t i E L ! r L i > 1 ! c F ? E I T: I 1 I C i E L ! r L L i \ z 5 ? F \ I f t f r \ I i E r ! 1 1 i > I ! F F F : 1 1 5 E ! r I ! I i E r ! 1 1 i > 1 I \ F s \ ; ! I ! : i E r ! 1 L i > 1 \ F F \ T: 1 L 2 E I C I i E r ! 1 L f I ! F F , : 1 L 5 E i L \ . i E r ! 1 L i > 1 I \ 5 F I t ; r T: : 1 ! c \ E ! 1 1 1 1 5 F F 2 r: 3 5 I f i I I E ! 1 L 1 1 5 F F c E f I 2 I i i ! 2 f I I i E r ! 1 L i > 1 ! F ! 1 L 1 T: 5 ! 1 L ? 5? \c 0 CO a, UI m a c W z I C E ? [ I i ? I i ! C 4 I I i ? t E ? C E ? [ L C ; C i . e I I r 4 L c t \ I ! E E Y E E t I 5 t ? s t ? 5 c ? 5 t ? C i I e I Y r 4 L i i I ! \ E \ E \ E c E L Y L C T I 5 c ? f ? 5 c ! [ I t i I Y L 4 L i i I ; ! \ E E i t $ L 2 I c i I I r L L i i \ E ! E t L : L 2 f > I 5 t ? f ? 5 t ? 5 t ? E Y E I i I I r r L L t \ ! E E F L c z k ; !! I i I Y ! r L L t I ! ! : ? E I 1 c C r i I Y r L L i i ! E E ; L > < I: 5 I i I Y r r L i t 5 ; \ E E ; c > i I Y r L L i i ! E E L c E $ L E L Y E . i I Y r L L i i I \ 5 c i E Y Y s t ? s t ? 5 t ? s t ? c Y c , > i I L L r L i i r ! \ : z E i I [: r c 4 ! I e I Y r L L i i ! c ? E . ; s t ? 5 t ? 5 t ? I i ? I ! 5 t ? I i ? 5 t ? c E i I- W W I v) W 0 E - c al .- k L =I 0- W c -1 - E 3 =I 0 'C c - 2 - m 'C In 3 '0 C d - K- 2 O 0 In c .- I L 6 6 8 ._ 7 d 0 (0 r. 0 =c v)' I I i ! I i i ; ! 5 i ? v -- wn r W E c 6 c L f L e i 5 ! E E E b ; L : t I 4 f L e i c E I 'I E \ \ ? E I I 4 I I ? f . I i 6 L 4 r L i I 1 ! E E E ! : i L T: r L t i f i L L ! r L L i ! ! E E c \ I i > L T: r T c ! I i 6 L 4 r L i I 1 ! \ E E E \ I t r '1 r I i : E 2 ? : E 2 i : E 2 i : E i ? : i I 2 m 0 7 L z h al 0) R L t 1 I i e 1 k I i c : r: I i e 5 h 5 c ! : i E i E E ! i I I .e w 5 2 z 0 5 z (3 a 0 a b 2 z z 0 5 z (3 K 0 a 0 3 z 2 i t ? i I : i t ? t E ? i I ? E ? I \ i 6 L ! r L i > i ! F F F \ k t t . 1: I z ; i ? I ? f ? I ? € 1 ! I r I I E ! 1 L i : F s \ \ F \ \ > f I 1 I ! r : E I f \ . 5 ! L L ; I E s \ \ E \ \ E k 2 I ! I 5 B 5 I i I i ! 1 L i ! I ! E F C I F \ r L t ! f i I r ! 1 L 1 > I ! F s F ! : 1 L 1 r: L i 5 I C . i I r ! 1 L f I I \ \ ! ? s \ I \ E I I i 5 ! 3 \ . i I L ! 1 L i ! i ! E E c I : L I c 6 L L t i I r ! 1 L f I ! F F ! : : L 1 r: ! i 1 0 -- WQ c E r w z 5 z 0 5 z a (3 IY 0 w I i 5 L I r L i i f \ F F F i 1 5 . 0 0 CY a, m 7 c 7 m a EXHIBIT “C” Lessee: Date: Master lease # Lease Schedule# This is a cover letter indicating that the documents listed below need to be completed so we can process your lease. PLEASE SIGN THE ENCLOSED DOCUMENTS AND RETURN THE FOLLOWING TO us. 0 Master Lease Agreement to be signed by: Master Lease Schedule to be signed by: Insurance Letter to be returned 0 Delivery and Acceptance to be signed by: Ship ToBill To Form to be completed and returned Certificate of Incumbency to be signed by: Fiscal Funding Addendum to be signed by: End of Term Rider to be signed by: e Advance Payment invoice, along with check made payable to GE Capital Corporation a ** PLEASE SUBMIT A TAX EXEMPT CERTIFICATE PLEASE MAKE YOUR PURCHASE ORDER OUT TO GE CAPITAL CORPORATION PLEASE CNTACT US AT 800-464-1639 WITH ANY QUESTIONS.0 PLEASE MAKE SEND ALL DOCUMENTS TO : GE CAPITAL CORPORATIONO 3000 LAKESIDE DRIVE, BANNOCKBURN, IL 60015 rev. 9199 Masfer Lease Agreernenf SLG Municipal Pricing Agreement # “Master Agreement” shall mean this Master Lease Agreement. “Schedule” shall mean any Lease Schedule signed by you and us which incorporates the terms of this Master Agreement. “Lease” shall mean this Master Agreement and any Schedule. 1. w. CamnencementdaSdedule(Ihe’ComDate’) and meptance of the Equipmentshalloccurupondeliveryofthe Equipmenttoyou. You agreetoinspectthe Equipmentupondelivetyand verify bytelephonewinwriSngsuchinfwmationaswsmayrequire.TheEquip mentisaccepted byyouundertheLeaseunlessyounotifywwithinthree(3)dayJofdeliverythatyoudond acceptthe Equipmentandspecifythedefectamalfunction. Inthatevent,wewillreplacethedefectiveitemof Equipment or this Lease will be canceled and you will assume all our rights under any purchase order a agreemententeredintobyustobuytheEquipment ~yousignedapurchase~orsimil~ag~tforthe purchaseofthe Equipnent by signing a Schedule you assign to us all of your lights, but mofyourobligabns under it. AN altachments, aazssories. replacements, replacement parts, substitims, addhs and repairs m the Equipment shall form part ofthe Equipment undera Schedule. 2. ,SEfLBlTYDFppsII. TheSecurity Depositwillbeheld byus,m’mcutmlerestandmaybemmingled (unlessolherwiserequiredbylaw),un6lallobli~nsu~theLe~~~~,andmaybe~~atcur optionagainstamountsdueunderthe Lease. TheSecurityDepositwillberetumedtoyouupontermination a Schedule, provaed you are not in default, aappliedtothelast Lease Paymenlatothe amountwe may qm Iw any purchaseor upgradeofthe Equipment. 3. -. You agree to remil toushe Lease paymen( (as set fam in lhe schedule) and &4her sums whendueand payableeach EillingPeriodattheaddressweprovaetoyoufromtimetotime. lfthe Commencement Dateofa Scheduleisnotthefmtothe~lhdayofanycalendarmcnm(a‘P~~, ~mitialTermofaScheduleshallbeextendedbythenumbwofdays the Payment Date which first occurs after the Commencement Date of such Schedule and your first Lease Papentwillbeincreased by1130~ofthemonthlyLeasePaymentsmultipliedbythenumberofdayselapsed ~mtheCommencementDatetothedayimmediatelyprecedingthe Payment Datewhiichoccvrsaffersuch Commencement Date. LeasePaymentsareduewheMerornotyouareinvo. Youautho~ustoadjustthe Lease Payments by not more than 15% to reRect any reconfiguration of the Equipment cn adjustments to refiect appliiblesales taxesorthecostofthe Equipment by the manufacIurer/wppier. 4. -. You agree to: (a) pay all costs and expenses associated with Iheuse, mz+ntsnance, servicing, repair or replacement ofthe Equipment and (b) pay all premiums and other costs of insuring the Equipment. In addition, you will (1) reimburse us for all costs and expenses (including mabk anomeys’ k?esandaxlrlcosts) incurredinenforcingthe Le~and(2)payallothercostsa~expensesfo obligated under the Lease (the ‘Lease Charges”). Ifa Schedule provides yw with a $1 Purchase Gptii (a “$1 Lease”), yw agree to file all required properly lax returns and prompny pay all properly taxes, which may be assessed against the Equipment If a Schedule provaes you with a Fair Market Value Purchase option (an ’FMV Lease”), (a) you acknowledge and agreethatwewill be the cwnerofthe Equipmentthroughoutthe Lease Termandwewillbeassessedpersonalpropertylaxes, and (b)nolwiMstandingthefxtthatyou maybeexempt hanthedirect paymenlofperjonal property taxes, you agree, at ourdiscrelion, toeiUk?r(i) reimbuneusannually for all personal property and other similar taxes and governmental charges associated with the ownership, possession or useof the Equipment a (io remiltouseach Billing Perid Our estimateofthe prated equivaht ofsuch taxesandgovemmenlalcharges. You agreeto pay usan admmistrativefeefortheprocessingoftaxes, aSSeSSmentsWfeeswhiich may bedueand payableunderthelease. Wemay takeon ywrbehaifanyactiar requiredunderthe Lease.whkhywfailtotake, andupon receiptofcurinvoiceyouwillprom~ypaywrcosts (including insurance premiums and other paymentsto affiliates), plus reasonable processing fees. Reslrictive emhmmtsmchxksyousend’buswilnot~yaroMig~tom. Wemaydmgeyouaretumchedc am~fundschargeoft25.00branyWwhilisreturned bylhebmkfwanyreeson (notlosxceed Ihemaximumamountpermikdbylaw). 5. LATECHARGES. For any payment Mchisndreceived Mi Ihilly (30)daysofLduedab, you agne to pay a late charge equal lo the hgherof10%ofMenrountduea$22,00(rottDexceed Ihe maximvm amount permitted bylaw) asreasonablecollectkmcosts. 6. In Ihecaseofa $1 Lease, you shall have UUe to the Equipment immediately upon ddively and shall bethe oi~nerofthe Equipmentandweraswtity inRreJt intheEquipmenttosecureallofyourobligatonsundertheLease. Inthecaseofan FMVLease.weownthe Equipment and you have the rightto usethe Equipment underthe lemsofthe Lease. lfthe Leaseis deemed to beasxuredtranwbn, ywgrantusasxurityinterestintheEquipnenttDsecureaRofyowoblig~sunder the Lease.Yw heretyassignbusalloffyour$hts, butmofywroblis, undwanypurdrasea~ment forthe Equipment. We hereby assign to yw all our lights underany manufacturerwsuppliwmnlh, sa long asyouarendindefauRhereunder. YwmustkeeptheEqu@mtfn?eofliens. Ywmay~~theEqu~ from the address indicated on thefrontofa Schedulewithoutfirstobtaining curapprwal. You agree to: (a) keep the Equipment in your exclusive control and possession; (b) USE THE EQUIPMENT ONLY IN THE LAWFUL CONWCTOFYOURBUSINESS,ANDNOT FORPERSONAL, HOUSEHOLDORFAMILY PURPOSES; (c) use Me Equipment in conformity with all insurance requirements, manufactureis instnxtiions and manuals; (d) keep the Equipment repaired and maintained in good working order and as required by the manufacturer‘s warranty, cerlificati and standard full Service maintenance contract; and (e) give us reasonable access to inspect the Equipment and its maintenance and other records. 7. m. You areresponsibleforalllosses,damage,d~, ~tdahm,in~andatanq$ feesandmsts(‘Claims”), incunedaassertedbyaypem, inanymannerrelatingtoheEquipnentindudi itsuse,conditioncfpr;sessian. YwagreetodefendandindemnifyusagalnstallClaims,althwghwereserve therighttocontrolthedefenseandtoselectaapprovedefenseaxmsel. ThisindmnitymfmuesbeyMdthe termination of a Schedule, foractswmissions, which occvreddwhg theTermofa Schedule. You alm agree that the Lease has been entered intoon the assumpth thatwewill beentiHed tocerlam tax benefits available tolheowneroftheEquipment. Inthecaseofan FMVLease,ywagreetoindemnify usforthelossofanyinarmelaxbenefitscaused byywractswomissionsinconsistentwithsueh ahLease. ln~eeventofanysudbss,wemayincreasetheLease~~aymentsandolher~8~to~ mysuchadverseeffect. 8. ranyicnofEquipmsntis~stolenordamagedyouwM,atyow~mdcoJ1, either: (a) promptly repairlhe item areplacetk item wilh ampar&? item mmabIyaccepaMeto us; a@) pay us the sum of: (i) all past due and current Lease Payments, (ii) the present value of all remaining Lease Paymentsfwtheitem,di~tedattherateof6%perannum (athekwestratepermit~edbylaw,whichever is higher), (iii) all Lease Charges, and (ii) the Fair Make( Valueofthe Equipment pan FMVLease). Wewill then bansfertoyou allourright, tiHeandmterestinMeEquipmentASlSANDWHERE-IS, WITHOUTANY WAR- RANlYASTOCONMTION,TlTLEORVALUE. lnsuranceproceedssham bea@dloward &, replacemenl apaymenthereunder,asapplicable. InthisMasterAgrewnent,‘FairMarketValue“oftheEquipnentmeans its installed faiimarketvdue at the end ofthe Term, assuming good order and condifion (except for adinatywear and tear from normal use), as estimated by us. Continued on Page 2 BOTH PARTIES AGREE TO WANE ALL RIGHTS TO A JURY TRIAL. BY SIGNING THIS MASTER AGREEMENT, YOU AGREE TO THE TERMS ON BOTH PAGES I AND 2. ORAL AGREEMENTS OR COMMITMENTS TO LOAN MONEY, EXTEND CREDIT OR TO FORBEAR FROM ENFORCING REPAYMENT OF A DEBT INCLUDING PROMISES TO EXTEND OR RENEW SUCH DEBT ARE NOT ENFORCEABLE. TO PROTECT YOU AND US FROM MISUNDERSTANDING OR DISAPPOINTMENT, ANY AGREEMENTS WE REACH COVERING SUCH MATTERS ARE CONTAINED IN THIS WRITING, WHICH IS THE COMPLETE AND EXCLUSIVE STATEMENT OF THE AGREEMENT BETWEEN US, EXCEPT AS WE MAY LATER AGREE IN WRITING TO MODIFY IT. Name of Lessor Address of Lessor By: Name: Title: Date: Ful Legal Nm By: X Slgnz4~ ol Sgw Name: pkmw Title: Date: Fed Tax ID Dad- Page 1 of 2 Writ us at mw.torofinanclng.com TWO 1624(~)-SLG 02/03 ADDITIONALTERMSAND CONDITlONS OFAGREEMENT 9. You agree, at yancost, (0: (a) keeptheEguipm*lthsuredwedagahstall tisksofphysilbssa damage for its Mlreptacmenlvalue., namingusasbsspayee(m, in Ihecaseofatl Lease, naming you and us as loss payees as our interests may appear); and (b) maintain puMii liability insurnwe, covering penonal injury and Equipmentdam~fwnotIffsthan$300,000peroccunence,namingusasaddifionalinsured. You havea chcbin howyousatisfylheseimurancerequirements. Firstywmayobtainaxrqeonyourmnandpnvide uswith ev&mofinsurancecowqe. Ifywelectthisopttm, the policy must be issued by an insurancecankr rated E+ or better by A.M. Best Company, must provide us with not less than 15 days’ priorwritten notice of cancellath, wx-rmwal or amendment, and must wide dedmtible amounts acceptable to us. Second, you may eleclto have usdirectly obtain coyerage protecting our mterests. UNLESSYOU PROVlDE EVIDENCE OF MEINSU~CECOMRAGEREQUIREDBYTHISMASTERAGREEMENT, WEMAY PURCHASEINSURANCE ATYOUREXPENSETOPROTECTOURINTERESTINTHE EQUIPMENT THIS INSURANCEMAY, BUTNEED NOT, PROTECTYCUR INTERESTS. THE COVERAGETHATWE WRCHASE MAY NOTPAYANY CLAIMTHAT YOUMAKEORANYClAlMTHATISMADEAGAlNSTYOU INCONNECTlONWlTHTHEEQUIF’MENT. YOU MAYLATERCANCELANYINSURANCEPVRCHASEDBYUS, BUTCNLYAFTERPROVlDlNGMDENCETHAT YOU HAVEOBTAINED INSURANCE AS REQUIRED BY THIS MASTER AGREEMENT. IF WE PURCHASE INSURANCE FORTHE EQUIPMEM,YOU WlLLBE RESPONSIBLE FORTHE COSTS OFMAT INSURANCE, INCLUMNGTHEINSURANCEPREMIUM, INTERESTANDANY OTHERCHARGESWEMAY IMPOSE IN CON- NECTION WlTHTHEFlACEMENTOFTHEINSURANCE, UNTILTHEEFFECTIVE DATEOFCANCELLATION OUTSTANDlNGBAV\NCEOROBUGATION. THECOSTSOFTHEINSURANCEMAY BEMORETHANTHE COSTOF INSURANCEYOU MAY BEABLETOOBTAIN ONYOUROWN. The insuranceawwagew&tain may be through an insumcarrier, which may be affiliated with our assigneeor us. Therewill be nodeducfible and thecoveragewill indude prdectim foreartbakes, Roodsand employeeM Wewill pay the premium, but youmustreimburseus. EachBillingPeficd,you mustpaywwithyourLeasePaymenttheprwatedporliw1ofthe insurancepremium.AttheendoftheTermyoumust payusanyremainingpwtionofthepremium. 10. PEEBULI. YouMll be in default under the Lease f (a) you fail to remit to us any paymentwithin len (1O)dsys ofthe due date orbreach anydherctiigah underlhis Lease; (b) a petih is filed by or against yworany Gmam underany bankruptcyorinsolvencylaw; w(c) you defaullundwanyotheragreementwithus. 11. BEMEDIES. If you default, we maydooneormofthefl&g: (a) recover from you,AS UWDATED DAMAGES FORLOSS OF BARGAINANDNOTASAPENALN, thesumot (i)allpastdueandcurrentLease Payments. (ii)thepresentvalueofallremainingLeasePayments,di~ntedattherateof6%~ann~(orMe lowest rate permitted by law, whichever is higher), (iii) all Lease Charges, and (iv) the Fair Malket Value ofthe Equipment(ifanFMVLea); (b)declareanyotheragreementsbetweenusindefault (c)reqvireyoutorelMnall ofthe Equ&nent in the mannerouHired in Section 12, or take possessiOn ofthe Equipment in which caseweshal notbe held responsibleforany bssesdi~yorindirectlyarisingoutof,orbyreasonofMepresenceand/oruse ofany and all pmtary informadon residing w1 orwithin the Equipnent and to leaseor sell the Equipmenlaany portion thereof, and to apply the proceeds, less reasonable selling and administrativeexpens, tothe amounts due hereunder; (d)chargeyou mtweston all amwnkdue us from thedue date until pakJ attherateofl-l12%per month, butinnoeventmocethanthel~lmaximumrate; (e)chargeyouforexpensesincurredinamnecfionwith theenforcementofourrwnedRsinduding,withoutlimitath, reposswion,repairandcoll&casts, attorneys’ feesandcwrtcosts. Theseremediesarecumulative, aremaddition toanyotherremediesprovidedforbylaw, and maybeexercisedconcurrentlyorseparately. Anyfailureordelay by ustoexercise any rightshallnotopwate as a waiver of any other right orfuture right. 12 p .InUmwsedaSl ~andffyouam~h~ wewill release any security interest which we may have in the Equipment at the end oftheTm. In the cased anFMVLease,attheendoftheTermandupon30days~~~n~~tous,youshalleither(a)~etumaUof the Equipment or (b) purchaseallofthe Equipment ASlS AND WHERE-IS, WlTHOUTANY WARRANTY AS TO CONDITION,TlTLEORVALUE,fortheFairMalketMlue,plusapplicablesa~and~troces. TheLeaseshM continueon a mUbmth -and yw shall pay us lhesame Lease pavmentS and Lea Chaqesasapplkd during IheTm until theEquipmentisretumedtousoryoupayustheapplicablepurchaseprice(andtaxes). If ycuareindefaultw,in thecaseofan FMVLease,youdorotpurchasetheEquipmentattheendoftheTerm(or anymon~hmonMrenewalterm),youshallretum~oftheEquipmentfreightandinsuranceprepaidatyourcost and risk, towhereverwe indicate in the continental United States, with all manuals and logs, in good order and condith(exceptfwwdinatywearandtearfrom nwmaluse),packedpertheshippingmpany’sspec~tions, and pay an inspection, restocking and handling fee of $1 00, not to exceed the maximum permitted by law, as reasonable compensation for our costs in processing returned equipment You will pay us for any loss in value resulting from lhefailure to maintain the Equipment in accordance with his Master Agreementoffordamages Incurred in shipping and handling. 13. ASSIGNMENT. Yw maynotmslgnwdbposedanyrlgh(JacMlgatlwundertheLemeasuMeaJehe Equipment, wilhoutwrpor~ consent We may, wimout ndtyhg yw, (a) as& the Leaseacur intemt in the Equipment; and (b) release infwmkmwe haveaboutyw and theLeasetothe~,~krorany pospective investor, paftklpantorpurchaofthe Lease. Ifwedomakean assgnmentundersubsxfim 13(a) above, our assignee will have allof our rights under the Lease, but none ofwrobligaths. Yw agree not toW against our assigneeclaims, offsetsordefenses you may haveagainst us. 14. MPPROPW For each Leasecanmenced hereunder, you intend(0remil;l Lease Paymartsand LeaseChargeswhendueiffundsarelegallyavailabletoyou. IfatanytimeduringmelTm(a)youarenot granted an appropriation of funds the Equipment subject to that Lease, (b) operating funds are not otheMlise availabbtoyoutopaytheLeasePaymentsand LeaseChargesdueorlobecomedueunderthatLease, and(c) thereisnootherlegalpmQdureoravailablefunds bywwithwhichpaymentcanbernaletousunderthatlease (a”on-Appropriation”)youshall havetherighttoretumtheEquipmentsubjecttothatLeaseinaccordmwith Won 12 hereof and terminate that Leaseon the lastday ofthe fiscal period fcrwhich appqniaSanswere received wiMoutpenaltyorexpensetoyw,exceptastothepo~nofLe~Paymenkand LeaseCharges(brwhiichfunds shallhavebeenapprqniatedandbudgeted. IntheeventofaNon-~riation,atleastthirty(30)dayspiortoMe endofthelastfiscalyearforwhichfundsshall havebeenappoprialedand budgetd,yourchiefexecutiveofficer wlegalcounselshallcertifyinwritingthat(l)fundshavenotbeenappropriatedfoctheupcaning~lpe~, and (2)you haveexhausledallfundslegallyavailableforthepaymentof Lease Paymentsand LeaseCharges. Ifyou terminate a Lease as a result of a Non-Appropriation, you may not purchase, lease or rent any equipment that pwrWmsfunctionssimilartolhosepwformed bytheEquipmentforapoftwte(l2) mthsfdbwing &date oftermination. ThisSection 14shallnotpermityoutoterminateanyLeaseinordertoacquireanyotherEquipment ortoallocatefundsdirectlywindirecnytoperfon essentiallytheapplicationforwhich the Equipment is intended. 15. -. Notices must be in writing and will be deemed given 5 days afler mailing to your (orour) business address. Yourepesentthat (a)yw haveauthoritytoenlerintotheLeaseand bysodoing youwillnot ORWRRATICN OFTHE INSURANCE THECOSTSOFTHE INSURANCEMAYBEADDEDTOYOURTOTAL violate my lawaagrement @)the Lease k signed byywravmorhed Omeeror agent acting wim the bl mmizaimofyans0vwninsbodyandholding them indicated bdowsuchwsaagenrssigMhKe: (c) heLease,anydaxnnentsd~~me~~oft~Equ~tanda~~~tsrequiredtobe delivered in camectron with the Lease (cdktively, the ‘Documents”) have been duly avmorized, executed and delivered by you in accordancewith all applicable laws, rules, ordinances and regulatbns; (d) the Equipment is essentialtotheimmediate~~ofagwemmntalorproprietaty~byyouwilhimthe~peof~ aulhMityand shallbeusedduring the LeaseTermonlyto perform such fu~; (@you hlmd towW Equipnen( fcrtheentireLe~Termandshalltakeallnecffsaty~toincludeinyovrannualbudgetanyfundsrequired tofuffillyourobligathsforeachfiscalyearduringtheLeaseTm; (9yw havempliedfullywith allapplicabk law governing open meetings, public bidding and appropriations required in meCton with the Lease and the acquisitnnoftheEquipment; (g)yourobligationtoremitLeasePaymenkundwthe Leaseamstitulesacurrent expenseand notadebtunderapplilestate~ (h)noptwisimoflhiis Leaseconstitutesapledgeofyourtax orgenwalrwenues,andanypnvisionwhichissoconsbuedbyaawrtofmpetentjurisdiCfion isvddfromthe inception ofthe Lease; (i) all Lease Paymentsdueand tobecomeduedwhg yourcunentfiscal yeararewitbmthe fiscal budget of such year; and are included within an unrestricted and unencumbered appropriation currently available for the lease (N lease/purchase of the Equipment; and 0) all finanaal infwmatiin you have pwided lo us is accurate and mplete and fairly represents your financial condition. The Lease is the entire agreement betweenus,andcannotberodifiedexceptbyanothwdocumentsgnedbyus. TheLeaseisbindingonyouand yoursuccessorsandassigns.Yw auMorizeuswwragentto:(l)obtaincredlrepomandmakecreditinguiries; (2)fumishpayment histotytomditreportingagencies; and (3)beyourattomey-m-factfwthesdeplrposeof signing UCC financing statements. Any claim you have against us must be madewithin hno (2) years after the event which caused it If a awrtfindsany provision ofthe Leaseto be unenfwceable, all otherlerms shall remain in effect and enforceable. You authorize us to insettor cured missing information on the Lease, induding ywr proper legal name, serial numbers and any other informath desaibing the Equipment If you so request, and we permntheeadyterminatiiofaScheduIe,you agreeto pay akefwsuch privi!ege THE PARTIESINTENDTHIS TO BEAUFINANCE LEASE” UNDERARTICLEUOFTHE UNIFORMCOMMERCIALCODE (“UCC”). YOU WANEALLRIGKTSANDREMEDIESCONRRREDUPONALESSEE BY ARTICLEUOFTHEUCC. 16. m. In thecaseofa $1 Lease, you understand thatthe Equipment may bepurchasedfwcash (me ‘Equipment Cost”)oritmay be purchased pnsuantto the LeasefMa Time Prke qualbthe Lease Paymenttimes lhenumberofkasePaymenk, plustheDocumentFee,allassetforthonaSchedule, plusthe RrchaseOption amount, and byexmtingtheleaseyou havechosentopurchasethe EquipmentforthatTimePkx. 17. Each LeasePaymentindudesapartofwrinvestmentmtheEquipmentCostad a return on our investment in the Lease. Thetotd return mour irneWent(theIota1fnrancecharge) isdebmhed by mukiplying the Lease Payment times the numberof Lease Payments, then adding the Document Fee and Purchase @tiion amount (all as set forth on each Schedule), then dedmting the Equipment Cost (as detennined above). Thedifferencesodeterminedistheretumtousonourinvestment(~~a1finmch~). Therateof return (flnance rate) may be determined by deducting the Security Deposit from the Equipment cost, and then a~totheamountsodetermined,therill~thata~nt~tothePurchase~arowrt byapplyingaspayments,theLeasePaymentsandtheDocumentFee. Forpurposesofthatamortiition,each LeasePaymentindudingtheAdvamPaymentwillbeconsideredreceivedonthedateitirequiredto~~ underthe LeaseandtheDocument FeewillbeaxlsideredreceivedonthedateoftheLease. 18. YOVRREPRESEMATK)NS. Yw hereby represent and warrant tousthatasofthedatedtMs Lease, ad mrwghout theLeaseTen:(a)ywaretheentityindicatedintheLeaseasLessee;@)youarea~aaMly constitutdpoliticalsubdivisiionoragencyoftheStateinwhiichyouarebcated; (c)youaredulyorganizeda-d existing under the laws of the ConsMution and laws of the State in which you are Wed; (d) yw are authorized to enter intoand carry out your obligations underthe Lease, any documents dative to the acquisition ofthe Equipment and any otherdocuments required to bedelivered in connection with the Lease (collectively, the ‘Documen&”); (e)theDocumenk havebeendulyauthorized,executedanddekeredtoyouinaccordancewith al applicable laws. rules, ordinances and regulations. The Documents are valii, legal, and binding agreements, enforceableinaccMdancewiththeirtwms. Theperson(s)sgningthe~khavethe~~todoso,are actingwiththefullauthorizationdywrgweming~y,~ holdthecespecSveomcesindicatedbeloweachof their signatures, each of which are genuine; (9 the Equipment is essential lo the immediate performanceofa govwnmental orpcpietaryfuncfion by you within thescopeof your authority and shall be used during theenlire LeaseTermonlyto perform such function; (9) you intend to use the Equipmentfwtheentire LeaseTerm and shall take al necessary action to hcMe m yowannual budgetaryfunds required tofuffil ywrotdgationsforeach Wal yearduringtheLeaseTerm; (h)you havempli~fullywithailapplicaMelawgovernmgopenmeetings, pubk biddings and appropriations required in connectim with the Lease and Me acquisition ofthe Equipment; (i) your obligatmstoremitLeasePaymentsconsftuteacurrentexpenseandnotadebtunderappliicableStateI~. No provision of the Lease constitutes a pMge of your tax or general revenues, and any provision which is so wnstruedbyaaxlrtofcanpetentjurisdictionis~~thei~tionoftheLease;(j)allpaymentsdueandto becomedueduring yourcunentfiscal yeararewithin the fiscal budgetofsuch year, and are includedwithinan unresW and unencumbered appopria60namentlyavailable fofthekaselprrchaseofthe Equipment (k) you shallnotdoorcausetobedoneanyactwhichshallcause,wbyomissionofanyactallow,theinterest~ ofany Lease paymenttobecomeincluded in ourgrossincomeforFederalimxMletaxatiw1plrposunderthe Federal Income Tax Code (the ‘Code”); (I) you shall maintain a complete and accurate record of any and ail assgnmenkofthe lease m thekxmsuRcRnt~amplywith the bookenby requirementsof Seth 149(a)oflhe Code and the regulations prescribed thereunder from time to time; (m) you shall comply with the information reporting requirements of Section 149(e) of the Code. Such mpliam shall include but not be limited to, Me executnn of 80386 or8038-GC Informath Returns; (n) all financial infwmah that you have provkied to us is true and mrate and provides a gad representation of your financial condition; (0) the Equipnent is personal property and when subjected to use by the you as Lessee will not be or become a fixture under applicable law; and (p) the Equipnentshall be used for businessormmerdal purposesonly, and notfwconsumer, home, family oragkultural purposes. 19. ThiiSectknoanbolsaverHeryoMapatdbkMaslerAgreemartadora allotherdocumentsnoworlaterprtainingtotheLease. WebothintendtommplywithallapplicaMelaws. In noeventwiii wechargeorrollectanyamountsinexcessofthoseallowed byappkaMelaw. Anypartofmi MasterAgreementthataxlld,butfw~SectDn,bereadunderanya~stancetoallon,forachargehgher~ that allowable under any applicable legal limit, is limited and modified by this Section to limit the amounts chargeable under the Lease to the maximum amnt allowed under the legal limit. If in any circumstance, any amountinexcessofthatallowed bylawischargedorreceived,anysuchchargewillbedeemedlimitedbythe amountlegallyallowedandanyamountrecewedbyusinexcessofthatlegallyallowedwillbeappliedbyusto thepaymentofamountslegailyowed undertheLease,orrefundedtoyw. Page 2 of 2 TWO 1624(~)-SLG 02/03 Financing SLG Municipal Pricing Lease Schedule # Master Lease Agreement # Equipment Model & Description I Equipment Location (ifdifferent from Billing Address) I N- I Address City SMe Zip I “Master Agreement” shall mean the above referenced Master Lease Agreement. “Schedule” shall mean this Lease Schedule. “Lease” shall mean this Schedule and the Master Agreement. YOU HAVE SELECTEDTHE EQUIPMENT. YOU AREAWARE OFTHE NAME OFTHE MANU- FACTURER OF EACH ITEM OF EQUIPMENTANDYOU WILLCONTACT EACH MANUFAC- TURER FOR A DESCRIPTION OF YOUR WARRANTY RIGHTS. WE MAKE NO WARRAN- TIES TO YOU, EXPRESS OR IMPLIED, AS TO THE MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, SUITABILITY, OR OTHERWISE. WE PROVIDE THE EQUIPMENT AGES. EXCEPT AS PROVIDED IN SECTION 3 YOUR PAYMENT OBLIGATIONS ARE ABSOLUTE AND UNCONDITIONAL AND ARE NOT SUBJECT TO CANCELLATION, REDUCTION OR SETOFF FOR ANY REASON WHATSOEVER BOTH PARTIESAGREETO WANE ALLRIGHTS TO A JURY TRIAL. ALL OF THE TERMS AND CONDITIONS SET FORTH IN THE MASTER AGREEMENT ARE HEREBY INCORPORATED INTO THIS SCHEDULE. BY SIGNING THIS SCHEDULE,YOU AGREE TO THE TERMS OF THIS SCHEDULE AND THE MASTER AGREEMENT. ORAL AGREEMENTS OR COMMITMENTS TO LOAN MONEY, EXTEND CREDIT OR TO FORBEAR FROM ENFORCING REPAYMENT OF A DEBT INCLUDING PROMISES TO EXTEND OR DERSTANDING OR DISAPPOINTMENT, ANY AGREEMENTS WE REACH COVERING SUCH SNESTATEMENTOFTHEAGREEMENTBETWEENUS. EXCEPTAS WE MAY LATERAGREE IN WRITING TO MODIFY IT. TO YOU AS-IS. WE SHALL NOT BE LIABLE FOR CONSEQUENTIAL OR SPECIAL DAM- RENEWSUCH DEBTARE NOT ENFORCEABLE.TO PROTECTYOU ANDUS FROM MISUN- MATTERS ARE CONTAINED IN THIS WRITING, WHICH IS THE COMPLETE AND EXCLU- I Address of Lessor By: Name: Title: Date: Serial Number Contracted Hours (FMV only) o-600 601-900 901-1200 0 Fair Market Value 0 $1 .oo ‘LEASE RATE % (Must CompleteforGA, MD, NH, NM, WI) “LEASE R~TE FACTOR (MustCompleteforallo(herstates) (‘required only for S1.M) purchase option) (plus applicable taxes) Sales Tax Term months Equipment Purchase Price $ Total Purchase Price $ Billing Period (monthly if not checked) The following additional payments aredueon thedate this Agreement is signed by you: 0 Monthly 0 Quarterly 0 Semi-Annually Annually SECURITY DEPOSIT $ ADVANCE PAYMENT **$ “Applied to:[I)first nlast (plus applicable taxes) DOCUMENT FEE $250.00 (included on first invoice) Full Legal Name CnV state ZP Contact Name Phone EmailAddress By: X Name: Title: Signahme of Aumaized Signer Please print Fed Tax ID Date of SianahJre Date: 1 For Supplier Use Only s 0 Invoice 0 Delivery and Acceptance 0 UCC Financing Statements 0 0 Tax Exemption Certificate 0 Opinion of Counsel 0 Amendment (for certain states) U 0 Certificate of Insurance 0 Assignment 0 Certif of IncumbencylResolution 7 0 Other 0 Other e Page of 1 e ‘0 Q c v) 0 (v ul Documentation Checklist:: Other supporting documents as requested: 0 Purchase Order 0 Copy of Bid and Award 0 Copy of Board Minutes - Lessor: DELIVERY AND ACCEPTANCE NOTICE Lease Agreement No. Lessee: Equipment 0 Lessee shall pay Lessor at the office of Lessor, or at such other place as Lessor may hereafter designate, such amounts as set forth on such Lessee’s individual lease schedule in connection with the Lease number set forth above commencing upon delivery of the leased equipment and on the first day of each consecutive month thereafter for a period of time as set forth in such Lessee’s individual lease schedule. ACCEPTANCE NOTICE As evidenced by this Equipment Acceptance Notice, we acknowledge receipt, in good condition and satisfactory installation, all of the items described above and certify that Lessor has fully and satisfactorily performed each, every and all covenants and conditions to be performed by it under the Lease Agreement between Lessor and Lessee. We authorize you to pay the supplier for the equipment, supplies, andlor independent maintenance agreement(s). We accept the above-mentioned equipment, programmed or not programmed (if applicable), and waive insofar as Lessor and its assignees are concerned any reservations as to condition, correctness, capability or capacity of the equipment or associated software or the equipment and software in conjunction, and understand that any shortcomings in the equipment, its operation or programming, without reservation, will not be grounds for withholding of any payments due or to become due under the aforementioned lease. The equipment described herein is not being accepted on a trial basis. In the event decal or metal plates have been supplied, they have been affixed. WE AGREE THAT THE LEASE BETWEEN LESSOR AND LESSEE IS THE ONLY LEASE, SALE OR FINANCE ARRANGEMENT THAT WE HAVE ENTERED INTO FOR THIS EQUIPMENT, AND WE ACKNOWLEDGE THAT THE LESSOR IS NOT AN AGENT OF THE VENDOR (EQUIPMENT SUPPLIER) NOR IS THE VENDOR THE AGENT OF THE LESSOR. LESSEE: TITLE: x INSTALLATION DATE: X Lessee’s acknowledgement of receipt of equipment Financing END-OF-TERM RETURN CONDITIONS RIDER THIS END-OF-TERM RETURN CONDITIONS RIDER (this ‘Rider“\ is made affective as of by and between -I‘ Lessor ”) and - (“Lessee”). Lessor and Lessee are parties to a certain Lease Schedule No. (the Lease”) pursuant to which Lessee has elected a FMV end-of-term purchase option with respect to the Equipment described in that Lease. All capitalized terms used in this Rider which are not otherwise defined herein will have the meanings given to such terms in the Lease. dated as of 1. END-OF TERM RETURN. (a) With respect to the Equipment described in the Lease, you agree that if you do not exercise your end-of- term FMV purchase option you will, at your cost, immediately return to us all, but not less than all, of that Equipment upon expiration of the Lease and pursuant to the terms and conditions set forth in the Lease. (b) You further agree that each item of Equipment upon return will comply with the following: (1) all components, covers, guards, parts, accessories and attachments for that item of Equipment must accompany the return properly installed, in good working order and with -- only minor sheet metal, plastic or cowling damage; (2) all safety equipment must be in proper working order; (3) all motors must operate smoothly without overheating, leaking, excessive smoking and with all original components attached (Le.) muffler, starter, etc.); (4) all controls, whether electronic, hydraulic, or manual, must operate per manufacturer’s specifications; (5) all electrical systems must function per manufacturer’s specifications; (6) all batteries must be in good, clean operating condition Mith no dead cells or cracked cases capable of passing a load test; (7) all tires must be serviceable, with at least 50% remaining tread, and able to retain proper air pressure, and without repair patches; (8) all oil and grease seals must contain the lubrication within the manufacturer’s designed reservoir; (9) all Equipment must have a relatively clean appearance; (1 0) all Equipment must have no excessive wear requiring material component repair or replacement resulting from a failure to perform the recommended maintenance per the customer operationlmaintenance manual furnished with each item of Equipment; (1 1) all Equipment must have no structural damage, including bent frames; and (12) all hydraulic cylinders must be functional and not be bent, nicked, gouged or leaking. Additionally, each item of Equipment must upon return: (i) operate normally in all directions through all speed ranges or gears; (ii) steer normally right and left in all directions; (iii) have all functions and controls working in normal manner; (iv) be able to stop with its service brakes in a safe distance in all directions; (v) operate without leaking any fluids; (vi) perform its designed functions in manner satisfactory to us; and (vii) all cutting units lower, turn on, run, raise and shut off as they are designed to do. (c) With respect to any item of Equipment subject to an annual hour usage limitation as set forth in the Lease, you will also pay to us for excessive use an amount equal to (1) the total number of hours of use in excess of such annual hour limitation times (2) at the following applicable rate: (9 $3 ne r hourfor any Groundsmaster 200’s, 300’s, 3000, 3500-D, 4000-D, 4500-D, 4700-D, 455-D or 580-D, Hydroject 3000, Sand Pro 2020,3020 or 5020 or Greensmaster 500, Flex 21,800, 1000 or 1600 models; (ii) $7 Der hour for any Greensmaster 3050, 3100, 3150 or 3250, Reelmaster 2000 or 3100-D, MultiPro 1200, 1250,5500 or 5600 or Workman 1100,2100,2110, 3100, 3200, 3300,4200 or 4300 models; or (iii) $70 Der hourfor any Reelmaster 4000-D, 5200-D, 5400-D, 5500-D, 6500-D or 6700-D models. 2. FAILURE TO MEET RETURN CONDITIONS. If any item of Equipment does not meet the foregoing return conditions, you will pay to us all reasonable amounts, as we or our agent determines, necessary to bring such item of Equipment into compliance with such conditions. 3. REQUIRED PURCHASE. If with respect to any item of Equipment, you fail to discharge your obligations set forth in Section 2 you will pay to us, immediately upon demand, the Fair Market Value ipplicable to such item of Equipment. Tor0 Rider.doc 11 /I 2/02 1 of2 Tor0 Rider 95005.doc 4. MISCELLANEOUS. This Rider constitutes a part of the Lease and as such is subject to all terms and conditions set forth therein; provided, however, that if there is a conflict between the terms and conditions of the Rider and of the Lease, the terms and conditions of this Rider will control. This Rider is hereby signed by duly authorized representatives of Lessor and Lessee as of the date of the Lease. (Lessor) (Lessee) Name: Title: 95005.doc (3/02) Name: Title: Toro Rider.doc 11 DUO2 2 of2 Toro Rider 95005.doc To Be Completed and Returned with Signed Lease Agreement Lease Application Number: Lessee Name: Address: City, State, Zip: PROPERTY INSURANCE CARRIER INFORMATION Agency Name: Agent: Address: City, State, Zip: Telephone Number: LIABILITY INSURANCE CARRIER INFORMATION Agency Name: Agent: Address: City, State, Zip: Telephone Number: IMPORTANT Under the terms and conditions of your Lease Agreement, you are required to carry adequate insurance coverage on the leased equipment. Make sure that your agent understands that you are financing or leasing the equipment and that your policy conforms with the following: . 1. Property or physical damage coverage for the replacement cost value of the equipment of the stipulated casualty value, whichever is higher. Maximum Deductible: $1,000.00 2. General Liability Coverage of $1,000,000 unless stipulated otherwise. Maximum Deductible: $1 .OOO.OO 3. Additional InsuredLoss Payee Endorsement naming its successors and assignees as Loss Payees 4. Thirty (30) Days written notice of cancellation. 5. Equipment listed on, or schedule attached to, the Certificate. Insurance Inquires should be made to Customer Service at 1-800-533-9917. Please mail a Certificate of Insurance demonstrating adequate coverage to: rev. 9/99 NAME ADDRESS CITY, ST ZIP ATTENTION NAME ADDRESS CITY, ST ZIP ATTENTION TO BE COMPLETED AND RETURNED WITH SIGNED LEASE AGREEMENT Lease Agreement No. SHIP TO: BILL TO: (If different than SHIP TO address) FEDERAL TAX ID # VERIFICATION INFORMATION: CONTACT NAME AND PHONE NUMBER: BEST TIME TO REACH: rev. 9/99 Fiscal Funding Agreement ADDENDUM to Lease Agreement No. andlor Purchase Order between (Lessor) and (Lessee) Customer PO# : Equipment Description 0 The above described Lessee (“Lessee”) warrants that appropriate funds are available to pay rental amounts and other amounts due or to become due under the Lease (“Lease Payments”) during its current fiscal period. If during any fiscal period of Lessee its legislative or governing authority does not appropriate sufficient funds to pay all Lease Payments during the succeeding fiscal period, the Lease shall terminate and be cancelled at the end of such current fiscal period, and Lessee shall immediately, upon the expiration of such current fiscal period, surrender possession of the above described equipment (the “Equipment”). The obligation of Lessee to make all Lease Payments for which funds have been appropriated shall survive termination of the Lease due to an act of non-appropriation. Lessee shall provide Manufacturer and Dealer Services, LLC with written notice of any act of non-appropriation and consequent non-availability of funds sixty (60) calendar days prior to the end of the then current fiscal period for which funds are available. During the succeeding fiscal period following termination of the Lease due to an act of non-appropriation, Lessee 0 agrees, to the extent permitted by the laws of its State (“State Laws”), not to purchase, lease, rent, or otherwise acquire C property or services to perform the same functions as the leased property, or agrees, to the extent permitted by State 0 Laws, not to permit such functions to be performed by any agency or entity affiliated with or hired by Lessee; however, I these restrictions shall not apply to the extent that application would affect the validity of the Lease under State Laws. (LESSEE) BY: BY: PRINT NAME: PRINT NAME: TITLE: TITLE: DATE: DATE: rev. 9/99 CERTIFICATE OF INCUMBENCY AND AUTHORITY 1, do hereby certify that (1) I am the duly elected, qualified and acting (Assistant) Secretary of ,a Corporation; (2) the persons whose names, titles and signatures appear below are duly elected (or appointed), qualified and acting officers of said Corporation and hold on the date of this Certificate the offices set opposite their respective names and the signatures of each such officer is genuine; (3) each of such officers is duly authorized for and on behalf of said Corporation to execute and deliver any Equipment Lease Agreement between said Corporation and (“Lessor“), and all agreements, documents, and instruments in connection therewith, including without limitation, lease schedules and delivery and acceptance certificates (collectively, the “Lease”), and (4) the execution and delivery of the Lease for and on behalf of said Corporation is not prohibited by or in any manner restricted by the terms of said Corporation’s Certificate of Incorporation, its by-laws or of any loan agreement, indenture or contract to which said Corporation is a party of under which it is bound. I do further certify that the foregoing authority shall remain in full force and effect, and Lessor (and any assignee of Lessor) shall be entitled to rely upon same, until written notice of the modification, rescission or revocation of same, in whole or in part, has been delivered to Lessor, but in any event, shall be effective with respect to any documents executed or actions taken in reliance upon the foregoing authority prior to the delivery to Lessor of said written notice of said modification, rescission or revocation. NAME TITLE SI GNAW RE IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation this day of 9 20 -. (Assistant Secretary) 64001 .doc GE CAPITAL VFS INVOBCE PO Box 828 Chicago, Illinois 60680-2585 Lease Agreement No. Date Invoice Number Lease Number PAYMENT DUE UPON RECEIPT OF INVOICE Eauipment DescriDtion INVOICE FOR ADVANCE PAYMENT(S) DUE UNDER THE LEASE CONTRACT FOR THE ABOVE EQUIPMENT IN THE TOTAL AMOUNT OF $ Advance Pavment(s) $ Tax at YO $ YOUR PO NUMBER (if any): PLEASE SEND ALL DOCUMENTS TO: GE CAPITAL CORPORATION / VFS 3000 LAKESIDE DRIVE BANNOCKBURN, IL 60015 TO ENSURE PROPER CREDIT, SEND PAYMENT MADE PAYABLE TO : GE CAPITAL CORP. WITH INVOICE STUB ALONG WITH OTHER DOCUMENTS TOTAL DUE:\ $ INVOICE DATE : LEASE SCHEDULE NUMBER MAINTENANCE: $ TOTAL USE TAX $ TOTAL PAYMENT: $ LESSEE BILLING ADDRESS: Exhibit A Lease Agreement No .: The following is incomorated into the EauiDment Descrbtion section of the Lease between and Equipment Description Lessee: Date: rev. 9/99 bsential Use Audit **WHO AMI WHENI CALL? GE? DEALER? MFGRP" Is any equipment to be leased replacing any existing equipment? [ ] Yes [ ] No (If No, proceed to question 3) What percentage of the equipment to be leased is replacement? % [ 3 1-3 yrs [ ] 3-5 yrs [ 3 5+yrs How long was the existing equipment in use? Why is the existing equipment being replaced? What will be done with the replaced equipment? For what purpose is the equipment being acquired? (Provide detail if possible.) [ ] Educational Use (Such as Schools or Universities) [ ] Administrative Use (Such as State or County Offices) [ ] Outdoor Use (Such as Golf Course or Public Common Areas) [ ] Other Use Was the equipment/lease placed for competitive bid? [ ] Yes [ ] No If No, why was a bid not required? [ ] Covered under state contract (Contract name and # [ ] Size of transaction does not require competitive bid (What documentation [ ] Transaction exempt from bidding process pursuant to current statutes (statute # (Please attach copy of statute if available) [ ] Other ) ) ) What is the source of funds for repayment of this obligation? [ ] Local Property Taxes [ ] State Unrestricted Revenues [ ] Federal Financial Assistance [ ] Chapter I [ ] Chapter I1 [ ] Other [ ] Other Are the funds to be used for repayment of this obligation appropriated and encumbered in an approved budget? [ ] Yes [ ] NO If No, why is the obligation not included in an approved budget? Why do you expect funds to continue to be appropriated in the future for repayment of this obligation? To the best of your knowledge, have you ever non-appropriated funds in the past? [ ] Yes [ ] No If Yes, please provide details Please clarify legal name of proposed lessee? Will a Purchase Order be issued for this transaction? Is a Purchase Order # required on the Invoice for prompt payment? Completed By: Signature Title Printed Name Phone (If Vendor does not wish us to make the contact, an authori:ed signer for the Lease must sign this Essential Use Audit document. We reserve the right to make an follow up call to clarifi any questions.) TOR0 SLG Essential Use (2) CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Meeting Date: January 6, 201 1 Resolution 3, 2011 SubjectlAgenda Item: Agreement with Ergoflex Systems, Inc. (d/b/a Xybix Systems, Inc.) for dispatch console furniture for the future Emergency Operations and Communications Center (EOCC) [XI Recommendation to APPROVE 1 Recommendation to DENY - Reviewed by: Finance /#i$istrator L Allan Owens Submitted by: Department Director F Stephen (/Stepp ‘ Approved by: Originating Dept.: Police Colonel Ernie Carr Advertised: NA Date: Paper: [ x ] Not Required Affected parties [ ] Notified [ ] Not required Costs: $1 50.262 (Total) $1 50,262 Current FY Funding Source: [ ]Operating [x ] Other Impact Fund Reimbursable by 91 1 Palm Beach County Emergency Management Budget Acct.#: 302.1000.521.6900 POLO1 12 Council Action: [ ]Approved [ ] Approved w/ conditions [ ] Denied [ ] Continued to: Attachments: Resolution 03, 201 1 Agreement with Ergoflex Systems, Inc. (d/b/a Xybix Systems, Inc.) - Exhibit “A Meeting Date: January 6, 201 1 Resolution 3, 2011 Page 2 of 2 BACKGROUND: As part of the new Emergency Operations and Communications Center (EOCC), which is under construction, a new consolidated dispatch operations center is proposed as part of this project. The dispatch center will accommodate the City of Palm Beach Gardens, the Town of Jupiter, and the Town of Juno Beach, and will provide work space for the additional personnel for dispatch operations for the three (3) municipalities. Console equipment (furniture) is required for the dispatch center. Four (4) vendors of console equipment were contacted to provide configurations and pricing to accommodate the work area of the new center. Documents from the vendors were reviewed for operational functionality and design and efficiency of layout for the area to be occupied. Staff reviewed all documents that were received, and several site visits were made to inspect furniture and layouts at other dispatch centers. It was determined that Ergoflex Systems, Inc. (d/b/a Xybix Systems, Inc.) was the best vendor for the City’s needs since their configuration and console layout was the most effective for dispatching operation. Procurement for the selected vendor’s quote is being achieved through piggybacking off of the Marion County RFP #I OP-075. The cost of the console furniture is $1 50,262, which is 100% reimbursable by Palm Beach County 91 1 Emergency Management. Palm Beach County Emergency Management is in charge of all public safety answering positions (PSAP) in Palm Beach County. Reimbursement comes from the telephone surcharge that has been in place for approximately 20 years. The monies from this surcharge were set up by design to pay for the operation and maintenance of PSAP charges throughout the County on an annual basis. This is set by the County’s budget and orchestrated into the City’s budget by our Finance Department. Reimbursement of the console costs has been approved by Palm Beach County Emergency Management and has been made part of the funding of the EOCC budget. STAFF RECOMMENDATION: Staff recommends approval of Resolution 3, 201 1 as presented. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 3,2011 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING AN AGREEMENT WITH ERGOFLEX SYSTEMS, INC. (D/B/A XYBIX SYSTEMS, INC.) FOR THE PURCHASE AND INSTALLATION OF DISPATCH AND COMMUNICATIONS WORKSTATIONS FOR THE EMERGENCY OPERATIONS AND COMMUNICATIONS CENTER VIA AN COUNTY, FLORIDA; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. EXISTING RFP (NO. IOP-075) AND CONTRACT WITH MARION WHEREAS, the City of Palm Beach Gardens desires to purchase dispatch console workstations to be located in the City’s future Emergency Operations and Communications Center; and WHEREAS, Section 2-294 of the City Code of Ordinances permits the City to “piggyback” an agreement awarded to another governmental agency pursuant to a competitive sealed bid; and WHEREAS, the City desires to enter into a piggyback agreement for the purchase and installation of dispatch and communications workstations from Ergoflex Systems, Inc. (d/b/a Xybix Systems, Inc.), attached hereto and incorporated herein as Exhibit “A; and WHEREAS, the City Council deems approval of this Resolution to be in the best interests of the health, safety, and welfare of the residents and citizens of the City of Palm Beach Gardens and the public at large. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The City Council of the City of Palm Beach Gardens hereby approves the Agreement with Ergoflex Systems, Inc. (d/b/a Xybix Systems, Inc.) for the purchase and installation of dispatch and communications workstations based upon an existing contract with Marion County, Florida (RFP IOP-075) for an amount of $150,262.00 and authorizes the Mayor to execute said Agreement. SECTION 3. This Resolution shall become effective immediately upon adoption. 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 Resolution 3,201 1 PASSED AND ADOPTED this day of , 2011. CITY OF PALM BEACH GARDENS, FLORIDA OV. David Levy, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY OV. R. Max Lohman, City Attorney VOTE: MAYOR LEVY VICE MAYOR PREMUROSO COUNCILMEMBER RUSSO COUNCILMEMBER JABLIN COUNCILMEMBER TINSLEY AYE NAY ABSENT G:\attorney-share\RESOLUTlONSEOl l\Resolution 3 201 1 - dispatch console.docx 2 EXHIBIT “A” AGREEMENT BETWEEN THE CITY OF PALM BEACH GARDENS, FLORIDA AND ERGOFLEX SYSTEMS, INC. (d/b/a Xybix Systems, Inc.) This Agreement is made and entered into this - day of January, 201 1, by and between ERGOFLEX SYSTEMS, INC. (d/b/a Xybix Systems, Inc.), a foreign corporation registered to do business in the State of Florida, with offices located at 8207 Southpark Circle, Littleton, Colorado, 80 120, hereinafter referred to as “Contractor”, and CITY OF PALM BEACH GARDENS, FLORIDA, a municipal corporation, with offices located at 10500 North Military Trail, Palm Beach Gardens, Florida 33410, hereinafter referred to as “City”. Ill WITNESSETH 111 The City and Contractor, in consideration of the mutual covenants contained herein and other good and valuable consideration, the receipt and value of which are hereby acknowledged by both parties, hereby agree as follows: 1. The City and Contractor both hereby agree to enter into an agreement for the purchase and installation of dispatch and communications console furniture and accessories at the City’s Emergency Operations and Communications Center (EOCC) within the City of Palm Beach Gardens. This Agreement will commence on the effective date written above. Unless otherwise amended herein, all the terms and conditions of this Agreement shall be the terms and conditions as set forth in the Marion County Request for Proposals (RFP #lOP-075), the Contractor’s fully executed Response to the RFP, and the Agreement between Marion County, Florida and the Contractor, attached hereto and incorporated herein as Exhibit “A”, the Contractor’s Quote to Palm Beach Gardens dated December 16, 2010, attached hereto and incorporated herein as Exhibit “B”, and all insurance documents required thereby, the fully executed Public Entities Crime Affidavit, and any other materials required pursuant to the RFP documents, attached hereto and incorporated herein as Exhibit “C”. Both parties hereby agree and acknowledge that this two (2) page Agreement, together with Exhibits A, B, and C shall constitute the entire Agreement. The terms or conditions set forth in this two (2) page Agreement shall supersede any conflicting terms and conditions set forth in Exhibits A, B, or C. Notice as required in the Agreement documents shall be sufficient when sent by certified mail or hand delivered to the parties at the following addresses: 2. 3. Contractor City of Palm Beach Gardens Ergoflex Systems, Inc. Attn: Ron Ferris, City Manager (d/b/a Xybix Systems, Inc.) 10500 N. Military Trail Attn: Kenneth R. Carson Palm Beach Gardens, Florida 33410 8207 Southpark Circle Littleton, Colorado, 80120 Page 1 of2 4. 5. 6. 7. 8. 9. The Contractor shall deliver all equipment and perform all work in accordance with Exhibits A, B, and C for the amount of one hundred fifty thousand two hundred sixty-two dollars and zero cents ($150,262.00), which shall be paid to the Contractor upon completion of the services described herein. This Agreement shall become effective on the date above first written; however, installation at the site shall not commence until the City issues a Notice to Proceed (NTP). Anticipated issuance date of NTP is between January 7 and January 3 1,20 11. The Contractor agrees to substantially complete installation within six (6) weeks of the date of NTP issuance and to achieve final completion within eight (8) weeks of NTP issuance. Completion timeframe may be revised by mutual written agreement of the parties. Specific authority is hereby granted to the City Manager, or his designee, to amend the timeframe on behalf of the City. It is specifically acknowledged by the parties that time is of the essence in this Agreement. This Agreement may be terminated by the City, with or without cause, upon thirty (30) days' prior written notice to the Contractor. Unless the Contractor is in breach of this Agreement, the Contractor shall be paid for materials provided and services rendered to the City's reasonable satisfaction through the date of termination. This Agreement shall be construed in accordance with the laws of the State of Florida. Should any dispute arise from this Agreement, venue shall lie in Palm Beach County, Florida. This two (2) page Agreement, along with all other documents referred to in paragraph 2. above, constitute the entire agreement between the parties; no modification shall be made to this Agreement unless such modification is in writing, agreed to by both parties, and attached hereto as an addendum to this Agreement. ERGOFLEX SYSTEMS, INC., d/b/a XYBIX WITNESSES: SYSTEMS, INC. By: Barry R. Carson, President (CORPORATE SEAL) ATTEST: By: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY By: R. Max Lohman, City Attorney CITY OF PALM BEACH GARDENS, FLORIDA By: David Levy, Mayor G:\attorney-shareMGREEMENTSEOCC Console Furniture Piggyback Agmt - Ergoflex-Xybix-20 1 O.doc Page 2 of 2 EXHIBIT “A” Marion County Board of County Commissioners Procurement Services Department Susan Olsen, Director 25 11 SE 3rd Street, Ocala, FL 34471 Phone (352) 671-8444 -Fax (352) 671-8451 Request for Proposals to Provide: Dispatch Console Furniture for 9-1-1 Communication Center Use RF'P# 1OP-075 Dear Vendor; Thank you for your interest in doing business with the Marion County Board of County Commissioners. Currently, we are requesting Proposals to provide support for the County's Public Safety Communications Department's 9-1-1 Management Division. Listed below is pertinent information regarding this Request for Proposals: RFP Number: 1OP-075 Due Date: January 21,2010 -4:OO PM at the Marion County Procurement Services Department 25 1 1 SE 3rd Street, Ocala, F1 34471 Pre-Proposal (Non-Mandatory) Date: January 8,2010 - 8:30 AM at the Marion Co Sheriffs Office Operations Center-Lobby (wait for Procurement & 9-1-1 staff to arrive) 692 NW 30" Ave, Ocala, FL 34475 Last Date for Questions: January 18,2010 - 12:OO PM (Noon) Contract Period (if applicable) Contract will commence upon issuance of Notice to Proceed and all work shall be completed within 2-4 weeks. The anticipated timeline for the completed construction of the new Communication Center is ApriVMay, 2010. It is the responsibility of contractors who receive this Solicitation from sources other than Marion County or Demandstar to contact the Procurement Services Department prior to the due date to ensure any updatedaddenda are received in order to submit a responsible and responsive offer. Not submitting a complete and accurate document may deem the ofler non-responsive and have your proposal rejected. Please direct any questions regarding these documents to the Marion County Procurement Services Department in writing, faxed to (3 52) 67 1-845 1. We look forward to working with you. Sincerely, Carrie Lyn Hyde Procurement and Contract Analyst Marion County Procurement Services Department 1OP-075 Dispatch Furniture for Comm Center Page 1 of 21 Dispatch Console Furniture for 9-1-1 Communication Center Use RF'P# 1OP-075 TABLE OF CONTENTS Marion County Cover Sheet for Request for Proposals .................. Table of Contents ............................................................. Part 1 . Intent and General Information ..................................... Part 2 . Scope of Services ..................................................... Part 3 . Evaluation Process and Criteria .......................................... Part 4 . Proposal Documents .................................................. Proposal Cover Page ................................. Page 15 Addenda Acknowledgment ........................ Page 16 General Conditions .................................. Pages 17- 19 Request for Proposal Certification and Disclosure of Subcontractors Subconsultants and Suppliers ............................. Page 20 Drug Free Workdace Certificate .................. Page 2 1 Page 1 Page 2 Pages 3-6 Pages 7-13 Page 14 Pages 15-21 . " 1 OP-075 Dispatch Furniture for Cornrn Center Page 2 of 21 Dispatch Console Furniture for 9-1-1 Communication Center Use RFP# 1OP-075 Part 1 INTENT AND GENERAL INFORMATION 1.1 REQUEST FOR PROPOSAL: The Marion County Procurement Services Department on behalf of the Board of County Commissioners is soliciting letters of interest and statements of proposal to provide Dispatch Console Furniture for 9-1-1 Communication Center Use. The County of Marion expects that interested individuals and firms will make every effort to provide a proposal which offers the required commodity or service. Marion County believes that hiring done through this contract should, to the maximum extent, be offered to citizens within its boundaries that are unemployed or seeking work for the first time. To that extent, the firm awarded business under this contract will be contacted by the Workforce Connection, our regional workforce development board, to discuss hiring through its staff and services. Your participation with Workforce Connection is not required as a condition of award, but rather an opportunity for greater support for the community and your firm in hiring assistance. 1.2 HOW TO SUBMIT A REOUEST FOR PROPOSAL: An original and three (3) copies (for a total of four (4) copies) of each hardcopy, and one (1) electronic copy of the entire proposal on a disc, including any samples, literature or other inclusions, with all required documents having authorized signatures; itemized and included herein, all must be received in a sealed package prominently marked on the outside with the contact’s name, phone number, fax number, e-mail address (if applicable), company name, address along with the project title: RFP# 1OP-075 - Dispatch Console Furniture for 9-1-1 Communication Center Use DEADLINE for receipt of submittals in response to this Request for Proposal is January 21,2010 - 4:OO PM. Submittals should be mailed or hand delivered to: Marion County Procurement Services Department, 2511 SE 3rd Street, Ocala, Florida 34471. Submissions by fax or other electronic media will not be accepted under any circumstances. Late submissions will not be accepted, but will be returned to the sender, unopened, at the sender’s expense. A Selection Committee approved by Administration, and made up of County staff will evaluate and score the proposals according to the criteria outlined in the RFP. To ensure fair consideration for all proposers, The County prohibits communication to or with any department, bureau or employee during the submission process, except as provided in this section. Additionally, the County prohibits communication initiated by a proposer to any County Official or employee evaluating or considering the proposals (up to and including the County Administrator or Board of County Commissioners) before the time an award decision has been made. Any communication between proposer and the County will be initiated by the Procurement Services staff in order to obtain information or clarification needed to develop a proper, accurate evaluation of the proposal. Such communications initiated by a proposer may be grounds for disqualifying the IOP-075 Dispatch Furniture for Comm Center Page 3 of 21 offending proposer from consideration for award of the proposal and/or any future proposal. All questions received by 12:OO PM (Noon), January 18,2010, will be considered. Questions will not be answered over the phone; they must be submitted in writing and faxed to (352) 671-8451. A Non-Mandatory, Pre-Proposal Conference has been scheduled for January 8,2010 - 8:30 AM, at the Marion County Sheriffs Office Operations Building, 692 NW 30fh Avenue, Ocala, FL 34475. Attending the Pre-Proposal Conference is strongly recommended as the project’s scope of work, site visit and only walkthrough opportunity with a floor plan design, procedures and specifications will be discussed at this time. 1.3 DOCUMENTS REQUIRED: The following documents and forms must accompany each offer or alternate offer submitted. Items marked with an asterisk (*) are included with this package. A proposal returned without these documents may deem the offer non-responsive. Marion County reserves the right to request additional information from any vendor prior to award. Cover Page* - This is to be used as the first page of the RFP. This form must be klly completed and signed by an authorized officer of the firm submitting. Table of Contents - The Table of Contents should outline the major areas of the submittal. All pages, including enclosures, must be clearly and consecutively labeled and/or numbered and correspond to the Table of Contents. TAB YOUR SECTIONS. Executive Summary - Provide a brief summary describing the firm’s ability to perform work requested in this Solicitation, a history of the firm or the firm’s principals’ background and experience providing services, the qualifications of the firm’s personnel to be assigned to this project, the subcontractors, subconsultants, and/or suppliers. This summary should be brief and concise to apprise the County of the basic services offered, experience and qualifications of the firms, staff, subcontractors, subconsultants, and/or suppliers. Contents of Statements of Qualification - Submittal must provide documentation that demonstrates the ability of the firm to satisfy all of the minimum qualifications requirements. Firms which do not meet the minimum qualification requirements or which fail to provide supporting documentation and/or affidavits as specified herein will be deemed non- responsive. Each submittal shall contain a Statement of Qualifications. The Statement of Qualifications shall include the information required below. Technical Information - Describe the approach to organization management and the responsibilities of the management and staff personnel that will perform work on the Project; describe method employed to ensure prompt service, customer satisfaction, prompt compliant resolution, effective employee performance and training, and timely initiation and completion of all work. Experience, Past Performance, Financial Capabilities, and Litigations - State the number of years that the firm has been in business, the number of years in business operation under the firm’s current business name. Any business owner who previously operated a business under another name must include a description of the previous business. Failure to include such information may be deemed by the County as intentional misrepresentation, and may render the submittal non-responsive. o Provide a detailed description of comparable contracts FOR SIMILAR SIZED COUNTIES (similar in scope of services to those requested herein) which the firm is either performing or has completed within the last five (5) years. Describe the firm’s qualifications and experience in the management of comparable projects in size and 0 Page 4 of 21 1 OP-075 Dispatch Furniture for Comm Center a a a a 1.4 a a a a a a a scope. The specific role of the firm in any project, which is referred to with regard to the firm’s experience, shall be described in detail. This information must include: 9 The client name, address, telephone number and the name of a contact person. 9 A description of the performed Work > The contract period and duration 9 A statement or notation as to whether the Firm was a prime Consultant or a Subconsultant, or supplier. 9 The result of the project 9 List any and all contracts the Firm have performed for the County. 9 List all current projects and projected completion dates. o Describe any prior or pending litigation or investigation, either civil or criminal, involving a governmental agency or which may affect the performance of the services to be rendered herein, in which the Firm, any of its employees, subcontractors, or subconsultants is or has been involved within the last three (3) years. o List names and addresses of all first tier subcontractors, subconsultants, or suppliers, who will perform and/or provide services for the project. Request for Proposal Certification and Addenda Acknowledgment* - must be signed. General Conditions* -must be signed. Disclosure of Subcontractors, Subconsultants, and Supplier* Bids must include a list of sub-contractors to be utilized for this project. The County reserves the right to accept or reject any sub-contractor based on past performance, location, or any other grounds that may conflict with the best interests of Marion County Board of County Commissioners. The preference of the County is to utilize local sub-contractors; a majority percentage of local sub-contractors must be utilized for this project. A local sub-contractor is a contractor doing business out of an established office within the boundaries of Marion County Florida. Drug Free Workplace Certificate” - A sworn, notarized Drug Free Workplace Certificate must accompany each proposal or alternate proposal. PROPOSAL SPECIFICATIONS: Professional Cover Page - not required, but acceptable. If used, the cover page shall indicate the name and number of the solicitation. It shall NOT be used as a replacement for the Proposal Cover Page listed herein. *Cover Page (provided) - This is to be used as the first page of the RFP. This form must be hlly completed and signed by an authorized officer of the firm submitting. One (1) Original Document - shall have original signatures and be clearly noted as ORIGINAL on the outer cover. Plus three (3) Complete Copies of Original Document - (copies of original submittal including any additional materials/enclosures provided) clearly noted COPY on the cover. Plus one (1) Complete Electronic Copy of Original Document -one (1) CD shall be provided which includes any samples, literature or other inclusions, with all required documents having authorized signatures, but shall exclude any financial information if applicable to this project. When required, financial information must be sent separately in a sealed envelope and marked “NOT PUBLIC RECORD.” The entireproposal shall be in a single document, in a .pdf (portable document formaqfile type. The CD shall be labeled with the firm name, solicitation number, and packaged in a paper or vinyl sleeve ONLY. Page Limit -None, if not otherwise specified herein this document. Page Size - 8 ?h x 11; oversized or pullout pages must be folded down to meet this size. Binding - shall be neat and professional, and appropriate for the document’s thickness. NO THREE RING BINDERS. 1OP-075 Dispatch Furniture for Comm Center Page 5 of 21 1.5 INSURANCE REOUIRED: Certificate of Insurability: The (Other Party) shall provide a Certificate of Insurance, issued by a company authorized to do business in the State of Florida and with an A.M. Best Company rating of at least B+, showing the "Marion County Board of County Commissioners" as an Additional Insured. The Procurement Services Director should be shown as the Certificate Holder, and the Certificate should provide for 30 day cancellation notice to that address. The submittal shall contain proof of any required insurance(s) including, but not limited to the following: CommercialKomprehensive General Liability Insurance with an occurrence limit of not less than $200,000.00. The awarded Firm must maintain this insurance for at least five (5) years beyond the end of the contract. The awarded firm shall have and maintain during the period the services are rendered a professional liability insurance policy or policies with a company or companies authorized to do business in the State of Florida. If the Commercial General Liability form is used: Coverage A shall include premises, operations, products and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. Coverage B shall include personal injury. Coverage C, medical payments, is not required. If the Comprehensive General Liability form is used, it shall include, at least Bodily Injury and Property damage liability for premises, operations, products and completed operations, independent contractors, and property damage resulting from explosion, collapse or underground (XCU) exposures Workers Compensation Insurance for all employees of the vendor as required by Florida Statute 440, and Employer's Liability limits of not less than $500,000.00 per accident. Business Auto Liability shall be provided by the Bidder with combined single limits of not less than $200,000 per occurrence and is to include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, non- owned and hired automobiles and employee non-ownership use. 1 OP-075 Dispatch Furniture for Cornm Center Page 6 of 21 Dispatch Console Furniture for 9-1-1 Communication Center Use WP# 1OP-075 Part 2 SCOPE OF SERVICE 2.1 OVERVIEW Marion County is building a new Public Safety Communications Center and desires to obtain Ergonomic Modular Dispatch Furniture to be installed. All the Departments who are currently operating in the Sheriffs Office PSAP plan to relocate to this new facility when it becomes operational. The new County center is expected to receive 9-1-1 calls from across Marion County and will dispatch the following agencies: Marion County Fire-Rescue Marion County Sheriffs Office Ocala Fire-Rescue Emergenc! communications console workstations will typicall: be utilized 24 h irs p r day17 days per week by different employees, with different physical-sizes and needs. The Workstation System shall be constructed of durable materials that will stand up to the 24-hour use environment of a Dispatch Center. STANDARD OFFICE FURNITURE WILL NOT BE ACCEPTABLE IN THIS INSTALLATION. Services are to include but may not be limited to: hardware, software, installation, training and other ancillary services as described in this RFP. Responses will be evaluated on the basis of the “Total Overall Best Value to the County.” Project Manager: Karl Oltz, Marion County Public Safety Communications Director 2.2 ACCEPTANCE CRITERIA After the system has been delivered, installed, and tested, written notification of completion shall be submitted to the County. Upon receipt of written notice of completion, the County shall have a time period of 60 days of functional service that will signify system acceptance. Major equipment malfunctions or failures as determined by Marion County will delay acceptance. 2.3 PROPOSAL AWARD It is the intent of Marion County to award a contract to a single firm who provides the most responsible and responsive offer meeting specifications, provided the proposal has been submitted in accordance with the requirements of the proposal documents, and is the best value to the County. The County shall have the right to waive any informality or irregularity in any proposal(s), which in its judgment is in its own best interest, and to solicit new proposals as it is deemed to be warranted. Award will be based on the following (where applicable): a) Adherence to all conditions and requirements of the proposal specifications b) Total proposal price (including any discounts), unit proposal price or extended price c) General reputation and experience of Vendors d) Evaluation of the Vendor’s ability to service the County e) Financial responsibility of the Vendor f) Prior knowledge of an experience with the Vendor in terms of past performance 1OP-075 Dispatch Furniture for Comm Center Page 7 of 21 g) Needs and requirements of the County h) Experience with the products involved i) Nature and extent of company data furnished upon request of the County j) Quantity of merchandise k) Product appearance, workmanship, finish, taste, feel, and results of any product testing 1) Overall completeness of product line offered m) Locality in relation to the County, where prompt service may be required n) Vendor’s ability to meet delivery and stocking requirements 0) Maintenance cost and warranty provisions 2.4 DISPATCH FURNITURE REOUIREMENTS UPGRADED FUXNITUXE CONFIGURA TION 0 VER VIEW ~ ~~ Respondents shall provide unit pricing for all furniture components to permit the County the flexibility to add or subtract additional positions as needed. The County seeks to equip four (4) separate areas of the new center. A. Supervisory Area At least three (3) supervisory positions (2-SO and 1-PSC), each capable of holding up to six (6) computer displays. These consoles will be configured to hold both call taking and dispatching equipment. Marion County Sheriffs Office (MCSO) Eight (8) call taking positions each capable of holding at least six (6) computer displays. Four (4) dispatch positions capable of holding at least six (6) computer displays. Nine (9) call takinddispatching positions, each capable of holding at least six (6) computer displays. D. Ocala Fire Rescue (OFR) Three (3) call takinddispatch positions capable of holding at least six (6) computer displays. B. C. Public Safety Communications (PSC) 1. All new furniture shall be designed to achieve the highest performance possible for Marion County today and in the future. 2. It is a requirement for all new furniture to accommodate all of the existing equipment and be expandable to accommodate fbture needs. 3. All Marion County Emergency Communications Personnel will be required to manage up to four (4) computers plus additional ancillary rack mount electronics. Furniture shall be capable of supporting at least six (6) CRT’s on the primary work surface. 4. Respondent shall propose adjustable workstations that allow operators to stand or sit while they are working. 5. The county will provide a preliminary dispatch floor layout during the Non-Mandatory Site Visit, for which the vendors may make notes during the visit. AFTER the Site Visit, any modifications Respondents shall offer solutions that correspond to this general room layout within the strictures of their particular product lines. 6. Respondents may offer alternative room layouts which will be evaluated by the County. 7. Respondent shall furnish necessary products and services to complete installation of new dispatch console workstations as specified herein. IOP-075 Dispatch Furniture for Comm Center Page 8 of 21 INSTALLA TION 1. Installation shall be performed only by factory trained and certified skilled installers. 2. Furniture installation and grounding shall be in accordance with Motorola R56 Standards and Guidelines for Communications Sites. 3. All products shall be installed to comply with the Americans With Disabilities Act. VENDOR SUPPORT REQUIREMENTS The list should include the number of certified support technicians and levels of experience on the proposed solution. 2.5 COMMUNICATIONS CENTER CONSOLE FURNITURE REOUIREMENTS CONSOLE MODUURITY I. The Workstation System must be provided from standard, manufactured items. 2. The Customer shall have the ability to add on to or re-configure workstations at a later date. 3. Panel heights shall be between 24” and 48” for support panels and console walls. Respondent shall specify the panel heights to be used in their proposed configuration. 4. The system shall be made of primary and secondary, or extension, sections. ERGONOMICS 1. The CRTMonitor platforms must be adjustable in height electronically. 2. The CRTMonitor platforms must be capable of holding six (6) 19” LCD flat-panel display monitors. 3. The separate Keyboardflnput platform must be adjustable in height electronically. 4. Cavity storage shall be provided for CPU equipment in an accessible cavity area keeping the knee space below the consoles unobstructed, to allow dispatchers a full range of movement to reach necessary equipment. 1. 2. 3. 4. 5. 6. 7. 8. 9. POWER LIFT BASE All electrical components shall be UL approved. Respondent shall describe the lift capacity and the static load capacities of their lift units Main platform shall be able to manage a static load of at least 350 pounds Respondent shall describe the full range of motion available from their furniture Input Platform shall be adjustable and adaptable for a wide range of users in either a seated or standing position. Input Platform shall be designed to provide knee clearance in the seated operating position in accordance with ANSI standards Knee space shall be free of levers or controls, creating a smooth underside of the work surfaces. Unobstructed legroom of 3 1 I’ measured from front edge of keyboard surface is desirable to allow for variation of seated postures. Input Platform shall meet or exceed ANSI/HFES standards and ADA requirements for foot and leg clearance. 10. All adjustments for the input platform and Power Lift base shall be made from the front of the input platform, and shall be able to be adjusted from either the seated or standing position with the use of one hand. 1 1. Respondent shall describe how their hrniture is adjusted and shall detail any particular advantages that may accrue through the use of their products. 1 OP-075 Dispatch Furniture for Comm Center Page 9 of 21 ACCESSORIES Respondent shall offer a full complement of accessories to be available including: 1. environmental controls 2. personal storage 3. shared resources 4. task lighting 6. wrist rests 5. foot supports MA TERIA LS SPECIFICA TIONS 1. ACOUSTICAL PARTITIONS a. All fasteners must be concealed. b. These partitions must be sturdy enough to mount all electronic accessories, including monitors, without compromising the integrity of the system. c. Heights shall be available to 48”. a. Work surfaces shall have a useable and aesthetic curvature b. Works surfaces shall be available in various depths. c. Exposed edges must be treated to minimize wear. Respondent shall describe their particular application. d. Primary surfaces to hold CRT’sMonitors shall be of sufficient size and capacity to hold at least six (6) LCD flat panel monitors. e. Depths and widths of these surfaces shall be designed to accommodate CRT’sMonitors for radio, telephone, and CAD. f. Keyboard surface depth must accommodate multiple keyboards and other input devices and still provide room for note taking. g. Input platforms for keyboard, mouse and trackball devices shall be designed to fit the primary surfaces. h. Secondary surfaces shall be no less than 30” deep in order to accommodate CRT’sMonitors and rack enclosures above the writing surface, and electronics cavities and file pedestals below the writing surface. a. Storage cabinets must be provided for storing CPU’s, power supplies, interface boards, and other specified equipment. b. Cabinets under the secondary or extension sections shall be capable of holding up to four (4) standard-sized personal computer CPUs. c. Cabinets must be properly vented. d. Respondent shall describe how users may access cabinets from the front, from the side, and from the rear. e. Front access doors shall be hinged. f. All doors must be removable. g. Respondent shall describe the types and models of rack mounts that they provide for the desktop installation of equipment such as paging terminals, alarm monitors and other desktop equipment. a. All work surfaces shall be covered with non-glare matte laminates. b. FormicaTM, PioniteTM or other similar materials shall be used c. Respondent shall specify which laminates are used in construction of their furniture. a. Abrasion resistance at a minimum shall meet ASTM D-3597 MVPTS-198 standards. 2. SURFACES 3. CAVITIESRACK MOUNTS/CPU CABINETS 4. LAMINATE 5. FABRIC 1OP-075 Dispatch Furniture for Comm Center Page 10 of 21 b. Flammability requirements shall adhere to ASTM E-84 (Tunnel Test) or Class A or 1 and the State of California Technical Bulletin 117 Sec. E (SC-191-53). ELECTRTCAL 1. Each workstation position shall include a minimum of three (3), eight outlet; 3-prong power units on a U.L. listed, CSA rated 15 amp, 120-volt power center. 2. These power centers shall include a circuit breaker with surge suppression, and a 12’ cord. CABLE MANAGEMENT 1. Due to the large number of computers, keyboards, input devices and displays it is critical that all cabling be clean and well organized. 2. While internal cable routing is seen as a desirable feature, it is not an absolute requirement. Respondent shall describe how cables are routed within and among positions. 3. Cabling shall be guided from CPU cabinet or panel enclosure to the monitor surface in a manner that protects the cable and maintains the professional appearance of the workspace. 4. Cabling shall be guided from the monitor surface to the keyboard surface in a manner that protects the cable and maintains the professional appearance of the workspace. 5. Respondents shall fully describe how cables are routed and protected. 6. Data cables and power cables shall not be routed in the same conduits. LIGHTING Respondent shall equip each dispatch position with two (2) halogen task lights 1. Must feature an articulating arm that swivels 120 degrees and provides a 180 degree tilt for maximum light control. 2. Respondent shall describe expected life of halogen bulbs. OPTIONAL ITEMS 1. A full listing of optional items and their unit prices shall be provided with the Respondent’s proposal. 2. Printer Cabinets, storage cabinets, lockers, turntables, desks, credenzas, overhead cabinets, raised shelves, and other items may be required. 3. WristForearm Rests (OPTIONAL) shall have a wrist pad for the wristlforearm area. 4. Rotating Resource (OPTIONAL) a. Customer desires pricing for a rotating resource to hold binders and other documents. b. Resource shall provide two (2) shelves at least 12” in height and of sufficient depth to hold 4” three ring binders. 5. Personal Comfort Controls (PCC) (Optional if not included as standard equipment, Must Include Pricing) 6. Desktop Air Flow: Shall allow the occupant of the console to select the airflow rate delivered to the desktop through two desktop diffusers from no forced air flow to a maximum air flow of no less than lOOcfm (total of both diffusers).It shall be occupancy sensor controlled. 7. Air Filtration: Airflow delivered to the desktop must be filtered by a charged fiber air filter prior to delivery to the desktop. This must be a user replaceable filter. 8. User Control Unit (OPTIONAL) must provide a control for fan speed of desktop airflow, leg and foot warming via radiant heat panel, background noise masking, and task light dimming adjustment. 9. Occupancy Sensor (OPTIONAL) a. The LED shall be lit when occupancy is sensed, the sensor shall activate the system functions based on detection of motion within the occupied area. b. Approximately 15 minutes of no motion shall be required for deactivation. 1OP-075 Dispatch Furniture for Cornrn Center Page 11 of 21 C. d. e. f. g. Once motion is detected, the sensor shall activate the User Control Unit and all systems return to previous levels. Power Requirements: 1 15 VAC, 60Hz Power Cord: 6ft. with a 3-prong plug Current Draw: 0.10 amperes minimum, 3.5 amperes maximum UL Listed CSA Certified FCC Certified WEIGHT DISTRIB UTION/zIMITATIONS 1. The input platform shall be designed for up to 350 pounds of dead weight load. 2. The CRT surface shall be designed for multiple CRTMonitor placements, with a weight limitation of no less than 450 pounds including surface, input platform, and input mechanism. 3. The Inside Equipment Shelves shall have a maximum weight capacity for any standard inside cavity shelves to place CPU’s, power supplies, interface boards, or other support equipment shall be 25psf. SPACE PLAN AND CONSOLE DESIGN 1. A floor plan will be submitted, to scale, showing each item being proposed. 2. In addition, perspective drawings will be required in the submittal with dimensions of height, width, and depth in order to determine compliance with the specifications. 3. All accessories being proposed must be shown in these drawings. Customer provided electronics such as CRT’s telephones, and rack mount panels must be shown, to scale, in the 3-dimensionaVperspective drawings. COLORS 1. Colors are to be selected from manufacturer’s standard offerings. 2. At a minimum, one full set of laminate, edge, and fabric samples must be submitted with the proposal. 3. Once the color choices have been narrowed, Respondent shall provide color boards to aid the County with their final decision. WARRANTY 1. The Emergency Communications Workstation System shall be warranted from defects in material and workmanship for 10 years. 2. Warranty repair shall be provided by a certified service location located in the State of Florida 3. Proposer shall provide the name and contact information for its certified service provider. EQUIPMENT WARRANTYMAINTENANCE PERIOD 1. The warranty period for the complete system shall be a minimum of one year unless normal manufacturer’s warranty is longer. The warranty will commence from the date of the new equipment acceptance. Warranty maintenance will be performed by the Contractor at no cost to the County on a 24x7 hour basis. The warranty as defined will cover the cost of all labor and materials to restore the equipment to original condition (Le., condition at the time of system acceptance) in the event of failure. 2. Warranties, Guarantees and Maintenance 3. A copy of the manufacturer’s warranties and/or guarantees for the items proposal must accompany each proposal. Vendor must provide a minimum of one-year, 24x7 warranty coverage on all parts and labor at no cost to Marion County. IOP-075 Dispatch Furniture for Comm Center Page 12 of 21 4. A copy of each company’s warranties and/or guarantees for the item proposal must also accompany each proposal. 5. As a minimum requirement of the County, the Vendor will also guarantee, in writing, that any defective components discovered within a one-year period following the date of equipment acceptance shall be replaced by the Vendor at no cost to the County. 6. Replacement parts of defective components shall be shipped to Marion County at no cost to the County. Replacement parts of defective components shall be installed at no cost to Marion County. If defective parts are required to be returned to the Vendor, the shipping costs shall be borne by the Vendor. System parts and support are required to be available for 10 years. 7. Operation and Maintenance Manuals - The awarded shall provide to the County three complete sets (paper copies, if available), and one electronic copy or one CD, of manuals for all equipment procured and supplied as part of the contract. WARRANTYLREPAIRS 1, Vendor shall specify pricing for continuing Vendor maintenance of the total system after the expiration of the initial one-year warranty period. Pricing shall be for years two, three, four, five(minimum), up to 10 years if available. 2. Vendor shall provide technician support seven days per week, 24 hours per day (response time to be agreed upon at contract signing) throughout the entire warranty period. The warranty will cover all components and labor for one year from date of final acceptance for all equipment supplied. 3. Warranty Spare Support 4. Vendor shall detail the level of spare parts that would be available to support Marion County and that could be available for service personnel to install within a reasonable timefiame from the initial receipt of service call. 1 OP-075 Dispatch Furniture for Comm Center Page 13 of 21 Dispatch Console Furniture for 9-1-1 Communication Center Use RF'P# 1OP-075 Part 3 EVALUATION AND NEGOTIATION PROCESS A selection committee appointed and approved in accordance with the Marion County Procurement Code will review all submittals and make a recommendation to the Board of County Commissioners based upon the established evaluation criteria. A selected group of Firms may be required to make an oral presentation to the Selection Committee. Such a presentation will provide an opportunity for the Firms to clarify the information provided in their proposal. If oral presentations are given, the final decision of the Selection Committee will be based on the tabulation from the oral presentations. The Selection Committee will present its recommendations to the Board of County Commissioners, which has the authority to make the final determination and award contracts. Submittals will be evaluated on a WEIGHTED BASIS. The County reserves the right to make selections based on the submittals only or to request presentations before determining the final ranking. The criteria listed on the following page will be used in the evaluation process to determine the successful respondent. EVALUATION CRITERIA The evaluation team will review all documentation and other information received and evaluate, utilizing the following criteria: General Criteria - 20% 1. The overall approach to the project as identified in the Vendor's project plan 2. Record of successful installations, project manager experience, Vendor's qualifications 3. Completeness of responsiveness to project requirements 4. Completeness of responsiveness to documentation requirements 5. Completeness, if any, of Questions and Answers General System Requirements - 30% 1. 2. 24 x 7 Warranty, 3. 4. Proven maintenance program with references, System installation and first-year support Location of closest service center responsible for warranty and maintenance of equipment System Design and Technical Compliance - 10% 1. Design of solution, 2. 3. Level of understanding of equipment Overall compliance to all technical areas ofthe project CredentialdReferences - 10% 1. 2. 3. Project manager's presentation of installation process Record of successful installations, Project Manager experience, Vendor's qualifications References from PSAPs utilizing similar furniture System turnkey costs for - 30% 1. Equipment 2. Installation 3. Warranty 4. Maintenance Negotiations may be held with the most qualified firm for compensation which the County determines is fair, competitive, and reasonable. The County shall require the firm receiving the award to execute a truth-in- negotiation certificate stating that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of contracting. Should the the County be unable to negotiate a satisfactory contract with the firm considered to be the most qualified at a price the County determines to be fair, competitive, and reasonable, negotiations with that firm will be formally terminated. The County reserves the right to either continue negotiations with the second ranked firm and so forth accordingly, or to terminate the negotation process. 1OP-075 Dispatch Furniture for Comm Center Page 14 of 21 Dispatch Console Furniture for 9-1-1 Communication Center Use ' RFP#lOP-O75 Part 4 - PROPOSAL DOCUMENTS PROPOSAL COVER PAGE Name of Firm, Entity or Organization: Ergoflex Systems, Inc. DBA Xybix Systems, Inc. Federal Employer Identification Number: OR Social Security Number: State of Florida Applicable License Number: 84-1174133 E-mail address: kenc@xybix.com I Mailing Address: 8207 Southpark Circle Street Address (if different): City, State, Zip: Littleton, Colorado 80120 Telephone: 30 3-6 8 3-56 56 Fax: 303-683-5454 Organization Structure: Check one: Corporation [L] Partnership Proprietorship u (Specify Sole Officer) Joint Venture JJ Other (explain) fJ If Corporation: Date of Incorporation: June 1991 State of Incorporation: Colorado States revistered in as foreign Corporation: Authorized Signature: print Name: Kenneth R. Carson Signature: Title: Vice President Telephone: 303-683-5656 Fax: 303-683-5454 E-mail Address: kenc@Vbix.com This document must be completed and returned with your Submittal IOP-075 Dlspatch Furniture for Comm Center Page 15 of 21 MARION COUNTY REQUEST FOR PROPOSAL CERTIFICATION SUBMITTO: Marion County BCC Procurement Services Department 2511 SE 3rd Street Ocala,M 34471 and ADDENDA ACKNOWLEDGMENT (352) 671-8444 I I DUE DATE: January 21,2010 I DUETIME: 4:OO PM I RFPNO. 1 OP-075 TITLE: DisDatch Console Furniture for 9-1-1 Communication Center Use ~~ ~~ ~~ VENDOR NAME PHONE NUMBER Eraoflex Svstems. Inc. DBA Xvbix Svstems. Inc. I 303-683-5656 VENDOR MAILING ADDRESS 8207 Southpark Circle FAX NUMBER 1 303-683-5454 CITY-STATE-ZIP E-MAIL ADDRESS Littleton, Colorado 80120 kenc@xybix.com PLEASE READ NEWINFORMATION PAYMENT TERMS i If payment terms are not indicated, terms of NET 30 DAYS shall be applied by the County. Payment terms to apply after receipt of invoice or final acceptance of the productkervice, whichever is later. Payment terms offering less than 20 days for payment will not be considered. However the County has implemented a Visa credit card program. As a card- accepting vendor, some of the benefits of the program are: payment received within 72 hours of receipt and acceptance of goods, reduced paperwork, issue receipts instead of generating invoices, resulting in fewer invoice problems, deal directly with the cardholder (in most cases). Please indicate whether you are or are not capable of accepting Visa credit cards: YES "I, the undersigned, cerlify that I have reviewed all General Conditions listed herein, and additionally received the addenda listed below (list all addenda received to date). I understand that timely commencement may be considered in award of this Request for Proposals (RFP), and that cancellation of award will be considered if commencement time is not met, and that untimely commencement may be cause for assessment of liquidated damages claims. I further certify that the services will meet or exceed the RFP requirements. I, the undersigned, declare that I have carefully examined the RFP, specifications, terms and conditions as applicable for this Rquest, and that I am thoroughly familiar with all provisions and the quality and type of coverage and services specified. I further declare that I have not divulged, discussed or compared this RFP with any other Offeror and have not colluded with any Offerors or parties to an RFP whatsoever for any fraudulent purpose." X NO 12/30/2009 0111 11201 0 01/15L2010 01 I1 9/2010 1/25/2010 Addendum# 1 Addendum# 2 Addendum# 3 Addendum# Addendum# I certify that this RFP is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting an RFP for the same material, supplies, equipment or services, and is in all respects fair and without collusion or kaud. I agm to abide by all conditions of this RFP and certify that 1 am authorized to sign this rcsponse and that the offer is in :ompliance with all requirements of the WP, including but not limited to, certification requirements. In conducting offers with In agency for Marion County Board of County Commissioners, respondent agrees that if this RFP is accepted, the respondent sill convey, sell, assign, or transfer to Marion County Board of County Commissioners all rights, title and interest in and to all :Buses of action it may now or hereafter acquire under the anti-tnrst laws of the United States and Marion County for price fixing .elating to the particular coniiiicdities or services purchased or squired by Marion County. At Marion County's discretion, such rssignment shall be made and become effective at the time the purchasing agency renders final payment to the respondent. 9dditionally. I, the undersigned, agree that if I am awarded a contract as a result of this solicitation and my response to it, :ontracts will be required to be notarized and executed and all applicable bonds recorded, within fourteen (14) calendar days ?om the date of the Notice of Award. If bonds are not available from the bonding agency when contracts are returned. a letter ?om the bonding agent must be attached stating that they are in the Bany R. Carson President fi27 fC7 I AUTHORIZED AGENT, TITLE (PRINT) f @THmlZED SWATCIRF- DATE W This document must be completed and returned with your Submittal 10P-075 Dispatch Furniture for Cdmm Center Page 16 of 21 GENERAL CONDITIONS PUBLIC ENTITY CRIME: A person or affiliate who has been placed federal, state and local laws, ordinances, rules and regulations that in any on the convicted vendor list following a conviction for a public entity manner affect the work. crime may not submit a Proposal on a contract to provide any goods or PROPRIETARYKONFIDENTIAL INFORMATION: Vendors are services to a public entity, for the construction or repair of a public hereby notified that all information submitted as part of, or in support of building or public work, may not submit Proposals on leases of real RFPs, will be available for public inspection ten days after opening of the property to a public entity, may not be awarded or perform work as a RFPs or until a short list is recommended whichever comes first, in contractor, supplier, subcontractor, or consultant under a contract with compliance with Chapter 119, and 287 of the Florida Statutes. Any any public entity, and may not transact business with any public entity in person wishing to view the RFPs must make an appointment by calling excess of the threshold amount provided in Section 287.017, for the Marion County Procurement Services Department at (352) 671-8444. CATEGORY TWO for a period of 36 months from the date of being All RFPs submitted in response to this solicitation become the property placed on the convicted vendor list. of the County. Unless information submitted is proprietary, copy INDEMNIFICATION : The Contractor agrees to indemnify and hold written, trademarked, or patented, the County reserves the right to utilize harmless Marion County and its elected officials, employees and any or all information, ideas, conceptions, or portions of any RFP, in its volunteers from and against all claims, losses and expenses, including best interest. legal costs, arising out of or resulting from, the performance of this TAXES: The Marion County Board of County Commissioners, Florida, contract, provided that any such claims, damage, loss of expenses is is exempt from any taxes imposed by the State and/or Federal attributed to bodily injury, sickness, disease, personal injury or death, or Government. Exemption certificates will be provided upon request. to injury to or destruction of tangible property including the loss or loss NON-COLLUSION DECLARATION By signing this RFP, all of use resulting there from and is caused in whole or in part by any Vendors shall affirm that they shall not collude, conspire, connive or negligent act or omission of the firm. agree, directly or indirectly, with any other Proposer, firm, or person to PROHIBITION OF LOBBYING Except as expressly set forth in submit a collusive or sham Proposal in connection with the work for subsection 2-245(11) of the Procurement Manual, during the blackout which their RFP has been submitted, or to refrain from Bidding in period which is, the period between the time the authorization for connection with such work; or have in any manner, directly or indirectly, invitation for bid or the request for proposal, or qualifications, or sought by person to fix the price or prices in the RFP or of any other information, or the invitation to negotiate, as applicable, are received at Bidder, or to fix any overhead, profit, or cost elements of the RFP price the county Procurement Services department, or given verbally by director or the RFP price of any other Bidder, or to secure through any collusion, of the board or administration, and the time the board awards the contract. conspiracy, connivance, or unlawful agrement any advantage against No proposer, no lobbyist, principal, or other person may lobby, on behalf anv other Bidder. or anv Derson interested in the DroDosed work. of a competing party in a particular procurement matter, either any member of the board, or any county employee other than the Procurement Services department staff. Violation of this provision may result in disqualification of violating party. ANTI TRUST LAWS: By submission of a signed RFP, the successful Vendor acknowledges compliance with all antitrust laws of the United States and the State of Florida, in order to protect the public from restraint of trade, which illegally increases prices. CONFLICT OF INTEREST: The award of the contract hereunder is subject to the provisions of Chapter 112 of the Florida Statutes. Vendors shall disclose the name of any Officer, Director, Partner, Associate, or Agent who is also an Officer, Appointee, or Employee of the Marion County Board of County Commissioners at the time of the RFP, or at the time of occurrence of the Conflict of Interest thereafter. INTERPRETATION, CLARIFICATIONS AND ADDENDA: No oral interpretations will be made to any vendor as to the meaning of the RFP Contract Documents. Any inquiry or request for interpretation received by the Marion County Procurement Services Department before the date listed herein will be given consideration. All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be distributed at or after the Pre-Proposal Conference, mailed or sent by available or electronic means to all attending prospective Submitters prior to the established RFP opening date. Each Vendor shall acknowledge receipt of such addenda in the space provided. In case any Proposer fails to acknowledge receipt of such addenda or addendum, his offer will nevertheless be construed as though it had been received and acknowledged and the submission of his bid will constitute acknowledgment of the receipt of same. All addenda are a part of the RFP FORMS and each Proposer will be bound by such addenda, whether or not received by him. It is the responsibility of each bidder to verify that he has received all addenda issued before RFPs are opened. In the case of unit price items, the quantities of work to be done and materials to be furnished under this RFP Contract are to be considered as approximate only and are to be used solely for the comparison of RFPs received. The COUNTY and/or his CONSULTANT do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Vendor plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and other Proposal Documents, and it is understood that the quantities may be increased or diminished as provided herein without in any way invalidating any of the unit or lump sum prices bid. GOVERNING LAWS AND REGULATIONS: The vendor is required to be familiar with and shall be responsible for complying with all PROPOSER I&SPONSIBILITk Invitation <y the County of Marion to vendors is based on the recipient’s specific request and application to Demandstar by Onvia at www.DemandStar.com [(SOO) 711-1712] or as the result of response by the public to the legal advertisements required by State and County law. Firms or individuals submit their responses on a voluntary basis, and therefore are not entitled to compensation of any kind. OWNERSHIP OF SUBMITTALS: All responses, inquiries or correspondence relating to or in reference to this RFP, and all other reports, charts, displays, schedules, exhibits and other documentation submitted by the vendors will become the property of the Marion County Board of County Commissioners. Reference to literature submitted with a previous RFP will not relieve the Bidder from including any required documents with this RFP. EXAMINATION OF BID DOCUMENTS: Each Bidder shall carefully examine the RFP Document to ensure all pages have been received, all drawings and/or Specifications and other applicable documents are included, and shall inform himself thoroughly regarding any and all conditions and requirements that may in any manner affect cost, progress or performance of the work to be performed under the Contract. Ignorance on the part of the CONTRACTOR will in no way relieve him of the obligations and responsibilities assumed under the Contract. VENDOR RESPONSIBILITY Vendors are fully and completely responsible for the labeling, identification and delivery of their submittals. The Procurement Services Department will not be responsible for any mislabeled or misdirected submissions, nor those handled by delivery persons, couriers, or the US Postal Service. MARION COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision of the State of Florida, reserves the right to reject any and/or all submittals, reserves the right to waive any informalities or irregularities in the examination process, and reserves the right to award contracts and/or in the best interest of the County. Submittals not meeting stated minimum terms and qualifications may be rejected by the County as non-responsive. The County reserves the right to reject any or all submittals without cause. The County reserves the right to reject the submission of any Vendor in arrears or in default upon any debt or contract to the Board of County Commissioners of Marion County, or who has failed to perform faithfully any previous contract with the County or with other governmental agencies. PUBLIC RECORDS LAW: Correspondence, materials and documents received pursuant to this RFP become public records subject to the provisions of Chapter 119, Florida Statutes. VERIFICATION OF TIME: Atomic time is hereby established as the Official Time for Marion County Solicitations. All times stated in bids, quotes, RFPs, RFQs and any other solicitation generated by the Marion County Procurement Services Department will refer to atomic time. IOP-075 Dispatch Furniture for Comm Center Page 17 of 21 GENERAL CONDITIONS PREPARATION OF PROPOSALS Signature of the Bidder: The Bidder must sign the RFP FORMS in the space provided for the signature. If the Bidder is an individual, the words “doing business as ,” must appear beneath such signature. In the case of a partnership, the signature of at least one of the partners must follow the firm name and the words, “Member of the Firm” should be written beneath such signature. If the Bidder is a corporation, the title of the officer signing the RFP on behalf of the corporation must be stated and evidence of his authority to sign the RFP must be submitted. The Bidder shall state in the RFP FORMS the name and address of each person interested therein. Basis for Bidding: The price proposed for each item shall be on a lump sum or unit price basis according to specifications on the RFP FORM. The proposed prices shall remain unchanged for the duration of the Contract and no claims for cost escalation during the progress of the work will be considered, unless otherwise provided herein. Total Proposed Pricflotal Contract Sum Proposed: If applicable, the total price bid for the work shall be the aggregate of the lump sum prices proposed andor unit prices multiplied by the appropriate estimated quantities for the individual items and shall be stated in figures in the appropriate place on the RFP FORM. In the event that there is a discrepancy on the RFP FORM due to unit price extensions or additions, the corrected extensions and additions shall be used to determine the project bid amount. OBLIGATION OF WINNING BIDDER: The contents of the RFP of the successful proposer will become contractual obligations if acquisition action ensues. Failure of the successful Bidder to accept these obligations in a contract may result in cancellation of the award and such vendor may be removed from future participation. AWARD OF BID It is the County’s intent to select a vendor within sixty (60) calendar days of the deadline for receipt of Proposals. However, Proposals must be firm and valid for award for at least ninety (90) calendar days after the deadline for receipt of the RFP. ADDITIONAL REQUIREMENTS: The firms shall furnish such additional information as Marion County may reasonably require. This includes information which indicates financial resources as well as ability to provide the services. The County reserves the right to make investigations of the qualifications of the firm as it deems appropriate. PREPARATION COSTS: The County of Marion shall not be obligated or be liable for any costs incurred by Proposers prior to issuance of a contract. All costs to prepare and submit a response to this RFP shall be borne by the Proposer. TIMELINESS: All work will commence upon authorization from the County‘s representative (Marion County Purchasing Dept). All work will proceed in a timely manner without delays. The Contractor shall commence the work UPON RECEIPT OF NOTICE TO PROCEED and/or ORDER PLACED (PURCHASE ORDER PRESENTED), and shall deliver in accordance to the terms and conditions outlined and agreed upon herein. DELIVERY: All prices shall be FOB Destination, Ocala, Florida, inside delivery unless otherwise specified. ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC The Vendor by submitting a Bid acknowledges that other Public Agencies may seek to “Piggy-Back” under the same terms and conditions, during the effective period of any resulting contract - services and/or purchases being offered in this Bid, for the same prices and/or terms proposed. Vendor has the option to agree or disagree to allow contract Piggy-Backs on a case-by-case basis. Before a Public Agency is allowed to Piggy-Back any contract, the Agency must first obtain the vendor’s approval - without the vendor’s approval, the seeking Agency cannot Piggy-Back. PLANS, FORMS & SPECIFICATIONS: RFP Packages are available from the Marion County Procurement Services Department. These packages are available for pickup or by e-mail at no additional charge. RFP packages will not be faxed. If requested to mail, the Bidder must supply a courier account number (UPS, FedEx, etc). Bidders are required to use the official RFP FORMS, and all attachments itemized herein, are to be submitted as a single document. Any variation from the minimum specifications must be clearly stated on the RFP FORM and/or ExceptionsKIeviations Sheet(s). Only one set of plans, forms, and specifications will be furnished each company or corporation interested in submitting a bid. RFP FORM documents for this project are free of charge and are available on-line and are downloadable (vendor must pay AGENCIES (“PIGGY-BACK”): any DemandStar fees or any shipping), unless otherwise noted. MANUFACTURER’S NAME AND APPROVED EQUIVALENTS Any manufacturer’s names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and not intended to limit competition unless otherwise indicated. The Proposer may offer any brand for which he is an authorized representative, which meets or exceeds the RFP specification for any item(s). If RFPs are based on equivalent products, indicate on the RFP FORM the manufacturer’s product name and literature, and/or complete specifications. Reference to literature submitted with a previous RFP will not satisfy this provision. The Bidder shall explain in detail the reason(s) why the proposed equivalent will meet the specifications and not be considered an exception thereto. RFPs which do not comply with these requirements are subject to rejection. RFPs lacking any written indication of intent to quote an alternate brand will be received and considered in complete compliance with the specifications as listed on the RFP FORM. The County’s Procurement Services Department is to be notified, in writing, of any proposed changes in materials used, manufacturing process, or construction. However, changes shall not be binding upon the county unless evidenced by a Change Notice issued and signed by the Purchasing Director, or designated representative. QUANTITIES: The quantities as specified in this RFP are estimates only and are not to be construed as guaranteed minimums. SAMPLES: Samples of items, when called for, shall be furnished free of expense, and if not destroyed may, upon request, be returned at the Bidder’s expense. Each sample shall be labeled with the Bidder’s name, manufacturer brand name and number, RFP number and item reference. Samples of successful Bidder’s items may remain on file for the term of the contract. Request for return of samples shall be accompanied by instructions which include shipping authorization and must be received at time of opening. Samples not returned may be disposed of by the County within a reasonable time as deemed appropriate. DOCUMENT RE-CREATION Vendor may choose to re-create any document@) required for this solicitation, but must do so at his own risk. All required information in the original County format must be included in any re-created document. Submittals may be deemed non-responsive if required information is not included in any re-created document. FUNDING: Notwithstanding any other provision of the Contract, the Contract may be terminated if for any reason there are not sufficient appropriated and available monies for the purpose of maintaining County or other public entity obligations under the Contract. County shall have no further obligation to Contractor, other than to pay for services rendered prior to termination. FOR FEDERAL AND/OR FDOT FUNDING - TITLE VI/ NONDISCRIMINATION POLICY STATEMENT -APPENDIX A: During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the “Contractor”) agrees as follows: (1.) Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation (hereinafter, “USDOT”) Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinatter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. (2.) Nondiscrimination: The Contractor, with regard to the work performed during the contract, shall not discriminate on the basis of race, color, national origin, sex, age, disability, religion or family status in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. (3.) Solicitations for Subcontractors, including Procurements of Materials and Equipment: In all solicitations made by the Contractor, either by competitive bidding or negotiation for work to be performed under a subcontract, including procurements of materials or leases of equipment; each potential subcontractor or supplier shall be notified by the Contractor of the Contractor’s obligations under this contract and the Regulations relative to nondiscrimination on the basis of race, color, national origin, sex, age, disability, religion or family status. 1OP-075 Dispatch Furniture for Comm Center Page 18 of 21 GENERAL CONDITIONS (4.) lnformntion and Reports: The Conbnctor shall provide all information Md reports required by the Regulations or directives issued pmuant thcrcto, and shall permit access to its books, records, nccounls, other sources of information, and its ficilities 11s may be dctermincd by die Floi-kla Depatiriienr of Transpona/ion, the Federal Higliway Adiiiinis/ra:ion, Federal Transi: Adniinislralion, Federn1 Avialion Adniinis:ra:lon. and/or :lie Federal Motor Carrier Sq/e/y AdniCiis:ra:ion to be pertinent to asccrtiin compliance with such Regulations, ordm and instructions. \4'l1~re any information requircd of il Conhctor is in tbc cxclusivc possession of moUier who fait or reruses to furnish this information the Conbactor shnll so certify to the Floridn Depnr/nien: ojr,'anspw:a:iai. tlre Federal Hig/iii*ay Adniinistra/ion. Federal '7Pansi: Adrninis:raiioii, Federal AiFiarion Rdnrinis/ra:bi. aiidor :/re Fcderul Moior Currier S&ty Adniinis:ra:ion as appmprintc, and shall set fortli wlrnt efforts it has made to obtain Uie information DRUG FREE WORKPLACE All Bidden shall submit the enclosed, (5.) Sanctions for Noncomplinncc: In Ihc event of Uic Contractor's duly signed and notarized form entitled 'TJrug Free \Vorkplncc noncompliance wid1 Uic nondkcrimimtion provisions of this Cerlificntc". 'Ilic Drug Free Workplnce Vendor shnll have the burden of conmcI, the Florfda Depermieii: oJ Trmisprialioir shall impose demonstrating that his progam complies witli Section 287.087 of Urc such contract sanctions as it or the Federal Highilq' ddniinislralim, Florida Statutes, and any other applicable state law. Federal E-aiisir Adniinis/ratton. Fdeml Avia:ion Adniinisrra:iwi, and/or the F'cteral Moior Carrier Safery Adniinis:ra:loii may determine to be appropriate, including, but not limited to: including procurancnls ofmntcnals and leases ofequipmcnt, unless exempt by the Regulations, or directives issued punuant Urercto. The Contnctorshnll take such action with rcspcct to any subconmet or procurement as die Florida Depmrinen: of Transpor/a:ioii. tlie Federal Higliqv Adniinislratiwi, Federal Transit Adniinis:ra:ion, Federal Ai~idon Adniinistration, and/or !lie Federal Motor Carrier S&JJ Adnrhristra/iwr may direct as a means of enforcing such provisions including sanctions for mncompliance In the event a Contnctor becomes involved in, or is thnatened with, li1isalion witli n sub-eonmctor or supplier as a result of such direction, dic Conmctor may request clie Florida Departnien/ o/Tronsppor/n:ion to enter into sud, litigalion to protect die inwests of Ihc Flaridu Depar/nien: uf Transpor:a:ion, and, in addition, the Contnctor niay rcqucst the United Stales to enter into such litigation to protect the interests of the United Statcs. ACKNOWLEDGED: (Signature nnd Dale) -+- a. b. withholding of paynrcnls to thc Contractor unda the conmct until the Conbilctor complies, nntVor cancellation, termination or suspension of the conmct, in wholc or in pa. Tltis docuiimirt iitust be signed arid returned with your Srrbiiiittal. (6.) Incorporation of Provisions: nic Conbilctor shall include thc provisions orpamgniphs (I) Uirouglr (6) in every subconbact, 10P-075 Dispalch Furniture for Comm Center Page 19 of 21 DISCLOSURE OF SUBCONTRACTORS, SUBCONSULTANTS, AND SUPPLIERS Name of Firm Submitting Bid Ergoflex Systems, Inc. DBA Xybix Systems, Inc. (Printed or Typed) Name of Person Submitting Bid Barry R. Carson (Printed or Typed) Please list all Subcontractors, Sub-consultants, and Suppliers to be used in connection with performance of the Contract. (Use additional pages, if necessary): N & N Office Furniture Company Name: Address: 953 NE Osceola Ave , Ocala FL 34470 Company Name: Address: Company Name: Address: Company Name: Address: Company Name: Address: This document must be completed and returned with your Submittal 1OP-075 Dispatch Furniture for Comm Center Page 20 of 21 DRUG FREE WORKPLACE CERTIFICATE I, the undersigned, in accordance with Florida Statute 287.087, hereby certify that, (prillt or type name of firm) Ergoflex Systems, Inc. DBA Xybix Systems, Inc. Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against violations of such prohibition. Informs employees about the dangers of drug abuse in the workplace, the firm’s policy of maintaining a drug fke working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employecs for drug use violations. Gives each employee engaged in providing commodities or contractual services that are under bid or proposal, a copy of the statement specified above. Notifies the employees that as a condition of working on the commodities or contractual services that are under bid or proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, please or guilty or nolo contendere to, any violation of Chapter 893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in tlie workplace, no later than five (5) days after such conviction, and requires einployees to sign copies of such written statement to acknowledge their receipt. Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if sucli is available in the employee’s community, by any employee who is so convicted. Makes a good faith effort to continue to maintain a drug free workplace through the implementation ofthe Drug Free Workplace program. “As B pcrson authorized to sign this statement, I certify that the abovc namcd business, firm or corporation complies fully with the requirements set forth herein”. Authorized Sipatwe 1- 23- -/w Date Signed State of &\do County of: &c~ab~ B Sworn to and subscribed before me this aq+&h day of&-& ,20\G Personally known / or Produced Identification (Specify Type of Identification) Signature of Notary My Commission Expires: \ \ - a3- ch \ This document must be completed and returned with your Submittal Irmbili@ br refiisaf io sign tlils rlo~rmerit wilf deer yrw offer norr-responsive per Coring Ordinarice 03-21, 10P-075 Dispatch Furniture for Comm Center Page 21 of 21 Phone: 303-683-5656 Fax: 303-683-5454 Invoice: 14318 Xybix Systems, Inc. a 8207 SouthPark Circle Littleton CO 801 20 Page: 1 of7 Date: 6/30/2010 Sold To: Ship To: Karl Oltz Marion County Sheriff 696 NW 30 Ave Ocala FL 34471 Marion County Board of County Commissioner:; 601 S.E 25thAve Ocala FL 34471 PO Number: Signed Contract Terms:90% Net 30; 10% Net F.0.B: FOB-LIT Sales Rep: Jennifer Guerin Ordered:5/20/2010 Ship Via: TRUCK Packing Slip: See Below Ship Date: See Below -I_---- _I -- -_---~--- I 1 e - 1 1 .oo Line Ref. 1 Packina SliD 3323 2 17.00 Line Ref. 2 Packina SliD Qfy. Ordered: 26.00 3323 Line Ref. 3 3 24.00 Packina SliD 3323 Line Ref. 4 4 2.00 12241. 40,740.00000 EA 40,740.00 Panel System Priced by the Lot: Upper Tiles Fabric Color: Repetition Blue Grass G2 Lower Tiles Fabric Color: Repetition Blue Grass G2 Panel Trim Color: Black Job N0.:0013094-1-1 - Line ShiD Date 1 6/25/2010 12727 A 2,805.00000 EA 47,685.00 ErgoPower X5+ Table Base Corner Job N0.:0013094-5-1 - Line ShiD Date 2 6/25/2010 13096. 297.00000 EA 7,128.00 Cable Management - Corner 90O-Dual Surface-84L x 84R - Line Ship Date 3 6/25/2010 Job N0.:0013094-10-1 13096. 297.00000 EA 594.00 Cable Management - Corner 135O-Dual Surface84L x 84R Job N0.:0013094-11-1 Packina SliD 3323 - Line Shb Date 4 6/25/2010 5 27.00 Line Ref. 5 Packina SliD 3323 12904 A 187.00000 EA 5,049.00 DataDock - Keyboard Surface Cable Organizer Cables Sold Separately Job N0.:0013094-13-1 ShiD Date 5 6/25/2010 ARForm:OOl:OO Phone: 303-683-5656 Xybix Systems, Inc. Fax: 303-683-5454 14318 8207 SouthPark Circle Littleton CO 80120 Page: 20f7 Date: 6/30/2010 6 7 8 9 10 11 12 13 14 216.00 1 1677 Line Ref. 6 Packina SliD Line Ship Date 3323 6 6/25/2010 Ext Cable USB Panel Mount 15' 162.00 1 1778 Line Ref. 7 Packina SliD Line ShiD Date 3323 7 6/25/2010 EA. Cable 15' VGA High Quality M/F 54.00 1 1792. Line Ref. 8 Power Bar - 10 Outlet 16.00000 EA 3,456.00 54.00000 EA 8,748.00 64.00000 EA 3,456.00 Job N0.:0013094-16-1 Packina SliD Line ShiD Date 3323 8 6/25/2010 27.00 1 1526 Line Ref. 9 Grounding Kit R-56 B Packina SliD Line ShiD Date 3323 9 6/25/2010 2.00 12033. Line Ref. 10 Return Worksurface - 18Wx48D Packina SliD Line ShiD Date 3323 10 6/25/2010 3.00 12033. Line Ref. 1 1 Return Worksurface - 18Wx39D Packina SliD Line ShiD Date 3323 11 6/25/2010 11 .oo 12033. Line Ref. 12 Return Worksurface - 36Wx43.75D Packina SliD Line Ship Date 3323 12 6/25/2010 2.00 12033. Line Ref. 13 Return Worksurface - 42Wx43.75D Packina SliD Line ShiD Date 3323 13 6/25/2010 2.00 12033. Line Ref. 14 Return Worksurface - 45.75Wx43.75D 350.00000 EA 9,450.00 Job N0.:0013094-17-1 195.00000 EA 390.00 Job N0.:0013094-24-1 195.00000 EA 585.00 Job N0.:0013094-25-1 195.00000 EA 2,145.00 Job N0.:0013094-26-1 195.00000 EA 390.00 Job N0.:0013094-27-1 195.00000 EA 390.00 Job N0.:0013094-28-1 Packina SliD Line ShiD Date 3323 14 6/25/2010 ARForm:OOl :00 Xybix Systems, Inc. 8207 SouthPark Circle Littleton CO 80120 15 16 17 18 19 20 Phone: 303-683-5656 Fax: 303-683-5454 Invoice: 14318 2.00 12033. Line Ref. 15 Return Worksurface - 48Wx43.75D Packina Slb Line Ship Date 3323 15 6/25/2010 2.00 12034. Line Ref. 16 Return Worksurface - 54Wx43.75D Packina SliD Line Ship Date 3323 16 6/25/2010 6.00 12035. Line Ref. 17 Return Worksurface - 91Wx40D Packina SliD Line Ship Date 3323 17 6/25/2010 1 .oo 12033. Line Ref. 18 Return Worksurface - 96Wx24D Packina SliD Line Ship Date 3323 18 6/25/2010 1 .oo 12035. Line Ref. 19 Return Worksurface - 96Wx39.5D Packina SliD Line Ship Date 3323 19 6/25/2010 6.00 13629. Line Ref. 20 CPU Cabinet - Tech Tower Single Left Access 18W Packina Slip j& Ship Date 3323 20 6/25/2010 5.00 13629. Line Ref. 21 CPU Cabinet - Tech Tower Single Right Access 18W 2 Packina SliD Line Ship Date 3323 21 6/25/2010 22 Page: 30f7 Date: 6/30/2010 195.00000 EA 390.00 Job N0.:0013094-29-1 245.00000 EA 490.00 Job N0.:0013094-30-1 353.00000 EA 2,118.00 Job N0.:0013094-31-1 195.00000 EA 195.00 Job N0.:0013094-32-1 353.00000 EA 353.00 Job N0.:0013094-33-1 796.00000 EA 4,776.00 Job N0.:0013094-34-1 796.00000 EA 3,980.00 Job N0.:0013094-35-1 2.00 13637. 1,255.00000 EA 2,510.00 Line Ref. 22 CPU Cabinet - Tech Tower Back To Back 18W Qty. Ordered: 3.00 Packina SliD Line Ship Date 3323 22 6/25/2010 23 6.00 13623. Line Ref. 23 CPU Cabinet - CPU 36Wx33D Job N0.:0013094-36-1 821 .OOOOO EA 4,926.00 Job N0.:0013094-37-1 Packina Slir, Line Ship Date 3323 23 6/25/2010 ARFon:001 :OO Phone: 303-683-5656 Xybix Systems, Inc. Fax: 303-683-5454 14318 8207 SouthPark Circle Littleton CO 80120 24 25 26 27 28 29 30 31 Page: 40f7 Date: 6/30/2010 1 .oo 1361 9. 507.00000 EA 507.00 Line Ref. 24 Packina SliD !& ShiD Date 3323 24 6/25/2010 CPU Cabinet - CPU 24Wx33D Job N0.:0013094-38-1 3.00 13625. 856.00000 EA 2,568.00 Line Ref. 25 Packina SliD !& ShiD Date 3323 25 6/25/2010 CPU Cabinet - CPU 42Wx33D Job N0.:0013094-39-1 30.00 11 867. 425.00000 EA 12,750.00 Line Ref. 26 Drawer Pedestal - Fixed - Single - 16W - 12-1 2 Drawers 22D - Job N0.:0013094-41-1 Packina SliD Line ShiD Date 3323 26 6/25/2010 1 .oo 14329 A Line Ref. 27 Filler Panel Melamine - from Ped to panel frame Packina SliD ShiD Date 3323 27 6/25/2010 Cup Holder - Blk 27.00 10176 A Line Ref. 28 Packina SliD !& ShiD Date 3323 28 6/25/2010 27.00 11182 A Line Ref. 29 I-Fit Software Kit ErgoPower X5 Packina SliD Ship Date 3323 29 6/25/2010 27.00 12356 Line Ref. 30 Installers Kit A Packina SliD !& ShiD Date 3323 30 6/25/2010 1 .oo Other A Line Ref. 31 Other Charges & Services Packina Slir, ShiD Date 3323 31 6/25/2010 60.00000 EA 60.00 Job N0.:0013094-45-1 45.00000 EA 1,215.00 Job N0.:001309446-1 325.00000 EA 8,775.00 Job N0.:0013094-47-1 0.00000 EA 0.00 Job N0.:0013094-48-1 0.00000 EA 0.00 I Line (31) Miscellaneous Charges Descrbtion Amount 10.) Freight - Non-Taxable 6,900.00 20.) Installation - Non-Taxable 31 $85.00 ARForm:001 :00 Xybix Systems, Inc. 8207 SouthPark Circle Littleton CO 801 20 32 33 34 35 36 37 38 1 .oo 13160. Line Ref. 32 Monitor Mount - Quickstack - @ Straight table only Packina SliD Line ShiD Date 3323 32 6/25/2010 27.00 13611 Line Ref. 33 Datadock RJ-11 Cat3 Coupler Packina SliD Line ShiD Date 3323 33 6/25/2010 1 .oo 1 1099 A End Support Panel - Single Line Ref. 34 Packina SliD ShiD Date 3323 34 6/25/2010 24.00 13596. Line Ref. 35 *Adj. Table Worksurface - Dual Surface - Corner 90" - 84L x 84R Packina Slir, Line ShiD Date 3343 1 6/30/2010 2.00 13596. Line Ref. 36 Adj. Table Worksurface - Dual Surface - Corner 135" - 84L x 84R Packina SliD Line ShiD Date 3343 2 6/30/2010 1 .oo 13607. Phone: 303-683-5656 Fax: 303-683-5454 Invoice: 1431 8 Page: 5of7 Date: 6/30/2010 202.00000 EA 202.00 Job N0.:0013094-50-1 18.00000 EA 486.00 100.00000 EA 100.00 Job N0.:0013094-57-1 696.00000 EA 16,704.00 Job N0.:0013094-2-1 696.00000 EA 1,392.00 Job N0.:0013094-3-1 380.00000 EA 380.00 Line Ref. 37 Adj. Table Worksurface - Dual Surface - Straight - 96W x 48D Job N0.:0013094-4-1 Packina SliD Line ShiD Date 3343 3 6/30/2010 9.00 12727 A 2,805.00000 EA 25,245.00 Line Ref. 38 ErgoPower X5+ Table Base Corner - Qfy. Ordered: 26.00 Packina Slir, Line ShiD Date 3343 4 6/30/2010 39 1 .oo 13861 A ErgoPower X5+ Table Base Straight Line Ref, 39 Job N0.:0013094-5-1 2,805.00000 EA 2,805.00 Job N0.:0013094-6-1 Packina SliD ShiD Date 3343 5 6/30/2010 ARForm:OOl:OO Phone: 303-683-5656 Xybix Systems, Inc. Fax: 303-683-5454 1431 8 8207 SouthPark Circle Littleton CO 80120 40 41 42 43 44 45 46 Page: 6of7 Date: 6/30/2010 24.00 12757. 1,391 .OOOOO EA 33,384.00 Line Ref. 40 Packina Sliu Line ShiD Date 3343 6 6/30/2010 Monitor Mount - Rollervision - - 1 HI - Job N0.:0013094-7-1 2.00 12757. 1,391 .OOOOO EA 2,782.00 Line Ref. 41 Packina Sliu Line ShiD Date 3343 7 6130/2010 Monitor Mount - Rollervision - - 1 HI - Job N0.:0013094-8-1 1 .oo 12758. 1,284.00000 EA 1,284.00 Line Ref. 42 Packina SliD Line ShiD Date 3343 8 6/3012010 Monitor Mount - Rollervision - - 1 HI - Job N0.:0013094-9-1 1 .oo 13096. 297.00000 EA 297.00 Line Ref. 43 Packina SliD Line ShiD Date 3343 9 6/30/2010 Cable Management - Straight-Dual Surface-96W x 48D Job N0.:0013094-12-1 26.00 12778. 80.00000 EA 2,080.00 Line Ref. 44 Packina Sliu Line ShiD Date 3343 10 6/30/2010 Shelf 2 Wide UWS - Curve Job N0.:0013094-22-1 27.00 14462. 1,365.00000 EA 36,855.00 Line Ref. 45 Personal Climate Control - Myclimate With Forced Air Heater IOOOW Job N0.:0013094-23-1 Packina SliD Line Shb Date 3343 11 6/30/2010 1 .oo 13637. 1,255.00000 EA 1,255.00 Line Ref. 46 CPU Cabinet - Tech Tower Back To Back 18W Ofy. Ordered: 3.00 Job N0.:0013094-36-1 Packina Sliu Line ShiD Date 3343 12 6/30/2010 47 1 .oo 13633. 896.00000 EA 896.00 Line Ref. 47 Packina Sliu Line Ship Date 3343 13 6/30/2010 CPU Cabinet - Tech Tower Side By Side 60W Job N0.:0013094-40-1 ARFom:001:00 Phone: 303-683-5656 Xybix Systems, Inc. Fax: 303-683-5454 Invoice: 14318 8207 SouthPark Circle Littleton CO 80120 x y b i 48 49 50 51 Paae: 7Of7 5/3012010 6.00 11 069. 1,177.00000 EA 7,062.00 Line Ref. 48 Packina Sliu Line ShiD Date 3343 14 6/30/2010 Rotating Resource Guide - Under Worksurface 40 in Job N0.:0013094-42-1 1 .oo 1 1844. 1,177.00000 EA 1,177.00 Line Ref. 49 Packina Sliu Line ShiD Date 3343 15 6/30/2010 Rotating Resource Guide - Under Worksurface 36 in Job N0.:0013094-43-1 12.00 13678. 535.00000 EA 6,420.00 Line Ref. 50 Storage Cabinet - UnderWS Wmoekick - 48W, 28H, 17D Job N0.:0013094-44-1 Packina Sliu Line ShiD Date 3343 16 6/30/2010 1 .oo 12778. ' 80.00000 EA 80.00 Line Ref. 51 Packina Sliu Line ShiD Date 3343 17 6/30/2010 Shelf 2 Wde UWS - Straight Job N0.:0013094-56-1 [ Total: 355,290.00 $ 1 1 7/30/2010 355,290.00 Total 355,290.00 1 ARForm:OOl:OO AGREEMENT BETWEEN OWNER AND SUPPLIER This Agreement, made and entered into April 6,201 0, by and between Marion County, a political subdivision of the State of Florida, (hereinafter referred to as the “COUNTY”) and Xybix Systems, Inc, located at 8207 Southpark Cir, Littleton, CO 80 120, possessing FEN# 84-1 1741 33 (hereinafter referred to as the “SUPPLIER”) under seal for the Dispatch Console Furniture for 9- 1 - 1 Communication Center Use, (hereinafter referred to as the “PROJECT”), and the COUNTY and the SUPPLIER hereby agreeing as follows: WITNESSETH: In consideration of the mutual covenants and promises contained herein, the COUNTY and SUPPLIER (the “PARTIES”) hereto agree as follows: Section 1 - Term. This Agreement shall commence upon Notice of Award, and installation at the site shall commence within two (2) weeks of Notice to Proceed. Anticipated date of NTP is between June 16-June 30, and contingent upon release of project to the County. Substantial completion of installation shall be within four (4) weeks. The timeframe may be adjusted with written authorization from the Procurement Services or Public Safety Communications Director. Section 2 - Scope of Services. As per specifications and requirements of project #1 OP-075, the SUPPLIER shall furnish and install 27 Communication Center Dispatch Consoles as proposed at the Marion County Sheriffs Office. Section 3 - Compensation. The COUNTY shall make payment to the SUPPLiER in the amount of $373,798.00 upon completion of the services described in Section 2 of this agreement. Section 4 - Laws, Permits, and Regulations. Prior to the performance of any work hereunder, the SUPPLIER shall obtain and pay for all licenses and permits, as required to perform the services described in Section 2 of this Agreement. SUPPLIER shall at all times comply with all appropriate laws, regulations, and ordinances applicable to the services provided under this Agreement. Section 5 -Assignment. The SUPPLIER may not subcontract all or any part of this Agreement to without written approval by the COUNTY. Section 6 - Notices. Except as otherwise provided herein, all notices and other communications provided for hereunder shall be in writing and sent by certified mail return receipt requested, or by hand deliver, and shall be deemed effective if mailed, when deposited in a United States Postal Service mailbox with postage prepaid or if hand delivered, when personally handed to the Party to whom the notice or other communication is addressed, with signed proof of delivery. The COUNTY’S and the SUPPLIER’S representatives for notice purposes are: SUPPLIER: Xybix Systems, Inc 8207 Southpark Cir, Littleton, CO 801 20 CONTACT PERSON: Kenneth R Carson (303) 683-5656 email: kencO.xvbix.com COUNTY: Marion County Public Safety Communications Department 2630 SE 3rd St, Ocala, FL 34471 A copy of all notices to the COUNTY hereunder shall also be sent to: County Administrator 601 SE 25’ Ave, Ocala, FL 34471 Procurement Director Marion County Procurement Services Department 251 1 SE 3rd St, Ocala, FL 34471 Section 7 - Amendments. This Agreement may only be amended by mutual written agreement of both Parties. Section 8 - Books and Records. The SUPPLIER shall keep records of all transactions. The COUNTY shall have a right to review such records at the SUPPLIER’S office during normal business hours. Section 9 - Indemnification. The SUPPLIER shall indemnifj and hold harmless the COUNTY, its officers, employees and agents from all suits, claims, or actions of every name and description brought against the COUNTY based on personal injury, bodily injury (including death) or property damages received or claimed to be received or sustained by any person or persons arising from or in connection with any negligent act or omission of the SUPPLIER or its employees, officers, or agents in performing the services set forth herein, Section 10 - Insurance. Proof of a minimum of the following in additional to any project specific insurance: Business Auto Liabilitv shall be provided by the SUPPLIER with combined single limits of not less than $200,000 per occurrence and is to include bodily injury and property damage liability arising out of operation, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use. Worker’s ComDensation shall be purchased and maintained by the SUPPLIER for statutory requirement and employers liability limits of at least $100,000 each accident and $100,000 each employee $500,000 policy limit for disease. General Liability with combined single limits of not less than $200,000 per occurrence shall be provided and maintained by the SUPPLIER. Section 11 - Independent SUPPLIER. In the performance of this Agreement, the SUPPLIER will be acting in the capacity of an “independent SUPPLIER” and not as an agent, employee, partner, joint venturer, or associate of the COUNTY. The SUPPLIER shall be solely responsible for the means, methods, techniques, sequences, and procedures utilized by the SUPPLIER in the full performance of this Agreement. Section 12 - DefaultrTermination. In the event the SUPPLIER fails to comply with any of the provisions of this Agreement, the COUNTY may terminate this Agreement for cause by first notifying the SUPPLIER in writing, specifying the nature of the default and providing the SUPPLIER with a reasonable period of time in which to rectify such default. In the event the default is not cured within the time period given, the COUNTY thereafter may terminate this Agreement upon written notice to the SUPPLIER without prejudice to the COUNTY in ternis of any right or for cause; the COUNTY will be responsible for compensation to the SUPPLIER only for the tennination date. The COUNTY may terminate this Agreement without cause providing at least thirty (30) days written notice to the SUPPLIER. In the event of termination of this Agreement without cause, the COUNTY will compensate the SUPPLIER for all services timely and satisfactorily perfoinied pursuant to this Agreement up to the date of termination. Notwithstanding any other provision of this Contract, this Contract may be terminated if for any reason there are not sufficient appropriated and available monies for the purpose of inaintaining County or other public entity obligations under this Contract. County shall have no further obligation to SUPPLIER, other than to pay for services rendered prior to termination. Section 13 -Timely Performance. All work will commence upon authorization from the County's representative. All work will proceed in a timely maimer without delays. Section 14 -Damage to Property. The SUPPLIER shall be responsible for all material, equipment and supplies sold and delivered to the Owner under this Contract and until final inspection of the work and acceptance thereof by the Owner. In the event any such material, equipment and supplies are lost, stolen, damaged or destroyed prior to final inspection and acceptance, the SUPPLIER shall replace the same without additional cost to the Owner. Section 15 -Direct Owner Purchases. SUPPLIER shall be responsible for satisfying all of its other obligations with respect to the Direct Purchase Materials pursuant to this agreement, as if the Direct Purchase Materials had been purchased by the SUPPLIER. IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized officers on the day, month and year set forth above. BOARD OF COUNTY COMMISSIONERS ATTEST: DAVID R. ELL*ERMANN, BARBARA FITOS CLERK OF THE COURT CHAIR APPROVED AS TO FORM AND LEGAL SUFFICIENCY MARION cOIb$h'Y ATTORNEY f' ATTEST XYBIX SYSTEMS, INC -..-, OFFICER OF COW. NOTARY CERTIFICATE - to be completed by SUPPLIER State of: County ofi Q rfi CS&W Befoce me this day ersonally appearedm R ~ ~CL CShn and\-* I 0.6 (S6 h as ~((-4 PC&JLA and %PY.& * & respecti ly of Xybix Systems, Inc to me well known to be the persons described in or Produced Identification (name type of ID) Bidets L!cec\s-e and who executed the foregoing instrument, and who acknowledged that they did so as officers af said corporation all by and with the authority of the Board of Directors of said corporation. Witness my hand and seal this q&k, day of h- \I > My Commission ex@res \\-a5 - 3b\X ,20*. Signature of Nota c7 \ \ Notary Stamp: I ... ' . .l i: EXHIBIT “B” 4 w .* Quote Number: 1 ., I I ., Xyblx Systems, Inc. 8207 Southpark Circle Littleton, CO 80120 Quote Date: 12(1612010 Revision: A Phone:303-683-5656 Orig Create Date: 12/16/2010 Quote Expires: 3/16/2011 LindsayH Fa~303-683-5454 Terns: 90% Net 30; 10% Net 7 Punch Page: 1 of3 I Quote To; I I Shin To: Palm Beach Gardens I Acct: PALBEAPAFL Judy Brandt Palm Beach Gardens 10500 N Military Trail Palm Beach Gardens FL 33410-4697 Phone: (561) 799-4488 10500 N Military Trail Palm Beach Gardens FL 3341 0-4697 Sales Person: JENNIFER GUERIN Rep Phone: 404-91 0-9669 Email: jeng@ybix.com 12.16.10 Drewing Rev4 ImNkls PLEASE NOTE: OPTIONAL ITEMS ARE NOTlNCLUDED IN THE TOTAL PRICE. PLEASE CONTACTXYBIX TO HAVE ANY OPTIONAL ITEMS INCLUDED IN THEFINAL PRICE. FREIGHT & INSTALLATION CHARGES WILL BE ADJUSTED ACCORDINGLY. Line Part Number Description Quantity UIM Unit Price Net Price 1 .OO 12241. Panel System Priced by the Lot: 1.00 EA $14,793.00 $1 4,793.00 Upper Tiles Fabric Color: TBD Grade 2 G2 Lower Tiles Fabric Color: TBD Grade 2 G2 Panel Trim Color: Black - -- - _______ ~-__ -___ ______ ~- 2.00 13595. Ad]. Table Worksurface - Dual Surface - Comer - 10.00 EA $482.00 $4,820.00 66L x 66R IO RV 2.01 13606. Adj. Table Worksurface - Dual Surface - Straight - 5.00 EA $320.00 $1,600.00 60W x 44D 10 RV 2.02 13096. Cable Management - Comer-Dual Surface66L x 38 10.00 EA $297.00 $2,970.00 66R 10 RV --L_ __-____-___ 2.03 13096. Cable Management - Straight-Dual Surface-GOWx 39 5.00 EA $297.00 $1,485.00 44D 10 RV . __l___-l___...... i_l__-____l--- -- 3.00 11 064LRG ErgoPower X4+ Table Base - Large 15.00 EA $2,370.00 $35,550.00 4.00 12757. Monitor Mount - Rollervision - - 1 HI - 10.00 EA $1,070.00 $10,700.00 ----__ - -___ ______- I__ lll_ -I-- ----- Corner - Dual Surface - 66L x 66R 10 RV - <35# Monitor Qty = 3 -- I -_ __" _--_- " __- ------__-- ---- - -_-_ - -1-- 4.01 12758. Monitor Mount - Rollervision - - 1 HI - 5.00 EA $963.00 $4,815.00 Straight - Dual Surface - 60W x 44D 10 RV - <35# Monitor Qty = 2 4.02 13160. Monitor Mount - Quickstack - - - 30.00 EA $202.00 $6,060.00 --- -_----I __I___ ~-.___ _-_l___l--___--_- ~ ----- 5.01 12787 Ext. Cable USE NA 5M (16'4") a 60.00 EA $16.00 $960.00 QuotForm:OOl :00 Xybii Systems, Inc. 8207 SouthPark Circle Littleton, CO 80120 Phone:303-683-5656 LindsayH Fa~303-683-5454 Quote Quote Number: 101 10 Quote Date: 12/16/2010 Revision: A Orig Create Date: 12/16/2010 Expires: 3/16/2011 Terms: 90% Net 30; 10% Net 7 Punch Page: 2of3 __--_I ____ --.__--_. ~- __ .._.____._I ". __ _______- __I -__I_ -I_--_-- _I-I__ 5.03 11778 Ext. Cable 15' VGA High Quality M/F j1 70.00 EA $54.00 $3,780.00 6.00 11792. Power Bar - 10 Outlet l2 37.00 EA $64.00 $2,368.00 7.00 13171 Task Light - Trillium LED Kit l3 15.00 EA $342.00 $5,130.00 9.00 14462. Personal Climate Control - Myclimate With Forced l7 10.00 EA $I ,365.00 $I 3,650.00 -11___-_1-"- --____I_ __-___I_I- _l____-___lI----- ______I___. - _I____ l__l --__- --___ --- __--__- Air Heater 1000 W 10.00 12033. Return Worksurface - 18Wx36D j9 4.00 EA $1 95.00 $780.00 10.01 12033. Return Worksurface - 42Wx36D 2O 2.00 EA $1 95.00 $390.00 . - . -_____--*____I -----------.-_--- -__- _-__I 10.02 12033. Return Worksurface - 27.25Wx44D 21 5.00 EA $195.00 $975.00 10.03 12031. Return Worksurface - 54Wx24D 22 2.00 EA $195.00 $390.00 __ -_________ ~ - -__ -- __ 10.04 12033. Return Worksurface - 72Wx24D 23 1.00 EA $195.00 $1 95.00 10.05 12034. Return Worksurface - 54Wx36D 44 1.00 EA $245.00 $245.00 - - ____ ---I- I -__I. .-- -- - - -_ I ________ I __-__ -~_ . _____-___.-- ~- 1 I .OO 13629. CPU Cabinet - Tech Tower Single Left Access 18W 24 1 .OO EA $796.00 $796.00 11.01 13637. CPU Cabinet - Tech Tower Back To Back 18W 25 4.00 EA $1,255.00 $5,020.00 11.02 13629. CPU Cabinet - Tech Tower Single Right Access 26 1 .OO EA $796.00 $796.00 -1_- __ - --_ - - I----- __ -- - - -- -- -- --- 18W -_-- ________________-- __I --.-- -- 11.03 13636. CPU Cabinet - CPU 18Wx33D 27 1.00 EA $482.00 $482.00 11.04 13620. CPU Cabinet - CPU 27.25Wx33D 28 5.00 EA $520.00 $2,600.00 11.05 12777. Shelf 1 Wide UWS 40 3.00 EA $54.00 $162.6 12.00 1 1352. Drawer Pedestal - Fixed - Single- 16W - 6-6-12 29 4.00 EA $425.00 $I ,700.00 ___- 1_1- .- , -- -- ---_ - - --__ _--l_l_-~-- __I___ __- _____-I_ - _-- Drawers 22D - - - . -__. - - _.___ .. - - - --_____- - 12.01 13646. Drawer Pedestal - Fixed- Dual Bookcase - 42W- 41 2.00 EA $1,050.00 $2,100.00 66-12 Drawers 22D - - I_____- -- _I--- 1_1_- 12.02 12427. Drawer Pedestal - Fixed - Dual Bookcase - 36W 42 1 .OO EA $1,000.00 $I ,000.00 6-6-12 Drawers 22D - I_- - .- - ---.- -_ I__ _____c_---- ~-I_-- 12.03 12026. Lateral File - 36W - 3 Drawer 43 5.00 EA $792.00 $3,960.00 QuotForm:001:00 Xybix Systems, Inc. 8207 SouthPark Circle Littleton, CO 80120 Phone:303-683-5656 Fax:303-683-5454 LindsayH Quote Number: 101 IO Quote Date: 12/16/2010 A Orig Create Date: 12/16/2010 Quote Expires: 3/16/2011 Revision: Terms: 90% Net 30; 10% Net 7 Punch Page: 3of3 __ _" - __ __ __ _I_I_ ~ - ---- --------I______ 18.00 14329 Filler Panel Melamine -from Ped to panel kame 33 4.00 EA $60.00 $240.00 - _. -_ -- _I___ __ . . __ I___----- -- --- 19.00 10176 Cup Holder - Blk 34 10.00 EA $45 .OO $450.00 . _- -- --- . - - .__ __ - __ _" - - 20.00 11182 I-Fit Software Kit ErgoPower X4 35 0.00 EA $325.00 $0.00 OPTIONAL I I -- ._ I ______c__-Ix - -- -- I_ - _--- - - _- - ___^____ __ __ 90.00 12356 Installers Kit 36 15.00 EA $0.00 $0.00 I ___-_ ____- - - - _._ - -. -__ - - - __ --____- 99.00 OTHER Other Charges & Services 37 1.00 EA $0.00 $0.00 Line1371 - Miscellaneous Charae - Freight - FullTruck NonTaxable $4,400.00 Installation - Non-Taxable $14,900.00 __ - ~ _I_I_ _l_l___" - - - - - - - - "--..-- - Lines Total: $1 30,962.00 tine Miscellaneous Charges Total: $19,300.00 Quote Total: $1 50,262.00 Note q; Totals exclude taxes. Any applicable taxes, fees, permits. etc. must be added to this quote. Note 2: Where installation is listed on quote it is based in non-union labor and on one trip for lnstallatlon only. Client is responsible for coordination of Technicians and other VendorslContracfors. Waltlng time will be charged at the rate of $75 per man hour straight time and $1 15 per man hour for OT plus subslstence expenses. Additionally, this quote is based upon a remodel in an existing space and/or new building - completely finished with a Certificate of Occupancy. Any project where the General Contractor is stili on the lob is subject to additional charges. We appreciate this opportunlty to provide this quote. Our goal Is to substantially improve warking conditions For your valuable staff. We look forward to meeting With you to review this proposal In detail. In the meantlme please don't hesitate to call us with any questions. QuotForm:OOl :00 Lr .. . i . EXHIBIT “C” CITY OF PALM BEACH GARDENS NOTIFICATION OF PUBLIC ENTITY CRIMES LAW Pursuant to Section 287.133, Florida Statutes (2010), you are hereby notified that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid on a contract to provide any goods or services to a public entity; may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit Bids on leases or real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 [F.S.] for CATEGORY Two [$25,000.00] for a period of 36 months from the date of being placed on the convicted vendor list. Acknowledged by: Firm Name Signature Name and Title (Print or Type) Date I CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Meeting Date: January 6,2011 Petition No. LDRA-10-08-000034 Ordinance 1,201 1 SubjectlAgenda Item: Ordinance 1,2011: Mixed Use Definitions and Parks and Recreation Open Space First Reading: A City-initiated request to and add and modify certain definitions within Section 78-751. Definitions., and to include specific standards for parks and recreation for new multi-family and zero lot line residential developments. [XI Recommendation to APPROVE [ ] Recommendation to DENY Revieweq by: DirrqTning & A li M. Wong, AlCP Development Compliance Bahareh Wolfs, AlCP Resource Manager Allyson Black Approved By: Originating Dept.: Planning & Zoning: Project Manager Kathbn Wilson, Planner [ ] Quasi - Judicial [XI Legislative [XI Public Hearing Advertised: [ ] Required Date: Paper: Affected parties: [ ] Notified f ]Not Required Finance: Accountant NIA Sarah Varga Funding Source: [ ]Operating [XI Other NIA Budget Acct.#: NA City Council Action: [ ]Approved [ ] App. wl conditions [ ] Denied [ ] Rec. approval [ ] Rec. app. wl conds. [ ] Rec. Denial [ ] Continued to: Attachments: 0 Ordinance 1, 201 1 Meeting Date: January 6, 201 1 Ordinance 1, 201 1 Page 2 of 8 BACKGROUND The subject petition is comprised of amendments to the Land Development Regulations. Specifically, certain definitions within Section 78-1 57 are being relocated, added, and/or modified to Section 78-1 57. MXD - Mixed use development district. Modifications to Section 78-80( 12). Required application material. regarding parks and recreation are also proposed including the creation of a new section within Chapter 78 to detail more specific requirements for parks and recreation components of a development. PARKS AND RECREATION LAND DEVELOPMENT REGULATIONS Sec. 78-80. Required application material. (a) Application materials. Material to be submitted with the application for concurrency certification are listed below. (12) Parks and recreation. Evidence the proposed project will conform to the city's level of service standards for parks and recreation facilities, utilizing the requirements listed below. - ab. Impact on parks and recreation facilities based upon a standard of 32 five (5) acres of parks per 1,000 persons. - bd. Plans for providing one or a combination of neighborhood parks, community parks, construction of recreation facilities, or dedication of land for district or other park purposes, including the following information: 1. Size and location of parcel; 2. Approximate value of parcel; 3. General parcel characteristics including topography, geology, soils, natural and historic resources, vegetative communities and habitats, wildlife, water bodies, submerged lands, aquatic habitats, easements or rights-of-way within or adjacent to the parcel, and deed restrictions or other constraints which could limit use or activities on the parcel; and $3. For payment in lieu of construction or dedication, value of property determined by an MA1 appraiser. Meeting Date: January 6, 201 1 Ordinance 1, 201 1 Page 3 of 8 Staff Response: The minimum area requirement has been removed, because this standard is no longer implemented by the City, and conflicts with the facility requirement of five (5) acres per 1,000 persons. The five (5) acres per 1,000 persons is the newly adopted standard within the City's Comprehensive Plan; therefore, this change provides for internal consistency. The dedication language for recreation areas has been removed since the City is not in a financial position to assume the maintenance responsibility for new recreation areas. Sec. 78-571. Recreation standards. (a) Dedication required. All residential developments shall dedicate park and recreation areas as required in the comprehensive plan and this subdivision. (b) General requirements. Park and recreation sites shall comply with the general requirements listed below. (1) Character. Each site shall be of suitable size, dimension, topography, and general character for the purpose intended. (2) Access. Each site shall have adequate road access, parking, utilities, and drainage available for the purpose intended. (3) Restrictions. Each site shall not be subject to restricted easements. (4) Location on plat. The area to be dedicated shall be specifically located on a plat as "reserved for park or recreation purposes." Sec. 78-572. Recreation sites. la) Purpose and intent. The Citv of Palm Beach Gardens desires to provide its current and future citizens with a broad ranqe of parks, open space, and recreational areas. In the interest of personal health, qualitv of life, and entertainment, it is imDortant that both passive and active recreation opportunities are provided within residential developments. {b) Amlicability. All sections of this division shall be effective within the incorporated area of the citv for all new multi-family residential developments and zero lot line residential homes after [include effective date of Ordinancel. (B) Character. Land reserved for dedication for recreation purposes shall be of a character and location suitable for use as a playground, play field, ball field, or for other public recreation purposes. Land reserved for dedication shall be relatively level and dry. Meeting Date: January 6, 201 1 Ordinance 1, 201 1 Page 4 of 8 (c&) Improvements. Land dedicated for park purposes shall be improved by the responsible party to standards established by the city. Required improvements may be established by the comprehensive plan, the requirements of this division, or by condition of development order a p prova I. Staff Response: A “Purpose and intent” section and “Applicability” section were added to clearly characterize the City’s overall vision for new recreation areas, and to define the types of development which will be subject to the provisions of this section. Various definitions have been removed from this section, consolidated into two (2) definitions, and relocated more appropriately in Section 78-751. The definitions were consolidated into Neighborhood Park and Community Park, which are more representative of the existing and desired park types within the City. Meeting Date: January 6, 201 1 Ordinance 1, 201 1 Page 5 of 8 le) Development reaulations. 11) At least one (1) neighborhood park shall be located within one-quarter (Xi) mile radius of each residential home within the proposed development. a. Minimum size. Each neighborhood park shall be no less than one (1) acre in size. b. Urban area parks. Those neighborhood parks proposed within dense mixed-use centers that include a mix of vertical integration shall be allowed to provide a reduced acreage of one-third (113) acre within a one quarter (Xi) mile radius of each residential home within the proposed development. Evaluation of these areas shall be done at the Site Plan review level and approved at the discretion of the Growth Management Administrator. c. Preserve areas and natural park credit. UP to 50 percent of the neighborhood park requirement can be satisfied using the provided preserve acreage. so long as internal pedestrian amenities, such as walking trails, are incorporated into the preserve area in accordance with Section 78-250. Preserve area requirements. of the LDRs. d. Lake area credit. Up to 40 percent of the neighborhood park requirement can be satisfied using lake areas that have incorporated linear pedestrian trails and other hardscape amenities that engage the views of the lake. e. Clubhouse facilities credit. Clubhouse facilities and other similar tvpe amenities which provide recreational opportunities to the surrounding residents can be counted towards the neighborhood park requirement. The clubhouse facilitv acreage shall be calculated bv the total building footprint, including covered areas with a permanent roof, pool area, and anv area around the clubhouse facilities that includes a patio and/or deck area. f. Golf course credit. UP to 35 percent of the neighborhood park requirements can be satisfied using any provided golf course acreage. /2) Maintenance, ownership, and operation of all parks provided within the proiect shall be the responsibility of the Master Properly Owners Association or other entitv as approved bv the Citv Attornev. Prior to the first plat approval of the proposed development, the Applicant shall demonstrate this requirement has been met. Staff Response: Detailed provisions were created to ensure recreation areas are provided in proximity to new residential dwelling units. In addition, a system of credits has been included to provide for flexibility and increased pedestrian amenities. Sec. 78-681(b)(5). Open Space. (b) Open space criteria. Meeting Date: January 6, 201 1 Ordinance 1,201 1 Page 6 of 8 (5) Public parks. The total area contained in public parks may be counted as complying with open space requirements, subject to the following standards: a. The park may or may not be linked with the development's open space system, .. c. Pp Staff Response: The above provisions have been removed because it is not the City's intent to assume responsibility of parks provided through the development process that meet the current requirement. Mixed Use Development District Definitions Sec. 78-157. MXD - Mixed use development district. e: "2 Staff Response: The definitions are being relocated from Section 78-157. MXD -.Mixed use development district. and placed into a more appropriate location in the code in Section 78-751. Definitions., where all the existing development regulations currently are located. Meeting Date: January 6, 201 1 Ordinance 1, 201 1 Page 7 of 8 Sec. 78-751. Definitions. Alley means an access way providing access to service areas, parking, outbuildings Lqarage) and contains utility easements. This condition is more urban in nature and does not include any streetscape requirements, including, but not limited to, sidewalks and street trees. Build to line means the location on a lot or property where a principal wall or facade is to be constructed. Community park means areas. recreational buildings, sports fields, senior citizen areas, or open spaces designed to serve a larger area of the community or groupings of neighborhoods. A community park includes all the facilities found in a neighborhood park plus more specialized facilities, including pools, softbaWbaseball fields, tennis courts, play areas, picnic areas, passive and active recreation areas, and recreation buildings. Government uses means land or improvements utilized for public purposes, including, but not limited to, a city hall, police station, fire station, branch courthouse, public office building, library, maintenance building, any accessory use, or establishment associated with employee-oriented services, etc. Live-work means a use that is desiqned to accommodate an attached or detached building with residential uses, commercial uses, or a combination of the two within individually occupied live-work units, all of which may OCCUPY any story of the building. Main street means a pedestrian-oriented retail road. Neighborhood park means an area designed to benefit residents within walking distance and may include, but not be limited to, play areas, benches, open space, landscaping, walking trails, and Picnic tables. Pedestrian-oriented ground floor uses means those establishments providing for the retail sale of goods and services to pedestrians, including. but not limited to, restaurants. appliance and electric repair, bars and lounges, bicycle sales and rental, book sales, florists, fruit and vegetable markets, gift shops, grocery stores, hardware stores, newsstands. ofice SUPPIY, sporting goods, tobacco shops, toy stores, video stores. and other similar uses. Primary street means a street which is a regional arterial. providing intercity movement of people, goods, and vehicles, such as PGA Boulevard, Alternate AIA, Military Trail, the Florida Turnpike, and 1-95. Secondary street means a street providing both intercitv and intracity movement of people, goods, and vehicles, such as Donald Ross Road, Central Boulevard, RCA Boulevard, Burns Road, Fairchild Gardens Road, and Prosperity Farms Road. Meeting Date: January 6, 201 1 Ordinance 1, 201 1 Page 8 of 8 Tertiary street means a street providing local or neighborhood serving roads. Wafer access means propertv which provides and maintains an access ramp into a bodv of water. Such access should be open for use bv the public and/or the communitv in which it is located. Such a facilitv can provide access for both motorized and non-motorized watercrafts. Staff Response: The definitions above reflect the relocation of the Mixed Use definitions, as well as the parks and recreation definitions, which have been revised and relocated into the most appropriate section of the LDRs. CONSISTENCY WITH THE CITY’S COMPREHENSIVE PLAN The proposed amendments are consistent with the overall Goals, Objectives, and Policies of the City’s Comprehensive Plan. PLANNING, ZONING, AND APPEALS BOARD (PZAB) On October 12, 201 0, the Planning, Zoning, and Appeals Board (PZAB) unanimously recommended approval of the petition to City Council. STAFF RECOMMENDATION Staff recommends APPROVAL of Ordinance 1 , 201 1 as presented on first reading. 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 ORDINANCE 1,2011 AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING CHAPTER 78. LAND DEVELOPMENT. BY REPEALING SUBSECTION 78-80(a)(I 2) AND READOPTING SAME, AS REVISED; FURTHER AMENDING DEFINITIONS. IN ITS ENTIRETY AND RESERVING SAME FOR FUTURE LEGISLATION; FURTHER AMENDING CHAPTER 78. BY CHAPTER 78. BY REPEALING SUBSECTION 78-157(b). REPEALING SECTIONS 78-571. AND 78-572. AND SUBSECTION 78-681(b)(5) AND READOPTING SAME, AS REVISED, IN ORDER FURTHER AMENDING CHAPTER 78. AT SECTION 78-751. TO CLARIFY PARK AND RECREATION REQUIREMENTS; DEFINITIONS. BY REPEALING THE DEFINITIONS OF “ALLEY” AND “GOVERNMENT USES” AND READOPTING SAME, AS REVISED, AND ADOPTING NEW DEFINITIONS OF “BUILD TO LINE”, “COMMUNITY PARK”, “LIVE-WORK”, “MAIN STREET”, “NEIGHBORHOOD PARK”, “PEDESTRIAN-ORIENTED GROUND FLOOR USES”, “PRIMARY STREET”, “SECONDARY STREET”, “TERTIARY STREET”, AND “WATER ACCESS”; PROVIDING THAT EACH AND EVERY OTHER SECTION AND SUBSECTION OF CHAPTER 78. LAND DEVELOPMENT. SHALL REMAIN IN FULL FORCE AND EFFECT AS PREVIOUSLY ADOPTED; PROVIDING A CONFLICTS CLAUSE, A SEVERABILITY CLAUSE, AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. WHEREAS, the City of Palm Beach Gardens Comprehensive Plan was amended in 2010 as part of the second round of amendment to the Comprehensive Plan; and WHEREAS, the Recreation portions of the existing Land Development Regulations have been modified and updated in response to the adopted Comprehensive Plan amendments; and WHEREAS, City staff has initiated an amendment (Petition LDRA-I 0-08-000034) to the City’s Land Development Regulations amending Chapter 78. Land Development. Section 78-80, Section 78-1 57, Section 78-571, Section 78-572, Section 78-681 (b)(5), and Section 78-751; and WHEREAS, on October 12, 2010, the Planning, Zoning, and Appeals Board conducted a public hearing and recommended approval and adoption of the proposed amendments to the City Council with a vote of 7-0; and Page 1 of 3 ~~ I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Ordinance 1, 201 1 WHEREAS, the City Council deems approval of this Ordinance to be in the best interests of the health, safety, and welfare of the residents and citizens of the City of Palm Beach Gardens and the public at large. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. Chapter 78. Land Development Regulations. of the Code of Ordinances of the City of Palm Beach Gardens, Florida is hereby amended at Section 78-80. Required application material. , Section 78-571 . Recreation standards., Section 78-572. Recreation sites., Section 78-681. Open spaces., Section 78-157. MXD - Mixed use development district., and Section 78-751. Definitions. , in accordance with Exhibit “A , attached hereto and incorporated herein. SECTION 2. All ordinances or parts of ordinances in conflict be and the same are hereby repealed. SECTION 3. Should any section or provision of this Ordinance or any portion thereof, any paragraph, sentence, or word be declared by a court of competent jurisdiction to be invalid, such decision shall not affect the validity of the remainder of this Ordinance. SECTION 4. Specific authority is hereby given to codify this Ordinance. SECTION 5. This Ordinance shall become effective immediately upon adoption. (The remainder of this page intentionally left blank) Page 2 of 3 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 Ordinance 1,201 1 PASSED this day of PASSED AND ADOPTED this day of , 2011, upon , 201 1 , upon first reading. second and final reading. CITY OF PALM BEACH GARDENS FOR BY: David Levy, Mayor Robert G. Premuroso, Vice Mayor Joseph R. Russo, Councilmember Eric Jablin, Councilmember Marcie Tinsley, Councilmember ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: R. Max Lohman, City Attorney AGAINST ABSENT G:lattorney-share\ORDI”NCES\201 l\Ordinance 1 201 1 - parks and rec code amendment.docx Page 3 of 3 EXHIBIT &‘A’’ Sec. 78-80. Required application material. (a) Application materials. Material to be submitted with the application for concurrency certification are listed below. (1)-(11> (These subsections shall remain in full force and effect as previously enacted.) (12) Parks and recreation. Evidence the proposed project will conform to the city’s level of service standards for parks and recreation facilities, utilizing the requirements listed below. BaJmpact on park and recreation facilities based upon a standard of 34 five (5) acres of parks per 1,000 persons. .. . .. c. !Q E&. Plans for providing one or a combination of neighborhood parks, community parks, construction of recreation facilities, or dedication of land for district or other park purposes, including the following information: 1. Size and location of parcel; 2. Approximate value of parcel; 3. General parcel characteristics including topography, geology, soils, natural and historic resources, vegetative communities and habitats, wildlife, water bodies, submerged lands, aquatic habitats, easements or rights-of-way within or adjacent to tie parcel, and deed restrictions or other constraints which could limit use or activities on the parcel; and 544For payment in lieu of construction or dedication, value of property determined by an MA1 appraiser. Sec. 78-157. MXD - Mixed use development district. (a) (This subsection shall remain in full force and effect as previously enacted.) A- 1 Ordinance 1, 201 1 e: "TT .. JRese rved .I (c)-(I) (These subsections shall remain in full force and effect as previously enacted.) Sec. 78-571. Recreation standards. (a) Dedication required. All residential developments shall dedicate park and recreation areas as required in the comprehensive plan and this subdivision. (b) General requirements. Park and recreation sites shall comply with the general requirements listed below. (I) Character. Each site shall be of suitable size, dimension, topography, and general character for the purpose intended. (2) Access. Each site shall have adequate road access, parking, utilities, and drainage available for the purpose intended. (3) Restrictions. Each site shall not be subject to restricted easements. (4) Location on plat. The area to be dedicated shall be specifically located on a plat as "reserved for park or recreation purposes." A-2 Ordinance 1, 201 1 Sec. 70-572. Recreation sites. (a) Pumose and intent. The Citv of Palm Beach Gardens desires to provide its current and future citizens with a broad range of parks, open space, and recreational areas. In the interest of personal health, aualitv of life, and entertainment, it is important that both passive and active recreation opportunities are provided within residential developments. /b) ArPipIicabiIity. All sections of this division shall be effective within the incorporated area of the citv for all new multi-familv residential developments and zero lot line residential homes after [include effective date of Ordinance]. (a+@ Character. Land reserved for dedication for recreation purposes shall be of a character and location suitable for use as a playground, play field, ball field, or for other public recreation purposes. Land reserved for dedication shall be relatively level and dry- +$@ Improvements. Land dedicated for park purposes shall be improved by the responsible party to standards established by the city. Required improvements may be established by the comprehensive plan, the requirements of this division, or by condition of development order approval. A-3 Ordinance 1,201 1 le) Development regulations. {I) At least one (1) neighborhood park shall be located within one-quarter (%) mile radius of each residential home within the proposed development. a. Minimum size. Each neighborhood park shall be no less than one (1) acre in size. b. Urban area parks. Those neighborhood parks proposed within dense mixed- use centers that include a mix of vertical integration shall be allowed to provide a reduced acreage of one-third (113) acre within a one quarter (%) mile radius of each residential home within the proposed development. Evaluation of these areas shall be done at the Site Plan review level and approved at the discretion of the Growth Management Administrator. c. Preseme areas and natural park credit. UP to 50 percent of the neighborhood park requirement can be satisfied using the provided preserve acreage. so long as internal pedestrian amenities, such as walking trails, are incorporated into the preserve area in accordance with Section 78-250. Preserve area requirements. of the LDRs. d. Lake area credit. UP to 40 percent of the neighborhood park requirement can be satisfied usinq lake areas that have incorporated linear pedestrian trails and other hardscape amenities that engage the views of the lake. e. Clubhouse facilities credit. Clubhouse facilities and other similar tvpe amenities which provide recreational opportunities to the surrounding residents can be A-4 Ordinance 1, 201 1 counted towards the neiqhborhood park requirement. The clubhouse facilitv acreage shall be calculated bv the total buildina footprint, including covered areas with a permanent roof, pool area, and any area around the clubhouse facilities that includes a patio and/or deck area. f. Golf course credit. UP to 35 percent of the neiahborhood park requirements can be satisfied using any provided golf course acreage. 12) Maintenance, ownership, and operation of all parks provided within the proiect shall be the responsibilitv of the Master Propertv Owners Association or other entitv as approved bv the Citv Attornev. Prior to the first plat approval of the proposed development, the Applicant shall demonstrate this requirement has been met. Sec. 78-681(b)(5). Open Space. (a) (This subsection shall remain in full force and effect as previously enacted.) (b) Open space criteria. (1)-(4) (These subsections shall remain in full force and effect as previously enacted.) (5) Public parks. The total area contained in public parks may be counted as complying with open space requirements, subject to the following standards: a. The park may or may not be linked with the development’s open space system, .. c. Pp d. !r 7 3: .. .. (6) (This subsection shall remain in full force and effect as previously enacted.) All definitions are to be placed in the list of definitions set forth at Section 78-751 in alphabetical order. However, those definitions annotated by an asterisk (*) are to be placed in alphabetical order under the existing subheading “Streets and roads.” Sec. 78-751. Definitions. .. Alley 1 Saccess A-5 Ordinance 1, 201 1 means an access way Providing access to service areas, parking, outbuildings (garage) and contains utility easements. This condition is more urban in nature and does not include any streetscape requirements, including, but not limited to, sidewalks and street trees. Build to line means the location on a lot or propertv where a principal wall or facade is to be constructed. Community park means areas, recreational buildinqs, sports fields, senior citizen areas, or open spaces designed to serve a larger area of the communitv or groupings of neighborhoods. A communitv park includes all the facilities found in a neighborhood park plus more specialized facilities. including pools, softball/baseball fields, tennis courts, play areas, picnic areas, passive and active recreation areas, and recreation buildings. Government uses means land or improvements utilized for public purposes, including, but not limited to, a city hall, police station, fire station, branch courthouse, public office building, library, maintenance building, anv accessorv use, or establishment associated with emplovee-oriented services, etc. Live-work means a use that is designed to accommodate an attached or detached building with residential uses, commercial uses, or a combination of the two within individuallv occupied live-work units, all of which may OCCUPV anv stow of the building. *Main street means a pedestrian-oriented retail road. Neiahbohood park means an area designed to benefit residents within walking distance and may include, but not be limited to, plav areas, benches, open space, landscaping, walking trails, and picnic tables. Pedestrian-oriented around floor uses means those establishments providing for the retail sale of goods and services to pedestrians, including. but not limited to, restaurants, appliance and electric repair, bars and lounges. bicvcle sales and rental, book sales, florists, fruit and veqetable markets, gift shops, grocerv stores, hardware stores, newsstands, office SUPP~V, sporting goods, tobacco shops, tov stores, video stores, and other similar uses. *Primary street means a street which is a regional arterial, providina intercitv movement of people, goods, and vehicles, such as PGA Boulevard, Alternate AIA, Militarv Trail, the Florida Turnpike, and 1-95. *Secondary street means a street providing both intercity and intracity movement of people, goods, and vehicles, such as Donald Ross Road, Central Boulevard, RCA Boulevard, Burns Road, Fairchild Gardens Road, and Prosperity Farms Road. *Tertiary street means a street providing local or neighborhood serving roads. A-6 Ordinance 1, 201 1 Wafer access means propertv which provides and maintains an access ramp into a bodv of water. Such access should be open for use bv the public and/or the community in which it is located. Such a facilitv can provide access for both motorized and non- motorized watercrafts. A-7 CITY OF PALM BEACH GARDENS CITY COUNCIL Agenda Cover Memorandum Meeting Date: January 6, 201 1 Petition MISC-10-10-000078 Resolution 2, 2011 SUBJECTlAGENDA ITEM: Resolution 2, 2011: Christ Fellowship Church North Campus Planned Unit Development (PUD) Consideration for Approval: Christ Fellowship Church is requesting approval of a Miscellaneous petition to modify two (2) conditions of approval related to traffic control and monitoring. The site is located on the north side of Northlake Boulevard, one (1) mile west of Military Trail. [XI Recommendation to APPROVE [ ] Recommendation to DENY Reviewed by: Development Compliance -4zu-- Bahareh K. Wolfs, AICP Resource Manager Allyson Black Approved By: Ronald fvl. Fdris I Originating Dept.: Planning and Zoning Project Ma.nager Kathryn Wilson Planner [ ] Quasi - Judicial [ ] Legislative [XI Public Hearing Advertised: [ ] Required [XI Not Required Affected Parties: [ ] Notified [XI Not Required Finance: Senior Accountant -+I& -FJ Tresha Thomas Fees Paid: [XI Yes Funding Source: [ ] Operating [XIOther NA Budget Acct.#: N/A City Council Action: [ ] Approved [ ] App. w/ conditions Denied Rec. approval Rec. app. wl conds. Rec. Denial Continued to: Attachments: 0 Location Map 0 Project Narrative 0 Resolution 83, 2005 0 Resolution 2, 201 1 Meeting Date: January 6, 201 1 Resolution 2, 201 1 Page 2 of 5 BACKGROUND On November 20, 1997, City Council adopted Ordinance 20, 1997 to allow Christ Fellowship North Campus to rezone twenty (20) acres of land located on the northeast corner of Northlake Boulevard and Gibson Road to a Planned Unit Development (PUD). Subsequently, on June 18, 1998, City Council approved the Plat of Christ Fellowship North Campus per Resolution 57,1998. On July 15, 1999, Ordinance 23, 1999 was passed, amending Ordinance 20, 1997, to allow minor changes to the elevations and floor plans of buildings A, B and C in the Christ Fellowship North Campus PUD. On November 17, 2005, Ordinance 18, 2005 was passed, allowing a parcel of land, approximately 20 acres, to be rezoned from Residential Low Density-3 (RL-3) to a Planned Unit Development (PUD) overlay with an underlying zoning of RL-3 and to be included in the Christ Fellowship North Campus PUD. The site is located on the north side of Northlake Boulevard approximately one (1 ) mile west of Military Trail. On November 17, 2005, Resolution 83, 2005 was passed allowing the Christ Fellowship North Campus PUD to incorporate an additional 20 acres and to allow the development of a 127,708 square foot expansion. On May 21, 2009, Resolution 32, 2009 approved the master signage program for the Christ Fellowship North Campus PUD. The subject request involves changing the language of conditions two (2) and three (3) of Resolution 83, 2005 relating to traffic control and monitoring. LAND USE & ZONING The subject site has a Planned Unit Development (PUD) zoning with an underlying zoning of Residential Low Density-3 (RL-3). The future land use designation of the site is Residential Low. (The remainder of this page left intentionally blank) Meeting Date: January 6, 201 1 Resolution 2, 201 1 Page 3 of 5 PUDIRL-3 - Residential Low RL - Residential Low Subiect Property Religious Institution PUD/RL-3 - Residential Low RL - Residential Low North Residential RL-1 - Residential Low RL - Residential Low South Residential East Palm Beach County Palm Beach County Office Public Ownership (PO) Residential Low Density (LR-1) Residential Residential (PUD) Institutional (INST/8) Residential Agricultural Residential (AI?) Residential Low Density (LR-1) RL - Residential Low West Res id entia I PUD/RL-3 - Residential Low CONCURRENCY The Applicant’s request does not affect the project’s concurrency approval. PROJECT DETAILS Buildinq Site The subject site is approximately 40 acres and contains 212,908 square feet of various uses that include: The church sanctuary; meeting rooms; administrative offices; a youth theater; and choir suites. There are 1,866 parking spaces on the site (1,088 grass and 781 paved) and the main sanctuary contains 1,750 seats. No changes to the approved site plan are being made with this request. LandscapingBu ffering The subject site consists of 39.19 percent open space. The applicant is not proposing any changes to the existing landscaping. Parking The proposal will not alter the existing site plan. Site Access The site currently has two (2) points of access from Northlake to the existing access are proposed. Boulevard. No changes Phasinq The improvements will be completed in one (1) phase. Meeting Date: January 6, 201 1 Resolution 2, 201 1 Page 4 of 5 Drainage The Applicant is not proposing changes to the existing drainage system. Conditions of Approval The Applicant is proposing to modify the language of conditions No. 2 and No. 3 of Resolution 83, 2005 relating to traffic control and monitoring. The proposed changes are justified by the installation of a traffic signal at the site’s eastern most entrance on Northlake Boulevard. At the time Resolution 83, 2005 was approved the signal improvements were not installed, and therefore the additional traffic support and circulation assistance was essential. The signal has since been installed, and has been operating effectively for over two (2) years. Condition No. 2 requires the church to utilize no less than four (4) police officers on site during all regularly scheduled Sunday services. The church is requesting to reduce the number of officers required on site for regularly scheduled Sunday services. The City’s Police Department has reviewed the proposed changes and supports the flexibility the new condition language will allow due to the use of the traffic signal. The new condition language will allow only one (1) officer on site to operate the signal, not four (4) policing the site as originally approved. However, the church will have the flexibility to hire additional police officers for specific events, if needed. Christ Fellowship also maintains an actively involved and trained volunteer traffic team for all services and special events. The traffic team will remain on site, despite the proposed condition changes, for circulation and directional purposes. The following language is proposed for Condition No. 2 in format: and underline 2. The owner or successor shall utilize police or equally-trained officials at all ingress and egress points along Northlake Boulevard for the management of traffic flow and direction before and after all events, including regularly scheduled events. The petitioner shall maintain a-twhkw of f&wo police or equally-trained officials at all times for the direction and control of traffic entering and exiting the site appropriate number of police officers required for traffic circulation management as based on the varying field conditions and police officer recommendations. As a guideline, traffic on Northlake Boulevard shall not be stopped for more than ninety (90) seconds during the traffic control period. Priority shall be giving to Hunt Club Drive with regard to traffic management and access onto Northlake Boulevard in an effort to minimize the impact on surrounding residents. (Planning & Zoning) Meeting Date: January 6, 201 1 Resolution 2, 201 1 Page 5 of 5 Condition No. 3(b) requires that Christ Fellowship move the second Sunday service to 12:OO p.m. The condition originated from concerns that two (2) back to back services may result in overlapping traffic patterns between patrons entering and exiting the site. However, the circulation improvements, increase of parking, and directional signage have contributed positively to the effective traffic operations throughout the site. The proposed condition will allow the church the flexibility to establish service times that best suit their needs. The modified language includes a requirement that the church make a formal request to the City with appropriate justification of any changes to the approved service times. The following language is proposed for Condition No. 3b in format: and underline 3. The Applicant shall comply with the following conditions and recommendations outlined in the memorandum prepared by the City’s traffic consultant, MTP Group, Inc., dated July 29, 2004, and March 15, 2005, on file with the City’s Growth Management Department: a) Prior to the issuance of the first Certificate of Occupancy for the new buildings, the Applicant shall convert the existing exclusive westbound right-turn lane to a shared throughh-ight-turn lane at the intersection of Northlake Boulevard and Military Trail. b) 4 ? ?:4.5-2 ,I m . L +c2 ?2:-- T+-- nm U” ,I, -The times for Sunday services shall be coordinated and modified as necessary to impwe maintain efficient traffic operations based on an annual traffic report to be provided to the Planning and Zoning Department for review and appro Val. STAFF RECOMMENDATION Staff recommends APPROVAL of Resolution 2, 201 1 as presented. LOCATION MAP Christ Fellowship North Campus PUD Cotleur & Hearing Landscape Architects I Land Planners I Environmental Consultants 1934 Commerce Lane . Suite 1 * Jupiter, Florida * 33458 . Ph 561.747.6336 . Fax 561.747.1377 . www.cotleurhearing.com . Lic# LC-COO0239 CHRIST FELLOWSHIP Miscellaneous Petition Statement of Use Introduction Christ Fellowship Church, the applicant, is seeking approval of a miscellaneous petition to modify conditions of approval for the Christ Fellowship PUD. The applicant is proposing to modify conditions two and three of Resolution 83, 2005. These are traffic conditions related to the number of police officials and service times. Application Request Miscellaneous Petition $1,650.00 Escrow $1,000.00 TOTAL $2,650.00 Project Team Agent Cotleur & Hearing, Inc. 1934 Commerce Lane, Suite 1 Jupiter, FL 33458 Phone: (561) 747-6336 x 128 Fax: (561) 747-1377 Email: akalfin@Cotleur-Hearing.com Contact: Donaldson HearindAlessandria KaIfin Applicant/Property Owner Christ Fellowship Church 5343 Northlake Boulevard Palm Beach Gardens, FL 33418 Phone: (561) 799-7600 Fax: (561)622-1718 Email: DaveL@cftoday.org Contact: Dave Lonsberry Background The purpose of this request is to modify two traffic conditions of approval in Resolution 83, 2005. The conditions were written in 2005, before the new Family Life Center and related site improvements were constructed. The purpose bf the conditions was to require supplemental traffic support to enhance safety and traffic circulation on and off the church campus. The improvements to the site included the installation of mast arm signalization at the easternmost entrance of the campus. Prior to signalization on-site support by off-duty Palm Beach Gardens Police Officers was essential and critical to the movement of vehicles entering and exiting on North lake Boulevard. ’5 The traffic signals and related site improvement have been operating effectively for ovet,t~o,,-~‘ years. The overall efficiency and improvement of traffic circulation has far exceed&’ >-* . >, i *,h , rl$@ p- , \> c “u,. ,<\’ ~ Christ Fellowship Miscellaneous Petition October 18,2010 CH#: 04-0417 expectations. It now only takes one officer to operate the signal where in the past three officers with flares and other traffic control devises were required. Request Condition #2: Condition two requires a minimum of four (4) police officers before, during, and after an event to direct and control traffic. This includes regularly scheduled events such as Sunday services. Christ Fellowship (CF) would like to reduce the mandatory number of officers based on the intensity of the service and or special event. For most weekend services CF anticipates using three (3) police officers; one officer for controlling the traffic light on Northlake Boulevard and two for on-campus security. During lighter, midweek services only one officer is necessary to control the signal on Northlake. It should be noted that CF’s volunteer traffic team is actively involved in all services and special events. The traffic team generally includes 8-12 trained volunteers strategically positioned throughout the parking areas. The church consulted with the police department who agreed that some flexibility to accommodate the current and future needs of the church is sensible. Based on these discussions CF would like to delete the text within condition two that states “a minimum of four (4)”. The condition will continue to require “the petitioner to maintain police or equally-trained officials at all times for the direction and control of traffic”. However with the deletion of the number of officers, both the church and the Police Department have the flexibility to service the site with the number of officers they see fit for the specific event or service. 2. The owner or successor shall utilize police or equally-trained officials at all ingress and egress points along Northlake Boulevard for the management of traffic flow and direction before and after all events, including regularly scheduled events. The petitioner shall maintain police or equally-trained officials at all times for the direction and control of traffic entering and exiting the site e. The petitioner shall adjust and provide the appropriate number of police officers required for traffic circulation management as based on the varying field conditions and police officer recommendations. As a guideline, traffic on Northlake Boulevard shall not be stopped for more than ninety (90) seconds during the traffic control period. Priority shall be given to Hunt Club Drive with regard to traffic management and access onto Northlake Boulevard in an effort to minimize the impact on surrounding residents. (Planning & Zoning) Condition #3.b: Condition 3.b requires that Christ Fellowship to move the second Sunday service to 12:OO noon. This condition was recommended by the City’s prior traffic consultant. The concern was that the two morning services were back to back and thus moving the 11:45 a.m. service to 12:OO noon would circumvent any traffic issues where congregants entering the -2- 8 Christ Fellowship Miscellaneous Petition October 18,2010 CH#: 04-0417 site would conflict with congregants leaving. The on-site traffic circulation improvements, together with the substantial increase of parking have proven to work effectively and have virtually eliminated transitional traffic conflicts. Due to the success of the traffic control plans and the coordination between the City and the church, traffic between services has not been a problem. This issue has also been prevented due to the traffic light that was installed at the entrance into the facility. CF would like the flexibility to establish service time that best facilitates the church’s ministry objectives. That being said CF recognizes that it is in the churches and the city’s mutual interest to set service to avoid traffic conflicts. The proposed revised condition will continue to require coordination with the Growth Management department for service times to ensure there is never a conflict. 3. The Applicant shall comply with the following conditions and recommendations outlined in the memoranda prepared by the City’s traffic consultant, MTP Group, Inc., dated July 29, 2004, and March 15, 2005, on file with the City’s Growth Management Department: a) Prior to the issuance of the first Certificate of Occupancy for the new buildings, the Applicant shall convert the existing exclusive westbound right-turn lane to a shored through/right-turn lane at the intersection of Northlake Boulevard and Military Trail. with the Growth Manaqement Administrator and modified as necessary to maintain efficient traffic operations. Conclusion All goals, objectives and policies of the City of Palm Beach Gardens Comprehensive Plan and Land Development Regulations and Development Order requirements have been met by this application. The proposed modifications to the conditions are consistent with the original intent of Resolution 83, 2005. The requested modifications are timely as the church is now functioning at its full capacity. This request will not adversely impact surrounding properties and will ensure consistency with the approved plan. -3- 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 RESOLUTION 83,2005 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING AN AMENDMENT TO THE CHRIST FELLOWSHIP NORTH CAMPUS PLANNED UNIT DEVELOPMENT (PUD), LOCATED ON THE NORTH SIDE OF NORTHLAKE BOULEVARD APPROXIMATELY ONE MILE WEST OF MILITARY TRAIL, AS MORE PARTICULARLY DESCRIBED HEREIN, TO INCORPORATE AN ADDITIONAL 20 ACRES AND TO EXPANSION TO THE NORTH CAMPUS; GRANTING CONDITIONAL USE APPROVAL FOR THE EXPANDED CHRIST FELLOWSHIP CAMPUS; AMENDING CERTAIN CONDITIONS OF APPROVAL FOR THE NORTH CAMPUS; PROVIDING FOR WAIVERS; PROVIDING FOR CONDITIONS OF APPROVAL; AND PROVIDING AN EFFECTIVE DATE. ALLOW THE DEVELOPMENT OF A 127,708-SQUARE-FOOT WHEREAS, on November 20, 1997, the City Council adopted Ordinance 20, 1997, thereby approving the Christ Fellowship North Campus Planned Unit Development (PUD) and the master development plan for said PUD; and WHEREAS, on July 15, 1999, the City Council adopted Ordinance 23, 1999 amending Ordinance 20, 1997 to allow for changes to the elevations and floor plans for the aforesaid PUD; and WHEREAS, the City has received a request (Petitions PUD-01-03 & PUD 03-01) from Mr. Doug Rhudy of Palm Beach Gardens Christ Fellowship, Inc. for approval of: (1) an amendment to the Christ Fellowship North Campus Planned Unit Development (PUD) to allow the incorporation of 20 acres of land lying immediately east of the existing North Campus into the PUD to facilitate the development of a 159,180-square- foot expansion to the North Campus; (2) a conditional use for the expanded Christ Fellowship Campus; and (3) the deletion of certain conditions of approval for the North Campus, generally located on the north side of Northlake Boulevard approximately one (1) mile west of Military Trail, as more particularly described herein; and WHEREAS, the Growth Management Department has reviewed said application, has determined that it is sufficient and is consistent with the City’s Land Development Regulations and Comprehensive Plan, and has recommended approval; and WHEREAS, by adoption of Ordinance 18, 2005, the City Council determined that the site plan approvals and related conditions for the Christ Fellowship North Campus PUD contained in Ordinance 20, 1997 and Ordinance 23, I999 shall be transferred to this Resolution; and Date Prepared: June 1,2005 As Amended: November 17.2005 Date Prepared: June 1,2005 Resolution 83, 2005 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 WHEREAS, the City Council has considered the evidence and testimony presented by the Petitioner and other interested parties and the recommendations of the various City of Palm Beach Gardens review agencies and staff; and WHEREAS, the City Council has determined that adoption of this Resolution is in the best interest of the citizens and residents of the City of Palm Beach Gardens. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The amended Master Development Plan for the Christ Fellowship North Campus Planned Unit Development is hereby APPROVED on the following described real property to permit the following development: a 127,708-square-foot expansion of ancillary uses to an existing religious institute on the existing North Campus; and a conditional use approval for the entire 40-acre Christ Fellowship North Campus PUD on an approximately 40-acre site located along the north side of Northlake Boulevard approximately one (1) mile west of Military Trail, subject to the conditions of approval contained herein, which are in addition to the general requirements otherwise provided by ordinance: LEGAL DESCRIPTION: “WEST 20 ACRES“ THE EAST 653.87 FEET OF THE WEST 693.87 FEET OF THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SECTION 14, TOWNSHIP 42 SOUTH, RANGE 42 EAST, PALM BEACH COUNTY, FLORIDA, BEING ‘MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCE AT THE SOUTHWEST CORNER OF THE SOUTHEAST QUARTER OF SECTION 14, TOWNSHIP 42 SOUTH, RANGE 42 EAST, PALM BEACH COUNTY, FLORIDA; THENCE SOUTH 88O30’27” EAST ALONG THE SOUTH LINE OF SAID SECTION 14, A DISTANCE OF 40 FEET TO THE POINT OF BEGINNING; THENCE NORTH I”57’07’’ EAST ON A LINE PARALLEL TO AND 40 FEET EAST OF THE WEST LINE OF THE SOUTHEAST QUARTER OF SAID SECTION 14, A DISTANCE OF 1,332.88 FEET TO THE NORTH LINE OF THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SAID SECTION 14 SAID LINE ALSO BEING THE SOUTH LINE OF THE GARDENS HUNT CLUB AS RECORDED IN PLAT BOOK 59, 2 Date Prepared: June 1,2005 Resolution 83.2005 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 PAGES 162 THROUGH 165, PALM BEACH COUNTY, FLORIDA; THENCE SOUTH 88°25’09” EAST ALONG SAID LINE, A DISTANCE OF 653.88 FEET; THENCE SOUTH l”57’07” WEST ALONG A LINE PARALLEL TO AND 693.87 FEET EAST OF THE WEST LINE OF THE SOUTHEAST QUARTER OF SAID SECTION 14, A DISTANCE OF 1,331.87 FEET TO THE SOUTH LINE OF THE SOUTHEAST QUARTER OF SAID SECTION 14; THENCE NORTH 88O30’27” WEST ALONG SAID SOUTH LINE, A DISTANCE OF 653.89 FEET TO THE POINT OF BEGINNING. CONTAINING 20.00 ACRES, MORE OR LESS. -and- “EAST 20 ACRES“ THE NORTH 691.11 FEET LESS THE WEST 693.87 FEET OF THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SECTION 14, TOWNSHIP 42 SOUTH, RANGE 42 EAST, PALM BEACH COUNTY, FLORIDA, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCE AT THE SOUTHWEST CORNER OF THE SOUTHEAST QUARTER OF SECTION 14, TOWNSHIP 42 SOUTH, RANGE 42 EAST, PALM BEACH COUNTY, FLORIDA; THENCE NORTH 1O57’07” EAST ALONG THE WEST LINE OF THE SOUTHEAST QUARTER OF SAID SECTION 14, A DISTANCE OF 1,332.94 FEET TO THE NORTH LINE OF THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SAID SECTION 14, SAID LINE ALSO BEING THE SOUTH LINE OF THE GARDENS HUNT CLUB AS RECORDED IN PLAT BOOK 59, PAGES 162 THROUGH 165, PALM BEACH COUNTY, FLORIDA; THENCE SOUTH 88O25’09” EAST ALONG SAID LINE, A DISTANCE OF 693.88 FEET TO THE POINT OF BEGINNING; THENCE CONTINUE SOUTH 88O25’09” EAST ALONG SAID LINE, A DISTANCE OF 629.59 FEET TO THE EAST LINE OF THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SAID SECTION 14; THENCE SOUTH 1O57’07” WEST ALONG SAID EAST LINE, A DISTANCE OF 691 .I 1 FEET TO A LINE 691 .I 1 FEET SOUTH OF THE NORTH LINE OF THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SAID SECTION 14; THENCE NORTH 88”25’09” WEST ALONG SAID LINE, A DISTANCE OF 631 .OO FEET TO A LINE 693.87 FEET EAST OF THE WEST LINE OF THE SOUTHEAST QUARTER OF SAID SECTION 14; THENCE NORTH 1’57’07” EAST ALONG SAID LINE, A DISTANCE OF 691.12 FEET TO THE POINT OF BEGINNING. TOGETHER WITH: THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SECTION 14, TOWNSHIP 42 SOUTH, RANGE 42 EAST, PALM BEACH COUNTY, FLORIDA, LESS THE NORTH 691.11 FEET THEREOF AND LESS THE WEST 693.87 FEET THEREOF, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: 3 Date Prepared: June 1,2005 Resolution 83,2005 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 COMMENCE AT THE SOUTHWEST CORNER OF THE SOUTHEAST QUARTER OF SECTION 14, TOWNSHIP 42 SOUTH, RANGE 42 EAST, PALM BEACH COUNTY, FLORIDA; THENCE SOUTH 88O30’27” EAST ALONG THE SOUTH LINE OF SAID SECTION 14, A DISTANCE OF 693.89 FEET TO THE POINT OF BEGINNING; THENCE CONTINUE SOUTH 88’30’27” EAST ALONG THE SOUTH LINE OF SAID SECTION 14, A DISTANCE OF 632.30 FEET TO THE EAST LINE OF THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SAID SECTION 14; THENCE NORTH lo50’O7” EAST ALONG SAID EAST LINE, A DISTANCE OF 639.77 FEET TO A LINE 691 .I 1 FEET SOUTH OF THE NORTH LINE OF THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SAID SECTION 14; THENCE NORTH 88’25’09“ WEST ALONG SAID LINE, A DISTANCE OF 631.00 FEET TO A LINE 693.87 FEET EAST OF THE WEST LINE OF THE SOUTHEAST QUARTER OF SAID SECTION 14; THENCE SOUTH 1’57’07” WEST ALONG SAID LINE, A DISTANCE OF 640.75 FEET TO THE POINT OF BEGINNING. CONTAINING 19.28 ACRES, MORE OR LESS. TOTAL LAND COMBINED CONTAINING 39.28 ACRES, MORE OR LESS. SECTION 3. The City Council of the City of Palm Beach Gardens, Florida hereby approves the following six (6) waivers: 1. 2. 3. 4. 5. 6. Section 78-315(b) of the City’s LDRs, entitled Landscape islands, to allow for more than nine (9) parking spaces in a row without the inclusion of a landscape island. Section 78-414 of the City’s LDRs, entitled Number of spaces required (bicycle parking), to allow for 48 bicycle parking spaces. Section 78-141 of the City’s LDRs, entitled Residential zoning district regulations, to allow for a building height of 38 feet, 10 inches. Section 78-1 590)(49) of the City’s LDRs, entitled Additional standards, to allow for 1,086 grassed parking spaces (59% of required parking). Section 78-344 (1)(1) of the City’s LDRs, entitled Minimum dimensions (of off-street parking), to allow for 777 parking spaces at 9.5 feet in width. Section 78-345(d)(I) of the City’s LDRs, entitled lncrease of parking spaces allowed, to allow for 1,866 parking spaces to be provided on site. SECTION 4. Said Planned Unit Development is approved subject to the following amended conditions, which shall be the responsibility of the Applicant, its successors, or assigns: 4 Date Prepared: June 1,2005 Resolution 83,2005 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 Traffic 1. The four (4) traffic lanes located at the western portion of the site which provide access to/from Northlake Boulevard shall be utilized as follows: a) Following all services and events, traffic cones or other similar traffic devices shall be utilized so as to limit ingress to the site to one (1) lane; egress shall be provided via two (2) left-turn lanes and one (1) right-turn lane. NO LONGER APPLICABLE. b) During all other times, two (2) lanes shall be used as inbound lanes and two (2) lanes shall be used as outbound lanes. NO LONGER APPLl CAB LE. 2. The owner or successor shall utilize police or equally-trained officials at all ingress and egress points along Northlake Boulevard for the management of traffic flow and direction before and after all events, including regularly scheduled events. The petitioner shall maintain a minimum of four (4) police or equally-trained officials at all times for the direction and control of traffic entering and exiting the site in accordance with the recommendations made by the City’s traffic consultant, MTP Group, Inc., in the memorandum dated March 15, 2005, prepared by MTP Group, Inc., on file with the City’s Growth Management Department. The petitioner shall adjust and provide the appropriate number of police officers required for traffic circulation management as based on the varying field conditions and police officer recommendations. As a guideline, traffic on Northlake Boulevard shall not be stopped for more than ninety (90) seconds during the traffic control period. Priority shall be given to Hunt Club Drive with regard to traffic management and access onto Northlake Boulevard in an effort to minimize the impact on surrounding residents. (Planning & Zoning) 3. The Applicant shall comply with the following conditions and recommendations outlined in the memoranda prepared by the City’s traffic consultant, MTP Group, Inc., dated July 29, 2004, and March 15, 2005, on file with the City’s Growth Management Department: a) Prior to the issuance of the first Certificate of Occupancy for the new buildings, the Applicant shall convert the existing exclusive westbound right-turn lane to a shared throughlright-turn lane at the intersection of Northlake Boulevard and Military Trail. b The Sunday service shall be moved from 11 :45 a.m. to 12:OO noon. The required time between services may be modified by the Growth Management Administrator, as necessary, to improve traffic operations. 5 Date Prepared: June 1,2005 Resolution 83,2005 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 4. 5. 6. 7. c) Traffic circulation on site shall be in accordance with the Traffic Operation Plan on file with the City’s Growth Management Department. Said traffic plan may be amended by the City’s Police Chief and/or City Engineer as appropriate for traffic operations. d) The Applicant shall, with trained personnel, monitor traffic conditions at the driveways, as well as internal traffic circulation, to minimize traffic impact to Northlake Boulevard. (City Engineer) Prior to construction plan approval and the issuance of the first land alteration permit, the Applicant shall prepare plans and submit an application to Palm Beach County Traffic Division for review and approval of a manually-operable traffic signal at the east entrance to the site. (City Engineer, Planning & Zoning) Prior to the issuance of the first certificate of occupancy, the Applicant shall install a manually-operable traffic signal at the east project entrance, as approved by Palm Beach County Traffic Division. (City Engineer, Planning 8 Zoning) Prior to construction plan approval, the Applicant shall provide surety for signalization of the east entrance. Per LDR Section 78-309, the required surety shall be based on a cost estimate for the project improvement. The cost estimate shall be signed and sealed by an engineer registered in the State of Florida. Surety will be based on 110% of the total approved cost estimates and shall be posted with the City prior to the issuance of the first building permit. (City Engineer) Prior to the issuance of the Certificate of Completion for the new parking areas on the East 20 Acres, the right-turn lane on Northlake Boulevard onto Hunt Club Drive shall be installed and completed. In the event that construction of the turn lane is delayed due to permitting or other good cause, the Growth Management Administrator may grant an extension provided a good-faith effort to satisfy the condition has been documented by the Applicant. (City Engineer) Enaineering 8. Prior to the issuance of the first building permit, all necessary permits shall have been obtained from South Florida Water Management District (SFWMD), Health and Rehabilitative Services, and Palm Beach County. (City Engineer) 9. Prior to the issuance of the first building permit, the property owner or successor must obtain a driveway connection permit from Palm Beach County for the Northlake Boulevard entrance. (City Engineer) 6 Date Prepared: June 1,2005 Resolution 83,2005 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 Police 10. The Applicant shall copy to the City all permit applications, certifications, and approvals. (City Engineer) 11. Prior to construction plan approval and the issuance of the first building permit, the Applicant shall provide surety for public infrastructure and all landscaping and irrigation costs. Per LOR Section 78-309, the required surety shall be based on a cost estimate for the project, including public infrastructure and all landscaping and irrigation costs, for review and approval by the City in order to establish surety. The cost estimate shall be signed and sealed by an engineer and landscape architect registered in the State of Florida. Surety will be based on 110% of the total combined approved cost estimates and shall be posted with the City prior to the issuance of the first building permit. (City Engineer) 12. Prior to construction plan approval and the issuance of the first building permit, the Applicant shall provide a cost estimate for the on-site project improvements, not including public infrastructure, landscaping, and irrigation costs, for review and approval by the City. The cost estimate shall be signed and sealed by an engineer registered in the State of Florida and shall be posted with the City prior to the issuance of the first building permit. (Building Department) 13. Prior to construction plan approval and the issuance of the first land alteration or building permit, the Applicant shall schedule a pre-permit meeting with City staff. (City Engineer) 14. By January 16, 2006 (sixty (60) days from the effective date of this Resolution), the Applicant shall submit a revised photometric plan, signed and sealed by an engineer registered in the State of Florida, for review and approval by the City Engineer. Said plan shall be approved by way of an administrative approval so long as the plan is consistent with the requirements of the LDRs and shall be approved prior to the issuance of the first building permit. (City Engineer) 15. Prior to construction plan approval, the Applicant shall provide adequate response to drainage concerns, including, but not limited to, showing on the engineering plans and constructing two 8” x 8” weep holes within the 6’ wall for each adjacent Hunt Club lot (28 total weep holes), per SFWMD specifications, as outlined at the March 1 I, 2004, meeting with SFWMO and the City Engineer. (City Engineer) 16. Lighting shall not conflict with landscaping, including long-term tree growth. (Police Department) 7 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 17. 18. 19. 20. 21. 22. Date Prepared: June 1,2005 Resolution 83,2005 All lighting for streets, parking lots, and pedestrian walkways shall be metal halide. Metal halide lighting shall be used for the multi-use pathways and sidewalks within the site and shall be lit at a minimum of 0.6-foot candles. (Police Department) Non-glare building lighting shall be installed around the entire building perimeter and on pedestrian walkways. (Police Department) Entry signage shall be lighted. (Police Department) Timer clock or photocell lighting shall be provided for nighttime use above or near entryways and all exits, including emergency exits. (Police Department) Numerical addresses shall: (1) be unobstructed; (2) be illuminated for nighttime visibility; and (3) have bidirectional visibility from the roadway. (Police Department) All structures shall use the following target hardening techniques: a) Buildings shall be pre-wired for an alarm system. b) Doors shall be equipped with metal plates over the threshold of the locking mechanism. c) Glass perimeter doors shall be equipped with case hardened guard rings to protect the mortise lock cylinder. d) Rear doors shall have 180-degree peephole viewers. e) All perimeter doors shall be equipped with hinges that utilize non- removable hinge pins. (Police Department) 34 Landscapinq 35 36 37 38 39 40 41 42 43 44 45 46 23. The owner or successor shall be responsible for the perpetual maintenance of landscaping within the Hunt Club Drive right-of-way from Northlake Boulevard to the northern terminus of the church property. (City Forester) 8 Date Prepared: June 1,2005 Resolution 83,2005 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 24. 25. 26. 27. 28. 29. 30. 31. If at any time the City determines that maintenance of the grass parking area is in disrepair or poor appearance, the City may require the owner or successor to pave the parking area within one-hundred-eighty (180) days of receipt of written notice by the City. All such paving shall be conducted according to City standards at the time of paving. All costs shall be the responsibility of the owner or successor. At the time of paving, a landscape island shall be installed for every nine (9) parking spaces located in a row within the areas being paved. (City Forester) By May 17, 2006 (six (6) months from the effective date of this Resolution), the property owner shall reimburse the City for the City’s cost to install all landscaping and irrigation within the Northlake Boulevard medians extending from the eastern terminus of the property to Hunt Club Drive. (City Forester) The Applicant, successors, or assigns shall be responsible for payment to the City of their annual fair share of the maintenance of the Northlake Boulevard medians and north road shoulder extending from the eastern terminus of the property to Hunt Club Drive. (City Forester) By February 17, 2006 (three (3) months from the effective date of this Resolution), the property owner shall replace all landscaping removed due to its death, disease, damage, insect infestation, or hurricane damage, as shown on the approved landscape plan for the west parcel. (City Forester) By May 17, 2006 (six (6) months from the effective date of this Resolution), the property owner shall remove all prohibited and invasive non-native plants from the property. (City Forester) Prior to the issuance of the first building permit, the Applicant shall update the landscape plan to a scale of 1” = 20’. (City Forester) Prior to the issuance of the first building permit, the Applicant shall erect and maintain protective barriers around the drip line of trees adjacent to proposed improvements. All work shall be inspected and approved by the Landscape Architect of Record and the City Forester. (City Forester) All trees or plants proposed for relocation that die as a result of relocation shall be replaced using the following schedule: for every inch of tree caliper lost, three (3) inches of new tree caliper shall be replaced with a like specie. Palms shall be replaced with like specie, one (1) for one (1). with a minimum ten (10) foot height. Shrubs shall be replaced with like specie, one (1) for one (I), with a minimum 30-inch height. If the site cannot support the total number of replacement trees as required above, the City Council may permit the developer to donate excess trees to the City for planting on public lands. (City Forester) 9 Date Prepared: June 1,2005 Resolution 83,2005 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 32. Prior to the issuance of the clearing permit for the East 20 Acres, the Applicant shall submit revised landscape plans reflecting (1) a minimum of 75% of the shrub species on site shall be selected from the City’s Preferred Species List; (2) the minimum height of all canopy trees installed from the front face of the buildings to the property line along Northlake Boulevard shall be 16 feet; and (3) foundation landscaping shall be installed along the outside of all internal walls and new structures meeting City Code requirements. (City Forester) Planninq and Zoning 33. The number of fixed and/or moveable seats within the sanctuary shall at no time exceed 1,750. (Code Enforcement) 34. Prior to the issuance of the clearing permit for the East 20 Acres, the Applicant shall erect a six (6) foot wall along the entire north property line of the site. (Planning & Zoning) 35. No parking of vehicles shall occur in the retention area north of the northernmost parking lot. (City Forester) 36. All conditions from Ordinance 20, 1997 shall remain in full force and effect. (Planning & Zoning) NO LONGER APPLICABLE 37. The northern open space shall be used for recreational open space. No drive-aisles shall be extended to the northern green area without approval by City Council. (Planning & Zoning) 38. The church sanctuary and related facilities and surrounding grounds shall be used by members only for regularly scheduled services, including services on Christmas Day and Easter Sunday, and for no more than lhree (3) additional events per calendar year. The church sanctuary and related facilities shall not be leased, rented, or in any way made available for use as an auditorium, theater, or similar gathering place for non-member events of any kind. Regularly scheduled services shall be defined as services occurring on Saturday evening, Sunday morning, and a mid-week evening. (Planning & Zoning, Code Enforcement) 39. All applicable municipal and county impact fees shall be payable contemporaneous with issuance of any building permit for vertical construction. (Planning & Zoning, Building Official) 40. The owner or successor shall not utilize a loudspeaker, sound amplifier, radio, phonograph, or similar sound amplifying device to emit any form of sound outside the church sanctuary and related facilities. (Planning & Zoning, Code Enforcement) 10 Date Prepared: June 1,2005 Resolution 83.2005 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 41. No buildings on site shall be used as overflow areas or for supplemental seating for presentations, programs, or sermons conducted in the sanctuary. (Planning & Zoning, Code Enforcement) 42. To mitigate the traffic impacts of the Church project on adjacent roads and neighborhoods, the City has determined that it is necessary to ensure that services are not conducted concurrently on the North and South Campuses. Therefore, concurrent live services on both the North and South Campuses are prohibited. Additionally, concurrent broadcasts or webcasts of presentations, programs, or sermons conducted in the sanctuary, whether live, taped, or delayed, to any other location outside the sanctuary within the City or to any parcel owned by the Church located within unincorporated Palm Beach County adjacent to the North Campus shall be prohibited. This condition shall not be construed to prohibit the broadcast or webcast of such services to other remote locations or to individual personal computers or other electronic devices. (Planning & Zoning, Code Enforcement) 43. Building A shall be limited to a capacity of 452 people. (Planning & Zoning, Code Enforcement) 44. The Applicant shall place the utilities along Northlake Boulevard underground from the eastern terminus of the North Campus to Hunt Club Drive. The undergrounding of utilities by the Applicant shall be deferred until such time as the comprehensive program for the same is initiated by the City. (Planning & Zoning) 45. All audible noise on site shall not exceed applicable noise and decibel requirements set forth in the City’s Code of Ordinances. (Planning & Zoning ) 46. All rooflop mechanical equipment shall be screened from view. (Planning & Zoning) 47. Prior to the issuance of the first certificate of occupancy, the property shall be replatted to include the entire site. (Planning & Zoning) 48. Prior to the issuance of the first building permit, the Applicant shall comply with Section 78-262 of the City Code relative to Art in Public Places. The Applicant shall provide art on site or make a payment in lieu thereof. The Art in Public Places Advisory Board shall review and make a recommendation to the City Council on any proposed art on site. If the Applicant is providing public art on site, the art shall be installed prior to the issuance of the first certificate of occupancy. (Planning & Zoning) 11 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 49. 50. 51. 52. 53. 54. 55. Date Prepared: June 1,2005 Resolution 83,2005 Required digital files of the approved replat shall be submitted to the Planning and Zoning Division prior to the issuance of the first certificate of occupancy, and approved civil design and architectural drawings shall be submitted prior to the issuance of the first certificate of occupancy. (GIs Manager, Development Compliance Officer) There shall be no vehicular access from the North Campus to the vacant property owned by the church located to the northeast of the North Campus until such time when said property is annexed into the City. (Planning & Zoning) Prior to the issuance of the first building permit, the Applicant shall explore opportunities to utilize sound absorbing/dampening building materials in the new buildings, and provide, in writing, details of the materials/methods to be utilized to reduce the impact relative to sound on adjacent properties. (Planning & Zoning) Any outdoor recreational facilities constructed on the North Campus shall be processed as a Major Amendment to the PUD pursuant to the City’s Land Development Regulations. (Planning 8t Zoning) The build-out date for this project is December 31, 2006. (Planning & Zoning) Parking in the grassed parking areas closest to the Hunt Club residential development shall occur only during special events or regularly-scheduled services. (Planning & Zoning) Within twelve (12) months of the issuance of the Certificate of Occupancy for Phase 2 (Youth Ministry Building), the Applicant shall submit a traffic study to the City analyzing (1) the efficiency of the traffic flow into and out of the North Campus; (2) the traffic flow along Northlake Boulevard adjacent to the North Campus; (3) the traffic flow within the North Campus; and (4) the traffic flow into and out of Hunt Club Drive. The study (1) shall be performed during the peak hours of the Church’s operation; (2) shall be performed during the “high season” (December thru February); (3) shall be performed at the Applicant’s expense; and (4) shall be reviewed by the City Engineer and the Police Chief to determine areas in need of improvement with regard to the traffic flow within and adjacent to the site. The Traffic Operation Plan referenced in this resolution, to which the Applicant must adhere, may be amended in accordance with the recommendations made by the City as a result of the study. (Planning & Zoning) 12 Date Prepared: June 1,2005 Resolution 83,2005 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 56. Immediately upon the issuance of the Certificate of Completion for the new parking areas on the East 20 Acres, shuttle bus or any other type of transportation service between the North and South Campuses shall cease, except for the transportation of student youth which shall be permitted until completion of the student ministry center. (Planning and Zoning) SECTION 5. Said Planned Unit Development shall be constructed in compliance with the following plans, as amended herein, on file with the City’s Growth Management Department: 1. 2. 3. 4. 5. 6. 7. 8. 9. October 28, 1997, Conceptual Floor Plan and Section, Glenn Pate & Associates, 2 sheets. November 14, 1997, Landscape Plan, George G. Gentile & Associates, Sheet L-I. January 24, 1997, Landscape Elevations, George G. Gentile & Associates, Sheet L-2. February 21, 1997, Landscape Elevations, George G. Gentile & Associates, Sheets L-3 through L-5. November 3, 1997, Irrigation Plan, George G. Gentile & Associates, Sheet I- 1. September 30, 1997, Conceptual Drainage Plan, Kimley-Horn and Associates, Sheet C-1 .O. March 19, 1999, Architectural Site Plan, Glenn Pate & Associates, Sheet SP- 1. May 18, 1999, Building B Elevations (Children’s Education), Glenn Pate & Associates, Sheet A-1 . June 25, 1999, Building B Floor Plan, Glenn Pate & Associates. 10. May 18, 1999, Building A Floor Plan (Youth Ministry), Glenn Pate & Associates, Sheet A-2. 11. May 18, 1999, Building A Elevations, Glenn Pate & Associates, Sheet A-3. 13 Date Prepared: June 1,2005 Resolution 83, 2005 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 12. May 18, 1999, Building C Elevations, Glenn Pate & Associates, Sheets A-4, A-5. 13. May 11, 1999, Letter from Glenn Pate & Associates. 14. Site Plan: Sheets ASP-I throuclh ASP-3, prepared bv Pate, Chernin and Associates, last revised on October 18, 2005. and received and stamped by the Citv on October 21,2005. 15. Landscape Plan: Sheets L-I & L-2, prepared bv Gentile, Hollowav, O'Mahonev & Associates, Inc.. last revised on October 19, 2005. and received and stamped bv the Citv on October 21,2005. 16. Conceptual Floor Plans: Sheets A-I & A-2, prepared bv Pate, Chernin and Associates, last revised on October 18, 2005, and received and stamped by the Citv on October 21, 2005. 17. Roof Plan: Sheet A-3, prepared bv Pate. Chernin and Associates, last revised on October 18. 2005. and received and stamped bv the Citv on October 21,2005. 18. Buildina Elevations: Sheets A-4 throuqh A-6. prepared bv Pate, Chernin and Associates, last revised on October 18. 2005, and received and stamped bv the Citv on October 21,2005. SECTION 6. All future amendments to the Christ Fellowship North Campus PUD shall be approved by resolution. SECTION 7. Said approval shall be consistent with all representations made by the Applicant or Applicant's agents at any workshop or public hearing. SECTION 8. This Resolution shall become effective immediately upon adoption. (The remainder of this page left intentionally blank) 14 Date Prepared: June 1,2005 Resolution 83,2005 As Amended September 22,2005 ,2005. PASSED AND ADOPTED this 1’77” day of /Uo~re.,..,& 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 ATTEST: / 1 BY: Patricia Snider, CMC,kity Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY Christine P. Tatum, City Attorney VOTE: -- AYE NAY ABSENT MAYOR RUSSO J --- VICE MAYOR JABLIN J-- COUNCILMEMBER LEVY J-- COUNCILMEMBERVALECHE J-- COUNCILMEMBER BARNETT J- G:bttomey-share\RESOLUTIONS\christ fellowship - north campus - res0 83 2005as arnended.doc d 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 RESOLUTION 2,2011 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING RESOLUTION 83, 2005 TO MODIFY CERTAIN CONDITIONS OF APPROVAL FOR THE CHRIST FELLOWSHIP CHURCH NORTH CAMPUS PLANNED UNIT DEVELOPMENT (PUD), LOCATED ON NORTHLAKE BOULEVARD APPROXIMATELY 0.8 MILES WEST OF NORTH MILITARY TRAIL, AS DESCRIBED MORE PARTICULARLY HEREIN; PROVIDING CONDITIONS OF APPROVAL; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. WHEREAS, the City Council, as the governing body of the City of Palm Beach Gardens, Florida, pursuant to the authority in Chapter 163 and Chapter 166, Florida Statutes, and the City’s Land Development Regulations, is authorized and empowered to consider petitions related to zoning and land development orders; and WHEREAS, on November 20, 1997, City Council adopted Ordinance 20, 1997 to allow Christ Fellowship North Campus to rezone twenty (20) acres of land, located on the northeast corner of Northlake Boulevard and Gibson Road, to a Planned Unit Development (PUD); and WHEREAS, on July 15, 1999, City Council adopted Ordinance 23, 1999 amending Ordinance 20, 1997 to allow minor changes to the elevations and floor plans of buildings A, B, and C in the Christ Fellowship North Campus PUD; and WHEREAS, on November 17, 2005, City Council adopted Ordinance 18, 2005 and Resolution 83, 2005 allowing a 20-acre parcel of land to be rezoned from Residential Low Density-3 (RL3) to a PUD overlay with an underlying zoning of RL3, to be included in the Christ Fellowship North Campus PUD, and to allow the development of a 127,708-square-foot expansion; and WHEREAS, on May 21, 2009, City Council adopted Resolution 32, 2009 approving the Master Signage Program for the Christ Fellowship North Campus PUD; and WHEREAS, the Planning and Zoning Department has reviewed the application, has determined that it is sufficient, and has recommended approval; and WHEREAS, the City Council has considered the evidence and testimony presented by the Applicant and other interested parties and the recommendations of the various City of Palm Beach Gardens review agencies and staff; and Page 1 of 4 Resolution 2, 201 1 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 WHEREAS, the City Council deems approval of this Resolution to be in the best interests of the health, safety, and welfare of the residents and citizens of the City of Palm Beach Gardens and the public at large. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA that: SECTION 1. The foregoing recitals are hereby affirmed and ratified. SECTION 2. The Miscellaneous application of Christ Fellowship Church is hereby APPROVED to modify conditions of approval No. 2 and No. 3 in Resolution 83, 2005, subject to the conditions of approval contained herein, which are in addition to the general requirements otherwise provided by resolution, on the following described real property: (See Exhibit "A for Legal Description) SECTION 3. Conditions No. 2 and No. 3 of Resolution 83, 2005 are hereby amended as follows: 2. The owner or successor shall utilize police or equally trained officials at all ingress and egress points along Northlake Boulevard for the management of traffic flow and direction before and after all events, including regularly scheduled events. The pe#dmw Applicant shall maintain police or equally trained officials at all times for the direction and control of traffic entering and exiting the site. 7 .. -7 TD Pwn in ?h 4K 3- 9 'V.7 "' JG 1 Inn n- Pi , "'V., "' &pa#me& The p&#mef Applicant shall adjust and provide the appropriate number of police officers required for traffic circulation management as based on the varying field conditions and police officer recommendations. As a guideline, traffic on Northlake Boulevard shall not be stopped for more than ninety (90) seconds during the traffic control period. Priority shall be given to Hunt Club Drive with regard to traffic management and access onto Northlake Boulevard in an effort to minimize the impact on surrounding residents. (Planning & Zoning) 3. The Applicant shall comply with the following conditions and recommendations outlined in the memorandum prepared by the City's traffic consultant, MTP Group, Inc., dated July 29, 2004, and March 75, 2005, on file with the City's Plannina and Zoning Department: Page 2 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 Resolution 2, 201 1 a) Prior to the issuance of the first Certificate of Occupancy for the new buildings, the Applicant shall convert the existing exclusive westbound right- turn lane to a shared throughhight-turn lane at the intersection of Northlake Boulevard and Military Trail. b) 4 ??:- . .& tc ?2:K ReE. The m n uv u -The times for Sundav services shall be coordinated and modified as necessary to impwe maintain efficient traffic operations based on an annual traffic report to be provided to the Plannina and Zonina Departmenf for review and approval. SECTION 4. All previous conditions of approval as set forth in Resolution 83, 2005 shall remain in full force and effect, except as amended herein. SECTION 5. Compliance with the terms and conditions of this approval shall be the responsibility of the Applicant, its successors, or assigns. SECTION 6. This Resolution shall become effective immediately upon adoption. (The remainder of this page intentionally left blank) Page 3 of 4 Resolution 2. 201 1 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 PASSED AND ADOPTED this day of , 2011. CITY OF PALM BEACH GARDENS, FLORIDA BY: David Levy, Mayor ATTEST: BY: Patricia Snider, CMC, City Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY BY: R. Max Lohman, City Attorney VOTE: MAYOR LEVY VICE MAYOR PREMUROSO COUNCILMEMBER RUSSO COUNCILMEMBER JABLIN COUNCILMEMBER TINSLEY AYE NAY ABSENT G:\attomey-share\RESOLUTlONS\201 l\Resolution 2 201 1 - modify conditions of approval for Christ fellowship.doc Page 4 of 4 Resolution 2, 201 1 EXHIBIT “A” LEGAL DESCRIPTION: A PARCEL OF LAND LYING IN THE SOUTHWEST QUARTER OF THE SOUTHEAST QUARTER OF SECTION 14, TOWNSHIP 42 SOUTH, RANGE 42 EAST, CITY OF PALM BEACH GARDENS, PALM BEACH COUNTY, FLORIDA, RECORDED IN PLAT BOOK 111, PAGES 157 THROUGH 159 OF THE PUBLIC RECORDS OF PALM BEACH COUNTY, FLORIDA. TOTAL LAND COMBINED CONTAINING 39.28 ACRES, MORE OR LESS. P -4 CITY OF PALM BEACH GARDENS COUNCIL AGENDA January 6,2011 7:OO P.M. Mayor Levy Vice Mayor Premuroso Council Member Russo Council Member Jablin Council Member Tinsley I. /PLEDGE OF ALLEGIANCE 11. /ROLL CALL 111. L/ADDITIONS, DELETIONS, MODIFICATIONS: IV ANNOUNCEMENTS / PRESENTATIONS: a. b. FIRE RESCUE VOLUNTEER RECOGNITION. MAYOR'S VETERANS GOLF TOURNAMENT CHECK PRESENTATION. v. ATEMS OF RESIDENT INTEREST AND BOARDICOMMITTEE REPORTS: VI. ~ITY MANAGER REPORT: VII. 4OMMENTS FROM THE PUBLIC: (For Items Not on the Agenda. Dlease submit reauest form to the Citv Clerk prior to this Item) VIII. CONSENT AGENDA: 5-4 a. lPaae 4) APPROVE MINUTES FROM DECEMBER 16, 2010 CITY COUNCIL M EETl NG . b. /Staff Report on Pane 9. Resolution on Pane 11) RESOLUTION 1, 201 1 - FOUR YEAR MASTER LEASE AGREEMENT. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING A FOUR (4) YEAR MASTER LEASE AGREEMENT WITH GE CAPITAL CORPORATIONNFS FOR GOLF MAINTENANCE EQUIPMENT THROUGH AN PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. EXISTING CONTRACT WITH THE STATE OF FLORIDA NO. 760-000-10-1; C. jStaff Report on Pane 107. Resolution on Paao 10 9) RESOLUTION 3, 201 1 - 8 PURCHASE AWARD TO XYBIX SYSTEMS, INC. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING AN AGREEMENT WITH ERGOFLEX SYSTEMS, INC. (D/B/A XYBIX SYSTEMS, INC.) FOR THE PURCHASE AND INSTALLATION OF DISPATCH AND COMMUNICATIONS WORKSTATIONS FOR THE EMERGENCY OPERATIONS AND COMMUNICATIONS CENTER VIA AN FLORIDA; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. EXISTING RFP (NO. IOP-075) AND CONTRACT WITH MARION COUNTY, d. /Pane 1551 PROCLAMATION - ARBOR DAY IX. PUBJJC H EMUNGS : (* Designates Quasi-Judicial Hearha a. 5-o jstaff ReDort on Pane 156. Ordinance on Page 1841 ORDINANCE I , 201 1 - (1st READING) AMENDING THE CITY'S LAND DEVELOPMENT REGULATIONS. AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING CHAPTER 78. LAND DEVELOPMENT. BY REPEALING SUBSECTION 78-80(a)( 12) AND READOPTING SAME, AS REVISED; FURTHER AMENDING CHAPTER 78. BY RESERVING SAME FOR FUTURE LEGISLATION; FURTHER AMENDING ORDER TO CLARIFY PARK AND RECREATION REQUIREMENTS; FURTHER REPEALING THE DEFINITIONS OF "ALLEY" AND "GOVERNMENT USES" AND READOPTING SAME, AS REVISED, AND ADOPTING NEW REPEALING SUBSECTION 78-1 57(b). DEFINITIONS. IN ITS ENTIRETY AND CHAPTER 78. BY REPEALING SECTIONS 78-571. AND 78-572. AND SUBSECTION 78-681(b)(5) AND READOPTING SAME, AS REVISED IN AMENDING CHAPTER 78. AT SECTION 78-751. DEFINITIONS. BY DEFINITIONS OF "BUILD TO LINE", "COMMUNITY PARK", "LIVE-WORK", "MAIN STREET", "NEIGHBORHOOD PARK", "PEDESTRIAN-ORIENTED GROUND FLOOR USES", "PRIMARY STREET", "SECONDARY STREET", "TERTIARY STREET", AND "WATER ACCESS"; PROVIDING THAT EACH AND EVERY OTHER SECTION AND SUBSECTION OF CHAPTER 78. LAND DEVELOPMENT. SHALL REMAIN IN FULL FORCE AND EFFECT AS PREVIOUSLY ADOPTED; PROVIDING A CONFLICTS CLAUSE, A SEVERABILITY CLAUSE, AND AUTHORITY TO CODIFY; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. b. * ff RODO rt on Paae 174. Roaolutio n on Pane 1981 RESOLUTION 2,201 1 - AMENDING RESOLUTION 83, 2005. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA AMENDING CERTAIN CONDITIONS OF APPROVAL FOR THE CHRIST FELLOWSHIP CHURCH NORTH CAMPUS PLANNED UNIT DEVELOPMENT (PUD), LOCATED ON NORTHLAKE BOULEVARD APPROXIMATELY 0.8 MILES WEST OF NORTH MILITARY TRAIL, AS DESCRIBED MORE PARTICULARLY HEREIN; PROVIDING CONDITIONS OF APPROVAL; PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. X. RESOLUTIONS: I i XI. ~TEMS FOR COUNCIL ACTIONDISCUSSION: XII./CITY ATTORNEY REPORT: PLEASE TARE 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: 800-955-8 771 (TDD) or 800-955-8 770 (VOICE). NOTE: All presentation materials must be received by the City Clerk prior to the presentation to the Council. L CITY OF PALM BEACH GARDENS COUNCIL AGENDA January 6,2011 7:OO P.M. Mayor Levy Vice Mayor Premuroso Council Member Russo Council Member Jablin Council Member Tinsley PLEDGE OF ALLEGIANCE 11 ROLLCALL IIL ADDITIONS. DELETIONS. MODIFICATIONS: IV ANNOUNCEMENTS / PRESENTATIONS a. MAYOR'S VETERANS GOLF TOURNAMENT CHECK PRESENTATION. b. FIRE RESCUE VOLUNTEER RECOGNITION. V. ITEMS OF RESIDENT INTEREST AND BOARDKOMMITTEE REPORTS: VL ClTY MANAGER REPORT. ML COMMENTS FROM TEE PUBLIC @or Items Not on the Anenda. derse submit reauest form to the Ci CItrlr DW to tib hl b. Vm. CONSENT AGENDk. a. JPaqe 41 APPROVE MINUTES FROM DECEMBER 16, 2010 CITY COUNCIL MEETING. (Staff Report on PaRe 9, Resolution on P a 111 RESOLUTION 1, 2011 - FOUR YEAR MASTER LEASE AGREEMEN I. A HESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM BEACH GARDENS, FLORIDA APPROVING A FOUR (4) YEAR MASTER LEASE AGREEMENT WITH GE CAPITAL CORPORATIONNFS FOR GOLF MAINTENANCE EQUIPMENT THROUGH AN PROVIDING AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. 9..-',," &f.tl e' qJ\(d b*,s&s i EXISTING CONTRACT WITH THE STATE OF FLORIDA NO. 760-000-10-1; C. d. [Staff Report c 'age 107, Resolution on Paqt RESOLUTION 3, 201 RCHASE A' r~~ TO XYBIX SYSTEMS, IN ~PRE~~LUTION OFTHE mNCIL OF-THE CITY OF PALM SEAER GARDENS, FLORiDA APpRov1ffi AN AGREEMENT WITH ERGOFLEX SYSTEMS, INC. (DXA XYBIX SYSTEMS, INC.) FOR THE PURCHASE AND INSTALLATION OE DISPATCH AND COMMUNICATIONS WORKSTATIONS FOR TWE OPERATIONS AND COMMU"s CENTEKWA AN EXfsMBG RFP (NO. lW-075) AND CONTRACT WRH MARION COUNTY, FLORIDA; pRovlOlffi AN EFFECTtVE DATE; AND FOR OTHER PURRXES. /Page 155) PROCLAMATION - ARBOR DAY IX. PUBLIC HEARINGS: f" Dcsiatcs OllrSiJpdiciil Hearin& WStaff Report on Par- 156, Ordinance I Page 1641 ORDINANCE 1, 201'6 - (1st READING) AMENDING THE CITY'S LAND DEVELOPMENT REGULATIONS. AN ORDINANCE OF THE crpl COUNCIL OF THE CITY OF v@Op PALM BEACH GARDENS, FLORlfM AENDING WmER 78. LAND 5-0 DEVELOPMENT. BY REPEALING SUBSECllolr( 78-80(a)(12) AND READCrPnffi SAME. AS REVISED; FURTHER AMENOlNG CHAPTER 78. BY REPEALING SUBS" ?8-157@). DurlNlTlONS. IN ITS ENTlRElY AND RESERVING SAME FOR FUTURE LEGiSlATlON; FURTHER AMENDING CHAPTER 78. BY REPENNG ~~S 78-571. AND 78-572. AND TgeBt@Ks) AHD READopTIluG SAME, AS REVISED IN ORDER TO CURW PARK AND f?ECREAm RKXHRUIIENTS; FURTHER AMENDING CHAPTER 78. A7 sEc1K)N 78-751. DEFINIRONS. BY REPEALING THE 0EFI"S OF AND WVERNMENT USES" AND R€AK"G AS RWfS€Q AND ADOPTING NEW DEFINm OF 'SWLD TO Iyx)MMuNITY PARK", WVE-WORK", WAfN STR€€T, PAR, =DESIRIAN-ORIENTED GROUND FLOOR USES* 'WUMARY STREET, .SECONDARY STREET", TERTlAFW STREET, AND WATER ACCESS; pR(svIDINGTHAT EACH AND R(uw OTHER sEcTK)N AND SUBS" OF CHAFTER 78. LAND DEVELOPMENT. SHAU REMAlN IN FUU FORCE AND EFFECT AS PREVK)USLY pFzo\IIcwNG A CONFLICTS CLAUSE, A SR/uzABIuTy 2- AuTHoRlM TO CODlW PROVIDING AN PIStaff Report on Page 174, Resolution on Paae 198) RESOLUTION 2,201 AMENDING RESOLUTION 83,2005. A REsoLLmoN OF THE CITY COUNCIL Of THE CITY OF PALM BCH GARENS, FLORlOA AMENDING CERTAIN CONDITIONS OF AfW3OVAL FOR THE CHRIST FELLOWSHIP CHURCH NORTH CAMPUS PUWEO UNfT -LOPMENT (PUD), LOCATED ON NORTkfUIKE BOULEVARD WPROXIUTELY 0.8 MILES WEST OF NORTH MILITARY 7". AS OESCRleED MORE PARTICULARLY HEREIN; PROVIDING OO"S W APPROVAQ PROWWNG AN EFFECTIVE DATE; AND FOROTHEI? PURPOSES. X. RESOLUTIONS XL ITEMS FOR COUNCIL ACTION/DISCUSSION: XII. CITY ATTORNEY REPORT: Xm. ADJOURNMENT PLEASE TAKE NOTICE AND BE ADWSED tkat if any in&res&dparty wishes to appeal any decision maCie by the Ci Corrncil with respect to any matter considered at this public hearing, such interested persons Wiu need a recod oftbcpmcdngs and may need to ensure that a verbatim record is ma&, inchding the tesiimOny and evidence upon which the appeal is to be based In accordance with the Anreicans with Disrrbiliti4s Act and sedion 28626, FIorida Statutes, persons with disabilities needing special accomzllodllftolls in onh to participate in this proceeding are entitled to thepn+ion ofurtoirr lLEsistMu at no wst PIeaSe call the City Clerk’s Ofwe at 561- 799-4122 no Iata than 5 days prior to the Mng if this assistance is required For heuring impaid aSSiSt(UICC, plaosc caU the FIorida 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. n Comments From The Public Request to Address City Council Please Print Name: L& Address: City: 7 1' Members of th Portion of the agenda and during "Public Hearings". This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minute Comments From The Public Request to Address City Council Please Print Name: Address: / City: Subject: Members of the public may address the City Council during the “Comments by the Public” Portion of the agenda and during ”Public Hearings”. This Request to Address the City Council must be delivered to the City Clerk prior to the commencement of the meeting. The time limit for each speaker is limited to three (3) minutes. I m m e u 4 E bo E 0 h on c, ccc c, m Q) c, 0 E 3 g 3 m m 0 E c, 'LI h E CA ccc 0 E SA E CA w s 'i E Y m u 0 CA 0 3 n I c, 3 CA h s a Q) L on rr Q) L n a 4 n CA m on u E I .w a 8 i5 aa Q) 0 e c, c, an Q) * bo a E CA a L .LI 9 CA 1 0 c, LI z ed Q) a m" E I c, i3 E 0 0 E .r( s G L 0 0 c, m an a 3 k dii, E on E 4) * Q) m .LI e 42 =a m Q) c, 0 c, E CA a 0 h I a a Q) m Q) k 0 b E ed E 0 w E on E Q) + Q) m en E c, h E 0 g E .r( c, m Q) c, L 0 0 5 E Q) c, E 0 E E c, .r( 3 2 51 84 L LI LI ed E L .r( 8 3 3 m 0 E I I on 3 A L Q) G * i3 4) CITY OF PALM BEACH GARDENS MEMORANDUM TO: Mayor & City Council DATE: January 6,2011 THROUGH: Ronald Ferris, City ManagerC FROM: SUBJECT: Modifications to cc: Patricia Snider, City Clerk Natalie Wong, Director of /’ Max Lohman, City Attorney Please see the attached changes shown in = to Ordinance 1, 2011 scheduled for first reading this evening. A review of these changes will be included in the staff presentation. 1 le) Dewb~ ment mulations. lll At least one (1) neiahborhood Dark shall be located within one-quarter (%) mile radius of each residential home within the proposed development. Adiustments to tb one-quarter M) mile standard may be considered durina the site plan review process. a. Minimum size. Each neiahborhood park shall be no less than one (1) acre in - size. b. Urban area Darks. Those neiahborhood parks proposed within dense mixed- use centers that include a mix of vertical intearation shall be allowed to provide a reduced acreaae of one-third (113) acre within a one quarter (%) mile radius of each residential home within the proposed development. Evaluation of these areas shall be done at the Site Plan review level and approved at the discretion of the Growth Manaaement Administrator. c. Preserve amas and natural mrk credit. Up to 50 percent of the neiahborhood park requirement can be satisfied usina the Drovided preserve acreaae. so lonq as internal pedestrian amenities. such as walkina trails. are incorporated into the preserve area in accordance with Section 78-250. Preserve area requirements. of the LDRs. d. Lake area Wit. UP to 40 percent of the neiahborhood park requirement can be satisfied usina lake areas that have incormrated linear pedestrian trails and other hardscape amenities that enaaae the views of the lake. e. Clubhouse facilities credit. Clubhouse facilities and other similar tvpe amenities which provide recreational opportunities to the surroundina residents can be counted towards the neiahborhood park requirement. The clubhouse facility acreaae shall be calculated bv the total buildina footprint. includina covered areas with a permanent roof, pool area, and any area around the clubhouse facilities that includes a patio and/or deck area. f. Golf course credit. Up to 35 percent of the neiahborhood park requirements can be satisfied usina any provided aolf course acreaae. /2) Maintenance, ownership, and operation of all parks provided within the proiect shall be the responsibilitv of the Master Propertv Owners Association or other entitv as approved by the Citv Attomev. Prior to the first plat approval of the proposed development, the Applicant shall demonstrate this requirement has been - met. See. 78-681 (b)( 5). Open Space. (b) Open space criteria. (5) Public parks. The total area contain -- - -e requirement .. c. > SQC 78-185. UTILITY EASEMENTS a) €asment GwstWctbn. Paved driveways, fences, and patios without walls or Screen enclosures, may be mstmcted upon or am any public utility easement which is located within the front, side or rear yard of any lot. b) Bu/M/&7 Remit A bldg permit shall NOT be issued for structures or improvements in public utility and drainage easements until the applicant obtains a WAIVER from ALL utilities possessing easement rights and submit's the waivers to the Building Division. The Waiver must be written authorization Executed by an oPficer of the utility company or easement Owner entitled to use such easement, and must state there are no objections to the construction of such. (driveway or patio) a Waiver is not required for similar use of a front yard utility easement. c) LMwges, Prior to the issuance of a building permit for any improvements, the applicant shall acknowledge in writing that the owner shall be responsible for any damages to the utility company's improvements. d) A&mh@rmc When a building permit is issued, the applicant shall execute a written Cerwicate of acknowledgement , in a form prescribed by the city, that improvements have been OollSblJcbed on the utility easement. c 1. i l I c ZIP : 334100000 me NoCyUtOqurllflu MY-- PROCLAMATION STATE OF FLORIDA CITY OF PALM BEACH GARDENS WHEREAS, in 1872 J. Sterling Morton proposed to the Nebraska Board of Agriculture that a special day be set aside for the planting of trees; and WHEREAS, this holiday called Arbor Day was first observed with the planting of more than a million trees in Nebraska; and WHEREAS, Arbor Day is now observed throughout the nation and the world; and WHEREAS, trees can reduce the erosion of our precious topsoil by wind and water, cut heating and cooling costs, moderate the temperature, clean the air, produce oxygen and provide habitat for wildlife; and WHEREAS, trees are a renewable resource giving us paper, wood for our homes, fuel for our fires and countless other wood products; and WHEREAS, trees in our Ctty increase property values, enhance the economic vitality of business areas, and beautify our Community; and WHEREAS, trees, wherever they are planted, are a source of joy and spiritual renewal. NOW, THEREFORE, I David Levy, by virtue of the authority vested in me as Mayor of the City of Palm Beach Gardens, Florida, do hereby proclaim January 21 , 2011 as: ARBOR DAY in the City of Palm Beach Gardens and urge all citizens to celebrate A rbor Day and to support efforts to protect our trees and woodlands; and further, I urge all citiz ens to plant trees to gladden the heart and promote the well-being of this and future generations. Attest: IN WITNESS WHEREOF, I have hereunto set my hand and caused the Seal of the City of Palm Beach Gardens, Florida, to be a.ffzxed on this 6" day of January in the Year Tw o Th ousand and Eleven. ~a-~ Mayor David Levy