Loading...
HomeMy WebLinkAboutDocumentation_Regular_Tab 13_11/09/2017 / �^�\ v��� � ( � � � u ��./ To: Acting Village Manager—Jim Weinand From: Brad Gomberg Date: 10/17/2017 Re: Fiber Network Expansion Project Mr.Weinand, The Village currently utilizes a combination of private point-to-point wireless,VPN,and ISP provided MPLS circuits to provide for network connectivity between sites.The paid services currently cost the Village approximately$24,000 per year with potential increases every 3 years. The proposed project will run a new, multi-pair fiber network between the municipal complex and the three primary remote sites(901 N Old Dixie,399 Seabrook Rd, 136 Bridge Rd).This will be a permanent installation that will offer several benefits to the Village.After installation and testing is complete,we can begin the process of migrating from paid services to the new private network as those services come off contract.The migration will take approximately two years, after which,the Village will save the$24,000 a year, with an ROI of 8 years from approval.This calculation includes an FEC annual lease of$3,000 per year that is required as the fiber must run under the tracks at Old Dixie HWY. In addition to the cost benefit,the fiber offers exponentially higher bandwidth and simplicity,which will allow the IT department to offer services that were previously not possible.This includes additional disaster recovery options,as well as operational efficiencies such as operating the Water Plant from the EOC in an emergency. I appreciate your consideration of this proposal. Note:As mentioned previously,this project is contingent on approval of a perpetual lease agreement with FEC to grant the Village access to the ground-space under the tracks.This agreement will be brought forth to council in a future meeting,as it must be built upon plans, drawn up and submitted, by PCS Inc. as part of this proposal. It is a process that can take several months to complete. Thank you, Brad Gomberg IT Manger RESOLUTION NO. 51-17 RESOLUTION 51-17, OF THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, APPROVING THE INSTALLATION AND INTEGRATION OF A FIBER OPTIC NETWORK BETWEEN THE VILLAGE MUNICIPAL COMPLEX AND WATER PLANT, RECREATION, AND PUBLIC WORKS FACILITIES RESPECTIVELY; PROVIDING FOR AN EFFECTIVE DATE; AND FOR OTHER PURPOSES. WHEREAS, the Village Council of the Village of Tequesta, currently leverages a combination of point-to-point wireless, and costly MPLS services for connectivity; and WHEREAS, a transition to a private fiber network offers numerous financial and service related benefits; and WHEREAS, the Village of Tequesta wishes to hire Precision Contracting Services Inc. for the construction of a robust fiber optic network in the amount of$140,000 NOW, THEREFORE, BE IT RESOLVED BY THE VILLAGE COUNCIL OF THE VILLAGE OF TEQUESTA, PALM BEACH COUNTY, FLORIDA, AS FOLLOWS: Section 1 The Village Council hereby adopts Resolution 51-17 approving an agreement with Precision Contracting Services Inc. for the construction of a robust fiber optic network in the amount of$141,475.50; Section 2 This Resolution shall become effective immediately upon passage. i I ' I - 15834 Guild Court t'RI�C'(�IO� C'C)iti'Tf�:1CTINC: :�rr,�'ICES I,\TC. Jupiter, Florida33478 -_ Phone: 561.743.9737 I'r�i itii���i 1 i1'�r � . (1�,1 i� �� •C���i�, Fax: 561.743.0775 � wevw.pcsfiber.com To: Village Of Tequesta Contact: &ad Goomberg Address: 345 Tequesta Drive Phone: (561)222-6569 Tequesta Fax: Project Name: 15.05.15�Ilage Of Tequesta CH To Parks And Rec On Seabrook Bid Number: 13-029 LC Project Location: 15.05.15 Village Of Tequesta CH To Parks And Rec On Seabrook, Bid Date: 2/21/2013 Tequesta,FL Addendum#: 1,2,3,4 Item# Item Description Estimated Quantity Unit Unit Price Total Price 1 Labor-Engineering Florida PE Services(Per Hour)-For 1.00 HR $225.00 $225.00 Signed-Sealed Drewings Or Permits Only 2 Labor-BICSI RCDD(Per Hour)-Scope-Pricing,Plans& 1.00 HR g135.00 $135.00 Work Order Constructability Review To Codes& Standards 3 Labor-CADD Operator(Per Hour)-CAD Technician 10.00 HR $85.00 $850.00 Perfoming Activity Outside Scope OSP Design Items For Specific CAD Detail, Design Or pocumentation Activiry (PDF,G4D)FDOT-RR(FEC OR CSX)vllage PERMITS 4 Labor-Clerical Support Services(Per Hour)-Proposal 2.00 HR $38.00 $76.00 Site Review&Smpe Development, Permit Appliqtions &Reiated Clerical Activity Not Covered By Specific Pay Item Scope 6 Labor-Comm.Cable Installer(L/E Per Hour)-Cable 0.00 HR $75.00 $0.00 Installer Perfoming Activity Outside Scope Of Pay Items (ex: Locating Existing Paths, ...) 7 Labor-Comm. Duct Installer(L/E Per Hour)-Duc[ 24.00 HR $75.00 $1,800.00 Installer PerFoming Activity Outside Scope Of Pay Items (ex:Concrete Cutting, Restoration,Bldg Entrances...) BUILDING ENTRIES AND LOCATING ANY POSSIBLE D(ISTING CONDUIT FOR ENTRY 8 Labor-Service Trip Charge(Per Service Visit)-Order 1.00 TRIP $650.00 $650.00 Processing And Travel Time To Laatlon,One Item Per Service Visit(Work Order/PTS) 10 Labor-OSP ROW Design&Permitting-Google Earth 0.50 MILE $1,500.00 $750.00 Or CAD Route/Pathway Plan Development(only)For Construction Scope, Pricing Or Permitting By PCS 11 Labor-OSP GPS Survey-Feid GPS Point Collection 0.50 MILE $750.00 $375.00 (New Pathways @ Elements,@150'Increments+ @ DBores @ 10'Intervals) 12 Labor-OSP GIS Technician-PCS Update Of PBC I55- 0.50 MILE $500.00 $250.00 FO Asbuilt Database For GIS(only)Asbuilt Delivery 16 Conduit-2"Placed At 36", Hand Trenched, Per Foot 1,200.00 LF $4.95 $5,940.00 (F&I) 22 Pfacement-2"HDPE Directional Bore, Per Foot(F&I) 700.00 LF $12.00 $8,400.00 23 Placement-2"HDPE Directional Bore, Special 0.00 LF $18.00 $0.00 Conditlons,Per Foot(F&I) 29 Detection-Detectable Tracer Wire,Per Foot(F&I) 2,000.00 LF $0.35 $700.00 30 Detection-Detectable Marking Tape,Per Foot(F&I) 2,000.00 LF $0.75 $1,500.00 31 Detection-Jet Une,Per Foot(F&I) 2,000.00 LF $0.35 $700.00 37 FO Cable-24F SM Loose Tube Construdion,UG 2,500.00 LF $1.25 $3,125.00 Placement, Per Foot(F&I) 68 FO Cable-24F SM Or MM,Termination,Wall/Rack 1.00 EACH $1,375.00 $1,375.00 Cabinet,Trays,Pigtails,Splices, Per Each(F&I) WATER PLANT 71 FO Cable-96F SM Or MM,Termination,Wall/Rack 1.00 EACH $4,795.00 $4,795.00 Cabinet,Trays,Pigtails,Splices,Per Each(F&I)HEAD 5/18/2015 8:3327 AM Page 1 of 2 Item# Item Description Estimated Quantity Unit Unit Price Total Price END CITY HALL OR A RE-ENTRY If The CH To WP Run Is Placed First PLEASE SEE ITEM BELOW 82 FO Closure-Re-Entry Kit,Cable Preparation,Up To 144 1.00 EACH $375.00 $375.00 Fiber,Aerial Or UG Installation,Per Each(F&I) 83 OTDR Test Any Wavelength,One Direction,Bare Fiber, 24.00 EACH $5.00 $120.00 Per Each 86 FO Splice-Fusion Splice, Heatshrink<0.04 Db,OSP, 24.00 EACH $45.00 $1,080.00 Including Pigtail As Needed,Per Each(F&I) 97 Pull Box-Compositlon Construction, 24"X 36"X 24" 0.00 EACH 3695.00 $0.00 With Composite Lid, Per Each(F&I) 99 Puli Box-Composition Construcdon, 17"X 30"X 12" 3.00 EACH $525.00 $1,575.00 With Composite Lid, Per Each(F&I) Total Bid Price: �34,796.00 Notes: • Location: Seabrook Road,Tequesta -CI7Y HALL to Parks And REC PCS quotes the UG and/or Aerial installation,24F SM splicing,tertnination&testing of a FO cable as detailed by above scope of work. • PCS will provide Maintenance of Traffic signs&cones for the immediate work area of their crews as required by the Manual on Uniform Traffic Control Devices(MUTCD). Any such requiring lane closures,detours,traffic diversions or police officers necessary for the safe performance of work by PCS is to be handled by Others. • PCS will comply with PBCo specification for appropriate work order scheduling and response. PCS will coordinate work with I55 Staff as well as work order specific Department or Location authorization personnef. Payment Terms: Payment terms: NET 30 Days and 18°�APR for balances exceeding 30 Days. ACCEPTED: CONFIRMED: The above prices,specificatlons and mnditlons are satisfactory and Precision Contracting Services, Inc are hereby accepted. Buyer: Signature: Authorized Signature: i Date of Acceptance: Estimator: ]im Heaton 561-743-9737,ext. 7128 jim@pcsfiber.com 5/18/2015 8:33:27 AM Page 2 of 2 � I - 158;34 Guild Court ('RE�C[�IC)N Ct)N�1'R:�CTING S[:R�'ICES IIVC�. Jupiter, Florida33478 Phone: 561.743.9737 I'���itiii�it til�i•r � 6A'� OE�1�; �„t���i,, Fax: 561.743.0775 , www.pcsfiber.com To: Village Of Tequesta Contact: Brad Goomberg Address: 345 Tequesta Drive Phone: (561)222-6569 Tequesta Fax: Project Name: 15.05.15 Village Of Tequesta CH To Public Works Bid Number: 13-029 LC Project Location: 15.05.15�Ilage Of Tequesta CH To Public Works On Bridge Road, Bid Date: 2/21/2013 Tequesta,FL Addendum#: 1,2,3,4 Item# Item Description Estimated Quantity Unit Unit Price Total Price 1 Labor-Engineering Florida PE Services(Per Hour)-For 1.00 HR $225.00 $225.00 Signed-Sealed Drawings Or Permits Only 2 Labor-BICSI RCDD(Per Hour)-Scope-Pricing,Plans& 1.00 HR $135.00 $135.00 Work Order Constructabiliry Review To Codes& Standards 3 Labor-CADD Operator(Per Hour)-CAD Technician 10.00 HR $85.00 $850.00 Perfoming Activity Outside Scope OSP Design Items For Spetific CAD Detaii,Design Or pocumentation Activity (PDF,CAD)FDOT-RR(FEC OR CSX)Village PERMITS 4 Labor-Cleripl Support Services(Per Hour)-Proposal 2.00 HR $38.00 $76.00 Site Review&Scope Development,Permit Applicatlons &Refated Clerical Activiry Not Covered By Specific Pay Item Scope 6 Labor-Comm.Cable Installer(L/E Per Hour)-Cable 0.00 HR $75.00 $0.00 Installer Perfoming Activity Outside Scope Of Pay Items (ex: Locadng Existing Paths, ...) 7 Labor-Comm. Duct Installer(L/E Per Hour)-Duct 24.00 HR $75.00 $1,800.00 Installer Perfoming Activity Outside Scope Of Pay Items (ex:Concrete Cutting,Restoradon, Bldg Entrances...) BUILDING ENTRIES AND LOCATING ANY POSSIBLE IXISTING CONDUIT FOR ENTRY 8 Labor-Service Trip Charge(Per Service Visit)-Order 1.00 TRIP $650.00 $650.00 Processing And Travel Time To Location,One Item Per Service Visit(Work Order/PTS) 10 Labor-OSP ROW Design&Permitting-Google Earth 0.50 MILE $1,500.00 $750.00 Or CAD Route/Pathway Plan Development(only)For Construction Scope, Pricing Or Permitting By PCS i l Labor-OSP GPS Survey-Field GPS Point Collection 0.50 MILE $750.00 $375.00 (New Pathways @ Elements,@150'Increments+@ DBores @ 10'Intervals) 12 Labor-OSP GIS Technician-PCS Update Of PBC ISS- 0.50 MILE $500.00 $250.00 FO Asbuilt Database For GIS(only)Asbuilt Delivery 16 Conduit-2"Placed At 36",Hand Trenched, Per Foot 900.00 LF $4.95 $4,455.00 (F&I) 22 Placement-2"HDPE Directional Bore, Per Foot(F&I) 500.00 LF $12.00 $6,000.00 23 Placement-2"HDPE Directional Bore,Special 0.00 LF $18.00 $0.00 Conditlons,Per Poot(F&I) 29 Detection-Detectab�e Tracer Wire, Per Foot(F&I) 1,500.00 LF $0.35 $525.00 30 Detection-Detectable Marking Tape,Per Foot(F&I) 1,500.00 LF $0.75 ;1,125.00 31 Detection-Jet Line,Per Foot(FSeI) 1,500.00 LF $0.35 $525.00 37 FO Cable-24F SM Loose Tube Construction,UG 2,200.00 LF $1.25 $2,750.00 Placement,Per Foot(F&I) 68 FO Cable-24F SM Or MM,Terminadon,Wall/Rack 1.00 EACH $1,375.00 $1,375.00 Cabinet,Treys,Pigtails,Splices,Per Each(F&I) Public Works 71 FO Cable-96F SM Or MM,Terminatlon,Wall/Rack 0.00 EACH $4,795.00 $0.00 Cabinet,Trays,Pigtails,Splices,Per Each(F&I)HEAD 5/18/2015 8:37:26 AM Page 1 of 2 Item# Item DescripHon Estimated Quantity Unit Unit Prlce Total Price END CITY HALL OR A RE-ENTRY If The CH To WP Run Is Placed First PLEASE SEE ITEM BELOW 82 FO Closure-Re-Entry Kit,Cable Preparaaon,Up To 144 1.00 EA�H g375.00 g375.00 Fiber,Aerial Or UG Instaliation,Per Each(F8cI)Gty HALL 83 OTDR Test Any Wavelength,One Direction,Bare Fiber, 24.00 EACH $5.00 $120.00 Per Each 86 FO Splice-FuSion Splice, Heatshrink<0.04 Db,OSP, 24.00 EACH $45.00 $1,080.00 Including PigWil As Needed,Per Each(F&I) 97 Pull Box-Composiaon Construction,24"X 36"X 24" 0.00 EACH $695.00 $0.00 With Composite Lid, Per Each(F&I) 99 Pull Box-Composition Construction, 17"X 30"X 12" 4,00 EACH $525.00 $2,100.00 With Composite Lid, Per Each(F&I) Total Bid Price: $25,541.00 Notes: • Location:; . Bridge Road,Tequesta -CITY HALL to Public Works PCS quotes the UG and/or Aerial installation,24F SM splicing,termination&testing of a FO cable as detailed by above scope of work. • PCS will provide Maintenance of Traffic signs&cones for the immediate work area of their crews as required by the Manual on Uniform Traffic Control Devices(MUTCD). Any such requiring lane Gosures,detou�s,traffic diversions or police officers necessary for the safe performance of work by PCS is to be handled by Others. • PCS will comply with PBCo specification for appropriate work order scheduling and response. PCS witl coordinate work with ISS Staff as well as wo�k order specific Department or Laation authorization personnel. Payment Terms: Payment terms: NET 30 Days and 18%APR for balances exceeding 30 Days. ACCEPTED: CONFIRMED: The above prices,specifications and conditlons are satisfactory and Precision Contracting Services, Inc are hereby accepted. Buyer: Signature: Authorized Signature: Date of Acceptance: Estimator: ]im Heaton 561-743-9737,ext. 7128 jim@pcsfiber.com 5/18/2015 6:37:26 AM Page 2 of 2 i � - 158i4 Guild Court f RrC[S1C)N CO�TP:'1CTI�tC� SL-R�r1C�rS INC�. Jupiter, Florida33478 -- Phone: 561.743.9737 !'f��i�in,� ! ih:T , O�•1 i� ti� -t� ��,, Fax: 561.743.0775 � www.pcsfibeccom To: Village Of Tequesta Contact: Brad Goomberg Address: 345 Tequesta Drive Phone: (561)22z-6569 Tequesta Fax: Project Name: 15.05.15 Village Of Tequesta CH To Water Plant Bid Number: 13-029 LC Project Location: 345 Tequesta Drive,Tequesta, FL Bid Date: 2/21/2013 Addendum#: 1,2,3,4 Item# Item Description Estimated Quantity Unit Unit Price Total Price 1 Labor-Engineering Florida PE Services(Per Hour)-For 1.00 HR $225.00 $225.00 Signed-Sealed Drawings Or Permits Only 2 Labor-BICSI RCDD(Per Hour)-Scope-Pricing,Plans& 1.00 HR $135.00 $135.00 Work Order Constructability Review To Codes& Standards . 3 Labor-C11DD Ope2tor(Per Hour)-G4D Technidan 40.00 HR $85.00 $3,400.00 Perfoming Activity Outside Scope OSP Design Items For Specific CJ1D Detail,Design Or pocumentation Activity (PDF,CAD)FDOT-RR(FEC OR CSX)�Ilage PERMITS 4 Labor-Cierical Support Senrices(Per Hour)-Proposal 2.00 HR $38.00 $76.00 Site Review&Scope Development, Permit Applications &Related CleriCal Activity Not Covered By Specific Pay Item Scope 6 Labor-Comm.Cable Installer(L/E Per Hour)-Cable 0.00 HR $75.00 $0.00 Installer Perfoming Activity Outside Scope Of Pay Items (ex: Locating Existing Paths, ...) 7 Labor-Comm. Duct Installer(L/E Per Hour)-Duct 24.00 HR $75.00 $1,800.00 Installer Perfoming Activity Outside Scope Of Pay Items (ex: Concrete Cutting, Restoradon, Bidg Enbances...) BUILDING EMRIES AND LOCATING ANY POSSIBLE EXISTING CONDUIT FOR ENTRY 8 Labor-Service Trip Charge(Per Service�sit)-Order 1.00 TRIP $650.00 $650.00 Processing And Trave�Time To LocaUon,One Item Per Service Ysit(Work Order/PTS) 10 Labor-OSP ROW Design&Permitting-Google Earth 1.Z5 MILE $1,500.00 $1,875.00 Or CAD Route/Pathway Pian Development(only)For Construction Scope,Pricing Or Permitting By PCS 11 Wbor-OSP GPS Survey-Feld GPS Point Collection 1.25 MILE $750.00 $937.50 (New Pathways @ Elements,@150'Increments+ @ DBores @ 10'Intervals) 12 Labor-OSP GIS Technician-PCS Update Of PBC I55- 1.25 MILE $500.00 $625.00 FO Asbuilt Database For GIS(only)Asbuilt Delivery 16 Conduit-2"Placed At 36", Hand Trenched, Per Foot 5,800.00 LF $4.95 $28,710.00 (F&I) 22 Placement-2"HDPE Directional Bore, Per Foot(F&I) 0.00 LF $12.00 $0.00 23 Placement-2"HDPE Directional Bore,Special 700.00 LF $18.00 $12,600.00 Conditions,Per Foot(F&I) 29 Detection-Detectable Trecer Wire, Per Foot(F&I) 6,000.00 LF $0.35 $2,100.00 30 Detection-Detectable Marking Tape, Per Foot(F&I) 6,200.00 LF $0.75 $4,650.00 31 Detection-Jet Line, Per Foot(F&I) 6,000.00 LF $035 $2,100.00 37 FO Cable-24F SM Loose Tube Construction,UG 7,500.00 LF $1.25 $9,375.00 Placement, Per Foot(F&I) 68 FO Cable-24F SM Or MM,Termination,Wall/Rack 1.00 EACH $1,375.00 $1,375.00 Cabinet,Trays,Pigtails,Splices,Per Each(F&I) WATER PIANT 71 FO Cabie-96F SM Or MM,Termination,Wall/Rack 1.00 EACH $4,795.00 $4,795.00 Cabinet,Trays, Pigtails,Splices, Per Each(F&I)HEAD END CTfN HALL S/18/2015 8:23:58 AM Page 1 of 2 Item# Item Description Estimated Quantity Unit Unit Price Total P�ice 83 OTDR Test Any Wavelenqth,One Diredion,Bare Fber, 24.00 EACH $5.00 $120.00 Per Each 97 Pull Box-Composition Construction,24"X 36"X 24" 2.00 EACH $695.00 $1,390.00 With Composite Lid,Per Each(F&I) 99 Pull Box-ComposiHon Construction,17"X 30"X 12" 8.00 EACH $525.00 $4,200.00 With Composite Lid, Per Each(F8cI) Total Bid Price: $81,138.50 Notes: • Locatlon:� 345 Tequesta Drive,Tequesta -CIIY HALL to WATER PLANT on Old Dixie PCS quotes the UG and/or Aerial installation,24F SM splicing,termination&testing of a FO cable as detailed by above scope of work. • PCS wili provide Maintenance of Traffic signs&cones for the immediate work area of their crews as required by the Manual on Uniform Tra�ic Controi Devices(MUTCD). Any such requiring lane dosures,detours,traffic diversions or police officers necessary for the safe performance of work by PCS is to be handled by Others. • PCS will comply witfi PBCo specification for appropriate work order scheduling and response. PCS will coordinate work with I55 Stafl as well as work order speafic Deoartment or Locatlon authorization personnel. Payment Terms: Payment terms: NET 30 Days and 18%APR for balances exceeding 30 Days. ACCEPTED: CONFIRMED: The above prices,specifications and mnditlons are satlsfactory and Precision Contracting Services,Inc are hereby accepted. Buyer: Slgnature: Authorized Signature: Date of Acceptance: Estimator: )im Heaton 561-743-9737,eut.7128 jim@pcsfiber.com 5/18/2015 8:23:58 AM Page 2 of 2 FEC FLORIDA EAST COAST RAILWAY, L.L.C. c/o FEC ROW,LLC 7411 Fullerton Street,Suite 301 Jacksonville,Florida 32256 UTILITY CROSSINGS 2017 FEC APPLICATION LETTER Dear Applicant: We are pleased to offer the included Forms of Application for a Utility Crossing you recently requested. The Florida East Coast Railway Company has served the citizens of our State, on its current alignment,for more than 100 years. They have had the good fortune of experiencing both a growing need for an efficient goods transportation service, and a leadership with the foresight to properly manage the physical plant and real properties of the railroad business.No small part of that foresight is the need to accommodate the needs of individuals, partnerships, corporations and govemmental entities,such as yours,in the service of customers. After all,it is most likely that you or your customers are to some extent a customer of the FEC Railway directly,or indirectly. The founders and their successors were in a position to have acquired the right-of-way by Fee Simple instruments. The property is thus private,just as those things you own are private to you. We will accept your application when submitted on our standard forms in triplicate,with 6 copies of the plan and profile drawing of the proposed crossing. It is necessary that you complete the form in detail as it is the source document for drafting our standard License Agreement,or adding to your existing agreement should we find the application acceptable. Commonly, we are able to offer a form of agreement in response to an application in 6-8 calendar weeks.The yearly license fee for approved crossing agreements is based on the size and length of the encroachrnent. Applications not approved will be answered as quickly as possible,usually within 30-60 days. Additionally, each application is to be accompanied by the non-refundable Application Fees; (1)$7,500 made out to FEC ROW,LLC,(this includes$6,000 application fee and$1,500 contractor right of entry fee). (2)$1,500 made out to Florida East Coast Railwav for the engineering review fee. The fees are non-refundable regardless of the outcome of the application. We will not, in the general case, require an additional fee for an application resubmitted based on our request for additional data, or other minor change. We will request an additional fee if, in our opinion, a resubmitted applicarion reflects a significantly different project, has numerous revisions or has remained pending without resolution beyond one year. We look forward to a successful business arrangement. Sincerely, Bruce G. Baker Bruce L. Baker,Director Corridor License and Management FLORIDA EAST COAST RAILWAY, L.L.C. fE�r FEC ROW,LLC 7411 Fullerton Avenue,Suite 301,Jacksonvilie,Florida 32256 2017 UTILITY CROSSING LICENSE APPLICATION Date of Application: Applicant: Phone: Address: City, State,and Zip: Contact: E-Mail: After Hours Emergency Contact Nazne: After Hours Emergency Contact Phone: Facility Owner: Phone: Owner's Address: City, State Zip: Owner Contact: E-Mail: Length of Encroachment: R-O-W width: Facility Location: feet South of Milepost#: Nearest cross street name: Other Location detail information: GPS Entry: GPS Exit: ABOVE GROUND FACILITIES Type of Facility: Voltage carried: Clearance above top of highest rail at maximum sag: Other pertinent Information: Guy wues,Anchors,etc. UNDERGROUND FACILITIES Type of Conduit: (Water, Sewer, Gas,etc.} Diameter of Carrier Pipe: Class of Pipe: Material: Maximum internal pressure: psi Provide number, size and arrangement of innerducts, fiber optic cable count including lit vs dark: Diameter of Casing: Class of Pipe: Material: Venting arrangement& location: Open Cut: ft Jack&Bore: ft Directional Bore: ft Other pertinent Information: Manholes,Handholes,Junction Boxes,etc.: Installations must conform to"General Specifications"as specified by the Office of Chief Engineer(rev.5/1/14) Submit applicallon iu triplicate,siz copies of plan/profile drawings(11"x 17"or less in US survey feet)wit6 t6e two non-refundable fees— (1'ry$7,500 paysble to FEC ROW.LLC(this includes 56,000 Application Fee and$1,500 ROE Fee)and(2od)$1,500 Engineering Review Fee psyable to FEC Railway. Send to: Mr.Bruce L.Baker,Director Utility License and Management File No. FEC ROW,LLC MC No. 7411 Fullerton Street,Suite 300 Jacksonville,Florida 32256 (904-538-6258) �",G`�� � ��w�� ��� Corridor Licensin &Mana ement 7411 Fullerton Street Suite 301 Jacksonville FL 32256 APPLICATON FOR CONTRACTOR OCCUPANCY ON FEC RAILWAY PROPERTY RIGHT OF ENTRY (ROE)/INSPECTION FORM CONTACT INFORMATION Name of Applicant: Select One ❑ Licensee ❑ Contractor Phone: Fax: E-mail: Mailing Address: City: State: ZIP Code: Contact Name: Corporate Name: State of Incorporation: Other: PROPOSED FACILITY LOCATION Name of Licensee/Owner: Nearest Street Crossing: City: State; County: Railroad Mile Post: Feet South of Mile Post: INSTALLATION Describe in detail the manner and method of installation on Railroad property: Mail the application of the proposed occupancy in tri li�AND A non-refundable s1,500 Right of Entry/Inspection Fee made payable to FEC ROW, LLC to: FEC ROW, LLC, Attn: Utilities Licensing & Management 7411 Fullerton Street, Suite 301 ]acksonville, Florida 32256 Any questions concerning this application should be submitted to nicole.radford Ca�fecrwy.com AUTHORIZATION Signature: Date: Printed Name: Phone: Fax: Title: Email: f EC F/orida East Coast RAILWAY, L. L. C. OFFICE OF CHIEF ENGINEER Generel Speciflcations for Sub-grade and Above Grade Utility Crossings of Railwav's Riaht-of-Wax I. General Provisions A. A plan and profile drawing containing all pertinent details measured in U. S. lineal feet for the proposed crossing shall be submitted to the Engineering Department for approval prior to the preparation of any agreement. (Metric Units, not accepted). All crossings (above grade/sub-grade) shall be substantially perpendicular to the Railroad Main Line and location of crossing shall be limited to crossing as few tracks as possible. B. The plan will show all information for the proposed crossing installation with reference to the nearest Railroad Mile Post or centerline of nearest street intersection. C. Request for installation shall be accompanied with a letter signed by the owner, company officer, or government agent. D. The lessee will be responsible for any and all costs of repairs or maintenance of the Railroad's properly and structures disturbed or damaged due to the installation or construction aftereffects. E. The lessee of an installation approved by agreement will be required to provide proof of protective insurance for and during construcfion. F. As-built drawing of the installation shall be submitted with the completion report, which will include exact location referenced to nearest Railroad milepost or centerline of nearest street intersection of installa�on, exact profile showing subgrade elevations, and cross-sections. II. Subgrade Picelines and Cables A. All subgrade carrier pipelines and electrical wirelines shall be installed within a casing pipe, except for telecommunication wirelines that may be installed without casings. 1. All casing pipes will extend from right-of-way line to right-of-way line and shall be equipped with shut-off valves each side, protecting the entire R/VU crossing. 2. The Railroad will not permit casing installation by open-cut method through the track(s) roadbed. 3. All electrical and gas pipelines shall be encased with steel pipe in acmrdance with Section II(C). Revised 5/1/2014 Page 1 of 6 B. Application will be accompanied with plans showing profile in relation to actual ground, track, and other facilities at the project site. 1. The method of installation will be detailed, including the location of jacking pit as measured from centerline of nearest track. 2. The casing pipe must be installed at least 5.5 feet below bottom of crosstie or a minimum of 4' from natural ground grade(whichever is greater). 3. Jacking pit locations must be outside of Railroad right-of-way lines. No open-cut lateral crossings will be allowed. The pit will be protected with adequate sheeting, bulkheads, and sidewalls to protect the Railroad's roadbed. Proper barricades and lights, if necessary will be set around the pit for positive protection. C. Casing pipe specifications are as follows. 1. Metal casing pipe shall have a minimum diameter of 2.0 inches. Size 2.0 through 8.0-inch diameters, must be galvanized, and meet standard weight ASTM Specification A53, Grade B. Thread coupling is allowed. 2. Casing pipe 8.0 inches and larger in diameter may be used, complying with section C-3. All joints or couplings, supports, insulators or centering devices for the carrier pipe shall be considered in the selection of the casing diameter. 3. Casing pipe shall have a minimum cover of 5 �/z ft. below bottom of tie (see Section II, Item 62), and shall have a minimum wall thickness as shown in the table provided below, unless computations indicate that a thicker wall is required (see section C-4). All casing pipe shall be protected by black bituminous coating for protection against corrosion (Coated steel pipe that is bored or jacked into place shall conform to the wall thickness requirements for non-coated steel pipe since the coating may be damaged during installation). Wall thickness designations for steel casing pipe for Cooper E-80 loading including impact are as follows: Diameter Thickness Inch Inch � 16 9/32 18—20 11/32 22—24 3/8 26—28 7/16 30—34 17/32 36—38 9/16 40-48 11/16 52—56 13/16 60—66 15/16 72-78 1-1/16 ' 84—90 1-3/32 • 96—102 1-1/8 • 108— 114 1-5/16 • 120 1-1/2 ' (')=Casing Pipe diameters exceeding 72 inches require review and approval from Railroad Chief Engineer priar to use. Revised 5/1/2014 Page 2 of 6 4. All Casing thickness determinations will be based on Cooper E-80 Railway Loading, using applicabie formulas and computations performed by a registered professional engineer, State of Florida. The (Signed/Sealed) computation results will accompany the plans for review by the Engineering Department. 5. All casing pipe joints will be welded in accordance with AISC Specifications, Section i-7-2. All joint welds will be full penetration. 6. At no time will rnnstruction intertere with the normal and safe operation of the Railroad. No construction, manpower, or equipment will enter or operate right-of-way within a safety clearance of 25.0 feet from the centerline of near track. 7. All casing pipe installations, where the diameter is greater than 48 inches, will require a pre- construction conference with all parties, at the project location. 8. Pre-construction arrangements will be made with the Engineering Department at least one week prior to construction. A Railroad inspector must be present during the entire construction of the casing pipe. The inspector will have complete authority over the project on the Railroad's right-of- way. 9. All Safety Inspection Costs will be borne by the lessee. D. Tunnel liner requirements are as follows. 1. All applicable preceding sections will govern tunnel liner usage. 2. Tunnel liner plate will be 12-gauge, galvanized, and all bolts and nuts will be galvanized. 3. Live load will be based on Cooper E-80 Railway Loading, using applicable formulas and computations performed by a registered professional engineer, State of Florida. The (signed/Sealed) computation results will acrnmpany the plans for review by the Enginee�ing Department. 4. Grout holes, if required will be provided at 10-foot intervals along the roof and sides. 5. The tunnel liner jacking shield will protect 180 degrees of the upper section and material removed to allow for a minimum 1:1 slope, with a minimum 2.0 feet of undisturbed soil supporting the overburden. � 6. The tunnel liner installation will progress with sufficient manpower and supervision for around-the- clock construction until the liner is completed,through the limits of the right-of-way. E. Carrier pipeline specifications are as follows. 1. Reinforced concrete pipe: a. Materials: Modified bell and spigot or tongue and groove in accordance with current ASTM Specification C76 Class V for Railway strength pipe or current specification for prestressed concrete pipe. Revised 5/1/2014 Page 3 of 6 b. Joints: Rubber and steel joint for prestressed pipe in accordance with current Lock Joint Pipe Company Specification on SPS, or equivalent. Joints for bell and spigot and tongue and groove pipe to be in accordance with current standard pracace. ]oints may be made using confined continuous rubber gasket. 2. Cast iron pipe: a. Materials: Pipe must conform to current ASTM Specification A142 for"Standard Pipe." b. Joints: Bell and spigot, caulked with lead and oakum, or approved mechanical type joint. 3. Polyethylene pipe (HDPE): a. Materials: Pipe must conform to current ASTM Specifications D2104, Schedule 40, for standard pipe. 4. Steel pipe: a. Materials: Pipe must conform to current ASTM Specification A120. b. Joints: All joints must be welded or of an approved mechanical type. F. Carrier Pipe Shut-Off Valves - Carrier pipe under pressure shall have a sufficient shut-off valve(s) at each end outside of Railroad's right-of-way limits. The Utility Owner shall install accessible emergency shut-off valves within effective distances on each side of the Railroad. Valves shall not be located within the Railroad right of way. The carrier pipe must be installed within a steel casing. G. Casing Pipe Vents - All casing pipes shall be properly vented. Vent pipes shall be of sufficient diameter, but in no case less than four (4) inches in diameter and shall be attached near each end of casing, projecting through ground surface and located outside of Railroad properly limits. Where possible, they shall be marked and located at the vent location. The markers shall display the Railroad Milepost location, the name and address of the utility owner, and a phone number contact in case of emergency. Vent pipes shall extend not less than four (4) feet above ground surface. Top of vent pipes shall be fitted with a down-turned elbow, properly screened; or a relief valve installed. H. The inside diameter of the casing pipe shall be such as to allow the carrier pipe to be removed subsequently without disturbing the casing or the roadbed. For steel pipe casings, the inside diameter of the casing pipe shall be: 1. For carrier pipe less than 6 inches in diameter, the interior diameter of the casing pipe will be at least 2 inches greater than the largest outside diameter of the carrier pipe joints or couplings. 2. For carrier pipe 6 inches in diameter and over, the interior diameter of the casing pipe will be at least 4 inches greater than the largest outside diameter of the carrier pipe joints or couplings. I. All Casing pipe ends shall sufficiently constructed as to prevent leakage of any substance from the casing throughout its length. Each end of the casing shall require a sufflcient permanent seal to prevent the potential from leakage of any substance from the casing pipe. Grout fill is an acceptable method installed by pressure grouting. If used, the grout material should consist of non-shrink sand cement slurry or Railroad approved equivalent, and sufficiently seal the casing pipe ends to the satisfaction of the Railroad. If deemed necessary, and at the sole discretion of the Chief Engineer, the entire void between the carrier pipe and casing pipe throughout the entire length of the casing pipe may be required to be filled upon notification from the Railroad. Revised 5/1/2014 Page 4 of 6 J. For directional bore installations: 1. Minimum cover within 25.0 feet centerline any track, 10-foot from bottom of the crosstie to top of pipe or casing. Z. Minimum cover outside 25.0 feet centerline near track, 5-foot from natural ground to top of pipe or casing. III.Above Grade Structures A. Standard overhead clearances for fixed structures, such as bridges and other overhead fixed structures shall provide a minimum of 23.5 feet vertical clearance above top of rail (T/R). B. Pre-design conference with the Engineering Department will set forth horizontal clearance of subgrade, grade, and above grade construdion and structural limits. IV. Above Grede Wirelines A. All installation of aerial lines and cables will provide a minimum clearance above top of rail (T/R) of highest track. Standard overhead dearance for all aerial line crossings, both power and non-power line crossings, shall provide the following clearances: 1. 43 feet above T/R for lines 0 to 75,000 volts. 2. For lines over 75,000 volts, review and approval from Chief Engineer required. B. For installation of aerial line and cable crossings at or near other fixed facilities, such as automated crossing gate arms at highway grade crossings and any other facility that the Railroad might deem additional clearance requirements necessary, aerial lines and cables must provide a minimum 43' vertical clearance above top of rail (T/R) of highest track, except as otherwise noted in Section N(C). C. Exceptions: At Roadway Grade Crossings, provide safe clearances between waming device and elettrical transmission, distribution cables (including messenger and neutral wires), and all communication lines. All overhead utility crossings shall provide a minimum 43' vertical clearance from top of rail (T/R) of highest track, or additional clearances necessary to obtain operational clearances from crossing warning device assemblies as follows: 1. 43' Minimum or 6'0" vertical clearance from Gate tip in vertical position or structure mast (whichever is greater). 2. 43' Minimum or 13'-6" vertical clearance from Cantilever arm or structure mast (whichever is greater). D. Should the Railroad add or modify existing crossing warning devices of facilities at any highway grede crossing, existing wire lines or cables shall be raised or relocated immediately on notice from Railroad to lessee and at the sole cost and expense of the lessee. E. All parallel electrical lines will require an electromagnetic compatibility (EMC) study to determine the effects the facility may have on railroad and signal communication systems. The Railway requires the cost of the EMC study to be paid in full by the potential lessee prior to the field study being conducted. Revised 5/1/2014 Page 5 of 6 V. Miscellaneous A. Cathodic protection of pipelines, cables, or casings: 1. When cathodic protection is provided, it shall be installed so as not to induce currents, which will inte�Fere with the signal apparatus of the Railroad. Any change required in the manner, method, or location of such cathodic protection shall be made at the sole cost and expense of the lessee and to the satisfaction of the Engineering Department of the Railroad. B. Proposed structures must maintain a minimum 10-foot horizontal clearance to the face of any signal, post, crossing gate or other above grade obstruction. VI. Standard Drawinas A. The following Standard Reference drawings in reference to these written specifications are available upon request: 1. ES8049.1—Mainline Design&Installation of CMP 2. ES8090.2—Overhead Wire Line Permit Information (2 pages) 3. ES8090.3—Overhead Bridge Permit Information 4. ES8090.4—Information Required for Typical Directional Bore 5. ES8090.5—Information Required for Typical Jack&Bore(Camer Pipe Not Under Pressure) 6. ES8090.6—Information Required for Typical Jack&Bore(Carrier Pipe Under Pressure) Revised 5/1/2014 Page 6 of 6 NAMEOFRA/LROAD(REOU/REDJ O�STANLl�R£QC//RED pS7ANLIE REOY/�4ED � I � �— RIGHT-OF-WAY I RIGHT-OF-WAY UNE UNE A//LEPOST LOCA7K)V REpU/RED 1RACK � 1 5'A//n. , 5'AIh. —� I � / \ I � i iq O/STANC£REDUpP£O y� (f0'-0'M/n.J � I � 25'M/n. 25'A/�ir. I7'YPE M�D S/ZE 01�PYPE RE'OiL9/PE'D -/ � FLORIDA EAST COAST RAILWAY C0. GENERAL NOTES I�NERAL DIRECTOR - ENqNEEPoNG SERIACES JACKSONVILLE. FLORIDA 1. DAPECAONAL BG14E$ 10'BELOW BOTTOM 01�77E AIAY BE NOPE SL^/� 40 CA� 7. CARR�IP P/P£MAY BE HOPE (NO PYL'PERNlTIE7J) 3 A9EN C(/T U�S�GxTQS57NC��co�o��"ir�r��a��c� INFORMATION REQUIRED FOR wm�,oaEo,v.a�.sv�nn� Bu�KHEaos An�.s►aEw,acKs m�,eorEcr nrE aaiuxa�ea�Roaa�a. TYPICAL DIRECTIONAL BORE PRQ°ER BMR/CA�S AND UCNIS /F NEI�SSARY, INLL BE SET AROUND 7H£P/T fL14 o05/AY£PROlECAOW. �( NO NCl4K M/LL B£PERM/T7E0 QN RAK/POAD R/CNT-Q�Wi1 Y INTHDUT A fLACA/AN. B�CA/PR/ER P�£, UNLIEIP PRL'357/R£, N2L REOUIR£CA57MC. NONE 10/14/OB o�o no .....__.. __....._. ....._ ._... __ .___.._.._ . . ... . ........ .. . .. . . .. . ...... ... .. ..._.. NAME OF RA/L ROAD(REOU/REDJ � i ■ ► ' D/SrANCE REIX//REO DISTANCE R£pU/RED �', i i i I I � I � � ■ RICHT—OF—WAY RICHT—OF—WAY� LINE LINE � M/LEPQST LOCATIQV REOUIR£D i a I � 1RACK I i i • D/STANC£R£OU/RED / \ (5'-6'Min.J I — ———— — — —— — — ————— ————— ——— ' —— — — — —— —— — — — — SI2E ANO TYPE OF CARRIER P/PE R£IXJIRED� ——— (CARR/£R P/PE NOT UNOER PRESSUR£J — 7YP£ANO S/ZE A�CASINC REOU/RED � F�OR I D A E A S T C 0 AS T R AI L WA Y C0. GENERAL OIRECTOR — ENGINEERING SERVICES JACKSONVILLE, FLORIDA 1 CENERAL NOTES INFORMATION REQUIRED FOR � 2. Cl7Y+CLIX/N�Y,SA7�ANO�LROAO M/�EPOST LOC nQN REqU%£D/�OAD R/QYT—G�—wAr . TYPICAL JACK AND BORE ,J lF NOP£PIPE/S USED, /T MUST BE SCNEDUL£ <0 ANO MAY ONL Y BE USED FOR (C A R R I E R P I P E N 0 T U N D E R P R E S S U R E) D/R£CAONAL BORE. A D/STANC£OF 10'�IIEASURED FRAtI BOTTGH/OF AE TO TOI� Q�P1PE/S REqU/RED. �. NO Ik7RK HiLL BE P£RM//T£O U'V RA/LROAO R/GHT—OF—WAY lN7HOUT A FLAGt/AN. AIN V Y P NONE Y 9/12/OB — .,....__..._....._.. ._._.__........ ..___.—___._.. ''Drfi pl FllL NO DMO NO NAME OF RA/L ROAD(REOU/REDJ � E � D/STANCE R£QU/RED DISTANC£R£pU/RED ' I I I RIGH T-OF-WAY RI GHT-OF-WAY—+ LINE LINE j M/LEP0.ST LOCATILW REOUIR£D � I � IRACK I i � Vt7VT P/PE � REpJ/REO l�E-N7 PlP£ , _ REIXJ/RED � i • O/SrANC£R£CXJ/RED SIZE ANOI / \ (5'-6'Min.) �E a` ✓AC 1-£ R£OU/R£D ': —— —— —— —————— � — — — — ————— ——— __ � S/ZE AND 7YPE L1�CARRIER P/PE REIX//RED �CARR/ER P/P£UNDER PRESSUR£J — — —— —— — —— — — — ——— i —— — — ———— � ———— — — — — ——— —— — — — ———— TYPE ANO SlZE Q�CAS/NG REIX//RED � FLORIDA EAST COAST RAILWAY C0. ' SYZ£ANO IYPE GENERAL DIRECTOR - ENGINEERING SERVICES JACKSONNLLE, FLORIDA Q� V,4L l�£REIX//RED CENERAL NOTES INFORMATION REQUIRED FOR I 7. C/TY�CLOYJN�Y,�AIE ANO rRALR0.40 M/�£P057 LOCAAQY REqU/RED/�OAO R/Q'/T-Q�-WAY ��, TYPICAL �ACK AND BORE .1 /F HDP£P/P£/S USEO, lT MUST HE SCH£OULE 40 AND MAY ONL Y B£US£D FAP D/R£C710NAL BA4E. A O/STANC£L�10'dIEASURED FRAI�B07TGH/OF 71E TO TOP Q�P/PE/S REOU/RED. �C A R R I E R P I P E U N D ER P R E SS U R E) 4. NO WOiPK W1CL BE P£RM/T/ED G1V RAILROAO R/GY/T-Q'=Wi9 Y lN7H01'JT A FLAC+MAN. ANI Y Y P NONE � Y 9/12/OB I.___ .._._. .._. _ _____".__ ___. D�'C Ofl FlLE NO DMO NO P�e 38 BID RESPdNSE ,� 1� BID#13-Q291LC FIBER OPTIC ENGINEERING, DESIGN, MATERIAL, SUPPlIE3 AND INSTALLATION�TER�A CONi1ZACT sECTrau A Esrr�►r�D I?'E1IA IT�1 DESCRIpT10N QUANTITY !lNIT UNIT pRICE TOTAL OFFER LAB�DR Labor-Engineering FbrieFa PE SerWces, 1. r 88 HR $ ��� S/� �:% A� 2. Labor-BICSI FtCDO Nour 63 HR i �51�0 a �� 3. Labor-CADD 0 erabor Hour 88 HR $ � � � Labor - qerft�l Support Senrices, (Per �p► �„ 4. No 113 HR �—�� S 2 q d�A Labor -Camm. Cable - EleciroMcs 5. Technician er Hour 104 HR $ �� $ s�,� fi_ Labor-Comm.Cabfe losfalkr Hour 176 HR $� S .�. D� 7• l.abor-Cc�rnm.D�,ct Installer Hour 30Q HR s_�.l.�� S �a.�4►Dd �,,� Labor - Serviae Trip Charge (Per Ser+�lce 8. Visit 5 SV � �•� $ � � .A4 8. Labor-0.9P RQ'W Strand Ma in 5 MIL� � � � � a=1,� 4�.t� 10, Labor-OSP ROW pes n and Permi�' S0 MILE $ � � $ � .�e 11_ Laber-pSP GPS Surve 50 MI LE $� ��•� $ �7 , i2. Labor-Q8P GIS Tedmiofan gp MIL.� _��� s Q QQ�4D 1'OTAL QFpER SECTION A�ITEMS 1-12) ��� 30��e . . . I TOTAL OFFER WEIGHT � SECTTON A FACTOR T��PACTORED RA1'�8ECTION A ' a x .�o �• � .Z �. �3�, Q �D � All unit p' bid should be w�hfn two (2) efeclmal points. If bidder's pricing exceeds lwu (�) d�cimal pointa, purchssing � reaerves�he right to round up or dawn a000rdingly. f Corrtinued._. ' t . -� FIRM NRME: �e�I�� /� �/��t�� L���� � %9�t Paqe 39 8(D RESPQNSE t � 61D#43-029/LC FIBER OPTIC ENGINEERING, DESIGN, N�ATERIAz,SUPPLIES AND INSTALLATION,TERM CQNTRACT SECTION B ITEIN JTEIM DF_SCRIPTION ESTIMATED (�UANTITY UNIT UNIT PRICE TOTAL QFFER O$P CONSTRUCT101�►-UNDERQROUNO Conduft--2"p�cxd aE 24",machine tr�enched,per 10 Feet{Fumished and 13. �nstalled 5 LF $_ '��,� � ��.�t1- � CorxfuR—2"p�aced 38',m�chine tr+enched, �� 14. r Foot Fumfshed and Installed 3Q Op0 LF ��.`I� s �9���8 Condui't—2"placed 24'"hand henc�ed,per � .1 15. Foot Furnished and Installed 5 LF $ � s� ��j� Conduit—2"placed 36",harxf tr+snched,per 16. Foot Furnished and Installe 2,00�0 � $ . S g—�'QO Conduu�tt�2",e�a piPe�Per Fod(Fumished 17_ and InstaUed 50Q LF $� $��?1� � � P�ac;ement—i 'l.".innerduct,comagated, t �8- cdor+ed er Foot umished and It�staN � � $ /�(j �?� Placement—4W 1 '/s",HDP�oobred,per T9• Foot Fumished and Installed 5 LF $�4� $ o2sdll MaxCell placer�ent—3 cell for 2'and barger 20. coriduiCs. er Foot �nished and Ir�stalled 500 LF s� 3 ,���'r,,�j� Placement—cabl�dYrect bury�pl�,v.30" plaoement,per Foot{Fum[ahed and 21, Installed � � ��� $�� .7� �taoemr,r�t—2"HDPE,dtr�ctional bor�,per 22, faot Fumished and Ir�stailed 600 � 3 �a�, � s OfJ�1, QO Placem�nt—2"HOPE, pirecti�or�al gore, ~~ Special Conditions,per�oot(Fumished and 23. Instal 25 � $ ► � $ �.C� dD Placemerrt—8"HDPE, Directao�nal Bore, under waterwar,<100Q�,per Foot 24. Fumished and lr�Ued � � a� $ 2�f�,� All unit —��ZL-3� p�ces bid eF�ould be wil�rn tvw{2) a�epma!points. If bidder's prf�ing exc�eeds twn (2) decimal poir�ts, Pur+�ha�ing re�erves t�e r�gM fio round up or down accordingty. Carrtinued.,. . � � / /�� /� fiIRM NAME: ���if�� (�/�/���1 c�s�??//1��� �y� � ' Pa�ge ao ,�-� BID RESpONSE �,. } B!D�13�429/LC FIBER pPTIC ENGINEE�NG�DES�GN, Al1ATERIAL, SUPPLIES ANp fNSTALLATI�N, 'T�RM CONTRACT ITEY IT�DESCRIPTION E$TIMATED QUAN7'ITY UNIT UNIT PRICE TOTAL OFFER Plaoement—2"RGS per Foot(Fumisl�ed / 25. arxl I�Fall 123 LF s j�A� $ / ��t� � �a�ceme�l�4"RGS per Foot(Furnisi�ed �F 5 $��l� $.�%Qd Plaoement—2`Fiberglass,&idge mqmt, 27. er Foot Fum�shed and Ins1�aN 100 LF �_�,� $ 040� 4�D Rlacement—4'Fiberglass,&idge mount, 28. r Foot �umished and Installed 5 �F $ '•�40 $ ��B� Deeecbfon—D�ebectable 7racer Wire,Per 29. Foot �urnished and In�talkd 62 6Q0 �F $�Q 3� i�, ����D Debection—De'bectable AAarking Tape,per 30. Foat Furnished and Ir�stalled 5p �F g �,'7� $�f� De�ection—.fet Line,per Foat(Fumished 31. s�nd InstaOe �0 � � ��C $ f�� ROW D�tecUon,RpW Delineabvr Marker :— Post�orange,6'.Per F�ch(Furniehed and �_ ,} 32. Instaf 1 EACN � �5 0� � ���� Cable Route Mark�xs-Tu6ular,Type I II 3$. HDPE 80 EACH � ft DD $ �o'ZUQe IJD All unit pric:�s bid should be within two (2y deCimal poir�ls. If bidder's pric;Ing exceeds two (2) decimal poirrts, Pur�chasing reserrres the right to round up or down accordingly, I i Cor�tinued.., I I I s � � � f : FIRM NAME: ��G/� � ��f ����f �f Page 41 BID RESPONSE f � BID#13-0291LC '� 1 FIBER OPTIC ENGINEERING, DESIGN, AAATERIAL,SUPPLIES AND INSTALLATlON,TERM COIdTRACT EsnwarEo ITall ITEAA DE3CRIPTION pUANTITY UNIT UNR PRICE TGTAL OFFER FieeR oaT�c c�e�s FO Cabl�e-�12 fiber,Single-RAode,Lpose- Tube Construction,Aeriaf PlaoemerK,per ��,� �1 �7 3�. Foot Fumishedandlnatalled 2,7�0 LF � '� � ✓ ��• � FO Ca61e—12 finer,Single-Mqda,Loose ttabe construction, Underground Placemerit,per Foot(FumisF�ed and vt j} ���d D� 35. Installed �,73a LF a�� $ ,� R FO Gable—24 flber,Singie-Modc,I.,00se- Tube Construcdon,Aeri-dl Plaoement.per l�� / 36. Foot Fumished and Instaled 5 000 LF S � o'���'�D FO Cable—24 flber,Single-Mode, Loo�e bulx construction,Undergro�nd Plau�ement,per Foot(FurNshed and 37. Installed 6,000 LF s �' '�� $ a�,da FO Cabl�—48�iber,Single-Mode, Loo�e- Tube Construcfion,Aerial Plaoement,per �✓� � G���.� 38. Fuot Fumished and Insla�ll 5p,000 LF s �� (^} FO Cable-48 fiber,Single-Mode,Locse- -- Tube Canstruction,Underground Plaoement,per Uoot(Furnfshed and r� j 39. Install 5Q 000 LF S � �" S v� ►� FO Cable—72 fiber,Sir�gle-Nbda,Loase- Tube ConstrucNon,Asrial Place�nent,per 40. Fact F�rnished ar�d Ir�sCall g � � j�?� S ,.�7 FO Cable—72 fiber,S�ple-Motle,Loose- Tube Cor�strucbon,Unde�round d1 ns�ent,per Foot{Furnished anat � I � S LF $ �r° s FO Cable—96 fiber,S9ngle-�Qode,loose- Tube Censtruc6on,Aeri�ai Placememt,per $ �.�+� s Q�J.�A 42. FOat umi�hed and Ittistall 27,5p0 LF FO Cable—96 fiber,Single-lulode,Loose- Tube Construc6ion,UndergrauncE Plaoemerrt,per Foot(Fur�ished and $ l.,� s /��/ �� 43. Ir�stalled 27,504 LF /� 7 FO Cable—744 fiber,Single�Mode,Loose- Tube Construction,Aerial Placement,per 44. Foot Furni�hed and�nstalle $ �F $ ���� S 1��� Al) unit prkes bid should be within two (2} decfmal poiMs. If bidder's priciirg excecds lwo (2) decimal poinls, Purchasing reserv�es the rlgM 6o round up or daavn acoordingly. CortUrx�ed... � '�/�� ��/� ����� /r�� FIRM NAME: r���� C`�'f�"`�� PBige 42 �a�s�oNSE ;;;� BID#13-028JLG �IBER�PTIC ENI3INEERING�DESIGN,MATERIA�, SUPPLIES AND INSTALLAT�ON�TERM CONTRACT ESTI�IIATEd ITE�II ITEY QESCWPTGON l�UANTITY UNIT VNfT PRICE TOTAL OFFER FO Cabl�—144 f�er,Single-Made,Loose- T�e Constnxtion,Underground Plavemerit,per Foct(Fumished and 45. I�talled 5 � S r�' ��j� $ f� FO Cafile—12 flber,Muld-AAode,l.00se- Tube Constru,�ion,Aer�al Plaoemerrt,per � �S �3 �� 46. Foot Furnished and InstalE�d 5 LF � ' $ � FO Ca61e—12 fiber,Muld-Mode,L�e- Tube Canstruction,Underground Placement,per Foot(Fumished and r} `3� 47. I nstalled 5 � $d��� S � FO Cabde—24 fiber,Multi-Mode,Loo�e- Tube Cens#�uciion,Acriat Placement,per �l 48. Foat Fumtshed a�d Install 5 LF � �,�� s �+�� FO Cable—24�ber,Multi�Modc,E.00se- 7ube Construction,Undergrourxl Plaoement,per Foot(Fumished and � �F � �Op s �� �� 49_ I�stalled �`-� FO Cable—24 iber, S4►gle-IWode.Alf �__� Diek,ctrbc Self Supporting Construstion, A�rial Plaoement,per Foot(Fumished and 5 LF $ °��� $ ��'�� 50. Inslall FQ Cable—48 flber,Single-AAode,All � • Dielectric SeIF 9up�ating Cor�truclion, A�rial plaoernent,per Foot(Fumished and �j 59. inStall 5 � � d,7� $ /.�i � FO Cabk—98 flber,Single-Mod�,All Dietedric Salf Suppordng Co�struc,tion, A�erial Plaoement,per Faot{Fumished artd � 52. Installad 5 � $ a/x,} $� FO CabJ�—144 fiber,S�ngle-Mod�,All Dielecbic SeIF Supporting Consirucaon, 53. kr�talled�errt,f�er Foot(Fumisl�ed aad � LF $ J'�� $ �� 7� All unit prices bid shadd be within twa (2) decimal pofrtics. tf bidde�s pricing exoeeds twro (2} decimal pants, P�uchasing res�er�res the ri0ht b round t�or down aocording�y. . CoMinued... .. r � - -- � t F�RM�ME: r�l�',r`�'i�e� � �v�� �� Page 43 BID RESPONSE ( � BID#13-028JLC FIBER OPTIC ENGINEERING,DESIGN,MATERIAL� SUPPLIES ANt3 INSTAL.LATION�TERM CONTRACT E8TIMIIATED ITEY �T�DE8CRIPTIOa QUAN77TY UNIT UNIF PRICE TQ7AL OFFER FO Cable—24 fiber,Single-Mode,Ri�er Rated Construckion,per Foot(Fumished �f 54. and Installed 5 � i �r 7� $� FO Cabla—48 flber,Single-pAode,Riser Rabed Canseruction,per Foot(Fumished �� 55. and Insts�ll � � S �+9 � �7, �� FO Cable—96 flber,Sing6e-Mode,Riser Rated Conslnacdon,per Foot{Fumiahed � �jr 66. and Irlstall 5 LF $� i � �� FO Cable—12 fiber,Multi-Mode,Riser Rated Con�uction,per Faot(F�rnished /� 57. and Installe 6 LF $ �'� $ �T 7� FO Cable�24 fiber,MuRFMode,Riser Rated Conatructlon,per Foot(Fumeshed !��}� 58. and InstalEed 5 LF ���! $ °21.°�s FO Cable—12 f�er,Single-Mode,Plenum �9 ��n.rctbn,�er Foot{FurNshed and 5 � s �i�� $ i�l. �� T '..,,J F4 Cable—24 fiber,Singil�Mode,Plenum Consdx.rcNon,per Fvot(�urnished and �� �1 fib. Mstalled �ap � � T.4� � 7 s2�f� FQ Cabls—48 fiber, Single-Mode,Plernm 87. ,�I����p�FOot(Furnished and �pv 5 l.F � � i �� FO Cable—96�ber,3ngle-Ibmode,Pfenum Conafrac#ion,per Foot{Fumished anci ��,,� 62. Installed 5 LF S� $ 'r4+� All unit prlces hid ahould be wfihin iw�a(2) decimal poirrFs. If bidder's pricing exceeds twro (2) decfmal po�, Pu�hasing reserves the right to rounc!up ar down acoordingly. Gorrtinued... I � Y � / FIRM NAAAE: /l��I �� � ��� �� **REVlSED�'k* pa�e 4a i ~� BID RESPONSE BID#'13-02�lLC . FIBER QPTIC ENG�N€ERING, DESIGN,MATERIAL, $[1pipLIES AND INSTi4LLATIQN,TERAO CpIVTRqCT �t�M �S'rIMa�D ITPM D�SCR1pTlQt1 QVANTIYI! UNtT UNI'f PRtCE TOTA!OFFER FD Cab(e—12 fiber,MuItFMode, Plenurn Ratad Gor7struc�pn.TigM 8uffer, per Fpot 63, Fumished and InstaUed 5 � $�;Z� �_ ��,��- Fa Cable—24 fiber,Mul�-N1ade.Plenurr� Ra�ConstruCtion,T6ght Buffer,per Fppt 64. Fumistred and Inst�Ued 5 LF S_ ��S � � 7� FO Cable—42�iber,AAulti-Mode,PEenurrt Rabed Constructiori,per Faut(Fum�shed 65. and Instailed 5 tF S�� 3 v��a�.� FO Cable—24 f�ber, Mut�-lWode,Phenum ���O�struct�an,p�r�oot{Fumished 68. and Insta��eQ g � S��� S o��,` ��� OP'�(�k SPkIC � _�-T' �T�aN � � • � F�Cable—i2 f�ie�,Sir�-Modo or Mu�fl.aAale� Tern�inal��n,lNap/Ra�k ,=-. Gabine;trays,pi�ta�s,Sp1���� � � 87. Each urnished and h� 20 �,4CH S��J�.�l! $J�� /BO, �D - Fd CaWe—24 fiber,9ingle.Y�de or IAuRI-Mode�Temtln�tion,Ws�ll i Rack Cabin�t,trays,pi9tai�,splir,�s,per 68. Each Furnbhed and Mst�lled 20 EACN � � 37�E� $ o27�s4,�D F(3 Cable—�8 fiber,$(�g�p,.M�� Mufti-Mod�,Ter�nhts�itlo�.Wa1�/I�k Caebl+tet,trays,pigt�lis,splices,�er 69. F,ach Fur�n�s�ed a�d ItataN4d �3 �ACH S � �v�s� � 5�t��G� ��Cabie—7Z Tber.8ingle-41ade or Mniti-mode,Tennination,YYaN I Radc 7a. Each�urn��i��c�'pe► r� 3 E4CH �-7 7��� � ����,�1� i FO Cable—96�er,8ingl�-1Aorl�or ; AAuiEi,Mlode,Ttmslnation�Yliali!Rack ; CaWr�et,tray�,Pig�a�s,spqcxa,per i 71. ��ci� �urnished and Installad 6 EACH S � � �`j0.�j A1�unit Ar�oq bfd should be within iw�o(2)deci►r�al panis, If bidde�s pricfng exceeds two 2 dectmal I the right to round up or down accading�y, ( 1 points.Purchasing reserves , � � Corttinued.. � � � . ; FIRM NAM�; � ,�I � cJr?rf��� /�t P�� ,---� **R�VlSED** `� BID RESPONSE BID#13-Q29�LC FlBER OPTIC ENOfNEERING, DESIGN, MATERULL, SUPPUES AND INSTALLATION�TERM Cdl�TRACT ESTIMATED �T�� ��E������� QUAN�'ITY UNIT UNIT PRICE TOTAL OFFER FO Cable 144�iber,8ing10�IlAode or 1Nuld-Mode,Termir�tlott,YYall!R�Ck Cabin4t,t�ys�P�9b��,�PI�.Per 72 Each Furni�had and I�rta9ed 1 F�1GN $ � � �'� �O Cabde—06 fiber,Single-Mode.Buffer #an�ut kit,per Each(Furnished and 73. installed 5 EACH $ � �---v�o��G� FO Cable—12 fibar,SYngle-�Aode, Buffer fan-out k�,per Each(Furnished and 74_ InstaQed 5 �ACH S ��� $ o����d FO Connecbor—ST rype,Muki-Nbde, Unicam connectar,per Each(Fumish�ed 75. and Installed 10 EACH � � �� $ ��,DO FQ ConnecEor—ST type,Singls-INode, 76, and�stalq3d�•Pe�Eadt{Fuenished �'� �j�t . SA 10 EAGH $� � � �- F�Ctosure—Splice Ctosuas,l2 flber� `_ l4ecial OI'UG incta!latfOfy b'aysr S �Ce6, 77. r EaCh q�Mshed and I � 20 EACH �—_,�� $ � �i FO Clo¢ure—Splice Clos�re�Z4 fiber, Aarlal or UG Mat�liation,trayrs,,aplkes, e°{��� 78. r Each Furr�lsh�!a�d Itf�lled 10 EACH $ � S � 7 �.1�0 FO Closure-SpMoe Cbaun,48 i�er, �s. �'�i�`��a��a i�a a r`�' s �cH � �' S 4� $ 9 �7,�' � �Q Clo�ure—Sp6oe Cbsut�a,T2 fiber, aerial or UG instaaation,trays, spli�0es,Per � ?,���d ��� 80. Ead� FurMshed and Ir►81�1 1 EACH � � Fp Closure-Splice Closure,96 h�er, Aerial or UG in8���6ion,trays, spiioes,per oZ� gj}0,1�p S1, Each Fu mished and Iru�alled 8 �AGH $ 3 �a� � J Fa Clos�tne,Re-�try Ki�Ga61� Pnepar�tion,up to 144�ber,aeriel or UG instaAation,per Each(FumlShe�d and t 62. Installed i 5 EACH � 3��I� : ����� Oi'DR'F�at any wa�length�one 83. di�ection il�rofibvr rEach 2,250 Fr4CH � �� i ���.dd AU unit prioes bid sho�etd be within bwo(2)deCimAl p�oints. �f bidders priang exceeds iw�(2)decimal poiMs,Purt�sirHg teserves the right bo round�p ur do�wn accordingly. C.flniinued.,. ' } � FERM NAME: r r �� �f/f�� �?�7 Page 46 BID RESPONSE ! � BID#13-0291LG �. FIBER OPTIC ENG�NEERfNG, DESIGN�MATERIAL,SUPPUES AND INSTALLATI�N�TERM CQNTRACT �STIMATED ITEM R'�0 DE8CRIP'1'IOa QUANTITY UN�T UNIT PRIGE TOTAL OFFER FO Cl�re—Sp�ice Tray, Fus�on HeatsFvink, 12 fibex, 12"aize,per Each � 84. umished and Ir�stall 5 EAC�-I s �'f� � � 4D FO Clasure—Spliae Tray, �usion He�tshrink,24 fiber, 12"size,per Each 85. w�ttished and Install 5 Eq�H 3 �Q� $ �'�'��Q FO Splice—Fusfon 3plioe,Heat Shrfnk� 0.04 db,OSP,indutling pigta�as needed, 1� S6. r�ach Fumished and Instal 254 EACH � T�� $ a'�,Od OSP Aenl81—Ailessenger Cable,'/a"�pe�' /,�� $ `� '��.� $7. Foot, umish�d and Inetalkd 30.�� LF $ �SP Aerial—Remave AAessenger Cable, $8. '/." er Foot 'S00 LF $ � � ��� OSP Ae�i�l—Pal@ Attad�►tsnt,Lao�C 89. TEach�F mishec!and InsCal Pole,per 100 �ACH $ J� i � p� OSP Aerfal—Pde AtCad�merrt,l.00se Tube,wNh J-Hook Waod Pdc,per Each, � �a � � 90. umished and Install 1p0 EACH $ JZ,I � s � �� OSP Aerfal—Place Pole Riser,2',RGS, �p�� ��� 91. e�Foot, umished and Ir�stalled 1 p0 LF �.�� 3��� � 03P Aeria{—Ptaoe Pr+e-Stressed Concrete 35 ft., UHlity,per Each,(Furni�hed and 92. I�s'talled 1 EACH i ��,1�•�p $ �0 �� � �SP Aerial—Place Pre-S'tressed Concne�c.43 R,Utiity�per'Each, S � a�SO.� $ ���Sl1� dD 93. umished and Inatalled 1 FACH OSP Aerial—Place P� Concrtt�,70 it.,lltility,per Each, �jd 94. Fumishod and Ir�ataled 8 FAGH $ I� `i�� $ D►.� OSP A�iai—Plaoe Down Guy Anchor,6', � 9S• E,ach umished and Inatatled b EACH $� $ � 7a,f�� All unft prices bid should be wNhfn 1wo (2) d'cimal pofnfs. If bidde�s pric6ng exceeds lwo �2) decimal panks, Pu�chasing re�erves the rigM tn round up or down a000rrlingly. Cartinued... . � FlRlut NAM�: � � ��/� �1r1�/'G�l� ��� ///G.�1'/ �e a7 "'rREVISED�"` ±� � B!D RESPONSE 81D#13-0291LC FiBER QPTiC ENGINEERING, DESIGN,MATERIAL� SUPPLIES AlND INSTAI.LATION,TERM COI��'RACT ES'f�IAATED 1TEM (TEM QESCRIPTIO�N QUANTiTY t1NIT UN1T RRiC� TQTAL pFFER RULE BOX�S P�dl 6ox— Coc�cre�e, 4' x 4' x 4', with 98. nstallad � �r EaCh (Fumished arrcl $ EACH � t� �t��l�� � �� 9��� / Pull Box—CO�po�ite cottisbructfon,24'x �x za",with Composibe Lid.�Ea�r,, f�9�r' �� �''�ll,0� 97. _ Ft�rnished and Installed d0 EACk �—!�� $ Pull Bax—CompoSite c�r�ion,24'x 36'x 24",Traffic Rabed,wAh Composite 98_ nsta� Rated Lid,per�>(Fumish and 5 E4CH �� � �4 �7.d� Rull Qox—Campo6i6E cpr�bructi0n,17"x 30"x�2",wrth Compaaite Lid,�r Each, 99_ Fumished and InstaNed gg EqCN $ ���� $ v2.�, OD Puli Box—Compoar�e oa�str��tion,17"x 30'x 12",Tr�ftiC Rated,With COmp06fbe , } 1Q0_ ar�d Installed�, P���.��umished 5 EACH $ ���D $ � �7�Ga9 Pielc! Qevice Cabinet Type I — (Pvw�e�,lightfig,surye suppresston, insuls�tlon) {66" a 24" x SQ") � 1Q1. Furnished a�d Enstallad 2 EA�H S ��,`D� $ ����� Fleld O�vice C�lnat Type I—[66"x $ /,/ � � 102- Z4�x 34" Furnished and In�talled 2 ��� � � � �� Y� TOTAL OFFER SECTION B S 13-1�02 � ��� '� TOTAL OFFER ��yT TOTAL FACTORED RAT�SECTWN 8 SECTION 8 FACTOR s -� `�a x .�o = $ Q .� „ ti 4 AO unit�rices b�d shoukl be within lwo(2y d�cimal pants. If bodder's prk�ng exc�eds iw�(2)deC�m�points,Purr.�i�g reserves the right t�round up or doMm accordingly. Corrtinued... .} .__; FtRM NANtE: � ` �/� r � G� Page q8 BID RE$PQNSE ��-� Bio��-os��c FIBER GPTIC ENGINEE171NG, DESIGN, pAATERIAL,SUPPLIE$ AND INSTALLATION,TERM COAITRACT TQYAL�ACTORED RATE TO'CAL FACTORED RATE GRAHD TOTAL PACTaRED RA7E SECTION A SECi10N B s�:.,cr.��.. 9 0 * � �O'�.�'6/��'� = s ,� � �D All unit pioes bid should be wtilhin iwo(2}decimal poinCs, If bldder's priCkig exCeeds bwo(2}decimal poiol�,Puochaming r�serves Ihe right UD round up ordown a000rtfingly. Did Bidder atbend the AAandabary Prg-B6d CoM�erence,pex Term ancS Conditbn 11�$? Yts�InR' Is Qualif6catlon of Bidders informatlon included,per Term and Condidon�14? � Yes V I�i' Does bidder cleariy understand the CNminal HfaEory Re�onds Check,per Term and Cendition#11 Yes�I�it' Qoes bidder cleariy understand the Ins�anoe requirement,per Term and Condition#21? Yes Y I�+itfal {PLEASE AFFlX SKiNATURE WHERE INDICAYED (FAILUR�TO OC SO SNALL RESULT!N THE REJC-Cl'ION OF YOUR BID� By sigr�abure on this�awmerrt,biddix adcno�Medges and a�ees lhat its offer indudes and axepts aEl�erms,cond�tions,and specificablons of the County's bid soli�tador� as origirra�y publiahed, wlthout exceptlon, dtange or af�eration of any kind> exoept as may hav�e been p�lislied by the Courrty in affiaal aanendrner�ts pr�or ta this date of submittal. �._-. t. Per Ge�eral Term anc!Conditbn�7, if bidder is a Jvint Ver�Uure for the goodslservices deacribed herein, #�idder shall, upon �� request of Palm Beach CouMy,prov6de a oopy of th�Joir�t Venhre Agr�ement signed by all parties. FI RM NAM�:(Errtsr!he entlre legal ram�of the bidding entlty) DATE: � C 77 ���i�t' , ��I�/� PRINT NARAE; �Ir� G� Y PRENT TI�'LE; �'�f * IGNA . - ADDRFSS: ` ��T �� CITX/STATE: ZIP CODE; TELEPHONE# (J4�I ) �r'1�,� ��.37 E-MAIL: ��GC ���` �NrTl L��h�. TOL.LFREE �k � 7'`r FAX�t:t�f/1 ) 7Y�'"I�7�� APPLICABLE r �/��� LICENSE(S} ��o��,] � �/� �%• �� NUMBER # . ' FED�RAL 10� ✓% � J����� +.} r - AMENDIIAENT #1 continuea... .�, � BID#:13r0291LC TITLE: Fiber Qptic Engineerir�g, Design� Material, Supplfes and Ins#atla#ion, Term Contract • bELETE B�D RESRONSE PAGES�A4, #45 AND #47 AND REPL.ACE WITH ATTACHED Fi�VI3ED BID RESP�lVSE PAGES #44, #45 AND #47. l�OTE: This executed amendmerrt shall be returned wi#h your b�d respohse. - FailurE to include the executed amendment and revised bid nesponse �__:� pagea shall result In r+ejection of your bid. �� r�' C41Y�PANY NA�AE S� q � � , �: ./�'ff�:.�l�.c �'�ii1.;_�L�,� URA GATES TANMY S�IT SENIOR BUYER PURCHASING MAINAGER .� Form W AMENDMENI` #2 `�.l � Da�d: Februsry 6,2018 PALM B�EACH COUNTY PURCHASIN4 DEPART�AENT 50 SOUTH MIUTARY TRAlL.Stl1�E 11Q YVEST PALAA BEACF�, FLORIDA 334'15-3199 BIQ#: 13-0^ Z91LM TITLE: FiBER OPTIC ENt31NEERING, QESiGN, MIA7'ERUIL. SUPPLIES AND INSTi4LLATION,TERM GaNTR14CT OPENIAiG dATE: SEE BELOW B�D QPE�IING DATE MAS B�EN POSTPONED UNTIL FURTHER NOTICE. . � ��.� � �'a `�'�� . � � Er � 6��Y�'� c.r�r t� • �p�� �n�� j� ''? ��? ,� -`=��C.�YL�� �??��; t� -� ,/ URA ES TAMMY SAA�TH SENIOR BUYER PURCHASING MAMAGER , � Form W AAAENQMENT #3 '�)1. 0��: Februs�ry 12�ZO'13 PALAA BEACH COUNTY PURCNASiNG QERARTIIIEENT 30 SOUTH MlLITARY TRAIL, SURE 110 WEST PALM BEACH, FLORIDA 33A�15-3199 BID#:13-0Z9lLC TITLE: Fiber Optic Engineering, Desien, IU�aterial� Suppliss and Insfialla�ion, Terrn Contract OPENIMG DATE: SEE BELON! • BID OPENiNG HAS BEEN SCHEQULED F�R FEBRUARY 21, 20'�3 AT 2:Od P.M. • REFERENC� TER�IIS &� CaNd1TIQNS, PAG� #8, TERAi� AhID � ��� CflNQITION#10 9�l A�IFICATt4N 4F BIDDERS, DELETE SECQND BULLET IN iT'S EN7IRETY b4TE: Ple�se adu�o�vled�e rec�eipt of titis amendment k>y signi�g ar+d r8tu�ning with your B�d Response. � �1 � u �l� s CQMPANY I�fAME S NA E 10 T , . � � i� �� � , - �� �.nz��-�� /�rrLc.��i, LAURA S TAMMY SMITH "� .� SENIOR BUYER PURCHASING MA1dAG�R } Form 1N AMENDMENT #� r'-�. �. � ,�,�:Febru�ry 19,�Q13 PALIII BEACH GOUNTY PURCNASING DEPARTMENT �0 SOtJT#�I MILITARY TRAIL, SUITE 11p WEST RALM BEACH, FL�ORidA 33498-3189 BID#: 13-029/LC TITLE: F�ber Clp�ic Engine�ring, �esign. Matvrial, Suppli�s �nd Ir�stalla�ion� Tetm Contract OPENING DATE: FQbruary 21, 2013 • REFERENCE TERMS 8 CONDITIONS, PAGE #1 Q, TE�iA AND CONDITI�N �19, WARRANTY change to read: �s. uvA�wry r } The suocessful�idder shall fu w�rrant aii l�bor fumfshed hereunder ` � �air►st defect in workn�ensl�ip for a - - petiod ot nin days from date of deliaery and acceqtanoe k,y Palm Beach CouMy, as�ocfayed companents f�mished hereunder against defect in mat,erlals andlor v►rorkmanship for a per�ad of one(1)year from d�e oF deliveiy and acoep�noe by PaGn 8each County and fiber#um�hereunder a�afnst defiect in rnat�rials arxflor woNcrosnship fvr a ' ' 20 from dste oi deiivery and acoeptanac by , Pah�r► Be�ch Courrty. Shcufd arry�fect in maOerFals ar workrr�anship, exCepifng ordin�y wear and�ar, appeer dur�g ihe abvve stat�d w�p�period.the suocesaiul bidder shalt repeir or�eplace same�t no oos� to Palm Beach Courriy,Imm�edialey�on wri�en notice from the D'aec�or af Purvhasir�g, NOTE: This execu�ed anwndment shall be returnad with your bid ra�po�nse. Fai�ure to re4�n with bid response�result in rejection of your bid. � �'' i OMPAAiY MAME S TU f D T ,, - ` , --� � =�1 r�z s-r� ,-�-n.�-��S� URA CA S TAMMY SM ' � SENIOR BUYER PURCHASING MANAGER Page b2 CEl�TIF1CATiON OF BUSINE$$LOCATION fr } BID�1��( C In aocaondance w„'�h U�e Palm 8each County Lvcaf Arefer+ence Ordinanoe as amended a b�dders/Propo�ers having a permanent plaoe of business in Palm Besch Count �p � �� ��wYl tae ghren to: {1} petmarierrt place af buaineas fn the Glades that are ablt to pro�vide tF�e Y�" �Y}, (2} bidderslproposers ha�ing a wNhin the G�;�d 3 bidd ��.services or oonstruction t�o be u1lNned or built ( ) era►proposers hauing a permanerrt place of business in ihe Coe�r�ty(non-Glades busJness}who utilime Glades su6�con�ors for constru�qon pro�e�a in the Glades. To nxeive a local pr�ferenee,bidde�slprop��must hav�a permanent pl�ce of businesa wilhin the Co�iy ar the Glades. aa applk�le, prfor ba the Cvunty's issuarxe af any saicrtaHor�that meets or exoeeds 1he manclatorY hidlPropo�al amount� A Business Tax Receipt whioh fs issued�y 1he Patr� Beach Courtity Tax Cdlector,autho�zes the bidcle�yproposer to provide the gvodaJservloes te lae purd�a�ed,��II be u�ed �o voer�fy that the biddeMproposer had a permanent place of buainess prlor m the issuanoe of the sol�tivn. TFx bidderl�noposer mu$t submit lhes Certificaipion of gusinesg Loca6io� (`Certificatl�rr'� along � the requirad Buainess Tax Receipt at the time of bid or proposal submisaion. The Business Tax Reoeipt and this Certiflcatan are�e aole de�arminarrt of bcal preferenc�eligibility. �tmprs in the complet��this Certificatfon or failure te submit iFvs complefied Cerd�icatbn wNY cause the biddedpropo�er to not receive a local prefierence. In instanoea wt�e�+e the bidderlproposer is exempt by law fran th� re�quiremerrt of abtaining a Busfness Tax Receipt, �he biddeNproposer must: (a)provide a citadon to the apecific statutcry exemptbn; aa�d(b) Provlde oNier documenta�on which clearly estabNshss that the bidderiproposer had a parmar,ent place of business within the County or the C�ades prlor to fhe dabe af issuar�ve of the �olicitatfon. The Cour�ty he�eby retains Ihe rigM bo contact sa,id bidderaJproposers fvr addibional fnFot'mation relafied to this requirement afber�he bkU�rapOsal due date, �. Bidder er�S a; ___6� Lo�cal Business: A local bushtess has a pern�anent plaoe of bus�rress in Palm$each Caunty. (Plea indicate}: -- � Headpuarters loc�in Palm Beach Cou�ty ( } �ennanent afiiee or other sita located in Palm Beach County - fr�m w4'�fch a vendor wfll procluce a substantfal portion of the goods or serwces, Glades BusJrress, q Gladeg bus�ness has a permanant plaoe of�uainess in the Gladr�. (Please indica6e): �"leadquaraers loca6ed in the Glades Permar�errt offive ar dh@r st�locabed in the G�ades lrom which a vendor yMlll produce a sub�tarrtial porlion af the goods or serv;ces. I I I. 7he a#tached oopy af bfddc.�'s/propose�'s County Business Tax Receipt v�erifies bidde�slpro�wser's permanent plac�of business. � Y � �l c�� I THIS CER7IFIGAI'ION is submitked b ' ,as � (Name trF Ind{vidual} I �� � � �v4�f� � . (THIe/PosiHon) {�h�r►Naine ot Bia�aeriPraposef} r � who herebY certrfiea that the inFormafron st�ped above is true and caomect and that the County � Business Tax Receipt is a lrue and oorzct ooay�mt original. Furlher,it is h�reby adcnowledged ; fhat any misreprGsenfaRion by the biddeNpropo�er on this �erMication will be canskfered an unethfea► busfness pwa�tice and be grounds for sancbons against future Cour�t�r bus�ness w�th the � bidderlproposer. , . ) . � 3/ 3 � ,_, • 4 �� ��e� . , ^�� � .. � � �, � I ANNL' �. C*A1tiNON t .�l�.. o��ntlrinHan�mx�e�ton �ImaolNam P�1hn 8aach.FL 35�-�3 "LOCATed Ai'"� � '� ' �tw�N�lS�fn��er.fi c'aw�t�t ►PbRao�M Td:�6�41;�.?27'� ���' 1893�d(3lI�LD COURT JUPIT�R,FL 3347g . I rneaRaue�ess a�uw�R crm�aa�naxs wno�rro�a�TeP,uo Mrr�,uo en�, � a+�aa�aFieeiaarrcwo�oms�reu.�� �or�aww ets��.,n-orr�wu �ao e�oo�Meo � THs Qoouarnl i�y�q� Nq,� ! !� +�NlpEmd 4f��7tot Qallecbr's OIIYos. . BTATE Q�hL,ORIDA PALM�ACH C01l�IY � e�-2a� �1�f2Q9S1AGALBUSMi�S8TAXIt�C�iPT ; ��c�sian oukrt�acr�HG sE�v�c�s�c I.B�'R Number. 7A09132� ' �t�oowrnac�nNc s�c�s qvc F,XPIRES;S�PTEN98FR 34.2013 ��e��w cr JUPtTER,FL 33d78�ft436 Thh re�elpt does not aan�M a k�nchUe, „��.,.E�,.��,�i,,.i�..�.�1i�.�t.��uu..u,� ��a"""��,��,�,,b�,�►�. . ne�.��u�r�e.:ms��n.na� when s.trancniie.+iv'�eraeat or oW�r oo�nty ` �r�r..bn,aa��eorraa�r awu,ontr i Is requiad by oauny.a�aoo o�l+w. � �ti •} . . • I , ! I � i _ , I •��� _� � ' ^ 't `-�' - `.i .`�+'���;�t`,. �.�_,�,.;. , , S�'ATE O�FLO�tlDA. . .. . .. . . . -;_�:�:���;.....�..�`� _ ;: ';: ,,��; _ . .$ .. . . .`'��R'` .�:�%` `;^.�f' {' r�:�' ��Q����_�����$5���'�TIOr2+T � '$' � __ '�`' �E�bIa490402093 .��ci� o��� - �oo•i'� � ' �-- �� ..y"" .��" �- ='-_ � , �� , � ��o--��� 004 �: ��:_ . ==r� ;; . :: r' .'r ,8 �+� y� �r��`^�' - : �. . . ''-: U�ds�- ,��� e I ' i ,T — _ ��''''' . `L � � .,..,�1 f TAt�r����A���n�A O '�L�'��.� �S�:Fi�-�� � .�.;— ._ • _ . � ;; a }Y,�`, .31 2034•� r '�:_ `.�-. •j{� ::'•,•�t, ui J� : . ;kr Y' r.. •' ,e� - . � . ' . � � " �.. ... .. 1 ! � .� ` • . � � � rl �=t; ii ili : _�...�.� .. ' .�� ♦ . r� � - • •�fi� .. .. '.i>. '',7'p�c �.r-0�� is G. � - - - � � . � ,_;,,. ; ��$ �.4,r' � � � . I58 GIIII.U���'$$AVI'��;.��: � �-�` - � . � .- `�;�'�.;�: .-.. _ , 'FL.3347 8. -:� ' ? : .; � • . . - . , _ ._ .. , �s.�; '"L;` f �. : ...::�':, ,,�.' . - ... � . . . ' •• ,` •�.. .A'��.• - .I'' .I __ , . . . . ti � ! � �'�•: ., •. . . . , . � ��0� aSP�AY A3 REQUIRED 8Y�AW ' �$C��Y � ' ��. ---. � � ) �- '� � , ..—�,;.- � .���.�: . ,} .. . . __ .. ��C� 61�4,��4� - _ srA�.���.o�DA -� � _�- �:�:;�;.:.�.,R_� :r� ,;, � �8P • `�a�+$�$��RB� ��� +���g UisATI01Q . � �+'�� �A� • . ���L120710D19�9 � • �a�. a�a ao�a` � aoiaa �� � se�oo:a� f �� ���-sa��,,�. ���. �.. .. � � ���a�.�Q�:�.��s c�r�z �''�a'°�: . . `L,�aBer'� � proviei� of�� . �iration � ��e�, 4 69 F8. d���t AVO 3�. 9I}�4 ' A�8 A I��j � '��x1�TS� BPEC�L�$',L' . ��°��s�o�Y s , . . �i��`��t'�`rx��r�ca s�c�s, z�rc. � � . �ooa�r P'L 33�78 ��c�c sea� . � �-��a�o� . �- . .. . D131�l:AY qS RFQU�RED BY LAVV tt� �8� s�c�� , Page 53 DRUG-FR�E YYORKPLACE CERTIFICATION ;'� BID�13�0291LC !�!�!T�s� TIE BIO�SIPROPO�AL.8 - In aucordano� wnh eactian 267A$T, F.S., a pref+eranoe shali b4 gi�►vn t�o v�ndors st��mitting wlth U�eir bidalpr+npo�als fho f+ollow�tg csrtifi�ativn th�t they have implamant4d a dn�gfi� woorlcpl�cs program which moets the rsquiramv�s of Saction 28T.087;pr+pvidad.haNreyer,fhat any prefisrenca gNrvn pu�su�nt bu 8ection 267.p87,shali be m�de in voMbnnity with Ihs requ�ament�pursuant bo ths Pslm Beach County Gode�Chap�er 2,AKIcN III,Sections 2�0.211hiu 2-s0.34. In!he event tiq bids are roc�ivsd irom vendor�wha have not submitted wilh 1h�1�bids/prq�csals a co�npbbed Drug•Fr+ee Workplaa4 CertHkadon fonn,ene awa�d�u�m�ae in acoordancs wilh Palm Bsach County's pu�cF�sl np proceduras f,erfaining b ti�bids. This Drug-Fre�WorkpNioe CaMiRcation fpm must be exe�cuf�d and rRtunwd with the atl�hed 6id►propvsal, �nd receivod on �b4iv�tinw of bid opening bo b�consfclered, The failurs��o exacube andfor rstum this c4rdficafion shall nat caus4 any biarpropasal Fo bR daemod non-respor�sive. YYhene�►ar two(2}or ntors bidslpropoaai�s whidt are equal with�+espeat t�a price,quality,and sanrice are recNved by Paln� Beach County for the procwnment of commoditis� or coM�Actua! ssrvlces, a biellpropo�al �v�cahr�d from a business that oerttfbas that it has anpiqmaM�ad�drug-ires rrorkplicv program shall ba gi�ren praferenc.�in th�award pr+ocess. In o�r M have a drng-iros woorlcpl�ce program,a buainoss shall: (1y Publish a staten�s�t notKylny em,ployees that thv unl�wFul manufact�,re. distributlon� dispensing, po�ses�ion� or u�a of a cor�trolled sub�eance is pwhibl�ed fn fhe workplace and spociyinp the actbns thm�t wiu ae taKer�aga��:t�m�ayees ror waa��on�o�sucn�xoh�aitior,. (2} I�orm empl�rees aboirt the d�ngers af dn�g abuse in tha workpface,lhe busirwas"s polfcy of maie�hiriing a dn�p-tr�e workplacg any avaflabie drug counselirq, �habAltation,and empioy�a asslstance programs,and the penaltiea lhat may bs irnposed upon vmployees 10�drug abuss violattons. (3) C�ve each emplvy�s engaged in pr�►iding the cornmoditiee or aontractual aarvioes ths�oot are under bid a copy r. -1 of the statienwnt apec�lfed ie�num6er(1). � {4) In the stAbtment specified in number t1y, notNy tl�e emp�y�s tha� as a candhion of woorking on the ccmmaditias or co��tractual sprvices thAt Are under bid, 1he srnployse will abide !ry tha t�Rns of the �ment anal Yrir ndtiiy tl�e vmplayer of any convictlon of, or ptea of guilty or nolo cantanders fa, arry vidlation of Chap�'883, Flvrida Stabu�es, or of sny oorrtf'olla,f s�ubstanoe [aw afi the Unibvd Sta�as or atiy sta�,for a viol�tlor►oc�urring Ia the workplace no W�r thwn five(bj dpys aTter sudti corwictfon. (5� Impose a sanction on, or require 1he satisf�cbary pattkipatlon In a drug abuse assistAnce or rehaWlitatlon program iI auch is arailabls in the empla�►av'a community,by any erriployep who is�o convicted (�1 Make � good failh vffoo4 �o e:ontlnue ta mal�in a drug-free woHcplace thrvueh Implen�errCation 8ection �7.08T,Pbrid�8b�bes. TWIS CERT�FICATIQN is submitE�d by � Ir'! �� �s (Individual's Name) �e� � � �� , � (TItIUIPosibion CanpanyNendor} (Name of Comp�nyNar�do� who does heneby certNy thart gald Comp��rylVvndor has implernerrtsd a dn�g�wo�k�ace program which m�wb the raquirements of$oc�ion 28'7.087,Flcrida$pittrbas,which are Ider►tifiad in numb�an(T)through(B�above. F --� ._. ,• 1 � � � � f�1 '��t �, �` ;,�i � Page 54 sG1EDYL�1 L13T OR'RO'Q�lp sel•r11A1�!pRIrIIE A110JOR S1lfCqNTRAC7apR PARTICt'ATION PROJ�CT NAME OR BID�E: � ���O 'GG�—pROJECT NO.OR Bip N .: �Do2 Plf�lE OF PRIME B� R; f r�� � ADDRESS- � CONTACT PER80N: � PHDNE NO.: AX NO.: L • �� 4 BID OPENMIG DATE• t19ER DERAR7�IfT: THIa DOCUMENT IS TO BE Cp�+LETEp BY TFf pRIME CONTRACTOR IWp 8UMBJTTED WtTH BIO PACl�T. PLEA�E LI$T TI1E NAME,CONYACT IMFORYATION ANd DOLLhR AMOUNT OR PERCEI�ITA�E OF 11YVDRK TQ 8E COMPLETED BY AI.L 8BE•MIWBE SU�CQNTRACTORS ON TH18 PRQ,IECT. IF TME PRINE I$AN SBE-MINfBE, PLEA$E AL.SO L16T TF�NAME,CO�NTACT INFORMATION AMD DOLLAR/1MOUNT OR PERCENYAOE OF WpltK i'O BH Cp�LETED BY T`NE PRMIE ON THS PROJECT. 'tHE �R�AFFMiINS TNA7 IT 1NLL MO[�TOR TH�8BE8 LIBTED TO E1rSL1RE THE S S PERFQRIA'fHE WORK WII'tH IT8 ppWN FORCES. �I�k om or boH�Cp�gories} �Fe �F■ �LoABIWOI(NT OR PHRL`MtAfiE OF VYQRK Nrn�,Addnss And PAaw Numbsr YNwrih► 8� Bl.et Ht�pani� walnen Cauasian Olfwr , , 9usiMss Burin9ie �� ._..._.. ._..,._ ,.,, _.,.,.,._,.�_=---�—�.'-..-,. �.�.��,. __................._.._ ,..ti �"�JC•.S' Gs. k �TC s� �OM•�ps 1. C, --W------ �--�-�-�-• ---- -- --.,_�"'---:.-�-- � ..._.�...�...,...,_--- - �- ,.��--����� ./� ��- �J ❑ - _ ,� l. . ,�5 <- Z� a o 3. � � 4. � � 6. a � �leaar use addfNor►al eheela If neceaeatY) Total Tolal&d Pria t � 7 / 1 �� 7041 SBI�J�WBB Ptrticip�tio d Amoo�t or ParaotnEe of Woyic I btrrby ee�tiy t6�t Iht�INv!ihewwlko»ocuretr 1a I�e fiat�i iqy kro � ~ / 5i� aod ' z '� t�r Note: 1.Tre amount Ysted o�16is for�far a seEcontractor be�upported by price ar pere �1�e �sted�w c,i�reA$ch�dul or si�ned propotal i�order ro be caurted lon�rd gaal attalrr�eak 2.Pir�u m�y ba�erlUfied by Polm Btaeh Cau�ry a�an BBC asdlor�nd M/WBL+. If Ma�are urtf0ed aa boU Ae SBE aad M/WB[.plesse indicate 1he dollar�mount ar pe�renla;e under r6e appropriate caee*ory. 3.MRVBE i�a�m■uou Is bei�eolkcted[or erAeki�g p.rpomer anly. Revieea 9nrm�� Page 55 OSBA SCMEDULE 2 .."�-` LErTfR OF INTENT TO PERFORM A$AN SBE�MIYYBE$U�CCONTRA�TOR '• 1 This docamMt must be canpleied by tlw SBE-M!NlB�E SubooMrac�or and submiiiEed wifh bid padcet. Specily In deta�, the per8cuiv w�o�c Ibams fip be pe�orm�d and the dollar amount�ndlbr p�rcanmga fior aach wark�lan�SBE Crqdit wiq onl�l 6� plwn far Ibsms which tUe 8BE�II�fWBE 8ubcontractoar Is 8BE certifisd b�periorm.Falluro m properly complsle Schadula a may ra�ul#In you�SBE p�rlitip�tion pvt bslnp uabed, PRaJECT NUMBER: I��� 1/L'�.� PROJECT NAME:��� G � C �-��%'JO4�GL To: �j����Obi� ��� e GJ � (N ot Pr�ne Bidde�) The undersfgned is certiEied by Palm Bcach Courriy as a-(check one or more,as appdicable): Small Buskiess Ertterprise Minority Bus�ness Enterprfae� Bladc Hispanic Wornen�Caucasian Other(Please Specify) Dabe oT Palm Beach Gounty Cert'dication:_/.�.1h[ h /C� `�D�� The undereigned ia prepared Eo perf�rm the fiolowing desaibed work in corw�ectlon wi�the aborre project. Addilfonel Sheets Msy Be Used As Neoessary Line It�m1 To�al PrioN f J��7 �%+�s � Lot Mo.�4�Wp�n � � ' � � QLyN�I�Cs Unit PHoe Reroerk�e � � � ��� ,--� � . at the toNow�ing priqe ar peioerrtage (SubcontracEor's p�lofie} and wi0 enber int,o a ivrrnal agiaeme�for work►n�Uh you conditlon�upon your a�aecubion uf a oontradt witF�Pakn Be�ch Caunty_ If undarsigned Inbnds bo wbconlract a�ry portiort of job to a cor�itl�d SBE or a non�BE subconbrac�or,pleasa list t�e na�na of tho wboot�b�tEor And the amaint belaw. � P�ics xndlor Perce�ge � • �c^Jh � S�.v -G�.�'f��� (Nairw of Subcon�ra The Prime aifirms Ihat it wBl moni6�r 1he SBE's lisbe�l to ensure 1he 3BE's perkm� the work with its own farc�, Tltie uncier�gned eubcontrac�or alNrms t�BR it has Ihe resouroes neaeasary b perform Ihe wcxk list,ed wlthout suboornracbing tQ non�Certbed SBE or 8iny olher aertified S6E auboontradore exoept as no�ed aRlove. The ' ned aubooMractnr underst9nds lhat Ute provisio�of tt�is form to F�ime Bidder does not preveM Suboontracbar irom provlding q io s othar bidde�s, �1 � 'nt r�rne af ' ontra Print name of SBE-I�OMfBE S1�cantracmr 8Y� � Signatu� . / Print narra/lill af perso e� a�i on bshelf Prirrt nsmellitle of person a�oecuting on behalF Prtime ConUac6or of SBElAMW$E Subco�WacEor � --� t�Waed 10l1112011 Dabs: ,r� PRECISI(}�COi�TTRACTING S��tVICES INC, . � ` Precision F'iber � • � Optic 5ystems � � ` February 21,3013 Palm Beach Counry Pur�h�sing Dep�rtm�nt 50 South Military Trail, Suite 110 West Palm Beach,�'L 33415 Froject: Fiber Optic Engincering,Design,Material,Supplies 8c Installation Term Cantract Project Ntunber: Bid#13-d291LC Subjec�Precision Cantcac�ing Services Statemem of Exp�rience,Qualifications,8c Backgmund Precision Conhacting Services,Inc. (PCS),a Flarida Corpor�tion heatiqnarb�red in Jtapiter Florida,is affering aur yualif catio�s and pricing in response to the Pa1m Beach Caunty .. � Solicitation noted ahovc. PC8�as been providiag fiber op�tic 6ased cu��municateon network ti _ ) design,construction,docurn�t�tion,and resforatian and maintenan�ce seervioes on both inside plaert(!SF)and emphasis on outside plant(OSP)deploymerns thx�oughout Flarida.and the Southeast United States far uver 22 years. Being a Jugiter,FL based firm sit�ce our inception in 1990,PCS has unmatahed capacity � with locally r�siding,experieuced personnel;Jupiter warehoused equipment and invemory; and the logistical capability to provide the The Couniy with tk�restoraEion fib�er optic network services on emerg�cy�non-emerge�ncy basis. PCS has e�ctensive experieffice with right of way(R�Vi�agencies t]iat would be engagod ip potential restoratian andfor facility expansion issues being engaged daily with bath Pa1m Beach Co�nty and the FUOT on�Y I�rojects. PCS is tmique it�our intern�otionaily recognized optical Fibetri'rak desi�n services supporting ocu'infi'astru�cture construction cap�bilities for new work orders as required PCS's core business is the d�esigq dep�oyment and maintena�ce af Outside Plant Fiber Optic netwarks as requir�cl by this contxac� We o�rta�nly xpp�raciaote every oppot�tu�niry�nd client w+e have had over the ye�ts recognizing each c�aa�tract is an obligation far exoellencc in performance and apportunity to cantinue customer satisfaction;yet the opparE�mity to perform such s�vices in our hame vaunty is t+egaz+�ed as a special oppot�mity and we thank you for consideration of o�proposal. , •� License�iES00Q424S _ 15834 Guild Co�ut•Ju�iter.PL .i3478•561-743-9737•{Fax)561-7�13�0775•pcsfiber.com �I��,� C�f�61g fi�l�e S�sEert CORPORATE ��� MeMBER r� �i PRECISION C�NTRACTING SERVICES INC. . � c � Precision F1'ber � + � Qptic Systems � . � P�+ 'S Cortinmte I�f'or►iratio�t Fi�o,iect:F'rber Op�ic Eag�neer�rig,Desigry Materi�rt,Sttpptles&Instailatio� Term Contrac�t Proje�t�Vrr�ber: B�d#13-6�9/LC Propa�sats Dite: Th�r�sday February ll,2D13 ZPM f'' nct� (Iual�calions of`FFim Precis�pn Contra�cting Services, Inc, (PCS)is a Jupiter 6�ased Florida Corporati�n foemide�ld on November 14, 1990. PCS is l�oensed and recogniz�d as a Women Business Enterprese in 9 states as well as many local CitylCounty Goveraments. Sara Boyd,Secretary and majority owner,along wiRh Bruce Boyd,RCDD,Dir�ctrnr and Cindy Boyd, RCDD, President,maiatain a commitment to quality throughout the organizaotion which has been rewsrded recendy with PCS being recognized as the Intem�tional Bentley Be Inspired award winners in both 2011 and 2009 for Innovation in Cflmmunicaittions Design. Cindy Boyd holds licenses in 9 states including a F]orida Specialty E1ec�tical Contractor's ,.-. i.icense and a Florida Alazm System Contractor's License. PCS also holds aud Flechical (, � Licsnse a�d General Certified Birilding Contra�ctor's Lioense in addition to the above. PCS currently emplays a staff of 88,with mare than 40 employees being residents of Pa1m Beach County and the Tr�asure Coast�rea. � PCS is a multi-fxceted firm providing consu[ting,design,con.s�tuction,maintena�ce,service restot�tion,and netwaxk mtegrstion supportit�g Itrtelligent Transporta#ion Systems,CCTv, &Bmadband Fiber Optic Networks tl�roughout the Suutheast Unit�d Stat+es to the Transport�tion,Judicial,Education aad Municipsl Government m�rkets a�v�reII as the private sector for 22 years. PGS provides both e�nergency�non-emergency restoratio� services far nwnerous clients including;Fforida I?ep�of Transportatioq Florida Tump�ce Ent+erprise,Pa1m Beach County ISS,Mart�n Cowity Tra�c,Martin Caunty TI',Indian River Coumy,Ft Pierce Utility Authority,and numerous other entities tocalty and thmughout the staas. PCS believes aur earperience in the FQ Broadband 8t ITS industry is tmparalleled with over 2,540 pr�jectg completed e�vering in excess of 20,000 miles from our palm Bea�ch County headquarters. For 22 years PCS has maintained the highest quality design$c installatian standamds and is a reccogntzed leader in the deployment of fiber optic systems for the D(}T and Municipe�l Governments in the Southeastern Unit�ad States. PCS requires our Staff of Designers, ImKallers 8t Technacians to maintadn the higltest quality work product far performance a�d , �� License#ES000(}245 � _ l 5834 Guild Cpure•Jupitee,FL 33478•561-743-97,i7�(Fax}561-7d3-(1775•pcsfiber.cum ������ Car�iq�C�k 9y�s CdRPORATE ���� MIC`MBER . � . � i r��c�sYa�v co�rr�cTTrre s�xvlc�s ��c. . . � Precision�iber � • � Qpte�Systerns �� r,..rl__ -• ••�.._?"� d�esired fiu�ctionality which is supported by our vast reference list,including Palm Beach Caunty fi�o�m prior proje�cts comple�ed. PCS is fiilly banded through Travelers Insurance. PCS holds numerovs manufactu�'e�'certiScations for our Trchnicians,Inst�llers,Engineers, �d Managemeat. PCS is a na�ionally authori�ed Corning Network of Preferred Integraotors ot�ering an e�rte�dad 25 year warranty on F'b�er Optic Netwvrks utilizing all Cornin� products. PCS has e��tensive experience working in the DdT Right of Way and h,olds ATSSA Mainteaance of Traffic Certifications consistent with MU'f Cl7 stan�dards,56ar�'s Canfined Spac�e Safety Certifications,QSHA Tower climbing�md OSHA Safety Certifications. PCS is a Corparate MembEr of Building Industry Consulting Services International{BICSI), the associatiot�thai is the leading Telecommunications Standerrds&Design enfom,ement and training attthority for the EleGrranics Indus�ry Association{EIA)and the Telecommunications Industxy Associatian(TTA). PCS has 3 BICSI Registered .� Commwucation Distribudun Desigm Pmfessionals and numerous BICSI trained Technicia,ns i � employed to support our client's needs. PCS is�member of the Flarida Association of Ele�ctrical Contractors,the IMSA{Intemational Mtmicipal Signal Associatiaa},and tbe Intemational Associatian of Electrical Inspectors. PCS will perforna th4s praject from our Carparate Office in Jupiter,FL and guarantees timely response,irnplementation,and oost mitumizatian associated with required design i�ntegratiQn,and service restaration activities.Our corporate office will provide administrative tasks of billing,co�leccion,purchasing,netwark design,and related functions. PCS would be wuque in our ability to support Palnn Beach County for angaing maintenance and emergency restoration aMi�ity being immediate to the area for rapid responses.PCS is cwrrently the master constructionfmaimenanee coritractor for Falrn Beach Cvunty,Ms�tin Courrty, Inciia�Ri�er County,Fort Pierce Utilities,City af Port St Lucie,Town of�cica Raton,and private firms Florid�T'ower&Light as well as an ILECJCLEC TTS Telecom of In�town,FI.,. PCS has ability ta p�rc�vide additianal installation,emergency respanse,and teelmical labor finm uur Vero Beaeh„Fort Myers,Largo or arlando offices�o insure timely praject performance if ever requir�d. All electr�onic r+ecord�for the pr+oject are maintained in Jupiter and duplicated in Urlando to avoid loss from Acts of God. �Vith management,design, installaRion,teclmici�ans�nd netwark professianals committed to excellence wnh and Eocat •� License ff�S00(1[I?45 _.� 15834 Guild Cu�u�t•Jupiter,FL 33478•�bl-743-97a7•(Fax}561-?�13-4775•pcsfiber,com 3icsi� ���� . . raavaa��F ���,,, ias�,eeR .~� PRECISIQN CON"IRACTING SERVICES �NC. . . �� Pr�ision�ber � • � �ptic Sysbems �. �� - ` inventory r�sources,PCS has wmtatched capability to perfonn the desired services for this procureme�n�quitement� PCS will provide all aaRicipated wark for this Operatians&Mainten�nce Service,s contract pertaining to fiber covnectivity and netw�ork services. When underground duct e�ceeds minor resturation effarts,PCS would engage a local subcoxmactor. PCS has utiliz+ed The Lazarus Group of SW I}eggeUert Court in Palm City,FL for over 10 years with great succ�ss.Although these are never easy installations,PCS finds their cammitment to quality and customer satisfaction at comp�titive prices�mmatched in the area. FCS tak+es full respansibility for the quality assurance and coatrol of subcantta+cted ductwork. Pr�ecision Contracting Service�,Inc. cunrently employs a stai�of 88 at the following 7 facilities;crnporate heatlquarters in Jupiter,Vero Beach,Wi.nter Garden,Ft Mycrs,Largo, Florida and Greensbor+n,Fayet�teeville,NC. Uf our 88 empioyees 36 wark at our Jupiter office. Orf those 36 employees 24 ha.ve resideuce in Pa1m Bea�ch County. '_� PC$ Secx�etary and majo�ity awner,Sara Boyd,has been a resident of P�►lm Beach Cou�nty siace 19b6. Bruce Bayd,Dir�octar,has been a Palm Beach resident since 1983.Both�ara and Bnece have been act�ve volunteers and supporters in Jupiter and Palm Beach Cauaty public educao�ion facilities and youth sparts organiz�tians fur 20+years. PCS � continue to be active investing in Jupiter ecanomie development with projeets for PCS cun�t and prior facilities. PCS has it�' own in-house staff of RCDD's,Cisco Ccrtified Network Engineers,and CADD Tec�cians that dramatically impr+ove our ability to suppart network designs and subseque�t site drawuigs and docume�tian. We ha.ve developed this network design and d�ocumentation capability with our FiberTrak Serviaes. FiberTrak es an award winning and internationally rerAgnitied servic�for providing the very desigca&documenta#iaa details netwark super�+isors and operators need w properly rnanage�eir fiber communicatian systems. FiberTrak is reoognized as one of th,e most robust network design proeesses of its type. It will easily p�rovide cable routing,depths,box locations,Sber types,splice locaotions, slack locatians—ev�rytbi.ag noted in the RFP. Wc will have th,e capability to pravide so much more should The Town deem helpfiil. Fiber 4ptic Testing and subsequent reporting will be provided as per RFP specificatians. Vve report on nurnerous pmjects an+d have sta�dedicated to just this reporting function. It License#C50000245 .__� IS83�Guild(:o�ut•Jupiter,fL 334 i 8�561-7�13-9737•{�`axy 561-7�13-0775-}x:stiE+er.cum ��� �onph�G�ele 9yseep�s l3'ICS%� � , . [QRPORATE ���n� AA'BMBB'f7 , L .� �� I PRECI5It}�V C�NTRA.CT'ING SERVICES INC. . � �� Precision Fiber � • � �ptic Systems �.,. � ,. ----- - -- � should be natod our in-house splioe loss parametc�s are even lower tban what is req�ured by the RFP. �eri�nc�e W'tt�t ather Gnvua�rtentAgencies Over 22 yeaxs Pr�ecision Co�rtracting Services,Inc has�vorked with practically every gvvemment agency in Florida that has a fiber aptic nertwork. Locally we are cwrrently the Mast�r Fp Cflntractar for;Florida DOT D�4,Martin County Ti�affi�c&IT,Indi�n River Cowrty,The Town of Jupiter,City af Boca Raton,Ft Pierce L3tility Authority,I'I'S Telecum, Lee Ca�mty Traffic,and of caurse with Palm Beach Cou�y ISS. We have provided a listing of sIIc local referenoes to government entities we would ask Tl�e County to chock owt and confirm our work perforn�mce and ca�abilides. We strive to make every client a positeve reference for PCS and the fiber optic network services 8c solutions we can p�+o�ide for our clients. Warra�es Frecision�omra�ting Services,I�cc, is currently and has been for rna�y years a certified ��} member.�af Caming's Network of Prefet�ed Ins�tallers and an E�rtend�ed Warntttty Pmvider. This r,�tification is provided to fiber optic integrators like PCS who ha�e an established history af superior perfocmance with fiber aptic network instxllations and irrte�tion, With our PCS certiScation Cor�ing will watrant their fiber optic materials far 20 years finm material defect wheti it is installed by PCS. We extend tlus warranty praCection to our clienits and would be available for the Town af Jupiter. PCS vv�nuld extened warranties for elechonics and relaoted components as provided by the manufactiurer. , � Lioense#ES0000245 ` _ I 58.i4 Guild Court•Jupiter, FL 33�78•561-743-973?�(Fax)561-7�3-0775•pcsfiber.com �+��.��` ���� CORPORATE �� �p� MEMBER Page 50 QUALJFICATIONS QF BIDDERS ;��� � REFERENCES F�R SOLICITATION# 291LC List rel�erences in a000rdanoe wlth qualificalions of bidder,when applfcable. CUSTq�OER NAME: e �. � � � vn�rt rrp ADDRESS: d� b i� � ai PHdNE NUMBF.R: 7c�"�+•3 S°�'�AX NUMBER:.� ] � �-MAIL; ����u.S�DYI�-�'���,'�. (�,�' CONTACT NAME: � � � i � �� .,,.,. 3�COPE OF WQRK: � � ��� L �� '����� �as -�" �-- � ���� e uY1�: � o�.a��jt ��.�� �r� t���-/• START bATE: END DATE; C� ��. � CUSTOIrIER NAME: � l oe irrq �o�: � �S� .�3�'3 1ptfAaf P 4�'� PHQNE NUMBER: 4 i���FAX NliM6ER:�� � , E-WUUL:��DOS �S� fL�YYI/�OAd� LC,S CONTACT NAME: E� � � � SCOPE OF WORK: 1� 1 ` m /}f 4 L, - h : O , �3 � i �'/. START DATE: � EA1p�,qTE: ��if�p�+G�4. � cus�+oa��Na�nE. � � �0l��A� � �,r.. ADDRESS: [ � , � • ��7� � R �� � � PHONE NUMB�R: � FAX NUMB�R:_I—) -- E�AAIL' , CONTACT NAME: � � S r� rn� E 0�WORK: t � , LJp'��C L� r l, �i ' � f . ; ' 3 d a , d�r�' START UATE: EPID�ATE: . O�C�c� �'/� Page 49 QUAL.IFlCATIONS OF BfDDERS `���� REFERENCES F�R SOLICITATION#15-0291LC liet raide�oes in eoao oe wilh qualifiCati�ons of bi�der,wQien appliceble. CUSTOOIAER NAN1E: ��C�In ..L�� ,�E�: 30 �I'. `� � � �-� 3��fo� PHONE NUIYBER: I �.S`��I FAX PIUMBER: ( r } - , E-MAIL: Y»�f�lr'��� �LG1 QI�� LOn''! (:ONTAC'F NAME;�,]���� . �I�C L��1/� . �� SCOPE OF WORK: I ��n��� ry V��n �4 � �� a�.�pw►a �-• : ��dA C 0 !, �'C�S� V '- / , � 8TART DATE:_ �y I����Q EFiD OAl'E: �IM 1 �VG- CUST�OhiER NAME: � -i '�1� � ADDRESS: 1 U u1 /� / r� �1T7���� �.. 1��C� L7C�tAC�. t (� �0�.!(�J d . as - PHONE NUMBER S��'�qX NUfY�ER: ( --3 - E-M6AIL: ���f N f �-I rL��O�l i i:uf,1 (�_� f + � � CONTACTNAp1E: L'rI�V �m,-� , �I� ��m �Q� dnS" l'�� � ���� SCOPE OF WORK- � Y� � ' �. �' fi� � : �' :�oi.�o --- 38' �0 e�' _ . , � START C�ATE: �I� " �}►�%� END OATE:�,�rlr� f CT'i.T!�� CUST+DMER NAGAE' �aw�aeNr AODR�S3; .7 7 ! wr�wa ,r�t, PHONE NUMBER: ��1'�3�FAX NUMBER;__t �l - E-CAAIL:�V11r1 � 7Y1Q�1�M'1.1�.U.S OONTACT NqME: '�-��� r [�i r�C;��" �� SCOPE OF WORK� � ` 1..�n � �iTi I �/ CILI�� . � ���� � C � ` � � - 3 �- � ,�'�s�s �� - � r �� START QATE; END�hATE: r`�ti FRECISiON CQNTRAC'X'XNG SERVICES WC. � r � Pl�2iCiffiOn�1@[ � �` �lC SyBb�1pS �, � Palm 8aach County—�iber Optk�ng�eariny,D�esi�ry Ma�al,Supplles�Install�tlon,Tsm Oorstract purnbe�': Bid�13-029/LC Pned�ion Contra�tirg Sarvloe�,� Lf given the opnorGanity�o assist the The CouM.y, PCS wil) pr+o�vide our Answering Serviae`s 804# for the aounty�hav�a single poirrt af ooM��+ct for any after hour nee�ds who will tfx�t d�ribuGe ralls iv oe�r s�ff b�d on aondition and severity. Yet, uve are always w�ing to shar+e addRional personai oorrtaci �t�ornna�bion with our client� for further oo�rfiort ba ens�,a+e a prompt outamer response(order aF escalatlon): � Home Number Lynn Bayles,Are�Mgr All 561-718,8504 '172-597-4166 Tantmy Webb,Super. UG 772-aF73-4371 772-283•3410 Gr+eg Churd�l, F+D Tech Optical 561-75b�490 561-333-2469 L ) Jeff Bayles,Area Super Corrstr�dion 561-718-2514 772-597-4166 �- Bru�ce Boyd,pirecbor AN 561-2fa2-0001 561-744-2814 ��Y�►P�ident AM <107-466-0840 9U7-656-841� Rhys Robert�,�ro�ect Mgr 561-2b2-7fl01 S61•262-70pi In addidan, PCS r+equests t�at a br+o�dcast ernail be 9er►t to the folbwlny: Lynn Bayf�s ak: It�y��'i12�[� Bruoe Boyod a� Clndy Ba�+d at: �f�ocstiber.aom Onoe initlal aontact i� ntade from the Client bo the Servioe/RCS, our of�ke will deploy For inibal on�sib� review and beght the restoration and/ar r+ep,air proce55. During this �view, if additiorlal support re9ouro�s are r�qufred,they would be deployed at that bime fr+om our >22 Palm Be�County and >38 7upiter b�ed t�chnical persortr�el. � PCS uwuld arrivae pn si�e to review and start initi�t diagnasis � A visual inspecbion wt�be irwde 6o evaluate and bcete damage � If exbent of darnage�onot be measured kry visual insped6on,an OTDR v�r111 be used m debermine the ciamaged locatnon and extent �. PC�w�l �mmediat�y in�iabe underground resdarabion and 000rtlfnabe with otlter aontractors tf�at may be imroh�ed in such damage,�resfio�atbn ac�vity in�rder ba geit the prvoblem re9olv�ed ; � License#E30000245 ��._} i5834 Ouild Court•Japit�ec,F'L 33478•561-743-9737•(Fax}SG1-743-OT75•pcsfiber.corn �'/CS/� ��� COAPORATE �� �,�� n���r�sa �:"� . 1, . PRECISXON CONTRACTAVG SERVICES INC. ` Precisiom�iber ;•� Optic Sysbans ; � flnoe PCS has acoess to the condu�#, PC� would iniGiabe cable repairs as foMaws, depenc�ng on the damage bo the flber op�ic cabie +� Puil cabie sk�ic from the surrounding area and a s(ngle s�ioe wiN be instnqad � 1'F�e d�rnaged cabte will be cut ou�, a new pie�oe of cable shall be i�lle� in iCs plaae, arxl two spltaes will be �ut in. Pem�anent repairs oF the �ber will ind�de replaadnent frorn point af tierminatiat to poi�t of I�erminat�ot� �k l'Ite c�ble wtll then be besGed w�ttt�n OTDR t�ensure�he c�ble once agair�ha�s oontinuity � P�CS will then aarrtad the Qtiw�er to ensure tAat full servic{e has been res�ored 4noe PCS is allowed aooess�the rnstor�ed aondui� �ber cable res�oraLlon oould take ar�ywhere fran 30 minubes to 24 hours far a s�gle spiioe res�abion, dependirg on the fiber aount needing repafr. In add�i�on, permanent repalrs requlhng secttons of cable to be deploy�ed and spledeg at e�ch e�d are not aM�ays aompl�bad w�Mn the deslr+ac! GimeFrame due bo addi�onal outsitle exposure that is typicaily addressed at the Engir�eer fewei prbr bo praviding aornedlve measure dir+ec0tons. PC5 will perf�orm our best ef�orts 6�meet desir�d tlme frames far�stpr�tlon; ho�ver, it has been PCS`s e�erienae that pennarte�tt repairs require addil�onal c�a�din�tion to �v�oid future damages thait may `•..} e�ooeed this. f License#ES4000245 � .�l 15834 Guild Court•Jnpiber,FL 33478•561-743-9737•(Fax}SG1-743-0775•pcsfiber.com �� �6 �� ����,r � [ORPOR�TE �� �n� MEJNBER �.- �' �..J :,�, a. f Carning Cab1e Systems � � � Network of Preferred Installers . Precision ��antract�ng Services � ; � Jupiter, FL � � � ��% 2013 Member in Good Standing s ,�. .��' �,j: f ` � ������� � �� � � Stua�t Hainese,Vix Presideut Regine Mc�a�ugh�an,Pmgrarn Manager Enterprise Netwoa�ks Entecprise Netwo�les Amedcas a�nd APAC Comrnercial Ope�atia�ss Notwoxk of Prefomod Inalallcrs x�,�a�„�•�r�.�o:l.t.wu:os a�araors �� . corning Cable apaoems Mar�h 6,2012 PO Box 489 MickGry,NC 29603 USA To Whom It AAay Canoern: r eoa�as-2�rs f��� We ane plea�ed to aonfirm that Prracision Corrtrac�ing Senrir�es, Inc.,located in Jupiter, Fbrida, is s bng-�tandinq LANscape�Ne�work aF Prefiart�d ins�.aQer ;n�,rr�one�+��2�.gp��opp program member in good s�anding,and as such abie ta o�fter a Coming Cable Syst�ms E�dended Warrarfiy�''I'rogr�m vu�rrarity ta customers world�nride. The www.00mir�g.00mi�� uvarranty that can be extended via Pr�dsion Canb�c�ng Services as�uras instal�tian owners that their flber opti�cabing solu#ion, bu�t fi�am hgh quaNty Caming Cable Sysbems pnnducts, provides the op�lcal transmissi�n bandwidth sqecified by ANSIITIAIEIA�68 wer an extende�4 pe�iod of time. Speafically,system and product performance is oavered thro�ugh Caning Cable Systems' Extended Product Warranty. Ca�u�ered Comng Ca�le Systems (_1 Pr+alucts ir�clude flber optic c�ble,ir�eroonnec�on and splbe hardware, �-- J mechanical sp�ang produc�s atxf fbeld-insfallable connec�rs 1ha�a� manutadur+�d by Caming Cable Sy�e�rits and Ilsteal fn Carning Ca�ble Systems' mas#curr+ent LANscape Soa,tions F�er-Qptic Prad ucts Catalog or any official supplement of the cata6ag naleased by Caming Cable 5ys�rt�s. As p�rt of ihe LANscape�Netw�ork af Preferr�d�ns#aMer program requireme�nts.members must rautinely�sh their training. Pr+ecision Contrading Services has dane 90 oonsisbently. Triey have also cansistenty install�d Coming�olu#ion projects totaling muldple millions year�y�sar, If you hav�any queslrons re�arding the LAN�caps Sdutions F�clended Warranty Program ur the Exten�d Warrairiy ava�a�le through Precision Con�g Services, Inc.,pl�se eall 1-80Q-743-2871,extensfan fi950, Yvurs in servlce, ���� Regina McCaughan Pr�gram Manager Network of Piveferred Installers $2$-9p1-$�►50 � } m�oe canni�p ca61e 9ye4ems, M dgM�iesorred.Pubi�d tn tlr uSA. euvF�aosB�l,�y zODe �� � �r F�Orid[t Depal�mertt`Of Txu�n.s'�►u�'1Rtl'o�t ���' 645 Suv�tnmoee Stceat �iPO�NY'�pkABAD.P.& �Ov�s�to�e TallaYa�sae,Fx. 3Z394-Q4S0 �C�'rA� �ebr�arY i4, 2013 . _. , _ .. , ',•'._.. �.�i._ '°�;`�, �;_-- � f; . l;.: < �c�sro� cv�r�,�� sE�v�css, uac. � ' �Y�� � � ��!�� �r. 15934 C�tJILD CT � ,. �� �7aFIT�kt F'T. 33478 . .- M .�._.._ RE: CERrIFICAT� bF QUALIFICATI4fi i)eaY Sir/Mad,am: The Department of Transportatfan i�as qualiffed your cwo�any for the type af work indieated below, nn],sse y�ottr company is notified othsrwi�e� thia Certificate af Qualiffaation will expire 3�30/2�24. Hawevar, the n�w app�i,cat�on is due 1 31 Z014. In aaco�dan� +►ith 8.337.1d (17 P.B. yorctr Aext appliasCiaa �t be !i],vd 7n.#hir f`-'� �4� aou�� o! th� a�din� d�tb* of ttw appli�a►t's audit�d �� �inana;�� 't _ stut+ea�ai� a�d, a,� a�p�lia�blf, t� audl.4�d iatso�i� i'i��enc�f�l stiat.��ta. Sectinn 337.14 (4y £.S, Aravides that your ce.�tificate aill, be va��d �or 18 anonths after your f�.nancial statement date, This qives a tsro �onth pezioc� to aillow yrau ta bid on joba as we proc�eaa your new applicati� for�vaZificatlon. Ta Feapatn qualifiad witb the Departme�xxt, a new application �nu.st be sut�moitted subsequent to any siqnificant change �a t.he �ina��cial ppsition or the a�tructur� of your firm as described in Sectioa� Y4-22.�05(3}, �'losida A�miniatrativs Code, Yonr ��s aa�ei� cap�ei�y rwtioq has �1� es#abZie�ad b�sid am g �1�it�d �Gwi�rod lina�ci.�1 st.al��tts. To accea� it, please log Lnto the Coatractor Prec�ualifica►tioa A�piica�iaaq Syatem via the fO�l�sving lipk: htt s:/ www3.dqt.state.f�.us ContractorPre alification/ Once ].ogged i�c, sei�c� "Vie�r* fax the most recently approved app��caticn, and tihen click the 'Manage" and "Appilcatiou Su�nmary" taba. b�0! 11P�if0�V�D M0�![ Ci+A8�P8: CO�UTERIZBD TRAF'�'TC OaN'lRdF., Ibl'�'�I,LIt'aENT ?RAl�BPQRTATION $YSTFMS, 1t0ADf�4,Y SIGNING, TRAF'FIC 3�Gi'�iL ��l0�' �PPiU01V�D 8'FBCT]ILI'!Y Q,�1S�8 0�" liCi�: � . � WwW.d,U�t.S�te.f2.t)S �r} P�cisio� cor��cr��re sE�v�cc�s, rNc. �eb���r �a, 2�13 �age two You may apply, in ►�ritiinq, �or a �tevfsed Gert.iffaate o£ Qualification at any time prior to the expiration date of thia certifica�e according tv Section 19-22.1�091{3}, F�qrida Adra.i.nistrative Cade. Please be adviged if certiffcatian in additional c�assas of Kork i9 desired, doaumentation is naadeci to sP�ow that your a�ompaay has done $uah arork with your awn fp�ces and eqnipm�nt ox that experience was gained with anather contractor and that yvu have the necessary equipment for each additional class of woxk requeatecf. Sincerely, � • �� 3uanita Hiaore, t+�anaqer Contracts Administration Office �re�;�j �' � �'��—=) � PREQ510N CONI1tACTIAlG SEKVTCES INC. 1 `� 7 Peecision Pf1�ar �.�� OpKe S strm9 � i � STT�+iMMARY O�F MANAGEMENT� STAFF EXPERYENGE s ra r xrPasmox�xpERr�n rcF CI.tYDYS BOYD, Pnshi�e�rrt,R�CDD A giraduabe af ihe Ur�iversity of Alaska and o�mer of PCS, Ma. Boyd has av�er t#�irty-one�31) years of csonst�ucticm experie�oe in Florida and Alaska inclusiv�e of pei�onnel and equipment managernerrt,or�site ao�tn,x�ion maragement, artd cantract ne�gotiafiiar3s. Ms. Boyd directs all qi PCS's admi�istrativeloperffiing activi�ies a�nd halds �Iber Qpt1c cer�flca�6lons irom Cvrning,MIA-Com and 3AA. Ms.Boyad is a member in good st�r►ding of BICSI,I AASA, Florida Assaaation of��cal Cant�a�cbors and Internatoonal Associabion of Elec�rical Insp�ecbors. Ms.Boyd ho�ds an Alabarna Certified ECecfr�cal Contractor Licer�se#1331,Florida� ES0000245,Florida Alarrn System Corrtractor II License�EG1300a23fl,Geo���LT'304933,New Meadco�86863& 1Q0401,Arizona#ROC17r829,North Carolina�F 23863-SR-LV,Tennessee�00t�127?9,V'i�ginia�2705 0�47493A,�Owa Coniracbor's License #�C106536 ar►d BaRimore Cpurrty Marylatid Lavu Voltage Alarms and Signal Sys�ems Lfeens�RF9346, and holds a Buiding Induatry Consui�ing Servioe I��tipnal Regis#ered Commun6ea�fons Qistnbudon Designer aertificate. Ms. Bayd is responsi6le for all facets af PCS's actfvities�naluding sa�es,oparations and administrative managemerYt. sa1�i�.BOY�a,se�cary A graduaEe of the Univarsity pf SouiFt Fporida a�d m�jority owner af PCS, Mrs. Bayd has over fiffieen (15} years of educa�on and administradan e�erienoe. Mrs. Boyd directs PCS's it�vdvement in Conbract�t and A�minisi�ti�ne aspects including acceunting,banking, budgeting ar�d stafflng. l � .. BRUCER BOYD,Wrec[+rnr,R+COD A gr�d�te of the Unirrersity of Sou�h Florida in 1983,Mr. Boyd is the fflrmsr Cantraller af Dycom Industries and fonner P�sictent o�Signal Construction Co.,Division af Dycorn tndustries,a$160Pu1lyear Fiber Optic Desig�-�onstructibn firrn Mr.Bayd is a tormer minority awner af Predsion SaRware and is a cumentdirec�oraf P�cisbn Co�cradir�g Servioes,lnc. and Presit�nt of 88B Consuldn�g Gr+oup,a fiber aptic netwrork design iirrn. . Mr.8oyd has Fiber Op�ic trafn�r�frorn AT&T,Cornirig,Nor#�el,Irrtelect, Fiber Op�tions,��s vai�y,Ir�terna�onal Fiber Systiems, M!A-Gam and Krane. Mr. Boyd pa�ssed ikte Florida CPA examir}ation in '1987 and hoeds a Buildi�g Induslry Co�sul6ng Service Internatiorial Registered Communtcadon Dis�ribution Designer oertif'ocate. Mr.Boyd is responsf��e rtor PCS's dient liaison, project valuation estimating,fib�er opac n�iw�ork designs and project management activi�ies. .TIMrr�EATo1v,A�1ar�ag�elnenr a Es�t�amatmgr Mr.Heabon assists in ihe daily�atlng and a�dministrathre managemem aperat6ons of PCS.Mr.Hea�on brings ov�ar 35 years aF D4T constr�uction rnanagement experience bo PCS �rn, Mr. Heabo�t is the former Pr�cipal in Aadvar:oe Barricades,Coastlfne�okings 8►Jadoo Signing prior to its safe ta United Renbls in 1888. Mr.Heliton was the S�USA District AAanager for lln iEed Rer�ls unU'I Eeaving ho j�in PCS in 2005. AAr.Heaton part�cEpates in Est�'naUng activitias and Adminiatrati�re M�nagement in support of PCS P�sident ROBERT SAN�'ORD,Accar�nr se�,vtce Rayo�nese,:ta�lve��sd,natlr�g Mr. Sanford prori+des outside sales� service, estimating, and support iurtctions for PCS customers ar�d busfness s�ssociates. [IAr. Sanford�s a graduabe of Oh6o University and has over lwenty-0ne(21�years of sales and estimadng experienoe in the Fbri�a ro�d canstructlpn industry. �UELLEN.�IERSER7', Tr�asur+ar . Ms.Herbert assists all upper man�ernent i[t the d��ily PCS financial,astimating and engineering actnritie�.Ms,Herbert , _� has bee�with PCS sinoe 20D5 and atbended ihe University of AAassachusetts in Enginaering.Previously,she performed �- simil�acGvitias f+ar AAeianer dectdc for 4 years. DEBJBIE DEISLEY. Controllieer aAs. Deisley manages aA account�ng furtctions far PCS fnclutling�ayroll, payables, receivable, bfi�ng, budge#ing and ,—. finaneial repor�ng. Ms_ De�ey h�s been wikh PCS s�nce 2012,attended Miller�ville Callege&Penn State Uni++�r�sity. ;. � PreviousPy,she had perfarmed s�miNar activit�es fo�aonstruction firms in Pennsyivania f+or 7 of her 20 y�rs of acoour�ttng � exper[�ence be�ore relocatting ta Florida in 2U12. MIC�ELE B,�t(�O%FR,Operatians.P�rrchasfng,8 DesJgn Mrs. B�ooker has aver�ifbeen(15)years of aonstruction opew�tions experien�ce. M rs.Br+ooker is responsibfe for FCS's project start-up and cEose-o�t su�mittal requi�met�ts, CAQD design, network as built diagrafns, pu�hasing a�nd fiber optic test reporking a�cdvitl�. Mrs. Braoker has r+eoeived irs�ing and caer�ifacations frorn An�itsu, Bentley F"�er Gesign, Bentley Inside Plant, EXfp and is oertified by tt�e Schod Boatd of Fatm Beach Co�nty in AutoCADD. �RANDONBUYD,AdCmi�lstra�Fan b Oper�tlor�s Mf.Boyd has w�orked for PCS while 2itbending the Ur�i�ersily af Central Florfda.He rec�eived his 8achelor of Scisnce in ZQ13 in Entrepreneurship and al�o holds a CerGif'�ed Fibe�Optic Technician oerU�ion from UCF.He has i'ive{5)years of OSP installat�on and term�na�on(experience_ pArs. Boyd is inva�ved in all project a�thriGes lrom prelimi�ary design, estimabng,submitM�ls, purchasiag,scheduling, fnsl�llation,termination,tes�gfcertif'�catlon, nei+nrark deplaymerrt and clie�t r�lations. �!A?7'DAYI,S, Directoro�S�le�dL�4fa�het+ng Mr. Davis provides saEes and rr�arke�ting for PCS cusbamers and�rendors. Mr. Davis has over 34 yea�s o�sales and management experience in the c:onstruc4on industry. �ta��ER,ir aa�,M��c,sca rv�x�,�� Mr. Nager has aver tw+enty(10}years a�s an AAIS profa�sior�l.Mr.Nager directs PCS intemal IT sys#ems and perforrns dient ssrvives throughout Florida and the Ca�ibbean supporbing CISCO services. Mr. Magef holds extenshre i�dustry t�erdficefions including Cisca C�'fified Int�rn�luwork Expert (CCI�}, Certified Academy lnstruator (CCAf), Certiffe�d Irtfbrmatfon Sysdem Securi�ty Professional{CISSP),I�ormation Securiiy Audf�or(C ISA}�s uuell as the Certified Na�worlc �'-'1 Engineer tCCN�. Addi�onally he holds�everai Microsaft certifications IVACSE,MCSA, MCT,CompTIA A+and App[e ._�� aAAC OS X Atlrninistrabor. Mr. Nager is proifaent in Cisva, Brocacie (Fa�ndry}, and Juniper�.ayer 3 routing and all rnanufacturers of LayeE 2 swi6ching devices�nclusi�►e af ipv6. JANEElYBARTOIY W,�E,Netw�ork Enginee,r-Sauthw+ea�Ftor,ida Ms.Bar�on has over ivrer�iy{20)years as an MiS prafsss�onal.Ms.Bartan provfdes PGS w�h support a�the West Caast A�s.�arton�as directed mar�y distributed l.,�y�er 3 netwurks far PCS dients for design transport�olutions b fit their needs, includirog Lee,Charl�ibe�Collier,St Lt�de,Mattin,Pasco,Indian Riverand Dwai Countie�;as we�as Charlesbon,9Q and Marieita GA.Ms.�3arbn is�s CISCO CCNE and is proifcient in Cisco, Brocade(Foundry),and Junfper Layer 3 ro�ting and aR manufactur�ers of l.ay�er 2 switching devices inclusive of ipv6. .�7JAN DRD,F'i6er'Trallc�"�CADD D�+S1gt� M r.Oro has orrer sixt,�en(16}years af GIS and CADD experienoe. Mr.Oro ia responsible for PC5's GApD design and rroeiv►rork as built act�vities in F�berT�cTM. Mr. Or� has experfenoe draf�ing projects $uch as 7c�pvgw�hbc Survey5, Boundary Su�reys, Roadway As Buifts and Condomin#um Canvers6on Pro��cts in both the pub5c and pri�te secbor. �RrA1v calv�vF�.Y, �rr,�TM canr��, F"� Mr. Connelly has over three{3)yerars pF GIS and CADD exper�enc�. Mr. Gonnef#y fs r+esponsible for PCS's GADD in FiberTrak'"'including buf naE lim�tec4 to data enhy and analysis r�ative to khe productfan of ROW plans,schematics and dal�ba�e models as they pertain ta netwvrk design,build and asset management Mr.Cor�nel�y is also responsibfe for utttityr coardinatlon for oonstruction projects and activiae�inclusi�e af Florida 3unshine and owner locating serv�ces. ROD N�ALLE1�,�berr.�lt�"�at�n ne�r, M�,INallen has cver tw�ty(2Q)years'caombaned experience in avil engineerirrog,�alecornmunications and GISI CADO, M�.Wallen serves as a�eohnician fo�ou�FiberTrakr"Department His role includes daCa entry and analysis relaUve bo the production of RO1N plans, �cheima�cs and databsse models as they pert�in to network design, buikl and asset management. Hia ma�t racent prajects with PCS include network design suppoft f�r Sunrail,aommuter rail in Gen#ral r � Flo�ida ar�d cable restn�cturing for the Wyn�ham t7rlas�do Resort. 1�RMANDO SARMIENT'O,�fb�'Tr�k'"'CADD Desfgri �U1r.Sarmiento has overiwo(2)y�ars oi GIS and eightee�(18)years of CADD experience. Mr.Satm�en�o is responsible �� for pCSs CADD�n FiberTrakTM including bu#n�t Ifmited to data entry and ana�ys�s rela#�ve#o me productior�ai R01N �I�ns,schematic�and databa�e madels as iF'�y pertain fio netvr�rk design, build and asset man�gemen� �IARICMIXON,FlrberTrak*�GADD De�sign �Ar. Mixo�has over iw�o(z)years of GIS and over lwelve t12)�ars of CApp experEence. Mr. M�oon is r�esgons�bie for PC5's CAL}D in FiberTrakTM inc#�dfng but nof limite�to data enay and ana�ysis relaGve#a the productian of RQW plans, schernatics ar�d datakaase rr�od�as they p�rtafn bo nelwark design, bu�d and as�ef management �Vllr. Mixon is also �esponsible far f'�eld data calledian utiliming GPSJGlS technobgy t+o document PCS clienk oommunicadon netwarks. RICHARD�IL3C��;SanreyFn9 �Ulr.Mixon has aver thirty-two(32)y�ars of surv�eying experience and holds a Proi�ssfa�Sunrey�or and Mapper�boense #LS3335. Mr.Mixon par�dpat�es in PCS's sun�ying,GPS bcatfng,and dacument lay�ut for their FiherTrak7""module, P. MICHAEL ZrtRRELLA,FlberTralr*^�CADD Da�s�gn Mr_ Zame�la ha�s rnrer sevenb�en(1� y�ear�s nf surveyfng, GIS ar�d CADD eacperience. Mr.Zarella became a Fbrida Register�ed prvofessional Land Surveyor in 2Q09_ He holds a BS in So�flw�re Engineering from Colorada 7echniral llniv., an AA from Vale�cia CC and an AS in�lectronics�ngineertng frorrE Indian River State Gollege.M�.Zarrel�a p�articipabes in PCS`s CADD desig n and neiworic as built activities in FiberTr�cTM. Prior to PCS,Mr.Zarrella rr�anaged survey tearns and p�vided GAD[}drawirrogs for 4 prominant Florida Surveying firms. MICBAEL CUGS�'E�L, VYce P�dent a�O�arrs Mr.Cogswell has over fi�een(i8)years oi flt�er opqc construction and management exper�ence. Mr_�ogswell dfrects �CS's OSP cons�rucdon as�gnments and fleld operatfor�s�n Georgia, Norlh C2�I'Olina,$OUt�f Carolin�,Tenne�ee and Virginia. Mr.C�gswell is responsible for aerial a�nd undergraund cabfe installadons,splicing,�esting,documeni�ion and cf�ent liaison. Mr.C.ogswaell has receive�d training and certifications frorn Anixt�,Anritsu,BICSI!TS T�chn6aan,Coming ,.-y� Cabia Systerns,ETA,EXFO,.Fayetbeville Technical College,�iber Optic Associstian,I PASA,Loronioc,apbeleoom,06h1A, (. Pone's Safety, Sympfnony,TPAAA a�nd Verint. MA�g T'HELS'S, Vl�ce Presfd�tlt of()pe+'affOns Mr, Theiss has over th�►ty-nine(+44)years of�ieEd and project management experience. Mr.Theiss direc,�s PCS's OSP oonstructian assignmen�s 2u��fie�d aperadans�n Central Flvrida after having spent t+me in management pasiuons witt: Par Electr6c {Service Dh►isfon Manager}, Florida Indusbrial flectnc {Transportatfan Qivision Asst AAgr) and Susie Strucbures,vP&m�nority pwner, DONALD HA iY�I1VS, Yice Pras,id�ent of Engfneer�ng Mr. Hawk�ns�ed PCS as the ar�ea manager of our Tr�sure Coast/St Lude ofr6oe af�er a 27 year c�reer at a public u�lily as ch�ef adminisbabor of a Couniy-wide$15M fiber�ptic network wKh design,opera�lan,englneering and ca�rtract admini�stratian�ons�ili�es.NEr.Hawkins was fhe assistant direc0or of the City's efectric u�il'rty wilh an annual budget h exoess of$170M.He has a BI�S degree irom Barry Unnrersity in buslness adrnini�tratian,an AA degree in electronics from Endian Riv�C.omrnunity College,and I�olds a S'tabe o#�forida Elecbrical Contrac6ors Lioertise�EC1300409�an�is a Regisbered Cromrn�nications Distribution Cfesigner(RCOD}. LYNNBAYLES,Ar+e�a Mar�ager,South HoNGIa 8 Furchashhrg Mrs.Bayles h�over eleve�t 11 y years of car�struc�or�operationsJpur+�hasin�experienoe. allrs.Bayles is rsaspc��ible#or PCS's So�th Florida dally projeCt scheduling,equipmerit and estimatir�g aperat�ons.A+lrs.Bayies has r�eoei+�ed training and aer#ificatfons from Amerio� Red Cross, BICSI, Caming Cable Syst�ms, CSC, EXFQ, Na�onal Sa(+e€y Counat, QSHA and TPMA � ALLEN RA 1.�.�1 RD,Are�Sr�per�nt�denE—Ceritral Florlda Mr. 8allard has over ten (10) years a# field eocperience. Mr. Ballard directs and assists PCS's O�SP aonstnaction �ssignmer�fs and field oper�tions in Ce�rtral Florida. Mr. Ballard has resxi�ived training and t�rlificates from Ar►ioctvr, ATSSA, Carning Cable Systerns,CSC, 4SHA,Sharps,Signam�x and TPMA, '' -- � HARLEY�L4 YNES,Mea S�p�er�tntende,nt—Southr�re�st FMrida I4�r. Haynes i�as over fiv+e{5}years of fleld exper'oe�ce. Mr. H�ybeS di�ects and assists PCS tfa�y OSP oonstnxtian assignments and fieDd operatkxis In Southwest Flor6da. PAr.Haynes has reoeiwed twainfng and ceRiflc�s from Aniater, Corning Cable Systems,CSC,ATSSA, BICSI ITS Installer II, EXF4,OSHA and Signamax JEFFBAY�ES,A�a Sep�erli��nder�t—A�da Oper�aons Mr. Bayrfes has over slxbeea� (18)ye�ars of construction experfe�toe, PAr. B�yies manages daily insta�lation craws and ^� direct�project operations in South Floride. M r.Bayles has receFued trafning and cerdflc2��lons from Artte�ican Red Cro�s, ATSS�A, BICSI,ComTrain LLC,Corning Gal�e Systems;IMSA, Nationa�Sa�ty Council, �SHA,Sharps and TPMA. ROSE�IARY FABIAN,Admlrilstrattwe As�ant--Ce�rtrx�!Flur�l� Mrs. Fabian assists in the daily operatbns of PCS, She supports the management si�ff�nd fbeld �ersonnel�n fest repartfng, m�teriel procurremer�t,pnoject docum�on&related administrati+re activities. LAURA FIJf�Adrriln�Assisfant—S�auth Flor�fda lulr's- FEx 2�ssists in the EsfimabnglSales staff w�th praject estima4ng procur+ement, bid dxument�kion &p�par�t6on, technical writing and relatad adrnir�istrative activiU�s. i:-.} ) I�ber Optic Splice�Electr�ou�s Technic.i�na �� Greg C,�au+Ehel,FL FO Terh-Has reaeived training and oertifi'�cations from the foilowing: American Red Cross, Ani�er, ATSSA, BICSI ITS Technic'ran, Caming Cable Sys�ema, EXFO, IFS, Natiort�al 3afety Coundl, �SHA and Signamax, Ruggedvom, Bo�ch,Milesbone Soflwar+e Tho�rras D�tet�ott,FL� FU Ter)k-Has received training and oertifk�tlons from the followmg:AnixEer,ATSSA,BICSI ITS Technician,Coming Cable Systems,CSC, EXFO, Fiber Optic Association,IMSA,OSHA,Sharps and Verinf David Facey,FL FO Teck-Has reoeived training and certifications irom t�e f�llowing:Arnerican Red Cr+o�,BICSI IT$Installer U,ETA,EXFO,IFS,Leviton,The Light Brigade,MfEesbor�e,Natfortal Saiety Counal,OSHA,Ruggedoom and Signamax, Bosch, MNesbone So1lware Roba�tMask,FL FD TecJe-Has received traming and certifocations frorn the folbwing:Anbcter,ATSSr�BICSI ITS Technici�n,CSC, EXFO,OSHA,Signamax and Valoom, EXFO Vl�dimu Pa�tov,FL FO Teeilee-Has reoeived tr'�in�ng and certffk�.tlons fram the foMowing:Amarican Red Cross, Anix�r, BICSI Technician, Ruggedcom, Bosch,Cvming Cab6e Systems, EXFQ, OVational Safety Cflunca,QSHA and Signamax Maria�tno Fau[3�ro,FL FD Tech-Has reoeived tralning and certkf�Cablons tram the iollowing:Ainerccan Re�d Cross, Coming Cable Syst$ms,�XFp,Plation�l Sa�ty Cvuncil,OSHA, Ruggedoo�m ar�d Signamax Lu�s P[Ue,FL FO Tech-Was r+eoelverf b�ing and oertff6cattons from the f+ollowi�g:American Rea�Cross,Coming Cable Systerns, �p, National Safeiy Council,OSHA,Ruggedoom ar�Signamax Etto�c R�vera,FL F4 Tech-H�s received iraining and oertif'x�itiens from the follovving:Miocter, ATSSA, Coming Cable Sygterns, ETA, EXFO, Fiber Optic Associatfon, FiberOpdc.00m, OSHA and Slgnamax EderRiverQ,FL F�p T�ch-F�as reoeived trairting and oertifications fram the fidlowing:AnixEer,ATSSA,Comirq Cable Sysbems, ETA, IXFO,Fiber Optic Associabion,FiberOpdaoom,OSHA and 3ign�rnax .losr�e River�F.�F4 Tech-Has received training and certifications frorrt the fahowing:Amerf�m Red C►oss,ATSSA, EXFO a�d OSHA Jack Well�nan, FL FO Tecb- Mas recehred tralning and oertff[cadons irom ihe fiol�wi�g:American Red Cross, �-=l ATSSA, EXFO ar�d Q$HA ,_, 1 DuvJd Ca�u�onas,FL FO T'ec1&,Network IategraMr-Has received training and certifications frorn ihe follouuing: auggedcom, Bosch,ComTrain LLC,Coming Cable Systems, EXFQ, lulile�tone and QSHA S�even T'rvisy NCFp Tech-Has�oeived training and oe�tif'�cations fram ihe folbwing:EI'A,FlberQpt�oom,06HA and Pone's Saf$iy Page . � �Mht� � ` � � � � � � 1� - -�� 1.- � i � .. _ --i _ . - ! _ ii= � � � :t'����yjti _ 'f.i a� i�"_f -_ _�7�r �:n{ �,� t�::�a - $ �' �v�t���? � ' �,�,�,r� ����sr,. ..A� �._� �-�'—���; � .�-t -i' �'�r. �� .�,. � �'�, , } _:,�, {s y��ti�•;�����'�'� �'"?��l�� ���.�'�,� .� `�� $# ��:�.3���-�� '��i�4,�'�- r ,�����`-s 'y' -c-1�� . '(�; � , � . u. . .. ...... ..�. . - � � �' `��y��. .,. ,,T,Y,,., r., ... �.. T..f,......,..t..�. f-r;.f�t� -a?'N_ w.��, !T?f.!'-} }'}..,.{.!,T .� T.^d`T•T: :,}` '.d','T.'T-•'T.T 'T-TtT.t..T...T,'T.'T; .�..��........ ��rr��rr�. r• I :�:�.•�3 _ �1 I ..l.;i I 11 i i � : i � � � � ,:t:K� •7 � , iA.�a� _ � I 'll � � K,�� �1��' 'f- :��R � r r � f _�.. � �:� � �hl t � � � �����, � '��' •� �r F�' ;-�, � t-� �. � . � �� � : � 1. � »; � , . ��- �_�� �f�� ��� ,�:� � i ; � � i i ,,� h :,i�� r '<� +�. � , _ �;� �;� ' �� � � . . . � ` � . . • i �� �,� 'i ' ,..�s�-:�, � "� n;i'L'a-�: - �' �� _, .['�,;;r. - i�,�N3� - �c„��Y�'� - I - t � - - a�. � 1 � � 7 • 1 � - - ��� / i' ' � ' R '� .C'J. �� -.�.'. I - � �:�4�-4�f �-�„ .�1�* ' � � 'j8 �,r ����i � i ` t- w, '` ? �� � � I Lr �. - ii �' - �I�' � �� ��N�-� � 'Y � �F,� �.? "h���' - � ` �- � l .t ,�L I'�.- 4�st."�� " .i ' rc,�'���,�,, -� � } +it.twt^ _ il i '��,:� �-���I �� :t���. _��- �':� , i. =Vf( � � , :, �` ,.;t4 ,j'��, � , �'; ' � �.� � �� : �T � ia � } �• �f��4 ' 1:. - . � - - 1 � s,f t���iEarp �Lt: - � .: r�r:�� ,Y�t� � - - _- ii4�i},1�'C,-,�-7 z.:. -�V ':�. ' _�I i - . ,.�1--rti:�j ., - ry �Y .:l 1 ..�,::1 l� f �. ..:. ...c.. l :11 1�� . . �.l J�:. l.:�iee.. a� �.: 1 � :�:. . ..�i... 1....:. .. .1.:..." i -;�-���M k'���,. � L - .- �. _ ' � � �' -, 'n��A ,�.t-� ' �j ,.. ,+Z:.�k�". r � ��- Ti'�t � :':r�-oa.'C � ,+�, x�.��tr . ..' t : .} . � ' {� .�. j {��. '�t'� i � L.i '�', { :�I-= ` ♦�+x.�( � �.1� r �-4. _ `k�,+' �� �. � `l` .r�� �-�+._.i �� .?,'.� ��z ��5.:' �Lr - - .a 4 '�:`� � �'�.il:��� 7t ` �E � �' `- �i - `�" I;- � `-� . r '' a c I '�jJ].r ��{tx��5'�F-'r. �� � '' ��.�:��'�S I �'Cf � ��C� � ���: '�t`�7,.�'��*�'�._ _���t �:l�� ����177�� T ��k....�'!�� �5���-4I � � y�r, � i ��� • ���-��- �r1�J'�"'� F �S"��� 1 i ��1 ti - . . _ . -._ _ - - ` _.l _ - __.-. � _: _. t - �t _ `_ � 'i' �i i �r . � . _� ' .. _ 1 } �' . 'i r 4� ( t ^ `�---� . . . . . . . . � i ' i -' The pmfessianal designation o� � REC�STERED�C�M�ulUNICd�Tl��S�15T�tI�L�1'iOPI DESlGNER _ �._ . _ Is award�d to �I17��I ���IC� by BICSI�in recognition of ha�ing successfulIy coxnpleted B�C.SI's registz�atian and����*+;�+ation requ3rerr�ents. „�;��,^,� .��,��� _y<�.t.:., �,: ,, ���������ol,�` •�� ', � s-�: �� '�,�, ° . ; , � _ _ ..,�� ..:.9� � ; , g . :i a�a � . '. ,t3'- ��� z ' 1Z1311�010 a�ae�4e�csi ; ��..�����. cn � ; � .. �`. • . � '. °:fl$,. :.s�� � �, � j, E?'pt"'t �� ;-;a� w;.;i'`�:"' :t :�r� � _5 E�oecutiu�Oiracta�,BIC51 �� '� •} � �:; 1�f3112�13 :�i� �:��;:�::. �i��:, ; ���.�'�a :t 1 � '.` �:���: � - u�- , , � � J.�r1 .�`1. ``,� [Kf! �ypiMl-4t �IIN�'L�1vtLWY1�F,.1 vbm�.t�l;�y�1�`--� � 1 �'��+ip,� � M, .J .�lan 1 ` � . '� ._:'r � -._ �L�.S��R.a.�rS�n3���L61.d3'AYI.�1475�'2�SQ������`�G+�PffiSS I _ _ _ � tr -. _ ' ,i4����rw� I t;�� �� . _. . . y. . i..f� M ��� { L; >��p la�., � _ ` `���`��.y� ��'T {Y4 ; �� f�,��y_ �t 7�i� - - � .�� �,=f q*�,�• ' i �� �, ��. ti .�: � �.-�i �, . . -x � - ,;�'`-�, '� �'- � � , �.��7�. �',.IE� ����.1 �:��I �..� �r �, ���, '�t�iJZ}'�� �ys �.�� �� .L`:"� ��t.,�; `l�... "4'S' �` �,;�-. ;ji '-� �t rSi��`�)': '�� -�tf ''�by. a f i r�j. ��Y�.f . 1-S .4�j'' .��t p �{.� �j, "�7a�3-�. 7 .t- G - � •�� �•.M,� (�,•, � �a/� �r .r, r .i.. .T. rr. .T... . rr�r-r., .r r• f,. r ._�..r r .T.T�- ..f... T ���ti��: i.j.-^'1-�- I ;�zy���° '. ' ,��' r .t• � _ �J � i i � � � � : i � _ :`;. , f �,+� - Q l.. '� N�!'`� ��,: � �� , � � ' ,.� .� �.y;�.,�h',. � � .ir!� �i�. �S y�'' ' � � i '''i';,,� �'� � � - ,, , i ,�� � ; ' 1 �1 1 i I �l: 1 1 11� ` 1 ' ;, . , +�"�'� - ,��!�� rtihe.', - i �.r. : I 1 : 1 ' 1 1 ,r�!�`;�d' � ..�;' 3� '?' i r'e�i�'�'` - �u,iLf��.� - �'�"` '+� ,'� � � i�� � � �-. j � , a .. , Y �I�i� �, ���,!�. _ II ;; ;+g°!ly"i^. ;' � : � � ;� I�- ��'���� i : •i�� r� � � .r � ti • . .. ! S�. � '���� -_� � 1'af- � �� ^ � _ � . I . • � � � � •� .�, �a�, �"a�Ila�����l�i;�`" � � ,��:�. �r���' , ; { c . � ;-. � � - .��I _ �� � ���<� E ��`��.~ �.•�¢.= J c-t ��I i � � : .a4'rti.' 1 �` �t' `r i " ��- �` ���� �� �� rik'��� ` � `� ;.,' 1r �%_ R "�kw:�.i., � �!Ry,��* ' • i .'i�r��... `,._ L� ,\.��' i J[�, ' _ �� 1�� � ����y 'C,� , r fl _ �T�� ; �3 h� Sd7fl�s��, t •� , �� �� �'�: "�4,� ,�. � � ;r : • � •F I - +.��7 f vv �I r �r�� 4: .1....:. 1 1 1 .. 1 l a�a ��.1:.:. 1 1 lil �li�:l:l' l p� lil�:a�� -i ai���l�l�l� �l 1 ' 1 •. �1.��:i 1 1 ..ul.l ��te�i � ���u�u�u�i.�.. �•l�: p<�t ��. 4 • +�4 t1�F K���r x� rt�Fl� � f i='.t ��y ' � , i� ,�.': � rr:f1'�� , �4'•,i,� � it'= ( ; � � {�x it� 1.. .,;� j:,� � � .t '3`� � -�'�� -. r i �.� 1 �� �'=-�' '� . -i�: Z�:� -�`-4 E 3._'�s �3'I. .,. �'��r.I��i I-�y�,e �t��G� -.yr'r' Q,:.t-�.�'�.-���ht� �T,T'".��. _�Y ��l'�..�. "�TMi�} , �y - �..�,�r.'"C-K�_.., `�+�,1 11+�'� ��.�� ��``� - itll �--_j'j,hr�s 4C'1:�;.:-''�, . _ . . '� � . = - . _ -_ - _ � ,. � .. �.,�` ���.� ��,"s?�`�' � , '� , � , , � , . ' , �` , , , — � ,� ��; ��� 4a .. � � � ��I�� � a f a et o � r��� l . � �o�2 - �o�3 P�e�l� �o�a� Se�wias #� ��,. ' Is a Membeir of t�te National Safi�ty Council � ; _ . � � � . � . . , � Pr�1IN� , r I�� � � . . . . : . �� � . . . . � � � . � . :� � � . . . . . J�r�et�r+�e�dier � . - . : : . : � �f&c�o � � :. � . . � . . .[+�tion�i�c�o�uc�d�� � . The�1$tional Safs,ty Co�ncil saves Ijves by p�ventfng ln�urie�and d�athy at wvrk. . �• •�. . (�.horrles arid oqmm�nitpee and an tfie rp�da througl'i leadership,rQsearcfi.educatlo�and sifvoc.acy. � . � . me�rnb�r�get more.� ++7D1�kali��A16�UUWrCcwiCi �Efi�� ' . . . �� . - • . -- - � -- - � _ _ _ --- . . -- a��� �s�.s cooNnauEot Grag Churchel is a fiber aptic techniaan for RCS. . 61CSI—tT'S 7echnician • ATSSA—Achranced Work Zone AAqT Certlflcatfon P RIEN� • IFS—CeriifiedEthernetAdministratar Fiber Optic 7ransmisslon System D�esign Prackion Cor�tractlr�g Servit�es„!nt.—JupFber,FL . National Safety Caunai- Eiber O��tte Technkian-2006 to Preseftt Forklift�erator Certification Responsible for aerial and undergound cable inst�llation, . �amax—CertNied Fiber Op�tic Installer CAT3-6 terminatlons,FD cable Fus�on splidt►g,Fa opticai � ���aTDR Adya nced Testing time doma�n reflect�ameber(�TDRj testing,light source and power rnNter(LS-PM)testin&CCN Installation,video • Dal�ronics—Vanguard Mairrtenance Training deteCtfon,microwave detectbn,FO Ethernet and • Cprning— constructian as-bufits. Since 2006 has been�nwohred with Fiber to the House the completion of aver 450 Qonstruction projects,�s well�s Hands On Yesting far Fiber Optk Networks orrer 230 curret�t on-going oonstruction project5. Hands On Compre#�ensive Installations Curtem Install Course for Cbnnect/`fest MM/SM B1's Whaiesale Club See the L�ht—Terminatian Technalogy .��Senior AsststaM ilAana�er—199fi to 200�6 See the Li�ht—Optfca)Splking ���- � Chatsworth Products—Best Practite.s in Data Cerrter �DUCAtlON • N-TRON—Alliance Partner Trdini�g Wellingtan High School--Weilingwn,Fl, � Panduit—10 Gig Design Semi�ar • Milestone—XPrctect Ernerprise 6.5 � xProtect Corporate Z.o XPrateet Analytics 2.0 • American Red Cross—CPR&First Aid � Anixter— • Safety Links,It�c—Corifir�ed Spaee Certification I�egrated Physical Security Seminar � �SHA—Cons#ructbn Safety&Health Migrati�g to I P:Plan for Right Tech nolo�es '} . �� � � � ` ' Precision Conta�aeting Services, Inc. . . � � . • ' � • • . - - . _ — - --- __ , �:�:�.--�---_— -- --- 31u�u�ica�roNs � Jeff Bayles has ov�er sixteen yearS of oor�struction • lupi#er High School—lupiter,ftcr�ia(_7:963) experience. Jeff manages daily installation crews and . North Techttic�l College(1994� tiirects project opera�ions in sauth Flarida. PROFESSIONAL RIENCE CREDENTIALS �eclsian cona•a�trr�servioes,rnc.—1upi�er,FL Ameriea n ii�d�ross—CRR,�rst Aid&AED Q�'�ratlans-1993#a Preser�t ATSSA—Fiorida ArJvanr,�c!MOT Certitication BIC51—Teleoom Project fVlana r Responsible fQr supervision o#�ns#allaaan rxews, � instaNatian of aeri�l and undergr+�und ca�ble installatlan, S'ite Survay 8e FWe�fia Selec�io�n canstrt�cdon plan reviews,consbruction plan as-built COm T������—��r Climbing Safety&Rescue � drawirt�s. Com�ng tab�e Systems—FO Hardware American Crane Training—Aerial Lift Certtficatian Divine Sales�,InG—Sin�er Island,FL National Safety Council—Fork�ift Certificatian OSHA—Cflns�rructlon Safety and Mealth te-1993 Sh�rps—Canflned Spate CerCificativn Assisted in sales for locat island gift shap. L__� �B41EC7 F.KPERIEQ�E Indian River County EDACS—FO.Son�#Sy�em FDQT Jaclaonsville—UTCS FQ Syst�em fa0a'f Palm Beach Co«,Ph 1-6,FO UTCS System FDOT I-93 and I�S9S t1S tCTV projett r � �, if • Precision Contracting Se�cea, �nc. ,p__s_aa,s asiia`s� iaSi���ci;._�_a_!:s_p, �,e ,'c�y,. ■e . �- y�. s_�a__Yct�.Yas:rarl's� ci •:n �e � Y'e��e�a'.� a.c d`tr�.six y�_i.aa-�-�isas�.s� �zirl.e.�ai s� i� �i ��aa� nz. y� ^ ,. - : .___ .. : _— _. . __� __.,— - — _�_.. . - : - —__ , __, + �' —_- aRa_sca_ca, 5,2a►r: au•� . ,�j r -.. >.� -�-� -�. - 1 - � � _ - ` . — � --- .— — __� .� � t _- �-� ,, .,,� r _ _ �<- __--�.�_� �_.r- �� _ �� _ - _f _ 4_�-- _� -.�. - � �� �� _ � R } ' �� • `' � ` ; ` �; .,` � ,., / , '=J � ; �,��� � - 6 J ��; :'�_ ` 1 "+ �. I �. /'i�.I i `, . �i � � /t � � M d � ^. 4! ` �Y w' .^ _ _� .Li li�f , y� . _ I► �; ,F�' 'i4Y.__ r' �y � �.. ti,, � � � a � � � J � . �� ' `�� - .^,j :. i. ��, ,r �. ' �•_ � M� i� " ' �l �".� .'i` .'I 'I � �� � ' + a � ( ��I�`- r i r + � � i l,', , � ,q I. � . . I I �I . », I',I � y_ J� ^ '+� r� ` s � �4. ^ , ���.�I � � �' �P... l � � � � � � b � � � ^. M 1 _ ' '„�,•..�I � I � I '' .~�' I ++ �y �y y ' 1 'i= � :r � 1 ^ y' ' '�;�+ � � � � � � a � e � � � ��' I�: .4 I � ` ;`' ., y , .,p i I�..,I I��.''1. R ! L �� �- -w � �1 e f s � � a r � r � � � � � ' � '[ _� i' ' �, � '�' ,� � � � 1 ' tiy , � i^ 4, ,� f , � � ,�.. '+' ��.tiJ �4,�1 f� : �.,� , � � �. ,,' , � - , ; y- � � � � ' � �' -^ z " -� ' � �+s � '!"'� �A� / } .��' - M, e � , -:�-i� r � 4 : y y �, 1 W f' 4 r � �,�� � �I . .. _,_. . ---_.__�._ _-___ _-_ ___ `_' ___'.. — _—' _ _ _ _ ' _ . _ . ' ' _ �._ -_. - .., :—-� �,ti:.'� /� __—_ . — ..._ — — . . _ __' '__- . - __— _ '- . _ ' _— _ -- -- _ _ - -. ' '-- ' - �' L-� -�._._._--_ __-� -_.. ..' . _-_._ _ .� ... __ � - _ _ . __ -- �_ __ __ _- -_ __ ..l' '- .� "� . � ..- . -- _ "-__ . . _' '_ f .y. `- " _ _ _ - _ _ . _ _ _ ' ' v _ _ ` ^. _ . . .r' -."_ ___ "_.__ __-- ' _ _ " " " .. .. �Y. .� . "_..�.. . . . � . � ... ._... � - .. _.. . . _ __ _ -, _ I _ ��Ci�fl�fx�P�q4T[OIS� 7Yb'R R LJ �tLi9C �l,D�1f)ff f�'tA�rF'!'� k�d -[ f]P1!^vSTt94�J7�i �C9f1��/ � �I)( C ! �iL�lA7L� 'd!)t1d..C9.eQ r�Y�RlfSfblFCSSYO�[ �i'b4`4fD�/i�t IS�t-tc r1C dl�l�f�l��' 1 � � i rrr'� . . - . • • � � . . /'1 � '^'^• i 1 . .��.. . . M Ir►��l - O W� I � �• i � : � .: � . ., . . �;. i .;�� '6 �, y ��•'. .�. _ .. 1� t_ �; � � �: � :,� : ' � u� i Thi�. i,� � cer�i�jr fh�� v� A pr�f 9, ��� . . �-1�?1t � �� �` � - � 1�. � has +��lig�n�ty ��af with r�ne� ca.rn�vlef�ed tr�i�rn� �n ��'�l�l,IT R�+Q�.lI�RED � � . ��1���'�� �D� SP,A�� ��k►F'ET� �rt�d ay _ � Ess�r��i�a� �.�fe�� S��uti�r�s, �L� � Sharp�, I�c . . �--�• � � � , � : ��� _ � � � �n ��� ���n��, .;� � �� ; . � ; i ' : • � �"-� � • _ ..... _. . _.._ y: _..� �Alil�Td4� �wt�ssro�uai Exr�tre�uc�fCoNrtnttt�l -T &�wc� eoy11 has pver a8 y�ears ex�eNence working in Corrtmun�catfon Consvuctlan M�nagen�ent ar�d more than fifbeen years af financial managemem in tfie o�nstruction, �����A��''�'�'West Palm 6�ach,FL mergers and aoquisition marlcetplace fpr b�}y Fln�dai Sn�ctalist 1984-1985 gc�emmental and privaba s�ctors. cred�&collecrions oe�rt,Re�ponsible for r��iy biilin�s, rollectlon fram US Afr For+ce Procuremerrt�ioe. B&B Cor�sulting Group,�t�.-Jupfber,FL Florlda S�eel C4rpordtio� pr+esident-1993 to Present ���_1980-1982 Responsfble fdr a!I �zpec.�ts of establ�hmerM, development USF Cooperative Education - Responsibilities induded and man�emer�t of compa�ry spsdalizing in fiber optfc desi�ns. Per#or�u bid a kations� sibe su accounts �ay�able. aQaour�ts reoeivable, ooat accour�tfng, ppl ons rveys, Projeck ��is acoountir�,payrall and special projects, managemen�,sfbe meetings and mair�tains quality�carrtrol. Prads�on Caartrac�ing Svuices,Inc.-Ju�,FL �UCATlON&C�oENT1�us Faundin�Oincibor•1991 ta Present • University of South FtOrida(L9$3� Contract Engineerin�,Sys#ems Qes'�n,Estimating,and • �L Institu�e of Technob&Y t19�83-1484) I�upedfon f�o�-PCS flber optic projec�. l.ead all PiS activitfes . RCDD#0013p9 ;`-� for praject en�ineering,estirrtating,management and sales. • SIECOR,3M,Krane AT&T,Lucent � . �e�veloped award winnir�g fiberTrak Network Desi�nlAsset . CPA(1987') Mar�agemerrt model • AffNiate Institu4e TranS(uortatiqn Eng. • Alpha Tau Orraega Frater�al Organixetion-Member Dyian MdusMes,lnc.-West Palm Beachr FL • Corning CerCl�ied rrainer Con�-1985-1991 � FiberTrak Directo� Subsi�fary acroun�rig and mar`agemerrt reviewy ir�temai • Innovatfon in Cammercfal Design- aeiditin�, carporste finanaal�, tax �tu�ns, lia�son +�th Internatfonal Award Winner 2009&2011 audt�borsr ass�st Vice Presiderrt Treasurer with mergers, SEC Report{8K,1DQ,101C)consolidatians. Signal Construction Ca.,k+c.-lupiber,R. �Ident&DirJSacretsry Tre�er 19�5-19�87 Subsidiary of Uycom Endustries, Inc. Qpetations managemen�, estimating and oor�tract negotiations, persflnnel managqemen�, accounting, purchasing and inwranoe management,OOL&Ef0 fipngs. � � � : '� Prec�isio�. Car��racti�g Seivices, �nc. . � � i ! � (� ` � ` _... .._ . •--. - - . - _»�.. . _ -..,<:.-•- - - PBQFF.�IOHAL EICP�RIENCB�CO�NTIN[ Dl Gndy Boyd, as a graduate af the Univ�rsity of Alaska and �����������erly,Alaska Irrternational awner aF PCS, M5, Boyd has ov�er 38 years of aanstruction experienae in Flonida and Alaska inclu�ive cf persannel and �0����On,fnc. ec�uipment management,and ovrrtract negotiatlons. E�d���inaMr-ig84-19g8 Et�uiement Go�dinator-1379-1981 Ofiioe Manae�r�1979-29�0 Precision Corrtra�bin�Se�rtaes„la�.-lupiter,Ft. Pr�,�,�-199a to Present • Univers�ty of Alask�(1985]BS De�ree itespor�ible far all as�ects o�est�blishment,developmer�t • B�CSI RCD��00�277 a�d mana�ement aF oompany specializing in fiber optic • Alabama Electrical Contracto� desfgn and instaElations. Perfvrm all functions required af • Alabama Ger�eral CQntractor Iii01331 start�up oompar�y,ie�cir�ding pr�epa�ing bid applica�ions, • Arizona Low VoRage Electrical K-67 Contractor submikdng credit reports,applying for bondin�insurance. • Baltimore.Mp Low Vdtage AlarmJSignai Sys. proje�t evaluatfoe�,bidding and pne-bid meetings. Projects • Fl l�ow Voitage Electrical Contfactor indude: Orange/psceolaf Seminole Caunties-Phase f15M�S • FL A6arm Cae�tractor II ProJec,�;;IrxUan Ri�er Co.-Countywide Communkat�on • GA Lcrw Voitage Tel�eoommunkations Carrtractcr System;Palm Beach Ca Inbernational Airport--Set�rity • lawa Cantractor'License ;:_. Improvements;Gafnesvfile Regionaf Airport-Lfghting& • N�����yaltage Electrical Cantractor f� � Security Improvements;Alcx#�u�Cc�.-Fibe�Optic Vofce . Morth Carotina I.ow Volt2�e Eiectrical Contractior tomrttunicat�on 5ystem Design • Tennessee Telecammunlcations Cc�ntrac�or • VA C�ass A Contractor T�lecommunFcations Cor�sultin(�Services,k�c.�-Or��do, + Fiber Certificatlans:Corni ng Cable 5ystems, � SIECOR,3M,AT&T and Maoom �-2Q02 to Presertit • Memberships:IAEI,FAEC,81CSI,IMSA Re�sponsible for all aspects of establishmer3t� specia6zir� in � IMSA-FO l.evel li fibe�optk trafning arr�#neiwork deslgn oonsultant � OSHA WorBcplace Safety • Canfined Space Training-Sharps Si�n�Canstruttiap Ca.,�nc.-Orlar�da,Ft • �lectrical Safety�raini�g-PlFPA Fleet OAana�er-1989-1991 Scheduling equipment in cor►juncoan with pro�ect manager ta meet requireme�t5 of indididusl projects,supervisir�(ield meci�anics, coordinab}ng equipmem far orews, sch�duling repairs and routine mair�tenance. Project� included: orlanao Airport {si�n�el. IC� (s�a�izacfa,), East-west Expressway (sigt�alization}, an� FbOT (North, [errtral a�d West I�orida�. �, ' ,��� � P�reci�ion Contrac�.�ag Services, I�c. ; ) _. � � � . i� � . � � � . _ ---- _ _ ' � �. - ��iA�IQN �Ynn Bayles has rnrer eleven years �f cQnstruction Wyoming Area Fligh School-�ceter,pA(x979j operation/purchasing experience. Lynn is respons�ble for �CS's south Florida dafly proJect schedp�ing, equipment �E� and estimating operatians. American Red Cross-First Aid&CPR � CE 8lCSI-Tefecommunications Project Manager Prechion Contrading Serv�oes,lnc.-Juplber�Fl Nati�nal Safety Council-�arklift pperator Certffication ,��ans���r-1939 to PI'eSe�t OSHA--C�rxstrnctivn Safety and Health Respons�ble for contract revfeyv,pu�rch�si�g of�q C5C-Natio�nal Seminar Series equi pmer�inventory and sbipp�ng and re�ceirring materi8l, �xF�-01'pR Ad�a�d OTDR T�esti�g research anc!aoquisition af plans and specs,handles w�orlc o�ders on current proJecks, Coprdinates all undergrour�d �'ni ng-Road Cable fnstalla�kions o�ts�ruction,obWins permits,pr�oject managerr�errt„ Hands On FOI LAN induding schedufing fleld tedts,equipment,material Hands On Fiber pptic Networks needed f+pr pro)pct deplpyment�nd Corttple#iqn, process See The Light-Fiber Qpt1c Hardware ,`�daf�y field papers and invoices. Attends aIJ progr�ess �. _lmeetii�gs w�th FDOT and Ft Turnpike ITS projects. Schedules all equipment repalrs and roubine mainten�noe. Signal Cor�strtrttion Ca,Inc._Wee�t Ralm Beach,FI. Purchasing- i983-198� Respans�ble far submitking datar, purchasing, irn�ntory, reoeption and estimating. � I ! � �. : Frecis�on Cantractixig Setvices, Inc. . . . ..._. . _..,.A-rY.. .._.__.-...._���._ .... . r .., .L�....i-... .,.,....�u...:a _._ .... , - v.�.. `L-�.� '-- .a ' '�... `< i The profes�iona�designation of ; � � s; F; (� z ; R ' s L . t �egistered Telecarxrmunications Rroject Manager - !x �--��c�....—�---�o�—� �2 �., isawarc�ed ta '� � Je f. f B� les � _ � Y ; t �, by BICSI'e in recognition df havii�g successfully cotnpleted BICST's��egistcatioi�and eac�minatian requireinents� �f�' ' * fa � '��� _; � ��x. s ��� > i�� W <� �,,+��� �'�^,�G �Cha"r,R[5 Canmlltee I1iI� V Expfres r\�Ltl Decernber 3i�z��5 OirecMrofC�ed�roti�tinp ; , , . .,....���-..�..�-_.�._....,�.__, . �.... - - - - --- "".' "' , •` _r, .�.,_.�. .. ..., . _. �..,. ;:;�r .... ...-. .... _. .. ... . ..�'u�T . . _ _ _ _-_- _ - -- _ " _ _ �r'Yr-_:..._.._-.�i__. .. -, i- .. . -�.... ..-. ! r"n ,-'� s - - �yt� � ,� � � 5'P('�,f,'.,� .���d;�:: � -�„�;tt� �i;:'��� �.�b� .ri u,- lr� .:' -,y,� -:�. �tY� �} � .. � �� -y •.:,� � �; �: � 'k-. -t� f ,3� r � `�c' � �S 'r�" "��t' F' �' u'.yXSyp' �7 e'r � �'t}F*`d � +a{ q` .a�;,,'�u f�l�,r �` �crG�a�M R�y ��,�a�' [,�7�y�' �-�..y �}� �,� �r" . � i y`'���� ,/ f„s„'R�� `.. _ _ { � _ � �� . � ����I /�� t r �� �,_r.. ` i:��� ��i . ;k. � l .F�.r� �. �+;r '�Y,i�',.I.�`li+� h�;� , �fi"';, ��'v� . a}a.� ,..� � � �./� ;.i 4" i �.� : ? '� . f 1^�� ` �� � .�b��' a':,. :��if 7r�_ - t ri�� -.r�� r�� f -r�� y 'I �" r'�� '����� � � S� `'. � t� �r� � �r- .�'� ��+-'�;�i ,`���. L;..,,* ,a.. �4 i�_lYt.,. zl � �';r �,°ii iJ ir `i.� ' ,S �" ,`_4 wa' {h .` �^�'. - :'.-4-1 r_�. -_ ` . _ti., f��• ��.I..�I�1 ._ ` '��.J _ � '.i r:- n .'-��` �I� II:�S - I ! �_�:T \ /�1.! } £� � — - - -- -_ __� � r 1' 1 i��'�� � � - �5�,�`. � �_` '".� }-, _ � Y��� ;� � � � � = �: Y u�r` ,' � � = I � ���. ., ,, � ,�.� �t�' �,�t , �.�° I r d � u ,. �, � � , ,��_ ''-�: _�� i � �. � .� � ; ;��>_ ;� ��,F , ' � .� . i I � �! ' ��� ��. �;.•_ ���, rr.._ �r � '� � �t � k, � ^� � � j _ 1 v9{ "7) l. 1 a a c -�.�� ��' t;, x � j; .� : � r. '�S ':i�.E��- �-�,; �'.. w ; .�{�. �F ! �i < �S: f : -''�ie '�. � A � � �k � ' � - ( m �� i � ,{�``� ` =, i� I ro � � �f��� � f����� �-t ,���-. w � � M � ``, �l � �i� q�� . A � i s �� �.-. � V! �s ! e � n � m � ��.� L° .�:i r� `�t�, r � -�„ � ,�- �. s � � �;;. ��' �� ' � {�- �� yr �;� � C� �, �' � �.i;= �P �� ' ,i�.,,���: . �. , � �. -r �-;' , ; ,' �' s:� i. i �::ld. " ' � �� g � � ���� �'; � .� " �' � �, ,��k ��•� - 9�- � ,. . "-�.i `07�- DT� � _ i■. ����r-� +�; � �¢' r� '.�� Si ' - � _ / . .,,- . f -� i � � .r.� � ir�i '= 1' _«;. � s 1 � � ' .. ;�� F� � I : �i� . �l. ;� s. �' � , , ' ' e �f ; i„ 4 ti t h �,' � — �r� 'K.;: �.1- �r����f �l �. Y �.7Ff (�� t,;:�i:i l� '�� �T�r, � ;?��. .�..�1 7l . I.� a �. �.�.. ....�:-�.,..� � 1�, r.� : .�`,- i�. tl' '� ��'S � �i � fi7l� `,c' �liiL��i,] f' ! r - Y _ _ 'C. i t-� ,! T "i. i��y{�'i��+�. .i. !,i� � i l+i ��r�r` � � {c��rt; ;;yY 1rr�C-�� S ��fl�i� ^;��:�nAI �i�� .,��,.'� ,.�1,} .� 7�� �`����� �+ � �f� S -f.� r����� ��. � •� •� I�1 }�r �i:� tf� i fj- t'' 7�, �i: �S?, ;.x i� '� �. {1�1 t2 J;' � r�� �.v�i }�. ��'�._ ��1i ,}..f �� � R !'���� 7 1��lY�E��J� t 3^' �•l f��: � '.'t-. �..,-•����iV`Y�!`U+����,��- �' '� ��,�}!','.� ;�'�'�•.� � _ -' �� < <� •,�, ,K,�, s,;k'�T .�.• -s,, �! ��� .�"� '� , ut.�'�1 � �/,}�.�1. "�?'':Y ¢.,� „�:"_ �r ' ,.?�?r- ;,�,��.����.'�� �,� F'� _ �_,�` - e,ti. .a-\ .,., �. � �--� :-,_ - ��^had-. � -4 � �t.a_ r.1�� K �'�k�,.CF �.' �. � `��y � � tl B 7R/U G �. � �PO�ox 74017T n��,o�+i i-reyaRiroll�qz[N1r� O(alge CNy�Fl.32779 • � . VE#iICl.�MOUMTEo,A�lt�,.�IfT C��TIFICATION ` . ���;�� ; � AO[3:�4-oT-�� Ern .#:a42i ��.' � � : IsRu��.Dat�:,03�0�-12 �ic .:p�ta: 03-02��4 � �srttti��btl-#: �8��'!-8 -- . . � : �P�b]►� P`�'ecl�lop Contr��titrg Set�vfces . ` . J r �L � � � � O erator i "`� `� '. �,_._�nature� � _ _ ; CFR Par�291990.�7 + ! C�'R PBrt 29 7�4Q.3S3 � � ' CFR PaEE�8 99Z6.4�3 � � � � A�9IlSiA 11�2.2�L�esta � . Aeri�!LPft IYia�ui��tu�er'g RecanmendaRians - Any QuestFor�s cap 1•BOO•847-7464 . : ( ACT Certtfiier; Bvnna Ha�slihps � �......�.__—_--.�.—__ ---•.,..�__ _.....n .:._ _ ,.... _. .. ..�.._. I � ; `�� i tl������a����7"��;'��� � : � ,_,_,;. `�I� �'l��f`� � "r J!1`(r'. �+C r,�� , �- � �'����r��ii���_� ; �Y;o+��-�O J,�� �.'� ��� �. � __.- ; � i . ; i : � ; . � : 1 , ._; :i r � I�II�SA . 7rafA'c Signa!Cerfl�rcaNaa I�r�ram � Corey W. ,Brit�an � ��� ,�� fi �� 5 Js Her�by Certffred as a � ��� Tra�'ic Signal 7echniC�an Level l bY campleting atl n�quiremen�s and examinatk�n. . ,p � P.� d Th Qa.�.fy,�,?��iL�a.�e.�e�...�,..� AA 97'333 0�'ih�+`JO 0�1L�'13 iF�ECU771�EDlREG`TipRw r� \ ,,� � ����'f���1� �.��o_._.� ; } L�� !:f7 ,fb �=`. f., ��'-i: The designation of � BICS1 li'S I�VSTAL�.ER �, I�PTI�CA� F�BER � � is awarded ta ��I�IC� �CIC� � by BICS� in r�c�gnition af l�avin�succ�ssful�y c�mpleted BICSI's �-egistration a�d examinatic,� require�n.en�s. , � -��� � c��.� B �I Prnsident BICSI Execntive Dii�ctar • '�'� ���� 1119 3/2009 '{119 312012 . • Issn�ed Expires .,., � „ _ , ?'C._. . :`. _ .'.' . . / - J ��I � ^� 1 f IMSA rra�c s�gr�a�c.ertf�rcaflor,Pm�►,�m •°� �' . Corey W. B►�tart � �'� � ��: is Ne�by Cer�ifled as a '�" �' � � Tra►�rc Signal Tedanlc�an Leve!l �r� �Y�P��g►al!r�aqulrements anal examinatlon. � �� ������� a�-sra� or��c�a o�ror�3 F�fCECU1'NE DlR�CTDR �''_� ti ����������� �'a►`F''�4....-.. I i i i � I , i � � ' ' � . • � . �-. • � • • � • - - - � - _. _ r,f y' . _ _ _. -- f� QUIWF��AT1�11� � �(d Fa�oey�s r+esponsible for aeriat and undergraund ca�le ��n Red Cro�s-Standard First Afd&Aciult CPR lnstallation, terminartions, fiber optic cable fusion sqticing, �M-�+alyzer Fault l.ccat#ng fiiber optic Optical Ttme Domain Re�Hectometer (O'TDRy ��er—Migrating tv IP:Plan fnr the Rlght Technqlo�ies testih& Light Source& Ppw�er Meter(LS/PM) test€ng, CCTV ����'t'S I�st�ller 2 Installation, video detection, microwawe detection, FO ITS Techniaa� Ethernet and construc�ion plan as-f�uiMx. Sinc� ZOpi has �1►Links-Conf�ned Space Training been irnralved with#Me completion of aver 390 oonstruction ��x-Certified Insta(ler proJ�ects, as well as ovpr 230 wment on-gong constiruc�ion ��-�����MR-Digital Videe Recorder proJects, Network Sasia�AV)Training Cable&UVir�eless-Fp F�slan SAlicing Leadership Trainin� P t External PIaM Appredatio� C�Products- Best Practices in the Oata Center ta61e 8�Wireles�s lama(�ca-.qrg�on,�� Corntna-QTbR and Splicer EquipmerK Train;ng S � —lQ�—� Fiber in the House Test&Troubleshoat FO Networks Precislon tontra�ting Services—11�pit�e�r,FL See the Li�ht-Termination Tech �-��er Outtc Teehr�ieian—?�Dp7 t�p�reseM See the tight-Optical Fiber Splici ng - ExFO-Intro and Advanoed FO Testi�g EOUCAnON IFS-FO Transmissfon System Design Certified IFS Ethemet AdminisLrator Knooc Community Gollege—Kingstoq, Jamafca Ee�trOn-Guide to Electrical Theory Jndustrial&Engineering Techno�ogy(1990) Essentials af�ighting ControFs Univeraity ofTe�hnology_Kingston,lamaica Res�dentiaf Struewred Wir�ng I and tl Electrka)&Electronics Principles 1(1996) Light 8rig�cle_FO Design,Mst�llation&Maintenance Salid State Electronics�2000j Mlles�or�e-7Cpratect Errterprise 6S Digitaf Circuiu l,(Za01� XProtect Cflrporate 2.4 Veetor Techno�ugy IrtstFtute—Kingston,lama ica XProtect Malytks 2.0 Computer Techniafan(1998 � } oilational Satety Countjl-Fvrklift Certification I Jamaican Instjtute of�men�_Kir�gston,Jamalca O�SHA-Constructi�n 5afety and Health Management Studies(2002� Panduit-10 GigDesign Seminar � Ru�edc�om -ituggedSwitch Basic Training ! � I I � 1 I_,, �.:� �: ; FteCisior� ConttaCting S��vi�eei Inc. , I • 61D RErCAP SHEET Form 1 BIO#: 1Z-0291LC TITLE: FIBER OPTIC ENt31NEERiNG,DESIGN,MATERIAL, UPPUEB AND INSTALLATION,T�Ri�ll CQNTRACT , 6UYER: I..AURA CAT�S ACTION j�� INITL4L8 ACT10N DATE INITIALS Bip OPF.idED 021z1�18 NG 1 CP BIO P08TED IN PURCHASING ? PQSTIN(3 APPROVED /`f � P06TIN�i REMO'V�D CO�Y TO SUYER 0►8818TANT FOR COPY TG OSBA AND p�PARTMENT POSTING�N INTERNET ��7 /3 ' KEY�S)FVR R�COMMENDATIaN:(PL�A3�HOTE YOUR REC�MIIAENDATIDN BELOW� PREFERENCE CO�E3: "OLP^ �IiL110ES LOCAI PREFERENCE{5'.6)See ber�tl s.a or Ihe r.t.r.oc.a bia �9) RIECONMENOED AWA6�D-LOWEST RESPONSIVE AND RESPONSIBLE BIDDER M6ETING SPECIFICAl'IONS `LP° =LQCAL PREFERENCE�3%)Ses term S.d oFthe �7} �,Q AWARD,RFSPONBWE AND RESPONSFSiE,BUT NdT LDYVEBT BIDDER MEET1NCi SPECIF7CATION8 refers�ced bid {31 �Q AWARD.NOT RESPONSNF AN�VOR RE8PONSIBLE Td BID •88�' �86E RANKING(10�6)* {4J NOT TECHNICALLY EVALUATEQ 1 IN�CCESS OF DE'AARTOA�ITS FUNDING UMITS `NO LP°' =NWRi'I�f CO.—NO"LP'APPLIED STEP 1 STEp 2 fJST BIDDF.ftB OFFER AFTE�t LIST BIOOERS FROM TOTAL OFFER !F PREFERENCE AFTER PREFERENCf !F PREFERENCE AWARD LOYYE8T TO HIGHEST AS BID NOTE:`7.P",`(3LP" PREFERENCE HAS HAS BEEN NQ�'E;"LP',"GLP°' RECOMMENI)A710N AND10R�BE' BEEN APPLIEA APPUED ANWOR`SBE' "F�Y"ON�Y (SEE ABQVE) ROHL NETINORKS LP $832,998.50 LP ROWL NETWORKS LP $832,998.50 LP ( 1 ) PFtECISION CON7RACTING $932,�494.30 LP P�t�CISiON CONTRACTING �932,484.60 LP ( 2 ) SERVICES, INC_ SERVIC�S, INC. WORE.D FiBER $974,331.35 WORLD FIBER $974,331_35 ( 2 ) TECHNOLOGIES, INC. TECHNOLOGIES, ING. ADVANCEO DATA CABLING& $ 1,15$,714.78 SBE ADVANCED DATA GABlING& $ 1,158,714.78 SBE ( 3 ) CQNSULTlNG, INC. CONSULTING, IiJC. * NOTE: CALCULATYNG PREFLRENCES: lo ca9es where bWs sre presented ae nnit prices,Furchaeing will maltiply the loweat responsive.responsible non-certified bid by 1.14(e.g"S30.U11 x 1.10-533.00}. Tht lowest reaponsive,responsible cerHfied witbin 10'/0 of �33.00 will be the award recommendatlau. Tbe orig�na!btd amount is not changed;tha 1.20 iocrease is calculatetE on�y for tbe purpose of determining SB�preference. In ca9ea where bid�a�e preacnbed a9 percenta�e d�scount,Purehaaing w[II multi�ly t6e responsive,respon�ible non-certifled bid offering the�reatiest discount by.9{e.g., 30°/.x.9=Z7�/.j. '1'f�e responaive,tespousible certifiod bid oiiering the�reatest dlscount In excess of Z�°r6 will be the award rec�mmendation. The orlglnal bid amouot is not chaAg�d;the.9 decr+ease is cakalated onfy far the purpose of determiaing SBE preference. �i;y ;'�; Y�� � �� �.�_� REMARKS:ADVAOJCED DATA CABLING&C�NSULTING, INC.NOfd-RESP�NSIVE:O1D N�T PROVIDE BID RESP�NSE ON REVIS�D FORMS. �r'1����.14D �f���3 � �'�j`��j� ���� �_� -r�.p �� M �Tr. ,Y. ,., �.� A�; -•�,i �a.�-c�G� PALM BEACH COUNTYICONTRACTS AND AWARDS FOR APPROYAL BOARD OF COUNN COMMiSSIONERS MEETING DATE OF 12/03/2013 Contract Amount Departrnerrt(s)or Contraetor(s) Project SBE 1 MNVBE Arrwunt q��nting Line(s) Executor Minutes# EXHIBIT F Sutphen Corporation One fime purchase of aerial platform�ulirt Fire $835,454.44 Fire Rescue Scarletk Apparatus per Purchase Orclsr#CPO LC171513-23. SBE: $0 3704-449-F104-6441 Fire Rescue requests a one-time purchase of one(1) new aerial platform Quint Fire Apparatus. This purchase is aff South Pasadena Fire Departrnent RFP#2013-01. Awardee is lacated out of State. There is no SBE currently oertifled for this commodity or service. �; Precision Contracting Re-award of term contracE for fiber optic engineering, $1,408,058.96 Countywide Scarlett Servlces, Inc. design, mat@rial,and installatbn for the period SBE: �0 � 05/21/2023 through 05/2p/2014 per Master Agreement#13029. The County has expended or encumbered$91,940.04{s15,990/month)during the previous five end three quarter(5.75)rnonths. Purchasing requests approval to re-award this coniract to the second lowest responsivelresponsible bidder due to the tsnnination of the original contract for defauk. ThIB term contract has four(4)twelve(12)month renewal periods. Awardee is located in Palm Beach Courrty. No responslve SBE vendor bid within 10% of the low biddec TOTAL AMOUNT OF ALL AWAR0.S =7,231,457.40 �� � �� m - � � Form! ���'�� December 3,2013 p"`'`h`�D`�a"°"r PRECISION CONTRACTING SERVICES, INC. 50 South Military Trail,sutte tio CINDY BOYD,PRESIDENT wrsc�aum seacn,FL 33415-3199 15834 GU[LD CT. (561)616-6800 JUPITER,FL 334T8 FAX:(561)616-6611 Dear Vendor: RE:TERM CQNTRACT�'13029 www pbcgov.com/purchasing This is ta inform you that Palm Beach County Board of County Commissioners is entering into a Tenn Contract with your company for FIBER PTIC ENGINEERING � DESIGN MATERIAL SUPPUES AND INSTALLA based on: . [X] SOLIGITATION#13-0291LC �•��tr The term af fhis contract ts through 05J20114, and has an estimated dollar value of ����tY �1,408,059.96 cotn�oeiers - ---- - �- - - - -- _ ._ . -- - . . . . ._ . . The obligations of Palm Beach County under thts co�tract are subject to the $�°�"�`�"'s'�a"�`"�' availabflity of Tunds lawfully appropriated for its purpose by the State of Florlda Priscilla A:7'aylor.Vice Chair and the Board of County Commissioners. Hat R.ltaleche Paim Seach County Departments will issue individual hard copy orders agafnst this contract as your authorizatbn to dellver. All Invoices must reference a unique Pauletie Burdich documeM number (e.g. CPOIDO B80 XY0303Q500000000001117 or CPO/DO 680 ShelleyVana XY030305*1111). Failure to provide an order number wlth each Invoice wfll result in a defay In processing paymen� Mary[.ou Berger if you have any qwest�ons, please contact Laura Catss. 3enior Bwer at 56t 616- )ess F�Saruamaria 68,�7� r .$It�C@f'81�/� � Coanty Adiain�trabor ' `/1 �ot�R U,,r;s�,a,r, a feen M.Scarlett i tor c: Candace Miller, ISS File An Equal OpporCucity I .�rnecNNe Atlion Employt7" �PiirCed on/ecY�P� �� � � � � • ` ���� ���n�� F4� �. 50 South Military Traik Suite 110 qpril 7, 2018 West Palm Beach,PL 334]5-3199 (561)616-6800 FAX:{56i)616-6811 P�CISION CONTRACTING SERVICES, lNC. 3ARA BOYD,SECRETARY ��p����m��eS�s 15834 GUILD CT. JUPIT�R, FL 334T8 -rE�coNrw4cr#13029B ■ Deac Vendor: Th� is to inform you that Paim Beach County BoaM of County Commissloners ia ������ entering into a 1'erm Contract with your company for �IBER OPTIC ENGINEERING. ���ty DE31GN, pAAI'ERIALiSUPPLIES AND INSTALLATION based on: com�ni�sioners j X] RENEINAL OF CONTRACT based on SOLICITATiON #1�29ILC in Shelley�ana.Mayor accordance with alf original terms, conclitlons,specHicatfona and prices with no deviation. Mary Lou Berge��ce Mayor H����� The term of this contract is OS121115 through 20116 and has an estimated dollar . value of�3.,000.000. � . Paulctte Burdick !f applicable, Vendor shall maintain all insurance coverage�a}throughout the errtire Steven L.Abrams term of the cor�tract,including arry renewals or extensions thereof. Melissa MCKinlay The obligations of Aalm Beach County under this contract are subject to tha Priscilla A.'Caylor availability of funds lawtulty approp�iated for Its purpose by the State of Florida and the Board of Courity Commissioners. Palm Beach Courrty Departmerrts will issue individual hanf copy orders against this contract as your authorizatbn to deliver. All invoices must reference a unique co+�ry ae���mr document number (e.g., CPO 1 DO 680 XY0303050000000M141 or CPO ! DO 684 XY030305*1111). Failure to provide an order number with eact� invoice wtll reault in R°�rt vu��"'a° a delay in processin9 payment lf you have any questions, please contact Laura� Cabes. Senior Bwer at LCabes�tubcavv.oro or -6677. Si erely, �� feen M.Scarfett Director c: Candace AAiller, ISS Fiie An Equaf opportwei(y AJ,�'trmnrive Aerinn F�nployer' ' . �printed°n recy+ded pnper o�iu.u�cL � PAl.M BEACH COUNTYlCONTRACTS AND AWARDS FOR APPROVAL BOARD OF COUNTY COMMISSIONERS MEEfING DATE OF 3/25/2014 Contract AmouM Department(sj o� Contractor(s) ProJect SBE Dopar Amount/Percer►tage of Divislon(s) Executor Minutes# Participation Accounting Line(s) :EJCHIgIT A___. Precision Contracting Renewal of tem�contract for Fber optic engineering, $1,500,000.00 Information Systerr�s 5ervices Scarlett Services, Inc. deslgn,materlal,supplies and installatjon for the SBE: �4 3901-491-1255-4674 perlod 05/29l2U14 through 05/20l2015 per Master Agreement#13029A. 7he Counry has expended or encumbe�ed $125,903 ($13,253/month) during the prevbua rtine and one half(9.5) months of the current lwehre (12) month term contract $1,500,OOQ is needed to meet U�e Count�s requirements through the expirat�on of ihis new twelve (12) month �enewai term contract due to the delayed start dates of multiple projects for the installatlon of flber optics in Belle Glade(�750,000),West Boca($250,000)and the I- 95 Corridor{$250,000). these projects were to begin in FY 2013,but were delayed due to vendor performanoe issues that resufted in the re-award of the contract. This term contract has three(3)iwel�e(12)month renewa{perbds remalning. Awardee is bcated in Palm Beech County. The original bid was esiablished by a competidve selection process. No res}�onsive SBE vendor bid witt�in 10%of the tow bidder. EXHI817 B - James F. Schneile, Renewal of term contract for exotic vegetation $1,403,000.00 Countywide Scarlett .fr.d/b/a controdremoval and r�ative and littoral plant SBE: Amount dependent on usage. Environmerrtal lnstallation fer ihe period 05/U1/2014 through Management 8� 04/3012015 per Master Agreement#1205dB. Englneering,LL:C; Common Areas Maintenance,a Dfvialon of DGC Environmerital Services, Inc. The County has expended or encumbered 51,055,883($103,013/month)during the previous ten and one quarter(1Q25)months of the current twelve (12)month term contrack $1,403,000 is needed to meet the Counfy's requiremeats through the expiration of this new twe[ve(12)morrth renewal term contract. This fourteen percent(14%) �crease above historical usage is due to upcoming projects scheduled hy Parks& Recreation ($850,000) and Water Ut€lities($150,000}for exotic vegetation aontrol/removsl at various Parks and Water Utilities' sites. This term contract has two(2)twalve(12) morrth renewal periads remaining. One(9)Awardee is located in Palm Beach County and one{1)Awardee is located outside Palm Beach County in the Cify of Ft.Pierce,Fbrids. ��� �- � � � ,a. . . F ;:* . �4�ct'�°� . �ascl��be�acla�wc � Fam L so so+uu��nurca�y.neiL SuI4E}IO ���h 22���016 VUes4 P;tTn►Baach.E�334�t�-3199 �s�if b�a�ae6a �wc:cse»bi�se�i Pf�ECt$ICiN C�KTRACI'lNG 3EF�Nl��3,INC: : $RRA BESYD,�EGRE.i'ARY �w..NbeB�cQmlpurctta�ng 1 bB��F, C'a.UIl.D C�. JUPi7`�R;FL S3#TS TEI�A CQ�iTRAC�#'��I};�9�: ■ Dear Vendar. Tttis is to in#vrni ya�t tt�at'Pal�.$iaach,�+oti�ty:-Boan1 n�Gvunty Coir�i�rissiot�era,is �-�eac1��auqfy ����eg into a Temt Ca��t vWktf ypur:av�iiipep�fcr�6E�t OPT�.f_NQINEERpaIG:._ .�.�,�, DESIGN,MATERIAL.S�PPLI�S AN IMS7i4LLATlON based on: ccai�iiia�io� � C�� F�E�IE�KAL OF CC?NTRi1C'E.' ,k�a�d �oi► 30L�EI�`f►TI�K �� h �ry�r��;May�or �ince wlt[t`�1l:i��iiilgl��l t�►i�ln�t c�ot��ItHottit,�p4'�i�f�at��.ru�an�!pHces wllh Fpil R.u5ii" �Vle�•119 � .11E�C�_b1/���OTI. ��: � �ene.s�,�d�k The term of thi�.cw�tract Is..Q;��¢th�o�gh��I20117;�and has ah e�sttn�atsd alollar vaiu�ot,�r.�s:3�. shcuey v.ana �'app�f��ebf�; Va_n+1o�shalr ntafnl�Il� all:Iri.suranc,o:IC.ovorn9sls,�throughout th�t ar�ttt� sceve►►�.;nv,�c;s t�rth:ef th�cqntra�t,{nciuxling a»y reneMr�ls�'ext+et�sfohat tharoc�#. M�iista ktciNrila}� . Tha �0��,�d�tl� Qf �81l�'f._�@i�';l1 GQl�fl�/ �l11d@�` � �E3�,�1'�G� �11'�, �l1i�ACt t0 �h� �scnia�.�c�,y�t av�ila�lity•af t�t�n�laaertully-aPpro�iu�ed.far ifs pu�vee �iy#he S#�te cf�fbr'�S.:end. �e Boa�ti af�enn#yr Gqmmissi�rte'►�, Paia� Be4o���ounty.pap�r�msn�s w����a ir�d4��u�i,�A�t copy oroera agsir��t�ts cor�,a,#.a�s �o'ur a.u�or�¢a�on to �irlh�er:. /Sll invoic�s mus� �e�r�n+ce a unlque co.�i�ey a�a�,a.er�+�m� do�wneqt �ue�beF (e.p,; �PO ! DO �8Q XY8��0500QAOOb0i11i or t�'0�/ DO � X�f03�30�"91�Hj. Failure to p�osrlde a dca��ant number with each irwa�i�e-�t(ll t�su� ve��aon�ac.8� in a de1s��n R�e�1R9 P�Y.me�rt. If you h�ve any gu�stiar�s, please. aonta� Laura. +�ate�s. 8�Mor Buver _at: L�ates�beuov.oro ort5�1},�1:e-6�i7: - Sincet�ly._...._. ..._.__..� _.�.._.__..._w:�._::�.�.._.:.—. - - � ----.. ---- -.__._._ .. , .__.:._:_......- ----._r......--.,__ � � . - laen hN.S�culeft � �� c: �andaee Milf'er�I8S Y ��,�� Fils ��i,�rr;tair6r��i�to,y�,� •� . . : ..,,� . , . .�' � _ , •.. � .� .vh�►l��ia,'a;r��+Per ���� . � � . � , . �ORip�' Purchasin�Department Form L 50 South Mflitary Trail,Suite]10 �ay 16,2017 West Palm Beach,FL 33415-3199 (561)616-6800 PRECISION CONTRACTING SERYICES,INC. FAX:(561)616-6811 s�►�►L. BOYD,SECRETARY 15834 GUILD CT. www.pbcgov.comlpurchasing ,IUPITER,FL 33476 rEwu�coKrRacr#13029D � Dear Vendor. This is to i�rForm you that Pafm Beach County Board oi County Commessioners {"County"} Es ente�ing into a Term Contract with your company for FIBER OPTIC ����y ENGINEERING, DESIGN. MA RIAL,SUPPLIES AND INSTALLATlON based on: so.ra or couacy — �����+ [X] RENEWAL OF CONTRACT based on SOLICITATIQN #13-0281LC in Faulette Burdick,Mayor accardance with all original terms, conditions,specifications and prices with no deviation. Metassa McJtinlay,Vice Mayor The term of this contract is 05/21/17 througfi 05/20/98, and has an estimated dollar Ha[R Valtche value of;1.818,838. na�e xemer � appiicahle, Vendor�hall maintain atl Insurance coverage�s) throughout the errtire Steven L Abrams Lerm of the coMract, including any renewals or extensforts thereof. Mary Lou Berger County User Departments will issue individual "Deli�ery Orders" against this contract as your authorization to detiver. The original Involce must be sent to the "��`�"�'�d address on the Delivery Onier ("DO") and must reference the DO number (e.g., DO 680 XY0303d5000000001111). A copy af the invoice may be sent to the County User Department. Invoices submitted on carbon paper shaN not be accepted. In orcler for the County to make payment, the Vendor's Legal Name; Venclor's Address; and Vendor's 1'1N/FEIN Number on the Vendor's bidlquotelresponse must be exactty the �O'n'h'��''�' same as it a ppears on the invoice and in the County's VSS system that can be VerdeniaC.Ba[�cr a�sed at htt�sJ/qbcvss�.co.�alm-beach.fl,us/webaanlvssp/AItSelfService. Failure to comply with the foregoing may�sult in a delay in processing payment �f you have any questions, please contact Laura Cates, 3enior Buver at LCatest�ubcs�ov�,ora or(561)616-6817. Sincerely, �. Kathleen M.Scarlett Director c: Candace#Ailler, ISS i9rt Equa!Opportuniry Fil6 A,,�rrnative Aetfort 8mpioyer" �P�ted a+req�led paper LAU RA PALM BEACH COUNTY/CONTRAC7S AND AWARDS FOR APPROVAL BOARII OF COUNTY CAMMiSSIONERS MEETING DATE OF 05/16/2017 Contract Amourrt Departrnent(s}or Coniractor(s) Project SBE Dollar AmounUParcentage af Diviaion(s) Executor Minutes# ParticipaUon Accounting Line(s) _.�N���_. Precision Contracting Renewal of term contract far fiber optic engineering, a1,818,838.00 informatidn Systems Services Sca�lett Senrioes, Inc. design, material, supplies and instaNation for the SBE: SO 3901-491-t255�874 period 05l21/2017 through 05/20l2016 per Master 3901-491-1326-4674 Agreement#k13029D. 3901-491-1348-4674 The County has e�ended or encumbered$1,407,750($127,877/month)during the previous eleven(11)months of the current twelve{12) month term coMract. The original amaunt vf the contract is$1,600,000; how�ever, $1,818,838 is needed to meet the County's requirements fhrough the e�iraiion of this new twelve(12) month ranewal term contract for various upcoming flber optic projects throughout Palm Beach County. This term contract has no renewal optlons remaining. Awardee is bcated in Palm Beach County. The wiginal bId was estabfished by a competitive seledion process. No responsive SBE vendor bid within 10°�of the fow bid. EXHIBIT Q Dataremote, tnc.; Term coritra�for GPS hardware,installation, $291,000.00 Countywide Sca�lett RMJ Technologies monitoring and repairs for the period 05/16l2017 SBE: $0 TX through 05/15/2018 per Master Agreement �t17002RR. 7he County has expended or encumbered $99,888($8,332lmonth}during the prevrous twelve(12) month benn contract. �291,000 is needed to meet the CouMy's requirements through the expiration of this new twelve(12}morrth term oontract The need for additional Departments to be added to the contract, has caused khe increased amount far this new term corrtract. Thfs term coMract has four(4) twelve (12) month renewal options. One (1) Awardee is located out of State and one(1)Awardee is located outside Palm Beach County in the City of Miami, Florida. No SBE vendar sutxnitted a bid on ihis project. Form w AMENDMENT#�4 �:Frbruary 1 B,2Qi3 PALM BEACH t'AllNTY PURCHA8ING DEPAR7NQIT So 9otJT1�1 YILIT/�1tY TRAN.,Sui7'E?40 YVE$T PA�aE BEACFI,FLOWDA 33415-3185 BID�: 43-079efLC 1'i7LE: Fiber Optte Enginsaeing,flssign,A�abrial,Suppa�and Insta�tation, T�en Conb�ct OPENING DATE: Febt�uy 21,�D'E3 • REFERENCE TER�IS 8. COIMDCfEONS� PAt�E �E10, �ER�A AAidID GQNDIT�ON!�l9�WN�t�chan9e i�rsad: 1S. 18fARRMfTY The woces9l�l biddt�+MI luly r+ittant aK bbor furnlshmd f�veunde►igwmsE�etecl M warlcr.�arehip(rn a patloC of��yrs fiom d�e aF deGuaY erd AacepOenod by P2trt BeO�tt Co�.rEy.es�bG�aOeQ oompp�di 1umNtFwd ewl�Na�tf�r sgaihil QaNrt in malalak inQdOr rioAtmOt�hfR(01r a PertOd G�SL��Y� irorn dale af delNery�d eooePmntr b�Halm 9eerh Couiriy ar�d fiberfur.tint�ed hereunder eqain6t tlel9Uin msle�iWs an6br�(o�a rfle�irrnrr�af�antv P1Qf vears lran Oadr of dWwiy a�ed soa�pt�Ce b1r Pekn Beed�fatxrt�! SF�alC arY deAee!m�or uarlvr�ermh4.e�eptr�p ar�iary vre9r ena E9m', sppew duo4+p I�e sbow sts4�d w�ra7�y p�io0.l�s saoo�eN�bi0d�c apau rop�ir or nepl�os asme at rro o�st ao PaBm Eegclh Ca�ai!y+."sm�ediamly npon wrilt��atce fiam tl�e Dtr�r aF Pu�d�9ekiQ. �; This aaeculed arnardm�nR a��l be�umad wilh your bid resp�onae. Fa�lwo tio r�m wRh bid rospo�s�st�all AsWt in nj�ctioa of yoar bi0. CaMPANY F�WNiE SIGNATURE!pATE � � � 1.�LFRA C11��-- TAMMY Sb11TW �,t f��f SEItiEIOR Bi.iYER Pl1RCHA&11+E�AAAI+L4GER