Loading...
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SCHOOL BOARD AND PALM BEACH COUNTY; PROVIDING THAT ALL RESOLUTIONS OR PARTS OF RESOLUTIONS IN CONFLICT HEREWTH BE REPEALED TO THE EXTENT OF SUCH CONFLICT; AND PROVIDING FOR AN EFFECTIVE DATE."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IN CERTAIN ANNEXED AREAS OF THE CITY; PROVIDING THAT ALL RESOLUTIONS OR PARTS OF RESOLUTIONS IN CONFLICT HEREWTH BE REPEALED TO THE EXTENT OF SUCH CONFLICT; AND PROVIDING FOR AN EFFECTIVE DATE."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