HomeMy WebLinkAbout06-27-2024 VC REG-A with attachments
VILLAGE OF NORTH PALM BEACH
REGULAR SESSION AGENDA
VILLAGE HALL COUNCIL CHAMBERS THURSDAY, JUNE 27, 2024
501 U.S. HIGHWAY 1 6:00 PM
Susan Bickel Deborah Searcy Lisa Interlandi Kristin Garrison Orlando Puyol
Mayor Vice Mayor President Pro Tem Councilmember Councilmember
Chuck Huff Leonard G. Rubin Jessica Green
Village Manager Village Attorney Village Clerk
INSTRUCTIONS FOR “WATCH LIVE” MEETING
To watch the meeting live please go to our website page (link provided below) and click the “Watch
Live” link provided on the webpage:
https://www.village-npb.org/CivicAlerts.aspx?AID=496
ROLL CALL
INVOCATION - MAYOR
PLEDGE OF ALLEGIANCE - VICE MAYOR
ADDITIONS, DELETIONS, AND MODIFICATIONS TO THE AGENDA
AWARDS AND RECOGNITION
1. Proclamation – National Parks and Recreation Month
APPROVAL OF MINUTES
2. Minutes of the Regular Session held June 13, 2024
COUNCIL BUSINESS MATTERS
STATEMENTS FROM THE PUBLIC, PETITIONS AND COMMUNICATIONS
Members of the public may address the Council concerning items on the Consent Agenda or any non agenda item
under Statements from the Public. Time Limit: 3 minutes
Members of the public who wish to speak on any item listed on the Regular Session or Workshop Session Agenda
will be called on when the issue comes up for discussion. Time Limit: 3 minutes
Anyone wishing to speak should complete a Public Comment Card (on the table at back of Council Chambers) and
submit it to the Village Clerk prior to the beginning of the meeting.
Regular Session Agenda, June 27, 2024 Page 2 of 3
CONSENT AGENDA
The Consent Agenda is for the purpose of expediting issues of a routine or pro -forma nature. Councilmembers
may remove any item from the Consent Agenda, which would automatically convey that item to the Regular
Agenda for separate discussion and vote.
3. MOTION – Accepting the ranking by the Selection Committee for the Bridge Design Consultant for
the Lighthouse Drive Bridge Replacement Project and authorizing Village Staff to commence
negotiation of an Agreement.
4. Receive for file Minutes of the Environmental Committee meeting held 5/6/24.
5. Receive for file Minutes of the Golf Advisory Board meeting held 5/13/24.
6. Receive for file Minutes of the Recreation Advisory Board meeting held 5/14/24.
DECLARATION OF EX PARTE COMMUNICATIONS
PUBLIC HEARINGS AND QUASI-JUDICIAL MATTERS
7. PUBLIC HEARING AND 2ND READING OF ORDINANCE 2024-08 – CODE AMENDMENT –
SMOKING PROHIBITED Consider a motion to adopt and enact on second reading Ordinance 2024-08
amending Article I, "In General," of Chapter 20, "Parks, Playgrounds and Recreation," of the Village
Code of Ordinances to adopt a new Section 20-12, "Smoking Prohibited."
8. 1ST READING OF ORDINANCE 2024-09 – CODE AMENDMENT – COUNCIL COMPENSATION
Consider a motion to adopt on first reading Ordinance 2024-09 amending Division 1 "Generally," of
Article II, "Council," of Chapter 2, "Administration," of the Village Code or Ordinances by amending
Section 2-16, "Compensation," to increase the compensation for the Mayor and members of the
Village Council.
OTHER VILLAGE BUSINESS MATTERS
9. RESOLUTION – REGULAR COUNCIL MEETINGS STARTING TIME Consider a motion to adopt a
resolution changing the starting time for Regular Village Council Meetings to 6:00 p.m.
10. RESOLUTION – ATHLETIC FIELD TURF MAINTENANCE SERVICES CONTRACT Consider a
motion to adopt a resolution approving the proposal submitted by Florida ULS Operating LLC d/b/a
Haverland Ag Innovations for Athletic Field Turf Maintenance Services at a total cost not to exceed
$222,708, and authorizing execution of the Contract.
11. RESOLUTION – ANCHORAGE PARK RESTROOMS RENOVATION CONTRACT Consider a
motion to adopt a resolution accepting a proposal from Mueller Construction and Management
Company d/b/a Mueller Construction Company for the renovation of the Anchorage Park restrooms
at a total cost not to exceed $82,190; and authorizing execution of the Contract.
12. RESOLUTION – BUILDING DEPARTMENT SERVICES CONTRACTS Consider a motion to
approve a resolution accepting proposals from selected firms to provide Building Department
Services to the Village on an as needed basis; and authorizing the Village Manager to execute
Contracts with the selected firms.
COUNCIL AND ADMINISTRATION MATTERS
13. MOTION – Designating a voting delegate for the Florida League of Cities Conference
MAYOR AND COUNCIL MATTERS/REPORTS
VILLAGE MANAGER MATTERS/REPORTS
14. DISCUSSION – Business Advisory Board
Regular Session Agenda, June 27, 2024 Page 3 of 3
REPORTS (SPECIAL COMMITTEES AND ADVISORY BOARDS)
ADJOURNMENT
If a person decides to appeal any decision by the Village Council with respect to any matter considered at the Village Counci l meeting,
he will need a record of the proceedings, and for such purpose he may need to ensure that a verbatim record of the proceedings is made,
which record includes the testimony and evidence upon which the appeal is to be based (F.S. 286.0105).
In accordance with the Americans with Disabilities Act, any person who may require special accommodation to participate in this meeting
should contact the Village Clerk’s office at 841-3355 at least 72 hours prior to the meeting date.
This agenda represents the tentative agenda for the scheduled meeting of the Village Council. Due to the nature of governmental duties
and responsibilities, the Village Council reserves the right to make additions to, or deletions from, the items contained in this agenda.
DRAFT MINUTES OF THE REGULAR SESSION
VILLAGE COUNCIL OF NORTH PALM BEACH, FLORIDA
JUNE 13, 2024
Present: Susan Bickel, Mayor
Deborah Searcy, Vice Mayor
Lisa Interlandi, President Pro Tem
Kristin Garrison, Councilmember
Orlando Puyol, Councilmember
Samia Janjua, Deputy Village Manager
Len Rubin, Village Attorney
Jessica Green, Village Clerk
ROLL CALL
Mayor Bickel called the meeting to order at 7:00 p.m. All members of Council were present. All
members of staff were present.
INVOCATION AND PLEDGE OF ALLEGIANCE
Mayor Bickel gave the invocation and Vice Mayor Searcy led the public in the Pledge.
ADDITIONS, DELETIONS, AND MODIFICATIONS TO THE AGENDA
Mayor Bickel stated that Item 15 would be moved to and heard after “Statements from the Public.”
APPROVAL OF MINUTES
The Minutes of the Regular Session held on May 23, 2024 were approved as written.
STATEMENTS FROM THE PUBLIC
Rita Budnyk, 804 Shore Drive, stated that she supported the hiring or job designation of an
Anchorage Park Marina Attendant. Ms. Budnyk stated that Leisure Services Director Zak
Sherman and the Recreation Board worked together to make significant improvements to the
operating procedures and rules regarding the use of the boat ramps, boat slips and dry storage at
Anchorage Park. Ms. Budnyk recommended the hiring of someone who would be in charge of
enforcing the rules.
Francesca Wernisch, 416 Ebbtide Drive, introduced herself and stated that she was running for the
School Board District 1 Seat.
Draft Minutes of the Village Council Regular Session held June 13, 2024 Page 2 of 7
Discussion – Impact Fees Study
Community Development Director Caryn Gardner-Young explained that the Village did not
currently have impact fees and that it was directed by Council to adopt impact fees. Mrs. Gardner-
Young explained that there was a specific process that must be followed in order to adopt impact
fees and that Martin Engineering was hired to do an Impact Fee Study. Mrs. Gardner-Young stated
that an ordinance on 1st and 2nd readings for Impact Fees would be brought back to subsequent
Council meetings. Once the ordinance is adopted on 2nd reading, ninety (90) days must pass before
the ordinance can become effective. Mrs. Gardner-Young turned over the presentation to Mr.
Keller of Martin Engineering.
Mr. Keller stated that the impact fees would be for the Parks and Recreation Department, Library,
Public Safety, Solid Waste and Governmental Services. Mr. Keller discussed and explained the
process and what was needed to move forward with creating an ordinance for impact fees.
Mayor Bickel asked for clarification on using a five (5) month and seven (7) month model for
seasonal residents rather than six (6) month and six (6) month model.
Mr. Keller discussed and explained the reasoning for five month and seventh month model for
determining seasonal residents. Mr. Kelly stated that he would do more research and come back
with a recommendation.
Discussion ensued between Mr. Keller and Councilmembers regarding the impact fee study and
the input needed in order to move forward with the process. Council agreed that the five (5) month
and seven (7) month model for seasonal residents could be used for the study.
Mayor Bickel asked if Mr. Keller needed anything further from Council.
Mr. Keller stated that he could get the additional information from staff and that they have been
very helpful in the process thus far.
Mrs. Gardner-Young explained the next steps in the process of adopting the ordinance for impact fees.
CONSENT AGENDA APPROVED
Vice Mayor Searcy moved to approve the Consent Agenda and President Pro Tem Interlandi
seconded the motion, which passed unanimously. The following items were approved:
Resolution approving Administrative Amendments to the Landscaping and Decorative Lighting
Maintenance Memoranda of Agreement and Amendment Number Two of the Locally Funded
Agreement with the Florida Department of Transportation relating to improvements associated
with the replacement of the U.S. Highway One Bridge over the Earman River and authorizing
execution of the Amendments.
Resolution approving a Blanket Purchase Order for the Public Works Department with Al Packer
Ford, Inc. in the total amount of $50,000 for vehicle parts and repairs.
Draft Minutes of the Village Council Regular Session held June 13, 2024 Page 3 of 7
CONSENT AGENDA APPROVED continued
Resolution accepting a proposal from Action Sports Netting, Inc. for the installation of golf course
netting at the North Palm Beach Country Club at a total cost of $48,564.60; and authorizing
execution of the Contract.
Resolution approving a Blanket Purchase Order for the Public Works Department with GT
Supplies, Inc. in the total amount of $50,000 for dumpster parts and repairs.
Resolution approving a Blanket Purchase Order with Star Farms LLC for the purchase of sod for
the North Palm Beach Country Club in the total amount of $50,000.
Resolution approving a Blanket Purchase Order with Florida Superior Sand, Inc. for the purchase
of 50\50 Sports Field Mix for the North Palm Beach Country Club in the total amount of $50,000.
Receive for file Minutes of the Development Review Committee meetings held 4/10/24 and 5/8/24.
Receive for file Minutes of the Library Advisory Board meeting held 4/23/24.
Receive for file Minutes of the Planning, Zoning and Adjustment Board meeting held 5/7/24.
Receive for file Minutes of the Joint Meeting of the Planning, Zoning and Adjustment Board and
the Town of Lake Park Planning and Zoning Board meeting held 5/8/24.
PUBLIC HEARING AND QUASI-JUDICAL MATTERS
ORDINANCE 2024-08 – CODE AMENDMENT – SMOKING PROHIBITED
A motion was made by Councilmember Garrison and seconded by President Pro Tem Interlandi
to adopt on first reading Ordinance 2024-08 entitled:
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, AMENDING ARTICLE I, “IN GENERAL,” OF CHAPTER 20, “PARKS,
PLAYGROUNDS AND RECREATION,” OF THE VILLAGE CODE OF ORDINANCES TO
ADOPT A NEW SECTION 20-12, “SMOKING PROHIBITED;” PROVIDING FOR
CODIFICATION; PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND
PROVIDING FOR AN EFFECTIVE DATE.
Mr. Rubin explained that prior to 2022 the regulation of smoking was preempted to the State.
During the 2022 legislative session, the Florida Legislature amended Section 386.209, Florida
Statutes, to expressly allow counties and municipalities to restrict smoking within the boundaries
of any public beaches and public parks they own, except they may not further restrict the smoking
of unfiltered cigars.
Karen Marcus, 920 Evergreen Drive, thanked Council for considering the ordinance to prohibit
smoking in Village parks. Ms. Marcus stated that the Health Department has offered to help with
signage.
Vice Mayor Searcy asked if the ban would take place at the Country Club.
Mr. Rubin explained that the Country Club was excluded from the smoking ban.
Draft Minutes of the Village Council Regular Session held June 13, 2024 Page 4 of 7
ORDINANCE 2024-08 – CODE AMENDMENT – SMOKING PROHIBITED continued
Mr. Rubin explained that the ban was for filtered cigarettes or filtered cigars not unfiltered cigars.
Councilmember Puyol stated that it would be difficult to enforce the smoking ban in Village parks.
Vice Mayor Searcy stated that the Health Department would be helpful with enforcement by
providing signage that would deter smoking in Village parks.
Thereafter, the motion to adopt on first reading Ordinance 2024-08 passed unanimously.
ORDINANCE 2024-07 – CODE AMENDMENT – ELECTRONIC PUBLICATION OF NOTICES
A motion was made by Councilmember Puyol and seconded by President Pro Tem Interlandi to
adopt and enact on second reading Ordinance 2024-07 entitled:
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA, AMENDING CHAPTER 1, “GENERAL PROVISIONS,” OF THE
VILLAGE CODE OF ORDINANCES BY ADOPTING A NEW SECTION 1-12,
“ELECTRONIC PUBLICATION OF NOTICES;” PROVIDING FOR CODIFICATION;
PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND PROVIDING
FOR AN EFFECTIVE DATE.
Mr. Rubin explained that during its 2022 session, the Florida Legislation adopted Section 50.0311,
Florida Statutes, allowing municipalities to publish advertisements and legal notices on the
county’s publicly accessible website in lieu of publication in a newspaper of general circulation.
The Village has executed the necessary agreements with Palm Beach County to utilize its website
for the publication of legal notices. Additionally, as required by Section 50.0311(6), Florida
Statutes, the Village will publish a notice in a newspaper of general circulation indicating that
property owners and residents may receive legally required advertisements and public notices from
the Village by first-class mail or e-mail upon registering their name and address or e-mail address
with the Village. The Village is also required to maintain a registry of such names and addresses.
A link to the advertisements and public notices must be “conspicuously placed” on the Village’s website.
Mr. Rubin stated that a number of Village Code provisions require publication in a newspaper of
general circulation. The proposed ordinance would amend Chapter 1, “General Provisions,” of
the Village Code in order to allow the Village to publish on the county website in lieu of publishing
in the newspaper. The proposed ordinance passed on first reading at the previous Council meeting.
Mayor Bickel opened the public hearing on Ordinance 2024-07. There being no comments from
the public, Mayor Bickel closed the public hearing.
Discussion ensued regarding the cost and labor intensity of mailing legal notices.
Vice Mayor Searcy asked that Village Clerk Green keep Council informed if the mailing of legal
notices becomes onerous.
Thereafter, the motion to adopt and enact on second reading Ordinance 2024-07 passed
unanimously.
Draft Minutes of the Village Council Regular Session held June 13, 2024 Page 5 of 7
RESOLUTION 2024-48 – ICE VENDING MACHINE SERVICES
A motion was made by President Pro Tem Interlandi and seconded by Councilmember Puyol to
adopt Resolution 2024-48 entitled: A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH PALM
BEACH, FLORIDA ACCEPTING THE PROPOSAL OF HMF COMMERCE, LLC TO
PROVIDE ICE VENDING MACHINE SERVICES AT ANCHORAGE PARK AND
AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE A CONTRACT
RELATING TO SUCH SERVICES; AND PROVIDING FOR AN EFFECTIVE DATE.
Director of Leisure Services Zak Sherman explained that an RFP for Ice Vending Services was
issued on March 27, 2024 and that HMF Commerce LLC was the only firm to submit a proposal
on April 23, 2024. A Selection Committee ranked the bidder on May 7, 2024 whose total score
came to 204. The scoring was based on firm qualifications, project approach, price proposal,
references and local preference. Based upon the ranking, the Selection Committee agreed to move
forward with HMF Commerce, LLC contingent upon negotiations concerning the monthly
licensing fee. Discussions between the bidder and staff resulted on an agreement of a monthly
licensing fee of $150. Additionally, HMF Commerce, LLC would provide free ice for no more
than ten (10) Village events per year, strictly for staff use only. Mr. Sherman explained contract
terms and pricing, and the placement and location of the ice vending machine. Mr. Sherman stated
that the owner of HMF Commerce LLC was Mr. Daniel Fillmore and that Mr. Fillmore has been
pleasant to work with so far.
Councilmember Puyol asked how many pounds of ice the ice vending machine would hold.
Mr. Fillmore stated that the ice vending machine would hold 1100 pounds of ice.
Discussion ensued between Mr. Fillmore and Councilmember Puyol regarding the amount and
availability of ice on the weekends and for fisherman.
Thereafter the motion to adopt Resolution 2024-48 passed unanimously.
MAYOR AND COUNCIL MATTERS/REPORTS
Vice Mayor Searcy thanked Recreation staff for doing a good job on the Beats and Eats event and
Public Works staff for making her bulk trash pickup go easily and smoothly.
Councilmember Puyol congratulated Mr. Sherman on a successful youth basketball season.
Councilmember Puyol discussed a bus trip with Kim Delaney of Treasure Coast Regional Planning
Council and President Pro Tem Interlandi. Councilmember Puyol provided pictures for Council
viewing of bus stops in the City of Palm Beach Gardens and bus stops in the Village.
Councilmember Puyol recommended improving the aesthetics and appearance of the Village’s bus
stops. Councilmember Puyol also discussed the increased need for public transportation.
Councilmember Puyol recommended having a recreational event every month for the community.
Draft Minutes of the Village Council Regular Session held June 13, 2024 Page 6 of 7
MAYOR AND COUNCIL MATTERS/REPORTS continued
Mayor Bickel asked if additional staffing for the Recreation Department was being considered in
the proposed budget for next fiscal year.
Mrs. Janjua stated that additional staffing for the Recreation Department was being considered in
the proposed budget for next fiscal year.
VILLAGE MANAGER MATTERS/REPORTS
Discussion – Council Meetings’ Start Time
Vice Mayor Searcy recommended a new start time of 6 p.m. for Council meetings.
Discussion ensued between Councilmember which concluded in consensus on a new start time of
6 p.m. for Council meetings.
Mayor Bickel recommended implementing a second public comment portion at the end of a
Council meeting if necessary.
Council came to consensus to have a second public comment portion at the end of Council
meetings.
Mayor Bickel recommended no longer reading emailed public comments at Council meetings.
Council came to consensus to no longer read public comments received via email and have Village
Clerk Green email the entire Council all public comments that are received via email. The public
comments would be stored in the Village’s records until it reaches its statutory retention
requirement.
Mayor Bickel asked if the next Council meeting could begin at 6 p.m.
Village Clerk Green stated that a resolution was adopted the last time a Council meeting start time
was permanently changed.
Mr. Rubin stated that the next meeting could begin at 6 p.m. and a resolution would be brought to
that meeting to adopt a new start time for all Regular Council meetings thereafter.
Councilmember Garrison asked about the possibility of having only one Council meeting per
month particularly during the summer when a lot of residents go out of town.
Discussion ensued between Councilmembers regarding the possibility of having only one Council
meeting per month.
Council agreed to discuss the possibility of having only one Council meeting per month at a future
Council meeting.
Draft Minutes of the Village Council Regular Session held June 13, 2024 Page 7 of 7
VILLAGE MANAGER MATTERS/REPORTS continued
Mrs. Janjua stated that a pre-bid meeting for the Food and Beverage Operator Services RFP was
scheduled for June 17, 2024 and due to the “Cone of Silence”, staff was strongly recommending
that Council not attend as it may jeopardize the integrity of the process.
Discussion ensued regarding the attendance of Councilmembers at meetings that take place during
the Food and Beverage Operator Services RFP process and how it may jeopardize the integrity of
the process.
Country Club Manager Beth Davis gave an update on who would be on the Selection Committee
for the Food and Beverage Operator Services RFP.
Mrs. Janjua asked if Council would choose a date to meet for the next Strategic Planning
Workshop.
Council came to consensus to have the next Strategic Planning Workshop on Monday, July 1st at 4 p.m.
ADJOURNMENT
There being no further business to come before the Council, the meeting was adjourned at 8:09 p.m.
Jessica Green, MMC, Village Clerk
VILLAGE OF NORTH PALM BEACH
PUBLIC WORKS DEPARTMENT
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Jamie Mount, P.E., Assistant Director of Public Works
DATE: June 27, 2024
SUBJECT: MOTION – Accepting the ranking by the Selection Committee for the Bridge Design
Consultant for the Lighthouse Drive Bridge Replacement Project and authorizing
Village Staff to commence negotiation of an Agreement
Village Staff is recommending Village Council approval of the Selection Committee’s ranking of the
firms submitting qualification statements in response to the Village’s RFQ for Bridge Design Consultant
Services.
Background: On March 25, 2024, the Village issued a Request for Qualifications (RFQ), soliciting
qualification statements from bridge design consultants for the design of the Lighthouse Drive Bridge
Replacement Project in accordance with the requirements of Section 287.055, Florida Statutes
(Consultants’ Competitive Negotiation Act or CCNA). The qualification statements were submitted on
April 25, 2024, with five (5) different design consultants submitting responses. All responses were
reviewed by the Village’s Bridge Design Selection Committee, with the intent to shortlist three (3)
consultants for future presentations. The Selection Committee members included the following
individuals:
Karen Marcus, Resident
Samia Janjua, Deputy Village Manager
Caryn Gardner-Young, Community Development Director
Chad Girard, Public Works Director
Jamie Mount, Asst. Public Works Director
On May 9, 2024, the Bridge Design Selection Committee met to create a shortlist of three (3) design
consultants following review of qualifications statements submitted in response to the RFQ. The
following three (3) design consultants were shortlisted: WGI, Inc.; Consor Engineers, LLC; and Alan
Gerwig & Associates, Inc.
On June 6, 2024, the Bridge Design Selection Committee hosted presentations by the shortlisted design
consultants. The consultants presented their technical qualifications for designing the Lighthouse Drive
Bridge replacement project. Following the presentations, the Selection Committee ranked the firms as
follows (ranking sheet included in back up materials):
1. WGI, Inc.
2. Alan Gerwig & Associates, Inc.
3. Consor Engineers, LLC
The committee’s selection of WGI, Inc. as the top-ranked firm was based on several key considerations
including:
Similar Past Project Experience: WGI demonstrated a successful track record in similar
infrastructure projects.
Municipal Agency Experience: WGI had prior experience working with municipal agencies and
understanding the unique challenges and regulatory requirements.
Qualifications of Staff and Firm: WGI’s team possessed relevant qualifications, including
licensed engineers and designers.
Staff Availability: WGI committed to allocating sufficient staff resources to meet project deadlines
promptly.
Understanding Village Needs: WGI demonstrated an understanding of the Village community
and addressed specific local needs, safety concerns, and aesthetic preferences.
Approach to Public Involvement: WGI emphasized transparent communication and community
engagement. Regular public meetings, feedback sessions, and collaboration will ensure a
bridge design aligned with community expectations.
In accordance with the requirements of the CCNA and the RFQ issued by the Village, Village Council
approval of the Bridge Design Selection Committee’s rankings is required. If the ranking is approved,
Village Staff would commence competitive negotiations with WGI, Inc., the top-ranked firm. This would
involve the scheduling of a “design scoping” meeting with WGI, Inc. to establish the comprehensive
scope of work, preliminary design schedule, and corresponding design fee. This proposed design fee
and accompanying contract would be placed on a future Village Council agenda for review, discussion,
and approval. If Village Staff is unable to negotiate a contract and scope of work with the top-ranked
firm, Village Staff with terminate negotiations with WGI, Inc. and commence negotiations with the next
highest-ranked firm.
Recommendation:
Village Staff recommends Council consideration and approval of a motion accepting the Bridge
Design Selection Committee’s ranking of WGI, Inc. as the top-ranked firm (with Alan Gerwig &
Associates, Inc. as the second-ranked firm and Consor Engineers, LLC as the third-ranked firm)
and authorizing Village Staff to commence negotiations for a Bridge Design Consultant
Agreement with the top-ranked firm in accordance with statutory requirements and Village
policies and procedures.
DESIGN SERVICES FOR LIGHTHOUSE
DRIVE BRIDGE REPLACEMENT
REQUEST FOR QUALIFICATIONS
CREATIVELY TRANSFORMING HOW OUR WORLD IS envisioned + designed + experienced
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
TABLE OF CONTENTS
COVER LETTER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1
CORPORATE STATUS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2
FORM OF ORGANIZATION . . . . . . . . . . . . . . . . . . . . . . . . . 3
AREAS OF EXPERTISE/CORE PERSONNEL/
STAFF AVAILABILITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4
PROJECT MANAGEMENT . . . . . . . . . . . . . . . . . . . . . . . . . .5
PROJECT APPROACH . . . . . . . . . . . . . . . . . . . . . . . . . . . . 6
PAST PERFORMANCE AND CURRENT WORKLOAD/
SUBCONSULTANT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7
INNOVATIVE AND/OR VALUE-ADDED CONSIDERATIONS . . . . . . . 9
LITIGATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10
SIMILAR PROJECT EXPERIENCE . . . . . . . . . . . . . . . . . . . . . .11
REFERENCES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .12
RESUMES
PROFESSIONAL CERTIFICATION/LICENSES
RFQ EXHIBIT “A” PUBLIC ENTITY CRIMES STATEMENT
RFQ EXHIBIT “B” DRUG-FREE WORKPLACE
RFQ EXHIBIT “C” SCRUTINIZED VENDOR CERTIFICATION
RFQ EXHIBIT “D” SWORN STATEMENT
RFQ EXHIBIT “E” E-VERIFY CERTIFICATE
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 2| 2
CORPORATE STATUS
State of Florida
Department of State
I certify from the records of this office that WGI,INC.is a corporation
organized under the laws of the State of Florida,filed on July 12,1991.
The document number of this corporation is S66593.
I further certify that said corporation has paid all fees due this office through
December 31,2024,that its most recent annual report/uniform business report
was filed on January 4,2024,and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee,the Capital,this
the Fourth day of January,2024
Tracking Number:8795191638CC
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
Florida Department of Transportation
RON DESANTIS
GOVERNOR
605 Suwannee Street
Tallahassee, FL 32399-0450
JARED W. PERDUE, P.E.
SECRETARY
1
July 28, 2023
Kate Fontaine, VP, Administration
WGI, INC.
2035 Vista Parkway, Suite 100
West Palm Beach, Florida 33411
Dear Ms. Fontaine:
The Florida Department of Transportation has reviewed your application for
prequalification package and determined that the data submitted is adequate to technically
prequalify your firm for the following types of work:
Group 2 - Project Development and Environmental (PD&E) Studies
Group 3 - Highway Design - Roadway
3.1 - Minor Highway Design
3.2 - Major Highway Design
3.3 - Complex Highway Design
Group 4 - Highway Design - Bridges
4.1.1 - Miscellaneous Structures
4.1.2 - Minor Bridge Design
4.2.1 - Major Bridge Design - Concrete
4.2.2 - Major Bridge Design - Steel
Group 5 - Bridge Inspection
5.4 - Bridge Load Rating
Group 6 - Traffic Engineering and Operations Studies
6.1 - Traffic Engineering Studies
6.2 - Traffic Signal Timing
6.3.1 - Intelligent Transportation Systems Analysis and Design
6.3.2 - Intelligent Transportation Systems Implementation
6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications
6.3.4 - Intelligent Transportation Systems Software Development
Group 7 - Traffic Operations Design
7.1 - Signing, Pavement Marking and Channelization
7.2 - Lighting
7.3 - Signalization
2
Group 8 - Survey and Mapping
8.1 - Control Surveying
8.2 - Design, Right of Way & Construction Surveying
8.3 - Photogrammetric Mapping
8.4 - Right of Way Mapping
Group 10 - Construction Engineering Inspection
10.1 - Roadway Construction Engineering Inspection
Group 11 - Engineering Contract Administration and Management
Group 13 - Planning
13.4 - Systems Planning
13.5 - Subarea/Corridor Planning
13.6 - Land Planning/Engineering
13.7 - Transportation Statistics
Group 14 - Architect
Group 15 - Landscape Architect
Your firm is now technically prequalified with the Department for Professional Services in
the above referenced work types. The overhead audit has been accepted, and your firm may
pursue projects in the referenced work types with fees of any dollar amount. This status shall be
valid until June 30, 2024, for contracting purposes.
Approved Rates
Home/
Branch
Overhead
Field
Overhead
Facilities
Capital Cost
of Money
Premium
Overtime
Reimburse
Actual
Expenses
Home
Direct
Expense
Field
Direct
Expense
208.98% 138.52% 0.469% Reimbursed No 5.84% 8.40%*
Rent and utilities excluded from field office rate. These costs will be directly reimbursed on
contracts that require the consultant to provide field office.
Per Title 23, U.S. Code 112, there are restrictions on sharing indirect cost rates. Refer to
Code for additional information.
Should you have any questions, please feel free to contact me by email at
carliayn.kell@dot.state.fl.us or by phone at 850-414-4597.
Sincerely,
Carliayn Kell
Professional Services
Qualification Administrator
12/19/23, 1:16 PM Detail by Entity Name
https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=WGI …1/3
Document Number
FEI/EIN Number
Date Filed
State
Status
Last Event
Event Date Filed
Event Effective Date
Department of State / Division of Corporations / Search Records / Search by Entity Name /
Detail by Entity Name
Florida Profit Corporation
WGI, INC.
Filing Information
S66593
65-0271367
07/12/1991
FL
ACTIVE
AMENDMENT
12/17/2020
NONE
Principal Address
2035 VISTA PKWY
WEST PALM BEACH, FL 33411
Changed: 01/09/2017
Mailing Address
2035 VISTA PKWY
WEST PALM BEACH, FL 33411
Changed: 01/09/2017
Registered Agent Name & Address
FONTAINE, KATE
2035 VISTA PKWY
WEST PALM BEACH, FL 33411
Name Changed: 11/09/2018
Address Changed: 11/09/2018
Officer/Director Detail
Name & Address
Title CHAIRMAN EMERITUS
WANTMAN, JOEL
2035 VISTA PKWY
WEST PALM BEACH, FL 33411
Title VP LAND DEVELOPMENT
BROPHY, JEFFREY N
2035 VISTA PKWY
WEST PALM BEACH, FL 33411
Title DIRECTOR - ARCHITECTURE
Luttmann, Eric
2035 VISTA PKWY
WEST PALM BEACH, FL 33411
Title PRESIDENT
SAUTER, GREGORY
2035 VISTA PKWY
WEST PALM BEACH, FL 33411
Title CEO
WANTMAN, DAVID
2035 VISTA PKWY
WEST PALM BEACH, FL 33411
Title SURVEY MANAGER
D CFloridaDepartmentofState
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 3| 3
WHO ARE WE
WGI is a full-service, multidisciplinary consulting firm founded in 1972 to
provide a comprehensive range of infrastructure services. Established
by a dedicated professional engineer, WGI has since diversified by
offering related professional services for both public and private clients.
Today, WGI continues to uphold its tradition of incomparable service
and passion for innovation through our team of highly skilled and
experienced professionals.
STRUCTURAL ENGINEERING
Project budgets are won and lost every day based on the cost and
efficiency of its structural systems. Our structural engineering experience
includes design and rehabilitation of bridges constructed with precast
and cast-in-place concrete; mild and glass fiber reinforced, prestressed,
and post-tensioned concrete; structural steel; steel truss; timber; and
composite members. Past projects have included multiple types of
phased construction with the use of temporary shoring or crutch bents
to support the existing structures. Our history of successful projects
allows us to deliver economical and architecturally elegant structural
designs for your project.
Structural engineering is more than its basic components, it includes
encompassing aesthetics, safety, long-term maintenance, repair, and
the unique surrounding environment.
WHAT SETS US APART
WGI’s structural engineering group has spent decades developing close
working relationships with bridge and marine contractors throughout
South Florida such as Cone and Graham, Murray Logan Construction,
Anzac Construction, and others. These ongoing relationships have often
resulted in WGI serving the Contractors as a Delegated Engineer or Value
Engineering Consultant for emergency retrofits and to help facilitate
more constructable designs. On individual projects this has resulted in
project savings approaching a quarter million dollars and shortening
construction by up to six months. This experience in addition to WGI
staff’s ongoing review and study of the latest construction practices
and materials, will allow WGI to provide a design incorporating the
latest innovative approaches grounded in the reality of the industry’s
capabilities.
WGI has spent five decades committed to fulfilling our vision of
creatively transforming how our world is envisioned, designed,
and experienced” and takes great pride in our dedication to:
WGI’s specialty structural engineers have wide-ranging expertise providing specialized design and rehabilitation for bridges, seawalls,
water and wastewater facilities, stormwater pump stations, water resource control structures, recreational structures, cellular towers,
military support structures, parking garages, vertical structures, critical facilities, municipal buildings, and a variety of related specialty
structures.
FORM OF ORGANIZATION
From planning to implementation,
WGI’s structural engineering is exceptional.
Years in Business: 50
Type of Firm: Corporation
Offices: 25 Locations
Nationwide
Chairman Emeritus: Joel Wantman, PE (RET)
CEO: David Wantman, PE
President: Gregory Sauter, PE
Secretary: Kate Fontaine
VP | Land Development: Jeff Brophy, PLA, ASLA
Director, Architecture: Eric Luttmann, AIA, NCARB
Survey Manager: Jeremiah Slaymaker, PSM
SVP | Geospatial: Stephen Clancy, PSM
Director, Operations: Kimberly DeBosier, PE
WGI’s innovation focus is not to be all things to all people, but
to help clients with business, process, and technology innovation
related to our core competencies, and to provide innovation ideas
and opportunities collaboratively with you. Incorporating these
ideas leads to long-term cost savings and project process efficiency.
INNOVATION
A key component to our vision is sustainability, resilience,
and adaptation (SRA) awareness. The solutions we provide not
only address today’s concerns, but consider how these improvements
will serve the Village into the future. We take pride in implementing
SRA principles into our projects.
SRA
WGI focuses significant time, resources, and energy on diversity,
equity, and inclusion (DE&I). We foster a company culture
that encourages all voices to be heard and implements ideas that work
towards an equitable environment for all. We strive to enhance the
well-being of our employees and community by creating awareness
and celebrating the differences among us.
DE&I
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 4| 4
AREAS OF EXPERTISE/CORE PERSONNEL/STAFF AVAILABILITY
LEGEND
WGI, Inc.
WIRX Engineering, LLC
Reporting Office
West Palm Beach (WPB)
Fort Lauderdale (FRL)
TRANSPORTATION
Keegan Larson, PE (WPB)
PLANNER/COMMUNITY OUTREACH
Angela Biagi, PLA, LEED AP BD+C
QA/QC
Brett Oldford, PE (WPB)
PRINCIPAL IN CHARGE
Jeff Bergmann, PE (WPB)PROJECT MANAGER
Chris LaForte, PE (WPB)
CIVIL
Chris Holmes, PE (WPB)
ENVIRONMENTAL
Rick Harman, Jr., CEP, PWS (WPB)
STRUCTURAL
TJ Tustin, PE (WPB)
LANDSCAPE ARCHITECT
Jason Mihalovitz, PLA, ASLA (WPB)
SUE
Radek Grabowski (WPB)
GEOTECHNICAL
Andrew Nixon, PE (FRL)
AREAS OF EXPERTISE
WGI’s structural engineers are experts in providing innovative solutions
for the infrastructure needs of today. WGI is Florida Department of
Transportation (FDOT) Prequalified in Groups 2, 3, 4, 5, 6, 7, 8, 10, 11,
13, 14, and 15 including 3.1 Minor Highway Design; 4.1.1 Miscellaneous
Structures; 4.1.2 Minor Bridge Design; 5.4 Bridge Load Rating; 7.1
Signing, Pavement Markup and Channelization; 7.2 Lighting; 8.1 Control
Surveying; 8.2 Design, Right of Way Construction Surveying; and 15.0
Landscape Architect. Subconsultant, WIRX, is prequalified in 9.1 Soil
Exploration, 9.2 Geotechnical Classification Lab Testing, and 9.4.1
Standard Foundation Studies. WGI has a long history working in FDOT
Districts 1, 2, 4, and 6.
CORE PERSONNEL
Our project team is led by Project Manager, Chris LaForte, PE. Chris is
authorized to act on behalf of WGI to direct, coordinate, and administer
all aspects of this project. Joining Chris in the project management
team are Jeffrey Bergmann, PE, as Principal in Charge and Brett
Oldford, PE, who will serve as QA/QC . Our key staff for environmental
assessments and permitting consists of Rick Harman, Jr., PWS, CEP.
Data collection and geospatial efforts will be led by Eric
Matthews, PSM, with geotechnical investigation and
reporting led by subconsultant Andrew Nixon, PE
from WIRX Engineering, LLC. Transportation, planner/
community outreach, and landscape architectural services are to be
performed under Keegan Larson, PE, Angela Biagi, PLA, LEED AP
BD+C, and Jason Mihalovits, PLA, ASLA. We have hand-picked our
team because of their wide range of experience working together
on successful project completions. For more details on our team’s
qualifications, please check the resumes section of this RFQ.
STAFF AVAILABILITY
With nearly 400 associates in Florida, we can provide the Village with
the most competent and efficient service available. The size of our staff
resources allows us to maximize staff allocations, provide backup staff if
warranted, and typically exceed contract milestones. WGI will leverage
a wealth of available resources throughout the firm, both locally to this
contract and nationally. Chris will have all of WGI’s resources at his
disposal to successfully deliver this contract. Chris will be the primary
liaison between WGI and the Village.
WGI’s team is immediately available and committed to the successful
execution and delivery of this contract. We have a talented team of
professionals with years of valuable experience working on similar
projects. That experience, combined with our support staff and
state-of-the-art software and equipment, will enable us to
achieve contract goals, meet the schedule, and deliver a
successfully completed projects.
GEOSPATIAL
Eric Matthews, PSM (WPB)
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 5| 5
Chris LaForte, PE has served as a project manager
overseeing the assessment, design, and construction
of bridge replacement projects throughout
southeast Florida. Through this experience, he has
worked closely with numerous local and national bridge
contractors and developed positive working relationships
to help facilitate the successful completion of unique bridge projects.
This familiarity and WGI’s relationships will assist us in completing
the bridge replacement on time and within budget. We use several
project management and collaborative software platforms, including
ProjectWise, eBuilder, ProCore, Newforma Project Center, and Microsoft
Teams with our municipal clients. Our experience has been that using
these software platforms improves communication, coordination,
and efficiency throughout all phases of a project. In addition, the
example and reference projects that we have included in this response
demonstrate our corporate experience on specific projects with a
scope similar to the replacement of the Lighthouse Drive bridge.
When designing the replacement of a bridge within a residential
community like North Palm Beach, maintaining a close working
relationship with the Village and local stakeholders is paramount
for having a successful project. By maintaining effective outreach
and public relations throughout the design and construction process,
the Village will get greater buy-in from the community and minimize
unease with the bridge project. The most critical item to keeping
a project on schedule and under budget is to keep clear lines of
communication open over the duration of the project. Our philosophy
is to always be in contact with our clients through e-mails, regularly
scheduled meetings, and telephone conversations. If issues arise in
the design, permitting, or construction phases of a project, and lines of
communication are kept open, these issues can usually be quickly and
easily resolved. Chris will schedule time to meet and discuss the project
with the Village on a regular basis and will schedule more frequent
meetings should an issue develop. Internal to our team, we will hold
weekly internal progress team meetings and will identify and address
issues with potential negative project impacts before they can cause
delays. WGI utilizes the latest software tools to ensure maximized
productivity and efficiency.
WGI understands the importance of a documented and rigid QA/QC
procedure. Brett Oldford, PE will oversee the QA/QC program for this
project. Brett has reviewed plans and reports for hundreds of projects in
his role as a QA/QC manager. His knowledge will prove invaluable in the
adherence to the schedule and budget while ensuring constructability.
Quality plans are the cornerstone of our firm’s philosophy. Our staff
understands the value associated with delivering a quality product
and the importance of the project being completed under this program.
Quality in a design project is closely tied to many factors, including
adequate and experienced staff, comprehensive scheduling, and close
coordination and communication between all interested parties. WGI’s
team brings the expertise necessary to ensure these factors are closely
monitored and achieved. WGI has adopted the QC procedures utilized
by FDOT, which are systematic in nature and require several different
professionals to complete the checking and back-checking of all work
products. These procedures are incorporated into all of our designs.
PROJECT MANAGEMENT
READY
Responsible Professional/
Project Manager Documents
Ready for QC
1
2
REVIEW
QC Manager
CONCURRENCE
Responsible Professional/
Project Manager
INCORPORATION
Production
VERIFICATION/BACKCHECK
Responsible Professional/
Project Manager
QUALITY ASSURANCE
QC Manager Reviews Documents
DELIVER
3
4
5
Our 5-step quality control process
Brett Oldford, PE, QA/QC
WGI’s goal is to develop and fine-tune our planning
and design processes in order to maximize our
quality and value to our partners. This starts with open and
honest communication and regular check-ins.
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 6| 6
WGI’s project approach for Lighthouse Drive is based on a
thorough knowledge of the scope of services, the depth, and
availability of resources, knowledge of the governing design
criteria, and our relationships with the local community. All
aspects of the project work plan will consist of proper staffing,
schedule, budget, and communication, with all steps following the QA/
QC plan. The key to successfully managing this bridge replacement will
entail an understanding and continuous communication of the Village’s
goals, rapid and accurate acquisition of the data, proactive contact
with the permitting agencies and utility owners, development of design
alternatives, and adherence to the QC Plan.
WGI’s first step after receiving the Notice to Proceed will be to meet with
Village staff to discuss the desired outcomes for the bridge replacement
and roadway improvements on either side of the waterway. At this
conceptual phase, WGI’s engineers, planners, and landscape architects
will provide the Village with 3D renderings of possible bridge and
roadway approach configurations. These renderings will be available
to be used for public outreach meetings and to help get buy-in from
local residences. WGI’s rendering capabilities will allow each bridge
and roadway design to be displayed day and night from the roadway
and waterway.
While WGI’s structural and roadway engineers are gathering input on
the Village’s preferred bridge design, WGI’s Geospatial group, subsurface
utility engineers, and environmental field personnel will begin the data
acquisition at the site. The WGI Team has extensive knowledge of this
site and will implement the use of lidar data collection to speed up the
survey process while minimizing disruptions at the site. WGI owns and
operates utility vacuum trucks and ground-penetrating radar crews out
of our Corporate Headquarters in our West Palm Beach office. Using this
local equipment, WGI will locate and confirm all aerial and underground
facilities.
Our geotechnical subconsultant can start gathering additional
information at the site once underground utilities and benthic
resource surveys are completed in the waterway. With this physical
data acquisition complete and the conceptual designs reviewed
and ultimately approved by the Village, WGI will begin the formal
construction document preparation.
WGI takes full responsibility for project management and the overall
accountability for each phase of this project. To effectively manage
the bridge replacement, each task must be monitored to determine
if it is being completed ahead or behind schedule. If our finish date
is in jeopardy, the situation can be remedied by performing tasks
concurrently or with additional resources applied to the project. Our
proposal incorporating all elements of design within a single firm will
allow WGI to use the great depth and expertise of our team to allow
for compressing our production schedule as needed. Proper project
scheduling involves the continuous updating of cost estimation,
monitoring progress, and evaluating efficiency and quality. The Village
will benefit from WGI’s experience preparing accurate budgetary
opinion of costs during the project’s planning phases and cost control
during the design and construction phases. WGI has been hired by South
Florida Water Management District (SFWMD) on numerous occasions
to develop an opinion of remaining construction cost during potential
contractor defaults. These project planning and execution activities
significantly reduce costly over-runs. Throughout the design process,
WGI will continually update the opinion of probable construction costs
and compare it to the Village’s construction budget. This will allow the
Village to make informed decisions on all aspects of design and makes
it clear that your expectations can be realized and accomplished via
the design. Providing value engineering services helps the Village
maximize the return on every construction dollar invested.
During the design process, once the plans have been completed to
the level needed for permit application, the environmental permitting
will be handled by WGI staff. WGI’s environmental group includes
former regulators from the U.S. Army Corps of Engineers and Florida
Department of Environmental Protection who know the environmental
permitting rules from the inside out. WGI will closely monitor the permit
submittals, meet with the agencies to ensure a complete understanding
of the plans, and facilitate any additional information gathering and
coordination that may be required from the team. We will provide
monthly updates on the permit progress and coordination with the
various agencies involved. After completing 30%, 60%, and 90% of plan
submittals and review processes and with all comments addressed
on the plan, WGI will prepare completed plans that will be signed and
sealed for final submittal. WGI will prepare an opinion of the probable
construction cost and an anticipated construction schedule, including
time to substantial completion. We will prepare the scope of services
statement for the contractor, attend the pre-bid meeting, respond to
any bidder questions, review the construction bids, and make any
necessary recommendations for award or modifications, if needed, to
achieve the Village’s goals. Throughout our design process, WGI will
keep track of the project schedule and the long-term maintenance
costs that each design option will lead to. WGI’s design will incorporate
passive cathodic protection for all bridge piles, with the design for
the seawall and other bridge components detailed to minimize future
corrosion. The design for the new seawall will also consider the long-
term survivability and ease of maintenance for all bridge, seawall, and
roadway components.
The WGI Team can provide construction phase services for the project.
Staff is capable and regularly provides technical reviews for shop
drawings, pile-driving logs, concrete test results, and other applicable
certifications. With WGI’s main project staff being located locally, we
can periodically visit the site to review progress and meet with the
contractor on specific issues that may arise during construction.
PROJECT APPROACH
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 7| 7
PAST PERFORMANCE AND CURRENT WORKLOAD / SUBCONSULTANT
Continuing Service Contract
LEGEND
PAST PERFORMANCE
WGI has performed similar bridge replacements throughout southeast
Florida for more than a half-century. We will bring that experience to the
Village. Our experience completing numerous infrastructure projects in
Palm Beach, Broward, and Miami-Dade counties has allowed us to
familiarize ourselves with the local construction industry and maintain
positive relationships with local and state permitting agencies. This
familiarity will allow WGI to complete the design of the bridge in a
manner that will minimize disruptions to the community during the
construction process while providing for the completion that will
enhance the bridge crossing and ease of boat traffic through the North
Palm Beach Waterway.
We pride ourselves on the significant amount of repeat business
that WGI receives from our municipal clients and believe this result
demonstrates our successful delivery and superior quality of work
of our product. We are familiar with the key issues inherent with
replacing aging bridges. Our experience has helped us identify and
address some of the most typical challenges encountered on similar
projects, such as managing stakeholder expectations, communication,
and delays, especially construction delays generated from conflicts
with existing utilities. The most important qualification WGI brings
to the Village is our firm’s continued commitment to developing
successful projects—technically sound, delivered on schedule,
and within budgetary guidelines.
With the depth of our team, with over 300 professionals deployed from
our Palm Beach, Broward, and Miami-Dade County offices, and over 400
in the state, WGI provides ample capacity to complete all assignments
on time. WGI’s superior service and professionalism demonstrate this
commitment over the years in providing similar engineering services
with the following municipalities:
Village of Tequesta
City of Boca Raton
City of Delray Beach
Palm Beach County
Town of Jupiter
Town of Manalapan
Town of Ocean Ridge
Ocean Reef Club
Village of Wellington
City of Lighthouse Point
City of Pompano Beach
City of Vero Beach
WGI has a proven record of past performance
with Florida agencies
WGI has proudly provided services
to Florida counties, cites, and
agencies for 50 years.
Tequesta Drive Bridge | Palm Beach County, Florida
CURRENT WORKLOAD
WGI has the resources available to complete the tasks under this
contract on schedule. We provide the estimated workload availability
percentage for the team below.
SUBCONSULTANT SERVICES
WIRX Engineering, LLC’s (WIRX’s)
initial review in preparation for this
project solicitation consisted of reviewing
historical records and aerial photographs
for the project area. WIRX’s senior engineer,
Andrew Nixon, PE, is the geotechnical engineer of record (EOR) for Palm
Beach County’s Prosperity Farms Road over the SFWMD C-17 (Earman
River) Bridge Replacement project, which is approximately 2,000 feet
southwest of the Lighthouse Drive Bridge. Standard penetration test
SPT) borings were performed to depths of 100 feet on the north and
south sides of the Prosperity Farms Road Bridge. The encountered
subsurface conditions consisted of loose to medium dense, fine sand
from the ground surface to depths of approximately 35 to 45 feet, where
a layer of hard to very hard limestone was encountered. The limestone
layer reaches depths of approximately 75 to 85 feet and is underlain by
dense, fine sand with shell and limestone to the termination depth of the
borings at 100 feet. We expect subsurface conditions at the Lighthouse
Drive Bridge to be similar to those encountered at the Prosperity Farms
Road Bridge.
In accordance with the FDOT Structures Design Guidelines, a minimum
of 24-inch square precast prestressed concrete (PPC) pile will be
required for the Lighthouse Drive Bridge because of the extremely
aggressive corrosivity environment associated with the saltwater.
Based on the FDOT Structures Design Guidelines, the maximum pile
driving resistance for a 24-inch PPC pile should not exceed 450 tons.
Based on Andrew’s experience at the Prosperity Farms Road Bridge,
we estimate that a Nominal Bearing Resistance (NBR) of 450 tons
will be achieved with approximately 35 to 45 feet of pile embedment.
However, please note that dynamic load testing should be conducted
in accordance with FDOT Standard Specifications for Road and Bridge
Construction to confirm pile capacities and embedment depths.
The geotechnical scope for the proposed bridge replacement project
will consist of soil borings and pavement corings, necessary laboratory
testing, and the provision of appropriate engineering analysis and
recommendations. Pavement cores will be drilled east and west of the
bridge to identify the existing crack depths and asphalt and subgrade
thicknesses to aid in the evaluation and selection of an efficient and
economical pavement section. SPT borings will be performed at depths
of 100 feet in accordance with ASTM D1586 to identify the existing
subsurface soil’s physical properties for the bridge foundations.
The corrosivity/aggressivity potential of the soils will be classified in
general accordance with the FDOT Structures Design Guidelines. To aid
in the scour analysis, canal bed samples will be collected and analyzed
for grain size distribution (i.e., D50). A geotechnical engineering report
will be prepared presenting with results of the field and laboratory
testing, construction recommendations, and pavement analysis
and recommendations, and bridge foundation and pile capacity
recommendations. The geotechnical evaluation will be conducted in
accordance with the FDOT Soils and Foundation Handbook.
Team Member Role Availability
Chris LaForte, PE Project Manager 70%
Jeff Bergmann, PE Principal 50%
Brett Oldford, PE QA/QC 40%
Keegan Larson, PE Transportation 40%
Angela Biagi, PLA, LEED AP
BD+C Planner 40%
Jason Mihalovits, PLA,
LEED AP
Landscape
Architect 40%
Chris Holmes, PE Civil Engineer 40%
Rick Harman, Jr., CEP, PWS Environmental 40%
Eric Matthews, PSM Geospatial 40%
Radek Grabowski SUE 40%
Andrew Nixon, PE Geotechnical
Engineer 70%
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 8
I am pleased to have the opportunity to express to you the positive
experiences I have had in collaborating with WGI on the Sebastian Inlet
Jetty. WGI provided an evaluation of both the north and south jetty at
the Sebastian Inlet to assess the sustained damage from Hurricane Matthew. The
rehabilitation project included a study of the wave climate and the replacement of
the jetty piling and deck surface to properly encapsulate the rock in the crib portion
of the jetty. The large granite boulders provide a vital component needed to dissipate
the wave energy and create a safe inlet for boaters. In addition, the team designed
a breaking wave-resistant railing system to make the jetty suitable for recreational
fishing, increasing the jetty’s attractiveness as a recreation facility.
In addition, the team created an expanded eastern terminal to increase the fishing
area. This added amenity provides a major attraction to the Sebastian Inlet State Park.
It is a tremendous draw for tourists and locals giving them a safe prime fishing spot
in the Atlantic Ocean.
Throughout the project, each teammate performed strongly in their respective roles
and contributed to the success of our team’s work. Please feel free to contact me if
you have any questions; I do not hesitate to recommend WGI for any project.
James D. Grey, Jr.
Executive Director, Sebastian Inlet District
Commitment, dedication, and teamwork are all
qualities the WGI Team brings to the Village.
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 9| 9
WGI has worked on numerous bridge replacement projects that
included similar design constraints as the Lighthouse Drive Bridge.
This project has a small bridge footprint, with residences located at
each corner of the bridge, minimizing opportunities for bypasses and
presenting maintenance of traffic (MOT) limitations for phased and
non-phased construction options. These adjacent properties present
a confining element for all aspects of bridge construction. Driveways
located within one hundred and a one hundred fifty feet from the end of
the bridge limit not only how much the existing roadway can be raised
in the vicinity of the bridge without negatively impacting driveway
access to the bridge neighbors but also decrease space available on
the site that the contractor can use for staging and equipment. WGI’s
strong early outreach to the local community stakeholders will be
vital in laying out a design that will result in an optimal bridge and
approach roadway configuration that will minimize disturbances to
the surrounding homeowners. The contractor’s construction access is
further limited by the overhead lines located along the southern edge
of the bridge. These lines and the utilities attached to the bottom of the
existing bridge will need to be relocated as a part of bridge construction.
WGI’s personnel in 2008 provided the Village with an approach slab
repair and has first hand experience with construction at the site. WGI’s
Civil Engineers will coordinate with FPL, Seacoast, and the other utilities
for temporary bypass and utility relocations that will be necessary to
complete construction. The design and schedule for these bypasses
and relocations will need to be determined at the start of the design
process as they will dictate the phasing of construction that will be
needed to allow for phase construction. The overhead lines along the
south side of the bridge in their current location will limit construction
activities on the site and prevent pile removal or driving in their current
configuration.
Lighthouse Drive bridge already serves as a limiting overhead crossing
on the North Palm Waterway. The existing and proposed replacement
bridge for US-1 over the Earman River provides low vertical clearance.
Boat traffic under the US-1 bridge is heavily time dependent with any
large boats needing to take the longer traverse under the Lighthouse
Drive bridge to the north in order to gain access to or from the
Intracoastal Waterway. This already limiting point of access will add a
further limitation for any proposed construction methods by requiring
the contractor to maintain marine access through the construction site
for the duration of the project.
To facilitate the removal of the existing bridge and construction of
the new bridge, the replacement bridge design can be detailed with
a phased demolition and bridge replacement that will require the
installation of temporary crutch bents. The placement of crutch
bents will allow for additional support for the existing bridge as part
of the bridge will be demolished for the new bridge construction.
Incorporating a design in this manner will allow the Village to maintain
limited vehicular access across the bridge throughout the project and
minimize the times when marine traffic under the bridge would also
have to be halted. If the bridge design is not detailed to allow for phased
construction, the only access across the North Palm Beach Waterway
will be taking US-1, either Northlake or PGA. This limitation would result
in decreased reaction times for those residences west of the North
Palm Beach Waterway, with fire personnel having to travel south on
US-1, then on Northlake and Prosperity Farms before serving that area
of the community.
If a full bridge closure is needed to facilitate the reconstruction of the
bridge and roadway approaches, the design will be detailed to allow
for an accelerated construction process relying on the use of precast
bridge components that will minimize the duration of construction.
WGI has a history of using composite and fiberglass structural
components and will consider their use for this project. FDOT and
several municipalities have recently completed bridges incorporating
these components not only as reinforcement within concrete but
also as bridge beams. WGI will consider if their use is warranted,
cost-effective, or will provide a benefit to the Village on this project.
INNOVATIVE AND/OR VALUE-ADDED CONSIDERATIONS
Existing utilities to be relocated during construction
WGI’s litigation cases for the past three years.
CASE COURTS SUMMARY STATUS AMOUNT
ACTIVE CASES
Community Asphalt Corp. v. WGI, Inc. et al. 2018-
CA-029816
11th Judicial Circuit Court
Miami-Dade County, FL
Disputed claims for alleged breach of
contract between contractor and design
team.
In Discovery Unknown at
this time
Morrison-Cobalt JV v. Kimley-Horn and Associates,
Inc. 2021-CA-002092
2nd Judicial Circuit Leon
County, FL
Disputed claims for alleged breach of
contract between contractor and design
team.
In Discovery Unknown at
this time
Gerardo M. Vaca vs. WGI, Inc. 2021 L 007019 Cook County, Illinois County
Department
Disputed personal injury claim, alleging
design concerns, along with claims
against contractor and property owner
related to Rich case below)
In Discovery Unknown at
this time
Sharon Rich vs. WGI, Inc. 2023 L 002682 Cook County, Illinois County
Department
Disputed personal injury claim, alleging
design concerns, along with claims
against contractor and property owner
related to Vaca case above)
In Discovery Unknown at
this time
Martinez v. Condotte America, Inc. 2019-013734-
CA-01
11th Judicial Circuit Court
Miami-Dade County, FL Traffic accident during construction In Discovery Unknown at
this time
Ikyun Cha v. Wantman Group, Inc. 1CCV-21-0000613 1st Judicial Circuit Court of
Hawaii
Disputed claims for alleged breach of
contract between contractor and design
team.
In Discovery Unknown at
this time
Currell v. WGI, Inc., et al. 562022CA001297 19th Judicial Circuit, St. Lucie
County, FL Traffic accident during construction In Discovery Unknown at
this time
Alfonso Perez v. WGI, Inc.2021-012281-CA-01 11th Judicial Circuit, Miami-
Dade County, FL
Traffic accident during construction
related to Izquierdo case below)In Discovery Unknown at
this time
Walker Izquierdo v. WGI, Inc. 2021-011062-CA-01 11th Judicial Circuit, Miami-
Dade County, FL
Traffic accident during construction
related to Perez case above)In Discovery Unknown at
this time
RESOLVED CASES
Community Asphalt Corporation v. Wantman
Group, Inc., AAA01-21-0003-6723
American Arbitration
Association
Disputed claims for alleged breach of
contract between contractor and design
team.
Settled Confidential
KAST Construction v. Hunters Run Property
Owners Assoc.,50-2020-CA-000769-XXXX-MB
15th Judicial Circuit Court
Palm Beach County, FL
Disputed claims for alleged breach of
contract between contractor and design
team.
WGI was
dismissed (2022)
0.00 as to
WGI
Ari Goldblatt, et al, v. Hunters Run Property Owners
Association, Inc. v. Wantman Group, Inc. 50-2020-
CA-004545
15th Judicial Circuit Court
Palm Beach County, FL
Personal injury case resulting from child
slipping on a pool deck.
WGI was
dismissed (2021)
0.00 as to
WGI
Ranger Construction v. WGI, Inc. 50-2020-CA-
002166-XXXX-MB
15th Judicial Circuit Court
Palm Beach County, FL
Disputed claims for alleged breach of
contract.Settled
An amount
less than
5,000.
WGI, Inc. v. City of Fort Lauderdale, Florida. CACE-
22-001050
17th Judicial Circuit Court
Broward County, FL Bid dispute/protest.
Dismissed
following
settlement
2022)
N/A
Beck Architecture/ Beck Ltd. v. Big Red Dog, WGI,
et al (Omni Resort, Austin, TX)Travis County, TX Disputed claims regarding contract plan
details against a firm WGI acquired
Dismissed
following
settlement (2021)
Confidential
Plum Owner Ft. Collins Co., LLC v. Wantman Group,
Inc., N/K/A WGI, Inc. Civil Action No.: 1:22-cv-02953
MEH
United States District Court
of Colorado
Disputed claim of successor liability
for alleged breach of contract between
contractor and a firm WGI acquired.
Dismissed
following
settlement
2022)
Confidential
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 10
LITIGATION
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 11| 11
SIMILAR PROJECT EXPERIENCE
WGI provided structural engineering design to replace an existing concrete bridge with two 60 inch diameter HDPE pipe culverts. WGI’s design
accounted for unique site constraints due to existing aging utilities, close residential properties with aging seawalls, and the bridge being the
single access point to the island. The bridge replacement was completed using phased construction to maintain at least one lane of traffic at all
times. The culverts are enclosed within flowable fill behind concrete headwalls and retaining walls supported on helical piles.
HAVANA DRIVE BRIDGE | PALM BEACH COUNTY, FLORIDA
WGI provided design for a new two-lane bridge after performing an initial condition assessment and load rating. The bridge plans were phased
to maintain one lane of traffic to the island at all times. In addition to the bridge design and replacement of the wing walls and abutments, the
existing utilities needed to be relocated. During construction, WGI attended meetings, reviewed shop drawings, conducted site visits, responded
to contractor RFI’s, and provided as-built drawings upon completion. A final inspection and final certification report were provided.
AUDUBON CAUSEWAY BRIDGE | PALM BEACH COUNTY, FLORIDA
WGI designed a new two-lane bridge for Tequesta Drive over the North Fork of the Loxahatchee River. The existing bridge was too deteriorated
for a phased replacement, so emergency services had to maintain split services during construction. WGI incorporated decorative elements like
planting areas, arched panels, and decorative railing into the design, while ensuring boating access and preserving seagrasses in the area. The
bridge was funded by FDOT’s Local Agency Program.
TEQUESTA DRIVE BRIDGE | PALM BEACH COUNTY, FLORIDA
Shari Howell | Finance Director
City of Clewiston
PROJECT:
C-21 Bridge, Clewiston, Florida
ADDRESS:
115 West Ventura Avenue
Clewiston, Florida 33440
p. 336.983.1484 ext. 103
e. shari.howell@clewiston-fl.gov
PROJECT DATES:
Design Fees: $250K
Construction Cost: $4.2M
SERVICES PROVIDED:
Bridge Design
Construction Administration
TOTAL COST:
Design Fees: $250K
Construction Cost: $4.2M
PROJECT MANAGER:
Jeff Bergmann, PE
KEY STAFF:
Chris LaForte, PE, and TJ Tustin, PE
Timothy S. Carter, PE | Principal Engineer
South Florida Water Management District
PROJECT:
Sebastian Inlet Jetty, Sebastian, Florida
ADDRESS:
114 Sixth Avenue
Indialantic, Florida 32903
p. 321.724.5175
e. jgray@sitd.us
PROJECT DATES:
Design: December 2021
Construction: Ongoing
SERVICES PROVIDED:
Construction Documents
Structural Engineering
TOTAL COST:
Design/Consulting $255K
PROJECT MANAGER:
Jeff Bergmann, PE
KEY STAFF:
Chris LaForte, PE, Eric Matthews, PSM, and
TJ Tustin, PE
PROJECT:
SFWMD S-140 Pump Station
Broward County, Florida
ADDRESS:
3301 Gun Club Road
West Palm Beach, Florida 33406
p. 561.682.2549
e. tcarter@sfwmd.gov
PROJECT DATES:
Design: June 2016
Construction: March 2020
SERVICES PROVIDED:
Structural Engineering
TOTAL COST:
Design: $389.2K
Construction: $12M
PROJECT MANAGER:
Jeff Bergmann, PE
KEY STAFF:
Chris LaForte, PE, Eric Matthews, PSM, and
TJ Tustin, PE
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2 | 12| 12
REFERENCES
The City retained the firm following all applicable State and County standards. As such, they
were ranked #1. Staff assigned proved to be very knowledgeable and effective. The overall design
was very well received by the local residents and tourists alike. The project was difficult and time consuming,
but in the end it was a complete success. The firm was instrumental to ensuring such success.
Horacio Danovich
Capital Improvements and Innovation District Director, City of Pompano Beach
Extremely professional staff and excellent work
product.
Jamie Brown
Town Manager, City of Lake Worth Beach
James D. Gray, Jr. | Executive Director
Sebastian Inlet District
Chris is a senior project manager at WGI. He has served as the engineer of record, project manager, and
lead design engineer for various types of projects, including ocean piers, oceanfront seawalls, seawalls
and retaining walls, highway, local, and pedestrian bridges, pump stations, gate structures, concrete
masonry, steel-framed building, and miscellaneous structures. Chris has managed projects for state and
local governmental agencies and private clients.
RELEVANT EXPERIENCE
Camino Real Road/Boca Club Bridge over Intracoastal Waterway, Palm Beach County, FL. Chris
provided provided structural engineering design for the approach spans of the Boca Club Bascule bridge
including the superstructure, sidewalk and barrier replacement, replacement of the abutments and
intermediate piers 2 and 5 of the substructure, replaced the fender system with new walers and pile cable
ties, replacement of east and west approach slabs, and designed and relocated a replacement for the
bridgetender house. Design modifications were made to drainage scuppers on the bridge, relocation of
traffic lights and barriers, upgraded existing guardrails, widening of the existing bridge lanes from 10’-0”
to 12’-3” with the inclusion of gutters. Modifications to the bascule spans, roadway grading, pedestrian
guardrails, sidewalks and overhead lighting to accommodate the widened approach spans.
Havana Drive Bridge, Palm Beach County, FL, City of Boca Raton. Chris provided structural
engineering design for the replacement of an existing concrete bridge with two 60 inch diameter HDPE
pipe culverts. The bridge replacement was completed using phased construction in order to maintain
at least one lane of traffic at all times. The culverts are enclosed within flowable fill behind concrete
head walls and retaining walls supported on helical piles. Vinyl sheet pile walls were used as temporary
cofferdams during construction and as a permanent toe wall beneath the retaining walls. Permits were
obtained from South Florida Water Management District, Department Environmental Protection, U.S. Coast
Guard, Army Corps of Engineers, and Palm Beach County Health Department (water & sewer). During
construction, WGI provided periodic site visits for sheet pile driving, helical anchor monitoring, rebar
placement, and concrete casting. WGI responded to RFI’s and change orders, reviewed shop drawings,
conducted a semi-final and final inspections, and provided certifications and close-out.
George Bush Boulevard over Intracoastal Waterway, Palm Beach County, FL, Palm Beach
County. Chris provided structural engineering services for the replacement of the intermediate bents of
the approach span on both sides of the George Bush Boulevard Bascule Bridge. Chris designed temporary
steel framed crutch bents that were installed through the existing reinforced concrete superstructure
and the steel frame superstructure. The steel framed crutch bents were installed in augercast concrete
foundations installed in the Intracoastal waterway. After installation of the crutch bents the existing
concrete enclosed steel frame piers were demolished and replaced with a reinforced concrete pier. The foundations for the crutch bents were used as
additional support for the new concrete bridge pier. Repairs were completed for portions of the concrete and steel superstructures.
Tequesta Drive Bridge over North Fork of the Loxahatchee River, Palm Beach County, FL, Village of Tequesta. Chris provided structural
engineering services for the design of a new 50-foot wide by 300-foot long multi-span bridge on Tequesta Drive. The bridge was designed as a five
span prestressed concrete bridge to replace an existing bridge. The bridge was constructed with prestressed concrete piles, concrete pile caps, and
prestressed concrete deck units that were transversely post tensioned. The bridge abutment and wing wall designed included both concrete king pile
retaining walls and steel sheet piling. The center span of the new bridge was raised approximately five feet to allow for increased boat traffic under
the bridge with the outer spans equipped with decorative precast concrete spandrel arch panels that provide the Village’s desired appearance. The
bridge approach incorporates the use of a tiered retaining wall and seawall design that provides areas for planting and to provide a more natural
visual transition between the neighboring properties and the elevated bridge. Decorative features above the bridge include a bridge paver median
and pedestrian walkways, decorative aluminum railing, bridge traffic lighting, seating and viewing areas on each corner of the bridge approach, and
decorative light from the water up on the arched spandrel panels. During construction WGI reviewed shop drawings, responded to contractor RFIs,
attended construction meetings, reviewed test pile data, and conducted periodic site visits.
PROJECT MANAGER
Chris
LaForte, PE
REGISTRATIONS:
Professional Engineer:
Florida #76797, 2013
Michigan #60389, 2013
EDUCATION:
Master of Science, Civil Engineering
Structural)—Michigan Technological
University, 2006
Bachelor of Science, Civil Engineering
Structural)—Michigan Technological
University, 2005
AFFILIATIONS:
Florida Engineering Society
YEARS OF EXPERIENCE
TOTAL: 17 WITH WGI: 17
RESIDING LOCATION:
Greenacres, Palm Beach County
RESUMES
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
Jeff has vast experience in managing civil and structural engineering projects in both the public and
private sectors related to regulatory compliance, structural and civil engineering design and construction,
construction administration, and contract management. With his recent work on Florida piers and four
decades of structural engineering experience, Jeffrey will prove integral in providing support for the
project director.
RELEVANT EXPERIENCE
Audubon Causeway Bridge, Palm Beach County, FL, City of Manalapan. Jeff provided design for a
new two-lane bridge. The bridge plans were phases to accommodate at least one lane of traffic to the island
at all times. In addition to the bridge design, the existing utilities need to be relocated. During construction,
WGI attended meetings, reviewed shop drawings, conducted site visits, responded to Contractor RFI’s and
provided as-built drawings upon completion. A Final Inspection and Final Certification and report were
provided.
Lantana Beach Pavilion, Palm Beach County, FL, Town of Lantana. Jeff developed a basemap
including design and detailing of a 30-foot by 3-foot elevated wood and composite deck structure for the
Lantana Municipal Beach. The elevated deck utilized a composite decking with heavy timer framing and
timber pilings. A timber piling foundation system was designed as well as a deck skirt enclosure to prevent
public access.
CR 880 Horizon Bridge, Palm Beach County, FL, Prolime Corporation. Jeff provided engineering for a
bridge entrance into the Horizon Composting Facility. WGI provided design for a three-span bridge crossing
the L-13 Canal. The new structure was designed to meet current AASHTO and FDOT requirements for traffic
safety and Florida Legal Loads. The bridge will accommodate a 50-foot right-of-way, with an entrance
throat at the connection point prior toe CR 880 which will accommodate a 55-foot fire rescue design
vehicle. Structural engineering included substructure design, end abutments, wingwalls, erosion control
of the embankment and toe of slope, superstructure design, barrier wall design and coordination with the
civil engineer for road grades at the bridge approach. Also included was coordination with the Landscape
Architect for bridge aesthetics. Permits for the bridge were submitted to SFWMD and Palm Beach County
Land Development Driveway Connection Permit.
SFWMD S-140, Broward County, FL, SFWMD. Jeff provided design, calculations and construction
documents for a 170-foot long service bridge for an automated trash rake, including pile design, pile cap design, bridge deck, bar screen, bar screen
support and substructure support of the trash rack stand, guide rails, and beam. Steel sheet pile abutments at each end of the bridge were design to
provide scour protection for the approach slab and bridge abutments. During construction, WGI reviewed shop drawings, conducted site visits and
attended progress meetings.
C-21 Bridge Canal Crossing, Hendry County, FL, City of Clewiston. Jeff assisted in developing an evaluation of the construction time-frame
associated with the S-169 relocation and the C-21 rehabilitation. WGI provided planning, site selection, and final design of a new bridge crossing the C-21
Canal. Planning and site selection addressed any land issues, including zoning, ownership, public interest, environmental assessment, and compliance
with Hendry County Comprehensive Plan and plans for the city of Clewiston as well as permitting with local, state, and federal agencies. WGI provided
structural engineering for the approximately 105-foot clear span bridge. The bridge accommodates two 12-foot travel lanes, a single 6-foot minimum
sidewalk and the bridge barrier walls.
John D MacArthur Beach State Park Estuary and Dune Crossover Boardwalks, Palm Beach County, FL, FDEP. Jeff provided complete design
and permitting for 1,600 linear feet of estuary boardwalk rehabilitation. The project entailed restoration of components of the existing causeway
boardwalk (bridge). The bridge was constructed with a concrete pile and pile cap substructure and a heavy structural timber truss superstructure
with structural steel plate connections. The following elements were identified to be rehabilitated; exposed portions of the concrete piles, concrete
pile caps, connections between the timber superstructure, horizontal top and bottom truss chords, vertical truss members, diagonal truss members,
steel fasteners and gusset plats, splice connections, transverse cross beams, longitudinal joists, and the top rail boards. Within each work section, the
decking boards were replaced in kind with pressure-treated southern yellow pine.
PRINCIPAL IN CHARGE
Jeff
Bergmann, PE
REGISTRATIONS:
Professional Engineer: Florida
50159, 1996
EDUCATION:
Bachelor of Science, Civil
Engineering—University of New
Mexico, 1984
AFFILIATIONS:
American Society of Civil Engineers
Florida Engineering Society
YEARS OF EXPERIENCE
TOTAL: 40 WITH WGI: 11
RESIDING LOCATION:
Wellington, Palm Beach County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
Brett has extensive planning, design, permitting, value engineering, and construction management
experience covering municipal infrastructure, civil/site design, and land development projects. His
experience includes providing professional consulting services for both private and municipal sector
clients. Serving as project manager, Brett’s projects include large-scale residential, commercial, and mixed-
use developments; petroleum facilities; marinas; dredge and fill projects; water resources; stormwater
management systems; utility improvements; roadway projects; municipal parks; and infrastructure design.
RELEVANT EXPERIENCE
Pompano Beach Pier, Broward County, FL, City of Pompano Beach, QA/QC Officer. Brett provided
QA/QC review for this project. WGI designed an 864-foot replacement fishing pier. The design of the pier
walkway forms a circle around a bait shop and continues east. The walking surface is approximately 20-feet
wide up to the mean high-water mark. Beyond the mean high-water line, the deck widens to 30 feet to the
east end of the pier. In lieu of the previous octagonal shaped end, the structure was designed to represent
the head of a pompano fish, similar to the City’s logo. Amenities on the pier include four shade structures,
electrical outlets for maintenance staff, freshwater hose bibs, a dry fire line for fire safety, and three fish
gutting stations. Design also includes lighting on the pier, which meets requirements for sea turtle-friendly
lighting, along with environmental education signs. For the work completed onthe Pompano Beach Fishing
Pier, WGI was recognized by ACEC Florida as the recipient of an Engineering Excellence Award of Honor.
Marine Way Seawall and Docks—Phase I, Palm Beach County, FL, City of Delray Beach, Contract
Manager. Brett provided overall discipline coordination and schedule and acted as the primary liaison
to the client, responsible for the overall delivery and performance of the project. The City of Delray Beach
contracted WGI to provide up to three conceptual plans for the improvement of the Marine Way corridor,
which included the following improvements: roadway to access the residential lots, new sea wall, sidewalk,
docks, underground utilities, lighting, signage, landscaping, and connection to the Atlantic Avenue bridge on
the north and the City marina to the south. WGI performed various services and presented three conceptual
plans for residents, business owners, property owners, and the City Commission. In addition, at the end of
Phase 1 of the scope of services, WGI presented a design to the City that met regulatory requirements and
addressed the City’s and local stakeholders’ expectations.
City of Delray Beach Marina—Sea Wall and Boat Dock Improvements, Palm Beach County, FL, City
of Delray Beach, Project Manager. Brett was the project manager for this project. He provided overall discipline coordination, schedule and acted
as the primary liaison to the client. During Phase I of this project, WGI performed a structural assessment of the sea wall, marginal docks, and finger
piers. A report was presented to the City of Delray Beach outlining the condition assessment and recommended corrective actions. In addition, WGI
prepared construction documents for the repair/replacement of the concrete sea wall and cap and for the replacement of the finger piers at the Delray
Beach Marina. The sea wall cap was raised to account for future sea-level rise and marine vessel wave action. All existing wooden piers were removed
and replaced with new floating finger piers. WGI assisted the City with the public bidding of the project including attendance at the pre-bid meetings,
responding to requests for information, review of bids, and preparation of a bid recommendation letter to the City.
Seville Street and Sebastian Street Replacements at the Intracoastal Waterway, Broward County, FL, City of Fort Lauderdale, Contract
Manager. Brett was the contract manager for this project. He provided overall discipline coordination, schedule and acted as the primary liaison to the
client. The project was completed within an accelerated schedule, design, and construction documents for two sea wall replacements, inline tidal check
valves, outfall pipe replacements, and milling and resurfacing of Sebastian and Seville Streets. This project included surveying, utility coordination,
environmental permitting, structural, and civil engineering. The sea wall elevations were raised per the City of Fort Lauderdale’s ordinance to ensure
coastal resilience and to mitigate the effects of tidal flooding and sea-level rise. Drainage improvements were introduced to prevent surcharge of the
stormwater system due to the elevated stages of the Intracoastal waterway.
QA/QC
Brett
Oldford, PE
REGISTRATIONS:
Professional Engineer: Florida
PE61795, 2004
EDUCATION:
Bachelor of Science, Civil
Engineering - Florida State
University, 2000
AFFILIATIONS:
American Public Works Association
Florida Engineering Society
YEARS OF EXPERIENCE
TOTAL: 29 WITH WGI: 8
RESIDING LOCATION:
Hobe Sound, Martin County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
TRANSPORTATION
Since beginning his career in 2004 with WGI, Keegan has worked on a wide variety of roadway design
projects for the Florida Department of Transportation. He has developed an extensive range of project
management skills and a diverse background in a number of transportation related disciplines, including
roadway design, temporary traffic control, signing and marking, signalization, tolling facilities and ITS.
RELEVANT EXPERIENCE
Turnpike Mainline Widening with Express Lanes from Osceola Parkway to the Beachline
Expressway, Orange County, FL, Florida’s Turnpike Enterprise, Project Manager. Keegan served
as project manager and engineer of record for roadway and signing and pavement marking plans. WGI
completed final design plans for the widening of Florida’s Turnpike from Osceola Parkway to the Beachline
Expressway and the remaining three movements/ramps at the Turnpike/SR 417 interchange. These ramps
include Ramp A2 (northbound Turnpike SR 91 to southbound SR 417), which includes the construction of a
1,882-foot long Category II/third level steel box girder bridge structure; Ramp C2 (southbound Turnpike SR
91 to northbound SR 417), which includes the construction of a 1,715-foot long Category II/third level steel
box girder bridge structure; and Ramp D1 (southbound Turnpike SR 91 to southbound SR 417). Improvements
associated with this project also include the reconstruction and/or widening of the Osceola Parkway and
Orlando South Interchange exit/entry ramps, including the replacement of the existing ramp bridge at the
Orlando South Interchange. Other bridge improvements include the replacement of the SR 91 bridges over
the Central Florida Rail Corridor and over Central Florida Parkway/CSX Railroad Spur, and the replacement
of the existing Orange County roadway overpasses at CR 527 (Orange Avenue) and Taft-Vineland Road.
Other improvements include signing and pavement marking related to the implementation of express lanes,
drainage and stormwater management improvements, highway lighting within the interchange limits,
upgraded ITS infrastructure, and the addition of three tolling facilities.
HEFT (SR 821) Widening from SR 836 to NW 106th Street, Miami-Dade County, FL, Florida’s Turnpike
Enterprise, Project Manager. Keegan served as project manager on this project and engineer of record for
roadway plans. The project consisted of completion of final design plans and construction specifications for
widening of the HEFT from south of SR 836 (Dolphin Expressway) to NW 106th Street to ten lanes, including the
incorporation of express lanes. Project included design and inclusion of the ultimate HEFT/SR 836 interchange
incorporating all movements to and from the two expressway facilities, including direct connections to the
HEFT express lanes to and from the west, and incorporation of a new northbound entry ramp at NW 41st
Street from NW 117th Avenue. The project design included roadway, drainage, stormwater management,
signing and pavement marking, structures, toll gantries and facilities, ITS, lighting, environmental permitting,
landscape architecture, utility coordination, subsurface and survey. The structural scope included numerous
Florida I-Beam bridge widenings and additional curved steel flyovers at the SR 836/HEFT interchange.
Widen Turnpike Extension North of Campbell Drive to Tallahassee Road, Miami-Dade County, FL,
Florida’s Turnpike Enterprise, Project Manager. Keegan served as project manager on this project. As
part of FTE’s first fully integrated 3D model design for a mainline widening, WGI partnered with FTE to progress and improve 3D design workflows,
quality control procedures, and project requirements. This project consisted of the completion of final design plans and construction specifications
for the widening of the Turnpike Extension of the Florida’s Turnpike (SR 821) from Campbell Drive to north of Tallahassee Road to six lanes including
the incorporation of managed lanes within this segment. Scoped project improvements included widening of the exit/entrance ramps at the Biscayne
Boulevard and Tallahassee Road interchanges and the incorporation of a new northbound entry ramp at Tallahassee Road. Off-system improvements
include the widening of Tallahassee Road to coincide with Turnpike ramp improvements and to incorporate complete streets elements requested by
Miami-Dade County. The project design scope includes roadway, drainage and stormwater management improvements, numerous bridge widenings,
noise barriers, highway signing and pavement marking improvements to extend the managed lanes system south to mile post 4, signals, lighting, and
upgrading existing ITS infrastructure.
Keegan
Larson, PE
REGISTRATIONS:
Professional Engineer: Florida
PE69176, 2009
EDUCATION:
Bachelor of Science, Civil
Engineering - Purdue University,
2003
CERTIFICATIONS:
Advanced Maintenance of Traffic
Advanced Temporary Traffic
Control
AFFILIATIONS:
Florida Engineering Society, FES #
9008416
National Society of Professional
Engineers
YEARS OF EXPERIENCE
TOTAL: 20 WITH WGI: 20
RESIDING LOCATION:
Jupiter, Palm Beach County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
PLANNER
Angela has extensive experience in the management and design of a variety of projects throughout Florida.
Her range of work includes mixed-use developments, transportation projects, and residential community
design. Serving as a project manager, she is responsible for site and landscape design, manages projects
through the local agency approval process, and assists clients from concept through construction to ensure
their design intent is maintained.
RELEVANT EXPERIENCE
CEI Services for City Marina, Palm Beach County, FL, City of Delray Beach, Planner. Angela provided
public outreach services, including public meetings and management of the website and hotline. WGI
performed construction administration related to the improvements of the City of Delray Beach Marina. The
improvements included raising and repairing structural damage to the existing seawall, the installation of new
floating docks, enhancements of the surrounding walkways and sidewalks to accommodate for Americans
with Disabilities Act (ADA) compliance and provide improvements to the electrical, water/sewer, lighting,
landscaping and irrigation, security, and stormwater components. Services performed included general
administration of the construction contract, full-time inspection, conducting meetings, review of contractor
submittals, pay applications, and change orders. WGI also reviewed the construction for substantial
completion and final acceptance, reviewed the contractor submitted record drawings, and assisted the City
with the close-out procedures for construction and regulatory permits.
Marine Way Seawall and Dock Repair Phase 2, Palm Beach County, FL, City of Delray Beach,
Planner. Angela provided public outreach services, including public meetings and management of the
project website. This sustainability project for the City of Delray Beach’s Marine Way Seawall and Dock
Replacement is the final piece of the Veteran’s Park to City Marina seawall and dock improvements and the
third award for WGI. This project started in 2008 when the City originally contracted WGI to perform due
diligence services for the Marine Way corridor. The project limits extend from Veteran’s Park south to the
northern side of the City Marina and from the Intracoastal Waterway west to the FEC railroad tracks. The
project is designed to adapt to climate change and rising sea levels, while also providing a stormwater pump
station which serves the drainage basin as well. There are approximately 600 linear feet of new seawall and
at least one and a half times that for docks. WGI provided extensive public outreach to notify, coordinate,
and listen to the stakeholders within the project limits. Outreach activities included personal interviews with
stakeholders, public meetings, City Commission meetings, and updating the project website.
South Dixie Highway Streetscape/Landscape Improvements from Albemarle Road to Okeechobee
Boulevard, Palm Beach County, FL, City of West Palm Beach, Project Manager/Landscape Architect
of Record. Angela was the project manager and landscape architect of record. She also coordinated the
public outreach efforts. WGI provided urban design and lead the public outreach efforts for this 1.5-mile road
diet project. This corridor is home to many restaurants, retail shops, and adjacent residential neighborhoods.
With this in mind, the City and community desired to create a complete and walkable street to improve safety,
access to local businesses, and aesthetics along the corridor. The WGI Team took special care to ensure that
the streetscape design addressed the existing infrastructure constraints of the corridor, access to business
entrances, and signage visibility. A unique feature of the design is that the City and business owners wanted the landscape to respond to the nature
and brand of the individual businesses rather than a homogenous streetscape.
Banyan Blvd. from Australian Avenue to Flagler Drive, Palm Beach County, FL, City of West Palm Beach, Landscape Architect of Record.
Angela led the urban design and served as landscape architect of record on the project. Banyan Boulevard functions as a gateway into downtown
West Palm Beach for many government employees and residents. The corridor provides access to the waterfront and a connection to the heart of
the downtown entertainment district. The goal of this corridor redevelopment was to create a vibrant street and a downtown gateway, prioritizing
pedestrians and cyclists, and designed with alternative mobility infrastructure, as well as safe accommodation of automobiles.
Angela
Biagi, PLA, LEED AP
BD+C
REGISTRATIONS:
Professional Landscape Architect:
Florida #6666787, 2005
Professional Landscape Architect:
Illinois #157.001640, 2017
EDUCATION:
Bachelor of Landscape
Architecture—University of Illinois,
2001
CERTIFICATIONS:
LEED BD+C
AFFILIATIONS:
American Society of Landscape
Architects
Congress for the New Urbanism
United States Green Building
Council
YEARS OF EXPERIENCE
TOTAL: 22 WITH WGI: 9
RESIDING LOCATION:
Lake Worth Beach, Palm Beach
County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
LANDSCAPE ARCHITECT
Jason has two decades of experience in a range of project types, including planning and design for
transportation, commercial, and large-scale residential and municipal projects. His experience includes
multiple aspects of the design process, including concept generation, site inventory, site and master
planning, landscape and irrigation design, project specifications, green design and infrastructure, and
construction observation.
RELEVANT EXPERIENCE
HEFT Widening from I-75 to NW 57th Avenue, Broward and Miami-Dade Counties, FL, Florida’s
Turnpike Enterprise, Landscape Architect of Record. Jason was the landscape architect of record,
responsible for overseeing the development of landscape opportunity plans for the corridor. This project
includes mainline widening from six to eight lanes with three general-purpose plus one express lane in
each direction from I-75 to the south of the Red Road/NW 57th Avenue interchange in Miami-Dade and
Broward counties. One all electronic tolling (AET) toll gantry structure was provided for the northbound
express lane. This project borders several other design projects, including the HEFT Express Lane Widening
from NW 57th Avenue to Miramar, the HEFT Express Lane Widening design-build project to the south, and
the I-75 interchange improvements being implemented by District 4. Other improvements included bridge
widening, noise barrier, drainage, signing and pavement marking, Intelligent Transportation Structure (ITS),
and lighting. WGI delivered the project in 3D design-compatible format following FDOT guidelines.
NW 21st Avenue from Oakland Park Boulevard to Commercial Boulevard, Broward County, FL, FDOT
District 4, Landscape Architect. Jason oversaw the development of landscape and irrigation submittal
packages. This project widened the road to add buffered bike lanes, sidewalks at gap locations, upgrading
ADA features, replacing the existing bridge over the SFWMD C-13 canal, drainage, pavement markings, and
any work that is associated with the addition of the bike lanes and/or sidewalk such as signing, lighting,
signalization, and/or landscaping. This project also included utility coordination, survey, and geotechnical
exploration. In addition, this project will retrofit lights at the intersections of Oakland Park Boulevard at NW
21st Avenue and Commercial Boulevard at NW 21st Avenue to meet current lighting criteria for horizontal and
vertical illuminance.
I-75 Express Lanes from South of Sheridan Street to North of Griffin Road (Segment D) Design-
Build, Broward County, FL, FDOT District 4, Landscape Architect. Jason served as the landscape
architect for the I-75 Express Lanes Segment D improvements included design and construction of new
express lanes within the existing 166-foot wide median consisting of barrier wall separated, four-lane
tolled roadway. The project also included the reconstruction of the Sheridan Street interchange. Additional
improvements included a new I-75 express lanes bridge over the C-11 Canal, widening and lengthening of
the existing Sheridan Street overpass bridge, and milling and resurfacing of the I-75 general purpose lanes.
Services included roadway and drainage design, traffic control, environmental permitting, survey, landscape
architecture, miscellaneous structures, and public involvement.
I-75 Express Lanes from South of Miramar Parkway to South of Sheridan Street Design-Build (Segment C), Broward County, FL, FDOT
District 4, Landscape Designer. Jason served as the landscape designer for the Segment “C” improvements include design and construction within
the existing 166-foot wide median and consisted of a barrier wall divided, four-lane tolled roadway. Each direction will have two, 12-foot travel lanes
with six-foot paved inside shoulders and 12-foot (10 feet paved) outside shoulders. The project also includes the construction of the Pembroke Road
Overpass Bridge replacing the I-75 bridges at the C-4 with a culvert, as well as the reconstruction of the Miramar Parkway Interchange, including the
Miramar Parkway Bridge over I-75. As prime designer, WGI’s services include roadway and drainage design, traffic control, environmental permitting,
survey, landscape architecture, and public involvement.
Jason
Mihalovits, PLA,
LEED AP
REGISTRATIONS:
Professional Landscape
Architect: Florida #LA6667128,
2012
EDUCATION:
Bachelor of Arts, Landscape
Architecture—University of
Florida, 2007
CERTIFICATIONS:
LEED AP
AFFILIATIONS:
American Society of Landscape
Architects
United States Green Building
Council
YEARS OF EXPERIENCE
TOTAL: 21 WITH WGI: 9
RESIDING LOCATION:
Boca Raton, Palm Beach County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
Chris is a results-oriented project engineer and project manager with the ability to simultaneously manage
and coordinate multiple engineering projects. He specializes in the design, regulatory agency permitting,
and preparation of construction documents for water distribution, wastewater collection, stormwater
collection, and site grading for a variety of projects for both public and private clients.
RELEVANT EXPERIENCE
Palmetto Park Road Over E-4 - SA 2, Palm Beach County, FL, Palm Beach County Engineering,
Phase Manager. Chris prepared and submitted permit applications along with the required design
documents for the proposed improvements. In addition, when construction commences, Chris will attend a
pre-construction meeting, review shop drawings, perform periodic field observations, respond to contractor
RFI’s, coordinate and submit record drawings, and submit a construction certification package upon
completion. WGI designed approximately 500-linear feet of 16-inch DIP force main relocation on new bridge
pile caps crossing over the E-4 Canal on Palmetto Park Road.
Murphy Road Bridge, Martin County, FL, Martin County Board of County Commissioners, Phase
Manager. Chris served as the phase manager for the new Murphy Road bridge replacement was designed
to meet current AASHTO and FDOT criteria loads including all Florida legal loads and permit vehicle loading.
Prestressed concrete piling, concrete pile caps and prestressed concrete flat slab deck units were utilized
for the project. Sidewalk on both sides of the bridge and traffic barriers meet or exceed the traffic safety
and ADA standards and safe sight distances. Drainage from the new bridge deck is collected and treated
in swales located at each end of the bridge to provide water quality and meet current criteria as defined by
Martin County and SFWMD. Martin County has received LAP funding to replace the bridge at Murphy Road
over the C-23 canal and requested WGI provide services to update the plan set and cost estimate to meet
the requirements of LAP funding.
Purdy Lane Aerial Utility Crossing over LWDD E-3 Canal, Palm Beach County, FL. Located at Purdy
Lane over the Lake Worth Drainage District E-3 Canal in Palm Beach County, this bridge widening project
includes the design of aerial crossings for the 12-inch DIP watermain and the 12-inch DIP sanitary sewer force
main to accommodate the proposed bridge locations. WGI’s services include geotechnical investigation,
utility engineering design development, construction documents, structural design, permitting and bid
support and construction phase services.
Kudza Road WM Relocation, Palm Beach County, FL, Village of Palm Springs, Project Manager/Civil
Engineer of Record. Chris served as the project manager and civil engineer of record. Working with the Village of Palm Springs, WGI’s civil engineering
group will be assisting our roadway and structural group to relocate an existing eight-inch water main and 12-inch force main to accommodate a box
culvert replacement project along Kudza Road. The scope of work includes the design and permitting for the new utility relocations.
Prairie Road over Lake Worth Drainage District L-8 Canal Bridge Replacement, Palm Beach County, FL, Palm Beach County Roadway
Production, Phase Manager. WGI provided design services for the replacement of the existing bridge at Prairie Road over the L-8 Canal. The bridge
accommodates two 11-foot traffic lanes, a four-foot bike lane and six-foot sidewalk on each side, meeting current traffic safety and legal load standards.
Limits of roadway pavement improvements in the vicinity of the bridge replacement extend approximately 300 feet. The bridge was designed as a
single-span structure meeting the low member and minimum span requirements as dictated by Lake Worth Drainage District (LWDD). Utility ducts
were placed in the sidewalks for communication cable as necessary. WGI prepared and submitted applicable permit applications to SFWMD and LWDD.
Palmetto Park Road over E-4 - Utility Relocation, Palm Beach County, FL, City of Boca Raton, Project Manager. Chris served as the project
manager for the Palm Beach County proposed replacement of the bridge over the E-4 Canal and to improve adjacent portions of Palmetto Park Road
in the City of Boca Raton. Modifications to the existing utility systems were required to accommodate the improvements, including the relocation of an
existing eight-inch water main and 16-inch force main. WGI provided design of approximately 250 lineal feet of eight-inch DIP water main relocation on
the new bridge pile caps crossing over the E-4 Canal and approximately 800 lineal feet of eight-inch water main, 200 lineal feet of 16-inch force main
and deflections of the 16-inch force main along Palmetto Park Road.
Chris
Holmes, PE
REGISTRATIONS:
Professional Engineer: Florida
PE66344, 2007
EDUCATION:
Bachelor of Science, Civil
Engineering - Florida State
University, 1999
AFFILIATIONS:
American Society of Civil
Engineers
Florida Engineering Society
YEARS OF EXPERIENCE
TOTAL: 24 WITH WGI: 10
RESIDING LOCATION:
Jupiter, Palm Beach County
CIVIL ENGINEER
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
ENVIRONMENTAL
Rick is responsible for upland and wetland determination, wetland delineation/permitting, maintenance
and monitoring, due diligence for environmental assessment, tree mitigation, preservation, and relocation,
regulatory compliance, and permitting. His responsibilities include GPS work, littoral and wetland plantings
design, tabular tree lists, listed species surveys, preservation management plans, and preparation of
permits and reports for clients and government agencies.
RELEVANT EXPERIENCE
ORCA Island Drive Bridge Repair, Monroe County, FL, Ocean Reef Community Association, Inc.,
Project Manager. Rick provided permitting and natural resource survey services for the project. The
Ocean Reef Club Association (ORCA) contracted with WGI to provide permitting services to replace an aging
seawall adjacent to an ORCA owned bridge. WGI performed a benthic resource survey to document natural
resources within the project footprint including corals and seagrasses and prepared a report to include
with permitting applications. WGI coordinated with the design engineer to optimize plans to meet state
exemption criteria for replacement of seawalls with the Florida Department of Environmental Protection,
federal thresholds for the Nationwide 3 Maintenance permit with the U.S. Army Corps of Engineers, and
review by the Florida Keys National Marine Sanctuary.
Lemon Bay Bridge Permit Modifications, Sarasota County, FL, Dr. Adam Cohen, Project Manager.
Rick was responsible for overall delivery of the project and coordination with the regulatory agencies and
design team. The previously permitted project proposed a 400-foot long by 20-foot wide concrete bridge
crossing mangrove wetlands to access two island parcels. Due to supply chain constraints, the bridge
design was changed toa pre-fabricated lumber construction that resulted in changes in the project footprint.
WGI assisted with modifying the authorizations for Sarasota County, Florida Department of Environmental
Protection, and the US Army Corps of Engineers to reduce the impact footprint, adjust qualitative scoring
methodologies, and update the proposed mitigation plan for the described changes. The modifications
were performed prior to permit expirations to preserve the original authorizations avoiding a prolonged
permit review process.
ATMS Arterial Traffic Management - Improve US 1 and SR 70 traffic, St. Lucie County, FL, FDOT
District 4, Environmental Scientist . Rick provided wetland permitting services for each canal crossing.
Services included benthic resource surveys and wetland delineations of each crossing. This design-build
project includes the design and installation of the Advanced Traffic Management System along US 1 and
SR-70 in St. Lucie County including a new fiber optic communications system, traffic signal cabinets, traffic
cameras, travel-time detection, and system integration services. In addition to multiple miles of directionally
drilled fiber optic ITS line, the project proposes to cross multiple North St. Lucie River Water Control District
NSLRWCD) canals via aerial attachment or Horizontal Directional Drilling (HDD). Two of these canal
crossings are tidal waterbodies (Moore’s Creek and Taylor Creek) which required seagrass surveys for
benthic resources and permitting with the Florida Department of Environmental Protection (FDEP and the
U.S. Army Corps of Engineers, as well as Right-Of-Way Occupancy permitting with the South Florida Water
Management District.
Waterway Crossings Verizon Sourcing, Miami-Dade, Broward, and Palm Beach Counties, FL, Verizon, Environmental Scientist. Rick
provided environmental support by performing benthic resource surveys and permitting the crossings. This project was part of a 1,250-mile high-
profile fiber installation throughout South Florida’s tri-county area. This project included environmental, survey, civil, and utility services related to
60 Intracoastal and waterway communication fiber crossings throughout the South Florida region, including Miami-Dade and Palm Beach counties.
Services included seagrass studies, hydrographic and upland surveys, all associated permit drawings, and coordination with the other utility owners and
right-of-way authorities, including state, county, and local municipalities. Permitting included local, state, and federal right-of-way and environmental
authorities, including FDOT, SFWMD, FDEP, USACE Section 404/10, and the required state lands authorizations.
Rick
Harman, Jr., CEP, PWS
EDUCATION:
Bachelor of Science, Biology—Wake
Forest University, 2002
CERTIFICATIONS:
Certified Environmental
Professional
FDEP Stormwater Management
Inspector
FWC Authorized Gopher Tortoise
Agent
ISA Certified Arborist
Professional Wetland Scientis
AFFILIATIONS:
Florida Association of
Environmental Professionals
International Society of
Arboriculture
Society of Wetland Scientists
YEARS OF EXPERIENCE
TOTAL: 21 WITH WGI: 21
RESIDING LOCATION:
Stuart, Martin County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
STRUCTURAL ENGINEER
TJ is structural engineer who is well versed in load analysis and design. He has design experience with
steel, concrete, wood, and aluminum and has performed threshold inspections on a variety of projects
including schools and health care facilities. He has worked closely with design professionals, general
contractors, and aluminum manufacturers which has given him the knowledge to perform optimal, cost
saving design and retrofit solutions. Serving as an engineer, TJ has designed projects including parking
structures, office buildings, high end residences, docks, steel sheet piles, aluminum canopies/handrails/
trellises and hurricane hardening of municipal buildings.
RELEVANT EXPERIENCE
Bill Keith Preserve Shoreline Restoration, Palm Beach County, FL, City of Fort Lauderdale, Design
Engineer. TJ served as the structural lead as the City of Fort Lauderdale engaged WGI to create a shoreline
protection zone along the southern extent of the Bill Keith Preserve Park adjacent to the New River. The
proposed shore protection is approximately 750 linear feet and will be periodically separated to allow
navigation for canoes, kayaks, paddle boards and other small vessels. The New River is a deep navigable
channel with depths to 15 feet. The proposed shoreline protection consists of an alternating, offset, curved
riprap groin structure in combination with a steel sheet pile toe wall for stabilization adjacent to the
navigation channel. With the addition of the groin structure, WGI recognized that sediment depositions and
the groin-shoreline water quality would be affected. As part of the shoreline protection project, sediment
transport, incipient wave and channel flushing analysis of the groin impacts was performed. Through the
distinct yet simple geometry of the breakwater, WGI was able to significantly mitigate the anticipated shore
erosion while maintaining the crucial environmental flushing needed for continued water quality.
Anderson Landing Seawall, Dixie County, FL, Florida Department of Environmental Protection,
Design Engineer. TJ provided engineering services for the design and permitting of the riprap revetment,
stabilized pedestrian path from dock to restroom facility, and 10-20 feet of boat dock with a kayak launch.
The riprap revetment replaced a failed wooden retaining wall.
910 S Ocean Boulevard, Palm Beach County, FL, The Cury Group, Design Engineer. TJ served as
the structural lead for a 12,855-square -foot luxury residential structure will be constructed in Palm Beach,
Florida. The residence will consist of two stories plus a basement. The structure is anticipated to be a
concrete and masonry structure founded on a deep foundation system such as auger cast, helical or micro
piles. In addition to the main house, we will also provide the design detailing and specifications for the ocean
side cabana, the access tunnel and entrance stairs under A1A and the site walls and seawalls around the
house and the cabana area. WGI will coordinate with the geotechnical engineer and the coastal engineer
regarding the 100 year storm erosion analysis and preliminary sizing of structural members, including
column and shear wall locations, beam sizes, and material selections. WGI will provide design services for the main house and cabana, including
wind load design; hydrostatic and hydrodynamic flood loading design; special structural detailing; foundation design; design detailing of the frangible
basement walls; design and detailing of the 1st and 2nd floor framing for the residential structure design and detailing of the grand stairway for the
residence; design and detailing of the roof system utilizing either metal roof trusses or cast-in-place roof system; coordination with civil, architectural,
plumbing, and mechanical; and provide construction documents.
1281 Spanish River Road Seawall, Palm Beach County, FL, City of Boca Raton, Design Engineer. TJ provided the City of Boca Raton structural
engineering services for the design of a new seawall in need of replacement, engineering services included the demolition and installation of a new
seawall, construction inspection observation, and project administration.
TJ
Tustin, PE
REGISTRATIONS:
Professional Engineer: Florida
PE91257, 2021
Professional Engineer: Texas
141194, 2021
EDUCATION:
Bachelor of Science, Civil
Engineering - University of Central
Florida, 2017
CERTIFICATIONS:
OSHA Fall Protection Authorized
Standard - Full Day
YEARS OF EXPERIENCE
TOTAL: 6 WITH WGI: 4
RESIDING LOCATION:
West Palm Beach, Palm Beach
County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
GEOSPATIAL
Eric’s experience covers a wide range of geospatial services. He has more than 25 of experience in the field
and the office, with clients in both the private and public sector, including numerous federal, state, and
local agencies. Eric has successfully managed numerous Federal, State, and local government surveying
and mapping contracts including the USACE IDIQ Contract for Topographic and Hydrographic Surveying
and Mapping Services to support the Jacksonville District, and the South Florida Water Management
District Surveying and Mapping Services contract. Eric is the Area Manager and responsible for WGI’s
South Florida Geospatial Services. In addition to his professional surveying experience, Eric is the past
president and an active member of the Indian River Chapter of the Florida Surveying and Mapping Society.
RELEVANT EXPERIENCE
Town of Palm Beach Topo, Hydro, and Aerial FY19-20, Palm Beach County, FL, Town of Palm
Beach, Project Manager. Eric served as the survey project manager. WGI provided annual topographic/
hydrographic surveys of approximately 14 miles of beach shoreline in the Town of Palm Beach. Surveys
were performed for the Florida Department of Environmental Protection (FDEP) coastal range monuments
located in the upland dunes to approximately 3,000 feet offshore. Upland data was collected using real-
time kinematics (RTK) GPS survey methods, and offshore data was collected by a hydrographic survey
vessel using a single beam echo sounder coupled with RTK GPS and inertial measurement unit (IMU) for
positioning. WGI also performed emergency topographic/hydrographic surveys before and after hurricane
Dorian, in 2019, to assess beach erosion and sand migration. In addition, to the annual monitoring surveys,
WGI provided semi-annual aerial imagery for beach and offshore reef monitoring. The imagery spans
approximately 16 miles of shoreline, to 4,000 feet offshore, covering over 8,000 acres, and is critical to the
monitoring and analysis of the reef condition.
Dune Crossovers, Palm Beach County, FL, Town of Jupiter, Project Surveyor. Eric provided
professional survey services at 18 dune crossover locations. WGI provided survey services, structural
design services, and construction phase services for this project. The Town of Jupiter maintains a total
of 24 beach dune crossovers (walkovers) along A1A. The dune crossovers are used by residents and
visitors to safely access the beach, but prevent damage to the dune vegetation, and depending upon the
season, loggerhead turtle nests. The existing 18 beach dune crossovers have aged, and the harsh marine
environment, storms, and vandalism have led to a condition that requires more extensive rehabilitation
and replacement.
SFWMD STA 1 West Expansion Boundary Survey, Palm Beach County, FL, SFWMD, Project
Manager. Eric was responsible for all survey coordination and deliverables. This boundary survey of 12
sections of land in western Palm Beach County required completion and certification within six weeks
of notice to proceed to meet the SFWMD’s accelerated closing schedule. The District needed the land to
expand the existing STA and increase storage and treatment capacity. WGI provided field surveys that retraced the sections and corresponding plat
and canal boundaries using two in-house field crews and one subconsultant field crew. The team provided and reviewed a full title commitment and
rectified errors in previous surveys and legal descriptions in concurrence with the SFWMD’s legal department. WGI monumented and referenced
section corners set boundary corners, provided sketch and legal descriptions, and submitted final boundary survey maps that were approved on time
and budget.
Broward County Water Preserve Area (BCWPA) C-11 MAA, Broward County, FL, US Army Corps of Engineers (USACE), Jacksonville
District, Project Manager. Eric was responsible for providing weekly project reports and all deliverables. WGI provided construction support for the
construction of the BCWPA C-11 MAA Berm. Support included staking of approximately 5,000 feet of berm centerline, staking approximately 20,000 feet
of silt fence, pre-construction, and post-construction surveys of the MAA berm, establishing project control points, and conducting level loops between
control points for verification. Deliverables were MicroStation DGN files of all surveyed areas for both pre-and post-construction. In addition, PDF cross-
sections were provided during the interim process as requested for verification of proper construction.
Eric
Matthews, PSM
REGISTRATIONS:
Professional Surveyor/Mapper:
Florida #LS6717, 2009
EDUCATION:
Bachelor of Science, Geomatics -
University of Florida, 2007
CERTIFICATIONS:
CSX Safety
AFFILIATIONS:
Florida Surveying and Mapping
Society
MAPPS
National Society of Professional
Surveyors
YEARS OF EXPERIENCE
TOTAL: 29 WITH WGI: 12
RESIDING LOCATION:
Palm City, Martin County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
SUE
Radek’s project experience includes work on major/minor highway projects and urban and local roadways.
He is responsible for a wide variety of subsurface utility engineering (SUE) assignments, including plan
preparation, design surveys, utility agency/owner (UAO) communication, and survey calculations related
to route surveys. Radek is also responsible for utility coordination and preparation of utility location
surveys, including 3D modeling of existing utilities and conflict analysis. He is proficient in the use of
CADD (MicroStation, AutoCAD), and global positioning systems, as well as GIS data management.
RELEVANT EXPERIENCE
Off-System Bridge Replacements throughout Palm Beach County, Palm Beach County, FL,
FDOT District 4, SUE Project Manager. Radek was responsible for leading SUE operations. This project
included roadway, structural, drainage engineering, utility coordination, surveying, and environmental
permitting for four bridge replacements in Palm Beach County, including Seminole Drive over L-16 and
El Clair Ranch Road over L-30 Canal. All are off-system bridges over Lake Worth Drainage District canals.
El Clair Ranch Road bridge was raised to FDOT navigable standards. Additionally, this project was a pilot
project for using auger cast piles.
Turnpike Ramp Bridge Replacement at PGA Boulevard, Palm Beach County, FL, Florida’s Turnpike
Enterprise, SUE Project Manager. Radek was responsible for leading SUE operations. The new ramp
bridge was designed to span the future eight-lane section of Florida’s Turnpike and the existing Florida
Gas Transmission (FGT) lines located east of the northbound lanes. Extensive coordination occurred with
FGT to clear the impacts of all project improvements in addition to the bridge construction. Additional
improvements included increasing the northbound exit ramp capacity from a single lane to two lanes
beyond the ramp terminal. The project’s design phase scope incorporated interchange drainage, signing
and pavement marking, ITS, and lighting improvements. Temporary traffic control plans were developed
considering the project goals to maintain all interchange traffic during all phases of construction and to avoid disruption to toll collection operations.
SR 5/US 1 from SR A1A/Ocean Boulevard Beach Road Bridge, Palm Beach County, FL, FDOT District 4, SUE Services Manager. Radek was
responsible for leading SUE operations. The project involved replacing the four-lane SR 5/US 1 Bridge (Bridge No. 930005) over the Loxahatchee River
and Intracoastal Waterway, along with one mile of roadway approach reconstruction in Palm Beach County. The project replaced the existing four-lane
bridge with a wider four-lane bridge constructed along the same alignment as the existing bridge. The new bridge accommodated seven-foot bicycle
lanes and eight-foot sidewalks on both sides of the road. The Jupiter SR 5/US 1 Bridge is a mid-level bascule bridge to replace the existing low-level
bascule bridge. The project improved both vehicular and waterway traffic flows.
SR 806 Atlantic Avenue from Lyons Road to Turnpike, Palm Beach County/SR 806 from Turnpike to Jog Road, Palm Beach County, FL,
FDOT District 4, SUE Project Manager. Radek was responsible for leading SUE operations. Under WGI’s surveying and mapping continuing services
contract with District 4, two task orders were issued to cover 2.5 miles along SR 806 (Atlantic Avenue), a four-lane divided roadway for a full survey
design from Lyons to Jog Road. This project consisted of improvements to SR 806, including the Turnpike Interchange and Lake Worth Drainage
District’s E2E Canal. WGI established control and set targets (60) for a terrestrial mobile lidar collection, hydrographic survey, utility designations, and
drainage survey (81). WGI merged all data sets (terrestrial mobile lidar, RTK GPS, and hydrographic) into a unified digital terrain model. Static scans of
bridges (E2E Canal and Turnpike) were performed and compiled into separate digital terrain models. The SUE team performed utility designation and
test holes throughout the corridor to highlight any future conflicts that may arise.
Indiantown Road at I-95 Ramps, Palm Beach County, FL, FDOT District 4, SUE Project Manager. Radek served as the SUE phase manager. This
multi-phased project consisted of control, design survey including right-of-way takings, digital terrain model, hydrographic survey, baseline creation,
right-of-way establishment, and SUE (designates and locates). The team performed a design survey for this highly traveled roadway with a Leica
Pegasus 2 terrestrial mobile lidar sensor to capture the surface at highway speeds without the danger of having field crews in travel lanes. Conventional
field crews obtained soft shots outside the edge of the pavement and obscured from the mobile scanner. The team used a static scanner to capture the
detail for the bridge over SFWMD’ C-18 and obtained hydrographic data for 1,000 feet of C-18 with WGI’s Z-Boat. The digital terrain model for this project
incorporated all facets of the collection methods to deliver a quality surface ahead of schedule and below budget.
Radek
Grabowski
EDUCATION:
Associate of Arts - Palm Beach State
College, 2012
YEARS OF EXPERIENCE
TOTAL: 28 WITH WGI: 13
RESIDING LOCATION:
West Palm Beach, Palm Beach
County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
GEOTECHNICAL
Andrew has 18 years of experience including providing environmental, geotechnical and construction
materials testing services for low and high-rise structures, infrastructure, utilities, water and wastewater
treatment plants, pump stations, bridges, piers, stormwater treatment areas, canal improvements,
reservoirs and dams, roadways, etc. He prepares and reviews geotechnical and materials engineering
inspection reports, coordinates and supervises engineering staff and drilling personnel, and conducts
foundation observations, foundation design reviews and geotechnical instrumentation monitoring.
He has provided oversight of field and laboratory testing programs during the construction phase of a
variety projects, and supervised other engineers in the construction materials testing department. The
testing programs typically included the performance of earthwork inspections, field and laboratory testing
of soils, and field sampling of concrete. Andrew has also inspected and supervised testing programs
during the construction of various roadway projects.
RELEVANT EXPERIENCE
Smith Sundy Road over the LWDD L-33 Canal Bridge Replacement, Palm Beach County, FL,
Geotechnical Engineer of Record (EOR). Andrew served as the geotechnica EOR for the replacement
of the existing bridge over the L-33 Canal. Foundation recommendations and pile capacity analyses were
provided for 14- and 18-inch Precast Prestressed Concrete (PPC) piles.
Prosperity Farms Road over SFWMD C-17 Canal Bridge Replacement, Palm Beach County, FL,
Geotechnical EOR. Andrew served as the geotechnica EOR for the replacement of the existing bridge
over the SFWMD C-17 canal (Earman River). Foundation recommendations and pile capacity analyses were
provided for 24-inch PPC piles.
North Shore Drive Pedestrian Bridge, Palm Beach County, FL, City of West Palm Beach,
Geotechnical EOR. Andrew served as the geotechnical EOR for a proposed pedestrian bridge onthe west
side of the existing vehicular bridge over the Carver Canal. Foundation recommendations and pile capacity
analyses were provided for 14- and 18-inch PPC piles.
Baywalk-MacArthur Pedestrian Bridge, Miami-Dade County, FL, City of Miami Beach, Geotechnical
EOR. Andrew served as the geotechnical EOR for the design and construction of a pedestrian bridge over 5th
Street and West Avenue near the east endof the MacArthur Causeway Bridge. Foundation recommendations
and pile capacity analyses were provided for 48-inch drilled shafts and 14-inch augercast piles.
Bridge to Royal Palm Beach Apartments over SFWMD C-51 Canal, Palm Beach County, FL,
Geotechnical EOR. Andrew served as the geotechnical EOR for the design of a vehicular bridge over the
C-51 Canal. Foundation recommendations and pile capacity analyses were provided for 14- and 16-inch PPC
piles.
Andrew
Nixon, PE
REGISTRATIONS:
Professional Engineer: Florida
PE71458, 2010
EDUCATION:
Bachelor of Science in Ocean
Engineering, Florida Atlantic
University, Florida 2005
CERTIFICATIONS:
OSHA 40-hour HAZWOPER
Advanced MOT
Qualified Stormwater Inspector
YEARS OF EXPERIENCE
TOTAL: 18 WITH WIRX: 2
RESIDING LOCATION:
Fort Lauderdale, Broward County
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
Licensee
Name:WGI, INC.License Number:
Rank:Architect Business Information License Expiration Date:
Primary Status:Current Original License Date:05/24/2016
Related License Information
License
Number Status Related Party Relationship
Type
Relation
Effective
Date
Rank Expiration
Date
AR97111 Current,
Active
LUTTMANN, ERIC STEVEN DBA:WGI, INC.Responsible
Supervisor
09/ 09/2020 Architect 02/28/2025
AR97111 Current,
Active
LUTTMANN, ERIC STEVEN DBA:WGI, INC.Qualifying
Architect
09/09/2020 Architect 02/28/2025
Name License (ex. LS9999)Phone City
WGI
County Program
Limit results by Active status SEARCH CLEAR ALL
Records Found : 1 File Complaint
Search Results
Sort By Filter By State,City Display per page
NAME : A to Z <Show All>20
1
WGI, INC
2035 VISTA PARKWAY, WEST PALM BEACH, FL33411Phone561-687-2220
License Type License#Issued Expires Status
Surveyor Business LB7055 08/29/00 02/28/25 Active
Surveyor of Record LS6387 08/06/02 02/28/25 Active
Surveyor of Record LS6717 02/10/09 02/28/25 Active
1
Melanie S. Griffin,SecretaryRonDeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
LAFORTE, CHRISTOPHER BARRY
Do not alter this document in any form.
132 CARIBE CT
LICENSE NUMBER: PE76797
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
GREENACRES FL 33413
Always verify licenses online at MyFloridaLicense.com
Melanie S. Griffin,SecretaryRonDeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
OLDFORD, BRETT N.
Do not alter this document in any form.
8374 SE WOODMERE STREET
LICENSE NUMBER: PE61795
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
HOBE SOUND FL 33455
Always verify licenses online at MyFloridaLicense.com
PROFESSIONAL CERTIFICATION/LICENSES
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
Melanie S. Griffin, SecretaryRonDeSantis, Governor
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
BOARD OF LANDSCAPE ARCHITECTURE
THE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UNDER THE
PROVISIONS OF CHAPTER 481, FLORIDA STATUTES
BIAGI, ANGELA M
Do not alter this document in any form.
224 S. FEDERAL HWY.
LICENSE NUMBER: LA6666787
EXPIRATION DATE: NOVEMBER 30, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
APT 2
LAKE WORTH BEACH FL 33460
Always verify licenses online at MyFloridaLicense.com
ISSUED: 11/29/2023
Melanie S. Griffin,SecretaryRonDeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
LARSON, KEEGAN ANDREW
Do not alter this document in any form.
112 SYCAMORE DRIVE
LICENSE NUMBER: PE69176
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
JUPITER FL 33458
Always verify licenses online at MyFloridaLicense.com
Melanie S. Griffin, SecretaryRonDeSantis, Governor
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
BOARD OF LANDSCAPE ARCHITECTURE
THE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UNDER THE
PROVISIONS OF CHAPTER 481, FLORIDA STATUTES
MIHALOVITS, JASON LEE
Do not alter this document in any form.
11310 WOODCHUCK LN
LICENSE NUMBER: LA6667128
EXPIRATION DATE: NOVEMBER 30, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
BOCA RATON FL 33428
Always verify licenses online at MyFloridaLicense.com
ISSUED: 11/30/2023
Melanie S. Griffin,SecretaryRonDeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
HOLMES, CHRIS J.
Do not alter this document in any form.
6369 POMPANO STREET
LICENSE NUMBER: PE66344
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
JUPITER FL 33458
Always verify licenses online at MyFloridaLicense.com
Melanie S. Griffin,SecretaryRonDeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
TUSTIN, THOMAS J.
Do not alter this document in any form.
13440 43RD RD N
LICENSE NUMBER: PE91257
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
WEST PALM BEACH FL 33411
Always verify licenses online at MyFloridaLicense.com
The International Society of Arboriculture
Hereby Announces That
Has Earned the Credential
ISA Certified Arborist ¨
By successfully meeting ISA Certified Arborist certification requirements
through demonstrated attainment of relevant competencies as supported by
the ISA Credentialing Council
10 June 2007
Issue Date Expiration Date Certification Number
30 June 2025
Caitlyn Pollihan
CEO & Executive Director
Rick M. Harman
0847
ISA Certified Arborist
FL-5646A
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
Melanie S. Griffin,SecretaryRonDeSantis, Governor
STATE OF FLORIDA
BOARD OF PROFESSIONAL ENGINEERS
THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 471, FLORIDA STATUTES
NIXON, ANDREW JOSEPH
Do not alter this document in any form.
9094 WRANGLER DRIVE
LICENSE NUMBER: PE71458
EXPIRATION DATE: FEBRUARY 28, 2025
This is your license. It is unlawful for anyone other than the licensee to use this document.
LAKE WORTH FL 33467
Always verify licenses online at MyFloridaLicense.com
State of Florida
Department of State
I certify from the records of this office that WIRX ENGINEERING LLC is a
limited liability company organized under the laws of the State of Florida,filed
on November 7,2017,effective January 1,2018.
The document number of this limited liability company is L17000229939.
I further certify that said limited liability company has paid all fees due this
office through December 31,2023,that its most recent annual report was filed
on January 18,2023,and that its status is active.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee,the Capital,this
the Twenty-second day of May,
2023
Tracking Number:8286042356CU
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
Florida Department of Transportation
RON DESANTIS
GOVERNOR
JARED W. PERDUE, P.E.
SECRETARY
1
July 6, 2023
Gregory Stelmack, Managing Partner
WIRX ENGINEERING LLC
515 East Las Olas Boulevard, Suite 120
Fort Lauderdale, Florida 33301
Dear Mr. Stelmack:
The Florida Department of Transportation has reviewed your application for
prequalification package and determined that the data submitted is adequate to technically
prequalify your firm for the following types of work:
Group 9 - Soil Exploration, Material Testing and Foundations
9.1 - Soil Exploration
9.2 - Geotechnical Classification Laboratory Testing
9.4.1 - Standard Foundation Studies
Your firm is now technically prequalified with the Department for Professional Services in
the above referenced work types. Your firm may pursue projects in the referenced work types
with fees estimated at less than $500,000.00.* This status shall be valid until July 6, 2024, for
contracting purposes. *
Limit for FDOT projects only
Should you have any questions, please feel free to contact me by email at
carliayn.kell@dot.state.fl.us or by phone at 850-414-4597.
Sincerely,
Carliayn Kell
Professional Services
Qualification Administrator
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
RFQ EXHIBIT “A” PUBLIC ENTITY CRIMES STATEMENT
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
RFQ EXHIBIT “B” DRUG-FREE WORKPLACE
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
RFQ EXHIBIT “C” SCRUTINIZED VENDOR CERTIFICATION
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
RFQ EXHIBIT “D” SWORN STATEMENT
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
RFQ EXHIBIT “E” E-VERIFY CERTIFICATE
86:@ 4
4 5 722
86:@ 4
4 5 722
4 4
3@!68A2:3A
8:A
4
266 7**
29
22@@A 276A*3*
4 2@ 2A C C 6306202:
The Village of North Palm Beach • Design Services for Lighthouse Drive Bridge Replacement • RFQ 2024-PW-2
WGI'S CORE VALUES
PASSION CHANGEGREATNESSFORPEOPLEYOUSEEK
BE THE COMMIT TO
CHRIS LAFORTE, PE
PROJECT MANAGER
2035 Vista Parkway
West Palm Beach, FL 33411
p. 561.687.2220
e. Chris.LaForte@WGInc.com
WGInc.com
RFQ 2024-PW-2
DESIGN SERVICES
FOR LIGHTHOUSE DRIVE
BRIDGE REPLACEMENT
JUNE 6, 2024
WGInc.com
c
PRESENTERS
WGInc.com
ORGANIZATIONAL CHART
WGInc.com
ABOUT WGI
WGInc.com
ABOUT WGI
WGInc.com
c
c c
At WGI, we remain committed to offering our clients solutions to market challenges with technology-based solutions – as always, we
are focused on safety, resiliency, sustainability, and adaptability. Working together, our clients and our associates are creatively
transforming how our world is envisioned, designed, and experienced.
Extremely professional staff and
excellent work product.
Jamie Brown, CFM, LEED AP BD+C, ENV SP (Jan 2024)
City Lake Worth Beach Community Redevelopment
The City retained the firm following all applicable
State and County standards. As such they were
ranked #1. Staff assigned proved to be very
knowledgeable and effective. The overall design
was very well received by the local residents
and tourists alike. The project was difficult and
time consuming, but in the end it was a complete
success. The firm was instrumental to ensuring
such success.Horacio Danovich (Jan 2024)
City of Pompano Beach
ABOUT WGI
The District has been working with
WGI for over 20 years. WGI
Engineers and staff has always been
professional.James D. Gray, Jr. (Jan 2024)
Sebastian Inlet District
WGInc.com
QA/QC
OUR 5-STEP
QUALITY
CONTROL
PROCESS
WGInc.com
PROJECT APPROACH
Initial Steps
Meeting with the Village Staff
o Setting Project Schedule
o Stakeholder goals
throughout design and
construction
Community involvement
o Public Outreach
Utility coordination – Start
Relocation efforts
01
WGInc.com
PROJECT APPROACH (CONTINUED)
Data Gathering
Site Survey
o Geospatial – Lidar Scanning and
Hydrographic
o Environmental – Benthic
Resources
o Utility Location
Environmental permitting – Start of
pre-application process
Geotechnical Investigation
02
Quick and Complete Data Collection
WGInc.com
PROJECT APPROACH (CONTINUED)
Initial Design Concepts
Three design options
o WGI will present renderings of each
option available public review
o Options to be based on public outreach
and stakeholder needs
Options may include:
o Standard FDOT Construction – Florida
Slab Bridge on Prestressed Piles
o Use of Augercast or modified augered
concrete piles
o Precast bridge components – Arched
precast panels
o Composite (fiberglass) construction
materials
03
Current Bridge Scan
Imaging Capabilities
WGInc.com
PROJECT APPROACH (CONTINUED)
Initial Design Concepts
Phased Construction
o Designed to allow limited
pedestrian/vehicle access to be
maintained throughout construction
o Completed using crutch bents to
support existing structure
o Crutch bents designed to be installed
through and around existing structure
o Multiple Maintenance of Traffic (MOT)
details required
Phased construction typically prolongs the
project.
04
WGInc.com
PROJECT APPROACH (CONTINUED)
Initial Design Concepts
Complete Bridge Closure
o Need to coordinate with emergency
services
o MOT for pedestrians/ vehicles/marine
traffic
o Designed for accelerated construction
Benefit of WGI experience with
local contractors to prepare design
documents that can be built quickly
and safely
05
WGInc.com
PROJECT APPROACH (CONTINUED)
Design Constraints
Limited Construction Area
o Close proximately to three
driveways (<150 feet)
o Steep bridge approach
MOT during construction
Utility Conflicts – Overhead lines,
subsurface utility
Marine Traffic – US1 bridge
height limitations
06
Project Site
WGInc.com
PROJECT APPROACH (CONTINUED)
Design Constraints
Environmental permitting
o Maintaining existing bridge
footprint
o Biologic constraints -
seagrass
Possible National Marine
Fisheries review necessary
o USACE - dredging of
waterway
o Repair of seawalls 18-inch
take exemption
07
WGInc.com
PROJECT APPROACH (CONTINUED)
Project Scheduling
WGI will prepare 30%, 60%, 90%
submittals
o Coordinate Village review at
each stage
o Update construction schedule
and EOPC for each submittal
Permitting coordination
o Permitting review in progress
during 60% and 90%
submittals
o Final plans for bidding upon
permit approval
08
WGInc.com
PROJECT APPROACH (CONTINUED)
Bidding Documents and
Post Design Services
WGI will assist the Village in
generating bidding documents
Review of Contractor RFI and
Bid Documents
Construction Administration
o Local firm able to oversee
construction
o WGI design team within
13-miles of site
09
WGInc.com
4. Project Management Plan
Team contact list
Scope and staff hours
Schedule
QA/QC plan
1. Communication Plan
Project manager - single point of contact
Touchpoint calls and follow-ups
Monthly progress meetings
Track active decisions
Accurate meeting notes 2. External Communication
Communication protocol
Consultant can lead external
communication
Scheduling meetings
Proactive communication
Tailor outreach to specific stakeholders
Accurate meeting notes!
3. Information Control
Design control documents
Document control
Consistent documents and reports
COMMUNICATION PLAN
WGInc.com
PROJECT EXPERIENCE
Replacement of existing bridge and seawalls
Phased construction necessary - bridge is single point of
access
Constrained site with residences on each corner
Active community engagement throughout projects
Maintaining multiple utilities during phased relocation
Audubon Causeway Bridge | Palm Beach County, Florida
WGInc.com
PROJECT EXPERIENCE
Replacement of bridge tender house, approach span
superstructure and substructure, fender system replacement,
and widening and repair of bascule span
Emergency crutch bent installation before construction
Augercast pile design to minimize construction vibrations
Maintained marine access throughout construction
Oversaw community involvement throughout concept, design,
and construction
Boca Club Camino Real | Palm Beach County, Florida
WGInc.com
PROJECT EXPERIENCE
Replacement of bridge over navigable waters
Coordination of MOT for Emergency Services
Bridge modifications due to environmentally sensitive area
FDOT LAP funded project - coordination of unique design
concepts through FDOT review
Incorporation of architectural components for community
enrichment
Tequesta Drive Bridge | Palm Beach County, Florida
We are a qualified partner,
committed to your Mission!
WGI stands ready to serve
the Village!
WGI has the proven ability to successfully design
and construct large projects.
WGI is an experienced and trusted
engineering consultant.
WGI has substantial local
technical resources.
1
THE VILLAGE OF
NORTH PALM BEACH
Village Manager’s Office
“THE BEST PLACE TO LIVE UNDER THE SUN”
Environmental Committee Meeting
MINUTES
Council Chambers
Monday, May 6, 2024
6:00pm
1. Call to Order: Karen Marcus called the meeting to order at 6:02 pm.
2. Roll Call:
Present: Karen Marcus, Kendra Zellner, Brian Bartels, Shawn
Woods, Mary Phillips, Ellen Allen, Juliette Desfeux
Absent:
Also Present: Marc Holloway, Field Operations Manager,
3. The Minutes of the April 1, 2024, regular meeting was approved.
4. Public Comments –
a. Russell Bevers from 415 HWY US 1 has 2 buildings that front the Earman River and is
experiencing an erosion issue. He has legal counsel and obtained an engineering report
regarding the issue. There is a utility easement affected by the erosion issue. Karen
recommended a field trip to review. Russell advised that SFWD is also involved. Karen
discussed opportunities for a living shoreline. Schwencke is paying property tax on the land
involved in the erosion issue. Russell is speaking with Kim Schwencke about this matter.
b. Anne Durden from 131 Doolen Ct.– She will send information about incorporating a micro
forest at the twin city property. Anne also advised that she notices more homes with black
roofs in North Palm Beach and recommended a campaign about that contributing to the heat
island.
c. Representatives from Village Garden- They are unsure who they can hold accountable for the
erosion and maintenance of the water bank, and wants to collaborate with the committee on
the project for Lakeside Park. They also spoke about collaborating with us to create a flagship
community where they focus on pesticide and shade tree opportunities.
5. Community Garden Update –
a. Mary advised about vandalism at the garden.
2
6. Precision Landscape- A resident came to the last council meeting and requested information
on what pesticides Precision uses. Rich from Precision advised they use Cheetah Pro. Kendra
advised that Cheetah Pro contains harmful chemicals. Rich said he recommends covering the
area in question with perennial peanut, as long as they get watered. Karen recommended
contacting Town of Palm Beach for examples of alternatives.
7. Lakeside Park erosion- No update official update Zak will speak with Katherine soon.
8. HB 105- Tobacco Free Florida- Karen advised that the council did not approve the law. Shawn
motioned and Ellen second the motion to bring this back to the council.
9. Florida Green Building Coalition- Resident Tim Hullihan Country Club Drive advised about the
history behind this certification and expressed his concern that developers will meet basic
requirements but not going beyond that. Transportation and sources of energy are his biggest
concerns. He borough up an example of using a city wide uber system that the city of Windsor
used. Juliette will review our code and make recommendation for items that would improve
our existing code.
10. Bird Village- Kendra advised that the trees and plants need some water. A few signs will be installed
on the trees to educate the public.
11. Residential Landscape Code- Karen advised that Caryn is still working on the residential landscape
code. In the meantime, the committee wants to focus on passing a tree removal permit process.
Kendra motioned to ask the council to prioritize a tree removal permit process.
12. Speaker Series- The speaker series event Pike Food forest. Kendra advised that we make
arrangements to start promoting it in July so it can get published in the newsletter. At the next
meeting we will discuss the speaker date and venue. Karen will speak with Farmers Table.
13. Previous newsletter will be about oak trees. The next newsletter roofing color and how it impacts the
heat island effect.
14. Member Comment- Mary advised that Allen Bowman asked about birdhouses for the country club.
She also advised that the environmental committee should work with the country club to make it
more environmentally friendly. Ellen recommended that they do not over-trim the palm trees to
attract owls. The Audubon society has a designation for golf courses. Mary also advised that Precision
took possession of the leftover trees from Earth Day so they could maintain them in the meantime.
The committee will have to speak with Chuck for approval to donate some trees to Village Garden.
Karen wants to plant some trees near the playground at the community center. Karen Marcus
advised that we should discuss a resiliency plan. She will invite someone from the Town of Palm
Beach to speak about what their resiliency plan looks like so we can develop our own.
3
15. Staff Comment- Marc expressed his concern with residents wanting a native lawn, as it will require
community education. Marc advised that the committee must nominate a chair and vice-chair. A
motion was made for Karen for Chair. Motion for Shawn for Vice Chair. Marc said his will provide a
list of projects that he may be about to work with ERM on.
16. Next meeting- The next meeting will be on May 28, 2024 at 6:00 pm at Council Chambers and
following meeting will be July 1st.
17. Adjournment- the meeting adjourned at 7:59pm
VILLAGE OF NORTH PALM BEACH
GOLF ADVISORY BOARD
Minutes of May 13, 2024
I. CALL TO ORDER
A. The meeting was called to order by Chairman Steve Mathison at 6:00 p.m.
II. ROLL CALL
A. Board: Present Absent
Stephen Mathison – Chairman X
Rich Pizzolato – Vice Chairman X
Curtis Witters – Secretary X
Landon Wells – Member X
Sandra Felis – Member X
Karen O’Connell – Member X
David Norris – Member X
B. Staff Members:
Allan Bowman, Director of Golf X
Beth Davis, General Manager
Lenore Dingle, Membership Coordinator X
C. Council Members:
D. Public Present:
NPB Golf Advisory Board Minutes of May 13, 2024
2
III. APPROVAL OF MEETING MINUTES
Minutes of the April 15, 2024 GAB Meeting were approved 6 – 0.
IV. ADMINISTRATIVE REPORTS
Golf Report. Allan Bowman, Director of Golf, delivered his report.
The Village Council approved the extension of our golf cart lease through September,
2025. The Council also approved Allan’s request for the additional contract with Marsh
Management.
To address the shortage of parking, the Country Club plans to add additional parking past
the tennis courts, to the right of the first hole on the golf course. This will add fifty to sixty
parking spaces but will necessitate require construction of a twenty-five-foot fence to protect the
parked vehicle from golf balls. We have experienced some damage to vehicles parked in the
existing parking area, past the tennis courts. The new parking will be available to all using or
working at the Club.
We had a big month financially in April and the first ten days of May have also been
good.
We fertilized the golf course ten days ago. The contract for maintenance of the course for
next year will include the application of fertilizer to the rough. Our superintendent currently
plans to do work in the rough areas to treat mole crickets because these insects attract moles,
causing the damage we are experiencing to the course.
The golf course is experiencing a strong demand for events.
At the end of May, we will change to 11-minute tee time intervals for the summer season.
After Father’s Day, we will close the course for aeration on June 17th, this time using
smaller, one-half inch holes, which will shorten recovery time for the course.
NPB Golf Advisory Board Minutes of May 13, 2024
3
Membership.
Three years ago, we set a target of 210 members. The limit has now been reduced to 190.
Even so, we are receiving complaints from members about the ability to get tee times. Allan
asked two questions of the Board:
1. Would be appropriate to refrain from adding new members until April of 2025?
2. Should the target number of members be reduced to 175?
Beth Davis pointed out that she and Allan are working on the strategic plan for the Club
and said she and Allan would like the sense of the Board on the number of members.
A discussion by the Board on the below issues followed.
1. A limit of 175 members.
2. No group play during the peak season, January 27 to March 10.
3. Despite expected attrition of members, no new members until April of 2025.
Golf Advisory Board Chairman Steve Mathison told Allan that the Board would like his
recommendations on these three issues. The Board is inclined to follow the reasonable
recommendations of the Director of Golf.
Finally, Allan told the Board that a film crew from Netflix came to the Club to film
the recent “Miles for Miracles” event which was held on our golf course.
Beth Davis spoke to the Board concerning the restaurant. She is working on an RFP for
the restaurant operations. She hopes to issue it by the end of May. The Village attorney is
currently reviewing the draft. Beth hopes to receive 15-20 proposals to the RFP. The proposals
will be reviewed and the top three will be submitted to the Village Council. We hope to have a
contract with the new vendor by August 22nd and the new operation in place by October 1st.
IV. DISCUSSION TOPICS
NPB Golf Advisory Board Minutes of May 13, 2024
4
V. ADJOURNMENT
The meeting was adjourned at 7:00 p.m.
The next meeting will be June 10, 2024.
Minutes by Curtis L. Witters, Secretary.
Village of North Palm Beach
Recreation Advisory Board Meeting
MINUTES
May 14, 2024 at 7:00 pm
Council Chambers
1) Call to Order: Chair Budnyk at 7:00 p.m.
2) Roll Call: Rita Budnyk, Ashley Knieriemen, Mia St. John, Stephen Heiman, Jennifer
Gold Dumas, and staff member Zak Sherman. Council representative Susan Bickel
absent. Board has two open seats. No public present.
2) Approval of Minutes: Motion by Ashley Knieriemen; seconded by Jennifer Gold
Dumas. Approved unanimously.
3) Public Comments: No public comment.
4) Director’s Report: The Director reported that Precision will be installing signage as
Public Works is currently down to one person in their streets department. Two Tree City
signs and two new marina signs will be installed, including a replacement at the boat
ramp with updated verbiage and another near the outdoor restrooms at Anchorage Park.
The boat ramp signs will provide detailed instructions for users without decals.
The Director addressed ongoing issues with individuals using the boat ramp without
decals. Some users quickly drop boats and drive off to avoid detection. It was clarified
that the ordinance states no launching or parking is allowed without a decal.
The Director reported that they received three more little library houses from TCS, which
will be replaced as they break down. Future replacements may use more durable
composite materials.
Regarding camp counselor hiring, the Director noted that eight counselors have be en
hired out of a target of ten. One rec assistant position has been filled at the community
center. All staff, except one weekend-only member, must pass a level two background
check to work with the camp. The Director provided a detailed explanation of the level
two background check process.
The Director developed an official CIT (Counselor in Training) program for 15 -17 year
olds, including a policy packet and application. CITs will volunteer, earn Bright Futures
hours, and receive letters of recommendation. The program approval is pending HR's
evaluation.
The Director reported on the ice vending services RFP, stating that one proposal was
received from local resident Daniel Fillmore. After negotiating a monthly licensing fee
and free ice for up to ten events per year, the best location for the ice machine was
identified adjacent to the boat ramp on the north side. Various installation and
maintenance responsibilities were outlined.
The Director noted that the boat wash area at Anchorage Park was re-asphalted with
minimal disruption. Upcoming proposals include upgrading the outdoor restrooms,
including the electric so we can get hand dryers.
The Director discussed issues with overflowing trash cans at Lakeside Park, especially
during weekends and holidays. Potential solutions include adding more trash cans and
providing evening coverage for trash collection. Consideration of larger receptacles or
dumpsters was also discussed, but staff do not want to take up a parking space. Concerns
about graffiti and tent usage were discussed.
Plans to remodel the downstairs restrooms at the library were shared, with an estimated
budget of $70,000. ADA compliance updates are required for the library restrooms.
The Director reported on a $25,000 donation from the Kelsey-Naylor family to upgrade
the AV system at the library. Additionally, $26,000 was raised by the Friends of the
Library for further improvements.
Various park maintenance activities were reported, including pressure washing at several
parks. Replacement parts have been ordered for Lakeside Park playground, with plans to
move up the replacement to 2026. The turf maintenance RFP is live through May 22, and
the landscaping RFP should be posted shortly.
All surveys for the master planning have been received and reviewed. Team Plan is
working on a schedule for engagement of the community.
The Director reported on recent successful events, including the art show, Earth Day, and
trivia night. Beats and Eats is the next special event on June 1.
The Director also discussed the longer-term erosion control plan for Lakeside Park with
Katherine Murray, who will be providing a preliminary proposal. This proposal will
include detailed ideas for a living seawall. Once the preliminary proposal is reviewed and
if it aligns with the board's vision, a more comprehensive plan will be developed. This
plan will be reviewed by the Recreation Advisory Board and the Environmental
Committee before any final decisions are made. The goal is to ensure that the long-term
plan meets the community's needs and secures potential grants for its implementation.
The Director emphasized the importance of getting feedback from all stakeholders before
moving forward with official proposals and potential bids from other companies.
5) New Business:
Election of Officers: After brief discussion, Rita Budnyk made motion to nominate
Stephen Heiman Chair and Mia St. John Vice Chair. Jennifer Gold Dumas
seconded. Stephen Heiman then made motion nominating Ashley Knieriemen
Secretary; Rita Budnyk Seconded.
6) Old Business:
Tennis Courts: The Director discussed the current state of the tennis courts, noting
that there have been no complaints recently. Donna, the tennis manager, shares the
schedule with the office weekly, and staff is on-site to manage the courts. It was
noted that the courts are generally available for residents from noon to three, as no
one has been signing up during that time.
Boat Ramp Update: For the boat ramp, the Director mentioned that final plans
have been reviewed, and Bill Sadler is helping write the verbiage for the RFP. The
Director explained that it would take eight weeks to complete with a good
contractor. The RFP will likely include a 60 to 90-day timeline with penalties for
delays. The Director also mentioned meetings with the community development
director to discuss storage options for residents' items during the construction
period.
Pickleball Update: In terms of pickleball, the Director stated that the plan is to
install three courts at the community center, pending grant approval. However, it
was decided that installing pickleball courts at Osborne Park would proceed as a
temporary measure. Construction has started, and the project includes asphalting
900 square feet to accommodate three official pickleball courts with an eight -foot
fence around them. The cost is $50,966, and the courts should be completed by
July.
Delinquent Dry Storage renters update: The Director reported on renters, noting
that all renters are fully paid and all paperwork is turned in. Francesca has been
instrumental in managing this process and is expected to take over marina
management in October. The Director addressed a specific issue with a
problematic boat that had a tree growing out of it. The owner has since cleaned and
detailed the boat, and the Director has worked out a plan with the owner to get the
boat running.
Dry Storage Update: For dry storage, the Director mentioned that everything is set
with FPL, having paid $38,000 for the undergrounding design. All new light poles
and fixtures have been ordered as well. Meetings with Engenuity are ongoing to
review the final parts of the project. The Director explained that the project has
been split into two different ITBs: one for civil works and fencing and the other for
electrical work, to ensure that specialized contractors handle each part.
7) Member Comments: One board member encouraged others to attend council
meetings and provide public comments. Another member raised the issue of open
positions on the board, noting that the council is looking for new applicants. There
was a discussion about potential candidates, including a former director of Riviera
Beach.
8) Staff Comments: None.
9) Adjournment: Motion by Rita Budnyk; seconded by Ashley Knieriemen. 8:30 p.m.
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: June 27, 2024
SUBJECT: ORDINANCE 2nd Reading – Adoption of Ordinance Prohibiting Smoking in Village Parks
and Recreation Areas
Prior to 2022, the regulation of smoking was expressly preempted to the State. During the 2022
legislative session, the Florida Legislature amended Section 386.209, Florida Statutes, to expressly allow
counties and municipalities to “restrict smoking within the boundaries of any public beaches and public
parks that they own, except they may not further restrict the smoking of unfiltered cigars.” Additionally,
while a municipality may restrict smoking within the boundaries of public beaches and public parks within
its jurisdiction that are owned by the county, the preemption was not lifted for state-owned parks and
beaches.
Based on the suggestion of former Councilmember Marcus, the Village Council directed this office to
prepare an Ordinance banning smoking in Village parks in the same manner as the City of Delray Beach.
To that end, the attached Ordinance amends Chapter 20, “Parks, Playgrounds, and Recreation,” of the
Village Code by adopting a new Section 20-12 to read as follows:
Sec. 20-12. Smoking prohibited.
It shall be unlawful for any person to smoke within the limits of any village park or
recreational area, excluding the North Palm Beach Country Club. For the purposes of this
section, smoking shall mean inhaling, exhaling, burning, or possessing any lighted
tobacco product, including cigarettes, filtered cigars, pipe tobacco and any other lighted
tobacco product with the exception of unfiltered cigars.
The attached Ordinance has been prepared by this office and reviewed for legal sufficiency.
There is no immediate fiscal impact.
At is June 13, 2024 meeting, the Village Council approved the Ordinance on first reading without
modification.
Recommendation:
Village Staff requests Council consideration on second and final reading of the attached
Ordinance prohibiting the smoking of lighted tobacco produces (with the exception of unfiltered
cigars) in Village park and recreational areas in accordance with Village policies and procedures.
Page 1 of 2
ORDINANCE NO. 2024-____ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF 3
NORTH PALM BEACH, FLORIDA, AMENDING ARTICLE I, “IN 4
GENERAL,” OF CHAPTER 20, “PARKS, PLAYGROUNDS AND 5
RECREATION,” OF THE VILLAGE CODE OF ORDINANCES TO ADOPT A 6
NEW SECTION 20-12, “SMOKING PROHIBITED;” PROVIDING FOR 7
CODIFICATION; PROVIDING FOR SEVERABILITY; PROVIDING FOR 8
CONFLICTS; AND PROVIDING FOR AN EFFECTIVE DATE. 9
10
WHEREAS, in 2022, the Florida Legislature amended Section 386.209, Florida Statutes, to allow 11
municipalities to restrict smoking with the boundaries of any public parks they own, with the 12
exception of unfiltered cigars; and 13
14
WHEREAS, the Village Council wishes to prohibit smoking within all Village park facilities as 15
authorized by state law to reduce litter and provide a clean environment free from exposure to 16
second-hand smoke; and 17
18
WHEREAS, the Village Council determines that the adoption of this Ordinance promotes the 19
health, safety, and welfare of the residents of the Village of North Palm Beach. 20
21
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE 22
OF NORTH PALM BEACH, FLORIDA as follows: 23
24
Section 1. The foregoing recitals are ratified as true and correct and are incorporated herein. 25
26
Section 2. The Village Council hereby amends Article I, “In General,” of Chapter 20, “Parks, 27
Playgrounds and Recreation,” of the Village Code of Ordinances by adopting a new Section 20-28
10 to read as follows (additional language underlined): 29
30
ARTICLE I. IN GENERAL 31
32
* * * 33
34
Sec. 20-12. Smoking prohibited. 35
36
It shall be unlawful for any person to smoke within the limits of any village 37
park or recreational area, excluding the North Palm Beach Country Club. For the 38
purposes of this section, smoking shall mean inhaling, exhaling, burning, or 39
possessing any lighted tobacco product, including cigarettes, filtered cigars, pipe 40
tobacco, and any other lighted tobacco product with the exception of unfiltered 41
cigars. 42
43
Section 3. The provisions of this Ordinance shall become and be made a part of the Code of 44
the Village of North Palm Beach, Florida. 45
46
Page 2 of 2
Section 4. If any section, paragraph, sentence, clause, phrase, or word of this Ordinance is for 1
any reason held by a court of competent jurisdiction to be unconstitutional, inoperative, or void, 2
such holding shall not affect the remainder of this Ordinance. 3
4
Section 5. All ordinances or parts of ordinances and resolutions or parts of resolutions in 5
conflict herewith are hereby repealed to the extent of such conflict. 6
7
Section 6. This Ordinance shall take effect immediately upon adoption. 8
9
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2024. 10
11
PLACED ON SECOND, FINAL READING AND PASSED THIS _____ DAY OF ___________, 12
2024. 13
14
15
(Village Seal) 16
MAYOR 17
18
19
ATTEST: 20
21
22
VILLAGE CLERK 23
24
25
APPROVED AS TO FORM AND 26
LEGAL SUFFICIENCY: 27
28
29
VILLAGE ATTORNEY 30
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: June 27, 2024
SUBJECT: ORDINANCE 1st Reading – Increasing the compensation for the Mayor and members
of the Village Council
During the Fiscal Year 2024 budget process, the Village Council approved an increase in the
compensation for the Mayor and the members of the Village Council. This increase was incorporated into
the current year General Fund budget. However, Article III, Section 4 of the Village Charter provides that
while the Village Council may determine the annual salary of Councilmembers by ordinance, “no
ordinance increasing such salary shall become effective until the date of commencement of the terms of
the council members elected at the next regular election, provided that such election follows the adoption
of such ordinance by at least six months.” The Ordinance adopting the Fiscal Year 2024 budget was not
adopted at least six months prior to the March 2024 general election, consequently, the increase in
compensation was never implemented.
The attached Ordinance amends Section 2-16 of the Village Code to increase the monthly salary for the
Mayor from $900.00 ($10,800.00 annually) to $1,350.00 ($16,200.00 annually) and to increase the
monthly salary for the remaining members of the Village Council from $750.00 ($9,000.00 annually) to
$1,125.00 ($13,500.00 annually). The increase in compensation shall become effective upon the
commencement of the terms of the Councilmembers elected at the March 2025 general election.
The attached Ordinance has been prepared by this office and reviewed for legal sufficiency.
There is no immediate impact because the funds have already been budgeted.
Recommendation:
Village Staff requests Council consideration and approval on first reading of the attached
Ordinance increasing the compensation for the Mayor and members of the Village Council in
accordance with the Village Charter requirements and procedures.
Page 1 of 2
ORDINANCE NO. 2024-____ 1
2
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH 3
PALM BEACH, FLORIDA, AMENDING DIVISION 1, “GENERALLY,” OF 4
ARTICLE II, “COUNCIL,” OF CHAPTER 2, “ADMINISTRATION,” OF THE 5
VILLAGE CODE OF ORDINANCES BY AMENDING SECTION 2-16, 6
“COMPENSATION,” TO INCREASE THE COMPENSATION FOR THE MAYOR 7
AND MEMBERS OF THE VILLAGE COUNCIL; PROVIDING FOR 8
CODIFICATION; PROVIDING FOR SEVERABILITY; PROVIDING FOR 9
CONFLICTS; AND PROVIDING FOR AN EFFECTIVE DATE. 10
11
WHEREAS, Article III, Section 4 of the Village Charter provides that the Village Council may 12
determine the annual salary of Councilmembers by ordinance, provided that any ordinance increasing 13
the salary shall not become effective until the date of commencement of the terms of the 14
Councilmembers elected at the next regular election so long as the election follows the adoption of 15
the ordinance by six months; and 16
17
WHEREAS, Section 2-16 of the Village Code of Ordinances, last revised in 2006, establishes the 18
compensation for the Mayor and all other members of the Village Council, and the Village Council 19
wishes to increase such compensation; and 20
21
WHEREAS, the Village Council determines that the adoption of this Ordinance is in the best interests 22
of the residents of the Village of North Palm Beach. 23
24
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE OF 25
NORTH PALM BEACH, FLORIDA as follows: 26
27
Section 1. The foregoing recitals are ratified as true and correct and are incorporated herein. 28
29
Section 2. The Village Council hereby amends Division 1, “Generally,” of Article II, “Council,” 30
of Chapter 2, “Administration,” of the Village Code of Ordinances by amending Section 2-16 to read 31
as follows (additional language underlined and deleted language is stricken through): 32
33
Sec. 2-16. Compensation. 34
35
The compensation of all members elected to the village council other than the 36
mayor is hereby fixed at the sum of seven hundred fifty dollars ($750.00) one thousand 37
one hundred and twenty-five dollars ($1,125.00) per month. The compensation of the 38
mayor is hereby fixed at the sum of nine hundred dollars ($900.00) one thousand three 39
hundred and fifty dollars ($1,350.00) per month. 40
41
Section 3. The provisions of this Ordinance shall become and be made a part of the Code of 42
Ordinances of the Village of North Palm Beach, Florida. 43
44
Section 4. If any section, paragraph, sentence, clause, phrase, or word of this Ordinance is for 45
any reason held by a court of competent jurisdiction to be unconstitutional, inoperative, or void, such 46
holding shall not affect the remainder of the Ordinance. 47
48
Page 2 of 2
Section 5. All ordinances and resolutions or parts of ordinances and resolutions of the Village of 1
North Palm Beach, Florida, which are conflict with this Ordinance, are hereby repealed to extent of 2
such conflict. 3
4
Section 6. This Ordinance shall be effective upon the date of commencement of the terms of the 5
Councilmembers elected at the March 2025 general election. 6
7
PLACED ON FIRST READING THIS _____ DAY OF ________________, 2024. 8
9
PLACED ON SECOND, FINAL READING AND PASSED THIS ______ DAY OF ___________, 10
2024. 11
12
13
(Village Seal) 14
MAYOR 15
16
ATTEST: 17
18
19
VILLAGE CLERK 20
21
APPROVED AS TO FORM AND 22
LEGAL SUFFICIENCY: 23
24
25
VILLAGE ATTORNEY 26
27
28
VILLAGE OF NORTH PALM BEACH
VILLAGE ATTORNEY’S OFFICE
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Leonard G. Rubin, Village Attorney
DATE: June 27, 2024
SUBJECT: RESOLUTION – Resolution changing the start time for regular Village Council meetings
to 6:00 p.m.
At its June 13, 2024 meeting, the Village Council directed this office to draft a Resolution establishing
6:00 p.m. as the starting time for future regular Village Council meetings. Through the adoption of
Resolution No. 2021-48 on June 10, 2021, the Village Council had previously established 7:00 p.m. as
the starting time for regular Village Council meetings (moved up from 7:30 p.m.)
The attached Resolution establishes a starting time of 6:00 p.m. for regular Village Council meetings. It
does not prevent the Council from establishing a different starting time for any special Village Council
meeting or workshop meeting. Additionally, Section 2-19 of the Village Code requires that all regular,
special and workshop meetings of the Village Council adjourn at 11:00 p.m. If the Village Council wishes
to amend the curfew time based on the new start time, it would need to adopt an Ordinance amending
Section 2-19 of the Village Code.
There is no fiscal impact.
The attached Resolution has been prepared by this office and reviewed for legal sufficiency.
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution establishing
6:00 p.m. as the starting time for all regular Village Council meetings in accordance with Village
policies and procedures.
RESOLUTION 2024-____
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH
PALM BEACH, FLORIDA, CHANGING THE STARTING TIME FOR REGULAR
VILLAGE COUNCIL MEETINGS TO 6:00 P.M.; PROVIDING FOR CONFLICTS;
AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, while Section 2-17 of the Village Code mandates that regular meetings of the Village
Council be held on the second and fourth Thursday of each month, and Section 2-19 of the Village
Code requires that all regular, special, and workshop meetings of the Village Council adjourn at 11:00
p.m., there is no Code provision governing the starting time of regular Village Council meetings; and
WHEREAS, through the adoption of Resolution No. 2021-48 on June 10, 2021, the Village Council
changed the starting time for regular Village Council meetings from 7:30 p.m. (as established by
motion in 1976) to 7:00 p.m.; and
WHEREAS, the Village Council wishes to change the starting time for regular Village Council
meetings to 6:00 p.m. and determines that the adoption of this Resolution is in the best interests of
the Village and its residents.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA, as follows:
Section 1. The foregoing recitals are ratified and are incorporated herein.
Section 2. The Village Council hereby establishes 6:00 p.m. as the starting time for all regular
Village Council meetings. Nothing set forth herein shall prohibit the Village Council from selecting
a different starting time for any special Village Council meeting or any workshop meeting.
Section 3. All resolutions or parts of resolutions in conflict with this Resolution are hereby
repealed to the extent of such conflict.
Section 4. This Resolution shall become effective immediately upon adoption.
PASSED AND ADOPTED THIS DAY OF , 2024.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
VILLAGE OF NORTH PALM BEACH
DEPARTMENT OF LEISURE SERVICES
TO: Honorable Mayor and Members of the Village Council
THRU: Chuck Huff, Village Manager
FROM: Zakariya M. Sherman, Director of Leisure Services
DATE: June 27, 2024
SUBJECT: RESOLUTION – Approving a Contract with Florida ULS Operating LLC d/b/a Haverland
Ag Innovations to provide Athletic Field Turf Maintenance Services at a Total Cost Not
to Exceed $222,708.00, and authorizing the Mayor and Village Clerk to execute a
Contract.
Background:
On April 24, 2024, the Village issued an RFP for Athletic Field Turf Maintenance Services, covering the
Osborne Park Ballfields, the Anchorage Ballfield, the Community Center Multi-Purpose Field, and Veterans
Park.
The following firms submitted their sealed proposals by the due date of May 29, 2024:
Haverland Ag Innovations
Brightview Landscape Services
A Selection Committee consisting of Leisure Services Director Zak Sherman, Superintendent of Parks and
Recreation Stephen Poh, and Recreation Supervisor Jimmy Lovett reviewed the proposals on June 11, 2024
and ranked the bid proposals as follows:
Rank Vendor Total Score
1 Haverland Ag Innovations 289
2 Brightview Landscape Services 245
Scoring was based on Firm Qualifications, Price Proposal, Equipment, References, and Local Preference.
Based on the rankings, the Selection Committee recommended awarding the contract to Haverland Ag
Innovations. It is worth noting that Haverland Ag Innovations has been the Village’s Athletic Field Turf
Maintenance Services provider since 2019.
Contract Terms:
The initial term of this contract will be for a three (3) year period, with an option to renew for two (2)
additional one-year terms for a cumulative total of five (5) years, using the same terms, conditions, and
pricing of the original agreements.
Scope of Work:
The scope of work includes turf mowing, fertilization, aeration, verti-cutting, topdressing, disease and
pest management, application of herbicides, and irrigation.
Fiscal Impacts:
The previous contract with Haverland Ag Innovations was for $199,673.00. The yearly cost will increase
by $23,035.00.
Account Information:
Fund Department Account
Number
Account
Description Amount
General Fund Parks and
Recreation A8028-33491 Contractual Services $222,708.00
The attached Resolution and Contract have been prepared and/or reviewed by the Village Attorney for legal
sufficiency.
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution approving
a contract with Florida ULS Operating LLC d/b/a Haverland Ag Innovations to provide Athletic
Field Turf Maintenance Services at a total cost not to exceed $222,708.00, with funds expended
from Account Number A8028-33491 (Recreation – Contractual Services), and authorizing the
Mayor and Village Clerk to execute a Contract for such services in accordance with Village
policies and procedures.
RESOLUTION 2024-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH
PALM BEACH, FLORIDA, ACCEPTING THE PROPOSAL SUBMITTED BY
FLORIDA ULS OPERATING LLC D/B/A HAVERLAND AG INNOVATIONS
FOR ATHLETIC FIELD TURF MAINTENANCE SERVICES AND
AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE A
CONTRACT RELATING TO SUCH SERVICES; AND PROVIDING FOR AN
EFFECTIVE DATE.
WHEREAS, on April 24, 2024, the Village issued a Request for Proposals for Athletic Field Turf
Maintenance Services (“RFP”); and
WHEREAS, the Village received two proposals in response to the RFP; and
WHEREAS, the Selection Committee recommended accepting the highest-ranked bid proposal
submitted by Florida ULS Operating LLC d/b/a Haverland Ag Innovations, the Village’s current
provider of athletic field maintenance services; and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best interests
of the residents of the Village of North Palm Beach.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA as follows:
Section 1. The foregoing recitals are ratified as true and incorporated herein.
Section 2. The Village Council accepts the proposal submitted by Florida ULS Operating LLC
d/b/a Haverland Ag Innovations to provide athletic turf maintenance services at a total annual cost
not to exceed $222,708.00, with funds expended from Account No. A8028-33491 (Parks &
Recreation – Contractual Services). The Village Council further authorizes the Mayor and Village
Clerk to execute a Contract for the performance of such services, a copy of which is attached hereto
and incorporated herein.
Section 3. This Resolution shall take effect immediately upon its adoption.
PASSED AND ADOPTED THIS ____DAY OF ____________, 2024.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
Page 1
CONTRACT
This Contract is made as of the day of , 2024, by and between
the VILLAGE OF NORTH PALM BEACH, a municipal corporation organized and existing under
the laws of the State of Florida, hereinafter referred to as the VILLAGE, and FLORIDA
ULS OPERATING LLC, a Florida limited liability company d/b/a HAVERLAND AG
INNOVATIONS, hereinafter referred to as the VENDOR.
In consideration of the promises and mutual covenants herein contained, it is hereby agreed that the
VENDOR shall provide to the VILLAGE all goods and services necessary to provide Athletic Field
Turf Maintenance Services pursuant to the terms and conditions of this Contract.
SECTION 1: SCOPE OF SERVICES OF THE VENDOR.
The Scope of Work is for Athletic Field Turf Maintenance Services in accordance with the
Request for Proposals issued by the Village, and VENDOR’s Proposal submitted in response to the
Request for Proposals, which are incorporated herein by reference.
SECTION 2: TERM OF CONTRACT.
A. This Contract shall become effective October 1, 2024 and shall remain in effect for a period
of three (3) years, unless earlier terminated in accordance with Section 7. This Contract shall
automatically renew for two (2) additional one (1) year periods upon the same terms and conditions
contained herein unless either party provides the other party with ninety (90) days’ written notice of
its intent not to renew prior to the expiration of the initial term or renewal term. Any variation to the
terms and conditions set forth herein shall be in writing and signed by both parties.
B. The VENDOR shall not be entitled to an increase in the agreed to compensation resulting
from this Contract or payment or compensation of any kind from the VILLAGE for direct, indirect,
consequential, impact or other costs, expenses, or damages.
SECTION 3: VILLAGE’S REPRESENTATIVE.
Unless otherwise specified by the VILLAGE, the VILLAGE’s representative shall be Zakariya
Sherman, Director of Leisure Services. The Village Manager or Village Representative shall have
the right at all reasonable times during the term of this Contract to inspect or otherwise evaluate the
work being performed thereunder and the premises in which it is being performed.
SECTION 4: COMPENSATION AND METHOD OF PAYMENT.
A. The VILLAGE agrees to compensate the VENDOR for providing Athletic Field Turf
Maintenance Services and for which Purchase Orders are issued in accordance with VENDOR’s
Proposal, which is attached hereto and incorporated herein by reference.
B. In order for both parties herein to close their books and records, VENDOR will clearly
state “final invoice” on the VENDOR’s final/last billing to the VILLAGE. This certifies that all
goods and services have been properly performed and all charges have been invoiced to the
VILLAGE. Since this account will thereupon be closed, any and other further charges if not
Page 2
properly included in this final invoice are waived by the VENDOR. The VILLAGE will not be
liable for any invoice from the VENDOR submitted thirty (30) days after the provision of all goods
and services.
SECTION 5: INDEMNIFICATION.
A. The VENDOR shall indemnify and save harmless and defend the VILLAGE, its agents,
servants, and employees from and against any and all claims, liability, losses, and/or cause of
action which may arise from any negligent act or omission of the VENDOR, its agents, servants, or
employees in the performance of services under this Contract.
B. The VENDOR further agrees to indemnify, save harmless and defend the VILLAGE, its
agents, servants, and employees from and against any claim, demand, or cause of action of
whatsoever kind or nature arising out of any conduct or misconduct of the VENDOR its agents,
servants, or employees not included in the paragraph above and for which the VILLAGE, its agents,
servants, or employees are alleged to be liable.
C. Nothing contained in this Contract shall create a contractual relationship with or a cause of
action in favor of a third party against either the VILLAGE or VENDOR, nor shall this Contract be
construed a waiver of sovereign immunity beyond the waiver provided in §768.28, Florida Statutes.
SECTION 6: PERSONNEL.
A. The VENDOR represents that it has, or will secure at its own expense, all necessary
personnel required to perform the services under this Contract.
B. All of the services required hereunder shall be performed by the VENDOR or under its
supervision, and all personnel engaged in performing the services shall be fully qualified and, if
required, authorized, or permitted under state and local law to perform such services.
C. All of the VENDOR’s personnel (and all sub-contractors OR sub-consultants) while on
VILLAGE premises, will comply with all VILLAGE requirements governing conduct, safety, and
security.
SECTION 7: TERMINATION.
This Contract may be cancelled by the VENDOR upon thirty (30) days prior written notice to
the VILLAGE’s representative in the event of substantial failure by the VILLAGE to perform in
accordance with the terms of this Contract through no fault of the VENDOR. It may also be
terminated, in whole or in part, by the VILLAGE without cause upon thirty (30) days written notice
to the VENDOR. The VILLAGE may also terminate this Contract with written notice of cause to
the VENDOR, who fails to cure such cause within ten (10) days of the receipt of the VILLAGE’s
notice. Unless the VENDOR is in breach of this Contract, the VENDOR shall be paid for services
rendered to the VILLAGE’s satisfaction through the date of termination. After receipt of a
Termination Notice and except as otherwise directed by the VILLAGE, the VENDOR shall:
A. Stop work on the date and to the extent specified;
Page 3
B. Terminate and settle all orders and subcontracts relating to the performance of the
terminated work;
C. Transfer all work in progress, completed work, and other materials related to the
terminated work to the VILLAGE; and
D. Continue and complete all parts of the work that have not been terminated.
SECTION 8: FEDERAL AND STATE TAX.
The VILLAGE is exempt from payment of Florida State Sales and Use Tax. Unless purchased
directly by the VILLAGE, the VENDOR shall not be exempted from paying sales tax to its
suppliers for materials used to fill contractual obligations with the VILLAGE, nor is the
VENDOR authorized to use the VILLAGE’s Tax Exemption Number in securing such materials.
SECTION 9: INSURANCE.
A. Prior to commencing any work, the VENDOR shall provide certificates evidencing insurance
coverage as required in the Request of Proposals. All insurance policies shall be issued by companies
authorized to do business under the laws of the State of Florida. The Certificates shall clearly indicate
that the VENDOR has obtained insurance of the type, amount, and classification as required for strict
compliance with this Section and that no material change or cancellation of the insurance shall be
effective without thirty (30) days’ prior written notice to the VILLAGE’s representative. Failure to
comply with the foregoing requirements shall not relieve the VENDOR of its liability and obligations
under this Contract.
B. The parties to this Contract shall carry Workers’ Compensation Insurance and
Employer’s Liability Insurance for all employees as required by Florida Statutes. In the event that
a party does not carry Workers’ Compensation Insurance and chooses not to obtain same, then
such party shall in accordance with Section 440.05, Florida Statutes, apply for and obtain an
exemption authorized by the Department of Insurance and shall provide a copy of such exemption
to the VILLAGE.
C. All insurance, other than Worker’s Compensation, to be maintained by the VENDOR
shall specifically include the VILLAGE as an Additional Insured.
SECTION 10: SUCCESSORS AND ASSIGNS.
The VILLAGE and the VENDOR each binds itself and its partners, successors, executors,
administrators and assigns to the other party of this Contract and to the partners, successors,
executors, administrators and assigns of such other party, in respect to all covenants of this
Contract. Except as above, neither the VILLAGE nor the VENDOR shall assign, sublet, convey,
or transfer its interest in this Contract without the written consent of the other. Nothing herein shall
be construed as creating any personal liability on the part of any officer or agent of the VILLAGE
which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to
anyone other than the VILLAGE and the VENDOR.
Page 4
SECTION 11: DISPUTE RESOLUTION, LAW, VENUE AND REMEDIES.
This Contract shall be governed by the laws of the State of Florida. Any and all legal action
necessary to enforce the Contract will be held in Palm Beach County. No remedy herein
conferred upon any party is intended to be exclusive of any other remedy, and each and every
such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or
now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise
by any party of any right, power, or remedy hereunder shall preclude any other or further
exercise thereof. The VILLAGE and the VENDOR knowingly, voluntarily, and intentionally
waive any right they may have to trial by jury with respect to any litigation arising out of or in
connection with this Contract.
SECTION 12: INDEPENDENT CONTRACTOR RELATIONSHIP.
The VENDOR is, and shall be, in the performance of all Services under this Contract, an
Independent Contractor, and not an employee, agent, or servant of the VILLAGE. All persons
engaged in any of the Services performed pursuant to this Contract shall at all times, and in all
places, be subject to the VENDOR’S sole direction, supervision, and control. The VENDOR shall
exercise control over the means and manner in which it and its employees perform the Services.
SECTION 13: ACCESS AND AUDITS.
The VENDOR shall maintain adequate records to justify all charges, expenses and costs incurred
in estimating and performing the Services for at least three (3) years after completion of this Contract.
The VILLAGE shall have access to such books, records and documents as required in this
section for the purpose of inspection or audit during normal business hours, at the VENDOR’s place
of business. In no circumstances will VENDOR be required to disclose any confidential or
proprietary information regarding its products and service costs.
SECTION 14: NONDISCRIMINATION.
The VENDOR warrants and represents that all of its employees are treated equally during
employment without regard to race, color, religion, disability, sex, age, national origin, ancestry,
marital status, or sexual orientation.
SECTION 15: ENFORCEMENT COSTS.
If any legal action or other proceeding is brought for the enforcement of this Contract, or because of
an alleged dispute, breach, default or misrepresentation in connection with any provisions of this
Contract, the successful or prevailing party or parties shall be entitled to recover reasonable
attorney’s fees, court costs and all expenses (including taxes) even if not taxable as court
awarded costs (including, without limitation, all such fees, costs and expenses incident to appeals),
incurred in that action or proceeding, in addition to any other relief to which such party or parties
may be entitled.
SECTION 16: SEVERABILITY.
If an y term or provision of this Contract, or the application thereof to any person or circumstances
shall, to any extent, be held invalid or unenforceable, to remainder of this Contract, or the application
Page 5
of such terms or provision, to persons or circumstances other than those as to which it is held
invalid or unenforceable, shall not be affected, and every other term and provision of this Contract
shall be deemed valid and enforceable to the extent permitted by law.
SECTION 17: MODIFICATIONS OF WORK.
A. The VILLAGE reserves the right to make changes in the work, including alterations,
reductions therein or additions thereto. Upon receipt by the VENDOR of the VILLAGE’s notification
of a contemplated change, the VENDOR shall, in writing: (1) provide a detailed estimate for
the increase or decrease in cost due to the contemplated change, (2) notify the VILLAGE of any
estimated change in the completion date, and (3) advise the VILLAGE if the contemplated change
shall affect the VENDOR’s ability to meet the completion dates or schedules of this Contract.
B. If the VILLAGE so instructs in writing, the VENDOR shall suspend work on that portion
of the work affected by the contemplated change, pending the VILLAGE’s decision to proceed
with the change.
C. If the VILLAGE elects to make the change, the VILLAGE shall initiate a Change to
the Purchase Order and the VENDOR shall not commence work on any such change until such
revised Purchase Order is received.
SECTION 18: PUBLIC ENTITY CRIMES.
VENDOR acknowledges and agrees 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, proposal, or
reply on a contract to provide any goods or services to a public entity; may not submit a bid,
proposal, or reply on a contract with a public entity for the construction or repair of a public building
or public work; may not submit bids, proposals or replies on leases of real property to a public
entity; may not be awarded or perform work as a VENDOR, supplier, sub- VENDOR or VENDOR
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, Florida Statues, for CATEGORY
TWO for a period of thirty-six (36) months following the date of being placed on the convicted
vendor list. The VENDOR will advise the VILLAGE immediately if it becomes aware of any
violation of this statute.
SECTION 19: PROTECTION OF WORK AND PROPERTY.
A. The VENDOR shall continuously maintain adequate protection of all work from damage,
and shall protect the VILLAGE’s property from injury or loss arising in connection with the
Contract. Except for any such damage, injury, or loss, except that which may be directly due
to errors caused by the VILLAGE or employees of the VILLAGE, the VENDOR shall provide
any necessary materials to maintain such protection.
B. The VENDOR will also take every necessary precaution to ensure the safety of the
VILLAGE, public and other guests and invitees thereof at or near the areas where work is being
accomplished during and throughout the completion of all work.
Page 6
SECTION 20: WARRANTY/GUARANTY.
VENDOR warrants that its goods and services under this Contract will be free of defects in materials
and workmanship for a period of one (1) year following the provision of said goods and services.
SECTION 21: COMPLIANCE WITH LAWS.
VENDOR shall, in performing the services contemplated by this Contract, faithfully observe and
comply with all federal, state and local laws, ordinances and regulations that are applicable to the
services to be rendered under this Contract.
SECTION 22: NOTICE.
All notices required in this Contract shall be sent by certified mail, return receipt requested and if
sent to the VILLAGE shall be mailed to:
Village of North Palm Beach
Village Manager
501 U.S. Highway One
North Palm Beach, FL 33408
and if sent to the VENDOR shall be mailed to:
Florida ULS Operating LLC d/b/a Haverland Ag Innovations
Attn: Keely Haverland, Business Development Manager
12276 San Jose Boulevard, Suite 747
Jacksonville, FL 32223
SECTION 23: ENTIRETY OF CONTRACTUAL AGREEMENT.
The VILLAGE and the VENDOR agree that this Contract sets forth the entire agreement between
the parties, and that there are no promises or understandings other than those stated herein. None
of the provisions, terms and conditions contained in this Contract may be added to, modified,
superseded or otherwise altered, except by written instrument executed by the parties hereto. In the
event of a conflict between this Contract and the VILLAGE’s Request for Proposals and the
VENDOR’s Proposal, this Contract shall take precedence with the VILLAGE’s Request for
Qualifications taking precedence over the VENDOR’s proposal. All such documents shall be read
in a manner so as to avoid a conflict.
SECTION 24: WAIVER.
Failure of a party to enforce or exercise any of its right(s) under this Contract shall not be
deemed a waiver of that parties’ right to enforce or exercise said right(s) at any time thereafter.
SECTION 25: PREPARATION.
This Contract shall not be construed more strongly against either party regardless of who was
more responsible for its preparation.
Page 7
SECTION 26: SURVIVABILITY.
Any provision of this Contract which is of a continuing nature or imposes an obligation which
extends beyond the term of this Contract shall survive its expiration or earlier termination.
SECTION 27: WAIVER OF SUBROGATION.
VENDOR hereby waives any and all rights to Subrogation against the VILLAGE, its officers,
employees, and agents for each required policy. When required by the insurer, or should a policy
condition not permit an insured to enter into a pre-loss agreement to waive subrogation without an
endorsement, then VENDOR shall agree to notify the insurer and request the policy be endorsed
with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent.
This Waiver of Subrogation requirement shall not apply to any policy, which a condition to the
policy specifically prohibits such an endorsement, or voids coverage should VENDOR enter into
such an agreement on a pre-loss basis.
SECTION 28: INSPECTOR GENERAL.
VENDOR is aware that the Inspector General of Palm Beach County has the authority to investigate
and audit matters relating to the negotiation and performance of this Contract and in furtherance
thereof, may demand and obtain records and testimony from VENDOR. VENDOR understands
and agrees that in addition to all other remedies and consequences provided by law, the failure of
VENDOR to fully cooperate with the Inspector General when requested may be deemed by the
VILLAGE to be a material breach of this Contract justifying its termination.
SECTION 29: INVOICING AND PAYMENT:
Payment for any and all invoice(s) that may arise as a result of a Contract or Purchase Order issued
pursuant to this Request for Qualifications shall minimally meet the following conditions to be
considered as a valid payment request:
A. A timely submission of a properly certified invoice(s) in strict accordance with the price(s)
and delivery elements as stipulated in the Contract or Purchase Order document, and
submitted to:
Village of North Palm Beach
501 U.S. Highway One
North Palm Beach, Florida 33408
ATTN: Accounts Payable
B. All invoices submitted shall consist of an “original” invoice which clearly references the
subject Contract or Purchase Order Number; provide a sufficient salient description to identify
the good(s) and/or service(s) for which payment is requested; include and be clearly marked
as “partial,” “complete” or “final invoice.”
C. The invoice shall contain the Proposer’s Federal Employer Identification Number.
Page 8
D. All payments made by the Village pursuant to the Contract Documents shall be in accordance
with Florida’s Prompt Payment Act (for non-construction).
SECTION 30: ADDITIONAL SERVICES;
If during the contractual period covered by the agreement, additional services are needed, VENDOR
may, at the option of the VILLAGE, be engaged to perform these services under the terms of this
Contract.
SECTION 31: PUBLIC RECORDS.
IF VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO VENDOR’S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT THE VILLAGE’S
CUSTODIAN OF PUBLIC RECORDS AT: (561) 841-3355;
NPBCLERK@VILLAGE-NPB.ORG; OR 501 U.S. HIGHWAY ONE, NORTH PALM
BEACH, FL 33408.
In performing services pursuant to this Contract, VENDOR shall comply with all relevant provisions of
Chapter 119, Florida Statutes. As required by Section 119.0701, Florida Statutes, VENDOR shall:
1. Keep and maintain public records required by the VILLAGE to perform the service.
2. Upon request from the VILLAGE’s custodian of public records, provide the VILLAGE with a
copy the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
Contract term and following completion of the Contract if the VENDOR does not transfer the
records to the VILLAGE.
4. Upon completion of the Contract, transfer, at no cost, to the VILLAGE all public records in
possession of VENDOR or keep and maintain public records required by the VILLAGE to
perform the services. If VENDOR transfers all public records to the VILLAGE upon completion
of the Contract, VENDOR shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If VENDOR keeps and
maintains public records upon completion of the Contract, VENDOR shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to
the VILLAGE, upon request from the VILLAGE’s custodian of public records, in a format that
is compatible with the information technology systems of the VILLAGE.
SECTION 32. PROHIBITION AGAINST CONTINGENT FEES.
VENDOR warrants that it has not employed or retained any company or person, other than a
bona fide employee working solely for VENDOR, to solicit or secure this Contract and that
Page 9
VENDOR has not paid, or agreed to pay, any person, company, corporation, individual or firm,
other than a bona fide employee working solely for VENDOR, any fee, commission, percentage, gift,
or other consideration contingent upon, or resulting from, aware or making of the Contract. For the
breach or violation of this provision, the VILLAGE shall have the right to terminate this Contract
and its sole discretion, without liability, and to deduct from the Contract price, or otherwise recover,
the full amount of such fee, commission, percentage, fit or consideration.
SECTION 33. E-VERIFY.
Pursuant to Section 448.095(5), Florida Statutes, VENDOR shall:
A. Register with and use the E-Verify system to verify the work authorization status of all newly
hired employees pursuant to Section 448.095(2), Florida Statutes, and require all
subcontractors do the same;
B. Secure an affidavit from all subcontractors stating that the subcontractor does not employ,
contract with, or subcontract with an “unauthorized alien” as defined in Section 448.095(1)(f),
Florida Statutes;
C. Maintain copies of all subcontractor affidavits for the duration of this Contract and provide
the same to the VILLAGE upon request;
D. Comply fully, and ensure all subcontractors comply fully, with Section 448.095, Florida
Statutes;
E. Be aware that a violation of Section 448.09(1), Florida Statutes (Unauthorized aliens;
employment prohibited), shall be grounds for termination of this Contract;
F. Be aware that a violation of Section 448.095(5) by a subcontractor, and not VENDOR, shall
be grounds for the VILLAGE to order VENDOR immediately terminate the contract with the
subcontractor; and
G. Be aware that if the VILLAGE terminates this Contract under Section 448.095(5)(c), Florida
Statues, VENDOR may not be awarded a contract for at least one year after the date on which
the Contract is terminated and will be liable for any additional costs incurred by the VILLAGE
as a result of the termination of the Contract.
[Remainder of page intentionally blank]
Page 10
IN WITNESS WHEREOF, the VILLAGE and VENDOR hereto have made and executed this
Contract as of the day and year first above written.
VENDOR
By:
Print Name:
Position:
VILLAGE OF NORTH PALM BEACH
BY: ______________________________
SUSAN BICKEL, MAYOR
ATTEST:
BY:
JESSICA GREEN, VILLAGE CLERK
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
BY:
VILLAGE ATTORNEY
REQUEST FOR PROPOSALS FOR
Athletic Field Turf Maintenance Services
VILLAGE OF NORTH PALM BEACH
501 U.S. HIGHWAY ONE
NORTH PALM BEACH, FLORIDA 33408-4906
ADVERTISEMENT, INSTRUCTIONS FOR
SPECIFICATIONS, PROPOSAL FORMS
ADVERTISEMENT
The Village of North Palm Beach, Florida, a Florida municipal corporation located in Palm Beach
County, Florida (“Village”), is accepting sealed proposals from qualified companies and contractors
(“Proposers”) to provide all necessary labor, materials, equipment, and related services for professional
athletic field turf management and maintenance, with submissions accepted until 3:00 P.M. EST on
May 22, 2024, at the Village of North Palm Beach, Village Clerk’s Office, 501 U.S. Highway One,
North Palm Beach, FL 33408. Proposals received after the aforementioned date and time will be returned
unopened.
CONTRACT TERM
The initial term of this contract will be for a three (3) year period, with an option to renew for two (2)
additional one-year terms for a cumulative total of five (5) years, using the same terms, conditions, and
pricing of the original agreements.
The complete Request for Proposals, including all specifications and forms, may be obtained by bona
fide proposers upon application at the Village of North Palm Beach, 501 U.S. Highway One, North Palm
Beach, Florida 33408, DemandStar or from the Village website at www.village-npb.org.
Proposals shall be submitted with an original and three (3) copies and one (1) electronic copy (on a
thumb drive) in sealed envelopes/packages addressed to Village of North Palm Beach, Village Clerk’s
Office, 501 U.S. Highway One, North Palm Beach, Florida 33408 and marked “SEALED PROPOSAL
– ATHLETIC FIELD TURF MAINTENANCE SERVICES.” The Village shall evaluate the
proposals in accordance with the criteria set forth in the RFP. The Village anticipates an award to the
proposer with the proposal determined by the Village to be most advantageous. The Village may conduct
interviews and/or require presentations as part of the evaluation process. The Village shall not be liable
for any costs incurred by any proposer in connection with its response to this RFP. The Village reserves
the right to reject all RFP submittals, to waive any formalities, to solicit and re-advertise for new RFP
submittals, or to abandon the project in its entirety.
VILLAGE OF NORTH PALM BEACH, FLORIDA
Zakariya M. Sherman,
Director of Leisure Services
zsherman@village-npb.org
Publish: Palm Beach Post
Date: April 24, 2024
Publish: DemandStar
Date: April 24, 2024
Page 1
REQUEST FOR PROPOSALS FOR
ATHLETIC FIELD TURF MAINTENANCE SERVICES
1. GENERAL INFORMATION:
The Village of North Palm Beach, Florida (“Village”) is accepting sealed proposals from
qualified companies and contractors (“Proposers”) to provide all necessary labor, materials,
equipment, and related services for the engagement of a professional athletic field turf management
and maintenance company, with submissions accepted until 3:00 P.M. EST on May 22, 2024, at the
Village of North Palm Beach, Village Clerk’s Office, 501 U.S. Highway One, North Palm Beach,
FL 33408. Proposals received after the aforementioned date and time will be returned unopened.
2. PREPARATION OF PROPOSAL:
This Request for Proposals (“RFP”) provides the complete set of terms and conditions,
specifications and proposal forms for the required goods and services. The specifications are attached
hereto and incorporated by reference as Exhibit “A.” The following forms are attached hereto and
incorporated herein by reference:
Scope of Work/Specifications Exhibit “A”
Proposer’s Acknowledgement Exhibit “B”
Proposal Form Exhibit “C”
Public Entity Crimes Statement Exhibit “D”
Scrutinized Vendor Certification Exhibit “E”
Confirmation of Drug Free Workplace Exhibit “F”
Standard Village Contract Exhibit “G”
This RFP is available for review and printing from the Village’s web site: www.village-
npb.org or from DemandStar.
All proposal forms must be completed in full and include a manual signature, in ink,
where applicable. The signature must be of an authorized representative who has the legal
ability to bind the proposing entity in contractual obligations. Unsigned proposals will not be
accepted.
All proposal forms must be typed or legibly printed in ink. Use of erasable ink is not
permitted. All corrections made by a proposer to any part of a proposal form must be initialed in ink.
It is a proposer’s sole responsibility to assure that its proposal is complete and delivered at the
proper time and place of the proposal opening. The Village will not be responsible for any expenses
incurred in connection with the preparation and/or delivery of a proposal.
An original of all proposal forms, three (3) copies and one (1) electronic copy (on a thumb
drive), along with other required information (as stated in Section 8 below), must be submitted in a
sealed envelope to the address provided above via hand-delivery or mail. Faxed or e-mailed
proposals are not acceptable. The face of the sealed envelope shall state “ATHLETIC FIELD
TURF MAINTENANCE SERVICES” and contain the proposer’s name, return address, title of
the proposal, and the date and time for proposal opening. Proposals not submitted in a sealed
envelope or on the enclosed proposal forms may be rejected.
Page 2
All questions regarding this RFP must be submitted to Zakariya Sherman by e-mail to
zsherman@village-npb.org no later than seven (7) days prior to the date scheduled for proposal
opening. Responses to questions will be provided as expeditiously as possible, generally within two
(2) business days. If any question requires a response, which the Village in its sole discretion,
determines should be provided to all potential proposers, the Village will issue an official addendum
to this RFP. The Village will endeavor to make sure all potential proposers receive such addendum
by posting the addendum on Demand Star for the respective proposal solicitation; however, it is the
sole responsibility of every proposer to verify with the Village whether any addendum has been
issued prior to submitting a proposal. The Village will not issue an addendum five (5) days or less
before proposal opening.
3. PROPOSAL EVALUATION AND AWARD:
On the date and time specified in this RFP, the Village will open and announce aloud all
proposals received on time. The evaluation of the proposals will occur soon thereafter. The
proposal opening may be delayed if, at the sole discretion of the Village, such delay is considered
to be in the Village’s best interests.
The Village Administration will evaluate the proposals in order to prepare a
recommendation to the Village Council for award of the proposal for the required goods and
services. The resulting contract shall be awarded to the responsible Proposer that best meets the
needs of the Village, taking into consideration, among other things, the financial responsibility of
the Proposer, proven skill and experience, abilities to timely perform the contract, previous
satisfactory performance, and such other abilities of the proposer that the Village in its sole
discretion determines will enable the Proposer to perform effectively and efficiently. The Village,
in its sole discretion, reserves the right to waive all technicalities or irregularities and to reject any
or all proposals. The Village further reserves the right, in its sole discretion, to award a contract to
the Proposer whose proposal best serves the interests of the Village.
The selected proposer will be required to execute a contract with the Village substantially
in the form attached hereto as Exhibit G.
The Village, in its sole discretion, reserves the right to waive all technicalities or
irregularities, to reject any or all proposals or any part of a proposal, to award to a single
proposer or to divide the award between proposers, and to re-solicit this RFP or any part
of this RFP. The Village further reserves the right, in its sole discretion, to award a
contract to the proposer (or proposers) whose qualifications best serves the interests of
the Village.
4. INSURANCE REQUIREMENTS:
The selected Proposer shall be required to carry and maintain the following insurance
coverages through the time it furnishes all required goods and services to the Village and completes
its obligations under the contract:
4.1 The Proposer shall maintain Comprehensive General Liability Insurance with
minimum coverage limits of $1,000,000 combined single limit of insurance per
occurrence and $2,000,000 in the general aggregate for bodily injury and property
damage and $2,000,000 in the general aggregate for products/completed operations.
Page 3
Comprehensive General Liability Insurance shall include endorsements for property
damage, personal injury, contract liability, product liability and independent
contractor coverage.
4.2 The Proposer shall maintain Comprehensive Automobile Liability Insurance in the
minimum amount of $1,000,000 combined single limit for bodily injury and property
damages liability to protect against claims which may arise from the ownership, use,
or maintenance of owned and non-owned automobiles, including rented automobiles
whether such operations be by the Proposer or by anyone directly or indirectly
employed by the Proposer.
4.3 The Proposer shall carry Workers’ Compensation Insurance and Employer’s Liability
Insurance for all employees as required by Florida Statutes. 4.4 All insurance, other than Worker’s Compensation, to be maintained by the Proposer
shall specifically include the Village as an Additional Insured. The Proposer shall be
responsible for any deductibles related to said insurance.
5. REGULATIONS, PERMITS AND FEES:
The selected Proposer will be required to obtain at its own expense all licenses required
to provide the required services to the Village. The selected Proposer must comply with all Federal,
State and local laws and regulations that may apply, including, but not limited to, those specifically
referenced in the Proposal Documents.
6. PUBLIC ENTITY CRIMES:
In accordance with section 287.133, Florida Statutes, any 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, proposal, or reply on a contract to provide any goods or services to a public entity;
may not submit a bid, proposal or reply on a contract with a public entity for the construction or
repair of a public building or public work; may not submit bids, proposals or replies on leases of real
property to a public entity; may not be awarded or perform work as a VENDOR, supplier,
subcontractor or consultant under a contract with any public entity; and may not transact business
with any public entity in excess of $35,000 for a period of thirty-six (36) months following
the date of being placed on the convicted vendor list.
A public entity crimes statement must be completed and signed by an authorized
representative and be included with the proposal. A copy of the public entity crimes statement is
attached to this RFP as Exhibit “D.”
7. PUBLIC RECORDS:
Upon award recommendation or thirty (30) days after opening, whichever is earlier, all
proposals and information submitted with each proposal become “public record” and shall be
subject to public disclosure consistent with Chapter 119, Florida Statutes (“Public Records
Law”). In order to be exempt from disclosure, a proposer must invoke the exemptions to disclosure
provided by law in its proposal by providing the specific statutory authority for the claimed
exemption, identifying the data or other materials to be protected, and stating the reasons why such
Page 4
exclusion from public disclosure is necessary.
8. PROPOSER’S CERTIFICATIONS:
Each proposer submitting a proposal acknowledges, agrees and certifies as follows:
8.1 The proposer and its proposal are subject to all terms and conditions specified
herein with no exceptions unless authorized in writing by the Village;
8.2 The proposal constitutes an offer to the Village, which shall remain open,
irrevocable, and unchanged for ninety (90) days after proposal opening;
8.3 The proposer has not given, offered nor intends to give or offer any economic
opportunity, future employment, favor, or gratuity of any kind to any employee of
the Village in connection with this RFP;
8.4 The proposer has not divulged or discussed its proposal with other proposers;
8.5 The proposal is made based on independent determination of the proposer without
collusion with other proposers in an effort to restrict competition;
8.6 The proposer has not made any attempt to induce any potential proposer from
submitting or declining to submit a proposal in response to this RFP;
8.7 The proposer is financially solvent and sufficiently experienced and competent to
provide all goods and/or services required in this RFP;
8.8 The proposer shall indemnify, defend and hold harmless the Village, its officers,
employees and agents from any and all claims, damages, causes of action or
liability related to or arising from this RFP;
8.9 Proposer certifies that neither Proposer nor any of Proposer’s principals have been
convicted of a felony or any crime involving fraud.
8.10 Proposer certifies that Proposer and any parent corporations, affiliates, subsidiaries,
members, shareholders, partners, officers, directors or executives thereof are not
presently debarred, proposed for debarment or declared ineligible to bid or participate
in competitive procurement by any Federal, State or Local Government agency and
are not listed on the Florida convicted vendor list.
8.11 No member of the proposer’s ownership, management or staff has any vested
interest in or employment relationship with the Village; and
8.12 All information provided in the proposal is true and correct in all respects.
If any proposer fails to meet the foregoing certifications, said failure will constitute grounds for
rejecting the proposal.
Page 5
9. PROPOSAL FORMAT AND SUBMITTAL REQUIREMENTS:
Each proposal shall be submitted in a clear, concise format, on 8½ x 11 paper. Each
proposal set shall contain all information requested herein to be considered for award. Omission of
required information may be cause for disqualification. Each proposal shall consist of the
following:
9.1 Cover Letter of Transmittal (no more than two pages).
The cover letter shall serve as a formal introduction and executive summary of your firm's
proposal. It should succinctly articulate your firm’s keen interest in the RFP for Athletic Field
Turf Maintenance Services and express a clear intention to submit a comprehensive response.
In your cover letter, please include:
a. Brief Firm Introduction: A concise overview of your firm, highlighting core
competencies and relevance to the RFP’s scope.
b. Intent and Commitment: A clear expression of why this RFP interests your firm and
why your firm is well-suited for this project.
c. Acknowledgement of Compliance:
o A statement that your firm is licensed in the State of Florida and qualified to
provide all services requested under this RFP;
o A statement that if selected by the Village, the proposer understands the work
to be done, commits to perform the work within the time period, is able to and
will comply with all applicable laws, rules, regulations and ordinances of the
Village, Palm Beach County, the State of Florida and the United States; and
o A statement that the proposer is able and will provide the required insurance
as stated herein if selected by the Village Council.
d. Closing Statement: End with a point of contact for any further communication or
clarification.
e. Signature: The cover letter should be signed by an individual with the authority to
commit your firm to the proposal.
9. 2 Required Forms:
Include the following signed forms as part of your proposal:
a. Proposer’s Acknowledgement (Exhibit “B”)
b. Proposal Form (Exhibit “C”)
c. Public Entity Crimes Statement (Exhibit “D”)
d. Scrutinized Vendor Certification (Exhibit “E”)
e. Confirmation of Drug-Free Workplace (Exhibit “F”)
Page 6
9. 3 Addressing the Evaluation Criteria:
Provide detailed information to address each of the following evaluation criteria. For a more
comprehensive understanding, refer to the “Evaluation Criteria” section located at the end of
Exhibit “A,” under the Scope of Work/Specifications.
Firm Qualifications: Describe your firm's experience and expertise in Athletic Field Turf
Maintenance Services, especially in Palm Beach County. Please provide details on at least six
(6) relevant projects or contracts your firm has undertaken in the past three (3) years.
Price Proposal: Submit a competitive and comprehensive price proposal, inclusive of all
necessary work components.
Equipment List: Detail the equipment and tools to be used, along with specifications and
their relevance to the project.
References: Include a list of at least five (5) past clients, preferably governmental, especially
within Florida, for whom you have performed similar services. For each reference, provide a
contact person’s name, address and telephone number for each reference, and a general
description of the services provided and the cost of such services.
Local Preference: If applicable, state any local presence in Palm Beach County. Provide a
brief statement confirming if your main office or distribution point is located within Palm
Beach County, along with its street address.
9.4 Conflict of Interest Disclosure.
The proposer shall disclose with its proposal the name(s) of any officer, director, agent,
employee or immediate family member (spouse, parent, sibling and child) who is also an
employee or officer of the Village. Furthermore, all proposers shall disclose the name of
any Village employee or officer who, either directly or indirectly, owns a material interest in
the proposer’s company, firm or group or in that of any of its affiliates. If no such conflict
of interests exists, the proposer should clearly state this in its proposal.
10. CONE OF SILENCE:
This Request for proposals is expressly subject to the Cone of Silence provisions of Section
2-355 of the Palm Beach County Code of Ordinances. Any contract resulting from this RFP entered
into in violation of the cone of silence provisions shall render the transaction voidable.
11. SOCIAL, POLITICAL, OR IDEOLOGICAL INTERESTS:
Pursuant to section 287.05701, Florida Statutes (2023), the Village may not request
documentation of or consider a proposer’s social, political, or ideological interests when determining
if the proposer is responsible. Further, the Village may not give a preference to a proposer based on
the proposer’s social, political, or ideological interests.
Exhibit “A” Page 1
RFP EXHIBIT “A”
SCOPE OF WORK/SPECIFICATIONS 1. IN GENERAL:
The Village of North Palm Beach is seeking proposals from qualified sports turf
maintenance companies and contractors to provide all labor, supervision, equipment, supplies,
tools, materials, and all other required incidentals to perform the complete maintenance of the
Village’s athletic fields. The Village reserves the right to award some or all Services to one or
more qualified firms on a non-exclusive basis.
EXHIBIT “A-1” – FIELD LOCATIONS
FIELDS TO BE COVERED UNDER CONTRACT:
Field Location/Name Approx. S/F of Turf Approx. S/F Skinned (Clay)
Osborne Park: 705 Prosperity
Farms Road - Baseball Field
*Warning tracks not included
48,180 s/f of Turf 9,960 s/f Skinned Area
Osborne Park: 705 Prosperity
Farms Road - Softball Field
*Warning tracks not included
53,596 s/f of Turf 9,177 s/f Skinned area
Community Center: 1200
Prosperity Farms Road -
Multi-Purpose Field
*Warning tracks not included
128,479 s/f of Turf 8,118 s/f Skinned Area
Veteran’s Memorial: 303
Anchorage Drive -
Ornamental Turf
6,000 s/f of Turf N/A
Anchorage Park: 603
Anchorage Drive - Baseball
Field
N/A 6,400 s/f Skinned Area
All proposers are encouraged to visit the site(s) and inspect all Service areas, Irrigation,
and landscape prior to submitting a proposal.
Exhibit “A” Page 2
The selected contractor shall be responsible for all aspects of the sports turf maintenance
including, but not limited to:
Field Maintenance
Mowing, line trimming, edging
Irrigation scheduling, monitoring, and timing
Fertilization
Application of herbicides and pesticides
Baseball field clay (skinned area) maintenance
Sand top dressing
Aerification
Soil testing
2. GENERAL STANDARDS OF WORK:
2.1. Schedule of Work: At the beginning of each week, the selected contractor shall furnish
to the Village a schedule of the week’s priorities and routine maintenance. The Village
reserves the right to direct the contractor to rearrange the schedule to meet the needs of the
Village.
2.2. Chemicals and Fertilizers: Commercial fertilizer applicators must be certified by the
Department of Agriculture and Consumer Affairs.
2.3. Baseball / Softball Fields (clay surfaces): The selected contractor shall be responsible
for the weekly inspection, maintenance, upkeep, and repair of all clay areas associated with
the ballfields. Clay areas shall be inspected weekly and any large stones, clumping material,
ruts, holes, wet/dry areas, soft/hard spots, or bowled out areas shall be repaired. Clay areas
shall be scarified, dragged, and watered until the desired texture is achieved.
Clay areas shall be laser leveled one time per year. Lip repairs & additional clay, if needed,
shall be priced separately.
2.4. Soccer/Football & Baseball/Softball Fields (turf surfaces): All turf areas shall be
inspected on a weekly basis and any large holes, ruts, or bowled out areas shall be repaired.
3. TURF MAINTENANCE:
3.1. Turf Mowing: A mowing schedule shall be provided each week in accordance with
section 1.1. The mowing frequency shall adhere to the following weekly schedule:
- High Growth Season – March 1 to September 30 – once per week (additional mowing may
be requested)
- Low Growth Season – October 1 to February 28 – once per week
Mower blades must be kept sharp so that the cut grass edge is clean and not ragged. Mowing
patterns shall be changed frequently to avoid wear. Any grass clippings or other plant debris
remaining on the grass surface shall be removed the same day as the mowing service is
Exhibit “A” Page 3
performed.
Bermuda grass shall be mowed with a reel type mower and cut to a minimum height of ¾”
to a maximum height of 1” above soil level. Edging at the warning tracks and infield lips
shall be performed once per week.
If turf lacks density and root mass, growth regulators may be used in place of extra mowing
during the grow season.
3.2. Fertilization: A fertilization schedule shall be submitted by the selected contractor and
approved by the Village. The fertilizer used shall be a commercial grade product
recommended for use on sports turf. Specific requirements shall be determined by soil tests
conducted once every four (4) months and presented to the Village for a determination of
whether additional additives are required.
Bermuda turf shall be fertilized with a complete NPK profile. Applications shall occur at least
six (6) times per year and shall vary with the time of year of the application and the results of
the soil analysis. Additional fertilization may be required as determined by the soil tests and
approved by the Village.
3.3. Aeration, Verti-cutting, and Topdressing: These services shall be provided for proper
air and water exchange for maximum growth potential and health of the Bermuda turf and
shall be performed as follows:
- Aerification shall occur a minimum of six (6) times per year. Coring tines, solid tines and
slicing should be used depending on field traffic and activities.
- Verticut once during growing season
- Sand Topdressing one full application once per year
- Spot topdressing weekly
The topdressing material shall be a mixture similar to the profile of the soil below the turf as
determined by soil analysis. The selected contractor shall be responsible for spot topdressing
worn turf areas, depressed turf areas, etc. as needed on an ongoing basis within a reasonable
standard. Excessive turf wear caused by excessive field usage shall be brought to the attention
of the Village and additional costs approved by Work Change Directive.
3.4. Disease and Pest Management: The selected contractor shall control or eradicate
diseases and infestations by pests and ants by spraying affected areas with chemical sprays
suitable for that particular disease or pest when evident or as often as necessary. The
contractor shall control and/or eradicate infestations of insects and fungal and bacterial
infestations. Fungicides and Pesticides shall be utilized on a quarterly basis for preventative
measures and manufacturer’s recommended follow up treatment adhered to.
3.5. Application of Herbicides: All turf shall be maintained in a weed-free condition. The
contractor shall apply various herbicides by means of spray type devices to aid in the control
of unwanted weeds and vegetation. The application of herbicides shall be approved by the
Village prior to placement. The application of herbicides shall be performed as follows:
Exhibit “A” Page 4
- Application of herbicides shall be to the fence lines of all the sports fields
- Pre-Emergent herbicide – applied semi-annually
- Selective weed control – applied quarterly and on an as needed basis
3.6. Irrigation: The selected contractor shall oversee the functioning of time clocks for
optimal watering of turf areas at both the Community Center Athletic Field and Veterans
Memorial Park. This includes setting and adjusting the clocks as necessary. Additionally, the
contractor is tasked with maintaining and repairing the irrigation systems at these locations.
This responsibility encompasses a range of components, such as heads, piping, nozzles, zone
valves, pumps, clocks, and boxes. The scope of work extends to the irrigation systems at the
baseball and softball fields at Osborne Park. At Osborne Park, the contractor might require
assistance from Village staff due to the manual nature of the system, which necessitates
manual watering and wet checks.
Time clocks shall be checked once per month. The selected contractor shall, at least once per
month, fully operate all the irrigation zones from the clocks. Any damages caused by the
contractor’s operation shall be repaired and replaced with the same equipment within forty-
eight (48) hours.
The contractor shall notify the Village within twenty-four (24) hours of discovering an
irrigation issue for needed repairs or system functionality. The contractor shall have forty-
five (45) days from the start of the contract to inspect the irrigation system and report existing
damage or incorrect operation and coverage to the Village.
4. ADDITIONAL SPECIFICATIONS AND REQUIREMENTS:
4.1. The initial term of this contract shall be for three (3) years, with an option to renew for
two (2) additional one (1) year terms for a cumulative total of five (5) years, using the same
terms, conditions, and pricing of the original agreements, unless earlier terminated. Any
variation to the terms and conditions set forth herein shall be in writing and meet all
applicable requirements as set forth in the RFP, including, but not limited to, the Proposal
Form and the Specifications.
4.2. The Village reserves the right to decrease or amend any of the services as listed and
described herein in negotiations with the selected firm. Any additional items shall be
presented to the Village for approval. No additional work shall commence without the
Village’s written approval.
4.3. Award of this contract will be based on the information provided in the submissions.
Proposals that accurately follow the evaluation criteria and are both complete and well -
aligned with the Village’s needs will receive higher scores and stand a better chance of being
selected.
4.4. The selected contractor shall provide a point of contact that can be reached twenty-four
(24) hours a day, seven (7) days a week and shall include both an email address and a cell
phone number. The point of contact shall be used for communicating with the Village for
all issues relating to the contract, including but not limited to contractor’s performance, work
Exhibit “A” Page 5
assignment, scheduling, and emergencies.
The contractor’s point of contact must be able to clearly communicate in the English
language, both verbally and in writing.
4.5. The contractor is responsible for supervising all employees on-site during work. It is
essential that these employees are trained in customer service and always behave
professionally. Any use of profane language or display of threatening behavior is strictly
prohibited.
The contractor shall ensure all personnel are in a company uniform with the company logo
and must be able to provide proper identification at all times.
4.6. The contractor shall provide and require the wearing of protective clothing and
equipment as required by all applicable laws, regulations, ordinances, and manufacturer
recommendations. Barricades shall be provided by the selected contractor when work is
performed in areas traversed by persons, or when deemed necessary by the Village.
4.7. The contractor shall make every effort to stay on schedule and complete all routine work
during the scheduled calendar week and within the approved scheduled time period,
generally between 8:00 a.m. and 5:00 p.m. The Superintendent of Parks shall determine if
work not performed on schedule constitutes a deficiency.
4.8. The contractor shall take precautions to protect persons or property against injury or
damage and be responsible for any such damage or injury that occurs as a result of the
contractor’s fault or negligence.
4.9. The contractor shall immediately notify the Superintendent of Parks regarding any
damage to the work site, whether caused by the contractor or by other circumstances.
Should the contractor be the cause of any damage at the work site, the contractor shall
assume full responsibility for all required repairs and replacements. This includes plants,
materials, sprinkler heads, utilities, and any damaged property. The contractor must cover
all costs for these repairs or replacements, ensuring they meet the satisfaction of the
Superintendent of Parks before the work is finally accepted.
4.10. The contractor shall be available twenty-four (24) hours per day, seven (7) days a
week, to provide emergency services.
Upon the Village’s determination that an emergency exists, the Village will contact the
contractor by telephone. The contractor must be at the job site, with all necessary personnel
and equipment to complete the work, within two (2) hours from the Village's notification.
The contractor will be paid the hourly rate offered on the Proposal Form for the mobilization
and demobilization for each Emergency Response.
4.11. The contractor shall be responsible for the removal of all debris and equipment from
the site and for cleaning the work areas. The contractor shall keep the premises free of debris
and unusable materials resulting from its work and as the work progresses. Upon request of
the Village, the contractor shall remove such debris and materials from property. The
Village’s dumpsters or other containers are not to be used for disposal of any type of debris.
In the event of equipment failure, the contractor shall repair the on-site equipment within
forty-eight (48) hours of breakdown. For any repairs to equipment that shall extend forty-
eight (48) hours or longer, the equipment shall be removed from Village property and
replaced at the contractor’s expense. For all equipment breakdowns, the contractor shall
Exhibit “A” Page 6
notify the Superintendent of Parks immediately.
4.12. Upon satisfactory completion of any job task, the contractor shall submit an invoice to
the Superintendent of Parks via email and copy the department’s Executive Assistant as
well.
Failure to provide a proper invoice may cause delay in processing payment.
Payment will be made after services have been rendered, verified, and properly invoiced.
The contractor shall not be paid for work completed that was not authorized by the Village
in writing.
Payments for completed services will be made upon receipt of a proper invoice and required
supporting documentation.
Requestor’s name, telephone number, and address.
Date(s) of service.
Detailed description and location of work performed.
Number of worked hours, labor/unit rates and totals of each.
The contractor’s invoice number (invoice numbers should not be repeated or reused).
5. RFP SUBMITTAL SCORING:
Proposals will be evaluated in accordance with weighted criteria listed below:
Evaluation Criteria – Scoring Guide Points Range
Qualifications of Firm and Prior Experience 0 - 35
Price Proposal 0 - 35
Equipment 0 - 10
References 0 - 10
Village Local Preference 0 - 10
Total Maximum Points 100
All complete proposals received will be reviewed by an evaluation committee comprised of
members of Village Staff. The criteria will guide the committee during the evaluation and
selection process.
The Successful Proposer shall be required to execute a Village Contract covering the scope
of services to be provided and setting forth the duties, rights, and responsibilities of the
parties. The successful Proposer must execute the contract prior to recommendation of award
and presentation to the Village Council.
In the event of a tie in scoring, the following tiebreakers will be applied in order:
1. Local Preference: Priority given to firms with local preference.
2. Qualifications and Experience: Evaluation of the depth and relevance of qualifications
and prior experience.
Exhibit “A” Page 7
3. References: Consideration of the quality and relevance of provided references.
4. Price Proposal: Review of the value offered in the price proposal.
5. Detailed Review/Interview: If a tie persists, a further detailed proposal review or
additional interviews will be conducted to determine the most suitable candidate.
See below for additional detail concerning the Evaluation Criteria.
5.11 Firm Qualifications (Points Range 0 – 35)
Provide a description of the firm, including the size, range of activities.
Offer a narrative that demonstrates the firm’s understanding of the Village’s requirements
for Athletic Field Turf Maintenance Services.
Describe the firm's experience and expertise in Athletic Field Turf Maintenance Services,
specifically highlighting how this will be applied to the project.
Explain the firm’s methodology for completing the tasks outlined in the Scope of
Services.
Identify the primary contact and supervisory personnel for the project, including resumes
or a list of qualifications (education, experience, etc.) for key personnel proposed to
perform the work. Outline any significant subcontracted work areas.
Include an implementation schedule detailing key milestones, timelines for deliverables,
and the final report delivery date. Note any assumptions used in developing this schedule.
State the firm's ability to commence work with minimum notice and propose any
procedural or technical enhancements to the Scope of Services that align with the project
objectives.
Demonstrate the firm’s regular involvement in Athletic Field Turf Maintenance in Palm
Beach County over the last three years, listing at least six relevant projects or contracts
and providing three current business references for similar work.
5.12 Price Proposal (Points Range 0 – 35)
Submit the signed, firm price proposal for providing Athletic Field Turf Maintenance
Services. Ensure that all quoted rates are inclusive of labor, tools, equipment, fuel, billing,
insurance, required reports, and all other incidentals and materials necessary to complete
the work comprehensively.
The proposal with the lowest proposed grand total amount will receive thirty-five (35)
points. Proposals that do not offer the lowest price but are still competitively priced will
be scored on a tiered system, with the points decreasing as the price increases relative to
the lowest bid.
Exhibit “A” Page 8
For example, proposals with prices slightly higher than the lowest will fall into the
“Highly Competitive Pricing” category, receiving between 27-34 points. Those with
moderate prices will be categorized under “Competitive Pricing” and will score between
19-26 points. Proposals with higher than average prices will be assessed as “Less
Competitive Pricing” and will receive 8-18 points. Lastly, the “Non-Competitive Pricing”
category, for the highest-priced proposals, will be allotted 0 to 7 points.
5.13 Equipment (Points Range 0 – 10)
Proposers must supply all tools, equipment, and labor necessary for the project. Please
provide a comprehensive list of all equipment and vehicles, specifying the manufacturer,
model, capacity, and age of each item. Be aware that the Village retains the right to inspect
and potentially reject any equipment judged unsuitable for the project.
5.14 References (Points Range 0 – 10)
The proposer shall submit a list of at least five (5) entities, preferably governmental,
located in the State of Florida, for which the proposer has performed similar Athletic
Field Turf Maintenance Services within the last three years. Proposer shall indicate a
contact person’s name, address and telephone number for each reference, and a general
description of the services provided and the cost of such services.
5.15 Local Preference (10 Points)
The Village shall grant a preference in the amount of ten (10) points to bidders who have
a fixed office or distribution point located in and having a street address within Palm
Beach County.
Tentative RFP Schedule (subject to change at the discretion of the Village): April 24, 2024 Public Advertisement of RFP
May 22, 2024 Proposals due by 3:00 PM
June 5, 2024 Evaluation Committee Review of Proposals (Step 1)
June 27, 2024 Contract Recommendation to Council (Step 2)
Exhibit “B” Page 1
RFP EXHIBIT “B”
PROPOSER’S ACKNOWLEDGEMENT
SUBMIT ONE (1) ORIGINAL, THREE (3) COPIES AND ONE (1) ELECTRONIC COPY
(ON A THUMB DRIVE) OF YOUR PROPOSAL TO:
Village of North Palm Beach
Village Clerk’s Office
501 U.S. Highway One,
North Palm Beach, FL 33408
RFP TITLE: Athletic Field Turf Maintenance Services
Proposal must be received PRIOR TO 3 :00 P.M. on May 22, 2024, at which time proposals
will be opened.
Proposer’s Name:
(Please specify if a corporation, partnership, other entity or individual)
Fed. ID# or SSN:
Address:
Telephone No.:
Fax Number:
E-mail Address:
Contact representative:
The undersigned authorized representative of the Proposer agrees to all terms and conditions stated
in the RFP, to supply Athletic Field Turf Maintenance Services meeting all specifications, and
proposes and agrees that if this proposal is accepted by the Village, the Proposer will in good faith
enter into contract negotiations with the Village utilizing the standard Village Contract in
accordance with the terms and conditions of this RFP. No proposal may be withdrawn for a period
of ninety (90) days following the opening of the proposals. The Proposer further acknowledges
and affirms the certifications set forth in Section 8 of the RFP.
PROPOSER REPRESENTATIVE WITH AUTHORITY TO BIND PROPOSER
Authorized Representative’s Signature Date
Name Position
CORPORATE SEAL
Attest By: __________________________
Secretary
Signature: Date: ____________
Exhibit “C” Page 1
RFP EXHIBIT “C”
PROPOSAL FORM
Name of Proposer:
SECTION I: RATES PER SCOPE OF SERVICES:
SERVICE LOCATION MONTHLY FEE Qty. TOTAL ANNUAL
COST
Osborne Park $ 12 $
Community Center $ 12 $
Veteran’s Memorial $ 12 $
Anchorage Park $ 12 $
**CONTRACTOR shall submit a detailed schedule along with the pricing proposal. This
schedule should outline the specific tasks to be performed throughout the year, including the
timing and frequency of each activity. This will ensure clarity on service delivery and
associated costs.
SECTION II: AS-NEEDED ADDITIONAL SERVICES:
ITEM
NO.
DESCRIPTION
UNIT OF
MEASURE
UNIT
PRICE
1. Bermuda Sod Repairs Price Per Square
Foot (SF)
$
2. Load of Clay Delivered Price Per Load
(LD)
$
3. Irrigation Repairs: Technician Rate Per Hour
(HR)
$
4. Irrigation Installation: Technician Rate Per Hour
(HR)
$
5. Irrigation: After hours emergency
service hourly rate
Rate Per Hour
(HR)
$
Exhibit “C” Page 2
SECTION III: IRRIGATION MATERIALS PRICE LIST:
Please provide a comprehensive inventory of all necessary materials and equipment required
for the upkeep and efficient functioning of an irrigation system. This list should include, but
is not limited to, items such as sprinkler heads (include most common types), piping, tubing,
nozzles, zone valves, pumps, controllers, timers, valve boxes, backflow preventers, pressure
regulators, filters, drip irrigation components, fitting and connectors, clamps and supports,
wire and connectors, and other relevant components.
ITEM DESCRIPTION
UNIT OF MEASURE
UNIT PRICE
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Sheet Continued on Next Page.
Exhibit “C” Page 3
ITEM DESCRIPTION
UNIT OF MEASURE
UNIT PRICE
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Price Per Unit
$
Exhibit “C” Page 4
SECTION IV: LIST OF EQUIPMENT:
Proposers are required to list below all equipment/fleets that will be used on
this project. Equipment make, model, capacity, and age of the equipment
must be provided. Include additional sheets if you need more space.
ITEM DESCRIPTION
MAKE/MODEL
CAPACITY
AGE
END OF SECTION
Exhibit “D” Page 1
RFP EXHIBIT “D”
PUBLIC ENTITY CRIMES STATEMENT
UNDER § 287.133, FLORIDA STATUTES
1. This sworn statement is submitted to the Village of North Palm Beach, Florida
by
(print individual's name and title)
for
(print name of entity submitting sworn statement)
whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is:
(If the entity has no FEIN, include the Social Security Number of the Individual
signing this sworn statement: )
2. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes,
means a violation of any state or federal law by a person with respect to and directly related to the
transaction of business with any public entity or with an agency or political subdivision of any other state
or of the United States, including, but not limited to, any bid or contract for goods or services to be
provided to any public entity or an agency or political subdivision or any other state or of the United
States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy or material
misrepresentation.
3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication
of guilt, in any federal or state trial court of record relating to charges brought by indictment or
information after July 1, 1989, as a result of jury verdict, nonjury trial, or entry of a plea of guilty or nolo
contendere.
4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
a. A predecessor or successor of a person convicted of a public entity crime; or
b. An entity under the control any natural person who is active in the management of the
entity and who has been convicted of a public entity crime. The term “affiliate" includes
those officers, directors, executives, partners, shareholders, employees, members, and
agents who are active in the management of an affiliate. The ownership by one person of
shares constituting a controlling interest in another person or a pooling of equipment or
income among persons when not for fair market value under an arm's length agreement,
shall be a prima facie case that one person controls another person. A person who
knowingly enters into a joint venture with a person who has been convicted of a public
entity crime in Florida during the preceding 36 months shall be considered an affiliate.
5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any
natural person or entity organized under the laws of any state or of the United States with the legal power
Exhibit “D” Page 2
to enter into binding contract and which bids or applies to bid on contracts for the provision of goods or
services let by a public entity, or which otherwise transacts or applies to transact business with a public
entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees,
me mbers, and agents who are active in management of an entity.
6. Based on information and belief, the statement which I have marked below is true in relation to
the entity submitting this sworn statement. (indicate which statement applies.)
Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity,
nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July 1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July
1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of
Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer
determined that it was not in the public interest to place the entity submitting this sworn statement on the
convicted vendor list. (attach a copy of the final order)
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING
OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS
FOR THAT PUBLIC ENTITY ONLY AND, THAT HIS FORM IS VALID THROUGH
DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND
THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A
CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017,
FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION
CONTAINED IN THIS FORM.
(Signature)
The foregoing document was sworn and subscribed before me this day of
, 2024 by , who is personally known to me or produced
as identification.
Notary Public
My Commission Expires:
Exhibit “E” Page 1
RFP EXHIBIT “E”
SCRUTINIZED VENDOR CERTIFICATION
PURSUANT TO SECTION 287.135, FLORIDA STATUTES
This sworn statement is submitted to the Village of North Palm Beach, Florida
by _____________________________________________________________________
(print individual's name and title)
for _____________________________________________________________________
(print name of entity submitting sworn statement)
whose business address is___________________________________________________
________________________________________________________________________
and (if applicable) its Federal Employer Identification Number (FEIN) is: _____________
(If the entity has no FEIN, include the Social Security Number of the Individual
signing this sworn statement: _______________________)
1. I hereby certify that the above-named entity:
A. Does not participate in the boycott of Israel; and
B. Is not on the Scrutinized Companies that Boycott Israel List.
2. If the Contract for goods and services is for more than $1,000,000, I hereby certify that the
above-named entity:
A. Is not on the Scrutinized Companies with Activities in Sudan List; and
B. Is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List; and
C. Has not engaged in business operations in Cuba or Syria.
Section 287.135, Florida Statutes, prohibits the Village from: (1) contracting with companies for
goods or services in any amount if at the time of bidding on, submitting a proposal for, or entering
into or renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List,
created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel; and (2)
contracting with companies, for goods or services over $1,000,000 that are on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List created pursuant to Section 215.473, Florida Statutes or is engaged in
business operations in Cuba or Syria.
Exhibit “E” Page 2
As the person authorized to sign on behalf of the above-named entity, I hereby certify that the
statements set forth above are true and that pursuant to Section 287.135, Florida Statutes, the
submission of a false certification may subject the company to civil penalties, attorney’s fees and/or
costs. I further understand that any contract with the Village for goods or services may be terminated
at the option of the Village if the company has been found to have submitted a false certification.
(Signature)
The foregoing document was sworn and subscribed before me this ______ day of
______________, 2024 by ______________________, who is personally known to me or produced
______________________ as identification.
____________________________
Notary Public
My Commission Expires:
RFP EXHIBIT “F”
CONFIRMATION OF DRUG-FREE WORKPLACE
In accordance with Section 287.087, Florida Statutes, whenever two or more Proposals
are equal with respect to price, quality, and service which are received by any political
subdivision for the procurement of commodities or contractual services, a proposal received
from a business that certifies that it has implemented a drug-free workplace program shall be
given preference in the award process. In order to have a drug-free workplace program, a
business shall:
(1) Publish a statement notifying employees that the unlawful manufacture,
distribution, dispensing, possession, or use of a controlled substance is prohibited in the
workplace and specifying the actions that will be taken against employees for violation of such
prohibition.
(2) Inform employees about the dangers of drug abuse in the workplace, the
business's policy of maintaining a drug-free workplace, any available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be imposed upon
employees for drug abuse violations.
(3) Give each employee engaged in providing the commodities or contractual
services that are under proposal a copy of the statement specified in subsection (1).
(4) In the statement specified in subsection (1), notify the employees that, as a
condition of working on the commodities or contractual services that are under proposal, the
employee will abide by the terms of the statement and will notify the employer of any conviction
of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace no
later than five (5) days after such conviction.
(5) Impose a sanction on, or require the satisfactory participation in a drug abuse
assistance or rehabilitation program if such is available in the employee's community by, any
employee who is so convicted.
(6) Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign this statement on behalf of ,
I certify that complies fully with the above requirements.
Authorized Representative’s Signature Date
Name: Position:
Exhibit “G” Page 1
RFP EXHIBIT “G”
STANDARD VILLAGE CONTRACT
This Contract is made as of the day of , 2024, by and between
the VILLAGE OF NORTH PALM BEACH, a municipal corporation organized and existing under
the laws of the State of Florida, hereinafter referred to as the VILLAGE, and
____________________________________, an individual or corporation authorized to do business
in the State of Florida, hereinafter referred to as the VENDOR.
In consideration of the promises and mutual covenants herein contained, it is hereby agreed
that the VENDOR shall provide to the VILLAGE all goods and services necessary to provide
Athletic Field Turf Maintenance Services pursuant to the terms and conditions of this Contract.
SECTION 1: SCOPE OF SERVICES OF THE VENDOR.
The Scope of Work is for Athletic Field Turf Maintenance Services in accordance with the
Request for Proposals issued by the Village, and VENDOR’s Proposal submitted in response to the
Request for Proposals, which are incorporated herein by reference.
SECTION 2: TERM OF CONTRACT.
A. This Contract shall become effective October 1, 2024 and shall remain in effect for a period
of three (3) years, unless earlier terminated in accordance with Section 7. This Contract shall
automatically renew for two (2) additional one (1) year periods upon the same terms and conditions
contained herein unless either party provides the other party with ninety (90) days’ written notice of
its intent not to renew prior to the expiration of the initial term or renewal term. Any variation to the
terms and conditions set forth herein shall be in writing and signed by both parties.
B. The VENDOR shall not be entitled to an increase in the agreed to compensation resulting
from this Contract or payment or compensation of any kind from the VILLAGE for direct, indirect,
consequential, impact or other costs, expenses, or damages.
SECTION 3: VILLAGE’S REPRESENTATIVE.
Unless otherwise specified by the VILLAGE, the VILLAGE’s representative shall be Zakariya
Sherman, Director of Leisure Services. The Village Manager or Village Representative shall have
the right at all reasonable times during the term of this Contract to inspect or otherwise evaluate the
work being performed thereunder and the premises in which it is being performed.
SECTION 4: COMPENSATION AND METHOD OF PAYMENT.
A. The VILLAGE agrees to compensate the VENDOR for providing Athletic Field Turf
Maintenance Services and for which Purchase Orders are issued in accordance with VENDOR’s
Proposal, which is attached hereto and incorporated herein by reference.
B. In order for both parties herein to close their books and records, VENDOR will clearly
state “final invoice” on the VENDOR’s final/last billing to the VILLAGE. This certifies that all
goods and services have been properly performed and all charges have been invoiced to the
VILLAGE. Since this account will thereupon be closed, any and other further charges if not
Exhibit “G” Page 2
properly included in this final invoice are waived by the VENDOR. The VILLAGE will not be
liable for any invoice from the VENDOR submitted thirty (30) days after the provision of all goods
and services.
SECTION 5: INDEMNIFICATION.
A. The VENDOR shall indemnify and save harmless and defend the VILLAGE, its agents,
servants, and employees from and against any and all claims, liability, losses, and/or cause of
action which may arise from any negligent act or omission of the VENDOR, its agents, servants or
employees in the performance of services under this Contract.
B. The VENDOR further agrees to indemnify, save harmless and defend the VILLAGE, its
agents, servants and employees from and against any claim, demand or cause of action of
whatsoever kind or nature arising out of any conduct or misconduct of the VENDOR its agents,
servants, or employees not included in the paragraph above and for which the VILLAGE, its agents,
servants or employees are alleged to be liable.
C. Nothing contained in this Contract shall create a contractual relationship with or a cause
of action in favor of a third party against either the VILLAGE or VENDOR, nor shall this Contract
be construed a waiver of sovereign immunity beyond the waiver provided in §768.28, Florida
Statutes.
SECTION 6: PERSONNEL.
A. The VENDOR represents that it has, or will secure at its own expense, all necessary
personnel required to perform the services under this Contract.
B. All of the services required hereunder shall be performed by the VENDOR or under
its supervision, and all personnel engaged in performing the services shall be fully qualified and, if
required, authorized or permitted under state and local law to perform such services.
C. All of the VENDOR’s personnel (and all sub-contractors OR sub-consultants) while on
VILLAGE premises, will comply with all VILLAGE requirements governing conduct, safety, and
security.
SECTION 7: TERMINATION.
This Contract may be cancelled by the VENDOR upon thirty (30) days prior written notice to
the VILLAGE’s representative in the event of substantial failure by the VILLAGE to perform in
accordance with the terms of this Contract through no fault of the VENDOR. It may also be
terminated, in whole or in part, by the VILLAGE without cause upon thirty (30) days written notice
to the VENDOR. The VILLAGE may also terminate this Contract with written notice of cause to
the VENDOR, who fails to cure such cause within ten (10) days of the receipt of the VILLAGE’s
notice. Unless the VENDOR is in breach of this Contract, the VENDOR shall be paid for services
rendered to the VILLAGE’s satisfaction through the date of termination. After receipt of a
Termination Notice and except as otherwise directed by the VILLAGE, the VENDOR shall:
A. Stop work on the date and to the extent specified;
B. Terminate and settle all orders and subcontracts relating to the performance of the
terminated work;
Exhibit “G” Page 3
C. Transfer all work in progress, completed work, and other materials related to the
terminated work to the VILLAGE; and
D. Continue and complete all parts of the work that have not been terminated.
SECTION 8: FEDERAL AND STATE TAX.
The VILLAGE is exempt from payment of Florida State Sales and Use Tax. Unless purchased
directly by the VILLAGE, the VENDOR shall not be exempted from paying sales tax to its
suppliers for materials used to fill contractual obligations with the VILLAGE, nor is the
VENDOR authorized to use the VILLAGE’s Tax Exemption Number in securing such materials.
SECTION 9: INSURANCE.
A. Prior to commencing any work, the VENDOR shall provide certificates evidencing
insurance coverage as required in the Request of Proposals. All insurance policies shall be issued by
companies authorized to do business under the laws of the State of Florida. The Certificates shall
clearly indicate that the VENDOR has obtained insurance of the type, amount, and classification as
required for strict compliance with this Section and that no material change or cancellation of the
insurance shall be effective without thirty (30) days’ prior written notice to the VILLAGE’s
representative. Failure to comply with the foregoing requirements shall not relieve the VENDOR of
its liability and obligations under this Contract.
B. The parties to this Contract shall carry Workers’ Compensation Insurance and
Employer’s Liability Insurance for all employees as required by Florida Statutes. In the event that
a party does not carry Workers’ Compensation Insurance and chooses not to obtain same, then
such party shall in accordance with Section 440.05, Florida Statutes, apply for and obtain an
exemption authorized by the Department of Insurance and shall provide a copy of such exemption
to the VILLAGE.
C. All insurance, other than Worker’s Compensation, to be maintained by the VENDOR
shall specifically include the VILLAGE as an Additional Insured.
SECTION 10: SUCCESSORS AND ASSIGNS.
The VILLAGE and the VENDOR each binds itself and its partners, successors, executors,
administrators and assigns to the other party of this Contract and to the partners, successors,
executors, administrators and assigns of such other party, in respect to all covenants of this
Contract. Except as above, neither the VILLAGE nor the VENDOR shall assign, sublet, convey
or transfer its interest in this Contract without the written consent of the other. Nothing herein shall
be construed as creating any personal liability on the part of any officer or agent of the VILLAGE
which may be a party hereto, nor shall it be construed as giving any rights or benefits hereunder to
anyone other than the VILLAGE and the VENDOR.
Exhibit “G” Page 4
SECTION 11: DISPUTE RESOLUTION, LAW, VENUE AND REMEDIES.
This Contract shall be governed by the laws of the State of Florida. Any and all legal action
necessary to enforce the Contract will be held in Palm Beach County. No remedy herein
conferred upon any party is intended to be exclusive of any other remedy, and each and every
such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or
now or hereafter existing at law or in equity or by statute or otherwise. No single or partial exercise
by any party of any right, power, or remedy hereunder shall preclude any other or further
exercise thereof. The VILLAGE and the VENDOR knowingly, voluntarily, and intentionally
waive any right they may have to trial by jury with respect to any litigation arising out of or in
connection with this Contract.
SECTION 12: INDEPENDENT CONTRACTOR RELATIONSHIP.
The VENDOR is, and shall be, in the performance of all Services under this Contract, an
Independent Contractor, and not an employee, agent, or servant of the VILLAGE. All persons
engaged in an y of the Services performed pursuant to this Contract shall at all times, and in all
places, be subject to the VENDOR’S sole direction, supervision, and control. The VENDOR shall
exercise control over the means and manner in which it and its employees perform the Services.
SECTION 13: ACCESS AND AUDITS.
The VENDOR shall maintain adequate records to justify all charges, expenses and costs incurred
in estimating and performing the Services for at least three (3) years after completion of this
Contract. The VILLAGE shall have access to such books, records and documents as required
in this section for the purpose of inspection or audit during normal business hours, at the VENDOR’s
place of business. In no circumstances will VENDOR be required to disclose any confidential or
proprietary information regarding its products and service costs.
SECTION 14: NONDISCRIMINATION.
The VENDOR warrants and represents that all of its employees are treated equally during
employment without regard to race, color, religion, disability, sex, age, national origin, ancestry,
marital status or sexual orientation.
SECTION 15: ENFORCEMENT COSTS.
If any legal action or other proceeding is brought for the enforcement of this Contract, or because of
an alleged dispute, breach, default or misrepresentation in connection with any provisions of this
Contract, the successful or prevailing party or parties shall be entitled to recover reasonable
attorney’s fees, court costs and all expenses (including taxes) even if not taxable as court
awarded costs (including, without limitation, all such fees, costs and expenses incident to appeals),
incurred in that action or proceeding, in addition to any other relief to which such party or parties
may be entitled.
SECTION 16: SEVERABILITY.
If any term or provision of this Contract, or the application thereof to any person or circumstances
shall, to any extent, be held invalid or unenforceable, to remainder of this Contract, or the application
of such terms or provision, to persons or circumstances other than those as to which it is held
Exhibit “G” Page 5
invalid or unenforceable, shall not be affected, and every other term and provision of this Contract
shall be deemed valid and enforceable to the extent permitted by law.
SECTION 17: MODIFICATIONS OF WORK.
A. The VILLAGE reserves the right to make changes in the work, including alterations,
reductions therein or additions thereto. Upon receipt by the VENDOR of the VILLAGE’s notification
of a contemplated change, the VENDOR shall, in writing: (1) provide a detailed estimate for
the increase or decrease in cost due to the contemplated change, (2) notify the VILLAGE of any
estimated change in the completion date, and (3) advise the VILLAGE if the contemplated change
shall effect the VENDOR’s ability to meet the completion dates or schedules of this Contract.
B. If the VILLAGE so instructs in writing, the VENDOR shall suspend work on that portion
of the work affected by the contemplated change, pending the VILLAGE’s decision to proceed
with the change.
C. If the VILLAGE elects to make the change, the VILLAGE shall initiate a Change to
the Purchase Order and the VENDOR shall not commence work on any such change until such
revised Purchase Order is received.
SECTION 18: PUBLIC ENTITY CRIMES.
VENDOR acknowledges and agrees 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, proposal, or
reply on a contract to provide any goods or services to a public entity; may not submit a bid,
proposal, or reply on a contract with a public entity for the construction or repair of a public building
or public work; may not submit bids, proposals or replies on leases of real property to a public
entity; may not be awarded or perform work as a VENDOR, supplier, sub- VENDOR or VENDOR
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, Florida Statues, for CATEGORY
TWO for a period of thirty-six (36) months following the date of being placed on the convicted
vendor list. The VENDOR will advise the VILLAGE immediately if it becomes aware of any
violation of this statute.
SECTION 19: PROTECTION OF WORK AND PROPERTY.
A. The VENDOR shall continuously maintain adequate protection of all work from damage,
and shall protect the VILLAGE’s property from injury or loss arising in connection with the
Contract. Except for any such damage, injury or loss, except that which may be directly due
to errors caused by the VILLAGE or employees of the VILLAGE, the VENDOR shall provide
any necessary materials to maintain such protection.
B. The VENDOR will also take every necessary precaution to ensure the safety of the
VILLAGE, public and other guests and invitees thereof at or near the areas where work is being
accomplished during and throughout the completion of all work.
SECTION 20: WARRANTY/GUARANTY.
VENDOR warrants that its goods and services under this Contract will be free of defects in
materials and workmanship for a period of one (1) year following the provision of said goods and
Exhibit “G” Page 6
services.
SECTION 21: COMPLIANCE WITH LAWS.
VENDOR shall, in performing the services contemplated by this Contract, faithfully observe and
comply with all federal, state and local laws, ordinances and regulations that are applicable to the
services to be rendered under this Contract.
SECTION 22: NOTICE.
All notices required in this Contract shall be sent by certified mail, return receipt requested and if
sent to the VILLAGE shall be mailed to:
Village of North Palm Beach
Village Manager
501 U.S. Highway One
North Palm Beach, FL 33408
and if sent to the VENDOR shall be mailed to:
SECTION 23: ENTIRETY OF CONTRACTUAL AGREEMENT.
The VILLAGE and the VENDOR agree that this Contract sets forth the entire agreement between
the parties, and that there are no promises or understandings other than those stated herein. None
of the provisions, terms and conditions contained in this Contract may be added to, modified,
superseded or otherwise altered, except by written instrument executed by the parties hereto. In the
event of a conflict between this Contract and the VILLAGE’s Request for Proposals and the
VENDOR’s Proposal, this Contract shall take precedence with the VILLAGE’s Request for
Qualifications taking precedence over the VENDOR’s proposal. All such documents shall be read
in a manner so as to avoid a conflict.
SECTION 24: WAIVER.
Failure of a party to enforce or exercise any of its right(s) under this Contract shall not be
deemed a waiver of that parties’ right to enforce or exercise said right(s) at any time thereafter.
SECTION 25: PREPARATION.
This Contract shall not be construed more strongly against either party regardless of who was
more responsible for its preparation.
SECTION 26: SURVIVABILITY.
Any provision of this Contract which is of a continuing nature or imposes an obligation which
extends beyond the term of this Contract shall survive its expiration or earlier termination.
Exhibit “G” Page 7
SECTION 27: WAIVER OF SUBROGATION.
VENDOR hereby waives any and all rights to Subrogation against the VILLAGE, its officers,
employees and agents for each required policy. When required by the insurer, or should a policy
condition not permit an insured to enter into a pre-loss agreement to waive subrogation without an
endorsement, then VENDOR shall agree to notify the insurer and request the policy be endorsed
with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent.
This Waiver of Subrogation requirement shall not apply to any policy, which a condition to the
policy specifically prohibits such an endorsement, or voids coverage should VENDOR enter into
such an agreement on a pre-loss basis.
SECTION 28: INSPECTOR GENERAL.
VENDOR is aware that the Inspector General of Palm Beach County has the authority to investigate
and audit matters relating to the negotiation and performance of this Contract and in furtherance
thereof, may demand and obtain records and testimony from VENDOR. VENDOR understands
and agrees that in addition to all other remedies and consequences provided by law, the failure of
VENDOR to fully cooperate with the Inspector General when requested may be deemed by the
VILLAGE to be a material breach of this Contract justifying its termination.
SECTION 29: INVOICING AND PAYMENT:
Payment for any and all invoice(s) that may arise as a result of a Contract or Purchase Order issued
pursuant to this Request for Qualifications shall minimally meet the following conditions to be
considered as a valid payment request:
A. A timely submission of a properly certified invoice(s) in strict accordance with the price(s)
and delivery elements as stipulated in the Contract or Purchase Order document, and
submitted to:
Village of North Palm Beach
501 U.S. Highway One
North Palm Beach, Florida 33408
ATTN: Accounts Payable
B. All invoices submitted shall consist of an “original” invoice which clearly references the
subject Contract or Purchase Order Number; provide a sufficient salient description to
identify the good(s) and/or service(s) for which payment is requested; include and be clearly
marked as “partial,” “complete” or “final invoice.”
C. The invoice shall contain the Proposer’s Federal Employer Identification Number.
D. All payments made by the Village pursuant to the Contract Documents shall be in accordance
with Florida’s Prompt Payment Act (for non-construction).
Exhibit “G” Page 8
SECTION 30: ADDITIONAL SERVICES;
If during the contractual period covered by the agreement, additional services are needed, VENDOR
may, at the option of the VILLAGE, be engaged to perform these services under the terms of this
Contract.
SECTION 31: PUBLIC RECORDS.
IF VENDOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO VENDOR’S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT THE VILLAGE’S
CUSTODIAN OF PUBLIC RECORDS AT: (561) 841-3355;
NPBCLERK@VILLAGE-NPB.ORG; OR 501 U.S. HIGHWAY ONE, NORTH PALM
BEACH, FL 33408.
In performing services pursuant to this Contract, VENDOR shall comply with all relevant provisions of
Chapter 119, Florida Statutes. As required by Section 119.0701, Florida Statutes, VENDOR shall:
1. Keep and maintain public records required by the VILLAGE to perform the service.
2. Upon request from the VILLAGE’s custodian of public records, provide the VILLAGE with a
copy the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
Contract term and following completion of the Contract if the VENDOR does not transfer the
records to the VILLAGE.
4. Upon completion of the Contract, transfer, at no cost, to the VILLAGE all public records in
possession of VENDOR or keep and maintain public records required by the VILLAGE to
perform the services. If VENDOR transfers all public records to the VILLAGE upon completion
of the Contract, VENDOR shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If VENDOR keeps and
maintains public records upon completion of the Contract, VENDOR shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to
the VILLAGE, upon request from the VILLAGE’s custodian of public records, in a format that
is compatible with the information technology systems of the VILLAGE.
SECTION 32. PROHIBITION AGAINST CONTINGENT FEES.
VENDOR warrants that it has not employed or retained any company or person, other than a
bona fide employee working solely for VENDOR, to solicit or secure this Contract and that
VENDOR has not paid, or agreed to pay, any person, company, corporation, individual or firm,
other than a bona fide employee working solely for VENDOR, any fee, commission, percentage, gift
or other consideration contingent upon, or resulting from, aware or making of the Contract. For the
breach or violation of this provision, the VILLAGE shall have the right to terminate this Contract
Exhibit “G” Page 9
and its sole discretion, without liability, and to deduct from the Contract price, or otherwise recover,
the full amount of such fee, commission, percentage, fit or consideration.
SECTION 33. E-VERIFY.
Pursuant to Section 448.095(5), Florida Statutes, VENDOR shall:
A. Register with and use the E-Verify system to verify the work authorization status of all newly
hired employees pursuant to Section 448.095(2), Florida Statutes, and require all
subcontractors do the same;
B. Secure an affidavit from all subcontractors stating that the subcontractor does not employ,
contract with, or subcontract with an “unauthorized alien” as defined in Section 448.095(1)(f),
Florida Statutes;
C. Maintain copies of all subcontractor affidavits for the duration of this Contract and provide
the same to the VILLAGE upon request;
D. Comply fully, and ensure all subcontractors comply fully, with Section 448.095, Florida
Statutes;
E. Be aware that a violation of Section 448.09(1), Florida Statutes (Unauthorized aliens;
employment prohibited), shall be grounds for termination of this Contract;
F. Be aware that a violation of Section 448.095(5) by a subcontractor, and not VENDOR, shall
be grounds for the VILLAGE to order VENDOR immediately terminate the contract with the
subcontractor; and
G. Be aware that if the VILLAGE terminates this Contract under Section 448.095(5)(c), Florida
Statues, VENDOR may not be awarded a contract for at least one year after the date on which
the Contract is terminated and will be liable for any additional costs incurred by the
VILLAGE as a result of the termination of the Contract.
IN WITNESS WHEREOF, the VILLAGE and VENDOR hereto have made and executed this
Contract as of the day and year first above written.
VENDOR
By:
Print Name:
Position:
Exhibit “G” Page 10
VILLAGE OF NORTH PALM BEACH
BY: ______________________________
SUSAN BICKEL, MAYOR
ATTEST:
BY:
JESSICA GREEN, VILLAGE CLERK
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
BY:
VILLAGE ATTORNEY
Firm Qualifications Rubric (Total: 35 Points)
1. Exceptional Qualifications (28-35 Points)
Comprehensive description of the firm, highlighting extensive experience and expertise in
Athletic Field Turf Maintenance Services.
Clearly identified primary contact and supervisory personnel with detailed, relevant resumes or
qualifications.
Demonstrates regular involvement in Athletic Field Turf Maintenance in Palm Beach County
over the last three years, with at least six relevant projects/contracts and three current business
references.
Clearly identifies key personnel and major areas of subcontract work.
Provides a well-articulated narrative addressing the Scope of Services, showing a deep
understanding of the Village’s needs and requirements.
Detailed approach to completing tasks with a realistic implementation schedule, clear project
milestones, and an ability to begin work with minimum notice.
Includes innovative procedural or technical enhancements to the Scope of Services.
2. Good Qualifications (20-27 Points)
Adequate description of the firm with relevant experience in Athletic Field Turf Maintenance
Services.
Contact and supervisory personnel identified with good resumes or qualifications.
At least three years of experience in the local area with a sufficient number of projects/contracts
and business references.
Identifies key personnel and subcontract work adequately.
Narrative shows a good understanding of the Scope of Services and the Village’s needs.
Reasonable approach to task completion with a clear schedule and milestones.
Some innovative ideas proposed for the Scope of Services.
3. Adequate Qualifications (10-19 Points)
Basic description of the firm with some relevant experience.
Contact and supervisory personnel listed with acceptable resumes or qualifications.
Meets the minimum experience requirement in Palm Beach County.
Key personnel and subcontract work are identified but lack detail.
Narrative addresses the Scope of Services and the Village’s needs but lacks depth.
General approach to tasks with an implementation schedule and some milestones.
Limited innovation in proposed enhancements to the Scope of Services.
4. Below Expectations (1-9 Points)
Limited description of the firm with minimal relevance to Athletic Field Turf Maintenance
Services.
Inadequate details on contact and supervisory personnel.
Barely meets the minimum experience requirement with few references.
Key personnel and subcontract work are poorly identified.
Narrative and understanding of the Scope of Services are superficial.
Vague approach to tasks with an unclear schedule and few milestones.
Little to no innovation in enhancements to the Scope of Services.
5. Unsatisfactory (0 Points)
Fails to provide a coherent description relevant to Athletic Field Turf Maintenance Services.
Lacks clear identification of contact and supervisory personnel.
Does not meet the experience requirement or fails to provide necessary references.
Key personnel and subcontract work are not identified.
Narrative does not adequately address the Scope of Services or the Village’s needs.
No clear approach to task completion or schedule.
No innovations or enhancements proposed to the Scope of Services.
Price Proposal
1. Most Competitive Pricing (35 points)
Proposals with the lowest price receive the full 30 points.
These prices are significantly more cost-effective compared to others while appearing
realistic and sustainable.
2. Highly Competitive Pricing (27-34 points)
Prices slightly higher than the most competitive proposals but still among the lower price
ranges.
Offers good value for money and considered highly competitive.
3. Competitive Pricing (19-26 points)
Prices are moderate, neither the lowest nor the highest.
Represents a fair market rate and reasonable value.
4. Less Competitive Pricing (8-18 points)
Prices are higher than the majority of proposals.
May be justified by additional services, higher quality, or other unique value
propositions.
5. Non-Competitive Pricing (0-7 points)
Proposals with the highest prices.
Significantly higher than most other proposals without clear justification of the added
cost.
Equipment
1. Exceptional Equipment (8-10 points)
Provides a comprehensive list of all tools, equipment, and labor necessary for the work,
exceeding basic requirements.
The equipment roster includes detailed information on the manufacturer, model, capacity,
and age, showing a range of high-quality, well-maintained, and suitable equipment.
The fleet list is extensive and demonstrates a strong capability to handle the project's
demands effectively.
2. Good Equipment (5-7 points)
Offers a complete list of tools, equipment, and labor needed for the work.
Equipment roster contains adequate details (manufacturer, model, capacity, and age) and
includes equipment that is generally suitable for the required work.
Provides a list of fleets that adequately covers the project's needs.
3. Adequate Equipment (3-4 points)
Lists all necessary tools and equipment, but the details or range may be minimal.
Equipment roster includes basic information but may lack comprehensive details or show
signs of aging or limited capacity.
Fleet list is provided but may not fully assure the capability to manage all aspects of the
project efficiently.
4. Below Expectations (1-2 points)
Provides a list of tools and equipment, but it lacks significant details or appears
inadequate for the scope of work.
Equipment roster is incomplete, with insufficient details on the manufacturer, model,
capacity, or age, raising concerns about suitability.
Fleet list is limited, raising doubts about the ability to handle the project effectively.
5. Unsatisfactory (0 points)
Fails to provide a list of the necessary tools, equipment, and labor.
Equipment roster is either missing or lacks critical information, making it impossible to
assess suitability.
No fleet list provided, or the list is so inadequate that it questions the contractor's
capability to undertake the project.
References
1. Exceptional References (8-10 points)
Provides a list of at least three highly relevant entities, preferably governmental, located
in Florida, with detailed information.
Each reference includes a contact person's name, address, telephone number, a
comprehensive description of services provided, and cost details.
The references clearly demonstrate a strong track record in similar tree trimming,
management, and maintenance services within the last two years.
2. Good References (5-7 points)
Offers a list of three entities, meeting the preference for governmental and Florida-based
entities, with complete information.
Each reference comes with contact details, and a good description of the services
provided and cost.
The references reflect a solid history of similar service provision within the last two
years.
3. Adequate References (3-4 points)
Provides at least three references, though they may not fully align with the preference for
governmental entities in Florida.
Includes most of the required details (contact information, service description, cost) but
may lack some depth.
Demonstrates adequate experience in similar services, but the relevance or quality of
references is somewhat limited.
4. Below Expectations (1-2 points)
Lists fewer than three references or the references provided are only marginally relevant.
Missing significant details like contact information, comprehensive service descriptions,
or cost.
The provided references offer limited evidence of the proposer's experience and
capability in similar work.
5. Unsatisfactory (0 points)
Fails to provide any references, or the references provided are completely ir relevant or
lack critical information.
Does not demonstrate any relevant experience in tree trimming, management, and
maintenance services within the required timeframe.
Local Preference
Meets Local Preference (10 points)
The bidder has a fixed office or distribution point with a physical street address located within
Palm Beach County. This is verified and earns the full 10 points.
Does Not Meet Local Preference (0 points)
The bidder does not have a fixed office or distribution point with a physical street address within
Palm Beach County. This results in 0 points being awarded.
603 Anchorage Drive, North Palm Beach, FL 33408 ● (561) 841-3386 ● www.village-npb.org
Village of North Palm Beach
Leisure Services Department
Athletic Field Turf Maintenance
Addendum
No. 1
April 30, 2024
SUBMITTAL DUE: 3:00 PM, Local Time, May 22, 2024
Question 1: We are interested in providing a Bid for this RFP. Is there a pre-bid meeting? I didn’t see
mention of it in the solicitation.
Response 1: There is no pre-bid meeting. Thanks!
Question 2: Sorry I forgot to ask on my previous email... Do you have the Bid Tab's and budget for the
project. Additionally, will the RFP be awarded to one vendor or multiple vendors.
Response 2: Do you mean for the current contract which expires September 30?
Question 3: Yes, the bid tabulations for the current contract for the various fields. This would be the
amount of the winning bid the last time the solicitation went out. Also, if there is a stated
budget for this RFP. Often, I see municipalities detail what the current budget would be as a
guide for vendors. Additionally, will the Village of North Palm Beach, award all the fields to
one vendor or choose multiple vendors and award each field individually.
Response 3: See attached bid tab from 2019. The fiscal year 2024 budget is currently set at $199,673. A
budget has not been established for the new contract; it will be determined based on the
proposal from the winning bidder.
603 Anchorage Drive, North Palm Beach, FL 33408 ● (561) 841-3386 ● www.village-npb.org
603 Anchorage Drive, North Palm Beach, FL 33408 ● (561) 841-3386 ● www.village-npb.org
Village of North Palm Beach
Leisure Services Department
Athletic Field Turf Maintenance
Addendum
No. 2
May 15, 2024
SUBMITTAL DUE: 3:00 PM, Local Time, May 22, 2024
Question 1: I was hoping you could clarify something for me. Is the budget listed below $199,673, the
annual budget for the field maintenance? I want to make sure it's not the budget for the 3yr
contract.
Response 1: That's our current annual budget under the current turf maintenance contract. That expires
September 30th. The new budget starting October 1 will be whatever the winning bid is. And
yes, that number will be per year. There is no pre-bid meeting. Thanks!
603 Anchorage Drive, North Palm Beach, FL 33408 ● (561) 841-3386 ● www.village-npb.org
Village of North Palm Beach
Leisure Services Department
Athletic Field Turf Maintenance
Addendum
No. 3
May 21, 2024
SUBMITTAL DUE: 3:00 PM, Local Time, May 22, 2024
Question 1: I am preparing the RFP to submit tomorrow. One question, on the RFP documents there is a
space to provide pricing for Osborne Park, Community center and Veterans memorial. Are we
to group the pricing for Anchorage park with the Veterans Memorial park pricing?
Response 1: Good catch! I'm actually going to issue an amendment that includes a revised form with a line
for Anchorage Park. The new due date will either be next Wednesday or Thursday. I'm just
waiting for the clerk to respond back.
THE VILLAGE OF
NORTH PALM BEACH
Leisure Services
“THE BEST PLACE TO LIVE UNDER THE SUN”
_____________________________________________________________________________________
___________________________________________________________________________________
603 ANCHORAGE DRIVE, NORTH PALM BEACH, FL 33408-4902 (561) 841-3386 FAX (561) 209-0756
TO: All Potential Bidders
FROM: Zakariya M. Sherman, Director of Leisure Services
DATE: May 21, 2024
SUBJECT: Amendment to Athletic Field Turf Maintenance RFP No. 1
____________________________________________________________________________
The following shall be a part of the Athletic Field Turf Maintenance RFP. If a vendor has
already returned a proposal and any of the information provided below changes that proposal,
please submit the changes along with this amendment. You need not re-submit an entire
proposal prior to the opening date and time.
____________________________________________________________________________
RFP CHANGES No. 1:
It has come to our attention that RFP EXHIBIT “C” PROPOSAL FORM, specifically SECTION I:
RATES PER SCOPE OF SERVICES, currently includes lines for Osborne Park, Community
Center, and Veterans Park. However, we need to add a line for Anchorage Park.
The Revised section is below, highlighted in yellow:
SECTION I: RATES PER SCOPE OF SERVICES:
SERVICE LOCATION MONTHLY FEE Qty. TOTAL ANNUAL COST
Osborne Park $ 12 $
Community Center $ 12 $
Veteran’s Memorial $ 12 $
Anchorage Park $ 12 $
RFP CHANGES No. 2:
___________________________________________________________________________________
603 ANCHORAGE DRIVE, NORTH PALM BEACH, FL 33408-4902 (561) 841-3386 FAX (561) 209-0756
As a result of this Amendment, the submittal deadline has been extended to Wednesday, May
29, 2024 @ 3:00PM.
ALL ELSE REMAINS THE SAME FOR THE ATHLETIC FIELD TURF MAINTENANCE RFP.
Vendor must sign and return this amendment.
Vendor Name: __________________________________________________________
Authorized Signature: __________________________________________________________
Title: ______________________________ Date: ______________________
This document must be filled out, signed, and
submitted to the Office of the Village Clerk, 501
U.S. Highway One, North Palm Beach, FL,
33408 by Wednesday, May 29, 2024 at 3:00
p.m. Please title the envelope “Invitation to Bid
– Dry Boat Storage Renovation Amendment
No. 1.” Please include three (3) copies. Thank
you.
RFP - Athletic Field Turf Maintenance Services
Introduction Letter; Term Contract for Athletic Field Maintenance:
Brightview has read and understood the scope of services for RFP - Athletic Field
Turf Maintenance Services.
Fields included:
1.Osborne Park (Baseball and Softball Fields)
2.Community Center (Multi-purpose Field)
3.Veteran's Memorial
4.Anchorage Park (Baseball Field)
Thank you for allowing BrightView to be part of the Village of North Palm Beach -
Athletic field Turf Maintenance Services RFP.
BrightView Landscape Services understands the important role parks, public
spaces and athletic fields play in the community. From field design/consulting,
construction, sports turf installation, and complete maintenance services, our
team has the knowledge and expertise necessary to achieve our client’s vision
and provide the athletic fields that the community deserves. We are a national
company with 30 branches in Florida. Our local Wellington, FL branch handles our
sports fields and golf courses for Palm beach county.
Maintaining a safe and consistent playing surface requires the dedicated
attention of knowledgeable professionals. Our experienced teams approach
maintenance with a skillful touch, performing aeration, irrigation, mowing and
grooming services. BrightView handles athletic fields for major sports complexes,
schools, Universities and public recreational fields throughout the state of Florida.
Sports field main tenance is a passion for BrightView, and we are excited about
the opportunity to showcase our award-winning management services. We
believe in a consultative approach and want to be seen as your partner and not
just a vendor.
May 21, 2024
Brightview Landscape services is fully licensed in the State of Florida and is
qualified to provide all services set forth in the Village of North Palm Beach’s RFP.
BrightView understands and acknowledges the scope of work and requirements
outlined in the RFP.
BrightView is fully insured in the State of Florida and meets the insurance
requirements set forth in the RFP. (Insurance information available upon request).
On behalf of BrightView, I would again like to thank you for considering our
company for the Village of North Palm beach Athletic Fields and look forward to
our future partnership. If you have any questions or need additional information,
please the contact Michael McNellis – Business Development Manager- Palm
Beach County at (561)-866-8944 michael.mcnellis@brightView.com
Jose Zepeda – Senior Branch Manager, Wellington FL is authorized to make
Representations for the company on any items pertaining to this RFP.
Thank you for your consideration.
Charles Gonzalez, VPGM
X
Charles Gonzalez
VPGM
REQUEST FOR PROPOSALS FOR
Athletic Field Turf Maintenance Services
VILLAGE OF NORTH PALM BEACH
501 U.S. HIGHWAY ONE
NORTH PALM BEACH, FLORIDA 33408-4906
ADVERTISEMENT, INSTRUCTIONS FOR
SPECIFICATIONS, PROPOSAL FORMS
ADVERTISEMENT
The Village of North Palm Beach, Florida, a Florida municipal corporation located in Palm Beach
County, Florida (“Village”), is accepting sealed proposals from qualified companies and contractors
(“Proposers”) to provide all necessary labor, materials, equipment, and related services for professional
athletic field turf management and maintenance, with submissions accepted until 3:00 P.M. EST on
May 22, 2024, at the Village of North Palm Beach, Village Clerk’s Office, 501 U.S. Highway One,
North Palm Beach, FL 33408. Proposals received after the aforementioned date and time will be returned
unopened.
CONTRACT TERM
The initial term of this contract will be for a three (3) year period, with an option to renew for two (2)
additional one-year terms for a cumulative total of five (5) years, using the same terms, conditions, and
pricing of the original agreements.
The complete Request for Proposals, including all specifications and forms, may be obtained by bona
fide proposers upon application at the Village of North Palm Beach, 501 U.S. Highway One, North Palm
Beach, Florida 33408, DemandStar or from the Village website at www.village-npb.org.
Proposals shall be submitted with an original and three (3) copies and one (1) electronic copy (on a
thumb drive) in sealed envelopes/packages addressed to Village of North Palm Beach, Village Clerk’s
Office, 501 U.S. Highway One, North Palm Beach, Florida 33408 and marked “SEALED PROPOSAL
–ATHLETIC FIELD TURF MAINTENANCE SERVICES.” The Village shall evaluate the
proposals in accordance with the criteria set forth in the RFP. The Village anticipates an award to the
proposer with the proposal determined by the Village to be most advantageous. The Village may conduct
interviews and/or require presentations as part of the evaluation process. The Village shall not be liable
for any costs incurred by any proposer in connection with its response to this RFP. The Village reserves
the right to reject all RFP submittals, to waive any formalities, to solicit and re-advertise for new RFP
submittals, or to abandon the project in its entirety.
VILLAGE OF NORTH PALM BEACH, FLORIDA
Zakariya M. Sherman,
Director of Leisure Services
zsherman@village-npb.org
Publish: Palm Beach Post
Date:April 24, 2024
Publish: DemandStar
Date: April 24, 2024
Page 1
REQUEST FOR PROPOSALS FOR
ATHLETIC FIELD TURF MAINTENANCE SERVICES
1.GENERAL INFORMATION:
The Village of North Palm Beach, Florida (“Village”) is accepting sealed proposals from
qualified companies and contractors (“Proposers”) to provide all necessary labor, materials,
equipment, and related services for the engagement of a professional athletic field turf management
and maintenance company, with submissions accepted until 3:00 P.M. EST on May 22, 2024, at the
Village of North Palm Beach, Village Clerk’s Office, 501 U.S. Highway One, North Palm Beach,
FL 33408. Proposals received after the aforementioned date and time will be returned unopened.
2.PREPARATION OF PROPOSAL:
This Request for Proposals (“RFP”) provides the complete set of terms and conditions,
specifications and proposal forms for the required goods and services. The specifications are attached
hereto and incorporated by reference as Exhibit “A.” The following forms are attached hereto and
incorporated herein by reference:
Scope of Work/Specifications Exhibit “A”
Proposer’s Acknowledgement Exhibit “B”
Proposal Form Exhibit “C”
Public Entity Crimes Statement Exhibit “D”
Scrutinized Vendor Certification Exhibit “E”
Confirmation of Drug Free Workplace Exhibit “F”
Standard Village Contract Exhibit “G”
This RFP is available for review and printing from the Village’s web site: www.village-
npb.org or from DemandStar.
All proposal forms must be completed in full and include a manual signature, in ink,
where applicable. The signature must be of an authorized representative who has the legal
ability to bind the proposing entity in contractual obligations. Unsigned proposals will not be
accepted.
All proposal forms must be typed or legibly printed in ink. Use of erasable ink is not
permitted. All corrections made by a proposer to any part of a proposal form must be initialed in ink.
It is a proposer’s sole responsibility to assure that its proposal is complete and delivered at the
proper time and place of the proposal opening. The Village will not be responsible for any expenses
incurred in connection with the preparation and/or delivery of a proposal.
An original of all proposal forms, three (3) copies and one (1) electronic copy (on a thumb
drive), along with other required information (as stated in Section 8 below), must be submitted in a
sealed envelope to the address provided above via hand-delivery or mail. Faxed or e-mailed
proposals are not acceptable. The face of the sealed envelope shall state “ATHLETIC FIELD
TURF MAINTENANCE SERVICES” and contain the proposer’s name, return address, title of
the proposal, and the date and time for proposal opening. Proposals not submitted in a sealed
envelope or on the enclosed proposal forms may be rejected.
Page 2
All questions regarding this RFP must be submitted to Zakariya Sherman by e-mail to
zsherman@village-npb.org no later than seven (7) days prior to the date scheduled for proposal
opening. Responses to questions will be provided as expeditiously as possible, generally within two
(2) business days. If any question requires a response, which the Village in its sole discretion,
determines should be provided to all potential proposers, the Village will issue an official addendum
to this RFP. The Village will endeavor to make sure all potential proposers receive such addendum
by posting the addendum on Demand Star for the respective proposal solicitation; however, it is the
sole responsibility of every proposer to verify with the Village whether any addendum has been
issued prior to submitting a proposal. The Village will not issue an addendum five (5) days or less
before proposal opening.
3.PROPOSAL EVALUATION AND AWARD:
On the date and time specified in this RFP, the Village will open and announce aloud all
proposals received on time. The evaluation of the proposals will occur soon thereafter. The
proposal opening may be delayed if, at the sole discretion of the Village, such delay is considered
to be in the Village’s best interests.
The Village Administration will evaluate the proposals in order to prepare a
recommendation to the Village Council for award of the proposal for the required goods and
services. The resulting contract shall be awarded to the responsible Proposer that best meets the
needs of the Village, taking into consideration, among other things, the financial responsibility of
the Proposer, proven skill and experience, abilities to timely perform the contract, previous
satisfactory performance, and such other abilities of the proposer that the Village in its sole
discretion determines will enable the Proposer to perform effectively and efficiently. The Village,
in its sole discretion, reserves the right to waive all technicalities or irregularities and to reject any
or all proposals. The Village further reserves the right, in its sole discretion, to award a contract to
the Proposer whose proposal best serves the interests of the Village.
The selected proposer will be required to execute a contract with the Village substantially
in the form attached hereto as Exhibit G.
The Village, in its sole discretion, reserves the right to waive all technicalities or
irregularities, to reject any or all proposals or any part of a proposal, to award to a single
proposer or to divide the award between proposers, and to re-solicit this RFP or any part
of this RFP. The Village further reserves the right, in its sole discretion, to award a
contract to the proposer (or proposers) whose qualifications best serves the interests of
the Village.
4.INSURANCE REQUIREMENTS:
The selected Proposer shall be required to carry and maintain the following insurance
coverages through the time it furnishes all required goods and services to the Village and completes
its obligations under the contract:
4.1 The Proposer shall maintain Comprehensive General Liability Insurance with
minimum coverage limits of $1,000,000 combined single limit of insurance per
occurrence and $2,000,000 in the general aggregate for bodily injury and property
damage and $2,000,000 in the general aggregate for products/completed operations.
Page 3
Comprehensive General Liability Insurance shall include endorsements for property
damage, personal injury, contract liability, product liability and independent
contractor coverage.
4.2 The Proposer shall maintain Comprehensive Automobile Liability Insurance in the
minimum amount of $1,000,000 combined single limit for bodily injury and property
damages liability to protect against claims which may arise from the ownership, use,
or maintenance of owned and non-owned automobiles, including rented automobiles
whether such operations be by the Proposer or by anyone directly or indirectly
employed by the Proposer.
4.3 The Proposer shall carry Workers’ Compensation Insurance and Employer’s Liability
Insurance for all employees as required by Florida Statutes.
4.4 All insurance, other than Worker’s Compensation, to be maintained by the Proposer
shall specifically include the Village as an Additional Insured. The Proposer shall be
responsible for any deductibles related to said insurance.
5.REGULATIONS, PERMITS AND FEES:
The selected Proposer will be required to obtain at its own expense all licenses required
to provide the required services to the Village. The selected Proposer must comply with all Federal,
State and local laws and regulations that may apply, including, but not limited to, those specifically
referenced in the Proposal Documents.
6.PUBLIC ENTITY CRIMES:
In accordance with section 287.133, Florida Statutes, any 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, proposal, or reply on a contract to provide any goods or services to a public entity;
may not submit a bid, proposal or reply on a contract with a public entity for the construction or
repair of a public building or public work; may not submit bids, proposals or replies on leases of real
property to a public entity; may not be awarded or perform work as a VENDOR, supplier,
subcontractor or consultant under a contract with any public entity; and may not transact business
with any public entity in excess of $35,000 for a period of thirty-six (36) months following
the date of being placed on the convicted vendor list.
A public entity crimes statement must be completed and signed by an authorized
representative and be included with the proposal. A copy of the public entity crimes statement is
attached to this RFP as Exhibit “D.”
7.PUBLIC RECORDS:
Upon award recommendation or thirty (30) days after opening, whichever is earlier, all
proposals and information submitted with each proposal become “public record” and shall be
subject to public disclosure consistent with Chapter 119, Florida Statutes (“Public Records
Law”). In order to be exempt from disclosure, a proposer must invoke the exemptions to disclosure
provided by law in its proposal by providing the specific statutory authority for the claimed
exemption, identifying the data or other materials to be protected, and stating the reasons why such
Page 4
exclusion from public disclosure is necessary.
8.PROPOSER’S CERTIFICATIONS:
Each proposer submitting a proposal acknowledges, agrees and certifies as follows:
8.1 The proposer and its proposal are subject to all terms and conditions specified
herein with no exceptions unless authorized in writing by the Village;
8.2 The proposal constitutes an offer to the Village, which shall remain open,
irrevocable, and unchanged for ninety (90) days after proposal opening;
8.3 The proposer has not given, offered nor intends to give or offer any economic
opportunity, future employment, favor, or gratuity of any kind to any employee of
the Village in connection with this RFP;
8.4 The proposer has not divulged or discussed its proposal with other proposers;
8.5 The proposal is made based on independent determination of the proposer without
collusion with other proposers in an effort to restrict competition;
8.6 The proposer has not made any attempt to induce any potential proposer from
submitting or declining to submit a proposal in response to this RFP;
8.7 The proposer is financially solvent and sufficiently experienced and competent to
provide all goods and/or services required in this RFP;
8.8 The proposer shall indemnify, defend and hold harmless the Village, its officers,
employees and agents from any and all claims, damages, causes of action or
liability related to or arising from this RFP;
8.9 Proposer certifies that neither Proposer nor any of Proposer’s principals have been
convicted of a felony or any crime involving fraud.
8.10 Proposer certifies that Proposer and any parent corporations, affiliates, subsidiaries,
members, shareholders, partners, officers, directors or executives thereof are not
presently debarred, proposed for debarment or declared ineligible to bid or participate
in competitive procurement by any Federal, State or Local Government agency and
are not listed on the Florida convicted vendor list.
8.11 No member of the proposer’s ownership, management or staff has any vested
interest in or employment relationship with the Village; and
8.12 All information provided in the proposal is true and correct in all respects.
If any proposer fails to meet the foregoing certifications, said failure will constitute grounds for
rejecting the proposal.
Page 5
9.PROPOSAL FORMAT AND SUBMITTAL REQUIREMENTS:
Each proposal shall be submitted in a clear, concise format, on 8½ x 11 paper. Each
proposal set shall contain all information requested herein to be considered for award. Omission of
required information may be cause for disqualification. Each proposal shall consist of the
following:
9.1 Cover Letter of Transmittal (no more than two pages).
The cover letter shall serve as a formal introduction and executive summary of your firm's
proposal. It should succinctly articulate your firm’s keen interest in the RFP for Athletic Field
Turf Maintenance Services and express a clear intention to submit a comprehensive response.
In your cover letter, please include:
a.Brief Firm Introduction: A concise overview of your firm, highlighting core
competencies and relevance to the RFP’s scope.
b.Intent and Commitment: A clear expression of why this RFP interests your firm and
why your firm is well-suited for this project.
c.Acknowledgement of Compliance:
o A statement that your firm is licensed in the State of Florida and qualified to
provide all services requested under this RFP;
o A statement that if selected by the Village, the proposer understands the work
to be done, commits to perform the work within the time period, is able to and
will comply with all applicable laws, rules, regulations and ordinances of the
Village, Palm Beach County, the State of Florida and the United States; and
o A statement that the proposer is able and will provide the required insurance
as stated herein if selected by the Village Council.
d.Closing Statement: End with a point of contact for any further communication or
clarification.
e.Signature: The cover letter should be signed by an individual with the authority to
commit your firm to the proposal.
9. 2 Required Forms:
Include the following signed forms as part of your proposal:
a.Proposer’s Acknowledgement (Exhibit “B”)
b.Proposal Form (Exhibit “C”)
c.Public Entity Crimes Statement (Exhibit “D”)
d.Scrutinized Vendor Certification (Exhibit “E”)
e.Confirmation of Drug-Free Workplace (Exhibit “F”)
Page 6
9. 3 Addressing the Evaluation Criteria:
Provide detailed information to address each of the following evaluation criteria. For a more
comprehensive understanding, refer to the “Evaluation Criteria” section located at the end of
Exhibit “A,” under the Scope of Work/Specifications.
Firm Qualifications: Describe your firm's experience and expertise in Athletic Field Turf
Maintenance Services, especially in Palm Beach County. Please provide details on at least six
(6)relevant projects or contracts your firm has undertaken in the past three (3) years.
Price Proposal: Submit a competitive and comprehensive price proposal, inclusive of all
necessary work components.
Equipment List: Detail the equipment and tools to be used, along with specifications and
their relevance to the project.
References: Include a list of at least five (5) past clients, preferably governmental, especially
within Florida, for whom you have performed similar services. For each reference, provide a
contact person’s name, address and telephone number for each reference, and a general
description of the services provided and the cost of such services.
Local Preference: If applicable, state any local presence in Palm Beach County. Provide a
brief statement confirming if your main office or distribution point is located within Palm
Beach County, along with its street address.
9.4 Conflict of Interest Disclosure.
The proposer shall disclose with its proposal the name(s) of any officer, director, agent,
employee or immediate family member (spouse, parent, sibling and child) who is also an
employee or officer of the Village. Furthermore, all proposers shall disclose the name of
any Village employee or officer who, either directly or indirectly, owns a material interest in
the proposer’s company, firm or group or in that of any of its affiliates. If no such conflict
of interests exists, the proposer should clearly state this in its proposal.
10.CONE OF SILENCE:
This Request for proposals is expressly subject to the Cone of Silence provisions of Section
2-355 of the Palm Beach County Code of Ordinances. Any contract resulting from this RFP entered
into in violation of the cone of silence provisions shall render the transaction voidable.
11.SOCIAL, POLITICAL, OR IDEOLOGICAL INTERESTS:
Pursuant to section 287.05701, Florida Statutes (2023), the Village may not request
documentation of or consider a proposer’s social, political, or ideological interests when determining
if the proposer is responsible. Further, the Village may not give a preference to a proposer based on
the proposer’s social, political, or ideological interests.
Exhibit “A” Page 1
RFP EXHIBIT “A”
SCOPE OF WORK/SPECIFICATIONS
1.IN GENERAL:
The Village of North Palm Beach is seeking proposals from qualified sports turf
maintenance companies and contractors to provide all labor, supervision, equipment, supplies,
tools, materials, and all other required incidentals to perform the complete maintenance of the
Village’s athletic fields. The Village reserves the right to award some or all Services to one or
more qualified firms on a non-exclusive basis.
EXHIBIT “A-1” – FIELD LOCATIONS
FIELDS TO BE COVERED UNDER CONTRACT:
Field Location/Name Approx. S/F of Turf Approx. S/F Skinned (Clay)
Osborne Park: 705 Prosperity
Farms Road - Baseball Field
*Warning tracks not included
48,180 s/f of Turf 9,960 s/f Skinned Area
Osborne Park: 705 Prosperity
Farms Road - Softball Field
*Warning tracks not included
53,596 s/f of Turf 9,177 s/f Skinned area
Community Center: 1200
Prosperity Farms Road -
Multi-Purpose Field
*Warning tracks not included
128,479 s/f of Turf 8,118 s/f Skinned Area
Veteran’s Memorial: 303
Anchorage Drive -
Ornamental Turf
6,000 s/f of Turf N/A
Anchorage Park: 603
Anchorage Drive - Baseball
Field
N/A 6,400 s/f Skinned Area
All proposers are encouraged to visit the site(s) and inspect all Service areas, Irrigation,
and landscape prior to submitting a proposal.
Exhibit “A” Page 2
The selected contractor shall be responsible for all aspects of the sports turf maintenance
including, but not limited to:
Field Maintenance
Mowing, line trimming, edging
Irrigation scheduling, monitoring, and timing
Fertilization
Application of herbicides and pesticides
Baseball field clay (skinned area) maintenance
Sand top dressing
Aerification
Soil testing
2.GENERAL STANDARDS OF WORK:
2.1. Schedule of Work: At the beginning of each week, the selected contractor shall furnish
to the Village a schedule of the week’s priorities and routine maintenance. The Village
reserves the right to direct the contractor to rearrange the schedule to meet the needs of the
Village.
2.2. Chemicals and Fertilizers: Commercial fertilizer applicators must be certified by the
Department of Agriculture and Consumer Affairs.
2.3. Baseball / Softball Fields (clay surfaces): The selected contractor shall be responsible
for the weekly inspection, maintenance, upkeep, and repair of all clay areas associated with
the ballfields. Clay areas shall be inspected weekly and any large stones, clumping material,
ruts, holes, wet/dry areas, soft/hard spots, or bowled out areas shall be repaired. Clay areas
shall be scarified, dragged, and watered until the desired texture is achieved.
Clay areas shall be laser leveled one time per year. Lip repairs & additional clay, if needed,
shall be priced separately.
2.4. Soccer/Football & Baseball/Softball Fields (turf surfaces): All turf areas shall be
inspected on a weekly basis and any large holes, ruts, or bowled out areas shall be repaired.
3.TURF MAINTENANCE:
3.1. Turf Mowing: A mowing schedule shall be provided each week in accordance with
section 1.1. The mowing frequency shall adhere to the following weekly schedule:
-High Growth Season – March 1 to September 30 – once per week (additional mowing may
be requested)
-Low Growth Season – October 1 to February 28 – once per week
Mower blades must be kept sharp so that the cut grass edge is clean and not ragged. Mowing
patterns shall be changed frequently to avoid wear. Any grass clippings or other plant debris
remaining on the grass surface shall be removed the same day as the mowing service is
Exhibit “A” Page 3
performed.
Bermuda grass shall be mowed with a reel type mower and cut to a minimum height of ¾”
to a maximum height of 1” above soil level. Edging at the warning tracks and infield lips
shall be performed once per week.
If turf lacks density and root mass, growth regulators may be used in place of extra mowing
during the grow season.
3.2. Fertilization: A fertilization schedule shall be submitted by the selected contractor and
approved by the Village. The fertilizer used shall be a commercial grade product
recommended for use on sports turf. Specific requirements shall be determined by soil tests
conducted once every four (4) months and presented to the Village for a determination of
whether additional additives are required.
Bermuda turf shall be fertilized with a complete NPK profile. Applications shall occur at least
six (6) times per year and shall vary with the time of year of the application and the results of
the soil analysis. Additional fertilization may be required as determined by the soil tests and
approved by the Village.
3.3. Aeration, Verti-cutting, and Topdressing: These services shall be provided for proper
air and water exchange for maximum growth potential and health of the Bermuda turf and
shall be performed as follows:
-Aerification shall occur a minimum of six (6) times per year. Coring tines, solid tines and
slicing should be used depending on field traffic and activities.
-Verticut once during growing season
-Sand Topdressing one full application once per year
-Spot topdressing weekly
The topdressing material shall be a mixture similar to the profile of the soil below the turf as
determined by soil analysis. The selected contractor shall be responsible for spot topdressing
worn turf areas, depressed turf areas, etc. as needed on an ongoing basis within a reasonable
standard. Excessive turf wear caused by excessive field usage shall be brought to the attention
of the Village and additional costs approved by Work Change Directive.
3.4. Disease and Pest Management: The selected contractor shall control or eradicate
diseases and infestations by pests and ants by spraying affected areas with chemical sprays
suitable for that particular disease or pest when evident or as often as necessary. The
contractor shall control and/or eradicate infestations of insects and fungal and bacterial
infestations. Fungicides and Pesticides shall be utilized on a quarterly basis for preventative
measures and manufacturer’s recommended follow up treatment adhered to.
3.5. Application of Herbicides: All turf shall be maintained in a weed-free condition. The
contractor shall apply various herbicides by means of spray type devices to aid in the control
of unwanted weeds and vegetation. The application of herbicides shall be approved by the
Village prior to placement. The application of herbicides shall be performed as follows:
Exhibit “A” Page 4
-Application of herbicides shall be to the fence lines of all the sports fields
-Pre-Emergent herbicide – applied semi-annually
-Selective weed control – applied quarterly and on an as needed basis
3.6. Irrigation: The selected contractor shall oversee the functioning of time clocks for
optimal watering of turf areas at both the Community Center Athletic Field and Veterans
Memorial Park. This includes setting and adjusting the clocks as necessary. Additionally, the
contractor is tasked with maintaining and repairing the irrigation systems at these locations.
This responsibility encompasses a range of components, such as heads, piping, nozzles, zone
valves, pumps, clocks, and boxes. The scope of work extends to the irrigation systems at the
baseball and softball fields at Osborne Park. At Osborne Park, the contractor might require
assistance from Village staff due to the manual nature of the system, which necessitates
manual watering and wet checks.
Time clocks shall be checked once per month. The selected contractor shall, at least once per
month, fully operate all the irrigation zones from the clocks. Any damages caused by the
contractor’s operation shall be repaired and replaced with the same equipment within forty-
eight (48) hours.
The contractor shall notify the Village within twenty-four (24) hours of discovering an
irrigation issue for needed repairs or system functionality. The contractor shall have forty-
five (45) days from the start of the contract to inspect the irrigation system and report existing
damage or incorrect operation and coverage to the Village.
4.ADDITIONAL SPECIFICATIONS AND REQUIREMENTS:
4.1. The initial term of this contract shall be for three (3) years, with an option to renew for
two (2) additional one (1) year terms for a cumulative total of five (5) years, using the same
terms, conditions, and pricing of the original agreements, unless earlier terminated. Any
variation to the terms and conditions set forth herein shall be in writing and meet all
applicable requirements as set forth in the RFP, including, but not limited to, the Proposal
Form and the Specifications.
4.2. The Village reserves the right to decrease or amend any of the services as listed and
described herein in negotiations with the selected firm. Any additional items shall be
presented to the Village for approval. No additional work shall commence without the
Village’s written approval.
4.3. Award of this contract will be based on the information provided in the submissions.
Proposals that accurately follow the evaluation criteria and are both complete and well -
aligned with the Village’s needs will receive higher scores and stand a better chance of being
selected.
4.4. The selected contractor shall provide a point of contact that can be reached twenty-four
(24) hours a day, seven (7) days a week and shall include both an email address and a cell
phone number. The point of contact shall be used for communicating with the Village for
all issues relating to the contract, including but not limited to contractor’s performance, work
Exhibit “A” Page 5
assignment, scheduling, and emergencies.
The contractor’s point of contact must be able to clearly communicate in the English
language, both verbally and in writing.
4.5. The contractor is responsible for supervising all employees on-site during work. It is
essential that these employees are trained in customer service and always behave
professionally. Any use of profane language or display of threatening behavior is strictly
prohibited.
The contractor shall ensure all personnel are in a company uniform with the company logo
and must be able to provide proper identification at all times.
4.6. The contractor shall provide and require the wearing of protective clothing and
equipment as required by all applicable laws, regulations, ordinances, and manufacturer
recommendations. Barricades shall be provided by the selected contractor when work is
performed in areas traversed by persons, or when deemed necessary by the Village.
4.7. The contractor shall make every effort to stay on schedule and complete all routine work
during the scheduled calendar week and within the approved scheduled time period,
generally between 8:00 a.m. and 5:00 p.m. The Superintendent of Parks shall determine if
work not performed on schedule constitutes a deficiency.
4.8. The contractor shall take precautions to protect persons or property against injury or
damage and be responsible for any such damage or injur y that occurs as a result of the
contractor’s fault or negligence.
4.9. The contractor shall immediately notify the Superintendent of Parks regarding any
damage to the work site, whether caused by the contractor or by other circumstances.
Should the contractor be the cause of any damage at the work site, the contractor shall
assume full responsibility for all required repairs and replacements. This includes plants,
materials, sprinkler heads, utilities, and any damaged property. The contractor must cover
all costs for these repairs or replacements, ensuring they meet the satisfaction of the
Superintendent of Parks before the work is finally accepted.
4.10. The contractor shall be available twenty-four (24) hours per day, seven (7) days a
week, to provide emergency services.
Upon the Village’s determination that an emergency exists, the Village will contact the
contractor by telephone. The contractor must be at the job site, with all necessary personnel
and equipment to complete the work, within two (2) hours from the Village's notification.
The contractor will be paid the hourly rate offered on the Proposal Form for the mobilization
and demobilization for each Emergency Response.
4.11. The contractor shall be responsible for the removal of all debris and equipment from
the site and for cleaning the work areas. The contractor shall keep the premises free of debris
and unusable materials resulting from its work and as the work progresses. Upon request of
the Village, the contractor shall remove such debris and materials from property. The
Village’s dumpsters or other containers are not to be used for disposal of any type of debris.
In the event of equipment failure, the contractor shall repair the on-site equipment within
forty-eight (48) hours of breakdown. For any repairs to equipment that shall extend forty-
eight (48) hours or longer, the equipment shall be removed from Village property and
replaced at the contractor’s expense. For all equipment breakdowns, the contractor shall
Exhibit “A” Page 6
notify the Superintendent of Parks immediately.
4.12. Upon satisfactory completion of any job task, the contractor shall submit an invoice to
the Superintendent of Parks via email and copy the department’s Executive Assistant as
well.
Failure to provide a proper invoice may cause delay in processing payment.
Payment will be made after services have been rendered, verified, and properly invoiced.
The contractor shall not be paid for work completed that was not authorized by the Village
in writing.
Payments for completed services will be made upon receipt of a proper invoice and required
supporting documentation.
Requestor’s name, telephone number, and address.
Date(s) of service.
Detailed description and location of work performed.
Number of worked hours, labor/unit rates and totals of each.
The contractor’s invoice number (invoice numbers should not be repeated or reused).
5.RFP SUBMITTAL SCORING:
Proposals will be evaluated in accordance with weighted criteria listed below:
Evaluation Criteria – Scoring Guide Points Range
Qualifications of Firm and Prior Experience 0 - 35
Price Proposal 0 - 35
Equipment 0 - 10
References 0 - 10
Village Local Preference 0 - 10
Total Maximum Points 100
All complete proposals received will be reviewed by an evaluation committee comprised of
members of Village Staff. The criteria will guide the committee during the evaluation and
selection process.
The Successful Proposer shall be required to execute a Village Contract covering the scope
of services to be provided and setting forth the duties, rights, and responsibilities of the
parties. The successful Proposer must execute the contract prior to recommendation of award
and presentation to the Village Council.
In the event of a tie in scoring, the following tiebreakers will be applied in order:
1.Local Preference: Priority given to firms with local preference.
2.Qualifications and Experience: Evaluation of the depth and relevance of qualifications
and prior experience.
Exhibit “A” Page 7
3.References: Consideration of the quality and relevance of provided references.
4.Price Proposal: Review of the value offered in the price proposal.
5.Detailed Review/Interview: If a tie persists, a further detailed proposal review or
additional interviews will be conducted to determine the most suitable candidate.
See below for additional detail concerning the Evaluation Criteria.
5.11 Firm Qualifications (Points Range 0 – 35)
Provide a description of the firm, including the size, range of activities.
Offer a narrative that demonstrates the firm’s understanding of the Village’s requirements
for Athletic Field Turf Maintenance Services.
Describe the firm's experience and expertise in Athletic Field Turf Maintenance Services,
specifically highlighting how this will be applied to the project.
Explain the firm’s methodology for completing the tasks outlined in the Scope of
Services.
Identify the primary contact and supervisory personnel for the project, including resumes
or a list of qualifications (education, experience, etc.) for key personnel proposed to
perform the work. Outline any significant subcontracted work areas.
Include an implementation schedule detailing key milestones, timelines for deliverables,
and the final report delivery date. Note any assumptions used in developing this schedule.
State the firm's ability to commence work with minimum notice and propose any
procedural or technical enhancements to the Scope of Services that align with the project
objectives.
Demonstrate the firm’s regular involvement in Athletic Field Turf Maintenance in Palm
Beach County over the last three years, listing at least six relevant projects or contracts
and providing three current business references for similar work.
5.12 Price Proposal (Points Range 0 – 35)
Submit the signed, firm price proposal for providing Athletic Field Turf Maintenance
Services. Ensure that all quoted rates are inclusive of labor, tools, equipment, fuel, billing,
insurance, required reports, and all other incidentals and materials necessary to complete
the work comprehensively.
The proposal with the lowest proposed grand total amount will receive thirty-five (35)
points. Proposals that do not offer the lowest price but are still competitively priced will
be scored on a tiered system, with the points decreasing as the price increases relative to
the lowest bid.
Exhibit “A” Page 8
For example, proposals with prices slightly higher than the lowest will fall into the
“Highly Competitive Pricing” category, receiving between 27-34 points. Those with
moderate prices will be categorized under “Competitive Pricing” and will score between
19-26 points. Proposals with higher than average prices will be assessed as “Less
Competitive Pricing” and will receive 8-18 points. Lastly, the “Non-Competitive Pricing”
category, for the highest-priced proposals, will be allotted 0 to 7 points.
5.13 Equipment (Points Range 0 – 10)
Proposers must supply all tools, equipment, and labor necessary for the project. Please
provide a comprehensive list of all equipment and vehicles, specifying the manufacturer,
model, capacity, and age of each item. Be aware that the Village retains the right to inspect
and potentially reject any equipment judged unsuitable for the project.
5.14 References (Points Range 0 – 10)
The proposer shall submit a list of at least five (5) entities, preferably governmental,
located in the State of Florida, for which the proposer has performed similar Athletic
Field Turf Maintenance Services within the last three years. Proposer shall indicate a
contact person’s name, address and telephone number for each reference, and a general
description of the services provided and the cost of such services.
5.15 Local Preference (10 Points)
The Village shall grant a preference in the amount of ten (10) points to bidders who have
a fixed office or distribution point located in and having a street address within Palm
Beach County.
Tentative RFP Schedule (subject to change at the discretion of the Village):
April 24, 2024 Public Advertisement of RFP
May 22, 2024 Proposals due by 3:00 PM
June 5, 2024 Evaluation Committee Review of Proposals (Step 1)
June 27, 2024 Contract Recommendation to Council (Step 2)
Exhibit “C” Page 1
RFP EXHIBIT “C”
PROPOSAL FORM
Name of Proposer: BrBrightView Landscape Services Inc.s
SECTION I: RATES PER SCOPE OF SERVICES:
SERVICE LOCATION MONTHLY FEE Qty. TOTAL ANNUAL
COST
Osborne Park $ 12 $
Community Center $ 12 $
Veteran’s Memorial $ 12 $
**CONTRACTOR shall submit a detailed schedule along with the pricing proposal. This
schedule should outline the specific tasks to be performed throughout the year, including the
timing and frequency of each activity. This will ensure clarity on service delivery and
associated costs.
SECTION II: AS-NEEDED ADDITIONAL SERVICES:
ITEM
NO. DESCRIPTION UNIT OF
MEASURE
UNIT
PRICE
1. Bermuda Sod Repairs Price Per Square
Foot (SF) $
2. Load of Clay Delivered Price Per Load
(LD) $
3. Irrigation Repairs: Technician Rate Per Hour
(HR) $
4. Irrigation Installation: Technician Rate Per Hour
(HR) $
5. Irrigation: After hours emergency
service hourly rate
Rate Per Hour
(HR) $
75See Ammendment Page552.64
7SeeAmmendment2.Page
64
1See ammendment
Page5,351.04
11.6565
1,1,250250
8800
7755
121200
Exhibit “C” Page 2
SECTION III: IRRIGATION MATERIALS PRICE LIST:
Please provide a comprehensive inventory of all necessary materials and equipment required
for the upkeep and efficient functioning of an irrigation system. This list should include, but
is not limited to, items such as sprinkler heads (include most common types), piping, tubing,
nozzles, zone valves, pumps, controllers, timers, valve boxes, backflow preventers, pressure
regulators, filters, drip irrigation components, fitting and connectors, clamps and supports,
wire and connectors, and other relevant components.
ITEM DESCRIPTION UNIT OF MEASURE UNIT PRICE
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Price Per Unit $
Sheet Continued on Next Page.
See next page:
Brightview Landscape Sep-21
Labor Rates & Service Calls Unit Price
Irrigation Tech $ 85.00 Hour
Irrigation helper $ 65.00 Hour
Equipment rent only.
Walk Behind trencher $ 370 per day
Mini-Backhoe $ 450 per day
Weel trencher 18"$ 550 per day
Weel trencher 3"$ 703 per day
Parts & labor included.
Spray heads 4"$25.00
Spray head 6"$30.00
Spray head 12"$34.50
Spray Nozzle $5.00
Flush clogged nozzle $10.00
MP Rotator nozzle.$11.50
Rotor Rain Bird 5004 $44.00
Spray 1804 SAM/PRS $37.50
Spray 1806 SAM/PRS $41.50
Spray 1812 SAM/PRS $46.00
Add Shrub raiser $21.00
Add shrub raiser with 12" head $37.50
Straighten heads $3.75
Raise head on turf $4.50
Add rotor head within 10 Ft.$95.00
Add Spray head 1806/1804 within 10 Ft.$50.00
Add spray head 1812 within 10 Ft.$60.00
Add a bubbler within 10 Ft.$50.00
Add maxijet within 10 Ft.$20.00
Replace Maxijet $10.00
Relocate head withi 5 Ft.$35.00
Cap off sprinkler heads $10.00
Replace 1" control valve.$275.00
Replace 1-1/2" control valve. RB PGA $450.00
Replace 2" control valve. RB PGA $525.00
Replace 3" control valve. RB BPES $1,968.00
Replace 6" valve box $50.00
Replace 10" valve box $75.00
Replace 12" rectangular valve box $145.00
Lateral Line leak repairs
Repair 1/2" to 3/4" pipe (Each)$75.00
Repair 1" to 1-1/4" pipe (Each)$125.00
Repair 1-1/2" to 2" pipe (Each)$225.00
Repair 2-1/2" to 3" pipe (Each)$400.00
Broken PVC Raiser $22.00
Pump Replacement.
Gould / Sta-Rite 1.5 HP $950.00
Gould / Sta-Rite 2 HP $1,100.00
Index control valve $325.00
Hunter Node 100- Battery controller $275.00
Intermatic Irr controller.$275.00
Rain Bird ESP 4 zone controller.$425.00
Rain Bird ESP zone module each. $50.00
Pump start relay (Hunter 2HP)$225.00
Hardwire rain sensor $150.00
Wireless rain sensor $250.00
Exhibit “C” Page 4
SECTION IV: LIST OF EQUIPMENT:
Proposers are required to list below all equipment/fleets that will be used on
this project. Equipment make, model, capacity, and age of the equipment
must be provided. Include additional sheets if you need more space.
ITEM DESCRIPTION MAKE/MODEL CAPACITY AGE
END OF SECTION
See next page:
See Next Page
Brightview Asset List
MFG Asset Description VIN
Misc. ZSPRAY 411344335
Other ZS3624
Other Zero Turn Hydro Blow Vac 16853
Other Z Spray
Misc. UTV A4PUTYVKD3NBA00360
John Deere Utility Vehicle XUV590E-S4 1M0590EBENM050088
Kubota Utility Vehicle RTV500H 54979
Kubota Utility Vehicle RTV500H 60238
Kubota Utility Vehicle RTV500H
John Deere Utility Vehicle HPX 1M0615EAEMM041213
John Deere Utility Vehicle HPX 1M0615EACMM041205
John Deere Utility Vehicle HPX 1M0615EAPMM041216
John Deere Utility Vehicle Gator TX 1M04X2XDKCM072008
John Deere Utility Vehicle Gator TX 1M04X2XDPEM091661
John Deere Utility Vehicle Gator TX 1M04X2XDJFM100055
John Deere Utility Vehicle Gator TX M04X2XD100651
John Deere Utility Vehicle Gator TS 1M04X2SJVCM080658
Kubota Utility Vehicle 1140 39459
Other Utility Vehicle 36054
Kubota Utility Vehicle 63139
John Deere Utility Vehicle 1M0615EAAMM042115
Misc. Utility Vehicle A4PUTYJC8MBA00248
American Utility Cart A49UTVKD4PB400024
Vermeer Trencher RT100 1VRX051E871002402
Ford
Transit Connect Irrigation
Van NM0LS7E75E1169967
Ford
Transit Connect Irrigation
Van NM0LS7E71F1194821
Ford Transit Connect NM0LS7E72H1323376
Other Trailer Open 8 ft 1S9000816D1303160
Weld-Rite Trailer Open WR950276X18DLJ216
Misc. Trailer Open N/A
Sun Coast Trailer Equipment 1S9001820A1303519
Anderson Trailer Equipment 4YNBN1822EC073472
Novae Trailer Enclosed 20 ft 5JW2C2025L2297864
Haulmark Trailer Enclosed 16HGB20276P053386
Wells Cargo Trailer Enclosed 575200J23E3266689
Wells Cargo Trailer Enclosed 575200J2XE3266690
Express Trailer Enclosed 5GLBE2024EC000377
Express Trailer Enclosed 5GLBE2023FC000422
Express Trailer Enclosed 5GLBE2025FC000423
Express Trailer Enclosed 5GLBE2027FC000424
Other Trailer Enclosed 5GLBE2029GC000300
Wells Cargo Trailer Enclosed 1WC200L2583058750
Wells Cargo Trailer Enclosed 1WC200J21B2021436
Big-Tex Trailer Dump 16VDX1420G3091475
Big-Tex Trailer 30 ft 16VHX2527E2631509
Diamond Trailer 16 ft 5UZBE1629BD015655
Sun Coast Trailer 16 ft 1S9E0162XH1303983
Sun Coast Trailer 16 ft 1S9E01625G1303730
Imperial Trailer 12 ft 1Z9BU1210AJ213322
Express Trailer 5GLBE2421LC000067
John Deere Tractor 1L06145MHNH140866
Toyota Tacoma 5TFJX4CN2CX014069
Toyota Tacoma 5TFJX4CN8CX018532
Toyota Tacoma 5TFNX4CN0DX026692
Toyota Tacoma 5TFTX4CN4FX056627
Misc. STAND ON BLOWER 4001935238
Z Spray Sprayer Z Sprayer 255260-2016-176
Z Max Sprayer Z Sprayer ZS5260C-2017-013
Other Sprayer Skid 50 gal N/A
Ryan Sod Cutter 54495403336
Bobcat Skid Steer Loader B4CD13057
Bobcat Skid Steer 5250 52601660
Misc. RO Water System
Ford Ranger CC XLT 1FTER4EH0LLA35500
Ford Ranger CC XL 1FTER1EH9MLD47105
Ford Ranger CC XL 1FTER1EH4MLD47058
Ford Ranger 1FTER1EH5LLA21462
Ford Ranger 1FTER1EH4LLA21470
Ford Ranger 1FTER1EH4LLA13949
Ford Ranger 1FTER4EH4LLA21471
Ford Ranger 1FTER4EH8LLA21473
Ford Ranger 1FTER4EH8MLD18986
Misc. Predator 125148
Triple Crown Open Trailer 4000633658
Isuzu NPR Spray Truck JALB4W178B7402112
Isuzu NPR Dump Truck JALC4J162E7001299
Isuzu NPR Dump Truck JALC4J167E7001167
Isuzu NPR Dump Truck JALC4J164E7003880
Isuzu NPR Dump Truck JALC4J163G7K00221
Isuzu NPR Dump Truck JALC4J167G7K00223
GMC NPR Dump Truck J8DC4J16977016269
GMC NPR Dump Truck J8DC4J16X77003966
Isuzu NPR CC JALC4J168G7000371
Isuzu NPR CC JALC4J16997001984
Isuzu NPR CC 54DC4J1B7FS802139
Isuzu NPR JALC4J169E7005186
Isuzu NPR 4KDC4J1N39J800215
Isuzu NPR 54DC4J1B3KS800298
Isuzu NPR 54DC4J1B5ES803336
Isuzu NPR 54DC4J1B1CS804562
Isuzu NPR 54DC4J1BXDS801161
Exmark Mower LT Rich Zspray 405658251
Exmark Mower 96 in Lazer 404791046
Exmark Mower 96 in Lazer 405110566
Exmark Mower 96 in Lazer 406342970
Exmark Mower 96 in 403226634
Exmark Mower 96 in 403226635
Wright Mower 72 in Stander ZK 143456YC
Wright Mower 72 in Stander ZK 146125SM
Wright Mower 72 in Rider ZXT 143219XP
Wright Mower 72 in Rider ZXT 139811MV
Wright Mower 72 in Rider ZXT 139861XA
Exmark Mower 72 in Lazer S 406341485
Exmark Mower 72 in Lazer S 406394671
Exmark Mower 72 in Lazer S 406394672
Exmark Mower 72 in Lazer S 406394702
Exmark Mower 72 in Lazer S 406892112
Exmark Mower 72 in 405267539
Other Mower 71 in 139739JU
Wright Mower 61 in Stander ZK 133866WC
Wright Mower 61 in Stander ZK 134264NJ
Wright Mower 61 in Stander ZK 135324SH
Wright Mower 61 in Stander ZK 129689AH
Wright Mower 61 in Stander ZK 142385MG
Wright Mower 61 in Stander ZK 142513GF
Wright Mower 61 in Stander ZK 142692RF
Wright Mower 61 in 141178HK
Exmark Mower 60 in Vantage 402530810
Exmark Mower 60 in Staris SO 405494676
Exmark Mower 60 in Staris SO 405449407
Exmark Mower 60 in Staris SO 405449408
Exmark Mower 60 in Lazer Series 408784265
Toro Mower 60 in Grandstand 407888247
Toro Mower 60 in Grandstand 408931942
Toro Mower 60 in Grandstand 408931941
Toro Mower 60 in Grandstand 408931937
Toro Mower 60 in Grandstand 408931940
Toro Mower 60 in Grandstand 408931971
Toro Mower 60 in Grandstand 407888246
Toro Mower 60 in Grandstand 407888245
Toro Mower 60 in Grandstand 407899085
Toro Mower 60 in Grandstand 407899086
Toro Mower 60 in Grandstand 407888250
Toro Mower 60 in Grandstand 408931954
Toro Mower 60 in Grandstand 407888256
Toro Mower 60 in Grandstand 408931953
Toro Mower 60 in Grandstand 407888255
Toro Mower 60 in Grandstand 411493641
Toro Mower 60 in Grandstand 411493648
Exmark Mower 60 in 315624083
Wright Mower 52 in Stander X 141356NM
Wright Mower 52 in Stander X 141850NJ
Toro Mower 52 in Grandstand 409057213
Toro Mower 52 in Grandstand 409057208
Toro Mower 52 in Grandstand 409057197
Toro Mower 52 in Grandstand 409057222
Wright
Mower 48 in Walk Hydro
SO 142761JT
Wright
Mower 48 in Walk Hydro
SO 142776PW
Exmark Mower 48 in Turf Tracer S 405490996
Exmark Mower 48 in Turf Tracer S 405490995
Exmark Mower 48 in Turf Tracer S 408931680
Exmark Mower 48 in Turf Tracer S 408931681
Exmark Mower 48 in Turf Tracer S 408931682
Exmark Mower 48 in Turf Tracer 406864566
Exmark Mower 48 in SO 405451590
Bobcat Mower 36 in WB700 SO 999400100704
Bobcat Mower 36 in WB700 SO 999400100707
Exmark Mower 36 in Turf Tracer S 408903286
Exmark Mower 36 in Turf Tracer S 408903287
Exmark Mower 36 in Turf Tracer S 408903284
Exmark Mower 36 in Turf Tracer S 406505428
Wright
Mower 36 in Stander
Intensity 142849SV
Wright
Mower 36 in Stander
Intensity 143520QN
Wright
Mower 36 in Stander
Intensity 143524VS
Wright Mower 32 in WB 68630
Wright Mower 32 in 136850CH
Wright Mower 32 in 139494HX
John Deere Mower 2653B 1TC2653TAHT100286
Hustler Mower 104 in 22042206
Hustler Mower 104 in 22042207
Hustler Mower 104 in 22042210
Wright Mower 130784JE
Billy Goat Leaf Vac 110711141
Mitsubishi Fuso CC JL6BPH1A7EK003796
Big-Tex FLATBED TRAILER 16V3F3323N6172316
Big-Tex FLATBED TRAILER 16V3F3329N6181814
Ford F450 Dump 1FD9X4GT4CEB72318
Ford F450 1FDGW4GY9AEA93083
Ford F450 1FD9W4GN5LEC93122
Ford F450 1FDAW4GY1BEB77745
Ford F450 1FDGW4GY3CEA94152
Ford F450 1FDGW4GY9CEB33813
Ford F450 1FD0W4GY9FEB64937
Ford F250 CC XL 1FT7W2A62FEA28633
Ford F250 CC XL 1FT7W2A62GEA84802
Ford F250 CC XL 1FT7W2A64GEA84803
Ford F250 CC XL 1FT7W2A65LED97465
Ford F250 CC XL 1FT7W2A60MED62429
Ford F250 CC 1FT7W2A67GEC91234
Ford F250 1FTBF2A67BEC07397
Ford F250 1FTBF2B62DEB64119
Ford F150 SCC XLT 1FTFW1CT5DKG41756
Ford F150 SCC XLT 1FTFW1CT4EKD95512
Ford F150 SC XL 1FTEX1CM6EKE03160
Ford F150 SC XL 1FTEX1CM2EKF10979
Ford F150 SC XL 1FTEX1C8XFKD91695
Ford F150 SC 1FTEX1CP0GFA18425
Ford F150 SC 1FTEX1CP5GFA18422
Ford F150 SC 1FTEX1CP9GFA18424
Ford Escape 1FMCU0GD2JUC49576
Ford Escape 1FMCU0GD0KUB21399
Buffalo Debris Blower 36165
Other Container Storage 20 ft 35871
Other Container Storage 20 ft QDCMO1A00603
Chevrolet Colorado WT SC 4x4 6ft 1GCHTBEA9N1163657
Nissan Cargo Van NV200 3N6CM0KN4FK706591
Toyota Camry 4T1BF1FK4HU760664
Misc. Blower SO 30000001748
Buffalo Blower 30249
Hustler 88 20040704
Wright 36' MOWER 142050TR
Other 30 409167902
Chevrolet 2500 Silverado CC 1GC1CUE83FF602835
Chevrolet 1500 Express Van 1GCSGAFXXE1100462
Kubota 15' ROTARY CUTTER 1770993
Michael McNellis
michael.mcnellis@brightview.com
561-866-8944
Village of North Palm Beach - Athletic Field Turf Maintenance Services RFP
"Who is BrightView and how We can help!!!"
Page 2
The BrightView Difference
When you partner with BrightView, you have our commitment that we will manage your property and
complete work on time and within budget.We provide the right equipment and manpower to perform
any landscape project. Our team will take the same ownership, pride in the community and having all
team members keep the site consistently looking like the residents expect. Included in our price are
services that are a resource to the community and are no additional charge for selecting
BrightView as your trusted landscape advisor.
COMPANY HISTORY |LEGACY
80+years in the landscape industry:Design |Develop |Maintain |Enhance
ACTION PLAN |HORTICULTURAL ASSESSMENT |LANDSCAPE
REPORT
BrightView follows a written step by step process of how the management
of your landscape requirements will be executed.
TRAINED SKILLED CLIENT SERVICE TEAMS
800+Employees in South Florida Trained;Skilled in all levels of landscape
management
TENURE OF MANAGEMENT STAFF
Unmatched 15-year average management tenure in our South Florida
Branches.
IN HOUSE TECHNICAL SERVICE
All of the technical services with regard to managing your
landscape will require no third party involvement.
COMMUNICATION REPORTING TOOLS
A Quality Services Assessment report will be done regularly as
well as Irrigation Reports,Fertilization and Lawn and
Ornamental Pest reports and logs f our Service Activities
DIGITAL ENHANCEMENTS
4 Local Landscape Designers to provide renderings of
landscape improvements
EMERGENCY STORM PLANNING
With over 3000 employees in Florida we have proven that we
are uniquely qualified to mobilize for hurricane recovery.
Page 3
C ommitted to Your Suc c e ss at E very
Stage of Your Landscape
One Partner
to take c are of you and all
your landsc ape needs.
Design
Forward-thinking,
c onstructible design
that c onsiders future
operating c osts
Enhance
Thoughtful
improvements
to enrich your
landsc ape’s appearanc e
and sustainability
Develop
Seamless project delivery
that meets your goals
and long-term
expectations,on-time
and on-budget
Maintain
C onsistent servic e
delivery and proactive
solutions that keep your
property at its best,
now and in the future
Design
•Landscape
Architecture &
Planning
•Design-Build
•Program Management
•Irrigation
Develop
•Planting
•Hardscapes
•Athletic field
•Compliance
•Tree Growing & Moving
Maintain
•Landscape
•Tree Care
•Specialty Turf
•Exterior Maintenance
•Sports Fields
Enhance
•Enhancements
•Sustainability
•Water Management
•Turf
Page 4
A Truste d Advisor
O FFIC E SSERVICES
Design Wellington Sunrise
•Landscape Arch. & Planning
•Design-Build
•Program Management
•Sports Fields
13701 Okeechobee BLVD
Loxahatchee, FL 33470
•220 Gardeners
•10 Supervisors
•7 Certified Technicians
Fort Lauderdale Dania BeachDevelop
•Planting
•Hardscapes
•Pools &Water Features
•Compliance
•Tree Growing &Moving
•2711 SW 36th Street
•Fort Lauderdale,FL.33312
•210 Gardeners
•17 Supervisors
•8 Certified Technicians
Pembroke Pines Pembroke Pines
•6941 SW 196th Avenue
•Suite 30
•Pembroke Pines FL.33332
•150 Gardeners
•10 Supervisors
•5 Certified Technicians
Maintain
•Landscape
•Tree Care
•Specialty Turf
•Sports Fields
•Exterior Maintenance
Boca Raton Boca Raton
11600 S Military TRL.BLD J
Village of Golf, FL
•190 Gardeners
•9 Supervisors
•6 Certified TechniciansEnhance
•Enhancements
•Sustainability
•Water Management
EMP LO YEES
Years in Business
•Since 1939
•Over 80 years
Florida Corporation
•BrightView
Landscape Services,
Inc.
•FEIN #:95-419223
Insurance
•Aon Risk Services
•General Commercial
•Auto &Workman's Comp
Bonding Ability
•Aon Risk Services
•Excess of $200 Million
•$25 million for single
project
FACTS
Page 5
A Truste d Advisor
LI C E N SES QUALIFICATIONS CERTIFICATIONS DE G R E E S
Maintenance
•FNGLA Certified
Maintenance
Technicians
•BMP Train the Trainer
Irrigation
•Florida Certified Plumbers
•Irrigation
Association
Member
•Smart Water Irrigation
Pest &Disease
•Florida Certified Operators
•Florida Certified Applicators
•Florida Certified Ag Products
Tree Trimming
•ISA Certified Master Arborist
•ISA Certified Arborist
•TCIA Certified
Best Management
•Florida Friendly Landscaping
•Train the Trainer
Emergency Response
•Certified First Responder
•Competent in Training
Storm Water
•Emergency Recovery
•Certified Assessor
Safety
•State Rules
and
Regulations
•Fall Protection
FDOT
•Set up Certified
•Competent Trainer
CPR
•First Aid
•Instructor
OSHA
•Hi Lift Certified
•Osha –10 card
Horticulturalist
•FNGLA
Certified
Technicians
Agronomy
•BA |As
•Florida,Penn State
Horticulture
•BA |As
•Florida,Penn State
Business
•BA |As
•FAU |Florida State
Plant Science
•BA |As
•Florida |Rutgers
TEAM | COMMUNICATION FLOW CHART
CUSTOMER
BRANCH MANAGER
Mow & Detail
Teams
Monday-Friday
Production
Manager
IRRIGATION
MANAGER
AGRONOMICS
MANAGER
Technicians
Labor
Applicators
Technicians
ACCOUNT MANAGER
BRANCH
ADMINISTRATOR
Additional Support
Additional Support
VP, GENERAL
MANAGER
SR, VICE PRESIDENT
Full-Time
Groundskeepers
Daily
*If Applicable
Sports Fields
Specialty Teams
Page 6
B rightView’s G ot Florida C o vere d
.Key West
.Homestead
Page 16
Approximately2,600
play environments including
recreational and theme parks,
sports environments including
MLB, NFL and Olympic venues,
plus the National Mall
PLAY
Nearly4,000
shopping environments
nationwide
100%
of top ten, third-party hotel
management firms, plus
nearly 2,000 properties
including casinos, golf and
destination resorts, and
conference centers
Serving2,000
reflection environments
nationwide including
cemeteries, funeral homes
and places of worship
SHOP REFRESH REFLECT
A Trusted Advisor
Page 13
Preserving a S afe E n viro nment
•To ensure 100%compliance with all labor and immigration laws, we are
voluntarily enrolled in E-Verify in all states in which we operate.
•The organization’s participation in E-Verify improves our ability to ensure the
individuals we hire and who are working on our clients’sites are authorized
to work in the United States.
•E-Verify is only part of our robust employment verification program. The program
includes a consistent policy and process enterprise-wide, as well as regular
training of our staff and semi-annual auditing to maintain compliance with labor
and immigration regulations.
•BrightView also participates in the United States Citizenship and Immigration
Services (USCIS)H -2B Visa program during seasonal periods when additional
workforc e is required.
When a catastrophe occurs such most recently with Hurricane Irma, we have the capabilities and
manpower to respond immediately. With 47 locations throughout the Southeast alone, we leverage our
local and national resources to bring in additional teams and equipment from outside the area.This
allows us to ensure the site is safe and free from hazards.
Resources from branch offices will be available in the event of an emergency to ensure our customers
have access to crews and equipment quickly.We partner with generator-powered area hotels to
provide accommodations for our staff.We have no FEMA obligations that would impact our ability to
clean up your site in a prompt manner.
Safety before and after a storm is our primary focus.
Immediately following the st orm, our teams will
ensure:
•Vehic le access is c leared, allowing emergency
personnel access.
•Debris from st ruc tural dwe llings that may pose
immediate risk is c leared.
•Plant material that may have a c hanc e of surviving
is replanted.
•Hazardous damaged limbs that remain in trees are
trimmed and removed.
•Tree limbs,root balls,or large wood debris
remaining on the ground is chipped and removed.
•Final restoration of any remaining damages or
losses resulting from the storm is performed.
Our benchmark is to have your property back to
normal within one week of the all-clear.
EMERGENCY RESPONSE
ISA CERTIFIED ARBORISTS
Name:Corine M.Ferré
Address:4155 E Mowry Drive
Homestead,FL 33033
P hone:(786)999-4483
Email: corine.ferre@brightview.c om
B rightView Tree C are Servic e s Hollyw ood
(hyperlink)
Experience includes both instruction and assessment as part
of the program
Testsspecific knowledge, skills,or competencies associated
with learning outcomes
Awards a Qualification only to those participants who meet
the standards for performance, proficiency, or passing score
Allows trainers to know and be familiar with the assessment
questions
Permits trainers to assess their own trainees, depending on
the requirementsof a given program
Requires credential holders to retrain and retest at the end
of a set period of validity, unless qualification is determined
to be valid for life
Certification is available to those who meet predetermined
and standardized criteria for knowledge,skills,or
competencies.The knowledge needed to pass a Certification
assessment is learned through self-study and experience.The
assessment is conducted independent of a specific class,
course, or other training program. To retain the credential,
certificants must meet requirements for renewal.
Ms.Ferré is also a c ertified instruc tor at Fairchild Tropical Gardens.
She does monthly guided palm and native trail tours at many of
our communities.
LICENSES &CERTIFICATIONS
ATSSA Certified -Temporary Traffic Control Supervisor
American Red Cross AED/CPR/First Aid
American Red Cross AED/CPR/First Aid Instructor
OSHA 10 C ard –C onstruc tion Safety and Health
FL Pesticide Applicator Certificate –Registered Tech
VCLM –E xc avation Safety –C ompetent P erson Training
VCLM –Forklift Safety –Trainer
VC LM Fall P rotec tion Training
VCLM Fall Protection –C ompetent P erson /Trainer
Pesticide Applicator Certificate for Lawn and Ornamentals
ISA C ertified Arborist
FL Licensed Tree E xpert
ISA C ertified Arborist
Certified Tree Risk Assessor
Florida Certified Horticulturist
Florida Certified Pesticide Applicator
Certified Irrigation Contractor and Certified Landscape Irrigation Auditor by the Irrigation Association which is a
national certifying body for the irrigation industry.
Average of 30 years of experience in the green industry
Degreed hortic ulturalist
Masters of B usiness Administration
MLB CONSULTANT FOR FIELDS
BrightView is Major League Baseball’s Official
Field Consultant
BrightView Holdings, Inc. (NYSE: BV) (“BrightView”), the nation’s leading
commercial landscaping services company, today announced that its Sports
Turf Division has been named Major League Baseball’s Official Field
Consultant.
BrightView Sports Turf has consulted with Major League Baseball (MLB) for
many years, most notably on field design and construction for games outside
the league’s 30 existing ballparks. Among these projects were MLB’s Little
League Classic in Williamsport, Pa., the 2016 Cuba Game, a two-game series
in Puerto Rico’s Hiram Bithorn Stadium, a 2017 game honoring America’s
Armed Forces at Ft. Bragg, N.C., and MLB’s 2019 Mexico Series in
Monterrey. BrightView’s Sports Turf team is currently planning field
operations for MLB’s first series in London, scheduled for June 2019, at
Queen Elizabeth Olympic Park.
“Our role as field consultant to Major League Baseball covers various
functions for the many initiatives the Commissioner’s office manages both
domestically and internationally,” said Murray Cook, President of BrightView
Sports Turf. “The core of our involvement is renovating and managing fields
for international events, which can also include designing and coordinating
construction projects.”
Jim Small, MLB Senior Vice President, International said, “Through our
relationship with BrightView and Murray Cook, Major League Baseball has
expanded our efforts to play games in different parts of the world on big
league caliber baseball fields. That relationship will continue this summer
when we work with Murray and his team on bringing MLB games to London
for the first time ever.”
MLB CONSULTANT FOR FIELDS
Field of Dreams
Bowman Field for Little League World Series
Marlins Park
Petco Park
Estadio Latino Americano in Havana, Cuba
Edgar Renteria Stadium
Barranquilla Colombia
CITY OF WESTON PARKS & ATHLETIC FIELDS
Evaluation Criteria- 5.11 Firm Qualification
•BrightView Landscape Services is a national company with 30 branches in Florida. Local branch to the Village of NPB is our Wellington office. BV is a full-service company. We handle a wide ranges of services (design, Construction and maintenance).
•BV has extensive experience with Sport athletic fields with a similar scope of work to the Village of NPB. These include Weston Parks and Miami lakes Optimist park.
•Scope of Work for Village of NPB to include: field maintenance, mowing and trimming, fertilization, irrigation, pest control, maintaining proper and safe playing surface, Sand top dressing, Aerification, soil testing, weekly inspections and reporting.
5.11 Firm Qualifications -Continued
•Our consultative approach to
field maintenance includes an
initial site visit to start the
project. Allocation of personnel
and equipment to meet the
Village of NPB scope of work
•Provide a schedule and
maintenance plan for how work
will be completed and evaluated
on an ongoing basis
•Account manager will be the
primary contact once contract is
awarded and will be assigned at
that time.
•Superviosry contact for the
account would be Jose Zepeda –
Senior Branch Manager for
Wellington FL office.
* Please see personal list included
in this document.
5.11 Firm Qualifications -Continued
*Key Milestones and timelines for
deliverables (30-60-90) plan is
included as an exhibit in this
document.
•BrightView prefers 30 day notice
when starting new sports field
maintenance contracts (this
timeline can be accelerated if
required)
•Additional work during contract
(ie. Field repair, enhancements,
etc.) will be competed as
outlined by the RFP.
*Please see Exhibt for a list of
References and additional work.
5.12 Pricing Proposal evaluation criteria
•Signed and firm price proposal is
included in the original RFP
paperwork.
•BrightView acknowledges that
the lowest proposed grand total
amount will receive (35) points
and scoring will be based on a
tiered system
5.13 Equipment –Evaluation Criteria
•A list of equipment (Asset List)
has been submitted with the RFP
as well as included in the exhibit
section of this document
Exhibits:
Personnel, References, equipment and 30-60-90
day plan.
BrightView Leadership Leadership
Charles Gonzalez: SVP & GM for South Florida
-Over 35 years in Florida’s Green Industry
-Certified Green Industry Best Management Practices
-Member of Latin Builders Assoc., Irrigation Assoc., & FNGLA
-Joined BrightView in1992
-Owned and operated 35th largest landscape company in the U.S.
-Charles.Gonzalez@brightview.com
Jose Zepeda: Senior Branch Manager Palm Beach
-Over 35 years in the Green Industry
-BrightView employee for 15 years
-#1 branch of the year 2018 – BrightView
-B.S. in Horticulture
-Certified Pest Operator and Green Industry Best Management Practices
-Integrated Pest Management Specialist
-Qualified Florida Contractor
-Jose.Zepeda@brightview.com
Peter Olmedo: Branch Manager
-14 years in the Green Industry
-BrightView Employee for 9 years
-Sports Turf Manager for 8 years
-Certified Green Industry Best Management Practices
-MOT Certification
-Peter.Olmedo@brightview.com
Kyle R. Krause: Area Director BrightView Golf Southeast Florida
-12+ year golf course management
-Bachelor of Science - Degree in Turf-Grass Science | The Pennsylvania State
University, University Park, PA
-GCSSA Class A Superintendent
-IPM and BMP Certified
-Florida Pesticide License 2018- Current
-Golf Course Superintendents Association of America | 2012 – Present
-Palm Beach Golf Course Superintendents Association | 2019 – Present
DEDICATED ENHANCEMENTS MANAGER
Ramiro Fernandez is the Enhancement Manager for our South Florida Branches. Ramiro has
been involved in maintenance and irrigation management throughout the years but his true
passion is landscape design, renovation and installation. Mr. Fernandez has been part of the
BrightView family for over 13 years and has more than 20 years’ experience in the industry.
Ramiro has been running the Enhancement Division for BrightView for over 6 years now and
has provided major renovations for partners like St. Regis, Ocean Reef, Mercy Hospital, Trump
Grande and Beach Place in Sunny Isles. Outside of work Ramiro spends most of his time with
his six children and when he does find a little free time he is working on cars as he ‘has a need
for speed.
DEDICATED CERTIFIED ARBORIST
Certified Arborist, Horticulturalist, Landscape Designer, and Inspector
Corine provides arbor and landscape analysis for new and existing clients. She sends a
Horticulture Tip of the Month to clients and managers about the most pertinent subject of that
month to help better educate our BrightView associates. Topics include flowering of a tree, a
disease that has been noticed recently in a specific market, or an update on new plant
development. She is constantly in the field teaching proper pruning techniques to our crews and
helps identify plants and issues for the managers.
Ms. Ferre received a degree in Interior Design from the School of Architecture at Florida
International University. She has multiple licenses and certifications, including: LIAF Landscape
Inspector, Commercial Pesticide Applicator License – Categories 3 & 6, BMP Instructor at
University of Florida, FNGLA Certified Horticulture Professional, FNGLA Certified Landscape
Designer, ISA Certified Arborist and PMT. When she’s not working Corine enjoys cooking and
having a glass of wine.
DEDICATED IRRIGATION MANAGER
Carlos Victoria has over 27 years working in the construction / Irrigation industry. As founder of
Victoria Construction (1993) and Central Irrigation (2007) has provided him a wide range of
experience in the Construction and Irrigation field. With a passion for the irrigation industry,
Carlos came on board to ValleyCrest today’s (Brightview Landscape Maintenance) in 2009.
Today, he serves as the South Florida Regional irrigation Advisor for the company. As an
Irrigation contractor/designer, he has developed interest in the water conservation field,
becoming a leader using smart irrigation advanced technology for water conservation purposes.
GC NY lic: H-07073
Lawn Sprinkler License Miami FL: 07P000163
Lawn sprinkler License Broward: cc# 08-CLS-14754-R
Backflow Tester License: H-03178
Florida State Plumbing License: CFC1429383
Carlos Victoria has received an engineering degree from CUNY University and currently
possess and holds various contracting licenses in the State of FL and NY. Currently he is a
Member of the Irrigation Association and other irrigation affiliations.
References:
Clients Name & address: Weston parks Group
City of Weston 17200 Royal Palm Blvd Weston, FL 33326
Contact Person: Francisco Lopez
Telephone: (954)- 389-4321 Email: flopez@westonfl.gov
Service Provided: Sports Field and Maintenance Dates of Service: 2020 – Current
Clients Name & address: Miami Lakes Optimist Park
Town of Miami Lakes 6601 Main St, Miami Lakes, FL 33014
Contact Person: Jerry Bajdaun
Telephone: (305)-364-6100 Email: bajdaunj@miamilakes-fl.gov
Service Provided: Sports Field and Maintenance Dates of Service: 2018 – Current
Clients Name & address: Miramar Parks
City of Miramar 2300 Civic Center Place Miramar, FL 33025
Contact Person: Billy Neal
Telephone: (954)- 602-3344 Email: bdneal@miramarfl.gov
Service Provided: Sports Field and Maintenance Dates of Service: 2018 – 2023
Clients Name & address: Okeeheelee Golf Course
7715 Forest Hill Blvd, West Palm Beach, FL 33413
Contact Person: Rich Smolen
Telephone: (561)-467-3034 Email: rsmolen@pbcgov.org
Service Provided: Turf Management and Maintenance Dates of Service: 2020 – Current
Clients Name & address: North Palm Beach Country Club
951 U.S. Hwy 1 North Palm Beach, FL 33408
Contact Person: Allan Bowman
Telephone: (908)-666-2668 Email: abowman@village-npb.org
Service Provided: Turf Management and Maintenance Dates of Service: 2020 – Current
Brightview Asset List
MFG Asset Description VIN
Misc. ZSPRAY 411344335
Other ZS3624
Other Zero Turn Hydro Blow Vac 16853
Other Z Spray
Misc. UTV A4PUTYVKD3NBA00360
John Deere Utility Vehicle XUV590E-S4 1M0590EBENM050088
Kubota Utility Vehicle RTV500H 54979
Kubota Utility Vehicle RTV500H 60238
Kubota Utility Vehicle RTV500H
John Deere Utility Vehicle HPX 1M0615EAEMM041213
John Deere Utility Vehicle HPX 1M0615EACMM041205
John Deere Utility Vehicle HPX 1M0615EAPMM041216
John Deere Utility Vehicle Gator TX 1M04X2XDKCM072008
John Deere Utility Vehicle Gator TX 1M04X2XDPEM091661
John Deere Utility Vehicle Gator TX 1M04X2XDJFM100055
John Deere Utility Vehicle Gator TX M04X2XD100651
John Deere Utility Vehicle Gator TS 1M04X2SJVCM080658
Kubota Utility Vehicle 1140 39459
Other Utility Vehicle 36054
Kubota Utility Vehicle 63139
John Deere Utility Vehicle 1M0615EAAMM042115
Misc. Utility Vehicle A4PUTYJC8MBA00248
American Utility Cart A49UTVKD4PB400024
Vermeer Trencher RT100 1VRX051E871002402
Ford
Transit Connect Irrigation
Van NM0LS7E75E1169967
Ford
Transit Connect Irrigation
Van NM0LS7E71F1194821
Ford Transit Connect NM0LS7E72H1323376
Other Trailer Open 8 ft 1S9000816D1303160
Weld-Rite Trailer Open WR950276X18DLJ216
Misc. Trailer Open N/A
Sun Coast Trailer Equipment 1S9001820A1303519
Anderson Trailer Equipment 4YNBN1822EC073472
Novae Trailer Enclosed 20 ft 5JW2C2025L2297864
Haulmark Trailer Enclosed 16HGB20276P053386
Wells Cargo Trailer Enclosed 575200J23E3266689
Wells Cargo Trailer Enclosed 575200J2XE3266690
Express Trailer Enclosed 5GLBE2024EC000377
Express Trailer Enclosed 5GLBE2023FC000422
Express Trailer Enclosed 5GLBE2025FC000423
Express Trailer Enclosed 5GLBE2027FC000424
Other Trailer Enclosed 5GLBE2029GC000300
Wells Cargo Trailer Enclosed 1WC200L2583058750
Wells Cargo Trailer Enclosed 1WC200J21B2021436
Big-Tex Trailer Dump 16VDX1420G3091475
Big-Tex Trailer 30 ft 16VHX2527E2631509
Diamond Trailer 16 ft 5UZBE1629BD015655
Sun Coast Trailer 16 ft 1S9E0162XH1303983
Sun Coast Trailer 16 ft 1S9E01625G1303730
Imperial Trailer 12 ft 1Z9BU1210AJ213322
Express Trailer 5GLBE2421LC000067
John Deere Tractor 1L06145MHNH140866
Toyota Tacoma 5TFJX4CN2CX014069
Toyota Tacoma 5TFJX4CN8CX018532
Toyota Tacoma 5TFNX4CN0DX026692
Toyota Tacoma 5TFTX4CN4FX056627
Misc. STAND ON BLOWER 4001935238
Z Spray Sprayer Z Sprayer 255260-2016-176
Z Max Sprayer Z Sprayer ZS5260C-2017-013
Other Sprayer Skid 50 gal N/A
Ryan Sod Cutter 54495403336
Bobcat Skid Steer Loader B4CD13057
Bobcat Skid Steer 5250 52601660
Misc. RO Water System
Ford Ranger CC XLT 1FTER4EH0LLA35500
Ford Ranger CC XL 1FTER1EH9MLD47105
Ford Ranger CC XL 1FTER1EH4MLD47058
Ford Ranger 1FTER1EH5LLA21462
Ford Ranger 1FTER1EH4LLA21470
Ford Ranger 1FTER1EH4LLA13949
Ford Ranger 1FTER4EH4LLA21471
Ford Ranger 1FTER4EH8LLA21473
Ford Ranger 1FTER4EH8MLD18986
Misc. Predator 125148
Triple Crown Open Trailer 4000633658
Isuzu NPR Spray Truck JALB4W178B7402112
Isuzu NPR Dump Truck JALC4J162E7001299
Isuzu NPR Dump Truck JALC4J167E7001167
Isuzu NPR Dump Truck JALC4J164E7003880
Isuzu NPR Dump Truck JALC4J163G7K00221
Isuzu NPR Dump Truck JALC4J167G7K00223
GMC NPR Dump Truck J8DC4J16977016269
GMC NPR Dump Truck J8DC4J16X77003966
Isuzu NPR CC JALC4J168G7000371
Isuzu NPR CC JALC4J16997001984
Isuzu NPR CC 54DC4J1B7FS802139
Isuzu NPR JALC4J169E7005186
Isuzu NPR 4KDC4J1N39J800215
Isuzu NPR 54DC4J1B3KS800298
Isuzu NPR 54DC4J1B5ES803336
Isuzu NPR 54DC4J1B1CS804562
Isuzu NPR 54DC4J1BXDS801161
Exmark Mower LT Rich Zspray 405658251
Exmark Mower 96 in Lazer 404791046
Exmark Mower 96 in Lazer 405110566
Exmark Mower 96 in Lazer 406342970
Exmark Mower 96 in 403226634
Exmark Mower 96 in 403226635
Wright Mower 72 in Stander ZK 143456YC
Wright Mower 72 in Stander ZK 146125SM
Wright Mower 72 in Rider ZXT 143219XP
Wright Mower 72 in Rider ZXT 139811MV
Wright Mower 72 in Rider ZXT 139861XA
Exmark Mower 72 in Lazer S 406341485
Exmark Mower 72 in Lazer S 406394671
Exmark Mower 72 in Lazer S 406394672
Exmark Mower 72 in Lazer S 406394702
Exmark Mower 72 in Lazer S 406892112
Exmark Mower 72 in 405267539
Other Mower 71 in 139739JU
Wright Mower 61 in Stander ZK 133866WC
Wright Mower 61 in Stander ZK 134264NJ
Wright Mower 61 in Stander ZK 135324SH
Wright Mower 61 in Stander ZK 129689AH
Wright Mower 61 in Stander ZK 142385MG
Wright Mower 61 in Stander ZK 142513GF
Wright Mower 61 in Stander ZK 142692RF
Wright Mower 61 in 141178HK
Exmark Mower 60 in Vantage 402530810
Exmark Mower 60 in Staris SO 405494676
Exmark Mower 60 in Staris SO 405449407
Exmark Mower 60 in Staris SO 405449408
Exmark Mower 60 in Lazer Series 408784265
Toro Mower 60 in Grandstand 407888247
Toro Mower 60 in Grandstand 408931942
Toro Mower 60 in Grandstand 408931941
Toro Mower 60 in Grandstand 408931937
Toro Mower 60 in Grandstand 408931940
Toro Mower 60 in Grandstand 408931971
Toro Mower 60 in Grandstand 407888246
Toro Mower 60 in Grandstand 407888245
Toro Mower 60 in Grandstand 407899085
Toro Mower 60 in Grandstand 407899086
Toro Mower 60 in Grandstand 407888250
Toro Mower 60 in Grandstand 408931954
Toro Mower 60 in Grandstand 407888256
Toro Mower 60 in Grandstand 408931953
Toro Mower 60 in Grandstand 407888255
Toro Mower 60 in Grandstand 411493641
Toro Mower 60 in Grandstand 411493648
Exmark Mower 60 in 315624083
Wright Mower 52 in Stander X 141356NM
Wright Mower 52 in Stander X 141850NJ
Toro Mower 52 in Grandstand 409057213
Toro Mower 52 in Grandstand 409057208
Toro Mower 52 in Grandstand 409057197
Toro Mower 52 in Grandstand 409057222
Wright
Mower 48 in Walk Hydro
SO 142761JT
Wright
Mower 48 in Walk Hydro
SO 142776PW
Exmark Mower 48 in Turf Tracer S 405490996
Exmark Mower 48 in Turf Tracer S 405490995
Exmark Mower 48 in Turf Tracer S 408931680
Exmark Mower 48 in Turf Tracer S 408931681
Exmark Mower 48 in Turf Tracer S 408931682
Exmark Mower 48 in Turf Tracer 406864566
Exmark Mower 48 in SO 405451590
Bobcat Mower 36 in WB700 SO 999400100704
Bobcat Mower 36 in WB700 SO 999400100707
Exmark Mower 36 in Turf Tracer S 408903286
Exmark Mower 36 in Turf Tracer S 408903287
Exmark Mower 36 in Turf Tracer S 408903284
Exmark Mower 36 in Turf Tracer S 406505428
Wright
Mower 36 in Stander
Intensity 142849SV
Wright
Mower 36 in Stander
Intensity 143520QN
Wright
Mower 36 in Stander
Intensity 143524VS
Wright Mower 32 in WB 68630
Wright Mower 32 in 136850CH
Wright Mower 32 in 139494HX
John Deere Mower 2653B 1TC2653TAHT100286
Hustler Mower 104 in 22042206
Hustler Mower 104 in 22042207
Hustler Mower 104 in 22042210
Wright Mower 130784JE
Billy Goat Leaf Vac 110711141
Mitsubishi Fuso CC JL6BPH1A7EK003796
Big-Tex FLATBED TRAILER 16V3F3323N6172316
Big-Tex FLATBED TRAILER 16V3F3329N6181814
Ford F450 Dump 1FD9X4GT4CEB72318
Ford F450 1FDGW4GY9AEA93083
Ford F450 1FD9W4GN5LEC93122
Ford F450 1FDAW4GY1BEB77745
Ford F450 1FDGW4GY3CEA94152
Ford F450 1FDGW4GY9CEB33813
Ford F450 1FD0W4GY9FEB64937
Ford F250 CC XL 1FT7W2A62FEA28633
Ford F250 CC XL 1FT7W2A62GEA84802
Ford F250 CC XL 1FT7W2A64GEA84803
Ford F250 CC XL 1FT7W2A65LED97465
Ford F250 CC XL 1FT7W2A60MED62429
Ford F250 CC 1FT7W2A67GEC91234
Ford F250 1FTBF2A67BEC07397
Ford F250 1FTBF2B62DEB64119
Ford F150 SCC XLT 1FTFW1CT5DKG41756
Ford F150 SCC XLT 1FTFW1CT4EKD95512
Ford F150 SC XL 1FTEX1CM6EKE03160
Ford F150 SC XL 1FTEX1CM2EKF10979
Ford F150 SC XL 1FTEX1C8XFKD91695
Ford F150 SC 1FTEX1CP0GFA18425
Ford F150 SC 1FTEX1CP5GFA18422
Ford F150 SC 1FTEX1CP9GFA18424
Ford Escape 1FMCU0GD2JUC49576
Ford Escape 1FMCU0GD0KUB21399
Buffalo Debris Blower 36165
Other Container Storage 20 ft 35871
Other Container Storage 20 ft QDCMO1A00603
Chevrolet Colorado WT SC 4x4 6ft 1GCHTBEA9N1163657
Nissan Cargo Van NV200 3N6CM0KN4FK706591
Toyota Camry 4T1BF1FK4HU760664
Misc. Blower SO 30000001748
Buffalo Blower 30249
Hustler 88 20040704
Wright 36' MOWER 142050TR
Other 30 409167902
Chevrolet 2500 Silverado CC 1GC1CUE83FF602835
Chevrolet 1500 Express Van 1GCSGAFXXE1100462
Kubota 15' ROTARY CUTTER 1770993
*Estimated dates - Schedule subject to change based on start date.
August 2024
Introduce BrightView personnel to all Village of North Palm Beach personnel and
provide contact information: cell phones, e-mail addresses, and staff back-up
information. BM and AM will assist in developing the necessary communication
channels to help expedite a smooth transition to begin initial work on September
2024
Take a site tour with all personnel involved
Meet with NPB to discuss areas of immediate attention and concern
Discuss with Village of NPB our QSA program and set up walk schedules
Develop schedule for daily, weekly and monthly meetings and property walks; set
up reporting formats
Provide September monthly operation schedule
Take soil and water samples to apply to agronomy program
Develop a Quality Site Assessment (QSA), add any areas of improvement or
concern that need to be addressed over the next several months
September 2024
Begin daily, weekly and monthly operations
Account Manager, Production Manager(s) to train crews on best practices for
property and adjust mapping system for personnel if necessary
BM & AM to spend time with crews for learning curve from startup of operations.
They will assist crews in training, creating schedules, and procedures for
communicating with the client
Follow up on all first month operations. Check on hand pruning techniques and
detail operations
Adjust on site personnel schedules to insure we are addressing daily operations
Walk daily and continue to work on August QSA
Schedule Supplemental Work if applicable
Follow up and continue to improve daily, weekly and monthly operations
Adjust communication with Village of NPB if needed
Locate areas of weed issues and address immediately
October 2024
Meet with Village of NPB and Property Management to discuss first 45-60 days
of service
Make any adjustments to schedules to keep on right track
Continue monitoring crews on all services and make adjustments
Continue training crews and work on efficiencies
Walk property and complete new Quality Site Assessment for next 30 days of
service
Monthly visits by AM to assess property and meet with Village of NPB Board and
Property Manager
Prepare mow, detail, and spray schedules for next months
Follow up on weed control measures
Thank You for Your C onsideration!
VILLAGE OF NORTH PALM BEACH
PARKS AND RECREATION
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Zakariya M. Sherman, Director of Leisure Services
DATE: June 27, 2024
SUBJECT: RESOLUTION – Accepting a proposal from Mueller Construction and Management
Company d/b/a Mueller Construction Company for the renovation of the outdoor
restrooms at Anchorage Park and authorizing the executed on of a contract.
The outdoor restrooms at Anchorage Park are in need of renovation. This project will encompass both
the men's and women's facilities and will include the following updates:
Updated lighting and plumbing systems
Installation of new toilets, urinals, and sinks
New restroom partitions
Installation of new exhaust vents
New flooring and paint
Addition of two new exterior doors
Exterior siding repairs
Please note that an electrical upgrade to accommodate hand dryers will be coordinated at a later date
by a different contractor.
Pricing:
The proposal from Mueller Construction company is based on pricing established in an existing contract
with Palm Beach County School District (Bid No. 23C-26C), which expires on January 18, 2026. The
Village’s purchasing policies and procedures authorize concurrent competitive purchasing on other state
and local government contracts. A secondary quote was obtained from a qualified vendor, Hartzell
Construction, Inc., to verify “fair market value” as required by the Village’s purchasing policies and
procedures. Mueller Construction was chosen due to their comprehensive proposal and extensive
knowledge of ADA compliance. Their expertise ensures that all aspects of the project will meet
accessibility standards, providing a safe and inclusive environment for everyone.
Funding:
During the Fiscal Year 2024 budgetary process, a total of $75,000 was set aside for this project ($37,500
each). A budget amendment will be prepared at year-end if necessary.
The attached Resolution has been prepared and/or reviewed by the Village Attorney for legal sufficiency.
Account Information:
Fund Department Account Number Account Description Amount
General
Fund
Parks and
Recreation A8028-34620 Repairs & Maintenance –
Building & Grounds $82,190.00
Recommendation:
Village Staff requests Council consideration and approval of the attached Resolution accepting
the proposal from Mueller Construction and Management Company d/b/a Mueller Construction
Company for the renovation of the outdoor restrooms at Anchorage Park in an amount not to
exceed $82,190.00, with funds expended from Account Number A8028-34620 (Repairs &
Maintenance – Building & Grounds), and authorizing the Mayor and Village Clerk to execute the
Contract for such services in accordance with Village policies and procedures.
RESOLUTION 2024-_____
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH
PALM BEACH, FLORIDA ACCEPTING A PROPOSAL FROM MUELLER
CONSTRUCTION AND MANAGEMENT COMPANY D/B/A MUELLER
CONSTRUCTION COMPANY FOR THE RENOVATION OF THE ANCHORAGE
PARK RESTROOMS PURSUANT TO PRICING ESTABLISHED IN AN EXISTING
SCHOOL DISTRICT OF PALM BEACH COUNTY TERM CONTRACT FOR
GENERAL CONTRACTING SERVICES FOR FACILITIES AND MINOR REPAIRS;
AUTHORIZING THE MAYOR AND VILLAGE CLERK TO EXECUTE A
CONTRACT FOR SUCH SERVICES; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the Village requires a contractor to renovate the outdoor restrooms at Anchorage Park; and
WHEREAS, Village Staff recommended that the Contract be awarded to Mueller Construction and
Management Company d/b/a Mueller Construction Company pursuant to pricing established in a School
District of Palm Beach County Term Contract for General Contracting Services for Facilities and Minor
Repairs Under $300,000 (ITB 23C-26C); and
WHEREAS, the Village Council determines that the adoption of this Resolution, including the waiver
of any conflicting purchasing policies and procedures, is in the best interests of the residents of the
Village of North Palm Beach.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA as follows:
Section 1. The foregoing recitals are ratified as true and incorporated herein.
Section 2. The Village Council hereby approves a Contract with Mueller Construction and
Management Company d/b/a Mueller Construction Company for the renovation of the Anchorage Park
restrooms pursuant to pricing established in a School District of Palm Beach County Term Contract for
General Contracting Services for Facilities and Minor Repairs Under $300,000 (ITB 23C-26C) and
authorizes the Mayor and Village Clerk to execute the Contract on behalf of the Village, a copy of which
is attached hereto and incorporated herein. The total cost of this Contract shall not exceed $82,190.00,
with funds expended from Account No. A8028-34620 (Parks and Recreation – Repairs & Maintenance
Buildings & Grounds).
Section 3. This Resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED THIS ____DAY OF ____________, 2024.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
Page 1 of 6
CONTRACT
This Contract is made as of this _______ day of ______________, 2024, by and between the
VILLAGE OF NORTH PALM BEACH, 501 U.S. Highway One, North Palm Beach, Florida 33408,
a Florida municipal corporation (hereinafter “VILLAGE”), and MUELLER CONSTRUCTION AND
MANAGEMENT COMPANY, a Florida corporation, d/b/a MUELLER CONSTRUCTION
COMPANY (hereinafter “CONTRACTOR”).
RECITALS
WHEREAS, the VILLAGE is in need of a contractor to renovate the outdoor restrooms at Anchorage
Park; and
WHEREAS, the School District of Palm Beach County, through its competitive selection process,
awarded a Term Contract for General Contracting Services for Facilities and Minor Repairs Under
$300,000 (ITB 23C-26C) (“School District Contract”) to CONTRACTOR; and
WHEREAS, the VILLAGE requested that CONTRACTOR provide the requested services based on
the pricing established in the School District Contract; and
WHEREAS, as authorized by the VILLAGE’s purchasing policies and procedures, the VILLAGE
desires to retain CONTRACTOR’s services by “piggy-backing” the School District Contract,
including all terms, conditions and pricing set forth therein.
NOW THEREFORE, in consideration of the mutual promises set forth herein, the receipt and
sufficiency of which are hereby acknowledged, the parties hereto agree as follows:
1. Recitals. The parties agree that the recitals set forth above are true and correct and are fully
incorporated herein by reference.
2. School District Contract. The School District of Palm Beach County Term Contract for
General Contracting Services for Facilities and Minor Repairs Under $300,000 (ITB 23C -26C)
(“School District Contract”) with CONTRACTOR, attached hereto as Exhibit “A,” is incorporated
herein by reference.
3. CONTRACTOR’s Services and Time of Completion.
A. In accordance with the terms and conditions of the School District Contract and at the direction
of the VILLAGE, CONTRACTOR shall perform the services in accordance with its Estimate dated
May 17, 2024 (Estimate No. 2656), a copy of which is attached hereto as Exhibit “B” and incorporated
herein by reference.
B. The total cost of such services shall not exceed Eighty-Two Thousand One Hundred and
Ninety Dollars and No Cents ($82,190.00).
C. The services to be provided by CONTRACTOR shall be commenced subsequent to the
execution and approval of this Contract by the VILLAGE and upon written notice from the VILLAGE
Page 2 of 6
to CONTRACTOR to proceed and shall be completed within one hundred and twenty (120)e days
of the VILLAGE’s issuance of the notice to proceed.
4. Conflict of Terms and Conditions. Conflicts between documents shall be resolved in the
following order of precedence:
A. This Contract
B. Exhibit “A” (School District Contract)
C. Exhibit “B” (CONTRACTOR’s Estimate)
5. Compensation to CONTRACTOR. Payments by the VILLAGE to CONTRACTOR under
this Contract shall not exceed the amount of compensation stated in Section 3(B) above without prior
written consent of the VILLAGE. CONTRACTOR shall submit invoices to the VILLAGE for review
and approval by the VILLAGE’s representative, indicating that goods and services have been
provided and rendered in conformity with this Contract, and they then will be sent to the Finance
Department for payment. Invoices will normally be paid within thirty (30) days following the
VILLAGE representative’s approval. CONTRACTOR waives consequential or incidental damages
for claims, disputes or other matters in question arising out of or relating to this Contract. In order
for both parties herein to close their books and records, CONTRACTOR will clearly state “final
invoice” on CONTRACTOR’s final/last billing to the VILLAGE. This certifies that all goods and
services have been properly performed and all charges have been invoiced to the VILLAGE. Since
this account will thereupon be closed, any and other further charges if not properly included in this
final invoice are waived by CONTRACTOR. The VILLAGE will not be liable for any invoice from
CONTRACTOR submitted thirty (30) days after the provision of all goods and services.
6. Term and Termination.
A. This Contract shall be for the term as indicated in the School District Contract. Extensions or
renewals to the School District Contract or any modification including new products, terms, or price
changes to the School District Contract shall be submitted by CONTRACTOR to the VILLAGE for
approval. In the event the School District Contract expires and no new contract is let by the School
District, the VILLAGE reserves the right, upon written agreement with CONTRACTOR to renew
this Contract under the same terms and conditions for an additional period of one (1) year.
B. This Contract may be terminated by the VILLAGE, with or without cause, upon providing ten
(10) days’ notice to CONTRACTOR. This Contract may be terminated by CONTRACTOR upon
providing thirty (30) days’ notice to the VILLAGE. Upon any such termination, CONTRACTOR
waives any claims for damages from such termination, including, but not limited to, loss of anticipated
profits. Unless CONTRACTOR is in breach of this Contract, the VILLAGE shall pay
CONTRACTOR for work performed and accepted through the date of termination.
7. Insurance. CONTRACTOR shall obtain and maintain during the term of this Contract all
insurance required under the School District Contract, with the VILLAGE named as an additional
insured.
Page 3 of 6
8. Indemnification.
A. To the fullest extent permitted by applicable laws and regulations, CONTRACTOR shall
indemnify and save harmless and defend the VILLAGE, its officials, agents, servants, and employees
from and against any and all claims, liability, losses, and/or causes of action arising out of or in any
way related to the services furnished by CONTRACTOR pursuant to this Contract, including, but not
limited to, those caused by or arising out of any act, omission, negligence or default of
CONTRACTOR and/or its subcontractors, agents, servants or employees.
B. CONTRACTOR shall not be required to indemnify the VILLAGE, its officials, agents,
servants and employees when the occurrence results solely from the wrongful acts or omissions of
the VILLAGE, its officials, agents, servants and employees. The terms of this Section shall survive
completion of all services, obligations and duties provided for in this Contract as well as the
termination of this Agreement for any reason.
C. Nothing contained in this Contract shall create a contractual relationship with or a cause of
action in favor of a third party against either the VILLAGE or CONTRACTOR, nor shall this Contract
be construed a waiver of sovereign immunity beyond the limited waiver provided in § 768.28, Florida
Statutes.
9. Compliance with all Laws, Regulations and Ordinances. In performing the services
contemplated by this Contract, CONTRACTOR shall obtain all required permits (if any) and comply
with all applicable federal, state, and local laws, regulations, and ordinances, including, but by no
means limited to, all requirements of the Village Code and the Florida Building Code. All permit
fees shall be paid by the VILLAGE.
10. Warranty/Guaranty. Unless a longer period is stated in the School District Contract,
CONTRACTOR warrants that its goods and services provided under this Contract will be free of
defects in materials and workmanship for a period of one (1) year following delivery and completion
of those goods and services.
11. Access/Audits. CONTRACTOR shall maintain adequate records to justify all charges,
expenses, and costs incurred in estimating and performing services pursuant to this Contract for at
least five (5) years after termination of this Contract. The VILLAGE shall have access to such books,
records, and documents as required in this section for the purpose of inspection or audit during normal
business hours, at CONTRACTOR’s place of business. Under no circumstances will
CONTRACTOR be required to disclose any confidential or proprietary information regarding its
products and service costs.
12. Miscellaneous Provisions.
A. Failure of a party to enforce or exercise any of its right(s) under this Contract shall not be
deemed a waiver of that parties’ right to enforce or exercise said right(s) at any time thereafter.
B. This Contract shall be governed by the laws of the State of Florida. Any and all legal action
necessary to enforce the Contract will be held in Palm Beach County. No remedy herein conferred
upon any party is intended to be exclusive of any other remedy, and each and every such remedy shall
Page 4 of 6
be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter
existing at law or in equity or by statute or otherwise. No single or partial exercise by any party of
any right, power, or remedy hereunder shall preclude any other or further exercise thereof. The parties
knowingly, voluntarily and intentionally waive any right they may have to trial by jury with
respect to any litigation arising out of or in connection with this Contract.
C. If any legal action or other proceeding is brought for the enforcement of this Contract, or
because of an alleged dispute, breach, default or misrepresentation in connection with any provisions
of this Contract, the successful or prevailing party or parties shall be entitled to recover reasonable
attorney’s fees, court costs and all expenses (including taxes) even if not taxable as court awarded
costs (including, without limitation, all such fees, costs and expenses incident to appeals), incurred in
that action or proceeding, in addition to any other relief to which such party or parties may be entitled.
D. If any term or provision of this Contract, or the application thereof to any person or
circumstances shall, to any extent, be held invalid or unenforceable, to remainder of this Contract, or
the application of such terms or provision, to persons or circumstances other than those as to which
it is held invalid or unenforceable, shall not be affected, and every other term and provision of this
Contract shall be deemed valid and enforceable to the extent permitted by law.
E. All notices required in this Contract shall be sent by certified mail, return receipt requested,
and sent to the addresses appearing on the first page of this Contract.
F. The VILLAGE and CONTRACTOR agree that this Contract sets forth the entire agreement
between the parties, and that there are no promises or understandings other than those stated herein.
None of the provisions, terms and conditions contained in this Contract may be added to, modified,
superseded or otherwise altered, except by written instrument executed by the parties hereto. Any
provision of this Contract which is of a continuing nature or imposes an obligation which extends
beyond the term of this Contract shall survive its expiration or earlier termination.
G. CONTRACTOR warrants and represents that CONTRACTOR and all subcontractors are in
compliance with Section 448.095, Florida Statutes, as may be amended. CONTRACTOR has
registered to use, and shall continue to use, the E-Verify System (E-Verify.gov) to electronically
verify the employment eligibility of newly hired employees and has received an affidavit from each
subcontractor stating that the subcontractor does not employ, contract with or subcontract with an
unauthorized alien. If the VILLAGE has a good faith belief that CONTRACTOR has knowingly
violated Section 448.09(1), Florida Statutes, the VILLAGE shall terminate this Contract pursuant to
Section 448.095(2), Florida Statutes, as may be amended. If the VILLAGE has a good faith believe
that a subcontractor has knowingly violated Section 448.09(1), Florida Statutes, but CONTRACTOR
has otherwise complained, it shall notify CONTRACTOR, and CONTRACTOR shall immediately
terminate its contract with the subcontractor.
H. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS
CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (561)
841-3355; NPBCLERK@VILLAGE-NPB.ORG; OR 501 U.S. HIGHWAY ONE,
NORTH PALM BEACH, FL 33408.
Page 5 of 6
In performing services pursuant to this Contract, CONTRACTOR shall comply with all relevant
provisions of Chapter 119, Florida Statutes. As required by Section 119.0701, Florida Statutes,
CONTRACTOR shall:
1. Keep and maintain public requires required by the VILLAGE to perform the service.
2. Upon request from the VILLAGE’s custodian of public records, provide the VILLAGE with
a copy the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as
otherwise provided by law.
3. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of the
Contract term and following completion of the Contract if the CONTRACTOR does not
transfer the records to the VILLAGE.
4. Upon completion of the Contract, transfer, at no cost, to the VILLAGE all public records in
possession of CONTRACTOR or keep and maintain public records required by the VILLAGE
to perform the services. If CONTRACTOR transfers all public records to the VILLAGE upon
completion of the Contract, CONTRACTOR shall destroy any duplicate public records that
are exempt or confidential and exempt from public records disclosure requirements. If
CONTRACTOR keeps and maintains public records upon completion of the Contract,
CONTRACTOR shall meet all applicable requirements for retaining public records. All
records stored electronically must be provided to the VILLAGE, upon request from the
VILLAGE’s custodian of public records, in a format that is compatible with the information
technology systems of the VILLAGE.
I. CONTRACTOR is aware that the Inspector General of Palm Beach County has the authority to
investigate and audit matters relating to the negotiation and performance of this Contract, and in
furtherance thereof, may demand and obtain records and testimony from CONTRACTOR and its
subcontractors. CONTRACTOR understands and agrees that in addition to all other remedies and
consequences provided by law, the failure of CONTRACTOR or its subcontractors to fully cooperate
with the Inspector General when requested may be deemed by the VILLAGE to be a material breach
of the Contract justifying termination.
IN WITNESS WHEREOF, the VILLAGE and CONTRACTOR hereto have made and executed this
Contract as of the day and year first above written.
MUELLER CONSTRUCTION AND MANAGEMENT COMPANY D/B/A MUELLER
CONSTRUCTION COMPANY
By:
Print Name:__________________________
Position:_____________________________
Page 6 of 6
VILLAGE OF NORTH PALM BEACH
By: ________________________________
SUSAN BICKEL
MAYOR
ATTEST:
BY:________________________________
VILLAGE CLERK
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY
BY: ________________________________
VILLAGE ATTORNEY
MUELLER CONSTRUCTION COMPANY
EIN: 30-0889322
1557 Cypress Dr Ste 5
Jupiter, FL 33469
+1 5612226408
info@muellerconstructioncompany.com
Estimate
ADDRESS
The Village of North Palm
Beach
303 Anchorage Dr
North Palm Beach, FL 33408
ESTIMATE #2656
DATE 05/17/2024
EXPIRATION DATE 07/16/2024
PROJECT NAME
Anchorage Park -Restrooms Reno.
ACTIVITY QTY RATE AMOUNT
Demolition
Labor for demolition of existing interior
bathrooms (sinks, toilets, doors, FRP wall
paneling, and partitions). Ceiling to remain.
1 3,250.00 3,250.00
Drywall
Install new FRP Paneling throughout bathrooms
walls.
1 3,700.00 3,700.00
Material
FRP paneling, adhesive, and trim pieces. WOOD
CEILING TO REMAIN.
1 4,140.00 4,140.00
Labor
Install two (2) New 36" doors with louver bottom.
Frames to remain.
2 2,780.00 5,560.00
Material
Two (2) new 36"X7'-0" exterior doors with bottom
louver. Re-using existing hardware.
2 2,581.00 5,162.00
Electrical
Update lights to LED lights four (4) total, d
switches to white in color with occupancy
sensors.
1 4,884.00 4,884.00
Material
Material for electrical work, including outlets,
LED lights, wiring, and switches to be updated to
white in color with occupancy sensors.
1 1,734.00 1,734.00
Plumbing
Install new toilets, urinal, hot & cold lines, and
sinks.
1 4,850.00 4,850.00
Material
Materials for plumbing work including piping and
1 2,140.00 2,140.00
Pricing & Methods Per Palm Beach County School District Contract 23C-26C.
ACTIVITY QTY RATE AMOUNT
drains, toilets, sinks, urinal, faucets, and sink
drains.
HVAC
Labor to install two (2) new exhaust vents and
covers.
1 1,250.00 1,250.00
Material
Two (2) new exhaust ventilation fans.
1 392.00 392.00
Tile Installation
Labor for grinding down the floor and installing
new epoxy flooring in both restrooms.
1 7,950.00 7,950.00
Material
New epoxy flooring and materials. Color to be
approved by owner.
1 3,240.00 3,240.00
Labor
Install New Partitions and Partition Doors in both
bathrooms. Existing layout to remain.
1 6,388.00 6,388.00
Material
New Partitions and Partition doors.
1 15,847.00 15,847.00
Painting
Paint new exterior doors.
1 808.00 808.00
Material
Paint and primer (owner to supply approved
paint colors).
1 147.00 147.00
Fixtures
Two (2) sinks, two (2) faucets, Five (5) toilets,
one (1) urinal.
1 8,276.00 8,276.00
Contractor Fees
Project Supervision, Office Overhead, Licenses,
Company Liability Insurance, and Workman
Compensation Insurance
1 1,000.00 1,000.00
Permitting Fees
Permit submittal will be completed by MCC.
Permitting fees TBD and will be paid by NPB.
1 0.00 0.00
Labor
Demo existing damaged siding boards. Install
approximately 10 new siding boards (prime and
paint)
1 985.00 985.00
Materials
Approximately 10 new siding boards primer and
paint
1 487.00 487.00
AIA Documents will be submitted for approval for job progress
payments based on percentage of work completed to date.
TOTAL $82,190.00
Accepted By Accepted Date
BOARD APPROVED
FMPO7 01/18/2023
Solicitation 23C-26C
GC Services for Facilities Minor Repairs and Maint. Under
$300K
Bid Designation: Public
The School District of Palm Beach County
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 1
Bid 23C-26C
GC Services for Facilities Minor Repairs and Maint. Under $300K
Bid Number 23C-26C
Bid Title GC Services for Facilities Minor Repairs and Maint. Under $300K
Bid Start Date Nov 15, 2022 12:42:47 PM EST
Bid End Date Dec 9, 2022 2:00:00 PM EST
Question &
Answer End Date Nov 25, 2022 5:00:00 PM EST
Bid Contact Lorenzo Valdes
561-434-8210
lorenzo.e.valdes@palmbeachschools.org
Contract Duration 3 years
Contract Renewal 2 annual renewals
Prices Good for Not Applicable
Bid Comments The purpose and intent of this Invitation to Bid is to secure prices and to establish a Term Contract for General
Contracting Services for Minor Facilities Repair and Maintenance Under $300K , as specified herein. All bidders,
which meet or exceed the criteria established in the Invitation to Bid, shall be placed in the pool of pre-qualified
vendors that may be utilized by the School District of Palm Beach County departments in order to obtain price
quotations to provide General Contracting Services for Minor Facilities Repair and Maintenance Under $300K, as
specified herein.
You must download, fill out and upload the Bid Summary Document. The hourly wages you submit must be used
in calculating your quotes for the initial term of the contract.
Addendum # 1
New Documents 23C – 26C Addendum 1.pdf
Item Response Form
Item 23C-26C--01-01 - Please download, fill out and upload the Bid Summary Document
Quantity 1 fee
Prices are not requested for this item.
Delivery Location The School District of Palm Beach County
No Location Specified
Qty 1
Description
Please download, fill out and upload the Bid Summary Document
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 2
School District of Palm Beach County FL
Solicitation No.
23C-26C
RESPONSES ARE DUE PRIOR TO:
Dec 9, 2022
RESPONSES MUST BE SUBMITTED ELECTRONICALLY TO:
www.BidSync.com
The School District of Palm Beach County is an
Equal Education Opportunity Provider and Employer.
https://www.palmbeachschools.org/cms/one.aspx?pageId=6165437
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 3
GENERAL CONDITIONS FOR BIDS
The General Conditions for Bids, Special Conditions, Specifications, Addenda, and/or any other
pertinent documents form a part of the Invitation to Bid, and by reference are made a part thereof.
1. PURPOSE: It is the purpose and intent of this invitation to secure bids for item(s) and/or services as
listed herein for The School Board of Palm Beach County, Florida (hereinafter referred to as the
“Board”), the corporate body politic that governs, operates, controls, and supervises the School
District of Palm Beach County, Florida (hereinafter referred to as “District”).
2. ANTI-COLLUSION: By electronically submitting a bid, the bidder certifies that it has not divulged,
discussed or compared its bid with other bidders and has not colluded with any other bidder or parties
to a bid whatsoever. No premiums, rebates or gratuities are permitted either with, prior to, or after any
delivery of materials. Any such violation will result in the cancellation and/or return of materials (as
applicable) and the removal of the bidder from all bid lists for the School Board of Palm Beach County,
Florida.
3. BIDS: Bids will be received electronically through a secure site at BidSync.com until the date and time
as indicated in this bid document. Bids will be opened publicly at the School District of Palm Beach
County, Purchasing Department, 3300 Forest Hill Boulevard, Suite A-323, West Palm Beach, FL
33406-5813, and all bidders and general public are invited to attend. It is the sole responsibility of the
bidder to ensure its bid reaches PeriscopeS2G on or before the closing date and hour as indicated in
this bid document.
4. CONTRACT: The submission of your bid constitutes a firm offer by the bidder. Upon acceptance by
the Board, the Purchasing Department will issue a notice of award and purchase order(s) for any
supplies, equipment and/or services as a result of this bid. The Invitation to Bid and the
corresponding purchase order(s) will constitute the complete agreement between the successful
bidder and the Board. Unless otherwise stipulated in the bid documents or agreed to in writing by
both parties, no other contract documents shall be issued or accepted.
5. WITHDRAWAL: When a bidder wishes to withdraw a bid, a written request shall be submitted to the
Director of Purchasing and the request will be reviewed for consideration. In no case shall a bidder be
granted a release from a bid more than one time in a two-year period. A bidder may not withdraw a
bid after the final call for bids at a designated time of opening.
6. DEFAULT: In case of default by the bidder, the Board may procure the articles or services from other
sources and hold the bidder responsible for any excess costs incurred thereby.
7. FUNDING OUT/ CANCELLATION OR TERMINATION WITH OR WITHOUT CAUSE:
A. The School Board reserves the right to terminate this Contract for convenience, at any time and
for no reason, upon giving thirty (30) days prior written notice to Bidder. If the Contract is
terminated for convenience as provided herein, the School Board shall be relieved of all
obligations under the Contract. The School Board will only be required to pay to the Bidder that
amount of the Contract actually satisfactorily performed to the date of termination. The Bidder
shall not be entitled under any theory to payment for work not actually performed or lost profits.
B. If the Bidder materially breaches its obligations under this Contract, the Superintendent will
provide written notice of the deficiency by forwarding a notice citing the specific nature of the
material breach. The Bidder shall have thirty (30) days to cure the breach. If the Bidder fails to
cure the breach within the thirty (30) day period, the Superintendent shall issue a Notice of
Termination for Default. Once the Superintendent has notified the Bidder that it has materially
breached its Contract with the School Board, the Superintendent shall recommend to the School
Board that it terminates the Contract for Cause. Notwithstanding the foregoing, the School
Board reserves the right to terminate this Contract immediately with cause if necessary to
protect the health, safety, and/or welfare of the School District’s students or employees. The
School Board shall review and consider the Superintendent’s recommendation and determine
whether the Bidder should be suspended from doing future work with the School Board, and if
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 4
so, for what period of time. The School Board will consider the seriousness of the breach in
making a determination as to whether a Bidder should be debarred, and if so, for what period of
time. The School Board will consider the seriousness of the breach in making a determination as
to whether a Bidder should be debarred, and if so, for what period of time. Should the School
Board terminate for default in accordance with this provision, the School Board shall be
entitled to recover reprocurement costs in addition to all other remedies under law and/or equity.
For purposes of this Section, a “material breach” shall be defined as any substantial, unexcused
non-performance by failing to perform an act that is an important part of the transaction or
performing an act inconsistent with the terms and conditions of the Contract.
The Bidder shall have the option to terminate the Contract upon written notice to the Director of
Purchasing. Such notice must be received at least sixty (60) days prior to the effective date of
termination. Early termination of the Contract by the Bidder may result in removal from
bidders/responder list and may result in Bidder being debarred. The debarment shall be for a
period commensurate with the seriousness of the causes, generally not to exceed three (3)
years. When the offense is willful or blatant, a longer term of debarment may be imposed, up to
an indefinite period.
C. Funding Out: Florida School Laws prohibit the Board or its designee from creating obligations on
anticipation of budgeted revenues from one fiscal year to another without year-to-year extension
provisions in the contracts.
It is necessary that fiscal funding out provisions be included in all bids in which the terms are for
periods of longer than one year.
Therefore, the following funding out provisions are an integral part of this Invitation to Bid and must
be agreed to by all bidders:
The Board or its designee may, during the contract period, terminate or discontinue the items
covered in this bid for lack of appropriated funds upon the same terms and conditions.
Such prior written notice will state:
1. That the lack of appropriated funds is the reason for termination, and
2. Board agrees not to replace the equipment or services being terminated with
equipment and services with functions similar to those performed by the equipment
covered in this bid from another vendor in the succeeding funding period.
“This written notification will thereafter release the School Board of Palm Beach County,
Florida of all further obligations in any way related to such equipment covered herein”.
When any of the parties desire to give notice to the other, such notice must be in writing, sent by
U.S. Mail/Federal Express/United Parcel Service or other traceable method, postage prepaid,
addressed to the party for whom it is intended at the place last specified. The place for giving
notice shall remain such until it is changed by written notice in compliance with the provisions of
this paragraph. For the present, the Parties designate the following as the respective places for
giving notice:
To School Board: Director of Purchasing Department
The School District of Palm Beach County
3300 Forest Hill Blvd., Suite A323
West Palm Beach, FL 33406
With a copy to: Inspector General
The School District of Palm Beach County
3300 Forest Hill Blvd., Suite C306
West Palm Beach, FL 33406
To Contractor:
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 5
8. BIDDERS’ RESPONSIBILITY: Before submitting its bid, each bidder is required to carefully examine
the Invitation to Bid delivery schedule, bid prices and extensions, insurance requirements, licensing
requirements, bid closing date and time and to completely familiarize itself with all of the terms and
conditions that are contained within the Invitation to Bid. Failure to do so on the part of the bidder will
in no way relieve it of any of the obligations and responsibilities which are a part of the Invitation to
Bid.
The Board 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.
Bidder warrants by virtue of bidding that prices shall remain firm for a period of ninety (90) days from
the date of award by the Board or time stated in special conditions.
9. AWARDS: In the best interest of the District, the Purchasing Department reserves the right to reject
any and all bids and to waive any minor irregularity in bids received; to accept any item or group of
items unless qualified by bidder; to acquire additional quantities at prices quoted on the Invitation to
Bid unless additional quantities are not acceptable, in which case the bid sheets must be noted "BID
IS FOR SPECIFIED QUANTITY ONLY". All awards made as a result of this bid shall conform to
applicable Florida Statutes.
10. THE JESSICA LUNSFORD ACT: All awarded bidders who are permitted access on school grounds
when students are present, who may have direct contact with any student of the District, or who may
have access to or control of school funds must be fingerprinted and background checked. Awarded
bidder agrees to undergo a background check and fingerprinting if he/she is an individual who meets
any of the above conditions and to require that all individuals in the organization who meet any of the
conditions to submit to a Level 2 FDLE background check and FBI screening, including fingerprinting
by Fieldprint, Inc., at the sole cost of Awarded bidder. The report of the results will be immediately
transmitted to the School District’s Police Department, which shall be the sole determiner of
clearance. Awarded bidder shall not begin providing services contemplated by the Invitation to Bid
until Awarded bidder receives notice of clearance by the School District and is issued School District
badges. Compliance requiring all awarded bidders to register as a visitor before entering school
property and proper display of School District badges will be strictly enforced. Neither the Board, nor
its members, officers, employees, or agents, shall be liable under any legal theory for any kind of claim
whatsoever for the rejection of Awarded bidder (or discontinuation of Awarded bidder’s services) on
the basis of these compliance obligations. Awarded bidder agrees that neither the Awarded bidder,
nor any employee, agent or representative of the Awarded bidder who has been convicted or who is
currently under investigation for a crime delineated in section 435.04, Florida Statutes, will be
employed in the performance of the contract.
11. DISQUALIFYING CRIMES: The bidder certifies by submission of this bid that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible or
voluntarily excluded from participation in this transaction by the State of Florida or Federal
Government. Further, the bidder certifies that it will divulge information regarding any of these actions
or proposed actions with other governmental agencies. A person or affiliate who has been placed on
the convicted vendor list following a conviction for a public entity crime may not provide any goods or
services or transact business with The School District of Palm Beach County, Florida for a period of
36 months from the date of being placed on the convicted vendor list.
12. ADVERTISING: In submitting a bid, bidder agrees not to use the results therefrom as a part of any
commercial advertising without prior approval of the District.
13. LOBBYING: Bidders are hereby advised that they are not to lobby with any district personnel or board
members related to or involved with this bid until the administration's recommendation for award has
been posted at BidSync.com, and at the Fulton Holland Educational Services Center, Purchasing
Department area. All oral or written inquiries must be directed through the Purchasing Department.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 6
Lobbying is defined as any action taken by an individual, firm, association, joint venture, partnership,
syndicate, corporation, and all other groups who seek to influence the governmental decision of a
board member or district personnel after advertisement and prior to the posted recommendation on
the award of the Contract.
Any bidder or any individuals that lobby on behalf of bidder during the time specified will result in
rejection / disqualification of said bid.
14. GOVERNING LAW AND VENUE: The Contract Documents shall be construed in accordance with the
laws of the State of Florida, without regard to conflict of laws provisions. If any litigation shall result
from the Contract Documents, the parties shall submit to the jurisdiction of the State Courts of the 15th
Judicial Court and exclusive venue shall lie in Palm Beach County, Florida. BY ENTERING INTO
THIS AGREEMENT, VENDOR AND SCHOOL BOARD OF PALM BEACH COUNTY, FLORIDA
HEREBY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF
ANY CIVIL LITIGATION RELATED TO THIS AGREEMENT. IF A PARTY FAILS TO WITHDRAW A
REQUEST FOR A JURY TRIAL IN A LAWSUIT ARISING OUT OF THIS AGREEMENT AFTER
WRITTEN NOTICE BY THE OTHER PARTY OF VIOLATION OF THIS SECTION, THE PARTY
MAKING THE REQUEST FOR JURY TRIAL SHALL BE LIABLE FOR THE REASONABLE
ATTORNEYS' FEES AND COSTS OF THE OTHER PARTY IN CONTESTING THE REQUEST FOR
JURY TRIAL, AND SUCH AMOUNTS SHALL BE AWARDED BY THE COURT IN ADJUDICATING
THE MOTION.
15. TAXES: The School District of Palm Beach County, is exempt from any taxes imposed by the State
and/or Federal Government. State Sales Tax Exemption Certificate No. 85-8013897253C-1 and
Federal Excise Tax No. 59-600783 appears on each purchase order. This exemption does not apply
to purchase of tangible personal property made by contractors who use the tangible personal property
in the performance of contracts for the improvements of School District-owned real property as
defined in Chapter 192, Florida Statutes.
16. ASSIGNMENT: The successful bidder shall not sub-contract, assign, transfer, convey, sublet, or
otherwise dispose of the contract, or of any or all of its rights, title, or interest therein, or its power to
execute such contract to any person, firm, or corporation without prior written consent of the Board.
17. TERMINATION: This Agreement may be terminated for cause by the aggrieved party if the party in
breach has not corrected the breach within ten (10) days after receipt of written notice from the
aggrieved party identifying the breach. This Agreement may be terminated for cause for reasons
including, but not limited to, Vendor’s repeated (whether negligent or intentional) submission for
payment of false or incorrect bills or invoices, failure to suitably perform the work; or failure to
continuously perform the work in a manner calculated to meet or accomplish the objectives as set
forth in this Agreement. The Agreement may also be terminated for cause if the Vendor is placed on
the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in
the Iran Petroleum Energy Sector List created to Section 215.473, Florida Statutes, or if the Vendor
provides a false certification submitted pursuant to Section 287.135, Florida Statutes.
This Agreement may also be terminated for convenience by the School District of Palm Beach County,
Florida
In the event this Agreement is terminated for convenience, Vendor shall be paid for any goods or
services properly performed under the Agreement through the termination date specified in the written
notice of termination. Vendor acknowledges and agrees that it has received good, valuable and
sufficient consideration from The School Board of Palm Beach County, Florida, the receipt and
adequacy of which are, hereby acknowledged by Vendor, for The School Board of Palm Beach
County, Florida’s right to terminate this agreement for convenience.
18. SUBCONTRACTING: If an awarded bidder intends to subcontract any portion of the Contract for any
reason, the name and address of the subcontracting firm must be submitted along with the bidder’s
bid or prior to use for approval. No subcontracting will take place prior to bid-awarded bidder
furnishing this information and receiving written approval from the District.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 7
The Purchasing Department reserves the right to reject a subcontractor who previously failed in the
proper performance of a contract or failed to deliver on-time contracts of a similar nature, or who, the
District has determined in its sole discretion, is not in the position to perform the contract due to the
subcontractor’s size, experience, or resources. The District reserves the right to inspect all facilities of
any subcontractor in order to make determination as to the foregoing. The subcontractor will be
equally responsible for meeting all requirements specified in the Invitation to Bid.
19. DEBARMENT: The Board shall have the authority to debar a person / corporation for cause for
consideration or award of future contracts. The debarment shall be for a period commensurate with
the seriousness of the causes, generally not to exceed three (3) years. When the offense is willful or
blatant, a longer term of debarment may be imposed, up to an indefinite period.
20. REQUIREMENTS FOR PERSONNEL ENTERING DISTRICT PROPERTY: Possession of firearms
will not be tolerated in or near school buildings; nor will violations of Federal and State laws and any
applicable Board policy regarding Drug Free Workplace be tolerated. Violations will be subject to the
immediate termination provision heretofore stated in Paragraph 16, Legal Requirements.
"Firearm" means any weapon (including a starter gun or antique firearm) which will, is designed to, or
may readily be converted to expel a projectile by the action of an explosive; the frame or receiver of
any such weapon; any destructive device; or any machine gun.
No person who has a firearm in their vehicle may park their vehicle on District property. Furthermore,
no person may possess or bring a firearm on District property.
If any employee of an independent contractor or sub-contractor is found to have brought a firearm on
District property, said employee must be terminated from the Board project by the independent
contractor or sub-contractor. If the sub-contractor fails to terminate said employee, the sub-
contractor's agreement with the independent contractor for the Board project shall be terminated. If
the independent contractor fails to terminate said employee, the independent contractor's agreement
with the Board shall be terminated.
Bidders are advised that they are responsible to ensure that no employee, agent or representative
of their company who has been convicted or who is currently under investigation for a crime against
children in accordance with section 435.04, Florida Statutes, will enter onto any school site.
21. PRODUCT RECALL: In the event the awarded bidder receives notice that a product delivered by the
awarded bidder to the District has been recalled, seized or embargoed, and/or has been determined
to be misbranded, adulterated, or found to be unfit for human consumption by a packer, processor,
subcontractor, retailer, manufacturer, or by any State or Federal regulatory agency, the awarded
bidder shall notify the District’s Bid Purchasing Agent within two business days of receiving such
notice. The District’s acceptance or failure to reject the affected product as non-conforming shall not
in any way impact, negate, or diminish the awarded bidder’s duty to notify the District’s Purchasing
Agent that the affected product has been recalled, seized or embargoed, and/or has been determined
to be misbranded, adulterated, or found to be unfit for human consumption. The form and content of
such notice to the District shall include the name and description of the affected product; the
approximate date the affected product was delivered to the District; the bid number; and relevant
information relating to the proper handling of the affected product and/or proper disposition of the
affected product by the District, if necessary to protect the health, welfare, and safety of District
students or employees; and any health hazards known to the awarded bidder which may be caused or
created by the affected product. The awarded bidder shall, at the option of the Purchasing
Department and/or Purchasing Agent, either reimburse the purchase price or provide an equivalent
replacement product at no additional cost to the District. Unless it was absolutely necessary for the
District to dispose of the affected product, the awarded bidder shall be responsible for removal and/or
replacement of the affected product within a reasonable time, as determined by the District, without
causing significant inconvenience to the District.
At the option of the District, the awarded vendor may be required to reimburse storage and/or handling
fees to be calculated from time of delivery and acceptance to actual removal or disposal. The awarded
vendor will bear all costs associated with the removal and proper disposal of the affected product. The
failure to reimburse the purchase price and storage and/or handling fees or to remove and/or replace the
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 8
affected product with an equivalent replacement within a reasonable time without significant
inconvenience to the District will be considered a default.
22. USE OF OTHER CONTRACTS: The District reserves the right to utilize any other District contract,
any State of Florida Contract, any contract awarded by any other city or county governmental
agencies, any other school board, any other community college/state university system cooperative
bid agreement, or to directly negotiate/purchase per School Board policy and/or State Board Rule 6A-
1.012(6) in lieu of any offer received or award made as a result of this bid, if it is in the best interest to
do so. The District also reserves the right to separately bid any single order or to purchase any item
on this bid if it is in its best interest to do so.
23. JOINT-BIDDING, COOPERATIVE PURCHASING AGREEMENT: All bidders submitting a response
to this Invitation to Bid agree that such response also constitutes a bid to all State Agencies and
Political Subdivisions of the State of Florida under the same conditions, for the same prices and for
the same effective period as this bid, should the bidder(s) deem it in the best interest of their business
to do so.
This agreement in no way restricts or interferes with any state agency or political subdivision of the
State of Florida to rebid any or all items.
24. FAILURE TO DELIVER: Failure to deliver as specified and at bid price will authorize the Board to
purchase these items or services from other sources and hold the bidder responsible for any
excess costs incurred thereby. Further, the Purchasing Department may recommend to the School
Board that the vendor failing to deliver as specified be removed as a future bidder on all bids for a
period of up to three years.
25. ANTI-DISCRIMINATION: The Bidder certifies that they are in compliance with the non-discrimination
clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375
relative to equal employment opportunity for all persons without regard to race, color, religion, sex or
national origin. The provisions of the ADA Act of 1990 pertaining to employment shall also be
applicable.
The Bidder shall not discriminate on the basis of race, gender, gender identity or expression, religion,
national origin, ethnicity, sexual orientation, age or disability in the solicitation, selection, hiring, or
treatment of sub-contractors, vendors, suppliers, or commercial customers. The Bidder shall provide
equal opportunity for sub-contractors to participate in all of its public sector and private sector sub-
contracting opportunities, provided that nothing contained in this clause shall prohibit or limit otherwise
lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in
the marketplace, such as those specified in the Palm Beach County School Board Policy 6.143. The
Bidder understands and agrees that violation of this clause is a material breach of the contract and
may result in contract determination, debarment, or other sanctions.
26. COMPLAINT NOTIFICATIONS: As part of its bid, Bidder shall provide to the District a list of all
instances within the past ten (10) years where a complaint was filed against Bidder in a legal or
administrative proceeding, regardless of whether the complaint has been resolved or is currently
pending, alleging that Bidder discriminated against an employee, independent contractor,
subcontractor, vendor, supplier, or commercial customer on the basis of race, gender, gender identity
or expression, religion, national origin, ethnicity, sexual orientation, age, or disability, in violation of
applicable Federal and/or Florida law.
The Bidder must provide a description of each of the complaint(s) and: (i) the terms of resolution of
all adjudicated/settled complaints, including any remedial action taken by Bidder; and (ii) the status
of, and Bidder’s response to, all pending complaints.
The School District will consider a Bidder’s complaint history information in its review and
determination of responsibility. The failure of a Bidder to comply with the requirements in
this Section will result in Bidder being deemed non-responsive by the Director of
Purchasing. If no complaints have been filed within 10 years, please so state on Company
Letterhead and upload with your response as proof.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 9
27. CONTRACT DISCLOSURE: Upon the District’s request, and upon the filing of a complaint against
awarded bidder pursuant to Palm Beach County School Board Policy 6.144, awarded bidder agrees to
provide the District, within sixty calendar days, a truthful and complete list of the names of all
subcontractors, vendors, and suppliers that bidder has used in the past five years on any of its
contracts that were undertaken within the District relevant geographic market as defined in Palm
Beach County School Board Policy 6.143, including the total dollar amount paid by bidder for each
subcontract or supply contract. Awarded bidder agrees to fully cooperate in any investigation
conducted by the District pursuant to this Policy. Bidder understands and agrees that violation of this
clause is a material breach of the Contract and may result in contract termination, debarment, and
other sanctions.
28. INDEMNIFICATION AND HOLD HARMLESS: Bidder shall, in addition to any other obligation to
indemnify The School Board of Palm Beach County, Florida and to the fullest extent permitted by
law, protect, defend, indemnify and hold harmless the School Board, its agents, officers, elected
officials and employees from and against all claims, actions, liabilities, losses (including economic
losses), costs arising out of any actual or alleged;
A. bodily injury, sickness, disease or death, or injury to or destruction of tangible property includingthe loss of use resulting there from, or any other damage or loss arising out of, or claimed tohave resulted in whole or in part from any actual or alleged negligent act or omission of thevendor, Contractor, subcontractor, anyone directly or indirectly employed by any of them, oranyone for whose acts any of them may be liable in the performance of the work; or
B. violation of law, statute, ordinance, governmental administration order, rule or regulation byContractor in the performance of the work; or
C. liens, claims or actions made by the vendor or any subcontractor or other party performing thework; or
D. claims by third parties (including, but not limited to, Contractor’s employees or subcontractors)based upon an alleged breach by Contractor of any agreement with such third party (e.g., anemployment agreement or licensing agreement), or allegation that Contractor’s provision ofservices to the School Board pursuant to the Contract infringes upon or misappropriates apatent, copyright, trademark, trade secret, or other proprietary right of the third party.
The indemnification obligations hereunder shall not be limited to any limitation on the amount, typeof damages, compensation or benefits payable by or for the vendor of any subcontractor underworkers' compensation acts; disability benefit acts, other employee benefit acts or any statutory bar.
Bidder recognizes the broad nature of this indemnification and hold harmless article, and voluntarilymakes this covenant for good and valuable consideration provided by the School Board in supportof this indemnification in accordance with the laws of the State of Florida. This article will survivethe termination of this Contract.
29. BRAND NAMES: Use of a brand name, trade name, make, model, manufacturer, or vendor catalog
number in specifications is for the purpose of establishing a grade or quality of material only. It is not
the District's intent to rule out other competition, therefore, the phrase OR ACCEPTABLE EQUAL is
added. However, if a product other than that specified is bid, it is the vendor's responsibility to submit
with the bid brochures, samples and/or detailed specifications on items bid. The District shall be the
sole judge concerning the merits of bid submitted.
Bidder shall indicate on the bid form the manufacturer's name and number if bidding other than the
specified brands, and shall indicate ANY deviation from the specifications as listed. Other than
specified items offered requires complete descriptive technical literature marked to indicate detail(s)
conformance with specific COPYRIGHTS OR PATENT RIGHTS: Bidder warrants that there has
been no violation of copyrights or patent rights in manufacturing, producing or selling the goods
shipped or ordered as a result of this bid. Seller agrees to hold the purchaser harmless from any and
all liability, loss or expense occasioned by any such violation.
30. MANUFACTURER'S CERTIFICATION: The District reserves the right to request from bidders
separate manufacturer certification of all statements made in the response to Invitation to Bid.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 10
31. OCCUPATIONAL HEALTH AND SAFETY: Bidder, as a result of award of the bid, delivering any
toxic substances item as defined in Code of Federal Regulation Chapter 29, shall furnish to the
Purchasing Department, a Material Safety Data Sheet (MSDS). The material safety data sheet shall
be provided with initial shipment and shall be revised on a timely basis as appropriate.
The MSDS must include the following information:
A. The chemical name and the common name of the toxic substance.
B. The hazards or other risks in the use of the toxic substance, including:
(1) The potential for fire, explosion, corrosively and reactivity;
(2) The known acute and chronic health effects of risks from exposure, including the medical
conditions which are generally recognized as being aggravated by exposure to the toxic
substance; and
(3) The primary routes of entry and symptoms of overexposure.
C. The proper precautions, handling practices, necessary personal protective equipment, and other
safety precautions in the use of or exposure to the toxic substances including appropriate
emergency treatment in case of overexposure.
D. The emergency procedure for spills, fire, disposal and first aid.
E. A description in lay terms of the known specific potential health risks posed by the toxic
substance intended to alert any person reading this information.
F. The year and month, if available, that the information was compiled and the name, address and
emergency telephone number of the manufacturer responsible for preparing the information.
Any questions regarding this requirement should be directed to: Department of Labor and
Employment Security, Bureau of Industrial Safety and Health, Toxic Waste Information Center, 2551
Executive Center Circle West, Tallahassee, FL 32301-5014, Telephone 1-800-367-4378.
32. OSHA: The bidder warrants that the product/services supplied to the School District of Palm Beach
County shall conform in all respects to the standards set forth in the Occupational Safety and Health
Act 1970, as amended, and the failure to comply with this condition will be considered as a breach of
contract.
33. LEGAL REQUIREMENTS: Federal, State, County and local laws, ordinances, rules and regulations
as well as School Board policies that in any manner affect the items covered by this Purchase Order
herein apply and must be adhered to by the vendor. Specifically, bidder(s) is to adhere to School
Board Policies 3.12 and 3.13, pursuant to the following, with respect to any criminal arrests and
convictions, and is on notice thereto that any employees involved in any Chapter 435, Florida
Statutes offenses are precluded from continuing to work on the project and must be replaced. Failure
to comply may result in the immediate termination of the awarded bidder’s contract at the sole
discretion of the District. Lack of knowledge by the bidder will in no way be a cause for relief from
responsibility.
In addition, if applicable, vendor compliance is required for the following: Clean Air Act (42 U.S.C. §§
7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. §§ 1251-1387).
Violations must be reported to FEMA and the Regional Office of the Environmental Protection
Agency. See 2 C.F.R. Part 200, Appendix II 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000,
subpart C, as amended.
34. FEMA SPECIAL CONDITIONS: Funding for this Agreement and the individual POs may be
provided in whole or in part by one or more U.S. Government funding agencies. CONTRACTOR
may need to respond to events and losses where products and services are needed for the
immediate and initial response to emergency situations such as, but not limited to, water damage,
fire damage, vandalism cleanup, biohazard cleanup, sewage decontamination, deodorization,
and/or wind damage during a disaster or other emergency situation. During the performance of this
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 11
Contract, CONTRACTOR accepts these Special Conditions required by the Federal Emergency
Management Agency (FEMA).
A. Contract Remedies
Contracts for more than the federal simplified acquisition threshold (SAT), the dollar amount
below which an NFE may purchase property or services using small purchase methods,
currently set at $250,000 for procurements made on or after June 20, 2018,4 must address
administrative, contractual, or legal remedies in instances where contractors violate or
breach contract terms and must provide for sanctions and penalties as appropriate.
1.1 Applicability
This contract provision is required for contracts over the SAT, currently set at
$250,000 for procurements made on or after June 20, 2018. Although not
required for contracts at or below the SAT, FEMA suggests including a
remedies provision.
1.2 Additional Considerations
For FEMA’s Assistance to Firefighters Grant (AFG) Program, recipients must
include a penalty clause in all contracts for any AFG-funded vehicle,
regardless of dollar amount. In that situation, the contract must include a
clause addressing that non-delivery by the contract’s specified date or other
vendor nonperformance will require a penalty of no less than $100 per day
until such time that the vehicle, compliant with the terms of the contract, has
been accepted by the recipient. This penalty clause should, however, account
for force majeure or acts of God. AFG recipients should refer to the applicable
year’s Notice of Funding Opportunity (NOFO) for additional information, which
can be accessed at FEMA.gov.
B. Termination for Cause and Convenience
Contracts for more than $10,000 must address termination for cause and for convenience by
the non-federal entity, including how it will be carried out and the basis for settlement.
2.1 - Applicability
This contract provision is required for procurements exceeding $10,000.
FEMA suggests including a termination for cause and for convenience in all
contracts even when not required.
C. Equal Employment Opportunity (if applicable)
1. CONTRACTOR will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation, gender identity,
or national origin. CONTRACTOR will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment without
regard to their race, color, religion, sex, sexual orientation, gender identity, or national
origin. Such action shall include, but not be limited to the following: Employment,
upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. CONTRACTOR agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be provided setting
forth the provisions of this Nondiscrimination clause.
2. CONTRACTOR will, in all solicitations or advertisements for employees placed by or
on behalf of CONTRACTOR, state that all qualified applicants will receive
consideration for employment without regard to race, color, religion, sex, sexual
orientation, gender identity, or national origin.
3. CONTRACTOR will not discharge or in any other manner discriminate against any
employee or applicant for employment because such employee or applicant has
inquired about, discussed, or disclosed the compensation of the employee or
applicant or another employee or applicant. This provision shall not apply to
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 12
instances in which an employee who has access to the compensation information of
other employees or applicants as a part of such employee's essential job functions
discloses the compensation of such other employees or applicants to individuals who
do not otherwise have access to such information, unless such disclosure is in
response to a formal complaint or charge, in furtherance of an investigation,
proceeding, hearing, or action, including an investigation conducted by the employer,
or is consistent with the CONTRACTOR's legal duty to furnish information.
4. CONTRACTOR will send to each labor union or representative of workers with which
he has a collective bargaining agreement or other contract or understanding, a notice
to be provided advising the said labor union or workers' representatives of
CONTRACTOR's commitments under this section, and shall post copies of the notice
in conspicuous places available to employees and applicants for employment.
5. CONTRACTOR will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
6. CONTRACTOR will furnish all information and reports required by Executive Order
11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary
of Labor, or pursuant thereto, and will permit access to his books, records, and
accounts by the administering agency and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations, and orders.
7. In the event of CONTRACTOR's noncompliance with the nondiscrimination clauses
of this contract or with any of the said rules, regulations, or orders, this contract may
be canceled, terminated, or suspended in whole or in part and CONTRACTOR may
be declared ineligible for further Government contracts or federally assisted
construction contracts in accordance with procedures authorized in Executive Order
11246 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order 11246 of September 24, 1965, or
by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by
law.
8. CONTRACTOR will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract
or purchase order unless exempted by rules, regulations, or orders of the Secretary
of Labor issued pursuant to section 204 of Executive Order 11246 of September 24,
1965, so that such provisions will be binding upon each subcontractor or
CONTRACTOR. CONTRACTOR will take such action with respect to any
subcontract or purchase order as the administering agency may direct as a means of
enforcing such provisions, including sanctions for noncompliance.
Provided, however, that in the event a CONTRACTOR becomes involved in, or is threatened
with, litigation with a subcontractor or CONTRACTOR as a result of such direction by the
administering agency, CONTRACTOR may request the United States to enter into such
litigation to protect the interests of the United States.
The applicant further agrees that it will be bound by the above equal Opportunity clause with
respect to its own employment practices when it participates in federally assisted
construction work: Provided, That if the applicant so participating is a State or local
government, the above equal opportunity clause is not applicable to any agency,
instrumentality or subdivision of such government which does not participate in work on or
under the contract.
The applicant agrees that it will assist and cooperate actively with the administering agency
and the Secretary of Labor in obtaining the compliance of CONTRACTORS and
subcontractors with the equal opportunity clause and the rules, regulations, and relevant
orders of the Secretary of Labor, that it will furnish the administering agency and the
Secretary of Labor such information as they may require for the supervision of such
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 13
compliance, and that it will otherwise assist the administering agency in the discharge of the
agency's primary responsibility for securing compliance.
The applicant further agrees that it will refrain from entering into any contract or contract
modification subject to Executive Order 11246 of September 24, 1965, with a
CONTRACTOR debarred from, or who has not demonstrated eligibility for, Government
contracts and federally assisted construction contracts pursuant to the Executive Order and
will carry out such sanctions and penalties for violation of the equal opportunity clause as
may be imposed upon CONTRACTORS and subcontractors by the administering agency or
the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the
applicant agrees that if it fails or refuses to comply with these undertakings the administering
agency may take any or all of the following actions: Cancel, terminate, or suspend in whole
or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further
assistance to the applicant under the program with respect to which the failure or refund
occurred until satisfactory assurance of future compliance has been received from such
applicant; and refer the case to the Department of Justice for appropriate legal proceedings.
D. Compliance with the Davis-Bacon Act (if applicable)
1. All transactions regarding this contract shall be done in compliance with the Davis-
Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) and the requirements of 29 C.F.R.
pt. 5 as may be applicable. CONTRACTOR shall comply with 40 U.S.C. 3141-3144,
and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable.
2. CONTRACTORS are required to pay wages to laborers and mechanics at a rate not
less than the prevailing wages specified in a wage determination made by the
Secretary of Labor.
3. Additionally, CONTRACTORS are required to pay wages not less than once a week.
E. Compliance with the Copeland “Anti-Kickback” Act (if applicable)
1. CONTRACTOR shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the
requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by
reference into this contract.
2. Subcontracts. CONTRACTOR or subcontractor shall insert in any subcontracts the
clause above and such other clauses as FEMA may by appropriate instructions
require, and also a clause requiring the subcontractor s to include these clauses in
any lower tier subcontracts. The prime CONTRACTOR shall be responsible for the
compliance by any subcontractor or lower tier subcontractor with all of these contract
clauses.
3. Breach. A breach of the contract clauses above may be grounds for termination of
the contract, and for debarment as a CONTRACTOR and subcontractor as provided
in 29 C.F.R. § 5.12
F. Compliance with the Contract Work Hours and Safety Standards Act (if applicable)
1. Overtime requirements. No CONTRACTOR or subcontractor contracting for any part
of the contract work which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any workweek in
which he or she is employed on such work to work in excess of forty (40) hours in
such workweek unless such laborer or mechanic receives compensation at a rate not
less than one and one-half times the basic rate of pay for all hours worked in excess
of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation
of the clause set forth in paragraph (b) (1) of this section the CONTRACTOR and any
subcontractor responsible therefor shall be liable for the unpaid wages. In addition,
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 14
such CONTRACTOR and subcontractor shall be liable to the United States (in the
case of work done under contract for the District of Columbia or a territory, to such
District or to such territory), for liquidated damages. Such liquidated damages shall
be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph (b)
(1) of this section, in the sum of $27 for each calendar day on which such individual
was required or permitted to work in excess of the standard workweek of forty hours
without payment of the overtime wages required by the clause set forth in paragraph
(b) (1) of this section.
3. Withholding for unpaid wages and liquidated damages. CONTRACTOR shall upon its
own action or upon written request of an authorized representative of the Department
of Labor withhold or cause to be withheld, from any moneys payable on account of
work performed by CONTRACTOR or subcontractor under any such contract or any
other Federal contract with the same prime CONTRACTOR, or any other federally-
assisted contract subject to the Contract Work Hours and Safety Standards Act,
which is held by the same prime CONTRACTOR, such sums as may be determined
to be necessary to satisfy any liabilities of such CONTRACTOR or subcontractor for
unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (b)(2) of this section.
4. Subcontracts. CONTRACTOR or subcontractor shall insert in any subcontracts the
clauses set forth in paragraph (b) (1) through (4) of this section and also a clause
requiring the subcontractors to include these clauses in any lower tier subcontracts.
The prime CONTRACTOR shall be responsible for compliance by any subcontractor
or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of
this section.
G. Compliance with the Clean Air Act (if applicable)
1. CONTRACTOR agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
2. CONTRACTOR agrees to report each violation to SCHOOL BOARD and
understands and agrees that SCHOOL BOARD will, in turn, report each violation as
required to assure notification to the Federal Emergency Management Agency, and
the appropriate Environmental Protection Agency Regional Office.
3. CONTRACTOR agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance provided by FEMA.
H. Compliance with the Federal Water Pollution Control Act (if applicable)
1. CONTRACTOR agrees to comply with all applicable standards, orders, or regulations
issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.
1251 et seq.
2. CONTRACTOR agrees to report each violation and understands and agrees that
CONTRACTOR will, in turn, report each violation as required to assure notification to
the Federal Emergency Management Agency, and the appropriate Environmental
Protection Agency Regional Office.
3. CONTRACTOR agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance provided by FEMA.
I. Suspension and Debarment (if applicable)
1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R.
pt. 3000. As such, CONTRACTOR is required to verify that none of CONTRACTOR’s
principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. §
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 15
180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2
C.F.R. § 180.935).
2. CONTRACTOR must comply with 2 C.F.R. pt. 180, subpart C and2 C.F.R. pt. 3000,
subpart C, and must include a requirement to comply with these regulations in any
lower tier covered transaction it enters into.
3. This certification is a material representation of fact relied upon by THE SCHOOL
BOARD OF PALM BEACH COUNTY, FLORIDA. If it is later determined that
CONTRACTOR did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt.
3000, subpart C, in addition to remedies available to THE SCHOOL BOARD OF
PALM BEACH COUNTY, FLORIDA, the Federal Government may pursue available
remedies, including but not limited to suspension and/or debarment.
4. The bidder or proposer agrees to comply with the requirements o f2 C.F.R.pt. 180,
subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the
period of any contract that may arise from this offer. The bidder or proposer further
agrees to include a provision requiring such compliance in its lower tier covered
transactions.
J. Recovered Materials (if applicable)
In the performance of this contract, CONTRACTOR shall make maximum
use of products containing recovered materials that are EPA-designated
items unless the product cannot be acquired—
1. Competitively within a timeframe providing for compliance
with the contract performance schedule;
2. Meeting contract performance requirements; or
3. at a reasonable price.
Information about this requirement, along with the list of EPA designated
items, is available at EPA’s Comprehensive Procurement Guidelines web site.
CONTRACTOR also agrees to comply with all other applicable requirements of Section 6002
of the Solid Waste Disposal Act.
K. Prohibition on Contracting for Covered Telecommunications Equipment or Services
Section 889(b)(1) of the John S. McCain National Defense Authorization Act for Fiscal Year
2019 (FY2019 NDAA) and 2 C.F.R. § 200.216, as implemented by FEMA Policy 405-143-1,
Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment
or Services (Interim), prohibit the obligation or expending of federal award funds on certain
telecommunication products or from certain entities for national security reasons. Effective
August 13, 2020, FEMA recipients and subrecipients, as well as their contractors and
subcontractors, may not obligate or expend any FEMA award funds to:
1. Procure or obtain any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology of any system;
2. Enter into, extend, or renew a contract to procure or obtain any equipment,
system, or service that uses covered telecommunications equipment or services
as a substantial or essential component of any system, or as critical technology of
any system; or
3. Enter into, extend, or renew contracts with entities that use covered
telecommunications equipment or services as a substantial or essential
component of any system, or as critical technology as part of any system.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 16
Applicability For purchases in support of FEMA declarations and awards issued on or after
November 12, 2020, all FEMA recipients and subrecipients, and their contractors and
subcontractors, are required to include this contract provision in all FEMA-funded contracts
and subcontracts, including any purchase orders.61 FEMA strongly encourages the use of
this contract clause for any contracts where FEMA funding will be used regardless of
whether the funding is from FEMA declarations or awards issued on or after November 12,
2020. Prohibition on Contracting for Covered Telecommunications Equipment or Services.
Definitions As used in this clause, the terms backhaul; covered foreign country;
covered telecommunications equipment or services; interconnection arrangements;
roaming; substantial or essential component; and telecommunications equipment or
services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on
Expending FEMA Award Funds for Covered Telecommunications Equipment or
Services (Interim), as used in this clause
Prohibitions Section 889(b) of the John S. McCain National Defense Authorization
Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the
head of an executive agency on or after Aug.13, 2020, from obligating or expending
grant, cooperative agreement, loan, or loan guarantee funds on certain
telecommunications products or from certain entities for national security reasons.
Unless an exception in paragraph (c) of this clause applies, the contractor and its
subcontractors may not use grant, cooperative agreement, loan, or loan guarantee
funds from the Federal Emergency Management Agency to:
i. Procure or obtain any equipment, system, or service that uses
covered telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology of any
system;
ii. Enter into, extend, or renew a contract to procure or obtain any
equipment, system, or service that uses covered telecommunications
equipment or services as a substantial or essential component of any
system, or as critical technology of any system;
iii. Enter into, extend, or renew contracts with entities that use covered
telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology as part of
any system; or
iv. Provide, as part of its performance of this contract, subcontract, or
other contractual instrument, any equipment, system, or service that
uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical
technology as part of any system.
Exceptions This clause does not prohibit contractors from providing:
i A service that connects to the facilities of a third-party, such as backhaul,
roaming, or interconnection arrangements; or Contract Provisions Guide 28
ii. Telecommunications equipment that cannot route or redirect user data traffic
or permit visibility into any user data or packets that such equipment transmits
or otherwise handles.
By necessary implication and regulation, the prohibitions also do not apply to covered
telecommunications equipment or services that:
i. Are not used as a substantial or essential component of any system; and
are not used as critical technology of any system.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 17
ii. Other telecommunications equipment or services that are not considered covered
telecommunications equipment or services.
Reporting requirements. In the event the contractor identifies covered telecommunications
equipment or services used as a substantial or essential component of any system, or as
critical technology as part of any system, during contract performance, or the contractor is
notified of such by a subcontractor at any tier or by any other source, the contractor shall
report the information in established in this section to the recipient or subrecipient, unless
elsewhere in the contract documents established procedures for reporting the information.
CONTRACTOR shall report the following information pursuant to preceding paragraph
above of this section:
i. Within one (1) business day from the date of such identification or notification: The
contract number; the order number(s), if applicable; supplier name; supplier unique
entity identifier (if known); supplier Commercial and Government Entity (CAGE) code
(if known); brand; model number (original equipment manufacturer number,
manufacturer part number, or wholesaler number); item description; and any readily
available information about mitigation actions undertaken or recommended.
ii. Within ten (10) business days of submitting the information preceding paragraph
above of this section: Any further available information about mitigation actions
undertaken or recommended. In addition, the contractor shall describe the efforts it
undertook to prevent use or submission of covered telecommunications equipment or
services, and any additional efforts that will be incorporated to prevent future use or
submission of covered telecommunications equipment or services.
e. Subcontracts.
iii. CONTRACTOR shall insert the substance of this Section, including this paragraph,
in all subcontracts and other contractual instruments.
L. Domestic Preferences for Procurements
As appropriate, and to the extent consistent with law, CONTRACTOR should, to the greatest
extent practicable under a federal award, provide a preference for the purchase, acquisition,
or use of goods, products or materials produced in the United States. This includes, but is
not limited to, iron, aluminum, steel, cement, and other manufactured products.
Applicability For purchases in support of FEMA declarations and awards issued on or after
November 12, 2020, all FEMA recipients and subrecipients are required to include in all
contracts and purchase orders for work or products a contract provision encouraging
domestic preference for procurements.
Domestic Preference for Procurements As appropriate, and to the extent consistent with law,
the contractor should, to the greatest extent practicable, provide a preference for the
purchase, acquisition, or use of goods, products, or materials produced in the United States.
This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured
products. For purposes of this clause: Produced in the United States means, for iron and
steel products, that all manufacturing processes, from the initial melting stage through the
application of coatings, occurred in the United States. Manufactured products mean items
and construction materials composed in whole or in part of non-ferrous metals such as
aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates
such as concrete; glass, including optical fiber; and lumber.”
M. Access to Records (if applicable)
1. CONTRACTOR agrees to provide THE SCHOOL BOARD OF PALM BEACH
COUNTY, FLORIDA, the FEMA Administrator, the Comptroller General of the United
States, or any of their authorized representatives access to any books, documents,
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 18
papers, and records of CONTRACTOR which are directly pertinent to this contract for
the purposes of making audits, examinations, excerpts, and transcriptions.
2. CONTRACTOR agrees to permit any of the foregoing parties to reproduce by any
means whatsoever or to copy excerpts and transcriptions as reasonably needed.
3. CONTRACTOR agrees to provide the FEMA Administrator or his authorized
representatives’ access to construction or other work sites pertaining to the work
being completed under the contract.
4. In compliance with the Disaster Recovery Act of 2018, THE SCHOOL BOARD OF
PALM BEACH COUNTY, FLORIDA and CONTRACTOR acknowledge and agree that
no language in this contract is intended to prohibit audits or internal reviews by the
FEMA Administrator or the Comptroller General of the United States.
N. DHS Seal, Logo & Flags
CONTRACTOR shall not use the DHS seal(s), logos, crests, or reproductions of flags or
likenesses of DHS agency officials without specific FEMA pre-approval.
O. Compliance with FEMA Policies, Procedures and Directives (if applicable)
CONTRACTOR will comply with all applicable Federal law, regulations, executive orders,
FEMA policies, procedures, and directives.
P. No Obligation by Federal Government
The Federal Government is not a party to this contract and is not subject to
any obligations or liabilities to the non-Federal entity, CONTRACTOR, or any other
party pertaining to any matter resulting from the contract.
Q. Compliance with the False Claims Act (31 U.S.C. §§ 3729-3733)
CONTRACTOR acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False
Claims and Statements) applies to CONTRACTOR’s actions pertaining to this contract
.
R. Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended) (if applicable)
CONTRACTORS who apply or bid for an award of $100,000 or more shall file the
required certification. Each tier certifies to the tier above that it will not and
has not used Federal appropriated funds to pay any person or organization for
influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, officer or employee of Congress, or an employee of a
Member of Congress in connection with obtaining any Federal contract, grant,
or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose
any lobbying with non-Federal funds that takes place in connection with
obtaining any Federal award. Such disclosures are forwarded from tier to tier
up to the recipient who in turn will forward the certification(s) to the awarding
agency.
35. PRICES QUOTED: Deduct trade discounts and quote firm net prices. Give both unit price and
extend total. Prices must be stated in units of quantity specified in bid specifications. In case of
discrepancy in computing the amount of the bid, the UNIT PRICE quoted will govern. All prices
FOB destination, freight prepaid (unless otherwise stated in special conditions). Discounts for
prompt payment: Award, if made, will be in accordance with terms and conditions stated herein.
Each item must be bid separately and no attempt is to be made to tie any item or items in with
any other item or items. Cash or quantity discounts offered will not be a consideration in
determination of award of bid(s). If a bidder offers a discount, it is understood that a minimum of
30 days will be required for payment, and the discount time will be computed from the date of
satisfactory delivery at place of acceptance and receipt of correct invoice at the office specified.
36. CONDITIONS AND PACKAGING: It is understood and agreed that any item offered or shipped
as a result of this bid shall be new (current production model at the time of the bid). All
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 19
containers shall be suitable for storage or shipment, and all prices shall include standard
commercial packaging.
37. UNDERWRITERS' LABORATORIES: Unless otherwise stipulated in the bid, all manufactured
items and fabricated assemblies shall be UL listed or re-examination testing where such has
been established by UL for the items offered and furnished.
38. DELIVERY: Unless actual date of delivery is specified, show number of days required to make
delivery after receipt of purchase order in space provided. Delivery time may become a basis for
making an award (See Special Conditions). Delivery shall be within the normal working hours of
the user, Monday through Friday, excluding holidays unless otherwise specified on the purchase
order.
39. QUALITY: The items bid must be new and equal to or exceed specifications. The
manufacturer's standard guarantee shall apply. During the guarantee period the successful
bidder must repair and/or replace the unit without cost to the District with the understanding that
all replacements shall carry the same guarantee as the original equipment. The successful
bidder shall make any such repairs and/or replacements immediately upon receiving notice from
the District.
40. SAMPLES, DEMONSTRATIONS AND TESTING:
A. Samples of items, when required, must be furnished free of expense and if not destroyed, will
upon request, be returned at the bidder's expense. Request for the return of the samples must
be indicated on his or her bid. Each individual sample must be labeled with bidder's name, bid
number and item number. Failure of bidder to either deliver required samples or to clearly identify
samples as indicated may be reason for rejection of the bid. Unless otherwise indicated, samples
should be delivered to the Purchasing Department, School District of Palm Beach County.
B. When required, the District may request full demonstrations of any units bid prior to the award of
any contract.
C. Items may be tested for compliance with specifications under the direction of the Florida
Department of Agriculture and Consumer Services, or an independent testing laboratory. Bidders
shall assume full responsibility for payment for any and all charges for testing and analysis of any
materials offered or delivered that do not conform to the minimum required specifications.
Bidder's disposition of all items delivered in this category must be at no expense to the District.
41. INSPECTION AND ACCEPTANCE OF GOODS: The awarded bidder shall be responsible for
delivery of items in good condition at point destination. Bidder shall file with the carrier all claims for
breakage, imperfections, and other losses, which will be deducted from invoices. The District will
note, for the benefit of successful bidder, when packages are not received in good condition. In the
event the material and/or services supplied to the District is found to be defective or does not
conform to specifications, the District reserves the right to cancel the order upon written notice to the
seller and return the product to seller at the seller's expense.
42. LIABILITY, INSURANCE, LICENSES, AND PERMITS: Where bidders are required to enter or go
onto District property to deliver materials or perform work or services as a result of bid award, the
bidder will assume the full duty obligation and expense of obtaining all necessary licenses, permits
and insurance. Bidder shall be liable for any damage or loss to the District incurred by bidder,
bidder's employees, licensees of the bidder or agent or any person the bidder has designated in
completion of his or her contract as a result of the bid; further bidder shall be liable for all activities of
bidder occasioned by performance of the Contract. Notwithstanding the foregoing, the liability herein
shall be limited to ten million dollars ($10,000,000) and the bidder recognizes that and covenants that
it has received consideration for indemnification provided herein.
43. SPECIFICATIONS: Any omissions of detail specifications stated herein that would render the
materials/service from use as specified will not relieve the bidder from responsibility.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 20
44. BID BONDS AND PERFORMANCE BONDS: Bid bonds, when required, shall be submitted with the
bid in the amount specified in Special Conditions. Bid bonds will be returned to unsuccessful
bidders. After award of contract, the District will notify the successful bidder to submit a performance
bond in the amount specified in Special Conditions. Upon receipt of the performance bond, the bid
bond will be returned to the successful bidder.
45. QUANTITIES: The quantities shown are estimates of the quantity of items expected to be purchased
during the term of award. Actual quantities purchased may often exceed or be less than quantities
shown. Orders will be placed as needed by individual locations during the contract period. The bidder
agrees that the price(s) offered shall be maintained irrespective of the quantity actually purchased.
46. ORDERING PROCEDURE: Specific Items: After approval of Contract award by the Board, a letter of
contract acceptance will be issued to each successful bidder acknowledging which goods or services
have been awarded. Separate purchase orders will be issued based on specific items at firm, fixed
prices listed in the bid.
Percent Discount Catalog Bids: Separate purchase orders will be issued with pricing based on
catalog and/or price lists.
No item may be shipped or service performed that is not listed on the purchase order.
47. POSTING OF BID AND SPECIFICATIONS: Invitation to Bid with specifications will be posted for
review by interested parties at BidSync.com on the date of bid electronic mailing and will remain
posted for a period of 72 hours. Failure to file a specification protest within the time prescribed in
section 120.57(3), Florida Statutes, will constitute a waiver of proceedings under Chapter 120, Florida
Statutes, and applicable Board rules, regulations and policies.
48. BID PROTEST: If a bidder wishes to protest a bid, they must do so in strict accordance with the
procedures outlined in section 120.57(3), Florida Statutes, the Invitation to Bid, and School Board
Policy 6.14.
Any person who files an action protesting bid specifications, a decision or intended decision pertaining
to this bid pursuant to section 120.57(3)(b), Florida Statutes shall post with the Purchasing
Department, at the time of filing the formal written protest, a bond secured by an acceptable surety
company in Florida payable to The School Board of Palm Beach County, Florida in an amount equal
to one percent (1%) of the total estimated contract value, but not less than $500.00 nor more than
$5,000.00. Bond shall be conditioned upon the payment of all costs that may be adjudged against the
protester in the administrative hearing in which the action is brought and in any subsequent appellate
court proceeding. In lieu of a bond, a cashier's check, certified bank check, bank certified company
check or money order will be acceptable form of security. If, after completion of the administrative
hearing process and any appellate court proceedings, the District prevails, it shall recover all costs
and charges included in the final order of judgment, including charges by the Division of Administrative
Hearings. Upon payment of such costs and charges by the protester, the protest security shall be
returned.
49. TIE BID: According to FS 287.087, in the event of a tie, preference shall be awarded to vendors with
Drug Free Work Place programs. Whenever two or more responses are equal with regard to price,
quality, and service, a bid received from a business that certifies that it has implemented a Drug Free
Work Place program shall be given preference in the award process. In the event both vendors have
a Drug Free Work Place program, preference shall be awarded to the vendor who is certified as an
SBE certified vendor with the School District. If both vendors meet all three requirements, according to
standard purchasing practice, the tie will be resolved by a coin toss. The vendor whose company’s
name comes first in the alphabet will be assigned “heads” and the second vendor will be assigned
“tails”. The coin will be tossed a minimum of three times. The vendor whose side of the coin
selected wins two out of three times will be the named as the first ranked proposer and
recommended for award. In the event of a 3-way (or more) tie, the vendor’s company name will be
chosen in a drawing.
50. INTERPRETATIONS: Neither PeriscopeS2G nor any employee of the District is authorized to
interpret any portion of the Invitation to Bid or give information as to the requirements of the bid in
addition to that contained in the written bid document. Interpretations of the bid or additional
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 21
information as to its requirements, where necessary, shall be communicated to bidders by written
addendum.
51. SPECIAL CONDITIONS: To the extent that any conflict exists between the provisions of the
General Conditions, the Special Conditions, and bidder’s proposal, the order of precedence to
resolve a conflict shall apply: 1) the Special Conditions, 2) the General Conditions, and all exhibits
thereto, including any addenda, 3) Contractor’s response to the ITB, including any appendix and
exhibits.
52. DISPUTE RESOLUTION: As a condition precedent to a party bringing any suit for breach of
contract related to this bid, that party must first notify the other party in writing of the nature of the
purported breach and seek in good faith to resolve the dispute through negotiation. If the parties
cannot resolve the dispute through negotiation, they may agree to a mutually acceptable method of
non-binding alternative dispute resolution with a qualified third party acceptable to both parties. The
existence of a dispute shall not excuse the parties from performance pursuant to this bid. This
remedy is supplemental to any other remedies available at law.
53. WAIVER PROVISION: The parties agree that each requirement, duty and obligation set forth herein
is substantial and important to the formation of this bid and, therefore, is a material term hereof.
Any party’s failure to enforce any provision of this bid shall not be deemed a waiver of such
provision or modification of this bid. A waiver of any breach of a provision of this bid shall not be
deemed a waiver of any subsequent breach and shall not be construed to be a modification of the
terms of this bid.
54. Trade Secrets: Upon receipt, all submittals become Public Records and shall be subject to
public disclosure consistent with Chapter 119, Florida Statutes.
By submitting its bid, Bidder understands and waives any claim of confidentiality, including trade secrets, to its
pricing and/or cost of service related submittals.
Any Bidder that intends to assert that certain materials are exempt from public disclosure under Chapter 119,
Florida Statutes must submit the documents in a separate bound document or file labeled “Name of
Firm, Attachment to Proposal Package. Bid# - Confidential Matter.” In addition, the firm must identify
the specific statute that authorizes the exemption from Chapter 119, Florida Statutes. CD or DVDs
included in a submittal must also comply with this requirement and the firm must separate any CD or
DVDs claimed to be confidential.
Any claim of confidentiality on materials that the Proposer asserts to be exempt and placed
elsewhere in the submittal will be considered waived by the Proposer upon submission, upon
opening.
The School District will provide Proposer with prompt notice by phone and/or email of any request for public
records in which that Proposer has claimed an exemption information being a Trade Secret so that the
Proposer may see, at its sole expense, an appropriate protective order from a court of competent
jurisdiction. In the event the Proposer elects not to seek an appropriate protective order or is unable
to obtain such an order within no later than ten (10) business days following receipt of notice, the
Proposer agrees and consents that the School District shall be permitted to respond to the public
records request with the response not being deemed a breach by the School Board of its obligations
under the Agreement or the Florida Statutes governing Trade Secret exemptions. The Proposer
would then be waiving any rights relating to Trade Secrets under Florida Law. Proposer agrees to
defend, indemnify, and hold harmless the School District and School Board and the School District’s
officers, employees, School Board members, and agents, against any loss, damages, judgements,
attorneys’ fees or cost incurred by School Board as a result of the School District’s providing the
records in response to the public records request or withholding them based on Proposer’s assertion
of the Trade Secret exemption.
The indemnification provisions survive the School Board’s award of the contract and remain as long
as the trade secret data is in the possession of the School Board.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 22
Revised 09/12/2022
23C - 26C - SPECIAL CONDITIONS
(Upon receipt, all submittals become Public Records and shall be subject to public disclosure consistent
with Chapter 119, Florida Statutes. See paragraph 54 in General Conditions for details.)
A. SCOPE:
The purpose and intent of this Invitation to Bid is to secure prices and establish a Term
Contract for General Contracting Services for Minor Facilities Repair and Maintenance
Under $300K, as specified herein. The purpose and intent of this Invitation to Bid is to secure
prices and to establish a Term Contract for General Contracting Services for Minor Facilities
Repair and Maintenance, as specified herein. All bidders, which meet or exceed the criteria
established in the Invitation to Bid, shall be placed in the pool of pre-qualified vendors that may
be utilized by the School District of Palm Beach County departments in order to obtain price
quotations to provide General Contracting Services for Minor Facilities Repair and
Maintenance, as specified herein.
B. DELIVERY:
Items in the Invitation to Bid are for various schools and departments located throughout
Palm Beach County and are not for delivery to any central location. Deliveries are to be FOB
destination as per purchase order. All deliveries made to schools and departments shall require
inside delivery unless otherwise specified.
C. PERISCOPES2G:
1. All offers must be submitted electronically to PeriscopeS2G at BidSync.com.
Including all required documents listed in the solicitation. No other responses will
be accepted, including hard copy or emailed responses.
2. PeriscopeS2G supports online document tracking and completion. All documents
must be viewed/accepted before the bid packet can be viewed and an offer can be
placed.
3. The District will only consider offers that have been uploaded and submitted
through PeriscopeS2G PRIOR to the bid closing date and time. As with any
document upload, larger documents and/or heavy user activity may result in
longer upload times. Please allow sufficient time to complete your offer.
4. Only Microsoft Windows supported documents file extensions will be accepted.
5. IMPORTANT INFORMATION: For help filling out your offer, please visit:
https://support.bidsync.com/hc/en-us/articles/222437508-How-do-I-respond-to-a-
bid-
All responses entered into PeriscopeS2G must be typed in. DO NOT cut and
paste from any other program. Doing so may corrupt or invalidate your
response and not allow you to respond.
In order to complete this response process, you must first select “Review
response,” verify the information is correct then enter your password and select
“Confirm & submit response.”
After clicking “Confirm & submit response,” a confirmation page loads with “Offer
Received” at the top of the page. If you do not see this confirmation, your offer was
not submitted successfully.
If you select to receive a confirmation e-mail indicating a successful response you
will receive a confirming email within five minutes.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 23
If you do not receive confirmation that your offer has been received, please call
Periscope S2G at 800-990-9339 Option 1 (Customer Care) and then Option 1
(Vendor Assistance).
In the event an addendum(s) to a solicitation is created, the addendum(s) will be distributed
by PeriscopeS2G to all who are known by the Purchasing Department to have received a
complete set of proposal documents.
Be advised that registering with PeriscopeS2G is a FREE service.
D. BENEFICIAL INTEREST AND DISCLOSURE OF OWNERSHIP AFFIDAVIT:
The School District is requesting this affidavit to include a list of every “person” (as defined in
Section 1.01 (3), Florida Statues to include individuals, children, firms, associates, joint
adventures, partnerships, estates, trusts, business trusts, syndicates, fiduciaries, corporations
and all other groups and combinations) holding 5% or more of the beneficial interest in the
disclosing entity. The Beneficial Interest and Disclosure of Ownership Affidavit (PBSD
Form 1997) must be downloaded, signed, notarized and uploaded with your bid
response. The Proposer must submit all supporting documentation in the name of the
Proposer’s entity only. Parent and/or subsidiary entities will not be acceptable.
E. SBE PREFERENCE:
Award recommendations shall make appropriate adjustments to pricing when considering
solicitations from a District certified Small Business Enterprise (SBE) if the bid price does not
exceed the lowest bidder's price by an amount greater than $50,000 or 5%, whichever is less.
In instances where the certified SBE's price difference is greater than $50,000 or 5%, the
lowest responsive, responsible bidder will be awarded the contract and the goals shall be
deemed waived. The requirements to qualify for the SBE are to be certified by the School
District of Palm Beach County, subject to the criteria indicated in paragraph P. The District
does not recognize any other certifications. Graduation from the District SBE Certification
Program shall void certification if a vendor has exceeded the revenue/sales size standards for
their industry specific classification for the previous three year period. See Paragraph N, SBE
GOAL, and Paragraph P, SMALL BUSINESS ENTERPRISE PARTICIPATION, for
complete detail. For District certification go to
https://www.palmbeachschools.org/diversityinbusiness website and complete the SBE
certification application.
F. AWARD:
In order to meet the needs of the various schools and departments and in the best interest of
the School District, this Contract will be awarded to ALL responsive, responsible bidders
meeting specifications, terms and conditions of this bid to provide a complete 100% turnkey
Minor Facilities Repair and Maintenance project(s) based on their prices submitted on the Bid
Summary Document contained in this bid. Whenever work is needed, awarded vendors will
be notified to provide a Quote for that project. The project may be given to the vendor with the
best price for that project after adjustments have been made for all preferences that may be
applicable.
All quotes must include the cost for labor, materials and installation/repair and the pricing shall
be broken out for verification of pricing against pricing submitted on attached Bid Summary
Document. Contractors shall use the Bid 23C-26C Quote Document provided for each project
when responding to quotes. Quotes that do not follow this requirement, may be rejected. There
will be no additional charge for consultation or troubleshooting on any particular project. Once
awarded, vendor shall not request any increases.
Emergency repairs: Emergency repairs are defined as situations where immediate repairs are
required to prevent the loss of service to alleviate the possibility of a situation which would
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 24
adversely and unduly affect the safety, health or comfort of building, occupants, or otherwise
cause loss to the School District. In the event of an emergency, the District shall select a vendor
from the pool of awarded vendors on a rotating basis to provide emergency repair services.
The contacted vendor shall respond within 24 hours. Upon completion of the emergency job
the vendor shall notify Facility Management Coordinator and an itemized invoice reflecting the
pricing submitted on the Bid Summary document shall be submitted within 24 hours.
In emergency situations where there are extended lead times, fabrication time, or the work will
not take place immediately, a written quote shall be submitted to the Facility Management
Coordinator. This quote should include estimated time of completion, lead times, and other
pertinent information. Emergency services may require work be performed after regular hours,
weekends, and holidays. Awarded vendors who are unavailable for a particular project shall
be required to provide written notification that they will be unavailable to respond. Vendors
shall not refuse any project based solely upon its location and dollar amount. For non -
emergency repairs see paragraph BB.
The Board reserves the right to undertake inquiries into proposer’s financial and/or litigation
history, and by submitting a proposal, the proposer expressly consents to these inquiries.
The Board, through its designee(s), reserves the right to further negotiate any proposal,
including price and warranty, with all responsible and responsive bidders to meet the needs
of the District. If a mutually beneficial agreement with the bidder offering the lowest cost and
who is deemed responsible and responsive cannot be resolved, The Board, through its
designee(s), reserves the right to enter into negotiations with the next bidder offering the
lowest cost and who is deemed responsible and responsive until an agreement is reached
to meet the needs of the District. Upon award of a particular item to the successful bidder,
the vendor cannot substitute an item without prior approval by the Purchasing Department.
Vendor must supply the item that was specified according to their bid response unless
instructed otherwise by the Purchasing Department.
The Purchasing Department or their designee reserves the right to use the next bidder offering
the lowest cost and who is deemed responsible and responsive in the event the original
awardee of the bid cannot fulfill their contract, subject to the terms and conditions of Preference
awards as provided herein. The next bidder offering the lowest cost and who is deemed
responsible and responsive prices must remain the same as originally bid and must remain
firm for the duration of the contract.
G. TERM OF CONTRACT:
The term of this contract shall be for three (3) years from the date of award and may, by mutual
agreement between the School District and the awardee(s), be renewable for two (2) one-year
period(s). If considering renewing the Contract, the Board, through the Purchasing
Department, will provide a letter of intent to renew the Contract to the awardee(s) 120 days
prior to the end of the initial term of the Contract period or any subsequent renewal term. If
needed, the Contract may be extended 120 days beyond the Contract expiration date or any
subsequent renewal periods. The awardee(s) will be notified when the Board has acted upon
the recommendation. All prices shall be firm for the entire length of the Contract and all
subsequent renewal periods unless the conditions below are met, nothing prohibits the District
from accepting lower pricing during the term of this contract.
1) Price Escalation SCHOOL BOARD may consider pricing increases during the term
of the initial contract period, and any/all subsequent renewal periods if the following
conditions occur: a) There is a verifiable price increase to the provider of the bid
items(s); b) CONTRACTOR submits in writing, notification of price increases(s); c) The
price increase shall be comparable to documented changes in industry related indices;
d) price increases due to seasonal and/or unforeseen market conditions during the
term of the initial contract period, and any/all subsequent renewal periods; e)
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 25
CONTRACTOR shall submit the above information to the Purchasing Department no
less than thirty (30) calendar days prior to the effective date of the requested price
increase.
When the CONTRACTOR complies with the above-mentioned conditions, Purchasing
will review the information to determine if it is in the best interest of the School District
to adjust the pricing on the effective date of price increase.
CONTRACTOR must receive written notice from Purchasing that SCHOOL BOARD is
in acceptance of the new price(s) before processing any orders at the new cost.
CONTRACTORS are also expected to pass along any/all decreases on
products/services OR to keep product pricing constant (remain the same) when market
conditions warrant no such increases
H. REFERENCES:
Electronically Complete the Reference Document and include at least five (5) references
from customers that you have contracted with to provide General Contracting Services.
This should include at least one reference from a customer who has been with you for
a year or less, three references from veteran customers with long term or repeat
contracts and at least one reference from a past customer who is currently not under
contract with you. Please do not include the School District of Palm Beach County as
a reference.
NOTE: The information requested must include a current contact name, phone number
and email address for each reference.
I. QUALIFICATIONS:
Provide photocopies of the following (valid and current) licenses and/or certificates: Failure
to provide this documentation may result in rejection of bid.
If you are a business located within Palm Beach County please provide:
1. Palm Beach County Local Business Tax Receipt, formerly Occupational License.
AND
2. Proof of an active Certificate of Authority issued by the Florida Department of State
which authorizes the Bidder to transact business in the State of Florida. This proof
may be provided by either submitting a copy of the Letter of Authority issued by the
Office of the Secretary of State or by submitting a copy of the Certificate of Status
Verification which may be obtained via Sunbiz.org-Department of State.
AND
3. Copy of the proposer’s Certified General Contractor’s (CGC) License, issued by the
Florida Department of Business and Professional Regulations. By submitting a bid,
each bidder certifies that they possess a current certificate of competency issued by
the State of Florida. All subcontractors must have appropriate licenses.
Per Florida Statutes 607.1501, A foreign corporation may not transact business in this state until it
obtains a certificate of authority from the Department of State. For information on how to register to
do business in the State of Florida go to: https://dos.myflorida.com/sunbiz/forms/
If you are an out of the county business please provide:
1. a current Business Tax Receipt within that county you are registered
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 26
AND
2. Proof of an active Certificate of Authority issued by the Florida Department of State
which authorizes the Bidder to transact business in the State of Florida. This proof may
be provided by either submitting a copy of the Letter of Authority issued by the Office
of the Secretary of State or by submitting a copy of the Certificate of Status Verification
which may be obtained via Sunbiz.org-Department of State.
AND (if applicable)
3. Copy of the proposer’s Certified General Contractor’s (CGC) License, issued by the
Florida Department of Business and Professional Regulations. By submitting a bid,
each bidder certifies that they possess a current certificate of competency issued by
the State of Florida. All subcontractors must have appropriate licenses.
The bidder(s) must complete and submit the Questionnaire Form with this bid.
The bidder(s) must have an adequate organization, facilities, equipment, and personnel to insure
prompt and efficient service. The District reserves the right, before recommending any award, to
inspect the facilities to determine ability to perform. The District reserves the right to reject bids
where evidence submitted, investigation and/or evaluation, is determined to indicate inability of the
bidder to perform.
J. PLACING AN OFFER:
The Board 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.
All offers must be submitted electronically to PerscopeS2G at BidSync.com. No offer will be
considered if submitted after the closing date and time. Hard copy bids will not be accepted.
Allow sufficient time to complete your offer, and follow all steps outlined in Paragraph C.
If necessary, an addendum will be distributed by PeriscopeS2G to all who are known by the
Purchasing Department to have received a complete set of proposal documents.
K. BID QUESTIONS:
From the time this solicitation is posted until the time a Decision or Intended Decision is
posted, potential Proposers and employees, representatives, partners, director, officers, or
other individuals acting on behalf of the Proposer, shall be prohibited from lobbying any
School District employee, Member of the School Board, Member of a School District
Advisory Committee that may evaluate the awarded contract, or person selected to evaluate
or recommend selection of the awarded Proposer. Violation of the Cone of Silence sha ll
result in rejection/disqualification of the Proposer from award of a contract arising out of this
solicitation. Further, in order to protect the integrity of the award process, all questions
regarding this solicitation must be submitted via PeriscopeS2G no later than 5:00 p.m. EST,
on November 25, 2022. Questions received via PeriscopeS2G by the time and date
specified will be answered in writing and posted on PeriscopeS2G. Lorenzo Valdes is
authorized only to direct the attention of prospective proposers to various portions of the Bid
so that they may read and interpret such for themselves. Neither Lorenzo Valdes nor any
employee of the District is authorized to interpret any portion of t his Bid or give information
as to the requirements of the Bid in addition to that contained in the written documents.
All questions submitted (along with their source) are subject to Public Records Laws and as
such will be available for inspection upon receipt of a Public Records Request.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 27
L. POSTING OF BID RECOMMENDATION / TABULATIONS:
Bid recommendations and tabulations will be posted electronically with PeriscopeS2G for
review by interested parties, on December 14 at 3:00 p.m., EST, and will remain posted for
a period of 72 hours. If the bid tabulation with recommended awards is not posted by said
date and time, A "Notice of Delay of Posting" will be posted to inform all bidders of the new
posting date and time.
Any person adversely affected by the decision or intended decision, as defined in School
Board Policy 6.14 (4) (a), must file a notice of protest, in writing, within 72 hours after the
posting of the notice of decision or intended decision. Saturdays, Sundays and State
Holidays shall be excluded in the computation of the 72-hour time period. The formal written
protest must be filed within 10 days after the date the notice of protest is filed. The formal
written protest shall state with particularity the facts and law upon which the protest is based.
Failure to file a notice of protest or to file a formal written protest within the time prescribed
in section 120.57 (3), Florida Statutes, shall constitute a waiver of proceedings under chapter
120, Florida Statutes.
M. SBE GOAL:
The Board strongly encourages the use of Small Business Enterprises for participation as
partners: joint venture partners, subcontractors, sub-consultants and prime contractors, in the
District’s contracting opportunities. A listings of Certified Small Business Enterprises can be
found on the District’s Office of Diversity in Business Practices web site at
http://www.palmbeachschools.org/diversityinbusiness.
N. SUB-CONTRACTING:
If a vendor intends to sub-contract any portion of this bid for any reason, the name and address
of the subcontracting firm must be submitted with the bid or prior to use for approval. No sub-
contracting will take place prior to bid-awarded vendor furnishing this information and receiving
written approval from the District. Subcontractors will be required to conform to the Jessica
Lunsford Act as noted in the General Conditions document of this bid.
The Purchasing Department reserves the right to reject a subcontractor who previously failed
in the proper performance of an award or failed to deliver on-time contracts of a similar nature,
or who is not in the position to perform this award. The School District Representative reserves
the right to inspect all facilities of any subcontractor in order to make determination as to the
foregoing. The subcontractor will be equally responsible for meeting all requirements specified
in this Invitation to Bid. Vendors are encouraged to seek SBE business enterprises for
participation in sub-contracting opportunities. The sub-contractor shall be equally responsible
for meeting all requirements specified in this Invitation to Bid.
O. SMALL BUSINESS ENTERPRISE (SBE) PARTICIPATION:
An SBE business must meet The School District of Palm Beach County’s (SDPBC) eligibility
standards incorporated in the definition of Small Business Enterprise (SBE) as outlined in
School Board Policy 6.143, Diversity and Equitable Utilization in Business, which requires
that the business be certified by SDPBC.
SDPBC defines a Small Business Enterprise (SBE) as having average annual gross sales
that are less than fifty (50%) of the small business size standard as defined by the U.S. Small
Business Administration (SBA) for a firm’s relevant industry. The average number of full-
time employees over the last three years that is less than fifty percent (50%) of small business
size standard as defined by SBA for the business firm’s relevant industry. See SBE
guidelines at: www.sba.gov/federal-contracting/contracting-guide/size-standards.
The principal place of business of the SBE must be in Palm Beach County, Broward County,
and /or Miami Dade County. The firm’s headquarters must be located in Palm Beach County,
Broward County, and/or Miami Dade County with either, a majority of the firm’s gross
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 28
revenues or sales derived there, or a majority of firm’s employees domiciled in one of these
counties.
An SBE business must have received less than fifteen million dollars ($15 million) in contract
payments from the School District of Palm Beach County projects or contracts in the fiscal
year preceding the bid.
An SBE business shall be independent (a free-standing business) and recognized as a
separate entity for tax purposes. Businesses that share common ownership, space,
employees, or other facilities, may be considered as a single business for this program
without reference to tax status.
The business must have been established and operational for a period of at least one (1) full
year prior to the certification application. The business’s address must include street number,
name of the street, suite number, if any, and correct zip code. A post office box is
unacceptable without the physical street address.
Revenues or Sales Size Standards:
Procurement Program – Any firm that has had an average cumulative gross sales or
revenues of greater than seven million dollars ($7 million) over the last three (3) years shall
not be considered eligible to participate in the School District’s SBE program for procurement.
SDPBC will accept SBE certification on a school district solicitation if the bidder can
demonstrate that they meet the guidelines as outlined in the School District’s Small Business
Enterprise Program eligibility guidelines. Industry specific classification and income thresholds
are consistent with and meets the standards contained in School Board Policy 6.143 and the
Office of Diversity in Business Practices Procedures Manual as depicted in the chart below.
INDUSTRY INCOME THRESHOLD
Construction Not to exceed $13,000,000.
Professional Services Not to exceed $6,000,000.
General Procurement Not to exceed $7,000.000.
SBE Vendor Directory:
The Vendor Directory represents SBE vendors certified only by the School District of Palm
Beach County. Vendors certified as an SBE with any entity or agency other than the School
District of Palm Beach County will not be accepted. The District does not have reciprocity
with any other certifying Agency/Entity. The District has an Inter-local Agreement (IA) with
The City of West Palm Beach, Palm Beach County and Miami-Dade County Public Schools;
however, SBE bidders must have met the certification eligibility criteria of the District’s
certification program at the time of documentation submittal in order to be deemed a District
Certified SBE.
Goal: The Goal established for this industry classification is an SBE Bid Preference
of 5% for the participation of Small Business Enterprises.
SBE Bid Preference:
Pursuant to Board Policy 6.143, award recommendations shall make appropriate adjustments
to pricing when considering solicitations from School District of Palm Beach County (SDPBC)
certified Small Business Enterprises (SBE) if the bid price does not exceed the lowest bidder's
price by an amount greater than $50,000 or 5%, whichever is less. In instances where the
certified SBEs price difference is greater than $50,000 or 5%, the lowest responsive,
responsible bidder will be awarded the contract and the goals shall be deemed waived.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 29
Qualification requirements for SBE Bid Preference are, the bidder must be certified by the
School District of Palm Beach County, at the time the bid is submitted. The District does not
recognize any other certifications. Bidders must submit their School District
Certification Certificate with the bid. For District certification go
to http://www.palmbeachschools.org/diversityinbusiness website and complete the SBE
certification application. The Office of Diversity in Business Practices will review the
certification database to ensure that all SBE’s are certified at the time the bid is submitted.
Small Business Enterprise Participation:
Bidders who list SBE subcontractors as participants in their bids must complete and submit the
Subcontractor Participation Letter of Intent, Form 1525 and Subcontractor Participation
Summary, Form 1526. Form 1526 will be submitted with all requests for payment, and will be
submitted as part of the response to the solicitation.
SBE Bid Preference is not the same as Small Business Enterprise Participation.
If SBE Bid Preference is indicated, then the Bid does not have an SBE Participation Goal and
Forms 1525 and 1526 are not required.
The industry specific classification for this solicitation is: Construction
B2GNow Compliance Reporting System
The SCHOOL BOARD maintains an electronic Contract Compliance System known as the
B2GNow Compliance Reporting System. This Contract is subject to Compliance Tracking and
Contractor shall use the B2GNow secure web-based system to submit Project Specific
information including, but not limited to, monthly payments and progress reports on all
Subconsultants and Subcontractors.
Contractor understands that all Subconsultants and/or Subcontractors are also required to
utilize the B2GNow Reporting System to manage their contact information and Project
Specific records, respond to any noted instructions and/or information requests. Contractor
agrees to advise all of its Subconsultants and/or Subcontractors in writing of the requirement
to submit all Contract Compliance related data electronically to the B2GNow Reporting
System. Contractor further agrees and understands it is responsible for ensuring all
Subconsultants and/or Subcontractors have uploaded all requested items via the B2GNow
Reporting System.
Contractor understands its contact information and that of its Subconsultants and/or
Subcontractor must remain accurate and up-to-date in the B2GNow Reporting System and
agrees to timely notify SCHOOL BOARD of any changes to its contact information or that of
a Subconsultant and/or Subcontractor. From time to time, the SCHOOL BOARD may require
additional information from the Contractor and/or its Subconsultants/Subcontractors and
Contractor agrees that it will provide such information, within five (5) business days via the
B2GNow Reporting System. Contractor understands its obligations hereunder are continuing
and shall survive the expiration or termination of the Contract.
Information concerning access of the B2GNow Reporting System will be provided to
Contractor by the Office of Diversity in Business Practices. The B2GNow Reporting System
is web-based and can be accessed at the following Internet address:
https://palmbeachschools.diversitycompliance.com/. The Contractor shall contact the Office
of Diversity in Business Practices to register for training and support for the B2GNow
Reporting System. Contractor agrees to advise all of its Subconsultants and/or
Subcontractors in writing of their obligation to contact the Office of Diversity in Business
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 30
Practices to register for training and support for the B2GNow Reporting System. For
information request and questions, contact the Office of Diversity in Business Practices (561-
681-2403).
See paragraph N for additional details regarding subcontractors.
P. ACCESSIBILITY TO AND COOPERATION WITH INSPECTOR GENERAL AND STAFF:
The Awarded Vendor agrees and understands that the School District’s Office of Inspector
General shall have immediate, complete, and unrestricted access to all financial and
performance-related records, papers, books, documents, information, writings, drawings,
graphs, photographs, processes, data or data compilations, computer hard drives, emails,
instant messages, services, and property or equipment purchased in whole or in part with
School Board funds ("Information and Records"). The Awarded Vendor shall furnish the
Inspector General with all Information and Records requested for the purpose of conducting
an investigation or audit, as well as provide the Inspector General with reasonable assistance
in locating assets and obtaining information and records that are in the possession, custody,
or control of the Awarded Vendor or its subcontractor. The Awarded Vendor understands,
acknowledges, and agrees to abide by applicable portions of School Board Policy 1.092. Such
policy is located at: https://go.boarddocs.com/fl/palmbeach/Board.nsf/Public#.
Q. PUBLIC RECORDS LAW:
The Responder shall:
a. Keep and maintain public records that ordinarily and necessarily would be required by
the School Board of Palm Beach County in order to perform the service to the Board
under this agreement.
b. Upon request from the Board's custodian of public records, provide the Board with a copy
of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida
Statutes or as otherwise provided by law.
c. Ensure that public records that are exempt or confidential and exempt from public records
disclosure requirements are not disclosed except as authorized by law for the duration of
the Agreement term and following completion of the Agreement if the Responder does
not transfer the records to the Board.
d. Upon completion of the Agreement, transfer, at no cost, to the Board all public records in
possession of the Responder or keep and maintain public records required by the Board
to perform the service. If the Responder transfers all public records to the Board upon
completion of the Agreement, the Responder shall destroy any duplicate public records
that are exempt or confidential and exempt from public records disclosure requirements.
If the Responder keeps and maintains public records upon completion of the Agreement,
the Responder shall meet all applicable requirements for retaining public records. All
records stored electronically must be provided to the Board, upon request from the
Board's custodian of public records, in a format that is compatible with the information
technology systems of the Board.
Failure of Responder to abide by the terms of this provision shall be deemed a material
breach of this Agreement. This provision shall survive any termination or expiration of this
Agreement. In the event of a dispute regarding the enforcement of this provision where the
Responder has unlawfully refused to comply with the public records request within a
reasonable time, the School Board shall be entitled to recover its reasonable costs of
enforcement, including reasonable attorney's fees from the vendor as authorized by
119.0701, Fla. Stat.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 31
IF THE RESPONDER HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, HE OR SHE MUST CONTACT
THE PUBLIC RECORDS MANAGEMENT COORDINATOR FOR THE
SCHOOL DISTRICT OF PALM BEACH COUNTY AT 561-629-8585,
PUBLICRECORDS@PALMBEACHSCHOOLS.ORG, OR 3300
FOREST HILL BLVD., SUITE C-110, WEST PALM BEACH, FL, 33406.
Public Records Exemption:
1) For purposes of this paragraph, “competitive solicitation” means the process of
requesting and receiving sealed bids, proposals, or replies in accordance with the terms
of a competitive process, regardless of the method of procurement.
2) Sealed bids, proposals, or replies received by an agency pursuant to a competitive
solicitation are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution until
such time as the agency provides notice of an intended decision or until 30 days after
opening the bids, proposals, or final replies, whichever is earlier.
3) If an agency rejects all bids, proposals, or replies submitted in response to a competitive
solicitation and the agency concurrently provides notice of its intent to reissue the
competitive solicitation, the rejected bids, proposals, or replies remain exempt from s.
119.07(1) and s. 24(a), Art. I of the State Constitution until such time as the agency
provides notice of an intended decision concerning the reissued competitive solicitation
or until the agency withdraws the reissued competitive solicitation. A bid, proposal, or
reply is not exempt for longer than 12 months after the initial agency notice rejecting all
bids, proposals, or replies.
R. INSURANCE REQUIREMENTS:
In the event of loss, damage or injury to the awarded bidder(s) and/or the awarded bidder's
property, the awarded bidder(s) shall look solely to any insurance in its favor without making
any claim against the School Board of Palm Beach County. The bidder’s insurance coverage
shall be primary and noncontributory. Proof of the following insurance will be furnished by the
awarded vendor(s) to the School Board of Palm Beach County by Certificate of Insurance. The
School Board shall be named as an additional insured.
Original copies of Certificates of Insurance meeting the specific required provision specified
within this contract/agreement shall be forwarded to the School District of Palm Beach
County, Purchasing Department by email (insurancecertificate@palmbeachschools.org), or
fax (561-963-3823), and approved prior to the start of any work or the possession of any school
property. Renewal certificates must be forwarded to the same department prior to the policy
renewal date.
Thirty days written notice must be provided to the School District of Palm Beach County via
certified mail in the event of cancellation. The notice must be sent to the Purchasing
Department.
1. WORKERS' COMPENSATION: WORKERS' COMPENSATION:
Bidder must comply with Section 440, Florida Statutes, Workers’ Compensation and
Employees’ Liability Insurance with minimum statutory limits or elective exemptions as
defined in Florida Statute 440 will be considered on a case by case basis.
Required Endorsements:
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 32
○ Waiver of Subrogation – WC 0003 13 or its equivalent
2. COMMERCIAL GENERAL LIABILITY:
Bidder shall procure and maintain for the life of the contract, Commercial General Liability
Insurance. This policy shall provide coverage for death, bodily injury, personal injury,
products and completed operations liability and property damage that could arise directly
or indirectly from the performance of the contract. It must be an occurrence form policy.
THE SCHOOL BOARD OF PALM BEACH COUNTY SHALL BE NAMED AS AN
ADDITIONAL INSURED ON THE CERTIFICATE FOR COMMERCIAL GENERAL
LIABILITY INSURANCE.
The minimum limits of coverage shall be $1,000,000 per occurrence, Combined, Single
Limit for Bodily Injury Liability and Property Damage Liability.
Required Endorsements:
○ Additional Insured – CG 20 26 or CG 20 10 and CG 20 37 or their equivalents.
Note: CG 20 10 or CG 2026 must be accompanied by CG 20 37 to include
products/completed operations.
○ Waiver of Transfer Rights of Recovery – CG 24 04 or its equivalent.
○ Primary and noncontributory – CG 2001 or its equivalent.
Note: If blanket endorsements are being submitted, please include the entire
endorsement and applicable policy number.
3. BUSINESS AUTOMOBILE LIABILITY:
Awarded vendors shall procure and maintain, for the life of the contract/agreement,
Business Automobile Liability Insurance. THE SCHOOL BOARD OF PALM BEACH
COUNTY SHALL BE NAMED AS AN ADDITIONAL INSURED ON THE CERTIFICATE
FOR BUSINESS AUTOMOBILE LIABILITY INSURANCE.
The minimum limits of coverage shall be $500,000 per occurrence. This coverage shall be
an “Any Auto” form policy or a form policy that includes “Scheduled Autos, Hired Autos,
and Non-Owned Autos” coverage. The insurance must be an occurrence form policy.
In the event the contractor does not own any vehicles, we require an affidavit signed by the
contractor indicating the following:
____________________ (Company Name) does not own any vehicles. In the event we
acquire any vehicles throughout the term of this contract/agreement, _______________
(Company Name) agrees to purchase Business Automobile Liability coverage as indicated
above on the date of acquisition.
4. WAIVER OF SUBROGATION:
The awarded bidder(s) hereby waives any right of subrogation against the School Board
of Palm Beach County, for loss, damage or injury within the scope of the Bidder’s
insurance, and on behalf of itself and its insurer, waives all such claims against the School
Board of Palm Beach County.
NOTE: The terms and conditions of this agreement shall apply with respect to awarded
bidder’s operations for any school or ancillary owned by the School Board of Palm Beach
County.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 33
5. SECURITY OF CONFIDENTIAL PERSONAL INFORMATION:
In accordance with Section 501.171, F.S., (or section as amended) Awarded Vendor(s)
shall take reasonable measures to protect and secure the School Board’s records in any
form. This data may include (personal, financial or student) information. Awarded
Vendor(s) shall notify The School Board, or it’s designee, as expeditiously as practicable,
but no later than 30 days after the determination of the breach or reason to believe a
breach has occurred. Awarded Vendor(s) shall work with The School Board, or it’s
designee, to satisfy the requirements of Section Fla. Statutes, Chapter 501.171 (or
section as amended) as to required investigation and notice pr ovisions. Further,
Awarded Vendor(s) shall reimburse The School District for actual, reasonable costs
incurred by The School District in responding to, and mitigating damages caused by, any
Security Breach, including all costs of notice and/or remediation within 30 days of receipt
of documentation from The School District evidencing such actual, reasonable costs
incurred.
S. USE OF STUDENT INFORMATION
During the term of the contract if you will receive personally identifiable information from
education records of students under the Family Education Rights and Privacy Act (20 U.S.C.
s. 1232g) and 34 C.F.R. s. 99.31(a)(1)(i)(B), and sections 1002.22 and 1002.221, Florida
Statutes you will need to complete the PBSD 2220 form and indicate under paragraph one (1)
on the form what information you will be requesting.
If you will not be receiving any personally identifiable information from education
records of students under the Family Education Rights and Privacy Act (20 U.S.C. s.
1232g) and 34 C.F.R. s. 99.31(a)(1)(i)(B), and sections 1002.22 and 1002.221, Florida
Statutes, please mark N/A on the Vendor or Partner section of the form and return with
the proposal.
T. E-VERIFY
A. Pursuant to Fla. Stat. §448.095, Contractor agrees that it shall register with and use the
U.S. Department of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp,
to verify the work authorization status of all newly hired employees during the term of this
contract or solicitation
B. Pursuant to Fla. Stat. §448.095, if Contractor enters into a contract with a subcontractor(s)
for the labor, supplies or services provided under this contract or solicitation , Contractor
must require that the subcontractor(s) provide Contractor with an affidavit stating that the
subcontractor does not employ, contract with, or subcontract with an unauthorized alien.
The Contractor understands that Contractor must maintain a copy of such affidavit for the
duration of the contract or solicitation.
C. If School Board has a good faith belief that the Contractor has knowingly violated Fla. Stat.
§448.09, School Board shall terminate the contract with the Contractor. The Contractor
is liable for any additional costs incurred by the School Board as a result of a termination
of this contract or solicitation pursuant to §448.095(2)(f) .
D. If School Board has a good faith belief that a subcontractor(s) has knowingly violated
§448.095, but Contractor has otherwise complied with this subsection, School Board shall
promptly notify Contractor and order Contractor to immediately terminate the contract with
the subcontractor(s).
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 34
U. PAYMENT / PAYMENT TERMS:
Payment will be made after the goods/services from the awarded vendor have been
received/completed; inspected and found to comply with award specifications, free of
damage or defect; and a properly billed invoice is received and processed in the Accounting
Services Department.
The District’s payment terms are net 30 days; however, the District will accept terms for early
payment. See Early Payment Terms Document.
Payment will not be processed until the following occurs:
1. The complete and satisfactory receipt of all items ordered. All pricing in accordance with
the bid.
2. The receipt of a properly billed invoice in the Accounting Services Department.
Invoices to the School Board MUST include the following to permit verification of
prices and expedite payment to vendors:
1. Name and Address of Vendor
2. A Unique Invoice Number
3. Date of Shipment
4. Line Item Total or Extended Price
5. Purchase Order Number
6. A copy of the first invoice for this contract shall be sent to the Purchasing Agent for
review at Lorenzo.e.valdes@palmbeachschools.org.
Invoice copy and/or packing slip must be presented at time of delivery. Original
Invoice must be sent to Accounting Services, 3300 Forest Hill Blvd., Suite A-323,
West Palm Beach, FL 33406, or submitted electronically.
To submit an invoice as an email attachment, ensure that the electronic document meets the
guidelines below and email the invoice to apinvoice@palmbeachschools.org.
Electronic Invoice Submission Guidelines:
a. Submit industry standard PDF’s, created at a 300-dpi bi-tonal equivalent (either image
or text only content) or bi-tonal or grey scale TIF’s.
b. Each invoice must be its own file attachment. Multiple invoices in a single email is
supported, but each invoice must be a separate file attachment
If you are interested in learning more about submitting invoices via email, please
contact Bob Rucinski at bob.rucinski@palmbeachschools.org, or call him at (561) 434-
8701.
Failure to timely submit invoices(s) to Accounting Services as set forth above may
significantly delay processing and payment of the invoice.
The School Board may not process invoices submitted more than 120 Days after the date
the goods or services were delivered without prior approval from the Accounting Services
Department.
Vendor waives claims for payment of goods and/or services on invoice(s) not received by the
Accounting Services Department within 120 Days of the delivery. Prior approval by
Accounting Services is required if invoicing will extend past 120 days.
The above terms and conditions are agreed to by submitting an offer on this bid.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 35
V. INCORRECT PRICING/INVOICES:
Any pricing on invoices that is incorrect or freight charges that were not included on the original
Purchase Order, must be brought to the attention of the Purchasing Agent and corrected prior
to the shipment(s) of goods or initiation of services. Additional costs that were not brought to
the District’s attention and did not receive written approval via a Change Order issued by the
Purchasing Agent may not be honored.
W. CHANGE ORDERS:
Any addition(s) to the Scope of Work or to a Purchase Order as a result of the bid award that
adds additional costs must be brought to the School Districts attention and approved by the
Purchasing Department prior to commencement of additional work, shipment of goods or the
addition of unauthorized freight charges. Once approved, a Change Order will be issued to
include the additional costs and work may commence and/or shipment of goods can begin.
Additional costs that were not brought to the district's attention and did not result in a Change
Order approved by the Purchasing Agent may not be honored.
X. DISTRICT PURCHASING CARD:
The School District has authorized the use of a Purchasing Card with Visa through the Bank
of America to expedite small dollar purchases for materials, supplies, and other items needed
for daily operations. Vendors may be presented these credit cards by authorized School
District personnel for the above-mentioned purchases. Each cardholder’s authorization limit
may not exceed $1,000 daily per vendor effective July 1, 2006 (with the exception of travel).
Purchase orders are strongly discouraged for purchasing materials, and supplies under
$1,000.
Y. CONFLICT OF INTEREST:
On vendors own business letterhead, all vendors must disclose the name of any officer,
director, or agent who is also an employee of the District. All vendors must disclose the name
of any District employee who owns, directly or indirectly, any interest in the responder's
business or any related entity. By submitting this documentation to the District, the vendor
represents and warrants that District employee does not have a prohibited conflict of interest
as provided in Chapter 112, Florida Statutes and School Board Policy 3.02 Code of Ethics.
Z. CODE OF ETHICS:
Per District Policy 3.02, District Employees shall not accept gifts or gratuities in violation of the
State Code of Ethics or which give the appearance that the gift improperly influenced a
decision.
AA. ORGANIZATION PROFILE:
Provide the Corporate Name and Parent Company (if applicable) and address of corporate
headquarters. Provide the names, titles, addresses, email, and telephone numbers of the
persons authorized to answer any questions related to Company’s proposal. The Organization
Profile should also include information such as number of years in the business, number of
locations, location of facilities, company vision statement, and a succinct history of the
company. In addition, the Beneficial Interest and Disclosure of Ownership Affidavit (PBSD
Form 1997) must be completed, signed, notarized and returned with your bid.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 36
BB. COMPANY FINANCIALS:
Vendors shall provide financial statements giving the District enough information to
determine financial stability. Failure to do so may result in your response being rejected.
a. Balance Sheet or Annual Report for the last three (3) years
b. Three (3) years of income statements
c. Federal or State tax liens or judgements for the proposer’s entity for the last five years.
If no liens or judgements exist, please so state on Company Letterhead and upload with
your response.
You may also include (optional):
a. Statement of Changes in financial position;
b. Letter from the proposer banking institution
c. Statement from certified public accounting firm.
CC. SCOPE OF SERVICES: The School Board of Palm Beach County, Florida invites General
Contractors licensed by the State of Florida, to submit a Proposal to provide General
Contracting services for Minor Facilities Repair and Maintenance necessary to deliver a
completed project in accordance with the requirements and specifications established by the
District for each project. Minor Facilities Repairs and Maintenance will consist of projects
with a dollar value under $300,000.
• For projects with an estimated cost under $10,000 work shall be rotated between the
awarded pool of contractors who are ready, willing and able to perform the work.
• For projects with an estimated cost over $10,000, Purchasing will post a Request
for Quote (RFQ) on PeriscopS2G and include Scope of Work, Specifications, any
associated plans or prints and a required Quote Document. The RFQ will be open
to only those vendors awarded on this contract. If a site visit is considered
mandatory, all interested parties/bidders shall attend and sign the attendance sheet.
The attendance sheet will be collected ten (10) minutes after the scheduled start time.
Contractors arriving after the attendance sheet has been collected may be considered
as not in attendance for purposes of the mandatory site inspection and their quote
may be rejected.
Following the site inspection, you will have an opportunity to submit any questions
regarding the project by the deadline specified. Quotes shall be submitted as directed
by the deadline specified and submitted on the Required Quote Document only. All
Quotes shall provide cost for labor, materials, installation and equipment necessary
to complete the work on the project and deliver a 100% completed project on or
before the completion dates specified. Prices quoted shall only be accepted from the
Bid Summary Document submitted with this bid and must be itemized. No lump
sum will be accepted. Work shall incorporate all of the requirements set forth in the
Board approved Educational Specifications, Florida Building code, Florida
Accessibility Codes, District Master Specifications, Design Criteria and all other
applicable specifications.
There will be no additional charge for consultation or troubleshooting on any particular
project. This will be included with any project by the awarded contractor for that project.
Due to budgetary restraints and ultimate practicality of some projects, the District by
requesting a site visit or proposal does not by implication commit itself to
commencement or completion of any project.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 37
No guarantee of the dollar amount of work performed under this Contract is implied or
given, nor is there any guarantee of work.
At the completion of a project, the School District will perform a project inspection to
assess the quality materials and services, managed cost control, timeliness and
conformance to regulations and standards. Poor assessments may be grounds for removal
from the pool of awarded vendors. If Contractor does not intend to submit a quote on a
certain project, justification must be provided to the School District. The School District
shall take a non-responsiveness into consideration when awarding future work and
determining whether contract options will be exercised.
RESPONSIBILITIES
1. For each project awarded under this Contract the Contractor shall be
responsible for the following:
2. The Contractor will furnish, at their expense, all labor, materials,
transportation, technical expertise, supervision, licensing, and
permits, in compliance with all of the requirements set forth in the
Educational Specifications, District Master Specifications, Florida
Building code, Florida Accessibility Codes and all other applicable
Specifications. It is suggested that vendor should familiarize
themselves with the District’s codes and regulations prior to
submitting your proposal. DMS can be found at the following link:
https://www.palmbeachschools.org/cms/one.aspx?pageId=12530559 /
3. The School District will provide water and electricity from point of
closest hook-up only (no hoses or electrical cables will be
provided) at sites specified.
4. Contractor shall provide shop drawings for all completed work to
the District Facility Management Coordinator or designee, where
applicable.
5. The contractor shall be responsible for correction/replacement,
according to local codes and School District's satisfaction, of all
water lines, sanitary lines, electrical lines, curbs, sidewalks, streets,
parking lots, grassed areas, structures, etc., broken or damaged as
the result of contractor's operations.
6. The contractor shall take field measurements and verify field
conditions and shall carefully compare such field measurements
and conditions and any other information known to the contractor
as may be provided by the owner before commencing activities.
Errors, inconsistencies or omissions discovered shall be reported to
the District at once.
7. The contractor shall not be relieved of obligations to perform the
work in accordance with the contract documents either by
activities or duties of the owner or of the contract or by test
inspections or approvals required or performed by persons other
that he contractor.
8. Contractor shall be responsible for off-loading,
unpacking/uncrating all materials and equipment at the job site as
well as removal of dunnage off the school/department site in
accordance with specifications herein and all attachments.
9. The contractor's invoice must be itemized showing parts, labor,
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 38
etc., to provide a complete accounting of services performed.
10. The contractor shall be responsible for the protection of all
buildings, structures, and utilities that are underground, above
ground, or on the surface from their operations that may be
hazardous and/or damaging to said facilities.
11. The contractor shall be responsible for the protection of all
personnel against hazards and/or injuries due to their operations at
the work site.
12. Contractor shall be responsible for safeguarding of all tools and
equipment, signs, barricades, etc. while operating on any school
site. The district assumes no responsibility for act of theft or
vandalism which may occur while contractor’s equipment is
located on any school district site.
13. Contractor shall not inhibit access to any School District building
during pursuit of work specified herein.
14. Contractor shall leave work site in a neat and orderly fashion at the
end of each workday.
15. Contractor or a representative, daily while on campus, shall sign in
and present District issued clearance badge at the school center's
main office prior to commencing any work and shall sign out at
school's office prior to leaving campus unless prior written
exception has been obtained.
16. Contractor shall provide due care at all times while performing any
task at any District controlled location to cordon off, barricade,
and/or post signs to maintain a safe distance to avoid creating
hazardous condition for pedestrians, property, and vehicles.
17. The contractor shall at all times enforce strict discipline and good
order among their employees and shall not employ on the work any
unfit person or anyone not skilled in the task assigned to them.
18. The contractor shall supervise and direct the work, using their best
skill and attention. The contractor shall be solely responsible for all
construction means, methods, techniques, work sequences and
procedures and for coordinating all portions of the work under the
contract.
19. The contractor shall be responsible to the District for the acts and
omissions of any awarded project by their employees,
subcontractors and any other persons performing any of the work
under a contract with the contractor.
20. The contractor shall have a English-speaking, licensed (State of
Florida or Palm Beach County) supervisor/representative on the
work site at all times, who shall be thoroughly knowledgeable of all
plans, specifications, and other contract documents and has the
authority to act in the contractor's behalf.
21. The contractor shall not proceed with any project until a written
purchase order has been received.
22. The contractor must obtain prior written approval on all costs before
the additional work is started.
23. The contractor shall provide a construction work schedule and
submit it to the School District designated contract person. The
schedule shall include estimated commencement and completion
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 39
dates.
24. The contractor shall provide an emergency after-hour phone number
and contact person.
25. The contractor shall be responsible to ensure pickup of any and all
refuse, rubbish, scrap materials, and debris as a result of their
operations so that work site presents a neat and orderly appearance
at all times. All rubbish, scrap, etc. shall be transported from the
premises. No rubbish shall be deposited as fill on the work site. At
completion of work, the contractor shall remove all work materials,
tools, construction equipment, machinery, and surplus materials
from the work site and shall leave project in ready-to-use condition.
The contractor shall be responsible for the appearance of all working personnel
assigned to the projects (clean and appropriately dressed) at all times, and their
compliance with School Board Policies and Rules prohibiting smoking and
consumption of alcohol and illegal drugs while on campus. The provision or use of
existing sanitary facilities will be discussed and determined at the pre-construction
meeting. The contractor shall provide to the owner certification that all personnel
on site comply with Level 2 FDLE and FBI screening, with the report of the results
provided by or to the School District’s Police Department, which shall be the sole
determiner of clearance. All contractor and sub-contractor personnel must have a
badge, indicating clearance. The contractors name and a traceable number must
be visible. No contact between students or School staff is allowed with any
contractor, sub-contractor, or supplier. If contacted by school personnel or staff,
refer them to the School Districts Project Coordinator for this project.
DD. HOURLY RATE: The hourly rate quoted shall include full compensation for labor,
equipment use, travel time, and any other cost to the bidder. This rate is assumed to be at straight
time for all labor, except as otherwise noted. The bidder shall comply with minimum wage
standards and any other applicable laws of the State of Florida. If overtime is allowable under
this Bid, it will be covered under a separate item in the special clauses.
EE. WORK DAY DEFINED: The workday shall start at 7:00 A.M. and end at 5:00 P.M.,
Monday through Sunday. The hourly rate charge shall commence on the job site; all travel time
expenses shall be borne by the bidder and will not be reimbursed by the District.
FF. WARRANTY: Contractor shall guarantee entire installed system to be free of defects in
workmanship and materials for a period of at least one year from date installation is accepted.
Contractor and/or manufacturer shall repair and/or replace, at no cost to the School District, any
defects or malfunctions noted during the warranty periods.
GG. LIQUIDATED DAMAGES: Should the contractor fail to complete the work within the
time specified on the purchase order, and provided the contractor has not previously obtained an
extension of time, the School District reserves the right to collect liquidated damages. Said
liquidated damages shall be assessed at the rate of $100 per day for each calendar day that work
remains uncompleted after the time allotted.
HH. BALANCE OF LINE: The “balance of line” shall include products and services that are not
requested in this. Invitation to Bid, but are within the scope of products and services available from
the awardee(s). The School District reserves the right to add these products and services to the
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 40
awarded items. Additions shall be submitted as they occur. Deletions and discontinued items shall
be reported by bid awarded vendor as they occur. Refer to Additional Information Document.
II. DELAYS AND EXTENSIONS OF TIME: If the contractor is delayed at any time in the
progress of the work for any cause or reason which is beyond their control, contract time may be
extended by mutual agreement between the contractor and the School District (Purchasing
Department).
JJ. AREA REPRESENTATIVE: Bidder should indicate on the attached Area Representative
Document the name, address, phone number and email address, if available, of the vendor
representatives who will make periodic scheduled visits to the schools and departments and will be
available, upon request, to resolve billing and delivery problems.
BID PREPARATION CHECKLIST:
The Bid Preparation Checklist is a guide to assist the Bidder in verifying the completeness of their
Bid. The Bid Preparation Checklist does not relieve the Bidder of the responsibility of ensuring
that all requirements of this solicitation are included with submittal of their response. Items
checked “required” must be submitted with your bid response or your bid may be declared non
responsive.
Verified
by Vendor
Required Document See Special
Condition
Yes Bidder Acknowledgement On PeriscopeS2G
Yes Area Representative Paragraph JJ
Yes Required Response Form On PeriscopeS2G
Yes Bid Summary Document On PeriscopeS2G
Yes Certificates/License Paragraph I
Yes Questionnaire Form Paragraph I
Yes Beneficial Interest and Disclosure of Ownership
Affidavit
Paragraph D
Yes Debarment Certification On PeriscopeS2G
Yes Variance Document On PeriscopeS2G
Yes Reference Document Paragraph H
Yes Early Payment Terms Paragraph U
Yes (if
applicable)
Form 1525, Letter of Intent – SBE
Subcontractor Participation
Paragraph N, O
Yes (if
applicable)
Form 1526, SBE Subcontractor Participation
Summary
Paragraph N, O
Yes Form 0580, Drug-Free Workplace Certification On PeriscopeS2G
Yes Organizational Profile Paragraph AA
Yes Company Financials Paragraph BB
Yes Conflict of Interest/Non Conflict of Interest
Statement
Paragraph Y
Yes E-Verify Form Paragraph T
Yes Complaint Notification/Bid General Conditions See General
Conditions
Paragraph 26
Yes Bidders' Certification for Byrd Anti-Lobbying On PeriscopeS2G
Yes Form 2220 Paragraph S
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 41
*Reminder* The Proposer must submit all supporting
documentation in the name of Proposer’s entity only.
Parent and/or subsidiary entities will not be acceptable.
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 42
Labor Rate - Regular
Supervisor/Foreman $0.00
Plumber $0.00
Electrician $0.00
HVAC Technician $0.00
Painter $0.00
Carpenter $0.00
Locksmith $0.00
Sheet Metal $0.00
Irrigation Technician $0.00
Welder $0.00
Electronic Technician $0.00
Trades Helper $0.00
0%
$0.00
$0.00
$0.00
$0.00
$0.00
Materials - Cost Plus Percentage
(Cost Plus Percentage may not exceed 15%)
(A percentage of zero or net cost is acceptable)
$0.00
23C-26C
Bid 23C-36C for Term Contract for General Contracting Services for Facilities Minor
Repairs and Maintenance under $300K
Bid Summary Document
ALL HOURLY RATES MUST INCLUDE TRAVEL, MILEAGE AND ASSOCIATED EXPENSES AND MUST
REMAIN FIRM FOR THE INITIAL CONTRACT PERIOD
Vendor:
Work Day:
Regular Time: Monday through Sunday, 7am to 5pm
Overtime: Monday through Sunday, after 5pm
Labor Rate - Overtime
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Bid 23C-26CThe School District of Palm
Beach County
1/24/2023 11:57 AM p. 43
VILLAGE OF NORTH PALM BEACH
COMMUNITY DEVELOPMENT DEPARTMENT
TO: Honorable Mayor and Council
THRU: Chuck Huff, Village Manager
FROM: Caryn Gardner-Young, Community Development Director
DATE: June 27, 2024
SUBJECT: RESOLUTION – Approving proposals from selected firms to provide Building
Department Services in accordance with the Request for Proposals issued by the
Village and authorizing the Village Manager to execute Contracts with the selected
firms.
Background:
A request for Proposal (RFP) is a solicitation used to communicate the Village of North Palm Beach’s
(Village) requirements to any prospective contractor/consultant and to solicit proposals. The primary
priority of an RFP is to describe the needs and requirements of the Village so that potential proposers
can submit bid proposals that meet those needs. Usually, an RFP describes the work to be done, how it
will be judged, and the terms and conditions of the proposed agreement. It also tells the proposer how to
send their proposal and what forms or paperwork should be included. The purpose of the RFP process
is to let the Village choose the proposers that best fit the Village’s needs and budget and to ensure that
contracts are not awarded simply because the proposer is known but to allow competition, thereby
keeping project costs down.
The Community Development Department (Department) issued an RFP for Building Department
Services on April 10, 2024. Please see attached copy of the RFP. During the open period for the RFP,
several questions and clarifications were received and all were addressed through posted Addendums.
The RFP is needed based upon the Department’s workload, the number of inspections and plans
submitted, the priorities of the Village Council, Building Code requirements, the expertise of the Staff and
Staff shortages to ensure work is completed in a timely manner. Although the Village presently has
building services consultants under contract, it had been several years since a competitive solicitation
was posted and the needs of the Village have evolved over time.
The RFP is seeking qualifications from proposers for Building Department services including plan review,
permit inspections, building official duties, and assistance with permitting processing. The idea is to
provide the Village with a wide range of providers who can provide support for various Village tasks that
may arise. The prospective firms were required to provide one or more of the building services but could
choose to provide any of the other services either in house or through sub-consultants.
To provide the Village more comprehensive Building Department support as needs arise, the RFP
clarified that multiple firms could be chosen. By doing this, the Village will be able to choose the provider
which best suits the proposed task, ensures that a provider is always available (whether due to their
workload or conflicts) and seek the most competitive price by requesting proposals from one or more of
the selected firms.
The Department followed the Village’s purchasing policies. On April 26th, the RFP was closed and two
(2) proposals were received. All were deemed to be sufficient. A Selection Committee was created
which included the Community Development Director, Senior Fire Inspector, Parks and Recreation
Director, and Assistant Public Works Director. Copies of the proposals and reference questionnaires
were provided to the Selection Committee. Due to the low number of responses and the consistency
between the proposers, the Selection Committee agreed that the Building Official would negotiate with
both vendors in an attempt to obtain more favorable pricing. However, a contract would be offered to
both vendors.
Summary of Proposed Rates:
Building Official Inspector Plan reviewer Permit Technician
C.A.P. Government, Inc. $97.50 $82.50 $90.00 $45.00
GFA International, Inc. d/b/a
Universal Engineering Services
$120.00 $100.00 $100.00 $65.00
Legal Review
The attached Resolution has been prepared/reviewed by the Village Attorney for legal sufficiency. The Village
Attorney shall prepare the Contracts with the firms incorporating the terms of the RFP and the Proposals
Submitted.
Fiscal Impacts
The proposers selected by the Village will provide general Building Department services to the Village on
an as-needed basis, based upon task orders to be issued by the Village under the Contract. There is no
guarantee of a minimum amount of work under any Contract. Work will be authorized through a Purchase
Order, in an amount not to exceed $50,000, based upon available funds in the Village Council’s approved
budget.
Recommendation:
Village Staff recommends approval of the attached Resolution accepting the Proposals submitted
by C.A.P. Government, Inc. and GFA International, Inc. d/b/a Universal Engineering Services to
provide Building Department services to the Village and authorizing the Village Manager to
execute Contracts with the selected firms in accordance with Village policies and procedures.
RESOLUTION 2023-
A RESOLUTION OF THE VILLAGE COUNCIL OF THE VILLAGE OF NORTH
PALM BEACH, FLORIDA, ACCEPTING PROPOSALS FROM SELECTED
FIRMS TO PROVIDE BUILDING DEPARTMENT SERVICES TO THE VILLAGE
ON AN AS NEEDED BASIS AND AUTHORIZING THE VILLAGE MANAGER
TO EXECUTE CONTRACTS WITH THE SELECTED FIRMS; AND PROVIDING
FOR AN EFFECTIVE DATE.
WHEREAS, Village Staff issued a Request for Proposals (“RFP”) for Building Department services,
including, but not limited to plan review, permit inspections, building official duties, and assistance
with permit processing; and
WHEREAS, the Village received two proposals in response to the RFP, and the Selection Committee
recommended executing non-exclusive Contracts with both firms; and
WHEREAS, the Village Council determines that the adoption of this Resolution is in the best interests
of the Village and its residents.
NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF NORTH PALM
BEACH, FLORIDA, as follows:
Section 1. The foregoing “whereas” clauses are hereby ratified and incorporated herein.
Section 2. The Village Council hereby accepts the Proposals for Building Department services
submitted by the following firms: C.A.P. Government, Inc. and GFA International, Inc. d/b/a
Universal Engineering Services. The Village Council further authorizes the Village Manager to
execute five (5) year non-exclusive Contracts with both firms in an amount not to exceed $50,000
during any single fiscal year, subject to review by the Village Attorney as to form and legal
sufficiency.
Section 3. This Resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED THIS _____ DAY OF ___________________, 2024.
(Village Seal)
MAYOR
ATTEST:
VILLAGE CLERK
Request for Proposals
Building Department Services
VILLAGE OF NORTH PALM BEACH
701 US HIGHWAY ONE SUITE 100
NORTH PALM BEACH, FL 33408
COMMUNITY DEVELOPMENT DEPARTMENT
561-841-3365
RFP – Building Inspection Services Page 2
TABLE OF CONTENTS
Subject Page Number
Cover ........................................................................................................................... 1
Table of Contents ......................................................................................................... 2
Advertisement .............................................................................................................. 3
Part I – Proposal Guidelines ......................................................................................... 4
Part II – Nature of Services Required ........................................................................... 11
Part III – Proposal Requirements ................................................................................. 14
Part IV – Evaluation of Proposals ................................................................................. 17
Evaluation Criteria ........................................................................................................ 19
Proposer Checklist ...................................................................................................... 20
Information Statement ................................................................................................. 22
Non-Collusive Affidavit Form ........................................................................................ 24
Drug-Free Workplace Certification ............................................................................... 25
Scrutinized Vendor Certification .................................................................................. 26
Public Entity Crimes Form ............................................................................................ 27
Proposer References ................................................................................................... 29
Schedule of Fees ......................................................................................................... 31
Proposer’s Supplemental Information .......................................................................... 32
RFP – Building Inspection Services Page 3
VILLAGE OF NORTH PALM BEACH, FL
Request for Proposals
BUILDING DEPARTMENT SERVICES
LEGAL NOTICE
TO ALL INTERESTED PARTIES:
The Village of North Palm Beach, Florida (“Village”) is actively seeking proposals from qualified
firms/individuals to provide Building Department Services, including building inspections, plan
review, building official services, and permit technicians. The Village anticipates awarding a
continuing services contract to one (1) or more firms/individuals. Firms/individuals selected by the
Village will provide Building Department Services to the Village on an as-need basis, based upon
task orders to be issued by the Village under the continuing contract. There is no guarantee of a
minimum amount of work under any continuing contract.
Request for Proposals (RFP) packages shall be received by the Village Clerk at 501 U.S.
Highway, North Palm Beach, FL 33408 on or before 3:00 p.m. local time on April 26, 2024. A
public opening will take place on the same date and time in the Village Hall Conference Room
located at Village Hall at 501 U.S. Highway One, North Palm Beach, FL 33408. Any Proposals
received after 3:00 p.m. local time on said date will not be accepted under any circumstances.
Any uncertainty regarding the time a Proposal is received will be resolved against the Proposer.
THE PROPOSER’S ACKNOWLEDGMENT FORM (REFER TO ATTACHMENT A -PROPOSAL
RESPONSE FORMS) MUST BE EXECUTED AND SUBMITTED WITH THE PROPOSAL, AND
ALL OTHER REQUIRED PROPOSAL DOCUMENTS AND FORMS SHALL BE PLACED IN A
SEALED ENVELOPE. THE FACE OF THE ENVELOPE MUST CONTAIN THE PROPOSER’S
RETURN ADDRESS AND THE WORDS “REQUEST FOR PROPOSALS – BUILDING
DEPARTMENT SERVICES.”
An Evaluation Committee shall evaluate the proposals submitted by the firms/individuals using
criteria as outlined in the RFP and recommend the best-qualified firm(s)/individual(s) to the Village
Council. The Village Council will select the proposer(s) it considers, in its sole discretion, to be
the best qualified to serve the Village’s interest for these services. The Village reserves the right ,
in its sole discretion, to withdraw this RFP, to reject any or all proposals and/or to waive
irregularities on all proposals.
Publication Date(s): April 10, 2024
RFP – Building Inspection Services Page 4
VILLAGE OF NORTH PALM BEACH
RFP - BUILDING DEPARTMENT SERVICES
PART I
PROPOSAL GUIDELINES
1-1 Introduction: The Village of North Palm Beach, Florida is soliciting Proposals from qualified
firms/individuals to provide Building Department Services, including building inspections, plan
review, building official services, and permit technicians.
1-2 Proposal Submission and Withdrawal: The Village must receive all proposals no later than
by 3:00 p.m. local time on April 26, 2024. The proposals shall be submitted at the following
address:
VILLAGE OF NORTH PALM BEACH
Village Clerk
501 U.S. Highway One
North Palm Beach, Florida 33408
To facilitate processing, please clearly mark the outside of the proposal package as follows:
REQUEST FOR PROPOSALS – BUILDING DEPARTMENT SERVICES. This package shall
also include the Proposer’s return address.
Proposers may withdraw their proposals by notifying the Village in writing at any time prior to the
deadline for proposal submittal. After the deadline, the proposal will constitute an irrevocable
offer to provide the requested services for a period of six (6) months. Once opened, proposals
become a record of the Village and will not be returned to the Proposer.
The Village cautions Proposers to assure actual delivery of mailed or hand-delivered proposals
directly to the Village Hall at 501 U.S. Highway One, North Palm Beach, Florida prior to the
deadline set for receiving proposals. Each Proposer is responsible for making certain that its
Proposal is received at the location specified by the due date and time. The Village of North Palm
Beach is not responsible for delays caused by any mail, package delivery or courier service,
including the U.S. mail, or caused by any other occurrence or condition. The Village’s normal
business hours are Monday through Friday, 8:00 a.m. through 5:00 p.m., excluding holidays
observed by the Village. Any proposal received after the established deadline will not be
considered and will be returned unopened to the Proposer(s).
The Proposers shall examine this RFP carefully. The submission of a Proposal shall be prima
facie evidence that the Proposer has full knowledge of the scope, nature, and quality of the work
to be performed; the detailed requirements of the specifications; and the conditions under which
the work is to be performed. Ignorance of the requirements will not relieve the Proposer from
liability and obligations under the Contract.
1-3 Number of Copies: Proposers shall submit one (1) original, five (5) paper copies and
one (1) electronic copy on a flash drive of the proposal in a sealed, opaque package marked
as noted above. The Proposer will be responsible for timely delivery, whether by personal
delivery, U.S. Mail, or any other delivery medium.
1-4 Development Costs: Neither the Village nor its representatives shall be liable for any
expenses incurred in connection with preparation of a response to this Request for Proposals or
RFP – Building Inspection Services Page 5
incurred by a Proposer in responding to the RFP, including costs incurred in connection with
evaluation and award proceedings. Proposers should prepare their proposals simply and
economically, providing a straightforward and concise description of the Proposer’s ability to meet
the requirements of the RFP.
1-5 Inquiries: Interested Proposers may contact the Village’s Building Official, Scott H. Wood
regarding questions about the RFP by telephone at (561) 841-3366 or by e-mail at
swood@village-npb.org.
The Building Official will receive written requests for clarification concerning the meaning or
interpretations of the RFP, until eight (8) calendar days prior to the submittal date. No other
employee of the Village is authorized to interpret any portion of this RFP or give information as to
the requirements of the RFP in addition to what is contained in the written RFP document.
1-6 Addenda: The Village may record its response to inquiries and any supplemental
instructions in the form of written addenda. The Village may provide written addenda up to five
(5) calendar days prior to the date fixed for receiving the proposals. The Village of North Palm
Beach uses its website, the Palm Beach Post and DemandStar to administer the competitive
solicitation process, including but not limited to soliciting responses, issuing addenda, posting
results, and issuing notification of an intended decision. There is no charge to register and
download the RFP from the Village’s website. Proposers shall contact the Village to ascertain
whether any addenda have been issued or review the online RFP on the DemandStar system.
Failure to do so could result in an unresponsive proposal.
All Proposers are expected to carefully examine the proposal documents. Any ambiguities or
inconsistencies should be brought to the attention of the Building Official through written
communication prior to the opening of the proposals.
Material changes, if any, to the scope of services or the solicitation process will only be transmitted
by official written addendum issued by the Village and uploaded to the Village’s website as a
separate addendum to the RFP. Under no circumstances shall an oral explanation given by any
Village official, officer, staff, or agent be binding upon the Village and should be disregarded. All
addenda are a part of the competitive solicitation documents and each Proposer will be bound by
such addenda. It is the responsibility of each Proposer to read and comprehend all addenda
issued.
1-7 Contract Awards: A Contract will be awarded by the Village Council. The Village
anticipates entering into as many Contracts with as many Proposers who submit a proposal
judged by the Village to serve the interests of the Village. In addition, the Village reserves the
right to further negotiate any proposal, including price, with any Proposer. If an agreement cannot
be reached with any Proposer within thirty (30) days from start of the negotiations, the Village
reserves the right to reject the Proposal. The Village reserves the right to accept or reject any or
all proposals, with or without cause, to waive technicalities or to accept any proposals which, in
its sole judgment, best serves the interest of the Village. The Village also reserves the right to
abandon the solicitation and/or to solicit and re-advertise for other proposals.
The Proposer understands that this RFP does not constitute an offer or a Contract with the
Proposer. An offer or contract shall not be deemed to exist and is not binding until proposals are
reviewed, accepted by appointed staff, approved by the appropriate level of authority within the
Village and executed by all parties.
1-8 Acceptance of Responses/Minor Irregularities
The Village reserves the right to accept or reject any or all responses, part of responses, and to
RFP – Building Inspection Services Page 6
waive minor irregularities or variances to specifications contained in responses which do not make
the response conditional in nature and minor irregularities in the solicitation process. A minor
irregularity shall be a variation from the solicitation that does not affect the price of the contract or
does not give a Proposer an advantage or benefit not enjoyed by other Proposers, does not
adversely impact the interests of other Proposers or, does not affect the fundamental fairness of
the solicitation process. The Village also reserves the right to reissue a Request for Proposals.
The Village reserves the right to disqualify a Proposer during any phase of the competitive
solicitation process and terminate for cause any resulting contract upon evidence of collusion with
intent to defraud or other illegal practices on the part of the Proposer.
1-9 Contractual Agreement: This RFP shall be included and incorporated in the final award.
The order of contractual precedence will be the Contract, the terms of the RFP, and the submitted
proposal. All legal action necessary to enforce the Contract will be held in Palm Beach County
and the contractual obligations will be interpreted according to the laws of the State of Florida.
Any additional term or provision requested for consideration by the Proposer must be
attached and enclosed as part of the proposal.
1-10 Unauthorized Work: The successful Proposer(s) shall not begin work until a Contract
has been awarded by the Village Council and a notice to proceed has been issued. Proposer(s)
agree and understand that the issuance of a purchase order and/or task order shall be issued
and provided to the Proposer(s) following Village Council award; however, receipt of a purchase
order and/or task order shall not prevent the Proposer(s) from commencing the work once the
Village Council has awarded the contract and notice to proceed is issued.
1-11 Public Records: Upon award recommendation or thirty (30) days after opening,
whichever occurs first, proposals become “public records” and shall be subject to public disclosure
consistent with Chapter 119 Florida Statutes. Proposers must invoke the exemptions to
disclosure provided by law in the response to the RFP, and must identify the data or other
materials to be protected, and must state the reasons why such exclusion from public disclosure
is necessary. Document files may be examined, during normal working hours.
1-12 News Releases: The Proposer shall obtain the prior written approval of the Village
Manager’s Office of all news releases or other public notices pertaining to this RFP, the service,
or project to which it relates.
1-13 Insurance: The Proposer shall, at its sole expense, agree to maintain in full force and
effect at all times during the life of the resulting Contract, insurance coverages, limits, including
endorsements, as described herein. The requirements contained herein, as well as Village’s
review or acceptance of insurance maintained by the awarded service provider, are not intended
to and shall not in any manner limit or qualify the liabilities and obligations assumed by the
Proposer under the contract.
(a) Commercial general liability in the amount of $1,000,000 per occurrence and
$2,000,000 aggregate covering bodily injury and property damage resulting from
the activities connected with this service. The Village of North Palm Beach shall
be endorsed as an Additional Insured to the Commercial General Liability. The
Additional Insured endorsement shall read Village of North Palm Beach, including,
all Officers, Employees, and Elected and Appointed Officials. The Proposer shall
agree the Additional Insured endorsements provide coverage on a primary basis.
(b) Professional Liability or the equivalent Errors & Omissions Liability at a limit of
liability not less than $1,000,000 Per Occurrence. When a self -insured retention
(SIR) or deductible exceeds $25,000 the Village reserves the right, but not the
RFP – Building Inspection Services Page 7
obligation, to review and request a copy of the Proposer's most recent annual
report or audited financial statement. For policies written on a Claims-Made basis,
the Proposer warrants the Retroactive Date equals or precedes the effective date
of this contract (Certificate of Insurance shall specify: Retro date- Full prior acts
coverage applies). In the event the policy is canceled, non-renewed, switched to
an Occurrence Form, retroactive date advanced; or any other event triggering the
right to purchase a Supplemental Extended Reporting Period (SERP) during the
life of this Contract, the Proposer shall agree to purchase a SERP with a minimum
reporting period not less than three (3) years. The Proposer shall agree this
coverage shall be provided on a primary basis. The Certificate of Insurance must
indicate whether coverage is written on an occurrence or claims-made basis and
must indicate the amount of any SIR or deductible.
(c) Workers’ Compensation and Employers Liability Insurance covering all employees
engaged in the work under the Agreement, in accordance with the laws of the State
of Florida. The amount of Employers Liability Insurance shall not be less than
$100,000 each accident, $100,000 each employee for disease, and $500,000
disease aggregate.
(d) Automobile Liability at a limit of liability not less than $500,000 Each Occurrence
for all owned, non-owned and hired automobiles. In the event the Proposer does
not own any automobiles, the Business Auto Liability requirement shall be
amended allowing the Proposer to agree to maintain only Hired & Non-Owned
Auto Liability. This amended requirement may be satisfied by way of endorsement
to the Commercial General Liability, or separate Business Auto coverage form.
The Proposer shall agree this coverage shall be provided on a primary basis.
The Proposer shall agree, by submitting a Proposal, to a Waiver of Subrogation for each required
policy. When required by the insurer, or should a policy condition not permit an Insured to enter
into a pre-loss agreement to waive subrogation without an endorsement, then the Proposer shall
agree to notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights
of Recovery Against Others, or its equivalent. This Waiver of Subrogation requirement shall not
apply to any policy, in which a condition to the policy specifically prohibits such an endorsement,
or voids coverage should enter into such an agreement on a pre-loss basis.
The Village reserves the right to review, modify, reject, or accept any required policies of
insurance, including limits, coverages, or endorsements, herein from time to time throughout the
life of the resulting Contract. The Village reserves the right, but not the obligation, to review and
reject any insurer providing coverage because of its poor financial condition or failure to operate
legally.
During the life of the Contract, the successful Proposer shall provide at its own cost and expense
and maintain all insurance listed above. Proof of insurance is required before the Contract is
signed. It shall be the responsibility of the successful Proposer to ensure that all subcontractors
comply with each of the insurance requirements.
A 30-day written notice of cancellation, non-renewal or modification of any stipulated insurance
shall be mailed to the Clerk’s Office, return receipt requested mail. Note: 10-day Notice of Non-
Payment is acceptable if Certificate of Insurance indicates 30-day notice for cancellation, non-
renewal, or modifications.
The successful Proposer’s liability insurance coverage shall extend to and include the following
contractual indemnity and hold harmless agreement:
The Proposer shall indemnify, hold harmless and defend at its sole cost the Village of North Palm
Beach and any other person or entity that becomes a Named Insured, as outlined herein, their
RFP – Building Inspection Services Page 8
respective officers, agents, and employees, against and assume all liability for any and all claims,
suits, actions, damages, liabilities, expenditures, or causes of action of any kind arising from the
services authorized in the Contract and resulting or occurring from any alleged negligence, act,
omission or error of the Proposer, its agents, or employees and/or arising from the failure of the
Proposer, its agents, or employees to comply with each and every requirement of the Contract or
with any Village, county, state, or federal law or regulation applicable to the service provided
resulting in or relating to bodily injury, loss of life or limb, or damage to property sustained by any
person, firm, corporation, or other business entity.
The foregoing indemnity agreement shall apply to all claims and suits other than claims and suits
arising out of the sole and exclusive negligence of the Village, its officers, agents, and employees
as determined by a court of competent jurisdiction.
Insurance coverage required by this Request for Proposals shall be in force throughout the
Contract term. Should the successful Proposer fail to provide acceptable evidence of current
insurance within seven (7) days of receipt of written notice at any time during the term of the
Contract, the Village shall immediately terminate the Contract.
1-14 Prohibition on Scrutinized Companies: As provided in Section 287.135(2)(a), Florida
Statutes, by submitting a Proposal or entering into any contract with the Village, or performing
any work in furtherance hereof, the Proposer certifies that it is not on the Scrutinized Companies
that Boycott Israel List, created pursuant to section 215.4725, Florida Statutes, and is not
engaged in a boycott of Israel. The Proposer shall complete the attached Scrutinized Companies
Certification Form which is attached as an exhibit.
1-15 Public Entity Crimes: Award will not be made to any person or affiliate identified on the
Department of Management Services’ "Convicted Vendor List”. This list is defined as consisting
of persons and affiliates who are disqualified from public contracting and purchasing process
because they have been found guilty of a public entity crime. No public entity shall award any
contract to, or transact any business in excess of the threshold amount provided in Section
287.017 Florida Statutes for Category Two (currently $35,000) with any person or affiliated on the
"Convicted Vendor List” for a period of thirty-six (36) months from the date that person or affiliate
was placed on the "Convicted Vendor List” unless that person or affiliate has been removed from
the list. By signing and submitting its Proposal, Proposer attests that it has not been placed on
the “Convicted Vendor List.”
1-16 Drug-Free Workplace: All proposers must sign and comply with the drug free work place
form attached.
1-17 Rights and Privileges: Rights and privileges granted by the Village shall not be assigned
or transferred in any manner whatsoever without written approval of the Village Council. At all
times during the term of the Contract, the Proposer shall act as an independent contractor and at
no time shall the Proposer be considered an agent of the Village. The Proposer shall obtain and
pay for all permits, licenses, Federal, State and Local taxes chargeable to its operation.
1-18 Cone of Silence: The Proposer is advised that the “Palm Beach County Lobbyist
Registration Ordinance” prohibits a Proposer or anyone representing the Proposer from
communicating with any member of the Village Council, the Village Manager and Village
employees. This “Cone of Silence” is in effect from the date/time of the deadline for submission
of the RFP, and terminates at the time that the Village Council approves a contract or rejects all
proposals. Violations of the “Cone of Silence” shall disqualify any Proposer.
1-19 Code of Ethics: The award is subject to all applicable State of Florida, Palm Beach
County and Village ethical provisions and requirements. All Proposers shall disclose with their
RFP – Building Inspection Services Page 9
Proposal the name of any officer, director, or agent who is also a Village employee. Further, all
Proposers shall disclose the name of any Village employee who owns, directly or indirectly, an
interest of 5% or more in the Proposer's firm or any of its branches.
1-20 Lobbying Prohibited: Proposers are not to contact or lobby any Village personnel related
or involved with this RFP. All written inquiries are to be directed to the Building Official as
instructed herein. Any violation of this condition may result in rejection and/or disqualification of
the Proposer.
1-21 Equal Opportunity Requirements: It is the policy of the Village to prohibit discrimination
on the basis of race, color, creed, religion, sex, national origin, age, physical disability, mental
disability, history of physical or mental disability, marital status, familial status, veteran status,
sexual orientation, the presence of a non-job related medical condition, or any form of unlawful
discrimination.
1-22 Disclosure and Disclaimer: Any action taken by the Village in response to proposals
submitted in response to this RFP or in making any award or failure or refusal to make any award
pursuant to such proposals, or in any cancellation of award, or in any withdrawal or cancellation
of this RFP, either before or after issuance of an award, shall be without any liability or obligation
on the part of the Village or its advisors.
Following submission of a proposal, the Proposer agrees to promptly deliver such further details,
information, and assurances, including, but not limited to, financial and disclosure data, relating
to the proposal and/or the Proposer, including the Proposer’s affiliates, officers, directors,
shareholders, partners, and employees, as requested by the Village.
The information contained herein is provided solely for the convenience of proposers. It is the
responsibility of a Proposer to assure itself that information contained herein is accurate and
complete. Neither the Village, nor its advisors provide any assurances as to the accuracy of any
information in this RFP. Any reliance on the contents of this RFP, or on any communications with
Village representatives or advisors, shall be at each Proposer’s own risk. Proposers should rely
exclusively on their own investigations, interpretations, and analyses in connection with this
matter. The RFP is being provided by the Village without any warranty or representation,
expressed or implied, as to its content, accuracy, or completeness, and no proposer or other party
shall have recourse to the Village if any information herein contained shall be inaccurate or
incomplete. No warranty or representation is made by the Village that any proposal conforming
to these requirements will be selected for consideration, negotiation, or approval.
The Village, and its representatives shall have no obligation or liability with respect to this RFP,
or the selection and award process contemplated hereunder. All costs incurred by a Proposer in
preparing and responding to this RFP are the sole responsibility of the Proposer. Any recipient of
this RFP who responds hereto fully acknowledges all the provisions of this Discloser and
Disclaimer and agrees to be bound by the terms hereof. Any proposal submitted in response to
this RFP is at the sole risk and responsibility of the party submitting such proposal.
1-23 Proposal Contents: All material submitted becomes the property of the Village of North
Palm Beach. The Village has the right to use any or all ideas presented in any response to this
RFP. Selection or rejection of the proposal does not affect this right.
1-24 Social, Political, or Ideological Interests: Pursuant to section 287.05701, Florida
Statutes, the Village may not request documentation of or consider a Proposer’s social, political,
or ideological interests when determining if the Proposer is responsible. Further, the Village may
not give a preference to a Proposer based on the Proposer’s social, political, or ideological
interests.
RFP – Building Inspection Services Page 10
VILLAGE OF NORTH PALM BEACH
RFP – BUILDING DEPARTMENT SERVICES
PART II
NATURE OF SERVICES REQUIRED
2-1 PURPOSE AND SCOPE OF WORK
The Village of North Palm Beach (the “Village”) is soliciting Proposals from qualified
consulting Proposers or individuals (hereinafter, collectively referred to as “Proposer” or
“Proposers”) to provide Building Department Services, including building inspections, plan
review, building official services, and permit technicians. The Village anticipates awarding
a continuing services contract to one (1) or more Proposer(s). Proposers selected by the
Village will provide Building Inspection Services to the Village on an as-need basis. There
is no guarantee of a minimum amount of work under any continuing contract. The
continuing services contract will provide for a task order or similar document to be issued
for each project/assignment.
2-2 BACKGROUND
The Village of North Palm Beach is located on the east coast of Florida, 9 miles north of
West Palm Beach in Palm Beach County. The Village is a residential community with a
population of about 13,000 year-round residents. When winter residents arrive, the Village
population is estimated to be about 15,000. The Village was incorporated in 1956. The
Village operates under the Council/Manager form of government and provides the
following services: general government, public safety, public services, country club, and
parks and recreation.
2-3 WORK TO BE PERFORMED
The Village is requesting qualifications from Proposers with experience in the following
potential services:
A. Building Inspections:
1. Provide building, mechanical, electrical, and plumbing inspection services on an as
needed basis. Inspect structures for verification of compliance with the current Florida
Building Code.
2. Provide approximately 1300 hours per year of building inspections working under the
direction of the Building Official or designee on an as needed basis.
3. The minimum requirement is at least one inspector licensed in the State of Florida in
each of the following categories: Building, Plumbing, Mechanical, and Electrical as a
Building Inspector with a minimum of four (4) years of experience. The person(s)
performing the inspections shall hold State of Florida standard licenses and/or
certifications in those disciplines for which he/she is performing inspections. The
required certification will be specified at the time of the service request.
4. Inspectors are expected to provide daily inspections using paper that will be emailed
to the Village, or electronic logs that will be uploaded to My Government Online.
5. Inspectors are expected to interact with homeowners, contractors, engineers,
community development, public utilities, and public works personnel to ensure that
inspection services are completed on time and in a manner that promotes community
RFP – Building Inspection Services Page 11
service and support, while in compliance with Florida Building Code and Village Codes
and Ordinances.
6. To complete roof inspections, inspectors are expected to get on the roof to inspect and
verify compliance with current codes. If the roof slope is greater than 5/12 the
inspectors can verify the roof inspection is in compliance with current codes by spot
checking the roof with a ladder on the eaves
7. Inspectors are expected to have the knowledge and ability to relay information to the
Building Official or Community Development Director or designee.
B. Plan Review:
1. Review plans for compliance with the minimum standards of the current Florida
Building Code.
2. Provide approximately 1300 hours per year under the direction of the Building Official
or designee on an as needed basis.
3. Plan reviewers are expected to review plans that are required by Florida Statutes, with
electronic log of reviews completed each day and uploaded to My Government Online.
4. Reviewers are expected to communicate requirements to architects, engineers,
contractors, project managers, and homeowners and interact with other departments
to complete reviews in an electronic form.
5. The plan reviews must be completed in a reasonable amount of time in relation to the
scope of the project and at the direction of the Building Official or designee.
6. Reviewers may be required to complete a site visit to ensure compliance with Florida
Statutes and Building Code requirements.
7. Reviewers should be capable of relaying information to the Building Official.
8. The minimum requirement is at least one reviewer holding a standard license in the
State of Florida in each of the following categories: Building, Plumbing, Mechanical,
Electrical as a Plan reviewer and a minimum of 4 (four) years of experience. The
person(s) performing the plan reviews shall hold State of Florida licenses and/or
certifications in those disciplines for which he/she is performing plan review. The
required certification will be specified at the time of the service request.
C. Building Official:
1. Provide a State of Florida standard licensed Building Official, with a minimum of ten
(10) years’ experience in the construction industry, who is responsible for ensuring
compliance with State plumbing, mechanical, electrical, gas, fire prevention, energy,
accessibility and building codes; federal, state, and local ordinances; and statutes
regarding health, safety, and welfare; and Federal Emergency Management
Contractor requirements.
2. The Building Official provides direct regulatory responsibilities for plan review, building
inspections and enforcement, and shall work under the direction of the Village’s
Director of Community Services.
3. Other specific duties include but are not limited to:
Responsible for assisting in the permitting process established by the Village with
regulatory administration of plan review, enforcement, inspection of building
construction, and alteration projects that require compliance with state and local
codes;
Coordinating with the Department’s Permit Technician, inspections and serving
as technical advisor for the building division, as well as coordinating data entry into the
Village’s permitting software for building division items; generating building reports;
issuing all types of construction permits as appropriate, preparing certified letters,
documents, in-house memos and form updates associated with building division
activities/actions.
Liaison to the construction industry, the State, contractors, and the general
public, and providing direct customer service in person or by telephone/e-mail;
RFP – Building Inspection Services Page 12
Provides administrative guidance to technical and clerical staff engaged in
construction, permitting, inspection, and recording of data;
Reviews State Statutes affecting construction and determines the impact on the
Village and Department; and
Reviews, researches, and makes recommendations for approval of adoption of
departmental policies regarding issuing of permits, licensing of contractors and
inspection procedures, and serves as an expert witness as the Village’s Building
Official, when needed by the Village
Operate as the Flood Plain Manager
Responsible for assisting in the NPDES permitting process.
Supplementary Conditions
1. Invoices are to be submitted monthly on the same week of every month.
2. A weekly work log and time sheet shall be submitted to the Director of Community
Development or designee.
3. Inspectors will possess required equipment, safety gear, and vehicles to complete the
tasks. Inspectors will also have laptops or tablets for access to My Government Online.
4. The Village reserves the right to request the replacement of any inspector or plan reviewer
if it is in the Village’s best interest.
5. The Village is currently in the process of implementing My Government Online. Awarded
supplier will be expected to utilize My Government Online to streamline workflows.
6. The Village will provide My Government Online training to the selected firm(s).
7. The Village is requesting proposers to provide professional Building Inspection Services
as required under the Florida Building Code. Inspections shall be performed within one
(1) business day of noticed scheduling by the Village’s Permit Technician. Inspections
shall be provided during morning and afternoon time periods. Work hours are Monday
through Friday during regular business hours of 7:00 a.m. to 4:00 p.m.
8. No bonds will be associated with the RFP or work resulting from the RFP.
9. Plan Review services may be provided remotely only using the MGO software currently in
use by the Village.
10. All proposers must be able to supply one or more of all services in this RFP
11. Perform other building division services duties as assigned or directed by Building Official.
These tasks are not to be construed as a complete statement of all duties to be performed.
Proposers may be required to perform other job-related duties, as required. The Village shall have
the right, in its sole and absolute discretion, to require additional services that are consistent with
the scope of services and those activities typically performed by a Building Official, Building
Inspector, Plans Reviewer, and Permit Technician and for which the Proposer(s) are experienced,
qualified, and able to perform. All services shall be performed and completed in compliance with
Florida law, the Florida Building Code, the Village’s Charter and Code of Ordinances, and all other
applicable codes, laws, rules, and regulations governing these services.
2-4 CONTRACTS, BILLING AND PAYMENT
1. The selected Proposer(s) will be expected to enter into a formal agreement at the
time of contract award. The selected Proposer(s) will also be expected to submit
a scope of services for the purpose of executing a formal contract. A Scope of
services and pricing shall be included in the award contract.
2. The Village of North Palm Beach expects to sign a firm fixed price contract with
the successful proposer for a five (5) year period with the expectation that an
additional contract will be awarded for 2 additional one-year periods subject to the
mutual consent of the Village Manager and the Proposer and approval of the
RFP – Building Inspection Services Page 13
Village Council.
3. The total amount of compensation will be negotiated with the selected Proposer.
No minimum amount of work or compensation will be assured to the retained
Proposer(s).
RFP – Building Inspection Services Page 14
Village of North Palm Beach BUILDING DEPARTMENT SERVICES
PART III
PROPOSAL REQUIREMENTS
3-1 RULES FOR PROPOSALS
Proposer shall submit one (1) original, five (5) paper copies and one (1) electronic copy on a flash
drive in a clear, concise format, on 8 ½ " x 11" paper, in English. The proposal shall contain
tabbed sets of the information required herein to be considered for award. Omission of required
data may be cause for disqualification. Any other information thought to be relevant, but not
applicable to the enumerated sections, should be provided as an appendix to the proposal. If
publications are supplied by a Proposer to respond to a requirement, the response should include
reference to the document number and page number. Proposals not providing this reference will
be considered to have no reference materials included in the additional documents.
Proposals must be properly signed in ink by the owner/principal having the authority to bind the
firm to this agreement.
The proposal must name all persons or entities interested in the proposal as principals. The
proposal must declare that it is made without collusion with any other person or entity submitting
a proposal pursuant to this RFP.
The Village deems certain documentation and information important in the determination of
responsiveness and for the purpose of evaluating responses. Responses should seek to avoid
information in excess of that requested, must be concise, and must specifically address the issues
of this RFP. Please use a 12-point font and at least 1.15-line spacing to facilitate reading of the
proposal. This does not apply to resumes. The Village prefers that responses be no more than
thirty (30) pages double-sided, be bound in a soft cover binder, and utilize recyclable and
recycled-content materials as much as practical. Elaborate binders are neither necessary nor
desired. Please place the labeled thumb drive in a paper sleeve. The proposals shall be organized
and divided into the sections indicated herein and in the order that this information is requested
in this RFP. These are not inclusive of all the information that may be necessary to properly
evaluate the response and meet the requirements of the scope of work and/or specifications.
Additional documents and information should be provided as deemed appropriate by the Proposer
in response to specific requirements stated herein or through the RFP.
3-2 SUBMISSION OF PROPOSALS
An original copy (so marked) and five (5) copies and the flash drive copy to include the
following shall be submitted for a proposing firm to be considered:
1. Title Page. Title page shall provide the RFP subject; the firm’s name; the name, address,
and telephone number of contact person; and the name, address, principal place of
business and telephone number of the legal entity with whom the contract is to be entered.
2. Table of Contents. The table of contents of the proposal should include a clear and
complete identification of the materials submitted by section and page number. The table
of contents should outline in sequential order the major areas of the submittal, including
enclosures. All pages should be consecutively numbered and correspond to the Table of
Contents.
RFP – Building Inspection Services Page 15
3. Transmittal Letter. This letter will summarize in a brief and concise manner the Proposer
understanding of the work to be performed, a statement why the firm/individual believes
itself to be best qualified to provide the Building Inspection Services, and a statement that
the proposal remains in effect for sixty (60) days. An authorized agent of the Proposer
must sign the Letter of Transmittal indicating the agent’s title or authority.
4. Detailed Technical Proposal. The detailed proposal should follow the order set forth as
stated below
3-3 TECHNICAL PROPOSAL
General Requirements - The purpose of the technical proposal is to demonstrate the qualifications,
competence, capacity, and methodology of the firms/individuals seeking to provide the services in
conformity with the requirements of this Request for Proposal. Therefore, the substance of proposals
will carry more weight than their form or manner of presentation. The techni cal proposal should
demonstrate the combined qualifications of the firm/individual and of the particular staff members to
be assigned to this engagement.
The technical proposal should address each of the points outlined in the RFP. The proposal should
be prepared simply and economically, providing a straightforward, concise description of the
proposer’s capabilities to satisfy the requirements of the RFP. While additional data may be
presented, the following subjects must be included.
Section 1: INTRODUCTION LETTER (not to exceed three pages)
An introductory letter, introducing the Proposer including the corporate name (if applicable),
address and telephone number of principal office, number of years in business and staff size.
Include a reproduction of Corporate Charter Registration, if applicable. Indicate the primary
person responsible for this project. Introduction shall be signed by an individual authorized to bind
the firm.
Section 2: APPROACH TO THE SCOPE OF SERVICES (unlimited pages)
The proposal shall include a description of the proposed general services engagement, with any
exhibits or documentation deemed essential, addressing the following:
1) Overall approach and methods to accomplish the Building Department Services;
2) Working knowledge of the Village of North Palm Beach;
3) Describe the current workload of each person who will be involved in the Proposal;
4) Summarize other Proposer resources available to meet the Village’s needs;
5) Provide information regarding any proposed innovative concepts that may enhance
value and quality of the proposed work; and
6) Any favorable cost containment approaches or additional or alternative ideas that may
be successful if implemented by the Village.
Section 3: WORK EXPERIENCE
The proposal shall include past performance, including the total number of similar entities to which
the Proposer has provided Building Department Services. The Proposer shall list a minimum of
three (3) projects it has worked on in the past five (5) years, of similar scope and complexity.
Emphasis should be on building services provided for municipal clients within the State of Florida.
The descriptions shall include the client’s reference and contact information; key project staff;
summary of the work performed; the contract amount; the schedule; and the project’s
achievements, milestones and hardships. The Proposer may submit both as a prime and/or serve
as a sub-Proposer under another Proposal.
RFP – Building Inspection Services Page 16
Provide a minimum of five (5) references for which the Proposer provided a similar Building
Official, Building Inspector, Plans Reviewer, and Permit Technician services within the past five
years of the scope and nature required by this RFP similar in size to the Village of North Palm
Beach. These references must include, as a minimum: name of company; contact person;
address; e-mail address; and telephone number. References shall include the general description
of the project, the dates, and whether time lines were met.
Letters of Commendations or Recommendation may be included in this section.
Section 4: KEY STAFF EXPERIENCE AND QUALIFICATIONS
Proposers shall submit the following information (for Proposer and any sub-Proposers) as
described in the sections below:
1) Staffing levels at office locations;
2) Total staff available for this Proposal and the anticipated percent of Building
Official, Building Inspector, Plans Reviewer, Building Codes and Permit
Technician work to be performed by various levels of staff including
organizational chart.
3) Experience and qualifications of all key Proposer and Sub-Proposer players
(Provide resumes and licenses of all persons who will be involved in the
engagement of the Building Inspection Services.); and
4) List of tasks to be subcontracted out;
Section 5: LITIGATION AND TERMINATIONS
Proposer(s) shall provide a summary of any litigation filed against their firm or key personnel in
the past five (5) years. The summary shall state the nature of the lit igation, a brief description of
the case, the outcome or projected outcome, and the monetary amount involved. If none, state
as such. Include whether the Proposer or any of its principals has ever been declared bankrupt
or reorganized under Chapter 11 or put into receivership. List any criminal violations and/or
convictions of the Proposer and/or any of its principals. Proposers shall also state if the Proposer
and/or firm has had contracts for the services sought under this RFP which were terminated for
default, non-performance, or delay in the past five (5) years. Proposer shall describe all such
terminations, including the name and address of the other contracting party for each such
occurrence. If none, state as such.
Section 6: COST DETAIL
Propose a fee schedule for use of the service and schedule of fees for completion of all the
Building Department Services required.
VILLAGE OF NORTH PALM BEACH
RFP – Building Inspection Services Page 17
BUILDING DEPARTMENT SERVICES
PART IV
EVALUATION OF PROPOSALS
4-1 EVALUATION AND AWARD
The Village will select proposals deemed most qualified and in the best interest of the Village
based on the submittal criteria. The Evaluation Committee will rank those Proposers whose
proposals are deemed most qualified.
The Village reserves the right to select any proposal which in the opinion and sole discretion of
the Village will be in the best interest of and/or most advantageous to the Village. The Village
reserves the right to waive any irregularities and technicalities and may at its discretion request
re-submittal of proposals.
4-2 SELECTION COMMITTEE – An Evaluation Committee selected by the Village will
convene, review, and discuss all proposals submitted.
4-3 REVIEW OF PROPOSALS - The Evaluation Committee will use a point/percentage
formula during the review process to score proposals.
4-4 EVALUATION CRITERIA - The criteria and weights as shown below shall be utilized in
the evaluation of the proposals. The Evaluation Committee will evaluate all responsive written
proposals to determine which proposals best meet the needs of the Village, based on the
evaluation criteria. It is expected that a contract will be executed between both parties for the
services as may be necessary. The evaluation criteria will be based on Qualifications and
Experience of the Firm and Staff, Technical Approach to the Project/Scope of Work, and Fees.
4-5 SELECTION - Proposer selection and the award of the contract shall be performed in
accordance with all State of Florida requirements and procedures and all Village policies and
procedures.
4-6 FINAL SELECTION - The Evaluation Committee will submit as many proposals to the
Village Council for final approval as appropriate. The Village shall be the sole judge of its own
best interests, the proposals, and the resulting negotiated agreement. The Village’s decisions
will be final. Upon Village Council authorization, contract negotiations will be initiated with the as
many appropriate firms/individuals selected by the Village Council.
RFP – Building Inspection Services Page 18
VILLAGE OF NORTH PALM BEACH
RFP – BUILDING DEPARTMENT SERVICES
EVALUATION CRITERIA
Criteria
Points
Qualifications and Experience / Ability of Professional Personnel / Financial
Availability of qualified personnel
The quality of the firm’s professional personnel to be assigned to the engagement and the
quality of the firm’s support personnel and continuity of staff.
Ability to perform additional services and provide technical support throughout the period of
engagement
Ability to meet set standards
Previous contracting experience with the Village and other governmental agencies
Evidence of a capable and well-organized engagement team and management plan
Evidence of insurance and/or bonding capacity
Demonstrated experience performing municipal Building Inspection Services
25
Quality of Services
Conveyance of a willingness to work with Village staff to maximize resources
The ability to satisfactorily convey, via the completeness and responsiveness of their
Proposal, a depth of understanding of the Scope of Work and the firm’s capa city to
accomplish it successfully
High quality level of services to be provided to Village
Responsiveness to the Village’s needs
25
Technical Approach to the Project/Scope of Work
Approach to the Project and Methodology
Understanding of Village needs
Technical Soundness of the proposal
Applicability of the services offered
Meeting the Village's operational requirements
20
Fee
Pricing Structure
Fee Schedule work sheet
Any other Costs
20
Other
Overall completeness, clarity, and quality of proposal
Location of firm
Volume of Work in process
10
RFP – Building Inspection Services Page 19
EXHIBIT A
PROPOSER CHECKLIST
Note:
1) This Exhibit must be included in RFP immediately after the Letter of Transmittal.
2) RFP Package must be put together in the order set forth in this checklist.
3) Any supplemental materials must appear after those listed below and be tabbed “Additional
RFP Information”
___________ Title Page
___________ Table of Contents
___________ Letter of Transmittal
___________ Copy of this Checklist (Exhibit A)
___________ Introduction Letter
___________ Approach to Scope of Services
___________ Work Experience
___________ Key Staff Experience and Qualifications
___________ Litigation and/or Terminations
___________ Cost Details
FORMS
______ Proof of Licenses
______ Information Statement (Exhibit B)
______ Noncollusive Affidavit (Exhibit C)
______ Drug Free Workplace form (Exhibit D)
______ Scrutinized Companies Certification (Exhibit E)
______ Public Entity Crimes Form (Exhibit F)
______ Reference Form (Exhibit G)
______ Fee Schedule (Exhibit H)
RFP – Building Inspection Services Page 20
VILLAGE OF NORTH PALM BEACH
RFP – BUILDING DEPARTMENT SERVICES
REQUIRED FORMS
THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK
RFP – Building Inspection Services Page 21
Exhibit B
INFORMATION STATEMENT
Please Note: All fields below must be completed. If the field does not apply to you, please note
N/A in that field.
If you are a foreign corporation, you may be required to obtain a certificate of authority from the
department of state, in accordance with Florida Statute §607.1501 (visit
http://www.dos.state.fl.us/ ).
Company: (Legal Registration)
__________________________________________________________________________
Address:
___________________________________________________________________________
Village: ________________________________________ State: ______ Zip: ___________
Telephone No. _____________ FAX No. _______________
Email: ______________________________
ADDENDUM ACKNOWLEDGEMENT - Proposer acknowledges that the following addenda have
been received and are included in the proposal:
Addendum No. Date Issued Addendum No. Date Issued
__________ ________ __________ ________
__________ ________ __________ ________
____________________________________________________________________________
VARIANCES: State any variations to specifications, terms and conditions in the space provided
below or reference in the space provided below all variances contained on other pages of bid,
attachments or bid pages. No variations or exceptions by the Proposer will be deemed to be part
of the bid submitted unless such variation or exception is listed and contained within the bid
documents and referenced in the space provided below. If no statement is contained in the below
space, it is hereby implied that your bid/proposal complies with the full scope of this solicitation.
If this section does not apply to your bid, simply mark N/A
___________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
The below signatory hereby agrees to furnish the following article(s) or services at the price(s)
and terms stated subject to all instructions, conditions, specifications addenda, legal
advertisement, and conditions contained in the bid/proposal. I have read all attachments including
the specifications and fully understand what is required. By submitting this signed proposal, I will
accept a contract if approved by the Village and such acceptance covers all terms, conditions,
and specifications of this bid/proposal. The below signatory also hereby agrees, by virtue of
submitting or attempting to submit a response, that the Village shall have no liability for
respondent’s indirect, incidental, consequential, special, or exemplary damages, expenses, or
RFP – Building Inspection Services Page 22
lost profits arising out of this competitive solicitation process, including, but not limited to, public
advertisement, bid conferences, site visits, evaluations, oral presentations, or award proceedings.
Submitted by:
______________________________________
Signature
______________________________________
Name (printed)
______________________________________
Title
______________________________________
Date
RFP – Building Inspection Services Page 23
EXHIBIT C
NONCOLLUSIVE AFFIDAVIT FORM
STATE OF ______
COUNTY OF _______
_________, being first duly sworn deposes and says that:
1. He/She is fully informed respecting the preparation and contents of the attached Proposal
and of all pertinent circumstances respecting the Proposal.
2. The Proposal is genuine and is not a collusive or sham Proposal.
3. Neither the Proposer nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, have in any way, colluded, conspired,
connived, or agreed, directly or indirectly, with any other Proposer, firm or person to submit a
collusive or sham Proposal in connection with the Contact for which the attached Proposal has been
submitted; or to refrain from bidding in connection with such Contract; or have in any manner,
directly or indirectly, sought by agreement or collusion, or communication, or conference with any
Proposer, firm, or person to fix the price in the attached Proposal or of any other Proposer, or to fix
any overhead, profit, or cost elements of the Proposal price or the Proposal price in any other
Proposer; or to secure through any collusion, conspiracy, connivance, or unlawful agreement any
advantage in the proposed Contract.
4. The price or prices quoted in the attached Proposal are fair and proper and are not tainted
by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any
other of its agents, representatives, owners, employees or parties in interest, including this affiant.
Date: _______/______/________
By _______
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State and
County aforesaid to take acknowledgements, personally appeared _____________, an authorized
representative of , well known to me and known to me to be the person(s) described in and who
executed the foregoing instrument and have acknowledged before me that they executed the same.
WITNESS my hand and official seal in the County and State last aforesaid this ____ day of _____________,
2023.
___________________________ _______
Notary Public - State of Florida at Large
(Printed, typed or stamped commissioned name of notary public)
EXHIBIT D
RFP – Building Inspection Services Page 24
DRUG-FREE WORK PLACE CERTIFICATION
The undersigned Contractor, in accordance with Section 287.087, Florida Statutes, hereby certifies that
_____________________________________ does:
Name of Business
1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the
actions that will be taken against employees for violations of such prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation, employee
assistance programs and the penalties that may be imposed upon employees for drug abuse
violations.
3. Give each employee engaged in providing the commodities or contractual services that are under
bid a copy of the statement specified in Paragraph 1.
4. In the statement specified in Paragraph 1, notif y the employees that, as a condition of working on
the commodities or contractual services that are under bid, the employee will abide by the terms of
the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere
to, any violation of Florida Statute 893 or of any controlled substance law of the United States or
any state, for a violation occurring in the workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee who is
so convicted.
6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of
Paragraphs 1 through 5.
As the person authorized to sign this statement, I certify that this firm complies fully with above
requirements.
Proposer's Signature
Date
EXHIBIT E
RFP – Building Inspection Services Page 25
SCRUTINIZED VENDOR CERTIFICATION
PURSUANT TO SECTION 287.135, FLORIDA STATUTES
This sworn statement is submitted to the Village of North Palm Beach, Florida
by _____________________________________________________________________
(print individual's name and title)
for _____________________________________________________________________
(print name of entity submitting sworn statement)
whose business address is___________________________________________________
________________________________________________________________________
and (if applicable) its Federal Employer Identification Number (FEIN) is:_____________
(If the entity has no FEIN, include the Social Security Number of the Individual
signing this sworn statement: _______________________)
1. I hereby certify that the above-named entity:
A. Does not participate in the boycott of Israel; and
B. Is not on the Scrutinized Companies that Boycott Israel List.
Section 287.135, Florida Statutes, prohibits the Village from contracting with companies for goods
or services in any amount if at the time of bidding on, submitting a proposal for or entering into or
renewing a contract if the company is on the Scrutinized Companies that Boycott Israel List,
created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel.
As the person authorized to sign on behalf of the above-named entity, I hereby certify that the
statements set forth above are true and that pursuant to Section 287.135, Florida Statutes, the
submission of a false certification may subject the company to civil penalties, attorney’s fees
and/or costs. I further understand that any contract with the Village for goods or services may be
terminated at the option of the Village if the company has been found to have submitted a false
certification.
(Signature)
The foregoing document was sworn and subscribed before me this ______ day of
______________, 2023 by ______________________, who is personally known to me or
produced ______________________ as identification.
____________________________
Notary Public
My Commission Expires:
RFP – Building Inspection Services Page 26
EXHIBIT F
PUBLIC ENTITY CRIMES FORM
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted to Village of North Palm Beach
(Print name of the public entity)
By
(Print individual’s name and title)
for
(Print name of entity submitting sworn statement)
Whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is
(If the entity has no FEIN, include the Social Security Number of the individual signing this
sworn statement )
2. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency
or political subdivision of any other state or of the United States, including, but not
limited to, any Proposal or contract for goods or services to be provided to any public
entity or an agency or political subdivision of any other state or of the United States
and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or
material misrepresentation.
3. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with
or without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, no jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
4-1. A predecessor or successor of a person convicted of a public entity crime:
or
4-2. Any entity under the control of any natural person who is active in the
management of the entity and who has been convicted of a public entity
crime. The term “affiliate” includes those officers, directors, executives,
partners, shareholders, employees, members, and agents who are active
in the management of an affiliate. The ownership by one person of shares
constituting a controlling interest another person, or a pooling of equipment
or income among persons when not for fair market value under an arm’s
length agreement, shall be a prima facie case that one person controls
another person. A person who knowingly enters into a joint venture with a
person who has been convicted of a public entity crime in the State of
Florida during the preceding 36 months shall be considered an affiliate.
RFP – Building Inspection Services Page 27
5. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes,
means any natural person or entity organized under the laws of any state or of the
United States with the legal power to enter into a binding contract and which Proposal
applies to Proposals on contracts for the provision of goods or services let by a public
entity, or which otherwise transacts or applies to transact business with a public entity.
The term “person” includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in the management
of an entity.
6. Based on information and belief, the statement, which I have marked below, is true in
relation to the entity submitting this sworn statement. (indicate which statement
applies)
Neither the entity submitting this sworn statement, nor any of its officers,
directors, executives, partners, shareholders, employees, members or agents who are
active in the management of the entity, nor any affiliate of the entity has been charged
with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one or more of its officer’s
directors, executives, partners, shareholders, employees, members or agents who are
active in the management of the entity, nor any affiliate of the entity has been charged
with and convicted of a public entity crime subsequent to July 1, 1989.
The entity submitting this sworn statement, or one of more of its officer’s directors,
executives, partners, shareholders, employees, members or agents who are active in the
management of the entity, nor any affiliate of the entity has been charged with and convicted of
a public entity crime subsequent to July 1, 1989. However, there has been a subsequent
proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings
and the Final Order entered by the Hearing Officer determined that it was not in the public
interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach
a copy of the final order)
State of
County of
The foregoing instrument was acknowledged before me this day of , 2023 by
of , who is personally known to me or who has produced as identification and who
did (did not) take an oath.
WITNESS my hand and official seal.
______________________________
NOTARY PUBLIC
_______________________________
(Name of Notary Public: Print, Stamp,
or type as Commissioned)
RFP – Building Inspection Services Page 28
EXHIBIT G
REFERENCES
PROPOSER REFERENCES
Please submit a minimum of five references in detail; give client references who have been clients (of
the Proposer) for at least one year (preferably municipal governments or other governmental agencies of
similar size in Florida where your company has provided same and similar services Building Official,
Building Inspector, Plans Reviewer, Building Codes and Permitting Services). The Village may contact
some of the Proposer’s current and former clients, both supplied by the Proposer and independently
derived, to request that they validate the qualifications of the Proposer and the accuracy of the claims
made by the Proposer in its Proposal, and that they assess the Proposal’s ability to perform the types,
level and quality of services that the Village desires. All references contacted will be asked to rate those
aspects of the Proposal’s performance on a scale from 0 – 5: zero (0) being poor and (5) being excellent.
Excellent: Frequently exceeds client reference’s specifications/requirements
Good: Meets client reference’s specification/requirements.
Poor: Frequently does not meet client reference’s specifications / requirements
1. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
2. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
3. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
RFP – Building Inspection Services Page 29
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
4. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
5. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
RFP – Building Inspection Services Page 30
EXHIBIT H
SCHEDULE OF FEES
POSITION HOURLY RATE
Building Official
Inspector
Plans Reviewer
Permit Technician
RFP – Building Inspection Services Page 31
PROPOSER SUPPLEMENTAL INFORMATION
Please add any additional supplemental information in this section.
RFP Building Department Services
RFP ADDENDUM #1
Page 1 of 1
ADDENDUM #1TO THE BID DOCUMENTS
Date of Addendum: April 19, 2024
BID DOCUMENT BUILDING DEPARTMENT SERVICES
NOTICE TO ALL POTENTIAL RESPONDENTS
A. This Addendum shall be considered part of the bid documents for the above-
mentioned project as though it had been issued at the same time and shall be
incorporated integrally therewith. Where provisions of the following supplementary data
differ from those of the original bid documents, this Addendum shall govern and take
precedence.
B. Proposers are hereby notified that they shall make any necessary adjustments in
their estimates as a result of this Addendum. It will be construed that each bidder's
proposal is submitted with full knowledge of all modifications and supplemental data
specified herein.
QUESTIONS AND ANSWERS
The following questions and answers are provided as a matter of information to clarify
issues raised about the RFP. To the extent that changes to the RFP are required
based on the questions received, the RFP has been modified as noted above in the
RFP section of this Addendum.
Item Questions and Answers
1.0 Question: Evaluation criteria mentions evidence of insurance in Qualifications
and Experience, yet it does not appear in the requirements for the proposal
response. Please clarify if respondents are to submit an insurance certificate
with responses, and (if so) in which section to include.
Answer: The Certificate of Insurance can be provided at the time of contract
award.
2.0 Question: Our firm understands that required forms are to be included with
responses; however, they are not mentioned specifically in Sections 1-6 (proposal
requirements). Please clarify the appropriate section to include them.
Answer: The required forms are listed on Page 19 and can be attached as the
appropriate exhibit.
3.0 Question: Exhibit G - References is included in the required forms. Please clarify
if it should be included in Section 3 - Work Experience, or submitted with other
exhibits elsewhere in the response.
Answer: The required form is listed on Page 19 and can be attached as exhibit G.
4.0 Question: Pages 24-25 of the RFP contain text that belongs to other forms. Will
the Village revise those forms, and provide copies for respondents’ use?
Answer: Due to a typographical error the exhibit number appears on the sheet
prior in the RFP, however the forms can be used and submitted in the proper
order as shown on Page 19
END OF ADDENDUM
RFP Building Department Services RFP ADDENDUM #2
Page 1 of 1
ADDENDUM #1TO THE BID DOCUMENTS
Date of Addendum: May 1, 2024
BID DOCUMENT BUILDING DEPARTMENT SERVICES
NOTICE TO ALL POTENTIAL RESPONDENTS
A. This Addendum shall be considered part of the bid documents for the above-
mentioned project as though it had been issued at the same time and shall be
incorporated integrally therewith. Where provisions of the following supplementary data
differ from those of the original bid documents, this Addendum shall govern and take
precedence.
B. Proposers are hereby notified that they shall make any necessary adjustments in
their estimates as a result of this Addendum. It will be construed that each bidder's
proposal is submitted with full knowledge of all modifications and supplemental data
specified herein.
DATE OF BID TABULATIONS
The evaluation committee will meet on Thursday May 16, 2024 at 9:00 AM at Village
Hall, located at 501 US Highway 1 North Palm Beach for the purpose of reviewing
and scoring the proposed bids, and making recommendations on the award of
contracts.
END OF ADDENDUM
Village
of
North Palm Beach
APRIL 26, 2024 @ 3:00PM
REQUEST FOR PROPOSALS
BUILDING DEPARTMENT SERVICES
Submitted by:
C.A.P. Government, Inc.
1910 N. Florida Mango Rd.
West Palm Beach, FL 33409
561.486.0493
305.448.1711
TITLE PAGE
Submitted To:
Village of North Palm Beach
Request For Proposals
Building Department Services
April 26, 2024
3:00 P.M.
Title Page
C.A.P. Government, Inc.
1910 N. Florida Mango Rd.
West Palm Beach, FL 33409
305) 448.1711
Carlos A. Penin, PE
1
TABLE OF CONTENTS
TABLE OF CONTENTS
BUILDING DEPARTMENT SERVICES
Title Page Page 1
Table of Contents Page 2
Letter of Transmittal Page 3-4
Proposer Checklist (Exhibit A) Page 5
Section 1. Introduction Letter Page 6-7
Section 2. Approach to Scope of Services Page 8-13
Section 3. Work Experience Page 14-20
Section 4. Key Staff Experience and Qualifications Page 21-48
Section 5. Litigation and/or Terminations Page 49
Section 6. Cost Details Page 50
Required Forms Page 51-58
o Information Statement (Exhibit B)
o Noncollusive Affidavit (Exhibit C)
o Drug Free Workplace Place Certification
o Scrutinized Vendor Certification
o Public Entity Crimes Form (Exhibit F)
Reference Form (Exhibit G) Page 59-60
2
TRANSMITTAL LETTER
O
April 26, 2024
Village of North Palm Beach
Village Clerk
501 U.S. Highway One
North Palm Beach, FL 33408
RE: Village of North Palm Beach – RFP – Building Department Services
Dear Village Clerk:
C.A.P. Government, Inc. (CAP) hereby submits our proposal to the Village of North Palm
Beach (Village) for the above referenced services. CAP thoroughly understands the scope
of services and has submitted one (1) original, five (5) paper copies and one (1) electronic
copy on a flash drive of our response to this RFP. Our company has the ability, expertise,
and commitment to continue meeting the requirements of this RFP.
CAP has been outsourcing services to governmental agencies in South Florida for thirty-five
35) years. Our corporate philosophy for delivering these services is to create a positive
customer experience without sacrificing accuracy, efficiency, and transparency. We believe
that this complements the experience that the Village desires for its Building Department
customers. More importantly, CAP is proud to have been providing Building Department
services effectively and efficiently to the residents and stakeholders of the Village of
North Palm Beach since 2021.
Our delivery of these services complements the Village’s philosophy of creating a positive
customer experience without sacrificing accuracy and efficiency. As you review our
qualifications, we call to your attention the following points:
Qualifications: CAP was founded Thirty-Five (35) years ago in 1989 and is the pioneer of
outsourcing Building Department services to municipalities throughout South Florida. We
currently serve over seventy-five (75+) municipalities and seven (7) educational
institutions.
Staff Availability: CAP has over two hundred and eighty-five (285+) employees. Our
Technical staff is “fully certified, qualified, trained and experienced” and available to
continue to provide plans review and inspection services to the Village of Palm Springs.
Location: CAP has various offices throughout Florida. If selected, our staff will be
dispatched to the Village from CAP’s West Palm Beach Corporate office, or from one of
our Palm Beach municipalities where we provide services. Since 2013 CAP has been
investing, developing, and implementing an Electronic Plans Review (EPR) platform that
allows our Plans Examiners to work electronically in an efficient, transparent, and real
time manner.
3
We commit to deliver efficient, cost-effective, and quality solutions to the Village of North
Palm Beach by maintaining the necessary resources to provide the services required in the
Request for Proposals. Our experience and qualifications meet or exceed the requirements
listed in the RFP. This proposal will remain in effect for sixty (60) days.
In closing, let me offer some facts that we believe set us apart for our competition. No other
company in Florida can measure up to the number of years, number of clients and number
of employees that we can provide. Why us, by the numbers?
WHY CAP, BY THE NUMBERS?
35 Years in Business (Est. in 1989).
32 Years Outsourcing Building Services Exclusively to the Government
11 Municipal Clients - Full Service
67 Municipal Clients - Supplemental Services
7 Educational Clients
85 Total Building Department Outsourcing Clients
3 Year with the Village of North Palm Beach
19 Years with the City of Weston
29 Years with the City of Aventura
8 Years with a Headquarter located in West Palm Beach
11 Years providing Electronic Plan Review (EPR)
285+ Employees dedicated to outsourcing Building Services
We look forward to continuing to provide the Village with qualified and experienced Building
Official, Plans Reviewers and Inspectors in order to meet the needs of the Village of North
Palm Beach’s Building Department. If you or the Selection Committee have any questions or
need any additional information, please contact me at 305.458.6000.
Very truly yours,
C.A.P. Government, Inc.
Carlos A. Penin, PE
President
4
RFP – Building Inspection Services Page 19
EXHIBIT A
PROPOSER CHECKLIST
Note:
1) This Exhibit must be included in RFP immediately after the Letter of Transmittal.
2) RFP Package must be put together in the order set forth in this checklist.
3) Any supplemental materials must appear after those listed below and be tabbed “Additional
RFP Information”
Title Page
Table of Contents
Letter of Transmittal
Copy of this Checklist (Exhibit A)
Introduction Letter
Approach to Scope of Services
Work Experience
Key Staff Experience and Qualifications
Litigation and/or Terminations
Cost Details
FORMS
Proof of Licenses
Information Statement (Exhibit B)
Noncollusive Affidavit (Exhibit C)
Drug Free Workplace form (Exhibit D)
Scrutinized Companies Certification (Exhibit E)
Public Entity Crimes Form (Exhibit F)
Reference Form (Exhibit G)
Fee Schedule (Exhibit H)
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
x
5
SECTION 1
INTRODUCTION LETTER
Section 1 - INTRODUCTION LETTER
RFP – BUILDING DEPARTMENT SERVICES
C.A.P. Government, Inc. (CAP) was founded on April 10, 1989, by Mr. Carlos A. Penin, PE. In
1992 CAP entered into an agreement with the newly incorporated Village of Key Biscayne to
offer the outsourcing of Building Department professional services. We have been doing so
continuously since then. Today CAP is recognized as the leading firm in providing Building
Department services to seventy-five (75+) municipalities and to seven (7) educational
clients across Florida. Our customer centered approach to these services has helped us
build a team of over two hundred and eighty-five (285+) Professional Engineers, Architects,
Building Code Administrators, Plans Examiners, Inspectors and Permit Technicians. Our
legacy of hard work and dedication has established us as a leader in our industry. For over
thirty-five (35) years CAP has maintained an exemplary track record of professional
management of all phases of the building and permitting process. CAP’s expertise involves
developing tailored solutions to plans review, inspections, and code compliance services
exclusively to government entities.
CAP is a State of Florida Corporation with three (3) offices in Florida including.
Corporate Office:
343 Almeria Avenue,
Coral Gables, FL 33134
305) 448.1711
Broward County:
100 S.E. 12 Street, Fort
Lauderdale, FL 33316
305) 888.9882
Palm Beach County:
1910 N. Florida Mango Rd.
WPB, FL 33409
561) 508.0615
CAP is very familiar with the Village’s needs, goals, and objectives as it relates to Building
Department Services. We understand the importance of enforcing the Florida Building
Codes to ensure the safety, health, and welfare of the residence of the Village of North Palm
Beach. We will provide the Village with courteous, professional, experienced and qualified
personnel to perform and complete the project.
6
Section 1 - INTRODUCTION LETTER
RFP – BUILDING DEPARTMENT SERVICES
We commit to deliver efficient, cost-effective, and quality solutions to the Village of North
Palm Beach by maintaining the necessary resources to provide the services required in the
Request for Proposal.
7
SECTION 2
APPROACH TO THE
SCOPE OF SERVICES
Section 2: Approach to the Scope of Services
BUILDING DEPARTMENT SERVICES
C.A.P. Government, Inc. (CAP) is pleased to submit for your consideration our approach to
Request for Proposals for Building Department Services. We have a clear understanding of
the scope and are confident that we can continue to meet or exceed the level of services
required by the Village of North Palm Beach (Village) Building Department.
C.A.P. Government, Inc. has been proving Building Department Services to the Village
of North Palm Beach since 2021.
CAP’s familiarity with the Village’s policies, procedures and in utilizing of my Government
Online system allows us to seamlessly continue to serve the Village.
1) Overall approach and methods to accomplish the Building Department Services.
CAP proposes to provide Professional Building Inspectors, Plans Examiners, Building
Official and Permit Technicians on an as-needed basis. Our Plans Examiners and
Inspectors are State of Florida licensed in the following disciplines Building, Mechanical,
Electrical, and Plumbing and have a minimum of four (4) years of experience.
The CAP professional team is qualified to perform Plans Review and Inspection services
per Chapter 553 and 468, Part XII of the Florida Statutes, the Florida Building Code (FBC)
and all relevant laws and codes. Our staff is certified by the State of Florida Building Code
Administrators and Inspectors Board, and the State of Florida Board of Professional
Engineers. As a safeguard, all CAP employees undergo a criminal background check and
comply with CAP’s Drug-Free Workplace Policy and undergo Sexual Harassment and
Discrimination Training.
8
Section 2: Approach to the Scope of Services
BUILDING DEPARTMENT SERVICES
OVERVIEW OF RESPONSIBILITIES
BUILDING INSPECTIONS:
CAP will provide Inspections of structures for verification of compliance with the current
Florida Building Code.
CAP will provide approximately 1300 hours per year of building inspections working
under the direction of the Building Official or designee on an as needed basis.
Inspectors will provide daily inspections using paper that will be emailed to the
Village, or electronic logs that will be uploaded to My Government Online.
Inspectors will interact with homeowners, contractors, engineers, community
development, public utilities, and public works personnel to ensure that inspection
services are completed on time and in a manner that promotes community service
and support, while in compliance with Florida Building Code and Village Codes and
Ordinances.
Roofing inspectors will get on the roof to inspect and verify compliance with current
codes. If the roof slope is greater than 5/12 the inspectors can verify the roof
inspection is in compliance with current codes by spot checking the roof with a
ladder on the eaves.
PLAN REVIEW:
Plan reviewers will review plans that are required by Florida Statutes, with
electronic log of reviews completed each day and uploaded to My Government
Online.
Reviewers will communicate requirements to architects, engineers, contractors,
project managers, and homeowners and interact with other departments to
complete reviews in an electronic form.
9
Section 2: Approach to the Scope of Services
BUILDING DEPARTMENT SERVICES
Plan reviews will be completed in a reasonable amount of time in relation to the
scope of the project and at the direction of the Building Official or designee.
Reviewers will complete a site visit to ensure compliance with Florida Statutes and
Building Code requirements.
CAP’s reviewers are capable of relaying information to the Building Official.
BUILDING OFFICIAL:
CAP is proposing Ms. Deborah Nutter, BU, PX, BN to serve as the Village’s Building Official
on an as-needed basis. Ms. Nutter has over forty (40) years of experience as a Building
Official, Building and Electrical Plans Examiner and Inspector. Ms. Nutter is
knowledgeable of State, local codes and laws governing building construction. She is
currently servicing Palm Beach County Planning, Zoning & Building Department.
Responsibilities include ensuring compliance with State plumbing, mechanical, electrical,
gas, fire prevention, energy, accessibility and building codes; federal, state, and local
ordinances; and statutes regarding health, safety, and welfare; and Federal Emergency
Management Contractor requirements. The Building Official will provide direct regulatory
responsibilities for plan review, building inspections and enforcement, and shall work
under the direction of the Village’s Director of Community Services. Other specific duties
are described in the RFP under 2-3 Work to Be Performed.
2) Working knowledge of the Village of North Palm Beach.
CAP’s has been providing Building Department services to the Village for the last three (3)
years and we have full knowledge of the requirements stated in this RFP – Section 2.3 -
Work to Be Performed.
10
Section 2: Approach to the Scope of Services
BUILDING DEPARTMENT SERVICES
3) Describe the current workload of each person which will be involved in the
Proposal.
CAP prides itself on our ability to partner with our municipal clients and provide our
professionals in accordance with building department permit volumes. Our proposed
team has two Building Officials, one of which is available ninety (90%) percent of the
time, and our second with over fifty percent (50%) availability. CAP is currently
providing key personnel to the Village across all Building Department Trades. CAP has
the staff, resources, and capacity to continue providing high-quality and reliable
Building Department Services to the Village of North Palm Beach. In addition to staffing
resources, CAP has implemented technological resources such as our Electronic Plan
Review (EPR) system. Our EPR system reduces paperwork and process delays and
increases work productivity and capacity.
4) Summarize other Proposed resources available to meet the Village’s needs.
CAP has implemented technological resources such as our Electronic Plan Review
EPR) system. This system is currently being used by CAP with our municipal and
educational partners, to efficiently process, review, and approve plans and perform
inspections. Our EPR system reduces paperwork and process delays and increases
work productivity and capacity.
5) Provide information regarding any proposed innovative concepts that may
enhance value and quality of the proposed work.
CAP has co-developed a simple, user-friendly and transparent approach to Electronic
Plans Review (EPR). In 2013, our Company embarked on the design, development and
implementation of Electronic Plans Review (EPR). We firmly believe that EPR makes
the review process more efficient and transparent. Our program allows the project
11
Section 2: Approach to the Scope of Services
BUILDING DEPARTMENT SERVICES
stakeholders “real-time” access to the status of their application and to the submittals
from the design professionals across different platforms using internet connectivity.
In addition, our Reviewers will be able to provide the service remotely, having more
access to data and being more flexible with their time. Finally, data will now be
exchanged electronically thus reducing or eliminating paper bulk and becoming more
environmentally sensitive. Data stored this way is safer and the ease of ret rieval is
increased. In short, the EPR system adds efficiency and value to the entire Building
Review and Permitting process. Please see page that follows with detailed information
on Electronic Plan Review.
6) Any favorable cost containment approaches or additional or alternative ideas that
may be successful if implemented by the Village.
Cost containment may be achieved by assigning trades based on the needs of an
individual permit. Rather than having a Mechanical, Electrical, or Plumbing (MEP)
Inspector or Plans Reviewer wait for an assignment, we will assign multi-discipline
staff, whenever possible. Our Building Official / Manager will oversee the permitting
process and flow of assignments by trade. Our MEP trades will be assigned based on
the needs of the individual permit application in a timely manner. CAP commits to
implement all scheduling efficiencies that we have developed and implemented over
thirty-four (34) years as outsourced Building Department industry
leaders.
In addition, all field inspectors are ready to perform building inspections and are
equipped with the following items at no cost to the Village.
Fleet vehicles that have the capability to transport one (1) ladder.
Smart phones and I-Pads are capable of answering all consumer inquires in a timely
manner.
Company uniform shirts with embroidered logo.
OSHA required safety equipment, i.e., steel toes shoes, hard hats, etc.
12
Section 2: Approach to the Scope of Services
BUILDING DEPARTMENT SERVICES
Below is a listing of personnel that will be available along with a description of their role,
years of experience, and licensure information.
KEY PERSONNEL
Name Role Years of
Experience License Information
Management
Carlos A. Penin, PE Principal-in-Charge 35 PE33216
Judson Dulany QA / QC 30 BU1990, PX3626, BN6644
Deborah Nutter Building Official /
Project Manager 27 BU1478, PX2657, BN5093
Structural / Building
Xairo Rey Plans Examiner and
Inspector
30 1100018200, PX4112, BN7926
Jonathan Brooks 35 PX3402, BN6388
Mechanical
Hector Carbia Plans Examiner and
Inspector
22 PX3608, BN6473
Manuel Espinosa 10 PX4694, BN8214
Electrical
Chassler Holm Plans Examiner and
Inspector
29 PX4672, BN6901
William Cedeno 10 PX4335, BN7817
Plumbing
Paul Tharpe Plans Examiner and
Inspector
36 PX4666, BN8059
Anthony D'Auria 40 PX4133, BN7353
Permit Technicians
Maria Roa Permit Technicians 5
Lucille Dunaway 7
13
SECTION 3
WORK EXPERIENCE
Section 3: Work Experience
BUILDING DEPARTMENT SERVICES
C.A.P. Government, Inc. (CAP) has outsourced Building Department Services to
governmental agencies since its inception. Our legacy of hard work and dedication has
established us an industry leader. The following list provides similar entities where CAP
provides Building Department Services.
Entity On-Going
FULL SERVICE
1 City of Aventura 1995
2 City of Weston 2005
3 Village of El Portal 2005
4 Town of Southwest
Ranches 2006
5 City of South Bay 2010
6 Town of Lauderdale-
by-the- Sea 2011
7 North Bay Village 2013
8 City of Pahokee 2015
9 Town of Briny Breezes 2016
10 City of Belle Glade 2017
11 City of West Park 2017
SUPPLEMENTAL SERVICES
12 City of Lauderhill 2005
13 City of Fort Lauderdale 2006
14 City of North Miami
Beach 2007
15 City of Parkland 2008
16 City of Miami Beach 2009
17 Town of Davie 2012
18 Village of Biscayne
Park 2012
14
Section 3: Work Experience
BUILDING DEPARTMENT SERVICES
19 City of Oakland Park 2012
20 City of Doral 2012
21 City of Hollywood 2013
22 City of Coconut Creek 2014
23 City of Boynton Beach 2014
24 City of Coral Gables 2015
25 City of Coral Springs 2015
26 City of Greenacres 2015
27 City of Naples 2015
28 Town of Palm Beach 2015
29 Village of Wellington 2015
30 Palm Beach County 2015
31 City of Miami 2016
32 City of Riviera Beach 2016
33 City of West Palm
Beach 2016
34 City of Dania Beach 2016
35 City of Marco Island 2017
36 Town of Fort Myers
Beach 2018
37 City of Homestead 2018
38 Village of Palm Springs 2018
39 Sarasota County 2018
40 Town of Highland
Beach 2018
41 City of Lake Worth
Beach 2018
42 City of Lake Wales 2018
43 Lee County 2018
44 Village of Key Biscayne 2019
15
Section 3: Work Experience
BUILDING DEPARTMENT SERVICES
45 Village of Royal Palm
Beach 2019
46 Town of Jupiter 2019
47 City of Fort Pierce 2019
48 City of Clewiston 2019
49 City of Sanibel 2019
50 Town of Lake Park 2019
51 Lake County 2021
52 City of Panama City
Beach 2021
53 City of Palm Bay 2021
54 City of Venice 2021
55 City of Miramar 2022
56 City of Tampa 2022
57 Village of North Palm
Beach 2022
58 Bay County 2022
59 Marion County 2022
60 Town of Longboat Key 2022
61 City of Punta Gorda 2022
62 City of Mount Dora 2022
63 Pinellas County 2022
64 Town of Malabar 2022
65 Town of Palm Beach
Shores 2022
66 Charlotte County 2022
67 Town of Ocean Ridge 2022
68 Town of Medley 2023
69 City of Naples 2022
70 City of Cape Coral 2022
16
Section 3: Work Experience
BUILDING DEPARTMENT SERVICES
71 Citrus County 2022
72 City of Clearwater 2023
73 Osceola County 2023
74 Bay County 2023
75 City of Bunnell 2023
76 Town of Melbourne
Village 2023
77 Glades County 2023
78 City of Fellsmere 2024
EDUCATION
1 Miami-Dade Public
School Board 2006
2 Florida International
University 2007
3 Miami Dade College 2006
4 School Board of
Broward County 2014
5 School District of Palm
Beach County 2018
6 Broward College 2022
7 Florida Atlantic
University 2024
The following demonstrates CAP’s experience with similar size entities, client’s reference
and contact information; key project staff; summary of the work performed; the contract
amount; the schedule; and the project’s achievements, milestones and hardships.
17
Section 3: Work Experience
BUILDING DEPARTMENT SERVICES
Entity: City of Palm Beach County
Contact: Mr. Doug Wise, Building Director
Contact Telephone: 561.233.5192
E-mail: dwise@pbcgov.org
Key Project Staff: Deborah Nutter, BU, PX, BN
Summary of Work Performed: Palm Beach County has contracted with CAP to provide
building inspection, plan review and permit technician services to the Planning, Zoning,
and Building Department. These services include building, plumbing, electric, and
mechanical, HVAC. All Building inspection and plan review and permit processing services
are conducted to ensure compliance with the Florida Building Code.
Contract Amount: $5M
Schedule: 2016 – Ongoing (8 Years)
Achievements: CAP has managed together with the City’s Building Department to provide
an efficient response to the demands of the stakeholders, contractors, architects, and
applicants of the City.
Entity: City of South Bay
Contact: Mr. Leondrae Camel, City Manager
Contact Telephone: 561.996.6751
E-mail: camel@southbaycity.com
Key Project Staff: Judson Dulany, BU, PX, BN
Summary of Work Performed: The City of South Bay has contracted with CAP to provide
full Building Department outsourcing for fourteen (14) years. CAP assists in the permit
application process, providing plan review and inspection services to ensure compliance
with the Florida Building Code. These services include structural, electrical, mechanical,
plumbing and engineering services. CAP also provides the Building Official for the City.
Working with City staff we have been able to provide support to apply for and receive
funding for important infrastructure projects.
18
Section 3: Work Experience
BUILDING DEPARTMENT SERVICES
Contract Amount: $600K
Schedule: 2010 – Ongoing (14 Years)
Achievements: CAP has managed together with the City’s Building Department to provide
an efficient response to the demands of the stakeholders, contractors, architects, and
applicants of the City.
Entity: Town of Highland Beach
Contact: Mr. Marshall Labadie, Town Manager
Contact Telephone: 561.278.4548
E-mail: mlabadie@highlandbeach.us
Key Project Staff: William Cedano, Joseph Hennessey
The Town of Highland Beach has contracted with CAP since 2018. CAP provides the Town
Building Inspection and Plan Review services. These services include building, plumbing,
electric, and mechanical, HVAC. All Building inspection and plan review and permit
processing services are conducted to ensure compliance with the Florida Building Code.
Contract Amount: $1.2M
Schedule: 2018 – Ongoing (6 Years)
Achievements: CAP has managed together with the Town’s Building Department to
provide an efficient response to the demands of the stakeholders, contractors, architects,
and applicants of the Town.
Entity: Village of Wellington
Contact: Mr. Jacek Tomasik CBO, Building Official
Contact Telephone: 561.278.4548
E-mail: jtomasik@wellingtonfl.gov
Key Project Staff: William Cedano, Joseph Hennessey
19
Section 3: Work Experience
BUILDING DEPARTMENT SERVICES
The Village of Wellington has contracted with CAP to provide Planning, Zoning and Building
Inspection Services. CAP performs inspections of buildings, roofing, electrical, mechanical, and
plumbing as contained in the Florida Building Code.
Contract Amount: $230K
Schedule: 2018 – Ongoing (6 Years)
Achievements: CAP has managed together with the Village’s Building Department to
provide an efficient response to the demands of the stakeholders, contractors, architects,
and applicants of the Village.
20
SECTION 4
KEY STAFF EXPERIENCE
AND
QUALIFICATIONS
Section 4: Key Staff Experience and Qualifications
BUILDING DEPARTMENT SERVICES
C.A.P Government, Inc. (CAP) can service and fully perform all the requirements set forth
in this RFP. Personnel will report to the Village on an as needed basis and at the Village’s
discretion.
1) Staffing levels at office locations.
Our Palm Beach Corporate Office is located at 1910 N. Florida Mango Rd. West Palm
Beach, FL 33409 and is approximately nineteen (19) miles away from the Village of North
Palm Beach. We have CAP staff providing Building Plans Review and Inspection services in
various nearby municipalities. The names of the municipalities and the approximate
distance (in miles) away from the Village of North Palm Beach is shown in the chart below:
In addition, C.A.P. Government, Inc. has invested time, resources and talent into
developing and implementing an Electronic Plans Review (EPR) system. This software has
been successfully used during our review of plans for all of our educational clients and
various municipal clients. Please see page that follows with detailed information on
Electronic Plans Review.
Municipality Miles
Town of Lake Park 1.6
City of Riviera Beach 2.7
Town of Palm Beach Shores 3.5
City of Boynton Beach 24
School District of Palm Beach County 5.2
Palm Beach County 7.2
City of West Palm Beach 7.2
Town of Palm Beach 8.9
21
Section 4: Key Staff Experience and Qualifications
BUILDING DEPARTMENT SERVICES
2) Total staff available for this Proposal and the anticipated percent of Building
Official, Building Inspector, Plans Reviewer, Building Codes and Permit
Technician work to be performed by various levels of staff including
organizational chart.
CAP provides full building department outsourcing services to eleven (11) municipalities
and supplemental contractual services to over seventy-five (75) municipalities. We have
levels of service where we contractually commit to perform plans review and in spections
within negotiated time frames. We commit our labor resources with licensed, certified and
experienced personnel, on an as needed basis. We have provided a Matrix on the following
pages demonstrating our staffs anticipated percent of availability for the Village.
3) Experience and qualifications of all key Proposer and Sub-Proposer players
Provide resumes and licenses of all persons who will be involved in the
engagement of the Building Inspection Services.); and
Mr. Carlos A. Penin, PE
Principal-in-Charge
Mr. Penin is a Professional Engineer with over forty (40) years of experience. He founded
C.A.P. Government, Inc. in 1989 and continues to serve as its President. Mr. Penin will
assure that the proper resources are allocated to the managing of this contract. He
oversees the contractual responsibilities of all our clients and uses a hands-on
management style to assure that all obligations are met by our Managers and staff.
22
Section 4: Key Staff Experience and Qualifications
BUILDING DEPARTMENT SERVICES
Mr. Judson Dulany, BU, PX, BN
QA/QC Manager
Mr. Judson Dulany has over thirty (30) years of experience as a commercial, residential and
industrial State of Florida Certified building, roofing contractor. He holds various licenses
as a building code administrator, building plans examiner and inspector. Knowledgeable in
all aspects of construction, estimating contracts, underground utilities, site work,
foundations, and structural walls. He is immersed in CAP’s day to day operations and is
uniquely qualified to oversee the administration of a Building Department.
Ms. Deborah Nutter, BU, PX, BN
Building Official / Project Manager
Ms. Deborah Nutter has over thirty (30) years of experience in the building industry. Ms.
Nutter holds various licenses as a building code administrator, electrical and mechanical
plans examiner and inspector. She was recognized by the Building Official Association of
Florida (BOAF) and awarded “2018 Building Official of the year”.
Please see TAB 5 with resumes and certifications of all persons involved in providing
services and supervision to the Town.
4) List of tasks to be subcontracted out;
CAP will not be subcontracting any tasks.
23
Paul Tharpe, PX, BN
Anthony D’Auria, PX, BN
Mechanical Electrical Plumbing
Hector Carbia, PX, BN
Manuel Espinosa, PX, BN
Chassler Holm, PX,BN
William Cedano, PX, BN
QA/ QC MANAGER
JUDSON DULANY, BU, PX, BN
BUILDING OFFICIAL /
PROJECT MANAGER
DEBORAH NUTTER, BU, PX, BN
Permit Technicians
Maria Roa
Lucille Dunaway
PX – Plans Examiner
BN – Inspector
BU – Building Official
PE – Professional Engineer
RA – Registered Architect
Structural / Building
Xairo Rey, PX, BN
Jonathan Brooks, PX, BN
BUILDING OFFICAL
STEVE H. WOOD, BU, CFM
PRINCIPAL-IN-CHARGE
CARLOS A. PENIN, PE
O
R
G
A
N
I
Z
A
T
I
O
N
A
L
C
H
A
R
T
24
CARLOS A. PENIN, PE
Principal In Charge
Mr. Penin has over forty (40)
years of experience as a civil
engineer comprehensive
consulting engineering service.
He has performed a wide variety
of projects including highways,
bridges, airport terminals airfields,
water and sewer infrastructure,
stadiums, various land
development projects and
environmental service. Mr. Penin
experience includes managerial
functions and various government
appointments to industry
organizations.
President, C.A.P. Government, Inc.
1989 – Present
President and founding principal of C.A.P. Government, Inc.
Mr. Penin serves in a management capacity overseeing the
daily operations of the firm. His responsibilities include
determining the strategic direction of the company and
carrying out the strategic plan through overseeing
operations, marketing and business development activities,
contract oversight, and staff management. Developing
functional roles and assigning responsibilities to emp loyees
who report to them.
EDUCATION
Master of Science
Environmental and Urban Studies
Florida International University
Bachelor of Science
Civil Engineering
University of Florida
STATE OF FLORIDA LICENSE
Professional Engineer
PE33216
EXPERIENCE
Regional Manager, Keith & Schnars, PA
1984 – 1989
Responsible for management, scheduling, monitoring and liaison
with regulatory agencies and local authorities on major land
development projects.
Project Engineer, Williams, Hatfield & Stoner, Inc.
1980 – 1984
Responsible for project administration on Urban Road Developments
and other assignments in South Florida.
Civil Engineer, Ferendino/Grafton/Spillis/Candela
1978 – 1980
Responsible for civil engineering design and construction inspection
of government projects.
Civil Engineer, Florida Quality Contractors
1977 - 1978
Managed the preliminary stages of 72-unit condominium
development and various other residential projects in South Florida.
CARLOS A. PENIN, PE - PRINCIPAL IN CHARGE
25
Carlos A. Penin, PE
BUILDING DEPARTMENT SERVICES
26
Judson D. Dulany, BU, PX, BN
Building Official, Building Plans
Examiner & Inspector
Mr. Dulany has over thirty-five (35)
years of experience in
construction management and
twenty (20) years of hands-on
construction skills gained through
experience as a commercial,
residential, and industrial State of
Florida Certified Building and
Roofing Contractor and Building
Code Administrator. He is
knowledgeable in all aspects of
construction: estimating,
contracts, underground utilities,
site work, foundations, structural
walls, sub-contractors (electrical,
HVAC, plumbing) and roof
systems.
Building Official, Building Plans Examiner, Inspector and
Floodplain Manager, C.A.P. Government, Inc.
2015 – Present
Responsible for planning, directing, and overseeing CAP’s Palm
Beach County operations. Serves as the Building Official for several
municipalities in Palm Beach and Central Florida region: Glades
County, City of Belle Glade, City of South Bay, City of Pahokee,
Town of Malabar, Town of Palm Shores, and the City of Bunnell.
Reviews building plans for compliance with the Florida Building Code
and local regulations; prepares written reports on code discrepancies
and code violations; develops, maintains, and updates records of
codes and plan reviews. Determines the structural soundness of
buildings and construction projects.
EDUCATION
Associate of Arts
Business
Palm Beach Community College
STATE OF FLORIDA LICENSE
Building Code Administrator
BU1990
Building Plans Examiner
PX3626
Building Inspector
BN6644
Building Contractor
CBC058100
Roofing Contractor
CCC057998
Home Inspector
HI5254
Certified Flood Plain Manager
EXPERIENCE
Owner & Operator, Grace Construction, Inc.
1997 – 2015
Self-employed State certified building and roofing contractor.
Responsibilities included customer relations, material takes offs,
blueprint comprehension and bonding requirements. Day to day
operations of construction and roofing companies estimates for
commercial, industrial, and residential customers. design build
campgrounds, marina renovations, recreational parks. Also served
as project manager for general contractor fast food restaurants
construction, east and west coast of Florida.
Superintendent, Tripp Construction, Inc.,
1997 - 1998
Responsibilities included:
500 plus single-family home construction
Multi-family housing construction 1,2, and 3 Story
Medical Office and emergency room construction
Law enforcement gun range
Educational construction classrooms and auditorium
Industrial storage building, farm warehouses
Parks and recreation facilities construction
JUDSON D. DULANY, BU, PX, BN
27
Judson D. Dulany, PX, BN, BU
BUILDING DEPARTMENT SERVICES
28
Deborah Nutter, BU, PX, BN
Building Official, Electrical Plans Examiner
Inspector
Ms. Nutter has over forty (40)
years of experience in retail and
the construction industry. She has
been involved in performing
inspections and plans review for
municipalities including residential
and commercial projects.
Building Official, Electrical Plans Examiner & Inspector, C.A.P.
Government, Inc.
2016 – Present
Reviews plans to ensure that the plans meet building codes and
requirements of the state, county, and city where the construction is
taking place. Responsible for inspecting the installation of electrical
systems and equipment to detect faulty wiring and ensure they
comply with electrical codes and standards. Visits construction sites
and residences, performs inspection, and makes recommendations
for improvement. Interprets and enforces the building codes adopted
by the City as well as other City codes. In addition, reviews building
plans for compliance with construction codes and regulations;
prepares written reports on code discrepancies and code violations;
develops, maintains and updates records of codes and plan reviews;
interprets codes ordinances and regulations and issues department
codes.
EDUCATION
Department of Business and
Professional Regulation
STATE OF FLORIDA LICENSE
Building Official
BU1478
Electrical Plans Examiner
PX2657
Building / Electrical Inspector
BN5093
EXPERIENCE
Senior Inspector, Village of North Palm Beach
2013 - 2016
Performed inspections for the Village of North Palm Beach. If
necessary, issued red tag violations notices / stop work orders to
explain violations and recommended remedies. Assisted in the
permit counter.
Chief Building Inspector, City of Palm Beach Gardens
2013 - 2013
Building Inspector for the City. Also performed duties of a code
compliance officer, attended special magistrate hearings, and
planning & zoning meetings. Performed inspection of permitted job
sites for adherence to the Florida Building Code.
Permit Technician, City of Palm Beach Gardens
2002 - 2004
Received and processed permit applications for the City. Verified
insurance and licensure information. Processed monthly reports for
the property appraiser office and FEMA.
DEBORAH NUTTER, BU, PX, BN
29
Deborah Nutter, PX, BN, BU
BUILDING DEPARTMENT SERVICES
30
Jonathan Brooks, PX, BN
Bulding Plans Examiner & Inspector
Mr. Brooks has over thirty-five
35) years of solid experience
in all aspects of the construction
industry. He has served as
foreman and project manager for
various large commercial and
residential projects
Building Plans Examiner & Inspector, C.A.P. Government, inc.
2016 – Present
Reviews building plans for compliance with construction codes and
regulations; prepares written reports on code discrepancies and code
violations; develops, maintains and updates records of codes and plan
reviews; interprets codes ordinances and regulations and issues
department codes. Determines the structural soundness of buildings and
construction projects. Tasks Include inspecting and assessing the
structural quality of a building and ensuring compliance with zoning
regulations, national building codes, and contract specifications
EDUCATION
Bachelor of Science
Business Administration
Palm Beach Community College
STATE OF FLORIDA LICENSE
Building Plans Examiner
PX3402
Building Inspector
BN6388
EXPERIENCE
Construction Manager, Brooks Construction Company, Inc.
1997 – 2016
Responsible for day-to-day operations of Brooks Construction
Company, Inc. Mr. Brooks coordinated and supervised
subcontractors, monitored job sites, processed payment requests
from contractors, ensured OSHA standards for a safe work
environment, met with City/County/State Inspectors, performed home
inspections, ensured all work performed at work sites met
specifications set forth by ICC and Florida Building Codes standards.
Journeyman Ironworker / Certifier Welder, Ironworkers Local
Union 402
Performed all job-related duties as a journeyman ironworker and
certified welder as it relates to High Rise Building Construction,
Bridge Construction, School Construction, Industrial Construction,
Nuclear Power Plant maintenance, and Warehouse Building
Construction.
Constructions Services, Brooks Construction Company
1979 - 1982
Performed carpenter related duties for residential construction
projects. Duties included blueprint interpretation, forming of concrete
pouring slabs, interior and exterior wood doors and trims setting of
wood trusses and installation of plywood roof and wall sheathing.
JONATHAN BROOKS, PX, BN
BUILDING PLANS EXAMINER & INSPERCTOR
31
Jonathan Brooks, PX, BN
BUILDING DEPARTMENT SERVICES
32
XAIRO REY, EI, PX, BN
Engineer Intern, Building Plans Examiner &
Inspector
Mr. Rey has over ten (10) years of
experience in all aspects of the
construction industry. He has
experience in solving engineering
problems that occur during the
design process. Performs
calculations and take
measurements of distances,
slopes, areas, volumes and
quantities for cost estimates and
water modeling.
Building Plans Examiner & Inspector, C.A.P. Government, Inc.
2023 – Present
Reviews building plans for compliance with construction
codes and regulations; prepares written reports on code
discrepancies and code violations; develops, maintains and
updates records of codes and plan reviews; interprets codes
ordinances and regulations and issues department codes.
Determines the structural soundness of buildings and
construction projects. Tasks Include inspecting and
assessing the structural quality of a building and ensuring
compliance with zoning regulations, national building codes,
and contract specifications.
EDUCATION
Bachelor of Science
Civil Engineering
Florida Atlantic University
STATE OF FLORIDA LICENSE
Building Plans Examiner
PX4112
Building Inspector
BN7926
Engineer Intern.
1100018200
EXPERIENCE
Building Inspector, Tew & Taylor, Inc.
2022 – 2023
Preforming structural building inspections and plan review for
residential and commercial construction projects.
Project Coordinator II, PBC Engineering and Public Works Dept.
2020–2022
Prepare design files, feasibility studies and cost estimates. Review
roadway and roadside plans prepared by engineers to determine
accuracy, completeness and code compliance.
Construction Plans Examiner, PBC Planning, Zoning & Building
Dept.
2017–2020
Staff Engineer, Northstar Group Services, Inc.
2017–2017
Project engineer, Last Devenport, Inc.
2016–2017
Estimator, H & J Contracting, Inc.
2014–2016
Engineer Intern, A.D.A. Engineering, Inc.
2013 –2014
XAIRO REY, EI, PX, BN
33
Xairo Rey, EI, PX, BN
BUILDING DEPARTMENT SERVICES 34
Hector Carbia, PX, BN
Mechanical & Plumbing
Plans Examiner & Inspector
Mr. Carbia has over twenty-two
22) years of experience of
working with Heating Ventilation
Air Conditioning (HVAC) systems
for residential and commercial
construction projects
Mechanical & Plumbing Plans Examiner & Inspector.
Government, Inc.
2016 – Present
Reviews plans to ensure that the plans meet building codes and
requirements of the state, county, and city where the construction is
taking place. Responsible for closely inspection of mechanical, and
other systems for commercial and residential sites, like appliances,
boilers, elevators, gas and oil lines, and HVAC systems. Evaluate
and approve or disapprove of the work done in accordance with local
and state regulations. Examine and test new or existing plumbing
systems in buildings to make sure they are installed
EDUCATION
Hialeah High School
Florida Department of Business
and Professional Regulation Exam
STATE OF FLORIDA LICENSE
Mechanical, Plumbing Plans
Examiner
PX3608
Mechanical, Plumbing Inspector
BN6473
Certified Air Conditioning
Contractor
CAC1813728
EXPERIENCE
Contractor Owner, Carsan A/C & Refrigeration, Inc .
2003 – 2015
Responsibilities included managing and organizing Heating
Ventilation Air Conditioning (HVAC) construction projects. Vast
experience in troubleshooting residential and commercial air
conditioning systems.
HVAC Inspector, Airreo Air Conditioning
2002 – 2003
Responsibilities included new equipment installation for
residential/commercial applications. Experience in water loop
systems and commercial refrigeration applications.
HVAC Installer, EDD Helms Air Conditioning
2000 – 2002
Responsibilities include new equipment installation for
residential/commercial applications. Troubleshooting air conditioning
systems for residential and commercial units. Experience in
commercial pipe lifting application.
HECTOR CARBIA, PX, BN
MECHANICAL & PLUMBING PLANS EXAMINER & INSPECTOR
35
Hector Carbia, PX, BN
BUILDING DEPARTMENT SERVICES
36
Manuel Espinosa, PX, BN
Mechanical Plans Examiner
Inspector
Mr. Espinosa has over ten (10)
years of experience working as a
Mechanical Plans Examiner &
Inspector. Able to troubleshoot a
variety of A/C and refrigeration
equipment, perform electrical
repairs familiar with OSHA
regulations MSDS (Material Safety
Data Sheets) and the right use
and control of refrigerants,
improve customer satisfaction and
provide a safe work environment.
He is skilled in Blueprint Reading,
has Mechanical knowledge,
Service Technician Experience,
Plumbing, and Mechanical.
Mechanical Plans Examiner & Inspector, C.A.P. Government, Inc.
2021 – Present
Reviews plans to ensure that the plans meet building codes and
requirements of the state, county, and city where the construction is
taking place. Responsible for closely inspecting of mechanical, and
other systems for commercial and residential sites, like appliances,
boilers, elevators, gas and oil lines, and HVAC systems. Evaluate
and approve or disapprove of the work done in accordance with local
and state regulations. Examine and test new or existing plumbing
systems in buildings to make sure they are installed.
EDUCATION
Bachelor of Science
Business Administration
Palm Beach Community College
STATE OF FLORIDA LICENSE
Mechanical Plans Examiner
PX4694
Mechanical Inspector
BN8214
EXPERIENCE
HVAC Contractor
2019
Extremely knowledgeable with OSHA Florida Building Code and
other Federal and State safety regulations.
President & Owner, MTG Air Conditioning
2019
Responsible for permits with the city’s management, the process of
a/c installation, following the guidelines of the Florida Building Code
service, and repairs of all kinds of air conditioning units and
refrigeration equipment handling contracts and customer complaints
materials and supplies.
Chief Engineer, Fairfield Inn by Marriott
2018-2019
In charge of daily operations and assisting the General Manager on
special projects and tasks.
Assistant Chief Engineer, Frenchman’s Creek Golf & Country
Club
2016 – 2018
Assisted the Chief Engineer in ensuring that all operations ran
smoothly for the Engineering Department and facilitated all member
requests.
MANUEL ESPINOSA, PX, BN
37
Manuel Espinosa, PX, BN
BUILDING DEPARTMENT SERVICES
38
Chassler Holm, PX, BN
Electrical Plans Examiner
Inspector
Mr. Holm has more than twenty-
nine (29) years of experience in
electrical engineering design for
residential, commercial, and
industrial facilities. He has
experience managing a team and
project management. Suitable to
excel on projects with emphasis
on electrical, water distribution,
and wastewater collection.
Electrical Plans Examiner & Inspector, C.A.P. Government, Inc.
2020 – Present
Reviews plans to ensure that the plans meet building codes and
requirements of the state, county, and city where the construction
is taking place. Responsible for inspecting the installation of
electrical systems and equipment to detect faulty wiring and
ensure they comply with electrical codes and standards. Visits
construction sites and residences, performs inspection, and
makes recommendations for improvement.
EDUCATION
Florida Electrical Apprenticeship
Association
Certificate of completion, 2000
Palm beach community college
STATE OF FLORIDA LICENSE
Electrical Plans Examiner
PX4672
Electrical Inspector
BN6901
EXPERIENCE
Utilities Maintenance Supervisor, Town of Palm Beach Florida
2016 – 2020
Supervised and coordinated the daily work of personnel engaged in
the Water Resources Division, maintenance, repair, Storm Water &
Sewer and/or surveillance activities.
Utilities Maintenance Supervisor of Public Utilities, City of
Delray Beach
2008 – 2016
Supervised and coordinated the daily work of personnel
engaged in the water/sewer network, distribution, maintenance,
repair, and/or surveillance activities.
Journeyman Electrician, City of Delray Beach
2005 – 2008
Performed electrical installation and repair for all 65 plus city
owned and operated buildings. Provided street lighting and
electrical maintenance. Responsible for electrical set up for
all city sporting and social events.
Electrical Supervisor, Design Electrical Construction, Inc.
1997 – 2005
Supervised electrical crews that performed complete electrical
installation of commercial buildings. Handled distribution of
payroll for electrical crew under my supervision.
Electrician, Roger Banks Electrical Contractor
1991 – 1997
Electrician for residential and light commercial contractor.
Layout and design of custom upscale homes. Completed
service changes and serviced electrical for pool and spa
packages.
CHASSLER HOLM, PX, BN
39
Chassler Holm, PX, BN
BUILDING DEPARTMENT SERVICES
40
William Cedeno, PX, BN
Electrical Plans Examiner
Inspector
Mr. Cedeno has over ten (10)
years of experience working as an
Electrical Plans Examiner &
Inspector. William works well in
high-pressure environments; he is
well organized and efficient.
Experienced with installation and
repair with electrical, electronic
systems, and security systems.
William can build strong working
relationships and communications
with all departments.
Electrical Plans Examiner & Inspector, C.A.P. Government, Inc.
2021 – Present
Reviews plans to ensure that the plans meet building codes and
requirements of the state, county, and city where the construction
is taking place. Responsible for inspecting the installation of
electrical systems and equipment to detect faulty wiring and
ensure they comply with electrical codes and standards. Visits
construction sites and residences, performs inspection, and
makes recommendations for improvement.
EDUCATION
University of Matanzas Cuba,
Accounting & Finance
University Central de Las Villas
Cuba, Automatic Engineer
STATE OF FLORIDA LICENSE
Electrical Plans Examiner
PX4335
Electrical Inspector
BN7817
EXPERIENCE
Systems Analyst & Network Specialist, Computer &
Electrical Solution Service Corp.
2008 – 2019
Managed outside sales and support for contract clients.
Analyzed user requirements, procedures and problems in
order to improve existing computer system. Developed new
systems to improve production and workflow as required.
Responsibilities included problem detection and solving, fixing
and reinstalling software and hardware, and maintaining the
company network. Provided technical support to end-users in
hardware/software proficiency. Installing Electrical System in
residential and commercial follow regulations based on
National Electrical Code. Design and Install Security System,
such as Security Cameras, door smart locks, and motion
sensors.
Electrician & Electronic Engineer, Unlimited Electrical Solutions
2014 – 2019
Installed Electrical System in residential, commercial and
industrial. Worked with electrical switchgears and panels.
Experienced with monophasic and 3 phase system in power
distributions equipment.
Sales/Merchandiser, Coca Cola Company
2004 – 2019
Sales of Coca Cola Florida portfolio maintain account and open
new business. Stocked and maintained product display with
company standards. Fulfill customer service needs by
communicating daily with them. Appropriate following up, and
problem resolving. Maintains products in store rack, shelves and
coolers Manages backroom by organizing and consolidating.
WILLIAM CEDENO, PX, BN
41
William Cedeno, PX, BN
BUILDING DEPARTMENT SERVICES
42
Paul Tharpe, PX, BN
Plumbing Plans Examiner
Mr. Tharpe has over thirty-six (36)
years of experience as a master
plumber, in service, installing and
maintaining plumbing systems.
Mr. Tharpe has a dedication to
excellent work and customer
satisfaction. Experience in
installing and repairing residential
and commercial projects. Bringing
forth a proven track record full of
successful completion of various
plumbing projects, both small and
large scale.
Plumbing Plans Examiner & Inspector, C.A.P. Government, Inc.
Responsible for closely inspection of mechanical, and other
systems for commercial and residential sites, like appliances,
boilers, elevators, gas and oil lines, and HVAC systems. Evaluate
and approve or disapprove of the work done in accordance with
local and state regulations. Examine and test new or existing
plumbing systems in buildings to make sure they are installed.
Reviews plans to ensure that the plans meet building codes and
requirements of the state, county, and city where the construction
is taking place.
STATE OF FLORIDA LICENSE
Plumbing Plans Examiner
PX4666
Plumbing Inspector
BN8059
EXPERIENCE
Admiral Plumbing Services
2014-2020
Master Plumber, EC Stokes Mechanical Contractors, Inc.
2009-2010
Master Plumber and Owner, Anthony Tharpe Plumbing, Inc.
1997
Journeyman Plumber, EC Stokes Mechanical Contractors Inc.
1996-1996
Journeyman Plumber, Palm Beach County School Board
1993-1996
Journeyman Plumber, HL Newman Plumbing
1993-1993
Journeyman Plumber, Poole and Kent Mechanical Contractors
1992-1993
Apprentice Plumber, EC Stokes Mechanical Contractors, Inc.
1988-1992
PAUL THARPE, PX, BN
PLUMBING PLANS EXAMINER
43
Paul Tharpe, PX, BN
BUILDING DEPARTMENT SERVICES
44
Anthony D’Auria, PX, BN
Plumbing & Mechanical Plans Examiner &
Inspector
Mr. D’Auria has over forty (40)
years of experience as a licensed
and certified inspector and plans
examiner, for the State of Florida.
He has years of accomplished
business, operations and project
management experiences, both
on the field and in the office.
Inspecting and evaluating all types
of commercial and residential
multi-story, sanitary and storm
systems, with water distribution
systems, while clarifying and
enforcing the Florida State
Building Code.
Plumbing and Mechanical Plans Examiner & Inspector, C.A.P.
Government, Inc.
2019 – Present
Responsible for closely inspection of mechanical, and other
systems for commercial and residential sites, like appliances,
boilers, elevators, gas and oil lines, and HVAC systems. Evaluate
and approve or disapprove of the work done in accordance with
local and state regulations. Examine and test new or existing
plumbing systems in buildings to make sure they are installed.
Reviews plans to ensure that the plans meet building codes and
requirements of the state, county, and city where the construction
is taking place.
EDUCATION
Master & Journeyman Plumber,
Gas Massachusetts State Board
Fitter, Fire Protection Licenses
Business Management and
Administration Classes
STATE OF FLORIDA LICENSE
Mechanical & Plumbing Plans
Examiner
PX4133
Mechanical & Plumbing Inspector
BN7353
EXPERIENCE
Assistant Vice President of Facilities, Florida Atlantic University
2011 - 2015
Responsibilities included facilities and engineering responsibility
for five campuses totaling over six million square feet on 800
plus acres. Oversight of duties of Engineering and Utilities;
Building Code Administration; Space Utilization; Building and
Grounds; Facilities Planning; and Environmental Health Safety.
Plumbing Plans Examiner & Inspector, Hy-Byrd Inspections
2018 – 2019
Plan Review and Inspections for code compliance on commercial
and residential projects. Reviewed blueprints and permits for
accuracy with the Florida Building Code. Inspected all aspects of
underground, top-out, and finish work for plumbing, accessibility,
energy conservation and gas codes.
Plumbing Plans Examiner & Inspector, City of Boca Raton
2016 – 2019
Met with plumbing contractors, GC’s, owners, architects,
engineers, etc. to review blueprints and permits for accuracy.
Identified any health and safety violations. Completed detailed list
of code violations as required, per job site permit.
ANTHONY D’AURIA, PX, BN
45
Anthony D’Auria, PX, BN
BUILDING DEPARTMENT SERVICES
46
Maria M. Roa
Permit Technician
Ms. Roa has over five (5) years
of experience working as a
Permit Technician.
Permit Technician, C.A.P. Government, Inc.
2022 – Present
Responsibilities include receiving and distributing all
incoming city permits, notarize and sort permits, assist
individuals with permit applications, plan submittal, and
processing.
EDUCATION
Permit Technician Training
Building Code & Plan
Interpretation and Florida
construction Laws & Rules
Training Contractors Institute
STATE OF FLORIDA LICENSE
ICC Permit Technician Certified
Certificate
State of Florida Notary
EXPERIENCE
Medical Office Clerk, Advanced Women’s Healthcare,
Loxahatchee, FL.
2016 –2017
Registration
Insurance verification
Answer phone
Scan/copy/fax
Fee collection
Data entry
Monthly/daily reports
Credit card machine closeout
Provide great customer service
Translate
Medical Office Specialist, Healthcare Dist. Palm Beach County,
Belle Glade, FL.
2014
Registration
Insurance verification
Answer phone
Scan/copy/fax
Fee collection
Data entry
Registration Specialist, Florida Dept. of Health, Belle Glade, FL.
2005– 2014
Administrative, Medical, Lab Entry, and Record Assistant
Switchboard Operator/ Client Registration
Verify financial status and collect client’s payments
Submit monthly reports
Record data in systems
MARIA M. ROA
47
Lucille Dunway
Permit Technician
Ms. Dunaway has over seven (7)
years of experience working as a
Permit Technician. She is skilled
in record management,
scheduling, and customer
communications
Permit Technician, C.A.P. Government, Inc.
2022 – Present
Responsibilities include receiving and distributing all incoming city
permits, notarize and sort permits, assist individuals with permit
applications, plan submittal, and processing.
EDUCATION
High School Diploma
Glades Day School
STATE OF FLORIDA LICENSE
Permit Technician
Public Records Management
Notary Public
EXPERIENCE
Permit Technician II, City of Belle Glade,
Belle Glade, FL.
2018 – 2022
Performed routine data entry or document management to
ensure proper documents submitted with applications for
permits.
Customer Service in-person
Responded to in-person and telephone requests for
information from public, attorneys, and other involved parties.
Intake of Construction Building Plans.
Intake of Permit Applications.
Stayed up to date on [State] laws and licensing requirements
to complete accurate and efficient reviews.
Scheduling of Inspections for Contractors/Homeowners.
Issuing permits
Filing closed permits
Closing out permits in Energov
Preparing and processing monthly and Quarterly reports for
Property Appraiser and DBPR.
Customer Service Representative, Premiere Protection Services, Shawnee,
KS.
2011– 2018
Maintained customer satisfaction with forward-thinking strategies
focused on addressing customer needs and resolving concerns.
Answered customer telephone calls promptly to avoid on-hold wait
times.
Answered constant flow of customer calls with minimal wait times.
Offered advice and assistance to customers, paying attention to
special needs or wants.
Responded to customer requests for products, services, and
company information.
Customer Retention on Services offered by the company.
Kept records of customer interactions or transactions, recording
details of inquiries, complaints, or comments.
LUCILLE DUNAWAY
PERMIT TECHNICIAN
48
SECTION 5
LITIGATION AND TERMINATIONS
Section 5: Litigation
BUILDING DEPARTMENT SERVICES
C.A.P. Government, Inc. (CAP) has no litigation filed against our firm or key personnel in
the past five (5) years.
CAP has never declared bankruptcy or reorganized under Chapter 11 or put into
receivership.
CAP nor any of its principals have had any criminal violations or convictions.
CAP has not had any contracts for these services terminated for default, non-performance,
or delay in the past five (5) years.
49
SECTION 6
COST DETAIL
RFP – Building Inspection Services Page 30
EXHIBIT H
SCHEDULE OF FEES
POSITION HOURLY RATE
Building Official
Inspector
Plans Reviewer
Permit Technician
97.50
82.50
90.00
45.00
50
RFP – Building Inspection Services Page 20
VILLAGE OF NORTH PALM BEACH
RFP – BUILDING DEPARTMENT SERVICES
REQUIRED FORMS
THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK
51
RFP – Building Inspection Services Page 28
EXHIBIT G
REFERENCES
PROPOSER REFERENCES
Please submit a minimum of five references in detail; give client references who have been clients (of
the Proposer) for at least one year (preferably municipal governments or other governmental agencies of
similar size in Florida where your company has provided same and similar services Building Official,
Building Inspector, Plans Reviewer, Building Codes and Permitting Services). The Village may contact
some of the Proposer’s current and former clients, both supplied by the Proposer and independently
derived, to request that they validate the qualifications of the Proposer and the accuracy of the claims
made by the Proposer in its Proposal, and that they assess the Proposal’s ability to perform the types,
level and quality of services that the Village desires. All references contacted will be asked to rate those
aspects of the Proposal’s performance on a scale from 0 – 5: zero (0) being poor and (5) being excellent.
Excellent: Frequently exceeds client reference’s specifications/requirements
Good: Meets client reference’s specification/requirements.
Poor: Frequently does not meet client reference’s specifications / requirements
1. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
2. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
3. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
Village of Wellington
Palm Beach County
City of Aventura
12300 Forest Hill Boulevard, Wellington, FL 33141
61,637
Building Department Services
1.49M
40,242
19200 W Country Club Drive, Aventura, FL 33180
Doug Wise, CBO, CFM, MCP
Mr. Jacek Tomasik
561-753-2541
jtomasik@wellingtonfl.gov
561-233-5192
561-233-5020
dwise@pbcgov.org
Building inspection, plan review and permit technician
services to the Planning, Zoning, and Building
Department.
2300 N. Jog Rd. West Palm Beach, FL 33411
59
RFP – Building Inspection Services Page 29
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
4. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
5. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
Mr. Ronald J. Wasson
305-466-8910
rwasson@cityofaventura.com
City of Weston
17200 Royal Palm Boulevard, Weston, FL 33326
Mr. Donald P. Decker
954- 385- 2000
ddecker@westonfl.org
Full Building Department Services
City of South Bay
Mr. Leondrae Camel
561.996.6751
camel@southbaycity.com
Full Building Department Services
Full Building Department Services
4.86K
335 SW 2nd Ave., South Bay, FL 33493
60
capfla.com
Request for Proposals
BUILDING DEPARTMENT SERVICES
Grounded in Excellence
Universal Engineering Sciences | 2
Title Page
REQUEST FOR PROPOSALS
BUILDING DEPARTMENT SERVICES
GFA International, Inc. dba Universal Engineering Sciences
Authorized Representative
Tom Montano, PE
3921 Westgate Ave
West Palm Beach, FL 33409
772) 924-3575
Principal place of business/legal entity information is the same as above.
Universal Engineering Sciences | 3
Table of Contents
Title Page .....................................................................................................................................................2
Table of Contents .......................................................................................................................................3
Transmission Letter .....................................................................................................................................................4
Proposer Checklist (Exhibit A) .................................................................................................................................5
Section 1: Introduction Letter ..................................................................................................................................7
Section 2: Approach to the Scope of Services...................................................................................................11
Section 3: Work Experience .....................................................................................................................................22
Section 4: Key Staff Experience and Qualifications .........................................................................................26
Section 5: Litigation and Terminations ................................................................................................................42
Section 6: Cost Detail ................................................................................................................................................46
Section 7: Forms ..........................................................................................................................................................48
Universal Engineering Sciences | 4
Transmission Letter
Date:April 26, 2024
Attention: Village of North Palm Beach
501 US Highway One
North Palm Beach, FL 33408
Reference:Request for Proposals Building Department Services
Dear Mr. Wood and Committee Members:
GFA International, Inc., (GFA) dba Universal Engineering Sciences (UES) truly appreciates the
opportunity to present our services and experience in response to Request for Proposals Building
Department Services. We have a firm understanding of the scope outlined within and are confident
that our capabilities and experience position UES as the ideal firm to execute said scope.
Our team comprehends the Village of North Palm Beach’s need for Building Department Services,
including building official, building inspections, and plans reviewer scopes. We have extensive
experience in delivering these services.
Our firm’s reputation is built on consistency, quality, and delivering projects on time and within
budget. As an established firm, we prioritize quality control, quality assurance, and cost-effective
solutions. Our quality assurance process involves a comprehensive review of all deliverables by an
expert at UES who is not directly involved in the project team.
UES is renowned for unparalleled client service, offering a team of experts capable of handling
a wide array of assignments. We are dedicated to providing the Village with innovative technical
solutions and exceptional client service for every project. Under this contract, we hold our staff
to high standards, ensuring the Village receives outstanding service. At UES, we are committed to
fostering long-term relationships based on trust, respect, and teamwork. We eagerly anticipate the
opportunity to serve the Village.
Our Principals have thoroughly reviewed and understood this RFP, its related documents, and the
anticipated scope of work. This Request for Proposal package has been made without collusion
with any other person or entity submitting a proposal pursuant to this RFP. UES attests that the
information provided in this RFP response is complete, current, and factual. This proposal remains in
effect for sixty days.
Respectfully submitted,
GFA International, Inc., dba Universal Engineering Sciences
Tom Montano, PE
Authorized Representative/Branch Manager
772) 924-3575
tmontano@teamues.com
3921 Westgate Ave
West Palm Beach, FL 33409
Paul H. Danforth, PE, SI
Regional Vice President
772) 924-3575
pdanforth@teamues.com
3921 Westgate Ave
West Palm Beach, FL 33409
Universal Engineering Sciences | 5
Proposer Checklist (Exhibit A)
RFP – Building Inspection Services Page 19
EXHIBIT A
PROPOSER CHECKLIST
Note:
1) This Exhibit must be included in RFP immediately after the Letter of Transmittal.
2) RFP Package must be put together in the order set forth in this checklist.
3) Any supplemental materials must appear after those listed below and be tabbed “Additional
RFP Information”
Title Page
Table of Contents
Letter of Transmittal
Copy of this Checklist (Exhibit A)
Introduction Letter
Approach to Scope of Services
Work Experience
Key Staff Experience and Qualifications
Litigation and/or Terminations
Cost Details
FORMS
Proof of Licenses
Information Statement (Exhibit B)
Noncollusive Affidavit (Exhibit C)
Drug Free Workplace form (Exhibit D)
Scrutinized Companies Certification (Exhibit E)
Public Entity Crimes Form (Exhibit F)
Reference Form (Exhibit G)
Fee Schedule (Exhibit H)
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
INTRODUCTION LETTER
SECTION 1
Universal Engineering Sciences | 7
1 - Introduction Letter
Date:April 26, 2024
Attention: Village of North Palm Beach
501 US Highway One
North Palm Beach, FL 33408
Reference:Request for Proposals Building Department Services
Dear Mr. Wood and Committee Members:
GFA International, Inc., (GFA) dba Universal Engineering Sciences (UES) truly appreciates the
opportunity to present our services and experience in response to Request for Proposals Building
Department Services. We have a firm understanding of the scope outlined within and are confident
that our capabilities and experience position UES as the ideal firm to execute said scope. We have
served the Village of North Palm Beach clientele in a variety of ways for many years, and we are
eager to build upon our relationship in support of the Village needs and vision.
In early 2020, GFA International, Inc. (GFA) and Universal Engineering Sciences, Inc. strategically
merged, forming the UES Family of Companies—the largest, most experienced, resource-rich
organization of its kind in the nation. This union has grown to include more than 12 other
companies across the nation, from the Carolinas to California.
It is important to note that the leadership, personnel, and most importantly, the exemplary service
typical of all companies included in the Universal Family of Companies remains unchanged. That
being said, the increase in fleet, personnel, and technology will significantly benefit all clients
associated with UES.
UES has over 86 fully operational and fully-staffed branches spanning the U.S., with 19 located
in Florida. These strategically situated offices meet our clients’ needs by providing local expert
knowledge and solutions unique to the region. The wide distribution of our resources also means
that we are able to rapidly respond to our clients and immediately allocate equipment and
manpower.
Each office is staffed with dedicated professionals who are familiar with the region’s geographic
conditions, state, county, and city regulations, and who have developed strong working
relationships with local specialized subconsultants and vendors.
Our team has decades of experience providing expert plans reviews for clientele and complex
projects of all sizes, including municipalities similar to the Village of North Palm Beach. UES
currently serves St. Lucie County and the City of West Palm Beach providing similar services
under a continuing contract on an as-needed basis. Our team’s technical expertise, our
specialized training, fleet of equipment, and wide scope of capabilities has assisted our clients in
finding solutions to difficult and intricate challenges on various projects.
Our mission is to provide the Village of North Palm Beach with cost-effective, efficient, and accurate
Inspection Services. Integrity is the keystone of our business relationship with all of our clients.
We understand that the selected firms must be appropriately qualified, licensed, and be an
experienced vendor fully capable of providing review of building, plumbing, electrical, mechanical,
gas, and structural plans in accordance with the requirements of all applicable codes and
ordinances.
Universal Engineering Sciences | 8
1 - Introduction Letter
When you work with UES, you’ll be interacting with industry professionals who pride themselves on
the highest level of integrity, dependability, ethics, and quality of work who are also exceptionally
innovative, dynamic, and responsive. We want our clients to think of UES as an extension of their
organizations and their trusted advisors.
AUTHORIZED REPRESENTATIVES/VENDOR SERVICE REPRESENTATIVES
Tom Montano, PE Matthew Chaney, BN
Branch Manager Building Inspections Dept. Manager
3921 Westgate Ave 3921 Westgate Ave
West Palm Beach, FL 33409 West Palm Beach, FL 33409
P: (772) 924-3575 P: (772) 924-3575
tmontano@teamues.com mchaney@teamues.com
Matthew Chaney, BN will serve as Project Manager for this contract. He will assign personnel as
projects are awarded and will oversee each project personally. Matthew will be involved in ensuring
reviews are performed according to the scope of services and in developing the budget for each.
Our West Palm Beach office has a network of support from our other South Florida offices, including
Port St. Lucie, Miami, Clewiston, and Delray Beach.
Our Principals have thoroughly reviewed and understood this RFP, its related documents, and the
anticipated scope of work. This Request for Proposal package has been made without collusion
with any other person or entity submitting a proposal pursuant to this RFP. UES attests that the
information provided in this RFP response is complete, current, and factual. This proposal remains in
effect for sixty days.
Our team is ready to serve as an extension of your staff, and we will represent the Village of North
Palm Beach in the best possible way. UES’ reputation, facilities, and culture attract some of the
industry’s most experienced and knowledgeable professionals. Many of our staff have been with
the company for 10 years or more. An unmistakable passion for excellence is ever-present, as is a
camaraderie and eagerness to teach, learn, and contribute to our clients’ success.
On behalf of our entire team, we would like to thank you for this opportunity, your time, and
consideration. We look forward to working with the Village of North Palm Beach and providing
reliable plan reviews and inspections throughout this contract and beyond. If you need to contact
us for any reason, please feel free to contact the undersigned.
Respectfully,
GFA International, Inc., dba Universal Engineering Sciences
Tom Montano, PE
Authorized Representative/Branch Manager
772) 924-3575
tmontano@teamues.com
3921 Westgate Ave
West Palm Beach, FL 33409
Paul H. Danforth, PE, SI
Regional Vice President
772) 924-3575
pdanforth@teamues.com
3921 Westgate Ave
West Palm Beach, FL 33409
Universal Engineering Sciences | 9
1 - Introduction Letter
CORPORATE CHARTER REGISTRATION
Previous on List Next on List Return to List
No Filing History
Fictitious Name Search
Submit
Previous on List Next on List Return to List
No Filing History
Fictitious Name Search
Submit
Fictitious Name Detail
Fictitious Name
UNIVERSAL ENGINEERING SCIENCES
Filing Information
Registration Number G20000159003
Status ACTIVE
Filed Date 12/15/2020
Expiration Date 12/31/2025
Current Owners 1
County MULTIPLE
Total Pages 1
Events Filed NONE
FEI/EIN Number NONE
Mailing Address
1215 WALLACE DRIVE
DELRAY, FL 33444
Owner Information
GFA INTERNATIONAL, INC.
1215 WALLACE DRIVE
DELRAY, FL 33444
FEI/EIN Number: 65-0874962
Document Number: P98000089761
Document Images
12/15/2020 -- Fictitious Name Filing View image in PDF format
Florida Department of State, Division of Corporations
D IVISION OFCORPORATIONSFloridaDepartmentofState
State of Florida
Department of State
I certify from the records of this office that GFA INTERNATIONAL,INC.is a
corporation organized under the laws of the State of Florida,filed on October
20,1998.
The document number of this corporation is P98000089761.
I further certify that said corporation has paid all fees due this office through
December 31,2024,that its most recent annual report/uniform business report
was filed on February 19,2024,and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
Given under my hand and the
Great Seal of the State of Florida
at Tallahassee,the Capital,this
the Nineteenth day of February,
2024
Tracking Number:1871261630CC
To authenticate this certificate,visit the following site,enter this number,and then
follow the instructions displayed.
https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication
APPROACH TO THE
SCOPE OF SERVICES
SECTION 2
Universal Engineering Sciences | 11
2 - Approach to the Scope of Services
ORGANIZATIONAL BACKGROUND
UNDERSTANDING OUR GROWTH
Founded in 1988, GFA International, Inc.
GFA) is a full-service Engineering and
Geological consulting organization providing
Building Code Inspection Services, as well as
Environmental, Geotechnical, Construction
Materials Testing, Threshold and Special
Inspections, and Private Provider services,
across a broad spectrum of industries.
In early 2020, GFA merged with Universal
Engineering Sciences and additional
leading engineering firms. This combination
of likeminded firms - complementary in
professional services, core values, and customer
service-centric views - formed the UES family
of companies — the largest, most experienced,
resource-rich organization of its kind in the U.S.
The success of this union was based on many
key factors, one of which was geographic
location. For over 57 years, UES has successfully
built our state-wide reputation for superior
service, trustworthy business management, and
strict attention to health, safety and innovative
engineering. Regardless of the scale of the
project, UES will develop a practical approach
to successfully achieve your goals – on
schedule and within budget.
Beyond our personnel, UES owns and operates
one of the largest fleets of specialized
vehicles and drill rigs in the southeast. These
resources are strategically located at our offices
throughout the eastern United States and can
be rapidly deployed to any location within our
operational area usually the same day.
LOCAL EXPERTISE
With 19 locations throughout Florida, UES is
capable of performing services for a range of
clientele and locations.
Our West Palm Beach (WPB) branch is located at
3921 Westgate Ave, West Palm Beach, FL 33409.
The WPB office is 11 miles (driving distance)
from the Village Hall and will provide primary
project management for this contract.
The branch includes a staff of 75, including
dedicated professionals familiar with the
region’s geographic conditions and state,
county, and city regulations.
Our South Florida locations boast immensely
qualified staff, including a Lead Special
Inspector with more than three decades of
experience, as well as:
9 Florida Registered Professional Engineers
7 Engineering Interns
3 Special Inspectors for Threshold Buildings
5 Florida Licensed Building Officials
3 ICC Master Code Professionals
11 Florida Licensed Plan Reviewers
23 Florida Licensed Building Inspectors
UES personnel are familiar with local conditions
and practices within the immediate service
area. Having performed myriad efforts in
South Florida, including West Palm Beach,
our professionals offer detailed, up-to-date
knowledge of the practices needed to assist the
Village on future projects.
Our West Palm Beach office also benefits from
a network of support via our additional South
Florida locations, including Port St. Lucie,
Fort Myers, Delray Beach, Naples, Miami, and
Clewiston.
Universal Engineering Sciences | 12
2 - Approach to the Scope of Services
PROJECT APPROACH
UNDERSTANDING OF SCOPE
UES is well-versed in the Florida statutory code
compliance nuances and has over 20 years of
experience conducting private provider code
compliance services and city/county building
department services.
With a growing demand for construction
plan review and inspection services, UES
has become the most reliable, cost-effective
resource for government extension assistance.
We focus on assisting our clients in improving
their service to the community while
simultaneously reducing their business costs.
Our staff is certified to meet all the
requirements of Florida Statute Chapters 468
Part XIII, 471, 481, and 633, Florida Building
Code and any other applicable Chapters of the
The Villages Building Department’s codes and
ordinances.
Our qualified, capable staff consists of
multi-certified professionals valued for their
experience, professional knowledge, and desire
to surpass clients’ expectations.
With a rising demand for building permitting
and inspection services, we have become a
dependable, customer service-driven resource.
For this contract, UES will provide personnel
to perform Building Inspections, Plan Reviews,
Fire Inspections, and Building Official scopes of
work.
As we have performed as-needed plan review
support for the Villages Building Department,
we are uniquely familiar with Department
workflows. It is our understanding that the
Villages seeks professional, licensed firms to
perform services for:
Florida Building Code compliant residential
and/or commercial inspections in the
principal building trades of building,
electrical, plumbing, mechanical, energy
conservation, and existing building
Florida Building Code compliant residential
and/or commercial remote plan reviews in
the principal building trades of building, MEP,
energy conservation, and existing building.
Florida Building Code Compliant Building
Official services
Permit technician services for permitting
intake, processing, data entry, and customer
service
UES will provide personnel to conduct Florida
Building Code compliant residential and/
or commercial inspections in the principal
building trades of building, electrical,
plumbing, mechanical, energy conservation,
and existing building, Florida Building Code
compliant residential and/or commercial
remote plan reviews and Florida Building Code
Compliant Building Official services.
WORKING KNOWLEDGE OF THE VILLAGE
UES recognizes that we are to supply personnel
Assigned Employees”) who shall provide a
variety of expert consulting services to the
Villages Building Office.
UES also recognizes that we are responsible
for providing other Assigned Employees as
requested by the Village from time to time and
as reflected on a need-based requirement.
UES understands that all Assigned Employees
are employees of our firm and are not, and will
not be considered, employees of the Village.
We will select employees that meet the Village’s
requirements noted herein and provide them
for the Village’s based on their qualifications,
certifications, licenses, and experience as an
Assigned Employee.
UES will notify any Assigned Employees they
are not an employee of the Village for all
purposes.
UES is obligated to be cost conscious in our
attempts to ensure we meet the Village’s
needs. We respond to those needs without
compromising the integrity of our work.
We have developed an effective process of
partnering with our clients such as the Town of
Jupiter, Indian River County, Martin County, and
the City of West Palm Beach.
Universal Engineering Sciences | 13
2 - Approach to the Scope of Services
Our mission is to communicate with our
clients before and during the work to come to
mutually agreeable terms. We intend to provide
the Village with comfort in knowing that UES
views cost management as a critical concern.
UES maintains full management control over
the scheduling and quality of our work. Should
a problem arise, we urge your representative
to contact our Senior Management and/or
Principals for immediate resolution.
UES staff members are professional in every
way. We strive to blend seamlessly, representing
the Village with professional, courteous
service, and to become an asset to the Village
Building Official and the Building Office. All
staff will accept direction and instructions
while performing their duties independently
and professionally, with minimal supervision
required.
UES provides exceptional service and we take
pride in delivering outstanding services to our
customers. The preceding process outlines the
proposed approach to comply with the scope
of services contained in this RFP.
CURRENT WORKLOAD OF PROJECT TEAM
We have determined that GFA dba UES has the
available assets (personnel and equipment)
to successfully perform the work under this
contract. We do not anticipate our workload
will affect our team’s ability to achieve the
Village’s contract goals.
We further assert that personnel assigned to
this project will come from existing resources
and that only experienced and well-qualified
personnel will perform our services.
The assigned staff will be available to begin the
specified projects and continue the work as
needed.
Our local office and key personnel will
remain easily accessible at all times, and
project representatives will be well informed
of ongoing progress. Senior and staff
professionals will visit the site regularly (during
field activities) to verify the continuity of the
work plan.
On the following pages, we have included our
inspections team’s current workload and their
availability for this contract.
Universal Engineering Sciences | 14
2 - Approach to the Scope of Services
Current Workload - Inspections Status (% Complete)
Alba Residences 0%
Apogee 20%
Avenir Charter School 0%
Boys & Girls Club 75%
Carreta 0%
Delray Trails- Private Provider 50%
FAU Canopies 75%
FAU Roof 51, 52, &53 75%
Indian River County Building Department Municipal Support Continuous
Lamborghini 75%
Lost Tree Private Provider 50%
Martin County Building Department Municipal Support Continuous
Mint Car Wash 50%
Nora Development 20%
Oculus 80%
Ritz Carlton 5%
Royal Poinciana South Phase III 95%
Seville Clubhouse 70%
TD Bank Gateway Plaza 90%
The Mason Vero Beach 95%
Three Lakes 20%
Tortoise One 99%
Town of Jupiter Continuous
Town of Orchid Continuous
Town of Palm Beach Continuous
Tradition Tower 50%
Treasure Coast Food Bank 5%
Villa Vizcaya Apartments 75%
Universal Engineering Sciences | 15
2 - Approach to the Scope of Services
Role Project Team Member % Availability
Branch Manager/Principal in Charge Thomas Montano, PE 50%
Project Manager Matthew R. Chaney, BN 80%
Plans Reviewer Michael Keenan, CBO, BN, PX
Derek Wiechmann, PG, CBO,
BN, PX, ICC-BO
100%
100%
Building Official Michael Keenan, CBO, BN, PX
Derek Wiechmann, PG, CBO,
BN, PX, ICC-BO
85%
85%
Building Inspector Matthew R. Chaney, BN
Michael Keenan, CBO, BN, PX
Derek Wiechmann, PG, CBO,
BN, PX, ICC-BO
Timothy Rowe, BN
Vincent Ferri, BN
Juan Hernandez, PE
80%
85%
85%
100%
100%
100%
Universal Engineering Sciences | 16
2 - Approach to the Scope of Services
PROPOSER RESOURCES AVAILABLE TO
MEET VILLAGE NEEDS
Our staff has the necessary training, education,
tools, and equipment to perform the services
under this contract, including (but not limited
to) professional uniforms logoed as desired by
the Village.
UES’ professional consist of state-licensed
plan examiners, engineers and architects, and
certified inspectors and building officials. Our
Building Inspection Department (BID) staff
of qualified professionals and inspectors can
quickly become an extension of your team by
seamlessly integrating themselves into your
workflow.
The Village may rely on them to increase
permitting and construction manageability and
to handle the complexities of code compliance.
In this era of evolving state-wide Florida
Building Code, it is critical to have inspectors
and plan reviewers knowledgeable about the
latest regulatory statutes.
Our team’s experience and ability to respond
to needs by staff and resources results in much
more fiscally-lean and efficient tasks. Our
robust staff includes:
Professional engineers and architects
Building officials/building code administrators
Fire safety inspectors
Licensed plans examiners and inspectors
STATEMENT OF SERVICES/TASKS TO BE
PERFORMED
As noted, UES will provide personnel to
conduct the following services:
Florida Building Code compliant residential
and/or commercial inspections in the
principal building trades of building,
electrical, plumbing, mechanical, energy
conservation, and existing building
Florida Building Code compliant residential
and/or commercial remote plan reviews (in
the principal building trades of building, MEP,
energy conservation, and existing buildings)
Florida Building Code Compliant Building
Official services
BUILDING OFFICIAL SERVICES
We understand that we will be providing
Building Official Services for the Village,
including on an as-needed basis. All of our
Building Officials are certified through the State
of Florida as Building Code Administrators.
Many hold several additional certifications.
Building Official duties include:
Plan review (Commercial & Residential),
building inspections (Commercial &
Residential), and supervising the activities of
the Building Department
Conduct, coordinate, and perform all
inspections and plan review duties in the
following disciplines: building, residential,
existing building, mechanical, electrical,
plumbing
Apply knowledge of Florida Building Code,
government policies, and office procedures
to the day-to-day functions of the Building
Department
Provide support and guidance for
administrative staff questions.
Provide technical assistance to field inspectors
in all matters relating to building
Communicate official programs, policies, and
procedures to general public
Perform in-field inspections
Process paperwork for Building Code issues.
Site plan research regarding new
developments
Attend staff, commission, and professional
organization meetings
Inspection Credentials:
Master Code Professional (International Code
Council)
Certified Building Official (International Code
Council)
Universal Engineering Sciences | 17
2 - Approach to the Scope of Services
UES can provide the following Building Code
services:
Inspection and Plan Review Services
Fire Inspections
REMOTE PLANS EXAMINERS
BUILDING, ELECTRICAL, MECHANICAL
AND PLUMBING)
UES’ Plans Examiners will provide technical plan
reviews per the Florida Building Code (FBC)
and other federal, state, and local laws, rules,
regulations, directives, codes, and ordinances.
Each plans examiner is well-recognized in their
field of expertise and is required to maintain
their license with the state of Florida in
compliance with Florida Statute 468 XII.
Upon receiving a Plan Review assignment,
UES’ Plans Examiners will review construction
documents for compliance with adopted codes
and standards. After completing each review,
the plans examiner shall approve or reject the
proposed work for specific code deficiencies.
All examinations will be recorded in the County
computer system.
Comments from each Plan Review will be
compiled and formatted into a clear, concise
document. All deficiencies identified shall
reference the sheet number and include the
proper code citations required by Florida
Statutes. The Village staff will receive review
comments. These documents and a summary
sheet shall be attached to all billing statements.
Plans examiners shall also meet with and
assist design professionals, contractors, and
homeowners to answer questions about the
code and its intent.
In addition, plans examiners can provide plan
reviews for clients with schedule constraints or
an aggressive schedule at the discretion of the
Building Official.
INSPECTORS (BUILDING, ELECTRICAL,
MECHANICAL, AND PLUMBING)
UES’ highly trained and certified inspectors
have provided construction inspection services
for many complex, high-profile projects.
All UES inspectors are well-respected in their
field of expertise and must maintain their
license with the state of Florida per Florida
Statute 468 XII.
Once a UES inspector is approved by the Village
and given an assignment, they will report for
work and be available to perform inspection
service duties during regular business hours or
as needed. UES’ approved personnel will report
to the Village Building Official or their designee.
UES shall not change them without the Village’s
prior written consent.
Upon inspection assignments, UES Inspectors
will provide residential and commercial
inspections for compliance with the Florida
Building Code, State Statutes, and local codes
and ordinances.
Inspection services will include new
and existing permitted residential and
commercial construction within the Village.
They will provide written comments if found
non-compliant with applicable codes and
regulations. UES’ inspectors will provide written
inspection reports using inspection forms and
log daily inspection results and hours worked in
a permitting tracking system.
All deficiencies identified shall include proper
code citations as required by Florida Statutes.
UES’ certified staff will contact contractors,
architects, engineers, and citizens about
construction projects, code questions, and
other concerns.
As noted, UES inspectors utilize late-model
vehicles equipped with a mobile computing
Committed Staff: Building Official Services
Michael Keenan, CBO, BN, PX
Derek Wiechmann, PG, CBO, PX, BN, ICC-BO
Committed Staff: Plans Review
Michael Keenan, CBO, BN, PX
Derek Wiechmann, PG, CBO, PX, BN, ICC-BO
Universal Engineering Sciences | 18
2 - Approach to the Scope of Services
solution and the latest upgrades.
This setup provides staff with enhanced
communication abilities. The mobile system
allows the inspector to provide accurate time
inspection results and other documents in
the field. In addition, every employee has
a smartphone. The cell phone numbers are
shared with our municipal partners and
customers.
UES inspectors understand the importance of
keeping clear and concise documentation of all
inspections. They write correction notices, hold
office hours, answer phone calls, and respond
to inquiries from the field as needed by the
jurisdiction. Our staff will provide the same
level of service as if they were members of your
own jurisdiction’s staff.
Below is a summary representative of the tasks
that will be performed within this scope of
the contract with the Village. This list is not
necessarily all-inclusive.
Coordinate and perform assigned fire
safety plan review operations in support
of departmental goals and objectives;
coordinates activities with other departments
and agencies as needed.
Investigate complaints of fire safety hazards
which are reported.
Report violations, issues and explains
notices of non-compliance for violations and
hazardous conditions.
Receive and review drawings and plan
applications for fire system permits to ensure
code compliance.
Conduct research and utilize available
references to evaluate Fire Code issues.
Interpret legal requirements and recommend
compliance procedures to contractors, craft
workers, and owners.
Provide assistance regarding specific
matters within identified areas of expertise;
develop guidelines and handouts to improve
completeness of drawing submittals for plans
review.
Perform final new construction fire
inspections of work upon completion; sign
permit providing final approval of work
ensuring structures and property are safe to
inhabit.
Perform a variety of critical record keeping
duties; manages and maintains department
record keeping and filing systems relevant
materials appropriate to assigned unit;
provides written documentation of all duties
performed.
Analytically and objectively inspect new
and existing structures and facilities for
compliance with all Federal, State and local
Fire and Life Safety codes.
Analytically and objectively investigate fire
scenes; ability to prepare clear and detailed
reports based on results.
Analytically and objectively review and
evaluate construction drawings and plan
applications for fire safety to ensure code
compliance with all Federal, State and local
Fire and Life Safety codes.
Provide plans review oversight and
recommend/develop modifications
as necessary to ensure overall project
compliance with applicable codes and
regulatory standards.
Utilize their considerable knowledge of pre-
established City, County and State policies
and procedures applicable to the work.
Establish and maintain effective working
relations with all levels of management,
employees, other departments, officials
and the general public for dissemination of
information and the enforcement of all local,
State and Federal fire codes and regulations;
skill in the principles and techniques of
customer service skills.
INSPECTIONS AND RECORD KEEPING
Upon notification from the permit holder or
representing agent, UES inspectors shall make
or cause to make the inspections required by
the Florida Building Code.
Universal Engineering Sciences | 19
2 - Approach to the Scope of Services
They shall either approve the portion of
completed work or notify the permit holder
or representing agent wherein the same fails
to comply (by providing written notice of
the violation of the code and/or corrections
ordered).
UES will be responsible for producing and
signing a fully completed inspection report
form indicating whether the inspection passed
or failed. UES will post this form at the project
site.
UES will turn over a complete set of all assigned
and completed inspections. UES will also
maintain a copy of all project documents for
seven years after project closeout.
SCHEDULING METHODOLOGY
We will develop reasonable schedules using
standard scheduling techniques, including a
project network with critical path layouts and
milestone planning during project schedules.
During the project’s performance, we will make
real-time comparisons against the planned
project schedule to monitor the project’s
progress.
UES will monitor variances between the
planned and actual schedule and investigate to
determine if any issues are present.
If problems are encountered, we will initiate
corrective actions. When these project cost
and schedule issues are identified, the UES
Primary contact will characterize the extent of
the problem and devise contingency plans as
appropriate, such as:
Directing allocation of additional resources
as necessary to accomplish work in a timely,
cost-effective manner
Analyzing the schedule logic for a change in
the sequence of work elements to maintain
milestone dates (i.e., expedite upcoming task
schedules)
Establishing new dates for task completions/
milestones after consultation with and
approval by the County
These corrective actions will enable UES to
meet established performance goals.
Our network of Florida offices also allows
for rapid mobilization to project locations,
minimizing travel time. All management and
field personnel have smartphones allowing for
frequent updates during critical work phases.
Immediate access to laptop PCs also provides
for implementing last-minute work scope
changes as necessary.
As thorough as this process is, UES never
forgets that many of our clients require
expedited services due to tight schedules,
whether it is speed-to-market demands or site
viability, UES will waste no time in providing
the professional services necessary for you to
make decisions based on our result.
PROPOSED INNOVATIVE CONCEPTS
TO ENHANCE VALUE AND QUALITY OF
SERVICES PERFORMED
VALUE METHODOLOGY APPLICABILITY
UES applies Value Methodology to improve
monetary aspects and other critical factors
such as productivity, quality, time, energy,
environmental impact, and durability. This
approach can be applied to virtually all areas to
manage costs effectively.
During the contract, UES communicates
potential areas for improvement with the client.
UES’ appointed Building Officials may call
upon our staff resources at any time to provide
additional personnel for Plan Reviews and
Inspections.
This approach enables us to respond to
workload increases without adding full-time
staff, resulting in significant savings for our
clients.
Committed Staff: Building Inspections
Matthew Chaney, BN
Timothy Rowe, BN
Vincent Ferri, BN
Juan Hernandez, PE
Universal Engineering Sciences | 20
2 - Approach to the Scope of Services
TECHNOLOGICAL CAPABILITY
Our inspectors, plan reviewers, and building
officials are all equipped with late-model
vehicles (including a mobile computing
solution outfitted with the latest hardware and
software upgrades). This approach provides our
team with enhanced communication abilities.
The mobile system allows inspectors to
provide real-time inspection results and other
documents in the field. Additionally, every
employee is equipped with a smartphone.
Contact numbers are shared with the client and
the customers.
At the firm level, UES relies upon a licensed, proprietary,
and comprehensive software system to successfully
manage our daily operations and all aspects of a project.
At the top level, our company utilizes Microsoft
Windows 10 on all PCs in conjunction with
Office 365, Sophos Cyber Security, Fortinet
Firewall and Ransomware, a secured VPN, and
GoToMeeting.
However, at the center of our operations lies
Deltek Vision. Vision is an established industry
standard used extensively throughout the
A/E/C community.
This software is our primary database capturing
every project detail, such as the scope of work,
duration, sub-consultants used, and direct
personnel. It also houses all client-based
information and allows for detailed report
generation. Another essential function of Vision
is billing. The bookkeeping capabilities of
this component are made possible due to the
massive amount of captured project and client
information.
UES employs a full-time Application Business
Analyst and Software Developer to ensure that
all of these systems work seamlessly together.
ANY FAVORABLE COST CONTAINMENT
APPROACHES OR ADDITIONAL OR
ALTERNATIVE IDEAS THAT MAY BE
SUCCESSFUL IF IMPLEMENTED BY THE
VILLAGE
GFA provides the following cost containment
approach: conducting plans reviews remotely,
resulting in cost savings for the Village.
This approach would allow us to expedite
work and prevent charging for travel time.
Remote plans reviews would also enable our
team to perform “overflow” inspections.
Thus, if a full day of inspections is not
scheduled for the inspector, only time worked
will be charged versus a minimum eight (8)
hours.
WORK EXPERIENCE
SECTION 3
Universal Engineering Sciences | 22
3 - Work Experience
UES’ WORK EXPERIENCE
MARTIN COUNTY
Martin County, Florida
UES is currently serving a continuing contract with Martin
County, offering expertise in plan review and building
inspections. Under this ongoing partnership, UES diligently
reviews plans, conducts inspections, and provides valuable
guidance to Martin County.
By upholding strict standards and fostering a culture of
excellence, UES plays a vital role in the county’s growth and
development, ensuring that all building projects meet regulatory
requirements and adhere to the highest industry standards.
Timelines to date are being met.
SCOPE OF SERVICES:
Plans Review
Building Inspections
CLIENT:
Martin County, FL
CONTACT INFORMATION:
Andrew Bruhn
Assistant Building Official
2401 Southeast Monterey Road
Stuart, FL 34966
772) 320-3070
abruhn@martin.fl.us
COMPLETION DATE:
Ongoing (2019-present;
piggyback from Town of
Jupiter)
APPROX. UES FEE:
724,480.00 (JTD Billed)
KEY STAFF:
Tom Montano, PE
Juan Hernandez, PE
Universal Engineering Sciences | 23
3 - Work Experience
INDIAN RIVER COUNTY
Indian River County, Florida
UES proudly continues to serve Indian River County through
its municipal support contract. UES conducts plan reviews and
building inspections, ensuring that every project in Indian River
County meets and exceeds the highest industry standards. This
longstanding partnership highlights UES’ commitment to the
community’s safety, quality, and progress.
As the current contract holder, UES upholds its reputation as
the go-to authority for plan review and building inspections,
ensuring Indian River County’s infrastructure is in qualified
hands. Timelines to date are being met.
SCOPE OF SERVICES:
Plans Review
Building Inspections
CLIENT:
Indian River County
CONTACT INFORMATION:
Scott McAdam - Building
Official
1801 27th Street, Bldg A
Vero, Beach, FL 32960
772) 226-1268
smcadam@ircgov.com
COMPLETION DATE:
Ongoing (2019-present)
APPROX. UES FEE:
930,085.00 (JTD Billed)
KEY STAFF:
Tom Montano, PE
Universal Engineering Sciences | 24
3 - Work Experience
TOWN OF JUPITER
Jupiter, Florida
UES currently serves the Town of Jupiter under a continuing
contract for professional building inspections, plan review
services, and permit technicians. With a dedicated team of
experts, UES ensures seamless coordination and precision in
every aspect of town-wide construction projects. Under this
partnership, UES conducts building inspections, reviews plans,
and provides experienced permit technicians to oversee all
construction efforts within the town.
The Town of Jupiter benefits from UES’ comprehensive expertise,
guaranteeing that every project adheres to the highest industry
standards and local regulations. UES professionals bring a
wealth of knowledge, fostering a culture of safety, quality, and
compliance. As the trusted partner for building inspections
and permit services, UES plays a vital role in shaping Jupiter’s
landscape, ensuring that the town continues to thrive with
structurally sound and compliant constructions. With UES
at the helm, the Town of Jupiter can confidently pursue its
development initiatives, knowing that its construction projects
are in capable and reliable hands. Timelines to date are being
met.
SCOPE OF SERVICES:
Plans Review
Building Inspections
CLIENT:
Town of Jupiter
CONTACT INFORMATION:
Roger Held - Building Official
210 Military Trail
Jupiter, FL 33458
561) 741-2669
rogerh@jupiter.fl.us
COMPLETION DATE:
Ongoing (July 2019-present)
APPROX. UES FEE:
1,668,383.75 (JTD Billed)
KEY STAFF:
Tom Montano, PE
Juan Hernandez, PE
Universal Engineering Sciences | 25
4 - Key Staff Experience and Qualifications
KEY STAFF
EXPERIENCE AND
QUALIFICATIONS
SECTION 4
Universal Engineering Sciences | 26
4 - Key Staff Experience and Qualifications
2. ORGANIZATIONAL CHART
PRINCIPAL-IN-CHARGE
Tom Montano, PE (50%)
Branch Manager
PROJECT MANAGER
Matthew Chaney, BN (80%)
Inspections Department
Manager
PLAN REVIEWERS
Michael Keenan, CBO, BN, PX
100%)
Derek Wiechmann, PG, CBO, PX,
BN, ICC-BO (100%)
BUILDING OFFICIAL
Michael Keenan, CBO, BN, PX
85%)
Derek Wiechmann, PG, CBO, PX,
BN, ICC-BO (85%)
BUILDING INSPECTORS
Matthew Chaney, BN (80%)
Michael Keenan, CBO, BN, PX
85%)
Derek Wiechmann, PG, CBO, PX,
BN, ICC-BO (85%)
Timothy Rowe, BN (100%)
Vincent Ferri, BN (100%)
Juan Hernandez, PE (100%)
VILLAGE OF NORTH PALM BEACH
Staff Availability
1. STAFFING LEVELS - OFFICE LOCATIONS
Office Location Personnel
West Palm Beach, FL 23
Port St. Lucie, FL 92
Universal Engineering Sciences | 27
4 - Key Staff Experience and Qualifications
Education
BS, Civil Engineering,
Rensselear Polytechnic
Institute
Years of Experience
13
Licenses
Professional Engineer -
FL #84146
Tom Montano, PE
Branch Manager
Tom has over 13 years of experience in the construction industry. As UES’ West Palm
Beach Branch Manager, Tom is responsible for overseeing his staff and all the work
that is performed from the branch office. He is involved in all aspects of the business,
including client relations, project management, scheduling, and training. Tom’s
project management experience includes educational facilities, industrial facilities,
port, aviation, commercial facilities, multi-story condominiums, and infrastructure
projects.
PROJECT EXPERIENCE
Continuing Contract - Town of Jupiter, FL
Jupiter, FL
UES is providing professional building
inspections, plan review services and
permit technicians for all town-wide
construction projects. Tom serves as
Branch Manager.
Continuing Contract - Martin County, FL
Martin County, FL
UES is providing municipal support
to Martin County during a continuing
contract piggybacked from the Town of
Jupiter. The scope includes professional
building inspections, and plan review
services. Tom serves as Branch Manager.
Continuing Contract - Indian River
County, FL
Indian River County, FL
UES is providing municipal support
to Indian River County during a
continuing contract. The scope
includes professional code compliance
inspections. Tom serves as Branch
Manager.
Roger Dean Chevrolet Stadium
Jupiter, FL
Prior to breaking ground in 1997,
several current team members of
UES (through Fraser Engineering)
performed a preliminary geotechnical
investigation on the site of Mecca
Farms for a proposed spring training
facility as well as performed post-vibro-
compaction verification testing during
the construction.
After breaking ground in 1997, Roger
Dean Chevrolet Stadium opened in
1998 hosting spring training for the St.
Louis Cardinals and the Montreal Expos.
In 2003, the Miami Marlins replaced
the Expos and joined the Cardinals for
spring Training.
In 2015, minor renovations to the stadium
were performed by the Weitz Company.
In 2020, the two Miami Marlins dugouts
at Field 2 were replaced by Gast
Construction Group.
In 2021, a new batting tunnel for the St.
Louis Cardinals was constructed by Gast
Construction Group for Jupiter Stadium,
Ltd.
Clover Park - NY Mets Spring Training
Facility
Port St. Lucie, FL
This $57 million modernization in 2019
included renovation and expansion of
the main stadium, a new major league
batting tunnel, and reconstruction
of site infrastructure. UES provided
geotechnical review, vibro-compaction
monitoring and certification, helical
anchor monitoring and certification,
construction materials test for soil
and concrete, threshold inspections,
condition assessment of entire facility,
asbestos survey, and moisture intrusion
investigation.
3. KEY STAFF EXPERIENCE & QUALIFICATIONS
Universal Engineering Sciences | 28
4 - Key Staff Experience and Qualifications
FPL Corporate Office
Palm Beach Gardens, FL
A six story, 270,000 square foot office building with
Monitoring w a 3-story parking garage on a 38 acre site.
Our scope of services included Threshold Inspections and
Construction Material Testing.
Palm Beach Gardens City Hall & Police Station Renovation
Palm Beach Gardens, FL
The project consisted of constructing 2-story attached
additions to the existing City Hall building, an attached
1-story addition to the police department building,
an attached 1-story addition to the fire department
building, and a new detached 1-story Operations Center
building. UES services included Geotechnical Engineering,
Environmental Consulting, and Construction Materials
Testing. Tom was responsible for overseeing all staff
associated with the project, as well as ensuring all UES
services were completed on time and in budget.
Jupiter Medical Center - Anderson Family Cancer Center
Jupiter, FL
This facility consisted of a 3-story medical expansion
totaling approximately 76,000 sf. UES performed the
geotechnical investigation for the proposed construction.
UES provided recommendation on mass backfilling an
existing lake to support the structure on conventional
shallow footing foundations.
Jupiter Medical Center - Patient Tower and Neonatal
Intensive Care Unit (NICU)
Jupiter, FL
This new Patient Care Tower and NICU stands 5-stories
and spans 50,000sf. UES performed the geotechnical
investigation for the proposed construction. Due to large
foundation design loads and concerns for vibrations, a deep
foundation system consisting of augered cast-in-place piles
was recommended.
Azure Condominium
Palm Beach Gardens, FL
This project consisted of the new construction of two 5-story
residential structures totaling approximately 575,000-SF. The
building is constructed with a concrete structural frame, post-
tension decks and in-fill masonry. The buildings are supported
on conventional shallow footing foundations supported by
soils improved by the vibro-compaction method. UES services
included Geotechnical Engineering, Construction Materials
Testing, Threshold Inspections, and Post Tensioned Cable
Elongation Monitoring. Tom was responsible for overseeing
all staff associated with the project, as well as ensuring all UES
services were completed on time and in budget.
Sandhill Crane Golf Club Training Facility
Palm Beach Gardens, FL
The project consisted of the expansion of the existing
facility at the Sandhill Crane Golf Club to include a
maintenance facility, cart barn, training center, associated
ancillary structures, and expanded parking areas.
UES services included Geotechnical Engineering and
Construction Materials Testing. Tom was responsible for
overseeing all staff associated with the project, as well as
ensuring all UES services were completed on time and in
budget.
Bent Creek Inspections/Plan Reviews
Fort Pierce, FL
Tom serves as Branch Manager during UES’ services at the
Bent Creek single-family home community in Fort Pierce.
UES is conducting plans reviews and private provider
inspections on behalf of Lennar Homes; the community
includes over 100 units. The team is currently aiding the
release of the first 30+ homes (part of phase 2).
Celebration Pointe Inspections/Plan Reviews
Fort Pierce, FL
Tom serves as Branch Manager during UES’ services at
the Celebration Pointe community in Fort Pierce. UES
is conducting plans reviews and private provider
inspections on behalf of LGI Homes; the development
includes 70 single- and multi-family homes. UES is
currently assisting the client with the next phase.
Mint Car Wash
West Palm Beach, FL
Tom serves as Branch Manager during this active contract.
As consultant to Mint Eco Car Wash, UES is conducting
private provider inspections for the property located at
1890 Palm Beach Lakes Boulevard.
Allure at Abacoa
Jupiter, FL
Tom performed CMT and threshold inspections for this
apartment complex next to the Roger Dean Stadium.
Universal Engineering Sciences | 29
4 - Key Staff Experience and Qualifications
Education
BS, Civil Engineering,
Florida Atlantic University
Years of Experience
8
Licenses
Standard Inspector - BN
7342
Matthew R. Chaney, BN
Inspections Department Manager
Mr. Chaney is a licensed Standard Inspector with eight years of experience.
He currently manages the Building Inspections Department for UES’ West
Palm Beach location. In this capacity, he oversees inspection teams and all
inspections performed by the branch. In addition to his expertise in Building
Inspections, Matthew is knowledgeable in geotechnical and structural
engineering.
PROJECT EXPERIENCE
Continuing Contract - Town of Jupiter, FL
Jupiter, FL
UES is providing professional building
inspections, plan review services and
permit technicians for all town-wide
construction projects. Matthew
manages UES’ Building Inspections
Department for this contract.
Continuing Contract - Martin County, FL
Martin County, FL
UES is providing municipal support
to Martin County during a continuing
contract piggybacked from the
Town of Jupiter. The scope includes
professional building inspections, and
plan review services. Matthew serves as
UES’ Building Inspections Department
Manager.
Continuing Contract - Indian River
County, FL
Indian River County, FL
UES is providing municipal support
to Indian River County during a
continuing contract. The scope
includes professional code compliance
inspections. Matthew manages UES’
Building Inspections Department.
Jackie Robinson Training Center
Vero Beach, FL
Total renovations of two bathrooms,
home and away dugouts, and press box
for the existing championship field at the
Jackie Robinson Training Facility, former
home of the LA Dodgers spring training.
FPL Corporate Office
Palm Beach Gardens, FL
This project includes a six-story, 270,000
SF office building and a three story
parking garage on 38 acres. UES’ scope
included Threshold Inspections and
Construction Material Testing.
5000 N. Ocean
North Palm Beach, FL
As an Inspector for the construction
of a 20-story condominium, Matthew
was responsible for performing
threshold inspections on multiple
elements including reinforced masonry,
post tension, concrete placement
monitoring, red iron, and all other interior
nonstructural inspections.
Alta Delray
Delray Beach, FL
As an Inspector for the new construction
of seven four-story apartment buildings,
Matthew was responsible for performing
threshold inspections on multiple
elements including reinforced masonry,
post tension, concrete placement
monitoring, wood frame, precast concrete,
and all other interior nonstructural
inspections.
The Waterclub
North Palm Beach, FL
As an Inspector for the new construction
of two, 23-story condominiums, Matthew
was responsible for performing threshold
inspections on multiple elements.
Universal Engineering Sciences | 30
4 - Key Staff Experience and Qualifications
Years of Experience
35
Licenses
Standard Inspector -
FL#BN6687
Standard Plans Examiner
FL#PX3693
Building Code
Administrator -
FL#BU2007
Residential Plans
Examiner - FL#RPX310
Certified General
Contractor - FL #
CGC1515018
Michael Keenan
Building Inspector
Mr. Keenan has recently joined UES and brings extensive experience in residential
and commercial new construction and remodeling projects, with a strong
background in plan review and inspection across various disciplines including
structural, mechanical, electrical, and plumbing. His expertise extends to a wide
range of construction types, including residential, commercial, industrial, schools,
fire department buildings, antenna towers, hotels, apartment buildings, marinas, fuel
dispensing stations, retail spaces, assisted living facilities, parks and recreation areas,
and water treatment facilities. Mr. Kennan also served as an acting building official,
where he successfully implemented epolicy changes within the local government.
Additionally, he played a pivotal role in facilitating an interlocal agreement that
combined the inspection and plan review services of two municipalities.
PROJECT EXPERIENCE
Highland Beach
Highland Beach, FL
Mr. Keenan served as the Building Official for
Highland Beach.
Hyatt Hotel
Boca Raton, FL
Mr. Keenan served as the structural
inspector for this new construction.
Boca Raton Regional Hospital
Boca Raton, FL
Mr. Keenan served as the structural
inspector.
Boca City Walk
Boca Raton, FL
Mr. Keenan served as the structural
inspector.
Gumbo Limbo Nature Center
Boca Raton, FL
Mr. Keenan served as the structural
inspector.
Valero Fuel Station
Boca Raton, FL
Mr. Keenan served as the structural
inspector for this new construction effort.
McDonald’s Restaurant
Boca Raton, FL
Mr. Keenan served as the structural
inspector for this new construction effort.
Royal Palm Yacht Club
Boca Raton, FL
Mr. Keenan served as the structural
inspector for this new construction effort.
Toll Brothers
Boca Raton, FL
Mr. Keenan served as the multi discipline
inspector for communities built by the Toll
Brothers.
2021-2023
Bureau Veritas
Various Locations - Florida
Mr. Keenan served as building inspector 3.
2015-2020
City of Boca Raton, FL
Mr. Keenan served as building inspector 3.
Universal Engineering Sciences | 31
4 - Key Staff Experience and Qualifications
Years of Experience
30+
Licenses
Professional Geologist -
TN #5358
Building Official - FL
BU1532 & ICC-CBO
Standard Plans Examiner
FL #PX2699
Standard Inspector - FL
BN4448
Certifications
Certified Building
Contractor - FL
CBC060504
Backflow Preventer
Testing & Inspection - TN
TN-TDEC #8440)
Water Main Protection,
Water Utilities, National -
TN/AWWA
Past Employers
Building Division
Services, LLC
City of Ocala, FL
M.T. Causley of
Tennessee
Private Provider Services,
LLC
PROJECT EXPERIENCE
Carreta
Juno Beach, FL
UES provided construction materials
testing, Derek served as the plans
examiner
Three Lakes
Stewart, FL
UES provided private provider services,
Derek served as the plans examiner.
Mint Car Wash
Multiple Locations, FL
UES provided geotechnical engineering,
construction materials testing, and plan
review services at multiple locations
throughout Florida. Derek served as the
plans examiner.
10 Tarpon Way
Palm Beach, FL
Tarpon Island sits on roughly two acres
and hit the market starting at $218 million
coming in at No. 3 on a list of the world’s
most expensive homes for sale in 2022.
Plan review was completed on this project
to expedite the permitting process.
Waterford Hospital & Healthcare Center
Juno Beach, FL
Mechanical, electrical, plumbing, and
building plan review.
Marine Life Center
Juno Beach, FL
Plan review of specialty saltwater lift
station, pumps, 3 phase and single
phase electrical, intake pipes, total
dynamic head review of pressure pipes
and overall system, and plan review of
specialty saltwater tanks for the sea turtle
rehabilitation center.
Lakeland Airport Facilities
Lakeland, FL
Plan review and permitting of old
additions to main building and helicopter
service buildings, hydrology, other related
drainage, and grading site work.
FPL, Florida Power and Light
Juno Beach, FL
Plan review of 3 phase electrical systems
utilizing battery backup power and solar
power panels for supplemental power for
ongoing Florida Power & Light research
and development of green systems.
The Ritz Carlton
Palm Beach Gardens, FL
Plan review and code consultation in all
construction trades to help expedited
plan review and permitting.
Marriott, Singer Island
Singer Island, FL
Plan review for 22 story high rise building
constructed by Yates General Contractors.
Derek Wiechmann, PG, CBO, Plans Examiner - ICC
Building Official, Plans Examiner-All Trades, Professional Geologist
Derek Wiechmann has over 30 years of combined engineering and construction
experience in civil and geotechnical engineering, geology, building official services,
and plans examining.
Universal Engineering Sciences | 32
4 - Key Staff Experience and Qualifications
Bob Grimes Contracting
Plant City, FL
Plan review and permitting of strawberry farming sites,
industrial factory buildings, hydrology, other related
drainage, and grading site work.
RMC Ewell Industries - Concrete Facilities
Lakeland, Tampa, and St. Petersburg, FL
Plan review and permitting of concrete manufacture
facilities and personnel facilities, fuel and gas storage tank
permitting, hydrology, other related drainage, and grading
site work.
Conrad Yelvington
Multiple Locations, FL
Plan review and permitting for sand and rock mining
processing plants, site work, fuel and gas storage tank
permitting, hydrology, other related drainage, and grading
site work.
IMC Agrico (Now known as Mosaic)
Mulberry, FL
Plan review for steel drag line boom reconstruction of
over 300 foot long, steel detailing, and 3 phase electrical
systems.
Mobile Mining
Mulberry, FL
Plan review for water and wastewater facilities, 3 phase
electrical, pumps, and (VFD) Variable Frequency Drive
controls.
Vulcan Materials Company
Multiple Facilities, FL
Plan review for sand and rock industrial facilities.
Monier Tile Manufacturers
Lakeland, FL
Plan review and permitting on manufacturing facilities,
hydrology, other related drainage, and grading site work.
GRN Development
Lakeland, FL
Plan review and permitting on electrical manufacturing
facilities, motor controls, pumps, hydrology, other related
drainage, and grading site work.
Florida Citrus Oil Facilities
Lakeland and Tampa, FL
Plan review and permitting on civil, hydrology, building,
electrical, mechanical, plumbing, industrial facilities for
multiple companies, Mastertaste, INC., Givaudan Flavors
Corporation, Sunpure Flavors, Sunpure Groves, now Kerry
Group.
Universal Engineering Sciences | 33
4 - Key Staff Experience and Qualifications
Years of Experience
30
Licenses
Professional Engineer -
FL #52659
Juan C. Hernandez, PE
Professional Engineer
Mr. Hernandez is a State of Florida registered professional engineer who specializes
in Mechanical Engineering. He has over 30 years of experience in mechanical
engineering, and serves in the code compliance division of UES’ West Palm Beach
location. He performs mechanical inspections for residential and commercial
buildings to ensure compliance with applicable codes.
PROJECT EXPERIENCE
Town of Jupiter - Plan Review,
Inspections, and Permit Technicians
Continuing Contract)
Jupiter, FL
Under UES’ continuing contract with the
Town of Jupiter to provide professional
building inspections, plan review services
and Permit Technicians for all town
construction projects, Mr. Hernandez
provides mechanical inspections on
various residential and commercial
structures on an as-needed basis.
City of Fort Pierce - Plan Review and
Inspections (Continuing Contract)
Fort Pierce, FL
Mr. Hernandez serves as Mechanical
Inspector for UES’ continuing contract
with the Town of Jupiter to provide
professional building inspections, plan
review services and Permit Technicians
for all citywide construction projects.
He provides mechanical inspections
on various residential and commercial
structures on an as-needed basis.
Village of Indiantown Building Code
Administration (Continuing Contract)
Village of Indiantown, FL
UES has a continuing contract with the
Village of Indiantown to provide complete
Building Code Administration services.
Specific services include Building Official,
permitting and plan review, and building
code inspections for all construction
projects within the Village. Mr. Hernandez
provides mechanical inspections on
various residential and commercial
structures as needed.
Additional Plan Review Projects:
2414 Florida Art Warehouse
Blue Sky Phase 1 and 2
Buildings 1, 2, 3, and 4
Royal Poincienna Phase 1 and 2
Universal Engineering Sciences | 34
4 - Key Staff Experience and Qualifications
Years of Experience
40
Licenses
Standard Inspector - FL
BN4350
Timothy Rowe, BN
Special Inspector
Timothy Rowe has 40 years of experience in general contracting, electrical and the
mechanical industry. He is adept in handling the complexities of code compliance in
a professional manner, with areas of expertise including quality assurance, building
inspection, mechanical inspection, project management, and plans examination.
PROJECT EXPERIENCE
Lake Park Industrial
Lake Park, FL
Tim performed all structural inspections
for this160,000 sf industrial building.
Tunnel form construction. Built by Miller
Construction Company.
Westgate Art Storage
West Palm Beach, FL
Tim performed many structural
inspections including masonry, steel
construction, and conventional steel
decks for this 50,000 sf art storage facility
Built by Brickel Group.
Villa Vizcaya Apartments
Port St. Lucie, FL
Villa Vizcaya Apartments consisted of
30) 2-story apartment buildings located
in Port St Lucie. Tim has been involved
in the Post Tension slab inspections,
and wood frame buildings. Additionally
he performed numerous Electrical and
mechanical inspections.
Town of Jupiter
Jupiter, FL
Timothy was the Building Inspector for
the Town of Jupiter. His responsibilities
included building inspections to ensure
compliance with the Town’s codes and
regulations.
Universal Engineering Sciences | 35
4 - Key Staff Experience and Qualifications
Years of Experience
45
Licenses
Standard Inspector - FL
BN8622
General Contractor - FL
CGC1507647
Plumbing Contractor - FL
CFC1429303; CFC019078
Real Estate Broker/
Principal Broker - FL
BK383410
Vincent Ferri, BN
Inspector
Vincent is a Florida-licensed Standard Inspector serving UES’ South Florida locations,
with over 45 years of construction experience. In addition to his inspector’s license,
he also maintains licensing as a General Contractor and Plumbing Contractor.
Vincent’s expertise includes the execution of building plans, plumbing riser plans,
and installation plans. He has also designed schematic and as-built drawings and
supervised work teams. His additional experience as a licensed real estate broker,
CEO, and president of construction firms has strengthened his business acumen,
including his knowledge of estimating, permitting, and contract negotiations.
EMPLOYMENT HISTORY/PROJECT EXPERIENCE
Gulfview Construction &
Plumbing(2015-2020)
Boynton Beach, FL
Vincent was responsible for building plan
execution, and creating all plumbing
riser and installation plans for permit
approval. He also supervised all structural
and plumbing installations, and led
estimates, labor, billing, and accounting.
Gulfview provides plumbing services for
residential and commercial clientele. The
firm’s construction division focused on
home additions and remodeling efforts,
with emphasis on kitchens and baths.
During Vincent’s tenure, he supervised the
rebuilding of water and fire supply main
at Square One Center, in Jensen Beach,
FL. He repaired large commercial meter
installations including re-piping of water
mains they served and their respective
meter boxes. He also created as-built
drawings of the water supply system for
ownership.
Mountain Laurel Shoppes, LLC &
Mountain Laurel Builders, Inc. (2005-
2013)
Cashiers, NC
Vincent served as General Contractor
and General Partner for this LLC group
which purchased and renovated a 32,000
SF mixed use property with retail shops,
restaurants and a motel complex.
The property earned the Village Historical
Society Award presented by the Cashiers
Chamber of Commerce. Vincent was
responsible for ground up renovations to
the motel and support building, returning
the motel to a functioning entity. During
his tenure he rebuilt and expanded the
community water system, lift stations,
storm water system, parking lots and
landscaping. He exercised complete
control over the project, from permitting
to completion.
Mountain Laurel Builders, Inc. (2005-
2013)
Cashiers, NC
Vincent formed the company in late
2004 and secured a North Carolina state
licensed (as a General Building Contractor)
on February 10, 2005. He formed the
company with the purpose of doing
business in North Carolina.
Muirfield Realty & Investment, Inc., &
Muirfield 1st Funding, Inc. (1993-2005)
Boynton Beach, FL
Vincent served as Principal Broker for
both real estate and mortgage brokerage
companies. He was responsible for
ensuring compliance of files, disclosures,
and recordkeeping for all government
agencies. Vincent also set up all lines
of financing for conventional, jumbo,
and B&C residential loans as well as
commercial and hard money lending.
Additionally, he hired and supervised the
activities of eight real estate brokers and
six mortgage brokers.
Universal Engineering Sciences | 36
4 - Key Staff Experience and Qualifications
Environmental Monitoring & Testing Corp. (EMTC) (1999-
2003)
New Ellenton, SC
As CEO/President and Director, Vincent was responsible for
EMTC’s operations as a fully registered 12g publicly held
Delaware Corporation. The firm was categorized by the
SEC as a specialty construction company, doing business
drilling and developing environmental monitoring &
testing wells. Its main client was the Savannah River Site, a
nuclear material processing facility operated for the United
States Departments of Defense and Energy. Vincent also
responsible to the Plant Manager for the Westinghouse
Savannah River Company. He was responsible for full
compliance of bi-annual contract with facility, and
compiling of all SEC filings and independent auditing of the
company’s assets as required by various federal and state
agencies. In 2003, he guided the sale of the firm.
Lofts Development Corp. Construction Company (1989-
1992)
Boynton Beach, FL
The firm was formed to complete build out of 17 residences
in Lantana, Florida. All residences were completed and
sold. Vincent obtained Palm Beach County Concurrency
Registration, submitted all permitting, and personally pre-
inspected all construction phases before county inspections
occurred. Additionally, he negotiated all contracts with the
professional construction trades involved in the design,
engineering, and physical construction. Vincent also
supervised construction of the residences from site prep
through certificate of occupancy.
Gulfview Plumbing, Inc. (1978-1994)
Boynton Beach, FL
During his tenure, Vincent installed - and supervised the
installation of - several thousand residential plumbing units
annually. The vast majority of these units were installed
for properties in Palm Beach County. He also designed
all plumbing schematic drawings. Gulfview’s clientele
encompassed A.E. Development (AKA Engel Homes),
Cenville Development, and Rainberry Homes, as well as
various small builders.
Universal Engineering Sciences | 37
4 - Key Staff Experience and Qualifications
3. PROOF OF LICENSURE
Tom Montano, PE
Professional Engineer
Matthew Chaney
Standard Inspector
Universal Engineering Sciences | 38
4 - Key Staff Experience and Qualifications
Michael Keenan
Building Code Administrator
Residential Plans Examiner
Standard Plans Examiner Standard Inspector
Universal Engineering Sciences | 39
4 - Key Staff Experience and Qualifications
Derek Wiechmann
Building Code AdministratorStandardPlansExaminer
Standard Inspector
Universal Engineering Sciences | 40
4 - Key Staff Experience and Qualifications
Timothy Rowe
Standard Inspector
Vincent Ferri
Standard Inspector
Juan Hernandez, PE
Professional Engineer
4. WORK TO BE SUBCONTRACTED
This portion is not applicable. GFA International,
Inc., dba Universal Engineering Sciences will not
subcontract for this opportunity.
Universal Engineering Sciences | 41
4 - Key Staff Experience and Qualifications
LITIGATION AND
TERMINATIONS
SECTION 5
Universal Engineering Sciences | 42
5 - Litigation and Terminations
LITIGATION & TERMINATIONS
There has been no litigation or regulatory action
that has been filed, pending or resolved against
GFA International, Inc. (a/k/a GFA International,
Inc. d/b/a Universal Engineering Sciences) in the
past five (5) years other than the following:
1. On March 11, 2015, a complaint was filed
against GFA, et al, by 2700 North Ocean
Condominium Association, Inc. (Case No. 50-2014-
CA-010718- XXXX-MB (AI) in the 15th Judicial
Court in Palm Beach County). GFA provided third-
party plan review, building inspections, threshold
inspections and construction materials testing
for two (2) 27-story condominium buildings(2700
North Ocean). The plaintiff(s) are alleging
negligence for failure to properly inspect certain
aspects of the building construction. GFA denied
all liability and the case was settled on 11/10/20.
2. On February 21, 2017, a complaint was filed
against GFA, et al, by Swire Pacific Holdings, Inc.
Case No. 2016-000804-CA-40) in the 11th Judicial
Court in Miami-Dade County. GFA provided
limited structural observations and construction
materials testing on a 36-story condominium
project (Asia Condominium). The plaintiff(s)
alleged negligence for failure to properly
inspect certain limited aspects of the building
construction. GFA denied all liability and the case
was settled and dismissed in July 2019.
3. On August 20, 2018, a complaint was filed by
Stock Development against GFA, et al (Case No.
18-CA-003655 in the 20th Judicial Court in Lee
County) involving alleged construction defects
for a multi-building condominium project (Paseo)
in Lee County. GFA provided private provider
building inspections, third-party quality control
inspections and construction materials testing
for some of the buildings within the community
in 2006-7. The plaintiff alledged negligence for
failure to properly inspect certain aspects of the
building construction. GFA denied all liability and
was dismissed from the case on 03/15/2019. GFA
was brought back into the case as a 4th party
defendant on 1/14/2021 by a subcontractor but
was dismissed from the case on 2/18/22.
4. On August 20, 2018, a complaint was filed
by Stock Development against GFA, et al (Case
No. 11-2018-CA-002256-0001-XX in the 20th
Judicial Court in Collier County) involving
alleged construction defects for a multi-
building condominium project (Ole at Lely) in
Collier County. GFA provided private provider
building inspections, third-party quality control
inspections and construction materials testing for
some of the buildings within the community in
2006-7. GFA denied all liability and was dismissed
from the case on 03/15/2019.
5. On February 1, 2017, a complaint was filed
by Altman Glenewinkel Construction against
Orange and Blue Construction (Case No. 50-
2017-CA- 001280-XXXX-MB in the 15th Judicial
Court in Palm Beach County) involving alleged
construction defects for a 6-story apartment
complex in Boca Raton (Altis Fairway Commons).
On July 26, 2018, the complaint was amended to
include GFA, et al. GFA provided private provider
plan review, building inspections and threshold
inspections for the project. The plaintiff is
alleging negligence for failure to properly inspect
certain aspects of the building construction. GFA
denied all liability and was granted a Motion
for Summary Judgment and Final Judgment in
their favor on January 8, 2020. The Plaintiff has
appealed the ruling to the 4th District. Court of
Appeals (DCA). The 4th DCA affirmed the ruling
and GFA was dismissed in 2021.
6. On April 4, 2020, a Demand for Arbitration was
filed to the American Arbitration Association
Construction Panel by Old ADC, Inc. F/K/A
Altman Development Corporation, against
GFA International, Inc. (GFA) (CASE NO.: 01-
20-0005- 0503) for the same alleged damages
summarized in “Case 2” above “(Altman
Glenewinkel Construction against Orange and
Blue Construction (Case No. 50-2017-CA-001280-
XXXX-MB in the 15th Judicial Court in Palm Beach
County) which GFA was dismissed from. GFA
denied all liability and filed a counterclaim. The
case settled on June 6, 2023.
7. On February 5, 2020, a complaint was filed
by Ave Maria University, Inc. against GFA (Case
Universal Engineering Sciences | 43
5 - Litigation and Terminations
No. 11-2020-CA-000396-0001-XX in the 20th
Judicial Court in Collier County) involving
alleged construction defects for a 2-story
recreational building in Naples, Florida (Tom
Golisano Field House). GFA provided construction
materials testing, private provider inspections
and threshold inspections for the project. The
plaintiff is alleging negligence for failure to
properly inspect certain aspects of the building
construction.
GFA denied all liability and the case was settled
with GFA on 6/10/22.
8. On September 15, 2020, a complaint was filed
by Edward and Susan Bradley against GFA (Case
Style Edward J. Bradley and Susan Bradley v Sun
Home Services, GFA - Case No. 20-0794CA in
the 19th Circuit Court in Martin County, Florida)
alleging improper treatment for termite damage
for a modular home and subsequent termite
damage. GFA provided Private Provider Plan
Review and Inspection services for the project.
The Plaintiff is alleging negligence against GFA for
failure to ensure proper termite protection was
provided. GFA denied all liability and the case
was settled in May, 2021.
9. On July 12, 2021, a complaint was filed by
Bruce Beasley against the Williams Company
who filed a third-party complaint against GFA,
et al) (Case Style BEASLEY NAPLES, LLC, a Florida
limited liability company, BRIAN E. BEASLEY, AS
PERSONAL REPRESENTATIVE OF THE ESTATE OF
GEORGE G. BEASLEY, and SHIRLEY ANN BEASLEY
vs. THE WILLIAMS GROUP, INC. - Case No.
11- 2021-CA-001142 in the 20th Circuit Court in
Collier, Fl) alleging construction defects relating to
exterior stone columns on a residential structure.
GFA provided Private Provider Plan Review and
Inspection services for the project. The Plaintiff
is alleging negligence against GFA for failure to
properly inspect. GFA denied all liability and the
case was dismissed against GFA on June 1, 2022.
10. On March 20, 2023, a complaint was filed
by Centra Falls Homeowners Association, Inc.
against Centra Falls. LLC, et al, including a
claim against GFA International, Inc. - Case No.
CACE-23-000367 in the 17th Circuit Court in
Broward, Fl alleging construction defects relating
to building construction and site improvements.
GFA provided material Quality Control testing
services for the project. The Plaintiff is alleging
negligence against GFA for failure to properly test
soil and concrete materials installed as part of the
construction. GFA has denied all liability and the
case is still on-going.
11. On March 23, 2023, a complaint was filed
by Nicole Perry (as individual) against GFA
International, Inc., et al, - Case No. CACE-22-
008820 in the 17th Circuit Court in Broward, Fl
alleging construction of a dangerous condition
at the Pompano Beach Parking Garage which
caused a trip and fall accident. GFA provided
material Geotechnical Engineering, Quality
Control testing of construction materials and
threshold inspection services for the project. The
Plaintiff is alleging negligence against GFA for
failure to identify a dangerous condition when
the parking garage was constructed in 2016. GFA
denied all liability and the case against GFA was
dismissed on 8/22/2023.
12. On August 11, 2023, a complaint was filed
by South Florida Motor Sports, LLC and Moss &
Associates, LLC against Apex Circuit Design, LTD,
et al, including a claim against GFA International,
Inc. d/b/a Universal Engineering Sciences - Case
No. 2023-021255-CA-01 in the 11th Circuit Court
in Miami-Dade, FL, alleging construction defects
relating to design and construction of the site
improvements associated with the Formula 1
Miami Grand Prix project Miami. GFA provided
material Quality Control testing services for the
project. The Plaintiff is alleging negligence against
GFA for failure to properly test asphalt materials
installed as part of the construction. GFA has
denied all liability and the case is still on-going.
Universal Engineering Sciences | 44
5 - Litigation and Terminations
BANKRUPTCY/REORGANIZATIONS
Neither GFA International, Inc., nor Universal
Engineering Sciences (UES) or any of its principals
has ever been declared bankrupt, reorganized
under Chapter 11 or put into receivership.
CRIMINAL VIOLATIONS/CONVICTIONS
Neither GFA International, Inc., nor Universal
Engineering Sciences (UES) or any of its principals
has ever had criminal violations or convictions
imposed.
CONTRACT TERMINATIONS
Neither GFA International, Inc., nor Universal
Engineering Sciences (UES) or any of its
principals has had contract terminations
including for default, non-performance, or
delays) within the past five years.
COST DETAIL
SECTION 6
Universal Engineering Sciences | 46
6 - Cost Detail
140.00/HOUR
RFP – Building Inspection Services Page 30
EXHIBIT H
SCHEDULE OF FEES
POSITION HOURLY RATE
Building Official
Inspector
Plans Reviewer
Permit Technician
MULTI-CERTIFIED INSPECTOR = $120.00/HOUR
SINGLE-LICENSE INSPECTOR = $110.00/HOUR
SEE NOTE BELOW*
SEE NOTE BELOW**
REMOTE MULTI-CERTIFIED PLANS EXAMINER = $120.00/HOUR
REMOTE MULTI-CERTIFIED PLANS EXAMINER = $110.00/HOUR
85.00/HOUR
FORMS
SECTION 7
Universal Engineering Sciences | 48
7 - Forms
Universal Engineering Sciences | 49
7 - Forms
Universal Engineering Sciences | 50
7 - Forms
Universal Engineering Sciences | 51
7 - Forms
Universal Engineering Sciences | 52
7 - Forms
Universal Engineering Sciences | 53
7 - Forms
RFP – Building Inspection Services Page 26
EXHIBIT F
PUBLIC ENTITY CRIMES FORM
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC
OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
This sworn statement is submitted to Village of North Palm Beach
Print name of the public entity)
By
Print individual’s name and title)
for
Print name of entity submitting sworn statement)
Whose business address is
and (if applicable) its Federal Employer Identification Number (FEIN) is
If the entity has no FEIN, include the Social Security Number of the individual signing this
sworn statement )
2. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida
Statutes, means a violation of any state or federal law by a person with respect to and
directly related to the transaction of business with any public entity or with an agency
or political subdivision of any other state or of the United States, including, but not
limited to, any Proposal or contract for goods or services to be provided to any public
entity or an agency or political subdivision of any other state or of the United States
and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspirac y, or
material misrepresentation.
3. I understand that “convicted” or “conviction” as defined in Paragraph 287.133(1)(b),
Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with
or without an adjudication of guilt, in any federal or state trial court of record relating to
charges brought by indictment or information after July 1, 1989, as a result of a jury
verdict, no jury trial, or entry of a plea of guilty or nolo contendere.
4. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes,
means:
4-1. A predecessor or successor of a person convicted of a public entity crime:
or
4-2. Any entity under the control of any natural person who is active in the
management of the entity and who has been convicted of a public entity
crime. The term “affiliate” includes those officers, directors, executives,
partners, shareholders, employees, members, and agents who are active
in the management of an affiliate. The ownership by one person of shares
constituting a controlling interest another person, or a pooling of equipment
or income among persons when not for fair market value under an arm’s
length agreement, shall be a prima facie case that one person controls
another person. A person who knowingly enters into a joint venture with a
person who has been convicted of a public entity crime in the State of
Florida during the preceding 36 months shall be considered an affiliate.
Tom Montano, PE - Branch Manager
GFA International, Inc., dba
Universal Engineering Sciences
3921 Westgate Ave
West Palm Beach, FL 33409
65-0874962
Universal Engineering Sciences | 54
7 - Forms
Universal Engineering Sciences | 55
7 - Forms
RFP – Building Inspection Services Page 28
EXHIBIT G
REFERENCES
PROPOSER REFERENCES
Please submit a minimum of five references in detail; give client references who have been clients (of
the Proposer) for at least one year (preferably municipal governments or other governmental agencies of
similar size in Florida where your company has provided same and similar services Building Official,
Building Inspector, Plans Reviewer, Building Codes and Permitting Services). The Village may contact
some of the Proposer’s current and former clients, both supplied by the Proposer and independently
derived, to request that they validate the qualifications of the Proposer and the accuracy of the claims
made by the Proposer in its Proposal, and that they assess the Proposal’s ability to perform the types,
level and quality of services that the Village desires. All references contacted will be asked to rate those
aspects of the Proposal’s performance on a scale from 0 – 5: zero (0) being poor and (5) being excellent.
Excellent: Frequently exceeds client reference’s specifications/requirements
Good: Meets client reference’s specification/requirements.
Poor: Frequently does not meet client reference’s specifications / requirements
1. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
2. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
3. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
Town of Jupiter
Jupiter, FL60,802
Roger Held, BuildingOfficial561.741.2669N/Arogerh@jupiter.fl.us
Building inspections, plan reviews &
permit techs for town-wideconstructionIndianRiverCounty - Building Division
Vero Beach, FL16,707
Scott McAdam, BuildingOfficial772.226.1268N/Asmcadam@ircgov.com
Providing municipal support toIndianRiverCountyduringacontinuing
contract.
Martin County - Building Department
Stuart, FL17,531
Universal Engineering Sciences | 56
7 - Forms
RFP – Building Inspection Services Page 29
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
4. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
5. CUSTOMER NAME:
CUSTOMER LOCATION:
POPULATION, if Government:
CUSTOMER CONTACT PERSON :
CUSTOMER PHONE NUMBER:
CUSTOMER CONTACT FAX:
CUSTOMER CONTACT E-MAIL:
PROJECT DESCRIPTION:
Andrew Bruhn, Asst. BuildingOfficial772.320.3070N/Aabruhn@martin.fl.us
Building inspections & plan reviews
City of West Palm Beach
West Palm Beach, FL117,286
Robert Brown
561.659.8040N/ARBrown@wpb.org
Building inspections & plan review
servicesSt. Lucie County
Port St. Lucie, FL
373,586 (2023)
Building inspections & plan reviews
Mark Thornbloom, Interim Bldg. Official772.462.2186N/Athornbloomm@stlucieco.org
Universal Engineering Sciences | 57
7 - Forms
RFP Building Department Services RFP ADDENDUM #1
Page 1 of 1
ADDENDUM #1TO THE BID DOCUMENTS
Date of Addendum: April 19, 2024
BID DOCUMENT BUILDING DEPARTMENT SERVICES
NOTICE TO ALL POTENTIAL RESPONDENTS
A. This Addendum shall be considered part of the bid documents for the above-
mentioned project as though it had been issued at the same time and shall be
incorporated integrally therewith. Where provisions of the following supplementary data
differ from those of the original bid documents, this Addendum shall govern and take
precedence.
B. Proposers are hereby notified that they shall make any necessary adjustments in
their estimates as a result of this Addendum. It will be construed that each bidder's
proposal is submitted with full knowledge of all modifications and supplemental data
specified herein.
QUESTIONS AND ANSWERS
The following questions and answers are provided as a matter of information to clarify
issues raised about the RFP. To the extent that changes to the RFP are required
based on the questions received, the RFP has been modified as noted above in the
RFP section of this Addendum.
Item Questions and Answers
1.0 Question: Evaluation criteria mentions evidence of insurance in Qualifications
and Experience, yet it does not appear in the requirements for the proposal
response. Please clarify if respondents are to submit an insurance certificate
with responses, and (if so) in which section to include.
Answer: The Certificate of Insurance can be provided at the time of contract
award.
2.0 Question: Our firm understands that required forms are to be included with
responses; however, they are not mentioned specifically in Sections 1-6 (proposal
requirements). Please clarify the appropriate section to include them.
Answer: The required forms are listed on Page 19 and can be attached as the
appropriate exhibit.
3.0 Question: Exhibit G - References is included in the required forms. Please clarify
if it should be included in Section 3 - Work Experience, or submitted with other
exhibits elsewhere in the response.
Answer: The required form is listed on Page 19 and can be attached as exhibit G.
4.0 Question: Pages 24-25 of the RFP contain text that belongs to other forms. Will
the Village revise those forms, and provide copies for respondents’ use?
Answer: Due to a typographical error the exhibit number appears on the sheet
prior in the RFP, however the forms can be used and submitted in the proper
order as shown on Page 19
END OF ADDENDUM
TeamUES.com
To: Key Official
From: Eryn Russell, Florida League of Cities
Date: June 10, 2024
Subject: 2024 Annual Conference Voting Delegate Information
The Florida League of Cities Annual Conference will be held at the Diplomat Beach Resort
in Hollywood, Florida, from August 15-17, 2024. This conference will provide valuable
educational opportunities to help Florida’s municipal officials serve their citizenry more
effectively.
We ask that each member municipality sending delegates to the Annual Conference
designate one of their officials to cast their votes at the Annual Business Session, which
will be held on Saturday, August 17. Election of League leadership and adoption of
resolutions are undertaken during the business meeting. One official from each
municipality will vote on matters affecting the League.
In accordance with the League’s by-laws, each municipality’s vote is determined by
population, and the League will use the Estimates of Population from the University of
Florida.
Conference registration materials were sent to each municipality via the League's e-
newsletter and are available online at flcities.com.
If you have any questions about voting delegates, please email erussell@flcities.com.
Voting delegate forms must be received by the League no later than July 31, 2024.
Attachments: Form Designating Voting Delegate
2 of 2
2024 Annual Conference
Florida League of Cities, Inc.
August 15-17, 2024
Hollywood, Florida
It is important that each member municipality sending delegates to the Annual
Conference of the Florida League of Cities designate one of their officials to cast their
votes at the Annual Business Session. League By-Laws require each municipality to
select one person to serve as the municipality's voting delegate. Municipalities do not
need to adopt a resolution to designate a voting delegate.
Please fill out this form and return it to the League office so that your voting delegate
may be properly identified. Voting delegate forms must be received by the League no
later than July 31, 2024.
Designation of Voting Delegate
Name of Voting Delegate: __________________________________________________
Title: ___________________________________________________________________
Delegate Email: __________________________________________________________
Municipality of: __________________________________________________________
AUTHORIZED BY:
______________________________________________
Name
_______________________________________________
Title
Return this form to:
Eryn Russell
Florida League of Cities, Inc.
Post Office Box 1757
Tallahassee, FL 32302-1757
Email: erussell@flcities.com
VILLAGE OF NORTH PALM BEACH
VILLAGE MANAGER
TO: Honorable Mayor and Council
FROM: Chuck Huff, Village Manager
DATE: June 27, 2024
SUBJECT: Discussion – Business Advisory Board
Background:
In 2010, the Village Council approved Resolution 2010-40, establishing an Ad Hoc Business
Advisory Committee. The purpose of this Committee was to provide recommendations to the
Village Council on matters affecting businesses located within the Village and to act as a liaison
between the Village and the business community.
Initial Activities:
• The Ad Hoc Business Advisory Committee addressed key issues including signage and
zoning.
• Organized a networking event to foster business connections within the Village.
• The Committee's term expired on April 30, 2012.
Revival Efforts:
• During the Village Council Budget Workshop Session on July 17, 2019, Mr. Lukasik
reviewed the Strategic Plan Prioritization. One of the goals was to reactivate the Business
Advisory Board and reassess its priorities.
• Despite plans to restart the Board in 2019, effective operations did not resume until 2021.
Since then, the Board has struggled to develop and execute initiatives independently.
Challenges and Successes:
• Challenges:
o Low participation and interest from the business community.
o Difficulty in generating significant programs or initiatives.
• Successes:
o Organized and facilitated networking sessions with local businesses, although
attendance was below expectations.
o Implemented the NPB section on the Village website, providing a platform for
business-related information and resources.
Current Considerations:
Given the ongoing challenges in engaging the business community and the lack of significant
initiatives, there are two primary options for consideration:
1. Restructure the Business Advisory Board:
• Revise Membership Criteria: Expand the criteria for board membership to include a
diverse range of business types and sizes, ensuring a more representative board.
• Clarify Objectives and Goals: Establish clear, achievable objectives and goals with
specific timelines and measurable outcomes.
• Enhanced Support and Resources: Provide sufficient resources, including administrative
support, access to data and research, and funding for initiatives.
• Regular Meetings and Reporting: Implement a structured schedule for regular meetings
and ensure accountability through consistent reporting to the Village Council.
2. Dissolve the Business Advisory Board:
• Assessment of Impact: Assess the board's overall impact and contributions since its
establishment. If the board has not shown substantial value or clear potential for future
success, evaluating its dissolution may be necessary.
• Alternative Approaches: Explore alternative methods for engaging the business
community, such as forming temporary task forces for specific projects, hosting regular
business roundtables, or creating a digital platform for business feedback and collaboration.
• Role of the Community Development Department: It is recommended that the
Community Development Department take the lead in organizing and overseeing
networking events with local businesses. Leveraging its existing resources and expertise in
engaging with the business community, this department has the potential to achieve
superior outcomes.
Recommendation:
Based on the current assessment, it is recommended that the Village Council consider dissolving
the Business Advisory Board and transferring its responsibilities to the Community Development
Department. The reallocation will enable the department to enhance its capacity in organizing
networking events and sustaining engagement efforts with local businesses, leveraging their
established capabilities and resources for optimal outcomes.
Conclusion:
The Village Council is encouraged to discuss the future of the Business Advisory Board,
specifically considering the option of transferring its functions to the Community Development
Department. This approach aims to strengthen business engagement and support within the
Village, thereby enhancing effectiveness and alignment with community goals.
MINUTES OF THE WORKSHOP SESSION
VILLAGE COUNCIL OF NORTH PALM BEACH, FLORIDA
JULY 8, 2010.
Present: William L. Manuel, Mayor
Darryl C. Aubrey, Sc.D., Vice Mayor
David B. Norris, President Pro Tem
T.R. Hernacki, P.E., Councilman
Robert A. Gebbia, Councilman
Jimmy Knight, Village Manager
Jennifer Hunecke, Village Attorney
Melissa Teal, Village Clerk
ROLL CALL
Mayor Manuel called the meeting to order at 8:12 p.m All members of Council were present. All
members of staffwere present.
VILLAGE BUSINESS FORUM
Mr. Knight reviewed the Village Business Forum held 6/16/2010. Mr. Knight reported that in
addition to Council and Village stafF, approximately 70 people attended. Mr. Knight gave a
synopsis of the meeting agenda. Mr. Knight related the results of "break-out" sessions, wherein
attendees were broken up into retail, professional, and, personal groups and asked to list the
positives and challenges of doing business in North Palm Beach, as well as potential solutions to
improve business success in the Village. Mr. Knight reported comments common to each group,
which included: Village is a safe community in which to do business, centrally located with easy
access to business, desire to maintain the "small town" feel, desire to create a standardized sign
code and allow more visibility for properties less than 5 acres, would like to see a Business
Advisory Board formed, want to streamline the process for building/licensing departmental
approvals, desire to utilize the Village Newsletter to highlight businesses.
Discussion was held on the formation of a Business Advisory Board. Mr. Knight suggested
Council consider assembling a nine member ad hoc committee with representatives from the
three main business disciplines, which could be approved by resolution rather than by an
ordinance requiring two readings. Mr. Knight noted that an ad hoc committee could be quickly
assembled and transitioned to an advisory board later, if it proves beneficial. Mr. Knight
suggested that the ad hoc committee be asked to study the feasibility of amending the sign code
to provide for better visibility of area businesses, while still preserving the unique character of
the Village. Discussion ensued on having councilmen serve as liaisons to the committee. It was
suggested that Vice Mayor Aubrey and Councilman Gebbia serve as the Council's representatives.
By consensus, Council directed that an ad hoc Business Advisory Committee be formed. Vice
Mayor Aubrey and Councilman Gebbia agreed to serve as Council liaisons to the Committee.
Community Development Director Chuck Huff will invite attendees from the Business Forum to
submit applications and will advertise for volunteers on the Village's website. Council determined
that members must be owners, operators, or managers of a business in North Palm Beach. A
resolution establishing an ad hoc Business Advisory Board will be prepared for Council
consideration at Regular Session.
Minutes of Village Council Workshop Session held July 8, 2010 Page 2 of 2
Discussion took place concerning allowing Village businesses to advertise in the Village Newsletter.
Mr. Knight distributed an example of various ad sizes and the cost for each. Mr. Knight noted
the need to cover the actual cost to the Village for each additional page in the newsletter.
Mr. Knight expressed that ads would be subject to the approval of Village administration.
Village Attorney Jennifer Hunecke cautioned that decisions on content must take into consideration
any first amendment issues. By consensus, Council approved moving forward with advertisements
in the Village Newsletter, conditioned upon ads being allowing for only those businesses located
within the Village's corporate limits and restricting the amount of advertising to two pages at the
back of the newsletter. Council expressed a preference for smaller sized ads, either one-quarter
or one-eighth of a page. Mr. Knight suggested perhaps only business card size ads should be
permitted. This item will be placed on an upcoming Workshop agenda for further consideration.
ADJOURNMENT
With no further business to come before the Council, the meeting adjourned at 8:48 p.m.
Melissa Teal, CMC, Village Clerk
r ~
J
VILLAGE OF NORTH PALM BEACH
COMMUNITY DEVELOPMENT
TO: Honorable Mayor and Council
FROM: Chuck Huff, Acting Village Manager (i "
BY: Jodi Jodi Nentwick, Village Planner
DATE: May 10, 2012
SUBJECT: WORKSHOP — Implementation of Council's Goals and Objectives
Establishing a Permanent Business Advisory Board for Local Businesses
The Village Administration is seeking Council discussion and direction of implementing
additional goals and objectives relating to commercial businesses in North Palm Beach and
whether to establish a permanent Business Advisory Board.
At the last council meeting, Council discussed expanding and implementing their Goals and
Objectives as it pertains to being a more "Business Friendly" community and to also establish a
permanent Business Advisory Board.
In 2010, Council created an Ad-hoc Business Advisory Committee to act as the liaison between
the Village Council and the business community. During their short tenure, the committee
addressed items such as signage, zoning issues and held one networking event. The term for this
committee expired as of April 30, 2012. If Council elects to make a permanent Business
Advisory Board it should consider the makeup of the board being of primary storefront business
owners along the US Highway One, Northlake Boulevard and Alternate AlA corridors.
Additionally, Council should consider developing a mission statement and assigning key goals
and objectives to the board.
At its February 1, 2012 meeting, the Ad-hoc Business Advisory Committee prepared and
discussed its visionary plan, which included purpose, functions and duties, along with short-term
and long-term goals. This material has been attached as part of your back up for review.
As we prepare for our FY2013 budgetary process, the Community Development Department will
expand its departmental goals, objectives and performance measures to develop the framework
to educate and promote a sustainable business community. In addition, with the collaboration of
the Business Advisory Board, the Village could achieve a partnership in continued support of a
more "Business Friendly"community.
Recommendation:
The Administration is seeking Council discussion and guidance concerning its Goals and
Objectives related to supporting businesses, including consideration of establishing a
permanent Business Advisory Committee.
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, February 1,2012
Present:
Bob Miles, Chair
Raj Shah,Vice Chair
Kim J. Willard, Secretary
Gloria Malden Kaplan
Tom Andres
Barry Paraizo
Darryl Aubrey, Mayor
Bob Gebbia, Councilman
Chuck Huff, Director of Community Development
Jodi Nentwick, Village Planner
Call to Order:
Chair called to order this meeting at 5:30pm
Roll Call: All members present with exception of David Polk
Discussion Topic:
Con tinue discussion regarding future visionary plan for the Committee and its functions,
including the scope,purpose, structure and representation to the community.
The;items was taken in order of the visionary plan for the meeting
Scv, oral of us offered our views: Mr. Paraizo mentioned that we establish a comfort and,rapport
teval with businesses here already and offer incentives with occupational license.
Need to really work on our purpose and understand more of what the hur4laes are. Comcilinat
Geebbia said that we are here to help businesses prosper and succeed.
Chair Miles said the delays are business getting started and then delayed with the Northlake
Boulevard Overlay Zoning District(NBOZ) requirements is a reason to possibly just end NBOZ.
Board suggested having Vice Mayor Norris meet with us in regards to discussing possible
changes with NBOZ since he is on the Board.
Mayor Aubrey stated we need to identify the barriers to opening a new business within the
Village. Chair Miles stated he knows the challenges and delayed he sustained opening his
business.
Business Advisory Committee Future Visionary Plan
Purpose:
WE ARE THE LIAISON BETWEEN NORTH PALM BEACH COUNCIL AND THE
BUSINESS OWNERS OF THE VILLAGE. . .
WE HOPE TO ESTABLISH A COMFORT LEVEL WITH THE BUSINESSES
Functions & Duties: DEALING WITH THE VILLAGU. . .
HOPEFULLY WE CAN GET THE BUSINESS OWNERS TO GET INVOLVED WITH
MAKING THIS COMMUNITY
k
A WANT TO COME HERE TO OPEN A BUSINESS.. . .
Short Term Goals (6 months):
1. SEE SOME RESULTS FROM ,THE LAST YEA "S WORK ON THE SIGN
2.
CODE. . .
SOCIAL NETWORKING WITH WEEKLY BREAKFAST MEETING TO HELP
I INCREASE COMFORT LEVELS FOR THE NEW BUSINESSES IN TOWN
ADDRESS LANDSCAPING ISSUES ON US# AND NORTHLAKE BLVD. . .
T nna Tprm Cwflv. (17 mnnth0-
1. ESTABLISH A BUSINESS GROUP WITH ON GOING ACTIVITES OF
2. SOCIAL EVENTS,BUSINESS CONFERENCES, EDUCATTONAL SEMINARS,
3 FAIRS, AND NETWORKING EVENTS. . . .
Comments:
THE POTENTIAL OF A WELL FUNCTIONING BUSINESS
GROUP FOR THIS COMMUNITY WOULD BE AN ASSET AND SIMULATE OTHER
BUSINESSES TO COME TO THE VILLAGE. . . .
L-2/7/2011
BARRY PARAIZO
WINSHIPS PRESCRIPTION CENTER
Business Advisory Committee Future Visionary Plan
Purpose:
Functions & Duties:
Short Term Goals (6 months):
2.
3.
T rina Term Caak (I mnnthQl-
AI"
4
3.
Comments:
kk
12/7/2011
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday,December 7, 2011
Present:
Bob Miles, Chair
Raj Shah, Vice Chair
Kim J. Willard, Secretary
Gloria Malden Kaplan
Tom Andres
Barry Paraizo
Darryl Aubrey, Mayor
Bob Gebbia, Councilman
Jamie Titcomb, Village Manager
Chuck Huff, Director of Community Development
Jodi Nentwick, Village Planner
Call to Order:
Chair called to order this meeting at 5:30pm
Roll Call: All members present with exception of David Polk
Minutes of September 7,2011: Approved 3-1
Mr. Andres votes nay
Discussion Topic:
Discussion regarding future visionary plan for the Committee and its functions, including the
scope,,purpose structure and representation to the community.
Mrs. Nentwick reviewed suggestions made by September 2011 Council meeting and provided a
Visionary Plan to bring before the Council.
Reviewed Jupiter's development organization which is JBiz. Mrs. Nentwick and Mr. Huff have
been to the Town of Jupiter and the subsequent departments are on JBiz/Business Development.
Mrs. Malden-Kaplan mentioned the desire to increase business for our small business owners.
Are they successful, are they making money, and urges us all to come up with ideas that we can
do to promote them.
In regards to above, Mr. Huff mentioned the business forum, Mr. Paraizo mentioned having a
social breakfast and Mrs. Malden-Kaplan thought that was a good idea.
Village Manager, Mr. Titcomb added that we really understand what our purpose is as this
group, he feels that we need to consider that we are here to direct and to add legislature. We are
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday,December 7,2011
There to offer suggestions and to weigh out the alternatives. In other words, how can our advice
IbawA sustain itself in order to establish functions that will{benefit the village going forward.
There was no Old Business to come before the Board.
Adjournment
Meeting ended at— 6:30pm and next meeting January 4, 2012 at 5:30pm
Minutes prepared by Kim J. Willard (formally Roetzer), Secretary
2
NCU N
cn
N
C
N
E
a
N
aN (
u
U
Q
O
m
2
E
N
y
0
N
m
O
QI
L
O_
E
as
61
C7 .
ro
a
O
Z
0
p
a
in
N
0
Q
C
U
O
N
T
3
a.
N
00
m
w -
W
E
m =
m
E
aI
O
Q
N
T
FD
@ , .
0
O
c
n
om -
y
C
p
QI
CYI
0)
C '-
N -
j '
m
N
C `
p
Q
fII
@
U
w
7 (
0
7
m
0
O
C '
E
L
N
N
O
m . °
o
N
c
aNi
c
N
a
o
m
c
i
aI
O
41
vi
0
Im
0
to
N
c
C
Z
N
m
D
C
0
0
7
f
3
0)
E
N
m
O
C-
U
In'
O
U -
O .
tA
y
C
l0
E
Y
om7 -
pulo
Vi
m
omm
s
C7m =
dU ¢
w
a
wa -
j
mm ¢
U
C ¢
u3 ¢
w
Z
Zy
y
a
y
L
U)
d
E
G >
N
O
C
C
Otr-.
0
Ca
a
O
N
a
C
d
O
U)
u
N
N
d
C
U
C
C
N
a
w
E
m
CD
of -
o
p
Ymm
V
m `
D
a
o
E
6
2
E
3
m
C
y
N >
N
O
L
y
N
0
E
In
7
L
Qy
f1)
y
L
C
E
c
c =
o
w.
U
N
N
c
M
c
aI
N
w
06
O
O '
y
m
N
p
C
O
UI
N
7
C
C
C
N
47
L
N
N
o
co
D
c
w >.
7
m
3
0
CD
0
a
0
0
m
vI
p
C ° ,
p
m
m
p °
m
2!'
m
a °
m
E
2
0
w =
l0
m =
p
U)
O
GI
U
L
@
O
O
N
4
0
E
m
a
m
C]
0)
c
Cal
g °
aI
N
m
3E
aIO
vx
rn `
m
E
o
o =
o
o
7
CL >
t
a
n
E
n
EUwcn
p
oo =
o ++
E
v
C
E
o
N
A
O ) (/
w
U
U
Q
E '
N
N
C
N
U
6
c
w
C-
L
C
II
UI
C)
CD
O
N
m
to
a
m
C
a
i
m
w
cIQ
o
mZ
v
3 '
J
cYi
N
a
co .`"
t
0
3
O
N = :
6
0
0
0
O '
0
m
m :
O
UI
v
O
U)
Q -
j
dUU)
W5U)
J
JU
N -
3
m
ZO _
tZ
y
d
Q
1
a
L
O
M
0p
o
E
y
m
0
ca
U.N
m
ma
V)
N
O
m
N
a
m
cIY
c
c
3
Wvp,
a
N
tc
o
c
ec
c _
p
p
Of
m
o
m
o
Z
t
m
rn
v
aI
U
O
p
E .
N
4)
7
N
J8,
p
E
p
E
m
3
E
a
N
O
pU
p `
O
EV
0
CLO
O
U" -
f/
Y
Q7
O
U1.
5
CD
m
N
O } .
r
y < -
0
CD
Q
U1
N
V
E ,
N .
0
v
c
N
p
N
N
C
U
O
U
O_
7
7
E
C
E
0
3
N
0
C .
O-
E
O '
I(
C
O.
L
Ol
N'
N
C
aI..'.
U
EO
tli
f6
n
7
N '
Fn -
U
QI
C
U ~
a
n
L
p
v
w
m@
m
m
E
w
7
E
N
as
6a
ro
E
CL
fn
Q
oi
aE
m
v
a
L)
i
ELLWLuwwc
in
VILLAGE OF NORTH PALM BEACH
COMMUNITY DEVELOPMENT
TO: Honorable Mayor and Council
FROM: Ed Green, Village Manager
BY: Chuck Huffy Community Develop / ector
Jodi Nentwick, Village Planner
DATE: June 28, 2012
SUBJECT: WORKSHOP — Establishing a Permanent Business Advisory Board for
Local Businesses within the Village
Village Administration is seeking Council discussion and direction regarding the establishment
of a permanent Business Advisory Board.
In 2010, the Council approved Resolution 2010 -40 establishing an Ad -hoc Business Advisory
Committee to provide recommendations to the Village Council on matters affecting businesses
located within the Village and to act as the liaison between the Village and business community.
During their tenure, the Ad -hoc Business Advisory Committee addressed signage, zoning issues
and held a networking event. The Ad Hoc Committee's term expired effective April 30, 2012.
Attached for your review is the visionary plan, including purpose, functions and duties, and short
and long term goals, prepared and discussed by the Ad -hoc Business Advisory Committee at its
February 1, 2012 meeting.
At its May 10th Workshop Session, the Council discussed expanding and implementing its Goals
and Objectives related to being a more "Business Friendly' community by establishing a permanent
Business Advisory Board with terms, duties and mission statement.
Staff has prepared an outline defining the mission statement, terms and conditions, and duties of
the Board for your review and discussion.
Recommendation:
Village Administration seeks Council discussion and guidance on the composition, terms,
duties, and mission of a permanent Business Advisory Board for our local business
community within the Village of North Palm Beach.
Created.
A business advisory board (hereinafter referred as the "board ") for the village is hereby
created.
Composition; terms; vacancies
Composition. The business advisory board shall consist of five (5) members and two (2)
alternate members. The business advisory board shall be comprised primarily of owners
or operators of store -front businesses along the main corridors of the Village of North
Palm Beach consisting of U.S. Highway One, Northlake Blvd and Alternate AIA.
Membership shall include representatives from the business categories of retail;
professional services, and personal services, a commercial realtor /business broker, and a
commercial property owner.
Terms. At the first appointment of the five (5) members, one (1) member shall be
appointed for a term of one (1) year; two (2) members shall be appointed for a term of
two (2) years; and two (2) members shall be appointed for a term of three (3) years.
Thereafter, members shall be appointed for terms of three (3) years. Alternate members
shall be appointed for a term of one(1) year and shall have the duty to sit for any regular
member that is absent. Alternate members shall be appointed as first alternate and
second alternate and shall serve in that order when required. The terms of all members
shall expire on April 30 of their given term. The members shall serve at the pleasure of
the village council.
Vacancies. An appointment to fill any vacancy shall be for the remainder of the
unexpired term of office.
Organization.
At the first organizational meeting of the board, the members shall elect a chairman and
vice chairman from among its members. Subsequent to the initial organizational meeting
where officers are elected, the members shall elect the officers from among its members
at the first regular meeting in May of each year. The presence of three (3) members shall
constitute a quorum, and motions shall be approved by a majority of members present.
The members shall serve without compensation. All meetings of the business advisory
board shall be held at Village Hall, 501 U.S. Highway One, North Palm Beach, Florida,
and shall be open to members of the public.
Business Advisory Board
Duties.
The business advisory board shall have the following missions and responsibilities:
The mission of the business advisory board is to promote business development
within the Village of North Palm Beach by identifying business opportunities
and to act as liaison between the Business Owners and the Village Council of
North Palm Beach.
The board shall review and recommend appropriate communication strategies to
disseminate Village information to the business community.
The board to solicit and facilitate business input in matters of significance to the
Village.
The board shall endeavor to build a growing community of support through
education of its members, prospective members, community groups and relevant
government officials.
The board shall advise on economic and community development opportunities
within the Village of North Palm Beach.
The board shall identify, analyze address legislative issues which may affect the
village business community.
The board shall advise the village council as to recommended improvements and
establishment of policies.
Removal.
If a member of the business advisory board or a designated alternate of the board
is absent from three consecutive regular meetings or 25 percent of the regular
meetings within any 12 -month period, the chairperson shall notify the village
council of such absences in writing. Upon consideration of the circumstances
pertaining to the member's absences, the village council may retain the member
or declare the member's office vacant and promptly fill such vacancy for the
unexpired term of office.
2
MINUTES OF THE WORKSHOP SESSION
VILLAGE COUNCIL OF NORTH PALM BEACH, FLORIDA
MAY 10, 2012
Present: David B. Norris, Mayor
William L. Manuel, Vice Mayor
Darryl C. Aubrey, Sc.D., President Pro Tern
Robert A. Gebbia, Councilman
Doug Bush, Councilman
Chuck Huffy Acting Village Manager
Leonard Rubin, Village Attorney
Melissa Teal, Village Clerk
ROLL CALL
Mayor Norris called the meeting to order at 8:15 p.rrL All members of Council were present. All
members of staff were present.
COUNCIL GOALS AND OBJECTIVES AND BUSINESS ADVISORY COMMITTEE
Discussion was held concerning Council Goals and Objectives related to supporting businesses,
including consideration of establishing a permanent Business Advisory Committee.
Council consensus was in favor of establishing a permanent Business Advisory Board with five
regular members and two alternate members. Discussion ensued on the desired composition of
the Board. A suggestion was made that the preponderance of the membership be comprised of
persons operating storefront businesses along Northlake Boulevard and U.S. Highway 1.
Additional suggestions were to include property owners along the Village's business corridors
since they have a financial interest in development; a commercial realtor; and a planner. It was
proposed that the alternates be Village residents with businesses in other cities. Consensus was
that membership include individuals representing retail, professional service, and personal
service businesses; property owners (who may or may not operate a business); and a commercial
realtor/business broker. Discussion ensued on waiving residency requirements for the Board.
Discussion took place regarding the mission of the Business Advisory Board to advise Council
on what would make our community more business- friendly and more desirable as a location to
conduct business. Council discussed the possibility of a public/private partnership, with the
Business Advisory Board serving as ambassadors to new businesses and helping to nurture an
environment in which businesses can be successful. It was expressed that the Board's focus and
scope should be broad in order to allow for innovative ideas and solutions.
This item will be brought back to an upcoming Workshop Session to review specific provisions
isto be included in an ordinance establishing a permanent Business Advisory Board.
Business Advisory Committee Future Visionary Plan
Purpose:
WE ARE THE LIAISON BETWEEN NORTH PALM BEACH COUNCIL AND THE
BUSINESS OWNERS OF THE VILLAGE...
WE HOPE TO ESTABLISH A COMFORT LEVEL WITH THE BUSINESSES
Functions & Duties: DEALING WITH THE VILLAGE...
HOPEFULLY WE CAN GET THE BUSINESS OWNERS TO GET INVOLVED -WITH
I
MAKING THIS COMMUNITY kA WANT TO COME HERE TO OPEN A BUSINESS...
Short Term Goals (6 months):
SEE SOME RESULTS FROM THE LAST YEAR "S WORK ON THE SIGN
2
CODE...
SOCIAL NETWORKING WITH WEEKLY BREAKFAST MEETING TO HELP
3. INCREASE COMFORT LEVELS FOR THE NEW BUSINESSES IN TOWN
ADDRESS LANDSCAPING ISSUES ON US# AND NORTHLAKE BLVD...
I nncF TPrm (`male (1'7 mnnthc1-
1' ESTABLISH A BUSINESS GROUP WITH ON GOING ACTIVITES OF
2. SOCIAL EVENTS,BUSINESS CONFERENCES,EDUCATIONAL SEMINARS,
3. FAIRS, AND NETWORKING EVENTS....
Comments:
THE POTENTIAL OF A WELL FUNCTIONING BUSINESS
GROUP FOR THIS COMMUNITY WOULD BE AN ASSET AND SIMULATE OTHER
BUSINESSES TO COME TO THE VILLAGE....
12/7/2011
BARRY PARAIZO
WINSHIPS PRESCRIPTION CENTER
Business Advisory Committee Future Visionary Plan
Purpose:
Functions & Duties:
Short Term Goals (6 months):
2.
3.
Long Term Goals (12 mnnfhcl•
I.
2.
3.
Comments:
12/7/2011
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, February 1, 2012
Present:
Bob Miles, Chair
Raj Shah, Vice Chair
Kim J. Willard, Secretary
Gloria Malden Kaplan
Tom Andres
Barry Paraizo
Darryl Aubrey, Mayor
Bob Gebbia, Councilman
Chuck Huff, Director of Community Development
Jodi Nentwick, Village Planner
Call to Order:
Chair called to order this meeting at 5:30pm
Roll Call: All members present with exception of David Polk
Discussion Topic:
Continue discussion regarding future visionary plan for the Committee and its 'functions,
including the scope, purpose, structure and representation to the community.
The items was taken in order of the vision, ady plan for the mectift
Several of us offered our views: Mr. Paraizo mentioned that we establish a comfort and rapport
level with businesses here already and offer incentives with occupational license.
Need to really work on our purpose and understand more of what the hurdles are. Councilman
G,ebbia said that we are here to help businesses prosper and succeed.
Chair Miles said the delays are business getting started and then delayed with the Northlake
Boulevard Overlay Zoning District (NBOZ) requirements is a reason to possibly just end NBOZ.
Board suggested having Vice Mayor Norris meet with us in regards to discussing possible
changes with NBOZ since he is on the Board.
Mayor Aubrey stated we need to identify the barriers to opening a new business within the
Village. Chair Miles stated he knows the challenges and delayed he sustained opening his
business.
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, December 7, 2011
Present:
Bob Miles, Chair
Raj Shah, Vice Chair
Kim J. Willard, Secretary
Gloria Malden Kaplan
Tom Andres
Barry Paraizo
Darryl Aubrey, Mayor
Bob Gebbia, Councilman
Jamie Titcomb, Village Manager
Chuck Huff, Director of Community Development
Jodi Nentwick, Village Planner
Call to Order:
Chair called to order this meeting at 5:30pm
Roll Call: All members present with exception of David Polk
Minutes of September 7,2011: Approved 3 -1
Mr. Andres votes nay
Discussion Topic:
Discussion regarding future visionary plan for the Committee and its functions, including the
scope, ,purpose structure and representation to the community.
Mrs. Nentwick reviewed suggestions made by September 2011 Council meeting and provided a
Visionary Plan to bring before the Council.
Reviewed Jupiter's development organization which is JBiz. Mrs. Nentwick and Mr. Huff have
been to the Town of Jupiter and the subsequent departments are on JBiz/Business Development.
Mrs. Malden - Kaplan mentioned the desire to increase business for our small business owners.
Are they successful, are they making money, and urges us all to come up with ideas that we can
do to promote them.
In regards to above, Mr. Huff mentioned the business forum, Mr. Paraizo mentioned having a
social breakfast and Mrs. Malden - Kaplan thought that was a good idea.
Village Manager, Mr. Titcomb added that we really understand what our purpose is as this
group, he feels that we need to consider that we are here to direct and to add legislature. We are
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, December 7, 20I 1
here to offer suggestions and to weigh out the alternatives. In other words, how can our advismy
board sustain itself in order to establish functions that will {benefit the village going forward.
There was no Old Business to come before the Board.
Adjournment
Meeting ended at — 6:30pm and next meeting January 4, 2012 at 5:30pm
Minutes prepared by Kim J. Willard (formally Roetzer), Secretary
Business Forum Break -Out Session Results by Categories (held on June 16, 2010)
Task 1 - List the 'Positives" for doing business in NPB
Retail ProfessionalPersonal
Safe Community Safe Community Good Restaurants
Affluent Community -Good Customer Base Affluent Community -Good Customer Base Business Directory
Small Town" feel Longevity of business, lower turnover Small Town" feel
Close proximate to work Public Safety Public Safety
Central and easy access to business Central and easy access to business Central to Village Staff
Strong Economic Base Amenities, Country Club & GolfCourse
Esthetics of the Village is maintained Esthetic of village ismaintained
Village Council proactive open to changes
Stable population, not transient
Local post office
Lower rents
Central to Village Staff
Task 2 - List the "Challenges" for doing business in NPB
Retail ProfessionalPersonal
Approval process for Outdoor Dining Lack of signagelvisibility Elderly vs. Young
Access to businesses from Northlake Blvd Bldg Dept/License approval process too time consuming Property Maintenance
Lack of signagelvisibility Declining tax base from business community Lack of signagelvisibility
Refuse disposal fee too high NBOZ zoning too challenging for small business owners Business supportingeachother
Older commercial buildings & infrastructure Bldg Dept/Licenseapprovalprocesstootimeconsuming
Limited drive by traffic Addresses not visible oncommercialbuildings
No main designation/draw for consumers within the Village Decline in population
Code Enforcement timelog & enforcingrules
Task 3 - List the 'Potential Solutions" that would improve business in NPB
Retail ProfessionalPersonal
Initiate Business "Welcome Wagon" Develop master sign plan with aesthetic guidelines Advertise localbusinesses
Form Business Advisory Board Printed business directory for residents Standardize signs
Expand sign code to allow multi - tenants (5 acres or less) Utilize newsletter to highlight businesses and sell ads Attract an anchorbusiness
Ease ability to put lighted signs in windows Address outdated zoning codes & streamline the process Form Business AdvisoryBoard
Explore recycling of commercial refuse beyond cardboard /paper Maintain lawns
Explore composting to reduce costs for restaurants Make addresses visible
Compare refuse disposal fees bids Private vs. NPB
Streamline process for Outdoor Dining approval
VILLAGE OF NORTH PALM BEACH
COMMUNITY DEVELOPMENT
TO: Honorable Mayor and Council
FROM: Ed Green, Village Manager
BY: Chuck Huff, Community D 'p,616fment Director
Jodi Nentwick, Village y4Anner
DATE: July 12, 2012
SUBJECT: ORDINANCE Its` Reading — Establishing a Permanent Business Advisory
Board for Local Businesses within the Village
In 2010, the Council approved Resolution 2010 -40 establishing an ad hoc Business Advisory
Committee to provide recommendations to the Village Council on matters affecting businesses
located within the Village and to act as the liaison between the Village and business community.
During their tenure, the ad hoc Business Advisory Committee addressed signage, zoning issues
and held a networking event. The ad hoc Committee's term expired effective April 30, 2012.
Attached for your review is the visionary plan, including purpose, functions and duties, and short
and long term goals, prepared and discussed by the ad hoc Business Advisory Committee at its
February 1, 2012 meeting.
At the May 10, 2012 Council Workshop, Council discussed expanding and implementing their
Goals and Objectives as it pertains to being a more "Business Friendly" community by
establishing a permanent Business Advisory Board with terms, duties and a mission statement.
This item was presented to Council at its June 28, 2012 Workshop Session and was moved with
minor changes to the Regular Session. The minor changes have been incorporated in the draft
ordinance for your review.
The attached Ordinance has been prepared and reviewed by your Village Attorney for legal
sufficiency.
Recommendation'
The Administration is seeking Council consideration and approval establishing a
permanent Business Advisory Board for our local business community within the Village of
North Pahn Beach in accordance to Village policies and procedures.
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 NO. 2012-06
AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF
NORTH PALM BEACH, FLORIDA, AMENDING CHAPTER 17, "LICENSES
AND MISCELLANEOUS BUSINESS REGULATIONS," OF THE VILLAGE
CODE OF ORDINANCES BY ADOPTING A NEW ARTICLE VII,
BUSINESS ADVISORY BOARD;" PROVIDING FOR BOARD CREATION,
TERMS, COMPOSITION AND DUTIES; PROVIDING FOR CODIFICATION;
PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, in 2010, the Village Council established an ad hoc Business Advisory
Committee to provide recommendations to the Village Council on matters affecting businesses
located within the Village and to act as a liaison between the Village and the business
community; and
WHEREAS, the term of the ad hoc Business Advisory Committee expired on April 30,
2012, and the Village Council wishes to create a permanent Business Advisory Board; and
WHEREAS, the Village Council has determined that the adoption of this Ordinance is in
the best interests of the health, safety and welfare of the Village and its residents.
NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE
OF NORTH PALM BEACH, FLORIDA as follows:
Section 1. The foregoing `whereas" clauses are hereby ratified as true and are incorporated
herein.
Section 2. The Village council hereby amends Chapter 17, "Licenses and Miscellaneous
Business Regulations," of the Village Code of Ordinances to adopt a new Article VII, "Business
Advisory Board," to read as follows (additional language underlined):
ARTICLE VII. BUSINESS ADVISORY BOARD
Sec. 17 -71. Created.
A business advisory board (hereinafter referred to as board) is hereby
created.
Sec. 17 -72. Composition; terms; vacancies.
u Composition. The board shall be appointed by the village council
and shall consist of five (5) members and two (2) alternate members. The board
members shall be comprised primarily of owners or operators of store -front
businesses along the village's main commercial corridors. namely. Northlake
Boulevard, U.S. Highway One and Alternate AIA. Members shall not be
Pagel of 3
I required to be residents of the village and shall, to the extent practicable, consist
2 of: a representative from a retail business, a professional services business and a
3 personal services business: a commercial realtor or business broker: and a
4 commercial property owner.
6 bb) Initial Terms. The initial appointments to the board shall take
7 effect gpon the effective date of this article with the terms of the members
8 expiring as follows:
9
10 (1) The terms of two (2) members shall expire on April 30, 2015;
11
12 (2) The terms of two (2) members shall expire on April 30. 2014, and
13
14 (3) The term of one (1) member shall expire on April 30, 2013.
15
16 (c) Subsequent terms. Upon expiration of the terms set forth above,
17 each subsequent appointment to the board shall be for a term of three (3) years.
18
19 (d) Alternate members. Alternate members shall serve for a term of
20 one (1) year, with the initial term expiring on April 30, 2013. Alternate members
21 shall be appointed as first alternate and second alternate, and shall serve on the
22 board in that order in the event a regular member is absent.
23
24 See. 17-73. Organization.
25
26 At the first organizational meeting of the board, the members shall elect a
27 chairman and vice chairman from among thehe regular members. Subsequent to the
28 initial organization meeting, the board shall appoint a chairman and vice chairman
29 from among its members at the first regular meeting in May of each year.
30
31 Sec. 17 -74. Mission; duties.
32
33 (aa) Mission. The board shall serve in an advisory capacity to the
34 village council, and its mission shall be to promote business development within
35 the village by identifying business opportunities and acting as a liaison between
36 the owners of businesses within the village and the village council.
37
38 b%1 Duties. The board's duties shall consist of the following:
39
40 (1) Advise the village council as to recommended improvements to,
41 and the establishment of village policies and procedures impacting
42 the business community:
43
44 Review and recommend appropriate communication strategies to
45 disseminate village information to the business community:
S
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
Solicit and facilitate business input in matters of significance to the
village,
Endeavor to build an expanding community of support through
education of its members, prospective members, community
groups and government officials;
5) Advise the village council and village administration on economic
and development opportunities within the village;
6) Identify, analyze and address legislative issues that may impact the
business community, and
7) Any additional duties as may be assigned by the village council.
Section 3. The provisions of this Ordinance shall become and be made a part of the Code of
the Village of North Palm Beach, Florida.
Section 4. If any section, paragraph, sentence, clause, phrase or word of this Ordinance is for
any reason held by a court of competent jurisdiction to be unconstitutional, inoperative or void,
such holding shall not affect the remainder of this Ordinance.
Section 5. All ordinances or parts of ordinances and resolutions or parts of resolutions in
conflict herewith are hereby repealed to the extent of such conflict.
Section 6. This Ordinance shall take effect immediately upon adoption.
PLACED ON FIRST READING THIS DAY OF 2012.
PLACED ON SECOND, FINAL READING AND PASSED THIS DAY OF
12012.
Village Seal)
ATTEST:
VILLAGE CLERK
APPROVED AS TO FORM AND
LEGAL SUFFICIENCY:
VILLAGE ATTORNEY
MAYOR
Page 3 of 3
Business Advisory Committee Future Visionary Plan
Purpose:
WE ARE THE LIAISON BETWEEN NORTH PALM BEACH COUNCIL AND THE
BUSINESS OWNERS OF THE VILLAGE...
WE HOPE TO ESTABLISH A COMFORT LEVEL WITH THE BUSINESSES
Functions & Duties: DEALING WITH THE VILLAGE...
HOPEFULLY WE CAN GET THE BUSINESS OWNERS TO GET INVOLVED -WITH
I
MAKING THIS COMMUNITY kA WANT TO COME HERE TO OPEN A BUSINESS...
Short Term Goals (6 months):
SEE SOME RESULTS FROM THE LAST YEAR "S WORK ON THE SIGN
2
CODE...
SOCIAL NETWORKING WITH WEEKLY BREAKFAST MEETING TO HELP
3. INCREASE COMFORT LEVELS FOR THE NEW BUSINESSES IN TOWN
ADDRESS LANDSCAPING ISSUES ON US# AND NORTHLAKE BLVD...
I nncF TPrm (`male (1'7 mnnthc1-
1' ESTABLISH A BUSINESS GROUP WITH ON GOING ACTIVITES OF
2. SOCIAL EVENTS,BUSINESS CONFERENCES,EDUCATIONAL SEMINARS,
3. FAIRS, AND NETWORKING EVENTS....
Comments:
THE POTENTIAL OF A WELL FUNCTIONING BUSINESS
GROUP FOR THIS COMMUNITY WOULD BE AN ASSET AND SIMULATE OTHER
BUSINESSES TO COME TO THE VILLAGE....
12/7/2011
BARRY PARAIZO
WINSHIPS PRESCRIPTION CENTER
Business Advisory Committee Future Visionary Plan
Purpose:
Functions & Duties:
Short Term Goals (6 months):
2.
3.
Long Term Goals (12 mnnfhcl•
I.
2.
3.
Comments:
12/7/2011
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, February 1, 2012
Present:
Bob Miles, Chair
Raj Shah, Vice Chair
Kim J. Willard, Secretary
Gloria Malden Kaplan
Tom Andres
Barry Paraizo
Darryl Aubrey, Mayor
Bob Gebbia, Councilman
Chuck Huff, Director of Community Development
Jodi Nentwick, Village Planner
Call to Order:
Chair called to order this meeting at 5:30pm
Roll Call: All members present with exception of David Polk
Discussion Topic:
Continue discussion regarding future visionary plan for the Committee and its 'functions,
including the scope, purpose, structure and representation to the community.
The items was taken in order of the vision, ady plan for the mectift
Several of us offered our views: Mr. Paraizo mentioned that we establish a comfort and rapport
level with businesses here already and offer incentives with occupational license.
Need to really work on our purpose and understand more of what the hurdles are. Councilman
G,ebbia said that we are here to help businesses prosper and succeed.
Chair Miles said the delays are business getting started and then delayed with the Northlake
Boulevard Overlay Zoning District (NBOZ) requirements is a reason to possibly just end NBOZ.
Board suggested having Vice Mayor Norris meet with us in regards to discussing possible
changes with NBOZ since he is on the Board.
Mayor Aubrey stated we need to identify the barriers to opening a new business within the
Village. Chair Miles stated he knows the challenges and delayed he sustained opening his
business.
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, December 7, 2011
Present:
Bob Miles, Chair
Raj Shah, Vice Chair
Kim J. Willard, Secretary
Gloria Malden Kaplan
Tom Andres
Barry Paraizo
Darryl Aubrey, Mayor
Bob Gebbia, Councilman
Jamie Titcomb, Village Manager
Chuck Huff, Director of Community Development
Jodi Nentwick, Village Planner
Call to Order:
Chair called to order this meeting at 5:30pm
Roll Call: All members present with exception of David Polk
Minutes of September 7,2011: Approved 3 -1
Mr. Andres votes nay
Discussion Topic:
Discussion regarding future visionary plan for the Committee and its functions, including the
scope, ,purpose structure and representation to the community.
Mrs. Nentwick reviewed suggestions made by September 2011 Council meeting and provided a
Visionary Plan to bring before the Council.
Reviewed Jupiter's development organization which is JBiz. Mrs. Nentwick and Mr. Huff have
been to the Town of Jupiter and the subsequent departments are on JBiz/Business Development.
Mrs. Malden - Kaplan mentioned the desire to increase business for our small business owners.
Are they successful, are they making money, and urges us all to come up with ideas that we can
do to promote them.
In regards to above, Mr. Huff mentioned the business forum, Mr. Paraizo mentioned having a
social breakfast and Mrs. Malden - Kaplan thought that was a good idea.
Village Manager, Mr. Titcomb added that we really understand what our purpose is as this
group, he feels that we need to consider that we are here to direct and to add legislature. We are
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, December 7, 20I 1
here to offer suggestions and to weigh out the alternatives. In other words, how can our advismy
board sustain itself in order to establish functions that will {benefit the village going forward.
There was no Old Business to come before the Board.
Adjournment
Meeting ended at — 6:30pm and next meeting January 4, 2012 at 5:30pm
Minutes prepared by Kim J. Willard (formally Roetzer), Secretary
Business Forum Break -Out Session Results by Categories (held on June 16, 2010)
Task 1 - List the 'Positives" for doing business in NPB
Retail ProfessionalPersonal
Safe Community Safe Community Good Restaurants
Affluent Community -Good Customer Base Affluent Community -Good Customer Base Business Directory
Small Town" feel Longevity of business, lower turnover Small Town" feel
Close proximate to work Public Safety Public Safety
Central and easy access to business Central and easy access to business Central to Village Staff
Strong Economic Base Amenities, Country Club & GolfCourse
Esthetics of the Village is maintained Esthetic of village ismaintained
Village Council proactive open to changes
Stable population, not transient
Local post office
Lower rents
Central to Village Staff
Task 2 - List the "Challenges" for doing business in NPB
Retail ProfessionalPersonal
Approval process for Outdoor Dining Lack of signagelvisibility Elderly vs. Young
Access to businesses from Northlake Blvd Bldg Dept/License approval process too time consuming Property Maintenance
Lack of signagelvisibility Declining tax base from business community Lack of signagelvisibility
Refuse disposal fee too high NBOZ zoning too challenging for small business owners Business supportingeachother
Older commercial buildings & infrastructure Bldg Dept/Licenseapprovalprocesstootimeconsuming
Limited drive by traffic Addresses not visible oncommercialbuildings
No main designation/draw for consumers within the Village Decline in population
Code Enforcement timelog & enforcingrules
Task 3 - List the 'Potential Solutions" that would improve business in NPB
Retail ProfessionalPersonal
Initiate Business "Welcome Wagon" Develop master sign plan with aesthetic guidelines Advertise localbusinesses
Form Business Advisory Board Printed business directory for residents Standardize signs
Expand sign code to allow multi - tenants (5 acres or less) Utilize newsletter to highlight businesses and sell ads Attract an anchorbusiness
Ease ability to put lighted signs in windows Address outdated zoning codes & streamline the process Form Business AdvisoryBoard
Explore recycling of commercial refuse beyond cardboard /paper Maintain lawns
Explore composting to reduce costs for restaurants Make addresses visible
Compare refuse disposal fees bids Private vs. NPB
Streamline process for Outdoor Dining approval
VILLAGE OF NORTH PALM BEACH
COMMUNITY DEVELOPMENT
TO: Honorable Mayor and Council
FROM: Ed Green, Village Manaper---
BY: Chuck Hug Community evelopment Director
Jodi Nentwick, Village Planner
DATE: July 26, 2012
SUBJECT: ORDINANCE 2nd Reading – Establishing a Permanent Business Advisory
Board for Local Businesses within the Village
In 2010, the Council approved Resolution 2010-40 establishing an ad hoc Business Advisory
Committee to provide recommendations to the Village Council on matters affecting businesses
located within the Village and to act as the liaison between the Village and business community.
During their tenure, the ad hoc Business Advisory Committee addressed signage, zoning issues
and held a networking event. The ad hoc Committee's term expired effective April 30, 2012.
Attached for your review is the visionary plan, including purpose, functions and duties, and short
and long term goals, prepared and discussed by the ad hoc Business Advisory Committee at its
February 1, 2012 meeting.
At the May 10, 2012 Council Workshop, Council discussed expanding and implementing their
Goals and Objectives as it pertains to being a more "Business Friendly" community by
establishing a permanent Business Advisory Board with terms, duties and a mission statement.
This item was presented to Council at its July
12th Regular Session and was approved on
1s`
Reading
with minor modifications. Those minor changes have been incorporated in the ordinance.
The attached Ordinance has been prepared and reviewed by your Village Attorney for legal sufficiency.
Recommendation:
The Administration is seeking Council consideration and approval establishing a
permanent Business Advisory Board for our local business community within the Village of
North Palm Beach in accordance with Village policies and procedures.
Iii
I ORDINANCE NO. 2012-06
2
3 AN ORDINANCE OF THE VILLAGE COUNCIL OF THE VILLAGE OF
4 NORTH PALM BEACH, FLORIDA, AMENDING CHAPTER 17, "LICENSES
5 AND MISCELLANEOUS BUSINESS REGULATIONS," OF THE VILLAGE
6 CODE OF ORDINANCES BY ADOPTING A NEW ARTICLE VII,
7 BUSINESS ADVISORY BOARD;" PROVIDING FOR BOARD CREATION,
8 TERMS, COMPOSITION AND DUTIES; PROVIDING FOR CODIFICATION;
9 PROVIDING FOR SEVERABILITY; PROVIDING FOR CONFLICTS; AND
10 PROVIDING FOR AN EFFECTIVE DATE.
11
12 WHEREAS, in 2010, the Village Council established an ad hoc Business Advisory
13 Committee to provide recommendations to the Village Council on matters affecting businesses
14 located within the Village and to act as a liaison between the Village and the business
15 community; and
16
17 WHEREAS, the term of the ad hoc Business Advisory Committee expired on April 30, 2012,
18 and the Village Council wishes to create a permanent Business Advisory Board; and
19
20 WHEREAS, the Village Council has determined that the adoption of this Ordinance is in
21 the best interests of the health, safety and welfare of the Village and its residents.
22
23 NOW, THEREFORE, BE IT ORDAINED BY THE VILLAGE COUNCIL OF THE VILLAGE
24 OF NORTH PALM BEACH, FLORIDA as follows:
25
26 Section 1. The foregoing "whereas" clauses are hereby ratified as true and are incorporated
27 herein.
28
29 Section 2. The Village council hereby amends Chapter 17, "Licenses and Miscellaneous
30 Business Regulations," of the Village Code of Ordinances to adopt a new Article VII, "Business
31 Advisory Board," to read as follows (additional language underlined):
32
33 ARTICLE VII. BUSINESS ADVISORY BOARD
34
35 Sec. 17-71. Created.
36
37 A business advisory board(hereinafter referred to as board) is hereby created.
38
39 Sec. 17-72. Composition; terms; vacancies.
40
41 a) Composition. The board shall be appointed by the village council
42 and shall consist of five (5) members and two (2) alternate members. The board
43 members shall be comprised primarily of owners or operators of store-front businesses
44 along the village's main commercial corridors, namely, Northlake Boulevard,
45 U.S. Highway One and Alternate AlA. Members shall not be required to be residents
46 of the village and shall, to the extent practicable, consist o£ a representative from
47 a retail business, a professional services business and a personal services business;
48 a commercial realtor or business broker; and a commercial property owner.
Pagel of 3
I b) Initial Terms. The initial appointments to the board shall take effect
2 upon the effective date of this article with the terms of the members expiring as follows:
3
4 1) The terms of two (2) members shall expire on April 30, 2015;
5
6 2) The terms of two (2) members shall expire on April 30, 2014; and
7
8 The term of one (1) member shall expire on April 30, 2013.
9
10 c) Subsequent terms. Upon expiration of the terms set forth above,
11 each subsequent appointment to the board shall be for a term of three (3) years.
12
13 d) Alternate members. Alternate members shall serve for a term of
14 one (1) year, with the initial term expiring on April 30, 2013. Alternate members
15 shall be appointed as first alternate and second alternate, and shall serve on the
16 board in that order in the event a regular member is absent.
17
18 Sec. 17-73. Organization.
19
20 At the first organizational meeting of the board, the members shall elect a
21 chairman and vice chairman from among the regular members. Subsequent to the
22 initial organization meeting, the board shall appoint a chairman and vice chairman
23 from among its members at the first regular meeting in May of each year.
24
25 Sec. 17-74. Mission; duties.
26
27 a) Mission. The board shall serve in an advisory capacity to the
28 village council, and its mission shall be to promote business development and to
29 support and sustain existing businesses within the village by identifying business
30 opportunities and acting as a liaison between the owners of businesses within the
31 village and the village council.
32
33 Duties. The board's duties shall consist of the following:
34
35 1) Advise the village council as to recommended improvements to,
36 and the establishment of, village policies and procedures impacting
37 the business community;
38
39 2) Review and recommend appropriate communication strategies to
40 disseminate village information to the business community;
41
42 Solicit and facilitate business input in matters of significance to
43 the village;
44
45 Endeavor to build an expanding community of support through
46 education of its members, prospective members, community
47 groups and government officials;
48
Page 2 of 3
1 5) Advise the village council and village administration on business
2 development opportunities within the village;
3
4 Identify, analyze and address legislative issues that may impact the
5 business community; and
6
7 7) Any additional duties as may be assigned by the village council.
8
9 Section 3. The provisions of this Ordinance shall become and be made a part of the Code of
10 the Village of North Palm Beach, Florida.
11
12 Section 4. If any section, paragraph, sentence, clause, phrase or word of this Ordinance is for
13 any reason held by a court of competent jurisdiction to be unconstitutional, inoperative or void,
14 such holding shall not affect the remainder of this Ordinance.
15
16 Section 5. All ordinances or parts of ordinances and resolutions or parts of resolutions in
17 conflict herewith are hereby repealed to the extent of such conflict.
18
19 Section 6. This Ordinance shall take effect immediately upon adoption.
20
21 PLACED ON FIRST READING THIS 12th DAY OF JULY, 2012.
22
23 PLACED ON SECOND, FINAL READING AND PASSED THIS DAY OF
24 2012.
25
26
27
28 (Village Seal)
29 MAYOR
30
31 ATTEST:
32
33
34
35 VILLAGE CLERK
36
37
38 APPROVED AS TO FORM AND
39 LEGAL SUFFICIENCY:
40
41
42
43 VILLAGE ATTORNEY
Page 3 of 3
Business Advisory Committee Future Visionary Plan
Purpose:
WE ARE THE LIAISON BETWEEN NORTH PALM BEACH COUNCIL AND THE
BUSINESS OWNERS OF THE VILLAGE...
WE HOPE TO ESTABLISH A COMFORT LEVEL WITH THE BUSINESSES
Functions & Duties: DEALING WITH THE VILLAGE...
HOPEFULLY WE CAN GET THE BUSINESS OWNERS TO GET INVOLVED -WITH
I
MAKING THIS COMMUNITY kA WANT TO COME HERE TO OPEN A BUSINESS...
Short Term Goals (6 months):
SEE SOME RESULTS FROM THE LAST YEAR "S WORK ON THE SIGN
2
CODE...
SOCIAL NETWORKING WITH WEEKLY BREAKFAST MEETING TO HELP
3. INCREASE COMFORT LEVELS FOR THE NEW BUSINESSES IN TOWN
ADDRESS LANDSCAPING ISSUES ON US# AND NORTHLAKE BLVD...
I nncF TPrm (`male (1'7 mnnthc1-
1' ESTABLISH A BUSINESS GROUP WITH ON GOING ACTIVITES OF
2. SOCIAL EVENTS,BUSINESS CONFERENCES,EDUCATIONAL SEMINARS,
3. FAIRS, AND NETWORKING EVENTS....
Comments:
THE POTENTIAL OF A WELL FUNCTIONING BUSINESS
GROUP FOR THIS COMMUNITY WOULD BE AN ASSET AND SIMULATE OTHER
BUSINESSES TO COME TO THE VILLAGE....
12/7/2011
BARRY PARAIZO
WINSHIPS PRESCRIPTION CENTER
Business Advisory Committee Future Visionary Plan
Purpose:
Functions & Duties:
Short Term Goals (6 months):
2.
3.
Long Term Goals (12 mnnfhcl•
I.
2.
3.
Comments:
12/7/2011
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, February 1, 2012
Present:
Bob Miles, Chair
Raj Shah, Vice Chair
Kim J. Willard, Secretary
Gloria Malden Kaplan
Tom Andres
Barry Paraizo
Darryl Aubrey, Mayor
Bob Gebbia, Councilman
Chuck Huff, Director of Community Development
Jodi Nentwick, Village Planner
Call to Order:
Chair called to order this meeting at 5:30pm
Roll Call: All members present with exception of David Polk
Discussion Topic:
Continue discussion regarding future visionary plan for the Committee and its 'functions,
including the scope, purpose, structure and representation to the community.
The items was taken in order of the vision, ady plan for the mectift
Several of us offered our views: Mr. Paraizo mentioned that we establish a comfort and rapport
level with businesses here already and offer incentives with occupational license.
Need to really work on our purpose and understand more of what the hurdles are. Councilman
G,ebbia said that we are here to help businesses prosper and succeed.
Chair Miles said the delays are business getting started and then delayed with the Northlake
Boulevard Overlay Zoning District (NBOZ) requirements is a reason to possibly just end NBOZ.
Board suggested having Vice Mayor Norris meet with us in regards to discussing possible
changes with NBOZ since he is on the Board.
Mayor Aubrey stated we need to identify the barriers to opening a new business within the
Village. Chair Miles stated he knows the challenges and delayed he sustained opening his
business.
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, December 7, 2011
Present:
Bob Miles, Chair
Raj Shah, Vice Chair
Kim J. Willard, Secretary
Gloria Malden Kaplan
Tom Andres
Barry Paraizo
Darryl Aubrey, Mayor
Bob Gebbia, Councilman
Jamie Titcomb, Village Manager
Chuck Huff, Director of Community Development
Jodi Nentwick, Village Planner
Call to Order:
Chair called to order this meeting at 5:30pm
Roll Call: All members present with exception of David Polk
Minutes of September 7,2011: Approved 3 -1
Mr. Andres votes nay
Discussion Topic:
Discussion regarding future visionary plan for the Committee and its functions, including the
scope, ,purpose structure and representation to the community.
Mrs. Nentwick reviewed suggestions made by September 2011 Council meeting and provided a
Visionary Plan to bring before the Council.
Reviewed Jupiter's development organization which is JBiz. Mrs. Nentwick and Mr. Huff have
been to the Town of Jupiter and the subsequent departments are on JBiz/Business Development.
Mrs. Malden - Kaplan mentioned the desire to increase business for our small business owners.
Are they successful, are they making money, and urges us all to come up with ideas that we can
do to promote them.
In regards to above, Mr. Huff mentioned the business forum, Mr. Paraizo mentioned having a
social breakfast and Mrs. Malden - Kaplan thought that was a good idea.
Village Manager, Mr. Titcomb added that we really understand what our purpose is as this
group, he feels that we need to consider that we are here to direct and to add legislature. We are
Minutes of the North Palm Beach Ad Hoc Business Advisory Committee
Wednesday, December 7, 20I 1
here to offer suggestions and to weigh out the alternatives. In other words, how can our advismy
board sustain itself in order to establish functions that will {benefit the village going forward.
There was no Old Business to come before the Board.
Adjournment
Meeting ended at — 6:30pm and next meeting January 4, 2012 at 5:30pm
Minutes prepared by Kim J. Willard (formally Roetzer), Secretary
Business Forum Break -Out Session Results by Categories (held on June 16, 2010)
Task 1 - List the 'Positives" for doing business in NPB
Retail ProfessionalPersonal
Safe Community Safe Community Good Restaurants
Affluent Community -Good Customer Base Affluent Community -Good Customer Base Business Directory
Small Town" feel Longevity of business, lower turnover Small Town" feel
Close proximate to work Public Safety Public Safety
Central and easy access to business Central and easy access to business Central to Village Staff
Strong Economic Base Amenities, Country Club & GolfCourse
Esthetics of the Village is maintained Esthetic of village ismaintained
Village Council proactive open to changes
Stable population, not transient
Local post office
Lower rents
Central to Village Staff
Task 2 - List the "Challenges" for doing business in NPB
Retail ProfessionalPersonal
Approval process for Outdoor Dining Lack of signagelvisibility Elderly vs. Young
Access to businesses from Northlake Blvd Bldg Dept/License approval process too time consuming Property Maintenance
Lack of signagelvisibility Declining tax base from business community Lack of signagelvisibility
Refuse disposal fee too high NBOZ zoning too challenging for small business owners Business supportingeachother
Older commercial buildings & infrastructure Bldg Dept/Licenseapprovalprocesstootimeconsuming
Limited drive by traffic Addresses not visible oncommercialbuildings
No main designation/draw for consumers within the Village Decline in population
Code Enforcement timelog & enforcingrules
Task 3 - List the 'Potential Solutions" that would improve business in NPB
Retail ProfessionalPersonal
Initiate Business "Welcome Wagon" Develop master sign plan with aesthetic guidelines Advertise localbusinesses
Form Business Advisory Board Printed business directory for residents Standardize signs
Expand sign code to allow multi - tenants (5 acres or less) Utilize newsletter to highlight businesses and sell ads Attract an anchorbusiness
Ease ability to put lighted signs in windows Address outdated zoning codes & streamline the process Form Business AdvisoryBoard
Explore recycling of commercial refuse beyond cardboard /paper Maintain lawns
Explore composting to reduce costs for restaurants Make addresses visible
Compare refuse disposal fees bids Private vs. NPB
Streamline process for Outdoor Dining approval
SUMMARY MINUTES OF THE BUDGET WORKSHOP SESSION
VILLAGE COUNCIL OF NORTH PALM BEACH, FLORIDA
JULY 179 2019
Present:
ROLL CALL
Darryl C. Aubrey, Sc.D., Mayor
Mark Mullinix, Vice Mayor
David B. Norris, President Pro Tem
Susan Bickel, Councilmember
Deborah Searcy, Councilmember
Andrew D. Lukasik, Village Manager
Melissa Teal, Village Clerk
Mayor Aubrey called the meeting to order at 7:00 p.m. All members of Council were present except
Vice Mayor Mullinix, who arrived at 7:06 p.m. All members of staff were present, except the Village
Attorney. All Department Directors were present.
Mr. Lukasik distributed these documents to Council: Draft Five Year Capital Improvement Plan (CIP),
Strategic Plan Prioritization, FY 2019 and FY 2020 Preliminary Country Club Budget Summary, FY
2019 and FY 2020 General Fund Budget Summary. He pointed out the budget was in the early stages,
and there was still opportunity to make decisions and tailor the budget to the Village's needs.
STRATEGIC PLAN PRIORITIZATION
Mr. Lukasik reviewed the Strategic Plan Prioritization and current year projects, including:
Country Club - estimated completion in October, with tentative Grand Opening on
October 26
Swimming pool improvements in progress
Commercial Code rewrite — revised draft available by end of month for staff review and
preparation for public hearing process
Pool and Tennis management energized and reconceptualizing
Residential zoning codes update in Community Development budget
Pepperwood Circle seawall repair
Stormwater master plan
Finalization of boat and RV ordinance
US 1 Bridge replacement plan, in early comment phase with FDOT
Environmental initiatives, establishing a committee
Aggressively pursuing annexation
Identifying Code Compliance process improvements
Develop plan for Country Club capital improvements
Develop marketing plan for Country Club
Councilmember Bickel asked that the first environmental initiative be moving from individual
plastic bottles of water at Council meetings.
Village Council Budget Workshop Session held July 17, 2019 Page 2 of 5
Mr. Lukasik continued to review the Strategic Plan Prioritization with the projects which were
planned for further out, including:
Lighthouse Drive Bridge replacement
Lakeside Park Trail project
Redeveloping Twin City Mall site
East Alley wall replacement
Community Center remodeling
Rebuild financial reserves
Process refinement
Parks and Recreation Needs Assessment
Prosperity Farms Road Bridge — design contract has not been awarded
More efficient financial software
Monet seawall repairs
Get Business Advisory Board up and running and examine priorities
Impervious Area Plan and sea level rise initiatives
The Councilmembers and staff discussed investment plans to rebuild financial reserves and
lessons to draw from businesses and other municipalities that might make financial software more
efficient for the Village.
Mr. Lukasik reviewed projects which had received low votes in the prioritization process,
including Anchorage Park Phase II and the Lakeside Trail Park project.
Councilmember Searcy asked questions regarding grants and changing the scope of work for
Lakeside Park. Discussion ensued, and Director of Parks and Recreation Russell Ruskay stated he
would explore options.
President Pro Tem Norris asked about the utility undergrounding initiative. Discussion ensued
regarding an undergrounding plan and credit available to the Village.
FY 2020 PROPOSED BUDGET SUMMARY — GENERAL FUND & COUNTRY CLUB
Millage rate: 7.50 (no increase over FY 2019)
Personnel: $17,702,278 (5.48% increase over FY 2019)
Operating: $6,424,815 (1.04% increase over FY 2019)
Debt Service: $1,553,357 (8.52% increase over FY 2019)
General Fund CIP Transfer: $417,150 (3% increase over FY 2019)
Total Budget: $26,097,600 (4.48% increase over FY 2019)
Personnel:
o General Fund: Full -Time 146, Part -Time 68
o Country Club: Full -Time 8, Part -Time 27
Mr. Lukasik reviewed high-level budgetary notes from each area, stating there were revenue
opportunities within the Country Club that he thought would improve the financial position
contemplated in the budget.
Village Council Budget Workshop Session held July 17, 2019 Page 3 of 5
PERSONNEL COST ASSUMPTIONS
Mr. Lukasik reviewed the personnel assumptions used to create the budget, including:
Salary range adjustment
o Non-union: Per salary study on October 1, 2019
o PBA: 6% on October 1, 2019
o IAFF: 3% on October 1, 2019
o FPE: Per salary study on October 1, 2019
o Current FPE Agreement expires September 30, negotiations will pick up in the
next week
Merit increases: budget assumes 4% on anniversary date
Wage adjustment
o PBA: 6% on anniversary date
o IAFF: 3% on October 1, 2019
o FPE: Estimating 4% on October 1, 2019
Health insurance: 5% increase
Workers' Compensation: 2% increase
Pension Contribution
o ICMA:15%
o Police and Fire Pension: Total required is $1,072,000
o General Employee Pension: Total required is $355,507
Mr. Lukasik explained budget numbers would be updated as information is gathered and
discussion is held with staff and at budget review meetings.
Discussion ensued regarding individual and family health insurance options available to
employees and potential changes to the cost of coverage as well as alternative options.
PERSONNEL CHANGES
FY 2020 FY 2019 Change
Full -Time 154 151 +3 FT
Part -Time 95 95 -2 PT
Mr. Lukasik reviewed personnel changes for FY 2020, including:
1 full-time Country Club Administrative Coordinator added
1 full-time Country Club Trades Mechanic added
5 part-time Recreation Assistants removed
1 full-time Recreation Assistant added
1 part-time Community Development Administrative Assistant removed
1 part-time Information Technology (IT) Administrative Assistant added
1 part-time Tennis Camp Counselor added
2 part-time Library Clerks added
Mr. Lukasik explained needs at the Country Club and discussion ensued regarding the need for a
Trades Mechanic to handle maintenance issues and the benefits of having someone on staff versus
hiring outside contractors as problems arise, as well as the need for an Administrative Coordinator.
Consensus was reached to start the year with a part-time Administrative Coordinator at the
Country Club rather than full-time.
Village Council Budget Workshop Session held July 17, 2019 Page 4 of 5
Discussion continued regarding personnel needs for additional part-time person in IT to keep up
with changing needs, including contracts, auditing, and answering office telephones.
Mr. Lukasik explained the need for a part-time camp counselor, which was balanced in the budget
by additional revenue. Discussion ensued regarding the hours needed for programming.
Library Director Zakariya Sherman explained savings in his department due to retirements and
discussed ensued regarding services for the children's department.
Discussion ensued regarding pay bumps for sanitation workers with commercial driver's licenses.
Director of Public Works Steve Hallock explained his approach to reorganizing the department
based on the flexibility of having additional sanitation drivers available when issues arise.
FY 2020 PRELIMINARY BUDGET SUMMARY — COUNTRY CLUB
Personnel: $1,046,372 ( 26.33% increase over FY 2019)
Operating: $2,373,075 (46.64% increase over FY 2019)
Debt Service: $433,689 (no increase over FY 2019)
Total Budget: $3,853, 136 (33.78% increase over FY 2019)
Mr. Lukasik reviewed revenues at the Country Club, noting an ongoing effort to capture all
revenues and expenses in the appropriate places in the budget. Discussion ensued regarding
operations of the golf shop and driving range.
FY 2020 PRELIMINARY BUDGET SUMMARY — GENERAL FUND
Personnel: $17,702,278 (5.48% increase over FY 2019)
Operating: $6,424,815 (1.04% increase over FY 2019)
Debt Service: $1,553,357 (8.52% increase over FY 2019)
Transfer Out: $417,150 (3% increase over FY 2019)
Total Budget: $26,097, 600 (4.48% increase over FY 2019)
Mr. Lukasik reviewed revenues in the General Fund, pointing out a more aggressive approach had
been taken to looking at trends in revenue sources and utilities to make sure staff was capturing
what it could. He noted changes to fines and fees in Community Development would be discussed
during later meetings. Discussion ensued regarding licensing and permit fees and how realistic
adjustments made to the budget were.
Mr. Lukasik discussed positive changes which had been made to stabilize the Building
Department, and strategy moving forward. Discussion ensued regarding the cost associated with
utilizing consultants.
Mr. Lukasik pointed to changes in the Pool and Tennis budgets, noting some of the change was a
shift of line items from Recreation to Pool. He explained the structure of the organization needed
adjustment in Tennis, and the changes to paying the pros following the IRS audit. The Council
members asked questions about how other municipalities handled the issue, and Mr. Lukasik
stated he would do additional research.
Village Council Budget Workshop Session held July 17, 2019 Page 5 of 5
CAPITAL IMPROVEMENT PLAN OVERVIEW
Mr. Lukasik explained the format of the Capital Improvement Plan book. He briefly discussed the FY
2020-2023 Capital Improvement Plan, FY 2020 Village funded capital projects, and FY 2020
Infrastructure Surtax projects.
FY 2020 TAXABLE VALUE AND MILLAGE SELECTION
Millage Rate: $7.50 mils (no increase over FY 2019)
Gross Taxable Value: $2,348,992, 794 (5.18% increase over FY 2019)
Budgeted Ad Valorem: $16,736,574 ($62,333 increase over FY 2019)
Mr. Lukasik outlined the Village's taxable value growth in comparison to nearby communities.
He explained the Village Manager's proposed Millage Rate was 7.50 mills, setting the maximum
millage rate allowed for the Village. He noted the adoption was tentative and Council could reduce
the rate for the final Adopted Budget and discussion ensued on the process for adoption.
CONSENSUS
Council consensus was in favor of setting the tentative FY 2020 Millage Rate at 7.50.
NEXT BUDGET WORKSHOP
The next Budget Workshop Session will be held August 1, 2019 to consider these departmental
budgets: Village Council, Village Clerk, Village Attorney, Village Manager, Human Resources,
Information Technology, Finance, and Debt & Other.
Mayor Aubrey distributed a memo regarding fees for services and asked Council to review for
further discussion. Discussion ensued regarding the options available and evaluation of the fee
schedule in Public Services.
ADJOURNMENT
With no further business to come before the Council, the meeting adjourned at 9:25 p.m.
Com 1 ted by Jessica Green, MMC, Village Clerk