HomeMy WebLinkAbout1995-05-23 Regular City Commission Meeting AgendaAGENDA
DAI{IA CTTT COI'MISSTOil
REGUI"AR MEE"TING
MAY 23, 7995
7:3O P.M.
ANY PERSON WHO DECIDES TO AP'PEAL ANY DECISION MADE BY IHE CIIY COMMISSION WfH REGARD
TO ANY MA|TER CONSIDERED Af THIS MEEIINC OR HEARING WU NEED A RECORD OF THE
PROCEEDINCS, AND FOR SUC;H PURPOSE MAY NEED TO ENSUPE TTIAT A VERBATIM RECORD OF THE
pRocEEDtNci ts MADE wHtcH REcoRD INoLUDES fHE fEsftMoNY AND EyIDENoE uPoN wHlcH IHE
APPEAL IS fO BE BASED.
LOBBYIST REGISTRATION REQUIRED RNGISTRATION AS A LOBBYIST IN THE CITY OF DANU IS
REqUIRED IF AIIY PERSON, FIRM OR CORPORATION IS BEING PAID TO LOBBY THE COMMISSION ON ANY
PDTI'TION OR ISSUD PUNSAANT TO ORDINANCD NO. 01.93. REGISTRATION FORMS ARE AYAII,ABLI] IN
THD CITY CLERK'S OFFICE IN THE ADMINISTRATION CENTER.
7
ROI.L CAI,L
INyOC,{rITON by Rev. Jean French
PREstIlff,ATIoIvs * General Employee of the Month Award
OO]IISEITTEGEIIDA
Minutes
1.1 April 1 1 , 1995, regular meeting
1.2 April 25, 1995, regular meeting
Bills
1.3 Approval of bills paid in the month of March, 1 995
Resolutions,1.4 "A RESOLUTION OF THE CITY OF DANIA, FLORIDA AUTHORIZING THE CITY MANAGER
TO CONTRACT FOR THE PURCHASE OF SUPPLIES, SERVICES, EQUIPMENT AND
MATERIALS IN THE AMOUNT NOT TO EXCEED $58,554,30 BASED UPON THE
COMPETITIVE BIDS RECEIVED BY BROWARD COUNTY SCHOOL BOARD AND PALM
BEACH COUNTY; PROVIDING THAT ALL RESOLUTIONS OR PARTS OF RESOLUTIONS
IN CONFLICT HEREWTH BE REPEALED TO THE EXTENT OF SUCH CONFLICT; AND
PROVIDING FOR AN EFFECTIVE DATE." (staff)
1.5 'A RESOLUTION OF THE CITY OF DANIA, FLORIDA, ACCEPTING ENGAGEMENT
LETTER SUBMITTED BY MADSEN, SAPP, MENA, RODRIGUEZ & CO., P.A., RELATING
TO 1994-9s FISCAL YEAR AUDIT; AND PROVIDING FOR AN EFFECTIVE DATE." (staff)
1.6 'A RESOLUTION OF THE CITY OF DANIA, FLORIDA, APPROVING THE AGREEMENT
BETWEEN BROWARD COUNTY AND CITY OF DANIA RELATING TO PAYMENT FOR THE
PROVISION OF FIRE PROTECTION IN CERTAIN ANNEXED AREAS OF THE CITY;
PROVIDING THAT ALL RESOLUTIONS OR PARTS OF RESOLUTIONS IN CONFLICT
HEREWTH BE REPEALED TO THE EXTENT OF SUCH CONFLICT; AND PROVIDING FOR
AN EFFECTIVE DATE." (staff)
1
2. PROCIAM.TTIONS2.1 "National Public Works Week" - May 21 thru May 27, 1995
3. BIDS3.1 Motion to award proposal for storm shutters for the Administration Center. (stafo
4. PITBITC IIEARIITGS4.1 'AN ORDINANCE OF THE CIry OF DANIA, FLORIDA, AMENDING CHAPTER 18 OF THE
CODE OF ORDINANCES OF THE CITY OF DANIA ENTITLED 'PENSIONS AND
RETIREMENT'TO COMPLY WTH CHAPTER 94.171, FLORIDA STATUTES, TO PROVIDE
THAT THE SURVIVING SPOUSE OF ANY MEMBER OF THE POLICE AND FIREFIGHTERS'
RETIREMENT SYSTEM SHALL NOT LOSE SURVIVOR RETIREMENT BENEFITS IF THE
SPOUSE REMARRIES; PROVIDING FOR DIRECT TRANSFERS OF ELIGIBLE ROLLOVER
DISTRIBUTIONS; PROVIDING FOR A SAVINGS CLAUSE; PROVIDING THAT ALL
ORDINANCES OR PARTS OF ORDINANCES AND ALL RESOLUTIONS OR PARTS OF
RESOLUTIONS IN CONFLICT HEREWTH BE REPEALED TO THE EXTENT OF SUCH
CONFLICT; AND PROVIDING FOR AN EFFECTIVE DATE RETROACTIVE TO JULY 1,
1994." (Stafo
5.S,?EPI.AIYS
5.1 SP-06-95 - Request from Brian Gordon for site plan approval for construction of a
duplex to be located at251 and 253 SW 11 Street.
5.2 SP-08-95 - Request from Consolidated Retreaders Tire for slte plan approval for
construction of a tire store to be located at 5481 Ravenswood Road.
CITIZENS' OOUItrEISIIS - Comments by Dania citizens or interested parties that are not a part of
the regular agenda should be given in writing or communicated verbally prior to 4:00 p.m. the (2nd)
and fourth (4th) Monday of each month. Comments of any nature will be responded to by the office
of the City Manager. ln the event that the concem remains unresolved, the citizen(s) or party will be
asked to address the City Commission during the meeting.
6.1 Bill Davison
EXPENDITTIRD NryUESTS7.1 Approval of invoice from Curtis & Curtis in the amount of $1 1 ,784.31 for airport related
services. lstatrl
DTSCUSSTOIT AITID .FOSSIBID ACTION8.1 Status report on Broward Recycling Center at Port 95 Commerce Park. lstattl8.2 lncrease in Harbour Towne Marina boat ramp fees. lstatrl
6
7
8
2
-.-.\
OOIIISEIIL .iENDA (coNTINUED)
1.7 "A RESOLUTION OF THE CITY OF DANIA, FLORIDA, APPROVING AGREEMENT
BETWEEN CITY OF DANIA AND L.C. BOGGS INDUSTRIES, INC., RELATING TO
CONSTRUCTION OF A FISHING DECK AT SUN GARDEN ISLES PARK; AND PROVIDING
FOR AN EFFECTIVE DATE." (staff)
1.8 'A RESOLUTION OF THE CITY OF DANIA, FLORIDA, APPROVING CHANGE ORDER
SUBMITTED BY L.C. BOGGS INDUSTRIES, INC., RELATING TO CONSTRUCTION OF A
FISHING DECK AT SUN GARDEN ISLES PARK, TO REDUCE THE ORIGINAL CONTRACT
PRICE FROM $12,995.00 TO $10,325.00; AND PROVIDING FOR AN EFFECTIVE DATE.'
(Staff)
I APFOIIVrIIEIII1ru;
9.1 Appointment of five members to the Airport Advisory Board.
9.2 Appointment of five members to the Dania Economic Development and Downtown
Redevelopment Board.
9.3 Appointment of seven members to Human Relations Board.
9.4 Appointment of three members to the Marine Advisory Board.
9.5 Appointment of three members to the Occupational License Review Committee
9.6 Appointment of four members to the Parks & Recreation Advisory Board.
9.7 Appointment of one member to the Unsafe Structures Board.
9.8 Appointment of two members to the Housing Authority.
9.9 Appointment of one member to the Code Enforcement Board.
9.10 Appointment of one member to the General Employees Pension Board.
9.1 I Appointment of 15 members to the Cultural Affairs/Community Center Advisory Board
70. ,I'MINISTR.XTIV'E REFORTS
City Manager
10.1 Hurricane season officially begins June 1, be prepared!
City Attomey
71.oouursstofl oourlElvTs
1 1.1 Commissioner Grace
'11.2 Commissioner Jones
11.3 Commissioner Mikes
1'1.4 Vice-Mayor Bertino
11.5 Mayor Hyde
a
CITY OF DANA
OFFICE OF THE MAYOR
PROCLAMATION
WHEREAS, public works services provided in our community are an integral part of our
citizens' everyday lives; and
WHEREAS, the support of an understanding and informed citizenry is vital to the efficient
operation of public works systems and programs such as water, Sewers, streets and highways,
public buildings, and solid waste collection; and
WHEREAS, the health, safety and comfort of this community greatly depends on these
facilities and services; and
WHEREAS, the quality and effectiveness of these facilities, as well as their planning, design
and construction is vitally dependent upon the efforts and skill of public works officials; and
WHEREAS, the efficiency of the qualified and dedicated personnel who staff public works
departments is materially influenced by the people's attitude and understanding of the
importance of the work they perform.
NOw, THEREFORE, l, Bill Hyde, Mayor of the City of Dania, Florida, do hereby proclaim the
weekof May21 throughMay27, '1995, as
"NATIONAL PUBLIC WORKS WEEK"
in the City of Dania, Florida, and call upon all citizens and civic organizations to acquaint
themselves with the issues involved in providing our public works and to recognize the
contributions which public works officials make every day to our health, safety, comfort and
quality of life.
Given under my hand and Seal of the City of Dania, Florida, this 23rd day of May, 1995.
Attest:
\
IUAYOR - COMMISSIONER
N)-,
Marie Jabalee, Acting City Clerk
CITY OF DANIA
INTEROFFICE MEMORANDUM
GROWTH MANAGEMENT
a
Robert FlafleY
City Manager
\Mll Allen
GroMh Management Df, 0J]0,"-
AttheMayg,lggsCityCommissionmeeting'theCommissionvotedtocontinuethe
rir"ir,i"" "p,bgy-uacfing'
on tn" Broward Lounty School Board and Palm Beach
C"r.tVliOJfii'omce trirnlsnings. Two points.of information are offered which are
J"rr"'." t" *nether the purchasl of these furnishings should be delayed.
ThefirstisthattheBrowardCountySchoo]Bo-a.r!.bidfortheGrowthManagementil;;il.; *itr ,ot u" etigiuie as an acceptabte bid for 'piggy-backing" after June 21,
1g9S. According to our Ciiy charter, an existing. contract may be used for-piggy-
ul.f,lrg ,p to lZ fionths "ttlih it awarded' Also' the cost of the proposed conference
room furniture ueing purcnaleJ ,nour the palm Beach county Bid, will increase by 4%
as of June 1, 199s. lf il;;; uiJs erpit", essentially the price of the furniture will
From:
RE:Conference Room and Growth Management Ofiice Furnishings
Date: MaY 10, 1995
increase.
ThesecondpointofinformationisthataccordingtoFinanceDirectorMarieJabalee,the
funding for the furniture witi ue tne Police Captiat Fund (lmpact Fees) as previously
*in"rir"J uv in" city commission. The funds in the Growth Management Department
will stay within the general fund'
WA;lc
\
To:
CITY OF DANIA
INTEROFFICE MEMORANDUM I
TO:
FROM
THRU:
RE:
DATE:
Lou Ann Cunning
Administrative
Will Allen
GroMh Management Director
Office Furniture for Growth Management Department Relocation
April17, 1995
Attached is a report in relation to obtaining a productive and economic office system for
the relocation oi the Growth Managemeni Department. Per your direction, I have also
ootainedpricingonfurnishingsfortheConferenceRoom/Emergencyoperations
Center.
vicinity, consultation with Architect Jeffery
on, it is recommended that the BrowardAfter reviewing various office systems in our
Gross, and with a great deal of considerati
utilized. By "Piggy-backing" on
systems and furnishings. Under
provide us with the manufactured
room furnishings. Office Pavilion
efficient space plan system for the
and be
these contracts, we are offered a wider variety of
these contracts it is recommend that Offlce Pavilion
distribution of office system products and conference
has worked with Jeff Gross in providing the most
Growth Management DePartment.
office Pavilion offers a variety of systems in many price areas, all of very good quality
We have chosen a very economic system that is guaranteed to retain the quality of the
higher priced systems. The Herman Miller "As New" re-manufactured panels are
pJnets inat havl been recovered with new fabric, all hardware repaired or replaced,
containing all new electrical raceways, and worksurfaces that are newly laminated. (See
attached brochure.) I have seen this system used in the same type of situation we will
be employing and it works very well in terms of economy, productivity, and practicality.
As for the Conference Room, the furnishings needed were determined by the uses as
listed in the space study done by Jeff Gross on June 21,1994. ln this instance we are
obtaining stackable chairs and tables provided by the manufacturer Falcon. The chairs
Robert FlatleY
City Manager
have a rounded back and a wide square seat. The fabric and color have been matched
with the stackable chairs we use at city Hall, the l.T. Parker center, and the guest
seating chairs to be purchased for the Growth Management Department. This will allow
all of tie chairs to be used for special meetings where the Atrium must be utilized The
iauLs wirr be lightweight folding tables with laminate tops. All of the furnishings in the
Crowth Managiment Department and Conference Room will match in texture, color
and style.
Also included in this quote, is a price for filling cabinets. Lateral cabinets have been
chosensothatlessspacewillbeutilizedwithalargerfilingcapacity.TheMeridianfile
cabinets quoted are stackable files that can be added on to and reconfigured if
necessary.
After consultation with city cleruFinance Director Marie Jabalee, funding is available
for the Growth Management Department's systems and the - Conference
Room/Emergency OperatiJns Center as approved in the 94-95 GroMh Management
Department-budget,EconomicDevelopmentbudget,andthePoliceCapitalFund.
Attached for distribution is the floor plan, a 3-D layout of the system, a price proposal
from office Pavilion containing a price list of the pieces required, and cost to install the
system. The total cost fJr the conference Room, File cabinets and GroMh
pianagement Department comes to a total of g 58,554.30. Representatives from office
paviliJn will be available to describe in fuller detail the proposed office system.
Page2
Attachments
lc
OFFICE SYSTEM RESEARGH
APril 17, 1995
The Growth Management Department is relocating to the existing Broward county
Library space as approved on January 18, 1994, and in the 1994/95 budget- This
.p"." *iif accommodate the departments of Building, Zoning, Occupational Licenses,
iode Enforcement as well as the Fire lnspection Bureau and Economic Development"
There will be a need to purchase modular office systems furniture for the following
reasons:
l.Existingfurniturewashandbuiltandtailoredtofittheexisting
space in the Growth Management Department'
2. Existing furniture that is not hand built is large, bulky and will
notproducethespaceefflciencyneededfortheareaofferedbythe
library.
3.TheofficeSpaceaSwellaSacustomercountermustconformto
ADArulesandregulations.Thecountercanbeeitherpurchased
as part of the office systems package or can be built by our
construction crews (whichever is more cost efficient)'
4. The space being offered by the existing library is a wide open area
withtwoexistingoffices.Forefficienttelephoneacoustics,certain
individuals will need to separated either by panels or walls'
Lighting and A'/C ducts would have to be reconfigured if walls are
built to separate certain individuals Modular panels are energy
efficient as far as lighting and A,/C due to the fact that they would
not extend to the ceiling, can be installed at any specific height'
and the existing lights and duct returns can be utilized'
b Electric lines, data lines, and phone cables must be made available
to personnel. Modular panels that are energized are needed in
some areas to accommodate these utilities. This will be done with
2 or 3 ceiling drops. Energized panels would be UL approved.
Purchasing Options:
we found that ,,Piggy-backing" on a current governmental agency contract would be
more to our advantage, due to the fact that this work will not be of a unique enough
nature to constitute preparation of a RFP package. Also, the installation of Modular
Available to us is the
6/6/97). Under this co
seating is available. Al
office systems/furniture is a common occurrence within the surrounding municipalities
and the need for detailed specifics is not necessary.
(6t21t94
ntract a wide variety of systems, accessories, lighting, filing and
so under this contract, installation and planning alternatives are
pride of Florida - (M.O.S.T. system) which is a Florida based company in Polk city. A
representative distributed literature, but an actual viewing of the system was never
performed to verify the quality and performance of the office system. A major concern
with office systems is a guarantee that replacement parts and service as well as
additional add-ons are arailable in the future. This system is under GSA contract at
55% discount with a $45.00 per hour for space planning and installation negotiated on
job by job basis.
Herman Miller - (Action office system; series l, ll & lll - GSA; A variety of systems
under BC School Contract) This system is offered by Office Pavilion located in the
Hollywood oakwood Plaza. This system seemed to be the favorite of most of the
municipalities, school board, B.s.o. and several other county departments. Visits
were made to Hollywood city Hall where the Engineering Department proved to operate
most effectively. lnstallations were also made in the Personnel Department as well as
the city Manager's office and plans for the Building and Zoning Department was the
next to be furnished. lt was noted that the system they installed was done on a minimal
budget and was extremely productive. The next site visited was the Broward County
Annex Building where the departments of Document control, Recording, Public Works,
and Zoning were visited. These sites showed a variety of uses that were practical,
included in the contract. (copy attached)
Offi ce System Manufacturer Selection:
This first step that was taken was to poll each Municipality and county office.as to the
latest major installation of office systems The response was very good'. Both
methods of purchasing procedures, Piggy-back and Florida State Bid, were utilized by
the agencies most inlerested in practicality and best economic value, (Hallandale,
Hollyviood, various departments of the County, School Board' FDLE ) The larger
"g"n"i". and the newer flourishing communities used in house construction crews to
cieate offices or retained interior tesign professionals (City of Pembroke Pines, Ft'
Lauderdale, Coral Springs, Coconut Creek )
Due to the timeliness of this project, the list was narrowed down to four systems:
Kimball office Furniture company - (cetra/Footprint system) which has a local
o"t't-,t"'oreegmenslqnsinMiami.AsitewasviewedattheMiramarFDLEoffice.
This system worked very well, and appeared strong and well built. A price list was
obtained on a few select pieces and it seem out of our price range. This system is
under GSA (Florida state Bid) contract at a 60% discount with space planning charged
at $45.00 per hour and installation price based on 2.5o/o - 3o/o of list price with some
restrictions.
productive and economic. The GSA Discount is 70% with planning at $45.00 per hour
and installation at $35.00 per hour. Under the Broward County School Board Contract
g5-004H a wider variety of the Herman Miller systems were available. Under the
School Board Contract, installation and planning were inclusive'
Trendway corooration - (systems Furniture) This system is offered by Boline office
srppl'". l"""t"d in Pompano. Boline is a frequently used vendor of the city of Dania
which supply us with office supplies and equipment. Representatives of Boline took us
on a tour of iheir offices in Pompano as well as gave us some tips on quality and space
planning systems. This product is also a very productive and economic system that
would Juit'our needs, but does not provide for filing systems under GSA which would
ue important to our needs. Under GSA discount a 57.25o/o discount is available with a
$50.0b per hour planning fee and a $30.00 per hour installation fee'
CONFERENCE ROOM FURNISHINGS
The furnishings needed for the conference room were determined by the uses
the space stu-dy done by Jeff Gross on June 21, 1994. Office Pavilion provided
quote for stackable chairs and tables provided by the manufacturer Falcon.
The chairs chosen have a rounded back and a wide square seat. we had
representatives of office Pavilion match as best they could the style of the chairs
currenfly in use at the l.T. Parker center and city Hall. (The blue with black frame
stackabies). We have chose a slightly larger seat and back for better comfort for the
pruri". The fabric and color have also been matched so that for special meetings
where the Atrium must be utilized the chairs can be used. The tables chosen are a
tightweight style folding table with laminate tops. All of the furnishings in the Growth
frllnagJment'Oepartment and Conference Room will match in texture, color and style'
LATERAL FILE CABINETS
We have found the need to obtain quotes for new filling cabinets. Lateral cabinets have
been found to utilize less space with more filing capacity. The most efficient cabinets I
have seen are the Meridian stackable lateral files. ln the rear of the office where the
majority of the file cabinets will be kept, we can use the less expensive frontless lateral
files.
listed in
a price
:)
JEFFERY GROSS / ASSOCIATES / ARCHITECTS PA
Prooram - (Continuedl
lll - Soatial Uses
No. of Net Sq. Ft.Total No. of No. of
Space
Seminar / Educational 32 15
1560
8
42
480 32
900 60
240
270
I
42
0
16
10
11
Public lnf ormation /
Seminar
Public Board Hearings
(Public Seating)
Center
15
15
4
o
Staff Meetings 20 15 240 20
EmergencY Operations 20 15 300 28
1816 Sherman St. Hollywood, Florida 33020 305'925'3964
Registratlon # 6529
ril
J
I
0\
Broward
Fax
305 921 . 8333
30592r. 5i27
Office Parilion
A Hrrman lliller Dealer
One Oakwood Boulevard
Suit. l0O
Hollywood. Florida
33020
Dade
Frx
305 579 . 0210
305 5?7 . 4534
ll00 Northpoi.ot Parkwry
Suitc r0l
Vert Palm Beach, Floride
3347
\)
May 4, 1995
Ms. LouAnn Cunningham
City of Dania
100 West Dania Beach Boulevard
Dania, Florida 33004
Dear Ms. Cunningham:
We are pleased to submit the following proposal for your consideration.
If you have any questions, or if I may be of further assistance, please do
not hesitate to contact me.
Sincerely,
Keith S. Cestaric
Market Manager
KSC/cr
Enclosures
Proposal #8716kc3
PA\ILION
Pelm Beach 407 688 ' 0600
Fax .107 688 0658
;ffi
601 Brickell Key Drive
Suitc l0l
Mieni- Florid!
33131
PAVILION City of Dania
100 West Dania Beach Boulevard
Dania, Florida 33004
Attn: LouAnn Cunningham
May 4, 1995
Proposal #87l6kc3
SUMMARY
Total Product: (Systems)
(As Per CAP Spec. COD0lS)
Installation:
Total Product: (Conference)
(As Per CAP Spec. CODOlC)
Total Product: (Private Offices)
(As Per CAP Spec. COD01P)
Total Product: (Dan Oyler)
(As Per CAP Spec. CODIDO)
Total Product: (Files)
(As Per CAP Spec. COD0lF)
Total:
$27,t64.2s
1,876.84
10,280.60
4,33 I . 10
1,s66.15
13.33s.36
$s8,554.30
CITY OF DANIA -BLO. & ZONIIIG (SY9TEI1 STATION9 )
cAPspecif ier f ile A:\DJF\coDolS'SPC
Item# Mfg Oty Product I Froduct DescriPLion
11 : O6pm 07 /O4/1995
List S Extended
1HA2
Item* Mfg QLy Product S Product DescriPLion
4 A36LO .36
MT
Tool Bar ,B-Style 4H 361.,
Medium Tone
66 .OO
Sell I
264 .OO
Extended
32.34Sell- 2
129 .36
E x te nded
51 . OOO
LiSI 9
51 . OOO
Ext€nded
2 HAz
Item* Mfg OLy Product $ Product DescriPLion
32 G7L20.4
MT
Vertical Tray 4tl
Medium Tone
32.OOSeIl o
1024.OO
Extended
15 .689ell- ,6 Extended
51 . OOO
List $
91 .OOO
Extended
3 F'DA
ILem$ Mfg Oty Producl S Product DescriPLion
3 AN1225
l-tM
Hanging
HT ToP,
327 .OO9ell $
,81 .OO
Extended
Uor k 9urface 6otlx24D
HT Edge , HT 9upport
E x Le nded
55 . OOO
List $
55 .000
E xie nded
Iteml Mfg oly Froduct * Product Description
6 ANl226
HH
Hanging
HT Top,
417 .OO
Sell $
2502 .00
E xte nded
L,lor k 5ur f ace 6OtJx 3OO
MT Edge , l'1T SuPpor t
747 ,65Sell- ?Ex Lended
55 . OOO
LisL t
55 . O00
Ex Le nded
5 PDA Duplex RecePtacle A Circuit (F
[s of 6)
Medium Tone
2 AN1311 . A
HT
142.OOSelL 284 . OO
E x te nded
63,90Sell- 2
127 .80
Extended
OIiF T CF FAVIL ION
55 . OOO 55 . OOO
I
I
I
I
i
CITY OF DANIA -BLD. & ZONING ( 9Y9TEH STATIONS )
cAPspecifi€r fi le A : \DJF\COOO 13 ' SPC
Itemfl Mfg Qt'/ Product H Product DescriPtion
11:07pm 07./04/1993
List lE Extended
6 PDA 2 AN131 1 . B
t4T
Duplex RecePtacle B Circuit (P
kg of 6)
Medium Tone
142.OO9eIl $
284 . OO
Ex te nded
63.90Sell- ?
t27 .eO
Extended
55 . OOO
ExtendedItems Mfg QLy Product i ProducL DescriPtion
7 FOA 2 AN1322.2
MT
Base Power Entry Kit oirect co
nnect Rll
Medium Tone
105 . oo
SeII $
210 .OO
Exte nded
47.25SeIl- Z
94.30
E x te nded
55 . OOO
List O
55 .OOO
E x te ndedItem# l.1fg Qty ProducL * Froduct Description
8 FDA 1 AN1330.67E
MT
MT
EnLry Kit t^,ilh PouJer 6Ceiling
7H
t'led i u m
Med.i um
To ne
Tone 86.409ell- z
192 . OOgel I o
192 . OO
E x te nded
Item* Mfg Qty Producc * Product oescriPtion
55 . OOO
L isL o
55 . OOO
E xte nded
ILemf Mfg Qty Product S Product DescriPt'ion
14.OO
9el I t
196 .OO
E xtended
6 .30SelI- ?E x te nded
55 . OOO
List o
55 . OOO
Ex te nded
10 FDA 1AN239 9er ies
nn Kit
t'led ium
Med i um
2 Hrd-Srfcd 2-tlay 90 Co
39H
To ne
Ton6
81 .OOSell $
81 .00
E xte nded
MT
MT 36.43Sell- z
36.45
Extended
s5 . ooo
.,rfr.r navTl ToN
s5 . ooo
LiST O
a6.40
Extended
9 FDA 14 AN211 Series 1 Panel Connector 62H
i
I
I
CITY OF DANIA -BLD. & ZONING ( 5YgTEM STATIONS)
CAPspecifier fi Ie A: \OJF\CODOIS.SPC
Item$ Mfg oty Froduct S Pl'oduct Descl'iPtion
11 : OZpm A7 /04/7993
List I Extended
11 PDA 10 AN267 Ser i esnn Kit
Med i um
Med i um
2 Hrd-grfcd 2-tray 90 co
67H
To ne
To n€
100 . oo
Sel I I 1000.oo
Ex te nded
MT
tlT 450 . OO
E x te nded
Item$ Mfg QLv ProducL * Product DescriPtion
55 . OOO
List g
55 . OOO
E x te nded
12 POA 6 AN367 Ser ies
nn Kit
Med i um
Hedium
2 Hrd-Srfcd 3-tJay ,O Co
67H
Tone
To ne
L78 .OO5€Il o
1068 . OO
E x te nded
MT
MT 80.10SeIl- z
480 .60
Ex te nded
Item* Hfg Qty Product * ProducC Description
55 . OOO
Lisl o
55 .000
Ex te nded
13 PDA 1AN3936F Fabr ic-Covered FA Panel
391-lx36Ucable Hanagement OnIY
Medium Tone
Hedium Tone
Grade 1
Cotby Blue Bailey
384 . OOgell o
384 . O0
E x te nded
c
t4T
MT
1
CY
t72 .AO
E x Le nded
Items Hfg Qty Product fl Froduct Description
55 . O00
List $ Extended
14 PDA 3 AN3936F Fabr ic-Covered FA Panel 39Hx36
U
Cable Mngmt Ull4-Circuit Fow
Medium Tone
Medium Tone
EaiIeyColby Blue Ba i.I eY
494.OOSelI o
1482 .00
Extended
E
t'17
HT
1
CY
gell- Z
666 .90
E x te nded
Item* Hfg Otv Froduct * Froduct DescriPtion
55 . OOO
LiSE 9
55 .000
E x te nded
15 PDA 4 AN3948F 432.OO
Sel I $
t728 .OO
E xtended
c
MT
MT
1
CY
194.40
Sel I- ?
777.60
Extended
55 . OOO
OFFICE PAVIL]ON
55 . OOO
45 .00Sell- ?
772.80
Fabric-Covered FA PaneI 39Hx48
UCable Management On lY
Medium Tone
Medium Tone
Bai leyColby Blue EaiIeY
CITY OT OANIA _BLD. & ZONING ( SYSTEH 9TATION9 )
cAPspecif ier f ile A: \DJF\COOOI9.9PC
Item$ Mfg Otv Froduct S Product DescriPtion
\LtOTpn 07 /04 /1995
16 POA 1AN3248F Fabr ic-covered FA F'a ne I
32H x 4atJ
Cable l'lngmt W/4-Circuit Fower
Medium Tone
Hedium Tone
Grade 1
Colby BIue Bailey
642 .OO9eII {D
642 .OO
Extended
E
MT
HT
1
CY
288 . 90SeIl- E
288 .90
Extended
Item$ Mfg oLv Product * Product DescriPtion
55 . OOO
List s
17 FDA
Item* Hfg Oty Product S Product DescriPtion
1AN436
MT
Shelf 1sllx 48tJx 12D
Medium Tone
132 . OOSelI I 132.OO
E x te nded
59 .40Sell- ,;
59 .40
Exte nded
55 . OOO
List o
18 PDA
Itemfl Mfg Qtv Froduct * Froduct Description
2 Four-Hay Crnr Connect
67H
To ne
1AN467
tlT
Ser iesor Kit
Med i um
231 .OO
5el I $
231 . OO
Extended
103 . 99 103 . 95
E x te nded
55 .000
Exte nded
19 FDA 2 AN556
HM
lla ng i ng
HT TOP,Sell s
510 . OO
E x te ndedtJor k Surface 48Nx 240
MT Edge , l'tT SuPPor t
SelI- t 229.30
Extended
55 . OOO
List s
55 .000
Extended
20 FDA 2 AN596
HH
134 . OO
9el I o
268 . OO
Extended
gtraight Counter CaP 48tlx 140
BT Top , MT Edse
60.30SeII- z
120 .60
Extended
55 . OOO
OFTT'F EAVIL TOII
55 . OOO
List g E x te nded
55 . OOO
Extended
55 . 000
Ex te nded
Item* t{fg Qtv Froduct S FroducL OescriPtion
CITY oF DAIIIA -BLD. & ZONING ( gYgTEH 9TATIONS )
CAPsPecif ier f iIe A:\DJF\CODOIS'SPC
Item l4fg Otv Froduct S Product DescriPtion
11 : OTpm 07 /O4/7995
List o Extended
21 PDA 4 AN601
HM
119.O0
5eI I I 47 6 .OO
Ex tendedStraight Counter CaP 36Wx 14D
HT ToP , l'tT Edge
53 .55gelI- z
214.20
Extended
55 . OOO
List S
55 . OOO
E x te ndedItem$ Hfg QLy Product * Froducl Description
10 AN617
MT
23.OO 230 . OO
Exten,iedMid-End SuPPort
Medium Tone
10.35SeII- z
103.50
Extended
55 . OOO
List $
55 .000
Ex te ndedItems Mfg Qly FroducL * ProducL oescriPtion
5 AN638
HT
122 . OOgel I $
610 . OO
E xte ndedSheIf 15H x 3 6wxt2o
Medium Tone
54 .90
SelI - t:
ExiendedILem# Mfg ot7 Product S Produc! DescriPtion
24 PDA 1 AN639NP
t1T
t
CY
Flipper Door 19Hx36Ux12D tJlO L
ock PIug
l',ledium Tone
Bai ley
Colby BIue Ba i leY
218 . OO
5el I t 21A . OO
E x te nded
,8.10SeIl- t ?8.10
E x te nded
55 . OOO
t-ist IItem* Mfg oty Product S Froduct DescriPtion
25 POA 3 AN643
l-tM
Hanging
HT ToP.
216 .OO
Se.I I s
648 . OO
Extendedtlor k Surface 36tJx24D
MT Edge , l'lT SuPPor t
29t,60
Extended
NFFIC[ trAV IL I OII
22 FDA
23 PDA
55 . OOO
L ist s
E x Le nded
55 .000
Extended
97,20SelI- t
55.OOO 55.OOO
t
CITY OF DANIA _BLD. & ZONING ( SY9TEM STATIONS )
CAPspecifier fi Ie A : \OJF\COOo 15 .SFC
Item$ Mfg Oty Product S Product DescriPtion
11 : OTPm 07 /04/1993
List O Extended
26 POA 7 AN67I2F Fabric-Covered FA Fanel 67Hx 12
U
Cabl€ Manasement OnlY
Hedium Tone
l,ledium Tone
BaiIey
CoIby Blue Bai leY
319.00
Ex te nded
c
MT
MT
L
CY
143 . 55Sell- t
Item* Mfg oiv Product S Froduct Description
55 . OOO
LisL $
55 . OOO
Ex tended
27 POA I AN6724F Fabr ic-covered FA Panel 67Hx24
t,
CabIe l'lanagement OnlY
Medium Tone
Medium Tone
Bai ley
Colby Blue BaiIeY
373.OO
9el I o
c
MT
HT
I
!67.85
5e l1- ::
1342 .80
E x te nded
Itemf Mfg Otv Product S Product DescriPtion
55 . OOO
List ,
55 . OOO
Extended
28 PDA 9 AN673OF Fabric-Covered FA
cable Hanageme nt
Medium Tone
Medium Tone
8a i Iey
Colby EIue Bai.IeY
Panel 67Hx3O
OnIy
411.OO
9ell 6
3699 .OO
Extended
HT
MT
I
CY
L84 .95
5e.ll- Z
L664.i5
Extend€d
55 . OOO 55 .000
ExtendedItem# Mfs oL7 Product * Froduct DescriPtion
29 PDA 6 AN6736F Fabr ic-Covered FA PaneI
t,
Cable Management OnIY
Medium Tone
Hedium Tone
Bai ley
Colby BIue BaileY
67Hx3O 47 4 .OO
Sel.I $
2844.O0
E x te nded
c
t'17
MT
1
CY
213.30SelI- Z
1279.4O
E x te nded
Items l'lfg otv Froduct S Product DescriPtion
55 . OOO
List o E x te nded
30 PDA A AN6736F Fabr ic-Covered FA Panel 67Hx3€,
tJcable Mngmt tJl4-Circuit Potl
Medium Tone
Hedium Tone
BaiIey
Colby Blue Bailey
584 . OOSelI I 4672 -OO
Extended
E
HT
HT
1
CY
262.4OSelI- ?
NTTI(^F trAV I I- ION
5s . ooo 55 . 000
319.OOSeII 9
1-43 .55
Extended
2984 . OO
E x te nded
2102.40
E x te nded
cITy ot DAr.lIA -BLD. & ZONING ( SYSTEH STATIONS )
CAF6pecif ier f il€ A: \oJF\CoDOIS.SFC
Itemfl Hfg Otv Produc! # Product DescriPtion
11 : OBpm 07 /O4/L995
31 PDA 7 AN67 42F Fabric-Covered FA Panol 67Hx42
H
Cabl€ Management OnIY
Hedium Tone
Hedium Tone
Ba i ley
Colby Blue Ba i leY
503 . OO
9el I g 503 . OO
Ex Le nded
c
HT
MT
1
CY
226.359ell- 3
226 .35
E x te nded
Item$ Mfg Qt'/ Product S Froduct DescriPtion
55 . OOO 55 . OOO
E x te nded
32 PDA 2 AN6742F Fabr ic-Covered FA Panel 67Hx42
U
Cable i''!ngmt l,l./4 -C i rcu i t PoH
Medium Tone
Medium Tone
Bai ley
Colby Blue Bailey
613.OO9ell $
t226 .OO
E x te nded
E
MT
t'4 T
1
CY
551 .70
Ex te nded
Item$ Hfg Oty Froduct S Ploduct DescriPtion
55 . OOO
E x te nded
33 PDA L AN67 4AF Fabr ic-Covered FA PaneI 67Hx48
Hcable Hngmt tll4-Circuit Fow
lled i um To ne
Hedium Tone
Baileycolby Blue Bai IeY
64?.OO
E x te nded
I'r T
HT 9e.t I- ?E xte nded
Itemfl l'lf 9 QL'/' Froduct * Froduct Oescr iption
55 . OOO
Lisl o
55 . 000
34 rDA 4 AN6760F Fabr ic-Covered FA PaneI
U
Cable Management OnlY
Medium Tone
I'ledium Tone
Bai ley
Co.Lby EIue Ba i lev
S Product Descr iPtion
67l1x60 SelI o
2360.OO
Extended
c
MT
HT
1
CY
SelI- 2
1062.0O
Extended
55 . OOO
E x te ndedItemfl Mfg OtY P]. oduct
35 PDA 2 AN676OF Fabric-Covered FA Pane]
ucable Mngmt t,/4-Circuit
Hedium Tone
Medium Tone
Bail.ey
Co.Iby Blue Bai ley
C,7Hx60
Fot,
700 . ooSeII s
1400 . oo
Extended
E
MT
HT
1
CY
315.OO
Sel l- t
OFT T'T F'AV T I ION
List t Extended
642.OO
SeIl I
55 . OOO
630 . OO
E x tended
55.OOO 55. OOO
CITY OT DANIA -BLD. & ZONING ( 5Y9IEI4 STATIONS)
CAPspecif ier f ile A:\OJF\CODOIS'SF'C
Items Mfg Qty Pl'oduct fl Product DescriPtion
1 1 : OSpm 07 /O4/1993
List $ Extended
36 PDr 2 3LC27 Ag NEl.l Ser ies 1 Panel Connecto
Y 27H
14.OOSeII !E
6 .309eII- z
12 .60
Extended
55 . OOO
List I
55. OOO
Exte ndedILem* Mfg qty Product * Product OescriPtion
37 PDA 3 ANAO6 geries 1 Panel Connector 34H 13.OO9ell $
55 . OOO
ExtendedItem* Hfg Qtv Froduct * Product DescripLion
38 F'DA 1 AN808
MT
Ser ies
Hed i um
30.o09eIl 6
30.oo
Ex tended1 T-ConnecCor 34H
Tone
13.50SeII- z
13.50
E x te nded
55 . OOO
List 6
55 . OOO
Ex te ndedILem* Mfg otv Product * Product Description
3' PDA 1AllB75
ltM
Hanging
HT ToP,
510 . OO9eI.l o
510 . OO
E xtendedtJor k Surface 72llx3oD
MT Edge , MT SuPPort
229.50SeIl- Z
229.30
Extended
55 . OOO
List t
55 . OOO
E x te ndedItem* Mfg oL7 Froduct * Product DescriPtion
40 PDA B AN968
MT
15.O0gell $
1 20 .0O
E x te ndedvariable Heisht FilIer
Medium Tone
6.75
9eI I- t 54.OO
E x Le nded
55.OOO
(.)TT r.f- trAVTL TOI'.1
55 . OOO
55 . OOO
List $
2a.oo
Exte nded
39.OO
E x te nded
Extended
crry oF DANrA -BLD. & zoNING ( 9YSTEI{ STATroNg )
Cnpspecitier f iIe A:\DJF\COOOIS'SPC
Item$ Hfg Oty Product * P)'oducL Description
11 : OBPm 07/04/7995
List s Extended
41 PDA 2 ANCC9E39
MT
t1T
2 End guPPort tJlEnd caP
Tone
To ne
9er i es
39H
Hed i um
Med ium
53.OOSeIl ,106 . OO
E xte nded
23.A5Sell- t 47.70
Extended
55 . OOO
LiSL 9
55 . OOO
Ex LendedILems Mfg oLy Froduct S Froduct Description
42 PDA 5 ANC['1S3624 Hang i ng
Ux24D
HM HT ToP,
cor ner Uor k
i.4T Edse , MT
Surface 36
Suppo r t
380 . OOS€II O
1900 . oo
E xte nded
777.OO
Sel l- 2
855 . OO
Ex Lended
55 . OOO
List IItem$ Mfg Qty Froduct * Product OescriPtion
43 trOA 18 ANEC67
MT
MT
ger ies
Med i um
Hed i um
38.O0
Sel l o E x te nded2 Fa ne I E nd CaP Ri'L 67H
To ne
To ne 77 .70
Sel I- z
307 .80
Ex Lended
55 . OOO
List o
95 . OOO
Exte ndedItem* Hfg Qtv Froduct * Product oescription
44 PDA ?ANI=D6O1SNF FIipPer Door 15llx6oHx15D H/O L 325 . OO
Sel I I 650 . OO
E x te nded
MT
1
CY
ock Fl ug
Medium Tone
Baileycolbv Blue BaiIeY
146 .25SeII- t E x Le nded
59 . OOO
LiSL 9Item* l'1f9 OLy Product * Product DescriPLion
45 PDA 1 ANFD6OI{F'
t',17
1
CY
FI ipper Ooor 15llx6oux 12D t'J'lO L
ock P"lug
l'l€d ium Tone
Bai Ieycolby Blue BaiIeY
286.O0
5e.I I s
286 . OO
Extended
124.70Sell- z
12A.70
E x Le nded
c\^\,,Tt rrr.fl
55.OOO
55 . OOO
E x Le nded
55 .000
E x Le nded
CITY OF DAI.IIA _BLD. & ZONING ( 9YSTEH 9]ATIOI{S )
CAFspecif ier f ile A :\DJF\CODO19.9PC
Item# Mfg OtY Product I Produc! Descl'iPtion
11 : O9Pm 07 /O4/1995
List lE Extended
46 FDA
Item$ Mfg Qty ProducL i ProducL DescriPLion
2 ANFSFE23ON
P
HT
Freestandi n9 Lateral FiI6 l.,/o
Lock 2x30
Medium Tone
500 . ooSelI 6
1000 . oo
E x te nded
450 .OO
E xtended
55 . OOO
LisL $
55 . OOO
E x te nded
47 FDA
ItemI Hfg Qty Product * Froduct OescriPtion
6 ANFSPE6612
201{P
MT
Freestanding Pedestal W,/O Lock
6/6/12 20D
Medium Tone
409 . OO
9,e I I $
2454 .OO
E x te nded
9e I I - t;
1104.30
Extended
55 . OOO
List O
55 .000
Ex te nded
Item* Mfg ot7 trrocluct * Froduct oescription
z ANSH601215
HT
theLf 15t1x60tlx 120
Medium Tone
159 . OO9el.I $
1113 . OO
E x te nded
9ell- :;Ex Le nded
55 . OOO
E x Lended
4? F'OA
Itemx Mfg Qt7 FroducL * Product DescriPtion
. ^rlctJZ.\l c
MT
EDP SheIf 15t1x 6OtJx 15D
Medium Tone
204 . OO
9el I s E x te nded
91 .80SeIl- 2
183 . 60
Ex te nded
55 . OOO
List o Ex Le nded
50 trDA Task Light for use uriLh 36'tl
lled i um Tone
9 ANTLT36
MT
89.OO
5e1.I l0
445 . OO
E x te nded
40.05
9el l- ?
200 .25
Ex te nded
55 . OOO
OFF'IC{: PAVIL ION
55 . OOO
48 F'DA
CITY OF DANIA -BLD. & ZONING ( SYgTEM 9TATION9)
CAPspecif ier f ile A:\DJF\CODOlS'SPC
Item{ l-'lf I Qtv PI'oduct S Product DescriPtion
1 1 : O9Pm 07 /O4 / 199i-,
List I Extended
1ANTLT48
HT
103.OOgell I 103 . OO
Exte ndedTask Light for use with 4a'Ll
Medium Tone
46 .35
5e.l .I - ?
46 .35
E xtended
Item* t'tfg Oty Product * Product DescriPtion
55 . OOO
L ist o
55 . OOO
Ex tended
52 POA 9 ANTLT6O
MT
124 . OOSel.I o
1116.OO
E x te ndedTask Light for use wiLh 6o't',
Medium Tone
59.80 502 .20
Ex te nded
55 . OOO
List t Ex te ndedItem$ Hfg oty Froduct ff Product oescription
53 POA
Iiem* Mfg Qtv Froduct. * Product oescriPtion
4 ANUS4224
H14
Hanging
HT ToP.
9BO . OO
Ex tendedUor k Surface 42wx24o
MT Edge , MT SuPPort
441.O0
E x te nded
55 . OOO
List s
55 . OOO
E x te nded
54 PDA 2 ANIJS4 23O
HM
Hanging
HT TOP,
300 . oo
Sell $
600 .00
E x te ndedtJor k Surface 42Hx 3OO
MT Edge , l4T SuPPort
135.OOSeIl- z
270 .OO
E x Le nded
Item* Hfg oty Product I ProducL OescriPtion
55 . OOO
L ist 9 E x te nded
55 PDA 6 ANLl5PE6612
3ONP
MT
tlS Supporting Fedestal' t',/O Loc
k 6/6/L2 30D
Hedium Ton€
488 . OO
9e.t.l.
292A.OO
E x te nded
279 .60
Sel.l.- t 7317.60
Ex Lended
orf: T c!: F!AVJLION
55 . OOO 55 . OO0
51 PDA
245 . OO
9el.L o
l
CITY OF DANIA _BLD. & ZONII,{G ( SYSTEH STATIONg )
CAPspecif ier f iIe A : \oJF\coDo1S.sPC
Item* Mfg Qtv Product S Product DescliPtion
11 ; lOpm 07 /O4/1993
List $ Extended
56 PDA
Item* l'tfg oty Product S ProducL DescriPLion
3 An'IJSPEB4L-
R
MT
t,9 SuPPorting Pedestal Br ac ket
- Left lla nd
lled i um Tone
23.OOSell I 69.OO
E x te nded
10.35Sell- ,.
31 .05
Extended
55 . OOO
LisL S
55 . OOO
Ex tended
3 ANHSPEB4R-
R
t''17
tJS Supporting Pedestal Br ac ket
- Right Ha nd
|,led i um Tone
23.OO 69 .OO
E x tended
31.05
Ex tended
55 . OOO
List s
55 . OOO
E x te nded
5B PDITag: 1
Item* Mfg Qt7 Froduct $ Product DescriPEion
o.oo
E xtended
o.ooSelI- z
o.oo
Ex Le nded
o.ooo
Li6t 6
59 F'D I
Tag: 2
t LP-u-2?7 lock P lug
Iteml Mfg Qty Product * Product Description
o.ooSeIl lE
o .00
E x te nded
o.ooSeIl- 3
o.oo
Ex Le nded
o.ooo
L ist $
o.oo0
Ex te nded
60 FoI 1 LP-U-228 Iock PIug
Tag: 3
o.oo
E x te nded
o.ooSeIl- ?
o.oo
E x te nded
o.ooo
i.t:fcr i\avTl ToN
o.ooo
Item* Hfg oty Froduct S Froduct DescriPtion
1 LP-U-226 lock PIug o.oo
9el I I
o.ooo
o.oo
SeIl $
CITY OF DANIA _BLD. & ZONING ( SY9TEM STATION9 )
cAFspecif ier f iIe A:\DJF\CODO19.SPC
Item* Mfg Qty Product S Froduct Description
11:lOpm 07/O4/1995
List I Extended
61 PDITag: 4
7 lF-U-229 lock Plug
ILemS Mfg oty ProducL X Product OescriPtion
o.oo9ell I o.oo
Ex te nded
o.oogell- ?
o.oo
E x te nded
o.ooo
LisE o
o.ooo
Ex tended
62 POI
ILem* Mfg Oty Froduct S Froduct DescriPtion
o.ooS€l.l $
o.oo9eII- ,:
o.oo
E x te nded
o.ooo
LisL g
o.oo0
Extended
63 PDITag: 6
1 LF'-u-231 Lock PIug
Item* f'1fg QL'/ F\roduct * Produc! Description
o.oo o.oo
Extended
o.oo5eIl.- ,6
0.00
Extended
o.ooo
List s
o.ooo
64 PDI 2 LF-U-232 lock Plus
Items Mfg otv Product * Product DescriPtion
o.oo9e1l o
o.oo
Extended
o.oo
Sel I- z
0.oo
E x te nded
o.ooo
List 6
o.ooo
Ex te nded
65 PDI
Tag:1O
4 LP-U-233 lock PIug o.oo
Sell $
o.oo
Extended
o.ooSeIl- ?
o.oo
Extended
o.ooo
OFT.: T 'T: E\AVTI T OI'J
1 LF-U-23O lock PIug o.oo
o.ooo
CITY OF DANIA *BLD. & ZONING ( gY9TEM 9TATIONS )
cAPspecifier fi le A: \DJF\coools .SFC
Itemff Mfg Qty Product S Product DescriPtion
11 :1Opm 07 /O4/L995
List o Extended
66 PDI
Tag : 11
2 lP-U-234 -t oc k P I ug
ItemI l'1fg QLy Produc! S Product oescriPLion
o.oo
Sel I s
o.oo
E x te nded
o.ooSeII- B
o _oo
E xtended
o.ooo
E x Le nded
67 POT 1 LP-u-235 lock Plug
Item* Hfg Qtv Product * Product DescriPtion
o.oo o.oo
Extended
o.oo9eLl- 2
o.oo
E x te nded
o.ooo
List $Extended
68 POI
Tag: 13
1 LP-U-236 lock PIus
ILemfl Mfg Qt'/ Product * ProducL Description
o.oo9el.t s
0.oo
E x te nded
o.ooSeII- ?
o.oo
o.ooo o.cco
E x t.€ naed
69 POI
Tag:17
2 LP-U-237 Iock Plug
ItemB Mfg OLy Product * Product OescriPCion
o.ooSeII $
o .00
E x Le nded
o.oo9eLI- t o.oo
E x te nded
o.ooo
LisL I
o.coo
Extended
c-Leg Table 29"Hx6O"wx24"O
Radiused Edge
Innertone Lam i nate
Innertone Tr im
L Cr ?96024
HT
HT
7 59 .OO
9e.I I o
7 59 .OO
E x te nded
SeLl- t 341 . 55
Extended
55 . OOO
OTFTCE F'AVIL ION
55 . OOO
o.ooo
LisL ,
CITY OF DANIA _BLD. & ZONII{G ( gY9TEH 9TATIONS )
cAPspecif ier f iIe A:\oJF\COOO1S.5FC
Item$ Mfg OLv Froduct fi Product DescriPtion
11 : 11pm 07 /o4/1999-,
List g Extended
71 FDS 11 513L
Tag: 6
A
I'lT
1
HO
Knee Tilt/9t,,ivel t,ork Chair
Low Bac k
AT mS
Medium Tone Finish
LoH Back Chair Grade 1
Midnite Buccaneer
537.OO9eIl o
5907 .OO
Ex tended
247.65
E x te nded
ILem* Hfs QLy Product * FroducL oescriPtion
55 . OOO
List o
55 . OOO
Extended
72 FTL 7 R37l
FRAME:
FABRIC:
111.OO
5el I $
777.OO
Exte ndedFALcON, Side Chair
BLACK GLO55
TUFF CLOTH II{O IGO
61 .05
Extended
Ilem l'lfg Qty Produc! fl Froduct DescriPtion
45 . OOO
List $Extended
73 PDS 1 S13H
Tag: 6
A
MT
1
MD
Knee Tilt/SwiveI Uor k Chair
High Bac k
Ar ms
Medium Tone Finish
High Eack chair Grade 1
Midnite Buccaneer
615.O0
SeII I 615 . OO
Extended
Ex tended
55 . OOO
List $
55 . OOO
ExLended
1 AOa1s}{T Fanel Hi nge 34H
ItemS Mfg Oty Product * Froduct DescriPtion
18.OO
SeII o
18.OO
E x te nded
SeII- ?Extended
51 . OOO
List $Extended
75 HAI 1 AOSoTMT Finished End,Hingeable 34H 27.OO
Sel I o
27 .OO
E x te nded
13 .23
Ex tended
51 . OOO
OTFTCE PAVIL ION
51 .OOO
Item* Hfg ot7 F'roduct fr Product DescriPtion
13 .23Sell- *
CITY OF DANIA _BLD. & ZOI'I I I.IG ( 5Y9TEI'4 STATIONg )
CAPspecifier fi le A: \OJF\CODOIS '5PC
Itemf Mfg Qtv Froduct # Froduct DescriPtion
11 : 11pm 07 /O4/1999
List !E Extended
76 HAI 1 AO4OSHT Finished End,Hingeable 621-l
ILem* i'lfg OLy Froduct # Froduct DescriPLion
32.OOSeII o
32.OO
E x te nded
15.68gelI- t 15 .64
Extended
51 . OOO
List o
51 . OOO
E x Le nded
77 FOA 2 SRVECCVRMT END CAP BASE 4 CIR
Total List s
2.OO9e1l s
4.OO
E x te nded
o.90
Sel.L- ?
1.eo
Ex tended
Total 9ell I
55 . OOO 55 .000
Total Sell- t
60071 . OO 54.7AO
r)F F'T 'F E AVTt TON
CITY OF OArlrA -BLD. & zoNrNG ( CONFERENCE )
CAtrspecif ier f ile A:\DJF\CODOIC'9PC
Item* Hfg otv Froduct t ProducL DescriPtion
11:21pm 07/04/1995
List 6 E x te nded
1 FT1 60 R371
FRAI1E:
FABR IC :
FALCON, gide Chair
BLACK GLOSg
TUI=F CLOT}1 I I{O IGO
111.OO
9eI I $
6660 .OO
E xte ndedTag: 6
61 .O3gelI- ,.
3063 .OO
E x te nded
45.OOO 45 . OOO
E x te ndedItem* |4fs Otv Froduct * Froduct DescriPLion
2 FrL 16 24FL1308 FALCON , LIGI]T HEIGIIT TABLES,
VINYL EDGE 30 X 60
CF'1OOGS
NEVAMAR 5-.6_18T CI'I I NCIII LLA
GLO95 BLACK
Total List o Total SelI $
752.OO9e1I $
12032 . OO
E x te nded
6617 .60
Ex te nded
Total gell- e;
7a692 .OO 10230 . 60 45.000
EDGE F IN:
LAM . FIN:
BA9E F IN:
413.60
CITY OF OAIIIA _BLD, & ZON II..IG ( PRIVAIE OFFICE9 )
CAPspecif ier f ile A :'.DJF\CODO1F.gPC
ILemS Hf9 QL7 Product S Product OescriPtion
11 ; 16pm 07 /O4/ 1295
List O E x te nded
2 RDD367230 Doub.1. e F'ed Desk 36"O\7?"W\3O"O
FedBo\/Bo\/F LLe PedesLal
F i le/F i Ie Pedestal
BIack Umber
I nne)'Lone Lami nate
L407.OO9eIl o
2814.OO
Ex!ended
L3
BU
633.15 7266.30
Ex te nded
ILemfl Mfg ot'/ Product s Product DescriP!ion
55 . OOO
E x te nded
OoubIe Ped Credenza 22"Ox72'
Ux2O "D tredFiIe,zFile Fedesia I
Box/3ox/F i le Pedesta.l
Black Umber
I nneltone Lami nate
11a7.OO
L2
BU
HT
1068.30
Extended
Item* Hfg Qty Product f Product DescripCion
55 . OOO
List I E x te nded
Tag; B
3 FD9 4 913L Knee TiltlsuiveI t^,or k Chair
LoH Bac k
Ar ms
Medium Tone Fi nish
Low Back chair Grade 1Midnite Buccaneer
537.OOSeIl 0
2148 . OO
A
MT
1
MD
9eII- :;
966 . {JO
Item* Mfg Qt7 trroducL * Froduct DescriPtion
55 . OOO
Ex Le nded
Item* Mfg Qty trroduct * Product DescriPLion
111.OOSelI s
444 . O0
E x te nded
FALCON, side chair
BLACK GLOSS
TUF[: CLOTH IND IGO
9eI l- z E x te nded
45 . OOO
List $
45 . OOO
Tag: 6
5 PDg 2 S13H Knee TiIt/Swivel tJork Chair
High Bac k
Ar ms
Medium Tone FinishHigh Back Chair Grade 1
l,1i dni te Bucca neer
615.OO3e.tl o
1230 . O0
Extended
MT
1
t4D
276.73SelI- ?Ex te nded
or.r I cr trA'"'Il, I Oll
95 .000
2 PDR 2 RCO2272 237 4 .OO
FRAHE:
CITY OF DAIIIA -BLD. & ZONING ( PRIVATE OFFICES )
CAPspecif ier f ile A: \DJF\coDOlP.gPC
Item* Mfg Otv Product I P).oduct Desct'iPtion
11 : 16pm 07 /04 / 1995
6 PDI 1RT294a
HT
516.OO
Sel I $
516.OO
Ex te nded
Round Tab.Ie Pkgd AssY 29"Hx4a'
Radiused Edge
I nnertone Lami nate
Innertone Tr im 9el I- ,;E xtended
Total List o Total 9eIl t
55 . OOO
4 331 .10
OTTICE trAVI L I ON
CITY OF DANIA .BLO. & ZONII'IG ( OAN OYLER,S OI=FICE )
CAFspecif ier f ile A:\DJF\COOOIDO'SPC
ILems Mfg oLv Froduct # Product Description
11 : 19pm 07 /O4 / L995
L ist I Ex te nded
1 POR 1 RDD367230 oouble Fed Desk 36"Dx72"wx30"o
Fed80\/Box/FiLe Fedesta I
File,zFi.te Pedestal'
Black Umber
I nnel'tone Lami nat-e
1407.OO5ell t L407.OO
Extended
AU
t-tT
633 .13SeII- Z
633.15
Ex Le nded
55 . OOO
ExtendedILemS Mfg Qt,7 Product * Product OescriPtion
L2
R3
HT
Double Ped Credenza ?2"0\72"
tJx2O"D Ped
F i Le/F iLe Pedestal
Box /Box/F i Ie Pedesta.I
BIack Umber
Innertone Lami nate
1187.OO5€ll o
tLaT.oo
gell- t Extended
55 . OOO
List 5 ExtendedItem* i'lfg QLy trroduct * Product Oescr iPtion
3 F'Dg Knee TiIt,/Swivel t'lork Chair
High Back
Ar ms
Medium Tone Fi nish
lligh Back Chair Grade 1
Midnite Bucca neer
615.OO
9el I 5
615 .00
E x tended
MT
tlD 55 . OO0
Iteml Mfg QL/ Product * ProducL OescriPtion List o ExLended
Tag: 6
4 FT1
FRAHE:
FABRIC:
111.OO
9el I 6 E x te ndedFALCON, gide Chair
BLACK GLOSS
TUFF CLOTH INOIGO
ToeaL L ist O Total- SelI S ToLal SeIl- z
61 .05 t22 . rO
Extended
3431 . OO L566.15
a-,- I cr trAVTt-TOrJ
2 FDR L RCO2272
CITY OF DANIA -ALD ' & ZONING (FILES)
CAPspecif ier f i.te A : \DJf\CODO1F.SPC
Item$ Hfg Ot'/ Product * Froduct OescriPtion
Ll t LTpn 07 /01/!r9'.
L I5L {'
4 26-3020"3-
NNN
T5
74
CB***x**x***
NOTE:
Laleral File gLd trull' 3 Fxd
Fr t Dwr s 381-1 3Ol.J 2OD
STEEL: Te x tur ed
PAINT: HCdiUM TONEOPT: CounLerbalance LJeighL*****x**** ComPlete ******x***
gHIP LOCK PLUG gEF'ARATE
a1a.oo
Sel I $
3272 .OO
E x te nded
Se.L l - ,:Ex Le nded
42 . OOO
L i st o
42 .OOO
E xte nded
2 MER
ILemt l'1fs Qty Froduct * Froduct DescriPLion
5 26-3020-5-
Nl.ll.lNil
74
*x********
NOTE:
Lateral File Std Pull 5 Fxd
l=rt O$,,rs Lt-L/211 3otl 2oD
STEEL: Textul'ed
PAINT: MCdiUM TONC
OPT: Counterbalance LJe i tht******x*** COmPIeLe ***x******
5I-II P LOCK FLUG 5EPARATE
1220.OO
9el I o
6100.00
707.60 3538 . OO
42 . OOO
List s E x te nded
13620 . OO
E x te nd€d
E x te nded
4 MER o.oo9eII S
0.00
E x te ndedfagt 7
o.ooSell- :;
o .00
E x tended
Item$ Hfs Qty Product S Product DescriPtion
42.OOO 42 .oCO
5 MERTag: 1O
I IO7 /c58.23 MER . LOCK FLUG * HITI'I IIMI KEY
.l
o.oo5eI1 6
o.00
E x te nded
o .00
Extended
OFT'ICE PA\ITL ICI.I
Item$ Mfg Qtv Product s Produc! Descl'iption
3 |4ER 72 Z3-3O2O-5- LaLeral File Frontless 5 Dwr 1135'OO
Nl{NllN 61*l /ztl 3ot^l 2OD 9e I 't 6
TS STEEL: Textured
74 PAINT: Hedium Tone 654.30
CB OPT: Counterbalance UieighL geII- t'
***xx***** **x******* comPlete x****xx***
I{OTE: S}{IP LOCK FLUG 9EPARATE 42.OOO
Item$ Mfg Ot'/ Fr-oduct * Product DescriPtion List $
6 !O7/O5A-23 MER. LOCK FLUG * I.' I TI'I HMI KEY
I
o.ooSelI- t:
42.OOO 42.0O0
CITY OF DANIA _BLD. & ZONING (FILE5)
CAPspecifier file A: \DJF\COOOIF 'gPC
Item* Hfg otv Froduct * Product Description
l7 | !7pn O7 ,'O4,'Ir9i
List $ Extended
6 MERTag:12
2 IO7 /O5A-23 I'1ER . LOCK trLUG * TJITII IIMI KEY o.oo9eLl t o.00
E x te nded
o.ooSelI- z
o.oo
Extended
42 . OOO 42 . OOO
E x Le ndedItem* Mfg otv trroducE * Product DescriPtion
7 HER 12 LO7 /053_23 HER . LOCK PLUG * I'JITH lli'll KEY
Total L ist o Total 9eIl I
n.)6
gel L
0.oo
E x t€ nded
o.oo
SelI- t
o.oo
Extended
42 . OCo
Total 9eII- :;
22992.OO 42.OOO
crFIcf trAr,,I L I Ol..i
PAVILION
City of Dania
100 West Dania Beach Boulevard
Dania, Florida 33004
Attn: LouAnn Cunningham
May 4, 1995
Proposal #8716kc3
TERMS AND CONDITIONS OF SALE
PRICE:
Prices quoted in this proposal include delivery and installation.
FREIGHT:
Prices quoted include freight charges.
TAXES:
Sales tax is not applicable.
F.O.B. POINT:
The products quoted in this proposal are F.O.B' factory. The client will be responsible
for inspecting and receiving shipments and for filing any fieight damage or shortage
claims.
ESTIMATED LEAD TIME: 5 - 7 Weeks
Lead times are estimated from information gathered from each manufacturer by Office
Pavilion. We will not be held responsible for manufacturing delays or any other
delays beyond our control. Changes in the estimated lead times shall in no way limit
the customer obligation to fulfrll the terms and conditions of this agreement.
PAYMENT:
Terms of payment are as follows:
0% Deposit. balance due net 10 days upon receipt of product.
Prompt payment is required for all product delivered and accepted by the buyer.
Payment may be withheld only for damaged items and only until
appropriate repair is made.
All past due accounts will be subject to a finance charge at a rate of 1 l l2Yo per
month on the unpaid balance. If Office Pavilion takes action to collect any amount
due from the customer, the customer will be liable for all collection costs, including
attomey's fees.
SHIPMENT:
offrce Pavilion reseryes the right to ship product in the manner in which it determines
as the best way. If special shipping or cartoning is requested or required by the
customer, such charges will be the responsibility of the customer.
RETURNS, CHANGES AND CANCELLATIONS:
No merchandise may be retumed or cancelled without written authorization from the
Offrce Pavilion. All returns and cancellations, if permitted by the manufactuer, may
be subject to restocking charges. All changes made to previously placed orders are
subject to approval by Office Pavilion. Any additional costs caused by changes will
be the responsibility of the customer. office Pavilion will not be responsible for
delays in shipment or delivery resulting from change orders. All change orders must
be in writing.
STORAGE:
When delivery is delayed by the customer, Office Pavilion reseryes the right to place
the goods in storage at the customer's risk and expense. Storage will be charged to
the iustomer at a rate of $1.25 per square foot per month and prorated weekly, after
thirty (30) days. Transfer to storage will be deemed delivery for all purposes,
including invoicing and Payment.
TNSTALLATION:
Unless otherwise noted, installation prices are based on the use of local labor, working
druing normal business hours, Monday through Friday, S:30 A.M. to 4:30 P.M.
Installation personnel must be given clear access to the jobsite throughout the project.
The site must be clear of all debris and materials, including existing furniture, which
would inhibit our ability to install your fumiture.
Any additional labor performed at the customer's request which is not covered by the
pricing included in this proposal will be charged to the customer.
Electrical power and lighting must be provided by the customer during the installation'
If the ordei includes thl installation of panels with electrical power, the customer will
be responsible for securing the services o{ and payment for, an electrician to connect
o* ,yrt.- to the buildingls main power source. The Offrce Pavilion provides the
customer with information conceming the proper electrical connections required.
office Pavilion also works with the customer's telephone and communications
contractors to advise them on routing cables through the fumiture systems, however,
we are not responsible for the actual routing of cables'
The customer will be responsible for maintaining security at the jobsite during
unloading, storage, staging and installation.
Upon completion of the installation, the customer will be required to sign for the
a".uia", received. The customer's signature will constitute final acceptance of the
services received by the customer and an invoice will be generated for services
received.
GUARANTEES & SERVICE:
office Pavilion will provide service on all products in accordance with the
manufacturer's written product warranty, after which time charges for parts and labor
will apply.
Accepted By:Date
Proposal #8716kc3
Bo rr.l o! C.Junty Cr.rlrttrtissioncrs
Marl' Mc'iarty, Chair
Ken 1.. itrster, Vice Chairman
Karen T. Marcus
Carol A. Roberts
Warren I-I. Newell
Burt Aaronson
Maude Ford Lee
County Administrntor
Robert Weisntan
Purchasing D€partment
BOARD OF COUNTY COI.II{ISSI ONERS
ltqrrqE ICITATIOIT
BID I93-315/Hfl
0ffice Furniture, Annua I Contract
BID OPEI|ING DATE: Qctqber.,6, ,1993 AT 2:00 P.tt.
It is the responsibility of the bidder to insure that all pages are received andaIl addendum released are received prior to submittal of a bid. AII bidders areadvised to closely examine this package. Any questions regarding the
cornpleteness of this package and issuance of any addendum thereto should be
immediately directed to Palm Beach County Purchasing Department (407) 233-f500.
Palm Beach County is exempL from Federal and State Taxes for tangible personal
property.
It is requested that all bids be submitted in triplicate, one original and two
copi es .
Irr a.cc or-d.a.rrce r.r i [. }-r t}-rep r- orz i s i orrs o f A,EIA, - f. tri sd-oerrrnerrt rnEt ]z Ice reqf rres t ed.irr Ern aI- t e r-rr-a-t e f or-rna.t -
"An Iiqrral ()pPortqlnity - Affirmntivc Action Iin1ploy.,r"
50 S. Military Trail, Suite ll0 west Palm Beach, Florida 33415-3r99
{407) 233-1s00 FAX: (407) 233-15ll
Addendum to this Invitation for Bidwill be automatically sent only to those vendors
who received this document directly from
Palm Beach County Purchasing Department.
CAI-,TIOI\I
& ,^,"0 * ,."r",.0 ,*n
Palm Beach County shall not be responsiblefor the completeness of any Invitation for Bidpackage not purchased directly from
Palm Beach county Purchasing Department.
2
PURCHASING DEPARTMENT CONTACT: Michaet F. Hauer TELEPITONE NO.:. CILqLI Ali-llts _AIl bid responses must be received on-nr befoi. octobJr e, rgs:, piior t6 2roo p-.m- pal*
Beach county Iocal time, at which time all bids will be publicly opened and read. sitsurtBrD To: Palm Beach county Purchasing Department, 50 so. Military Trail, suite II0, westPaIm Beach, Florida 334I5.
==:===::::::This Invitation to Bid, General Conditions, Instructions to Bidders, Special Conditions, Specifications, Addendaand/or any other referenced document form a part of this bid proposal inrl by reference'are marle a part thereof.The selected arardee shall be bound by all terms, conditions and requirenentl in these documents.
PIIRP0$E lllD ErPEcTi It is the purpose and intent of this iavitation to secure bids tor iteo(s) and/or servicesas Iisted herein' The selected arardee shall be bound by all terms, conditions, and requirenents in these docunents
and is hereby placed on notice that acceptarce of this bid by Palm Beach county shall constitute a binrling contract.(i.e., Price Agreement).
GENERAL CONDITIONS, INSTRUCTIOIiIS AND INFORI..IATIOT FOR BIDDERS
1. , GEI*EBArr !!rFoRl{AT_rQ[
These documents constitute the complete set of specification requirements and bid forms. ITIS THE RESPONSIBILITY OF TEE BIDDER TO INSURE Tf,AT ALL PAGES }!ID ALL ADDENDW ANE RECEIVED.All bidders are advised to closely examine this package. Any guestions regarding thecompleteness of this package and any addendum thereto should be irmnediately dirJcted to thePurchasing Department contact. ALL BID PRoPosALs ltusT BE SUBITITTED olt THE pRovIDED
MVITATIoN EoR BID "PRoPosAL" FoRM. BID pRoposAls oH vENDoR LETTERTTEf,D/OUoTATIoI FoRl{s flILL
TOT BE ACCEPTED.
All bid proposals must be typewritten or nritten in ink, and must be signed in ink by anofficer or employee having authority to bind the company or firm. S IGNATITRES ARE REQITIRED
T{HERE INDICATED, FAILURE TO DO SO SIIAI,I. BE CAUSE FOR REJECTION OF BID.
Bidders shall not be allowed to modify their bids after the opening time and date. Bid filesmay be examined during normal workjng hours, by appointment only, after bid opening, at suchtime as the bid files become available for public inspection.
AII bid proposals are to be returned sith the enclosed address label affixed bearing the bidnurnber and mailed or presented to the Purchasing Department and received on or before thespeci fied time and date.
The bid time nmst be and shall be scrupulously observed. Under no circumstances shall bidsdelivered after the time specified be considered. Such bids wilI be returned to the vendorunopened, It is the sole responsibility of the bidder to ensure that his or her bid reachesthe Purchasing Department on or before the closing date and tirne. The County shall in no waybe responsible for delays caused by any occurrence. Bid proposals by teiephone, telegram oifacsimile sha1l not be accepted,
Any questions by prospective bidders should be directed to the Purchasing Departnent contact,noted herein, who is authorized only to direct inquiries to various portions of the bid sobidders mav read and interpret such for thenselves. Purchasing personnel are not authorizedto g'i ve i.nformation as to bid requi.rements in addi.t-ion to that which is contained in thewritten bid document. Interpretations of the bid or additional information as to itsrequirements, where necessary, shall be communicated to bidders only by written addendum.
BOARD OE COUIITI COUI.{ISS IOIIERS
Palm Beach CountyrDIVITATIOII FOFT BID
BID No: -93-9151!.rH _,___ BrD TrTLE: oltise_Furtliture,_ Aqnua,l_.-gerllast_
2. PRICE / DELIVERY, / ACCEPTANCE
Price quoted must be the price for
containing modifying or "escalator"
requested in the bid specifications.
new merchandise and
clauses wiil not be
defects. Any bids
unI ess specifical I1'
free f rom
considered
Deliveries of aII items shall be made as soon as possible. In the apPropriate blank on the
bid form, the vendor must indicate the best delivery date after receipt of order. Deliveries
resulting from this bid are to be made during the normal sorking hours of the County, Time
is of the essence and the bidder's deiivery date must be specified and adhered to. Shouli
the bidder, to whom the order or contract is awarded, fail to deliver on or before his/her
stated date, the County reserves the right to CANCEL the order or contract and make the
purchase elsewhere. The successful bidder(s) shall be responsible for makinq any and all
claims against carriers for rnissinq or damaged items.
"Acceptance" as herein used means the acceptance by Palm Beach County after the authorizeC
agent for Palm Beach County has, by inspection or test of such items, determined that they
fully comply with specifications.
The Board of County Comnissioners may return, for full credit, any item(s) received uhich
fail to meet the County's performance standards.
3 FEDERAL AND STATE TAX
palm Beach County is exempt from Federal and State Taxes for tangible personal property. The
authorized agent for Purchasing will provide an exemption certificate to the successful
bidder, upon reguest. vendors or contractors doing business with PaIm Beach county shall not
be exempted from paying sales tax t.o their suppliers for materials to fulfill contractual
obligations with the County, nor shall any Vendor/ Cont. ra ct or be authorized to use the
County's Tax Exemption Number in securing such materials '
4.ACCEPTAN cE_.I__BEtEcIIs!
palm Beach County reserves the right to accept or to reject any or aII bids and make the
award to lhat bidder, which in the opinion of the County will be in the best interest of
and/or the most advantageous to the County, PaIn Beach County also reserves the right to
reject the bid of any vendor who has previously failed in the proper performance of an award
or to deliver on time contracts of a simi lar nature, who has been suspended or debarred from
doing business with the County, or who is not in a position to perform proPerly under this
award. Palm Beach County reserves the right to inspect all facilities of bidders in order
to make a determination as to the foregoino. Palm Beach County reserves the right to waive
any irregularities and technicalities and may, at it's discretion, reguest a re-bid.
5 SUBCONTRACT ING
If a vendor subcontracts any portion of a contract for any reason, he must include, inwriting, the name and address of the subcontractor, name of the person to be contacted
including telephone number and extent of work to be performed. This information shall be
submitted with bid proposal. Palm Beach county reserves the right to reject a bid of any
bidder if the bid names a subcontractor who has previously failed in the proper performanceof an award or failed to deliver on time contracts of a similar nature, or lrho is not in aposition to perform properly rrnder this award. Palm Beach county reserves the right to make
determination as t.o the foregoing.
4
6.!!9 BID / ilo cHARqE
Where more than one item js listed, any items not bjd upon should be indicated "NO BID,,.Any/ail items left blank wilI be considered a "No Bid" for that item. If no iterns are bidon, the "statement of No BID'i should be returned, with the envelope plainty marked "No BID,'with the bid number. Failure to do so silt be an indication that the bidder does not wishto be considered for future bids and may result in the removal of the bidder from theregistered vendors Iist.
A bidder desiring to bid "tto charge" must so indicate, otherwise the bid sill be construedas incomplete and will be rejected.
7. ALTEE!!AT-M$.1 AppRo,VEp -EQrrAr 1, DEvIttIo_llS
Unless otherwjse specified, the mentjon of the particular manufacturer's brand name or numberin the specifications does not imply that this particular product is the only one that sillbe considered for purchase. This reference is intended solely to designate the type orquality of merchandise that will be acceptable. Alternate otfers will be considered and mustinclude descriptive literature and/or specifications. Failure to provide descriptiveliterature and/or specifications r.rith alternate offers will be cause for disqualification ofthe bid.
The determination as to whether any alternate product or service is or is not egual shalI be
made by PaIm Beach County and such determination shall be final and binding upon aIl bidders.
Although the Board of County Commissioners provides for the consideration of alternate bids,it reserves the right to make an award in the best i.nterest of the County, Such award maynot necessarily be given to the lowest bid offered.
The bidder shall be responsible for reading very carefully, and understanding conpletely. therequirements and the specifications of the items bid upon. Any deviation from specificationsIisted herein must be clearly indicated, otherwise it will be considered that items offeredare in strict compliance with these specifications, and the successful bidder rill be heldresponsible therefore; deviations must be explained in detail on an attached sheet(s) anditemized by number. Any item or itens that do not meet established specifications upondelivery wiII not be accepted.
8. xa[_eQ_lrr,..u.gla!!
Bidder certifies that this bid is made without prior understanding, agreement, or connectionwith any corporation, firm or person submittinq a bid for the same materials, services,supplies, or equipment and is in all respects fair and without collusion or fraud,
No premiums, rebates or gratuities permitted; either with. prior to or after any delivery ofmaterial or provision of services, Any such violation may result in award cancellation.return of materials, discontinuation of services, removal from the vendor bid list(s). and/or
disbarment or suspensi.on from doing business with Palrn Beach County.
9. CONTLICT OF INTEREST
The award is subject to the provisions of the applicable Federal laws, rules and regulations,the Florida Statutes and the County's ordinances and resolutions. AlI bidders must disclosewith their bid the name of any officer, director, or agent who is also an employee of Palm
Beach County. Further, aIl bidders must disclose the name of any County employee who owns,directly or indirectly, an interest of ten percent or more in the bidder's firm or any ofit's branches.
10. I,EGAL REQUIREI{ENTS
Federai, State, County and local laws, ordinances, rules and requlations that in any manneraffect the items covered herein apply. Lack of knowledge by the bidder shall in no way bea cause for relief from responsibi litv.
Vendors doing business wit,h the County are prohibited from discriminating againstany employee, applicant, or client because of race, creed, coIor, nationaiorigin, sex, or age with regard to but not Iimited to the following: employmentpractices, rates of pay or other compensation methods, and training selecti.on.
Palm Beach County is committed to assuring equal opportunity in the award of
contracts and, therefore, complies with aIl laws prohibiting discrimination onthe basis of race, color, religion, national origin, age, sex, sexual
orientation, di.sabj.lity and marital status.
In compliance with Florjda Public Entity Crime Statute (Section 287.132, 133)
attached Public Entity Crime Eorm should be fully executed, notarized and
submitted with bid response once per calendar year, No award wilI be executed
wj.th any person or affiliate identified on the Department of ceneral Services
"convicted vendor" list, This list is defined as consisting of persons andaffiliates trho are disqualified from public contracting and purchasing process
because they have been found guilty of a public entity crime. No public entity
shall auard any contract to, or transact any business in excess of the threshold
amount provided in Section 287,0I7 without receipt of the statement.
In compliance with PaIm Beach County Recycled Paper Product Procurement
Ordinance, all bidders agree to the following as a precondition to contract
awa rd :
All reports submitted t-o the County by a contractor in fulfillment of contractual
obligations shaII use recycled paper when it is available at a reasonable price
and of satisfactory guality to meet contractual performance standards. For
purposes of this paragraph, the price of recycled paper shall be considered
"reasonable" if its cost- is no more than 10t higher than the Iowest price offeredfor non-recycled paper.
Reports submitted to the County by contractors shall use both sides of paper
sheets uhenever practicabi e.
Contraqtors shall be responsible for maintaining records docunenting usage of
recycled paper for reports submitted to the County in tulfillment of contractualobligations. Contractors shall submit such recbrds to the County, as required.
In compliance with Florida Statute (section 287.087) attached form "Drug-FreeWorkplace Certificati on" should be fully executed and submitted with bid responsein order to be considered for a preference rhenever two (2) or morebids/proposals which are equal with respect to price, quality, and service are
received by Palm Beach County.
The Uniform Cormnercial Code (Florida Statutes, Chapter 572) shall prevail as thebasis for contractual obligations between Lhe awarded contractor/vendor and palm
Beach County for any terms and condi tions not specifical ly stated in theInvi tation for Bid.
The obligations of Palm Beach County under this award are subject to theavailability of funds lawful ly appropriated for its purpose.
D
A
C
t'
G
L
5
H. This Invitation for Bid shall be included and incorporated in the final award.
The order of contractual precedence will be the purchase order or price agreenent
release, bid document (original Terms and Conditions). and bid proposal. Any andall Iegal action necessary to enforce the award will be held in Palm Beach County
and the contractual obligations will be interpreted according to the laws of
Fl orida,
ll. ,PR_r_cEs QU{TED
Bidder narrants by virtue of bidding that prices shall remain firm for a period of ninety(90) days from the date of bid opening or other time stated in special conditions.
In the event of extension error(s), the unit price will prevail and the bidder's total offerwill be corrected accordingly. In the event of addition errors, the extended totals uillprevail and the bidder's total wjll be corrected accordinoly. BIDS EAVMG EnASIIRES oR
CORRECTIONS UUST BE INITIALED IN INK BY THE BIDDER.
Bidders may offer a cash discount for prompt palrment. Ilowever, such discounts will not beconsidered in determininq the Iowest net cost for bid evaluati.on purposes unless otherwisespecified in the special conditions. Bidders should reflect any discounts to be consideredin the unit prices bid.
12. PAY!!E-r-r
Palment will be made by the county after conunodi t i es/ servi ces have been received, acceptedand properiy invoiced as indicated in the contract and/or order. Invoices must bear theorder number.
13. P.0,Sr-l.Ng_.0..[ AwARp REcqr-q.lENDAIrqug
Recommended awards will be post,ed for review by interested parties, at the Purchasing
Department, prior to submission through the appropriate approval process, and will remainposted for a period of five (5) calendar days.
Bidders desiring a copy of the bid tabulation of the Invitation for Bid may request same byenclosing a self-addressed, stamped envelope rith their bid.
14. PSOTEgT PROC-EDqRE
Protest procedures are provided jn section IV.D of the Palm Beach County Purchasing0rdinance.
Failure to file protest as outlined in the PaIm Beach county Purchasing Ordinance shallconstitute a waiver of proceedings under the referenced County Ordinance.
15. cERr_!rJc_4rr0.xt,.l|Icu!Eq A!!D..BERnrlt
Vendor must include with his bid a copy of all applicable Certificates of Competency issued
by the State of Florida or the Palm Beach County Construction Industry Licensing Board in the
name of the vendor shown on the bid proposal page.
Protests must be addressed to the Director of Purchasin-q, in writing, identifyinq theprotester, the solicitation and the basis for the protest and must be received by thePurchasing Department within five calendar days of the initial award posting date. Theprotest is considered filed when it is received by the Purchasing Department.
7
It shall also be the responsibility of the vendor to submit, prior to comnencement of work,
a current 0ccupational License for Palm Beach County and all permits reguired to complete
this contractual service at no addi.tional cost to Palm Beach County. In lieu of a PaIm Beach
County gccupational License, non-residents regulated by the State of Florida DePartment of
professionai Regulation may submit a copy of their State of Florida Department of
professional negirlation License and a crrrrent Occupational License issued by the County or
City ghere their business is located.
15. CODES AND REGUI,ATIONS
The vendor must strictlv complv w:i llr Federal, State and local
Equipment must meet all state atrd Federal Safety regulations
equipment and for lockout/tagortt. processes.
Bidder certifies that all material, equipment, processes. etc., contained in his bid meets
all o.S.H.A., ANSI, NFpA and all other Federal and State reguirements. Bidder further
certifies that, if he is the successful bidder, and the material , equipment, etc., delivered
is subsequen y found to be deficient in any of the aforementioned reguirements in effect on
date of aLtiveiy, alI costs necessary to bring the material, equiPment, processes. etc., into
compliance shall be borne by the bidder.
t7.CqMPLIANCE HITH TIIE FI,ORIDA TOXIC SUBSTf,NCE $TATUTE
bui I ding andfor grounding
safety codes.
of electrical
In compliance with ChapLer 442. Florida Statutes, any toxic substance resulting from this bid
must be accornpanied by a Material Safety Data Sheet (MSDS). The l'tSDS must include the
f ol lowing information:
(a) The identity used on the chemical product's
(b) The chemical and the common name(s)
be a heal th hazard.
l abel .
ingredients which have been determined toof al l
(c) physical and chemical characteristics of the hazardous chemicals (i.e., vapor Pressure,
flash point ) .
(d)The physical hazards of the hazardous chemi.cal, including the potential for fire,
explosion and reactivity.
The health hazards of the hazardous chemical , including signs and symptoms of exposure.(e)
(f)
(s)
The primary route(s) of entrY.
The occupationat Safety and HeaIth Administration (oSHA) permissible exposure limit,
American Conference of covernmental Industrial Hygienists (ACGIH) Threshold Limit
Vaiue, and any other exposure limit used or recorunended.
t.lhether the hazardous chemical is listed in the National Toxicoloqy Program (lTe)
Annual Report on Carcinogens (latest edition) or has been found to be a potential
carcinogen.
Any generally applicable precautions for safe handling and use which are known.
Any general l y applicable cont-rol
source controls, etc. )
(h)
(1,,
( i)measures which are known. (e.9., ventilation point
(k) Emergency and First Aid procedures.
(1) The date of USDS preparation or the last change to it.
(m) The name, address. and telephone number of the chemical manufacturer or importer.
(n) Any reconunended $ersonal protective equipment (i,e. gloves, gosgles, respirators, etc. )
18. I NDEI,IN I I'I CAT I ON
Contractor agrees to protect, save, defend, reinburse, indemnify and hold the COUNTY, itsagents, employees and elected officers and each of them, free and harmless at all times from
and against any and all claims, liability, expenses, Iosses, suits, costs, fines and damages(including attorney fees) and causes of action of every kind and character against or from
C0UNTY by reason of any damage to property or the environment, or bodily injury (including
death) incurred or sustained by any party hereto, or of any party acguiring any interest
hereunder, and any third or other party whomsoever, or any governmental agency, arising outof or incident to or in connection with Contractorrs performance under this Agreement,Contractor's acts, omissions or operations hereunder, or the performance, non-performance orpurported performances of the Contractor or any breach of the terms of this Agreement;provided, however, the Contractor shall not be responsible to COUNTY for damages resultingouL of bodily injury or damages to property which Contractor can establish as beingattributable to the sole negligence of COUNTY, its respective agents, servants, employees orofficers.
This indemnification shalI include, but not be limited to, suits, actions, or claims brought
because of any injuries or damage sustained by any person or property on account of theContractor's operations in connection with the contract; or on account of or in consequenceof any neglect in constructinq the work; or because of any act or omission by the Contractor;or because of any claims or amounts recovered for any infringement of patent, trademark or
copyright; or from any claims or amounts arising or recovered under the Contractor under hiscontract; as is considered necessary by the COUNTY, may be retained for the use of the
COUNTY, or in case no money is due, his surety shall be held until such suits, actions, or
claims for injuries or danages, as aforesaid, shall have been steeled and suitable evidenceto the effect furnished to the COUNTY.
19. PURCIIASING AGNEET,IEIITS }IITII OTHER GOVERNI.{ENT AGEI{CIES
All bidders submitting a response to this Invitation for Bid agree that such response
constitutes a bid to the PaIm Beach County School Board and to all political entities of Palm
Beach county, Florida, under the same conditions, for the same prices and the same effectiveperiod as this bid. should the bidder feel it is in their best interest to do so.
This agreement in no ray restricts or interferes with the right of any political entity of
Palm Beach County, FIorida, to rebid any or all items.
20, SPECIAL CONDITIOIIS
Any and aIl Special Condit-ions that may vary from these General Conditions shall have
precedence.
Years of experience in t.his conmodity area.
List, or "Iine card" Ii.stirtq furniture manufacturers represented by your firm.
List of references, including a contact name and telephone number, uhere your firm
has/had a simi I ar contract.
22. AWART)
A
B
C
The Board of County comrnjssioners wjll award this contract to the lowest.,
responsible bidders oIferinq the hj.ghest single fixed Percentage discount
manufacturers list price, on an item-by-item basis.
responslve,
of f cu rr ent
23. AUDIT
All items sold to Palm Beach Count-y as a result of this bid award are subject to Post Sale
Audit Adjustment. In the event an audit indicaLes vendor has not honored quoted Price Lists
and Discounts, vendor will be Iiable for any and all overage charges.
24. UETEOD OF oSDEltIilq (PRICE A_GREEl.tEllr)
A price agreement shall be issued for the term of the award. The department(s) will order
reguirement(s) on an "as needed" basis. All terms and conditions of this bid are applicable'
F. O. B. POINT
The F.o.B. point shall be destination,
required, and any required installation
and shall include: inside delivery, any assembly
(except electrical).
26. DELIVERY
Delivery time, after recei.pt of price agreement release, shalI be as indicated on the bid
proposal page by manufacturer,
27, RIGHT TO TERI.TINATE
palm Beach County reserves the right to terminate this contract without cause effective
30 days from date of written notice.
In the event that any of the provisions of the contract are violated by the successful
bidder, Palm Beach county may serve wriLten notice upon such bidder of its intention to
immediately terminate the contract. Such not,ice is to state the reason(s) for such intention
to terminate the contract. The liability of the bidder for any and all such violation(s)
shall not be affected by any such termination and vendor surety. if any, shall be forfeited.
Provisions of PaIm Beach County Purchasing Ordinance 90-25, Section IV (E) relating to
suspension and debarment may be applied.
28. AS SPECIFIED
A price agreement release will be issued to the successful bidder with the understanding thatall items delivered nust meet the specifications herein. Items delivered not as specifiedwill be returned at no expense by Palnr Beach County.
9
21. ouAlrFrclTlolr oF BIDTTERS
This bid shall be awarded only to responsive and responsible bidders, gualified to provide
the furniLure required. Bidders shaII submit the following information with their bid:
29. ESTII.TATED EXPENDITURES
The anticipated value of this 12 month contract is $710,000.00_ .the right to increase or decrease the anticipated val ue as
regui rements .
10
Palm Beach County res erves
necessary to meet actua I
30. NON-EXCLUSIVE
Bidder is advised that the amounts and quantities in this Invitation for Bid are estimatesonly and that said estimates are no guaranlee of the toLaI annual award to be received by thesuccessful bidder. The amounts and quantities referenced herein may only be relied on forthe purpose of preparing the bid. AdditionalIy, Palm Beach county reserves the right to
award other contracts for goods and/or services falling within the scope of this agreement
when specifications differ from thj.s agreement.
31. EXTENSIoI
The successful bidder shall be awarded a contract for 1_2. mgn![s rith the option to renew thecontract for two additional 1? non!.h periods. Option for renewal will only be exercised upon
mutual uritten agreement and with all original terms, conditions and unit prices adhered towith no deviations. Any renewal will be subject to appropriation of funds by the Board of
County Commi ssi oners.
32. I,IANUFACTURES LIST PRICES
Bidders shall submit, with their bid proposal, one current manufacturers list price schedulefor each manufacturer bid. Additional prlces lists may be required during lhe price
agreement- t erm.
33. issEr,rBLI AND/oR PLAcEr,r_ENr
Unless otheririse requested/required, all furniture must be completely assembled and/orinstalled prior to acceptance by PaIm Beach County.
3 4 . I{ANRAI{TY
The successful bidder shall furnish faqtqfy. warranty on all eguipment furnished hereunder
against defect in materials and/or workmanship. The factory. uarranty shal1 become effective
on the date of delivery and acceptance by Palm Beach County. Should any defect in materialsor workmanship, excepting ordinary wear and tear, appear during the above stated uarrantyperiod, the successful bidder shall repair or replace same at no cost to Palm Beach County.
35. DEBRIS
Vendor shall be responsible for the prompt removal of all debris which is a result of thiscontractual servi ce .
The successful bidder shall at all times guard against damage or loss to the property of PaIm
Beach County or of other vendors or conLractors and shall be held responsible for replacingor repairing any such loss or damage. PaIm Beach County may withhold payment or make such
deductions as deemed necessary to insure reimbursement or replacement for loss or damage toproperty through negligence of the successful bidder or his agents.
35. PROTECTION OF PROPERTY
11
37. .IISIIRAICE REQI]rRED
It shall be the responsibility of t-he successful bidder to provide evidence of the followingminimum amounts of insurance coverage:
glorkers' compensation and Employers' I,iability coverage to apply to all employees forstatutory Limits in compliance with applicable state and federal laws. Coverage must includeEmployers' Liability with a minimum limit of $100,000 each accident; Business Auto policy orsimilar form shall have minimum limits of S300,000 Per occurrence Combined Single Limit forBodily Injury and Property Damage Liability. This shal l include, owned, Hired and Non ownedVehi c I es.
Commercial General tiability or similar form, shall have minimum limits of $300,000 per
Occurrence combined single Limit for personal Injury, BodiIy Injury, and property DamageLiability' Coverage shall include Premises and/or Operations, Independent contiactori,Products and/or Complete Operations, Contractual Liability and Broad Form property DamageEndorsements. coverage for the hazards of explosion, collapse and underground properiy
damage (XCU) must also be included when applicable Lo the work to be performed.
A signed Certificate or Certificates of Insurance, evidencing that required insurancecoverage(s) has been procured by Contractor in the types and amount(s) required hereunder,shall be transmitted to County prior to Contractor performing any operation! under the termsof the cont ract .
Excepl as to l{orkersr Conpensation and Employers' Liability, said Certificate(s) shal lclearly state that coverage reguired by the Contract has been endorsed to include palm BeachCountv, a political subdivision of the State of FIorida, its officers, agents and employeesas Additional Insured. Required insurance shall support Contractor's agreement of indemnityset forth i.n the Contract and shall so state in said Certificate. Further, said Certificateof Insurance sha1l unequivocally provide thirty (30) days written notice to County prior toany adverse change, cancellation or non-renewal of coverage thereunder. said liabilityinsurance must be accepLable to and approved by county as to form and types of coverage. I;the event that the statutory liabiiity of County is amended during the riim of this Agieementto exceed the above Iimits, contractor shalt be required, upon thirty (30) days lrrittennotice by County, to provide coverage at least equal to the amended statutory Iimit ofliability of Count y.
It shall be the responsibility of t-he contractor to insure that alI subcontractors complywith the same insurance requirements referenced above.
38. lMa8lI!fi"auE!!_-BgEuESs ENTERPRTSE
!Arr{ _BEAC!_ gourTl _ _aBu il4xsE !!U!,!BEB, 9-1. _- 3, 4 ( EI D _p&EEE!_ElSq)
Iten l - Pqli.r
It is the policy of the Board of County Corunissioners of Palm Beach county, that Minoritiesand liomen Business Enterprises (u/t{BE's), shal] have the maximum practical opportunity loparticipate in the competitive process of supplying goods and services to the County (Palm
Beach County ordinance No, 9I-34). Thi.s proposal is subject to the bid preference system tomaxini ze M/flBE participati on.
T2
Itern 2 - MBE/I{BE obligation
The bidder agrees to ensure that MBE/}iBE firms as defined in Ordinance 91-34 have the maximum
opportunity lo parLicipate in Lhe performance of contracts and subcontracts. In this regard,
"ii liaa".i shail take all necessary and reasonable steps in accordance with Ordinance 91-34
to ensure that minority businesses have the maximum opportunity to compete for and Perform
contracts. Bidders shill not discriminate on the basis of race, color, national origin or
sex.
Item3-lidComplianc-e
All non certified bidders subnrj tt ing a bid are reguired to submit with their proposal
appropriate M/pBE docunentation if the proposer is proposing the use of l,{/[tBE subcontractors.
Sliledules necessary to document M/I{BE subcontractors for this Purpose are Schedules l and 2.
A list of M/HBE subcontractors to be used, if applicable, on the sub'iect contract shall be
submit-ted with e"ch bid/proposal (Schedule l, Participation of u/WBE contractors)' For each
M/WBE firm that is Iisted on Schedule 1., "A Letter of Intent to Perform" Schedule 2) rnust be
submitted r.rith the bid/proposal .
Item 4 - Contract Arar! Criteria
The contract award procedure for t.his solicitation will be under the bid preference system
to maximize M/WBE iarticipation. The bid preference system pursuant to ordinance 9l-34
requires the awaril to be made to the bidder who includes the highest M/ltIBE utilization as
Iong as that bid does not exceed the low bid by the following percentage:
of
of
of
of
of
of
l0t
9t
8t
1%
5t
<!t
the
the
the
the
the
the
I owest
1 oues t
I owest
Iowest
I onest
Iowest
Bid/Quote
Bid/Quot e
Bi d/Quot e
Bid/Quote
Bid/Quote
Bid/Quote
betseen
between
be t-!, e en
betueen
between
be t $reen
-0-
20 .000 -
000 -
000 -
000 -
000 -
999
999
999
999
999
000
$ te.
s 39,
S se,
$ ?e,
S ee,
$2oo ,
40,
60,
80,
100,
t
A
D
$
a
t
Item5-S ubcontract Cl auses
AII bidders and potential bidders hereby assure that they $ill include the above clauses in
all subcontracts which offer further subcontracting opportunities.
Item -5 - Additional-Te. rms,-ald Conditions
A. l,l/wBE Participation
This project is subject to the bid preference system established under the l{inority
Business ordinance 91-34 to maximize u/ltBE participation.
l,{/llBE substitutions
III bidders shall make a good faith effort to replace a certified l.l/WBE subcontractor
that is unable or unwilling to perform successfully with another certified M/['IBE
subcontractor, maintaining or exceeding the original participation Percentage. The
User Department and the office of EquaI Opportunity shall approve all substitutions.
After the contract is awarded, the successful contractor may request substitution for
subcontractors rho are unwilling or unable to perform in accordance with the contract.
Price alone is not a sufficj ent ground to reguest substitution.
B
L3
C. H/WBE Suppl iers
D
All bidders may count sixty (50) percent of their expenditures to tt/WBE suppliers thatare not manufacturers, provided that. M/WBE supplier(s) perform a commercially usefulfunction in the supply process.
A IUWBE is considered to perform a conrnercially useful function when it is responsiblefor execution of a distinct. element of work of a contract and carrying out itsresponsibilities by actually performino, managino and supervising the work involved.
For the purpose of calculating the percentage rate of participation by M/I,IBE(s), thosebidders using the service of M/WBE firms as brokers for the purpose of supplyingmaterials or Iabor shalI be allowed zero (0) credit toward meeting any contracl loai(obligation). The term "broker" is defined as: A buyer and seller of goods ornegotiator between buyer and se11er, but without having custody of the property.
Contract Award Criteria
only firms utilizing certified M/WBE's shall be eligible to receive bid preference.
I Subject to provisions of Item 3, only certified M/IIBE's will be consideredeligible to receive bid preference. If bidders are proposing to utilizeCertified M/WBE subcontractors; the followinq below Iisted forms are necessary.
Schedules l and 2 must be submitted with the bid to document the use of certifiedM/WBE's. They are as follows:
fsr lhoqq- !4qpo!!!ns tq U,!:i ! i ze_UEE_E EidqeqslPr.ppslers
Schedule 1 - List of Proposed certified M/WBE subcontractor; andSchedule 2 - A Letter of Intent to perform as a minority and/or womansubcontractor. A bidder failing to submit this with the bid shall beconsidered ineligible to receive a bid preference. (Forms are to besupplied with the bid documents)
Bidders Not Utilizinq M/9iBE Subcontractors
The utilization of M/WBE subcontractors is not a requirement established in thebid preference syst em,
only firms who are certified at bid opening date will be credited towards the bid
pre f e r ence.
E. Bid Preference System
A bid preference is hereby established, Award will be made to the bidder who includesthe hi,ghest tt/$tBE utilization as long as the bid does not erceed the low bid by the
f ol I owing percentage:
A
B
$ 19,
$ sg,
S s9,
$ 7e,
$ gg,
52oo,
$
S2
S4$o$8
Sro
of
of
of
of
of
of
r0t
9t
8E
7*
5t
5t
between
between
between
between
between
between
the
the
the
the
the
the
i owest
I owes t
I owest
I owes t
I owest
l owes t
Bid/Quote
Bid/Quote
Bid/Quote
Bid/Quote
Bid/Quote
Bid/Quote
-0-
0,000 -
0,000 -
0 ,000 -
0,000 -
0,000 -
999
999
999
999
999
000
I4
ITEl,t ? - Reporting Requirements
The successful contractor shall establish, maintain and submit regular reports, as reguired,which will identify and assess progress in achieving I,i/t{BE subcontract goals,
Progress reports shall be submitted wit,h each paynent application, Failure to provide theprogress reports may result in a delay in processing payment or disapproval of the invoiceuntil the progress report is submitted.
ITEI{ I - Certification
Bus iness es/ Cont ract ors seeking to participate as a M/WBE must be certified.
M/WBE Coordinator in the 0ffice of Equal Opportunity Department (407 )verif ication or assistance,
Contact
355-4883
the
for
Any bidder/proposer submitting a l'{BE or WBE who has been decertified after the bid/proposalsubmittal or prior to the award of the contract will be gi.ven ten (I0) calendar days toat,tain the M/WBE participation or make a showing that good faith efforts has been exercisedin an attempt to acquire M/WBE participation. After the contract is awarded, the contractornay reguest to add additional certified M/l.IBEs to increase the participation percentage.
rT TAXES up TO .SrXTy_(60 )-_D.AYS T0 BECOME ..CER-T-r_EI_ED -AS A_!!BE..OR I{BE n.r.m pAL!,t._BE}gE_e-0,!N.LI.
.PALI{ -IEACH COUNTY WILL ACCEPT CERTIFICATION FRO!,[ .THE DEPARTI.TEI{T -OF_GENERAL SERVICES OF THE
STATE OF FLORIDA.
Decerti fication
As part of the consideration for bid award under the bid preference system, any firm/proposerdecertified by Palm Beach County wiil be ineligible to receive bid preference.
t LtLItI-KAl,
B
15
SPECIFICATIOI{S
BrD f93-315/MH
The sole purpose and intent of this Invitation for Bid, is to secure a firm,
fixed, singie discount from current manufacturers Iist prices, and establish a
price agreement for l:he purchase of office furnjture to meet the reguirements of
the County departrnents.
The term of this price agreement shall be for tuelve months fron the anard date,
and shall also contain a renewal option for two additional twelve month terms.
A
I]. MANUFACTURERS REFERENCED
III.
The nanufacturers listed, represents the most commonly reguested to match existing
turniture. Additionally, vendors nay offer other Iines represented, utilizing the same
terms and conditions, bv filljng in the extra spaces provided.
MI'NICIPAI,/SCHOOL BOARD/STATE CONTRACTS
Palm Beach county reserves the right to utilized other Mun\cipal , School Board, and
state contracts if discorrnl. orr a manufacturer's product is greater than discount offer
in this Invitation for Bid.
MEMORANDUM
DATE:
TO:
FROM:
RE:
May 19, 1995
Robert Flatley, City Manager
Marie Jabalee, Finance Director/Acling City Clerk
94/95 Audit
Attached is a revised engagement letter submitted by Madsen, Sapp, Mena &
Rodriguez & Co. for auditing services for FY g4l95. At the May 16 workshop, the
Commission generally agreed to accept the engagement for a 1 year audit.
:'Hi -1i:-l:rYr Ll- -.
MA-DSBN, SAPP, MENA RODRIGUEZ & CO-, P.A.
Certified Public Accourtanls & Cousultants
7080 NorthwEst Fol:rar Steet' Pladatio, Florida 33317200
Telephone: (30$ sffi-mf - Facsimile: (flS) 581-1788
Thczaaq fI- EvarB. Jr., C.P..A-
say 17, 199s
fho6at E. Eva a, .rr.
"EB/Eb
raTx:!\ rsrE&!r^1:()n_.1l Is A C&L!,!4DE NETqTO$: Ol l-\aul'6-\oExf Accal^--Tlllc FIpMS
Lr. Bob FlatleyCity lianage!cltv of Danla
1OO- Hest DanLa Beach BouleYard
Dania, Florida, 33004
Dear l,fr- Flatley:
IJet ue exlreEa fiy appteciation to the CiEy of DEnla, 6ach {,f the Co,fii'sEionerB
."i tJ t.tr, v". ina -frari,e irabalc€ for the -o?portunlty to Eerve the ctty for rhe
iEi::fgi+ fi-acat year th,:ougb our financtal iod compli.ancc auditB of the CIty's
fi.IlaIlcial. atateoents and related acti].ities.
llarle 3Ed a1l ?eEEonne] LnvoLved in fi-nance !'era veay available and helPful
Ifrro"gfro*t the -entire proJect - thetr willing a6siEtance Yaa i-EPort8rlt to our
alifiiy to courpl€t€ oui wJrt .J!d lEsue our reS,orta by tha required deadllne.
of coura€, ln eny audl! circumElance where a nBlt audit lirB| and ne}, client are
r.orkLnd toqether-fof tha firat ti-ee, both parties incur a sighificent arlount of
iir,ir-iia- .'"ii" botrat"g an LnLtlal retatioa=hip, uDd€rgtandlng and foundation
,r,r"u c"n benefit aubre-guent y€ar! of rrorhSg togetller. abis hds csrta-ittly beeB
irue with the 6tty of Dinla ;nd our !ir.n. BeEaqse of thE tlgnLflca&ce of- this
iiiat year laveetiaen! !n tine and costs. lle hotE to contlrue tIorking Yith the
city for luture yeara.
fheEefore, xe $,ould re6PectfurrY raquEat that I'su grraat us a contract- extanaion
aid allos'us to eudl,t fiecal year 1994-1995. our fee t'.ould be as folloe'6'
1994-1995-. -- - '..$35,OOO
lgaln, tlaoh yau for a1lo*ing ua to selve lhe cltY of Danl'a' tle Loot forward to
ou.r Bert year together-
Siocerely,
&*"--- I
ffi&trBitlr
lE ''-l8-1595 lf,: @A t''15t'1Fr
TOTHL P. E1
F. 01
RESOLUTION NO
A RESOLUTION OF THE CITY OF DANIA, FLORIDA,
APPROVING THE AGREEMENT BETWEEN BROWARD
COUNTY AND CITY OF DANIA RELATING TO PAYMENT
FOR THE PROVISION OF FIRE PROTECTION IN CERTAIN
ANNEXED AREAS OF THE CITY; PROVIDING THAT ALL
RESOLUTIONS OR PARTS OF RESOLUTIONS IN
CONFLICT HEREWITH BE REPEALED TO THE EXTENT OF
SUCH CONFLICT; AND PROVIDING FOR AN EFFECTTVE
DATE.
BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF DANIA,
FLORIDA:
Section 1. That that certain Agreement between Broward County and City of Dania
Relating to Payment for the Provision of Fire Protection in Certain Annexed Areas of the
City, a copy of which is attached hereto and made a part hereof as Exhibit ,,A,,, be and the
same is hereby approved and the appropriate city officials are hereby directed to execute
same.
Section 2. That all resolutions or parts of resolutions in conflict herewith be and the
same are hereby repealed to the extent of such conflict.
Section 3. That this resolution shall be in force and take effect immediately upon its
a
passage and adoption.
PASSED and ADOPTED on this _ day of
ATTEST
Acting City Clerk - Auditor
APPROVED AS TO FORM & CORRECTNESS
,1995.
Mayor - Commissioner
By:
Frank C. Adler, City Attorney
Resolution No.
RE
CTTY OF DANTA
INTEROMCE MEMORANDUM
ROBERT FIATLEY, CITY MANAGER
FROM: MARIE JABALEE, FINANCE DIRECTOR 7n
FB.E PROTECTION SERVICES
DATE: MAY 10, 1995
As a follow-up to our May 1st meeting with Mr. Phillip Allen, Broward County Finance
Director, attached are agreements in accordance with the terms discussed.
As Mr. Allen points out, the city entered into a S-year agreement with Broward county
for fire protection in certain annexed areas, on January 2,7990. The City made
payments to the county on a calendar year basis per the agreement as follows:
1990
t99t
L992
t993
$181,108.82
453,923.68
500,663.28
519,582.84
The amount due for 1994 per the attached invoice is $547,046.80. On September 30,
1994 lhe City and county entered into a mutr"ral agreement terminating the Interlocal
between city & county providing for fire services on December 31, 1994 and agreeing
to pay for the services received during calendar year 1994.
According to the proposed agreement, the City would make the fina.l payment of
$547,046.80 plus 670 per annum interest accruing from March 26, 1995. Interest for
this eight month period would be approximately $22,000.
TO,
No funds were budgeted for this item ior FY 94/95. As a result of this. we were unable
to pay the 1994 invoice.
UNTY
Finance and Admanistrative Sehrices Depaltment
I l5 S. Andrews Avenue. Room l2l
Fcd Louderdole. FL 33301
(305) 357-7130 . FAX (305) 357-7,]34
May 5, 1995
Mr. Robert FlatleyCity UanagerCity of DaniaL00 West Dania Beach B1vd.Dania, Florida 3 3OO4
Dear Bob:
S incere
Thank you for roeeting with ne on ltonday, Uay 1st, to discuss thepast due payment from Dania for Fj-re protection Services.
Attached please find t$ro original Agreenents which should serve toaddress the issue in accordance with the conceptual terms wediscussed. As agreed the payment is to be deferred 1o Decernber tsthrhen the city wi.1I be in receipt of nen year ad valoren taxes.Interest will accrue at the rate of 68 fron March 25th to DecemberL, 1995. We will issue you a new invoice incorporating theinterest paynent fifteen days prior to December 1st.
Please advise ne if you have any rernaining concerns. I understandyou will subnit this contract for approval of the City Comnissionthis month. With your city ,s approval and. return of the contractsto ny office, I will subrnit for approval of the Board of CountyCornmissioners and will return a fu11y executed copy to your office:
Thank you for your cooperation in this matter.
Ph 1ip C. A11en, Director1Finance and Administrative Services Departnent
PCA/Yc
SROWAPD COUNTY BOARD OF COUNTY COMMISSIONERS - An Equot OFrportuntty Emptoyer qnd provid.r ot Services
Scofl L Cowon Suzonne N. Gun:.-.ee. John P Hon Loi Nonce Porrish Sylvio Poilis John E. Rodslron -i Gercld F. Thomoson
W. to Euilcling A Fututu For You Fomlly. And Your Suslrrae..
Agreement
Between
and
THE CTTY OF DANIA
Relating to
Palment for the Provision of FireProtection in certain Annexed Areas of the citv
Agreenent
Between
BROWARD COUNTY
and
THE CITY OF DANIA
Relating to
Palment for the Provision of FireProtection in certain exed Areas of the citv
This Agreement is rnade by and between BROWARD COUNTY, apolitical subdivision of the State of Florida (hereinafter called
rrCoIrNTYrr ) , and CITY oF DANIA, a municipal corporation of the Stateof Florida (hereinafter caLLed rrcITYrr) .
WHEREAS, CoIJNTY and CITY entered into an Interlocal Agreementdated January 2, 1990, providing for cOlrNTY to provide fireprotection services in certain annexed areas of cfTYi and
WHEREAS, on Decenber 5, 1994, cot lfTY and CITY entered into al,tutual Ternination Agreernent providing for an earlier terninationdate of December 31-, 1994, not December 31, 1995, as was referencedin the Interlocal Agreement; and
WHEREAS, the Interlocal Agreement and ltutual TeruinationAgreement providing for CfTY to nake annual paynents to COUNTY forthe provision of fire protection servj.ces was siLent as to whensaid paynents were due CoUNTY; and
WHEREAS, CITY and cot NTY desire to enter into this Agreenentto set forth the parties nutual understanding and agreenent thatCfTY sha1l nake final palment to COITNTY on December 1, 1995; Now,
THEREFORE,
IN CONSIDERATfON of the uutual covenants,conditions set forth herein, Cot NTY and CITYfollows:
promises,do hereby
terns andagree as
1
2
The above recitals are true and correct and areherein as if set forth in fu11 herein.incorporated
COUNTY and CfTY acknowledge and agree that CITY shall nakefinal payment to COUNTY for the provision of fire protectionservices rendered by CoUNTY during calendar year 1994 on
December 1, 1995.
CfTY and
December
COUNTY agree that the final pa)rment due COUNTY onL, 1995 shall be Five Hundred Forty-seven Thousand
3.
4
Forty-six Dollars and Eighty cents (S547,046.80) pLus interest
at tfre rate of six percent (s*) per annun accruing after Harch
26, 1995.
coIrNTY shal1 furnish cITY's city tltanager with an invoice for
the provision of said fire Protection services at least
f ifteLn (15) days prior to the Decenber 1, 1995 payment due
date.
IN WITNESS WHEREOr, the parties have made and executed this
Agreeuent on the respective dates under each signature: BRoWARD
c5urtv through its sbArtD oF coutflrY cot{}{rssro1Eps, signing by and
through its -cnair or Vice Chair, authorized to execute sane by
Board action on the day of ,19 , and the crii o'F onxrA, signing@,dul-y authorized to execute sane.
ATTEST:
county AdministratorEx-officio Clerk ofthe Board of county
conmissioners of Brorrardcounty, Florida
BROWARD COIJNIY, through its
BOARD OF COUNTY COU}TISSIOI{ERS
chair
_ day of 19
Approved as to forn byOf,fice of county Attorney
Broward county, Florida
JOHN J. COPEI"AN, JR., County Attorney
Governmental Center, suite 423
115 South Andrews AvenueFort Lauderdale, Florida 33301Telephone: (305) 357-750oTelecopier: (305) 357-7641
By
PATRICE I,T. EICIIENAssistant county Attorney
and By
il
I
t,
I
t
I
i
I
COUNTY
AGREEUEI{T BETWEEN BROWARD COUNTY At{D TIIE CITY OF DANIA REI,ATING TO THE
PAY}TENT FOR FIRE PROTECTION IN CERTATN N{NEXED ARE,AS OF TIIE CITY
CITY
ATTES?:CITY OF DA}II'A,, FIORTDA
By:City Manager
Actjjlg City Clerk l,{ayor
_ day of 19_.
( CORPORATE SEAL )
PXE: vj g
danl,af i.r.AO1
APPROVED AS TO FORM:
city Attorney
3/3les
,95-69 . 01
BY
BY
)
Robert Flatley, City Manager
Dan Oyler, Special Projects Coordinato
May 17, 1995
Award of Contract for Sun Garden lsles Fishing Deck
To:
From
Date:
Re:
a
On May 9, 1995 the City Commission award the bid for the above
referenced project to L.C. Boggs, lnd. Attached please find the proposed
contract for the project in the amount of $12,995'00. Also attached, please find
the proposed Deduct Change Order in the amount of $10,325. By working with
the proposed contractor we were able to reduce the scope of work and decrease
the cost by $2,670.00. By copy of this memorandum to our City Attorney I am
requesting the necessary Resolutions be prepared to award the contract and
deduct change order.
Please place these items on the City Commission agenda ot May 23'
'1995 for their approval.
t
CITY OF DANIA
INTER.OFFICE MEMORANDUM
LC. B S
tilaY ]-6, 1.995
itt/u.htbl,
Special Projects
Beach Blvd.
t lE.
via Fax q
coordi nalor
U.S.xai I
Re: "Sun Garden Is]es Park Fishing Deck"
Dear Sir i
Mr. Dan ovler,city of Dania
1OO t^lest Da n i a
Dania, FI 33oo4
If the
deleted
25 ',-0 "
sav i ngs
two mulch covered
and the fishing
Iong uJe can bring
of $ 2 ,57O. OO .
par ki ng sPaces are comPIeteIY
deck is shortened from 30'-O"
the Price down to $ 10,325'00
Inc. has reviewed our
09, 1995 and the Plans
trying to offer cosL
done this and ue offer
Iong to
a
were looking for . If
contact me '
As requested, L. c, Boggs Industries'
apparent Iow bid of $ 12,995 'oo on l'4av
and specifications wi.th Lhe inLent of
savings through deleted Hork ' l'le have
the foI Iowi ng conclusion'
Hopefu]Iv this is the information vou
you have any further questions PIease
5i ncerelY ,
Larry W" t hor nto n
Vice President
o945\O1
I
l32O S*kq ?o44 . Dail4' 74L44 s3OO4 . &t<,a'a ?22-2639 ' D41, 94*4Ol I '7117 ?20?3/4
a_=
I
CITY OF DANIA
INTEROFFICE MEMORANDUM
GROWTH MANAGEMENT
t
To:
From:
RE
Robert Flatley
City Manager
Will Allen
Growth Management all0l!^-
SELECTION OF CONTRACTOR TO SUPPLY AND INSTALL STORM
SHUTTERS FOR CITY HALL
Date:May 16, 1995
Please place an item on the next City Commission agenda recommending selection of
a contractor for the purchase and installation of storm shutters at City Hall. The City of
Dania entered into a funding agreement with the State of Florida, Department of
community Affairs per Resolution No. 103-94 adopted July 26, 1994. This agreement
provides that the State of Florida, Department of Community Affairs through FEMA will
provide for up to 50o/o of the costs of hazard mitigation, in this case storm shutters for
City Hall.
The grant was approved to purchase and install hurricane shutters on the first floor of
city -Hall and for the second floor openings which are not already shuttered. The
shutters will help protect persons, property and essential records within city Hall.
Requests for Proposals have been solicited for providing and installing the storm
shuiters. The proposals were received on May 5, 1995. Eight proposals were
recelved. A tabulation of the proposals is enclosed.
A selection committee of Fred Arruda, Supervisor Construction and Maintenance Crew'
Ken Koch, Building official and myself met on May '12 to rank the proposals based on
the selection criteria in the R.F.P.. lt is recommended that the firm of Solar-Roll Shade
and Shutter corporation be selected and that authorization be given to prepare a
contract with this firm.
The seven criteria for selection within the R.F.P. include type and design of shutter,
suitability and adaptability, meeting design criteria of the South Florida Building Code,
energy savings potential, aesthetics, timeliness of installation and price. All criteria are
of equal value.
Three categories of storm shutters were submitted in the proposals: panels,
accordions, and a combination of accordions and roll-ups. The selection committee felt
the criteria was best met by the combination of accordion and roll-up shutters. Of the
two firms recommending this combination the cost of the Solar-Roll proposal is less
than the Wrono Enterprise Corporation.
Lasfly, the price given by Solor Roll is $19,996. This is higher than the $17,250
originally projected in the grant application. We will be able to amend the agreement
with D.C.A. to obtain 50% of the funding.
Page2
Selection - Storm Shutter Contractor
WA;lc
1
2
E
b
7
SELECTION CRITERIA
Type and Design - Panels are rated low as they must be stored,
when not in use, which creates problems with needing space and
they are prone to being lost (misplaced, stolen...)
Suitability and Adaptability - Panels are rated low based on need
for storage, and time required for installation (transport from
storage and bolting into frame) when city crews have many other
things to be doing. Accordian and roll-ups both were equally
ranked higher.
South Florida Building Code - All types comply.3
4 Energy Savings - Panels are not normally in place so will not
provide potential to close for keeping out sunlight. Accordions and
roll-ups would be in place. Roll-ups most likely to be closed since
done electrically so rated higher than accordions for potential
savings.
Aesthetics - Panels are average as will generally be in storage' so
contribute nothing towards aestheticsAccordions rated slightly
higher with roll-ups the highest as match existing shutters on
second floor.
Timeliness - Panels rated low as must be installed during storm
watch or storm warning. Accordions and roll-ups will be in place
and just need to be cranked down.
Price - Panels are the most economical. All accordions and
combination accordion / roll-up follow based on proposer.
Vendors responding to R.F.P.
American Aluminum - Panels
Solar Roll Shade and Shutter - Accordian and Rollup
Protective Shutter Systems - Accordian
Metaltech, lnc. - Panels
Affordable Storm Panels - Panels
Broward Hurricane Panel - Panels
All Weather Control - Accordian
Wrono Enterprises - Accordian and Roll up
CTry Or DANIA
Police and Fire Fighters Retirement System
Board of Trustees
I 13 SW 1 Street
Dania, Florida 33004
(30s) e2l-0404
Fax # (305) 921-1403
April 25, 1995
Mr. Frank Adler, City Attorney
City of Dania
100 West Dania Beach Boulevard
Dani4 Fl 33004
Re: Proposed Ordrnance
Dear Mr. Adler:
The City of Dania Police and Fire Fighten Retirement Systrm Board of Trust€es has approved the
attached ordinance for your consideration as to form and correctness for forwarding to the City
Commission.
The changes are outlined in Mr.Sugarman's attached letter. Basically, these changes iue so we
will comply with new federal and state laws.
Also enclosed please find the required actuarial impact stal€ment which has been prepared by Mr.
Stephen Palmquist of Kruse, O'Connor and Ling.
Thank you for assistance and prompt attention to this matter
Yours truly,
J
For the
Enc. (3)
EHJ:sb
KRUSE, O'CONNOR ^lND LING rNc.
€"*-*-*a "-Z .M*r.^".z
FORT LAIJOEIOALE OFFICE
WESI EFOW^?C ACO'ESSIONAL BIJILOING
7320 6FrFFrN rCAO. SUrTE 200
FOFI LAUOEFCAL'. FLOFIOA 333I'
TEL. (3os) 79r'Ess6
FAx (3os) 79r. a2ca
NoR.lH / cENiFTAL FLo FtoA oFFtcE
rot 5o!JTHEAS: SECONO PLACE, SUrfE 2c)j
GAIN EsVILLE-
rEL. (9o.) 37s - 3600
FAx (9o.) 33a-,sr3
FIEPLY TO FORI L.A!)OEEOALE
April 4, 1995
Mr. Eugene Jewell, Vice Chairman
Dania Police and Firefighters
Retirement System
113 S. W. lst Street
Dania, Florida 33004
Dear Gene:
You have asked us to review the proposed amendment to the Police and Firefighters Retirement
System which would:
1. Allow a spouse's benefit to continue for life instead of ending upon remarriage.
2. Incorporate the rollover rules of lnternal Revenue Code Sec. 401(a)(31).
With respect to the spouse's benefit, we have always valued this benefit as though it would continue
for life. _As a result, the proposed amendment would, in our opinion, have negligible actuarial impact
on the System.
Please contact us if there are any questions.
Sincerely yours,
/.., \'.. --i.-- + \-
J. Stephen Palmquist
JSP/or
f-tr-?r
4z
, -iO:€: Sl,Jilri( >
:r,liiN<!i
;aa):..
5999 BLil€ ::'-'- Cli Drilv€
slJtr€ : 50
,rr,IRMt FLCF i,: !3. :6
.11 - )i ::
:i,a :.:. :: - -.
/d *//- 2 /7.s-
December 6, 1994
Sonia Brown, Administrative Assistant
Citv of Dania Police and Fire
Fighters Retirement System
Board of Trustees
113 S.W. lst Street
Dania. Florida 33004
Dear Sonia:
We have prepared the enclosed ordinance for your consideration and forwarding to
the Ciry Commission. The enclosed ordinance provides to surviving spouses a lifetime
benefir, which would continue to be paid without regard to whether the surviving spouse
remarries. In the event that the member's death is service connected, then the spouse's
benefit would be calculated at forty (40Vo) percent of the member's accrued benefit or
average monthly earnings, whichever is greater. If the member death does not occur while
in the line of duty, then the surviving spouse's benefit would be calculated ar rhirry-five
(35%) percent of the greater of the member's accrued benefit or average monthlv earnings.
The enclosed amendment additionally provides for the Retirement System's adoprion
of the eligible rollover distribution provisions required pursuant to the Unemployment
Compensation Amendments of 1992. As you will recall, Stephen Palmquisr Kruse,
O'Connor and Ling, Inc., had already advised that the adoption of an amendment providing
for such eligible rollover disrributions would have no actuarial impact upon the pian, and
that consequently, no actuarial impact statement would be required to adopt such language.
Yours trul
RAS/rw
Enclosure
ANROBERTS
SUciil?ldfiNl ! :L:: r,li\.iD
Re: Suliving Spowe Benefits and Eligible Rollover Dbtibutions
CITY OF DAN]A
INTEROFFICE MEMORANDUM
GROWTH MANAGEMENT DEPARTMENT I
TO:
FROM:
Date
Robert FlatleY
City Manager
Hl#l"ln""*ement Director D J! Nl"*
SP-06-95 THE REQUEST OF BRIAN GORDON FOR SITE PLAN
APPROVAL FOR A DUPLEX LOCATED AT 251 AND 253 SW 1t ST.
May 18, 1995
An item scheduled for the May 23, 1995 City commission meeting is site plan review
for a duplex proposed for a lot icross from the Dania Cemetery fronting on both Dixie
Highway and SW 11 Street, (251 and 253 SW 11 Street )
rhe7,767sq.ft.lotiszonedRD-6ooo,TwoFamily.TherequesteduseaSatwofamily
structure is a permitted use. The site plan indicates a duplex with a building area of
1,825 sq. ft..
ThePlanningandZoningBoardreviewedthisrequestattheMayll,l995meeting.
The planninf, and Zoning Board recommends approval of the site plan as it conforms to
all regulatiois including lot size, setbacks, lot coverage, building height etc. The plan
also ireets requirements for landscaping and number of parking spaces'
since the site plan conforms to all applicable codes it is recommended the plan be
approved.
WA;lc
RE:
^!.,1
,,
\)I
SW 7th T
II
a1;..- i
DAI
-RR
oc
$
2,1
T..il
TItr-
il
$27:71lol .r,
AgT
t'
gc
C\i A
ll ,SW
Thr s
si+e
r3th
14 th
t5th
llth
12 th
cE
trJo
L!
7
)(-
)
SW
ST
ST,
ST
L!o
zt!oo-I
=I9
Ba=a3a
!_uxo
z
S
E
t)
SW
28
t4{
.P 2 tt
I91213(JI
5t
(I oI )
?,
l5
a
I
13i 4 l
!
l 13 i2
1 1 9 I{+D 3
tn'
11 5 SW 8th ST..,iI5r6
T '
E]J
3
1
E 1
I
r101
11
1
I (4 12
1
DAI\IA Al'/END D P
5
6 MORI
15-1
aa
to I(29-33)1
C J
18 6 24 R l 11i1l'17 13 20 1r SJ
5 i ro1I121
(
20 11 20 t1
o a!
I to 1 10
I
20 I 11
SE
!
I 10,,
;.
tr'
l120 21 1J 2a 11 c
17 SE,+
I
I t0 1
;'t2
5
1 to
H E ll
o65
to
PARK
t7
6 I
;.
I
b
21 o D i J
I 12
lr.'
20 i 11
I :ro
21 (1)13
l I
,
2
SW
7
o63
066
ts lj
l;1.
l+'!-lir
lirItrlr
I I't6lF
l
ll
ll
5{.
SP-Ob-q5 - Go€DoAJ
APPLICATION FOR SITE PIAN APPROVAL
CTTY OF DANIA
lOO WEST DANIA BEACH BOULEVARD
AppucArroN NUMBER g&!{ DAIE 4aitf
The undersigned petitions the Growth Manage5nent Department and/or the Cily
Commission of the Oty of Dania to consider site plan approval on the parcel (s) of land
described in this aPPlication'
NAME OF APPUCANT:{3a, e,v 6 oe o,z't
ADDRESS OFAPPLICANI:9o, S€ 7n l)"ol
PHONE NUMBER:tSos 9zi - oozl FAX NUMBER ,, 1 SoSlS6t-?Zyz
PROPERry INTEREST OF APPLICANT:7r5 5w Dttl€ tlw/ 0A"/tA, Fc
AorAcCNf NpL€x Lof
NAME AND ADDRESS OF PROPERry OWNER (IF NOT THE APPUCANN:
--
ADDRESS AND LEGAL DESCR,IPTION OF SUA'ECT PROPERTY:
lr Or,n,a Fc
\\t
N\
^N'J
\
\
t-of 7\ag-E-Lz l..]ordlt uJCObi'Bcq
otsVavifZfr Coos:[9 ft . 25S st -: D \(E tt\.,..^[
EXISTING IAND USE DESIGNATION:
vlz3a
EXISTING ZONING: R Z
LOT SIZE:ACBEAGE: 'SQ.Fr.'I_lv-
S*r.r.i, ,,r,'r;)
DANIA, FLORIDA 33004
305/92t-8700
PK?€ \
DESCRIPTION OF PROJECT,DuJ?re(.-
SECTION:TOWNSHIP
TN( FOUO NUMBEB:\l ao3- \o-J39oo
. DSt:t A RANGE:
ulD t|-rO |J6I at,]e Btc.iZZbczr+\RECORDED PLAT NAME:
PLAT BOOK:t\PAGE:
UST AI.IY SPECIAL D(CEPTIONS, VARIANCES, RZONINGS ETC. T}IAT MAY BE
REQUIRED TO SUPPORT THIS APPLICATION:
ANY OTHER INFORMATION IS SUPPORT OF THIS APPUCATION:
I
I
NOTE: ALL SIGNATURES MUST BE NOTARIZED.
PETITIONER:BRtaN 6olooN
Q,(r*
PRINT NAME/CORPORATION
BY:(,,
AUTHORIZED SIGNATURE
Swom to and subscribed before me
this /a{day ot febr4r,rv 19 95.PRINT NAME AND TITLE
(lf Corpotztlon)
(Notary Stamp/Seal)
Notary Public
fuj/U /O{il,/L-Signalure-/
L
rInt ame
Commission Expires , llotory ?ublia Strh of Flerilc
'l&&trtrisi&El$4:,-e,I I 6, t9?,
Swom to and subscribed before me
his _ day of
PROPERTY OWNER:
BY:
19
PRINT OWNER/CORPORATION NAME
AUTHORIZED SIGNATURE
PRINT NAME AND TTTLE
(lf Corporattonf
TELEPHONE
Notary Publlc
Signature
Pnnt Name
3
Commission Expires:
(Notary Stamp/Seal)
ADORESS OF OWNER
g l. :lg NAVIO9 H 9;lS glxsfHl
.oZ.,,1 :3-lvJSoL/ 8tl :'8't
cl
T
.lz0elr uoltr.s 01 lvon5J^o 'apof, .^ll0Jl5tut'1pv DplJotJ 9-tt9l"Jaldlq3 q tJoIa^,mS pr,l!'l louotrsaroJd Jo p./!og gptJo)l aq+ IqqlJoJ lat ttt apJopvDls llrtuqfa! uncltnH aql t+aau PUo loJeql
aEtsuodsal Iu .,rapun apor .!. I.^$. .tqt +0q+ IJtlJ.: ,(q.J.q I
'd l'9
li
A8
,t
o
NUlSln Jd
zVlZ . N d
tlc GglE Inry 6mLLV&rE
?cll Frozl
.,1 oEnoJ
,t'c
0re
'd ta
pr,
t
I
-t
I
FI(l
oI
s0
3cNVIrrO AzLndVrcD . (d'))
scNv.Lgro o1a rJ ' LJ133Nvr9ro lv] d - (d/
t90t { or drdl }doa Nozr .,s/s Lzg .'d'l'g
: a10N
4o r*rou 6z- Ernoqrbl.Dga cu@'traDrrw
sQ
\r-o{
.Noroon
s!,,,,
Fo{
r)o
oro
ox
|.)N
c,
P
. o aoral
ro 8rtSrilstt !o llr-19_srH9lts.r1r!r !oJ tMJ 6Iltr llloztftlrEst toi atx ollY J,l{lI',l9lrcr rs gao!lold svt I03UZlt'rxosl ior ldl1c630 oItl aIr
l-s f,1l I 'M'S
' S-rq,' ''ro - r, sq!,o > 1cN+N i *tZg
'BpI:oId 'I+nrco Euelorg Jo sprooet 311qrd aq+ Jo 'I a6ed 't )toos lEfd ur F€prooo.r s"
Joaralf+ lpfd a[r+ or 6rTprqa?6,';m,!rT'IcH IIIuCtt,, 'ZZ )icols 'Iz 1crl rforJdltD6:Io
A3nzns oNv-l Jo Hct3yg
0e000 -ll '000A1-110H 'Ioe lrlns '0n18 qooAA-llEH I0 tz 9991-Ea5-90t
NfHd=AS
(da^Ya) Lz11Y
./.tr trr\t
(zz >co'ra \o to-r)
;..J
(rnvcvn)
t.4s
'6
oa
.iP?z
f'
't
dgt
h
ip
-J
0
1ll
s
uk
@.qq .oa'69
at
d ,7 oL
+,o{
+
7_M\20rS.tt.
,3NI ,S}JC :N dNS GNV-l SgAI' 'H
JlVU
{r
N
)
I
CITY OF DANIA
I NTER-OFFICE MEMORANDUM
Robert Flatley, City Manager
will Allen, Growth Management Director ilU A!!,b-
SP-08-95 - REQUEST BY CONSOLIDATED RETREADERS TIRE FOR
SITE PLAN APPROVAL FOR CONSTRUCTION OF A TIRE STORE AT
5481 RAVENSWOOD ROAD
DATE: May 18, 1995
WA;lc
t
TO
FROM:
SUBJ
An item scheduled for the May 23, 1995 City commission meeting is a site plan review
for construction of a 3,564 sq. ft. retail tire store at 5481 Ravenswood Road. The
16,875 sq. ft. (.39 acre) site is zoned c-4, commercial, which permits this use. The c-4
zoning district allows such uses as tire store, auto service station, etc'
The Planning and Zoning Board reviewed this request at the May 11, 1995 meeting.
The Planning and Zoning Board recommended to approve this request as the proposed
plan conforms to all applicable city codes, meets all lot, yard and bulk requirements,
including all setbacks, height, and parking requirements. The site plan includes a
handicap parking space, loading dock and a trash dumpster enclosure'
This site has met all provisions of the landscape code, as well as providing a wall that
will separate this facility from the surrounding residential neighborhood on the north and
south. The barrier wall will have hedges that will run along both sides, as well as trees
on both sides of the walls.
since this site plan conforms to all applicable codes, it is recommended the plan be
approved.
Ff, bulJl+S 3r" -at
,:SflTP
It r .A-ov/F
(EZ-gtt) .lv'ld 1
slsnoHSWl
/rr3lA3){V'l
W
sfrto't
I
tD
|nt,0
Eoo0
xFa
\
o- rc
p
3ll,.?+I
Ia
I
a tizI
N
v
(6-82)
SIHOI3H WOIllV
IUI: (91-zot) i.
rvld lsul r-N-v
,,t,,'uL
,,8., Wd
rN
B(rt'- |i+N
r
x
P2>fr-l=
4=
Efie6C
@rrl
,,c,, uvd
(9r-8lI)
Lv-]d'u'3'v
r'91.0.lo o'l1
aoo
" lculv\l^loct oootrtsNSnvu
I t4(9t-6Zl'
u3lN3C
-. I
tzt
910 'l
VlNVO
I
101
(ZC-Z'
ol-ou
It,*
.I s(zr-t
ouvMoug @
@@ @
I
9l
ro-'1o@
lvn
I
I
I
ol
3l-I
3yv1
6
@
@@@
tII
L -ir.,t -
tt,
APPLICATION FOR SITE PIAN APPRO
CITY OF DANIA
IOO WEST DANIA BEACH BOULEVARD
DANIA, FLORIDA 33004
305/921-8700
q
APPUCATION NUMBER oonS 4-4
The undersigned petitions the Growth Managepent Department and,/or the City
Commission of the Gty of Dania to consider site plan approval on the parcel (s) of land
described in this aPPlication'
C=,:sor-ng&fgp -fiw
ADDRESS OFAPPUCANT:5c6'l pAo6pswocJ Pd Ft cA.:D€zDrtLF Ft V33tL
PHONE NUMBER:305 qB1 -ogoB FAX NUMBER;t 30s I €LA-ofia
PROPERry INTEREST OF APPUCANT:D*rse-V,
NAME AND ADDRESS OF PROPERry OWNER (IF NOT THE APPUCAj\'I'):
-
ADDRESS AND LEGAL DESCRIPT]ON OF SU&'ECT PROPERTY:(q.art t"-,.J
2fl
rQ PL r:odb 'lz { l;lzit )-ec Hetf
kcLas Po, Z .
EXISTING LAND USE DESIGNATION:EXISTINGZONING: C+
LOT SIZE:
15 y ?2s
ACRFAGE:.A sQ. ri'.l6 8lS tuFr
NAME OFAPPLICANT:
DESCRIMON OF PROJECT:Ot\J=s^r\e - P+"fiL -ttu sftLqs stv.id.,€-
<f,(.(f,ots ls e <-}S Cs:ste.:<f'rer-l \UtIh
A{3&A qrj(-l€soa6'Lq,-,Js
SECTION:5o'/s
5'ot'1/ 7' -o{ ao)o
TAX FOUO NUMBER: dLTL' OS @z'cc)
RECORDED PLAT NAME:$Jrb '
PI.JT BOOK:z1
UST A}.IY SPECIAL
REQUIRED SU
TOWNSHIP:3 GE,o{
r .{ L"+ Z 1,?mueo^wilF ^D.e
PAGE: ba
D(CEPTIONS, VARIANCES, REZONINGS ETC.'HAT MAY BE
PPORT THIS APPUCATION:
o+{ecs:d's to C+z.op1a
AI.{Y OTHER INFORMATION IS SUPPORT OF THIS APPUCATION:
2
I
\
NOTE: ALL SIGNATURES MUST BE NOTARIZED.
C.,r.oh&)d *u^,
Swom to and sthis/!day of
U
PETITIONER:
P NT NAME/CORPORATION
BY:
A ORIZED SIGNATURE
fore me CovJ"s .)-lfreJi36ur
19_4-PRINT NAME AND TITLE
(lf CorporaUon)
(Notary Stamp/Seal)
Nota lic
r9 nature
/r4 7f/t ()ZZ. o
nn ame
Commission Expires:3
PROPERTY OWNER:
Swom to and subscribed before me
this _ day of _'t9
Notary Publlc
Signature
Print Name
Commission Expires:
PRINT OWNER/CORPORATION NAME
AUTHORIZED SIGNATURE
PRINT NAME AND TTTLE
(lf Corpol?tlon)
ADDRESS OF OWNER
TELEPHONE
(Notary Stamp/Seal)
SEALtlEVAPERFOTTO
BY:
I
\
d
\
s
E
//n/lb)
,,/
19
75
t
(J
a'l
N
I
t)
,L
\N
tr-<),,\
"/ ntN
SURVEY FOR: GSD INVESTMENTS6BERRY & CALVIN
LAftDSURVEYORS 923.6588ctvtLENGiNEERS 921-7741
cHEcKEo sY: 5U GosAvJ BY: uZ-
EYEEVtsl0i
/.01 ;'"$
-a
{l
t caon ht^ brc
I
d
o
)
25'
o
o(
s
e
\
$
\
b.t
RAVENSWOOD ROAD
TO ALL PARTIES INTERESTEO I},I TITLE TO PBEMISES SUNVEYED:
I MAUBICE E. EERRY lI, hcr.bY clrtllY th.t I hrvt m!d' ' r'c6nt tlJrY'Y of th' 'bovGa.-riJ oi"p."v * f"al;;, .nd rh.l ih.r. .r. no Sovt g'ound 'nc'ooeh'{'nn'xc6pt 't rhown'
I funh.r canilv thtl th. $rvoy raptaantGd h€r6on ln..tt th' lcchnlitl nrrrllrdt of ih' Florid'
;;; ;i i;'S;r.n pu,',-r io Ecrlon 472.02,, Florrdr srn'Jr", ro rh6 Lrlr of mv krnwl'
6dg6 lnd b6ll6t.
lorr:F
DESCR IPTION: the N\ of I.ot 2, "PALMEADOR IIALF rcREs No' 2", as reccrded in
Plat Book 23, page 3?, of the tr clic recprds of Brce'Ia-rd Ccunty, Florida '
SC'. LE
1" - 30'
INTEROFFICE MEMORANDUM
TO:ROBERT FLATLEY, CIry MANAGER
FROM: MARIE JABALEE, FINANCE DIRECTOR
RE:ATTACHED INVOICE - CURTIS & CURTIS
DATE: MAY 16,1995
I
This item should be placed on the May 23 regular agenda for commission approval.
Curtis & Curtis has re-submitted an invoice for copying charges deducted from the
invoice dated April 12, 1995.
Per Commission action, $1 1 ,784.31 was deducted from the April 12 invoice for copying
charges. They have made an adjustment and are requesting payment in the amount of
$7979.30.
CITY OF DANIA
Ir ro R, curTll
Ioarp ClrrtE cttE tul tav']ll
laDaal a. cutflt
r.r3 olrrcal
Crrnrrs 6r Crrnrrs' P.A.
latl 3orrt5ltr Flrt:l *rtttll't
fol? trrrrDrrDA!!' PLoErEA tl'16
May 19, 1995
Fatsy . Erovfir
Flr a! RBILY Tol
Prr.T Otr3cr !q 11407
tol? ,,.ruolro !l, F!orr9^ tr}!
Erli,ct Eorafor',
ERc 3 pfb
city of aAttelltion:Nr[cy Denay
1O0 WeEt a tseach Elvd.
Danla, 81or 3 3004
Re: Eilling gEabenaEL of April 12' 1995
of todaY' a d: t,6 the
Curti s
lflrlPxoff (tor) !:!6atl
Ttrrcotratl. (tol) l2LaatS
Dear l{atrsy r
I\rrgu3aE Eo out tselePhone conver8atlon
iotlowing €:(Planatlors aPPLY t
1. flle billisg etrEry on pBge 3 of our at'atelBarL ln the anounE of
1130.00 raa a Eim€ "ntw
-"'i-a -"oe al 9xDe1E6- entry' Tr.is amoust rag
Dor included is rtre ilev; " par.ial payo'ent of the LnvoLce and
remains out standing.
2. T'he billiDg enLry of O'/7tg5 on page,l8 for Bruce Bocsfor'l ln
Ltre a$ounE of $ls.zs'wl" iot -""pi"i maae at the countv Library
locatBdl at the courEholr;;' we uso copy cards for t'his purpose and
tu"iii"te a receiPt is noL igsued''
xv aDolodies for Lhe confusion on Lhe billing state$errt ' If you
i'""4=i"vcni"g furLher, pleaae 1et me know '
vefy Eruly yours '
CUREI S E CUR1IIS ' P.A.
SecreEary to E.R.
For Ehe Firm
I4A'r'-19-1995 18r 48 P. E2
\
CURTIS & CURTIS, P.A.1828 Southeast First AvenuePost Office Box 21607Fort Lauderdale, Florida 33335
TO
City of DaniaMr. Robert FlatleyCity Manager
100 West Dania Beach Boul,evardDania, Florida 33004
RE City of DaniaOur FiIe : 15431
DESCRIPTION OF COST ADVANCES
05 /09 /95 Edward R, Curtis
Re j-mbursement for copiesquasi- j udicial hearing.on 4/72/95 Etatement as
6hou1d have read " Checkof $44.52.
May 9, 1995
of maps forIncorrectedly bi1led
$1,684.00. EntryNo. 1684 in the amount
Amount
44.52
Credit Explanation - Credit entry of 5/9/95 inthe amount of $2,165.53 is to correct aduplj-cate billlng which occurred on the AprilL2, !995 billj-ng statement as follows:04/06/95 Courthouse Quickpri-nt - Copies ofexhi-bits for Motions to Intervene and VerifiedMotion for Temporary Injunction".
City of Dania Paqe 2
Amount
05/09/95 Credit Explanation - Credit entry of 5/g/g5 inthe amount of 91,684.00 j_s to coirect i i:ittinoerror which occurred on the Apri1 12, igS5-----.billing statement as fol-lows ,- ; OZ/O'Atgi'-Edvrard R. Curtis _ Reimbursement fi:r topies ofmaps- for quasi_judicial hearing in the l.or.ri-of 91,684.00,, The check numb6r was entered asthe amount. The amount shoufd have been944.s2.
Current Cost Advances
Previous balance
Payment - thank youCredit-See explanation above ,Credit-See explanation above .
s44.s2
$46 , 682 .57
0s/04
os/0e
05/oe
($3
(s
(S
/e5
/e5
/e5
4,898.26)
2, 165 .53 )1, 684.00 )
Total payments
TOTAL AMOUNT DUE
P1ease return one copy of j_nvoi-ce with payment.
Tax Identi-fication Number 65-0136291.
($38,747 .79)
$7,979.30
cuRTls & cuRTls, P.A.
COST ACCOUNT
1828 S.E. 1ST AVENUE
FOFT LAUDEROALE, FLORIDA 33316
!67 4
2/2i 19 95 63.606/670
28
*-4*-$l<i nkn
t/,
rxnrNlo\lill rI r \r0llrrlrlrt: :13
DOLLARS
INTERCONTINENTAI, BANK
- r:oo.L E ? t'r1--!qE-?-QO E-aEi!:lAAgA t
CURTIS & CUATIS, PA,
COST ACCOUNT
FORT LAIJOEROALE, FLORIOA 33316
DETACH A},ID EETAIN THIS STATEi,IEI{T
TN€ ^TIACHEO CHEC( IS IN PAYMENI OF IIEMS O€SCRIAEO BELOU/
IF NOI COAqECI PLEASE NOTIFY I]S PROMPTLY NO BECEIPI DESIFED
DATE DESCBIPTION
)/23/es 431 Dania - CoPies for 2/28/95
MNraor+nalE
AMOUNT
I(
i?
6rJtrfr
F.Ft-t-
::E f:
J.JJ:-=
lrr uJ
S-,5-.r
EEi
<.:
bi
u,
8:
=t
E:
er
t-
t+
Efr
t\+ ,.
r.8 br ai 't
6r
T
o
F.
*
cr rJl
arJ F- l- u Ll
rt
)
4
BLE
Gv ro rHr' -bnoen or
)
cuRTts & cuRTls, P.A.
COST ACCOUNT
1828 S E, 1SI AVENUE
FOBT LAUDEROALE, FLOBIDA 33316
L*-
DETACH AI{D RET THIS STATEMENT
167 6
{
DATE
\Y TO THE
ORDEH OF
28p_l:63.608/670
$
OLLARS
E
CUBTIS&CUBTIS,PA,
COST ACCOUNI
FORT LAUOEBOALE, FLONIDA 33316
INl'DRCONTINENTAI, BANK
1.OO lE ?El. r:0E ?0OEOE lt:
/-x// . NON.NEGOTIABLE
10080 2 zlq Ir','
IIlE ATTACHEO CHECK IS IN PA
IF NOI COFAECI, PLEASE NOIIFY PTIOMP]LY NO RECEIPI DESINEO
OESCRIPIION AMOUNT
,i
t.
NON-NEGOTI BLE
, (>-
(
(
(
,-IT T€QIJAREEffiffi
415 N.E. 3 Sr., Ft. Lauderdate, Ftorida 33301 (3O5) 263.421I Fax: (3O5) 763.12A4
Corporate Headquaiters 1.3OO.432.3360
:i.! / i!8 /')
DATE
stLL TO: r:lJRrIS rihl l:, cuRtIS
PURCHASE BNO
SHIP TO
[,ACir: 1
INVOICE NO
OBOER DAIE SALESPEBSoN OUR ORDER NOt)ij / ? t) /,):)
F. O.8 IEFMS SILLED BYl"; Fr $ ri cA r:-
L ORDER SH IP 8/O T PRICE:) !:i t
1; r:.1 l-
f
1
.l . ,/ i_j l,J
a" 1;lE
SU ETO TAI.
HAHDI- IN6
5/ TAxDTAL
r
J
LrE
ln.'lle? e,
sHftc0H vELI_Ut,t Sril:'i'
g&Uts " J.!i-uH l_:ilE ;'[iIi.lT5 :jr.lF1'
ri
a
\-.
KS- r
F, t.
N loN
CHE
--')
RVICE C HARGE OF 11/zo/o PER MONTH WILL BE ASSESSED ON INVOICES OVER 30 DAYS T DUE
RECEIVED BY
PR INT LAST NAME
YOUB SOURCE FOR ELECTRONIC IMAGING ' COLOR OUICK COPYING ' BLUE PRINTING. COLOR PLOTTING . DRAFTING SUPPLIES . ENGINEERING EOUIPMENT
OBIGINAL INVOICE
( 3O5 ) 5i*5*ui:,5?
SHIP VIA
2f45?3?tt
ACCOUNT NO,
I'trlulli:a r:i 1l c u lJ t...t I
ffi
TL
ilNVOI
i'l E: i.l T
e'1. a'l
7"?A
e8. eo
8.6r,'1.69
e9- S9
F :.'.E Tr<{.'}.}rr,.,l+<F_irt5r!aaetFrr-r*F . E .!!rr:r
I|"r
1,. ' r:
\Y TO THE. - OBDEB OF
DAIE
rr^rNlr^l\ 1,f,i L[rrLU,rlr: 18
INTERCONTINENTAL tsANK
TFOOIE??rF r:OE?0OgOg:lt: lOOBOeelqlr.
DETACH AND NETAII.I IS STATEMENTTHE ATiACHED CHECI( IS I^I PA IIEMS DESCRIAEO AELOW
IF NOI CORFECT, PTEAS€ NOIIFY US Y NO qECEIPI DESIFED
NON-MEGOTIABLE
cuRTts & cuRTts, P.A.
COST ACCOUNT
I828 S,E. lST AVENUE
FORI LAUOEBOALE, FTOBIDA 33316
1677
63.606/670
19 28
$
DOLLARS
A[,{OUN T
C['ATIS II CUBTIS, P,A
COST ACCOUNT
FORT LAUOERDALE, FLOBIOA 333I6
(
{(-aQ
NON_NEGOTI BLEI
DESCBI
-..t
i
L
wn---l
v
)
ET€OI,AREEf;FFES ORIGINAL INVOICE
oe / e_g /'?lJ
DATE
I 415 N.E. 3 St., Ft. Lauderdale, Florida 33301 (3O5) 763'42f I Fax! (3O5) 763'l 284
Corpo?ate Headqsarters t.300.432'3360
F,A6E: 1 eaSe 3 6?
srLr_ To: cuF{] I$ & CURtTS
( 3ldl'i) 5 i.l 5.i " ir i; i-;;]
SHIP TO
oUR oFTDER No_SA1-ESPEBSON
OFIDER DATE Iiiil.iU[:. ;rCt:0UNTAi:,/ ?f:t / '-:'::l
BILLED BYF.O.B !, i.l t1 i'1
PUR H ORDER NO
SHIP VIA ACCOUNT NO
i)
NIT PBIORDER I SHIP a/o Lrr
gUB OTAI-
f.itll'tDL I HG
5/ rAXOTFiL,
Ll" .L c:
ri
li f. . i::9
{t
iei-'El.-uI t_ ] t..l E. r,R I 11T5
$tiAcoll tJELI-ul'l 5nF'T'
i:'f,UF " i.
n
t.8 li
t:
l
.t.
ON INVOICES OVER SO DEYS PAST DUEA SERVICE CHARGE OF lVzo/o
L ri I rr t} :: ri(r cl:i RECEIVED BY
NT LAST NAMEPR I
a
YOUR SO
a
r COPYIruE . BLUE PRINTING
EOa
coLoB oulcBONIC IMAGINGURCE FOR ELECT UIPMENT. ENGINEERINGUPPLIESFTINaa
PER MONTH WILL BE ASSESSED
tNvotcE No.
TERMS
i'l i:. I.i 1'
i-t
tl
L]
t{\y
a
(
)
9<o --lmot
OI-nm
ooc
lO*
}F
o4
Il
9io
Ia-r
;C9
;ao
::i
;--roo-
:e6<<-.
*:i3
!B=
i,,
o Fl
r-loo
rr
o
c,
Ar
Hl
ts.Fttrf
IHlo
n
0,
N,\c
Co
P
\l1 ,ltl
I,
rlI
Iili
I
!
d,J
:t
x
I
c
fl
I
q
JILt{,,.
(J
N
P.p,
,
F1
EIo-tt
ts-rt
Fho
H
A,(ots
I
tq
H.o
A'
o
pr
BP.
L2
O
L'r
N
z
z
Z
mo
.'I
tr
-
TN
3oIcrViio-{
EH36d; {FP=lo
' i atgI z o,a; c{
3Z=6
qFB>
6
no
!-lrt
o
oo
o
ft
ts.
rf
LN
N\o
zI
"ai.*!J;Z,z.i
, rz=
z
t
oo
rr
_rJ
D
6
IF
-loo(Fo
IF
UJ
ooFo
t! ---\
J\
= z':
z
z\*(r
CD
UI
->trt-
m
(
P
P
o)
-l@
@\c
@oorT
flaoCz
o
!:oz
/'
rNvolcE
courtlrouse
rNvorcE
eiuiCktDrint
2oo gouthrasl 6lh Str.rt . ,ort laud.d.lc, llo,lda 33301
t.hphon.: (305) 462-3700. tax: (305) 462-4137
r volcE r.j* L182447'r //-tr)ATE
C, r/r'r ,, /itSOLD TO
AOORESS
OROERED AY:PHONE
DELIVER TO:
ADOBESS:
D ^ cslr C cHEcK CUSTOMEF P,O. *
INVOICE PAYABLE
UPON FEGEIPT.
59-2320269
AMOUNTo€scRlr,noN
A ,\19u0s\\0rI
B
43/ec N
0
r/-\ I 6
llxl'l ,9D'lleo
E (a|3o.Do
OTHER:
E wpEserrtlc
0 cot-ure
E cut oe retu
O z xole PuNctt
E plo - so's
E plsre uP
C . slePle
Cl roro
! g xole PuNcx
D peo- too's
*h,3U&
TOTAL
1tr,t
TOTAL
. oEPOSIT
DELIVEHY EHVICE AVAILABLE *
OATE:
quiekl,rint
20O routhcast 6th 3t ..t . torl laudc.dalc, llorldr 3330I
tol.phonc: (3O5) 462-3700 ' t.x: (305) 462-4137
,*ro,", fd* 10E101
-L'/-? f OUE
DATE
SOLD TO:/;r Ca,tit
AOORESS:
E. ^rsu
e
AODRESS
OROERED AY:
DELIVER TO:
O cHEcK
AMOUNTOESCRIPTION
bnRer/t"Lfry*'7-
3c
D
E
!
tr
tr
o
tr
tr
TY PESETTING
COLLATE
CUT OFI TRIM
2 HOLE PUNCH
PAO - 50',s
D PASTE UP
D SIAPLE
- FoLo
C : xole Pulcn
E PAo - loo's
BIN OND
74eSU&
TOTAL
1 ,tt'
/J-42,TOTAL
. oEPOS|r,
AALANCE
1
INVOICE PAYABLE
UPON RECEIPT- l
59-2320269 .
*,DELIVERY
FECeTVED BY:
EIEt
courtlrouse
OUE
OATE
.t5
n ^ccoalNo E rlPEgtNo '
El srocK oRoERED
TAX
YZP,?t
lyzet!BALANCE
@PIES
PHONE-.......-
CUSTOMER P.O. }
Palll
A
B
OTHERi
E srocx onoeneo I
coPrEs
I
i
I
I
i
I
I
I
I
I
I
I
t.t+,i.f . ,,--CURTIS & CURTIS, P,A.posT accouNT.. 1828 S.E, 1ST AVENUE. FORT LAUDERDALE, FLORIDA 33316
t-l r_)(
+\
AY TO THE, ORDEB OF
3/B 19
1684
95 63.608/070
28
Edward R. Curtis
Forty-four ancl 52,/10 0-
$44.52
D IN'IERCONTINENTAL BANI(
DOLLAHS
AMOUNT
44.52
4i(q( 'ilEdorrABLE
IOOSO ? 2 19 lrr' flr.OO LEBl.rF r:OE ?0080E lt:
CUBTIS A CURTIS, P,A,
cosT AccouNr
FORT LAUOEBOALE, FLORIOA 33316
OETACI.I AND FETAIN THIS STATEMEt{TPAYMENT OF ITEMS DESCR!6ED S€LOWOIIFY US PNOMP]LY NO NECEIPI D€SINEO
OATE
\..'3/B/95
DESCRIPTION
431 Dania - Reinbursenent for copi.es madePrecision lJlueprint, Inc. for quasi-ju
hearing on 2/ gB /95
atcllcial
t
L
r
(
l
I
NON.NEGOTI BLE
(
Precision Bluept .nt, lnc.
Protessional Products and Equipment for the
Engineer, Architect and Draftsman
Received
s nEuEraB
By
801 N. Anr xs Avenue
Fort Lauderdale, Florida 333.11
Phone (305) 525-0157
FAX (30s) s25-0387
SHIP
TO
LOIIC AFTER THE SWEL .IESS OF CHEAP PRICE!
rNvorcE
No. 7600
PLEASE CALL
US FOR:
Blueline Machines
Dralting Tables
Drawing Files
Drafting Machines
Drafting Chairs
Dralting Lamps
Straight Edges
Erasing Machines
Blueline Papers
Blackline Papers
Printed Drawing
Forms
Drawing Mylar
& Vellum
Drawing Pens
Miscellaneous
Drafting Supplies
Kroy Lettering
Systems
Metric Scales
and Devices
lf we don't cany yout
Itom wo wlll lry to
locate lt lor you, o..t
loait advlsg whera ll can
be obtrlned-
SOLD
TO
Customer Order *oate Sfrinteau2'lDe
4L7
Unlt Prlc6 TolalBack Order Oly. ShlppodOty. OrdcrodCodeSlzeCalalog # anq DcscrlPllon I
tr O':L{ z-oo7r'vz-tt L'7 /y.tzy
//.'
TESMS
N ET-EN D
OF MONTH
L{ Z-o uSub-TotalJOB / LOCATION
Freight & Handling
?T z-)I
Please Pay
From lnvoice
1{o Statement
Will Be Sent
Unless Past Due
Or Requested.
PIEASE OIE: INVOTCES OVER m OAYS AFE SUBJECT TO A 1"!% INTEnEST CHAFGE ALL
MEFCHANOISE FEMAINS PHOPEFTY OF PFECISION BLUEPNINT' INC., UNTIL PAID IN FULL
MEFCHANDISE NETUFNEO FOF CAEDII \il/tLL NOT BE ACCEPTEO UNLESS PFIEVIOUS AFFANGF'
MENIS HAVE BEEN MADEFOR ITS FETUFN
THEBITIEN ESSOFPOOI,AL ITY I
CUS OMEN COPY
THANK YOU!
Hi,
Tax (#
\
cuRTts & cuRTts, P.A.
COST ACCOUNT
1828 S.E. lSI AVENUE
-FORT LAUOERDALE, FLORIDA 33316
:,
1699
83,808/0i0
2819 95
$
.).
I AY TO THE''foRoen or 2f,9 61
'iwo hurrdred sixty-uine atrcl 671\00 DOLLABS
IN1' I.]RCONl'INEN AI, BANK
rFOO tEqqrF r:OE ?O0E0E l!: 1OO80 e I
CUATIS & CURTIS, P,A.
COSI ACCOUNT
FOET LAUOEBOALE, FLONIDA 33316
OETACH AND RETAIN THIS SIATEiIEtT
THE AII^CHEO CHECK IS IN PAYMENI OF ITEMS DESCfiIBED 6ELOWPIE SE NOIIFY US PAOMPILY NO REC€IPI OESIFED
DATE
3/ts/e5 431 Dania - Copies for exhibits to ltlotion to
I ntervene
E
/rlrlar.li\a6orrABLE
I q lrp /
(
AI\4OU NT
269.67
NON-NEGOTI BLE
,
DESCBIPTION
I
I
at/15
tNvotcE3- rs -gy DUE
DATE
t!0tu-+.1g86so
Cqrtt vCa47SOLD TO:
AOORESS
OROEREO BY:
DELIVER TO:
PHONE
AOORESS;
O 'sH D cHEcK
coPrEs OESCRIPTION AMOUNT
A
??o{z3l,'10
B
?lr -
c qtl
D 6 ilk l.ls /t1o0
E
CoOTHER:o f1a
ed ,o/or
E wpeserrrre
E colulre
E cur on lnru
E z xoLe purcx
C plo - so's
ta
IN
E pasre u
E ST^PLE
C rolo
O s xole pupcx
fl plo - roo's
D srocx onoeneo
z(c,</osu&
TOTAL
/tL?
TOTAL
OEPOSIT. 59-2320269
* OELIVERY SERVICE AVAILABLE *
INVOICE PAYABLE
UPON HECEIPT.
BALANCE
RECEIVED 8Y:
IIIrII
, tNVOtCE
courthouse
quickprint
2OO.3outho.st 6th str..t . fort laudcrd.l6, ,lorid. O33OIt.t.phonc: (3o5) 46a.37oo. r.r: (3o5i r"z-irii--,
OATE:
CUSTOMER P,O, *
.
P TAX .
zlr,l7
cuRTts & cuRTts, P.A.
COST ACCOUNT
1828 S,E lST AVENUE
FORI LAUOEROALE. FLOBIDA 33316
1709
4/6 63 608/670
28
L
m
\Y TO THE
- ORDER OF Cotrtbhouse Quickprint ---1 $2 ,165. 53
Trvo tlrousand orre lrundred sixty-five and 53,/100 DOLLARSIr(r\rrr\\ 1'tr r.\tr,n 'n.r -'rINTERCONTINT'NTAI, BANK
rF00 I ?Oqil. r:OE ?OOEOE lr:
CUBIIS&CUFTlS,PA.COST ACCOUNT
FORT LAUOEBOALE. FLOBIOA 333!6
OETACH At{D BETAIN T'IIS STATE[IEt{II'1E ATTACHED CH€CX IS IN P YMENI O' IIEMS D€SCfiIBEO 6ELOWIF NOT COFAECI PLEASE NOIIFY US PAOMPILY NO FECEIPT OESIREO
DATE DESCNIPTION
4/6/es
/ lfiqN-i., scorrABLE
100802?1crill/
431 Llania - Copy charges relating to 12 notionsto intervene and verified motion for temporary
ie$tnairirirng order
AMOUNT
2165.53
NON-NEGOTI BLE
L,
(
t
I
I
19 95
i .tNvotcE'.
)ourtlrorrse1r.
quickprint
2OO !outhc.rt Oth 9t.!t . ,o.t l.ud.rdd., ,lorld! 33OOltGl.phoncl (3OS) ir62.37OO . ,.r (3OS) il62-:r197
rNvotcE
courthouse
eiuickprint
2OO louthc.st 6th st6.l . tort l.udo.dsl., ,lo,ld. 3O3Oltcl.phon.: (3o5) 462-37OO. r&x: (3OS)-/162_4137-,r
rNvotcE i,i! 11E761
rilvorcE hJ0
OUEDAre _3-/d-rrATEi3-/t 4f i
OATE
SOLO TO:Ca1 rP rh(Ca./t r I Crtrfi'r
AOORESS
-)FOERED BY:tu/t.,
)ELIVER TO: .
l , 'sH E cxecx CUSTOMER P,O, }
/)/'oOROERED SY:
DELIVER TO:
ADORESSi
tr -'sH E cxecr CUSTOMER PO, *
coPr€s OESCRIPTION
. .-{{/
vto(7lA,(C
B lt,11i(
an t0
r1.{0
c
/arcr cztipr({t.fo
E 5b.corleamd!tftnr----------T- - - ----A
!/t0 ,oo
0t/OTHER:
tr
D
o
D
o
C
TYPESETTING
COLLATE
CUT OR TRIM
2 HOLE PUNCH
PAD - 50's
ACCO BIND
E pnsrE up
O STAPLE
D FoLo
Cl g xole puNcx
El peo - roo s
C TAPE BIND
E srocKoRoEREo ,
stil).9.SU&
TOTAL
Jo,tll
&atzTOTAL
OEPOSIT ...2
enq3
INVOICE PAYABLE
UPON RECEIPT.
. 59-2320269
r' DELIVERY SERVICE AVAILABL E
FIECEIVED BY:
I
coPrEs OESCRIPTION AMOUNT
/31\-7
B on iq /q7/
v79 o rr/4 le 7r
c /rfi/
// I /'7 z>,(o
D
/are r cotliel fz.t'o
E I ,4etdqcl?anr 7o.@
' :/r7COTHER:
?
a
,LCrc
Cl TvpeserrrNc
D cor-llre
fI cur on rnru
fl z aolE put'rcx
E peo - so's
E Acco B|ND
o
D
tr
tr
o
tr
PASTE UP
STAPLE
FOLD
3 HOLE PUNCH
PAD- rOO s
TAPE AINO
E srocK oRDERED
SU&
TOTAL 3ZL/!
/r,31
lyzptTOTAL
OEPOSIT
* DELIVEFY SERVICE AVAILABLE *
b
FECEIVED A
;OLO TO:
OUE
DATE
-
PHONE-
108796
ODRESS -
PHONE-
CODRESS:
A
D
AALANCE
TAX
AMOUNT
A h?c1,10
qr
zl
BALANCE
INVOICE PAYABLE
UPON RECEIPT.
59-2320269
I ro,
d;r-rNvotcE
couhrrous6-
hon.: (3O5) 152-37OO .l.* (3O5) ,r52-:a137
-.<rNvotcE msPu'(atLl
OATE
SOLD TO:I
I 'J.AOOBESS
tl
OROEREO 6Y:
OELIVER TO:
AOORESS:
O..-\sH 0 cxecr CUSTOMEF P,O +
)
/At,
AMOUNTCOPIESOESC RIPTION
Ar ,1:.- r.-')I/./1 )4ott0
B rct I DA,ol:
c
D
-Kl
E
r
lo,oo
! wPESEI-flNG
E colllre
D cur on tntu
E z xoLE puttcx
O PAD'so's
n acco BtNo
D 3 HoLE PUNCH
E peo - roo's
E TAP€ BIND
,,a\D PASTE uP
{"t r..
D rouo
E srocK oRoERED
L.lll.h
aq,ql
tlast
tab.5l
INVOICE PAYABLE
UPON RECEIPI
59-2320269
* DELTVERY SEFVICE AVAILABLE T
TAX
TOTAL
AALANCE
oEPOSrr
SU+
TOTAL
RECEIVEO 8Y:
ql
tNvotcE
courtlrouse
quicklrrint
200 southo.3l sth !r6ct . lort l.ud..d6l.. ,lo.ld. O33o.rtcl.phon.i (3O5) il62-3700 . l.x (305) 462.,t137
2\3 \
SOLD TO:ll,tj ,V(
, OUE,barEi
L,(( t
DATE
AOORESS
ORoEREO aY:- PHONE-
ADDRESS:
.sH E cxecx CUSTOMER P,O *
AMOUNIOESCRIPTION
A 33.4za,I,;:)B }t\arrw/;<I Vtt/t6-c o, /)i a\-D /'Y1nd"l
lc/xE7'
E rvpesernuo
E cor-lere
E cur oR TR|M
E z xot-E puxcx
E P^srE uP
E STAPLE
E FoLo
E 3 HoLE PUNCH
O peo - roo s
LI TAPE AlNo
E peo - so's
E ecco stllg
EI srocK oRoEFED
33.oosu&.- ..Totel i
t'lg
TOTAL
oeposrrr
SALANCE* OELIVERY SERVIGE AVAILABLE * "
INVOICE PAYAALE
UPON RECEIPT.
59-2320269
FECEIVED BY:
IIIII
2OO .outh..sl Ath ltcct . lort laud.rdllc, florld. 3S3Ol
cruicl(rrrint
1a'OUE
OATE
rr{vorcE Fj 0
(..)
PHONE-
DELIVER TO: :
,,\OS
t
VarIl
coPrEs
P
OTHER:
ri
Nur q
15s87
1':t5,fi_'
I
15659
^W
C()PYEUARD AUDIT(}R - COPIER USA6E REP(]RT
DATA FR()II UI{IT B9O SERIAL HUiEER S02433
H(}NZERO DEPARTIIE T/USER ACCOUHTS
ACCOUHT-HUIIEER LIiIT C(}PV-COUIIT
1
I
I
1
I
1
I
t
I
I
I
I
I
I
I
I
1
I
I
1
1
I
I
I
1
1
I
I
1
I
I
1
I
1
I
I
I
I
1
I
I
1
D \
1801
1553
15143
-1S8e-
15451
15445
15474
+5.t€9-
+s+85-
-+55:18-15Si-.
t5595-
gs?244
090884
agsg2g
088295
8091S7
087619
8083s?
00s99s
090174
s09423
9083S8
608936
s90725
990806
agg4+2
9e1509gsggt?
00st05
909011
a8g7t?
9gszu
899785 '
000035
gggggL
981956
ggg47t
089395
853244
ggsgsz
090002
809993
980147
s00806
00000r
889865-,
ase076
s48492
800981
ssggs?
15599
15682
-+-56fr-
15624
15627
15628
*i5ite:
+5tEtl55r
15641
+5e+if5
-+i6{IF
--t{ F61t6d
-ts€d*
-.15€+t
_156A*_
+t665-
998963
0s0988
:-?
trttrrll T0IAL Sgs2?62A
\4
INVOICE
courtlrouse
etuiCk!rrint
2OO routhc.st 6th st .ot . tort l6ud.rd!1., florldr g33Ol
l.l6phohc: (3O5) 462-3700 , l.x (3O5) 4s2.a137
9lr'l llrvotcE rrj,l
OUE
DATETi il+l$,,?F,,1<t)
Cu,*a .'r ( '{L,Lt1SOLD TO:
'\'rr IORDERED AY:
DELIVER TO:
ADDRESS:
-.sH E cxecx CUSTOMER PO *
AMOUNTOEPTION
A ouq},qf
B
hr/l
(t./-"c
D
\
OTHER:
0
E TYPESETT|NG
E cor-llre
O cut on tntu
O z xore Puxcn
E PAo - so's
Tl acco stND
il
!TAP€ AINO
E pnsre up
LI STAPLE
E rolo
f] 3 HoLE PUNCH
E peo - roo's
Bs:usu&
TOTAL .
3, lA
TOTAL
AALANCE
INVOICE PAYABLE
UPON BECEIPT.
59-2320269
* .oELTvEFYTEFVICE
REC€IVED BY:
4l.tc
t.lD
OATE
PHONE-
coPrEs
Ei srocx onoeneo
E
AVAILABLE }
the vitorolo
copy card.
Thank you,
tlre City of neni .a S? no
r--n r Fq _4'a.ra for copy charges forpaid off BAC'S Broward
copyingf
County
, tNvotcE
courtlrouse
2OO soulh.asl 6th !t..t . tod leud.rd.l., florlda S33olt6l.phonci (3Os) 462-3700 . lsx (SoS) 4s2_4137
titvotcE N {139187 l
4-'.('c: Ptli..4t\p
SOLD TO:
I o
ORDERE D
DELIVER TO:
AOORESS:
D 'sx C cxecx CUSTOMER P,O, *
coPr€s OESCfIIPTION
A ( so)34.q,,c,F'
B
.(\o
c ,./
ir-l
D
z6.qiLi* lrd.G
E
OTHER:
f ,i.-.,I.Itt
'I
/t,\
3.A
IE TYPESET|NG
O colLrtE
E cur oR TR|M
E 2 HoLE PUNCH
O pto - so's
8r IN
fl prsre up
.F(reP.eC rolo
(.-,fJco-t'7
-.1:oil1.rrrt t.r V!
fl 3 HoLE PUNCH
! pro - roo's
Or
El srocx onoeneo
tY7,4SUE
TOTAL
zo.fu
lzlz.TOTAL
BALANCE* DELIVERY SERVICE AVAILAELE *
59-2320269
INVOICE PAYABLE
UPON RECEIPT.
RECEIV€D BY:
o^r" 4-- l-,., . (,.5
quickprint
OUE
DATE
"*o*e-al5,-l:.6,]-
T AMOUNT
D
I
TAX
OEPOSIT
TAX
estabflshmenc. of recycling programs in .E.he City of Hotlywood (andReuter ci.ies) . ourlng c-trd mo-s c recent quart6r, neu-ei"ieporreorecovery raLes of onty 3 pounds p", .esldenc ir".- *li.iti ar irsI facitiLy while tshe Cicy of :i"ilt;"5;-.eport.ed a recycling rare of16 pUruds per residenl p". *orictr. - f ., "onc."st, UnincorporaE.edBrowaadj r8porEed recycri."g :o 6;as per resident. per mont.h Lnd Lhefi::L:e cor4 I,- sp5ins. ."po--.r"d-...y"ri"g 3 s pounds'pe. i.=iaurrc p..
-^t--]yS",
t .},1." - ..u si9nificant environmenral- concernsparticularly with odors . whici may eitect ..u"i- ry - ."sidLes inDania, Dawj-e and the unincorporatLa lrea. Fourth. diversion ofHollvwood wasre ro composring- is inconsisc."J ,ilri- tuiigii;.or," codel-iver wast.e to Lhe Resou;cu n"."r.iy pl-ant.s and. prior Board.policy and rhe pl-an of operarions. riicrr, Eh; p;;je:; "w-oura netoca.ed in an area cr-ose 16 Forr Lauderair.-iorry*6"d i;r;.;;rionafAirporE' where sor-id wasEe facir-i.ies would ""c ir"r..riy i-.- iror.abecause of poE.ential bird at..raction proffems. ana iinafiy, cneproposed land use is inconsisrenr wich- cfre ipproweJpi;:-t
Enclosed are the following addit.ional background materiafs:
1. Art.icle from Ehe Miami Herald of May LL, j-995;
2. Copy of plaE of Ehe proposed siE.e; and
3. City of Hollywood SEaff Reports of April 4, 1,995.
CC:I"ul Y. Pf ef f er, DepuE.y Counr.y AE.r.orneyTechnical Advisory CornmicE.ee
Public Works DePortment
Office ol lnteglated Waste Management
201 S. Andrews Avenue
Fort Louderdole, FL 33301-'1831
(305) 765-4202 ' FM 765-4237OUNTY
MEVIORAI{DIIM #tr,/DATE: MaY 15, L995
TO: Resource Recovery Board :)4.yp Z
FROM: Thomas M. Henderson' Director
SUBJECT: Pecition As An AffecEed ParEy - HolJ-ywood Recycling
Center (Broward necycling, lnc') Composting Facif iE'y
The west Pafm Beach Districts Office of the Florida DeparLment
of Envj-ronmentral Pr;;;;tr-i;- (DEP) r.-l eased on May 4' L995 ' an
InEent 'ro rssue ^ p"ilic c" noilywooa Recycling Center (1*!l, t"t "
composting faci-fiEy. itaft requLsEs perm'ission co file a peEiE'ion
on -behalf of the S"fiJ-wi=te- oispoial Distsrict' as an affected
parey. This wilt.aff-ow us to receiv:e noeices of furtsher regulatsory
actions and partracr-;;;"- il;;y - id*it'i"ct'tive hearings including
rhe abiliLy to ."i""'fI""u" ,"d questions as to tshe adequacy of the
proj ect .
This ls the most recent version of t'he City of
Hotlywood/Broward necycflng, 11-t-'.. gtqj:"E' In iE's currenE form'^.["-i".iricy would ne I "oiity MRF" (mixed wasre matserials recovery
facilitsy) and composli"g p fi"'t ' The focation of che faciliEy would
be in unincorporaEed Brdwira iusu wests cf ForC Lauderdale-HoIlywood
rntrernaE.ional airport and e;st of the Florida Power and Lights
iauaerAare Power tlant and Soutsh Resource Recovery Facility- The
p.op".cy is currentsIy vacanL. Futrure use of E'he propert'y is
'resLricLea by plat nole Lo a private horse stable '
As anLicipated in tshe permit applicaE'ion, City of Hollywood
ga.Oaje irucks'would del-ivei mixed municipal_ so,Iid waste (MSW) Eo
irre ricrricy. Some recyclable maE'erials would be remowed ' The
bulk of tshe rest woufd bL shredded and composged. Residues woul-d
be brought, to Resource Recovery Systsem faci].iE,ies for disposal .
tne faciiiry would use very similar teclmol-ogy Eo Ehats of the North
oade Agripost and Penibroke Pines Reuter projects -
Stsaff is concerned wiEh a number of aspects of Ehis proposed
project.Firsts,basedonexperiencenotontyinSouthFlo-ridabutiroina the world, Dirty MRFS and Msw compost.ing plants have not
proven t.hemselves to be cectrnically or economicalty viable solid
irr=ra *-.rrgement alternatives- Second, continued pursuit of this
project (and rne Reutser project) has significantly inhibited t'he
Printed on recycled poper {}
BROWARD COUNl'l EOARO Of COUNTY COMMISSIONERS - An Equol Opportunity Employer ond Provider ol servicer
John P Horl Loi Nonce Porrish Svlvio Poriier John E Qodsnom. Jr. Ge.old F IhompsonScolt I Cowon Suzonne N Gunzburget
Wele Auikling A Futurc Fot Your Frmily. Anel fout Susiness.
"l
I!:i!i1\
ir
.:l-;{;;::-;:
i{
i a i:i!
i ir ilii:!!'
rio
ri!ii:!ii!!|
i:!!i.':!ii::
!*!r: ! i!iiii
!ari
i.rii
.-:i
'-:!iiiii:
lit
,i: r!ii
it!
rti
N\i
I\:-
f!
i
..
lilil!
s
.,!
INIt
t\
iiil tiit
iiiiiii
iiiiii
Y
iiiiiiiii
iiiiiiiittill
iiiiiiiiii
iiiiii;il
iiiiiiiii
i.
Lll
[tL[
l;I
Ii
s
t
l
r: ili, I ^.tiii$ii.'li
4"."ri!
iii
NINi:
T; l-! r
t,xi I
hilEiE
{ii l! ;Eh:l l" 111
l,iliiE
iiEiE
. €li iE
!i i
! t\-;$:i iii llri llir h:i l:
i :!. rP.:
i lsi1tN{ l\rlxrh":NI.nI, Nlr'\ ![.i
I,;i
ai
I!I
t:lr
.l{
i:
h
ll)
N,
t\F
R['"
t
!iI
It
I
'i,i t ili
liiili
Ir itili
ii,3F
'i\i I ilrrlit:Eii
[\J h- i
Ni "il'ii r,i
t:K!
t;f-q'[\] I !I :ti
:::e
iii.-i;ii
:a8riE0ir.i
i lrlir:
t, i[:
i
s
R
-s-i{A53
H
5\i{
+\\(rj
: :t;
: ;b
: il:
I iL
I !l'i "- ii
:3!:
,r15
:"t^:;k-gti
l:F
.-iP
' el:
:;Lr::h
'E
! ili
sE
-"E
E.
t
I
.EI
:.
li
i.
il
.rl;rii
a.
ri!!:t
I
i:
I
I
I
I
it
I
L -,
lriI
iilll*llllllliill
iiiiliiiliiiiiii
1
I)_
I
-l
e
I
l^\iiiS::3.;
.
U
Iil
il
I
I
I
I
I
I
i
i
I
I
a "Dirty MRF", in that it does accept and process mixed waste although it is in transition to be atrash-transfer station on]y. In addition, that facility does not produce -*t"tuur" "omposius ttreHRC is proposed to do; it composts yardwaste oniy. A other non-recycrable mate f,ar (50%o oftotal waste volume) is landfilled.
At the meeting of December 16, rgg4 both David Adair and Doug smith (representing Brack andVeatch).were questioned regarding this apparent lack ofrerevant experience. They bothacknowledged Black and veatch's lack oflxperience to aI meeting participants. i, iulr""oexceedingly difficult to find a successful Dirty MRF in the nation. It is therefore believed thatengineering design and relevant experience are critical to avoid absolute failure.
ODORCONTROL EQUIPMENT
Research has indicated that Dirty MRF. are associated with a strong and generally unpreasant odor.It is believed that no other Dirty MRF in the nation is located in as a"^Jy popjutea'a., L as isplarured for HRC. Ar present HRC will be rocated in the ALANCo p.op".ty. attirougtr araNcois.an industrial area, it is very likery that odors from HRC will not onry affect air*i*igiu"^; u"twill also waft into the city of Hollywood on a very regular basis. Engineers have clainiedthat thefacility will be under negative pressue, thereby reduclng ,'fugitive,' odors. It must be stressed thatthere will be large bay doors, into which sanitation truck; wiir drive to tip their loads. It isunreasonable to expect that the buirding's negative air pressure w r prevent the escape ofodors from the tipping roomJloor from doors "big enough to drive a truck through,i- as hasbeen the case in the many of Dirty MR[.s nationalty under negative pressure.
a/a/gs Pg. 2
Most importantly is the unproven capability of the Du-All odor scrubbers planned to remove/red.uce
odors in HRC. The offrce of Environmental Management requested Black and veatch provide
references of the odor scrubbing equipment. Doug Isbell provided that information in the
November 30, 1994 facsimile discussed above. Fow facilities were identified as references for the
odor scrubbing equipment, Each of the facilities was contacted. It was leamed that the Du-All odorscrubbing system was designed in response to odor problems resulting from sewage/sawdust
composting facilities using odor scrubbers designed for wastewater treatment plants. The designer
of the Du-All odor scrubbers explained that the scrubbers are revolutionary because they have taken
into account the chemical composition of the odors they scrub; i.e. the chemical composition of
odors from sewage/sawdust composting is different than the chemical composition ofodors from
wastewater plants. Three ofthe four Black and veatch reference facilities are composting
operations from sewage/sawdust. The Du-All odor scrubbers are working as designed and no
discemible odor problems have been reported.
The fourth facility provided as a reference by Black and Veatch is a Dirty utilizing the Du-All odor
scrubbers. Waste in that facility is primarily commercial ih nature (tess "stinky" garbage, i.e. baby
diapers and kitchen waste). It has been challenging to learn of the odor scrubber's capability
rvith municipal solid rvaste because that facility is currently in litigation over odor problems.
Formal records of the facility's odor problems are recorded with the State's Department of
the Environment. Those records specifically mention thc odor scrubbers and scrubber stacks
CITY OF HOLLYWOOD, FLORIDA
INTER-OFFICE MEMORANDUM
UTILITIES ADIVIIMSTRATION
DATE:Aprit 4, 1995 FILE: WS-95-179
TO:Samuel A. Finz, City Manager
FROM:Lisa Meday, Environmental Specialist
SUBJECT:Analysis: Holly,rvood Recycling Center
ISSUE:
PENDING PROJECT OFFICE OF ENVIRONMENTAL MANAGEMENT
Results: Analysis of Holl)ryvood Recycling Center
EXPLANATION:
Hollywood Recycling Center (FIRC) is a proposed mixed waste processing center for the City of
Hollywood renamed from Broward Recycling. HRC is proposed by Integrated Environmental
Technologies, Inc. (IET); ajoint venture between Harold Solomon and Black and Veatch,
Engineers. A substantial amount of research has recently been completed regarding HRC. Table 1
provides a listing of29 facilities ofa similar nature to HRC investigated for the purpose of this
study. Table 1 also includes briefnotes specific to each facility. The research has brought forward
several issues which appear to lend to a relatively high failure/problem rate for facilities ofa similar
natu-re to the proposed HRC. It is believed that many issues are pertinent to the City of Hollywood
at this pre-contractual stage. The specific issues believed to require further consideration are:
Black and Veatch's relevant design experience
odor control equipment
the quality of the HRC's end product and its usdstorage
estimation of recoverable recyclables from Hollylvood residents
service costs
site location
BLACK AND VEATCH'S RELEVANT DESIGN EXPERIENCE
References from other Material Recovery Facilities (MRFs) designed by Black and veatch wererequested by the Office of Environmental Management. A iacsimile was received from Black andveatch representative, Doug Isbell on November 30, 1994 responding to that request. The two
references presented by Black and Veatch were contacted. The first facility does not deal withmixed waste. It is a "Clean MRI". It is believed that design criteria speciiic to odors resultingfiom composting and mixed solid waste is imperative in tlte design ollIRC. The second facilitv is
all residents, and uses it everywhere possjbre in the city. The m,]ch is absolutely clean as it ismade from green yard waste only. In 1994, the City converted and distributed over I 1,000 tons ofits mulch made from clean brush.
what is the potentiar for IET se,ing_ compost? The potentia.r for sering compost aipears to beknown as shown on Attachment i, the expected Base case ttates and Revenue fiom Sares ofRecovered Materials (the Base case), distributed at the December l6 meeting. The Base caseindicates $0 Annuar Revenue from sales of compost. aaditionary, no disposal (ofthe compost)costs are noted. Two composting operations very sim ar to IET's proposal, r"r. trr- zo - "aaway from Hollywood, have fa ed. The compoit ** incinerated at wheerabrator, or landfifledupstate. IET states they are reaming from those fac ities, mistakes. Nationar."."-"h aiJno,reveal one Dirty MRF composting operation which had a private m*rct fo, it, p.Ju"t.
contract language to date between the City and IET indicates the city will accept 4,000 tons (one_third of HRC's total production according to the Base case presented) ofcompost per year fromHRC. The Public works Director noted at the December 16 meeting that to distribute 4,000tons of compost would require using over 21,000 pounds every day, 365 dry, a year. ThePublic works Director indicated he did not see a use for so mu"h compost (assuming it was inert),and he would also foresee probrems in associated costs in actually distributing rt, arri, *t
"re tostore it before distribution. The possibility of storing the compost at the park Road Sanitationcompound was suggested, as we as the potential for neighborhood complaints irtnl-*-.port *odorous (as is likely). There was no solution or resolutioi offered by IEt to the lublic wJrksurrector.
ESTIMATION OF RECOVERABLE RECYCLABLES FROM HOLLYWOOD RESIDENTSThe Base Case described above is relevant to pre-contractual negotiations with IET for two rezrsons,its importance to potential investors in HRC, and its significan". in IET puy."nts (companypayments) to the City as contract language to date includes the City wil te paia ru amo'unt ttratgross recycling revenues exceed the Base case; provided the amount does not exceed 5% ofthetotal annual tipping fees - based on waste volume in 1993, the company payment could not exceed
$202,600.
4/4/9s Pg.4
The Base Case presented expected recovery rates and subsequent revenues for HRC (see
Attachment l). As indicated in Attachment 1, approximately 5,764 tons of metals, cardboard,
According to the Base case, recycling revenue for IET is expected to total $1,023,000 per year.
Potential Company payments are believed to be attractive to the City (see Service CosG), ald are inpart, an incentive for HRC's developmenl It must be remembered that company payments
will only occur if recycling revenue exceeds the Base Case. Research indicates that the Base
Case revenue will most likely not be achieved due to variables following described in detail, and
there will be no subsequent company payments. Therefore, company payments should not be
considered as an incentive to HRC's development, as pote'ntial revenue for I{RC investors may
never meet the Base Case.
a/4/95 t'5. 3
as sources of a "very strong' rotten and sour garbage smell'r' lvhich causes headaches' watery
"v",,o,,anausea.Complainantswerethefacility,sindustrialneighbors,admittedlylesssensitive to odor than single family homeowners'
ItdoesnotappealtheDu.Allodorscrubberswillsatisfactorilypreventfoulodorsfr.omHRC.The
;;"r,i;i it;;ry shong that Hollywood's residents. and business owners would not be
understanding (and h"n"" ,no," t'o"'[) ofodor problems' David Adair and Doug Smith did not
seemed concemed about the potentiai for odor poblems when it was brought up for discussion at
the December 16 meeting, nor did they appear aware ofthe odor problems in thc only reference
they produced of a similar nature to Hii, when its problems were brought up for discussion'
Oi'oi f.orf"-. may contribute to temporary or permanent HRC facility shutdown'
i*,ing"rr"y plans and additional telaied costs must be formulated at this stage to deal with
floffy*r-o"a', municipal sotid waste supply in the seemingly likely event the odor scrubbers
fait. Odors have contributed to the failure of two local composting operations'
THE QUALITY OF THE HRC'S END PRODUCT AND ITS USE/STORAGE
The "rri-prodrct of HRC is expected to be a compost material' Plans appear to be underway for t1,e
distribution of that compost. Res"ar"h indicates that the compost produced by MRFs is rarely
sold. More often than not, the compost is given away, used as cover on landfillst or disposed
of at an additional cost. Of all MRFs contacted, only one sold compost that it produced. That
MRFisaCountyfacility,anditsbuyeristheCounty,sTransportationDepaltment.Thecompost
is used on road embankments.
Research indicates compost made from MRFS poses additional problems. For example, any
materials or liquids thafdo not get separated out ultimately become an ingtedient ofthe compost'
This may include pieces of gtass and plastic bags which makes it physically unattractive; or more
seriously, it may include battery acid, pool or cleaning chemicals, or heavy metals (such as the case
of a MP.F's compost with high levels of PCBs). If the compost was purchased, used in a manner
consistent with iis type, and was later found to have hazardous qualities, damages may be sought.
Although legal language has been added to date to remove the city's liability ofhousehold
hazardous waste inHRC, it is imperative to bear in mind that most household hazardous waste will
not be identified and pulled; at least not before the chance has arisen for that waste to leak into what
will ultimately become compost. The collection of household hazardous waste is supported by the
State of Florida. The removal of household hazardous waste from the wastestream by state-
sponsored collection programs is closely monitored. Broward County is second only to Dade
County for the lowest pre-disposal capture rate ofhousehold hazardous waste. It is therefore
believed that household hazardous waste will exist in HRC's wastestream, and will ultimately
become an ingredient to the compost.
Intrinsic to hazardous materials are daisy chains of liabitity. Distribution of the compost (which
most likely will not be sold) then becomes a problem. The city may only look at its free-mulch
program to foresee storage problems with HRC compost. [{ollywood currently ofiers free mulch to
amount of recoverable materiar in Horywood's solid waste. Recycling programs in Browardcounty estimate an average of 30 pounds of recycled material recei""i;".;or;;;;lJol.'-."*,.In areas with extremely active recycling programs, household averag"r;**J;0 ;;;;; o*month' .The weight ofnewspapers isincruded in those figures, and is generally considered asaccormting for approximatery g0% of the total weight. iecycrirg p.og*,,. huu" "to*, "o-mingled materials (cardboard, grass,.plastic and metals) accourt ioi oJy zoz or,otui ,""i"ruur"material weight. Although pre-sorted newspapers sell ior between $50_$100 per ton, HRC plansindicate newsprint w l be an.ingredient of compost; presumably b""urr" n"*spup"[p.ila m*garbage are not very marketable as discussed above.
Nonetheless, information provided by IET indicates approximately 44 po'nds of co-mingredmatTials (excluding newspapers) are expected to be generated pei household in uorywJoa p"rmonth (as an aside, IET estimates one-third of that wilr be lost in the re*r"ry pro"".., leavrng only30 pounds per household to sell)- Extrapolating, 44 pounds oflET-estimatej recyclabies is zgx of220 pounds, 80o% of which would. then be newspaper weight. since the average monthry solidwaste per household in Hollywood only equals 271 pounds, it is inconceivabf" t" tf,i"t ti-r"tnewspapers and co-mingled recyclables would account for over g00% of the total solid waste.
The city's Pilot curbside Recycling Program indicates commingled materials (with re-sale value)to-average 11.5 pounds per househord_ per month. Including the weight of newspapers, the city,sPilot curbside Recycling Program indicates a per unit, per ironth average of3z pounas, .igtrt inline with the rest of Broward county. The estimate of 44 pounds per rrnit p"r -onth of' "
commingled materials excluding newspapers is difficult to recon"il". Th"lu".tionable presence ofrecoverable material quantities as identified by IET may perhaps be seen more clearly in thefollowing familiar terms. In order to meet the volume of material necessary for tle Base Case,each ofthe 31,500 households expected to be served by HRC woutd have to use and throw outthe equivalents of the following items each week, 52 weeks per year:
4/4/rys Pg. 6
o 2I soda cans. 21 soup cans. 20 square feet ofcorrugated cardboard. 6 gallon-size plastic milk jugs. 5liter-size plastic soda bottles and 4 glass soda bottles
SERVICE COSTS
It does not appear as if HRC will have any actual cost benefit to the citizens of Hollywood and is
believed to most likely cost more for the citizens of Hollylvood because ofthe following:
(l) The volume (weight) ofsolid waste to be disposed of(at a fixed rate per ton) will increase
as a result of not removing the weight of recyclables befor6they enter the wastestream. This has
been conservatively estimated as effecting a l27o immediate increase in annual tipping fees to
the citizens of Hollywood, when compared against a full curbside recycling program.
4/a/9s PS s
plastics and glass are expected to be recovered from the City's solid waste stream and sold to total
the $1,023,000 million per year in revenue. Research indicates three variables may alter the
ability to achieve that revenue. They are as follows and are described belorv: the market for
non-source-separated recyclables; the recovery rate of recyclables in Dirty MRFs ; and the
expccted volume of recyclables in the waste stream.
Miami and Fort Lauderdale source-separate their recyclables. The supply of recyclables in Florida,
as well as in the nation, is not limited. Therefore, those who purchase recovered recyclables have
choices. Given the choice of clean materials (like Miami's and Fort Lauderdale's) or materials
which have been picked out of kitchen garbage (and are covered in it), it would seem apparent
whose materials would sell frst. The energy costs to wash the dirty recylables would exceed their
worth. This may be a limiting condition on the ability to sell the recovered materials to achieve
IET's presented expected revenue. Many Dirty MRFs have failed due to the lack of a market.
In that same vein, MRFs contacted admit lower recovery rates because recyclables become
indistinguishable once mixed in garbage. Attachment 2, the HRC Process Schematic in IET's
Engineering Report for Permit Applications, clearly demonstrates that ferrous metals will be the
only material in HRC to be mechanically recovered. All other materials, (aided by particle sizing
screens) will ultimately be manually sorted and collected. Recovery rates of recyclables then
depend on the abilities ofa human to distinguish a recyclable material. and the ability to repetitively
identifu and separate recyclables. Attachment 3 replicates a Table in the Engineering Report for
HRC in which Recovered Materials are enumerated. Recovery rates (which in ftrm affect revenue)
presented in Attachment 3 do take iato account human error, although it is believed that recovery
rates may be too optimistic. A recent article in the Wall Street Joumal described the lines in a Dirty
MRF as follows:
"...Here, a half-dozen workers reach into a belt-high trough ofgdrbage, plucking
out...loose cans and bottles, and tossing them into bins and chutes for further
sorting... On a recent day, following a rainstorm, the trash formed a wet sludge of
soaked newspapers, mud-streakzd bottles and cans, and burst bags extruding rotten
meat, corn cobs, cntshed dolls, tampons, bleach bottles, soiled htty litter and half-
empty cans of pet food...Temporary workers...make up about a third of the 35-
person (Omaha, NE) operation...but few are assigned to the trash-line because the
work there tends to make them quit quicldy...One common problem: the conveyor
belt causes a slight motion sicloess, which combined with the odor to induce
nausea...The sort-line, where most newcomers work instead, isn't as pungent...The
work is fast-paced and nerve-jangling, punctuated by the constant smasling of
glass. It also requires intense concentrdtion so thot.nothing slips past".t
Finally, the revenue expected as identified in the Base Case would be affected by the actual volume
ofrecyclable materials in Hollywood's garbage. It is believed the Base Case overestimates the
' "9 to Nowhcrc: Thc Grim Sidc of90's GroMh Jobs, Inside a'Dirty MltF'
Thursday, I)cc€mbcr l. I994, p. A8
I-ho Ofial l,nrl oflhc Rccycling ltoonl', Wall Strcet Journal.
4/4/9s Pg. I
Misrepresentation by Black and veatch was an issue with the City of Hollywood in their publishedpromotional brochures, which led the reader to believe HRC was already functioning in itiproposed capacity. The state of the site ptauing in their Engineering Report may alsi be a form ofmisrepresentation.
RECOMMENDATION:
For informational purposes only.
c: Jef&ey Sheffel, Deputy City Attomey
Gregory Turelg Director Public Works Depar&nent
George Keller, Director Development Administration
Livt4m
1/1/9s Pg. 7
(2) Potential revenue from the sales ofrecyclabtes will be the citizens ofHollywood's loss and
IET's gain. The loss of revenue to the citizens has becn conserwatively estimated as equivalent
to 107o of total disposal costs. (The revenue to IET from selling recovered recyclables is
estimated by IET as equivalent to an additional 26Yo of the total tipping fees they will receive fiom
the citizens of Hollywood).
(3) Finally, by signing the eontract with IET, the citizens of Hollywood agree to a
guaranteed 37o cost increase annually for the life of the eontract (21 years). 3% is estimated
as a "Best-Case" scenario for the citizens of Hollywood. This "Best Case" scenario does not factor
in any unexpected cost increases which have virhrally unilaterally arisen in the Dirty MRF
business. Problems that may be expected to occur at HRC, which have occurred in most
facilities of its nature, and may have the effect of increasing tipping fees include: odor
problems, inability to meet projected diversion rates, lack of compost markets, equipment
problems, low recovery revenues, lack of material markets, and libel suits.
IET has addressed the cost issue and placated the City by ensuring a constant tipping fee increase of
3 0Z per annum. This 3 % annual increase has been compared to Wheelabrator' s historical tipping
fees. The static 3%o increase has acted as an incentive to develop HRC by playing on expectations
of what will happen to future Wheelabrator tipping fees - using forecasts based on historical trends.
Two major issues that may have been disregarded during this process include: (1) the County's
Tipping Fees are tethered to the CPI (cost of living index). The City is currently in a contractual
agreement with the County that the tipping fees will not be increased above the rate ofcost of
living. Secondarily, the historical trends in Wheelabrator appear to have been focused on the "Total
Fees" of$75.87, which have increased 210% since May 1992. These "Total Fees" include costs to
cover for example, the County's Household Hazardous Waste Program, Landfill charges and
Recycling Programs. The actual tipping fees at Wheelabrator have increased or y 7 .7%o sinceMay
1992 ($55.55 to $59.81); less during time than proposed by IET. The very real possibility offee
stabilization at Wheelabrator for the ensuing 5-7 years has not been explored, compared to an
assured 15-2102 at HRC.
It appears as if an additional incentive used towards the development ofHRC is the estimated cost
to the city to operate its own curbside recycling program (approximated at $ 567 ,000 - l5Yo of 1993
actual tipping costs). Net savings to the city ofover $400,000 in the first year may be reasonably
expected from the City investing in its own recycling program, rather than opting for HRC.
Additionally, research ofother South Florida cities with their own curbside recycling programs has
indicated that operating costs have decreased over time. The decrease is caused not only by
recycling operation streamlining, but also because ofthe effects on sanitation departments of
reduced solid waste to pick up (i.e. route consolidation).
SITE LOCATION
IET's Engineering Report for Permit Applications states that the site location was previously
platted as Edgewater Farms. To date concurrent with this memo, the site is still platted as
Edgewater Fam.rs. The plat is restricted for a privatc horse stable and paddock, only.
4/4/95 P9.10
ANNUAL GROSS TONNAGE
RECYCTABLES
Attachment I
Expected Base case Rates and Revenue from Sales ofRecovered Materials @ase case)
Adapted From Hand-out without permission Marked "confidential - Intemal B&v Use onlv,,Distributed at December l6 Meeting
51,145
COMPOST
ALUIvIINUI\4
FERROUS METALS
OTHER I\4ETALS
OCC
(CARDBOARD)
TEXTILE
FINAL RECOVERY
RATE
23.53%
1.06%
4.15Yo
0.35%
2.72%
1.63Yo
nla
1.32%
0.95./"
0.00%
0 00%
5.97%
4.72%
0.30%
nla
SALES REVENUE
PER TON
$0
$1,000
$75
$1,000
$10
s0
$0
$0
$0
$2s
nla
nla
nla
ANNUAL REVENUE
$0
$541,1 14
$159,342
$180,030
$13,932
$0
$0
$0
$9,257
nla
nla
nla
$0
$120
$0
$81 ,136
$80 $39,034
COMMENTS
assume no disposal cost
prices available thru "contlact,,
mostly metal cans, includes some ,,bulky,, material
lncludes copper, brass, etc.
Reflects residential without any commercial
Derived from combined figures for textile, rubber &
leather
have offer for 6-8c/lb all bot es
have offer for 6-8c/lb all botfles
includes durable and film plastic
used in compost
used in compost
used in compost
RUBBER
HDPE PLASTIC
PET PLASTIC
PLASTIC-FILM
PLASTIC.PVC
PLASTIC-OTHER
GLASS.CLEAR
GLASS.AI\4BER
GLASS.GREEN
GLASS-OTHER
TOTAL 43.05%n/a $1,023,846
t
I
Facilities Researched for HRC Analysis
Gold Coast Recycling CA Clean l\4RF
(Status)
Open
(Notes)
Have curbside program too
Orange County FL Clean MRF Open Dolng well
ss
qon
Valdosta GA Clean I\4RF Open Doing well
Environmental Recovery Systems Dirty N4RF Closed Low recovery, low tipping fee
Delaware Reclamation Plant DE Dirty MRF Closed odor, lack of compost markels
Agripost FL Dirty MRF Closed odor
Berrien County GA Dirty MRF Closed Equipment problems, low tipping fee
Heartland Recycling IA Dirty MRF Closed Equipmentproblems
Trash Reduction Services IA Dirty MRF Closed No markel, operating problems
Bio-Guide IN Dirty MRF Closed Equipment problems, low tipping fee.
Daneco MN Dirty MRF Closed odor, lack ofcompost markets
Green lsle MN Dirty MRF Closed Poor market, low tipping fee.
Refuse Resource Recove S stems NE
lar International NY
Dirty MRF
Dirty l\ilRF
Closed Low recovery, low tipping fee
Closed No market.
RiedelEnvironmentalTechnologies OR Dirly MRF Closed odor, low recovery
ORFA PA Dirty MRF Closed No mafiet
Arens SD Dirty MRF Closed No market.
Humboldt County TN Dirty MRF
-l
o_(i
Sumner County TN Di(y MRF Closed Equipment problems, high operating costs
Uses prisoners for labor, landfill producl, just starled a curbside
program in addition.Phoenix
Norlh County Recycling CA
Di MRF
Dirty l\tlRF
o en
Open
Tipping fees quadrupled in past 3 years, have mandatory
curbside recycling besides, participating cities filed lawsuits,
landfillwaste.
Sumter County (previously Amerecycle) FL Dirty MRF Open
Are spending $4.8 million in capital improvements, compost
market inter-governmental, tipping fee increased 41% lasl year
waste from population of @ 15,000.
B uena Vista County IA Dirty MRF Open Cited by OSHA for safety violations
Wright County MN Dirty MRF Open
Compost 50% totalvolume - no market (has high PCBs),
tipping fee is subsidized because waste flow is diverted to the
cheaper landflll, have curbside rerycling too.
Reuters Odor problems, landlill compost, recycled zero in 1994, for saleDiry MRF Re-opened
Ferst Companies MD Dirty MRF, Odor Scrubber Reference Open
Odor problems (in litigation with MD Department of
Environment over odor)
Hickory NC Odor Scrubber Reference Open compost selyage & sawdust, no problems.
Sarasota FL Odor Scrubber Reference Open compost sevvage & sawdust, no problems.
Schenectady NY Odor Scrubber Reference Open compost sewage & sawdust, no problems.
CO
Closed lnsuflicientoperatingfunds.
f'z
FL
4/419s Pg. 13
Material
ER (Total)
OCC
Other paper
Clear
Amber
Green
Waste Composition (Wet \M)
Weight (TPY)
Recovery Rate (Wet Wt, Tpy)
f8,196
Tipping
Floor
Material
Recovery
1,105
1,105
0
,665
JlJI
140
toJ
Percent
6J ',
45.0
0.0
24.5
24.5
24.5
Cans
Other
Tin Cans
Other
SubtotaU
HDPE
PET
Other
Rubber & Leather
Textile
Wood
Food
Yard Waste
RGAN
Total Waste Processed
,72Q
516
207
us (Subtotal) ., 2,200
, 3,188 ..1,128. 1,708: : :41 526,
454
72958 1.119
1,078958 41
26
1 ,192
1,008
266 OJ
4;0?
0
406
0
0
0
0
7,909
R ORGANICS (Iotal)
90.3
90.3
57.0
5:3
41.0
42.8
5.0
0.0
0.0
994
948
3,473
9,906
406
16
0
0
0
9,47'.|
, 3;666
50,000,1,562
0.0
'18.9
2 I{ollywood anticipates sending 51,145 tons ofsolid wastc to thc facility, not 50,000. Calculations done using lhc informarion from this tabl€
uscd thc individual p€rccntages ofthc lotal. applied to i I,I45 tons
:
Attachment 3.
Recovered Materials
Adapted From Table 6.1 IET Engineering Report for permit Applicatioru
z,l to
2,456
15,740
1 ,478
573
665
4U
408
t',JyU
677
473
5,240
15,844
.-..;,-...-,:,,...:,::,i1.i.',7.;:i:.,,:1;:ii,::,:i,,;il,:,ii-'-.:-;,:tr.:..-:t.).-.- -
T IPPING,/IRA'{SFER
8UI LOI NG I,iATERI 8LS PROCESSINC EUILOITG tia
l
I
-T--'1q.rc '41Ei
:
f
i
4)
til
ti,\!l^
w
EILER
t
l.
i.
i
I
I
i;_T__)
o
COIIPOST BUILOINC *0r€o r^tn rc s€xEr
CO POsl SCREENING EUILOING
COIIPOST CURlNC/STORAGE 8E'
//E
7 7 Z,/vv'y
I
---I
I
I
---'1IJcil.LEc1t
t,
EerE,tl/lrl!9ll/
tlll I
m7A,iF
tt
l
LECITO -J J
----
Ltruto iAsTE
YX@O RECYCLIT APPLICATI CENTRAHI
LF R0 0YHOHOLLD0FoYTcINC
ON 0
ERH'[-L
PERIiI
.l-,1r^<i-
FlGf€ 2-l
c- 10
:...;1..:,t; , i:I- -,.-'.,.'.,'..
M
I
I
I
I
I
I
I
I
I
I
I
I
I
dr5 d-\hl-"*.; -^-.;;
I
&n-pioat5st3r.! FE!'lctlLE IurEir^t I
r-:', fid\ |,o';;*. ,;;- I
r----h-\5--4"
I
I
l
I
I
J
I
I
I
I
I
I
I
I
lr
MATERIAL RECOVERY FACILITIES RESEARCH
FACT SHEET
Acronym ddnitions:
- ERe: Hollytvood Recycting Center MRE: Mateial Recovery FacilitylEf: Integrated Enviroruneaar rechnotogies Inc. @;ck & vearch Engineeis and iarotd sotomon)
L Relevant engineering design experience is critical
References provided by Black and Veatch unproven and publicty acknowtedged as so
2. Odors blamed for MRF tailures
only MRF in nation using odor control equipment ptanned for HRC in litigation over odor problems
3. MRF compost is a liability, not an asset
No national indication of pivate market for MRF compost
4. l,ow recovery rates of recyclables blamed for MRF failures
overesttmates of Hollywood's recoverable recyctables? To meet IET,s estimates, Hollywood homesmust throw out the equivalents of the following, every week, 52 weda per year
2l soda cans
2l soup cans
20 square feet of corrugated cardboard
6 (gallon-size) plastic milk jugs
5 (2Jiter-size) plastic soda bottles & 4 glass soda bottles
5. HRC will most likely be more expensive as shown below:
Total Costs: Solid Waste Management in Hollywood
$3 1624 r7l0 (incrudes g567,mo operatins costs)
$3,868,560
$3,837,370
$4,039,370
City-wide
Curbside Recycling
Current City Program
(includes $3?5,0O0 operating cosrs)
IET with Rebate
(not likely - see Iten #4 above)
IET with no Rebate
(likely - see ltem #4 above) unexpecled rare incr€ases not included, also likely, based on national rcsearch
,t 0
tezwAryllA
801 N.E. Third Street
Dania, Florida 33004
(30s) 926-0300 . Fax (305) 922-5485
May 12, 1995
Dania City Commission
100 W. Dania Beach BIvd
Dania. FL 33004
Dear Sirs and Madam:
Harbour Towne Associates, leasee of a certain section of
Harbour Towne Marina respectfui ly petitions the Commissioners
for approval to raise the launch ramp rates for City of Dania
residents. Approval by the Board Corimissioners is required
as per our Iease with the City. The rate is now $2.00 per
launch. This has been the rate since the early 1980's when
the ramps were built.
Harbour Towne Associates has made capital improvements'
specificaily the dredging of the.Iaunch canal totaling over
SAO,OOO to i<eep the ramps operational ' Harbour Towne
pi""ia.. "u",.l.i ty in the parxing area and has also restriped
and resealed the Parking 1ot'
We request the fee be raised to $10'00 per launch for
residents and non-residents alike'
We understand from the City Manager that the State
,.qriiuu'equaI changes for aIl State residents' Harbour
i;;;;- int.iat to raise the rate for non-Dania residents to
iiii .'oo-li.-June r. we-request the city to approve the $10.00
lii"-i"t-'cl[v residents ilso' Thank vou for vour
consideration in this matter'
5i ncere 1Y '
G
Ge nera I
oenewo Id
Ma nager
trfitr
GGlgrh
A WESTREC MARINA
MEMORANDUM
TO: MAYOR AND COMMTSSTONERS
FROM: MARIE JABALEE, FTNANCE DTRECTOR/ACT|NG ClTy CLERK
SUBJECT: BOARDAPPOINTMENTS
DATE: MAY 12, 1995
Attached for your information is a list of board appointments made at the May 9, 1gg5
Commission meeting and a list of appointments that still need to be made.
BOARD APPOINTMENTS MADE MAY 9. 1995
AIRPORTADVISORY BOARD
15 members, each Commissioner 3 appointments
Mayor Hyde Thomas Taggart
Ronald S. Korman
Comm. Grace:Anthony Stevens
Al Spies
Evan Leatherman
Comm. Jones:Tony Mulcher
Jay Topper
Beulah Lair
Comm. Mikes:Ann Castro
Jay Fields
DANIA ECONOMIC DEVELOPMENT BOARD AND DOWNTOWN REDEVELOPMENT
AGENCY
10 members, each Commissioner 2 appointments
Mayor Hyde:Charles Zidar
Comm. Grace:Ronald Carter
Michael Moore
Comm. Jones:Wilbur Fernander, Jr
Kimberly Daise
Mayor Hyde:
Comm. Grace
Comm Jones:
Comm Mikes:
HUMAN RELATIONS BOARD
15 members, each Commissioner 3 appointments
Sophie Steele
Robert Adams
Jim Prescott
Roslyn Curry
Tom Grace
Janice Peterman
Merita Mitchell
Mildred Jones
Mayor Hyde:
Comm. Grace:
Comm. Jones
Comm. Mikes
MARINE ADVISORY BOARD
10 members, each Commissioner 2 appointments
Debbie Helmlinger
Ted James
Anthony Stevens
Raymond Lair
Herbert Penn, Jr
Charles Stephens
William B. Wosenitz
Comm. Grace
OCCUPATIONAL LICENSE REVIEW COMMITTEE
5 members, each Commissioner 1 appointment
Howard Hirsch
Comm. Jones Ronald Carter
Mayor Hyde:
Comm. Grace:
Comm. Jones:
Comm. Mikes:
PARKS AND RECREATION ADVISORY BOARD
10 members, each Commissioner 2 appointments
John Michalski
Diane Curry
Lorraine Gaskin
Michelle Bryant
Barbara Bruce
Alex Buschbaum
Mayor Hyde
PLANNING & ZONING BOARD
5 members, each Commissioner'l appointment
Mike Rozos
Vice-Mayor Bertino:Dr. Robert Harris
Comm. Grace;John Chamberlain
Comm. Jones Kimberly Daise
Comm. Mikes Victor Lohmann
POLICE & FIRE PENSION BOARD
4 members appointed by the Commision
Wardell Lee
Cathy David
Beulah Lair
Robert Donly
Real Estate Property Manager
Engineer
UNSAFE STRUCTURES BOARD
I members
Richard Bettor
Clinton F. Hill
APPOINTMENTS NEEDED
Mayor Hyde:
Vice-Mayor Bertino
Comm. Mikes
1 appointment
3 appointments
1 appointment
AGENCY (2 year terms)
HUMAN RELATIONS BOARD (2 year terms)
Mayor Hyde:
Vice-Mayor Bertino
Comm. Mikes
Mayor Hyde:
Vice-Mayor Bertino
Comm. Mikes
Vice-Mayor Bertino
Comm. Grace
Mayor Hyde:
Vice-Mayor Bertino
Comm. Mikes
Mayor Hyde:
Vice-Mayor Bertino
Comm. Mikes
1 appointment
2 Appointments
2 appointments
2 appointments
3 appointments
2 appointments
2 appointments
'1 appointment
1 appointment
1 appointment
1 appointment
1 appointment
2 appointments
1 appointment
MARINE ADVISORY BOARD (2 year terms)
OCCUPATIONAL LICENSE REVIEW COMMITTEE (2 year terms)
UNSAFE STRUCTURES BOARD (3 year terms)
Appointment of A Real Estate Appraiser to replace Keith pfenninger.
Mayor Hyde: 2 appointments:
Ronald Zielinski term to expire 6/1/95
Ann Winters term to expire 6/1/95
CODE ENFORCEMENT BOARD (3 year terms)
1 appointment in lieu of a plumbing sub-contractor. Peggy Breeschoten term to expire
5t25t95.
GENERAL EMPLOYEES PENSION BOARD (2 year term)
1 appointment
to serve.
Richard Eglinas term to expire 6125195. Mr. Eglinas wishes to continue
15 members)
lf you are appointing a new member, please use the attached Board Appointment form
and include a home and business phone number if possible. For your convenience,
this form will be provided in your agenda backup for future appointments.
Thank you for your assistance.
HOUSING AUTHORITY (4 year terms)
GLORIA DALY
CFiAIRPEFTSON
JUOY USIFER
VICE CHAIRPERSON
THOMAS P. SETTE
:OMMISSIONER
VETA UAE PETEBI'AN
COMMISSIONER
ANN WINTERS
COMMISSIONER
ghc g€aaA4r7 eil/",rrf,y a/ tAz GrW E @on;o
715 WEST DANIA BEACH BLVD. . DANIA. FL 33004.3227-08
TELEPHONE: (305) 920-9662. FAX: (305) 920-9677
TOD#: (305) 920-8946
MICHAEL P. LYNN, P.H.M., E.H.M.
EXECUTIVE DIFECTOR
I received the attached correspondence on May 16, 1995 regarding the
tetrdered resignation of Housing Authority Commissioner Ann Winters.
We would ask that you select a replacement to the Dania Housing Authority
Board of Commissioners at your earliest conveaience. In addition to her
resignation, Mrs. Winten term would have expired in June i995, p€r your
Resolution 92-94.
May 18, 1995
Dora A. Carter
A.cting Executive Director
The Honorable BiIl Hyde, Mayor
City of Dania
100 West Dania Beach Blvd.
Dania, FL 33004-3699
Dr*t, turu"
Dear Mayor Hyde:
Thank you for your cooperation ia this matter.
Very ruly yours,
R
C.
Flatlev
Saltalamacchia
SULUVAN RODBIOUE2
COMMISSIONER
IVIAY 15.1995
TO WHOM IT MAY CONCERN.
I. ANN WINTERS. F{EBEBY TENDEF. MY RESIGNATION FROM THE
DANIA FEDERA.L EOUSING AUTIIORITY FOR PERSONAL REASONS
AND PERSONAL OPIMONS
ANN WIIITERS